Loading...
HomeMy WebLinkAbout03/06/1990NEXT RESOLUTION NO. 22 NEXT ORDINANCE NO. 3 DIAMOND BAR CITY COUNCIL 6:00 P.M. W.V.U.S.D. BOARD ROOM THANK YOU FOR NOT SMOKING, DRINKING OR EATING IN THE COUNCIL CHAMBER CALL TO ORDER: 6:00 p.m. PLEDGE OF ALLEGIANCE: Mayor Papen ROLL CALL: COUNCILMEN FORBING, MILLER, HORCHER, MAYOR PRO TEM WERNER, MAYOR PAPEN COUNCIL COMMENTS: Items placed on the agenda by individual Councilmembers for Council discussion. Action may be taken at this meeting or scheduled for a future meeting. No public input is required. 1. Report by Mayor and Mayor Pro Tem regarding emergency preparedness. 2. Report by Mayor and Mayor Pro Tem regarding meeting with Congressman David Dreier to discuss Diamond Bar Post Office. 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 mattes of interest to the public that are not already scheduled for consideration on this 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. CONSENT CALENDAR: The following items listed on the Consent Calendar are considered routine and are approved by a single motion. Consent Calendar items may be removed from the Consent Calendar by request of a Councilmember only. 1. SCHEDULE FUTURE MEETINGS A. First Quarterly Joint Breakfast Meeting - City Council and Los Angeles Sheriff's Department, Walnut Substation - March 8, 1990 - 7:00 a.m. - Diamond Bar Country Club. (reservations required) B. Parks and Recreation Commission - March 8, 1990 - 7:00 p.m. - Heritage Park CITY COUNCIL AGENDA PAGE 2 MARCH 6, 1990 C. Planning Commission - March 12, 1990 - 7:00 p.m. - W.V.U.S.D. Board Room, 880 S. Lemon Avenue D. Anniversary Committee - March 12, 1990 - 7:00 p.m. - City Hall E. Planning Commission - March 26, 1990 - 7:00 p.m. - W.V.U.S.D. Board Room, 880 S. Lemon Ave. F. Walnut Valley Water District Tour - April 24 - 26, 1990 2. APPROVAL OF MINUTES - Regular Meeting of February 20, 1990. 3. WARRANT REGISTER - Approve the Warrant Register dated March 6, 1990 in the amount of $322,156.10. 4. PARKS AND RECREATION COMMISSION MINUTES - Regular meeting of January 11, 1990 and Study Session of January 25, 1990. Recommended Action: Receive and file. 5. RESOLUTION 90 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNAL EQUIPMENT FOR GRAND AVENUE AT LONGVIEW DRIVE, AT SHOTGUN LANE AND SUMKIT RIDGE DRIVE IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. Recommended Action: Approve advertising for bids and adopt Resolution No. 90 - XX approving Plans and Specifications for construction of traffic signal equipment for Grand Avenue at Longview Drive, at Shotgun Lane and Summit Ridge Drive in said City and authorizing and directing the City Clerk to advertise to receive bids. 6. RESOLUTION NO. 90 - XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR URGING THE CONGRESS OF THE UNITED STATES TO REVISE THE CABLE COMMUNICATIONS POLICY ACT OF 1984 TO OPEN THE CABLE INDUSTRY TO MORE COMPETITION IN THE MARKET- PLACE. Recommended Action: Adopt Resolution No. 90 - XX Urging the Congress of the United States to revise the Cable Communications Policy Act of 984 to open the cable industry to more competition in the market -place. 7. RESOLUTION 90 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, ESTABLISHING VOTING PRECINCTS AND POLLING PLACES, APPOINTING PRECINCT BOARD MEMBERS AND FIXING COMPENSATION FOR THE GENERAL MUNICIPAL ELECTION ON TUESDAY, APRIL 10, 1990, CALLED BY RESOLUTION NO. 90-23 OF THE CITY COUNCIL. Recommended Action: Adopt Resolution No. 90 - XX establishing CITY COUNCIL AGENDA PAGE 3 MARCH 6, 1990 voting precincts and polling places, appointing precinct board members and fixing compensation for the General Municipal Election on Tuesday, April 10, 1990. 7. RESOLUTION 90 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, ORDERING THE CANVASS OF THE GENERAL MUNICIPAL ELECTION TO BE HELD ON TUESDAY, APRIL 10, 1990, BE MADE BY THE CITY CLERK. Recommended Action: Adopt Resolution No. 90 - XX ordering the canvass of the General Municipal Election to be held on Tuesday, April 10, 1990, be made by the City Clerk. 8. AWARD OF BID FOR LANDSCAPING OF MEDIANS - Bids were received on February 27, 1990 for installation of irrigation systems; turf, trees, shrubs, annual flowers and ground cover, etc. In addition, signboards were requested for four sections of the boulevard. Recommended Action: Award bid to Valley Crest Landscape, Inc. of Santa Ana, in an amount not to exceed $334,388.75 for construction of Diamond Bar median island improvements. 9. PUBLIC WORKS MUTUAL AID AGREEMENT - Developed by the Los Angeles County Department of Public Works as a vehicle by which agencies may be able to call upon one another for assistance in dealing with infrastructure catastrophes as the result of earthquakes. Recommended Action: Authorize the Mayor to execute the agreement on behalf of the City. SPECIAL PRESENTATIONS - Proclamations, certificates, etc. 11. PROCLAMATION - Proclaiming the past month of February, 1990 as "Portable Radio and Batteries" Month in the City of Diamond Bar. 12. PROCLAMATION - Proclaiming the Week of March 11 - 17, 1990 as "Girl Scout Week" in the City of Diamond Bar. 13. PRESENTATION - Henry Morgan on behalf of the San Gabriel Valley Association of Cities regarding proposed Joint Powers Agreement for Waste -by -Rail. OLD BUSINESS 14. GENERAL PLAN ADVISORY COMMITTEE MEMBERSHIP Recommended Action: Reduce membership from 30 members to 25 members. CITY COUNCIL AGENDA PAGE 4 MARCH 6, 1990 15. SECOND READING ORDINANCE NO. 2 (1990) - AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR REPEALING, IN ITS ENTIRETY, CHAPTER 20.72 OF TITLE 20 OF THE LOS ANGELES COUNTY CODE AS HERETOFORE ADOPTED AND ADOPTING REQUIREMENTS AND STANDARDS RELATING TO GARBAGE AND REFUSE COLLECTION. Recommended Action: Accept for Second Reading by title only and adopt Ordinance No. 2 (1990) repealing Chapter 20.72 of Title 20 of the Los Angeles County Code as heretofore adopted and adopting requirements and standards relating to garbage and refuse collection. NEW BUSINESS 16. REGULATING DRIVE-IN RESTAURANTS - Discussion of Ordinance adopted by City of San Marino regulating drive-in restaurants. Recommended Action: Review and provide staff with direction to include: (1) Instruct City Attorney and Planning Department to review and develop an ordinance for review by Planning Commission with recommendation to City Council; (2) Table. ANNOUNCEMENTS - This time is set aside for any City Councilmember to direct staff regarding any matters to be discussed at the next regular meeting. CLOSED SESSION Personnel - Section 54957.6 Litigation - Section 54957.6 ADJOURNMENT ® RAFT MINUTES OF THE CITY COUNCIL REGULAR MEETING OF THE CITY OF DIAMOND BAR FEBRUARY 20, 1990 CALL TO ORDER: Mayor Papen called the meeting to order at 6:08 p.m. in the Council Chamber, W.V.U.S.D., 880 S. Lemon Avenue, Diamond Bar, California. PLEDGE OF The audience was led in the Pledge of ALLEGIANCE: Allegiance by Councilman Horcher. ROLL CALL: Councilmen Horcher, Miller, Mayor Pro Tem Werner, Mayor Papen. Councilman Forbing arrived at 6:17 p.m. Also present were City Attorney Andrew V. Arczynski and City Clerk Lynda Burgess. PUBLIC COMMENTS: Jackie Fleming, 24009 Decorah Rd., advised that she represented the Diamond Point PTA. She spoke regarding the danger to students crossing Golden Springs Dr. at Sunset Crossing to attend Diamond Point Elementary and requested the Council to consider installing a traffic signal at this location. She presented the Council with signed Petitions from the parents at the school. M/Papen referred the matter to the Traffic and Transportation Committee for review. Don Gravdahl, 23988 Minnequa, proposed that the Council select a five member committee (2 members from the north end and 2 from the south end) to work with the school districts to bring some unity to the City. M/Papen advised that she would refer the matter to the Parks and Recreation Commission for their review and recommendation. CONSENT CALENDAR: C/Miller moved, MPT/Werner seconded to approve the Consent Calendar with the exclusion of items 2, 6 and 9. With the following Roll Call vote, the motion carried: AYES: Councilmen - Horcher, Forbing, Miller, MPT/Werner M/Papen NOES: Councilmen - None ABSENT: Councilmen - None Schedule Future Parks and Recreation Commission Study Session Meetings February 22, 1990 - 7:00 p.m. - City Hall Planning Commission - February 26, 1990 - 7:00 p.m. - W.V.U.S.D. Board Room, 880 S. Lemon Avenue FEBRUARY 20, 1990 Page 2 Traffic and Transportation Committee - March 1, 1990 - 7:00 p.m. - Heritage Park. Parks and Recreation Commission - March 8, 1990 - 7:00 p.m. - Heritage Park First Quarterly Joint Breakfast Meeting - City Council and Los Angeles Sheriff's Department, Walnut Substation - March 8, 1990 - 7:00 a.m. - Diamond Bar Country Club. Anniversary Committee - March 12, 1990 - 7:00 p.m. - City Hall Walnut Valley Water District Tour - April 24 - 26, 1990 Warrant Register Approved Warrant Register dated February 20, 1990 in the amount of $196,039.16. Treasurer's Report Approved Treasurer's Report for month of January, 1990. Planning Commission Received and filed Planning Commission Minutes Minutes for January 24, 1990. Exoneration of Bond Accepted completion of public improvements and released bond for sanitary sewer improvement for Private Contract No. 10585, Tract No. 42573. Funding of Parks Authorized appropriation in an amount not to Program exceed $15,000 for operation of Parks Programs March 1 through June 30, 1990. Termination Agreement Authorized the Mayor to execute Termination Agreement with Pacesetters Building Services and Diamond Bar Business Associates regarding leasing of office space. Proclamation - "Water Proclaimed the month of May, 1990 as "Water Awareness Month" Awareness Month." Proclamation - Proclaimed the Month of March, 1990 as "American Red Cross "American Red Cross Month." Month." National/State/County Directed staff to advise art organizations Partnership Grant that may have an interest. Resolution 90-21 Adopted Resolution 90-21 entitled: A Traffic Signal Bids RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF FEBRUARY 20, 1990 Page 3 TRAFFIC SIGNAL EQUIPMENT FOR GRAND AVENUE AND DIAMOND BAR BOULEVARD IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. Minutes of MPT/Werner requested that on Page 12, 3rd February 6, 1990 paragraph, that Mr. Rumpilla's remarks regarding alleged Brown Act violations be stricken from the Minutes. With consensus of Council, the comment was directed to be stricken. M/Papen requested that the amended Page 13 be added to the Minutes. With no objections, the amendments to the Minutes of February 6, 1990 were approved. Resolution No. 90-20 M/Papen spoke about the proposed Resolution Zip Codes regarding Zip Codes. She then requested that an additional "Whereas" be inserted. M/Papen moved and MPT/Werner seconded to adopt Resolution No. 90-20 entitled: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR URGING THE UNITED STATES CONGRESS AND THE NATIONAL LEAGUE OF CITIES TO ENDORSE HOUSE RESOLUTION 2380 AND SENATE BILL 1214 RELATING TO THE REDRAWING OF ZIP CODE BOUNDARIES. Motion carried unanimously. Tiny Tot Co-op MPT/Werner asked Mr. Janiel about the safety Daycare Program of the building to be used by the program. Mr. Janiel advised that since the program consisted of only 20 hours per week and would not be a full day care program, the require- ments would not be the same. MPT/Werner moved and C/Miller seconded to approve funding of $2,200 to initiate a Co-op Daycare Program at Heritage Park from March 1 through June 30, 1990. With the following Roll Call Vote, the motion carried: AYES: Councilmen - NOES: Councilmen - ABSENT: Councilmen - Horcher, Forbing, Miller, MPT/Werner and M/Papen None None FEBRUARY 20, 1990 Page 4 SPECIAL PRESENTATIONS: Proclamation - Month Gary Lawson of Lawson Medical Group, of March, 1990 as requested the Council to proclaim the month B.A.D. Month of March, 1990 as B.A.D. (Businesses Against Drugs) in the City of Diamond Bar. M/Papen moved and MPT/Werner seconded to Proclaim the Month of March 1990 as B.A.D. Month. Motion carried unanimously. Certificates of M/Papen and MPT/Werner presented Al Flores, Appreciation President of the Diamond Bar Rotary Club, with two Certificates of Appreciation: for donation of a Radar Monitoring Device; and for assistance with installation of American flags on holidays. OLD BUSINESS: A&R Leasing & Continued from February 6, 1990. Ron Investment Kranzer, City Engineer, stated that this Final Map No. 45678 matter had been continued due to lack of information on areas of concern by the Council. He recommended denial of approval of the Final Map due to lack of substantial compliance with the Tentative Map. Ernie Del Rey, 23443 E. Amberwick, requested an extension for consideration of his Final Map. After discussion, C/Miller moved, M/Papen seconded to deny approval of Final Tract Map 45678 due to lack of substantial compliance with the Tentative Tract Map. With a voice vote of 4 to 1, the motion carried. Mobil Oil Dennis Tarango, City Planner, gave a presentation regarding the project and recommended that the proposal be approved. A real estate representative for Mobil Oil Corp., Valley Stavros, 3800 W. Alameda Blvd., Ste. 700, Burbank, advised that the carwash being proposed would blend in with the existing structure at the site. They are willing to work with staff to landscape as requested. MPT/Werner requested that Mobil Oil bring back a supplemental landscaping plan. FEBRUARY 20, 1990 Page 5 After discussion, MPT/Werner moved and C/Miller seconded to approve the proposed amendments to the Unilateral Agreement with the requirement that a supplemental landscape plan be brought back to Council for additional circulation definition to the site and proper landscaping. With the following Roll Call Vote, the motion carried. AYES: Councilmen - Horcher, Forbing, Miller, MPT/Werner and M/Papen NOES: Councilmen - None ABSENT: Councilmen - None M/Papen declared a recess at 7:05 p.m. M/Papen reconvened the meeting at 7:14 p.m. Ordinance No. 2 Following a presentation by Joann Saul, Financial Garbage & Refuse Management Assistant and discussion regarding the Collection Ordinance, CA/Arczynski presented ORDINANCE NO. 2 (1990) - AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR REPEALING, IN ITS ENTIRETY, CHAPTER 20.72 OF TITLE 20 OF THE LOS ANGELES COUNTY CODE AS HERETOFORE ADOPTED AND ADOPTING REQUIREMENTS AND STANDARDS RELATING TO GARBAGE AND REFUSE COLLECTION, as amended. It was moved by M/Papen, seconded by C/Miller to waive reading and adopt Ordinance No. 2 (1990), as amended, by title only. With the following Roll Call Vote, the motion carried: AYES: Councilmen - Horcher, Forbing, Miller, MPT/Werner and M/Papen NOES: Councilmen - None ABSENT: Councilmen - None Request for Following discussion regarding the Request for Proposals - Proposals, staff was directed to make necessary Garbage & Refuse changes. By Council consensus, the Request for Collection Proposals was approved as amended. Malathion Following discussion, staff was directed to obtain Spraying for further information regarding the City's rights to Medflies protest the spraying and bring back for Council consideration at a later date. CLOSED SESSION: There being no further business, M/Papen recessed to Closed Session at 9:22 p.m. for discussion of Litigation and Personnel Matters. FEBRUARY 20, 1990 ADJOURNMENT: ATTEST: Mayor Page 6 M/Papen reconvened Regular Session at declared that there was no reportable and adjourned the meeting at 9:50 p.m. Respectfully Submitted LYNDA BURGESS City Clerk 9:50 p.m., action taken I N T E R O F F I C E M E M O R A N D U M TO: Honorable Mayor and City Council FROM: Linda G. Magnuson ) Senior Accountant SUBJECT: Warrant Register, March 6, 1990 DATE: March 1, 1990 Attached is the Warrant Register dated March 6, 1990. The warrants will be released on March 8, 1990. Please direct any questions to the Finance Department by 5:00 p.m. on March 7, 1990. CITY OF DIAMOND BAR WARRANT APPROVAL The attached listing of warrants dated March 6, 1990 is hereby allowed from the various funds in the following amounts: FUND NO. FUND DESCRIPTION 001 General Fund 121 Park Grant Fund 138 LLAD #38 Fund 141 LLAD #41 Fund 226 Chino Hills Pkwy Const Fd TOTAL ALL FUNDS APPROVED BY: Linda G. Mhqnuson Senior Accountant Robert L. an Nort City Manager AMOUNT 311,794.60 262.50 7,567.36 186.64 2,345.00 $322,156.10 Phyllis E. Papen Mayor Paul V. Horcher Councilman }}} City of Diamond Sar ### 03/01/96 PAGE 1 CHECK ISSUE REPORT CHECK ISSUE DATE.....03?'•36?90 WARRANT -CYCLE .... @3 WARRANT r WARRANT PAYABLE TO : WARRANT AMOUNT --------------------------------------------------------------------- ODk;=3316223 4'ITID - FORMS AL IENNENT VOID 0000010224 VOID - FORMS ALIGNMENT VOID D:,Nj@01:"22S VOID - FORMS ALIGNMENT VOID OcAaU419:26 ARA/;ori? RefiRshment Svcs 36.70 s31�jD1:22" Anderson 8 Anderson 2,36';.53 0000i@226 etty Cash City of D -Bar 87.11 Diamen'd Bar Dusin2s.s Asr-C i-12.00 00'JOIa230 Di C- -i-ond far Stationers 17G .!{ 09,e)1123l Exxoa �Gfv�3t1'?c.. - 1,984.62 iV,3049233 GTEL 5•,3q.1. + b0;k{iv+2Y4 Box A. Gonsalves Son 1 O'r,;Cl.r)0 074NNID23S Gordon's Inc. 77.76 000 0 i..t'tt{93o Harcun y & Asa_c. 15+.15 0000+15[31 ICMA 109. E9 8000010238 1Cu11 Retirement Trust 250.ti'3 00074 x310239 ;=nninos Encstrand11.254.9x" �i9.00 00009111: 2 40 Y; er.`6 s Hardware a _n Ctr O L.A. County-Shirifi's Del, 241.4x2.54 040e'010242 Land=_cape '.est 319.581 00+13-05+10243 Larry's Mobil Welding Svc 21.2.6:3 8ti0+A18244 Laser Qu iPt 447.26 0fON',013245 Na:=ereddine 125.00 00130010246 National Lumber 19.16 0000144247 Fr press Bulletin 177.12 0.003199248 Radio Dispatch Corp. 4.eO Ot,001024; Revi Real Estate Info. 44S.68 0 1 2L(i Rescon, Glass 8 Mirror 389'.40 1!01:315+25i R;n ranzer&A soc C.E. InL 15,56i,5� It0 )901?252 S G. Valley 1 1 ey Asn of Cities 16.2 0;^*1',ri1a�23 San Ga-h_riel 'Illy Tribune 69.50 00c,010254 .�.42 C-_ J•/ _ 7,.15 00a0i0.i_i2S. So Cal Sindery & ifailinq 150.�i-3 elri +A0Ia102L6 Southern Ca. Ediscn 167.68 w0i3_010257 Sou -n- tr; Edl-_n 54.46 0'-30 16258 Ecuth=rn Ca. Edi -Ion 34.74 0)00:; 01,{25'' Souther, Ca. Edison 2,423.42 ill)oi.'P'l1I�)2010 Traffic Control SL•c Inc. 61.14 @M01026l Traffic Opera ic•ns 2,125.68 b"1' -300'1A262 United Hv 45.69 C7i;n l:i�i7 )Vt+7':L�_v 'ita In Vail?/ 15,745.15 . r r,j 0 2. '3i�?+�,1:ic•�4 t ''- 'vain u� �nlley Racreation 3,85x.49 t { 0alnu r'alie:• Unified 225.80 000010266 F M 4uID - L VOID { 2 dri��00.�3 57 V ID _ M� 1IME. ,;�.,,� FORS fiLISI,;;�';T VOID TOTAL AMOUNT FOR REFORT-------------} 3x3:;,524.92 *** City n Ba r **+ *3/01/90 PASE 1 PqEP.,'13 CHECK REGISTER CHECK ISSUE DATE...: 03/266/9V WARRANT CYCLE....: 03 WARRANT NUMBER _____________________________________ DATE P.1 YE AMOUNT D 02/06/90 Payrnll Transfer 15`8�8.0� n75 eV14M4 S.G. Vallsy Ar of COO' 36A0 U+B @V20/90 U.S. Pnshaster 2,062.82 1477 02/21/90 U.S. lrneazy 3#.00 1476 h2/21/90 Sorvice Amuio Cmp. 199.6A 1+79 03MI/90 G.0.W, & AsNiaLes 4*A# 140 02/23/90 U.S. Postsater 107A-- 1481 02/27/9@ Print Masters 12L70 *e*ee�eeee*e*eeee*e**eeee*e*e*e**`e**ee**e*` MINUTES OF THE PARKS AND RECREATION COMMISSION MEETING OF JANUARY 11, 1990 CALL TO ORDER: Chair/Ivan Nyal called the meeting to order 7:00 p.m. at Heritage Park, 2900 S. Brea Canyon Road, Diamond Bar, California. PLEDGE OF The audience was led in the Pledge of ALLEGIANCE: Allegiance by Com/Ruzicka. ROLL CALL: Chair/Nyal, VC/Nardella and Commissioners Ruzicka, Stitt and Whelan. Also present were Parks and Maintenance Director Charles Janiel, Parks and Maintenance Superintendent Donald Hensley, City Manager Robert L. Van Nort, Christine Adams, Walnut Valley Parks and Recreation, and Secretary Tommye Nice. APPROVAL OF VC/Nardella requested that on Page 5, MINUTES Paragraph 2 regarding the Walnut Valley Recreation Program proposal read "in the amount of $8700.00 per park" be amended. Com/Ruzicka moved, Chair/Nyal seconded and with consensus of Council the Minutes of the December 14, 1989 meeting were approved. MATTERS FROM THE Don Schad advised that he was assisting the AUDIENCE City with the Earth Day Program set for April 22, 1990. He went on to indicate that one proposal was to plant approximately 100 trees and bushes at Peterson Park where it was burned by the recent fire. He will be contacting Boy and Girl Scout Troops in the community to participate in the planting. Mr. Schad went on to solicit suggestions from the Commission. Mr. Schad went on to discuss the Heritage Memorial and his suggestion that a small grove of California Coastal Redwoods be planted. Com/Whelan advised that he had received a call from Lydia Plunk of the Diamond Bar Jaycees regarding the Memorial Park, and that the JayCees have allocated $500.00 for this concept. Com/Whelan will chair a sub -committee with Mr. Schad on the "Earth Day" activity. Parks and Recreation Page 2 CORRESPONDENCE: Chair/Nyal read Charles Janiel's letter to Mark Dali, owner of "Mad Dog Tennis" as well as the news release to the Windmill publication. REPORTS: City Manager, Robert L. Van Nort, advised that in the next few months, the Commission Will receive budget forms for capital projects that you feel will enhance our park and recreation program. Mr. Van Nort went on to announce that the City has received a $40,000, grant from the State to provide improvements to Heritage Park. These funds will be matched by the City and expended in either July or August. The Commission was asked for their recommendations as to how these funds should be used for the improvement of Heritage Park. Mr. Van Nort also advised the Commission that a modular structure valued at $80,000.,is going to be donated to a non-profit group. Mr. Janiel as well as the City Engineer and Building and Safety are looking into this Possibility. The Commission can forward recommendations to the City as to where they would like to see it placed, if we are awarded this structure. Chair/Nyal appointed himself and Charles Janiel to look into this structure. Mr. Van Nort went on to advise the Commission that the League of California Cities will be holding a "Community Service Conference" for Commissions from April 18 to the 20th. More information will be forthcoming. Mr. Van Nort gave a copy of the draft JPA between the City of Diamond Bar, City of Walnut and the Walnut Valley Unified School District to the Commission for their information only. Mr. Van Nort continued by advising that the General Planning Advisory Committee would be looking into recreation development. Once a draft has been created, it would come to the Parks and Recreation W.V. Recreation Page 3 Commission for their input. It then goes to the Planning Commission for their recommendation and then to the Council for their approval. Finally, Mr. Van Nort suggested that a letter go out to the different colleges in the area for recruitment of Interns. It was decided that Com/Whelan would contact the colleges directly regarding the use of Interns to do a survey on the recreational needs of the City. Christine Adams from the Walnut Valley Recreation Department gave her monthly staff report. VC/Nardella requested that Ms. Adams make available the stats of exactly how many residents of Diamond Bar participate in the various recreation programs. Chair/Nyal requested that a Study Session be set with Ms. Adams for the Commission to go over exactly what the recreation program consists of. After discussion the Study Session was scheduled for Thursday, January 25, 1990 at 7:00 p.m. at Heritage Park, whereupon the Commission would take a tour of the Recreation Department in Walnut. Parks & Playground Mr. Janiel advised that the Recreation Program Program this year was one that was not in budget. All the programs that have been done, the money have come from City reserves. Mr. Janiel went on to recommend that the Commission look a little more closely with the possibility of eliminating programs that are less productive. Ms. Adams advised that as of the end of November, 1989 there was approximately $13,000. remaining in the account. The average of $3,600. is being spent per month on the total park program. There is enough for the month of January and all of February. Ms. Adams went on to say that there is $9,200. remaining, that will carry for the Parks and Recreation Page 4 next two months. Com/Whelan asked about the feasibility of providing a program during the weekends. Ms. Adams said that she would look into the idea. Ms. Adams advised that to carry the program from March until June 30, 1990 would cost approximately $14,700.00. VC/Nardella moved to reconsider the recommendation passed at the last meeting regarding the Parks Program to the City Council until the next Commission meeting. Com/Ruzicka seconded and with consensus of the Commission the motion was approved. Retaining Wall Mr. Janiel advised the Commission that the City Engineer had just completed the plans for the berm wall. This is a 5 ft retaining wall on the freeway side and a slope on the side of the park. Mr. Janiel also advised that Cal Trans would be putting in a guardrail on the freeway. Field Usage Fees Com/Stitt presented a report regarding Field Usage Fees, particularly at Evergreen School. The field used at the school is inadequate as well as the parking availability. He then contacted Mr. Bob Russi with Walnut Valley Recreation regarding the problem. Mr. Russi felt that a mutually agreeable compromise in the short term could be reached. Chair/Nyal asked how much area will be lost by the berm wall. Mr. Janiel advised that approximately 40 ft of space would be lost. Cindy Morton stated that the fields could be changed from major and minor fields to minor and mini fields. Chair/Nyal recommended that the Commission wait until Peterson Park is completed to see how much field is available, then the sub- committee can come back to make recommendations to the Commission. Parks and Recreation Page 5 DISCUSSION AND INFORMATION: Maple Hill Park Chair/Nyal presented a petition and Petition 2 estimates received from Mr. Broski regarding the need for a fence at Maple Hill Park. After discussion, staff was directed to file this information with other requests for improvements for the parks. VC/Nardella moved, seconded by Com/Ruzicka to table this item until such time as there is a park plan and a budget. With consensus of the Commission the motion was approved. Information Sheet Commission was given an Information Sheet with addresses and phone numbers. Park Survey Com/Stitt presented a Park Survey that he had prepared from his visit to the parks and what he observed. Com/Stitt requested that the slopes adjacent to Pathfinder Road be looked into as there are several animal borrows. Mr. Hensley advised that the County Pest Control had been contacted to deal with these animals at both Heritage and Ronald Reagan Park. Com/Stitt advised that there are no phones in most of the parks and that staff should look into the possibility of having GTE install phones in the various parks. Parks and Recreation Page 6 COMMISSIONER Com/Stitt would like to have an easel COMMENTS: available at the meetings. Com/Whelan again advised that he had been contacted by Lydia Plunk of the Diamond Bar Jaycees who stated that they had $500.00 set aside for a living memorial with a tulip concept. She would like to see the Commission become more involved in this endeavor. Com/Whelan also stated that the area at the base of the hill where City Hall is located could possibly be made into a "jogging - bicycle path" that could tie in with the Schabarum Trial. Chair/Nyal introduced the Regional Commissioner of AYSO, Gary Larsen. Chair/Nyal went on to congratulate the City of Diamond Baron obtaining money from the state for improvements to Heritage Park and invited the Commission for recommendations as to how best to use the funds. Mr. Larsen advised that Diamond Bar AYSO has authorized him to purchase 2 sets of movable goals for Peterson Park. Mr. Larsen went on to state that he had been in touch with Paul Galagaire, the person who plays for the National Soccer Team and who scored the winning goal to put the United States in the running for the World Cup and wanted to know if there was a way of recognizing his accomplishment. VC/Nardella asked Ms. Adams for input as to improvements for Heritage Park. MINUTES OF THE PARRS AND RECREATION COMMISSION STUDY SESSION, JANUARY 25, 1990 CALL TO ORDER: VC/Nardella called the meeting to order at 7:00 p.m. at Heritage Park, 2900 S. Brea Canyon Road, Diamond Bar, California. PLEDGE OF The audience was led in the Pledge of ALLEGIANCE: Allegiance by VC/Nardella. ROLL CALL: VC/Nardella, and Commissioners Ruzicka, Stitt and Whelan. Chair/Nyal arrived at 7:10 p.m. Also present were Parks and Maintenance Director Charles Janiel, Christine Adams, with Walnut Valley Parks and Recreation and Secretary Tommye Nice. Parks and Christine Adams gave a presentation of all Recreation programs the Walnut Valley Parks and Recreation Department offer to the citizens of Diamond Bar. By consensus of the Commission it was requested that staff look into implementing a Tiny Tots co-operative program at Heritage Park as soon as possible. The tour of the Walnut Valley Parks and Recreation Department scheduled for 8:00 p.m. was postponed due to time constraints. ADJOURNMENT: With no further business to discuss the Commission adjourned to the regularly scheduled meeting of February 8, 1990. Respectfully Submitted Teri ye Nice c Secretary ATTES : 7Ea Chairma _ RECEIVED ____ CITY OF DIAMOND BAR ��_XR AGENDA REPORT CITY CLERK ------------------------------------------------- ------------------ ------------------------------------------------- -- __ -- ------------------- March 1, 1990 N ,R -2 AN 9: 3 COUNCIL AGENDA DATE: MARCH 6, 1990 TO: CITY COUNCIL VIA: ROBERT L. VAN NORT, CITY MANAGER FROM: RONALD L. KRANZER, CITY ENGINEER SUBJECT: TRAFFIC SIGNAL IMPROVEMENTS - GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE As previously reported to the City Council it is our intent to advertise for bids on the traffic signal poles in advance of completion of the subject improvement plans because of the delay in delivery of poles which are not normally ordered until after award of a specific contract. The normal delivery time after order is about 14 weeks. By pre ordering the poles we can usually predict actual installation dates. About 90% of the traffic installation can be accomplished prior to pole installation and the actual pole installation, per intersection, usually is accomplished in one day. As of this date we have not completed the pole schedule but should have it available by Tuesday with accompanying bid package for your approval and authorization to advertise for bids. We would anticipate the bid date to be on/or about the 27th of March with award of purchase on April 3, 1990. RLK: nb:2064:db-cc:g rand\lon gview (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: rE D BY** -----------'---------------------- -------------------- Robert L. Van Nort Andrew V. Arczynski Linda Magnuson City Manager City Attorney Sr. Accountant CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE IN THE CITY OF DIAMOND BAR RONALD L. KRANZER R.C.E. 18503 CIVIL ENGINEER The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until 10:00 a.m. on March 27, 1990, sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR Phyllis Papen, Mayor Gary Werner, Mayor Pro Tem Paul V. Horcher, Councilmember Gary Miller, Councilmember John Forbing, Councilmember Robert L. Van Nort, City Manager Robert P. Morgenstern, Project Manager SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE IN THE CITY OF DIAMOND BAR TABLE OF CONTENTS NOTICE INVITING SEALED BIDS ............................... 4 - 7 INFORMATION FOR BIDDERS ................................... 8 - 13 BIDDER'S PROPOSAL.........................................14 - 18 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................19 LIST OF SYMBOLS AND ABBREVIATIONS .........................20 SUBCONTRACTORS LIST.......................................21 AFFIDAVIT FOR CO -PARTNERSHIP FIRM.........................22 AFFIDAVIT FOR CORPORATION.................................23 AFFIDAVIT FOR INDIVIDUAL BIDDER ...........................24 AFFIDAVIT FOR JOINT VENTURE...............................25 FAITHFUL PERFORMANCE BOND.................................26 LABOR AND MATERIAL BOND...................................27 BIDDER'S BOND.............................................28 - 29 AGREEMENT.................................................30 - 38 Page 3 RESOLUTION NO. 90- A RESOLUTION OF THE COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNAL EQUIPMENT FOR GRAND AVENUE AT LONGVIEW DRIVE, AT SHOTGUN LANE AND SUMMIT RIDGE DRIVE IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to construct certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the construction of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City of Diamond Bar be and are hereby approved as the specifications for Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: "NOTICE INVITING SEALED BIDS OR PROPOSALS" Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:00 o'clock A.M. on the 27th day of March, 1990, sealed bids or proposals for the Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive in said City. Bids will be opened and publicly read immediately in the office of the City Clerk, Suite 100, 21660 E. Copley Drive, Diamond Bar, California. Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, "Bid for Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive". 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 work 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 Page 4 prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, 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 the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Page 5 Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar to the difference between the low bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be one hundred percent (100%) of the contract price thereof, and an additional bond in an amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The work is to be done in accordance with the profiles, plans, and specifications of the City of Diamond Bar on file in the office of the City Clerk at the City Hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of none, said $_NLC is nonrefundable. Page 6 Upon written request by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an additional nonreimbursable payment of $5.00 to cover the cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. In accordance with the requirements of Section 9-3 of the General Provisions, as set forth in the Plans and Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). The City of Diamond Bar, California, reserves the right to reject any and all bids. By order of the City Council of the City of Diamond Bar, California. Dated this 6th day of March, 1990. PASSED, ADOPTED and APPROVED by the City of Council of the City of Diamond Bar, California, this 6th day of March, 1990. Mayor ATTEST: City Clerk I, Lynda Burgess, City Clerk of the City of Diamond Bar, California, do hereby certify that the foregoing Resolution was duly and regularly passed and adopted by the Council of the City of Diamond Bar, California, at its regular meeting held on the 6th day of March, 1990, by the following vote, to wit: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: City Clerk, City of Diamond Bar, California Page 7 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall be allow any subcontractor to commence work on this subcontract until all similar insurance and bonds required of the subcontractor have been obtained. All insurance issued in compliance with this section shall be issued in the form, and be an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts required shall be furnished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $500,000 for one person injured in the accident and in the amount of not less than $1,000,000 for more than one person injured in one accident and in the amount of not less than $500,000 with respect to any property damage aforesaid. The City shall be named a co-insured regardless of fault. Page 9 The contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any pert of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the Owner a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OR BIDDERS: More than one proposal from an individual, firm, partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. 11. AWARD OF CONTRACT: The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within sixty (60) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. 12. ALTERNATES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any alternate or combination of alternates. 13. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal. Page 10 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Gov. Code Sec. 4100 and following). Forms for this purpose are furnished with the contract documents. 15. WORKMEN'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the Owner the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 16. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the Owner, will be held for sixty days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refusal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then re readvertised. 18. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at S4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the contractor and all sub- contractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). Page 11 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 21. WAGE RATES: The Contractor and/or Subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Division of Labor Statistics and Research. 22. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid City of Diamond Bar business license prior to the issuance of the first payment made under this contract. 23. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of the written "Notice to Proceed" of the City and to fully complete the project within one -hundred -twenty (120) calendar days thereafter. Bidder must agree also to pay as liquidated damages, the sum of two -hundred -fifty dollars ($250.00) for each calendar day thereafter as provided in the General Conditions. 24. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 25. AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 26. QUANTITIES: The quantity of work for the unit price items to be done under the contract, as noted in the Schedule of Prices, is an estimate and is not to be taken as an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. The Contractor will be allowed no claims for anticipated profits, loss of profits or for any damages of any sort because of any difference between the estimated and actual quantities of work done or for work decreased or eliminated by the City of Diamond Bar. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. Page 12 27. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 28. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 29. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 30. ACCEPTANCE OR REJECTION OF BIDS: The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality or defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 31. BID PRICES AND AGREEMENT OF FIGURES: If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is not entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit price, the unit price shall be that which is derived by dividing the total amount bid for the item by the number of units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 32. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time, issue addenda to the contract documents during the period of advertising for bids, for the purpose of clarifying or correcting special provisions, plans or bid proposal. Purchasers of contract documents will be furnished with copies of such addenda, either by first class mail or personal delivery, during the period of advertising. The addenda will be sent to the address the purchaser of the contract documents left with or furnished the City of Diamond Bar at the time the purchase was made. Page 13 CITY OF DIAMOND BAR SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE DESCRIPTION The work shall consist of furnishing traffic signal poles for the intersection of: GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE The equipment shall be installed at a later date by the City under separate City contract. STANDARDS, STEEL PEDESTALS AND POSTS Traffic signal poles shall conform to Section 86-2.04 of the Standard Specifications and the Standard Plans of the California Department of Transportation, dated January, 1988. Poles shall be furnished complete with anchor bolts. Poles shall be delivered to the city of Diamond Bar City Hall, 21660 East Copley Drive, Suite 100, Diamond Bar, Ca 91765-4177. DELIVERY The Contractor shall be responsible for all costs associated with transportation, loading, offloading and delivery of all equipment to the locations designated herein. The Contractor shall also be responsible to deliver all equipment to the City of Diamond Bar in first-class working order and ready for field installation. TIME OF COMPLETION AND LIQUIDATED DAMAGES All equipment shall be delivered to the City of Diamond Bar within one -hundred -twenty (120) calendar days after award of the bid. Liquidated damages shall be assessed at the rate of $250.00 per day for each day in excess of the time allowed. Page 14 CITY OF DIAMOND BAR SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE WARRANTIES, GUARANTEES, AND INSTRUCTION SHEETS The poles, mast arms, and components shall be guaranteed for a period of one year from date of delivery and acceptance at Diamond Bar City Hall. PAYMENT The prices bid for the various items shall include all costs, including, but not limited to, material, transportation, protection of equipment and applicable sales tax. No additional payment will be made therefor. Page 15 PAGE 16 MISSING FROM ORIGINAL REPORT - THIS IS THE "POLE SCHEDULE" THAT WILL NOT BE AVAILABLE UNTIL THE MEETING CITY OF DIAMOND BAR SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE The undersigned bidder further understands that the City of Diamond Bar, California reserves the right to award all or any part of this bid without any obligation to the City. The City also reserves the right to waive and informality in bids. Dated: , 1990 PROPER NAME OF BIDDER By: (Signature of bidder) Address City and Zip Code Telephone Number License No. and Type Page 17 CITY OF DIAMOND BAR SPECIFICATIONS FOR TRAFFIC SIGNAL EQUIPMENT GRAND AVENUE AT LONGVIEW DRIVE, SHOTGUN LANE AND SUMMIT RIDGE DRIVE Accompanying this proposal is (insert "$ cash," "cashiers check," "certified check," or "bidder's bond," as the case amy be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contact, with necessary bond, within ten (10) days, including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION Page 18 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years Prior to Current Year 1986 1967 1988 1989 TOTAL CURRENT YEAR 1. No. of contracts 2. Total dollar amount of contracts (in thousands of S) 3. No. of fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another job or termination of employment 6.' No. of lost workdays `The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSEA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. Name of Bidder (print) Address Signature State Contractors' Lic. No. & Classification City Zip Code Telephone Page 19 The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows: Ave. Avenue & And AC Asphaltic Concrete Blvd. Boulevard CAB Crushed Aggregate Base CB Catch Basin Conc. Concrete Conn. Connector or Connection Const. Construct CIP Cast Iron Pipe CSP CY D Dia. Dbl. Dwy. EA ELC Excay. Ex. or Exist. 1 Fur. & PI Ga. Galy. Gr, H HC Improv 11 JS Lb. LD Corrugated Steel Pipe Cubic Yard D -load of pipe Diameter Double Driveway Each Electrolier Lighting Conduit Excavation Existing Feet Furnish and place Gauge Galvanized Grate High or height House connection sewer Improvements Inches Junction Structure Pounds Local Depression LF LS Mod. MH I No. NRCP Pvmt. Perm. Surf. PCC RC RCB RCP Reconn. Reconst. Reinf. Restor. Resurf. Rd. Sched. SD Sec. SF. Spec. SS Sta. St. Struct. Trans. TS Var. VCP W Page 20 Linear Feet Lump Sum Modified Manhole Number Number Non reinforced concrete pipe Pavement Permanent Surfacing Portland Cement Concrete Reinforced Concrete Reinforced Concrete Box Reinforced Concrete Pipe Reconnect Reconstruct Reinforcing or reinforced Restoration Resurfacing Road Schedule Storm Drain Section Square Feet Special Sanitary Sewer Station Street structure Transition Transition Structure Variable Vitrified Clay Pipe Wide or Width SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (112) of one percent (1%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. Name under which Sub- License Address of Office, Specific Description contractor is licensed Number Mill or Shop of Sub -contract work & portion of the Work H the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Signature Page 21 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) )ss COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this day of Signature 19 Signature of Officer Administering Oath (NOTARY PUBLIC) Page 22 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of 19 Signature of Officer Administering Oath (NOTARY PUBLIC) Page 23 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )ss COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of 19 Signature of Officer Administering Oath (NOTARY PUBLIC) Page 24 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: 0 9 that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 19 Signature of Officer Administering Oath (NOTARY PUBLIC) Page 25 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, and, as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled and is required by said City to give this bond in connection with the execution of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on his part to be done and performed at the time and in the manner specified herein; this obligation shall be null and void; otherwise it shall be and in full force and effect; PROVIDED, that any alterations in the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any way release said Contractor or the Surety thereunder nor shall any extension of item granted under the provisions of said contract release either said Contractor or said Surety and notice of such alterations or extensions of the contract is hereby waived by such Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1990. PRINCIPAL BY: ( SEAL) SURETY BY: Page 26 ( SEAL) LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE hereinafter referred to as "Contractor" as PRINCIPAL, AND as SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR, CALIFORNIA hereinafter referred to as the "City", in the sum of DOLLARS ($ ) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City for construction of the work under the City's specification entitled and is required by said City to give this bond in connection with the execution of said contract; NOW, THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety will pay for the same in an amount not exceeding the sum specified above, and also in case suit is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 1192.1 of the Code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, which may be made pursuant to the terms of said contract, shall not in any way release either said Contractor or said Surety thereunder nor shall any extensions of time granted under the provisions of said contract release either said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 1990. PRINCIPAL BY: ( SEAL) SURETY BY: Page 27 ( SEAL) BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on March 27, 1990 for Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive in the City of Diamond Bar. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the two bonds with the City of Diamond Bar, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. Page 28 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1990 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signatures of those executing for the surety must be properly acknowledged. Page 29 AGREEMENT KNOW ALL MEN BY THESE PRESENTS: That the following agreement is made and entered into, in duplicate, as of the date executed by the City Clerk and the Mayor, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "City". WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS, City did accept the bid of Contractor and; WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for Traffic Signal Equipment for Grand Avenue and Diamond Bar Boulevard. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the Traffic Signal Equipment for Grand Avenue and Diamond Bar Boulevard. Said work to be performed in accordance with specifications and standards on file in the office of the City Manager and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Manager. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were set forth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. Page 30 3. TERMS OF CONTRACT a. The undersigned bidder agrees to execute the contract within ten (10) calendar days from the date of notice of award of the contract or upon notice by City after ten (10) calendar days from the date of notice of award of the contract or upon notice by City after the 10 calendar days, and to complete his portion of the work within one -hundred -twenty (120) calendar days from the execution of the first contract. The bidder agrees further to the assessment of liquidated damages in the amount of two -hundred - fifty ($250.00) dollars for each calendar day the work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." Page 31 b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto ($500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective - Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile - Bodily Injury $500,000 each person; $1,000,000 each accident. 6) Automobile - Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to by so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; 4) Contain a clause substantially in the following words: Page 32 "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." 5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is here by 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 locality in which the public work 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, Suite 100 21660 E. 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. Page 33 The contractor shall forfeit, as penalty to City, 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 the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statues of 1939, and in accordance with the regulations of the California Apprenticeship council, properly indentured apprentices may a employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. Page 34 The Contractor is required to make contribution to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the"work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen employees of the contractor of his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of City, its employees, servants, or independent Page 35 contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, o liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b. The Contractor will promptly pay any judgment rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City, without fault, its made a party to any action or proceeding filed or prosecuted against he Contractor for damages or other claims arising out of or in connection with the work, operation, or activities of the contractor hereunder, the contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. Page 36 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of the race, color, or religion of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing all material and doing the prescribed work the unit prices set forth in the Price Schedule in accordance with Contractor's Proposal dated March 13, 1990. 12. ATTORNEYS' FEES: In the event that any action or proceeding is brought by either party to enforce any term or provision of this Agreement, the prevailing party shall recover its reasonable attorneys' fees and costs incurred with respect thereto. Page 37 IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License No. Date By: Title Title CITY OF DIAMOND BAR, CALIFORNIA By: Mayor By: City Clerk Date Contractor's Business Phone Emergency Phone at which Contractor can be reached at any time Page 38 RESOLUTION NO. 90- A RESOLUTION OF THE COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE CONSTRUCTION OF TRAFFIC SIGNAL EQUIPMENT FOR GRAND AVENUE AT LONGVIEW DRIVE, AT SHOTGUN LANE AND SUMMIT RIDGE DRIVE IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to construct certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the construction of certain improvements. NOW, THEREFORE, BE IT RESOLVED that the plans and specifications presented to the City of Diamond Bar be and are hereby approved as the specifications for Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive. BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of sealed bids or proposals for doing of the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: "NOTICE INVITING SEALED BIDS OR PROPOSALS" Pursuant to a Resolution of the City Council of the City of Diamond Bar, Los Angeles County, California, directing this notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar will receive at the office of the City Clerk in the City Hall of Diamond Bar, on or before the hour of 10:00 o'clock A.M. on the 27th day of March, 1990, sealed bids or proposals for the Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive in said City. Bids will be opened and publicly read immediately in the office of the City Clerk, Suite 100, 21660 E. Copley Drive, Diamond Bar, California. Bids must be made on a form provided for the purpose, addressed to the City of Diamond Bar, California, marked, "Bid for Traffic Signal Equipment for Grand Avenue at Longview Drive, Shotgun Lane and Summit Ridge Drive". 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 work 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 Page 1 prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Diamond Bar, Suite 100, 21660 E. Copley Drive, Diamond Bar, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. The Contractor shall forfeit, as penalty to the City of Diamond Bar, 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 the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Page 2 Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and the Contractor and any subcontractor under him shall employ with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Diamond Bar, twenty-five dollars ($25.00) for each laborer, workman, or mechanic employed in the execution of the contract, by him or any subcontractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. The bidder must submit with his proposal cash, cashier's check, certified check, or bidder's bond, payable to the City of Diamond Bar for an amount equal to at least ten percent (10%) of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to him, and in event of failure to enter into such contract said cash, cashier's check, certified check, or bond shall become the property of the City of Diamond Bar. If the City of Diamond Bar awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Diamond Bar to the difference between the low bid and the second lowest bid, and the surplus, if any, shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be one hundred percent (100%) of the contract price thereof, and an additional bond in an amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Diamond Bar for the construction of said work. No proposal will be considered from a Contractor who is not licensed as a contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The work is to be done in accordance with the profiles, plans, and specifications of the City of Diamond Bar on file in the office of the City Clerk at the City Hall, Diamond Bar, California. Copies of the plans and specifications will be furnished upon application to the City of Diamond Bar and payment of none, said $_WC is nonrefundable. Page 3 Upon written request by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above, together with an additional nonreimbursable payment of $5.00 to cover the cost of mailing charges and overhead. The successful bidder will be required to enter into a contract satisfactory to the City of Diamond Bar. In accordance with the requirements of Section 9-3 of the General Provisions, as set forth in the Plans and Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). The City of Diamond Bar, California, reserves the right to reject any and all bids. By order of the City Council of the City of Diamond Bar, California. Dated this 6th day of March, 1990. PASSED, ADOPTED and APPROVED by the City of Council of the City of Diamond Bar, California, this 6th day of March, 1990. Mayor ATTEST: City Clerk I, Lynda Burgess, City Clerk of the City of Diamond Bar, California, do hereby certify that the foregoing Resolution was duly and regularly passed and adopted by the Council of the City of Diamond Bar, California, at its regular meeting held on the 6th day of March, 1990, by the following vote, to wit: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: City Clerk, City of Diamond Bar, California Page 4 RESOLUTION NO. 90- A RESOLUTION OF THE CITY COUNCIL OF THE CITY CITY OF DIAMOND BAR URGING THE CONGRESS OF THE UNITED STATES TO REVISE THE CABLE COMMUNICATIONS POLICY ACT OF 1984 TO OPEN THE CABLE INDUSTRY TO MORE COMPETITION IN THE MARKETPLACE WHEREAS, it is in the public interest to provide competition for existing cable TV services, both transmission and programming, through a telephone network capable of video transmission to enhance the development of new technologies and faster introduction of products and services to the marketplace at competitive prices; and WHEREAS, integrated broadband network will provide consumers with greater choices of video program suppliers and preferred services - advantages that would be extended ultimately to all consumers, rural and urban - so as to avoid a divided society of information "haves" and "have nots;" and WHEREAS, a statewide fiber optic network will serve as a vital component to the future public and continuing education structures; and WHEREAS, a highly -featured telephone network capable of video transmission would be an asset to international competitiveness for the United States and economic development within the State; and WHEREAS, adequate accounting and structural safeguards have been developed and are already in place in the state and federal jurisdictions to protect against cross -subsidization from telephone customers; NOW, THEREFORE, BE IT RESOLVED THAT: 1. The City of Diamond urges the Congress to enact appropriate legislation to open the cable market to competition, to enhance the development of new technologies and to modernize the telecommunications infrastructure. 2. The Clerk of the City Council transmit copies of this resolution to the Governor of the State, the Speaker of the House of Representatives, and to members of the Congress of the United States. PASSED, APPROVED AND ADOPTED this day of March, 1990. Mayor I, Lynda Burgess, City Clerk of the City of Diamond Bar do hereby certify that the foregoing Resolution was adopted at a regular meeting of the City Council of the City of Diamond Bar held on the day of 1990, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: City Clerk of the City of Diamond Bar RESOLUTION NO. 90 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, ESTABLISHING VOTING PRECINCTS AND POLLING PLACES, APPOINTING PRECINCT BOARD MEMBERS AND FIXING COMPENSATION FOR THE GENERAL MUNICIPAL ELECTION ON TUESDAY, APRIL 10, 1990, CALLED BY RESOLUTION NO. 90-3 OF THE CITY COUNCIL. WHEREAS, a General Municipal Election to be held on Tuesday, April 10, 1990; has been called by Resolution No. 90-3, adopted on January 2, 1990. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS: SECTION 1. That for the purpose of holding the General Municipal Election, there is established 26 voting precincts consisting of consolidations of the regular election precincts in the City of Diamond Bar established for the holding of state and county elections, as the regular election precincts exist on the date of adoption of this resolution. That the polling places for the respective precincts shall be the places designated; and that the persons named being competent and voters and residents of the City are appointed precinct board members for their respective voting precincts and they shall conduct the election in the manner provided by law. SECTION 2. The polling places and precinct board members for the following precincts will be as established by the County of Los Angeles. Voting Precinct 1780008 (Comprising regular election precincts 1780008 and 1780041). 1 Voting Precinct 1780014. Voting Precinct 1780019. Voting Precinct 1780020 (Comprising regular election precincts 1780011 and 1780020). Voting Precinct 1780021. Voting Precinct 1780043. Voting Precinct 1780067 (Comprising regular election precincts 1780067 and 1780082). Voting Precinct 1780068. Voting Precinct 1780069 (Comprising regular election precincts 1780044 and 1780069). Voting Precinct 1780070 (Comprising regular election precincts 1780070 and 1780085). Voting Precinct 1780071. Voting Precinct 1780072. Voting Precinct 1780073. Voting Precinct 1780075 (Comprising regular election precincts 1780075 and 1780088). Voting Precinct 1780076 (Comprising regular election precincts 1780006 and 1780076). Voting Precinct 1780078 (Comprising regular election precincts 1780078 and 1780086). Voting Precinct 1780079 (Comprising regular election precincts 1780079 and 1780083). Voting Precinct 1780080 (Comprising regular election precincts 1780007 and 1780080). Voting Precinct 1780087. Voting Precinct 1780089 (Comprising regular election precincts 1780089 and 1780090). Voting Precinct 1780091. Voting Precinct 1780092 (Comprising regular election precincts 1780077, 1780092 and 1780093). SECTION 3. The polling places and precinct board members for the following precincts are appointed by the City of Diamond Bar: Voting Precinct 1780063. Polling Place: Diamond Point Clubhouse, 536 Navajo Springs Rd., 91765 Accessible to Handicapped: No Inspector: Rebecca J. Hale Clerk: Janis M. Otto Clerk: Ann M. Jessop Voting Precinct 1780064. Polling Place: Diamond Point Elementary School Cafeteria, 24150 Sunset Crossing Rd., 91766 Accessible to Handicapped: Yes Inspector: Carolyn Lange Clerk: Oliver Lange Clerk: Jeanne Forrest Voting Precinct 1780065 (Comprising regular election precincts 1780065 and 1780084). Polling Place: Deane Home Swim Club, 1010 Overlook Ridge, 91765 Accessible to Handicapped: No Inspector: Charlotte Raasch Clerk: Grace Iniquez Clerk: Marlys Sherrill Voting Precinct 1780066 (Comprising regular elections precincts 1780066 and 1780081). Polling Place: Diamond Point Elementary School Cafeteria, 24150 Sunset Crossing Rd., 91766 Accessible to Handicapped: Yes Inspector: Toni Dabich Clerk: Clerk: SECTION 4. That the compensation of the persons named as precinct board members is fixed at the sum of 45 dollars ($45.00) for each Inspector and 35 dollars ($35.00) for each Clerk for the election. The rental for each of polling 3 place, where a charge is made, shall be the sum of 25 dollars ($25.00) for the election. When required, the compensation of the Custodian of a building shall be 12 dollars ($12.00) for the election. SECTION 5. That the City Clerk shall certify to the passage and adoption of this resolution and enter it into the book of original resolutions. PASSED, APPROVED AND ADOPTED ON 19 Mayor ATTEST: City Clerk I, LYNDA BURGESS, City Clerk of the City of Diamond Bar do hereby certify that the foregoing Resolution was passed, adopted and approved at a regular meeting of the City Council of the City of Diamond Bar held on the day of 1990, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: kyw0*116, 4 City Clerk of the City of Diamond Bar RESOLUTION NO. 90 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, ORDERING THE CANVASS OF THE CANVASS OF THE GENERAL MUNICIPAL ELECTION TO BE HELD ON TUESDAY, APRIL 10, 1990, BE MADE BY THE CITY CLERK. WHEREAS, a General Municipal Election to be held and conducted in the City of Diamond Bar, California, on Tuesday, April 10, 1990 as required by law. WHEREAS, the City Council desires the canvass of the election to be made by the City Clerk; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS: SECTION 1. That pursuant to Section 22932.5 of the Elections Code of the State of California, the canvass of the General Municipal Election to be held is ordered to be made by the City Clerk. SECTION 2. That the City Clerk shall complete the canvass of the election prior to April 17, 1990, and shall certify the results to the City Council on April 17, 1990. SECTION 3. That the City Clerk shall certify to the passage and adoption of this resolution and enter it into the book of original resolutions. 1990. PASSED, APPROVED AND ADOPTED this day of March, Mayor I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was introduced at a regular meeting of the City Council of the City of Diamond Bar held on the day of , 1990, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: City Clerk of the City of Diamond Bar CITY OF DIAMOND BAR AGENDA REPORT February 27, 1990 COUNCIL AGENDA DATE - March 6, 1990 TO: MAYOR AND CITY COUNCIL VIA: ROBERT L. VAN NORT, CITY MANAGER FROM: RONALD L. KRANZER, CITY ENGINEER- -2 SUBJECT: AWARD OF BID - DIAMOND BAR BOULEVARD MEDIAN ISLAND LANDSCAPE IMPROVEMENT PROJECT. Formal bids were received and opened on February 27, 1990 from two contractors. The bid document called for the median island landscape improvements on Diamond Bar Boulevard generally from Brea Canyon Road to Clear Creek Canyon Road (one block north of Grand Avenue). The project consists of irrigation system installations, planting of turf, planting of trees, planting of five and one gallon shrubs, planting of various annual flowers, planting of ground cover, trenching, hardscape installation of River Rock in mortar, and the importing and spreading of top soil. The project also includes the installation of 4'x 8' project signboards to be installed in each of the four sections of said boulevard. If the project is awarded at this council meeting, the contractor will begin construction on or before March 19, 1990 and will complete the project within 90 days. The two bids received for this project (see attached Bid Summary Form) were from Valley Crest Landscape, Inc. for $334,388.75 and General Procurement & Construction Co., Inc. for $396,588.00. Although there were only two bids, staff is confident we have received a good valid bid. (Narrative continued on next page if necessary) FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: $ Revenue Source: REVIEWED BY: -------------------------------------------- -------------------- Robert L. Van Nort Andrew V. Arczynski Linda Magnuson City Manager City Attorney Sr. Accountant City Council - March 6, 1990 Diamond Bar Blvd Medians - Award of Bid Page 2 Valley Crest is well known throughout the industry and have a solid reputation for quality work and performance. Staff has completed a reference check and found no negative response. Funding for this project is available in Landscape and Lighting Assessment District #38. RECOMMENDATION: It is recommended that the City Council receive the formal bids and accept the formal bid of Valley Crest Landscape, Inc. for construction of Diamond Bar Boulevard median island improvements and award a contract to said company based upon their formal bid for a total contract cost of $334,388.75. The cost for this contract will be funded by LLAD #38. RLK: RPM:2054:rpm-cc: projects\award\193013.awd I I 1 I I I I I I I I 1 I 1 1 I 1 1 I 1 1 1 I I 1 I I I 1 1 I 1 I 1 1 I 1 1 1 1 1 I I I I I I I I 1 1 1 1 1 1 I 1 I I 1 I I I I I I 1 1 1 1 1 I 1 n I 1 1 O I 1 I I in 1 1 C 1 i Z H I H I I (n 1 K 1 1 1 I 1 1 I I I I I I I 1 I 1 1 I 1 1 I I I 1 I I 1 I 1 I I 1 I I 1 I I I 1 I I I I I I I 1 1 I 1 I I I I I I I I I I I 1 I I 1 1 I I I I I I 1 I I I 1 I 1 1 I I I 1 I I 1 I I I I I I I I I 1 I I I 1 1 1 1 I 1 I I 1 I I 1 1 I I I 1 I 1 I 1 I I I I I 1 I 1 I 1 I I I I I I I 1 I 1 1 1 1 I I 1 I 1 I 1 1 I i I I I 1 1 I I I I I I 1 I 1 1 I I I I 1 I 1 I 1 1 I I I I I 1 I 1 I I 1 I I I I I II------------------------------------------------------------------------------ I II I I l n A W N r J m V I• P W N r W J m ii ytro"(%I r zMzH my� 030 t%•r t, z M!zw 0H tzI tyro"03 y0 [yro"�[y%'�[Tro"zmz7d 0 H I -I H 3 ro y0 0 z 'Z t, H 0 H 3 z ro Oy 13 II G�GD�Oxyp �� r'�'MZ G�L�� O z H O how zO z'MZ )n aO HO hf W I z 11 bDy rHHz rob t7nbb rHHz ",CY C tI nbb rHH'L xS• i 13 II rrW z0 xz xrrW z0 b911 l+xrrW z0 b7D I II • • O wm zm b N • • O"MZ W N r in • • Olomzm M I O II ><xaH K to W roR, >C xIH I< MW roa+ xwH K M W I •�7 II vl (n M M TY In M r xd (n � M M b In r '*7 Su (n (n M M b (n r l 11 x x 0 a t' H C M xl x x U o tr H I -I < r M x7 x x tl ro r H H< I ro n xz r M Htj y M d7d r M Hlj o bM did r M d I PO II CCH b 3. H dro CCH b 3 £ d•dC C I-3 b :3: I O 11 W Wx) H bWWx1 H M bWW�bH ro II to (nM H HIn(nM H w H(n(nM H 0n 11 (Mil °z (Mn z U)z In z bII______________________________________________________________________________ r II C C r C C C C G] II N x 3 3 3 r N (n c iId Id m 4 3 I N m .n In r ac Id ro r In r J OI "iro b I o r N N O. P Co l J n o O r� P m yz� 0 I C C C C C C C HY II---------yu------------------------zJ--------------------------'u--- 3------- M r II M M M n r M M M r n r M M M MUI 11 bbb bbb bbb II o o K "J o o to K _______________________________________ II11 n I I u 11 11 -------------------- II---------------------------------------------------------- I I u II II II II u 11 II II IIr r � ______________________ -____ C_____ It it N� NNC 5 w r rag 3 3w r r,nId -0 II ra3 s nv�Wrro ro r a tnWwro ro ror .a v�oo l-�ro ro II 000 En (n O W 0000 w (n 0 W O N OM M IIOo 03 o 0000 3 o oovloZ 11 ___ II I I � I I H O W V I 41 O J N I I O W O N N r J N W 0 W m r r V I U I D O l D I I O W H O t o N II 0 0 0 O O O 0 0 0 0 0 O 0 0 OO0 0 O II 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I __________________________ ___________________________ 17, t7l II NC C NC C C N o NC C I I N o m 3 N r N o 3 3 3 N r 3 3 II Jvloro ro o (n J v�oro ro roo tnJ Uloh7 b p . II 000 In wo 000o[n n Mo 0000(: (n I II o 0 o C G o 0 0 0 o C C C o 0 0 0 o C C II I I __ I II (n -' r 1° tl rr co 10 o r �D iD o wN rrro 1 I V I l f• N O O N J W P O O O O . P V JV O O O O O U l J I n O O O I II O VI O O O O O WOO O O O O O J 0 0 0 O I I O O O O O O O O O O O O O O 00 0 0 0 O I II O O O O O O O O O O O O O O 0 0 0 0 0 O III ------------------------- O (D Inn n r• (7 rt 0 ro I n � 1 0 P I O rt I I (DK I n I I II H II O II (* uw u r ii ro c IIn O II n It A 11 (D H O I rt II r ro n C 0 p O r (D rt H 0 t+ P, Ir In 1- C I 0 ro M zW H H z roHtj rHH b3 M n M .• M•• .y r M t7 o W N •'r1 n LPG) N tnz b�bl� 3Hr' IMnozm b 0 WO P I bHt�.l DMS N M I m r z I N O H I m O I o H CD O U) " n 3 ZHK d C " Hn z 0 0 o<zo M Ow 3 NEED zdm HH Nbn Son z (D d� DV a. ro too II ----------- u 11 II I I I II 1 I 1 n 1 I I II 1 I I u I I I II 1 I I t o u I I I c n I I I z u I I 1 H II 1 I 1 11 I I I O II I I I h] u I I I u 1 I fro n I I 1 z II O I O II m u I I 1 q II __________ I 1 I r u I 1 1 II O I I b II 1 (n I z H II I M I z I 'Z H II I Z I M I H b II __________ (Hn i K � (M•] irll II I 1 1 1 II 1 I I I 1 1 1 u I 1 1 n 1 I I u 1 1 I I I I I II 1 I 1 II I I I II I 1 1 u I 1 1 II I 1 I o n I I I o u O II 1 O I I I I O II 1 1 1 I 1 I I O I O II x x10 y l b 0 I UJ I C K I I (n M I II n 1 v z I II UI I 11 1 1 I n 1 0 I o f z l w u zN 1 w II z I G 1 a 11 m l pa I u C I y I w II K i n i p 11 oo I I M I II Id 1 I I r J II I I O I oto II I I M I aw II I jy I H 1 II I M l m 1 II 0 O I M 1 II C l n (n l u I z I M H 1 II I Dr l 1 u 1 H l n Cn 1 2A I--- ------ O C 1 w II 1 lazl �u I IroMI mu 1 I 1 lfl II 1 1 K 1 ao II i 1 1 r II 1 00 II 1 I 1 eW O 11 I I 1 11 I I I II 1 1 I II I 1 I II I 1 I II I 1 I u I I I n 1 1 f u 1 1 I u 1 I I II 1 I I II -------- I I I II I 1 I II 1 1 I I 1 1 I I I 1 I I I 1 I I 1 I I II I I I II 1 1 I II ------------------ H O tD W J O� tJl A W N H ____________________ FdH H Id HzrobroroH 4HH nt) yry 0 8 0 z O ry ry r r�• z M z z M Hy zro on¢ HbGZz ztn'1£ 10 d H 3 H unz b HHRH• rs'cl MO OHIstC"H z tj ZrzMMr3zoc)m Z-7. HZ rob b moxzrrro tH xz r IdHz InM• DCZHZK (biJ W ,I z O nwNMmb cn Mr C M:9N zOxx0 at, H < O b 0 M< z z r M H rJ M M H HH b z m w� H H H (n 7j M .d W U m O z m z ----------- ----------------------------- t7� r r [ c roA to oNtoJtnro ro r In r lllAN W w o o C C 3 3 ------------------------- rn p rp"ImM UJ K 'TJ "J n] • 0 0 ________________________________________ ro ro C C 30 r r r r w N A H r A 0 J J A ANO W w tr A J i0 1p O O O O N O O O O O O O l n 0 0 0 o O ---------- r---- Nro ro N O W O� Jtn O(n N 000003 3 00000 r r 00 r N r H 0 O ow0co0) 0 W I toOOO O O 0000 00 O 000000 0 0 0 0 0 0 0 O -------------- ---- r III I z H 1 O 10 W J Ol ill O I -------------- troyy+030ZOtyrob' II I zro07KH bz II 1 yH OH H Z r O II (D c Cytwn° ii i o r (nrmazxo iib i ro 'TJ rt �HO� n II H. i M r m ^azo Il p 1 N to (�*J d0�vmii� aam ;il H C H II 1 k M (n YMz II I .• t -I I f0 1 O IG 0 Fd In N 00 II fF I C 3 II I --------------- I K 1 I I n I ii b c ounr� I o l l 1 M 7 O II 1 NW p r H- ---------------11 ---- i (D ii I w n II 1 (DF( II H - I I m II rt I u a I u r I II I II I I ii ____ in r < r I LD b c pz 111 Frot C i H row r II H� :J I b M ID wr to Ao II n It I wK 0 0 off II 1 �Ytz*7 --------------- II ---- 1 r (n II I nMH u b J Co V1 II H 1 t0 y w to m m II 0 I N mw o rn II rt 1 v b O In O W N II a 1 0 (n II H P n c,o 0 0011 I b 00 0 00 II I b II 1 M _____________ r ii i o�N� c � iiroc i HM roN r II N•� I bbz Cn O m to 11 (D H• 1 b O O o0 II w0Fd I I b 7a '------------- II ---- I to O r I 1 r n H i ywHtM oto w rN II' I OO N lP O II fF 1 10 M�4 O O O O O I I a 1 N M IIr 1 mrz 00 0 00 II I NOH 00 O 00 __________ II 1 O II I ro i II FSC I II H tiI 11 O H I nmrr I ---------------- n I u 1 u II 1 11 II H 1 II O II n I 1 II r 1 II D, Jw �x r r oo Dr A � —G CM 0 o H- a n 7 ::, n (D n n -i t (D N Jr (D- O J SG N � e m T d �K C M N H b rHn tZ 00 t:lH 10�7w M t7 (n <ID MOn N U H. H< a' (D vJb�a M m0 r m M 3 Nro ro w rnr r rA (n Aotnmw(n to 3 o o wO0 O O O H 0 C) 0 0 0 30 r r r r w N A H r A 0 J J A ANO W w tr A J i0 1p O O O O N O O O O O O O l n 0 0 0 o O ---------- r---- Nro ro N O W O� Jtn O(n N 000003 3 00000 r r 00 r N r H 0 O ow0co0) 0 W I toOOO O O 0000 00 O 000000 0 0 0 0 0 0 0 O -------------- ---- r III I z H 1 O 10 W J Ol ill O I -------------- troyy+030ZOtyrob' II I zro07KH bz II 1 yH OH H Z r O II (D c Cytwn° ii i o r (nrmazxo iib i ro 'TJ rt �HO� n II H. i M r m ^azo Il p 1 N to (�*J d0�vmii� aam ;il H C H II 1 k M (n YMz II I .• t -I I f0 1 O IG 0 Fd In N 00 II fF I C 3 II I --------------- I K 1 I I n I ii b c ounr� I o l l 1 M 7 O II 1 NW p r H- ---------------11 ---- i (D ii I w n II 1 (DF( II H - I I m II rt I u a I u r I II I II I I ii ____ in r < r I LD b c pz 111 Frot C i H row r II H� :J I b M ID wr to Ao II n It I wK 0 0 off II 1 �Ytz*7 --------------- II ---- 1 r (n II I nMH u b J Co V1 II H 1 t0 y w to m m II 0 I N mw o rn II rt 1 v b O In O W N II a 1 0 (n II H P n c,o 0 0011 I b 00 0 00 II I b II 1 M _____________ r ii i o�N� c � iiroc i HM roN r II N•� I bbz Cn O m to 11 (D H• 1 b O O o0 II w0Fd I I b 7a '------------- II ---- I to O r I 1 r n H i ywHtM oto w rN II' I OO N lP O II fF 1 10 M�4 O O O O O I I a 1 N M IIr 1 mrz 00 0 00 II I NOH 00 O 00 __________ II 1 O II I ro i II FSC I II H tiI 11 O H I nmrr I ---------------- n I u 1 u II 1 11 II H 1 II O II n I 1 II r 1 II D, Jw �x r r oo Dr A � —G CM 0 o H- a n 7 ::, n (D n n -i t (D N Jr (D- O J SG N � e m T d �K C M N H b rHn tZ 00 t:lH 10�7w M t7 (n <ID MOn N U H. H< a' (D vJb�a M m0 r m M o4 LOs ,N r* x x x C4 UFOR10 THOMAS A. TIDEMANSON, Director February 9, 1990 COUNTY OF LOS ANGE� I�1ED DEPARTMENT OF PUBLIC WORVS.ND BAR 900 SOUTH FREMONT AVENUE CITY CLERK Mr. Robert Van Nort City Manager City of Diamond Bar 21660 E. Copley Drive Diamond Bar, CA 91765 Dear Mr. Van Nort: ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (818) 458-5100 PUBLIC WORKS MUTUAL AID AGREEMENT nJJ FL 14 ARJSSSj&CORRESPONDENCE TO: P.O. BOX 1460 ALHAMBRA, CALIFORNIA 91802-1460 IN REPLY PLEASE RM -0 REFER TO FILE: As you know, the seismic experts tell us that there is a very high probability that the Southern California Region will experience a devastating earthquake within the next 30 years on one of the many faults that criss-cross this region. The estimated impact of such an earthquake on the infrastructure that we as public works officials are responsible for maintaining is staggering and is pro- jected to be beyond the resources of any single City or County to cope with. It will be absolutely vital that the impacted public works agencies be able to get assistance from other public works agencies quickly to effectively deal with such a catastrophe. We believe the best way to do this is to have public works mutual aid agreements in place before the earthquake strikes. Recognizing this need, my staff has jointly developed the attached Public Works Mutual Aid Agreement with the staffs of other public works departments and the State Region I Office of Emergency Services. I am pleased to report that the Los Angeles County and Orange County BoardsofSupervisors recently approved this Agreement so it is in full force and effect between our two Counties. It has also been sent to eight other Southern California Counties with the expecta- tion that they and the cities within those counties will become signatories to the Agreement. Eventually, we are hopeful that Counties and Cities statewide will become parties to the Agreement. In a major emergency, the County would, of course, provide the full range of emergency services to contract cities currently receiving our services and to other cities upon request under existing General Services Agreements up to the limit of our available resources. However, in a truly catastrophic disaster, our resources will be depleted and it will be necessary to request outside assistance. Also, many cities in the County do not have existing mutual aid agreements to provide one another with public works assistance in a disaster. It is for these reasons that it is desirable for all cities in the County become parties to the attached agreement. Mr. Robert Van Nort -2- February 9, 1990 We invite your City to join with us as a party to the Agreement so that you can share in its benefits. The Agreement does not obligate your City to provide anything, but it establishes procedures for you to receive critical assistance in a disaster if needed. In the event your City does provide public works mutual aid assistance to a City or County, you would be fully compensated under the terms of the Agreement. If you have any questions regarding the Agreement, please contact my Disaster Services Coordinator, Ken Weary (phone 818-458-3981). Please process a duplicate copy of the attached signed Agreement to your City Council for approval. Upon execution by your Council, we request that you pro- vide a signed copy to us for our records in accordance with Paragraph 19 of the Agreement. Very truly yours, T. A. TIDEMANSON Director of Public Works DONALDY. LNE Deputy ector KEW:ds/PM-PWMAA Attach. cc: Mr. Ronald Kranzer City Engineer Mr. Jerry Roach Area "D" Coordinator THOMAS A. TIDEMANSON. Director October 19, 1989 l_ lJ v ..N .. .L u .. .J 1.' V t'L_N 11.J_J.IJ"') DEPAIRTNIEST OF PUBLIC W0 RXS 900 Sot'T { FR -MOI(T AVENUE LLVAMALA, CAI IF()BNIA 91103-13:11 Tel<p.ionc 3&1).13&-5100 Honorable Board of Supervisors County cf Los Angeles 383 Hall of Administration 500 West. Temple Street Los Angeles, California 90012 Dear Supervisors: MULTI -COUNTY PUBLIC WORKS MUTUAL AID ALL SUPE:RYISORIAL DISTRICTS RECOMMENDATIONS: That your Board: ADDRESS ALL CORRESPONDENCE TO: P.D. SOX 1460 ALHAMBRA. CALIFORNIA 91&01.1460 IN REPLY PLEASE RM -0 REFER TO FILE AD (� P T F ,.� D) ccU cc UN Y OF 4-:3 OCT 3 11989 AGREEMENT ARRY J. MONTEILN IIECUTIVE OFFICER 1. Approve the attached Agreement for Public Works Mutual Aid between the County of Los Angeles and Orange County as initial signatories with a provision to allow other Counties, Cities and State agencies to become subsequent additional parties to the Agreement. 2. Instruct the Chairman of the Board to sign the.Agreement. Representatives of the Los Angeles County Department of Public Works have been working with representatives of other County and City Public Works Departments, the State Office of Emergency Services, the American Public Works Association, the League of California Cities and County Supervisors Association of California to develop a formal Mutual Aid Agreement for rendering Public Works Mutual Aid in disasters. Formal Mutual Aid Agreements already exist for the Fire Service, Law Enforcement and Coroner agencies throughout the State. It has been recognized that formal- ized Mutual Aid Agreements are also needed in the public works discipline which is heavily involved in major disasters. Because the need for Public Works Mutual Aid occurs less frequently than in fire and law enforcement, reciprocal service is less likely within any reasonable time frame so a reimbursement pro- vision has been included in the attached Agreement.-.. The California Emergency Services Act sets forth in Title 2, Division 1, Chapter.7 (Section 8550 et seq.) of the Government Code and specifically Article 14 (Section 8630 et seq.) of the Act the basis.for Public Works Mutual Aid Agreements- authorization: Honorable Board of Supervisors Page 2 October 19, 1989 The attached Agreement is between Los Angeles County and Orange County as initial signatories. However, it has been endorsed by representatives of all of the Southern California Counties and the Region I State Office of Emergency Services and those agencies are expected to approve and also become signatories as provided under the terms of the Agreement. It is anticipated that many of the cities in these counties will also become parties to the Agreement. The Agreement is intended to be used only in major disasters when the available resources of any one County are not adequate to cope with the disaster and out- side public works resources are required. It is anticipated that in such a case, a_Local Emergency will have been declared and a State of Emergency will probably be requested. While the Agreement is primarily aimed at a catastrophic disaster such as a major earthquake, it could be used -for any disaster such as a major flood. The basic provisions -of the Agreement are, -that rendering of mutual aid by any party is strictly voluntary so that the -resources of the assisting party are not unreasonably depleted by the rendering of such aid. The aid pro- vided by a party would be fully reimbursed by the party receiving the aid. (In a major disaster, most of this cost is likely to be reimbursed by the State and Federal Governments). The approval of this Agreement will be a major step in developing critical assistance to save lives and protect property of the citizens of this County and its Cities by..allowing us to receive public works assistance from other Counties and Cities in Southern California and allowing us to provide assistance to them so they can do the same. Attached are three copies of the Agreement which have been reviewed and approved as to form by County Counsel. Upon approval, please return the two copies marked "ORIGINAL° to this Department for processing together with four approved copies of this letter. The County File Copy is for your files until the fully executed County's Copy is returned to you, -at which time the County File Copy -should be conformed and forwarded.to the Auditor -Controller. Respectfully submitted, T. A. TIDENAN N i irector(of ublic Works- KEW:ad/8-BLAID Attach. cc:- CAO (Disaster Services) BOARD OF SUPERVISORS ORANGE COUNTY, CALIFORNIA MINUTES January 9, 1990 PUBLIC WORKS MUTUAL AID AGREEMENT NO. 62170 WITH LOS ANGELES COUNTY: Environmental Management Agency requests approval of agreement for Public Works Mutual Aid. MOTION: On motion by Supervisor Vasquez, seconded by Supervisor Roth, the Board moved to: 1. Authorize execution of Mutual Aid Agreement No. 62170 with Los Angeles County as initial signator with provision for other counties, cities and State Agencies to -become subsequent additional parties. 2. Designate Environmental Management Agency Public Works Operations Manager as Coordinator for Orange County. MOTION UNANIMOUSLY CARRIED. u:i.:G:.M1N_ PUBLIC WORKS MUTUAL AID AGREEMENT This Mutual Aid Agreement ("Agreement") is made and entered into by those parties who have adopted and signed this Agreement. WHEREAS, the California Office of Emergency Services, the League of California Cities, the County Supervisors Association of California, and the American Public Works Association have expressed a mutual interest in the establishment of a plan to facilitate and encourage public works mutual aid agreements between political subdivisions throughout California; and WHEREAS, the parties hereto have determined that it would be in their best interests to enter into an agreement that implements that plan and sets forth procedures and the responsibilities of the parties whenever emergency personnel, equipment and facility assistance is provided from one party's Public Works Department to the other; and WHEREAS, no party should be in a position of depleting unreasonably its own resources, facilities, or services providing such mutual aid; and WHEREAS, such an agreement is in accord with the California Emergency Services Act set forth in Title 2, Division 1, Chapter 7 (Section 8550 et seq.) of the Government Code and specifically with Article 14 (Section 8630 et seq.) of the Act. NOW, THEREFORE, IN CONSIDERATION OF THE CONDITIONS AND COVENANTS CONTAINED HEREIN, THE PARTIES AGREE AS FOLLOWS: 1. For this Agreement, the following terms shall be ascribed the following meanings: a. "Coordinator" shall mean the person designated by each party to act on behalf of that party on all matters relative to mutual aid, to include but not be limited to requests, responses, and reimbursement. b. "Local Emergency" shall mean the actual or threatened existence of conditions of disaster or extreme peril to the safety of persons or property within the territorial limits of one of the parties caused by human or natural conditions such as air pollution, fire, flood, storm, wind, earthquake, explosion, transportation accident, hazard- ous material problem, tsunami, sudden or severe energy shortage, epidemic, riot or other occurrences, other than conditions resulting from a labor controversy, which occurrences, or the immediate threat thereof, are likely to be beyond the control of the personnel, equipment, or facilities of that party to this Agreement and which personnel, equipment or facilities of the other party are therefore desired to combat. C. An "Operational Area" for the coordination of public works mutual aid shall normally be a County and all the jurisdictions within the County that are parties to this Agreement. A different public works opera- tional area may be established by the parties in some unique cases. 2. Coordinators designated by each party shall be designated by Title, Name, Address and Phone Number, and if said Coordinator changes, the other parties of the Agreement shall be notified in writing as soon as l� practical after the appointment has been made through the Agreement Coordinator designated in Paragraph 18 hereinafter. C 3. When a Local Emergency has been proclaimed by party's governing body or authorized official, the Coordinator may request assistance. 4. When request for assistance is received, the assisting Coordinator shall promptly advise of the extent of response, provide whatever personnel, equipment, and/or facilities as can be provided without jeopardizing the safety of persons or property within their jurisdiction. No party receiving a request for assistance shall be under any obligation to provide assistance or incur any liability for not complying with the request. 5. When the assisting Coordinator's personnel, equipment, and/or facil- ities are no longer required or when assisting Coordinator advises that the resources are required within their own jurisdiction, the requesting Coordinator shall immediately arrange for the return of those resources. 6. Requesting party shall be responsible for the safekeeping of the resources provided by the assisting party. Requesting Coordinator shall remain in charge of the incident or occurrence and shall provide control and direction to the resources provided by the assisting party. The request may include for providing supervisory personnel to take direct charge of the resources under the general direction of the requesting Coordinator. Requesting Coordinator shall make arrange- ments for housing and feeding, assisting personnel, fueling, servicing, and repair of equipment if such support is requested by assisting Coordinator. Assisting party's personnel shall not be deemed employees of requesting party and vice versa. 7. The requesting party agrees to pay all direct, indirect, administra- tive and contracted costs of assisting party incurred as a result of providing assistance pursuant to this Agreement, based upon standard rates applicable to assisting party's internal operations. Payment shall be made within sixty (60) days after receipt of a detailed invoice. Requesting party shall not assume any liability for the direct payment of any salary or wages to any officer or employee of assisting party. 8. Requesting party shall hold harmless, indemnify, and defend the assisting party, its officers, agents, and employees against all lia- bility, claims, losses, demands or actions for injury to, or death of, a person or persons, or damages to property arising out of, or alleged to arise out of or in consequence of, this Agreement provided such liability, claims, losses, demands, or actions are claimed to be due to the acts or omissions of the requesting party, its officers, agents, or employees, or employees of the assisting party working under the direction and control of the requesting party when the act or omission of such assisting party employee occurs or is alleged to occur within the scope of employment under the direction and control of the requesting party. 9. When mutual aid is provided, the requesting and assisting agencies, will keep account records of the personnel, equipment, and materials provided as required by Federal and State (NDAA) and FEMA guidelines to maximize the possibility of Federal and State disaster reimbursement. Each party shall have access to other party's records for this purpose. 10. Agreement shall take effect immediately upon its execution and shall remain in effect until terminated. 11. Any party may withdraw from agreement without cause upon delivery of sixty (60) days prior written notice to the Agreement Coordinator designated in Paragraph 18 hereinafter. 12. To the extent that they are inconsistent with this agreement all prior agreements for public works mutual aid between the parties hereto are hereby null and void. 13. Requests for mutual aid assistance under this Agreement when more than one County is impacted by a disaster, should be channeled through the appropriate Regional State Office of Emergency Services to ensure maximum effectiveness in allocating resources to the highest priority needs. 14. Requests for Public Works assistance from outside of an operational area should be channeled through the authorized emergency management organizations for the requesting and providing parties' operational areas. 15. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration in accordance with the Rules of the American Arbitration Association and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. 16. This Agreement in no way acts to abrogate or waive any immunity available under the Tort Claims Act. 17. Initial signatories to this Agreement are: Los Angeles County Orange County 18. The County of Los Angeles shall act as the initial Agreement coordinator of this program for the purpose of: a. Receipt of new members to the Agreement. b. Maintaining a current list of signatory parties and representatives. c. Circulating annually a list of all parties and Representatives to all signatory parties. d. Arranging for amendments to agreement as may be necessary. The party acting as Agreement Coordinator may transfer these responsi- bilities to another party with the consent of that party and upon notification of the other parties to the Agreement. 19. All signatory parties agree that any other qualified public agency or quasi public agency may become a party to this agreement by executing a duplicate copy of this agreement and sending same to the Agreement Coordinator, initially the County of Los Angeles, addressed as follows: The Los Angeles County Department of Public Works 900 South Fremont Avenue Alhambra, CA 91803-1331 Attention: Disaster Services Coordinator IN WITNESS THEREOF, the parties hereto have executed this Agreement by their duly authorized officers on the dates hereinafter indicated. ATTEST c`i; Larry J. Monteith` 05 ANGELES COUNTY Executive Officer -Clerk of'�♦ :_-.� i y � _..F!' irk the Board of Supervisors z —'/ vRt:la�' BY �'-'' �-' ter.%✓ DEPUTY CHAIRMAN, BOARD OF SUPERVISORS' ATTEST SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE. CRAIP14AN OF THE BOARD. LINDA D. RUTH JAN g ., CLERK OF THE BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA APPROVED AS TO FORM DeWitt W. Clinton County Counsel BY PRINCIP L DEPUTY APPROVED AS TO FORM: ADRIAN KUYPER, COUNTY COUNSEL ORANGE COUNTY, CALIFORNIA '7 Deputy AZV a R-MCPW ORANGE COUNTY ZY O'eZ CHAIRMAN, BOARD OF SUPERVISORS BO;1R�' iiE: ,� CCU.% r��i : cr' S�f'S n _ j -8S LARRY j. EXECUTNE oFFICER The City Council of the City of Diamond Bar has accepted that certain agreement called "Public Works Mutual Aid Agreement" this 6th day of March, 1990. Phyllis E. Papen, Mayor ATTEST: Lynda Burgess, City Clerk PROCLAMATION OF THE CITY OF DIAMOND BAR, COUNTY OF LOS ANGELES, STATE OF CALIFORNIA, PROCLAIMING THE MONTH OF FEBRUARY, 1990 AS "PORTABLE RADIO AND BATTERIES" MONTH IN CONJUNCTION WITH THE YEAR-LONG EARTHQUAKE SURVIVAL PROGRAM IN SOUTHERN CALIFORNIA WHEREAS, the County of Los Angeles adopted and implemented the Earthquake Survival Program which encourages residents to take a different precaution each month; and WHEREAS, the loss of life and property can be greatly reduced if appropriate preparedness measures are taken before a damaging earthquake; and WHEREAS, the month of February has been designated as the month to purchase a portable radio and batteries in conjunction with the Earthquake Survival Program; and WHEREAS, all residents of Southern California are encouraged to continue taking emergency preparedness precautions to make themselves more self-sufficient in the event of a catastrophic incident, such as a major earthquake; and WHEREAS, the year-long educational campaign, known as the Earthquake Survival Program is recognized as a convenient method for residents to better prepare themselves and also to enhance their awareness of the ever-present threat of earthquakes; NOW, THEREFORE BE IT PROCLAIMED by the City Council of the City of Diamond Bar that the month of February, 1990 is PORTABLE RADIO AND BATTERIES MONTH in the City of Diamond Bar and the City Council encourages all residents to store a portable radio and batteries for use during power outages following a major earthquake. This preparedness step will help to keep them informed of subsequent events that occur and to advise them of precautionary actions they should take for their own safety and survival. Mayor ATTEST: LYNDA BURGESS, City Clerk of the City of Diamond Bar RECEIVED CCA19401, E3AR v Fps T _' AUNTY OF LOS ANGELES ?CIf;I�DMINISTRATIVE OFFICE 713 HALL OF ADMINISTRATION I LOS ANGELES, CALIFORNIA 90012 • �4WOW" 974-1101 RICHARD B. DIXON CHIEF ADMINISTRATIVE OFFICER February 13, 1990 The Honorable Phyllis City of Diamond Bar 21660 E. Copley Drive, Diamond Bar, CA 91765 Dear Mayor Papen: Papen, Mayor Suite 330 EARTHQUAKE SURVIVAL PROGRAM PROCLAMATION MEMBERS OF THE BOARD PETER F.SCHABARUM KENNETH HAHN EDMUND D.EDELMAN DEANE DANA MICHAEL D. ANTONOVICH The Los Angeles County Board of Supervisors recently proclaimed February, 1990 as "Portable Radio and Batteries Month" (draft proclamation attached) in conjunction with the Southern California Earthquake Survival Program (ESP). This is the tenth precautionary measure of the Earthquake Survival Program for presentation to the residents of Southern California. I am pleased to have the City of Diamond Bar's name on our monthly mailing list for ESP informational material. Thank you for your continued support of this important public awareness program and for joining in our efforts to encourage all residents to take steps now toward earthquake preparedness. Sincerely, RICHA t B. DI N Chief Administrative Officer RBD:MLK JEH : j S10 Attachment 02PROCL4.LEM ,a PROCLAMATION OF THE BOARD OF SUPERVISORS OF THE COUNTY OF LOS ANGELES, STATE OF CALIFORNIA, PROCLAIMING THE MONTH OF FEBRUARY, 1990 AS "PORTABLE RADIO AND BATTERIES" MONTH IN CONJUNCTION WITH THE YEAR-LONG EARTHQUAKE SURVIVAL PROGRAM IN SOUTHERN CALIFORNIA. WHEREAS, the County of Los Angeles adopted and implemented the Earthquake Survival Program which encourages residents to take a different precaution each month; and WHEREAS, the loss of life and property can be greatly reduced if appropriate preparedness measures are taken before a damaging earthquake; and WHEREAS, the month of February has been designated as the month to purchase a portable radio and batteries in conjunction with the Earthquake Survival Program; and WHEREAS, all residents of Southern California are encouraged to continue taking emergency preparedness precautions to make themselves more self-sufficient in the event of a catastrophic incident, such as a major earthquake; and WHEREAS, the year-long educational campaign, known as the Earthquake Survival Program is recognized as a convenient method for residents to better prepare themselves and also to enhance their awareness of the ever-present threat of earthquakes; NOW, THEREFORE BE IT PROCLAIMED by the Board of supervisors that the month of February, 1990 is PORTABLE RADIO AND BATTERIES MONTH in Los Angeles County and the Board encourages all residents to store a portable radio and batteries for use during power outages following a major earthquake. This preparedness step will help to keep them informed of subsequent events that occur and to advise them of precautionary actions they should take for their own safety and survival. -2- I DO HEREBY CERTIFY that at a regular meeting of the Board of Supervisors of the County of Los Angeles on the day of was adopted. , 19 , the foregoing proclamation IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Board of Supervisors of the County of Los Angeles this day of APPROVED AS TO FORM: DE WITT W'CLINTON County Counsel esproc02 19 LARRY MONTEILH, Executive Officer - Board of Supervisors of the County of Los Angeles By -3- Deputy PROCLAMATION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, PROCLAIMING THE WEER OF MARCH 11-17, 1990 AS GIRL SCOUT WEER WHEREAS, Girl Scouts of the U.S.A. is the largest voluntary organization for girls in the world and recognizes that today's girls' will be tomorrow's leaders; and WHEREAS, the Girl Scout Movement emphasizes building self- confidence, leadership skills, and decision-making ability; and WHEREAS, Girl Scouts of the U.S.A. celebrates individuality in girls that they may develop their full potential; and WHEREAS, Girl Scouts of the U.S.A. is open to all girls ages 5 yo 17 and offers a program that is responsive to their needs and interests; NOW, THEREFORE, the City Council of the City of Diamond Bar hereby proclaim March 11-17, 1990, Girls Scout Week in the City of Diamond Bar and thus, do urge the citizens of the City of Diamond Bar to support Girls Scouts in their endeavors. MAYOR ATTEST: LYNDA BURGESS, City Clerk of the City of Diamond Bar February 9, 1990 Hon. Mayor of Diamond Bar Ms. Phyllis Paten City Hall 21660 E. Copley Dr. Suite 100 Diamond Bar, CA 91765-4177 Dear Mayor Paten, GIRL SCOUTS Spanish Trails Girl Scout Council 1707 North Towne Avenue Pomona, California 91767-3897 714/623.2518 818/331-7325 March 11-17, 1990, is Girl Scout Week. In honor of the occasion, Girl Scouts in your city request that you proclaim March 11-17 as Girl Scout Week (a sample proclamation is attached for your consideration). We also request that our proclamation be read at the city council meeting. We would like to have some girls, representing the neighborhood, to do a flag ceremony. Please contact me at (818) 331-7325, (714) 623-2518 or (213) 693-0268 and let me know if this can be done. We deeply appreciate your support in recognizing this time as Girl Scout Week. Sincerely, f Sharon J. Hewitt Public Relations Director SH/vr EQUAL OPPORTUNITY EMPLOYER • AGENCY OF UNITED WAY. INC. a GIRL SCOUT NEER PROCLAMATION WHEREAS, Girl Scouts of the U.S.A. is the largest voluntary organization for girls in the world and recognizes that today's girls' will be tomorrow's leaders; and WHEREAS, the Girl Scout Movement emphasizes building self- confidence, leadership skills, and decision-making ability; and WHEREAS, Girl Scouts of the U.S.A. celebrates individuality in girls that they may develop their full potential; and WHEREAS, Girl Scouts of the U.S.A. is open to all girls ages 5 to 17 and offers a program that is responsive to their needs and interests; NOW, THEREFORE, I (name of mayor), by virtue of the authority vested in me as mayor of (community) hereby proclaim March 11-17, 1990, Girl Scout Week in (community)'and thus, do urge the citi- zens of (community) to support Girl Scouts in their endeavors. lzop RECCIVED DIAMOND BAR SA� GABRIEL VALLErA550CIATION OF CITIES Ell " �7� ' 1= a _ P.O. BOX 576 WEST COVtNA, CA I RNA 91793 • (714) 598-2020 FOR IMMEDIATE DISTRIBUTION: MAYOR, CITY MANAGER, COUNCILMEMBERS Subject: (Agenda item for scheduling at your earliest convenient City Council meeting date) WASTE -BY- RAIL - PROPOSED JOINT POWERS AGREEMENT Over the last four years the San Gabriel Valley Association of Cities has been working toward a significant solution to the problem we all have --- solid waste disposal. After the unanimous vote of our 30 cities to proceed, the Association has gone forward to initiate a Joint Powers Agreement to implement one of these key solutions - rail -haul. Your city representative was recently furnished a project summary for the implementation of a "waste -by -rail" disposal system for our region. Refer to that summary for details. The attached reprint (TRIBUNE 1/21/90) summarizes the situation. Within 90 days, if possible, we seek a commitment from interested cities for trash tonnage totalling a minimum of 24000 tons per week. A successful project will mean the participating cities will have solved their solid waste disposal problems for well over 100 years at rates lower than many proolem areas pay now. The program requires a commitment now although it will be a few years before the "Authority" is operational. By that time several existing landfills will have closed or will have used up most of their operational life. We would like to have one of our committee members make a presentation to your council and get your agreement to be a member of the JPA. Please contact me as soon as possible to coordinate your scheduled meeting with one of our Solid Waste Committee members. Please schedule this item early in your agenda as our volunteers have 30 meetings to cover in addition to their regular council duties. They will attend your meeting only if request is made and they will present the program and answer your questions. Let me remind you also that AB 939 requires that each city report on their trash tonnage totals and that recycling be implemented. ( The League furnished you a good summary of AB 939). Penalties in the bill can amount up to $10,000 per day for non-compliance. This project will address the requirements of AB 939 in a very positive manner as it covers recycling and disposal. I look forward to hearing from you in the near future. ;fid K a� Harvey K. Holden Executive Director Note: 23 pg. Draft/Jt. Powers Agreement furnished on request. Committee member assigned to your city as indicated. Tom Harvey Sam KnowlesHenry Morgan Nell Soto ra•Areadia•AzuMMW4 11 P py'+tl(v*ieo CpylMa4l3ovndMOGLkvte EQ$nuGWoia dustry•i win"* C86"n ag- La Puente -La Veme • Monrovia Monterey Park•Pasadena-Pomona•Rosemead•San Dimas -San Gabriel -San Marino -Sierra Madre -South EI Monw-South Pasadena -Temple City-Walnut•West Covina Tribune/News Sunday, January 21, 1990 Rail plan for waste makes gamin 25 members from cities in Valley show support By DONNA JOHNSON Staff writer BALDWIN PARK — Backers of the San Gabriel Valley's waste - by -rail plan are taking to the streets. Representatives from 25 of the 30 members of the San Gabriel Valley Association of Cities unani- mously endorsed strategies last week for asking city councils to Put themselves on record in sup• port of hauling all or part of their trash to the desert. The association's waste task force chairman, La Verne Coun- cilman Thomas Harvey, said his committee will have a schedule by mid-February for presenta- tions to the councils. In addition to cities in the Valley, possible participants in- clude Kern, Los Angeles, Orange, Riverside, San Bernardino and Ventura counties, as well as cities in each of those counties. Harvey estimated it will take three to four months to get oom- mitments for the minimum Koo0 tons of .rash per week that will mane Cine proposal workable. The task force's timeline allows one year to line up participants. and study, Harvey said, `+people no longer call this a crag no- tion. } "We have a window of oppor- tunity but it could close very anon," he added. "We have the capacity for the region to mobi- lite and work together to solve our waste management prob- lems." Cities and counties that g@t on Ward the rall-haul system early will get a break in the coati o(* the system is operational. While operating costs have not been pinned down, Harvey said, they will be funded by members of a pact, called powers authority, through a AM`s fee for the trash that Is dumped at receiving stat ipp0 r tpe dwrt. There will be no cost to the pact's members until the system is ready to run. No final decisions have been made yet, he said, on proposed locations for the transfer stations where garbage will be gathered and loaded into railcars, or for potential dump sites in the far reaches of Riverside and San Bernardino counties. "That's up to the private sector — the two consortiums formed between railroads and waste -haul- ing companies — to resolve. We're doing our half by getting the public sector to start the process and begin the system." Harvey said "stuff is going on behind the scenes" to choose the sites, but the issues are independ- ent from the task force's work to get cities to contract for deliver~ ing their trash. "West Covina, for ina`umce, can say, 'We don't want a transfer station.' They don't have to have one. But they could still be a member of the JPA." DINT POWERS AGRE -•„ NGELES COUNTY METROPOLITAN A W -BIP-�II.::.`.._ AND DISPOSAL SY -" i 3 :3 This Joint Powers Agreement is made and entered into by and between County Sanitation District No. 2 of Los Angeles County ("District"), for itself and on behalf of County Sanitation Districts No. 1, 2, 3, 5, 8, 15, 16, 17, 18, 19, 21, 22, 23, 29 and the South Bay Cities Sanitation Districts of Los Angeles County (hereinafter collectively referred to as "Districts"), and such other governmental entities which may become party to this agreement as provided, hereinafter referred to individually as "City" and collectively as "Cities". WHEREAS, the Los Angeles County Sanitation District Joint Refuse Transfer and Disposal System Agreement dated April 8, 1970, and amendments theretoempowersDistrict to enter into certain transactions for and on behalf of County Sanitation District Nos. 1, 2, 3, 8, 15, 16, 17, 18, 19, 21, 22, 23, 29 and the South Bay Cities Sanitation Districts of Los Angeles County. WHEREAS, as a consequence of the closure of landfills, and constraints on the expansion of existing landfill sites and the implementation of new landfill sites in Los Angeles County, the County is facing a projected shortage of authorized landfill disposal capacity in the metropolitan area by the year 1992- WHEREAS, 992 WHEREAS, Districts are special districts organized and existing pursuant to the County Sanitation District Act, California Health & Safety Code Section 4700, et. sem., and have the power to acquire, own, control, manage, and dispose of property necessary for the construction, 1 maintenance, and operation of a refuse transfer and disposal system or facilities. WHEREAS; Cities are individually empowered to acquire, own, control, manage, and dispose of property necessary for the construction, operation, or maintenance of a refuse transfer and disposal system, including entering into contracts with others to perform some or all of these functions related to implementing a waste -by -rail and disposal system and including setting of fees and charges for the disposal of solid waste, and to sell or otherwise dispose of any by-products therefrom. WHEREAS, Cities through State law and local ordinances are each responsible for the disposal of all or a portion of the municipal solid waste generated within its municipal boundaries, and each is empowered to enter into contracts for the collection and disposal of this waste, and may enter into agreements for the future collection and disposal of such waste, including agreements whereby the waste would be handled exclusively by a certain refuse transfer and disposal facility or system for a term of 25 years or longer. WHEREAS, District, the San Gabriel Valley Association. of Cities (SGVAC), anti various other cities, agencies, and..organizations have individually and/or jointly evaluated refuse transfer and disposal by utilization of transfer and transportation by long haul rail systems to refuse disposal sites outside of Los Angeles County (referred to hereinafter as "Waste -by -Rail"), and have concluded that such systems can be a technically and economically viable means of solid waste management. Waste -by -Rail, incorporating or in combination with waste reduction, materials recovery, other transfer stations and at metropolitan landfills, would be consistent with a balanced approach to solid waste management. 2 WHEREAS, District acting as the lead agency on behalf of its member cities and at the request of SGVAC has prepared and administered a request for proposals for the design, permitting, construction, financing, and operation of a complete Waste -by -Rail System to manage a portion of the Los Angeles County metropolitan area's municipal solid waste after collection, and is proceeding with the evaluation of those proposals received as a result of this request. WHEREAS, SGVAC, an organization formed to represent the common interests of cities in the San Gabriel Valley, and the Solid Waste Committee of SGVAC have independently evaluated the implementation of Waste -by -Rail to serve a portion of the solid waste management needs of its member cities. _ WHEREAS, the Southern California Association of Governments at the direction of SGVAC has completed a feasibility study, dated April 21, 1988, which found that hauling solid waste by railroad from the San Gabriel Valley was technically feasible, and the City of Los Angeles commissioned a study, dated May 1988, which found that long-haul by rail of solid waste from the City of Los Angeles to disposal sites beyond the City's boundaries was technically feasible. WHEREAS, District desires to continue with the evaluation and possible implementation of Waste -by -Rail for the Las Angeles County metropolitan area, and that such activity be carried outs in an organized, timely manner. If it is decided toproceed with Waste -by -Rail, _ the parties hereto desire that it be technically sound, environmentally acceptable, and financially feasible, and sckm Cities through the mechanism of the joint powers authority provided for hereby. 3 NOW THEREFORE, District and Cities do agree as follows: Section 1. Purpose, 1.1 This Agreement is made pursuant to the provisions of Chapter 5, Division 7, Title 1 of the Government Code of the State of California ("the Act') relating to the joint exercise of powers common to public agencies. District and Cities each possess the powers referred to in the recitals set forth above. Individual entities are expected to evaluate this agreement; those that agree to deliver waste shall set forth any conditions on such delivery at the place indicated on the execution page. Upon achieving agreements providing for delivery of a total of 24,000 tons or more per week, the Authority shall be formed as hereinafter provided. Additional entities may become members as provided herein. The Board of Directors of Authority shall determine whether to proceed with implementation of Waste -by -Rail, and may take such further action as may be necessary or convenient for making such determination, including but not limited to negotiation with Cities and ordering studies. 1.2 The purpose of this Agreement include: (a) To obtain agreements with certain governmental entities ("Cities") providing for delivery for disposal of minimum quantities of municipal waste, utilizing Waste -by -Rail, and payment of fees therefor by such entities; (b) To establish a separate legal entity known the Los Angeles County Metropolitan Area Waste -by -Rail Authority (hereinafter referred to at "Authority) upon obtaining agreements 4 - t for transfer and loading of a minimum of 24,000 tons per week of municipal solid waste generated in Los Angeles County and/or adjacent counties; and (c) to implement a Waste -by -Rail and disposal system if certain conditions are met. 1.21 Execution of this Agreement shall be Cities' agreement to deliver to Authority the minimum number of tons set forth in the execution page of Agreement and on the terms specified. After formation of Authority, Authority may permit additional parties. The agreement to deliver and pay for waste in the quantities specified as assignable. Any agreement to accept waste is contingent upon full implementation of Waste -by -Rail system, or .-authority, and District specifically assumes no liability hereunder for waste management for any City or Member. 1.2.2 The Waste -by -Rail and disposal is intended to accept at transfer/loading facilities a minimum of 24,000 total tons per week of municipal solid waste generated in Los Angeles and/or adjacent counties and, after materials recovery to transport the remaining materials to a remote disposal site or sites, and if appropriate to implement and operate such facilities. Section 2 Members. Cities that are party to this agreement at the time of formation of the Authority become Members of the Authority upon its formation. District also becomes a Member. After formation of the Authority Governmental entities located within the County of Los Angeles or within a county adjacent to the County of Los Angeles may become Members and parties to this Agreement through execution of a joinder agreement in form substantially as set forth in Exhibit W. ' 5 The Board of Directors is directed and empowered to provide favored status to Cities which become party to this Agreement at an early date as incentive for early commitment of waste to the project. Sush incentives shall include but not necessarily be limited to a lower contracted charge to be paid by such Members for disposal of waste, and priority in the allocation of limited project waste handling capacity; Members shall be served up to their committed waste amounts based on the order in which they became parties to this Agreement. Section 3. Term. This Agreement among District and Cities is effective upon execution, and shall continue in effect to a date one year from the date of execution by District as shown next to the place for District execution; provided, however, that if District gives notice that Agreement has been obtained for delivery of 24,000 tons per week, then the term shall be extended for an additional period of 25 years; provided further that the Agreement can be extended for an additional period if mutually agreed upon by District and a majority of the then Members; provided, further, that the Board of Directors of Authority may terminate this Agreement and Authority at any time prior to January 1, 1993. Section 4. Authority. A. Creation of Authority. In the event that Cities which are parties hereto have agreed to deliver 24,000 tons or more of solid waste per week within one year of the execution of this Agreement by District, then there 6 shall be created a separate and distinct public entity, to be known as the Los Angeles County Metropolitan Area Waste -by -Rail Authority ("Authority"). The debts, liabilities and obligations of the Authority shall- not constitute debts, liabilities or obligations of District or Members of such Authority or the parties hereto. The parties hereto agree to take such further action as may be reasonable in order to complete formation of Authority. B. Board of Directors. Authority shall be governed by a Board of Directors composed of five (5) members, each serving in his or her individual capacity as a Director of the Board. Four (4) Directors of the Board shall be elected by the governing bodies of Members from a slate of candidates formed by a by given body. One (1) member of the Board shall be appointed by the Board of Directors of District and shall either be a Director or an employee of District The governing bodies of Members shall elect, and District Board of Directors shall appoint alternate directors to act as members of the Board during a director's absence, inability or refusal to act. Vacancies on the Board of a director originally elected by Members shall be filled through election by allMembers. Vacancies on the Board of a director originally appointed by District shall be filled by District- C. istrict C. Officers. The Board shall elect a Chairperson and Vice Chairperson from among its members at its Ent meeting. Thereafter at the first meeting held in each succeeding calendar year the Board shall elect or re-elect its Chairperson and Vice Chairperson. In the event that the Chairperson or Vice Chairperson ceases to be a member of the Board, the resulting vacancy shall be filled at the next meeting of the Beard held after such vacancy occurs. In the absence or inability of the Chairperson to act, the Vice Chairperson shall act as Chairperson. The Chairperson, or in his or her absence the Vice Chairperson, shall preside at and conduct all meetings of the Board. The Secretary to the Board of Directors of District shall act as Secretary of the Board. The Treasurer of the County of Los Angeles shall be the Treasurer of Authority and is designated as the Authority's depository to have custody of all funds of Authority from whatever source, subject to the provisions of any bond indenture or resolution. The Treasurer shall comply with the provisions of Government Code Section 6505.5 as ' that Section may be amended or as similar laws may from time to time provide. The Auditor of the County of Los Angeles shall act as Authority's Controller. The Controller shall be strictly accountable for all funds and shall report all receipts and disbursements. The Controller shall establish and maintain such funds and accounts as may be required by good accounting practice_ The books and records of Authority in= the hands of the Controller shall be open to inspection at all reasonable times by representatives of Members and District. The Controller within one hundred eighty (180) days after the close of each fiscal year shall give a complete written report of all financial activities -for -such fiscal year to all Members and to District. Remuneration for the Secretary, Treasurer- and Controller shall be approved or determined by the Board. The Board may from time to time change the designated Secretary, Treasurer or 8 Controller to any person who is qualified by law to occupy such office. The City Attorney or other legal counsel of any Member (representing all Members) or District Counsel (representing District) shall at the expense of the Authority on request attend the meetings of the Board and shall also on request advise the Board in cotinection with any business relating to the affairs of the Authority, with fee rates to be approved by the Board. The Board shall appoint or contract for the services of a Project Director and such other staff as is reasonably necessary to conduct the affairs of the Authority. The Project Director and members of the staff shall not be a member of the governing body of any Member nor a member of the District Board of Directors. For the initial five (5) year period of _this Agreement the Authority shall contract with District to provide the Project Director and staff who shall be members of the staff of District. Fo'ilowing this period the Project _Director and staff may be a member of the staff of either a Member or of District. The Project Director shall have overall managerial responsibility for overseeing the implementation of the project by the Authority's forces or under contract by others. The Project Director shall, within forty-five (45) days of the close of each calendar quarter, give a complete written report on all project activities including financial summaries to the Board D. Meetings of the Board. 1. Regular Meetings. r: ° 9 The Board shall provide for its regular meetings; provided that it shall hold at least two regular meetings in each year and such further meetings as either Members or District may reasonably request.- The dates upon which, and the hour and place at which any regular meeting shall be held shall be fixed by resolution and a copy of such resolution shall be delivered to all Members and to District. The place of the regular meetings shall be within the County of Los Angeles or adjacent counties. 2. Ralph M. Brown Act. All meetings of the Board, including without limitation, regular, adjourned regular, and special meetings, shall be called, noticed, held and conducted in accordance with the provisions of the Ralph M. Brown Act (Government Code Sections 54950 et seq.) as such act may be amended or as similar acts regulating the conduct of meetings of public agencies may from time to time provide. 3. Minutes, The Secretary of the Board shall cause minutes of regular, adjoutned, regular, and special meetings to be kept, and shall, as soon as possible after each meeting, CM a copy of the minutes to be forwarded to each member of the Board and to Members and OWricL 4. Quorum. t Three (3) members present at a Board meeting shall constitute f 'grrum for the 10 i4. transaction of business, except that a lesser number may adjourn for lack of a quorum. S. Tie Votes. In the event that the Board is equally divided and cannot agree on any matter that is material to the management of the affairs of the Authority, the Project Director shall become a voting member of the Board for the resolution of said matter. E Powers. Authority shall have the powers common to Cities and District including the power to acquire, own, control, manage, and dispose of property necessary for the construction, operation, or maintenance of a refuse transfer and disposal system, including implementing a waste -by -rail and disposal system, and including setting of fees and charges for the disposal of solid waste, setting administrative fees for supporting the activities of Authority, and to sell or otherwise dispose of any by-product therefrom. Authority is hereby authorized to do all acts necessary to the exercise of said common powers, including but not limited to the following: a. To make and enter into contracts; b. To employ agents and employees, and j op � for professional services; To the extent that Member employees render services for Authority, the charges therefore shall not exceed the Direct and Indirect Costs- Indirect Costs shall be a direct 11 percentage of Direct Costs and said percentage shall be identical for Members. Said percentage shall be as mutually agreed by Members. c. To acquire, construct, manage, maintain or operate any building, works, improvements or facilities necessary to the operation of the Project; d. To acquire by purchase, gift, lease or otherwise and to hold or. dispose of property and to receive grants; provided that any real property acquired by Authority shall be located within Los Angeles County or an adjacent county, e. To lease all or any part of the project; L To incur debts, liabilities, or obligations; g To issue bonds, notes, warrants or other evidences of indeb .tat fi�ancC_p eject costs, including without limitation the authority to issue revenue'U iocordance with Article 2, Chapter 5, Division 7, Title 1 of the Government Code of the State of California; h. To sue and be sued in its own name; - i. To apply for and ezecute appropriate grants or contracts of financial assistance; j. To establish by-laws by which the Board shall operate. Said powers shall be subject only to such restrictions upon the manner of exercising such powers as are imposed upon District in the exercise of similar powers. Section 5. Contributions. Each members shall pay upon invoice by Authority such sums as are necessary to pay expenses incurred by Authority, except no single Member with a population of less than 500.000 shall contribute an amount greater than 10% of the total amount. Prior to commercial operation of the project each City shall be assessed administrative fees in the proportion City's waste commitment bears to total commitments, to be collected on an annual basis with the first payment being thirty (30) days following the date City becomes a Member of Authority. During the period of commercial operation of the project each City shall pay an administrative fee assessed per ton of waste committed to the project to pay for Authority's administrative costs, to be separate and in addition to any other fees or charges. Those Members which become party to this Agreement by joinder following the formation of Authority shall also contribute to Authority an amount equal to the proportionate share of costs incurred to date for implementing the project, and existing Members :ball be proportionately reimbursed or a credit applied to future payments by such Members to Authority. r All invoices of Authority shall, unless protested in writing, be paid within forty-five (45) days of receipt. Members may potentially be reimbursed from any grants and net revenues accruing _ to the project from operation of the proposed system - 13 Section 6. Commitment of Solid Waste. By execution of this Agreement, and specifying the amount of waste agreed to be delivered and the terms and conditions of delivery, each City and Member agrees to deliver to Authority the amount of waste specified and further agrees to pay to Authority fees and charges as may be established by the Board of Directors. The charges shall be based upon the amount of waste agreed to be delivered, and shall be payable whether said amount is delivered to Authority or not. Each City agrees to pay the Authority on a continuing basis in advance of the specified fee calculated on the basis of the weight and/or type of waste delivered. Fees may be adjusted from time to time by the Board of Directors of Authority. 6.2 Incentives shall be provided to Cities which become a parry to this agreement and commit waste to the project at an early date_ 'Agreement to deliver waste by Cities made within - the one-year period commencing on the date district executes this Agreement shall be charged If Y= - uniform 'base rate'. Cities entering into agreements after the first year, but before the end of the second full year from the date District executes this Agreement shall be charged a uniform fee equal to 05% of the base entering into agreements mote than twa yeas sftcr the _ date of execution by District � bCl charged a uniform fee equal to 114% of the base rata FII addition to the foregoing, ea*: #trd/or Member shall pay a share of administrative costs of the Authority proportionate to of waste it has -agreed to deliv�ertca Andority compared _--- YS Fes' to the total rt6nn* at d ' Ot]nbag for such costs is ma& ,Tlse oases 344 PG annually prior to operation of rite-by-R"facilities, or as additional per ton fen after the facilities are operating. a, 14 'r 'f 63 To account for week to week or seasonal variations in waste quantities, any City shall be allowed to deliver to the project during any one week period commencing on a Monday and ending on the following Sunday an amount of waste equal to 1100/c of the City's agreed quantity, provided that the running average of any_52 consecutive weeks of waste quantities delivered to the project does not exceed the City's committed waste quantity. In the event that less -than .the committed quantity of waste is delivered by a Member, the Member shall not be entitled to any reimbursement. However, upon approval _of the Board of Directors, which approval shall not unreasonably be withheld, City shall be allowed to assign all or parts of its agreed waste quantity to one or more other Cities, subject to an administrative fee associated with such determination; provided, however, that during any one-week period, City may assign all or part of 110% of its committed waste quantity to others without authority, provided, however, that successive assignments under this clause shall not be permitted. 6.4 The Board of Directors shall approve all Members and agreements ta';deiim waste, - and shall have overall authority to allocate waste management capabilities of the -Waste -by -Rail project among its Members. Any shortfall in capacity shall be dWnbutedproportionately among the Members. 6.5 The parties hereto acknowledge that implementation of the Waste*4 roe}uiand/or contractual arrangements with others requiring long termC parties agree to furnish further assurances regarding psyment of charges foe.Wkii - 15 WOJW may Wnr.. The Section 7. Project Implementation. Authority shall decide whether or not to implement the project and ultimately Authority shall be responsible for the implementation of the Project, involving the design, permitting, construction, financing, and operation of a complete waste -by -rail and disposal system to manage a portion of the Los Angeles County metropolitan area's municipal solid waste. Authority shall arrange with District to utilize District personnel as staff to carry out its duties, and District hereby agrees to utilize such personnel and services as it deems appropriate for this purpose. Under the direction of the Board of Directors of Authority, staff responsibilities shall include but not t necessarily be limited to evaluating potential contractors, administering any contracts entered into by Authority, and administering payments between parties to this Agreement and contractors. District shall on a regular basis invoice Authority for all staff utilized and services provided for the Authority following the effective date hereof, and Authority shall pay such invoices within forty-five (45) days of receipt. Section 8. Insurance and Indemnification. Authority shall secure and keep in effect during the term of this Agreement general liability insurance in such amounts as the Board determines appropriate provided that the limits thereof are at least $ . Certificates of insurance shall be furnished to Members and District within thirty (30) days of the effective date of this agreement. The policy or policies of insurance shall provide for a thirty (30) day advance written notice by the insurance carrier to Members and District in the event of cancellation, reduction of coverage or renewal. 16 Authority may also secure technical performance insurance in such amounts as the Board determines to be appropriate in order to protect against a potential loss of revenue because of a failure of the system to operate in accordance with performance criteria. The Authority shall indemnify and hold harmless District and Members, their officers, agents and employees from all claims, demands or liability arising out of or encountered in connection with this Agreement and the activities conducted hereunder and shall defend them and each against any claim, cause of action or damage resulting therefrom. Section 9. Grants. The Board of Directors of Authority is directed to apply for or otherwise solicit grant monies which may be available to supplement funds as specified in Section 5, herein, to be used to defray expenses related to implementing the project. Any grant monies received by Authority shall not be considered net revenues of the project. Section 10. Distribution of Net Revenues or Expenditures. Subject to the provisions of Section 9 hereof, all net revenues or net expenditures resulting from the operation of the project, except grant monies and any collected fees in excess of the base rate as defined in Section 6 hereof, shall be distributed to Members in proportion to the amounts of solid waste committed to the project unless otherwise agreed to by Members and District. Section 11. Administrative Procedures. 17 Authority shall adopt and be governed by District's administrative and purchasing procedures and may contract with District for such services as personnel, purchasing, accounting, and other administrative services as it may find necessary. Section 12. Distribution of Assets on Termination. Upon termination of this Agreement all assets shall be distributed to Members in proportion to commitments of waste to the project or as otherwise mutually agreed by Members and District. Section 13. Reserve Fund. From the initial net revenues received pursuant to this Agreement, Members agree to establish a reserve fund for the purpose of funding project contingencies. The fund shall be administered by the Board. The Board may modify the amount maintained in said fund for good cause. Section 14. Voluntary Contributions. Amounts in addition to those set forth in Section 5 above may be voluntarily contributed by Members or District. Any such voluntary contributions shall be refunded from proceeds derived through net revenues of project. The refunding of such voluntary contributions shall represent the first demand on such funds and any requests for refund pursuant to this Section shall be honored by the Authority within forty-five days of receipt. 18 In witness whereof District has executed this agreement on the date and year as set forth above. ATTEST: COUNTY SANITATION DISTRICT NO. 2 OF LOS ANGELES COUNTY By: Secretary Chairperson, Board of Directors APPROVED AS TO FORM: KNAPP, MARSH, JONES & DORAN District Counsel 19 (Execution Page) Pursuant to the Joint Powers Agreement - Los Angeles County Metropolitan Area Waste - by -Rail and Disposal System dated , the City of agrees to deliver to Authority tons per week of municipal solid waste generated from within its boundaries and under its control, commencing on or the first day of commercial operation of the Waste -by -Rail facilities, whichever last occurs, and ending on or the last day of commercial operation of the project, or payment of all indebtedness incurred in connection with the implementation of Waste -by -Rail, whichever event last occurs. City shall make L payment to Authority on a weekly basis, in advance, upon invoicing by Authority in an amount equal to $ per week calculated on the basis of tons per week multiplied by a unit charge of $ per ton. The unit charge per ton shall be adjusted from time to time by Authority by utilizing the Price Index. ATTEST: 20 CITY OF By This by and between _ Metropolitan Area EXHIBIT A (SAMPLE FORM) JOINDER AGREEMENT JOINT POWERS AGREEMENT - Los Angeles County Metropolitan Area Waste -by -Rail Joinder Agreement, effective 'is hereby executed a ("City"), and Los Angeles County Waste -by -Rail Authority, WHEREAS, on County Sanitation District No. 2 of Los Angeles County executed a Joint Powers Agreement, a copy of which is incorporated herein by the reference as set forth in full (the "Joint Powers Agreement"), WHEREAS, City desires to become party to the Agreement and a Member of Authority, and commit a specified quantity of the municipal solid waste to be generated within its jurisdictional boundaries in the future to a waste -by -rail and disposal system to be operated by Authority; NOW, THEREFORE, the parties agree 1. City agrees to all provisions of the Joint Powers Agreement. City agrees to deliver management by the waste -by -rail and disposal system operated by Authority tons of municipal solid waste per week generated within its respective boundaries and under its control, as delivered by City to a facility or facilities which shall be identified by Authority located at distances no greater than from the jurisdictional boundaries of City, during the period commencing on or the first day of commercial operation of the project (whichever occurs later) and ending on or the last day of commercial operation of the project (whichever occurs earlier). 2. During the period of commercial operation of the project specified in Paragraph 1, City shall make payment to Authority on a continuing basis, in advance, upon invoicing by Authority an amount equal to $ per week, calculated on the basis of tons per week of waste committed to the project multiplied by a unit charge of $ per ton. All charges reflect cost levels as of and shall be adjusted from time -to -time by Authority to reflect current cost levels using the price index. 3. During the period of commercial operation specified in Paragraph 1, City may, during any one week period commencing.0n a Monday and ending on the following Sunday, deliver to the project a total of tons, equal to 110% of its waste commitment, provided that the average waste quantity delivered by City to the project during the previous 52 weeks (or the period since City's waste commitment began, if less than 52 weeks) is equal to or less than its waste commitment. If said average waste quantity is A-1 greater than City's waste commitment, City may with the approval of Authority deliver to the project such quantities in excess of its waste commitment, however, City shall be invoiced and pay to Authority an additional amount equal to the number of tons by which the waste quantity delivered by City to the project exceeds its waste commitment multiplied by the per ton unit charge as stated in Statement No. 5, herein. 4. All waste commitments shall be irrevocable, and in the event that less than City's committed quantity of waste is delivered by City to the project, City shall not be entitled to any reimbursement. 5. Upon approval of the Board, City shall be allowed to assign all or part of its committed waste quantity to one or more other Cities party to this Agreement, or to other Cities not party to this Agreement but acceptable to Authority, and may charge a fee for such services. Similarly, during any one week period as specified and allowed herein, City may assign all or part of 110% of its committed waste quantity to others. 6. During the period of commercial operation specified in Paragraph 1, City shall also make payment to Authority on a continuing basis in advance, upon invoicing by Authority, an administrative fee per ton of waste committed to the project representing a proportionate share of administrative costs of Authority. A-2 7. City acknowledges the powers of the Authority and its Board as contained in the original Agreement, including the Board's right to approve all Members and waste commitments, and the overall authority of the Authority to allocate the waste management capabilities of the project. 8. This Joinder Agreement shall be consistent with the provisions of the original Agreement, as previously amended, and with provisions of any contract entered into by Authority providing for the implementation of the project. This Joinder Agreement is assignable by Authority/District. It is not assignable by City except on proposed IN WITNESS HEREOF City has executed this amendment this day of , 19 ATTEST: APPROVED AS TO FORM: CITY OF By: A-3 Los Angeles County Metropolitan Area Waste -by -Rail Authority KEY PROVISIONS OF THE PROPOSED LOS ANGELES COUNTY METROPOLITAN AREA WASTE -BY -RAIL SYSTEM JOINT POWERS AGREEMENT JANUARY, 1990 1. PURPOSE To establish the Los Angeles County Metropolitan Area Waste -by -Rail Authority ("Authority"), also commonly referred to as the "Rail Haul Authority", to implement a waste -by - rail and disposal system to handle a minimum of 24,000 tons of solid waste per week generated in Los Angeles and adjacent counties, and to secure commitments for this waste. 2. PARTIES L Contracting parties shall be Sanitation District No. 2 ("District") and those cities and county governments in Los Angeles and adjacent counties which become party to the Agreement by committing their waste to the project ("Cities"). 3. TERM Term to be 25 years, subject to adjustment by mutual agreement (e.g., to coincide with the term of a major contract). Agreement may be extended for subsequent terms by mutual consent. The Agreement terminates one year after execution by District if less than 24,000 tons of waste per week has been committed to the system, or earlier by mutual consent if there is no evidence of substantial implementation of the proposed project. 4. AUTHORITY a. Formation The Authority is formed when 24,000 tons or more of solid waste per week are committed to the system. b. Members Upon formation of the Authority, "Members" are all cities and counties party to the Agreement and committing waste to the project. Members which become party to the Agreement at an early date are entitled to incentives such as lower fees fdr use of the proposed system and priority if system disposal capacity is limited C. Board of Directors The permanent governing body of the Authority shall be a Board of Directors composed of five members of unspecified term. Initially, four directors shall be elected by Members, and one director appointed by District. Any vacancies of Member -elected directors shall be filled by election of Members; vacancies of the District -appointed director position shall be filled by appointment by District. The Agreement specifies the conduct of the Board, including election of a Chairperson and Vice Chairperson, that the Secretary of District shall serve as Secretary, that Treasurer of the County of Los Angeles shall serve as Treasurer, and the Auditor of the County of Los Angeles shall serve as Controller. The Board shall appoint a Project Director and Staff to implement the project. The Board shall have those powers necessary to carry out the purpose of the Authority. 6. CONTRIBUTIONS All administrative expenses of the Authority shall be divided proportionately among Members with Members paying an anhuat administrative fee (prior to system operation), or a per ton fee (when the system becomes operational). New Members shall pay their proportionate share of previous expenses, and existing Members shall be reimbursed accordingly. 7. COMMITMENT OF SOLID WASTE Cities commit waste to the system which become effective only if the Authority is formed. Amendments to the Agreement committing a City's waste to the project must specify that the City pay in advance for the waste commitment which is non-refundable; however, if the City's waste delivered to the system is less than the waste commitment, the City may assign or sell its remaining waste commitment to others. During any week a City's waste delivered to the project may exceed its waste commitment by 10% if the average for the previous 52 weeks does not exceed the City's commitment. Members committing waste within one year after District executes the Agreement will be charged a "base rate" for management of their waste. Cities committing waste during the second year will be charged 5% over the base rate, and Cities committing waste thereafter will be charged 10% over the base rate. Samvle Calculation A city has committed 1,000 tons per week of its waste to the Authority, and has agreed to pay a base rate of S50/ton (hypothetical). Therefore, before any given week the city would prepay to the Authority the following: 1,000 tons/week x S50/ton = $50,000/week ii During a particular week the amount of waste the City or its assignees deliver to the Authority does not exactly equal its waste commitment of 1,000 tons per week. CASE 1. Less than 1,000 tons of waste is delivered. The City is charged for its full commitment of 1,000 tons (i.e., there is no refund of any part of its $50,000 prepayment). CASE 2. More than 1,000 tons but less than 1,100 tons of waste is delivered, and the average over the previous 52 weeks does not exceed 1,000 tons/week. Then, the City does not incur any charges in addition to its prepayment of $50,000 for its commitment of 1,000 tons. CASE 3. More than 1,000 tons but less than 1,100 tons of waste is delivered, and the average over the previous 52 weeks equals or exceeds 1,000 tons/week. Then, the City is charged, in addition to its prepayment of $50,000, an amount equal to the excess over 1,000 tons multiplied by its normal per ton rate. 8. PROJECT UAPLEMENTATION Under the direction of the Board of Directors, District personnel shall provide project management services and staff to implement the project and invoice the Authority for costs incurred. 9. INSURANCE AND INDEMNIFICATION General liability and technical performance insurance to be provided as specified. Parties to be held harmless for actions of Authority. i • 1 ' 1 loci_ ` VT a u _: M0MI The Agreement also specifies proportionate distribution of net revenues/expenditures and assets at termination, that administrative procedures are to be consistent with District's procedures, requires a reserve fund of unspecified size, and provides for voluntary contributions. M RECEIVED n, "A � L DIAMOND BAR SAID GABRIEL VALLE AMCIATION OF CITIES P.O. BOX 576 WEST COVINA CA1I� RN&091793 • (714) 598-2020 FOR IMMEDIATE DISTRIBUTION: MAYOR, CITY MANAGER, COUNCILMEMBERS Subject: (Agenda item for scheduling at your earliest convenient City Council meeting date) WASTE -BY- RAIL - PROPOSED JOINT POWERS AGREEMENT Over the last four years the San Gabriel Valley Association of Cities has been working toward a significant solution to the problem we all have --- solid waste disposal. After the unanimous vote of our 30 cities to proceed, the Association has gone forward to initiate a Joint Powers Agreement to implement one of these key solutions - rail -haul. Your city representative was recently furnished a project summary for the implementation of a "waste -by -rail" disposal system for our region. Refer to that summary for details. The attached reprint (TRIBUNE 1/21/90) summarizes the situation. Within 90 days, if possible, we seek a commitment from interested cities for trash tonnage totalling a minimum of 24000 tons per week. A successful project will mean the participating cities will have solved their solid waste disposal problems for well over 100 years at rates lower than many proolem areas pay now. The program requires a commitment now although it will be a few years before the "Authority" is operational. By that time several existing landfills will have closed or will have used up most of their operational life. We would like to have one of our committee members make a presentation to your council and get your agreement to be a member of the JPA. Please contact me as soon as possible to coordinate your scheduled meeting with one of our Solid Waste Committee members. Please schedule this item early in your agenda as our volunteers have 30 meetings to cover in addition to their regular council duties. They will attend your meeting only if request is made and they will present the program and answer your questions. Let me remind you also that AB 939 requires that each city report on their trash tonnage totals and that recycling be implemented. ( The League furnished you a good summary of AB 939). Penalties in the bill can amount up to $10,000 per day for non-compliance. This project will address the requirements of AB 939 in a very positive manner as it covers recycling and disposal. I look forward to hearing from you in the near future. 10iK�w Harvey K. Holden Executive Director Note: 23 pg. Draft/Jt. Powers Agreement furnished on request. Committee member assigned to your city as indicated. Tom Harvey Sam KnowlesHenry Morgan Nell Soto Alhambra-Areadia•A2uMM4FO q Pkies"V WMSMS o Ria4ovndO&6ki vte EO$ntdalbptl rogkdustry-Inrindag* C5hWWr# fp- La Puente -La Veme - Monrovia Monterey Park -Pasadena -Pomona -Rosemead -San Dimas -San Gabriel -San Marino -Sierra Madre -South EI Monte -South Pasadena -Temple CityWalnut•West Covina Tribune/News Sunday, January 21, 1990 Rail plan for waste makes gamin 25 members from cities in Valley show support By DONNA JOHN$ON Staff writer BALDWIN PARK — Backers of the San Gabriel Valley's waste - by -rail plan are taking to the streets. Representatives from 25 of the 30 members of the San Gabriel Valley Association of Cities unani- mously endorsed strategies last week for asking city councils to put themselves on record in sup• port of hauling all or part of their trash to the desert. The association's waste task force chairman, La Verne Coun- cilman Thomas Harvey, said his committee will have a schedule by mid-FeWmary for presenta- tions to the councils. In addition to cities in the Valley, possible participants in- clude Kern, Los Angeles, Orange, Riverside, San Bernardino and Ventura counties, as well as cities in each of those counties, Harvey estimated it will take three to four months to get aero- mitments for the minimum !t„000 tons of -rash per week that will make ice proposal workable. The task force's timeline allows one year to line up participants. and study, Harvey said. "People no longer call this a crazy no- ; tion." "We have a window of oppor- twuty but it could close very soon," he added. "We have the capacity for the region to mobi- lize and work together to solve our waste management prob• lems.,, Cities and counties that g¢t on board the rail -haul system early will get a break in the costp once the system is operational. While operating costs have not been pinned down, Harvey said, they will be funded by members of a pact, called Ij joo powers authority, through a piton lee for the trash that !s dumped at receiving staUM hl UW desert. There will be no cost to the pact's members until the system is ready to run. No final decisions have been made yet, he said, on proposed locations for the transfer stations where garbage will be gathered and loaded into railcars, or for potential dump sites in the far reaches of Riverside and San Bernardino counties. "That's up to the private sector — the two consortiums formed between railroads and waste -haul- ing companies — to resolve. We're doing our half by getting the public sector to start the process and begin the system." Harvey said "atuff is going on . behind the scenes" to choose the sites, but the issues are independ- ent from the task force's work to get cities to contract for dslivw- ing their trash. "West Covina, for instance, can say, 'We don't want a transfer station.' They don't have to have one. But they could still be a member of the JPA." AGENDA NO. 14 NO DOCUMENTATION REQUIRED FOR THIS ITEM DRAFT ***** N O T I C E***** UPON RECEIPT OF THIS REQUEST FOR PROPOSAL, CONTACT JOANN SAUL, FINANCIAL MANAGEMENT ASSISTANT AT THE CITY OF DIAMOND BAR, WITH THE NAME OF YOUR COMPANY AND THE NAME OF A CONTACT PERSON WITHIN YOUR COMPANY. FAILURE TO PROVIDE THE CITY WITH THIS INFORMATION MAY RESULT IN IMPROPER DISTRIBUTION OF UPDATED MATERIALS REGARDING THE REQUEST FOR PROPOSAL. THE CITY WILL NOT BE RESPONSIBLE FOR INFORMATION NOT BEING DISTRIBUTED TO THE PROPER PERSON. DRAFT T A B L E O F C O N T E N T S PAGE NO. I. PROPOSAL REQUIREMENTS A. General Invitation of Proposals 1 B. Proposal Forms 1 C. Definitions 2 D. Examination of Work Area 2 E. Proposer's Bond 2 F. Affidavit of Non -Collusion by Contractor 2 G. Basis of Award 2 H. Execution of Agreement 3 I. Return of Proposer's Bond 3 J. Qualifications of Proposers 3 K. Performance Bond 5 II. GENERAL CONTRACT ITEMS A. Governing Legislation 5 B. Term of Agreement 6 C. Termination of Contract 6 D. Contractor to Indemnify and Hold 6 10 Harmless City E. Public Liability and Property 6 E. Damage Insurance F. Worker's Compensation Insurance 7 G. Permits and Licenses 7 H. Exclusiveness of Contract 7 I. Collection of Service Fees 7 J. Franchise Fee 8 III. SCOPE OF WORK A. Work to be Performed 8 B. Recycling Program 8 C. Special Events 8 D. Refuse to be Removed 9 IV. SPECIAL PROVISIONS A. Collection Hours and Days 10 B. Non -Collection 10 C. Uniforms 10 D. Equipment 10 E. Receptacles and Containers 12 F. Supervision 12 G. Environmental Standards 13 H. Special Collections 13 I. Commercial and Industrial Provisions 14 J. Office for Inquiries and Complaints 14 UitAFi T A B L E OF C O N T E N T S (Continued) PAGE NO. V. FINANCIAL PROVISIONS A. Financial and Accounting Records 15 B. Late Fees 16 C. Fees and Gratuities 16 D. Bankruptcy 16 E. Heirs, Successors, etc. 16 18 REQUEST FOR PROPOSALS COLLECTION AND DISPOSAL OF RESIDENTIAL, COMMERCIAL & INDUSTRIAL GARBAGE AND RUBBISH FOR THE CITY OF DIAMOND BAR I. PROPOSAL REQUIREMENTS A. General Invitation of Proposals The City of Diamond Bar seeks proposals from qualified, solid waste handling contractors for the collection and disposal of residentially, commercially and industrially generated solid waste for a period of five (5) years commencing on July 1, 1990 and ending on June 30, 1995. A proposer's conference of prospective franchisees will be held at the following time and place for the purpose of addressing questions related to this RFP. Walnut Valley School District Board Room 880 South Lemon, Diamond Bar, CA 91789 Date: March 13, 1990 Time: 9:00 a.m. only those questions concerning the proposal, the proposal process, and specifications related to existing operations will be considered at the Conference. No private consultations between any proposer and the City will be held. Sealed proposals for the provision of solid refuse collection and disposal service under agreement with the City of Diamond Bar will be received at the Office of the City Clerk, 21660 E. Copley Drive, Suite 100, Diamond Bar, CA 91765. Proposals must be received by April 13, 1990 no later than 3:00 p.m. B. Proposal Forms To preserve uniformity and to facilitate the award of a contract, all proposals must be summarized on the City forms provided. Supplementary sheets may be added if necessary to supplement and clarify responses to this Request for Proposal. Failure to use City forms may be ground for non -consideration of the proposal. In DRAIL"-- addition, all bids must comply with the following: -All submittals must meet the requirements set forth in the Request for Proposal. -All figures and notations must be typed or written in ink. Penciled proposals are not acceptable. -All proposals must be identified on mail envelopes as "Proposal for the Collection and Disposal of Residential, Commercial and Industrial Garbage and Rubbish in the City of Diamond Bar." C. Definitions Terms used in this proposal are used as defined in Ordinance 2 (1990). D. Examination of Work Area Prior to submitting a proposal, proposers must tour the City, familiarize themselves with the work contemplated in the contract, and be responsible for any condition which adequate field inspection would have revealed. Submission of a proposal shall be deemed conclusive evidence that such a tour has been made by each proposer and shall constitute a waiver by each of all claims of error in proposal, withdrawal of proposal, or combination thereof, under the executed agreement, or any revision thereof. As a part of its specifications, the City will provide upon request all available information which it deems may be of assistance to prospective proposers. E. Proposer's Bond All proposers shall furnish a proposal bond executed by a surety company licensed to do business in the State of California. The bond shall bind the proposer to indemnify the City against all losses, not to exceed the sum of the bond, which may be occasioned by failure to consummate the contract for services. said proposal bond shall be in the sum of Ten Thousand Dollars ($10,000.00). A certified check or cashier's check, payable to the City of Diamond Bar, or cash may be deposited in lieu of a proposal bond. F. Affidavit of Non Collusion by Contractor All proposers shall be required to submit an executed copy of the City's "affidavit of non collusion by Contractor" form. G. Basis of Award City Council is not obligated to award a contract and reserves the right to reject all proposals. If City 2 DRAFT Council determines to award a contract, it is not obligated to make the award to the low proposer. Other factors will be considered by the City Council, such as evidence of satisfactory performance under other contracts, financial condition, and such other evidence as might convince City Council that any one proposal would provide the most effective, economic and reliable service to the City. The award, if given, will be given within 90 days after opening proposals. H. Execution of Agreement The agreement shall be signed by the successful bidder and returned with the required bonds within ten (10) days, not including Sundays and legal holidays, after the City has provided written notice that the proposal has been awarded. Failure to execute an agreement and file acceptable bonds and insurance documents as provided herein shall be just cause, at City option, for annulment of the contract award and forfeiture of the proposal bond. Should the successful proposer decline to execute a contract, City Council has the option to either reject all proposals and call for new proposals or accept one of the other proposals. In case of proposal rejection, the proposer's security of the successful bidder who declined to execute a contract, shall be forfeited to the City. I. Return of Proposer's Bonds Within thirty (30) calendar days after award of proposal, the City will return proposal bonds or all other security deposits accompanying each bond, except that of the successful proposer. J. Qualifications of Proposers All proposers hereunder shall furnish satisfactory evidence to the City that they have operated or are presently operating a solid waste collection and disposal service of the type similar to the operation described herein, and that they have successfully done so long enough that their experience will enable them to maintain operations under all conditions prevailing in this area. If they have not operated such a system, they must show that they have had sufficient experience in comparable fields or employ qualified personnel to comply with the requirements of this agreement. 1. Work History In order to determine the eligibility of the bidders, bidders shall submit a work history listing all previous and current services operated by them. Existing services will be subject to inspection by the City. Proposers without the experience herein described but with sufficient experience in a comparable field should show that they will have responsible management personnel who are qualified to plan, supervise, direct, and operate the system delineated in the specifications and contract. The names and experience of such personnel shall be listed by all proposers who do not have the required experience. 2. Key Personnel As an attachment to the proposal, all proposers shall include a listing, with qualifications, of personnel who have had experience in operating a comparable system and who have agreed to work in the performance of this agreement. 3. Equipment As an attachment to the proposal, all proposers shall include detailed inventories of their equipment and accessories by type, model, year of manufacture, and anticipated remaining useful life as of the date of the inventory. All leased equipment shall be listed separately; the time remaining of each leased machine and options of renewal, where work under this contract must be available upon the effective date of the commencement of operations. Any new equipment proposed to be acquired shall be described in the schedule attached to the proposal document stating the scheduled time in calendar days such equipment will be in operation, including copies of delivery guarantees by manufacturers. 4. Financial Responsibility All proposers shall be required to demonstrate to the satisfaction of the City that they have adequate financial resources to perform the services required by these specifications. No contract will be awarded to any proposer who, as determined by the City, has an unsatisfactory performance record or inadequate experience, or who at any time lacks the necessary financial resources to provide the services in strict accordance with the specifications. DRAFT The ability to post bond shall not be the sole determinate of financial responsibility. The proposer shall submit with his proposal. a. A current financial statement of the corporation, partnership, or individual submitting the proposal less than ninety (90) days old which has been prepared by an independent public accountant, and a financial statement not more than twelve (12) months old, in which the accountant has expressed an unqualified opinion thereon; and b. If a partnership, a financial statement of the partnership and of each general or limited partner. C. A statement of proposed methods for handling the specified refuse collection, disposal and recycling, including a proposed organizational diagram, where trucks and other equipment are to be based, how the trucks and equipment are to be maintained, the location of the refuse disposal site or sites to be used, and contingency plan for dealing with temporary or permanent closures of such facilities. 5. Ownership Proposers shall submit a list of all officers, partners, and/or stockholders who own ten percent (10%) or more of the respective companies and list any company of which they are a subsidiary. K. Performance Bond The successful Contractor shall furnish a performance bond on an annual basis. The performance bond will be executed by a surety company licensed to do business in the State of California and in the sum of the value of One Hundred Thousand (100,000) Dollars. Said bond shall be obtained by the successful proposer within ten (10) days following notification of the proposal award. Contractor shall renew the bond and file it with the City at least thirty (30) days prior to anniversary date of each fiscal year of the agreement. II. GENERAL CONTRACT ITEMS A. Governing Legislation Contractor shall in all aspects of his work comply with all applicable statutes including the applicable solid waste legislation of the State of California and the County of Los Angeles, as well as Diamond Bar's rules 6 and regulations, and all other provisions of law. Contractor shall meet all the requirements of the aforementioned legislation and regulations, including AB 939 (Sections 40000, et seq., California Public Resources Code) and any subsequent changes. B. Term of Agreement The agreement term shall be not less than five (5) years, subject to termination and option provisions contained herein. C. Termination of Franchise Termination of Franchise shall be governed by the provisions of the proposed Franchise Agreement D. Contractor to Indemnify and Hold Harmless City Contractor shall indemnify and hold harmless City, its officers, agents and employees, for and from any and all loss, liability, claim, demand, action or suit, of any and every kind and description, arising or resulting from or in any way connected with any operation of Contractor in exercising any license or privilege granted to it by the contract or by any ordinance of City, or arising or resulting from the failure of Contractor to comply in all respects with contract provisions and requirements and of all applicable laws. Contractor shall, upon City's demand and a its sole cost and expense, defend and provide attorneys to defend City, its officers, agents and employees against any and all claims, actions or suits brought against City, its officers, agents and employees, arising or resulting from or in any way connected with the above mentioned operations of Contractor or Contractor's failure to comply with the contract and with the ordinances and laws hereinabove mentioned. If City provides its own defense against any such action or suit, Contractor will reimburse City for all attorney's fees and other costs incurred by City. E. Public Liability and Property Damage Insurance Neither the City Manager nor any officer, employee, agent or appointee of the City of Diamond Bar, shall be personally responsible for any liability arising under the agreement. Contractor, at his own expense, shall carry liability insurance during the full term of this agreement with a company to be approved by the City Manager or representative and with City also named as an additional insured thereunder, covering liability for 11 injuries or deaths and property damage, arising out of or in connection with the operations of the Contractor under for injuries, including accidental death to any one person, and subject to the same limit for each person, in an amount of not less than Five Million Dollars ($5,000,000.00) on account of one accident, and property damage in an amount of not less than Ten Million Dollars ($10,000,000.00). Policies or certificates of said insurance, approved as above mentioned, shall be filed with the City Clerk within ten (10) days after date of contract. The policy of insurance shall contain a provision stating that said insurance is primary coverage and will not be cancelable by the insurer except after filing with the City Clerk, thirty (30) days written notice of any cancellation so proposed. Copies of such policy or policies or certificates evidencing the same shall be on file at all times in the office of the City Clerk. F. Worker's Compensation Insurance Contractor shall obtain and maintain in full force and effect throughout the entire term of the contract, full worker's compensation insurance in accordance with provisions and requirements of Division IV, Worker's Compensation and Insurance of the Labor Code of the State of California and other applicable laws. Certificates of such insurance, approved by the City Manager and City Attorney, shall be filed with the City Clerk within ten (10) days after the execution of the contract. Contractor shall immediately inform City of any cancellation, withdrawal and/or change of any such insurance. G. Permits and licenses Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices required under the provisions of the agreement. H. Exclusiveness of Contract Contractor shall have the exclusive right and duty to collect and remove all residential, commercial and industrial solid waste refuse within the City's corporate limits during the term of the contract, subject to such exceptions as are set forth in the contract documents. I. Collection of Service Fees Contractor shall bill and collect the charges for residential solid waste collection services. City states its willingness to consider arranging for or permitting Contractor to arrange for alternative 7 billing procedures such as through the Los Angeles County tax rolls as prescribed by the procedures established and authorized by the Los Angeles County Tax Collector at such time as is practicable. Contractor shall bill and collect the charge for all commercial, industrial and residential bin service through a monthly billing arrangement. Accounts shall be charged according to number of bins and pick-up days per week. J. Franchise Fee In consideration for the exclusive right, duty and privilege to collect, remove and retain all refuse generated within the city as herein defined, the Contractor shall pay to City no later than the 21st day of each calendar month, a Franchise Fee. The Contractor shall specify a proposed amount of Franchise Fee in their proposal. The franchise fee received by the City shall be dedicated to the Solid Waste Policy to achieve the requirements of AB 939 (Sections 40000, et seq., California Public Resources Code) and its amendments. Additionally, the Council may consider credit on the franchise fee, based on a formula to be determined, to be shared by the Franchisee and Community for exceeding the requirements of AB 939 (Sections 40000, et seq., California Public Resources Code). III. SCOPE OF THE WORK A. Work To Be Performed Minimum requirements for collection and disposal shall be as set forth in the specifications and as required in the mandates of AB 939 (Sections 40000, et seq., California Public Resources Code). B. Recycling Program The Contractor shall specify in DETAIL a proposed program for the recycling of recyclable materials, green waste, etc. including the method of reporting to ensure compliance with AB 939 (Section 40000, et seq., California Public Resources Code). C. Snecial Events During two particular one month periods in each calendar year of the term of the agreement when such periods are declared by the City Council to be part of an annual clean-up campaign, Contractor on the days specified by City, not to exceed seven (7) days for each campaign, shall pick up and remove the following 0 and similar types of items at no cost to the customer - chairs, couches, stuffed chairs, sectionals, water tanks of up to fifty gallon capacity, refrigerators, stoves, mattress and box springs up to king size, washers, dryers, freezers, television sets, tables and all other normal household goods. Contractor agrees that all disposal costs during each clean-up campaign shall be borne by Contractor. Contractor further stipulates that he will provide a minimum of two (2) trash trucks and two (2) workers during the hours of 7 a.m. to 3:30 p.m. on each of the days of said clean-up campaign to perform such work. This service shall be provided by Contractor at no additional cost to City or users. D. Refuse to Be Removed 1. Amount of Refuse Contractor shall remove all refuse generated on each user's property and presented for collection by each user, at locations as hereafter set forth, without limit as to the amount or nature thereof, except as herein provided. 2. Possession of Refuse All refuse collected by Contractor under the terms of this contract shall become the property of Contractor immediately upon the collection thereof. 3. Location of Refuse Receptacles The location of receptacles for collection of refuse shall, at the user's option, be as follows: a. Curbside Collection - Receptacles for curbside collection of refuse shall be placed within the parkways, or within five (5) feet of the curb along the street front of the lot upon which the dwelling is located; or b. Alley Collection - All residential units serviced by an alley shall utilize the same for refuse collection purposes. In such cases, receptacles shall be placed as close to the lot line separating the premises from the alley as is possible, so as not to interfere with the usage of said alley; or C. Bin Service - The location of bulk containers shall be not more than 100 feet from a street unless extraordinary circumstances exist, in which case, the location thereof shall be 9 i� , �. DRA11r� subject to City's approval. Placement of such containers shall comply with all applicable provisions of the Code. IV. SPECIAL PROVISIONS A. Collection Hours and Days 1. The days for regular collection of commercial and industrial refuse shall be Monday through Saturday. Hours of collection shall not be prior to 6 am nor after 5 pm. B. Non -Collection When any waste material or container is not collected by Contractor, he shall leave a red tag (at least 2 7/8" x 5 3/4" in size) on which he has indicated the reason for his refusal to collect, giving reference to the City Ordinance, or the section of rules and regulations, or agreement, which has been violated and which gives grounds for his refusal. The tag shall be securely fastened to the container or the article refused. A record, listing the address of the tagged refuse together with the reason for non -collection, shall each day be presented to City. Where Contractor has refused to make a collection, City reserves the right to inspect same to ascertain whether it conforms to the requirements hereof as to type containers, weight of containers, etc. and City's determination relating thereto shall be final and conclusive and enforceable as to the violator. Should Contractor fail to collect and dispose of refuse placed for collection at the time and in the manner required, City may cause the same to be collected or disposed of and Contractor shall be liable for the expenses incurred. C. Uniforms All Contractor's employees shall at all times of employment be dressed in clean uniforms with suitable identification. Employees shall not remove any portion of this uniform while working. Uniforms shall be subject to the City Manager or his representative's approval. D. Eauiument 1. Proposal Standards The standard, against which all equipment proposed by proposer for regular collection service shall be judged, shall be hydraulically controlled, compaction type equipment. The bodies of collection equipment shall be watertight and 10 equipped with close -fitting covers. 2. General At all times, Contractor shall have vehicles available and in use that will comply with the requirements hereof for the collection and transportation of refuse, without leakage or spillage. 3. Maintenance Contractor shall institute a complete and comprehensive system of preventative maintenance on all vehicles and shall keep them lubricated and in good repair. Al vehicles and equipment shall be kept clean, in good order and free of odor at all times. Contractor shall, on a monthly basis, provide City with information on all maintenance and repairs to all vehicles. Contractor shall at all times comply with all state, county and local safety, noise and smog control regulations and ordinances. Contractor agrees that all equipment shall be subject to inspection by County Health Officials and the City Manager and upon notice, given by either the County Health Officials or the City Manager, Contractor shall make the equipment available for inspection. Should the City Manager or County Health Officials at any time give notification in writing to Contractor that any designated truck or equipment does not comply with the standards of the agreement, such truck or other equipment shall forthwith be removed from service by Contractor and not again so used until inspected and approved in writing by the City Manager or County Health Officials. 4. Refuse Vehicles All refuse shall be transported by means of vehicles equipped with watertight bodies filled with close fitting covers. Should any refuse be dropped or spilled in collecting, transferring or transporting, it shall immediately be cleaned by Contractor. A broom and shovel shall be carried on each truck at all times for this purpose. 5. Alternate Fuels Contractor shall be required to participate in an alternate fuels program to be developed by the City. 6. Service and Sanitation Requirements Contractor shall not litter any premises or public property in making collections of refuse, nor 11 yam` Ir e� shall any refuse be allowed to leak, blow or fall from collection vehicles. However, if in spite of normal precautions against spillage, litter is made on any premises or public property, Contractor shall immediately remove the same and clean the area of spillage. All receptacles, after emptying, shall be set down, not thrown, adjacent to the premises from which removed within five feet of the place where the receptacle was placed, but not in any driveway, street or alley, and the lid or cover thereto shall be placed immediately adjacent to said receptacle. E. Receptacles and Containers All receptacles shall conform to the provisions of the City Code and these specifications. All such recep- tacles shall be replaced upright where found, with lids adjacent to them. Containers and lids shall not be placed or thrown on the streets, alleys, highways or on adjoining property. Contractor shall not permit receptacles to be thrown from the truck to the pavement or parkway, nor permit receptacles to be struck against the truck to dislodge contents, nor in any other way permit damage to occur by rough or improper handling thereof. In the event of damage or carelessness on the Contractor's part, Contractor, upon demand by City, shall repair or replace the container or containers so damaged or will compensate said owner or owners for such damage and/or destruction of any such container or containers. Maximize size of receptacles shall be 40 gallons or equivalent and maximum weight of fully loaded receptacles shall be 75 pounds. Trees, shrubs and other trimmings shall be cut into lengths not to exceed four (4) feet and shall be tied securely in bundles not exceeding twelve (12) inches in diameter. Cardboard containers and paper to be disposed of shall either be placed in a receptacle or flattened and securely tied in bundles, not exceeding 50 pounds in weight. F. Sunervision Contractor shall provide a competent full-time supervisor. The supervisor shall be an agent of Contractor to direct the work, and shall be assigned and available full time to supervise the employees in their work. Notices, orders and instructions given to 12 } such supervisor shall be deemed, for all purposes, notice thereof to the Contractor. G. Environmental Standards 1. Noise No noise shall be generated which causes excessive irritation to residents. Noise levels shall not exceed those established by Diamond Bar. 2. Air Ouality and Odors Any operation or other device which causes or tend to cause the release of air contaminants or foul odors exceeding reasonable standards associated with refuse and trash collection shall be abated. H. Special Collections 1. Contractor will not be required to remove waste building material and other refuse resulting from the construction, alteration or repair of buildings, housemoving or demolition, except when such materials or refuse are presented for collection in approved debris boxes. Fees for debris boxes shall be approved by City and shall be set forth in the rate schedule for special collection services. Contractor shall not be required to remove dead animals or other refuse from any place where highly infectious or contagious disease has been present, nor explosive substances, radioactive materials, drugs or poisons. 2. City reserves the right to issue permits through the City Manager or his representative to landscape and building contractors, gardeners and hauling businesses for limited special purpose rubbish removal, including supplying and services of debris boxes. City also reserves the right to issue a permit and/or license to a private refuse collection and disposal company for providing special collection and disposal service to a commercial or industrial user if, upon request of the user, City determines that the said waste refuse generated by said user is of such a special nature that it cannot reasonably be collected under terms of the contract. 3. Contractor shall provide collection service to City at no charge to pickup refuse from all City buildings, parks and other City facilities. Contractor will furnish bins for this purpose if 13 +: qua+ 01 P T determined to be necessary by the City Manager. I. Commercial & Industrial Provisions 1. Commercial or industrial users who, at the time proposed contract based on these specifications becomes operative, are being provided solid waste refuse collection and disposal service by a private company with a valid business permit issued by City for the collection and disposal of solid waste refuse, or may elect to continue to receive from City's Contractor, or may elect to continue to receive said refuse service specifically from said private company. 2. Subsequent to the operative date of the contract based on these specifications, all new users of commercial or industrial solid waste collection service in the City shall receive said service exclusively from City's Contractor. A new use shall be considered to mean a changed user in an existing building or property, a user being established in new buildings or properties, or a user who for any reason terminates a refuse collection contract, or arrangement which existed prior to the effective date of this contract. 3. Upon said proposed Diamond Bar solid waste contract becoming operative, all residential users, whether in single dwellings or multiple dwellings, shall receive said solid waste collection and disposal services exclusively from City's Contractor. J. Office for Inquiries and Complaints 1. Contractor shall maintain an office for collection within the City or at such location in close proximity of the City as shall be approved by the City Manager. Contractor shall at all times during the hours between 8 a.m. and 5 p.m. of each working day have a full time employee at said office for an answering of inquiries and for receiving complaints from property owners and tenants within the City or from the City Manager or his designated representatives. Contractor shall also maintain an operable answering machine for non -business hours and weekends. The telephone number of a designated employee available between 5 p.m. and 8 a.m. for emergency calls and complaints, shall be furnished to the City Manager. Contractor shall maintain a written log of all complaints, the date thereof, and the action taken pursuant thereto or the reason for 14 non -action. Such log of complaints shall be open to inspection by City. 2. Contractor shall be responsive to inquiries and/or complaints regarding performance of services brought by interested/aggrieved residents. Said inquiries and/or grievances shall be brought to the attention of the City Manager or his designated representative once a week, including action taken on grievances. 3. Contractor shall file with City a written report by the fifth day of each month regarding the total number of complaints received by his office for the previous month. This statement shall include a designation of the type of complaint, total number of justified complaints, and total number of abated complaints. Contractor shall sign and date this statement. V. FINANCIAL PROVISIONS A. Financial & Accounting Records Contractor shall be required to submit annually and prior to any requested rate adjustment, financial statements covering the services and operations provided under the agreement. Such financial statements shall be prepared by an independent certified public accounting firm who shall have no financial interest in the business of Contractor. The financial statements provided by the independent certified public accounting firm shall include, but not be limited to: balance sheet; statement of income and retained earnings; statement of changes in financial position; statement of sources and use of funds; and a statement of changes in owners' equity in which shall be set forth the names of principal officers and stockholders of the corporation, if any, and salaries if any, paid to such individuals. The opinion expressed by the independent certified public account shall be an unqualified opinion. In addition to the above requirements, the City Manager of the City of Diamond Bar, or his designated representatives, may inspect financial and accounting records of the Contractor an any reasonable time for any purpose relevant to the performance of the provisions of the agreement. Contractor's failure to provide the financial statements required under the terms of the agreement, or any other financial and accounting information required by City, will allow City to employ an independent certified public 15 accounting firm to prepare such statements, and Contractor, in such case shall be liable for and pay the costs and expense of such financial statements. Nothing herein shall be deemed to require any rate adjustment. B. Late Fees Contractor may assess users a late fee of $5 for each residential, commercial or industrial account from which the monthly charge is not received by Contractor within 15 days of the billing date. Contractor may remove the supplied rubbish containers and may assess users a restart fee of $5 for each commercial or industrial account (including each residential bin service account) from which the monthly charge has not been received by Contractor within 30 days of the billing date. C. Fees and Gratuities Neither Contractor nor any of his agents or employees shall request, demand or accept, either directly or indirectly, any compensation or gratuity from any person, firm or corporation for the collection of refuse as herein defined, except such compensation as may herein be provided for and permitted. D. Bankruptcy Any of the following shall constitute a breach of contract by Contractor and shall, at City's option, terminate the contract and the licenses and privileges granted therein: 1. The appointment of a receiver to take possession of all or substantially all of the assets of Contractor; or 2. A general assignment by Contractor for the benefit of creditors; and 3. Any action taken by or suffered by Contractor under any insolvency or bankruptcy act. E. Heirs, Successors, Etc. The terms, covenants and conditions of the contract shall apply to and shall bind the heirs, successor, executors, administrators and assigns of the Contractor. 16 PROPOSAL FORM COLLECTION AND DISPOSAL OF RESIDENTIAL, COMMERCIAL, INDUSTRIAL GARBAGE AND RUBBISH FOR THE CITY OF DIAMOND BAR The undersigned as proposer declares that he has carefully examined the location of the proposed work, that he has examined the Specifications and read the accompanying instructions to proposers, and hereby proposes and agrees, if the proposal is accepted, to furnish all materials and do all work required by Specifications and Agreement. Name of Company: Address: Phone: Contact Person: Years in Business: Number of Accounts In Diamond Bar: Residential commercial Industrial Average Monthly Tonnage: Residential Commercial Industrial Present Billing System: Proposed Monthly Rates: Residential Commercial Industrial Proposed Franchise Fee: Other Monies Payable to the City (Please Describe): Length of Proposed Franchise: Recycling Program Included: Yes No The undersigned proposer further understands that the City of Diamond Bar, California reserves the right to award all or any part of this bid without any obligation to the City. The City also reserves the right to waive any informality in proposals. PROPER NAME OF BIDDER BY: (Signature of Bidder) Dated: , 1990 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) )ss COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such proposal is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with the authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this day of Signature . 1990 Signature of Officer Administering Oath (NOTARY PUBLIC) AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) my sworn, deposes and says: That he is , being first of, a corporation which is the party making the foregoing proposal or bid; that such proposal is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 1990 Signature of Officer Administering Oath (NOTARY PUBLIC) AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such proposal is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 1990 Signature of Officer Administering Oath (NOTARY PUBLIC) AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) , being first my sworn, deposes and says: That he is of, N one of the parties submitting the foregoing proposal or bid as a joint venture and that he has ben and is duly vested with the authority to make and sign instruments for an on behalf of the parties making said proposal who are: that such proposal is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 1990 Signature of OfficZZ er Administering Oath (NOTARY PUBLIC) PROPOSER'S BOND KNOW BY ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum of Ten Thousand Dollars ($10,000.00), to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form in accordance with the bid, and files the required bonds with the City of Diamond Bar, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit, including a reasonable attorney's fee to be fixed by the court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1990 (seal) (seal) (seal) (seal) PRINCIPAL (seal) (seal) SURETY (seal) ADDRESS NOTE: Signature of those executing for the surety must be property acknowledged. ORDINANCE NO. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR REPEALING, IN ITS ENTIRETY, CHAPTER 20.72 OF TITLE 20 OF THE LOS ANGELES COUNTY CODE AS HERETOFORE ADOPTED AND ADOPTING REQUIREMENTS AND STANDARDS RELATING TO GARBAGE AND REFUSE COLLECTION. The City Council of the City of Diamond Bar does hereby ordain as follows: SECTION 1: Chapter 20.72 of Title 20 of the Los Angeles County Code as heretofore adopted by this City Council is hereby repealed, in its entirety, provided that said repeal shall not apply to or excuse any violation thereof occurring prior to the effective date of this Ordinance. SECTION 2: The following provisions are hereby adopted as the Garbage and Refuse Collection Ordinance of the City of Diamond Bar to read, in words and figures, as follows: "Garbage and Refuse Collection "Section 1 Legislative Policy. Section 2 Definitions. Section 3 Authority of City Council to Issue Permits for Disposal and Collection. Section 4 Permits for Refuse Collection and Establishment of Collection Fees. Section 5 Unlawful Collection. Section 6 Permittee to have Exclusive Rights --Exception. Section 7 Collection in Emergencies. Section 8 Hours of Collection. Section 9 Refuse Collection --Spillage. Section 10 Refuse Receptacles. 1 Section 11 Replacement of Receptacles for Collection. Section 12 Time and Date of Placement of Receptacles. Section 13 Refuse Removal. Section 14 Refuse Disposal. Section 15 Special Provisions Regarding Method of Disposal. Section 16 Burning, Burial or Dumping. Section 17 Duration of Storage. Section 18 Use of Trucks. Section 19 No Parking of Refuse Trucks on any City Street. Section 20 Trucks --Equipment Required. Section 21 Specifications and Restrictions on Collection Trucks. Section 22 Truck Inspection. Section 23 Permittee's Local Telephone Number. Section 24 Permittee's Employees. Section 25 Permit for Removal of Refuse -- Prerequisites. Section 26 Permit Provisions. Section 27 Charges for Service. Section 28 Right of Provision Modification. Section 29 Right to Grant Franchise. Section 30 Penalty for Violation of Chapter. Section 31 Civil Remedies Available. Section 32 Severability. "Section 1. Legislative Policy. The City Council finds and determines that storage, accumulation, collection and disposal of refuse, trash, rubbish, solid waste, debris and other discarded material is a matter of great public concern, in that improper control of such matters creates a public nuisance, which may lead to air pollution, fire hazards, illegal dumping, insect breeding and rat infestation and other problems affecting the health, welfare and safety of the 2 residents of Diamond Bar and surrounding cities. The City Council further declares that regulations provided in this Ordinance are designed to eliminate or alleviate such problems. "Section 2. Definitions. For the purpose of this Ordinance, the following words and phrases are defined and shall be construed as hereinafter set out, unless it is apparent from the context that a different meaning was intended: "A. 'Animal Waste' means manure, fertilizer, or any form of solid excrement produced by any and all forms of domestic animals or commercial livestock. "B. 'City' means the City of Diamond Bar. "C. 'City Clerk' means the City Clerk of the City of Diamond Bar. "D. 'City Manager' means the City Manager of the City of Diamond Bar or his designee. "E. 'Council' means the City Council of the City of Diamond Bar. "F. 'Commercial Premises' means buildings, structures and areas used principally for business, commercial or industrial purposes, and including the following: hotels, motels, apartment buildings containing more than four apartments, condominium buildings containing more than 3 four condominiums, and including all other places that are not defined as residential units in this section. "G. 'Composting' means the product resulting from controlled biological decomposition of organic wastes that are source separated from the solid waste stream. "H. 'Composting Center, Station or Facility' means facilities whose principal function is to receive and to process green waste through composting. "I. 'Green Wastes' means vegetative cuttings, shrubs, stumps, brush, tree trimmings, grasses and related materials which have been separated from other solid waste. Green waste does not include stumps with diameters exceeding 10 inches. "J. 'Occupant' means and includes every owner of, and every tenant or person who is in possession of, is the inhabitant of, or has the care and control of, an inhabited residence. "K. 'Permit' means written authority granted by the City to any person to collect garbage, rubbish and trash as evidenced by contract, franchise, certificate or other writing. "L. 'Permittee' means any refuse collector authorized by the City Council to collect refuse within the City pursuant to this Ordinance. 4 "M. 'Person' means any individual, firm, corporation, association, or group or combination acting as a unit. 'N. 'Recyclable Materials' means aluminum and metal cans, newspapers, paper, glass bottles or jars, plastics and green wastes. "O. 'Recycling' means the process of collecting, sorting, cleansing, treating, and reconstituting materials that would otherwise become solid waste, and returning them to the economic mainstream in the form of raw materials for new, reused, or reconstituted products which meet the quality standards necessary to be used in the marketplace. Recycling does not include transformation as defined as the incineration, pyrolysis, distillation, gasification, or biological conversion other than composting. "P. 'Recycling Center, Station or Facility' means facilities whose principal function is to receive, store, convert, separate, or transfer recyclable materials for processing. "Q. 'Refuse' means and includes any and all types of rubbish, trash, garbage or other waste material referred to in this Ordinance. "R. 'Refuse Collector' means any person or persons, firm, copartnership, joint venture, association 5 or corporation engaged in the collection, transportation and/or disposal of solid waste and/or rubbish in the City. "S. 'Residential Unit' means each place used for residential purposes, including the following but not restricted to: Single-family dwellings, multifamily dwellings, apartments and/or condominiums containing four units or less, townhouses, mobile home parks, and trailer courts, whether or not utilizing dumpster-type bins, but not including hospitals, convalescent homes, hotels and motels. 'T. 'Rubbish' means and includes, but is not restricted to, all nonbiodegradable waste, or debris such as paper, cardboard, grass, tree or shrub trimmings, rugs, straw, clothing, wood or wood products, crockery, glass, rubber, metal, plastic, construction waste and debris and other similar materials. "U. 'Rubbish Disposal Operator' is synonymous with refuse collector. "V. 'Salvage' means and includes rubbish, from which articles or material of value may be extracted, segregated, removed or developed. "W. 'Solid waste' means and includes all putrescible and nonputrescible solid and semisolid wastes, such as refuse, rubbish, paper, ashes but does 2 not include hazardous waste as defined in California Government Code Section 66714.8 or California Health and Safety Code Section 25517, or any amendment thereto or successor provisions thereof. "X. 'Streets' means the public streets, ways and alleys, except state freeways, as the same now or may hereafter exist within the City. "Y. 'Trash' means and includes, but is not restricted to, every accumulation of animal, vegetable or other material: 11(1) Resulting from the preparation and consumption of edible foodstuffs; or 11(2) Resulting from decay, dealing in or storage of meats, fish, fowl, fruits or vegetables, including the cans, containers or wrappers wasted along with such materials; or "(3) Such industrial, domestic and organic refuse or residue of animals sold for meat; or 11(4) Fruit, vegetable and animal matter from kitchens, dining rooms, markets, food establishments or any other place using, dealing in or handling meats, fish, fowl, fruits, vegetables or grains; or "(5) Offal, animal waste, or the carcasses of animals, fish or fowl; or 7 "(6) Nonrecyclable glass, paper or metal products. "Z. 'Truck' means any truck, trailer, semitrailer, conveyance or vehicle used or intended to be used for the purpose of collecting refuse or to haul or transport refuse. "Section 3. Authority of City Council to Issue Permits for Disposal and Collection. Pursuant to Section 66757 of the California Government Code, as amended from time to time, or any successor provision or provisions thereto, the Council shall have the authority to issue exclusive permits for the collection and disposal of refuse, trash, rubbish and other forms of solid waste, as provided for in this Ordinance, and may, as a condition for issuing such permits, require a bond from the permittee in an amount determined by the City Council to insure the faithful performance of such collection and disposal service in accordance with this Ordinance and the terms and conditions imposed by the Council. In the event that any permittee shall fail or refuse to conform to the conditions of the permit or this Ordinance, the Council, at its option and after a hearing called upon at least ten days' written notice to the permittee, may revoke such permit. In issuing permits for refuse and rubbish collection and disposal, 8 the Council shall not be required to issue the same based upon the offer of lowest rates, but shall be free to issue such permits to the person deemed best suited to comply with the terms of this Ordinance and such other terms and conditions imposed by the Council. "Section 4. Permits for Refuse Collection and Establishment of Collection Fees. The Council determines that the disposal and/or collection of refuse, trash, rubbish or other solid waste is a service to be performed in the City in accordance with the provisions of this Ordinance. The City may from time to time issue permits to those parties meeting the criteria of this Ordinance and such other standards as may be established by resolution of the City Council regarding the collection of refuse, rubbish and other forms of solid waste from residential and commercial units. So long as any such permit remains in force, collection of material provided for herein may be made only in accordance with the terms and conditions thereof. Fees and charges for such collection, removal and disposal services shall be those which the Council may from time to time hereafter approve by resolution. No person shall engage in the business of collecting, removing or disposing of any refuse, trash, rubbish, green wastes, recyclable materials or other solid waste including 9 hazardous wastes or infectious medical waste, within the City from any residential unit or commercial premises, nor transport the same over any public streets or rights-of-way, unless a permit to do so has first been obtained from the Council and such person complies with the provisions of this Ordinance and any other regulations which have been adopted pursuant to this Ordinance. "Section 5. Unlawful Collection. No person shall collect or transport refuse within the City unless such person is a permittee, as defined in this Ordinance, or is exempt in accordance with subsections A through E of this Section. No person shall permit, allow or enter into any agreement whatsoever for the collection or transportation of refuse from any residential unit or commercial premises with any person who is not a permittee as herein defined except as permitted in subsections A through E of this Section. "A. The collection and removal of grass clippings and shrubbery by individual residents and by individuals doing business as professional landscapers, when the collection is directly related to their work, shall be exempt from the refuse permit system. "B. A permittee shall not be required to collect hazardous or dangerous materials as part of its 10 AGREEMENT FOR THE COLLECTION AND DISPOSAL OF REFUSE, RUBBISH, GARBAGE AND WASTE MATERIALS. THIS AGREEMENT is made and entered into this day of , 19 , by and between the City of Diamond Bar, a municipal corporation (hereinafter referred to as "City"), and a California corporation, (hereinafter referred to as "Contractor"). W I T N E S S E T H In consideration of their covenants, and the terms and conditions hereof, the parties hereto agree as follows: 1. Contractor, in consideration of the payment hereinafter agreed to be made to Contractor by City, and under penalty of the bonds conditioned as set forth in the Specifications, Exhibit "A" attached hereto and by this reference made a part hereof, hereby agrees to perform all the work set forth and described, and in the manner prescribed, in the Specifications. 2. The parties hereto understand and agree that this written Agreement, the aforesaid Specifications, City's Garbage and Refuse Collection Ordinance, all City ordinances and resolutions as the same now exist or may hereafter be amended from time to time, and the Contractor's performance bond shall constitute the contract between the parties. Should it be ascertained that any inconsistency exists between the aforesaid 1 documents and this written Agreement, the provisions of this written Agreement shall control. 3. Neither the acceptance by City or its representa- tives, nor any order by City for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by City or its representatives, shall operate as a waiver of any portion of this Agreement or of any power herein reserved to City or any damages herein provided; nor shall any waiver of any breach of this Agreement be held to be a waiver of any other or subsequent breach. 4. Contractor shall keep itself fully informed of existing and future state and federal laws, rules and regulations and City ordinances, regulations, rules and orders in any manner affecting those engaged and employed in or on the work, or in any way affecting the conduct of the work, and of all orders or decrees of bodies of officials having jurisdiction or authority over the same, and shall, at all times, observe and comply with and cause any and all persons employed by Contractor or under Contractor to observe and comply with, all such laws, ordinances, rules, regulations, orders and decrees. 5. The term of this Agreement shall commence on , 19 and continue to , 19 Upon commencement of the term hereof, any previously existing agreements between the parties shall have no further force and effect, except as to any rights or obligations which 2 may have accrued to either party under the terms of said previous agreements. 6. Contractor shall receive from City, as full compensation for the performance of this Agreement, the rates specified in Exhibit "B", attached hereto and incorporated herein by this reference, for each residential unit from which collection is made. Moreover, Contractor shall be entitled to charge the commercial premises rates specified in Exhibit "B". 7. In the event that circumstances beyond the control of Contractor impose or generate excessive costs in the performance of this Agreement, Contractor may petition City to determine if an adjustment in compensation is warranted to avoid undue financial hardship on Contractor, and material impairment of contractor's ability to provide the level and quality of service herein specified. Contractor agrees to furnish all such accounts and records as are needed in the judgment of City's City Council to substantiate any requests for increased payments from City or increased rates to customers. The decision of City's City Council shall be final. 8. Contractor understands and agrees that it shall keep full and complete books, records and accounts of all financial transactions with respect to this Agreement. Such books, records and accounts shall be maintained in accordance with accepted accounting principles and shall be maintained in such fashion so as to provide a detailed financial analysis with 3 respect to Contractor's operations hereunder. All such books, records and accounts shall be maintained for a minimum of 5 years from and after the end of the fiscal year in which any such books, records and accounts are created. Contractor understands and agrees that City, by and through its designated representatives, may inspect any such books, records and accounts during contractor's normal business hours at contractor's office and, further, that City, at its cost, and in its sole discretion, may cause an audit of any books, records and/or accounts maintained or prepared by Contractor under and pursuant to this Agreement. Contractor further agrees to provide City copies of any such books, records and/or accounts or permit the copying thereof by City. The parties agree that Contractor is not required to maintain an accounting system or books, records or accounts for its operations hereunder separate and apart from its other operations. 9. All complaints regarding service by Contractor, whether received by Contractor or City, shall be resolved in accordance with the specifications. 10. In the event that any provision of this Agreement is violated by contractor, City may, at its election, terminate the Agreement or take over and complete the Agreement for Contractor by serving written notice upon contractor of its intention to terminate or complete such Agreement, and unless, within thirty (30) days after the serving of such notice, such 2 violation shall cease, the Agreement, upon the expiration of said thirty (30) days, shall cease and terminate or City shall take over its completion, as stated in said notice. As to violations of the provisions of this Agreement which cannot be remedied or corrected within thirty (30) days, said Agreement, at election of City, shall cease and terminate or City shall take over its completion upon the giving of written notice. If contractor should be adjudged bankrupt or should make a general assignment for the benefit of creditors or a receiver should be appointed on the account of insolvency of Contractor, or if Contractor should persistently and repeatedly refuse or should fail to supply enough properly skilled workers or proper materials or equipment for the collection and disposal of refuse from City, as herein provided, in a good and workmanlike manner, or fail to make prompt payment for materials, equipment or labor or persistently disregard laws, ordinances, or the instructions of City or its duly authorized representatives, or otherwise be in substantial violation of any provision of the Agreement documents, then City may, without prejudice to any other right or remedy, and after giving Contractor written notice, terminate or take over completion of said Agreement. It is understood and agreed that, should Contractor fail to furnish labor, materials and equipment to do and perform all the work and labor provided for herein, in the manner set forth, and in a good and workmanlike manner, Contractor shall, in 5 addition to any other provisions presented in the Agreement documents, be liable to City for all losses or damages that the latter may suffer on account thereof, including, but not limited to, reasonable attorney's fees and court costs. 11. The standard of performance that Contractor is required to maintain to fulfill the conditions of the Agreement or such ordinance as City's City Council may from time to time adopt, shall be the standards established by City's City Manager or City Council. 12. Any notice required or permitted hereunder shall be made by dispositing the same in the United States Mail, postage prepaid, as follows: Contractor: city: City Manager City of Diamond Bar 21660 East Copley Drive Suite 100 Diamond Bar, California 91765 13. Wherever in the specifications the term "City Manager" appears, the same shall be deemed to refer to the City's City Manager or his duly authorized representative. 14. Wherever in this contract, including the Specifications, or any other document constituting a part hereof or furnished pursuant hereto, Contractor indemnifies City, such indemnification shall in all instances apply in favor of City's T elected officials, officers, agents and employees of City and shall apply to all indemnitees. 15. The parties hereto agree that, insofar as it can legally be done, the provisions of this contract shall constitute an exclusive franchise under which Contractor shall have the exclusive right and obligation of picking up all trash and garbage in City for the area or areas specified in Exhibit "C". The above shall include the exclusion of all other contractors, persons, corporations or entities from picking up such trash and garbage from such commercial, industrial, residences and apartment houses to the extent permitted by law. 16. It is understood and agreed that Contractor shall make all of the pick ups and perform all of the services required of it under the provisions of this contract and franchise. It is further agreed that in return for such franchise, Contractor shall remit to City a percentage of its gross monthly billings in accordance with the Specifications. 17. This Agreement and the rights hereunder may not be assigned by the Contractor except with the express prior written consent of City, whether any such purported assignment be voluntary or by operation of law. 18. It is understood and agreed by and between the parties hereto, that in the event the County of Los Angeles imposes a charge by the day, or by the ton, or upon each truck, or upon each company for the privilege of disposing of trash and 7 rubbish in County facilities, or increases any such existing charge, a rate adjustment shall be negotiated between the parties and such rate adjustment shall be implemented within thirty (30) days of the date of the imposition of such charge. 19. Contractor agrees to advise City in writing at the time any negotiations are undertaken between Contractor and its employees relating to wages and benefits and Contractor shall report the status of said negotiations from time to time including any pending strike, lock out, walk out, boycott or other labor dispute. 20. Full and complete financial data and Contractor's proposal for any rate increases, whether commercial, residential or industrial, shall be submitted to City at least sixty (60) days prior to the requested date of adjustment of any such rates. 21. Contractor shall, at Contractor's sole cost and expense, obtain, and keep in full force and effect during the term of this Agreement, full compensation insurance for all persons who may be employed by Contractor in carrying out the work specified in the Agreement. Such compensation insurance shall be in accordance with the requirements of the State of California relating to worker's compensation. Contractor shall furnish to City a copy of the policy or certificate evidencing such policy. Contractor shall execute and file with City the statement required under California Labor Code Section 3700. 8 22. Throughout the term of this Agreement, at Contractor's sole cost and expense, Contractor shall keep or cause to be kept in full force and effect, for the mutual benefit of City and Contractor, comprehensive broad form general public liability insurance against claims and liability for personal injury, death or property damage arising from Contractor's operations hereunder, with a combined single limit providing protection of at least Five Million Dollars ($5,000,000.00) for bodily injury or death to any one person, or for any one accident or occurrence and for property damage and at least Ten Million Dollars ($10,000,000.00) aggregate for bodily injury or death and for property damage. such insurance shall be carried only in responsible insurance companies licensed to do business in the State of California. All such policies shall contain language to the effect that (1) the insurer waives the right of subrogation against City and against City's agents and representatives, (2) the policies are primary and noncontributing with any insurance that may be carried by City, and (3) they cannot be canceled or materially changed except upon thirty (30) days prior written notice by the insurer to City. In the event of any such cancellation or material change in such policy of insurance, then this Agreement shall terminate and be of no further force and effect. Contractor agrees to furnish City copies of all such policies promptly upon receipt of them, or certificates evidencing the insurance. Contractor further agrees that all 0 concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its elected officials, officers, agents and employees and in connection therewith, Contractor agrees as follows: a. Contractor will defend any action or actions filed in connection with any said claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorney's fees, incurred in connection therewith. b. Contractor will promptly pay any judgment rendered against Contractor or City covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with this Agreement and Contractor agrees to save and hold City harmless therefrom. C. In the event City, without fault, is made a party to any action or proceeding filed or prosecuted against Contractor for damages or other claims arising out of or in connection with Contractor's operations hereunder, Contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with City's reasonable attorney's fees. 11 24. Contractor agrees to place into service new vehicles, meeting all requirements therefor set forth in the Specifications, in accordance with the timelines set forth in the Fleet Replacement Schedule set forth in Exhibit "E" hereto. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the date first set forth above. Attest: CITY OF DIAMOND BAR Mayor City Clerk "CONTRACTOR" By By N\1012\REFUSAGR\DB 5.5(DISC) 12 regular collection activity. Liquid and dry caustics, acids, biohazardous, flammable, explosive materials, insecticides, and similar substances shall not be deposited in collection containers. Any person collecting such substances shall, in addition to any requirements of State law, obtain a permit therefor pursuant to the provisions of this Ordinance. "C. Infectious medical waste (as defined in California Health and Safety Code Section 25117.5, as amended from time to time, or any successor provision or provisions thereto) shall not be collected by a permittee as part of its regular collection activity. Anyone producing such wastes shall store, handle and dispose of such materials only in the manner approved by the county health officer or designated deputy, and in accordance with the California Health and Safety Code. Disposal of infectious medical waste shall be conducted pursuant to a permit issued under this Ordinance in addition to any requirements imposed by State law. "D. The collection and removal of recyclable material and/or green wastes shall not be exempt from the refuse permit system; however, such activities may be the subject of a separate permit at the discretion of the Council. 11 "E. The removal and disposal of refuse from a residential unit by the occupant or owner thereof shall be exempt from the refuse permit system, subject to the provisions of Section 13 of this Ordinance. "Section 6. Permittee to have Exclusive Rights -- Exception. Excepting existing rights that the City reserves to itself, or as otherwise provided in this Ordinance, persons to whom the City may issue a permit and the agents, servants and employees of any such person, while the permit is in effect, shall have the exclusive right to gather, collect and remove garbage, rubbish, waste material, green wastes and/or recyclable materials from premises within the City subject to such terms and conditions as the Council may apply to the issuance of such permit. "Any refuse collector operating within the City, pursuant to any statutory exemption and not otherwise a permittee shall, within ninety (90) days of the effective date of this Ordinance, submit to the City Manager a plan for the provision of recycling services for such refuse collector accounts. Such plan shall be prepared in accordance with all requirements established by the City for ensuring maximum compliance with applicable state laws relating to recycling of solid waste. Upon approval of such recycling plan by the City 12 Manager, the refuse collector shall implement said plan, within thirty (30) days thereafter or such longer time as approved by the City Manager. All refuse collectors, whether permittees or otherwise, shall prepare monthly service collection reports. The report shall include information on the total number of residences served by regular refuse collection, number of residences participating in the recycling program, tonnage of total recyclables, tonnage of each individual recyclable collected, total operation costs, and revenues derived from the sale of recyclables, and any other pertinent information as required by the City. "All such reports are to be submitted on a quarterly basis. Unless otherwise notified, all reports shall be mailed or hand delivered to the City Manager, City of Diamond Bar, 21660 E. Copley Drive, Suite 100, Diamond Bar, California 91765. "Section 7. Collection in Emergencies. In emergencies, such as the breakdown of equipment, or other unforeseen or unpreventable circumstances, where in the judgment of the City Manager the particular situation justifies such action, the City Manager may issue limited or temporary permits to private persons or corporations to perform any of the services regulated by this Ordinance, subject to such reasonable fees, charges 13 and conditions as the circumstances may warrant and as the parties involved may agree upon; provided that such fees and charges received from or paid to any private persons or corporations under this section for any period exceeding fifteen days' duration shall be approved by the Council. "Section 8. Hours of Collection. All collections from residential areas and areas immediately adjacent to residential areas shall be made between the hours of 7:00 a.m. and 5:00 p.m., collections from commercial and industrial locations may start at 6:00 a.m. provided, however, that the peace and quiet of residential neighborhoods is not disrupted. The City Manager may require a permittee to change hours of operation in commercial and industrial areas if disruption of residential neighborhoods occurs. "Section 9. Refuse Collection --Spillage. Permittees shall exercise all reasonable care and diligence in collecting refuse so as to prevent spilling, scattering or dropping of refuse, and shall immediately, at the time of occurrence, clean up any such spillage. "Section 10. Refuse Receptacles. "A. It shall be the duty of every tenant, lessee or occupant of any residence or commercial unit, 14 the keeper of every apartment house and of every other person having refuse, to provide without expense to the City and at all times, except on collection day, to keep within the building in which any of the same may be situated, sufficient plastic or paper bags specifically designed for the containment of refuse, or watertight metal or plastic receptacles, except as hereinafter provided, which shall have suitable bales or handles and a tight -fitting cover which shall prevent leakage or escape of odors, and which when filled within four inches of the top shall contain all refuse which would ordinarily accumulate on such premises between collections. The exterior of such receptacles, including covers, shall be kept clean from accumulated grease or decomposing materials. Except when placed in accordance with Section 11 hereof for collection purposes, refuse receptacles shall be kept and maintained only in storage locations permitted by the Diamond Bar Zoning Ordinance, as the same presently exists or as may be amended from time to time, or as specified by use permit or other entitlement for use. "B. Grass clippings, leaves and other yard work debris, other than branches or tree limbs, may be either deposited in metal or plastic receptacles, or specially designed bags, as above mentioned, or cardboard boxes. 15 If cardboard boxes are used, the cardboard boxes, along with the contents, shall be considered refuse set out for collection and both the cardboard boxes and contents shall be collected. "C. Branches, tree limbs or other similar debris shall be tied with sturdy twine, rope or wire, in bundles not exceeding four feet in length nor eighteen inches in diameter. "D. Newspapers and magazines may be either deposited in metal or plastic receptacles, as above mentioned, or tied with sturdy twine, rope or wire, in bundles not exceeding fifty pounds in weight. "E. Extra or unwanted cardboard boxes shall be flattened and tied in bundles not exceeding four feet in length nor fifty pounds in weight. "F. Any receptacle designed to be emptied by hand shall have a capacity of not less than fifteen gallons nor more than forty-five gallons, and which shall not exceed fifty pounds in weight when loaded, adequate to contain the amount of garbage and combustible rubbish normally accumulating during the interval between collections thereof. Each such receptacle employed solely for the accumulation of commercial garbage shall have a capacity not in excess of thirty-five gallons. Each such receptacle shall be of durable metal or plastic construction, water tight, the top diameter of the container opening in no case shall be less than the diameter of the container below the top and which receptacle shall be equipped with handles and a tight- fitting metal or plastic cover. The use of oil drums of fifty gallon capacity or more is specifically prohibited. Cardboard containers shall be removed as refuse. "G. Notwithstanding any other provision of this Section 10 pertaining to types of refuse receptacles or other permissible method of containment of items of refuse to be disposed of, in the event the City of Diamond Bar institutes a recycling program, green wastes program or an automated refuse program, then all persons shall deposit all refuse in refuse receptacles provided for said purpose by City or the Permittee. Refuse placed for collection, and not in special containers or receptacles as provided by City or the Permittee, shall not be collected. "Section 11. Placement of Receptacles for Collection. It shall be the duty of every person having charge and control of any residential unit or commercial premises to set out or place containers for the collection of refuse, rubbish, miscellaneous debris and combined rubbish and/or other solid waste, as follows: 17 "Any container or receptacle for the purpose of reception and removal of refuse shall be placed at the curb in front of the dwelling, or the alley in the rear of each dwelling; except where alleys, having access to streets at each end, exist in the rear of commercial premises, and from such premises collections shall be made from such alleys, provided that the permittee may designate some other location for the placement of containers and receptacles when such placement will expedite collection, and approved by the City Manager. "Section 12. Time and Date of Placement of Receptacles. "A. No person shall place, or cause to be placed, any refuse or container or receptacle for refuse, on any public highway or in any place or in any manner other than hereinabove provided, or at any time other than the days established by the City for the collection of such refuse on the particular route involved, earlier than sunset of the day preceding the day designated for collection, and all containers and receptacles shall be removed from the place of collection prior to 10:00 p.m. of the day the containers and receptacles have been emptied. "B. Each owner, occupant, tenant or lessee of a residential or commercial unit shall maintain the same 18 in a sanitary condition. If the containers or receptacles should not be emptied and the contents removed on the date and time scheduled by the permittee, they should immediately notify the permittee or the City, and it shall be the duty of the permittee to forthwith arrange for the collection and disposal of the refuse. "C. Refuse, trash, rubbish, salvage and other solid waste which exceeds the limitations hereinabove set out may, in the discretion of the permittee, be scheduled for special collection upon the application of the owner or occupant of the premises. Special collection charges may be assessed by the permittee for this service with prior approval of above-mentioned occupant of the premises and subject to any requirements set forth in the permit. "D. No person, other than the owner thereof, the owner's agents or employees or an officer or employee of the City or a permittee's agents or employees authorized for such purposes, shall tamper or meddle with any refuse container or the contents thereof, or remove the contents of any container, or remove any container from the location where the same shall have been placed by the owner thereof or owner's agent. 19 "Section 13. Refuse Removal. Pursuant to California Administrative Code Title 14, Chapter 17.331H, all refuse created, produced or accumulated in or about a residential unit or commercial premises in the City shall be removed at least once each week. No person who is the occupant of any of the above-described premises shall fail or neglect to provide for the removal of refuse at least as often as prescribed in this Section. "Section 14. Refuse Disposal. The permittee shall dispose of collected wastes, at permittee's expense, at a City -directed landfill or transfer station in a manner satisfactory to the City and in accordance with all state and local laws and regulations. "Section 15. Special Provisions Regarding Method of Disposal. "A. The removal of wearing apparel, bedding or other refuse from residential units or other places where highly infectious or contagious diseases have been present shall be performed under the supervision and direction of the County Health Officer and such refuse shall neither be placed in containers or receptacles nor left for regular collection and disposal. "B. Highly flammable or explosive or radioactive refuse shall not be placed in containers or 20 receptacles for regular collection and disposal, but shall be removed under the supervision of the City at the expense of the owner or possessor of the material. "C. Refuse or other solid waste containing water or other liquids shall be drained before being placed in a container or receptacle. Matter which is subject to decomposition shall be wrapped in paper or other material before being placed in a container or receptacle. "D. No battery acid, poisonous, caustic or toxic material or any other substance capable of damaging clothing or causing injury to the person shall be mixed or placed with any rubbish, solid waste or other refuse which is to be collected, removed or disposed of by a permittee. Such items shall be removed at the occupant's expense only after arrangements have been made with the permittee or City for such removal. "E. Animal waste, as defined in this Ordinance, shall not be placed in containers or receptacles for regular collection and disposal, but shall be removed at the occupant's expense. "F. Upon institution of recycling programs for recyclable materials or green wastes, or both, such materials shall be disposed of through specific 21 recycling or composting processes, as the case may be, as approved by the City Council. "Section 16. Burning, Burial or Dumping. No person shall burn, bury or dump refuse within the City at any time, unless a special permit for such burning, burial or dumping has been issued pursuant to authority conferred by the Council, and/or the Fire Department. "Section 17. Duration of Storage. Pursuant to California Administrative Code Title 14, Chapter 3, Section 17.331H, no person shall store or accumulate any refuse, rubbish or miscellaneous debris in any container or at any location other than as hereinabove set forth, or for any length of time other than as follows: "A. Refuse. Refuse shall not be accumulated or stored for a period of time in excess of: "(i) Residential units: One week (seven days); 11(2) Commercial premises: One week (seven days); "B. Rubbish, other than refuse, shall not be stored or accumulated for a period of time in excess of one week (seven days); "C. The above periods of time which end in any week in which a holiday occurs are extended one additional day. 22 "Section 18. Use of Trucks. Any persons who desire to operate privately owned refuse, trash or rubbish vehicles under provisions of this Ordinance shall utilize vehicles which are reasonably watertight and are provided with a tight cover to the reasonable satisfaction of the City Manager. The City Manager shall require the permittee to remove from service or repair those vehicles that allow or permit offensive odors to escape and/or refuse to be blown, dropped or spilled therefrom. "Section 19. No Parking of Refuse Trucks on any City Street. "A. No person, between the hours of 8:00 p.m. and 5:00 a.m., shall leave a refuse truck parked on any city street. "B. No person, between the hours of 5:00 a.m. and 8:0o p.m., shall leave a refuse truck parked on any city street for more than one hour unless the City Manager is notified that a breakdown or emergency exists. "Section 20. Trucks --Equipment Required. Each truck of a permittee shall at all times have in the cab the registration of the truck, a certificate of insurance, and an identification card with the name of whom to telephone in case of an accident or emergency. 23 Each truck shall also be equipped with a five -pound fire extinguisher certified by the California State Fire Marshal and recharged as needed, but not less than once annually. "Section 21. Specifications and Restrictions on Collection Trucks. All trucks used for refuse, rubbish and/or solid waste collection within the City shall be required: "A. To be completely enclosed with a nonabsorbent cover while transporting refuse, trash or rubbish in or through the City. 'Completely enclosed with a nonabsorbent cover' means that refuse, trash or rubbish shall not be visible from the street, nor shall any of the substances be permitted to leak, spill or become deposited along the public streets; "B. All trucks used in the course of refuse or rubbish collection shall be painted colors approved by the City Manager and identified by truck numerals, a company logo, and local telephone number. Those trucks shall be kept clean and in good repair at all times. "C. All trucks shall be maintained in good and safe mechanical condition. 24 "Section 22. Truck Inspection. "A. Each of any permittee's trucks shall be made available for inspection at the discretion of the City Manager at any point of operation. "B. A decal may be issued by the City for each truck complying with provisions of this Ordinance which shall be placed on the truck in a conspicuous place. "Section 23. Permittee's Local Telephone Number. Each permittee must maintain a local telephone number which shall be staffed for personal contact between 8:00 a.m. and 5:00 p.m. on normal working days, and at all other times with some type of mechanism for the purpose of taking messages. "Section 24. Permittee's Employees. Each permittee must provide high-quality service by industry standards and supply competent, qualified, identifiable and uniformed personnel who serve the residents of Diamond Bar in a courteous, helpful and impartial manner. "A. The City may, at its option, require fingerprinting of the permittee's employees whose service will cause them to enter onto or work in close proximity to private property. 25 "B. The permittee shall be required to hire employees without regard to race, religion, color, national origin, sex, political affiliation, or any other nonmerit factor. "C. Any employee driving permittee's refuse trucks shall at all times have in his or her possession a valid and appropriate vehicle operator's license issued by the State of California. "D. The permittee's employees shall be required to wear clean, identifiable uniforms when engaged in refuse collection service within the City. "Section 25. Permit for Removal of Refuse -- Prerequisites. "A. Procedure and Required Information. A permittee must file a letter with the City Manager or designee containing the following information: 11(1) Name and description of the permittee; 11(2) Permanent business address and address of local office of the permittee; 11(3) Trade and firm name; 11(4) If a joint venture or a partnership or limited partnership, the names of all partners of the firm, and the names of the officers and their percentage or participation interest and their permanent addresses; 26 11(5) Facts indicating that the permittee has arranged for refuse disposal in an area where the same may be legally accepted and disposed of as directed by the City; be served; 11(6) Desired refuse collection area to 11(7) Facts indicating that permittee is qualified to render efficient refuse collection service; 11(8) Facts indicating that trucks and equipment conform to all applicable provisions of this Ordinance; "(9) Satisfactory evidence that permittee has been in existence as a going concern for in excess of five years and possesses not less than five years' actual operating experience as a going concern in residential and/or commercial refuse collection and disposal; "(10) Satisfactory evidence that permittee's experience as a going concern in residential and/or commercial refuse collection and disposal derives from operations of comparable size to that contemplated by the permittee; details shall include length of other contracts, name and size of municipality, nature of service provided, and the name of the contact person at the municipality being served; 27 "(11) Evidence that permittee is in good standing in the State of California and in the case of a corporation organized under the laws of any other state, evidence that permittee is licensed to do business in the State of California; "(12) A detailed inventory of the permittee's equipment available for use in refuse collection area; "(13) A written statement that permittee has complied with or is capable of complying with all regulations imposed by the County of Los Angeles and the State of California for the collection and disposal of solid wastes. "(14) Facts indicating that the applicant owns or has under his control, in good mechanical condition, sufficient equipment to conduct the business of refuse collection adequately if granted a permit, and that applicant owns or has access to suitable facilities for maintaining his equipment in a clean and sanitary condition. "(15) Satisfactory evidence that the issuance of a permit is in the public interest and convenience in that there is an available market for refuse collection which can be legally served by the applicant. 28 11(16) Such other pertinent facts or information as the City may require, including evidence of State certification, if applicable. 11(17) Any of the above provisions in conflict with certification requirements imposed by State law shall not be required. "B. Fees and Requirements for Permit. 11(1) Upon consideration of the information contained in the above-mentioned letter and following a public hearing conducted by the City Council upon at least ten days' prior written notice to the applicant, the City Council may issue a permit. 11(2) Each permit granted shall apply to refuse collection for an area of the City specified therein or, in the case of hazardous waste, infectious medical waste, recycling or green waste operations, specified premises or areas, and may be exclusive. 11(3) A fee for processing permit applications may be set by resolution of the City Council. "C. Bonding of Permittee. Before granting a permit under the provisions of this Ordinance, the Council shall require the permittee as a condition to the permit, to post with the City Clerk a cash bond or surety bond in an amount determined by the Council and 29 furnished by a corporate surety authorized to do business in the State of California, payable to the City of Diamond Bar. The bond shall be conditioned upon the full and faithful performance by the permittee of obligations under the applicable provisions of this Ordinance and shall be kept in full force and effect by the permittee throughout the life of the permit and all renewals thereof. "D. Indemnification by Permittee. As a condition of the City issuing a permit, permittee shall agree to appear and defend all actions against the City arising out of the exercise of such permit, and shall indemnify and save the City, its officers, elected officials, employees and agents free and harmless from all claims, demands, actions or causes of actions of every kind and description, and shall pay any and all related attorneys' fees and court costs resulting directly or indirectly, arising out of, or in any way connected with the exercise of the permit, including, but not by way of limitation, any act or omission of any officer, employee or agent of permittee. "E. Liability Insurance. The permittee shall obtain and keep in force during the term of the permit, public liability and bodily injury insurance in amounts determined by the City Council, and workers compensation M insurance covering all employees of the permittee. Copies of such policies, or certificates evidencing such policies, shall be filed with the City Clerk prior to the commencement of activities authorized by the permit. The City and its officers, elected officials, employees and agents shall be named as additional insureds on all such policies. All such policies shall contain at a minimum a provision requiring a thirty -day notice to be given to the City prior to cancellation, modification or reduction of limits. The amounts of public liability insurance for bodily injury and property damage shall be subject to review and adjustment by the Council. "F. Compliance with Local and California Laws and Regulations. The permittee must agree to perform the terms of the permit in such a manner so as to comply with all applicable local and state laws and regulations pertaining to the collection, storage and transportation of solid waste. The permittee shall also comply with all other ordinances and regulations of the City and applicable laws and regulations of the County of Los Angeles and State of California, and shall obtain and keep in force all required permits and business licenses throughout the life of the permit and all renewals thereof. 31 "Section 26. Permit Provisions. "A. Fees. Any permit issued pursuant to this Ordinance shall provide for the payment of permit fees to the City, shall contain additional provisions agreed to by and between the City and permittee, and shall constitute a written agreement of said parties. "B. Assignment or Transfer of Permit. No assignment or transfer of a permit pursuant to this Ordinance or any right accruing under such permit shall be made in whole or in part by the permittee without the express consent of the Council. In the event any assignment or transfer is authorized by the Council, the assignee shall assume the liability and all other obligations of the permittee. Each permittee shall file, on or before July 1 of each calendar year, with the City Clerk, a statement of ownership and shall verify the same as being true and correct under penalty of perjury under the laws of the State of California. "C. Revocation. A permit may be revoked at the option of the Council in the event there is a change of ownership of any kind or nature of the operating company, unless approval therefor has been obtained in writing from the Council. If it is determined by the City Manager that permittee has not complied with the provisions of this Ordinance, the permit, and all other 32 applicable statutes, ordinances, rules and regulations, the City Manager shall notify the permittee in writing of noncompliance and shall order compliance within thirty days. "If noncompliance is not corrected within the above -prescribed thirty -day period, the Council, following a public hearing upon at least ten days' written notice to the permittee, may terminate the permit. "Section 27. Charges for Service. "A. Collection Charge. A charge for the collection of refuse shall be imposed on the owner or occupant of each residential unit or commercial premises to which refuse collection service is made available. The amount of such charges shall be fixed and changed from time to time and shall be collected at such time and in such manner as prescribed by resolution of the City Council. The charge so fixed shall be a civil debt due and owing to the City or permittee from the owner or occupant of the residential unit or commercial premises to which the collection service is made available. The City Council hereby specifically finds and determines that the periodic collection of refuse and rubbish from all residential units and commercial premises benefits all occupants and residents of the City, provides for 33 the health, safety and welfare of all persons in the City and, therefore, all such occupants or owners are liable for the payment of collection service provided for hereunder, whether or not any such owner or occupant avails himself or herself of such collection service. "B. Rate Adjustments. All revisions in charges levied must be submitted to the City Council for review and action and must be approved by resolution of the City Council following a public hearing upon at least ten days' written notice to the permittee. "Section 28. Right of Provision Modification. The City specifically retains the right to repeal, amend, add to, or modify each and every provision of this Ordinance. "Section 29. Right to Grant Franchise. The City, subject to all applicable state laws, specifically retains the right to grant a franchise or franchises for the collection of garbage or refuse from any residential unit or commercial premises. "Section 30. Penalty for Violation of Ordinance. It shall be unlawful for any person, firm, partnership, or corporation to violate any provision or to fail to comply with any of the requirements of this Ordinance. Any person, firm, partnership, or corporation violating any provision of this Ordinance or failing to comply 34 with any of its requirements shall be deemed guilty of a misdemeanor and upon conviction thereof shall be punished by a fine not exceeding one thousand dollars, or by imprisonment not exceeding six months, or by both such fine and imprisonment. Each such person, firm, partnership, or corporation shall be deemed guilty of a separate offense for each and every day or any portion thereof during which any violation of any of the provisions of this Ordinance is committed, continued or permitted by such person, firm, partnership or corporation, and shall be deemed punishable therefor as provided in this Ordinance. "Section 31. Civil Remedies Available. The violation of any of the provisions of this Ordinance shall constitute a nuisance and may be abated by the City through civil process by means of restraining order, preliminary or permanent injunction or in any other manner provided by law for the abatement of such nuisances. "Section 32. Severability. The City Council declares that, should any provision, section, paragraph, sentence, or word of this Ordinance be rendered or declared invalid by any final court action in a court of competent jurisdiction, or by reason of any preemptive legislation, the remaining provisions, sections, 081 paragraphs, sentences and words of this Ordinance shall remain in full force and effect." SECTION 3: The City Clerk shall certify to the passage of this Ordinance and shall cause this Ordinance to be posted in three (3) public places within the City of Diamond Bar within fifteen (15) days after its passage in the manner prescribed by Resolution No. 89-6. ADOPTED AND APPROVED THIS DAY OF , 1990. Mayor I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Ordinance was introduced at a regular meeting of the Council of the City of Diamond Bar held on this day of , 1990, and was finally passed at a regular meeting of the City Council of the City of Diamond Bar held on the day of , 1990, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: ATTEST: City Clerk of the City of Diamond Bar L\1012\DBREFUSE\DB 5.5 (Disc) 36 SPECIFICATIONS I WORK TO BE DONE A. Work to be done under this Agreement shall include furnishing of all labor, material and equipment necessary for, and the collection of, all refuse within the present or future City limits of City according to these Specifications, and the disposal of such refuse in the nearest available Los Angeles County dump, transfer station or other site approved by City. B. Contractor shall collect refuse at least once per week from each residential unit or commercial premises within City, unless the same is exempt from service by City permit. C. Contractor shall make refuse collections at least once per week at all areas designated by City at no cost to City. Contractor shall service and provide for rubbish disposal to City and all of its facilities for the area set forth in Exhibit "C," including, but not limited to, City offices and parks, without charge of any type to City. D. Contractor shall render services at all times in accordance with the Garbage and Refuse Collection Ordinance and all ordinances of City as they now or may hereafter exist. E. Contractor shall not be required to collect refuse unless it has been placed in containers or otherwise bundled pursuant to the Garbage and Refuse Collection Ordinance. F. Contractor shall be required to, and have the exclusive duty and privilege to, collect, remove and retain all refuse originating from commercial premises and residential units within the City served by one or more water meters for the area specified as exclusive in Exhibit "C." EXHIBIT "All 1 G. Contractor shall collect and dispose of discarded automobile or truck bodies, or other bulky or heavy objects, dirt, sod, rock, manure or waste from any poultry yard or stable, and material resulting from building or construction operations, and may assess special collection charges for such service, subject to final approval by the City Manager. All such collections shall occur within seven (7) days after receipt of request for such collection. H. Should Contractor fail to collect and dispose of refuse set out or placed for collections, as herein provided, at times required, after notification by City and reasonable time, City may collect and dispose of same and Contractor shall be liable for the expense incurred, including City's reasonable overhead costs of 30%. II FREQUENCY OF RUBBISH COLLECTIONS Contractor shall collect all refuse from each residential unit once each week and shall collect all refuse from each commercial premises once each week unless the owner or manager thereof has arranged with Contractor for more frequent service. III MAINTENANCE OF SCHEDULES Presently existing routes, schedules and times for collec- tions of refuse shall be maintained but may be changed by authorization of City and after at least one (1) month's advance notice to occupants of buildings in areas where changes are to be made. Holidays and holiday schedules shall be subject to approval by City. IV STANDARDS FOR COLLECTIONS The standard service shall be at least equal in all respects to the service presently being provided. A. Contractor shall so conduct its operations so as to offer the least possible obstruction and inconvenience to public traffic or disruption to the peace or quiet of the area within which collections are effected. In accordance therewith, collections of refuse shall not be made between the hours of 7:00 p.m. and 7:00 a.m., except as otherwise provided in City's Garbage and Refuse Collection Ordinance. 2 B. Contractor shall maintain all trucks and equipment used within City in good mechanical condition and the same shall be clean and uniformly painted and numbered. All trucks and equipment shall have painted thereon, or affixed thereto, in letters and numerals at least six (6) inches in height, the name and telephone number of Contractor, which name and telephone shall be clearly visible at all times. Each vehicle utilized by Contractor shall be identified by numerals at least six (6) inches in height in a location or locations on such vehicles to be specified by City. A list showing each vehicle so identified shall be supplied to City and maintained in a current posture. All trucks and equipment used in the performance of the Agreement shall be subject to inspection by City, and, upon notice given by City, Contractor shall make the equipment available for inspection. If City finds that any truck or equipment being used by Contractor is not in satisfactory condition then the truck or equipment requiring correction of defects shall not be used by Contractor in the performance of the Agreement until corrected to the reasonable satisfaction of City. All truck bodies used by contractor shall be constructed of metal and shall be reasonably watertight and leak -proof. Each piece of equipment used by Contractor shall carry at all times a broom and shovel to be used for the immediate removal of any spilled material. The body of each truck of Contractor shall have a metal cover covering at least fifty percent of the truck body at all times and the remaining fifty percent shall be covered by a tight fitting, waterproof tarpaulin, which shall be securely tied in order to cover refuse when the vehicle is being used to transport its contents to the place of disposal or otherwise of a design and construction approved by the City Manager. C. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and Contractor and any subcontractors under Contractor shall comply with and be governed by the laws of the State of California having to do with working hours as set forth in the Labor Code of the State of California, as the same may be amended from time to time. D. Unless otherwise directed by City, Contractor shall make all collections of refuse from the curb along the 3 street in front of each dwelling, place of business, or human habitation, except where paved alleys exist in the rear of such properties, then from such properties, collections shall be made by Contractor from alleys provided, however, that this requirement shall not apply to a blind alley. In any event, Contractor shall not be under any obligation to enter private courts or places, or other private property, to make collections under this Agreement, except in commercial premises where refuse is kept in a paved service yard and where the same shall be picked up from such service yard when deposited there for collection. E. All containers shall be placed by Contractor, following collection therefrom, in an upright position where found; provided, however, if residential containers are found in a public street, the same shall be placed on the nearest curb, sidewalk, driveway, or parkway, and out of said street. No container shall be placed in a public street by Contractor, except as may be authorized by City. F. Contractor shall not throw refuse containers from a truck to the ground, or in any other way break, damage, or roughly handle said containers. Contractor shall replace any container damaged by Contractor's acts upon order of City where refuse containers are in conformance with City specifications. All spilled material shall be immediately removed by Contractor. G. When any refuse is not collected by Contractor, Contractor shall leave a heavy paper or card stock tag, provided at Contractor's cost, at least 2" x 6" in size, red in color, on which is specifically stated the reason for the refusal to collect and stating the City ordinance or provision of the Agreement which has been violated. Such tag shall contain thereon the name, address and telephone number of Contractor and shall be securely fastened to the container or article. Contractor shall maintain a record of the location where all and any such tags have been placed. In the event the reason for noncollection is not remedied or cured by the date of the next regular pickup for the location, Contractor shall provide City with written notice thereof, stating the full particulars of the reason for no collection and location thereof. H. Contractor shall dispose of all refuse only at places or sites where such disposal is lawful and City shall not be liable for the disposal of the same or to 4 provide sites or places for the disposal of the same. I. Contractor agrees to assist and cooperate, at least twice per year at no additional cost to City, in a clean up operation on dates to be designated by City. J. Contractor shall return all bins, roll -off boxes and the like utilized for commercial premises hereunder, to the enclosure(s) provided therefor on the property. In the event that a commercial premises fails to utilize such enclosures, or if said enclosures are rendered unusable due to the placement therein of items (such as storage of materials) not to be removed, Contractor shall request the owner or manager thereof to make the enclosure usable for bins, roll -off boxes and the like. If the commercial premises fails or refuses to correct the situation, Contractor shall notify City thereof. K. Contractor shall supply its employees with uniforms of a type approved by the City Manager. L. In the event of an or other natural or make available all ment and facilities Manager. epidemic, war, riot, insurrection man-made disaster, Contractor shall of its employees, vehicles, equip - to City as required by the City V COMPLAINT SERVICE A. Contractor shall maintain a telephone service with a local exchange area telephone number for the purpose of handling complaints or emergency service calls. The said telephone service shall be operated between the hours of 8:00 a.m. and 5:00 p.m. of each day during which collections are made hereunder. Contractor shall, during non -office hours, implement a message receiving system, of a type approved by the City Manager, to receive complaints at times other than during office hours hereunder. Complaints shall be investigated and resolved within five (5) working days. B. Complaints received by Contractor shall be recorded in a log established for that purpose and shall specify the date and time of the complaint and the substance thereof. The disposition of the complaint and the date of disposition shall be recorded and a copy of said log shall be provided to City monthly. C. Contractor shall have available, during the hours while 5 Contractor's telephone service is in operation, an emergency service vehicle to attend to complaints or emergency calls. D. Contractor shall visit City offices at such times as City shall designate for the purpose of discussing any matters relating to, or any complaints which may be involved with, the performance of the Agreement. Contractor shall report back as directed on any action taken with reference to subject matter so discussed. Coordination of such check-in meetings to be arranged by City. E. Contractor shall own or lease and maintain at its expense all equipment necessary to perform its duties as provided for under the Agreement, including sufficient radio equipment for office to field equip- ment communication. F. Every effort will be made to provide a good quality of complaint service and follow up in the community. VI PERFORMANCE BOND Contractor shall, upon the execution of the Agreement, execute and file with City, a corporate surety bond in favor of City in the penal sum of One Hundred Thousand Dollars ($100,000.00), conditioned upon the faithful performance of said Agreement, which said bond shall be furnished and kept in full force and effect for the complete term of the Agreement. Said bond may be renewed on an annual basis. VII SUPERVISION Performance of each of the provisions of the Agreement shall be under the direction of City's City Manager or his designated representatives or his designee and the work hereunder shall be done in a thorough and workmanlike manner under the direction, and to the satisfaction, of the City Manager or his designee. VIII PAYMENT FOR WORK A. Contractor agrees to accept as full compensation for the complete collection and disposal of residential refuse from residential units and commercial premises the rates per unit or premises as specified in the Agreement. B. Commercial and residential accounts shall be directly 6 billed by Contractor on a monthly, bimonthly or quarterly basis as approved by City. A list of all current commercial and residential accounts shall be regularly provided to City. The records of Contractor in this regard shall be available at reasonable times for the inspection of City. During the term of the Agreement, Contractor shall pay to City an amount equal to percent ( %) of Contractor's gross billings for commercial acounts and an amount equal to percent ( %) of Contractor's gross billings for residential accounts. All such payments during the term hereof shall be made to City within thirty (30) days of Contractor's date of billing to such accounts. IX FEES AND GRATUITIES Except as provided by the Agreement, Contractor shall not, nor shall Contractor permit any agent, employee or sub- contractor employed by it to request, solicit, demand or accept, either directly or indirectly, any compensation or gratuity for the collection of refuse. X SUBCONTRACTORS Contractor shall not assign, transfer, or subcontract this Agreement, or any part thereof, without first obtaining the written consent of City, except that Contractor may sell or otherwise dispose of salvaged refuse after the same has been collected. XI WAIVERS No acquiescence, failure or neglect of either City or Contractor to insist on strict performance of any or all of the terms of the Agreement or of these Specifications shall be considered as or constitute a waiver of any term or condition of the Agreement or any performance required thereunder, or any remedy, damage or other liability arising out of such refusal, neglect or liability or inability to perform at any time. XII LAWS AND REGULATIONS A. Contractor shall comply with all laws, ordinances rules and regulations of the State, County, City and all governing bodies having jurisdiction applying to work done or to be done under the Agreement. Contractor shall conform to and abide by all Ordinances of City and of the County of Los Angeles and of the cities through which refuse collected may be hauled or wherein refuse may be deposited. B. Contractor shall exonerate, indemnify and hold harmless City and its elected officials, officers, agents and employees from and against,and shall assume full responsibility for payment of,all wages or salary and all Federal, State and local taxes or contributions imposed or required under Unemployment Insurance, Social Security, income tax laws and worker's compensation laws with respect to Contractor's employees engaged in the performance of the Agreement. XIII CHANGES City may at any time, by a written order, direct that changes or extras be made in the work, specifications, and schedules relating to the Agreement. If any such changes cause an increase or decrease in the cost of, or the time required for performance of the Agreement, an equitable adjustment shall be made in the Agreement price or schedule, or both, and the Agreement shall be modified in writing accordingly. Any claim by Contractor for adjustment under this clause must be asserted within thirty (30) days from the date of receipt by Contractor of the notification of changes. However, nothing in this paragraph shall excuse Contractor from proceeding with the Agreement as changed. XIV UNINTERRUPTED SERVICE Contractor shall make all necessary arrangements to provide uninterrupted service to residential, commercial and industrial customers throughout the period of the Agreement. XV INTERPRETATION OF DOCUMENTS In the event of any uncertainty, conflict or ambiguity in the terms of the Agreement, these Specifications or of any ordinance of the City regarding performance under the Agreement, the City Manager shall have the right to make an interpretation and such interpretation shall be final. Contractor agrees to adhere to and comply with any such interpretation of the City Manager. XVI RECYCLING AND OR COMPOSTING [INSERT Recycling/Composting Program and standards as approved by CITY.] N\1012\REFUSXRA\DB 5.5 (DISC) 8 AGENDA NO. /�____ ------------------------------------------------------------------------------ CITY OF DIAMOND BAR AGENDA REPORT ------------------------------------------------------------------------------ ------------------------------------------------------------------------------ DATE: March 1, 1990 MEETING DATE: TO: Honorable Mayor and Members of the City Council VIA: City Manager FROM: Dennis A. Tarango, Acting Planning Director Pursuant to Mayor Pro Tempore Werner's directive, attached is a copy of the San Marino Zoning Code as it related to C1 (Commercial) zone uses. I would like to direct your attention to the list of uses especially excluded from the C1 zone. The list includes drive-in restaurants (Item No. 7). The City of San Marino has determined that the drive-in restaurant use generates debris which depreciates the value of the surrounding properties. RECOMMENDATION: Review and provide staff with direction to include: 1. Instruct City Attorney and Planning Department to review and develop an ordinance for review by Planning Commission with recommendation to City Council. 2. Table DAT: da FISCAL IMPACT: Amount Requested $ Budgeted Amount $ In Account Number: Deficit: Revenue Source: V I WE D BY --- %�------ --_ L7,V ­_ Robert L. Van Nort City Manager U (Narrative continued on next page it necessary) ---------------------- -------------------- Andrew V. Arczynski Linda Magnuson City Attorney Sr. Accountant ZONING Article III. C-1 Commercial Zone. SEC. 2.3.14. USES PERMITTED. The following uses shall be permitted in the C-1 Commercial Zone: (A) Retail business establishments, stores, banks, real estate offices, administrative offices, professional offices, administrative offices, professional offices, schools Of general instruction recognized and accredited by public schools authorities, churches, barber and beauty shops, repair shops, local trade services shops, local trade services, public parking areas, but not including and specifically excluding: 2i9 (Revised 12/86) SEC. 23.14. CONT... (1) Secondhand stores; (2) Self-service laundries; (3) Chain wash racks; (4) Auto wrecking establishments; (5) Automobile painting, body and fender work unless incidental to the operation of a new automobile agency; (6) Trailer rental or sales establishments; of food or (7) Drive-in restaurants or any other similar type beverage business whose patronage consists, in whole or in part, of motorists who are served while remaining in their vehicles; (8) Wayside hiighwaysswhere foodseorobeverages n or care sold ent to ufor cstreets or outdoor consumption; (9) Public dance halls; (10) Sports areanas; (11) Hospitals; (12) Commercial storage or warehouse facilities; (13) Mortuaries; (14) Motels; (15) Trailer coach camps; (16) Any manufacturing use; (17) Wholesale business establishments involving storage or warehousing; cocktail barc• (18) On-saie retailers of aiUhc�ii� 'tjCvcagcs; ' (19) The sale or display for sale of any goods, wares or mer- chandise stored or maintained other than in an enclosed building - except nurseries may display nursery stock (and garden supplies if set back at least 25 feet), and gasoline service stations may display automotive supplies within 5 feet of the central office thereof; (20) Any enterprise or use which produces, causes or emits any dust, gas, smoke, glare, noise, fumes, odors or vibrations or which are or may be detrimental to the safety welfare, health, peace and morals of the City and its residents; (21) Any other use not specifically authorized herein; (g) Signs which are accessory to and used in conjunction with a permitted primary use, and which conform to the requirments of Chap- ter 3 of this Code, hereby re -adopted into this Section. (C) The uses hereinafter set forth are declared to posses char- acteristics of such unique and special form as to make impractical an advance classification of "permitted" or "prohibited" use in the C-1 zone. The location, development and operation of each of the follow- ing and all matters directly related thereto, are therefore declared to be subject to the prerequisite of a Conditional Use Permit, and each such use shall be prohibited until a Conditional Use Permit has first been issued pursuant to the provisions of Section 23.31 - 23.41 of this Code. No permit shall be issued for, nor be effective to permit any of the uses included herein if the same is prohibited by other provisions of this Code. None of the uses set forth herein shall be 220 1� SLC:. 2 3 . 14 CONT ... s. r presumed as permitted uses, and the burden of proof h 1 be upon the Applicant to show justification for each such permit: (1) Any residential or R-1 use; (2) Used car establishemnts; (3) Clinics; (1) The storing by a business or office of any of its equipment or material in the omen; (5) Self-service gasoline stations; (6) public utility installation and facilities - except offices; (The provisions hereof shall have no application to commun- ication lines, electric transmission or distribution lines, regulators, or meters, used directly or indirectly for ser- vices to the public or any portion thereof by persons, firms or corporations subject to the jurisdiction of and regulation by the Public Utilities Commission of the State of California. (i) Gymnasiums, massage Parlors and health centers; (£3) notion picture theaters; (9)• Veterinary clinics; (1 n) (;c'Ve7-IIcIIIClit ur;cs; (11) New car establishments; (12) Commerical recreation facilities; (13) Commercial advertising; (lel) On -sale retailers of alcoholic beverages on premises located within 300 feet of the boundary of any R-1 residential zone - provided that the effect of this subsection (14) shall be suspended for as -long as subsection (18) of subsection (A) above remains in force and effect; upon any declaration of invalidity or non -applicability of said subsecLion (18) of subsection (A) above, then this subsection (14) shall immediately and ipso facto be in force and effect retro- actively to the date of the adoption of this subsection (14) as an interim emergency zoning classification. (15) in the event any of the prohibition of uses set forth in sub- section (1) through (21) of subsection (A) above, is held to be invalid or inapplicable for any reason whatsoever, then such use shall immediately and automatically be classified hereunder as a, conditional use,_ subject to the provisions of Lhis paragraph, as an interim emergency zoninq classification. (URD. No. 668.) (16) Antique Stores; Which shall be defined as "a store that exclu- sively sells works of art, pieces of furniture or decorative objects, made at an earlier period - at least 100 years aao". (o) Service stations aro permitted, subject to the issuance by the Planning Commission of a permit therefor pursuant to the followina provisions: (1) New Stations. Applicants for new stations snail submit plans indicaLinq conformity with the provisions of this subsection (D). 220.1 SEC. 23.14 CONT... 2. Existing Nonconforming Service Statio:.s> Service stations in existence prior to the effective date hereof which have been damaged or martially destroyed, or which shall be added to or struc- turally altered to the extent of more than 50% of current value of the main structure in any one year, may not be occupied or used except in conformity with the provisions of this Chapter unless such com- pliance is v;aived in whole or in mart by the Planning Commission as constituting an unneccessary hardship. 3. Application. An application shall be submitted according to the reauirements established by the Planning Commission. 4. Review. Before any building permit is issued, each applicatic shall be reviewed by the Planning Commission to ascertain compliarmet with the following provisions; if such provisions are met, the pe shall be issued. S. Yard and Density Requirements. a. Lot Area - Each service station shall be located on a lot having an area'of not less than 14,000 sa. ft. b. Lot Width - Each service station shall be located on a lot having a width of not less than 120 ft. c. Setbacks. setback for any building o 1. There shall be a minimum f 10 ft. from any mroperty ling. 2. All gasoline pumps, or other facilities for. providinc i automobiles with gasoline, and pump islands upon which they are placed, shall be set back 20 ft. from any pro- perty line. 3. Additional setbacks may be established by the Planning Commission if deemed necessary to provide for the pro- tection of eroperty values, safety, health, or welfare. 6. Activities Permitted and Prohibited. a. vehicles 1. No vehicles shall be parked on service station premises other than those vehicles being serviced for customers, vehicles of employees, and tow trucks and other service vehicles, except vehicle parking on a day to day basis may be permitted under this section but in no event shall such vehicle be left overnight. 2, vehicles being serviced shall not be stored in excess of 120 hours`Sparts)thereofoshallcampers, keptouponeboats, trailers or the premises for more than 120 hours. 3. All vehicles waiting for service or parked and under the control of any employee shall be parked exclusively on private property. 220.1a SEC. 23.14. CONT... 4. No inoperable vehicle shall be kept upon a service station property for more than 120 hours. 5. Service stations shall maintain adequate circulation routes for emergency vehicles at all times. Violations of Subsection (a) (1) through (5) of Section 23.14. (d) 6 shall be declared infractions as outlined in Section 1.8A, Chapter 1 of the San DIarino City Code and shall be included in Section 1.8A accordingly. Each continuing day shall be considered a separate vio- lation for purposes of Section 23.14 (D). The provisions of this ordinance shall become effective as of Febru- ary 1,1985, in order that all service station operators of San Marinc shall have had an opportunity to become fully acquainted with the provisions of the ordinance. (Ordinance 873) b. Autbmobile Service Station. Sales and services shall be limited to the sale of motor fuels and supplying goods and services generally required in' the operation and -maintenance of automotive vehicles and fulfilling of motorist needs. They may include sale of petroleum products; sale and servicing of tires, batteries, automotive acces- sories and replacement items; washing and lubrication services; and performance of minor automotive maintenance and repair; and the supplying o� other incidental customer services and products. Ma,or automotive repairs, painting and body and fender work are excluded. c. Automotive Operations. Automotive repair, washing, and lubricatir operations shall be conducted within the service station building. 7. Access, Parking and Circulation Requirements. a. Accessways. Each developed site shall not have more than two accessways to any one street. 1. Accessways shall be a minimum of 10 ft. from adjoining residential property lines. 2. No driveways shall be allowed to encroach into the curve of a street corner, unless the radius of the curb return is greater than 30 ft. b. Traffic Hazards. The Planning Commission has theright to prescribe additional access requirements if it is deemed that, a change in the location and number thereof will reduce the possibilities of traffic hazards. c. Parking Requirements. 1. Every service station shall be subject to all parking re- quirements applicable to the '•'C" zone. 2. On-site parking shall be provided for each employee on dut The peak employment period shall be used to determine the number of employee parking spaces. 3. No parking of commercial vehicles shall be permittees bet- ween 10:00 P.M. and 6:00 A.M. 220. 1 b 4. No vehicles may be parked on sidewalks, parkways, driveways, or alleys. 5. No vehicles may be parked on the premises and offered for sale, lease, or rent. 8. Signs as Permitted by City Code. a. Signs shall not cause any glare or reflection or light on other property or buildings. b. No banners shall be permitted. C. All signs shall comply with the provisions of Chapter 3 of this Code. 9. Fire Resistant Wall. a. Where a service station adjoins property in a residential .zone, a 7 ft. high solid masonry wall shall be constructed on contiguous property lines except where: 1. the wall reaches the established front yard setback of such adjoining residential property, it shall decrease to a height of 3 ft. c. �Iic wail rcaCrie.� _ e cJ�.aLl.i:�- J11- yard .��- .ice-,. of l such adjoining residential property, it shall decrease to J a height of 6 ft. and shall not exceed 4 ft. in height when located within 2 ft. of side yard property line. 10. Lighting. All outside lighting shall be so arranged and shielded as to prevent any glare or reflection, and any nuisance, inconvenience, or hazardous interference of any kind on adjoining streets or pro- perty. 11. Landscaping. a. 5 ft. wide planters shall be located and maintained adja- cent to every street frontage except for curb cut openings. b_. 150 sq. ft. of planting area shall be located and maintained at the intersection of two property lines at a street corner. c. 5 ft. wide planters shall be located and maintained along the walls of the interior property lines from street line to a distance equal to the front building line (for this purpose canopies and other such structural appurtenances shall not be considered the front building line). d. 30 sq. ft. of planting area shall be located and maintained along the building facades fronting on streets. e. All landscaped areas shall have permanenl- irrigation systems and such areas shall be Planted and well maintained. 220.2 f. All planting areas shall be separated from adjacent asphal- tic concrete paving or concrete paving by a minimum 6 inch high curb wall. *,Note: The planting shall be a variety that will not achieve a height greater than 3 feet (except trees) and shall not be thorny or spiked and shall not extend over the sidewalk. 12. Special Use and Facility Requirements. a. All utilities service shall be installed to buildings be1Qw grade. b. Entrances of all rest rooms shall be screened from view of adjacent properties or street right-of-ways by solid decor- ative screening 6 ft. high. c. No service station shall be operated in a self-service manner. d. All deliveries made to service stations adjacent to residen- tial zones shall be between the hours of 7:00 A.M. and 7:00 P -N e. Service stations which abut residential property shall close between 12:00 midnight and 6:00 A.M. and all business activi- ties except servicing of vehicles with gasoline and oil must be confined to the hours between 6:00 A.M. and 10:00 P.M. daily f Trach Areas_ al l o,=�c_do trach, c7a_rhaRo refii5e and storage areas shall be connected to the main structure and shall be enclosed on at least three sides by a 5 ft. structure con- structed pursuant to Code requirements. Provisions for ade- quate vehicular access to and from such areas for collection of trash and garbage shall be provided. g. Automobile Service Station Sales, Lease, or Rental Items. No sale, lease, or rental of items, i.e. soda pop, cigarettes (except in dispensers within the building); trailers, trucks, peat moss, toys, etc., or anything not clearly incidental to the automotive indus'ry shall be permitted. h. Display. All display of automotive supplies shall be restricte to within 5 feet of the central business office or on the pump island. 13. No permit shall be issued for, nor be effective to permit, any use if the same is prohibitedby other provisions of this Code; nor shall "service station" as used herein include chain, automatic or coin-operated wash racks, all of which are prohibited. (E) a. "State authorizes child care and convalescent homes" are those facilities preempted by the State or authorized by the State in residential areas, and shall be classified as a conditional use -re- quiring a Conditional Use Permit pursuant to the provisions of the Zoning Code of this City. (ORD. No. 790) (F) No business located within 200 feet of a residential zone shall operate or conduct sales or service between 10:OOP.M. and 6:OOA.M. unless a Conditional Use Permit shall first 'gave been applied for, processed and granted. SEC. 23.15. BUILDING HEIGHT LIMIT. The maximum building height in the C-1 Commercial Zone shale be thirty feet (30;). SEC. 23.16. SITE AREA REQUIREMENTS. No building in the C-1 Commercial Zone; all or any portion of which is used for dwelling purposes, shall occupy a building site which provides less than five thousand square feet of land area per family or housekeeping unit. SEC. 23.16-1. SITE DEVELOPMENT REQUIREMENTS. 1. Loading docks, loading areas, surface yards, outdoors storage, or sales area, and all trash, rubbish, or garbage or refuse con- tainers, which are located in a direct .ine of vision from any portion of adjacent "R-1" zoned properties, shall be screened and/or be separated from such "R-1" zoned properties by a view - obscuring fence or wall not less than six (6) feet in height, measured from the finished grade of such surface, yard or other area. No outdoor storage shall be permitted to extend above.the height of such fence or wall. 2. All outdoor lighting shall be constructed, operated and main- tained so as to eliminate anv*interference wz.th; nr nuz.,­nr? to ( such "R-1" zoned properties. 3. All signs, advertising structures and the like, located upon such properties, and all driveways to and from such properties, shall, as far as in consistent with the public safety, be located remote from "R-1" zoned properties when such are located on the same side of the street as said C-1 zoned properties. 4. All merchanical heating, air conditioning refrigeration or simi- lar devices, maintained and operated on the exterior of buildings located in the C-1 Zone, shall be enclosed, and shall be designed, installed, operated and maintained in such a manner as to eliminate unsightliness, noise, smoke, dust, etc., which would otherwise cause an interference with adjacent "R-1" zoned properties. (ORD. No. 687.) SEC. 23.16-1(5). A CONDITIONAL USE PERMIT SHALL BE REQUIRED FOR THE FOLLOWING PROJECTS: (a) Construction of any new building. (b) Addition, renovation or remodeling of any existing building when the value thereof is more than 20% of the estimated value of the existing building. The value of the proposed addition, re- novation or remodeling shall be cumulative of all such renovation or remodeling over 5 years. 220.4 (Rev. 9/86) The maximum building height in the C-1 Commerc_al Zona shall be thirty feet (30'). SEC. 23.16. SITE AREA REQUIREMENTS. No building in the C-1 Commercial Zone, all or any portion of which is used for dwelling purposes, shall occupy a building site which provides less than five thousand square feet of land area per family or housekeeping unit. SEC. 23.16-1. SITE DEVELOPMENT REQUIREMENTS. 1. Loading docks, loading areas, surface yards, outdoors storage, or sales area, and all trash, rubbish, or garbage or refuse con- tainers, which are located in a direct line of vision from any portion of adjacent "R-1" zoned properties, shall be screened and/or be separated from such "R-1" zoned properties by a view - obscuring fence or wall not less than six (6) feet in height, measured from the finished grade of such surface, yard or other area. No outdoor storage shall be permitted to extend above the height of such fence or wall. 2. All outdoor lighting sha_l be constructed, operated and main- tained so as to eliminate an, interference with, or nuisance to such "R-1" zoned properties. 3. All signs, advertising structures and the like,. located upon such properties, and all driveways to a7nd from such properties, shall, as far as in consistent with the public safety, be located remote from "R-1" zoned properties when such are located on the same side of the street as said C-1 zoned properties. 4. All merchanical heating, air conditioning refrigeration or simi- lar devices, maintained and operated on the exterior of buildings located in the C-1 Zone, shay be enclosed, and shall be designed, installed, operated and maintained in such a manner as to eliminate unsightliness, noise, smoke, dust, etc., which would otherwise cause an interference with adjacent "R-1" zoned properties. (ORD. No. 687.) 5. A conditional use permit shall be required for the following. (a) Construction of any new building. (b) Addition, renovation or remodeling of any existing building when the value thereof is more than 20% of the estimated value of the existing building. The va-'_ue of the proposed addition, re- novation or remodeling shall b cumulative of all such renovation or remodeling over 5 years. (Rev. 10/86) 2 2'. -01 5. Cont, No such addition, renovation or remodeling performed prior to the effective date of this ordinance shall be considered in de- termining the cumulative value for purposes of determining the cumulative value under this section. The value of the proposed construction and of the existing building shall be determined by the Building Department based upon the latest Edition of the "Building Standards" as published by the International Conference of Building officials. (c) Division of existing building space to accommodate and ad- ditional use, business, or occupancy. 6. No off-street parking shall be permitted in front of any building or, in the case of a corner lot, on either the front or side street of the building facing a street. No off-street parking space shall be located within 50 feet of an intersection of two streets. Suit- able planting or screening of parking spaces, approved by the Planning Commission shall be provided along public sidewalks. (ORD. No. 906.) SEC. 23.17. FRONT YARD REQUIREMENTS. No front yards shall be required in the C-1 Commercial Zone, except that no building used exclusively for dwelling purposes shall be less than twenty-five feet from the front property line of the building site. (ORD. No. 510, S 5.03.) SEC. 23.18. SIDE YARD REQUIREMENTS. No side yard shall be requires in the C-1 Commercial Zone except as follows: Any building or structure, constructed upon a C-1 Commercial zoned lot abutting an R-1 residential zoned lot (without benefit of an alley separating the two parcels) shall have the following yard requirements on the side abutting such R-1 zoned lot: 1. Single -story buildings or structures; (16' max. ht.) shall provide an eight root (81) minimum yard. 2. Multi -story buildings or structures: (30' max. ht.) shall provide an eighteen foot (18') minimum yard. 3. All yards herein specified shall be improved to provide: V a. A paved off-street parking area or paved driveway to City standards; or SEC. 23.i8. CONT... b. Shall be surfaced, landscaped, or otherwise main--• tained in a clean, dust free and orderly manner. For the purpose of this provision, surfacing of concrete or asphalt placed on soil treated for weed control, together with appropriate landscaping or other material approved by the City, shall be in- stalled and maintained. (ORD. No. 687.) 220.4b PETER F. SCHABARUM CHAIRMAN OF THE BOARD BOARD OF SUPERVISORS COUNTY OF LOS ANGELES 856 HALL OF ADMINISTRATION / LOS ANGELES. CALIFORNIA 90012 February 26, 1990 (213) 974.4111 Honorable Phyllis E. Papen Mayor, City of Diamond Bar 21660 East Copley Drive, Suite 100 Diamond Bar, California 91765-4177 Dear Mayo Upon receipt of your most recent correspondence with regard to the 1989-90 property tax allocation for the City of Diamond Bar, I took the liberty of again referring the matter to our County Counsel for their further review and comments. I am now in receipt of County Counsel's analysis and conclusion in this regard, and I have enclosed a copy for your City's review and information. If you should have any further comments or questions, please let me know. Sincerely yours, PETE SCHABARUM Supervisor, First District PS:sh Enclosure COUNTY OF LOS ANGELES 'Oft., OFFICE OF THE COUNTY COUNSEL j, 648 HALL OF ADMINISTRATION ® 500 WEST TEMPLE STREET 4t ro.r�� •• LOS ANGELES, CALIFORNIA 90012 TELEPHONE DE WITT W. CLINTON, COUNTY COUNSEL (213) 974-1876 February 26, 1990 TELECOPIER (213) 626-7446 Honorable Peter F. Schabarum Chairman, Board of Supervisors 856 Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Re: Allocation of Property Tax Revenues to the City of Diamond Bar (Code 1/26sh) Dear Supervisor Schabarum: By letter dated December 4, 1989, we provided you with our opinion that the City of Diamond Bar is not entitled to an allocation of property tax revenues for the 1989-90 fiscal year. The City of Diamond Bar retained the law firm of Jennings, Engstrand & Henrikson (the "Jennings firm") to review our opinion. By letter dated January 23, 1990, addressed to the Mayor and City Council of the City of Diamond Bar, the Jennings firm disagreed with our opinion and advised the City that the County has an obligation to allocate property taxes to the City of Diamond Bar for the 1989-90 fiscal year. We have examined the contentions set forth in the Jennings firm's letter. We remain of the opinion that the County is without authority to allocate property tax revenues to the City for the 1989-90 fiscal year. AggqyNdcoois Honorable Peter F. Schabarum Page 2 ANALYSIS 1. Tax Situs The Jennings firm contends that the tax situs doctrine of the California Constitution requires the City to receive the benefits of property taxes paid by residents of the City. This same contention was raised by the plaintiffs in the recent tax allocation suit commenced against the County by several no- and low -property tax cities. That case is entitled City of Rancho Cucamonga, et al. v. Errol Mackzum, et al., Riverside Superior Court Case No. 198595. The trial court rejected this contention and granted summary judgment in favor of the County. Under the tax situs doctrine, a governmental entity may not tax property unless that property is located within the entity's boundaries. Under Proposition 13, the County levies at 1% property tax on all nonexempt real property within the county. This does not violate the tax situs doctrine. Proposition 13 empowers the Legislature to determine how county -wide property taxes shall be allocated to the various cities and special districts within the County. In ruling in the County's favor, the trial judge noted that the cities were advancing a fairness argument which must be presented to the State Legislature. 2. Tax Uniformity Plaintiffs in the Rancho Cucamonga case also argued that the tax uniformity provision of the Constitution required an allocation of taxes to no -property tax cities. This argument was rejected by the court as well. Proposition 13 ushered in a system of county -wide taxation at a uniform rate of 1%, and, as noted above, empowered the Legislature to determine how revenues would be allocated. After thorough briefing and analysis of the tax uniformity provision, the court upheld the current scheme Honorable Page 3 Peter F. Schabarum devised by the Legislature and rejected the contention that the principles of tax uniformity are violated. The tax uniformity argument advanced by the Jennings firm is no different than the argument rejected in the Rancho Cucamonga case. 3. Equal Protection We noted in our earlier opinion that a taxing system will be upheld by the courts so long as the system is supported by a rational basis. The Jennings firm does not disagree with this principle of law. Rather, the Jennings firm contends that the system enacted by the Legislature is "palpably arbitrary" and should not be upheld as a proper scheme of taxation. It is our opinion that the statutes in question are supported by a rational basis. As pointed out in our earlier letter, there obviously must be some cutoff date in order to accommodate administrative and planning needs. We believe that the system enacted by the Legislature will be upheld against an attack based on equal protection principles. The Jennings firm cites the recent United States Supreme Court decision in Alleghenv Pittsburgh Coal Co. v. County Commission on Webster County West Virginia (1989) 488 U.S. 102 L.Ed.2d 688, to support its equal protection argument. Such reliance is misplaced, as the Supreme Court specifically excluded Proposition 13 from its analysis. (Id., at footnote 4.) Moreover, the Allegheny Pittsburgh case is distinguishable. In that case, the Webster County Assessor, on her own initiative, assessed real property on the basis of its recent purchase price while only making minor periodic adjustments in the assessment of land that had not been recently sold. This practice was contrary to State law which required property to be assessed at its fair market value. The Supreme Court held that this violated equal protection guarantees. In the case at bar, the City of Diamond Bar does not complain that the County is failing to properly apply the law. Rather, the City of Diamond Bar contends that the County should ignore the law. Honorable Peter F. Schabarum Page 4 Finally, we should point out that two trial courts in California have recently held that the holding in the Allegheny Pittsburgh case does not apply to Proposition 13. (Northwest Financial, Inc. v. State Board of Equalization and San Diego County, San Diego Superior Court, Case No. 611092; Nordlinger v. John J. Lynch, Los Angeles Superior Court, Case No. C 738781.) Northwest Financial is now on appeal, and it is expected that the Nordlinger case will also be appealed. There is a rational basis for requiring that certain steps be completed within certain time frames in order for a newly incorporated city to qualify for the allocation of property tax revenues. Accordingly, it is our opinion that principles of Equal Protection are satisfied. 4. Lack of Authority to Allocate Tax Revenues The Jennings firm contends that under relevant statutes, the County has the authority, either directly or indirectly, to provide the City of Diamond Bar with a share of 1989-90 property tax revenues. We do not agree. Upon the creation of a city, the Executive Officer of the Local Agency Formation Commission is required to file a statement of boundary creation with the Board of Equalization, the County Assessor, and the County Auditor. The statement of boundary creation must include a map or plot indicating the boundaries. (Government Code Sections 51204, 54900, and 54901.) The statement and the map or plot must be filed with the Assessor and the State Board of Equalization "[o]n or before January 1st of the year in which the assessments of taxes are to be levied . . . ." (Government Code Section 54902.) If the January 1st deadline is not met, the boundary changes "shall not be effective for tax or assessment purposes for the fiscal year beginning on the following July 1." (Government Code Section 54902.1. Emphasis added.) These sections of the Government Code evidence a clear legislative intent that a newly -incorporated city is not entitled to an allocation of property tax revenues in the fiscal year commencing on July 1, unless the statement of boundary creation and map or plot are on file by the preceding January 1st. Honorable Peter F. Schabarum Page 5 The Jennings firm attempts to perceive a contrary legislative intent by arguing that "shall" can sometimes by directory as opposed to mandatory. However, the critical language in Government Code Section 54902.1 provides that the boundary change "shall not be applicable." This language is clear and unambiguous. Had the Legislature intended that a newly -incorporated city be entitled to a portion of fiscal year revenues regardless of when the statement of boundary creation and map or plot were filed, the Legislature could and would have so provided. Even if the County may not directly allocate tax revenues under the statutes just discussed, the Jennings firm contends that the County may indirectly provide the City with a share of property tax revenues by granting a credit against amounts due from the City for services rendered by the County under contracts with the City. The Jennings firm cites Government Code Section 57384, subsection (c), which grants the Board of Supervisors the discretion to provide to a city, without charge, all or a portion of services provided to the area prior to incorporation for an additional period of time after the end of the fiscal year during which the incorporation became effective. This is a separate, discretionary power of the Board of Supervisors. It has no application to the statutory method of allocating property tax revenues. 5. Statutory Obligations of LAFCO The Jennings firm asserts that the "situation would not have arisen had LAFCO met its statutory obligations" regarding incorporations. It is argued that LAFCO "failed to ensure that the residents would not lose the benefits of their property taxes in this full fiscal year by including in their reports or informing the electors and city council members -elect of the extremely detrimental effect an April effective date of Incorporation would have on the financial situation of the new City." LAFCO has no duty or authority to mitigate the consequences that might flow from the failure to complete the incorporation process prior to January 1st. The Honorable Peter F. Schabarum Page 6 process of incorporating is commenced by the filing of a petition and follows a schedule established in the Cortese -Knox Local Government Reorganization Act of 1985. (Government Code Sections 56000 et sea.) In the case of Diamond Bar, the election to confirm incorporation was delayed due to a request filed by a resident to reconsider whether one area should be excluded from the proposed boundaries. CONCLUSION We have carefully considered the contentions asserted by the Jennings firm. We remain of the opinion that the County is without authority to allocate a portion of fiscal year 1989-90 property tax revenues to the City of Diamond Bar. Very truly yours, DE WITT W. CLINTON County ou e By DAVID L. MIJ R Principal Deputy County Counsel APPROVED AND RELEASED: DE WITT W. CLINTON- County Counsel DLM:lvw S9 LAW OKFIGE5 OF CARLOS F NEORETE ATTORNEY AT LAW FAX 27322 CALLS ARROYO, SUITE B (7141 4sa-6170 15AY JUAN CAPISTRANO, CALIFORNIA $2675.2768 TELEPHONE (7141 493-@)1S March 6, 1990 City Council CITY OF DIAMOND BAIL 21600 East Copley Drive Suite 100 Diamond Bar, CA 91765 RE: Mayor Pro Tem PAUL V. HORCHER Declaration of Vacancy of Office of Mayor Pro Ten Violation of RALPH M. BROWN ACT Notice of Demand for Correction pursuant to California Government -.Code, Section 54960.1 Dear Honorable Mayor and Members of the City Council: On February 6, 1990 an action was taken by the Diamond Bar City Council declaring the office of the Mayor PrQ Tern vacant. Said action (Agenda item 31) resulted in the removal of PAUL V. HORCHER as Mayor Pro Tem of the City of Diamond Bar and installed Council Member Gary H. Werner as Mayor Pro Tem. This action was clearly taken in bold defiance of the RALPH M. BROWN ACT (Government Code, Section 54950 et. seq.) in that the contemplated action was not properly worded as an agenda item, and, more importantly, the action was approved by secret session (s) of the unaffected council members prior to the public meeting of the council held on February 6, 1990. The secret session was confirmed by Mayor Papen's statement to the San Gabriel Valley Tribune published on Sunday, February 4, 1990, stating that: "Let's say there was a consensus on this" (prior to the vete) when referring to the removal of Paul V. Horcher as Mayor Pro Tem. The consensus referred to by Mayor Papen clearly suggests that a secret meeting was held prior to the meeting of the Council. Accordingly, Agenda item 31 is null and void. - h1AR- 6-90 TUE 17 :45 7144938170 F. 0 --------------------------------------------------------------------------------------------------------- City Council CITY OF nIAMONn BAR March 6, 1990 Page Two On behalf of my client, PAUL V. HORCHER, demand is hereby made pursuant to California Government Code, Section 54960.1 that Agenda item 31 (enacted on February 6, 1990) be rescinded, declared void and that PAUL V. HORCHER be reinstated to the office of the Mayor Pro Tem. In the event that you fail to take the action requested, a written explanation is also hereby demanded. Very truly yours, LAW OFFICE OF CARLOS F. NEGRETE CARLOS F. NEGRETEr ESQ. Attorney at Law CFN/1p cc: Mayor Pro Tem Paul V. Horcher MAR- 6-90 TUE 17:43 i14493J170 P.03 ---------------------------------------------------------------------------------------------------------