HomeMy WebLinkAbout10/15/1991Incorporated April 18, 1989
City of Diamond Bar, California
CITY COUNCIL
AGENDA
REGULAR MEETING
Mayor - John A. Forbing
Mayor Pro Tem - Jay C. Kim
Councilwoman - Phyllis Papen
Councilman - Gary H. Werner
Councilman - Donald C. Nardella
City Council Chambers
are located at:
Walnut Valley Unified School District Board Room
880 South Lemon Avenue
Please refrain from smoking, eating or drinking in the Council Chambers.
MEETING DATE: OCTOBER 15, 1991 Robert L. Van Nort
City Manager
MEETING TIME: 6:00 P.M.
Andrew V. Arczynski
City Attorney
Lynda Burgess
City Clerk
Copies of staff reports or other written documentation relating to each item referred to on this agenda are on
file in the Office of the City Clerk and are available for public inspection. If you have questions regarding any
agenda item contact the City Clerk at (714) 860-2489 during business hours.
City of Diamond Bar uses RECYCLED paper and encourages you to do the same.
- .... U. In. - n . V • V • J • L
OCTOBER 15, 1991 PAGE 2
4.4 TREASURER'S REPORT -
4.4.1 Receive and File Treasurer's Report for the
Month of August, 1991.
4.5 BOND EXONERATION - The City of Diamond Bar desires to
exonerate the surety bond posted for sanitary sewer
improvements, Tract No. 31850.
Recommended Action: Approve work completed, accept for
public use the sanitary sewer, exonerate Surety Bond No.
83SB 100 426 683 for private contract Nos. 10237 & 10237A
and direct City Clerk to notify the principals.
4.6 RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DIAMOND BAR, COUNTY OF LOS ANGELES,
APPROVING THE APPLICATION FOR BICYCLE AND/OR PEDESTRIAN
FUNDS UNDER SB 821 AND APPROVING THE ADOPTION OF ITS
BICYCLE AND/OR PEDESTRIAN PLAN - This year, approximately
$1.8 million is available to local jurisdictions who wish
to submit projects. Funds will be awarded on a
competitive basis to projects of regional significance.
The City desires to compete for said funds by submitting
plans and design to extend the bicycle lane on Brea
Canyon Rd. to Orange County.
Recommended Action: Adopt Resolution No. 91 -XX approving
the application for bicycle and/or pedestrian funds under
SB 821 and approving the adoption of its bicycle and/or
pedestrian plan.
4.7 RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFI-
CATIONS FOR THE PURCHASE AND INSTALLATION OF PLAYGROUND
EQUIPMENT FOR LANDSCAPE MAINTENANCE DISTRICT #39 MINI -
PARK AT SOFTWIND AND STARDUST IN SAID CITY AND AUTHORIZ-
ING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE
BIDS - The City Council previously authorized funds in FY
1991-92 for replacement of deteriorated playground
equipment at Landscape Maintenance District #39
Mini -Park. Staff has prepared plans and specifications
and seeks authorization to solicit bids.
Recommended Action: Adopt Resolution No. 91 -XX approving
plans and specifications for the purchase and installa-
tion of playground equipment for LLAD #39 mini -park at
Softwind and Stardust and authorize and direct the City
Clerk to advertise to receive bids.
4.8 SAN GABRIEL VALLEY TRANSPORTATION COALITION - The San
Gabriel Valley Transportation Coalition represents a
consortium of 18 Valley cities that have joined together
for to identify the potential impacts on transportation
systems in the Valley as a result of the L.A. County
Transportation Commission's (LACTC) 30 -Year Integrated
Transportation Plan and to develop regional strategies to
OCTOBER 15, 1991 PAGE 3
accomplish future transportation needs and trends of the
region.
Recommended Action: Approve the expenditure of $5,000 of
Proposition A, Local Transportation Program monies, to
fund the City's pro rata share for the retention of a
firm to analyze the 30 -Year Integrated Transportation
Plan and its impact on the San Gabriel Valley.
4.9 RESOLUTION NO. 91 -XX: A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF DIAMOND BAR, CALIFORNIA, IN CONCERN FOR
POW/MIA MEMBERS.
Recommended Action: Adopt Resolution No. 91 -XX in
concern for POW/Mia members.
4.10 RESTRIPING OF THE BICYCLE LANE ON DIAMOND BAR BLVD - The
Traffic and Transportation Commission recommends the
improvement to the current bicycle lane on Diamond Bar
Blvd., between Golden Springs Rd. and State Route 60, by
restriping and modifying the lane.
Recommended Action: Approve the attached plan and design
to restripe and modify the bicycle lane on Diamond Bar
Blvd.
4.11 COUNTY OF LOS ANGELES JOINT INDEMNITY AGREEMENT -
Consideration of the Revised Assumption of Liability
Agreement now titled Joint Indemnity Agreement as adopted
by the California Contract Cities Association.
Recommended Action: Concur with California Contract
Cities Association and authorize the Mayor to execute
contract amendments.
5. SPECIAL PRESENTATIONS - PROCLAMATIONS, CERTIFICATES, ETC.
5.1 PROCLAMATION - Proclaiming the week of October 20-26,
1991 as "Red Ribbon Week."
5.2 PROCLAMATION - Proclaiming November 1, 1991 through 1992
as "Buckle -Up for Life Challenge."
6. OLD BUSINESS:
6.1 ORDINANCE NO. 24B (1989): AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO.
24 (1989) AS HERETOFORE AMENDED, CONCERNING THE TERMS OF
OFFICE OF PARKS AND RECREATION COMMISSIONERS - Due to
the changes in dates for General Municipal Elections,
Commissioners' terms must be modified to retain the
90 -day end -of -term provision originally established.
OCTOBER 15, 1991 PAGE 4
Recommended Action: Approve for 1st reading by title
only and waive full reading of Ordinance No. 24B (1989).
6.2 ORDINANCE NO. 25C (1989): AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO.
25 (1989) AS HERETOFORE AMENDED, CONCERNING THE TERMS OF
OFFICE OF PLANNING COMMISSIONERS - Due to the change in
dates for General Municipal Elections, Commissioners'
terms must be modified to retain the 90 -day end -of -term
provisions originally established.
Recommended Action: Approve for 1st reading by title
only and waive full reading of Ordinance No. 25C (1989).
6.3 ORDINANCE NO. 28B (1989): AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO.
28 (1989) AS HERETOFORE AMENDED, PERTAINING TO TERMS OF
OFFICE FOR TRAFFIC AND TRANSPORTATION COMMISSIONERS -
Due to the changes in dates for General Municipal
Elections, Commissioners' terms must be modified to
retain the 90 -day end -of -term provisions originally
established.
Recommended Action: Approve for 1st reading by title
only and waive full reading of Ordinance No. 28B (1989).
7. ANNOUNCEMENTS:
8. ADJOURNMENT: Adjourn to Tuesday, October 29, 1991 at 6:00
p.m., W.V.U.S.D. Board Room, 880 South Lemon Ave. for a Public
Hearing regarding Source Reduction and Recycling Element
(SRRE) and discussion of other matters.
CITY OF DIAMOND BAR
NOTICE OF PUBLIC MEETING
AND AFFIDAVIT OF POSTING
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES ) SS.
CITY OF DIAMOND BAR )
The Diamond Bar City Council will hold a Regular Meeting at
the Walnut Valley Unified School District Board Room located at
880 S. Lemon Ave., Diamond Bar, California at 6:00 p.m. on
Tuesday, October 15, 1991.
Items for consideration are listed on the attached agenda.
I, LYNDA BURGESS, declare as follows:
I am the City Clerk in the City of Diamond Bar; that a copy
of the Notice for the Regular Meeting of the Diamond Bar City
Council, to be held on October 15, 1991 was posted at their
proper locations.
I declare under penalty of perjury that the foregoing is
true and correct.
Executed on October 11, 1991 at Diamond Bar, California.
Is/ Lynda Burgess
LYNDA BURGESS, City Clerk
City of Diamond Bar
MINUTES OF THE CITY COUNCIL
REGULAR MEETING OF THE CITY OF DIAMOND BAR DRAFT
OCTOBER 1, 1991
1. CALL TO ORDER: M/Forbing called the meeting to order at 6:02
p.m. in the Council Chambers, W.V.U.S.D., 880
S. Lemon Avenue, Diamond Bar, California.
PLEDGE OF ALLEGIANCE: The audience was led in the Pledge of
Allegiance by C/Papen.
ROLL CALL: Mayor Forbing, Mayor Pro Tem Kim, Councilmen
Papen, Nardella and Werner.
Also present were Robert L. Van Nort, City
Manager; Terrence L. Belanger, Assistant
City Manager; Andrew V. Arczynski, City
Attorney; James DeStefano, Director of
Community Development; Sid Mousavi, Public
Works Director/City Engineer and Lynda
Burgess, City Clerk.
2. COUNCIL COMMENTS: C/Werner thanked the Ranch Festival Committee
for their efforts in putting the Festival together and stated that the
broadcast of the parade would be on October 14 at 6:00 p.m. on channel
51.
C/Papen stated that she and the City Manager had a productive meeting
with Matt Fong, the City's representative on the State Board of
Equalization, regarding revenues to the City. Further, she reported
that she and M/Forbing met with Postmasters from Walnut and Diamond
Bar post offices on September 26, 1991.
M/Forbing stated that both Postmasters were very concerned about the
problem in West Diamond Bar with mail deliveries.
3. PUBLIC COMMENTS: Sue Sisk, 1087 Flintlock Rd., representing
the Diamond Ranch High School Boosters Club, inquired into the status
of the General Plan for Tres Hermanos area and whether the area had
yet been zoned.
CM/Van Nort stated that the Council had authorized staff to negotiate
a contract with the City of Industry's Redevelopment Agency for
preparation of a conceptual plan for Tres Hermanos Ranch to include a
high school. The plan is expected to be finalized soon for discussion
at the next Council meeting. Ms. Sisk would be sent a copy of the
conceptual plan when available for release to the public.
Frank Dursa, 2533 Harmony Hill Dr., stated that he received his sample
ballot over a week ago but other voters had not yet received theirs.
He then questioned whether it was proper for C/Papen to list her
occupation as "Councilmember" although she is in real estate sales.
CA/Arczynski stated that State law allows individuals who are members
of city councils to list that membership as his/her occupation on a
ballot statement.
CM/Van Nort reported that the County mails sample ballots in batches
and that those persons who have not received them by next week should
contact the City Clerk.
OCTOBER 1, 1991
PAGE 2
Anthony Danciu, 304 Ballena Dr., representing Sigma Alpha Epsilon at
Cal Poly Pomona, spoke regarding a sign temporarily posted on the
fraternity house at 304 Ballena Dr. which was designated for removal
by the Code Enforcement Officer. Mr. Danciu apologized for the
misunderstanding and explained that the sign was posted to show the
location for a meeting. He requested guidance for occasionally
posting the sign.
M/Forbing stated that the City had received complaints from neighbors
surrounding the fraternity house and suggested that the students speak
with the neighbors.
M/Forbing stated that Item 7.2 (School District fees) would be
rescheduled for October 15, 1991 in order for the School District to
discuss the matter at their next meeting.
Deputy Larry Luter, Walnut Sheriff Station, representing the East San
Gabriel Designated Driver Program, reviewed the program and presented
Designated Driver pins to the Council.
4. CONSENT CALENDAR: CM/Van Nort announced that two General Plan
Advisory Committee meetings had been scheduled which were not included
in the Schedule of Future meetings on the agenda. These would be held
on October 10 and 24, 1991, at 7:00 p.m., Diamond Bar Hotel poolside
conference room.
C/Werner moved, MPT/Kim seconded, to approve the Consent Calendar as
amended. With the following Roll Call vote, the motion carried:
AYES: COUNCILMEN - Werner, Nardella, Papen, MPT/Kim,
M/Forbing
NOES: COUNCILMEN - None
ABSENT: COUNCILMEN - None
4.1 SCHEDULE OF FUTURE MEETINGS:
4.1.1
PLANNING COMMISSION -
October 7, 1991 - 7:00 p.m.,
W.V.U.S.D. Board Room,
880 S. Lemon Ave.
4.1.2
TRAFFIC & TRANSPORTATION
COMMISSION - October 10, 1991
- 6:30 p.m., Community
Room, 1061 S. Grand Ave.
4.1.3
PARKS & RECREATION COMMISSION - October 10, 1991 - 7:00
p.m., City Hall, 21660
E. Copley Dr., #100
4.1.4
CITY COUNCIL MEETING -
October 15, 1991 - 6:00 p.m.,
W.V.U.S.D. Board Room,
880 S. Lemon Ave.
4.1.5
CITY COUNCIL MEETING -
November 5, 1991 - 6:00 p.m. -
Tentatively scheduled
for the AQMD Board Room. Further
details to follow.
4.1.6
GENERAL PLAN ADVISORY
COMMITTEE - October 10, 1991 -
7:00 p.m., Diamond Bar
Hotel, 259 Gentle Springs Ln.,
poolside conference room.
4.1.7
GENERAL PLAN ADVISORY
COMMITTEE - 7:00 p.m., Diamond
Bar Hotel, 259 Gentle
Springs Ln., poolside conference
room.
OCTOBER 1, 1991 PAGE 3
4.2 APPROVAL OF MINUTES
4.2.1 STUDY SESSION OF SEPTEMBER 10, 1991 - Approved as
submitted.
4.2.2 REGULAR MEETING OF SEPTEMBER 17, 1991 - Approved as
submitted.
4.3 WARRANT REGISTER
4.3.1 WARRANT REGISTER DATED OCTOBER 1, 1991 - Approved
warrants in the amount of $444,214.40.
4.4 PLANNING COMMISSION MINUTES -
4.4.1 REGULAR MEETING OF AUGUST 12, 1991 - Received and
filed.
4.4.2 REGULAR MEETING OF AUGUST 26, 1991 - Received and
filed.
4.5 TRAFFIC & TRANSPORTATION COMMISSION MINUTES -
4.5.1 REGULAR MEETING OF JULY 11, 1991 - Received and filed.
4.5.2 REGULAR MEETING OF AUGUST 8, 1991 - Received and filed.
4.5.3 SPECIAL MEETING OF AUGUST 28, 1991 - Received and
filed.
4.6 CLAIMS FOR DAMAGES -
4.6.1 FILED BY TOM AND JOAN BERRY - Denied.
4.7 ADOPTED RESOLUTION NO. 91-62: A RESOLUTION OF THE COUNCIL OF THE
CITY OF DIAMOND BAR, CALIFORNIA ENDORSING LEGISLATIVE EFFORTS TO
COMBAT DRIVE-BY SHOOTINGS AND SUPPORTING H.R. 100 (TORRES).
5. SPECIAL PRESENTATIONS - PROCLAMATIONS, CERTIFICATES, ETC.
5.1 PROCLAIMED WEEK OF OCTOBER 6 - 12, 1991 AS FIRE PREVENTION WEEK.
5.2 PRESENTED CITY TILE TO STAFF IN RECOGNITION OF VOLUNTARY
ACTIVITIES AT VARIOUS CITY FUNCTIONS AND THE RANCH FESTIVAL.
6. OLD BUSINESS:
6.1 ORDINANCE NO. 6(1991): AN ORDINANCE OF THE CITY COUNCIL OF THE
CITY OF DIAMOND BAR REPEALING THE ENTIRETY OF TITLE 27 OF THE LOS
ANGELES COUNTY CODE AS HERETOFORE ADOPTED AND ADDING A NEW TITLE
27 ADOPTING, BY REFERENCE, THE "NATIONAL ELECTRICAL CODE," 1990
EDITION, WITH CERTAIN AMENDMENTS, ADDITIONS, DELETIONS AND
EXCEPTIONS, INCLUDING FEES AND PENALTIES - First Reading
conducted on September 17, 1991.
C/Nardella moved, C/Papen seconded to adopt Ordinance No. 6
(1991). With the following Roll Call vote, motion carried:
AYES: COUNCILMEN - Nardella, Papen, Werner, MPT/Kim,
M/Forbing
NOES: COUNCILMEN - None
ABSENT: COUNCILMEN - None
6.2 ORDINANCE NO. 7 (1991): AN ORDINANCE OF THE CITY COUNCIL OF THE
CITY OF DIAMOND BAR AMENDING SECTION 13.66.060 AND REPEALING
OCTOBER 1, 1991
PAGE 4
SECTION 13.66.120 OF CHAPTER 13.66 OF THE LOS ANGELES COUNTY
CODE, AS HERETOFORE ADOPTED, PERTAINING TO THE SHOOTING OF ARROWS
AND SIMILAR PROJECTILES.
C/Werner moved, C/Nardella seconded to waive full reading and
introduce by title only Ordinance No. 7 (1991). Motion carried
unanimously.
The following spoke in opposition to the Ordinance:
John Scruggs, 9813 Greenwood Ct., Fontana, presented copies of a
newspaper article concerning the recent shooting
of a deer in Diamond Bar.
Scott Alexander, 24165 Willowcreek.
Joe Dotterer, 4978 Jones Ave., Riverside
In response to C/Werner's inquiry as to the changes in the pro-
posed Ordinance, CA/Arczynski replied that the present Ordinance
prohibited discharging of arrows in the direction of houses,
streets, etc. when within 150 yds. The only change was a
requirement that a person hunting on someone else's property have
written permission from the property owner.
Red Calkins, 240 Eagle Nest Dr., stated that he had given a copy
of the State hunting laws to CM/Van Nort and that they specifi-
cally state that hunters must have written permission in their
possession when hunting on other people's property.
Following Council comments, C/Werner moved, C/Nardella seconded
to adopt Ordinance No. 7 (1991). With the following Roll Call
vote, motion carried:
AYES: COUNCILMEN - Werner, Nardella, MPT/Kim, M/Forbing
NOES: COUNCILMEN - Papen
ABSENT: COUNCILMEN - None
6.3 ORDINANCE NO. 22A (1989): AN ORDINANCE OF THE CITY COUNCIL OF
THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO. 22 (1989)
ESTABLISHING PRIMA FACIE SPEED LIMITS FOR CERTAIN CITY STREETS
BY THE ADDITION OF CHINO HILLS PARKWAY AND THE ESTABLISHMENT OF A
PRIMA FACIE SPEED LIMIT THEREFOR.
C/Papen moved, MPT/Kim seconded to adopt Ordinance No. 22A
(1989). With the following Roll Call vote, motion carried:
AYES: COUNCILMEN - Werner, Nardella, Papen, MPT/Kim,
M/Forbing
NOES: COUNCILMEN - None
ABSENT: COUNCILMEN - None
7. NEW BUSINESS:
7.1 L.A. COUNTY PARKS, BEACHES & RECREATION ACT - ACM/Belanger stated
that a measure will be placed on the June, 1992 ballot to approve
the $800 million L.A. County Parks, Beaches and Recreation Act of
OCTOBER 1, 1991
8.
PAGE 5
1992. Specific projects to be included in the ballot statement
for funding from a $450 million allocation may be submitted by
cities by October 15, 1991 and the Parks & Recreation Commission
recommended two projects: Pantera Park development and Site "D"
acquisition and development. The City could receive $4 million.
C/Nardella asked what would be the level of City commitment if
the projects were approved for the ballot measure.
ACM/Belanger stated that submission of the projects does not mean
that the Council would endorse the ballot measure.
Following discussion, MPT/Kim moved, C/Werner seconded to approve
submittal of the Pantera Park and Site "D" specific project
proposals to the County for inclusion in the Park Bond Act ballot
measure on the June 1992 ballot. Motion carried unanimously.
7.2 PAYMENT OF PUBLIC AGENCY FEES FOR THE USE OF FIELD AND FACILITIES
ON BEHALF OF PRIVATE NON-PROFIT ORGANIZATIONS - M/Forbing advised
that this item had been continued to October 15, 1991.
PUBLIC HEARING:
8.1 ORDINANCE NO. 15-B(1990) - CDD/DeStefano stated that Interim
Ordinance 15-A, pertaining to Title 22 of the L.A. County Code
regarding land uses within the C -M Zone (Commercial
Manufacturing), was adopted by the City on October 16, 1990. At
that time, there were five areas within the CM zone: the north
Diamond Bar area, the mobile home park on Lycoming, recently
redeveloped vacant property adjacent to the school district on
Lycoming, the Gateway Corporate Center and property on Grand and
Golden Springs purchased by the Calvary Chapel. He recommended
extension of the Ordinance for an additional one-year period due
to extension of adoption of the General Plan.
M/Forbing opened the Public Hearing.
With no testimony offered, M/Forbing closed the Public Hearing.
MPT/Kim moved, C/Papen seconded to accept for introduction and
adoption by title only Ordinance No. 15-B (1990) entitled: AN
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR
EXTENDING THE TERM OF AN INTERIM ZONING ORDINANCE, ORDINANCE NO.
15 (1990) PURSUANT TO THE PROVISIONS OF CALIFORNIA GOVERNMENT
CODE SECTION 65858 AND MAKING FINDINGS IN SUPPORT THEREOF. With
the following Roll Call vote, motion carried:
AYES: COUNCILMEN - Nardella, Papen, Werner, MPT/Kim,
M/Forbing
NOES: COUNCILMEN - None
ABSENT: COUNCILMEN - None
9. ANNOUNCEMENTS: C/Nardella commended Administrative Assistant
Kellee Fritzal for her dedication to the Ranch Festival and thanked
her for the many long hours she unselfishly gave to the Festival.
OCTOBER 1, 1991 PAGE 6
10. CLOSED SESSION: There being no further business to discuss,
M/Forbing adjourned the meeting to Closed Session for discussion of
Litigation, Government Code Section 54956.9 and Personnel, Government
Code Section 54957.6 at 7:20 p.m.
11. ADJOURNMENT: M/Forbing reconvened the meeting at 8:30 p.m.
and declared that, during Closed Session, the Council authorized the
City Attorney to file an Amicus Brief in the matter of Central valley
Regional Water Quality Control Board vs. City of Turlock.
With no further business to conduct, M/Forbing adjourned the meeting
at 8:35 p.m.
ATTEST:
Mayor
LYNDA BURGESS, City Clerk
I N T E R O F F I C E M E M O R A N D U M
TO: Mayor Pro Tem Rim and Councilmember Papen
FROM: Linda G. Magnuson, Senior Accountant
SUBJECT: Voucher Register, October 15, 1991
DATE: October 10, 1991
Attached is the Voucher Register dated October 15, 1991. As
requested, the Finance Department is submitting the voucher
register for the Finance Committee's review and approval prior to
it's entry on the Consent Calender.
The checks will be produced after any recommendations and the final
approval is received.
Please review and sign the attached.
a+an gar +i+
0 d C H E P. R E 3 1 C E R F 6E
DUE THRU.............i8!15i9i
VENDOR TAME VENDOR ID. + + PREPAID +
pLI:UUk'f 3ROJ.TX-NO BATCH PO.LiNE/NO. ENTRY/DUE IIVOICE DESCRIPTION AMOUNT DATE CHEC
---------------------------------------------------------------------------------------------------------------------
ARA/Cor'+ Refreshment Svcs ARA
+081-400-2130 2 21815A
Aliens Prue Value Allensirue
+401-4310-120 6 21015A 02/1165
American Storage LTD AmerStorag
+001-4090-2148 2 21015A
Aqua Backflor I
Aqua@ack
+081-4316-2210
1 21015A
+001-4319-2210
1 21615A
+081-4331-2210
2 21015A
Autry Enterprises Autry
+001-3414 1 21015A
Balboa Bay Club BalboaBay
+001-4030-2330 3 21015D
Baege`s Sporting Goods Boeges
+081-4350-1380 2 21015A 01/1196
Brandman Assoc., Michael Brandman
+001-2300-1011 1 21015A
Brea, City of BreaCity
+081-4090-2340 1 21015A 41/1219
10/89
10/15
273611
Equipment Rental
67.00
TOTAL DUE VENDOR --------i
67.00
18/09
18/15
01673
Misc Supplies
33.49
TOTAL DUE VENDOR -------->
33.49
10/09
10/15
Rental -2 Units November
153.00
TOTAL DUE VENDOR -------->
153.00
10/09
10/15
6609
Test Backflor-Maple Hill
25.00
18/09
10/15
6609
Backflow Test -Petersen
25.04
10/49
10/15
6609
Test Backflow -Sycamore Pk
25.00
TOTAL DUE VENDOR -------->
75.64
10/09
10/15
Overchrged for Permits
26.66
TOTAL DUE VENDOR -------->
20.66
10/49
10/15
Mgt Sem-10/3-10/5-Belangr
335.00 10/09/91 0000013214
TOTAL PREPAID AMOUNT ---->
335.00
TOTAL DUE VENDOR -------->
0.06
16/69
10/15
4029
Recreation Equipment
96.13
TOTAL DUE VENDOR -------->
96.13
10/09
10/i5
6911162
JCC Project Reviev
1,640.95
TOTAL DUE VENDOR -------->
1,640.95
10/09
10/15
11636
Wordperfect Training
900.00
TOTAL DUE VENDOR -------->
900.04
V0'JC'HER R E6I1�TER
DUE THRu.............18/15i9i
VENDOR NAME VENDOR ID.
ACCOUNT ;'RGJ.TC-NO BATCH PO.LINE/N0. ENTRY/DJE INVOICE DESCRIPTION
DKS Associates DKS
*001-4553-5222 1 21015A 18169 18115 14666 Trffc Impact Report
TOTAL DUE VENDOR -------->
PAGE
* *PREPAID #
AMOUNT DATE CHET
297.56
297.54
Demoret, Nancy M.
8b
*861-3478
22 21015R
16/89
16/15
839
Class Cancelled-Jazzercis
4.86
*881-4838-2318
5 21615A
16/69
16/15
3545996
TOTAL DUE VENDOR -------->
4.84
Diamond Bar Jaycees
DBJaycees
18/89
18/15
3546126
fuel -P d R
17.49
+881-4358-5365
1 21015D
18189
18/15
3546141
Band Provisions -C in Park
96.88
#681-4636-2318
4 21015A
16/89
18/15
4247678
TOTAL DUE VENDOR -------->
96.44
Diamond Bar Stationers
DBStationr
16169
16/15
4255156
Fuel Park 8 Rec
31.48
*861-4838-1188
1 21615A
18/89
18/15
27358
Supplies
13.63
*881-4848-1268
3 21015A
18/89
18/15
27387
labels
8.16
*881-4898-1186
2 21615A
16/69
16115
27387
Bags
1.52
#881-4898-1186
1 21015A
18/89
18!15
27427
Envelopes
7.95
TOTAL DUE VENDOR --------1
31.46
Dierberger, Sharon L.
98
#881-3478
33 21615R
18/69
16/15
1391
Class Cancelled -Drawing
36.88
TOTAL DUE VENDOR ------->
36.66
Eastman Inc.
Eastman
#661-4656-1286
2 21015A
18169
16/15
7936611
Supplies -finance
44.31
*661-4516-1266
5 21415A
16/69
16/15
79§1243
Calculator-Engr
83.95
#681-4638-1268
2 21015A
16/89
16/15
7957673
File Folders-Cmgr
7.16
#681-4698-1188
3 21015A
18/89
16/15
7957674
File Folders -Ben Govt
21.53
061-4516-1288
4 21615A
18189
16115
7957675
Book Ends, Binders-Engr
31.98
TOTAL DUE VENDOR --------> 188.95
Exxon
ExxonS
*861-4896-2316
4 21015A
16/89
18/15
3545858
Fuel -Pool Car
11.68
*881-4838-2318
5 21615A
16/69
16/15
3545996
fuel-Cmgr
16.54
*861-4318-2316
7 21615A
18/89
18/15
3546126
fuel -P d R
17.49
*661-4316-2318
b 21015A
18/89
18115
3546141
Fuel -P 6 R
32.64
#681-4636-2318
4 21015A
16/89
18/15
4247678
Fuel-Cmgr
15.64
*881-4316-2316
5 21015A
16169
16/15
4255156
Fuel Park 8 Rec
31.48
081-4638-2316
2 21615A
16/69
i81i5
4946834
Fuel-Cmgr
14.14
#881-4318-2318
9 21015A
18/69
16/15
5655543
Fuel -P t R
34.54
#461-4314-2314
8 218154
18169
16/15
5655742
Fuel -P L R
17.16
#841-4434-2316
3 21615A
18/89
18/15
5655864
Fuel-Cmgr
16.44
TOTAL DUE VENDOR --------> 266.15
aaond
Bar **
ca :d�
10 w1
'V
D U C
H E R R E
6 I 5 T E R
PAGE
iUE
THRO
.............10i15791
VENDOR VAME
VENDOR ID.
} * PREPAID �
ACCOUhi ?ROJ.TX-NO
--------- --------------------------------------------------------------------------------------------------------------------------------
BATCH PO.LINE/NO.
ENTRY7DUE
INVOICE
DESCRIPTION
AMOUNT DATE CHE
GrUthEl, Jack
6rotheJ
*041-42:.0-4100
2
21015C
10109
10115
Coss Mtgs 9/9-9123
120.00
TOTAL DUE VENDOR -------
120.00
Suizar. G40na
106
+001-3478
42
210158
10/09
10115
1462
Class Cancelled -Computer
35.00
TOTAL DUE VENDOR -------->
36.04
Harmony, Clair
HarsonyC
*001-4219-4100
4
21015C
10/09
10/15
Coss Mtgs 9/9-9/23
120.00
TOTAL DUE VENDOR -------->
120.04
Hicks, Augustine
S.
162
*001-3476
36
210158
10/09
10/15
1437
Recreation Refund
33.00
TOTAL DUE VENDOR ------->
33.00
Hoffman Computer
Systems
Hoffman
*401-4090-1100
4
210158
10/09
10/15
1966
Computer Cable
32.46
TOTAL DUE VENDOR -------->
32.46
Inland Valley Dly
Bulletn
IVDB
*001-4040-2115
5
21015E
10/69
10/15
dc11647
Resource Cade Sec 41793
40.50
*001-4216-2115
1
21015E
10109
10/15
dc13651
Prkg Permits Parcel Map
63.25
TOTAL DUE VENDOR -------->
123.75
Interntl Inst of
M. Clerk
IIMC
*001-4040-2315
1
210150
10/09
10/15
Annual Membership fees
150.04
TOTAL DUE VENDOR -------->
150.0
K b V Blueprint Service
KIVB1uePrt
*001-4510-2110
2
21015B
10109
10/15
51297
Paper -Engineering copier
104.17
TOTAL DUE VENDOR ------->
104.17
Kennelly, Debbie
A.
66
*001-3476
24
21015R
14/09
10/15
924
Class Cancelled-Jazzercis
4.60
TOTAL DUE VENDOR -------->
4.64
.
: 4:
3 1 a f
a n d B a r + f+
,N TIME; 89:38 18/18191
V
0 U C'H
E R R E 5
I S T E R
P46E
DUE THRU
.............10/15/91
VENDOR NAME
VENDOR ID.
* + PREPAID f +
ACCOUNT PROJ.TX-NO BATCH PO.LINE/NO.
-----------------------------------------------------------------------------------------------
ENTRY/DUE
INVOICE
DESCRIPTION
-----------------------------------
AMOUNT
DATE CHEC
Myers, Elizabeth
MyersE
+881-4218-4188
1 218158
18/89
18/15
91dbl8
Ping Con Mtg 9/23
612.88
+881-4318-4188
1 21015B
18/89
18/15
91018
P 8 R Mtg 9/26
162.80
+881-4518-4188
5 21015B
18/89
18/15
91018
Corrections Trfc Mtg 1813
36.88
TOTAL DUE VENDOR -------->
618.80
New Transportation for
a NewTrans
}881-4518-2338
2 21015D
18/89
18/15
Conf. 18127-29-Mousavi
375.88
18/15/91 8888813217
TOTAL PREPAID AMOUNT ---->
375.88
TOTAL DUE VENDOR -------->
8.88
PERS Health Benefits
PERSHealth
+881-2118-1683
1 21115C
18/69
18/15
Health Prem -Qct 91
6,779.54
{881-4898-8888
i 21015C
18/09
18115
Health Prem -Admin Cost
35.67
TOTAL DUE VENDOR -------->
6,615.41
Pac Tel Paging
PactelPag
+881-4411-2138
1 210150
10109
10/15
Oct. Beeper Svc-Luter
12.81
TOTAL DUE VENDOR -------->
12.01
Pacesetter Building Svcs Pacesetter
+081-4220-5281
3 218150
10109
18/15
Plan Chkg Svc -Sept
4,454.14
+001-4220-5281
2 21615D
10/09
18/15
2888
Bldg 8 Safety -Sept
13,770.90
TOTAL DUE VENDOR -------->
18,225.84
Payroll Transfer
PayroiiTr
+881-1020
2 21015D
10/89
18/15
Transfer PP 120
41,780.00
10/15/91 0006088020
TOTAL PREPAID AMOUNT ---->
41,708.60
TOTAL DUE VENDOR -------->
8.88
Petty Cash
PettyCash
+881-4010-1208
1 21815D
10/89
10/15
Supplies
22.84
+881-4018-2325
2 218151)
16/89
18115
Meetings
32.01
+801-4038-2315
1 21015D
10/69
18/15
Membershp,Dues
40.00
+001-4030-2325
6 21015D
18/09
18/15
Meetings
13.25
+081-4038-2338
4 21815D
18/09
18/15
Travel
3.80
+801-4048-2325
2 21815D
18/i8
18/15
Meetings
25.08
+801-4090-1108
7 21015D
10/89
18!15
Supplies
18.68
+801-4890-2128
1 21015D
18/09
18/15
Postage
52.57
+801-4890-2140
3 21015D
18/69
10!15
Space Rent
12.88
+081-4890-6258
1 210ISD
18109
18115
Camera Equip
3.63
+881-4895-1208
3 218156
10/69
18115
Supplies
25.91
+081-4218-1288
3 21615D
18/09
10/15
Supplies
14.82
+881-4218-2328
1218156
10/89
18/15
Publications
1.12
+001-4210-2325
3 21815D
10/09
10/IS
Meeting
25.08
a G n a r + e
DUE THRU.............1d!I5r91
YE130R NAME VENDOR ID.
ACCOUNT ;ROJ.T%-NO BATCH PO.LINEfNO. ENTRY/DUE INVOICE DESCRIPTION
----•------------------------------------------------------------------------------------------
Reynolts Aluminum Reynolds
*001.-3443 1 21015C
Rol ter;. {. 95
401-3478 30 21015R
Rol Teri K. 96
*081-3476 31 21015R
Robert Driver Ins Co. RobDrive
*001-2300-1004 1 21615C
*001-4090-2399 1 21815C
Ryder Student Transprtn Ryder
*601-4358-5310 2 21815C 01/1212
San Gabriel Vly Tribune SGVTribune
*001-4046-2115 6 21615C
Schuricht, Carole A. 99
*601-3478 34 210158
Security Pac Natl Bank
SecurityPa
*001-4010-2325
4 21015D
*001-4010-2336
7 21015D
*001-4010-2330
8 21015D
*001-4030-2330
5 21015D
Seif, Tarylia K. 164
*001-3418 36 21015R
PAGE
{ PREPAID * i
AMOUNT DATE CHEC
-------------------------
10109
10/15
CUP 91-09 Refund Deposit
1,088.60
TOTAL DUE VENDOR --------)
1,000.88
18/09
10/i5
1358
Recreation Refund
17.06
TOTAL DUE VENDOR -------->
17.69
18/09
10/15
1358
Class Transfer -Ballet
1.00
TOTAL DUE VENDOR -------)
1.89
16/09
10115
Special Events Insurance
592.24
10/69
10/15
Special Event Insurance
0.35
TOTAL DUE VENDOR -------->
592.59
16109
10/15
Excursions -Amuse Prks
1,203.60
TOTAL DUE VENDOR -------->
1,203.09
16/09
10/15
SGVT 9877
Ad -Recycling Element
39.56
TOTAL DUE VENDOR -------->
39.56
16/09
10/15
1376
Class Cancelled -Dance
25.80
TOTAL DUE VENDOR -------->
25.09
18/89
18/15
Mtg-Cmbr Papen
31.05
10/09
f0/15
Conf.-Forbing
64.52
10/89
10/15
Conf.-Forbing
229.45
10/09
16/15
ICMA-CMgr,ACMgr
1,279.54
TOTAL DUE VENDOR -------->
1,604.56
16/09
18/15
1257
Class Cancelled -Stamps
15.00
TOTAL DUE VENDOR -------->
15.09
_rc: X9:38 18/18/41
V
O U C'M
t R R
:�' E P
PAGE
DUE THRU
.............1di15/'qi
VENDOR NAME
VENDOR ID.
* PREPAID
ACCOUNT PROJ.TX-NO
-----------------------------------------------------------------------------------------------------------------------------------
BATCH PO.LINE/NO.
ENTRY/DUE
INVOICE
DESCRIPTION
AMOUNT DATE CHEC
Southern Ca. Edison
SoCaEdison
*136-4536-2126
3
21015C
18/89
18/15
Electric 838
266.77
TOTAL DUE VENDOR -------->
268.77
Strehle, Marty Anne
64
*881-3478
20
218158
18/89
18/15
922
Class Cancelled-Jazzercis
6.75
TOTAL DUE VENDOR --------}
6.75
Sullivan, Gretchen
181
*881-3476
41
21815R
18/89
18/15
1521
Class Cancelled -Spanish
15.88
TOTAL DUE VENDOR -------}
15.88
Terkelsen, Carol R.
89
feel -3418
25
218158
18/89
18!15
838
Class Cancelled-Jazzercis
4.88
TOTAL DUE VENDOR -------->
4.80
Towne Center Travel
TowneCente
*881-4818-2336
4
21015C
10/89
10/15
Seminar 18/22-Papen
118.88
*801-4818-2330
5
21015C
18/09
18/15
League Conf. 12/16 -Kis
98.00
TOTAL DUE VENDOR -------->
288.88
Unocal
Unocal
*061-4310-2316
18
21015C
18/09
18/15
898519
Fuel-Prks
30.88
*081-4838-2310
7
21015C
18/89
18/15
180597
Fuel-C4gr
13.25
f881-4210-2318
3
21615C
18/09
10/15
298681
Fuel -Ping
15.80
f801-4838-2318
9
21015C
18/89
18/15
291168
Fuel-Cagr
11.22
*801-4038-2310
6
21015C
18/09
10/15
490647
Fuel-Cogr
18.28
*801-4216-2310
2
21815C
18/89
18/15
891236
Fuel -Ping
16.34
*061-4318-2310
11
21815C
18/89
18115
988562
Fuel -P S M
38.86
*881-4838-2318
6
21015C
10/89
18/15
90513
Fuel-Cwgr
31.46 \..
TOTAL DUE VENDOR --------}
159.49
Valenzuela, Angela
101
*881-3478
35
21615R
10/69
18/15
1564
Recreation Refund
24.88
TOTAL DUE VENDOR -------->
24.80
Van Mort, Robert L.
VanNortRob
*081-4838-2325
4
21015C
10/09
18/15
Mtg with Mayor 10/01
28.88
*881-4038-2325
5
21615C
18/89
18!15
Mtg Supplies-LACTC
4.34
001-4838-2330
2
21615C
18/89
18/15
ICMA Reimb. 9/28-9/26
121.38
TOTAL DUE VENDOR -------->
145.72
PAGE
FUTURE TRANSACTIONS
REVENUE EXPENSE
1,483.58 92,722.40
7,070.81
20,26
10,820.35
11,445.54
--------- ------------
1,463.58 122,078.56
. of 0 1 a a a n a Bar *+
,UN TIM£: 09:38 10/10/91
V O U C'H E R R E 6 I S T E R
FUND
SUMMARY REPORT
DUE THRU.............10/15/91
DISBURSE
6/L
61E WILL POST KE HAS POSTED
FUND
-----------------------------------------------------
TOTAL
DIRECT PAY
REVENUE EXPENSE REVENUE EXPENSE
---------------------------------------------------
0016eneral Fund
150,933.60
56,127.62
115Solid Waste Fund
1,070.01
141LLAD 141 Fund
20.26
138LLAD 136 Fund
44,719.20
33,898.85
13911LAD 139 Fund
11,445.54
TOTAL------------
------------
------------------------------------------------
ALL FUNDS
214,188.61
90,626.47
PAGE
FUTURE TRANSACTIONS
REVENUE EXPENSE
1,483.58 92,722.40
7,070.81
20,26
10,820.35
11,445.54
--------- ------------
1,463.58 122,078.56
ttt ty of raaond Bar *tt
RUN TIME: 09:36 10110/91 J U C H E A R E 6 1 5 T E R PAGE i2
DUE THRU.............10/15;91
VENDOR NAME VENDOR ID. * PREPAID t
ACCOUNT PROJ.TX-NO BATCH PO.LINE/N0. ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK
------------------------------------------------------------------------------------------------------------------------------------
Walnut Fire Protection Co WalnutFire
*401-4310-1200
12
21015D 01/1223
10/09
18/15
1493
516 ABC Type FireExt
146.04
*001-4310-1200
14
210ISD 02/1223
16/09
10/15
1493
2 314 16 BC Type FE
94.00
*001-4310-1200
16
21015D 0311223
10109
10/15
1493
Tax
19.60
TOTAL DUE VENDOR -------->
259.80
Walnut Vly Water Dist
WVWaterDis
*138-2020
1
21015C
10169
10/15
901954
Meter Install -medians
33,898.85
TOTAL DUE VENDOR ------ 33,898.85
Walnut Vly Yater Dist
WVWaterDis
*139-4539-2126
2
21915D
10/09
10/15
Water -Dist 839 Aug -Sep
11,445.54
TOTAL DUE VENDOR -------->
11,445.54
Walnut Vly Water Dist
VYWaterDis
*138-4538-2126
4
216150
10/09
10/15
Water -Dist 836 Aug -Sep
10,551.58
TOTAL DUE VENDOR -------->
10,551.58
Walnut Vly Water Dist
YVWaterDis
*001-4319-2126
1
21015D
10/69
10/15
Water -Petersen Aug -Sep
3,385.76
+001-4328-2126
2
210ISD
10169
16/15
Yater-Sumaitridge Aug -Sep
2,688.15
1001-4331-2126
2
210ISD
10109
10/15
Water -Sycamore Aug -Sept
896.14
TOTAL DUE VENDOR -------->
6,970.05
Walnut, City of
WalnutCity
*001-4411-5401
6
21015C
10/09
10/15
C -CAP Program
18,166.00
TOTAL DUE VENDOR -------->
16,166.00
Wildish, Debra S.
97
*001-3478
32
21015R
10/09
10115
1486
Recreation Refund
15.00
TOTAL DUE VENDOR -------->
15.04
Worth, Tina
106
*001-3476
40
216I5R
10/09
10/15
1165
Class Cancelled -Spanish
25.00
TOTAL DUE VENDOR -------->
25.04
TOTAL PREPAID ----------->
51,239.69
TOTAL DUE -------------->
162,948.72
TOTAL REPORT ------------>
214,188.61
+++
C1tr
of
D:a4r^1
Sar *++
RUN TIME: 09:38 10/10/91
V
O U C H
E R R E e
1 a T E R
PAGE i0
DOE
THRU
.............10/15/91
VENDOR NAME
VENDOR ID.
+ + PREPAID + +
ACCOUNT PROJ.TX-NO
------------------------------------------------------------------------------------------------------------------------------------
BATCH PO.LiNE/NO.
ENTRYIDUE
INVOICE
DESCRIPTION
AMOUNT DATE CHECK
Shah, Gayithri
105
+001-3476
39
21015R
10109
10115
1356
Recreation Overpayeent
10.40
TOTAL DUE VENDOR --------}
10.04
Signs By Susan
SignsBySus
+001-4695-1206
2
21015C
10109
10115
1376,1373
Signs for Rch Festival
266.49
TOTAL DUE VENDOR --------)
264.49
Sir Speedy
SirSpeedy
+401-4090-1100
6
21415C
10/09
10115
6513
Cosplaint Report
111.40
+001-4094-1164
5
21415C
10/09
10115
7019
Warrant Requests
46.96
+115-4515-4000
2
21015C
10/09
10115
7158
SRRE Reports
315.01
+001-4090-2110
9
21015C
14/09
i4/1s
7159,7245
Stationary Supplies
170.28
+001-4490-2116
8
21015C
10109
10/15
7220
Stationary Supplies
30.43
TOTAL DUE VENDOR -------->
676.46
Sir Speedy
SirSpeedy
+001-4614-2110
1
21015C
10109
10/15
Bus. Cards -Werner
49.02
TOTAL DUE VENDOR -------->
49.42
Sloan, Ethel C.
83
+401-3478
19
21015R
10/09
i4/1s
1042
Class Cancelled-Jazzercis
6.00
TOTAL DUE VENDOR -------->
6.04
Southern Ca Gas Co
SDCaGas
+001-4313-2126
2
21015C
10/49
10115
Gas -Heritage Prk Sep
23.22
TOTAL DUE VENDOR -------->
23.22
Southern Ca. Edison
SoCaEdison
+001-4s55-2126
2
21415C
10/09
10/15
Electric Trfc control -Sep
2,023.17
TOTAL DUE VENDOR -------->
2,023.17
Southern Ca. Edison
SoCaEdison
+401-4313-2126
1
21015C
10149
10115
Sept Elec-Heritage Prk
99.07
TOTAL DUE VENDOR -------->
99.01
Southern Ca. Edison
SoCaEdison
+141-4541-2126
2
21015C
14/09
10115
Elect. Dist 141 -Sept
20.26
TOTAL DUE VENDOR -------->
20.26
+� C i t of 0iaaond Bar f*f
RUN TIME: 09:38 10/10/91 V 0 U C'H E R R E 6 I c, T E R
DUE THRU.............10/15191
VENDOR NAME VENDOR ID.
ACCOUNT PROJ.T1-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION
PAGE 6
* PREPAID +
AMOUNT DATE CHECK
Petty Cash
PettyCash
(CONTINUED)
*001-4316-1204
17 21615D
10110
10/15
Meetings
13.66
*001-4310-2325
1 216150
10/10
10/15
Meetings
21.56
*001-4313-2210
1 21615D
10/16
10!15
Maint.
47.34
}001-4319-2210
2 210150
10/10
10/15
Supplies
40.60
+001-4350-1200
3 21615D
10/10
lolls
Supplies
54.36
*001-4510-2325
3 21015D
10/10
10/15
Meetings
13.00
TOTAL DUE VENDOR -------->
471.17
Petty Cash
PettyCash
*001-4010-2325
3 21615D
10/09
10/15
Meetings
22.76
*001-4690-2120
2 21015D
10/09
to/15
Postage
15.03
+001-4090-2130
4 210150
28/09
16/15
Postage
31.06
*601-4210-1200
4 210ISD
10/09
10115
Supplies
4.32
*001-421#-2325
4 21015D
10109
10/15
Meetings
12.30
*001-4510-2325
2 21015D
10/09
10/15
Prkg-Mtg
13.24
TOTAL DUE VENDOR --------)
98.69
Planning Network
PlanningNw
4001-4210-4224
4 21#15C
10/09
to/15
Svcs rendered thru 9/19
1,629.60
TOTAL DUE VENDOR --------)
1,629.64
Pomona Valley Humane
Soc. PVHS
*001-4431-5403
1 21015C
10109
10115
Animal Control Svcs -Oct.
4,137.00
TOTAL DUE VENDOR -------->
4,137.04
Public Empl Retirement PERS
*001-2116-1006
3 21015D
10/09
10/15
Employer Contributions
3,095.42 16/1S/91 0000013216
*001-2110-1006
4 210ISD
10/09
tolls
Employee Contributions
2,719.47 10/15/91 0006013216
TOTAL PREPAID AMOUNT ---->
5,814.69
TOTAL DUE VENDOR -------}
0.04
Radio Dispatch Corp.
RadioDispa
*081-4311-2130
2 21015C
10/09
10/15
Kaiver Liabilty-P 6 R
40.00
TOTAL DUE VENDOR --------)
40.04
Rancho Valley Chevrolet ValleyChev
+001-4030-220#
2 21015C 0111233
10/09
10115
114446 Auto Repair-Cmgr
399.56
TOTAL DUE VENDOR -------->
399.56
RUN TIME: 09:38 10i10191 0 U C'H E R R E G. T E R
DUE THRU.............1a115i91
VENDOR NAME VENDOR ID.
ACCOUNT PROJ.T%-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION
--------------------------------------------------------------------------------------------
L.A. County -Sheriff's Dep LACSheriff
*001-4411-5401 5 210158
*001-4411-5401 4 21015E
LA Cellular Telephone LACellular
+001-4030-2125 1 21615B
+061-4446-2125 1 210158
Lee, Iby 93
+001-3478 28 21015R
Ler, Bene Y. 41
+081-3478 26 21015R
Levis Engraving Inc. LevisEngra
+481-4095-2110 2 21815E
*001-4095-2110 3 21615B
*881-4095-2110 4 210158
Mac Bride, Dexter MacBrideD
*801-4210-4188 3 21015C
Markman Arcxynski Hanson MarkaanArc
*881-4020-4020 1 21015C
*001-4026-4021 2 21015C
MDDshiabad, Elaine 92
*001-3418 27 21615R
Mousavi, Sid Mousavi5id
*001-4516-2330 1 21015C
PAGE
* PREPAID +
AMOUNT DATE CHECK
---------------------------
18/09
10115
90695
Concert in Park 9/11/91
320.94
10109
10/15
40712
August Helicopter Svc
335.91
TOTAL DUE VENDOR -------->
656.85
10/09
10/15
12972444
Sept Cellular Svc-Cmgr
60.19
10/09
10/15
12972444
Cellular Svc-Emerg Prep
63.53
TOTAL DUE VENDOR -------->
123.72
10/09
10/15
1482
Recreation Refund
23.00
TOTAL DUE VENDOR -------->
23.04
10/69
10/15
1274
Recreation Refund
61.00
TOTAL DUE VENDOR --------'>
61.44
10/09
10/i5
Tile Engraving -Matt Fong
20.62
10149
16/15
Tile Engraving -Ranch Fest
17.32
14149
10115
Engraving -Rep of China
17.32
TOTAL DUE VENDOR -------->
55.46
10/09
10/15
Comm Mtgs 919-9123
120.06
TOTAL DUE VENDOR -------->
128.04
10/09
10/15
Legal Svcs Sept. 91
6,826.50
10/09
10/15
Special Legal Svcs -Sept
1,966.64
TOTAL DUE VENDOR -------->
8,793.30
10/09
10/15
1144
Recreation Refund
20.00
TOTAL DUE VENDOR -------->
20.04
10109
10/15
Tickets-APYA Convention
88.00
TOTAL DUE VENDOR -------->
88.44
f##
t{
RUN TIME: 89:38
18118191
V
0 U C H
E R R E
G I S T E R
PAGE 4
DUE
ThRU
.............18l15r91
VENDOR NAME
VENDOR ID.
+ + PREPAID +
ACCOUNT
------------------------------------------------------------------------------------------------------------------------------------
PROJ.TX-NO
BATCH PO.LINE/N0.
ENTRY/DUE
INVOICE
DESCRIPTION
AMOUNT DATE CHECK
Federal Express
Corp.
FedExpress
+801-4210-2128
1
218158
10/09
10/15
Postage -planning
4.08
TOTAL DUE VENDOR -------->
9.04
Fleet Call
FleetCall
+001-4090-2138
3
21615B
10/09
10/15
158438
Two Way Radio Svc -Sept
136.50
TOTAL DUE VENDOR -------->
136.54
Flesch, Jeanette
A.
103
+801-3478
37
21015R
18/09
10/15
1492
Recreation Refund
23.08
TOTAL DUE VENDOR -------->
23.08
GFOA
GFOA
+601-4850-2330
1
21015D
10/09
10/15
11/4 GAAP Update -Magnuson
198.00
TOTAL DUE VENDOR -------->
190.04
GTE California
GTE
+601-4090-2125
2
21015E
10/69
10115
September Phone Svc
2,088.74
TOTAL DUE VENDOR -------->
2,008.74
GTE California
GTE
+001-4890-2125
3
216158
10/09
18/15
Emergency Prep Phone
39.60
TOTAL DUE VENDOR -------->
39.89
GTE California
GTE
+081-4313-2125
2
21815E
18/09
10115
Phone Svc -Heritage Prk
53.01
TOTAL DUE VENDOR -------->
53.01
Garcia, Tina
67
+801-3478
23
21815R
10/89
18/15
641
Class Cancelled-Jazzercis
4.80
TOTAL DUE VENDOR --------'y
4.89
Gardner Communications
GardnerCot
+001-4895-2350
1
218158
10189
18/15
Newsletter,Recreatn Sched
141912.50
TOTAL DUE VENDOR -------->
14,912.54
Giello, Laura
65
+001-3478
21
21015R
18/89
10/15
1268
Recreation Refund
23.00
TOTAL DUE VENDOR -------->
23.04
f 4
RUN TIME: 09:38 10i10/91
J
3 u .0 H
E R R E S
I S T E R
PAiE 2
DUE
THRU
.............10/1S/91
VENDOR NAME
VENDOR ID.
+ + PREPAID + +
ACCOUNT PROJ.TX-NO
------------------------------------------------------------------------------------------------------------------------------------
BATCH PO.LINE/N0.
ENTRY/DUE
INVOICE
DESCRIPTION
AMOUNT
DATE CHECK
CEWAER
CEWAER
+001-4010-2330
6
210150
10/09
10115
Seminar 10/15-Papen
15.00
10/15/91 6000013215
TOTAL PREPAID AMOUNT ---->
15.00
TOTAL DUE VENDOR --------)
0.00
Calif. Stateside
CaStateCom
+001-4090-4000
1
21015D
10/09
10/15
Feasability Study -CA Golf
3,000.00
10/15191 0000013213
TOTAL PREPAID AMOUNT ----)
3,000.00
TOTAL DUE VENDOR --------)
0.00
Champ, Lillian
Champ
+001-3478
18
210158
10/09
10/15
923
Class Cancelled-Jazzercis
6.75
TOTAL DUE VENDOR --------)
6.75
Chan, Margaret 0.
94
+001-3478
29
210158
10/09
10/15
1229
Class Cancelled -Design
20.00
TOTAL DUE VENDOR --------)
20.0
City of West Covina
CtyWCovina
+115-4515-4000
1
21015C
10/09
10/15
10562
ESBVIWM-JPA 3rd Installmt
6,155.00
TOTAL DUE VENDOR -------->
6,755.00
Community Industries
CommIndust
+001-4095-2110
1
21015A
i0/09
10/15
07552
Stop Auto Theft Pins-RchF
336.72
TOTAL DUE VENDOR -------->
336.72
Computerland of D. B.
Cmptrland
+001-4090-6230
3
21015A
10/09
10/15
CL06001512
Computer Equipment
731.70
TOTAL DUE VENDOR -------->
731.70
Conlin Bros Sporting
Good ConlinBros
+001-4310-1200
10
21015A 01/1236
10/09
10115
41388
Recreation Supplies
93.25
TOTAL DUE VENDOR ------->
93.25
CopyMasters, The
CopyMaster
+001-4090-2100
1
21015A
10/09
10/15
054632
Konica Maint. September
92.26
TOTAL DUE VENDOR -------->
92.26
CITY OF DIAMOND BAR
VOUCHER REGISTER APPROVAL
The attached listing of vouchers dated October 15, 1991 have been
audited approved and recommended for payment. Payments are hereby
allowed from the following funds in these amounts:
FUND NO. FUND DESCRIPTION AMOUNT
001 General Fund $150,933.60
115 Int. Waste Management Fund 7,070.01
138 LLAD #38 Fund 44,719.29
139 LLAD #39 Fund 11,445.54
141 LLAD #41 Fund 20.26
TOTAL ALL FUNDS
APPROVED BY:
Linda G. Ma ' on
Senior Accountant
Obert L. Van Nort
City Manager
/ v
--
Phyllig E. Papen
Councilmember
Jay C. Kim
Mayor Pro Tem
CITY OF DIAMOND BAR
AGENDA REPORT AGENDA NO. 4f
TO: Honorable Mayor and City Council
MEETING DATE: October 15, 1991 Y-, REPORT DATE: October 3, 1991
FROM: Linda G. Magnuson; -Senior Accountant
TITLE:
Treasurer's Report - August 31, 1991
SUMMARY:
Submitted for Council's review and approval is the Treasurer's Statement for
the month of August 1991.
RECOMMENDATION:
Review and approve.
LIST OF ATTACHMENTS:
X Staff Report _ Public Hearing Notification
_ Resolution(s) _ Bid Spec. (on file in City Clerk's Office)
Ordinances(s) — Other
_ Agreement(s)
EXTERNAL DISTRIBUTION:
SUBMITTAL CHECKLIST:
1. Has the resolution, ordinance or agreement been reviewed _ Yes_ No
by the City Attorney?
2. Does the report require a majority or 4/5 vote?
3. Has environmental impact been assessed? _ Yes X No
4. Has the report been reviewed by a Commission? _ Yes X No
Which Commission?
5. Are other departments affected by the report? _ Yes X No
Report discussed with the following affected departments:
REVIEW BY: a
06111 f�
Robert L. Van Nort 'errence L. Belanger~'% (Department Head)
City Manager Assistant City Manager
F:\WP51\AGENDA\C0VER.FRN
CITY COUNCIL REPORT
AGENDA NO.
MEETING DATE: October 15, 1991
TO: Honorable Mayor and Members of the City Council
FROM: City Manager
SUBJECT: Treasurer's Statement - August 31, 1991
ISSUE STATEMENT:
Per City policy, the Finance department presents the monthly Treasurer's
Statement for the City Council's review and approval.
RECOMMENDATION:
Approve the August, 1991 Treasurer's Statement.
FINANCIAL SUMMARY:
No fiscal impact.
BACKGROUND:
Submitted for Council's review and approval is the Treasurer's Statement
for the month of August 1991. This statement shows the cash balances
for the various funds, with a breakdown of bank account balances and
investment account balances.
PREPARED BY:
Linda G. Magnuson
F:\WP51\WORK\AGENDA\AGE-RPT.FRM
CITY OF DIAMOND BAR
TREASURER'S MONTHLY CASH STATEMENT
August 31, 1991
TOTALS $9,174,406.25 $743,571.82 $931,007.51 $0.00 $8,986,970.56
SUMMARY OF CASH:
DEMAND DEPOSITS:
INVESTMENTS:
GENERAL ACCOUNT ($4,921.72)
PAYROLL ACCOUNT 392.28
PETTY CASH ACCOUNT 500.00
TOTAL DEMAND DEPOSITS
TIME CERTIFICATES
COMMERCIAL PAPER
L. A.I.F.
TOTAL INVESTMENTS
$0.00
0.00
8,991,000.00
($4,029.44)
8,991, 000.00
TOTAL CASH $8,986,970.56
BEGINNING
TRANSFERS
ENDING
FUND
BALANCE
RECEIPTS
DISBURSEMENTS IN (OUT)
BALANCE
GENERAL FUND
$5,713,429.44
$668,863.68
$870,674.40
$5,511,618.72
TRAFFIC SAFETY FUND
24,087.35
19,649.46
43,736.81
GAS TAX FUND
1,380,629.10
2,122.53
1,378,506.57
TRANSIT TX (PROP A) FD
458,379.63
40,122.00
498,501.63
LOCAL TRANSPORTATION FD
0.00
FEDERAL AID URBAN FUND
0.00
INTEGRATED WASTE MGT FD
5,752.36
6,260.05
5,717.16
6,295.25
STATE PARK GRANT FUND
0.00
0.00
LANDSCAPE DIST #38 FD
38,610.88
3,805.66
14,113.41
28,303.13
LANDSCAPE DIST #39 FD
223,650.01
2,647.59
23,035.75
203,261.85
LANDSCAPE DIST #41 FD
85,511.84
2,223.38
7,872.39
79,862.83
GRAND AV CONST FUND
598,593.68
7,471.87
591,121.81
TRAFFIC MITIGATION FEE FD
332,407.37
332,407.37
CAP IMPROVEMENT PRJ FD
54,401.90
54,401.90
SB 821 FUND
19,117.60
19,117.60
SELF INSURANCE FUND
239,835.09
239,835.09
TOTALS $9,174,406.25 $743,571.82 $931,007.51 $0.00 $8,986,970.56
SUMMARY OF CASH:
DEMAND DEPOSITS:
INVESTMENTS:
GENERAL ACCOUNT ($4,921.72)
PAYROLL ACCOUNT 392.28
PETTY CASH ACCOUNT 500.00
TOTAL DEMAND DEPOSITS
TIME CERTIFICATES
COMMERCIAL PAPER
L. A.I.F.
TOTAL INVESTMENTS
$0.00
0.00
8,991,000.00
($4,029.44)
8,991, 000.00
TOTAL CASH $8,986,970.56
CITY OF DIAMOND BAR
AGENDA REPORT
AGENDA NO.z / --
TO: Robert L. Van Nort, City Manager
MEETING DATE: October 15, 1991 REPORT DATE: October 2, 1991
FROM: Sid J. Mousavi, City Engineer/Public Works Director
TITLE: Bond Exoneration
SUMMARY: The City of Diamond Bar desires to exonerate the surety bond posted for sanitary sewer
improvements on Tract Number 31850.
RECOMMENDATION: It is recommended that the City Council approve the completed work , accept for
public use the sanitary sewer and exonerate the following listed surety bond for said sanitary sewer
improvements.
LIST OF ATTACHMENTS:X Staff Report _ Public Hearing Notification
_ Resolution(s) _ Bid Specification (on file in City Clerk's Office)
Ordinances(s) X Other County letter dated 09/19/91
Agreement(s)
EXTERNAL DISTRIBUTION:
SUBMITTAL CHECKLIST:
1. Has the resolution, ordinance or agreement been reviewed
by the City Attorney?
2. Does the report require a majority or 4/5 vote?
3. Has environmental impact been assessed?
4. Has the report been reviewed by a Commission?
Which Commission? N/A
5. Are other departments affected by the report?
Report discussed with the following affected departments: N/A
REVIEWED BY:
Robert L. Van Nort
City Manager
Terrence L. Belanger
Assistant City Manager
Yes X No
Majority
_ Yes X No
Yes X No
_ Yes X No
tisr'f `
Sid J. Mousavi
Public Works Director
THOMAS A. TIDEMANSON, Director
September 19, 1991
COUNTY OF LOS ANGELES
DEPARTMENT OF PUBLIC WORKS
900 SOUTH FREMONT AVENUE
ALHAMBRA, CALIFORNIA 91803-1331
Telephone: (818) 458-5100 ADDRESS ALL CORRESPONDENCE TO:
P.O. BOX 1460
ALHAMBRA, CALIFORNIA 91802-1460
The City Council
City of Diamond Bar
21660 East Copley Drive, Suite 330
Diamond Bar, CA 91765
Dear Council Members:
SANITARY SEWER IMPROVEMENTS
PRIVATE CONTRACT NOS. 10237 & 10237A
TRACT NO. 31850
IN REPLY PLEASE
REFER TO FILE: If -j'
The construction of sanitary sewers guaranteed by the improvement security
listed below, and constructed under the subject private contract, has been
completed in compliance with the plans and specifications.
IT IS REvOMNIIIIDED THAT YOUR COUNCIL:
1. Approve the work that has been completed and accept for public use the
sanitary sewers.
2. Exonerate the following listed surety bond:
Bond Number 83SB 100 426 683
Amount - $270,000
Surety - The Aetna Surety & Casualty Company
100 West Broadway
Glendale, CA 91210
Principal - Bramalea Limited
3151 Airvray Avenue, Suite N
Costa Mesa, CA 92626
After the sanitary sewers become public property by your formal acceptance,
proper maintenance can be provided and the City Engineer can issue permits for
additional connections and extensions of the main line sewer for the use of
other residents of the City.
The City Council
City of Diamond Bar
September 19, 1991
Page 2
Please instruct the City Clerk to send a copy of the City Council action on this
recommendation to the surety, principal, and this office.
Very truly yours,
T. A. TIDEMANSON
Director of Public Works
`!(!�7-�
N. C. DATWYLF.R
Assistant Deputy Director
Land Development
LG:ac%31850
CITY OF DIAMOND BAR
AGENDA REPORT
AGENDA NO.
TO: Robert L. Van Nort, City Manager
MEETING DATE: October 15, 1991 REPORT DATE: October 2, 1991
FROM: Sid J. Mousavi, City Engineer/Public Works Director
TITLE: Bicycle and/or Pedestrian Funds Under SB 821
SUMMARY: This year, approximately $1.8 million is available to local jurisdictions who wish to submit
projects. Funds will be awarded on a competitive basis to projects of regional significance.
The City of Diamond Bar desires to compete for said funds by submitting plans and design to extend the
bicycle lane on Brea Canyon Road to Orange County.
RECOMMENDATION: It is recommended that the City Council approve submittal of the application for
regional funds as well as the attached Resolution which pertains to the Bicycle and/or Pedestrian Fund
application under SB 821.
LIST OF ATTACHMENTS:X Staff Report
X Resolution(s)
Ordinances(s)
_ Agreement(s)
EXTERNAL DISTRIBUTION:
SUBMITTAL CHECKLIST:
_ Public Hearing Notification
_ Bid Specification (on file in City Clerk's Office)
_ Other
1. Has the resolution, ordinance or agreement been reviewed X Yes _ No
by the City Attorney?
2. Does the report require a majority or 4/5 vote? Majority
3. Has environmental impact been assessed? _ Yes X No
4. Has the report been reviewed by a Commission? X Yes ^ No
Which Commission? T/T Commission
5. Are other departments affected by the report? _ Yes X No
Report discussed with the following affected departments: N/A
REVIE� BY:
Robert L. Van Nort Terrence L. Belanger Sid J. Mousavi
City Manager Assistant City Manager Public Works Director
CITY COUNCIL REPORT
AGENDA NO.
MEETING DATE: October 15, 1991
TO: Honorable Mayor and Members of the City Council
FROM: Robert L. Van Nort, City Manager
SUBJECT: Bicycle and/or Pedestrian Funds Under SB 821
ISSUE STATEMENT
The City of Diamond Bar desires to compete for the approximately $1.8 million
allocated to local jurisdictions on a competitive basis to projects of
regional significance.
RECOMMENDATION
It is recommended that the City Council approve the attached Resolution which
pertains to the Bicycle and/or Pedestrian Fund application under SB 821.
FINANCIAL SUMMARY
This undertaking will not impact the City's 91-92 Fiscal Year budget.
BACKGROUND
Each fiscal year, the Los Angeles County Transportation Commission (LACTC)
encourages local agencies to apply for local and regional bicycle and
pedestrian facilities funding which is available under Article 3 of the
California Transportation Development Act (SB 821).
DISCUSSION
Diamond Bar Boulevard, Golden Springs, and Brea Canyon Road have been
identified as arterial which stretch beyond the limits of Diamond Bar. These
streets, which possess bicycle lanes, have an access to the cities of Brea
and Pomona.
In an attempt to improve the existing bicycle lanes on said streets, the City
of Diamond Bar has applied for funding through the Bicycle and Pedestrian
Facilities, SB 821.
The improvement shall include plans and design for construction, widening or
decreasing of the current width of bicycle lanes.
PREPARED BY:
Sid Jalal Mousavi
RESOLUTION NO. 91-
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR,
COUNTY OF LOS ANGELES, APPROVING THE APPLICATION FOR BICYCLE
AND/OR PEDESTRIAN FUNDS UNDER SB 821 AND APPROVING THE
ADOPTION OF ITS BICYCLE AND/OR PEDESTRIAN PLAN
WHEREAS, SB 821 provides that 2% of each county's total
local Transportation Fund be annually set aside and used to fund
the development of bicycle and pedestrian facilities; and
WHEREAS, the City of Diamond Bar desires to construct the
Master Bikeway System within their city utilizing the funds
available under SB 821.
NOW, THEREFORE, the City Council of the City of Diamond
Bar does resolve as follows:
1. To adopt the Master Bikeway System in conformance
with the specifications on Caltrans' Planning and
Design Criteria for bikeways in California and the
Regional Transportation Plan;
2. To authorize Sid J. Mousavi as the City's authorized
signature and designated contact person;
3. To apply for all funds available to the City of
Diamond Bar allocated for Bikeways and Pedestrian
Facilities (SB 821).
PASSED, ADOPTED AND APPROVED this day of
1991.
Mayor
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 , 1991, 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
CITY OF DIAMOND BAR
AGENDA REPORT
AGENDA NO.
TO: Honorable Mayor and Members of City Council
MEETING DATE: October 15, 1991 REPORT DATE: October 3, 1991
FROM: Robert L. Van Nort, City Manager
TITLE:
Installation of playground equipment at Mini -Park within Landscape Maintenance District #39 located at
Stardust Drive and Softwind Drive.
SUMMARY:
The City Council has previously authorized funds in the Fiscal Year 1991-1992 for replacement of deteriorated
playground equipment at Landscape Maintenance District #39 Mini -Park. Staff has prepared plans and
specifications and seeks authorization to solicit bids.
RECOMMENDATION:
It is recommended that the City Council approve the attached plans and specifications for the installation of
playground equipment at Landscape Maintenance District #39 Mini -Park located at Softwind Drive and Stardust
Drive. Further, it is recommended that the Council adopt the attached resolution and authorize the City Clerk
to advertise for bids.
LIST OF ATTACHMENTS:x Staff Report
x Resolution(s)
_ Ordinances(s)
_ Agreement(s)
EXTERNAL DISTRIBUTION:
_ Public Hearing Notification
x Bid Specification (on file in City Clerk's Office)
_Other
SUBMITTAL CHECKLIST:
1. Has the resolution, ordinance or agreement been reviewed x Yes _ No
by the City Attorney?
2. Does the report require a majority or 4/5 vote? Majority
3. Has environmental impact been assessed? _ Yes x No
4. Has the report been reviewed by a Commission?_ Yes x No
Which Commission? N/A
5. Are other departments affected by the report? _ Yes x No
Report discussed with the following affected departments: N/A
REVbEWED BY:
ARoert L. Van Nort Terrence L. Belanger J Department Head)
City Manager Assistant City Manager v
CITY COUNCIL REPORT
AGENDA NO.
MEETING DATE: October 15, 1991
TO: Honorable Mayor and Members of the City Council
FROM: City Manager
SUBJECT: Playground Equipment - Landscape Maintenance District #39
ISSUE STATEMENT:
The City desires to secure competitive bids to begin the installation of
playground equipment at Landscape Maintenance District #39 Mini -Park
located at the corner of Stardust Drive and Softwind Drive.
RECOMMENDATION:
It is recommended that the City Council approve the attached plans and
specifications for the installation of playground equipment at Landscape
Maintenance District #39 Mini -Park located at the corner of Stardust Drive
and Softwind Drive.
FINANCIAL SUMMARY:
The City Council has appropriated funds of $15,000 in the Fiscal Year
1991-1992 for this project.
BACKGROUND/DISCUSSION:
The need for installation of playground equipment within this area was
identified last Fiscal Year. The equipment was of wood construction and
through fungal infection had become weak and unsafe and as a result was
removed by staff. The new equipment proposed to be installed by the City
is of steel construction, and has longer lifespan.
PREPARED BY:
Sid Jalal Mousavi
RESOLUTION NO. 91
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING
PLANS AND SPECIFICATIONS FOR THE PURCHASE AND INSTALLATION OF
PLAYGROUND EQUIPMENT FOR LANDSCAPE MAINTENANCE DISTRICT #39 MINI -PARK
AT SOFTWIND AND STARDUST 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, THE CITY COUNCIL OF THE CITY OF DIAMOND BAR,
CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS:
SECTION 1. That the plans and specifications presented to the City of
Diamond Bar be and are hereby approved as the plans and specifications for
Landscape Maintenance District #39 Mini -Park Playground Equipment.
SECTION 2. 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 works 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
11:00 o'clock A.M. on November 14, 1991, sealed bids or proposals for the
Construction of Landscape Maintenance District #39 Mini -Park Playground
Equipment 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 Construction of Landscape
Maintenance District #39 Mini -Park Playground Equipment."
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
In
Relations of the State of California is required to and has determined such
general 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 of
request. The Contracting Agency also shall cause a copy of such
determinations to be posted at the job site.
Pursuant to Labor Code Section 1775, the Contractor shall forfeit, as
penalty to the City of Diamond Bar, not more than fifty ($50.00) 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 of 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 appren-
ticeship 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.
9
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 apprenticeable trade on such contracts and
if other Contractors on the public works site are making such contribu-
tions.
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 standard, 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 comply 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 ($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 10 percent (100) 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, or 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.
M
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 Class B-1, D-48 or C-61 Contractor at the 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 $15.00, said $15.00 is non-refundable is non-refundable.
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 non -reimbursable 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.
The Engineer's Estimate is: $15,000
By order of the City Council of the City of Diamond Bar, California.
Dated this 15th day of October, 1991.
PASSED, APPROVED AND ADOPTED this 15th day of October, 1991.
ATTEST:
CITY CLERK
MAYOR
I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify
that the foregoing Resolution was passed, approved and adopted at a regular
meeting of the City Council of the City of Diamond Bar held on the 15th day
of October, 1991, by the following vote:
AYES: COUNCIL MEMBERS:
NOES: COUNCIL MEMBERS:
ABSENT: COUNCIL MEMBERS:
ABSTAINED: COUNCIL MEMBERS:
LYNDA BURGESS, City Clerk
City of Diamond Bar
0
CITY OF DIAMOND BAR
STATE OF CALIFORNIA
SPECIFICATIONS
FOR
THE PURCHASE AND INSTALLATION
OF PLAYGROUND EQUIPMENT FOR
LANDSCAPE MAINTENANCE DISTRICT #39
MINI -PARK AT SOFTWIND AND STARDUST
IN THE CITY OF DIAMOND BAR
The City Clerk of the City of Diamond Bar, California will receive at her
office in the City Hall, in said City, until 11:00 a.m. on November 14,
1991, sealed proposals for the performance of the above described services.
CITY OF DIAMOND BAR
John Forbing, Mayor
Jay Kim, Mayor Pro Tem
Phyllis Papen, Councilmember
Gary Werner, Councilmember
Donald Nardella, Councilmember
Robert L. Van Nort, City Manager
Charles Janiel, Director of Parks & Maintenance
TABLE OF CONTENTS
NOTICE OF INVITING SEALED BIDS . . . . . . . . .
. . . . 4
- 8
INFORMATION FOR BIDDERS . . . . . . . . . . . . .
. . . . 9
- 15
BIDDER'S PROPOSAL . . . . . . . . . . . . . . . .
. . . . 16
- 17
SCHEDULE OF PRICES . . . . . . . . . . . . .
. . 18
- 19
CONTRACTOR'S INDUSTRIAL SAFETY RECORD . . . . . .
. . . . 20
LIST OF SYMBOLS AND ABBREVIATIONS . . . . . . .
. . . . . 21
SUBCONTRACTORS LIST . . . . . . . . . . . . . .
. . . . . 22
NON -COLLUSION AFFIDAVIT . . . . . . . . . . . .
. . . . . 23
FAITHFUL PERFORMANCE BOND . . . . . . . . . . .
. . . . . 24
LABOR AND MATERIAL BOND . . . . . . . . . . . .
. . . . . 25
BIDDER'S BOND . . . . . . . . . . . . . . . . .
. . . . . 26
- 27
AGREEMENT . . . . . . . . . . . . . . . . . . .
. . . . . 28
- 35
SPECIAL PROVISIONS . . . . . . . . . . . . . .
. . . . . 36
- 41
TECHNICAL SPECIFICATIONS . . . . . . . . . . .
. . . . . 42
- 53
2
SPECIFICATIONS
M Z*l ;l
THE PURCHASE AND INSTALLATION
OF PLAYGROUND EQUIPMENT FOR
LANDSCAPE MAINTENANCE DISTRICT X39
MINI -PARR AT SOFTWIND AND STARDUST
IN THE CITY OF DIAMOND BAR
3
RESOLUTION NO. 91
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING
PLANS AND SPECIFICATIONS FOR THE PURCHASE AND INSTALLATION OF
PLAYGROUND EQUIPMENT FOR LANDSCAPE MAINTENANCE DISTRICT #39 MINI -PARR
AT SOFTWIND AND STARDUST 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, THE CITY COUNCIL OF THE CITY OF DIAMOND BAR,
CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS:
SECTION 1. That the plans and specifications presented to the City of
Diamond Bar be and are hereby approved as the plans and specifications for
Landscape Maintenance District 139 Mini -Park Playground Equipment.
SECTION 2. 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 works 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
11:00 o'clock A.M. on November 14, 1991, sealed bids or proposals for the
Construction of Landscape Maintenance District #39 Mini -Park Playground
Equipment 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 Construction of Landscape
Maintenance District 139 Mini -Park Playground Equipment."
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
4
Relations of the State of California is required to and has determined such
general 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 of
request. The Contracting Agency also shall cause a copy of such
determinations to be posted at the job site.
Pursuant to Labor Code Section 1775, the Contractor shall forfeit, as
penalty to the City of Diamond Bar, not more than fifty ($50.00) 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 of 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 appren-
ticeship 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.
5
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 apprenticeable trade on such contracts and
if other Contractors on the public works site are making such contribu-
tions.
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 standard, 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 comply 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 ($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 10 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, or 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.
Ci
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 one
hundred percent (100%) 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 Class B-1, D-48 or C-61 Contractor at the 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 $15.00, said $15.00 is non-refundable.
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 non -reimbursable 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.
The Engineer's Estimate is: $15,000
By order of the City Council of the City of Diamond Bar, California.
Dated this day of , 1991.
7
PASSED, APPROVED AND ADOPTED this 15th day of October, 1991.
ATTEST:
CITY CLERK
MAYOR
I, LYNDA BURGESS, City Clerk of the City of Diamond Bar, do hereby certify
that the foregoing Resolution was passed, approved and adopted at a regular
meeting of the City Council of the City of Diamond Bar held on the 15th day
of October, 1991, by the following vote:
AYES: COUNCIL MEMBERS:
NOES: COUNCIL MEMBERS:
ABSENT: COUNCIL MEMBERS:
ABSTAINED: COUNCIL MEMBERS:
LYNDA BURGESS, City Clerk
City of Diamond Bar
8
INFORMATION FOR BIDDERS
1. PREPARATION OF BID FORM: The City invites bids on the form attached to
be submitted at such time and place as is stated in the Notice Inviting
Sealed Bids. All bids should be made in accordance with the provisions of
the Standard Specifications for Public Works Construction, 1991 Edition.
All blanks on the bid form must be appropriately filled in. All bids shall
be submitted in sealed envelopes bearing on the outside the name of the
bidder, his address, and the name of the project for which the bid is
submitted. It is the sole responsibility of the bidder to see that the bid
is received in proper time. Any bid received after the scheduled closing
time for receipt of bids will be returned to the bidder unopened.
2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a
cashiers or certified check or by a bid bond in the amount of not less than
ten percent (10%) of the amount named in the proposal. Said check or bond
shall be made payable to the City Clerk of the City of Diamond Bar and
shall be given as a guaranty that the bidder, if awarded the work, will
enter into a contract within ten (10) days after written notice of the
award and will furnish the necessary bonds as hereinafter provided. In
case of refusal or failure to enter said contract, the check or bond, as
the case may be, shall be forfeited to the City. No bidder's bond will be
accepted unless it conforms substantially to the form furnished by the
City, which is bound herein, and is properly filled out and executed.
3. SIGNATURE: The bid must be signed in the name of the bidder and must
bear the signature in longhand of the person or persons duly authorized to
sign the bid on behalf of the bidder.
4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations
of the work bid upon, alternative proposals or any other modifications of
the bid form which is not specifically called for in the contract documents
may result in the Owner's rejection of the bid as not being responsive to
the invitation to bid. No oral or telephonic modification of any bid
submitted will be considered but a telegraphic modification may be
considered and only if a postmark evidences that a confirmation of the
telegram duly signed by the bidder was placed in the mail prior to the
opening of bids. The bid submitted must not contain any erasures,
interlineation, or other corrections unless each such correction is
suitably authenticated by affixing in the margin immediately opposite the
correction the surname or surnames of the person or persons signing the
bid.
5. DISCREPANCIES IN PROPOSALS: In case of discrepancy between words and
figures, the words shall prevail. If the amounts bid on individual items
(if called for) do not in fact add to the total amount shown by the bidder,
the correctly added total of the individual items shall prevail over the
total figure shown. The estimated quantities and amounts are for the
purpose of comparison of bids only. The City Council of the City of
Diamond Bar reserves the right to reject any or all bids and to waive any
irregularity or informality in any bid to the extent permitted by law.
9
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 misunder-
standing 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.
10
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.
11
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.
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 be readvertised.
18. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing
at 54380) 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
12
compliance with said Labor Code section, for all apprenticeable occupa-
tions, 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).
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 specifica-
tions. Pursuant to Labor Code Section 1775, the Contractor shall forfeit
as penalty to the City of Diamond Bar, not more than fifty dollars ($50.00)
for laborers, workmen, or mechanics employed for each calendar day, or
portion thereof, if such laborer, workman or mechanic employed is paid less
than the general prevailing rate of wages herein referred to and stipulated
for any work done under the proposed contract, by him, or by any subcon-
tractor 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. 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 ninety (90) calendar days
thereafter. Bidder must agree also to pay as liquidated damages, the sum
of one -hundred dollars ($100.00) for each calendar day thereafter as
provided in the General Conditions.
23. 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.
24. 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.
25. OUANTITIES: 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.
13
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.
26. 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.
27. 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.
28. 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.
29. 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.
30. 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.
14
31. 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.
15
BIDDER'S PROPOSAL
FOR THE PURCHASE AND INSTALLATION OF PLAYGROUND EQUIPMENT FOR LANDSCAPE
MAINTENANCE DISTRICT #39 MINI -PARK AT SOFTWIND AND STARDUST IN THE CITY OF
DIAMOND BAR, CALIFORNIA
Date
To the City Council of the
City of Diamond Bar:
The Undersigned hereby declares:
19
(a) That the only persons or parties interested in this proposal as
principals are the following:
(If the bidder is a corporation, give the name of the corporation and the
name of its president, secretary, treasurer, and manager. If a co-
partnership, give the name under which the co -partnership does business,
and the names and addresses of all co-partners. If an individual, state
the name under which the contract is to be drawn.)
(b) That this proposal is made without collusion with any person,
firm or corporation.
(c) That he has carefully examined the location of the proposed work,
and has familiarized himself with all of the physical and climatic
conditions, and makes this bid solely upon his own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges
receipt and knowledge of the contents of those communications sent by the
City of Diamond Bar to him at the address furnished by him to the City of
Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general
and detail, and the drawings attached hereto, and communications sent to
him as aforesaid, and makes this proposal in accordance therewith.
(f) That, if this bid is accepted he will enter into a written
contract for the performance of the proposed work with the City of Diamond
Bar.
(g) That he proposes to enter into such contract and to accept in
full payment for the work actually done thereunder the prices shown in the
attached schedule. It is understood and agreed that the quantities set
forth are but estimates, and that the unit prices will apply to the actual
quantities whatever they may be.
16
Accompanying this proposal is a certified or cashier's check or
bidder's bond, payable to the order of the City of Diamond Bar in the sum
of
DOLLARS ($ )
Said bidder's bond has been duly executed by the undersigned bidder and by
a financially sound surety company authorized to transact business in this
state.
It is understood and agreed that should the bidder fail within fifteen
days after award of contract to enter into the contract and furnish
acceptable surety bonds, then the proceeds of said check, or bidder's bond,
shall become the property of the City of Diamond Bar, but if this contract
is entered into and said bonds are furnished, or if the bid is not accepted
then said check shall be returned to the undersigned, or the bidder will be
released from the bidder's bond.
Address of Bidder
City Zip Code
17
Telephone of Bidder
Signature of Bidder
SCHEDULE OF PRICES
FOR THE
PURCHASE AND INSTALLATION OF PLAYGROUND EQUIPMENT
LANDSCAPE DISTRICT #39 MINI -PARR
AT SOFTWIND AND STARDUST
IN THE CITY OF DIAMOND BAR
In accordance with specifications therefore approved by the City Council of
the City of Diamond Bar the undersigned bidder is herewith submitting the
following bid prices for the performance of the entire work as described in
these specifications and attached drawings subject to this furnishing all
materials.
ITEM ITEM QUANTITY UNIT UNIT PRICE ITEM TOTALS
NO. DESCRIPTION
1. Provide & L.S L.S
install play-
ground equipment
per these
specifications.
TOTAL AMOUNT BID $
Accompanying this proposal is
(Insert "$
cash," "cashier's check," "certified check," or "bidder's bond," as
the case may be) in the amount equal to at least ten percent (10%) of
the total bid.
Bid price indicated refers to all items illustrated on plans and details,
and delineated within specifications installed and completely in place in
accordance with all applicable portions of the construction documents and
include all costs connected with such items including, but to necessarily
limited to, materials, transportation, taxes, insurance, labor, overhead,
and profit, for General Contractor and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for use.
18
The undersigned further agrees that in case of default in executing the
required contract, with necessary bond, within ten (10) days, not including
Sundays and legal holidays, after having received notice that the contract
has been awarded and 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. - CLASSIFICATION - EXPIRATION DATE
I declare under penalty of perjury of the laws of the State of California
that the representations made herein are true and correct in accordance
with the requirements of California Business and Professional Code Section
7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
19
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 wnich 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
1987 1988 1989 1990 TOTAL CURRENTYEAR
1. No. of contracts '
2. Total dollar amount of contracts (in thousands of S)
3. No. of fatalities
i
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, OSSA 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
City Zip Code
20
Signature
State Contractors' Uc. No.
Classification
Telephone
The definitions of the symbols and abbreviations used in the Schedule of Prices are as follows
Ave.
Avenue
LF
Linear Feet
&
And
LS
Lump Sum
AC
Asphaltic Concrete
Mod.
Modified
Blvd.
Boulevard
MH
Manhole
CAB
Crushed Aggregate Base
I
Number
CB
Catch Basin
No.
Number
Conc.
Concrete
NRCP
Nonreinforced concrete
pipe
Conn.
Connector or Connection
Pvmt.
Pavement
Const.
Construct
Perm. Surf.
Permanent Surfacing
CIP
Cast Iron Pipe
PCC
Portland Cement Oymb
CSP
Corrugated Steel Pipe
RC
Reinforced Concrete
CY
Cubic Yard
RCB
Reinforced Concrete Box
D
D -load of pipe I
RCP
Reinforced Concrete Pipe
Dia.
Diameter
Reconn.
Reconnect
Dbl.
Double
Reconst,
Reconstruct
Dwy.
Driveway
Rei nf.
Reinforcing or reinforced
EA
Each
Restor.
Restoration
ELC
Electrolier Lighting
Resurf.
Resurfacing
Conduit
Excay.
Excavation
Rd.
Road
Ex. or Exist.
Existing
Sched.
Schedule
Feet
SD
Storm Drain
Fur. & PI.
Furnish and place
Sec.
Section
Ga.
Gauge
SF.
Square Feet
Galv.
Galvanized
Spec.
Special
Gr.
Grate
SS
Sanitary Sewer
H
High or height
Sta.
Station
HC
House connection
St.
Street
sewer
Struct.
structure
Improv.
Improvements
Trans.
Transition
"Inches
TS
Transition Structure
JS
Junction Structure
Var.
Variable
Lb.
Pounds
VCP
Vitrified Clay Pipe
LD
Local Depression
W
Wide or Width
21
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 (1/2) 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
I
If 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
22
NONCOLLUSION AFFIDAVIT
State of California
ss.
County of Los Angeles
, being first duly sworn,
deposes and says that he or she is
of the party making the foregoing bid that
the bid is not made in the interest of or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any other bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price,
or of that of any other bidder, or to secure any advantage against the
public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bids are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or date relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Signature
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
Subscribed and sworn to before me this day of
1991.
Notary Public in and for the County
of Los Angeles, State of California
My Commission expires
23
1991.
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 land 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 , 1991.
PRINCIPAL SURETY
BY: BY:
(SEAL)
24
(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
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of , 1991.
PRINCIPAL SURETY
BY: By:
(SEAL) (SEAL
25
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
November 14, 1991 for the Purchase and Installation of Playground Equipment
for Landscape Maintenance District #39 Mini -Park 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.
i
BIDDER'S BOND (CONTINUED)
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this
day of A.D., 1991
(seal)
(seal)
(seal)
(seal)
PRINCIPAL
(seal)
(seal)
SURETY
(seal)
ADDRESS
NOTE: Signatures of those executing for the surety must be properly
acknowledged.
27
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 installation of Playground Equipment at Landscape Maintenance
District #39 Mini -Park at Softwind and Stardust.
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 Purchase and Installation of Playground Equipment for Landscape
Maintenance District #39 Mini -Park. 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.
28
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 sixty (60) calendar days
from the execution of the first contract. The bidder agrees further to the
assessment of liquidated damages in the amount of one -hundred ($100.00)
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 requires 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."
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.
29
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:
"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;
M
2) Provides it shall not be canceled or altered without
thirty (30) days' written notice thereof given to City
by registered mail.
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.
Pursuant to Labor Code Section 1775, the contractor shall
forfeit, as penalty to City, not more than fifty dollars ($50.00) 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 Apprentice-
ship council, properly indentured apprentices may be 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 y 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:
31
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 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.
32
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 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, 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.
33
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.
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
1991, in the total amount of $
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.
APPROVED AS TO FORM
MCA`s
CITY ATTORNEY
34
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
APPROVED AS TO FORM CITY OF DIAMOND BAR, CALIFORNIA
By:
City Attorney
Date
Contractor's Business Phone
By:
Emergency Phone at which
Contractor can be reached at any time
35
Mayor
City Clerk
SPECIAL PROVISIONS
1. GENERAL CONDITIONS
All work shall be done in accordance with the 1991 Edition of the
Standard Specifications for Public Works Construction, hereinafter
referred to as Standard Specifications, Plans, Standard Construction
Drawings and these Special Provisions.
2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 2. Scope and Control of Work.
Section 2-1. Award and Execution of Contract is amended by the
following:
(a) Examination of Plans Specifications, Special Provisions, and
Site of Work: The bidder is required to examine carefully the
site and the proposal, plans, specifications and contract forms
for the work contemplated, and it will be assumed that the bidder
has investigated and is satisfied as to the conditions to be
encountered, including all installations and utilities, whether
underground, surface or overhead, as to the character, quality
and quantities of work to be performed and materials to be
furnished, and as to the requirements of the specifications, the
special provisions and the contract. It is mutually agreed that
submission of a proposal shall be considered prima facie evidence
that the bidder has made such examination.
(b) Proposal Form: All proposals must be made upon blank forms to be
obtained from the City Clerk at City Hall, 21660 E. Copley Dr,
Suite 100, Diamond Bar, CA. All proposals must give the prices
proposed, both in writing and figures, and must be signed by the
bidder, and his address shown. If the proposal is made by
individual, his name and post office address must be shown. If
made by a firm or partnership, the name and post office address
of each member of the firm or partnership must be shown. If made
by a corporation, the proposal must show the name of the state
under the laws of which the corporation was chartered and the
names, titles, and business addresses of the president,
secretary, and treasurer.
(c) Rejection of Proposals Containing Alterations, Erasures or
Irregularities: Proposals may be rejected if they show any
alterations of form additions not called for, conditional or
alternative proposals, incomplete proposals, erasures, or
irregularities of any kind.
36
(d) Bidder's Guaranty: All proposals shall be presented under sealed
cover and shall be accompanied by cash, cashier's check or
certified check payable to, or bidder's bond in favor of the City
of Diamond Bar in an amount of said proposal, and no proposal
shall be considered unless such cash, cashier's check, certified
check, or bidder's bond in enclosed therewith.
(e) Award of Contract: The award of the contract, if it be awarded,
will be to the lowest responsible bidder.
(f) Return of Bidder's Guarantees: Proposal guarantees will be held
until the contract has been finally executed, after which they
will be returned to the respective bidders whose proposals they
accompany.
The Notice Inviting Sealed Bids, Proposal, Bonds, Instructions
for Bidders, General Provisions and Detail Specifications, shall
be deemed incorporated in the contract by reference. A corpora-
tion to which an award is made will be required, before the
contract is finally executed, to furnish evidence of its
corporate existence that the officer signing the contract and
bonds for the corporation is duly authorized so to do.
Subsection 2-5.1. Plans and Specifications -General, is amended by the
addition of the following:
An addendum to these specifications may be issued by the Engineer at
any time prior to the bid opening.
Section 5. Utilities. This section is modified by addition of the
following subsections.
Subsection 5-1. Location. This section is amended by addition of the
following:
The Contractor shall notify Underground Service Alert (USA) at
1-800-422-4133 two working days prior to the start of any boring or
excavating operations.
The Contractor's attention is directed to the close proximity of
utilities to the construction of the storm drain. The Contractor
shall exercise caution to prevent damage to or movement of the
utilities while constructing the storm drain along and adjacent to the
utilities.
The Contractor shall notify the owners of all utilities 48•hours
before start of construction. The utility owners listed may be
contacted as indicated:
37
Utility Owner Identification.
which may affect the work are
General Telephone
1400 E. Phillips Blvd.
Pomona, California 91766
(714) 865-3307
Utility owners who may have facilities
as follows:
Southern California Edison Company
800 West Cienega
San Dimas, California 91773
(714) 592-3724
Walnut Valley water District
271 South Brea Canyon Road
Walnut, California 91789
(714) 595-7554
Southern California Gas Company
Distribution Department
920 S. Stimson Ave.
City of Industry, Ca 91745
(714) 394-4327
Underground Service Alert
1 (800) 422-4133
Subsection 5-2. Protection. The Contractor is hereby alerted to the
existence of all utility lines shown on the plans. The Contractor
shall carefully protect all lines during the course of construction.
The Contractor is cautioned to protect existing utilities and their
appurtenances which may be within the work area. Particular attention
shall be given to water valves.
Section 6. Construction Schedule and Commencement of Work is amended
by the addition of the following:
Prior to commencing construction the contractor shall submit for
approval a construction schedule.
Section 7. Responsibilities of the Contractor in Conduct of His Work.
Subsection 7-2. Labor is amended by the addition of the following:
Labor Discrimination. No discrimination shall be made in the
employment of such persons upon public works because of the race,
color, or religion of such persons and every contractor for public
works violating this section is subject to all the penalties imposed
for a violation of Chapter 11 or Part V11, Division 2 of the Labor
Code in accordance with the provisions of Section 1735 thereof.
38
Subsection 7-3.1. Contractor's Responsibility for Work.
Until acceptance of the work in writing by the City of Diamond Bar,
the contractor shall have the charge and care of the work site at all
times and shall bear the risk of injury or damage to any part thereof
by the action of the elements or from any other cause, whether arising
from the execution or from the non execution of the work. The
contractor shall rebuild, repair, restore, and make good all injuries
or damages to any portion of the work occasioned by ,any of the above
causes before final acceptance and shall bear the expense thereof.
The City of Diamond Bar permits stockpiling of excavation material
and/or construction material only in an authorized location. This
requirement also applies to the location of a material and equipment
yard and a construction office.
All existing improvements (except utilities) which are removed or
damaged during the course of construction of the project shall be
restored to a condition equal to or better than, in all respects, the
existing improvements removed or damaged unless otherwise specified or
noted op the drawings.
Full compensation for conforming to the requirements of this section
shall be included in other items of work performed and no additional
compensation will be allowed.
Subsection 74.1 Duration of Contract:
The Contractor shall begin work on or before the date of a written
"Notice to Proceed" and shall complete the entire work within sixty
(60) calendar days.
Subsection 7-10.1. Traffic and Access is amended by addition of the
following:
No public street, or portion thereof, may be closed to through traffic
as a part of this Contract. However, if, in the opinion of the
Engineer, it is in the interest of the City of Diamond Bar to close
the street, the contractor shall close the street as directed by the
Engineer. Full compensation for conforming to the requirements of
this section shall be included in other items of work performed and no
additional compensation will be allowed.
The Contractor shall furnish all flagmen and guards and supply and
install all signs, lights, flares, barricade delineators, and other
facilities which are necessary to expedite the passage of public
traffic through or around the work or to prevent accidents or damage
or injury to the public or to give adequate warning to the public of
any dangerous conditions to be encountered. The Caltrans "Manual of
Traffic Controls" shall be used for all traffic control on this
project. Payment for this work shall be included in Bid Item No.l
(Clearing and Grubbing).
39
Subsection 7-11 SHORING OF EXCAVATIONS
Shoring of excavations is not generally required on this project,
however, the City's Engineer may determine that shoring is required in
portions of the construction area, due to the type of trench
excavation proposed by the contractor.
The City has performed no soil testing to determine precisely what
areas, if any, will require shoring.
Shoring of excavation if required shall be in accordance with the
requirements of Subsection 306-1, as amended, of the Standard
Specifications, and shall meet all the requirements of the
Construction Safety Orders of the Department of Industrial Relations,
State of California and of OSHA. Approved protective fencing and
barricading will also be provided by the Contractor as a part of this
item. Prior to the required excavation the Contractor shall obtain all
permits required thereby.
The Contractor shall conform to the Section 6424 of the California
State Labor Code regarding shoring and bracing of excavations. Of
special importance in this regard is the following extract from said
section:
"For the excavation of any trench or trenches five feet or more
in depth, the Contractor shall submit for acceptance by the
awarding body, or by a registered civil or structural engineer
employed by the awarding body, to whom authority has been
delegated, in advance of excavation, of a detailed plan showing
the design of shorings, bracing, sloping or other provisions to
be made for worker protection from the hazard of caving ground
during the excavation of such trench or trenches. If such plan
varies from the shoring system standards established by the
Construction Safety Orders, the plan shall be prepared by a
registered civil or structural engineer".
Full compensation for conforming to the requirements of this section
shall be included in other items of work involved and no additional
compensation will be allowed.
Section 9. Measurement and Payment.
Subsection 9-3 is modified by addition of the following paragraphs:
The Contractor agrees that the payment of the amount under the
contract, and the adjustment and payment for any work done in
accordance with any alterations of the same, shall release the City of
Diamond Bar, the City Council, the City Manager, and the City Engineer
of any and all claims or liability on account of work performed under
the contract or any alterations thereof.
40
Progress Payments. The Contractor shall be entitled each month to a
monthly progress payment in an amount equal to ninety percent (90%) of
the estimated percentage of actual work completed by the end of the
preceding calendar month, based on the contract price less all
previous payments, provided that in all events the City shall withhold
no less than ten percent (10%) of the contract price until final
completion and acceptance of the work. The contractor may substitute
in lieu of cash retention.
This payment on account shall in no way be considered as an acceptance
of any part of the work or material of the contract, nor shall it in
any way govern the final estimate.
Final Payments. After the completion of the contract, the Engineer
shall make a final inspection of the work done thereunder, and if
entirely satisfactory and complete, the City shall pay to the
Contractor an amount which, when added to the payments previously made
and deductions allowable to the City, will equal ninety percent (90%)
of the contract price. Thereafter the balance of the contract price
remaining unpaid shall be paid 35 calendar days after the recording of
a Notice of Completion by the City. The payment of the final amount
due under the contract and the adjustment and payment for any work
done in accordance with any alterations of the same shall release the
City from any and all claims on account of the work performed under
the contract or any alterations thereof.
41
TECHNICAL SPECIFICATIONS
TS -1 GENERAL
A. Playground Location
1. Mini -Park
Corner of Stardust Drive and Softwind Drive
Diamond Bar, California 91765
B. Examination of Job Site
The bidder shall make a detailed physical inspection of the site
before submitting his proposal. Some playground areas have
limited access due to their physical location. Heavy equipment
trucks which will cause ground and landscape damage will not be
allowed on the grass areas. Contractor may have to hand deliver
some of these materials to the job site.
It is understood that bidder has satisfied himself regarding
existing facilities and existing access conditions which may
affect bid prices for the proposed work.
C. Scope of Prol ect
1. The work to be done consists essentially, but not limited
to:
a. Install temporary construction fencing around site to
protect public safety. Fencing to be in place during
entire construction period.
b. Purchase new playground equipment per specifications
for District #39 Mini -Park.
C. Install new equipment, per manufacturers
specifications, at District #39 Mini -Park.
2. The Contractor shall furnish all labor, equipment and
materials necessary to complete the work.
3. Any extra work or expense incurred by the Contractor by
reason of any known or unknown natural obstructions or
conditions whether located within or adjacent to the limits
of the work, shall be borne by the Contractor and there
shall be no charge to the City.
D. Schedule of Work
The Contractor shall notify the Director of the proposed schedule of
work at least seven (7) days prior to commencing work.
«a
E. Inspection
1. on all questions relating to quantities, the acceptability
of materials or work, and the interpretation of
specifications or drawings, the decision of the Director is
final and binding, and shall be precedent to any payment
under the contract.
2. All work and materials are subject to inspection and
approval of the Director.
3. Inspection of the work shall not relieve the contractor of
the obligations to fulfill all conditions of the contract.
F. Storage of Equipment and Materials
Construction materials and equipment may be stored in parkway
areas if adequate and safe pedestrian and vehicular passage is
provided, as determined by the Director.
G. Protection of Existing Improvements
Existing improvements and landscaping, adjacent property, utility
and other facilities shall be protected from injury or damage.
H. Repair. Replacements and Clean-up:
1. Any new work found to be defective or damaged prior to its
acceptance shall be repaired by the Contractor.
2. The Contractor shall repair at his own expense any damage to
curbs, gutters, sidewalks, landscaping our any other
property of the City or of adjacent property caused by him
in the performance of the work.
3. Materials and equipment shall be removed from the site as
soon as they are no longer necessary. Upon completion of
the work and before final inspection, the entire work site
shall be cleared of equipment, unused material, and rubbish
so as to present a satisfactory clean and neat appearance.
4. Work will not be approved until proper cleanup is
accomplished.
5. All cleanup cost shall be the responsibility of the
Contractor.
43
CITY OF DIAMOND BAR
SOFT WIND PARR
PLAY VEATU=-�
ENCLUSUWa !OnL1WnLVd !C�7 1 �zW W.D. cold Lorred
L
L A I-) U,
1
'A
:halt
Lod 1 1
w�
ji 1"11.10d
w.
in,
PLAY VEATU=-�
ENCLUSUWa !OnL1WnLVd !C�7 1 �zW W.D. cold Lorred
DECK W/ROOF
162-571
CITY OF DIAMOND BAR
SOFT WIND PARK
SWING HEADER
• 162-852-1
W/TOT SEATS
2970
WALL
162-816
3 1' I I I 1VC STEPS
62-8 8PVC
WALL W/WHEELuT
162-900 Liei�11—�
162-907
SLIDE
Scale 111 = 11
MCC:
All
�A Thm z Ma I I wa
old n Aj Int I.( 1'1111j 111§1 y1vid and
I nq 0 1: 1 j i,l i L " 1,] ,/ t, -I ! E, 1 p ", -,
ii i- 11 ly i . ,;;li I
lopAl jjIv-fK/",j
W
inch, L hen j c w, n; .1 cing7ate
,pplied, kn�n 1120-1 P011,70L
coating Wail w q,j, iWL
exterion .�11 ..
...hall be nwd Aw :IPY7 Allvq LW&
shall have
PW -1
i d ye
boa r 1 7 " K 0 ! k t- "
, j u go x 0"" e x pa n (jod
;; U:j PE N!; I () N
(wated wlkl Air 1
TW1.7. Old Ins .:hell
RR I DOE
L klrI Lo iCJ of
T
L)e '710
OaA.
l 1 i T ....
t ? W . PAK
�., �, .
,. .
;; .. , �
,,, �;� .....•y :1,11
h i ri
_ l ,., ., ; r
—1 cr— h• t
r
:,:. - _
.l
<�-11van1 -" t'
i
VERTICAL
Sha 11 h•
1 .•f_:i
1 1'. n 1 7 1 :t: a
LADDER
hent and
.. Id-d
�-, �r r
1f',I ZONT K
Tu he q
--
�
LADMP
nj t 1 h.-,VO
,1 r... ,
� i j-t�.,,r :it rac hod
L
CITY OF DIAMOND BAR
SOFT WIND PARR
WALL W/WHEEL
1. - 00
3'
PVC STEPS
162-868PVC
TIC TAC TOE
162-903
IPCYCLONE II SLIDE
�i 162-877
CLIMBING POLE
5' 162-808
'LADDER
162-815
SUSPENSION BRIDGE
162-855PVC
W LADDER
,162-815-3
L" HORIZONTAL
162-905
Scale In = 1'
N
CITY OF DIAMOND BAR
AGENDA REPORT
AGENDA NO.
TO: Robert L. Van Nort, City Manager
MEETING DATE: October 15, 1991 REPORT DATE: October 2, 1991
FROM: Sid J. Mousavi, City Engineer/Public Works Director
TITLE: Restriping of the Bicycle Lane on Diamond Bar Boulevard
SUMMARY: The City of Diamond Bar desires to improve the current bicycle lane on Diamond Bar
Boulevard, between Golden Springs Road and State Route 60, by restriping and modifying the lane.
RECOMMENDATION: It is recommended that the City Council approve the attached plan and design to
restripe and modify the bicycle lane on Diamond Bar Boulevard.
LIST OF ATTACHMENTS:X Staff Report
_ Resolution(s)
_ Ordinances(s)
Agreement(s)
EXTERNAL DISTRIBUTION:
SUBMITTAL CHECKLIST:
_ Public Hearing Notification
_ Bid Specification (on file in City Clerk's Office)
X Other Reports to T/T Commission
Striping Plan
1. Has the resolution, ordinance or agreement been reviewed _ Yes X No
by the City Attorney?
2. Does the report require a majority or 4/5 vote? Majority
3. Has environmental impact been assessed? _ Yes X No
4. Has the report been reviewed by a Commission? X Yes _ No
Which Commission? T/T Commission
5. Are other departments affected by the report? _ Yes X No
Report discussed with the following affected departments: N/A
REVIEWED BY:
A
Robert L. Van Nort Terrence L. Belanger Sid J. Mousavi
City Manager Assistant City Manager Public Works Director
CITY COUNCIL REPORT
AGENDA NO.
MEETING DATE: October 15, 1991
TO: Honorable Mayor and Members of the City Council
FROM: Robert L. Van Nort, City Manager
SUBJECT: Restriping of the Bicycle Lane on Diamond Bar Boulevard
ISSUE STATEMENT
The City of Diamond Bar desires to modify and restripe the existing bicycle
lane on southbound Diamond Bar Boulevard, between State Route 60 off ramp and
Golden Springs Drive.
RECOMMENDATION
The Traffic and Transportation Commission recommends that the City Council
approve the attached design to restripe and modify the bicycle lane on
Diamond Bar Boulevard.
FINANCIAL SUMMARY
This project will cost $4,000 and Gas Tax funds will be utilized.
BACKGROUND
The bicycle lanes on Diamond Bar Boulevard, between State Route 60 off ramp
and Golden Springs Road, are currently used by motorists as a third lane.
DISCUSSION
The misuse of the bicycle lanes by motorists has been largely identified
during the a.m. and p.m. peak hours. The intersection of Diamond Bar
Boulevard and Golden Springs Drive is heavily impacted during peak hours,
causing motorists travelling southbound on Diamond Bar Boulevard to enter the
bicycle lane in advance to be able to make a right turn onto Golden Springs
Drive. This action has been identified as unsafe and illegal for both
motorists and bicyclists.
The design to restripe the bicycle lanes has been discussed, reviewed, and
approved by the Traffic and Transportation Commission. The Commission
directed staff to forward this matter to the City Council for approval.
PREPARED BY:
Sid Jalal Mousavi
AGENDA NO. I_
CITY OF DIAMOND BAR
AGENDA REPORT
DATE: June 6, 1991 MEETING DATE: June 13, 1991
TO: Chairman and Members of the
Traffic and Transportation Commission +
FROM: Sid Mousavi, City Engineer/Public Works Director
SUBJECT: Modification of Bicycle Lane: Diamond Bar Boulevard
and Golden Springs Road
BACKGROUND:
The City received a request from Walnut Valley Brethren In Christ
Church to investigate the misuse of the bicycle lane on Diamond Bar
Boulevard by motorists.
DISCUSSION•
Diamond Bar Boulevard is presently striped to carry cyclists
through the City. The width of the lanes vary according to the
width of Diamond Bar Boulevard at various locations and the lanes
are properly marked.
The focus of this report is the southbound Diamond Bar Boulevard
bike lane approximately between Palomino Drive/Gentle Springs Lane
and Golden Springs Drive. The existing bike lane at this location
is used as a third lane by motorists as they approach the
intersection of Diamond Bar Boulevard and Golden Springs Drive.
This use as a third lane occurs especially during the a.m. and p.m.
peak rush hours.
The intersection of Diamond bar Boulevard and Golden Springs Drive
is heavily impacted during the rush hours causing motorists to
enter the bicycle lane in advance of their right turn on to Golden
Springs Drive in order to avoid traffic backing up on Diamond Bar
Boulevard.
rn
m
y
z
!_--j
Existng 'I
5tnpin9
I
I (
;:j
Aopos�
2'
11/�
/
I
U
i
e
5tr�in9
! b
3
I
I
I
I
I
I
I
I
I
I
!
( !
A
\
�II
I a
3
I
I
I
^
I
a
o
I ►�illl ►�
�IIlil1
Exi3fin9 1�
�� �Iil Ijl
° !I
r► II
Go/den Springs Rol
10
;:j
1
�II
D
n
f
IIII
I
A
�
I ►�illl ►�
�IIlil1
Exi3fin9 1�
�� �Iil Ijl
° !I
r► II
Go/den Springs Rol
10
DIA)MOND BAR
June 6, 1991
1660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 9176.5-4177
714-860-2489 • FAX 711-861-3117
Paul Schletewitz, Pastor
Walnut Valley Brethren In Christ Church
P.O. Box 1895
Walnut, CA 91788
Dear Mr. Schletewitz:
The City's Public Works Department is in receipt of your
letter regarding use of the bicycle lane on Diamond Bar
Boulevard as indicated in a letter dated May 3, 1991.
This matter has been scheduled for a second phase
discussion before the Traffic and Transportation Commission
on June 13, 1991 at 6:00 p.m.
You are invited to attend this meeting which is held at the
Diamond Bar Library, 1061 Grand Avenue, Diamond Bar, CA
91765.
If you have any questions, please contact me at (714) 860-
2489.
Sincerely,
Tseday Aberra
Administrative Analyst
JOHN A. FORBING JAY C. KIM P14YLLIS E. PAPEN DONALD C. NARDELLA GARY H. WERNER ROBERT L. VAN NORT
Mayor Mayor Pro Tem Counriimember Councilmember Councilmember City Manager
WALNUT VALLEY
BRETHREN IN CHRIST
CHURCH
P O. Box 1895 - KbInw, California 91788
Paul Schletewitz, Pastor / Bill Donner, Assistant Pastor
(714) 861-74211 / (714) 598-1400
March 13, 1991
Dear Sir or Madame:
For sometime, I have been concerned with a traffic
situation that exists along Diamond Bar Blvd., and after
discussing it with our councilwoman, Ms. Papen suggested
that I write to you. The problem is that the bicycle lane
that runs from in front of the Carl's Jr. restaurant up past
Golden Springs is too wide and invites some motorists to use
it as a third lane of traffic. This presents a traffic
hazard to those entering the bike lane to make a right turn
onto Golden Springs or into a business; however, on an even
graver note, I have seen a young person riding a bicycle in
this lane almost run down by a motorist who was using it as
a through lane. The misuse of this stretch of bike lane is
by no means a rare occurrence.
To say that a child may be injured or killed by this
situation is not an overstatement.
Thank you for attention to this matter.
Sinc-erely,
Paul Schletewi 4-`
Pastor
A
���
Z",
17
L
Servants In The Min'istry Of Recon(-ifltdion'
It
N
W ww
= Q V)
W W
N
L6CD 0, L(6p
N N) rti
LU
M M Z 7
U U
U U>
a
~a
yyyy
p0l
y
cc
00.0
H
a
> 6 F
r -I N
N
L)
n
u
LUp
~
cc
W M i
c �
H
W
a
M
M
U.
* N H
MM
W W
CY
{1p
0N,I -
C>
Epp
�C
C0
�p
OFD
isw
H
00
>ZOO
N>
oZQcoo
a
j
00
CL
u x
Ix u
W
M
d Lu
11
11
11
1
11
11
IL M
a
Q
W> WCL
_11
NyyN
NVyyy!
C>F-�
4<
y�yy
R
yyN
04
yNUyyl
yNN
?N
N
ad
ca
ddb
Qq
as
Q
as
eNQ
as
4Q
da
►uiQ
as
H
W
O( MJZdr
N N
W I
00
Z
Z W
2Z
WZ
N W
M
> F Z O
J 1-•
1-
H
ZW
Z
Z
'
JWON
N
�N
F
NN
C: F-
F-
C ix
F-
F• M-
O
f W M(�
W U J
Qd Ir
1 u
H C
lily
O�
f
ua
20
��
LL�
}0
SS av
JIr
a
as
J6
JZL
CJ
Jd
as
P
>
C \
Q N
aM
d N
Z
\
O
ON N
W N
N H �-1
p 0
Zm
p 0
pp
O O
�Zp
O O
p
pm 0
mZZ
p p
m
O p
Z�mp
,S
* WX
LL
MO
1R
4,W
SN
C, ID
P
QN
**
B
M
hN
M �4
N rd
1ON
N4
N\
* M Z 7
u u
U>
J N99
H O
>>
lz
> >
>>>
> >
r'1
�
I
CLY
p 0
KLY
C 0
CLY
9KK
mLL'
>>
CLY
>>
CC
> >
CC
WO
0 0
00
p p
p p
O p
p0
p
aF}
r4N
NN
14N
r4N
NN
NN
NN
r -1N
W Z
wLLJ
O o
O Z
Z a
O p
Lu
H p
a�
L)H
aui
50�
a�
5c~n�
50
5w�
tZnN
LL CL
ix
U
U�>
Z
S N S
W [`
I m=
I F-
W C S
Li F
S a 0 2
I
S S S
N S
Z go 2
N m 2
x
R W
C
O
06
O O
9
a J0
H
OYO
I F-
O�CO
O F
C O
Y
t H
OYO
4 O
Y
N
U
Lr
C O
C O
i
C O
o
M
-�
F J Q
1. p
J
J
r-4
U
r•I
J
r4
J
r-�
H
N F-
N
r•1 F
L)
U
a
s u
u
Z
u
u
u
u
u
x
�
CO
Z
J
N M
I J
I 4p
I CD
1 C9
M L.L1
I LD
yyyy
-j
M
H
M
Q\
I Q\
I Q\
Z
O
p
p
O
O
lL'
a
ry N Q
Lr u
a
Lr
Q
LU
\
W \
W \
W \
W \
W \
W \
W \
3 3 6
u Y
u
0
u f
SQ
u E
U x
u L
U
u S
C.1 u u
Ou I
J
o a 0
0'OZ
0 0
LTO2
0 o Q
P OZ
c o o
POZ
0 0 p 2
D`OZ
0 0 Q 2
(Y'
0 0 Qp
cc Q�Q
Z WO
O•
4
O� P
P D,
O O
T Cl
D`OZ
P C
CO$
P P
m
N
N N
rH •-1
N H
N N
N r4
} W>
OIS-I In
O
>Lu
0 0
W O
W O
O
Z
~O
F-t11K
rtip
2mK
H•D CY
�nC
mLY
Huls
�NC
14
into LX
tY
NO
rti O
N
OO
N p
r-1 O
HO
NO
O
W
LU Q
N Q
00,
I..1 T
p P
in M 1
I„IP
N S
O
~ 0 P
O
~
O
~
O
~
LLD
0 Lu"'I
pQm
M ri W LT
co N
C „^r
0
•" 1 co
N 111
N co
N rti
M 1f)
O •D
M M
00.
O
m
OJPA
OP
Oh
Nf`
MS
MOS
0
�!P
Olo
.DN
O
O
LY to N
I!)
.-t
N
N
p}LLW 0
J O
C
0
O
ix
P
Z
o E
m p
C
m N
L
J
m N
J
m 0
J
m
J
m
J
m
J
m
ao��c
acs
�z
Qom'm
L
cc
f vOO
mC
mein
4
m>
Q
m>
L �.
OG^
L
C.
G
>
_
O
C _
_
_ C
C Q
K
ZZi
N
W
p.
w
H H Z 7
U
U
x~
a}
cr
2
CL
>
V
O
p•
F
H
0
> 6 N }
H
N
Q
u
A
�(c
ZaLLJ
H
Im K
F
►�
>
H
�* W M
W
* O W
zJ
Q
z
0
H
W
* a Z
* y H
yW
W W
y0
LO
W (-
H40 Y
C^
F-11�yy
FCO >C
ZOZO
c>
CL
L6 I. -=0W
MSS
�uQ
�I
W
\ e
H
x10.1 LU
Z
=
Zy
Z
a
1
+
aF
a
aF
as
4
W } W
y
y
y
y y
O Fa
y y
UN
y
yN
0
V N
O
> F
y
Q Q
H Q
Q Q
d Q
IVN
.914"
to
Q
H Q
iY.i tYJy
H H Q
S
W
9L CL
as
as
as
0. 0.
ala
as
aaa
0megg
y(y�
yZ
LU
3y
ZZ
ZZ
ZZ
yyy
>�►+t-t
Zy
>
?N
W u
{V)
.(V)cr
FlL-
(ND,N
{N�,�(N�
u0w
f(ZJN
(ZJ(Z��UNN
Q
-j
O W J
C
C
O
CIK
0}
_
_
O
a V
a y
S
J a
ce
a s
a s
20
d y
of
u a
U S M
Q -1
Ii N
a;
20
N
Ow 14
00
O m O
0O7 m O
mOm m O
mmO m O
O m O
mO O
000
SZ'
Z F
Q W
h
P
W i
W W
W i
IL IL
_ z
1 0
* Qy
Nip
"'��
NN
NN
NN
MM
rl�
MNM
I;
H Z 7
V
V
J H
H O
W
6
2 2
> >
S tY
> >
2 2
> >
SIY
>
C S
C.: OC
S IY
= m 4'
Q\
m2
22
Sm
>
a'IYSIY
> >
> >
22
> >
d'IY
> > >
6'S C9W
O
0 0
00
D O
O O
O O
O O
O O
O O O
0
yH}
HN
HN
HN
HN
HN
HN
.tiN
.r NM
=
0
Z 2
to Lu
H O
�
W
w
O
Lu
00
w
J
V b.4
yOWy Wy. `
y y
� H�
H
y H�
W W
W W
H�
jt
C
Q
9K
>
V F�
J W W
fY W
Nm�
S W
x Wo
S Wa
C S
ix
m S
_�
x W=
N m 2
F-
W S S
F-
1-
6
O F
10-I
UA
ppp2FS-
06t-YO FOIL O
KOO
OCOO
IL
Z 0
1 V
y
y00
Z1�-O
7 Z
HOO
J
W HQ
~�
H�
H�
Hj•
rl�
r.l
�„1 "1
Hpu
u w
pV
t0.t
tz
V
V
u
V
u
O
~
S
}
F
S
=
y
F
H}$
o
I M
1 j
N fD
1 C7
S
1 W
1 to
t O
H (�
J
H
H
H
J
F
OJ
Y to
O=
}C
I Y
I T
I}
I
I Y\
I Q\
p\\
Q\\
o\
O\
O
O
CC
u
IY
a
2
a
O
IY
2
tY
C
O
W \
W
7
7
W
\W
W O
x x 6
J
u
J
L)u
J
J,
JW
u
J
Op
Pp
O
p
TO
p
010
p
VIC
Cc, 10
p
TO
pOP
J V
P T
a• P
T P
a T
P P
P o•
P T
T 0\
010,
Z W
2
H r1
'.1 rl
H N
14 1-1
H r1
H It
N H
N N
W I[t}
S�T
W S}
�O}
SO}
SS}
W
Ln
OHy
SNS
W m2
Z.yC
ym2
H 1!2
Ht�2
C: T
LL
=s=
StL1T
L6 PfY
2 H S
Z H O
H O
y
N O
ti c
N 0
H O
.4 0
0 0
O
O
p
o
O
00
Z O
Z
OW
y
Cal
0
O
T`
,
'D P,
co,
0 L rl
O HQ co
al
M1OA
0
ONO M
0-9
0 W
0Qm
NI CO
NCl
SN 1
H
HOS
1: N I0
O
CID
o
OP
HN
1410 a,
HM
O•T
H
"r
H
O •a
rH
O•D
N
2 y y
O
p } W
m
m
2
O
m 2
m Z
m Z
m
m
m
ac N�
act
act
J
<0
J
.90
J
<0
a
ata
N
�iwa0a
00 V)
00y
mN
my
ma
mx
ma
.a cD
ma
y
y
y
oM
a rt -a
0-
j
0 t
G J
Z W
Q J
Z W
2
Z Z
Z
7
G
0
O W
Z C
W
O
7
r
Q
M N W X
N = G N 1 O
�
M H Z 7 N
u
CL f- a Ix >
u z >
> CL N O
d N
u 7A7�
u 7I W N O
!'! 7t z C W
SZ� I*K
SH
pyU ~ N
* O N LL Lu
W
* 0 Q
O Z
U. H
CL
w
log N Q ZW FcoMOS ^ P Pgo ��P,* I Co, 'D O N n
rwK} OO SO SDp S CC~ FOGA
H-I�a xF- ua0 uL6 c> c �� 0 00
u x
x U.u
W
M
4 a M ~F a
N W> F N N x 0 N x N 0 11 1
N N N N N le N
E w>F0 9L a 49 .1u, 1) be �vQitQ%i
0H0: Vfw ZZZ as as as as
Z2 N V) V)N NN wZ Z2
C J LU 0 0 a
110-22 N a C N J N N N j N 00
dT F
�P > a0 �w 06 CL CL
J�
�\
CL M = d N
ui 14 � o mmZmmmm mm
O C * N rl 000 S== O= 00
= Z Z Z OO mO O O
J'
ZS W X U.L6�E0 P,eLL. W
N.,SS SS _
►iz0 I�*�k(( QN 1 M 0 SM O"iN N h
ce Nco .=i .=o
No\ ,Yf W Z7 u M�i1 N rIN
w>
7*�� »CL
» > » a oc » > » a ec
ZOw >tf6F-� ryN HNM r/N 00
0O 00 00 00
C M r l N r l N r l N r l N
M 1- pZ
H< J; F LLI LU
i W w W W O a w a W W O 0 fA M�
N � � LU
va> d4 CK JO �w _
u �_ izw �.jw u JW W xMW xMW JW W amW �5C0 Ix
W
ud� INS uNx uCS Stdx �jap�
a�u �� gF0 goo �0 zJj-�
u N u J yJ
L)
xua
(C ~ F I C~•7 �-1 C9 I (xIJ I S S S S O
S u J ~ w M I M 1 C9 rq 0 1 G~!
ce Y H I 1 Y I> J J J J J J
a Jc c\ o\ lo\ Ia\ la\ Ia\ la\ IY
W N N9 O O O O C\
C ==,I Q C C C
LU
LU O J \ J \ J \ J W \ W \ W \ W
$ u u
a O Ix cr
a� �� p � P p 002 pp P O Z-j P P 0P 0 00, P
W
Y W ~~ ~~ rlN "q q
N r1 rl ry
O
Q, �M'V7 p �O G O
PA Il�W OO4 WY �
Cf NdO L
> rIF-M W 000 LLJ O L0 0
ri0 ry0 N0 CDZ
F-H W F ~P�p NMO HP OP OP .pP Ma HP
NQ CD -9 CN x:10'0 NrM•I �' MN1 IN Ln 10 in X70 MM OM
M00 W Ln o4 f OH 10
OSm(/f 14 ?1
r1111 NN CNrIMO NN ON•��p
m ON 0a ON O�!
O ? W O
J
0-4
C a J O J J
Z Z m p O C m C m a, J J J J
p Ix O go mO �� �C
P w91-� Q' a,0 0
N M W a d m L m a
\ N w O0 0 m V) mN GQOa ma mG and
M G C Z Z O p O N N N N
0 2 C C J i 0 W? S w Z Z L Z G
O c q J Q 0 C D p C O pW W
AGENDA NO.
CITY OF DIAMOND BAR
AGENDA REPORT
DATE: August 1, 1991 MEETING DATE: August 8, 1991
TO: Chairman and Members of the Traffic and
Transportation Commission
FROM: Sid J. Mousavi, City Engineer/Porks Director
SUBJECT: Modification of Bicycle Lane: Diamond Bar Boulevard
at Golden Springs Road
BACKGROUND:
During the June 13, 1991 Traffic and Transportation Commission
meeting, the possibility of modifying the bicycle lane on Diamond
Bar Boulevard between Golden Springs Road and under State Route 60
was discussed.
DISCUSSION:
Staff submitted to the Commission a conceptual striping plan for
the Diamond Bar Boulevard/ Golden Springs area. This plan provided
for two left turns, two through lanes and one right turn only lane.
Due to the limited width of the street, the bicycle lane was
proposed to be eliminated approximately 200' in advance of the
Diamond Bar/Golden Springs intersection.
The Commission expressed a need for the bicycle lane modification
to extend past Palomino/Gentle Springs up to SR 60. Keeping in
mind the needs of vehicles travelling southbound on Diamond Bar
Boulevard, a second conceptual striping plan has been drafted by
staff.
RECOMMENDATION•
It is recommended that the Traffic and Transportation Commission
direct staff as necessary.
=Qu7
W
LD
.O CO
0W.
G Hw
U>>>
QOM
NNN
V}
M
K C
1
y N
V V
>>>
LA{
''
00as
>
>Hv�
>nF }
o: o:
00
a -K
4
V
"INNN
ca
D.
U Gf Z
H N
r4 r1
N
N W N O
�J W
gr
Z W
(N
K {~ O V
FFW
O N W F
a
* 0 H
!K a 2
1 0 N
N O
W W W �
11 ^
P.
} 34 }
�i0
A'y
OD �
~
&A O
i�JVm
y V
=O
Sx C9 O
p
Z}
HO
>O
CL oo
C� W
V W
C
=�
.YJa
pp
>c�
��
Lai ix
O
aV V Nti
hO
co
co
00
u
aNw NO
NO
00
r4N
•O•I r•1
00
CC
00
F
mzd
o0
00
00
0
00
CLCD
as
a CL 0
W uj
i V1
n
CD
F
}
y y
1n n
F
C>~ 49 u
a
Q
y,
y y
N
f W N d
►u+
nn
Q
a
N V
a y
f/f
N Ul
y
N
N
F- ONO: WZ
WZ
CL
as
nn
yy
aC
QQ
y
NN
IV, >�L��
Zw
u+z
ZZ
a6
nn
as
> HH ~~
JWCN hNN
=M•.
Z
jy
Z
W 3
3 W
Z W
Z SWN {(J1u
a OLUJ
��
FF --
�y
ON
W C�
o n
�a
F()
�(u0
N�
N� >f4{Oj
L6n
w�
�n
LLFLS
HO
C4\D
Ja
U. Ix
Jn
W Ix
D�
IX LL
ZnN
nM
nJ
C N 0
> N * y,,,1 CO
OO
O C
cy
m m
00
Z_Z
pZ�
OmmO
Z LD N
_
Zm
QOiO�
7K '-I'm
M M
10 iD
Ln
W
S S
_
N '
~M
�M
NM
�M
f, W
f
.J r\•1
NO 7k W &�
V>
•"4N
NM
4\ i*k >>
gr IxW
*
»
At C
C C
> >
n, 2
O: C
V V
>
O O O
O n H}
C O
O O
> >
C C
C C
0: 0:
>>
j j
0: 0:
W y r•iN
OC
~N
0=n'
NN
NN
PCZ MOiG
W
NN
NN
U—I W ZZyh00,
p�>
W
w
ym�
acW
acn
Z n>�
O o.
ami
3si
ZmS
Qo
LU
?o
�y
w p
pY
I
p
pi p
3N2
AHI
mC
nw
YaYm[
a00:
Cr Lu
H V-JQ N2
KO
O:p
Y
O�Ycp
F
J ^IU
D=0
Olp
KD
0
ol
W 20
VU W
rIH
Z
J
r•1
n•1 J
J
O:p
SYO
SZC
V
u
'"U
i1z
NFJF
N�
u
(J
C6 O I N
I
=
F
u
~ Y CD I� J
O H\ I
.NJ
I }
J
I
I O
J
1
H
S
N M
=
M O
F••
S
Q\
Z G
G\\
1
I
I}
J
I CD
N
W N N
C
0 O
O
Q\
C
C\
1}
I
I
=
O
C
p\
Q\
O
Q \
N N\ p
Q
\
O
C
cr
O
3 3
0 1J.1 f
iwJi
J \
w \
W \
Q
Q
C
OHY
OIl1O
C
U
V 2
U
J \
J \
O111Z
��
oCOZ$
O Ln
oLn
Ln oo
f
_
x
} W j ^fP
NO•
r0,IP
P�
PLn Z
00 LnZ
Ott1cx
0
0111 O
O H N Q O}
f"I W
Z W
.•1 0•
N P
•P•I C
0 Ln Z
W Z
co
♦`O NSC
0 0
W m
OO}
S
Sp
W O
�?
to
E
y O
ti
0
w co
0 0
M
.r 0
O Y
jr
w�}
3 0� 2
O 111
2 .-I }
, O
2 W}
NQ U' ♦— NNJ N
H!0
1,•1
O7
.-1 C
00
~Op
~ti
N O C Q LU O .D
O
D' N C-jN
N P N
0 0l
H (p
N
O
N
C1
H
CO
4co
m O .r
~
, M
O D`
co
O N
N•/
Ln N
M N
N O
N
H co
O
.co
OM
O H
c
N 00
N
C y W 0
O O•
.-I O
S O
H
P } Z M-1
J
AM
J
J
\ C 1- 1- C
r� a
Q
m C
C
m O
J
m
m
D DC 4 L
1 wca co
me
O:
act
�r
m
J
m
mI+
ma
40
m
q
a
c
_o Z
z
o�
Z Z
z
m
O Q
m>
a
m
M1O Q
O G
C
O
c G
N0 W X
N
Z a N
�
M M Z i
Q H W
a a
o u�
P 1••1
a
�>af.}
u n
u * W
1" I F C
uj 1-4
Ofn W
7O
LL
az
y H
y �
} W W }
J
F
�u u
W
M
Q
xac
Q 6
W > Z
� W
0 F-
Z W
F O M C
N >
> 111Wyy...
O J - 0 V)
Z W M
Q O > W J
i
o
Ix
P >
c\
a1Hv1 zaN
0 N 0
^�WH Hyri
Z F- k C7 W
I O Q y
y\ 7�*�1t MZ7
J N 11( W
hH
W0
V
H {-
Q
u >
D a W Z
H O E-
J J J Q
O W u O
U � U W
x a
70 H H 0
C Y►Oi\
O J O
CL
W H N p
W W O
3 � Z
z LL
U U
H I
J
cr
Q L N
O H I
O
F- I- W H
Vi -Cc 0
H 00 LU
am
O O
C N N
O > 1y O
IY M
N Q H Z
>-C Z
� Z N
FOCL
QZ,
ti H W 4 C
G c
C
0
70�
SID
^^
n�7Ip�p
CMN^
W
y,u.,
~>
uj
0C
00
ky
N0
flIx
M�0
OpY
WU
N m
FO U
O O
0
0
.40
W
O
0 0
>
aa.
CL
y y
y y
y y
�
_
_
a
y y
as
U U
N U
a
y
as
y Y
y
IL
as
Qaa
d d
aH
a
y W
Wy
z=
Z y
a 0.
a s
6 C
W x
W
WZ
SW
V)0
�
(,� (,,7
F
►y
�
�
CC
uVy
(Qy)
(y�
JJLL
�a
1►C�
Jp
CL
M
8
-i
-i 9L
-j IL
O 0
mmO Zm 0
O 0
cc
co
00
in
co00
N
N
Z Z
W W
Z W
NN
MM
M
N N
NLn
={L
KI
r M M
H N
N S
N M
IY
C C
>>
>>
>>
� �
C
K IY
O O
O 0
C 0:
00
C C
0ix
0Ix
>>
>>
>
>>
NN
nIN
niN
O0
00
co
NN
rlN
rlN
rdN
CJ W>
y y S
LhW
y I
00
LLJ
�0C
�O.IL
y
C
a C
yQO:
5 N
5
S S
s
O N
V1mx
ym=LU CX uj
W W
LLc~
QC W
QM W
QF -G'
QQC
QOC
a p
a C
O
I
O
zYy�
O0.
ZY�s
SYxx
x
B Y
C
O
~
ucn
y
I
I C7
J
J
I
FD,I
H
1 C9
ly
1 t9
I CI•
x
i U'
Q\
O
I C\
O
J
1}
C\
p\
Q\
J
I
1}
CC \
mo\
\
uiIx
c
J
J
(� S
C H
W \
J
W \
J
W
J \
Q
W \
Q
W \
0 0 Ix
U IY
U C
u
J
U f
cr
Pig
PPO
PPZ
PO2
QC
Q
aOZ
H
H N
rM H
O'c� al
n H
43,
P P
PO2
P P
�1n}
HO
xO}N�
~rO4Q
DW
2171
,j
OO
QN}
�D W
ri a
F - MC
H O
Z cotY
2H}
~
Z LA
S N}
O
H P
O
0 0
N O
O O
~ N O
O �0
H P
H C
N n
O
C I" 10, O
H P
I,,,1
O
H O`
O
O 171
O .0
Q�
rti n
M 111
^
O W
N C
p
M r-1
rni ^
N P
N O
S
O P
O Ln
O 10
OpP
"'I
P P
1
H
It S
O n
O .D
ri
J
MIx
0
c
J
m Q
J
m LC
o
m IY
4 Q'
J
m e
J
J
c
c
a
c
O O
m e
C
c
c a
O
c
mo
mG
m e
�K
<C-
acs
Z z
in
C Z
C
"
O C^�
0
O
[L G
c
C
z
N
N W X
N D
W
W = N
W
�
NMZ"�
M N
N
M m N
M
O(
r-(
Q
F- W
U u
u
Y> N
>
CL
CL
U T
> Ui
or
>
lz
> Vl >
{l)
O
c
F-
w
�dC
p a
p
6'QC
P
p a p
a
"
Q
>~
u
n
pLli
W N
WWLL
Q Q Q
FZ-LJ
Yp
Z
* W
dZ
10p-l-
M0O
_
u
O�
W
W
WCL
4
C
Q
O O O
= >
00
0.
N ►Zi
OD
rlO
SZN
On
Uj
LU
}�5pOZ�p
cc
N
M
pF
K 0=0
=p
C Cj�
N
J
HJ}Cx.>txd
CL
Y
U S
� U
W
M
9L Lu
z z
as
a'L};
a
iu44
F
7�
pS
p~V)
u
y
>~
1.4 y
/u
NN
NN
NF
dyyy
0_
a
d
CdW C
9-1
d
as
as
~
~
p�rC
W NN
2Z
NZ
a
(((Z((����� =
22Z
ZZ
N Z
S Z
Z
J=QN
FNN
0Lu
CH
(�
ZW
C
LU U
Y
FJ-V)
H a 0. d
CL
M d
ON
�N
N
4
-i�.,
O> WJrj'
Ca
�8OOIL
p
OCO
au
W a0.
d
Ja
N V!N
NN
JG
��
>
J0.
a
d
N
;
Z O
ON
N"
�pmO��
i
ppmb
ppop
000 m0
pnp
O
*
M S M
S
pOp
x
W X
fL W LL
W
+
S S
S S
`z
i
* Q N
M 10
M
W 6.
ol
LL
N r-4
`7
CO
N
p
(7,
Ln r-4N
M1I1
NN
07
�..�N
M
07
7K MZ7
M M
N
MO
7k d
CCC
»>
CO
> Y
>>
CCC
CC
CC
CC
> >
>
W O
*
p p p
p D
p p
w IxC
p 0 Q
C C
p 0
C
C C
O
V d F-}
HNM
r-1N
p p
C
W
r4 N
M
O M
CL
O
O
Q J
W 4 y.r
C W
M
5a'
W
W W
O 0
O N
(Q p�
�WQ'C
(OW/}
O O
UF->
�ih2
W
JW W
NW W
QC
LM a:
FSO
ZU
a>E
o O
0
;m�'
UCIx-
���
W
3aLx
ams
iX
W
a
O O
H
I
I F J
CS
C J
r2-IZ
Z
YY
CO
4Q+ y[ O
�O
7p
y
COO
O
W
H�aU
J
J Q
U
J
S
"
"
J
J
co
Z Z p
LD LD
1 0
ILD
J
N N
'r LD
I r,
N CD
.i LD
Y LD
G
J
o
p
o
c
N
U
C
z
}
p
p
,a \
Q
a
a
Ix
a
3 Z
wi
J \
uj \
\
\
\
O
U,
U 2
Lr
002C
U x
U =
U w
--1
U
J
U
J
U
J
U
Z
ce
O"`
P 00'
P P
P O
P Q
I
" 1
P PP
P P
P 0a
Ln`
p I-IN
3t11C
E pn
n
O U)
SM
M Ln
r
O
Ln
H C
Z
p
LO
H
WC
.ON
W iY
;
Y
N C
P
N
O
N O
N O
LL,
" co 10 10"
O
P h
H PW
P
"
P
O W
P
M O
0.
Z
O C W
" p0. on
LII
N O co
O H
N S
"
N .T
O
H W
�0 .+
u'
O co
O S
O "
.H n
r+ O O
.D
N S
"
"
O
rMl
~
00
O
W M
O
ON
"rPi
C N N
N
O
C } W
C C
J
�Zi�
mZ
m
mC
co
0]C
mC
J
J
m
m
..
C L
C S
C C
Q CD
Q CD
Ix
Q U
< O
Q O
DIAMOND l
--,
May 3, 1991
21660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 91765-4177
714-860-2489 • FAX 714-861-3117
Paul Schletewitz, Pastor
Walnut Valley Brethren In Christ Church
P.O. Box 1895
Walnut, CA 91788
Dear Mr. Schletewitz:
The City's Engineering Department is in receipt of your letter
regarding use of the bicycle lane on Diamond Bar Boulevard.
This matter has been scheduled for discussion before the Traffic
and Transportation Commission on May 9, 1991 at 6:00 p.m.
You are invited to attend this meeting which is held at the
Diamond Bar Library, 1061 Grand Avenue, Diamond Bar, CA 91765.
If you have any questions, please contact me at (714) 860-2489.
Sincerely,
, ! �a
41
Ts day Aberra
Administrative Analyst
JOHN A. FORBING JAY C. KIM PHYLLIS E. PAPEN DONALD C. NARDELLA GARY H. WERNER ROBERT L. VAN NORT
Mayor Mayor Pro Tem Councilmember Councilmember Councilmember City Manager
I *ILANE r
(BIKE
I �4'Mirt
HIGHWAY DESIGN MANUAL
Figure 1003.2C
Bike Lanes Approaching Motorist
Right -turn -only Lanes
Optional Dashed Stripe.
Not recommended
where a long right -
turn -only lane or
double turn lanes
exist.
* If space is available.
Otherwise all delineation
should be dropped at
fLANE this point.
KE
RIGHT-TURN-ONLY LANE
_ Ped. Crossinq
-T ' Ih f
yplca pot a
through bicyclist.
1
I
I I LANE
BIKE
OPTIONAL DOUBLE
RIGHT -TURN -ONLY LANE
Ped. Crossin
*ILANEI
—
I BIKE
stripe where
I
LANE
right turn only
designated.
BIKE
RIGHT LANE
BECOMES
ti r
LANE
■
BIKE
ARKING AREA
BEC(
IGHT-TURN-ONLY L
Ped. Crossina
1000-15
January, 1987
*If space is
available
Typical path
of through
bicyclist.
)MES
.ANE
(BIKE' Typical path of
through bicyclist.
L4'Mia
* If space is
available.
Drop bike lane
stripe where
I
LANE
right turn only
designated.
BIKE
RIGHT LANE
BECOMES
RIGHT -TURN -ONLY LANE