Loading...
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