Loading...
HomeMy WebLinkAbout04/21/1992CITY COUNCIL AGENDA Mayor — Jay C. IGm Mayor Pro Tem — Phyllis E. Papen Councilman — John A. Forbing Councilman — Gary H. Werner Councilman — Gary G. Miller City Council Chambers are located at: South CoastAir Quality Management DIstactAuditorium 21665 East Copley Drive MEETING DATE: April 21, 1992 MEETING TIME: Closed Session - 5:00 p.m. Regular Session - 6:00 p.m. Robert L. Van Nora City Manager Andrew V. Arczynski City Attorney Lynda Burgess City Clerk The City of Diamond Bar uses RECYCLED paper and encourages you to do the same. THIS MEETING IS BEING BROADCAST LIVE BY JONES INTERCABLE FOR AIRING ON CHANNEL 51, AND BY REMAINING IN THE ROOM, YOU ARE GIVING YOUR PERMISSION TO BE TELEVISED. 1. 5:00 P.M. - CLOSED SESSION: Personnel Section - 54957.6 Litigation Section - 54956.9 Next Resolution No. 92-16 Next Ordinance No. 2 (1992) 2. CALL TO ORDER: 6:00 P.M. PLEDGE OF ALLEGIANCE: MAYOR KIM ROLL CALL: Councilmen Forbing, Miller, Werner, Mayor Pro Tem Papen, Mayor Kim 3. COUNCIL COMMENTS: Items raised by individual Councilmembers are for Council discussion. Direction may be given at this meeting or the item may be scheduled for action at a future meeting. 4. CITY ATTORNEY COMMENTS: 5. PUBLIC COMMENTS: "Public Comments" is the time reserved on each regular meeting agenda to provide an opportunity for members of the public to directly address the Council on Consent Calendar items or matters of interest to the public that are not already scheduled for consideration on this agenda. Please complete a Speaker's Card and give it to the City Clerk (completion of this form is voluntary). There is a five minute maximum time limit when addressing the City Council. 6. CITY MANAGER COMMENTS: 7. CONSENT CALENDAR: The following items listed on the Consent Calendar are considered routine and are approved by a single motion. 7.1 SCHEDULE OF FUTURE EVENTS: 7.1.1 PARKS & RECREATION COMMISSION - April 23, 1992 - 7:00 p.m., AQMD Room CC -2, 21865 E. Copley Dr. 7.1.2 TRAFFIC & TRANSPORTATION COMMISSION - April 23, 1992 - 6:30 p.m., Community Room, 1061 S. Grand Ave. 7.1.3 3RD ANNIVERSARY CELEBRATION - April 25, 1992 - 12:00 p.m. to 4:00 p.m., Sycamore Canyon Park, Golden Springs Dr., north of Grand Ave. APRIL 21, 1992 PAGE 2 7.1.4 PLANNING COMMISSION GENERAL PLAN PUBLIC HEARING - April 27, 1992 - 7:00 p.m., AQMD Auditorium, 21865 E. Copley Dr. 7.1.5 PLANNING COMMISSION GENERAL PLAN PUBLIC HEARING - May 4, 1992 - 7:00 p.m., AQMD Auditorium, 21865 E. Copley Dr. 7.1.6 CITY COUNCIL MEETING - May 5, 1992 - 6:00 P.m., AQMD Auditorium, 21865 E. Copley Dr. 7.1.7 PLANNING COMMISSION GENERAL PLAN PUBLIC HEARING - May 11, 1992 - 7:00 p.m., AQMD Auditorium, 21865 E. Copley Dr. 7.1.8 SHERIFF'S QUARTERLY BREAKFAST - May 12, 1992 - 7:00 a.m., AQMD, 21865 E. Copley Dr. 7.2 APPROVAL OF MINUTES - Study Session of March 24, 1992. 7.3 WARRANT REGISTER - Approve Warrant Register dated April 21, 1992 in the amount of $521,718.22. 7.4 TREASURER'S REPORT - Receive & file Treasurer's Report for the month of March, 1992. 7.5 RELEASE OF $8,922.60 GRADING CASH DEPOSIT FOR 1948 FLINTROCK ROAD - The City received a letter of request from Mr. Chong Kim, Principal of Chong Kim and Associates who are employed as architects on a proposed residence for Mr. Sang Sik Wee at 1948 Flintrock Rd. Mr. Wee, the owner, due to financial constraints does not feel that construction will begin prior to October 1992, and has requested the City release the $8,922.60 cash deposit. Recommended Action: Approve release of the $8,922.60 cash deposit for 1948 Flintrock Rd. 7.6 GENERAL PLAN ADVISORY COMMITTEE - COMPLETION OF RESPONSIBILITIES EFFECTIVE APRIL 23, 1992 - The City Council desires to acknowledge and recognize the tireless efforts of the GPAC. Recommended Action: It is recommended that Council by motion: (a) Officially dissolve the Committee effective April 23, 1992; (b) Provide appropriate recognition for all participants to include a City Tile and/or Certificates of Recognition where appropriate. 7.7 AWARD OF CONTRACT FOR CODIFICATION OF CITY'S ORDINANCES - The City desires to provide for professional review, codification, publication and supplementation services for Ordinances adopted by the City Council since Incorporation. To this end, Requests for Proposals were received from six publishing companies on March 13, 1992. APRIL 21, 1992 PAGE 3 Recommended Action: Award a contract for professional codification and publication of City ordinances to Municipal Code Corp. of Tallahassee, Florida in an amount not to exceed $18,440 and authorize the Mayor and City Clerk to execute the agreement on behalf of the City. 7.8 PATHFINDER BRIDGE WIDENING PROJECT - This project consists of the proposed widening of Pathfinder Rd. overcrossing on State Route 57, modification of the southerly ramp terminals and traffic signals and construction of a park and ride lot on the northeast quadrant of the interchange. The project has' been determined that it will be funded jointly by Caltrans, County of L.A. and the City. A cooperative agreement has been developed to specify the terms and conditions under which this project is to be engineered, constructed, financed and maintained. Recommended Action: Authorize the Mayor to enter into an agreement with the County of Los Angeles and Caltrans. 7.9 1991-92 SLURRY SEAL IMPROVEMENT PROGRAM - AREA TWO - On March 3, 1992, Council authorized staff to advertise for bids for the 1991-92 Slurry Seal Improvement Program - Area Two. At this time, the City desires to award a contract to the lowest responsible bidder. Recommended Action: Award a contract to Roy Allan Slurry Seal, Inc. in the amount of $145,599.75. 7.10 RESOLUTION NO. 92 -XX: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFI- CATIONS FOR THE PURCHASE AND INSTALLATION OF PARKWAY TREES IN THE CITY OF DIAMOND BAR AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS - The Council previously authorized funds in the FY 1991-1992 budget for tree maintenance. As part of the program, staff prepared plans and specifications for replacement of missing trees and seeks authorization to solicit bids. Recommended Action: Adopt Resolution No. 92 -XX approving plans and specifications for purchase and installation of parkway trees and authorize the City Clerk to advertise for bids. 7.11 INSTALLATION OF 3 -WAY STOP SIGN AT INTERSECTION OF PATHFINDER AND BREA CANYON ROADS - In order to provide safe and effective traffic circulation, the installation of 3 -way stop signs is proposed for the intersection of Pathfinder Rd. and Brea Canyon Rd. The installation includes modification of the existing striping plans as well. This proposal was approved by the Traffic & Transportation Commission on February 27, 1992. APRIL 21, 1992 PAGE 4 Recommended Action: Approve the installation of 3 -way stop signs at the intersection of Pathfinder Rd. and Brea Canyon Rd. 8. SPECIAL PRESENTATIONS, PROCLAMATIONS, CERTIFICATES, ETC., 8.1 PROCLAMATIONS: 8.1.1 "CHILD PASSENGER SAFETY WEEK" - APRIL 26 THROUGH MAY 3, 1992. 8.1.2 "NATIONAL LAW DAY" - APRIL 30, 1992 8.1.3 "WATER AWARENESS MONTH" - MAY 1992 8.1.4 SUPPORTING ENACTMENT OF A NATIONAL EARTHQUAKE INSURANCE AND HAZARD REDUCTION PROGRAM 8.2 UPDATE ON PLANS FOR 3RD ANNIVERSARY CELEBRATION - The Third Anniversary of the incorporation of the City will be on April 18, 1992. The Diamond Bar Jaycees and the Diamond Bar Improvement Association has donated money to conduct a community -wide Third Anniversary Celebration, April 25, 1992 at Sycamore Canyon Park between noon and 4:00 p.m. Recommended Action: Receive and file report. 9. OLD BUSINESS: 9.1 ORDINANCE NO. 24C (1989): AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO. 24 (1989), AS HERETOFORE AMENDED, CONCERNING THE SELECTION OF A CHAIR AND OTHER OFFICES OF THE PARKS AND RECREATION COMMISSION - First reading April 7, 1992. Recommended Action: Approve for 2nd reading, waive full reading and adopt Ordinance No. 24C (1989). 9.2 ORDINANCE NO. 25D (1989): AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO. 25 (1989), AS HERETOFORE AMENDED, CONCERNING THE SELECTION OF A CHAIR AND OTHER OFFICES OF THE PLANNING COMMISSION - First reading April 7, 1992. Recommended Action: Approve for 2nd reading, waive full reading and adopt Ordinance No. 25D (1989). 9.3 ORDINANCE NO. 28C (1989): AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR AMENDING ORDINANCE NO. 28 (1989), AS HERETOFORE AMENDED, CONCERNING THE SELECTION OF A CHAIR AND OTHER OFFICES OF THE TRAFFIC AND TRANSPORTATION COMMISSION - First reading April 7, 1992. APRIL 21, 1992 PAGE 5 Recommended Action: Approve for 2nd reading, waive full reading and adopt Ordinance No. 28C (1989). 10. PUBLIC HEARINGS: 7:00 p.m. or as soon thereafter as matters can be heard. 10.1 PRELIMINARY DRAFT HOUSEHOLD HAZARDOUS WASTE ELEMENT - The California Integrated Waste Management Act of 1989 (AB939) and subsequent legislation Assembly Bill 2707 requires the City to prepare, adopt and implement a separate Household Hazardous Waste Element (HHWE) which identifies how the City will properly reduce, collect, recycle, treat and dispose of all household hazardous wastes generated in the City. Pursuant to this require- ment, the City has prepared a preliminary draft Household Hazardous Waste Element and is now prepared to conduct the required public hearing for the purpose of receiving public testimony on the programs and policies addressed within this document. Recommended Action: Open the public hearing to receive public testimony on the policies and programs contained within the preliminary draft Household Hazardous Waste Element (HHWE). It is further recommended that at the conclusion of public testimony, all comments received be forwarded to the JPA consultant for integration into the final Household Hazardous Waste Element. 10.2 CONTINUED PUBLIC HEARING REGARDING CERTIFICATION OF MASTER ENVIRONMENTAL IMPACT REPORT 92-1 AND APPROVAL OF VESTING TENTATIVE TRACT MAPS 47850, 47851 AND 48487 - The applications submitted request approval of a three (3) tract residential subdivision for the development of 120 lots on 160 acres in SEA No. 15 and certification of a Master Environmental Impact Report. The City Council conducted Public Hearings on this application January 21, 1992 and continued the hearings to January 28, March 3, and April 7, 1992 in order to receive public testimony and review the project. At the meeting of April 7, Council opened the public hearing, received public testimony and continued the public hearing to the April 21, 1992 meeting. Recommended Action: The Planning Commission recommends approval of Vesting Tentative Tracts 47850, 47851 and 48487 and Certification of Master Environmental Impact Report (MEIR) 91-2. 11. ANNOUNCEMENTS: 12. ADJOURNMENT: I . MINUTES OF THE CITY COUNCIL DRAFT STUDY SESSION OF THE CITY OF DIAMOND BAR MARCH 24, 1992 CALL TO ORDER: M/Kim called the meeting to order at 6:07 p.m. in AQMD Board Room CC -8, 21865 E. Copley Dr. PLEDGE OF ALLEGIANCE: The audience was led in the Pledge of Allegiance by M/Kim. ROLL CALL: Mayor Kim, Mayor Pro Tem Papen, Councilmen Werner and Miller. C/Forbing was excused. Also present were 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. ROLL CALL - PARKS AND RECREATION COMMISSION - Commissioners Medina, Plunk, Vice -Chairman Ruzicka and Chairman Whelan. Mr. Schey was excused. 2.1 COMMISSION CONDUCT/HANDBOOK - ACM/Belanger stated that the Commission Handbook was discussed by each Commission and was provided for Council review and comment. In response to C/Miller's question, ACM/Belanger stated that there were conflicts between the appointment date and reorganization dates due to change of election dates. He recommended that the Council consider resolving this conflict. CA/Arczynski stated that staff would present Ordinances at a future Council meeting to amend the requirement for annual Commission reorganizations from July to March. 2.2 PARKS & RECREATION COMMISSION WHITE PAPER elan it stated that when the Commission was first appointed, was charged with developing open communication between sports organizations and the community and to insure that there was a balance of field scheduling among all groups. A sports use sub -committee was formed for this purpose. The Commission was also charged with evaluating and reviewing existing programs and recommending improvements to the recreation offerings in the City. The Commission has developed a park use policy to be used as a guideline for staff and the community in utilizing park space in a safe and organized manner. He further reported that the recreation program has met the current needs of the community --fees have exceeded revenue projections and enrollment has included over 2,000 participants. The Commission recently reviewed the Resource Management Element of the General Plan and concerns were expressed regarding preservation of open space, provision of MARCH 24, 1992 PAGE 2 adequate park lands and other recreational facilities. These goals could be accomplished by maximizing development of existing parks and acquiring additional park land and other recreational facilities. He stated that the Commission's highest priority was to develop a master plan of parks and recreation which would include a needs assessment. The Commission recommended that a "line item" be added to the budget for receipt of donations for recreation purposes. This would assure the public that their donations would be used specifically for that purpose. In addition, an "adopt -a -park" program was proposed whereby civic organizations would be responsible for the maintenance of a particular park. C/Miller suggested that the Commission look into opportunities for the 50 undeveloped acres at Sycamore Canyon Park. There being no further business to discuss, C/Whelan adjourned the Parks and Recreation Commission meeting to March 26, 1992 at 4:30 p.m. at City Hall, 21660 E. Copley Drive, Suite 100. RECESS: M/Kim recessed the meeting at 6:55 p.m. RECONVENE: M/Kim reconvened the meeting at 7:05 p.m. 3. ROLL CALL - TRAFFIC AND TRANSPORTATION COMMISSION - Commissioners Beke, Ury, Cheng, Vice -Chairman Gravdahl and Chairman Chavers. 3.1 COMMISSION CONDUCT/HANDBOOK - MPT/Papen requested clarification from the City Attorney regarding sections entitled "failure to vote" and "reconsideration" on Page 17 of all three Handbooks. C/Chavers stated that line 3 on Page 8, Item 2 regarding transportation systems was a very broad statement which could lead to questions as to the Council's direction to the Commission. 3.2 TRAFFIC & TRANSPORTATION COMMISSION WHITE PAPER - C/Chavers stated that the Commission sorted its issues into three categories: 1) those that the Commission would like to see go forward and require no immediate attention; 2) ones that may require some immediate attention, but are not considered a "crisis;" and 3) those that the Commission would like to have addressed immediately including conclusion of the Circulation Element; protecting Tonner Canyon as a transportation corridor pending further engineering, environmental and economic evaluation; a policy regarding funding traffic of signals for intersections of private streets with public thoroughfares; and adoption of a policy regarding application of speed humps. MARCH 24, 1992 PAGE 3 C/Werner made the following comments: 1) on Item 6 add "subject to available funding;" 2) on Item 7, add the word "comprehensive;" 3) agreed with Item 15 but recommended inclusion of all schools. MPT/Papen stated that the Circulation Element would be revised by the Commission prior to the Planning Commission's hearings and recommended that light rail in Tonner Canyon along the 57 freeway be included. Regarding Item 3, a policy would be needed due to unequal funding on Gas Tax allocations for private streets. She felt that speed humps should not be used in areas that have limits over 15 mph and suggested striping the middle of the lane be considered. C/Werner recommended that requirements to construct medians should become a matter for City Council approval rather than granting them administratively and requested the Commission to draft a policy. C/Chavers stated that he would like to see more communication between the Commission and Council to generate discussion of roles and prioritization of issues. There being no further business to discuss, C/Chavers adjourned the Traffic and Transportation Commission portion of the meeting. 4. ROLL CALL - PLANNING COMMISSION - Commissioners Li, Meyer, Flamenbaum, Chairman Grothe. Vice -Chairman MacBride was excused. 4.1 COMMISSION CONDUCT/HANDBOOK - C/Meyer made the following comments: 1) Page 4, Membership, terms expiration dates should be changed; 2) Page 6, Agenda for Meetings, should be specific on who can place items on the agenda; 3) Page 7, Consent Calendar, should a member of the audience be able to pull matters off the Calendar; 4) Page 17, Staff Responsibilities --he understood that staff was to report the essence of the Commission's deliberations and present them to Council as well as their comments, if they are different from the Commissions. CDD/DeStefano stated that the policy is for staff to forward Commission recommendations and/or decisions to the Council. C/Meyer also felt that the word "Planning" should be inserted in the last paragraph on Page 17 regarding adoption of rules and procedures. 4.2 PLANNING COMMISSION WHITE PAPER - C/Grothe expressed the Commission's desire for more guidelines and direction frgm the City Council and an upgrade in standards from MARCH 24, 1992 PAGE 4 those previously set by the County, i.e., parking spaces in shopping centers, landscape ordinances. Following discussion, C/Grothe adjourned the meeting to April 13, 1992 at 6:00 p.m. for a study session on the General Plan leading to a 7:00 p.m. Public Hearing. 5. ANNOUNCEMENTS: CA/Arczynski announced that the Council would recess to Closed Session for matters of Personnel and Litigation, specifically City of Diamond Bar v. County of Los Angeles. M/Kim recessed the meeting at 9:20 p.m. to Closed Session. 7. CLOSED SESSION: Personnel - Section 54957.6 Litigation - Section 54956.9 6. ADJOURNMENT: M/Kim reconvened the meeting at 10:07 p.m. and announced that ACM/Terrence Belanger had been appointed Acting City Manager due to CM/Van Nort's resignation. There being no further business to conduct, M/Kim adjourned the meeting at 10:08 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 Papen and Councilmember Forbing �7!'l FROM: Linda G. Magnusoa�, Senior Accountant SUWECT: Voucher Register, April 21, 1992 DATE: April 16, 1992 Attached is the Voucher Register dated April 21, 1992. 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. CITY OF DIAMOND BAR VOUCHER REGISTER APPROVAL The attached listing of vouchers dated April 21, 1992 have been audited approved and recommended for payment. Payments are hereby allowed from the following funds in these amounts: FUND NO. FUND DESCRIPTION 001 General Fund 138 LLAD #38 Fund 139 LLAD #39 Fund 141 LLAD #41 Fund TOTAL ALL FUNDS APPROVED BY: Linda G. Maglnuson Senior Accountant R ert L. an Nort City Manager AMOUNT $519,400.42 756.53 134.90 1.426.37 $521,718.22 / 4 / Phyllis E. Papen Mayor Pro Tem John A. Forbing Councilmember +++ City at Dia a and Bar +++ RUN TIME: 13:14 64/16/92 V O U C H E R R E 6 I S T E R DUE THRU.............64/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.T%-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION ARA Services ARAService 691-4696-2325 26 2O421C American Red Cross AmerRedCrs 011-4440-2346 10 21421A American Storage LTD AmerStorag 01-4196-2140 26 28421A Arsentrout, Phil Areentrout 641-4446-4648 6 26421A Batricevich, Slobodan Batricevic 01-2386-1801 4 2O421D Beke, John C. BekeJ 01-4553-410 31 28421E Boys Club/San Gabriel Vly BoysClub 01-4555-5521 11 2O421A CEVAER CEVAER 01-4816-2315 3 21421C 01-4114-2321 2 20421C Chavers, J. Todd ChaversJT 641-4553-410 36 26421E PAGE I + + PREPAID } + AMOUNT DATE CHECK ------------------------- 64/15 64/21 263394 Meeting Supplies 185.56 TOTAL DUE VENDOR --------> 105.50 04/15 04/21 2311 First Aid Training -3/28 36.60 TOTAL DUE VENDOR --------> 30.00 04/15 64/21 Rent for 2 Units -May 92 153.00 TOTAL DUE VENDOR --------> 153. N 04115 64/21 6115 Ever Coord Svcs -3/36-4/10 1,151.0 TOTAL DUE VENDOR --------> 1,156.0 64/15 64/21 Cash Dep-GP/15 1,618.0 TOTAL DUE VENDOR --------> 1,616.0 64/15 64/21 TIT Con -3/12/92 46.0 TOTAL DUE VENDOR --------> 46.0 64115 64/21 Graffiti Resoval-Feb 92 1,116.68 TOTAL DUE VENDOR --------> 1,116.0 14115 64/21 General Membership 92 35.0 14/15 14/21 Child Support Policy Papr 3.0 TOTAL DUE VENDOR --------> 36.0 04/15 64/21 TIT Con -3/12/92 46.0 TOTAL DUE VENDOR -------> 46.64 }�+ City of Diamond Bar ff� RUN TIME: 13:14 14/16/92 V 0 U C H E R R E G I S T E R DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TU-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION Cheng, Diana 881-4553-4148 Colen and Lee 941-4811-4411 111-4811-4411 ChengD 41 21421E ColenLee 8 20421A 9 20421A Community Industries CommIndust 01-4555-5541 6 21421E Community Sveeping ComSreep N1-4555-5541 13 20421A Computer Applied Systems CAS 01-4451-4431 11 24421A Conlin Bros Spatting Good ConlinBros 01-4351-12## 69 20421C 01-4354-12## 7/ 21421C David Evans I Assoc. DavidEvans 01-2311-1111 27 29421C Day Titers DayTimers ##1-4511-1111 25 21421A 41/1318 Deans, Diana 216 01-3478 159 214219 PAGE 2 t PREPAID t t AMOUNT DATE CHECK -------------------------- 14/15 44/21 TIT Comm -3/12/92 44.44 TOTAL DUE VENDOR --------> 41.99 94/15 44/21 Liability Reporting -Lanza 66.97 94/15 44/21 Liability Reporting -Scott 269.13 TOTAL DUE VENDOR --------> 358.14 14/16 14/21 March Litter Abatement 546.94 TOTAL DUE VENDOR -------> 546.99 44/15 44/21 Sveeping Svcs -3/2-3/21 5,812.81 TOTAL DUE VENDOR --------> 5,612.61 14/15 44/21 921496 Computer Maint-May 92 745.## TOTAL DUE VENDOR --------> 745.0 /4/15 44/21 45243 Recreation Supplies 60.14 44/15 44/21 45617 Recreation Supplies 38.59 TOTAL DUE VENDOR -------> 638.73 14/15 44/21 45-2996 Profgvcs-EIR91-4 2,845.34 TOTAL DUE VENDOR -------> 2,845.39 44/15 14/21 6525616 Datebool Refill 26.47 TOTAL DUE VENDOR -------> 26.47 44/15 14/21 2222 Recreation Refund 45.0 TOTAL DUE VENDOR -------> 45.N +t+ Citttt RUN TIME: 13:14 84/16/92 V 0 y UCof Dia�and BH E R R E S I S T E R ar DUE THRU.............44/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TI-NO BATCH PO.LINE/N0. ENTRY/DUE INVOICE DESCRIPTION Dept of Transportation DeptTrans 881-4555-5581 16 26421A Envicoa Corporation Envicom 811-2311-1111 28 24421C Exxon 01-4311-2311 111-4131-2311 111-4216-2211 111-4211-2311 01-4131-2311 111-4434-2311 01-4311-2311 ExxonS 182 26421A 65 26421A 8 20421A 26 21421A 67 21421A 66 26421A 183 21421A Federal Express Corp. FedExpress 01-4218-2121 9 284218 Fencon Inc. Fencon 01-4811-1281 24 26421A /1/1118 Fleet Call F1eetCall 01-4191-2131 24 28421A Forster, Sail 219 01-3478 156 244218 Fromex Fromex 01-4111-1111 5 20421A PAGE 3 t t PREPAID + + AMOUNT DATE CHECK. -------------------------- 84115 84/21 121234 Signals I Lighting -Feb 351.89 TOTAL DUE VENDOR --------} 351.89 84/16 84/21 4762 ProfSvcs-TT46485-EIR91-3 12,259.18 TOTAL DUE VENDOR --------> 12,259.18 84/15 84121 1482888 Fuel -PIM 36.86 64/15 84/21 1482611 Fuel-CMgr 15.0 64/15 14/21 2162715 Brake Repair -Ping Vehicle 185.46 84/15 84/21 2183648 Fuel -Ping 18.11 14/15 14/21 2183813 Fuel-CMgr 11.48 84/15 14/21 3584416 Fuel-CMgr 14.64 14/15 14/21 3514698 Fuel -PIN 29.38 TOTAL DUE VENDOR -------} 231.42 84/15 14/21 468544646 Express Mailing -Planning 9.0 TOTAL DUE VENDOR --------> 9.0 84!15 84121 1451 Blass Top for Credenza -CC 64.0 TOTAL DUE VENDOR ------- 64.0 84/15 84/21 283423 Mobile Coma Svc -April 136.58 TOTAL DUE VENDOR 136.51 14/15 14/21 2932 Recreation Refund 21.0 TOTAL DUE VENDOR --------> 21.0 14/15 64/21 File Developing -CC 23.49 TOTAL DUE VENDOR -------- 23.49 ttt City of Diamond Bar ftf RUN TIME: 13:14 14/16/92 V O U C H E R R E 6 I S T E R PAGE 4 DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. t f PREPAID t ACCOUNT PROJ.TX-NO BATCH PO.LINE/N0. ------------------------------------------------------------------------------------------------------------------- ENTRY/DUE INVOICE DESCRIPTION AMOUNT DATE CHECK GTE California GTE 011-4191-2125 26 2/4218 14/15 64/21 March Phone Services 1,912.65 TOTAL DUE VENDOR --------) 1,912.65 GTE California GTE 011-4313-2126 22 20421C 04/15 64/21 Phone Service -Heritage 54.87 TOTAL DUE VENDOR --------) 54.81 GTE California GTE 111-4191-2125 27 204216 44/15 04/21 Eser Prep Phone Svc -March 44.75 TOTAL DUE VENDOR --------) 40.75 Hi -Way Safety Rentals,Inc HiWaySafe 01-4444-2130 1 20421B 14/15 14/21 Emer Prep Equip Rental 639.51 TOTAL DUE VENDOR --------) 639.51 Huerta, David 231 N1-3476 154 20421R 04115 14/21 3216 Recreation Refund 50.11 TOTAL DUE VENDOR --------) 51.0 Intl Business Equipment InBusEquip 001-4091-2211 22 204218 04/15 14/21 2193 Xerox Maint 329.25 TOTAL DUE VENDOR --------) 329.25 Jennings Engstrand JenningsEn 01-4021-4121 26 204218 14/16 14/21 128813 March Legal Svcs 5,321.11 TOTAL DUE VENDOR -------) 5,321.17 Kens Hardvare Kens 011-4310-120 12S 214218 22/1277 0 IS 14/21 54535 Park Supplies 16.32 01-4316-120 126 214213 23/1277 14/15 14/21 54549 Park Supplies 4.21 01-4311-1211 124 244218 21/1277 14/15 14/21 54579 Park Supplies 14.88 011-4310-120 131 244218 28/1277 14/15 14/21 54626 Park Supplies -Credit Memo 11.47- 01-4311-1211 123 2/421B 21/1277 14/15 04/21 54829 Park Supplies 7.18 01-4310-124 129 204219 26/1211 14/15 14/21 55013 Park Supplies 3.23 N1-4311-1211 131 20421B 27/1277 04/15 04/21 55022 Park Supplies 3.24 101-4311-120 127 214213 24/1277 04/15 14/21 55261 Park Supplies 1.23 N1-4311-120 128 244218 25/1277 14/15 14/21 55265 Park Supplies 8.61 TOTAL DUE VENDOR -------) 49.32 +++ City of D i a 0 o n d Bar +++ RUN TIME: 13:14 84/16/92 V O U C H E R R E G I S T E R DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION -------------------------------------------------------------------------------------- Kir, Hyo 226 181-3418 158 29421R 84/15 04/21 2219 Recreation Refund TOTAL DUE VENDOR----------- Klein, -------; Klein, Michael 222 01-3478 155 20421R L.A. County -Sheriff's Dep LACSheriff "1-4411-5411 42 21421B L.A. County -Sheriff's Dep LACSheriff "1-4411-5411 41 2/421D L.A.County Public Yorks LACPubWk 01-4331-2214 19 214218 111-4555-5512 14 244218 01-4555-5512 15 214218 01-4555-5514 9 214218 "1-4555-5515 8 244218 "1-4S5S-SS$6 21244216 44/15 14/21 441-4555-5546 21 244218 441-4555-SS19 14 21421B 01-4555-5512 9144218 92/1"14449 181-4555-5518 4 21421B "1-4555-5542 16 244218 "1-4555-5546 14 24421B 01-4555-5534 5 214218 L.A.County Public Works LACPubWk 01-4555-5581 it 20421B LA Cellular Telephone LACellular "1-4131-2125 19 20421B 111-4441-2125 11 214218 14115 44/21 32" 84/16 84/21 922" 14/15 44/21 Recreation Refund TOTAL DUE VENDOR --------) Feb Helicopter Svcs TOTAL DUE VENDOR --------) PAGE 5 + + PREPAID + + AMOUNT DATE CHECK -------------------------- 36.88 36.81 11.18 11.11 41.31 48.31 Cont Svcs -March 92 291,217.33 TOTAL DUE VENDOR --------> 291,217.33 14/15 14/21 92111114442 Sign Inst-Sycaeore Cyn 659.52 14115 14/21 92111114443 Road Services 22.44 14/15 14/21 921"414444 Pavement Patching 21,643.66 14/15 14/21 92111414445 Pere Curb I Sidewalk 14,151.61 14/15 14/21 92111114446 Perm Butter/Sidewalk 2,654.16 44/15 14/21 921M14441 Striping/Marking Signs 631.74 44/15 14/21 92111114441 Sign Inst Est SB DBar 31.95 44/15 84/21 92/1"14449 Tree Trimming Svc 1,113.24 14/15 14/21 9211"14448 Drain Facility Maint 41.11 14115 14/21 9211"14441 Store Damage Repair 3,629.31 14/15 14/21 924"114451 Street Inspection 3,312.41 14/15 14/21 9211014454 Weed Abatement 2,661.95 14/15 14/21 92111114452 IW Service 822.64 TOTAL DUE VENDOR51,194.59 44/15 44/21 M921#"3416 Feb Trffc Signal Maint 3,235.21 TOTAL DUE VENDOR -------} 3,235.21 14/16 14/21 March Cellular Svcs-CMgr 39.27 14/16 14/21 March Cellular Svc-EePrep 51.39 TOTAL DUE VENDOR --------) 91.66 ftt City of Diamond Bar af+ RUN TIME: 13:14 04/16/92 V O U C H E R R E G I S T E R DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/N0. ENTRY/DUE INVOICE DESCRIPTION --------------------------------------------------------------- PAGE 6 f f PREPAID t f AMOUNT DATE CHECK -------------------------- LA County Registar LACRecordr 111-4040-2391 lb 20421B 14/15 04/21 I18H Election Chrgs-11/5/91 21,650.42 TOTAL DUE VENDOR --------) 21,651.42 Landscape West LandscapeW 141-4541-5511 141-4541-5500 15 20421B 14/15 14/21 116995 Ditch Clean Up -Dist t41 1,124.11 16 204218 04/15 14/21 16994 Ditch Clean Up -Dist t41 364.00 TOTAL DUE VENDOR --------) 1,406.00 LePage, Richard 226 N1-3478 152 20421R 14115 44/21 2265 Recreation Refund 46.11 TOTAL DUE VENDOR --------> 46.0 Leighton and Associates Leighton 01-4551-5223 26 20421E 04/15 14/21 27269 BeoTech Review 5,882.50 TOTAL DUE VENDOR --------) 5,882.51 Lewis Engraving Inc. LewisEngra 01-4195-2110 23 214218 14/16 04/21 111109 Tile Engraving -Potter 17.32 TOTAL DUE VENDOR -------) 17.32 Mariposa Horticultural Mariposa NS -4311-5311 17 26421C 14/15 14/21 3218 March Maint-Grow Park 995.00 011-4313-530 17 26421C 04/15 14/21 3208 March saint -Heritage Prk 663.0 01-4316-5311 15 20421C 04/1S 14/21 3216 March Maint-Maple Hill 629.0 011-4319-5311 01-4322-S311 17 20421C 14115 04/21 3218 March Maint-Petersen Prk 1,244.0 01-4325-5301 17 21421C 11 21421C 04115 04/21 3208 March Maint-Reagan Prk 995.01 01-4328-5311 18 24421C 14/15 14/21 14/1S 14/21 3206 3218 March Maint-Starshine Prk 415.0 01-4331-5310 26 24421C 14/15 14/21 3218 March Maint-SunitRidge March Maint-Sycamore Cyn 1,492.0 1,528.0 TOTAL DUE VENDOR --------) 5,161.10 Mariposa Horticultural Mariposa 01-4310-1240 122 20421C 14/15 14/21 3219 Supplies S2.2S 01-4319-2211 31 20421C 14/15 64/21 3213 PetersonPk-BrickDust 902.55 01-4319-2211 32 20421C 14/15 14/21 3213 PetersonPk-Grading 1,175.11 TOTAL DUE VENDOR ------- ) 2,029.81 Markman Arczynski Hanson MarksanArc 111-4421-4121 11 26421C 14/15 14/21 GenSvcs-March 5,251.0 111-4121-4120 18 20421C 14/15 14/21 Gen Litigation 669.0 01-4421-4121 2S 29421C 14/15 04/21 SpecialLegSvc-March 594.01 TOTAL DUE VENDOR -------) 6,513.01 ttt Ctft RUN TIME: 13:14 44/16/92 ity V O UCof Diaeond BH E R A E 6 I 5 T E R ar DUE THRU............./4121/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/N0. ENTRY/DUE INVOICE DESCRIPTION ----------------------------------------------------------- Martin t Chapman Co. Martin6Cha 111-4141-1141 17 2/4P1C /l/1 PAGE 1 t PREPAID t f AMOUNT DATE CHECK 311 14115 14121 92157 Minute Book Paper 73.95 111-4354-1214 72 20421C 42/1311 14/16 14/21 92157 Minute Boot Pa McCovn, Lee CaptMcCorn N1-4411-2325 6 21421C McCullough, Mary Y29 01-3478 153 20421R Microage Microage 01-4191-1311 7 26421C Myers, Elizabeth MyersE 01-4211-401 34 20421C Nguyen, Don 01-3476 P i IC Softrare 01-4131-6234 PAC Tel Paging 01-4411-2131 216 157 20421R PiIC 7 21421B 11/1226 14/16 14/21 1226 Computer Softrare Equip 195.11 TOTAL DUE VENDOR -----> 795.0 PactelPag 11 20421C 14/15 14121 BeeperSvc-Luter 14.41 TOTAL DUE VENDOR --------> 14.11 Pacesetter Building Svcs Pacesetter TOTAL DUE VENDOR --------> 0.14 Papen, Phyllis PapenP 01-4411-2325 57 20421D 04/15 14/21 SGVAC Monthly Mtg 16.0 TOTAL DUE VENDOR --------> 18.0 Pee 73.94 TOTAL DUE VENDOR --------> 147.89 14/15 14/21 Reim Dinner Mtg 53.25 TOTAL DUE VENDOR --------> 53.25 14/15 14/21 2621 Recreation Refund 51.11 TOTAL DUE VENDOR -------> 51.11 14/16 14/21 6493 SurgeProtectors(6) 55.29 TOTAL DUE VENDOR --------> 55.29 14/15 14/21 92DO06 P1n9CodmMtg-3/23/92 288.0 TOTAL DUE VENDOR --------> 288.0 /4/15 14/21 3233 Recreation Refund 31.11 TOTAL DUE VENDOR --------> 31.0 PiIC 7 21421B 11/1226 14/16 14/21 1226 Computer Softrare Equip 195.11 TOTAL DUE VENDOR -----> 795.0 PactelPag 11 20421C 14/15 14121 BeeperSvc-Luter 14.41 TOTAL DUE VENDOR --------> 14.11 Pacesetter Building Svcs Pacesetter TOTAL DUE VENDOR --------> 0.14 Papen, Phyllis PapenP 01-4411-2325 57 20421D 04/15 14/21 SGVAC Monthly Mtg 16.0 TOTAL DUE VENDOR --------> 18.0 +++ Cit�f ar +++ RUN TIME: 13:14 #4/16/92 V O y U C H E R Dia■and BR E 6 I 5 T E R DUE THRU.............#4/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/N0. ENTRY/DUE INVOICE DESCRIPTION -------------------------------------------------------- Parish, Constance Constance 213 01-3476 160 20421R Payroll Transfer PayrollTr 111-1121 54 26421D Pfroner, Susan 217 011-3476 15A 20421R Postage By Phone PostByPhon 101-4491-2120 22 21421C Public Espl Retirement PERS 01-2111-106 82 20421C 01-210-1116 63 21421C R 6 D Blueprint M1-4311-2111 161-4211-2110 01-4511-2111 R&DBlue 5 21421D 10 20421D 11 21421D Radio Dispatch Corp. RadioDispa 661-4210-2130 1 214210 Radio Lab Can RadioLab 01-4311-130 8 26421D 01/1314 RonKranzerLAssoc C.E. Inc RKA 01-4553-S222 15 2/4210 PA6E E + t PREPAID + + AMOUNT DATE CHECK -------------------------- #4/15 04/21 2286 Recreation Refund 54.00 TOTAL DUE VENDOR -------- 54.10 14/16 04/21 Payroll Transfer PPA 41,50.60 TOTAL DUE VENDOR -------- 41,500.10 14!15 14/21 3033 Recreation Refund 23.0 TOTAL DUE VENDOR -------- 23.0 14/15 14/21 Postage Replenishment 1,060.10 TOTAL DUE VENDOR ---- ---� 1®,� 04/15 04/21 RetContPP8-04/92/3 3,134.53 /4/15 04/21 RetContPP6-04/92/3 21153.62 TOTAL DUE VENDOR --------> 5,666.35 04/15 14/21 046263 Bond Paper 44.24 14/15 14/21 146201 Aerials 25.52 04/15 04/21 148206-211 Mylar Paper 153.54 TOTAL DUE VENDOR --------> 223.31 04/15 04/21 VaiverOfLiab-Ping 26.0 TOTAL DUE VENDOR -------- 20.0 14/15 14/21 211416 2 May Radios-Prks 456.96 TOTAL DUE VENDOR -------> 456.96 04/15 64/21 92-6751 EngInspect 7,169.46 TOTAL DUE VENDOR 1,109.46 ++t ar ++t RUN TINE: 13:1484/16/92 CiVtOy UCof Diaeond BHER REGISTER DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION ----------------------------------- San Gabriel Vly Tribune SGVTribune 811-230-1819 49 20421C 991-4219-2115 62 28421C Securicorp Inti Inc. Securicorp H1-4553-5531 1/ 2/421D PAGE 5 t t PREPAID + + AMOUNT DATE CHECK 84/15 84/21 SSVT 5677 NotPubHear-CUP91-13 84/15 84/21 SGVT 5676 NotPubHear-SenPlan 53.28 438.46 TOTAL DUE VENDOR --------} 463.68 84/15 84/21 12466 Security Pac Nati Bank SecurityPa 27 21421D 11/1312 01-4111-2111 111-4111-2311 1 29421D 14/15 64/21 111-4111-2325 56 21421D 14/15 14/21 111-4111-2331 52 26421D 14/15 14/21 111-4111-2338 53 21421D 14/15 14/21 "1-4114-2331 54 21421D 14/15 44/21 Security Pac Natl Bank SecurityPa 01-4134-2325 46 244210 14/15 14/21 111-4138-2325 47 20421D 14/15 84/21 01-4831-2338 23 20421D 84/15 84/21 Siegler Life SimpleLife "1-4448-120 11 21421D 61/1325 Sir Speedy SirSpeedy 041-4511-1118 27 21421D 11/1312 01-4111-2111 16 20421D 01-4131-2111 7 214P1p 111-4154-2111 9 20421D 01-4354-2111 1 21421D 01-4515-2111 13 29421D "1-4211-2111 11 20421D So Ca Assn of govern eeots SCAS 01-4131-2315 6 244210 84/15 14/21 5749 04/15 14/21 6551 14/15 14/21 6675 14/15 64/21 6675 14/15 44/21 6675 14/15 14/21 6675 14/16 14/21 5763 14/15 W/21 a&" 14/15 14/21 412-41 Cross Grd Svc -March TOTAL DUE VENDOR --------> Fuel Mtg-DBPageant-Papen-3/15 Ntg-SB1718-3/24 S91716 -Lodging 3/22-24 City/ChaeberRetreat-1/13 TOTAL DUE VENDOR --------> Ch8eberMtg-CMgr-2/27 Mt9-LACTC-CMgr-3/21 LegisMtg-CMgr-3/25 TOTAL DUE VENDOR --------> First Aid Supplies TOTAL DUE VENDOR Stationary Supplies BusCard-Werner BusCards-VanNort/Bel BUSCards-Saul BusCards-Strertnik HHWE Printing/Copies Sen Pian Posters TOTAL DUE VENDOR------� MeebershipDues-92/93 TOTAL DUE VENDOR ------- 6,616.17 6,616.17 16.1S 19.75 111.91 179.93 95.66 422.59 22.61 21.66 165.16 226.75 122." 122.11 13.62 21.62 43.64 45.69 45.69 46.16 61.44 277.96 4,172.0 4,172." WSLT <------- HOQNN 3(10 1V101 0'511 5ututeai dead t993 SZZMN-I1S3 TZAI STAT ZIET/T1 QTVAZ ZI Ih£Z-Ihhh-TM Ilm etuao}tie3 }o a}e}g 5T'9Sb`h <-------- a0ON3A 3110 1tl101 IZ'6$T ?Q'4h9`h (TE/EIPu3)NIVIbPuZ TZ/4 STAO QIZhIZ E E9//-IbIh-III li£/EIPu3)a+idalSPoZ TZ/h1 ST/h1 QTZhIZ TS ITIT-CIZ-IN doupIr}S pj Sul uot}rsu8dw3 a}e}S hh'95/`T <-------- UND 3Q0 1tl101 hh'YS1`I surd etuuy aeQQ TMI TZ/hl ST/h/ hTIT/TI QIZ"Z ET ESEZ-S60h-IN sutd}aodg sued }aodS LT'961`T <-------- MN3A 3no itl101 ML'BSZ uoAue3aaweoAg_�ta}�ai3 9916T 86pt8;taang_3tt}38i3 TZ/h# 5I/h/ 3TZh/Z ET 9ZIZ-IE£h-TTI 9Z'ISh ur6eayuoa_?tt}oai3 TZ/h/ ST/h1 3IZhIZ hT 9ZIZ-9ZEh-To WOE a6e}taaH-3taPaT3 TZAI ST/h/ 3TZh$Z ZT 9ZTZ-ZZEh-i/1 TZAI STAT 3IZh1Z hZ 9ZTZ-ETEh-I0 uostp3130S uosiP3 •e3 uaay}noS 9T'T9h`E (-------- SOMA 300 ltllol 9T'T9h`E yaarN-Toa}uo3�t}}eal iZ/hI ST/h1 3TZh/Z ZZ 9ZTZ-55Sh-IN uosiPpoog uos1P3 'e3 uaay}nog y00N3A 300 1tl101 16'h£t 6E8Qtlll-3AS3TJPfT3 RAI Wh/ 3TZh/Z 9t 4ZIZ-6ESh-6E1 uosiPM% uostP3 •e3 uaay}noS PZ' 6E9 <-------- NOW 3110 1tl101 RIM 9E=QtllI-3AS3tJPR13 Who STAG 3IZ4Z TE 9ZTZ-9£Sh-VET uostp3130S uos1P3 •e3 uaay}nog (-------- HOON3A 300 1tl101 LE'9T ih=Qtl11-3AS31a}MT3 TZAO ST/hI 3tZhIZ ZZ 4ZTZ-ThSh-iht uostp3e30S uostP3 •e3 uaay}nog ST'9ZT <-------- 80ON36 3(10 1tl101 ST'9ZT Z6431EW-3AS Seg TZ/h9 ST/h/ QIZh/Z £Z 9ZTZ-ETEh-1/I sege3og 03 seg e3 uaay}nog -------------------- ------------------ - - ------------------------ { f MEN NOI1dIMA 30IOANI MO/A81N3 'ON/3NI1'Od H31VO ON-X1'CONd lN(1033tl 80003A 3WVN MCA 8T 39Vd Z6/TZ/h/"""".....0 DO 9 831pSuI0 9s3et0 8 83 1 H 0 3 hO4 A Z6/944hT:ET:3WI1NU st+ aet3 tt� +++ RUN TINE: 13:14 #4/16/92 City V 0 UCof Diaaand BH E R R E 6 I 5 T E R a 4+f DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX-NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION Totter Testimonial Dinner Totter 881-4818-2325 56 20421D Towne Center Travel TawneCente "1-4818-2338 55 20421E 881-4030-2336 25 18421E Unionwide Inc. Unionwide "1-2300-1810 50 20421E United Way UnitedWay "1-2110-1009 26 20421E Unocal Unocal "1-4030-2310 66 20421E Ury, Donald Uryl 01-4553-41" 39 28421E Van Nort, Robert L. VanNortRob "1-4038-2338 24 20421E Walnut Vly Yater Dist YVYaterDis 136-4536-2126 32 21421E Yang, David 227 01-3478 151 264218 PAGE 11 + + PREPAID t + AMOUNT DATE CHECK -------------------------- 84/15 84/21 RetireDinner-Papen 35.88 TOTAL DUE VENDOR --------; 35.08 04/15 84/21 Sac-SB14061-Papen 4/8/92 31.88 04/16 04/21 Sac-SB14061-CNgr-4/8/92 31.00 TOTAL DUE VENDOR --------; 62.08 04115 04/21 ZC,CUP,DT-TR51169 Refund 5,950.00 TOTAL DUE VENDOR -------> 5,950." O4/1S 04/21 Contribs-PP4-PP7 134.00 TOTAL DUE VENDOR -------- 134." 84/15 04/21 234629 fuel-ACMgr 17.59 TOTAL DUE VENDOR ------- 17.69 84/15 14/21 TIT Coa-3/12/92 41." TOTAL DUE VENDOR --------> 40." 84/1S 64/21 Reim -Sac -581416-4/6-4/7 69." TOTAL DUE VENDOR 69." 84115 14/21 WaterSvc-LLAD#38 117.25 TOTAL DUE VENDOR --------> 117.25 14/15 14/21 3226 Recreation Refund 32.80 TOTAL DUE VENDOR --------> 32." ttt City of Diaaond Bar tft RUN TIME: 13:14 04/16/92 V O U C H E R R E G I S T E R DUE THRU.............04/21/92 VENDOR NAME VENDOR ID. ACCOUNT PROJ.TX—NO BATCH PO.LINE/NO. ENTRY/DUE INVOICE DESCRIPTION PAGE 12 f i PREPAID t t AMOUNT DATE CHECK ------------------------- TOTAL PREPAID -----------> 0.00 TOTAL DUE ---------------> 521,716.22 TOTAL REPORT ------------) 521,716.22 RUN TIME: 13:14 04/16/92 +}* ty Ci ++ of Diaeond Bar + V D UCH E R R E G I S T E R PAGE 1 FUND SUMMARY REPORT DUE THRU.............04/21/92 FUND----------- DISBURSE 6/L DIRECT PAY 6JE WILL POST 6JE HAS POSTED FUTURE TRANSACTIONS REVENUE - ---------TOTAL EXPENSE REVENUE EXPENSE REVENUE EXPENSE --------------------------------------------------------------- 0016eneral Fund 519,400.42 75,049.43 400.00 443,950.99 141LLAD 141 Fund 1,426.37 1,426.37 13ALLAD 136 Fund 15633 156.53 139LLAD 139 Fund 134.90 134.90 TOTAL ------------ ------------ LL FUNDS 521,716.22 75,049.43 ------------------------------------ 460.06 446 268.79 CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. `1 TO: Honorable Mayor and City Council MEETING DATE: April 21, 1992 �yrl REPORT DATE: April 14, 1992 FROM: Linda G. Magnuso , Senior Accountant TITLE: Treasurer's Report - March 31, 1992 SUMMARY: Submitted for Council's review and approval is the Treasurer's Statement for the month of March 1992. 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 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? 5. Are other departments affected by the report? Report discussed with the following affected departments: Yes_ No Yes X No Yes X No Yes X No ALVIhwtu by: QL Obert L. Van Nbrt Terrence L. Belange Li da G. M44huson City Manager Assistant City Mana er Senior Accountant F:\WP51\AGENDA\COVER.FRM CITY COUNCIL REPORT AGENDA NO. MEETING DATE: April 21, 1992 TO: Honorable Mayor and Members of the City Council FROM: City Manager SUBJECT: Treasurer's Statement - March 31, 1992 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 March, 1992 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 March 1992. 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:\NP51\NORK\AGENDA\AGE-RPT.FRM CITY OF DIAMOND BAR TREASURER'S MONTHLY CASH STATEMENT March 31, 1992 GENERAL ND $5,425,739.57 $975,829.21 $775,437.03 $5,626,131.75 TRAFFIC SAFETY FUND 45,818.57 2,662.80 48,481.37 GAS TAX FUND 2,215,236.64 52,699.21 1,641.52 2,266,294.33 TRANSIT TX (PROP A) FD 778,387.87 423.17 412,500.16 366,310.88 LOCAL TRANSPORTATION FD 0.00 FEDERAL AID URBAN FUND 0.00 0.00 INTEGRATED WASTE MGT FD 11,965.02 6,603.25 4,349.25 000 14,219.02 OTS FUND (57,584.34) (57,584.34) AIR QUALITY IMPRVMNT FD 4,192.64 6,560.35 10,752.99 STATE PARK GRANT FUND 0.00 PARK FEES FUND 15,346.00 0.00 15,346.00 LANDSCAPE DIST #38 FD 56,371.34 6,343.66 50,027.68 LANDSCAPE DIST #39 FD 180,994.66 8,085.53 172,909.13 LANDSCAPE DIST #41 FD 84,997.50 3,009.71 81,987.79 GRAND AV CONST FUND 504,087.43 666.56 503,420.87 TRAFFIC MITIGATION FEE FD 342,407.37 342,407.37 CAP IMPROVEMENT PRJ FD 52,649.80 3,004.00 49,645.80 SB 821 FUND 19,759.85 19,759.85 SELF INSURANCE FUND 247,898.70 247,898.70 TOTALS $9,928,268.62 $1,044,777.99 $1,215,037.42 $0.00 $9,758.009.19 SUMMARY OF CASH• DEMAND DEPOSITS: INVESTMENTS: GENERAL ACCOUNT $127,158.25 PAYROLL ACCOUNT 337.00 PETTY CASH ACCOUNT 500.00 TOTAL DEMAND DEPOSITS TIME CERTIFICATES COMMERCIAL PAPER L.A.I.F. TOTAL INVESTMENTS $0.00 0.00 9,630,013.94 $127,995.25 9,630,013.94 TOTAL CASH $9,758,009.19 CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. TO: Robert L. Van Nort, City Manager MEETING DATE: April 21, 1992 REPORT DATE: April 13, 1992 FROM: Sid J. Mousavi, City Engineer/Public Works Director TITLE: Release of $8,922.60 Grading Cash Deposit for 1948 Flintrock Road SUMMARY: The City received a letter of request from Mr. Chong Kim, Principal of Chong Kim and Associates who are employed as architects on a proposed residence for Mr. Sang Sik Wee at 1948 Flintrock Road, Diamond Bar. Mr. Wee, the owner, does not believe that his financial situation will enable the start of construction prior to October 1992, and has requested that the City release the $8,922.60 cash deposit. RECOMMENDATION: It is recommended that the City Council approve the release of the $8,922.60 cash deposit for 1948 Flintrock Road. LIST OF ATTACHMENTS: X Staff Report Resolution(s) _ Ordinances(s) _ Agreement(s) Public Hearing Notification _ Bid Specification (on file in City Clerk's Office) _ Other EXTERNAL DISTRIBUTION: SUBMITTAL CHECKLIST: 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? _ Yes X No Which Commission.) 5. Are other departments affected by the report? _ Yes X No Report discussed with the following affected departments: RE IEWED BY: �• Robert L. Van Nort Terrence L. Belanger �K Sid J. Mousavi City Manager Assistant City Manager City Engineer/Public Works Director MEETING DATE: TO: FROM: SUBJECT: ISSUE STATEMENT CITY COUNCIL REPORT AGENDA NO. April 21, 1992 Honorable Mayor and Members of the City Council Robert L. Van Nort, City Manager Release of $8,922.60 Grading Cash Deposit For 1948 Flintrock Road This report requests the release of a grading cash deposit for 1948 Flintrock Road. RECOMMENDATION It is recommended that the City Council approve the release of the $8,922.60 grading cash deposit for 1948 Flintrock Road. FINANCIAL SUMMARY This recommendation will have no financial impact on the City's Fiscal Year 1991-92 budget. BACKGROUND On October 2, 1991, the City of Diamond Bar issued Eden Construction Company with a grading and retaining wall permit. Prior to issuance of the permit Eden Construction was required to deposit $8922.60 with California Center Bank on October 1, 1991, in lieu of a grading bond. DISCUSSION On March 2, 1992, the City received a letter from Chong Kim, Principal of Chong Kim & Associates who are employed as architects on a proposed residence for Mr. Sang Sik Wee at 1948 Flintrock Road, Diamond Bar. On behalf of Mr. Wee, Chong Kim & Associates requested a refund of all permit fees and the grading cash deposit. Mr. Wee does not believe that his financial situation will enable the start of construction prior to October of 1992, which is when his permits are due to expire. In addition, the contractor bids submitted were higher than anticipated. These circumstances, along with the general economic recession, have caused Mr. Wee's lending institution to delay the release of the construction loan money for an indefinite period of time. Prepared By: Sid Jalal Mousavi soloasiQ Iuaurdojana(j sa2EUEn DTZ) IuElsissv saSuElag 'Z aouauaz IaftUEw xl!D PON UVA "I Ilago2I aamalAaW :sluowwdop paloopt, 2uTnnollo3 aqI pm passnosip lsodag ON — SQA _ 4Isodas aqI Aq paloajjE sluowuvdap saglo asv • S Luoissiwwo0 you ON tuu — saw LuoissizoD E Xq pamalAas uaaq Modal aqI sEH •.v ON — saA - Lpossom, uaaq IoEdun ImuawuouTAua s-aH £ �I.LI2IOf�'Ni LaloA sit, so XIuofEw E annbos Modal agI sooQ Z LbusouV Xii0 aql Aq ON —xx saA - pamalAas uaoq Iuawaal2E so oouEUTpso luopnlosal zipsEH 1 Jag10— (aop30 s,IIsalD klD ui aip uo) uopwi�ToadS pig — UO'gwUpoX 2URWH oilgnd — :ZSI'IXDaHD 'IVJ LIWffnS :NOLLf1gRI.LSIQ 'Ivxua.LXEI (s)Iuauiaas2Nr — (s)saouEutpsO — (s)uopnjosag — lioda2I33nS :SJ.KaYiHDVJLLV JO ZSI'I sluEdToplEd Ilu Ioj uopluSooas mtpdosddE aplAOld (q) �Z661 `£Z Iudd aAp003la aalliwwoo aqI anlossip (ITepUio (E) :uopow Xq 113unoO Iugl papuawwooai si II :NIDI LVC[NIaNIwoDMl •pm uum si IoAeapua snoipal sTgl ui sllojja ITaxp 3o u01.41u203ag •uoissiwwo0 2uidaasojaq s2ugwq oq E UT p malAal 2uloqu- �Iluauno si `uuld jEsauoD Ump aqI Uojja ITagl 3o lonposd aqI puE pseq p1m guol pasogEl sEq dnoi2 aqZ 766i `£Z Iudd iupaaw uoissnuuioD uo-aruodsuwjL puE ogjm L aqI jo uoisnlouoo aqI I -e 3Iaam sigl e�ItoEdEo jETo-gjo UL,ul slsogo nagl alajduioo IPtA puE uEld lmauoD aqI 3o uogmdasd aqI uo 6861 aouis pasogEl sEq DVd0 aqZ '�jd lesaua0 aqI aonposd oI glso3 Ind Isoj3a agI Ion (OddO) aallTwwoO ATostApV UVId IEsauaO aqI Io uoptu2ooal puE uopEApoEaQ :a'IZI.L soloal cl IuawdolanaQ AIlunwwo0 `ouujolSaQ soumf :11102id 2661 `LT judo' :aJVG Z2IOda2I Z66i 'TZ Iudd' :&LVC[ ONIJa9W IO2EUBW fol) `U%J URA "T ]uoaow :nT UVEI QNIOINVIQ 30 AZIo Municipal Code Corporation April 1?, 199? :vis. I-V Burgess Ci*v Clerk (-'irk• Dail 2MF60 East Copley Drive, Shite. io0 Diamond Bar, Califurnia 91765-4177 Dear 'pis. Burgess: Thank you for tallying with Dale Barstow �.onCCTnmg tlic codification project for the City of Diamond Bar. To answer your questions we submit the following. (1 1) Freight charges to ,ship Codes to City .. - - - _ . _ $15o (2) Sales tax ....................... ..... none MCC does not collec:.t California sales tax Socrates, search and retrieval program, tingle user ..... . . . . . . . Updating, per page ..... - .. ..... $i.tlti (4) Time Schedule: (a) Submission of analysis report ...... , , 5 months after receipt of material and ;oatract. (h) Submission of proofs to City ........ 4 months after completion of editorial conference. (c) Delivery of completed Codes to City ... 3 months after return of proofs. We applocialr your i►itesresl and lot -AL Lforw<ird Ire working with ycm and hVittg, of service to the City of Diamond Bar. If you have further questions please call. Post Office Box 2235 1700 Capital .itc!e, S.W. Tallahassee, Ft 32310 ;904) 576-3171 1-900--162-CODE (Nacional 1-800.342-CODF ,Fiotida; 11LL,�js Since rly, +.A.WtolLan fo d President ivawyoeljy :,19 a3HVd3dd 'Iananno4'Bu!ys!lgnd IeBaj ueo!jawb •ways 41!m joealuoo 'e1Pew yons ou sja;;o ted!o!unyy ygnojyj algellene ieyj of jel!w!s e!pew o!lauBew a wys pato sJopuan tlao o�no0 4i d 'abed gad 00' LO Jo; Allenuue ixal 941 o 1 pappe nna!naJ,4els jo; uoos elgellene a inn se6eiI ed uo9 e l uowa Aew eU1P,O nnaN 'aseyo�nd ago;aq •aouauadxe Bu!ssaoojd p.ionn s eq lou sao p Pue uo!jeluawnoop eieldwo0 uan!Jp-nuaw Alelaldwoo s, wajs�ts a j se �t�ess eau eq eldwls 'asn of Asea. yj!nn a41 of Bu!p�000 4 q jou pinonn Bu!u!ell lewjo; '�(uedwoo b 'IIeH Ai!0 ;o ease uo!jdaoaj/Aggol ayi ui paieool �aindwoo leuos�ad ayj p an!Jp P '4 041 uo palleisu! aq pinonn wenn os q do Buu!nbei) esueo!I quo ;0 aseyo�nd ayl sisanbg9 941 •OSLO ;0 isoo a je jVVV8 ;o •Bw t, of 6u"!pa Jo; joa}�adpJoM olul suo!ioas ivau!�ad �tdo�iS 'uo!iels!Bal a�nln; Bu! exp u! asn �o 1xaj Aue j!pe of a e a pinonn ;;ejs peajsul •sajejooS u!yj,M Iq q jou pinonn ;}eis 'aJennj;os ayl u! eiep ayj ;o ApiBelu! ayi u!el' of 3018 ul •ixal apo0 led!o!unyy a�!jua ayl Bu!ssaoe Aq seoueu!pjo nnau Bu! e�uiew paloalas ;o lena!�ia� 'sayo�eas ixai Bu!lewoine u! leis js!sse pinonn deo a o p pue eiep Aq pedolanap aiem4os Aluo-peaj a „'seleioos„ ! ! u w u, 0 p 0 led!o!uny� j !I! I! ny 5 SZV'SZO OSO'ZZs Bu!ys!lgnd X1008 0b£'L L O Bu!ys!Ignd apo0 000'L L s SOUS L s swain( S papo0 uo!lejodjo0 apo0 led!olunV4 00£'5 L s Bu!ys!Ignd IeBa l leo!�ewy sia!;lpo0 BullialS ;o jagwnu awes 8141 uo paseq mann sajew!isa a6je o :seBed l�eyo 6ulnnollo; 8141 'slseq s!yO •e!�a l u }• 4 PinO^^ w�.1 43ea yonw nnoy snnoys PeBjey41 paielnoleo ;;ejS o eq of slsoo a j!�o J jonpad leu!; aged 006 a Bu!sn siasodoid Ile �(q � w 'lioddns le6al an!suajxa yonsX1!0ayipaaa o sey Jasodad Jayio ON a o0 Pasodo�d ayl;o s!s(leue le6al JOId;ejs A110 4l!M iaaw of je8 puowe!Q a4j;o na!naJsje8 puowe! 0l ;;ejs s!yl ;o jagwalII!neuiolle. s!41 'ljo;;a uo!elppooaw!j Iln; £L wauo 6u!uB!sse ofPaiw;;lsa sajeopu, djoo a o0 led!o!unN woo sey pue s(awone n all!nJae d £ Id pue uojs6u!n!I �saJa0 'ye,�ln :elwo}!leo u! Map ino; saleo!pu! sja!;!po0 6u!IJajS •e!uaoj!Ie0 u! sao!naas 6u!4!poo ui aoual�adxa uanoid ou ane 6u! s! n pue Auedwo0 6ulysllgnd apo0 'Aluno0 sala6uy sod u! aye yoiyM o en,g,d' le6a-1 ueo!Jawv ayl u!4j!nn pajeool slua!lo 8£ Seo wJ!j ayl u .j e•wople0 jo ajelS I uy Z onnl a6ed Z66 L ' L Z I!jdy l!ouno0 X110 a41 Jo sjagwavy pue joAeVV algejouoH CITY COUNCIL REPORT MEETING DATE: April 21, 1992 AGENDA NO. _ TO: Honorable Mayor and Members of the City Council FROM: City Manager SUBJECT: Award of Contract for Municipal Code Codification ISSUE STATEMENT; The City desires to contract for Publication and supplementation of Ordinances into a concise, organized d review, a Municipal Code."codification, „document referred to as RECOMMENDATION: It is recommended that the City Council award a codification and publication of City ordinances to Municipal Code Cor oration for professional p anon Florida, the lowest responsive bidder, in an amount not to exceed $18,440 and authorize the Mayor and the City Clerk to execute the agreement on behalf of the City.of Tallahassee, FINANCIAL SUMMARY: Municipal Code Corporation estimates that the final Code will consist of 900 pages and that $17,000 will be necessary for legal review, co Additional costs will include $540 for 30 binders; A sales tax will i added since the vendor is out of state. codification $ and publication. $ 150 for freight charges and $ 750 for software, account, number 4040-4000, currently has a balance of $9,500 and $6,500 le in unencumbered election funds. The remainder te. The City Clerk's Professional Services 93. of the funds, S2,440, would be budgeted n FY 1992 - BACKGROUND: Prior to preparation of the Request for Proposals and a Attorney, staff assembled a 2,014 page rough draft of current Ci t the direction of the City pertinent County Codes adopted upon Incorporation. The material was then scanned in WordPerfect format on floppy City Ordinances merged with diskettes for re -write and editing. Copies of the dkettes were given to prospective publishing companies to estimate the number ofa es in the final document. These estimates range from 500 pages to 1,000 pages for the City's fin P g Advertising of the Request for Proposals took place in Fe y al Code. numerous nationally recognized code bruary 1992 and staff sent RFP's to publishing companie. The deadline for submission of proposals was March 13, 1992, with six firms responding. s DISCUSSION: The attached matrix lists services requested by the responses thereto. Municipal Code Corporation has been selected by staff as hand each firm's e desired vendor based on the following facts: 1 Number ofyearc i_Q_bm&_nUL The firm has been in the business of codification services to cities and counties for over 40 years. This means that th expect to receive annual supplements from this firm m future providing legal Code Publishing Company from the prospective vendor list due a City can years. Staff has eliminated three years. to only being in business for (PWH luawued i jolitmIaH A410 lu stssd ia8�u�y� ,mi 'Z aouauojL _ uoN ueA "I uagog ON — SQA — :sluawuedap paloa;3e BuU+n01103 all iPI& passnosip uodaH oLuodaj ail Aq paoaje sluawudap mmo a21VSOXLuoissnuwo0 you—— uoissuwo0 iqmox aaq S uodal all seg Lpassasse uaaq loedwi IElugwuonnua seg T salon S/V io fluofew a annbw uodal all saoQ ON SOX LAauwlid f4!:) ail ,(q ' Z pamainal uaaq luawaaa�e jo 23ueuW0 `uopniosai agl seg ' I : LSI'IXDaHO 'IV,LLI E[flS auoH :NOLL11gRI`LSIQ 'IvHgmm (� 30 s�I1aI0 �3T0 ut 019 UP) uo?lMz4ToadS pg— uopRogAoR BuuMH oilgnd (s)luaw=JSV 3M (s)saoue<npiO — (s)uopnlosaH — uodaH jAS 3M:SjN3IOd.LLV 30 ZSI'l 3lEiaq uo luawaat$e ail olnoaxo of *ja ,4t alp 3 ue ut epuold `aassegelle.L 30 uo wodlo at0 aga P) jnN o age azuoilne pue ptib`8I$ paaoxa of fou lunow� ieuotssajwd jo p Po0 iediotuny�i of saoueu�plo X10 3o u0l.l qnd pue uou luno poo 3 1oe13uoo a paEn�E ltouno0 �t0 aril leil papuautwooal sr 11 I�IOI.L�'QN O0 o Z661 'Cl go.MIN uo sa!tmdwoo Sunisggnd xis w013 pantaoal alarm slesodold jo3 sisanba '6861 `8I IudV uo u0imodiooul gouts jtouno0 Alt a H `pug sup os pue uopeotignd `uorleogipoo `nnatnal Ieuorssalord jo3 ap daap sa aoueuiplO jo3 saotAlas uorl�uautalddns P '14!Dau :A,gvmvfls soolmuiplO sIlt0 30 uOunulpo0 IOJ 13"u00 30 p1E,%d :auu Z66I `9I ludV :a V(l .L2IOdaW x1ai0 Xl?0 `swing t-pwfZ Z66I `IZ Iudd -a VC[ f)K an ja�EUEl� �i0 `uoH u�A -I uago2I :O.L 'ON VCFN9 V 12IOd32I VC[NHDV Hdfi CINOJIVIQ 30 A.LI0 Municipal Code Corporation Post Office Box 2235 1700 Capital Circle, S.W. Tallahassee, FL 32316 (904) 576-3171 1 -800 -262 -CODE (National) 1 -800 -342 -CODE ( Florida) March 11, 1992 Ms. Lynda Burgess City Clerk City Hall 21660 East Copley Drive, Suite 100 Diamond Bar, California 91765-4177 Dear Ms. Burgess: Thank you for the Request for proposals for codification of the ordinances of the City of Diamond Bar. Pursuant thereto, we are pleased to enclose our proposal for consideration. As you will note, we have adopted the City's proposal form with the inclusion of a Quotation Sheet in the front of the proposal, and a resume of our staff following the proposal. In analyzing the requirements of the City, as provided in Part I of the Scope of Services, we would like to clarify the following: (1) State law - We have the California Codes in our library. They will be thoroughly researched against your ordinances. State law references will be inserted which include citations to the California Codes. (2) Federal law - The United States Code and the Code of Federal Regulations are available for our use at the Florida Supreme Court Library and the Florida State University Law School Library. We maintain a file of U.S.C. and C.F.R. provisions which are preemptive or in some way affect municipal laws. This file is updated by the use of numerous publications which we subscribe to in order to stay current with the latest federal laws. While we do not research every ordinance against the U.S.C. or C.F.R., we do research our files and then refer to the U.S.C. and C.F.R. as necessary. (3) Case law - We have access to all necessary case law reporters and to Shepard's in the Florida Supreme Court Library and the Florida State University Law School Library. We maintain a file of reported cases which affect municipal laws. This file is updated by the use of numerous publications which we subscribe to in order to stay current with the latest case laws. While we do not research every ordinance against all reported cases as to every possible legal issue, we do Shepardize the Code, research our case law files and refer to the case law reporters as necessary. aG19x qOV—S75-885'Q Ms. Lynda Burgess March 11, 1992 Page 2 We feel strongly that the service received from MCC is unsurpassed in every aspect. Consider, for instance: Our experience. MCC has published over 2100 Codes in 49 states - over a period of 40 years. Our 13 attorneys have an average tenure of over 12 years with the company, and a combined 165 years' experience in editing city codes. Our legal expertise. One attorney works exclusively on your project, personally doing the research and analysis, and personally meeting with you at a conference to discuss his/her findings. You cannot find more thorough research and analysis. Our personal touch. No one makes more helpful suggestions nor spends more time, in person, with you working on solutions to problems. We believe face to face communication is the only way to exceed your expectations. The enclosed materials include, in addition to our proposal, a list of our clients, a proposal comparison worksheet and a pictorial brochure with several fliers in the back pocket. We are also enclosing a copy of the new Los Gatos Code. If you have any questions concerning our proposal or desire additional information, please do not hesitate to call us on our toll free number. In addition to the California cities and counties on the enclosed listing, we have recently entered into a contract with Hemet and hope that we will have the pleasure of working with you and serving the City of Diamond Bar. Since ly, A. on Langf rd President �- ALLJjs enclosures 0 CD € E _ Q v €__ J 8L? 8 � + 8 8 88 88888 � ffi 8 88 B 8e 5 ggglgt�k g g gg g gym$ � �� CL -2e 8 + ca a8 88888888 8 8 88 8 ee Q' a L p m m L� 8 m N N Ch >> QLp d,v �� E �m�Oa �m���[�$� 0 UN y(aj i U G= I Ra �_O mp�' �W ��` W� �atl N W W D O ma N o O c ill C�,OQQ ANN b QcQ E 64 L T p O E ECD E e a 6 (�(yy 43' 88 N $ V gam }Q{ p+ oQ -" 10 8 W 8 888_8_888_8_ _ 8 88_ 8yy m A �- 49NN �-R (dJvsin $ 0 i N E C= W Z l7 ^ ttl fA �' J J J J J J J J J FFF9FgLFg J J J J m 7 L N 7 in,y m U E 9 U N VV €E 2 B g � mQ5� m mp �mc Q5� Q5� + � � 8888888 8 8 8� 8 m �lp05Q�5� iA�SaS�g 25� 25 25 �ffig m CdJ �'�m ryG C ci :L t tN W ��+�������Q�ff �E W l y r 9 Q Q G K Q Q Q Q Q Q Q 4 Q Q iil(1 co �E U r m N Q N y €E J LEi $ co m 8 €_E 9 o g m LM pop ppp p+ 88888888 8 8_p 8_ 8q 6 N Na ca :9 (D �NTI a Professional Services Proposal for Diamond Bar, California March 11, 1992 Municipal Code Corporation salted aiduieS •g suotlsagtieno DDW -v :s7uaurg3ully Al u lo3 iesodold 'III saOwaS Io odooS s�ti� 'II 1034S uopeionC) s,DDI, S.LNUNOD 3O ' lffV L QUOTATION SHEET (A) CODIFICATION: (1) Base Cost (2) Base Cost includes: (a) Legal Review (b) Conference with Attorney (c) Sample Ordinance Service (d) Conference Memorandum (e) Editorial Work (f) Typesetting and Proofs (g) Indexing (h) Printing (i) Number of copies (ll) Please choose desired format (estimated pages) 8-1/2 x 11 inches, single column [] 8-1/2 x 11 inches, double column (3) Base Cost does not include: (a) Excess or fewer pages will be charged or deducted as follows: (No charge for blank pages) (i) 8-1/2 x 11 inches sin 1 $17,000 kne 900 650 1 g e column (ll) 8-1/2 x 11 inches, double column $16.00 $24.00 (b) 30 binders, each including divider tabs $18.00 (c) (d) Tabular matter, additional per page Magnetic media $8.00 (e) Freight charges negotiated invoiced upon shipment. Prepaid 1 (B) LOOSELEAF SUPPLEMENT SERVICE (1) Annual fee for Supplements (2) Number of copies (3) Cost per page (a) 8-1/2 x 11 inches, single column (b) 8-1/2 x 11 inches, double column (c) Tabular matter, additional per page (d) Updating magnetic media (C) PAYMENT (1) Upon signing of the contract (2) Upon submission of the ordinance analysis and report (3) Balance upon delivery of Code. (4) Payment for the Looseleaf Supplement Service will be due upon receipt of an invoice. Supplements will be invoiced when shipped. (5) Freight charges will be prepaid and invoiced at time of sinal billing. none 30 $18.00 $22.00 $8.00 negotiated $4,000 $6,000 REQUEST FOR PROPOSAL FOR THE CITY OF DIAMOND BAR, CALIFORNIA SCOPE OF SERVICES PROFESSIONAL CODIFICATION SERVICES The City of Diamond Bar seeks a qualified, professional codifier to review, revise, recodify and update its ordinances and related legislative materials. Proposals should include, but not be limited to, the following services and materials: I. Legal Analysis. The codifier shall undertake a comprehensive analysis of the City's ordinances to ensure the validity, consistency and enforceability of all code provisions. Internal discrepancies such as duplications, ambiguities, outdated terminology and omissions should be identified, and suggestions offered for their resolution. City ordinances will be carefully reviewed by qualified legal personnel for apparent conflicts with California statutes, California case law, Federal laws and decisions of the U.S. Supreme Court. The results of this analysis shall be submitted in a written report to the City for review. This report will include appropriate case citations and case law references to support the codifier's findings and recommendations. Sample ordinances will be provided to the City to assist with the drafting of new and amendatory legislation. A conference between the codifier and a representative of the City will be arranged for a review and discussion of the report and its recommendations. II. Codification. The codifier shall propose an organization for the code which provides for the logical arrangement of subjects into titles, chapters and sections. This organization is subject to the City's approval. All enactments, amendments and repeals shall be incorporated by the codifier into the text and historical citations added to each section tracing the legislative origin of that section. A general table of contents will be provided, as well as tables at the beginning of each title and chapter to indicate their respective contents. All typographical, spelling, grammar and usage errors shall be corrected by qualified editors and proofreaders. Substantive changes shall not be made in the code text without the prior approval of the City Attorney. 2Tua03TT20 a2g Puom2TQ go A4TO x�aTO A4TO '89 bang 2puA ss n Ep s Z66T 'L A.zEn.zgad : agEQ • sT2sodo.zd TT2 ao Aue oa z .zoA4To aus •Pe"Tnaz uaaq antu- 4daoo2 og ggbTJ 9114 san.zasaaSaOTAass uOT4EOTjTpoo ao3 ST2sodoad TT2 zag32 4o2a4uoo V .T PaP.zEME aq TTTM66T Eg0zfk AVPT.zd TTgunxzatO TO aq4 30 83TJ30 9144 Aq pantaoa�aq TTTM sTEsodo.zd uag 'gT•zM •68VZ-098 (VTL) auogdaTag 'OOT a TnS TT2H A4TO 'x.zaTO A4TO auk 3O aoT anT.zQ �aTdoO •� 099TZ butaq saoTA.zas JJO 3o adoos a 9144 42 a ug buTuTT4no smaTgETTEAE 9-1E gubnos saousuTp.zO A4TO auk 3O uOTgE4uauzatddn3 TEsodozd .zoo 4sanbag s Teuotssa�ozd au4 -zO3 sTEsodoad sXpuE not 2oTaas 3TPOo Matnaz "PEI puolliETQ JO A4TO aqj SdOIA2I3S AIOIZ�JI3IQp0 ?VNOISSadoad S7VSOdOHd Z'Od ssanoazi VINUOdIivo 'U+g QNOWVIQ 30 ALIO allL PROPOSAL FOR THE CODIFICATION OF THE CODE OF ORDINANCE FOR THE CITY OF DIAMOND BAR, S BLICATI THIRTY (30} COPIES OF THE CODE PLUSON OF SUPPLEMENTATION SERVICE. 1, PARTIES. The parties to this contract are the Cit Bar (hereinafter Municipality) and Munici al (hereinafter Company), C °f Diamond Code Cor oration 2. GENERAL TERMS. that this It is the general intention of proposal provide for the the Parties Publication of the code of ordinances of codification This proposal covers the Municipality. Publication of thirtthe editorial work, indexing y• single or double nliim„ (30) copies of the g' and style of format. A sample code in printing is attached to the end of page showing the g 3• CHARGE FOR EDITORIAL Proposal. QUOTATION SHEET) AND PRINTING SERVICES. 3.1• Base charge for XXXX (SEE ATTACHED 'Page code 3.2 • Charge for $XXXX more than XXXX 3.3. pages, per page $XXXX Partial • pages will be charged as full pages. 3.4• No charge g for blank pages. 4. BINDERS. (SEE ATTACHED QUOTATION SHEET) 4.1. Standard mechanical looseleaf binde An appropriate title, a rs $XXXX shall be imprinted on each binder the Municipality, 4'2' At an additional cost the Municipality can select an alternate binder. 5• 'TABBED DIVIDER PAGER. pages for the main sections The Company will supply tabbed divider (Additional tabbed title divider Of ehe code cost. at no charge. pages s are available at extra 6 • MAP. DIAGRABt OR TABULAR PAGES. (SEE ATTACHED 6.1• There will be an extra charge for each map, SHEET) or tabular page of map, diagram 6.2. This char e a $XXXX g applies to the basic code and to future supplements 7• FREIGHT CHARGES. F.O.B. $XXXX. (SEE ATTACHED QUOTATION SHEET) 4 The codifier shall subjects keyed to develop an alphabetical the code,the title and chapter index of facilitate tAppropriate cross hall a code location references shall be included ystem to shall also include °f information indicatinga chronolo in the text. The code code the topic of each ordinance table of text, ordinances and its location in the III. Pub ication. review and The codifier shall submit codification work, and the Prices for t and (B) code in; he above (B) a double- (A) a single column Publication of the Pages ' these column 8 1/2" x 11" 8 1/2" x il" format, accompanyStyles format. Examples of Of the P two a. I Prepared by the code thirty (30) co Prices will includecthefier, should ring binders copies the complete code, Publication tabbed and or expandable Plus thirty divider pages for the Post binders o (30) main portions of and customized IV. U dates. The the code. supplements. proposal shall include prices style of New ordinances will be for annual tables the code and all codified code and indexes shall be history notes to match the updated. il cross references, V. References and be carried ualifidations. A11 work to be include cut by Qualified personnel. Performed shall Of at a list of shall current clients Proposals least three munici and the names and addresses Projects of approximately the samefere references for Of Diamond Bar's. codification and scope as the City VI. S 'du__�EE , time schedule for the com Proposals shall include an estimated time for supplements. completion of the project and turnaround VIT. Deadline fo Pro o als. Proposals will City of Diamond Bar until Friday, March 13, accepted Proposals should be Pted by the Clerk, Cit addressed to Ms. 1992 at 2:00 p.m. Bar CA 91765-4177. 21660 E. Copley Drive, ynda Burgess, City Suite 100, Diamond Technical questions re to: Lynda Burgess, (73-4) 860 this project should be g , ) 860-2489. directed The City shall review all suits the needs of the city- to determine reject which best the ct all proposals for any The City reserves the right to ht er to details and achieve with the selected vendor so reserves the best overall code to clarify for the City. 3 8. M SALES TAX. If a sales tax is applicable to this work, the amount of such tax will be added to the costs quoted in this contract. PAYMENT SCHEDULE. (SEE ATTACHED QUOTATION SHEET) 9.1. On signing of the contract, XXXX dollars ($XXXX) is due for payment. 9.2. An additional XXXX dollars ($XXXX) is due when the Ordinance Analysis and Report is submitted to the City Attorney. 9.3. The balance of the total cost of the code is due on delivery of the code books to the Municipality. 9.4. By written agreement signed by the Company and the Municipality, the payment schedule may be extended over a longer period. Balances due later than 60 days after delivery of the code books are subject to a late charge. A late charge of 1% per month may be imposed on all past due amounts. 10. WORKING COPIES OF ORDINANCES. The Municipality will supply to the Company two (2) legible working copies of each ordinance. If working copies are not available, the Municipality will make the ordinances available for duplicating. The Company will make duplicates of the ordinances necessary to the code and will charge the Municipality the Company's cost of having the ordinance duplicated. 11. TIME FOR COMPLETION. 11.1. Time is of the essence. It is the intention of the Company, with the cooperation of the Municipality, to deliver the completed codes to the Municipality within one year of the receipt of codification material from the Municipality. 11.2. Should delivery be delayed because of the Municipality's delay in performing its duties according to this contract, the Company shall have the right to increase the final cost of the code to compensate for any increase in labor, materials or overhead costs. 12. ORDINANCE ANALYSIS AND REPORT. The Company will, under the supervision of the City Attorney, prepare an Ordinance Analysis and Report upon receipt from the Municipality of the material to be included in the codification. In preparing this report, the Company will: 5 13. 12.1. 12.2. 12.3. 12.4. Examine all existing ordinances of a general and permanent nature or imposing a fine, penalty or forfeiture. The company will separate and arrange such ordinances logically according to and subject chapters numbered titles (first division) (second division). Each division will contain provisions similarly related and complete within themselves. Examine the Municipality's provisions for apparent improprieties and conflicts. Whereconflicts, inconsistencies or ambiguities are apparent Company, they will be brought to the attention of the Municipality's representative for consider- ation. Such examination shall be performed with the approval of, and in cooperation with, the City Attorney. Formulate, draft and recommend a title and chapter outline of a proposed code structure and fur i hthe to the Municipality's representative a copy outlined proposed code structurecancan e classification Land of existing ordinances Report). Such proposed structure and classifica- tion of ordinances will not be adopted until they have been approved b the Municipality's represent- ative. Upon receipt of the Ordinance Analysis and Report, the City Attorney will review the Report and recommend appropriate action on all items contained within the Report. The City Attorney shall make all legal decisions. EDITORIAL CONFERENCE. Immediately after receipt of the Ordinance Analysis and Report, an editorial conference will be scheduled with the City Attorney or authorized municipal representative and Company representa- tive. The conference will be held at andtime mutually satisfactory to both the Company Municipality after the City Attorney has had an to review the Ordinance the thysis and e Company Report. During this conference, Municipality will review the representative and the prepared by the Company in code structure analysis order to determine necessary changes in the Municipality's laws. 13.1. 6 13.2. Upon completion of the editorial conference, the Company will submit to the Municipality a memoran- dum outlining the substantive, editorial and organizational changes agreed upon at the confer- ence. 13.3. Upon completion of the editorial conference, the City Attorney will draft and recommend for enactment all amendments, repeals and new ordinances. 14. CODE EDITING: It will be the responsibility of the Company to prepare the code manuscript for typesetting and printing by: 14.1. Dividing each ordinance to be included in the code into short sections, so that each section will contain only one provision of law pertaining to only one subject, to the extent reasonably possible. 14.2. Technical codes which have been adopted by refer- ence--e.g., building, plumbing, electrical, and similar technical codes --will be excluded from the municipal code unless the Municipality's represen- tative directs the Company to include such techni- cal codes. Ordinances adopting such technical codes by reference shall be included and classified in appropriate sections of the Municipality Code. 14.3. A table showing the disposition of each municipal ordinance will be prepared and included in the code volume. 14.4. Catchlines for each individual section of the code will be inserted at the beginning of each section. 14.5. A table of contents for each chapter will be prepared consisting of numerical listings of the catchlines of the individual sections in each particular chapter. A table of contents for each title will be prepared consisting of numerical listings of the chapters in each particular title. 14.6. An historical citation showing its legislative history and derivation will be prepared for each section of the code. 14.7. Only the substantive provisions of each ordinance will be codified; provisions such as the title, ordaining clause and attestation clause of each ordinance being omitted to the extent permitted by law. 7 14.8. Where necessary, the language of existing ordinances will be edited, by revising into concise, modern and proper language to delete apparent conflicts, ambiguities and repetitious provisions. All substantive changes will be submitted to the City Attorney for approval. 15. INDEXING. A complete and comprehensive index, covering each section of the code will be prepared and included in the code volume. The index will use detailed cross-referencing. 16. WARRANTY. The Company warrants only that the code will contain all of the currently effective ordinances provided to the Company by the Municipality as revised and amended according to instructions from the Municipality Representative. 17. PRINTING. 17.1. Upon completion of the editorial and indexing work, the code will be reproduced in City of Diamond Bar's attached page style. 17.2. The code is to be printed on both sides of the sheet. The choice is usually based on the probable size of the code to result in a single volume of convenient size. 17.3. All labor and materials for the completed code will be furnished by the Company. 18. PERSONNEL. Only experienced and qualified personnel will be employed in all editorial and codification work. The Customer Relations Representative will consult the Municipality when necessary and will keep the Municipality informed of the progress of all codification work. 19. SALE OF CODES. The Municipality has exclusive rights to sell copies of the completed codes and looseleaf supplement material. 20. SUPPLEMENT SERVICE. (SEE ATTACHED QUOTATION SHEET) 20.1. Annual editorial fee: . . . . . . . . . . . . $.XXXX 20.2. Basic charge per page: . . . . . . . . . . . $XXXX 20.3. Supplements will be published as often as requested. 8 Supplement intervals may be changed at any time at the request of the Municipality. 20.4. Ordinances adopted by the Municipality are to be forwarded as they are enacted. The Company will edit such ordinances, appending appropriate headnotes, catchlines, cross references and explanatory notes, and reprint the page or pages of the code amended, removing the provisions superseded by the amendment and inserting the new provisions. The pages in the comprehensive index which are affected by the amendment will also be revised to take account of changes and new provisions, and will be reprinted. 20.5. Copies of the supplement pages for each code book, together with insertion guides containing full instructions for insertion of all supplemental material and revised index pages, will be supplied to the Municipality. 20.6. Supplements will be in the style and format of the original codification. 20.7. Payment for the supplement service will be at the rate established in this agreement. Payment is due on delivery to the Municipality of the supplement material. 20.4. The supplement service may be terminated by written notice of cancellation received not less than 60 days prior to the editorial cutoff date for any one supplement. 21. ASSIGNATION, INTEGRATION AND MODIFICATION. When executed by both the Company and the Municipality, this agreement constitutes the entire agreement between the parties. There are no other agreements or representations not set forth in this agreement. This agreement incorporates all prior negotiations, agreements and representations. This agreement shall be binding upon and inure to the benefit of the parties and their respective successors and assigns. This agreement may not be modified except in writing, signed by the Company and the Municipality. 22. LAWS OF STATE OF CALIFORNIA TO GOVERN. This agreement shall be governed by and construed in accord- ance with the laws of the State of California. E 23. WAIVER. The waiver by any party of a breach of any provision of this agreement or the failure by any party to claim a breach of any provision of this agreement shall not constitute a waiver of any subsequent breach, or change the effect of or make that provision thereafter unenforceable in any way. 24. DURATION OF QUOTATION. This quotation and agreement constitutes a bid by MTTP7T(`TP r. ODE ORP , a FLORIDA corporation, for the performance of the codification services described for the Municipality. If this quotation and agreement is executed by the Municipality within 90 days of the date hereof, it shall be a binding contract between the Company and the Municipality. Accepted: Date CITY OF DIAMOND BAR By 1WORKWMCODEICODE.RFPU-7-92 Bid submitted March 11, 1992 Municipal Code Corporation A corporation BY 4Pe—s+idet and Secr tary 10 QUALIFICATIONS BACKGROUND For the last 40 years Municipal Code Corporation has engaged exclusively in editing and publishing Codes for cities and counties of all sizes throughout the United States. MCC has published and supplemented more Codes which are in current use than any other codifier in the Country. This experience enables us to offer you the finest services available. (1) Business location: 1700 Capital Circle, SW Tallahassee, FL 32304 1-800-262-2633 or 904-576-3171 (2) Incorporation Date: March 1951 (3) Current Code accounts serviced: 2,000 (4) Project contact persons: Bill Carroll, Vice President - Codes Becky DeNeve, Vice President - Electronic Publishing (5) Specific California References: Agoura Hills EI Centro Fremont Pat Manning Rita Noden, CMC Sharon Whitten City Clerk City Clerk City Clerk 818-889-9114 619-337-4515 415-745-2724 Irvine Lomita Oceanside Nancy C. Lacey Dawn Tomita Barbara K Bishop -Smith City Clerk City Clerk City Clerk 714-724-6000 213-325-7110 619-966-4460 See also attached list of cities/counties LAW EDITORIAL STAFF George R. Langford, LL.B., University of Virginia; 40 years' experience in editing and publishing city and county Codes; Chairman of the Board. A. Lawton Langford B.A., Vanderbilt University; M.B.A., J.D., Florida State University; Member of Florida Bar; President. William James Carroll Jr. B.S., Penn State University; J.D., Florida State University; 17 years' experience in editing city and county Codes; Member of Florida Bar; Vice President of Code Department. B. Meade White J.D., University of Miami (Florida); 27 years' experience in editing city and county Codes; Member of Florida Bar. Milt Lefkoff, A.B., Stanford University; J.D. University of Georgia; 21 years' experience in legal editing; Member of Georgia Bar. James S. Vaught B.A., J.D., Florida State University; 20 years' experience in editing city and county Codes; Member of Florida Bar. Roger D. Merriam, B.A., Mercer University; J.D., Emory University; 17 years' experience in editing city and county Codes; Member of Florida Bar. Alyce A. Whitson B.A., University of South Florida; J.D., University of Florida; 9 years' experience in editing city and county Codes; Member of Florida Bar. Jan N. Shekitka. B.A., Wofford College; J.D., University of Miami (Florida); 7 years' experience in editing city and county Codes. H. Palmer Carr, B.A., J.D., Mercer University; 10 years' legal experience in private practice and public service; 3 years' experience in editing city and county Codes; Member of Georgia Bar. Allen Zachary Paul B.A., University of Oklahoma; M.S., Ph.D., J.D., Florida State University; over 5 years' experience in general, civil and administrative law; 3 years' experience in editing city and county Codes; Member of Florida Bar and American Bar Association. Mary Rose DiMarco B.A., Westfield State College; J.D., Loyola University, New Orleans; 1 year's experience in editing city and county Codes. SUPPORT PERSONNEL MCC's law editorial staff is supported by a full complement of assistants, clerks, etc. In addition, MCC maintains a full-time proofreading department with a captive printing plant which prints Codes and Supplements to meet the contractual requirements of MCC. All facilities are located on our premises, which enables us to control each project from beginning to end with no part being subcontracted. Key personnel are available to answer questions during any phase of the project and to assure quality control in all aspects of publication. The entire staff, including the printing operation, consists of approximately 150 employees, including 12 attorneys, 17 editors, and 40,000 square feet of floor space. Municipal Code Corporation Ord'ord C.hazon Bend of New Fairfield Ozark Mission Indiana New Haven CrystCroce City Kenneth City Pa Atka Pelham Coaahela New London Dad. sl River Key Colony Beach Palatka Pell City Coat. Mesa NewingtonDade City Key Wst Palm Bay C Phenix City 'Cypres Norwich Dade Co. Risimms Palm Beach Piedmont EI Centro Dania L.Belle Palm Beach Co. Plymouth Davenport Prattville Fontana Po Lady Lake Palm Beach Shona Portland Davie Robertsdale Fremont fake Alfred Palmetto Saraland Ridgefield Daytona Beech Lake Butler ALABAMA Selma vGl� o Seymour Daytona Beach Panama City Lake City Panama City Beach Abbeville Sheffield 'Hermon. Beach Shelton Shores Lake Co. P. Co Southbury 'Deerfield Beach Alabaster Sylacauga Irvine SouthingtonLake Hamilton Pasco ok Albertville Tarrant Destro Spring Lake Helen �� Co. Suffield Pembroke Park Alexander City ThomasvilleLaguna Ni Donde Lake Park Pensacola Troy Lake Co. easel Trumbull Lake Wels Perry Andalucia Dundee Anniston Tuscaloosa a Vernon Dunedin Lake Worth Pierson Lomat. 'Wat.rbu Arab Tuacumbia Ls Gats Westbrook � Lakal a Lantana Pinellas y Athena 'Tuskegoe Mission Viejo Weston Fatenville I'°nt°°a Plant City Atmore Union Spring •Modtst. Largo Plantation Auburn Vstavia Hila Windham Edgewater Lauderdale - Oceanside Windsor Polk Co. Baldwin Co. York Edgwood By -The -Ste Ponce Inlet Bay Minette .�� CO' Woodbury El Portal Lauderdele L.ks Port Orange 'Birmingham ALASKA *Ojm.rvillt Escambia Co. Lauderhill Port Richey Blountaville Retehiksn Gateway DELAWARE FeWmere Lee Co. Port St. Joe 'Redwood City Dover Fagler Beach Leesburg Punta Gorda Hoez Borough .San dos Fernando Naw Castle Co. Flaglor Co. Leon Co. Brewton ARIZONA Newark Florida City Lighthouse, Point Putnam Co. 'San Luis Obispo Smyrna Ft. Lauderdale icy Brundidg Avondale gas Live Oak Redington Beach ger 'Wilmington Ft.Meade Longboat Rey Calera *Chandler Santa Ana Redington Shores Camp Hill EloyFt. Myers Santa Clara Co. FLORmA Ft. Pierce Longwood Riviera Beach Chickasaw Florence Tustin Aaehua •Ft. Walton Baaeh *Lynn Haven Rockledge Childersburg 'Gilbert 'Ventura MA—Y Royal Palm Citronelle Glendale `Villa Park Alachua Co. Franklin Co. Madison Beach Altamonte Spring Freeport Madison Co. Clanton Kingman W. Covina Anna ' Frost roof Safety Harbor Clayton Nogales E P Maitland SL Augustine Cullman PeoriaCOLORApO Apalachicola Gainesville Malabar St. Cloud Daleville Salt River Alamos" Apopka Gado Co. Manatee Co. St. Johne Co. Daphne Pima-Maricopa Awa AArcadia Glen Ridge Mangoaia Park St. Lao Decatur Indian CommunityAspen ber Golden Beach Margate St. Lucie Co. Pe Atlantic Beech Gracoville Demopolis Show Lo Aurora Atlantis Gran Cove S mon Co.3r,. Petersburg Dothan Show Low Bayfield Auburndale __ >ut°g Marion CSt. Petersburg Elba So. Tucson *Broomfield Bal Harbour Vil. Greensboro Martin Co. Beech Enterprise Tucson Commerce City Balder Mary Esther Sword Eufaula Winslow DenverBay �. Gretna Mascotte Sanibel Evergreen Yuma Durango Bay Groveland Medley Sant. Rosa Co. Fairfield Bay Harbor nde Gulf Breese Melbourne Sarasota Edgewater Belle Glade Gulf Stream Fairhope ARKANSAS Ft. Collins Hells alt Miami Sarasota Co. 'Fayette Bentonville Grand Junction Bellosir Gulfport Miami Shores Vd. Sea Ranch Lakes Florence Camden Haines City Milton Lafayette Helleview Hallandale Sebastian ro Foley Cwstt Monte Vista Mimeos Biscayne Park SebringFt. Payne EI Dorado Mt Created Butte Boca Raton Haverhill Miramar 3ewall's Point Gadsden Forrest City *Pitkin Co Monroe Co. So. Bay Georgians. Ft. South Sheridan Boynton Beach Hendry Co. Monticello So. Daytona Bradenton Hernando Co. Mt. Dora 'Greenville Garland Co. Staamboat Spring Bradenton Bach So. Miami Granville Helena Sterling Branford Mulberry Springfield Gulf Shores Hope Thornton Brevard Co. Highlands Co. Guntersville Hot Spring Wheat RidgeNasau Co. Stuart Briny Bness Hillsboro Bach Hartselle Little Rock Bronsontune Beach Sumter Co. ronson Helena Lowell CONNECPICVI Bronson a Hillsborough Co. New Pert Richey Sunrise Homewood McGsbes •Aa Holly Hill New Smyrna Bach Surfside Broward Co. Hoover Magnolia Bleomfield Bushnell Homestead Newberry Sweetwater Huntsville MonaHypoluxo Nictvills Tallahassee Imndale Monticello Bristol CallawayIndialantie "No. Bay Vil. Tamarac; Jackson No. Little Rock Cheshire Csaoalborry Indian Creek Vil. No. Lauderdale Tampa Jsper Ouachit. Co. Center Hill Indian Harbour Danbury Charlotte Co. No. Miami Toques Lafayette Paragould Darien Chattahoochee Basch No. Palm Bsse6 Tequae4 Lanett Pine Bluff �� Indian River Co. No. Redington Titusville Chipley •Indian River Leede Pulaski Co. E. Haven Ciace Bayou Shores Beech Umatilla Linden Rogers 'Enfield Citrus Co. Indian Rocks Heath Oakland Park Valparaiso Madison Rusectivilla Glastonb Ocala Venice Marion Searcy 'Groton �7 Claay Co. Indian Shores Ocean Ridge Vero Beech Midfield Springdale Hartford Inglis Okelooea Co. Virginia Gardens Mobile Texarkana Kutingly Clermont Inverness Okeechobee Volusia Co. Monroeville Trvmenn LitcbfiCocoa ald Jacksonville Okeechobee Co. Wakula Co. *Montgomery Washington Co.Madison Jacksonville Beach Oldsmar Walter, Co. 'Mountain Brook Manchester Cosa Beach Jasper OPa-locks Wauehula Oneonta CALWO v Coconut Creek Jay Orange City W. Melbourne Rills Meriden Collier Co. Juno Basch Opelika Agoura Hila Middlefield Coral Gables Jupiter �stga Co W. Miami Opp Azusa Montville 'Orange Park W. Palm Beach Orange Beach Belmont Naugatuck Coral Springs Jupiter Inlet Ormond Beach Wiwwood Butte Co. New Britain Crestview city JupiterIslandAland Osceola Co. Williston Oviedo Wilton Manors • Cities utilizing our Looseleaf Supplement Service for Cods originally prepared by another publisher. Windermere Winter Garden Winter Haven Winter Park Winter Springs .Zap: yrhills GEORGIA Acworth Adel Albany Alma Alpharetta Americus Ashburn *Athens Atlanta 'Augusta Austell Avondale Eetetes Bainbridge Barnesville Barrow Co. Bibb Co. Blackshear Blakely Bloomingdale Boston Bowdon Brunswick Bulloch Go. Byron Cairo Calhoun *Camilla Carrouton Cartersville Cedartown Centerville Chamblee Charlton Co. Chatsworth Cherokee Co. Clarke Co. Clarkston Clayton Co. Cobb Co. College Park Colquitt Co. Columbia Co. Columbus Commerce Cordele Covington Cowete Co. Dalton Dawson Decatur DeKalb Co. Doraville Dougherty Co. Douglas Douglas Co. Douglasville Dublin Duluth 'Fast Point Elberton Emanuel Co. Fairburn Fayette Co. Fayetteville Fitzgerald Floyd Co. Forsyth Ft. Oglethorpe Ft. Valley sFidton Co. Gainesville Garden City Gordon Gordon Co. Grady Co. Griffin Grovetown *Gw.wtt Co. Haberoham Co. Hahira Hapeville Harris Co. Hartwell Hawkinsvills Haslehunt Helen Henry Co. Hinesville 'Houston Co. Irwinton Jesup Kingsland [&Fayette LaGrange Lake Park Lakeland Lamar Co. Liberty Co. Lowndes Co. Lumber City Lyons Mecon Manchester *Marietta Meriwether Co. Metter Milledgeville Monroe Co. Montezuma *Morrow Moultrie Nashville Newoan 'Ocilla Palmetto Paulding Co. Peachtree City Pelham Perry Polk Co. Port Wentworth Powder Springs Quitman *Richmond Co. Riverdale ellockdale Co. Rome Roesvllle Roswell SR Marys Savannah Smithvills Smyrna 'Spalding Co. Statesboro Stone Mountain Sugar Hill Swainsboro Sylvania Sylvester Terrell Co. 'Thomaston Thomasville Thomson Tifton Toccoa Trenton Troup Co. 'lybee bland Union City Vidalia Ville Rin Walker Co. Wan Co. Warner Robins 'Warrenton Washington ways— Way. ys—Wy. Co. Waynesboro W. Point Whitfield Co. Winder IDAHO 'Lewiston ILLINOIS Alsip Aroma Park Auburn Aurora Barrington Beardstown 'Balvidan Boone Co. Bourbonnais Bradley Burbank Calumet City Centralia Champaign Chicago Heights Cicero Crete De Kalb Co. Du Quoin E. Hazel Creat Effingham Evergreen Park Galesburg Gillespie Glenwood Hanover Park Harrisburg Hazal Crest Hillside Hinckley Iroquois Co. Jacksonville Jerseyvills Joliet Kane Co. Kankakee Co. Knoxville La Grange Park Lansing Lebanon Lee Co. Libertyville Litchfield Lovea Park Macomb McCullom Lake Montgomery Mt. Carmel Niles Northbrook *Northlake Oak Brook O'Fsllon Olympia Fields Oregon Palatine Pana Paris Park Forest Peoria Peoria Co. Pittsfield Plainfield Pontiac Princeton Rock Falls Rock Island Rockford Rolling Meadows Row" RoesBe Rushville Sandwich Sauk Vd. So. Beloit So. Chicago Heights So. Holland Sparta Stager Stephenson Co. Sterling Stickny Streator Urbana *University Park Vermilion Co. Vernon Hills Villa Park Walnut Waukegan Waverly W. Chicago Westmont Whiteside Co. *Winnobego Co. Zion INDIANA Albion Alexandria Chesterton Clarksville Dunkirk Garrett Harmony Indianapolis Kendallville Knox Lawrenceburg Lebanon Logansport Merrillville *Muncie New Castle *Porter Princeton Rochester St. John Soottsburg *South Bend Thorntown Tipton Warsaw Whiting IOWA Bettendorf Cedar Falls Coralville Delhi Dubuque Eagle Grove Evans"* Grinnell Indianola Iowa City Ls Man Lone Tree Madrid Marshalltown Mt. Pleasant Ottumwa Sheldon Sioux Center Spirit Lake Washington Waterloo Waukon KANSAS Atchison Burlington Coffeyville Columbus Concordia Emporia Fria Garden City Hays Independence Kansas City Leavenworth Manhattan Ottawa Parsons Saline Co. Sedgwick Co. Topeka Winfield Campbellsville Cynthians, Danville Flatwoods *Frankfort Fulton Georgetown Henderson Hieiman Lexington - Fayette Co. MyBeld MR Starling Newport Nicholasville Owensboro Paris Princeton Radcliff Richmond Shepherdsville Winchester LOUISIANA Abbeville *Abita Springs Acadia Par. Addis Alexandria Allen Par. *Amite City Arcadia Ascension Par. Avoyelles Par. Bastrop Baton Rouge Beauregard Par. Berwick Bienville Par. Bogalusa Bossier City *Bossier Par. Breaux Bridge Bunkis Caddo Par. Calcasieu Par. Cameron Par. Carencro Catahoub Par. Church Point Clinton Concordia Par. Covington Crowley D.1cambre Delhi DeQuincy DeRidder DeSoto Par. Donaldsonville E Baton Rouge Par. E. Feliciana Par. Erath *Eunice Evangeline Par. Farmerville Franklin Par. Franklinton Gonzales Grambling Gramercy Grand Isle Gretna Hammond Benghazi Haynesville Homer Houma Iberia Per. Iberville Par. lova JacJkson Par. *Jeanerette Jefferson Davis Par. Jefferson Par. Jennings Jonesboro K+Pbn Kenner Kinder Lfayette Iafyette Par. Lake Arthur Lake Charles eLaSeBe Par. *Iwesville Lincoln Par. Livingston Par. Lockport Lanauville Madison Par. Mandeville Mansfield Many Marksvilla Monroe Morehouse Par. Morgan City Natchitoches Natchitoches Par. New Iberia New Orleans *New Roads Oakdale Oak Grove 011e Opelousas Ouachita Par. Patterson Pineville Plaquemine Plaqueminm Par. Pointe Coupes Par Port Allen Rapider Par. Rayne Rayville Red River Par. Richland Par. Roston Sabine Per. St. Bernard Par. St. Charles Par. St. Francisville *St. Helena Par. St. Landry Par. St. Martin Par. St. Martinville St. Mary Par. Shreveport Simmesport Slidell So. Mansfield Sulphur Suneet Tangipehoa Tangipahoa Par. Terrebonne Par. Thibodaux Union Par. Vernon Par. Vidalia Ville Platte Vinton Vivian Walker Washington Par. Webster Par. Welsh W. Baton Rouge Par. W. Carroll Par. W. FeGciana Par. W. Monroe 'Westlake Weetwege White Castle Winn Paz. Winnfield Winnsboro Zwolle MAINE Augusta Biddeford Brunswick *Caribou Eliot Falmouth Ft. Kent Kittep Lewiston Old Town Portland So. Portland Waterville *Winslow, MARYLAND Anne Arundel Co. Baltimore Co. 'Cambridge Cheverly Chevy Clime (town) Chavy Chase (vil.) Cumberland *Frederick Frederick Co. *Gaithersburg Greenbelt Howard Co. Laurel Montgomery Co. Mount Rainier Poolesville Rockville *Taneytown MASSACHUSETTS Andover Bellingham Beverly Brockton Chelmsford Chelsea Concord Easthampton Everett Fall River Gloucester Groveland Holyoke Lee Lowell Marblehead Melrose Millbury New Bedford Newburyport *No. Adams No. Reading Peabody *Pittsfield Salem Somerville Swansea Taunton Walpole Waltham Westfield MICHIGAN Ada Twp. Albion Algoma Twp. Algonac Allegan Allegan Twp. Allen Park Alma Almont Alpena Ann Arbor Ann Arbor Chtr. Twp - Armada Auburn Aurelius Twp. Bangor Chir. Twp. Baroda Berry Twp. Bay City Bay Co. Belvidere Twp. Benton Harbor Benton Chir. Twp. Berkley Berlin Tvp. Berrien Twp, Big Rapids Birch Run Birmingham Bluefield Bloomfield Hills Bloomingdale Blumfield Twp. Boyne City Brady Twp. Brandon Chir. Twp. Bridgeport Chtr. Twp. Bridgman Brighton Twp. Bronson Brooke Twp Brownstown Chtr. Twp - Bruce Twp Buehaean Byron Twp Campbell Twp. Canton Chtr. Twp. Grosse Pointe Muskegon Texas Twp. Pearl St. Charles NO. CAROLINA Capac Farms Muskegon Chir. Trenton' Picayune St. Clair Ahoakie Carrollton Twp. Grosse Pointe Park Twp. Troy Senatobia St..loseph Angier Cascade Chtr. Twp. Grosse Pointe Muskegon Heights Tyrone Twp. Southaven 'St. Louis Co. Apex Casnovie Twp. Shores Niles Union City Starkville *St. Peters Asheville Cassopolis Gun Plain Twp. No. Muskegon Unionville Summit Ste. Genevieve Atlantic Beach Cedar Creek Twp. Hagar Twp. Norton Shores Van Buren Chtr. Tupelo Sedalia Beaufort (Muskegon Co.) Handy Twp. Novi Twp. Vicksburg Slater Boiling Spring Cedar Creek Twp. Harbor Beach Oak Park V- Woodville `Springfield Lakes (Wexford Co.) Harper Woods Olivet Vassar Twp. Yazoo City Sugar Creek Brevard Cedar Springs Harrison Orchard Lake V'rl. Vergennes Twp. Sunset Hill. Brunswick Co. 'Center Line Harrison Chir. Oshtemo Chtr. Twp. Vevey Twp. MISSOURI Town and Country Burgaw Centreville Twp. Otsego Twp. Vicksburg Arnold Union Burke Co. Charlevoix Hastings Ovid Vienna Chtr. Twp. Ballwin Valley Park Burlington Charlotte Hesperia Owosso Walker Bellefontaine Warrensburg Carolina Beach Chelsea Highland Chtr. Owosso Twp. Walkerville Neighbors Wellston Carteret Co. Chesterfield Twp. Twp. Parchment Warren Belton Wentzville Cary China Chtr. Twp. 'Holland Pavilion Twp. Washington Twp. Black Jack W. Plains Catawba Go. Clawson Holland Chir. Twp. Petoskey Waterford Chtr. Blue Springs Chapel Hill Clay Twp. Holton Twp. Pigeon Twp. Booneville MONTANA Charlotte Clayton Homer Pittsfield Chtr. Watervliet Brentwood Billings China Grove Clayton Chtr. Twp. Hopkins Twp. Watervliet Twp. Butler Glasgow Cleveland Co. Clinton Hopkins Twp. Plainfield Chir. Wayland Cameron Miles City Clinton Clyde Twp. Howard City Twp. W. Bloomfield Cape Girardeau Concord Cohoctah Twp. Howard Twp. Plainwell Chtr. Twp. Carthage NEBRASKA Conover Coleman Howell Twp. Pleasant Ridge Westland Caruthereville Beatrice Craven Co. Coloma Hudson 'Pontiac White Pigeon Casaville Bellevue Cumberland Co. Colon Hudsonville Port Austin Whitewater Twp. Chesterfield Kearney Currituck Co. Comstock Chtr. Huntington Woods Port Huron Williamstown Twp. Clarkson Valley Nebraska City Davidson Twp, Huron Chtr. Twp. 'Portage Wolverine Lake Claycomo Norfolk Drexel Constantine Independence Chtr. Porter Twp. Woodhaven Clayton Omaha Dunn Cooper Twp. Twp. Portland Wright Twp. Clinton York Durham Covert Twp. Ingersoll Twp. Ravenna Wyandotte Cool Valley Durham Co. Dalton Twp. Ironwood Reading Wyoming Crestwood NEVADA Eden Dearborn Jackson Redford Twp. Ypsilanti Crave Coeur Reno 'Edenton Dearborn Heights James Twp. Reed City Ypsilanti Chtr. Crystal City Elizabeth City Decatur Jonesville Richland Twp. Dellwood NEW HAMPSHIRE Emerald Iate Delhi Chtr. Twp. Kalamazoo Richland Twp. 'Zeeland Des Peres Berlin Fairmont Fayetteville Delta Chtr. Twp. Kalamazoo Chtr. Richmond Doniphan Claremont 'Concord Forest City Denmark Twp. Twp. Richmond Twp. MINNESOTA EI Dorado Springs Denver Twp. Kentwood (Macomb Co.) Apple Valley Ellieville Manchester Forsyth Co. Detroit Lake Angelus Richmond Twp. Arden Hills Excelsior Springs Meredith Foxfrre Village DeWitt Lake Odessa (Osceola Co.) Blaine Farmington Nashua Franklinton Dexter Lansing Chtr. Twp. Lapeer Twp. Riverview Riva Twp. Chanhassen Chaska Ferguson Festus NEW MEXICO Garner Gaston Co. Dorr Twp. Dowagise Lawrence Rochester Fairmont Florissant Alamogordo Graham Dryden Twp. Leoni Twp. Rogers City Faribault Fulton Aztec Granite Quarry Dundee Leslie Romeo Grand Marais Grain Valley Bloomfield Greensboro Eagle Lexington Romulus 'Mankato 'Grandview Carlsbad 'Greenville K Grand Rapids Lima Twp. Roosevelt Park Maplewood Hannibal Espanola Guilford Co. Co. E. Jordan Lincoln Twp. Rose Twp. Minneapolis Harrizonville 'Farmington Halifu E, Tawas Lockport Twp. Rothbury Minnetrists Higginsville Les Cruces Hamlet Eaton Rapids Lowell Royal Oak Twp. New Brighton Hillsboro Portalee Havelock Hendersonville Ecorse Ludington Royalton Twp. St Paul Houston 'Jackson Raton Roswell 'Hickory Egelston Twp. Elk Rapids Lyons Lyon Twp. Rutland Twp. St. Charles Stewartville Willmar Jennings Silver City 'High Point Elkton Mackinac Island St. Clair Woodbury Joplin Taos Truth Highlands 'Holden Beach Elsie Escanaba Mackinaw City Macomb Chtr. Twp. St. Clair Shores St. Ignace Nm3m Eppl Kansas City Kennett or Consequences Huntersville Eureka Chir. Twp. Madison Heights "SL Johns Batesville Kirksville Iredell Co. Fester Twp. Mancelona St. Joseph Bay St. Louis Kirkwood NEW YORK Jacksonville Fabius Twp. Manistique Sl. Joseph Chtr. Biloxi Ladue Bellport Kannapolis Farmington Manton Twp. Booneville "Lake Waukomis Binghamton Kernersville Farmington Hills Maple Grow Twp. SL Louis Canton Lamar Cedarhurst Kill Devil Hills Fennville Marosilus Saline Centreville Lebanon Dolgevws Kings Mountain Fenton Marine City Saranac Clarkedals Lea's Summit Elmira Kinston Kitty Hawk Fenton Chtr. Twp. Marion Twp. Saugatuck Columbus 'Liberty Ft. Plain Farndale Marlette Sault Ste. Marie Corinth Louisiana Goshen Knightdale Flint Marshall Schooleraft D'Iberville Macon Guilderland Kure Beach Flushing Twp. Marysville Sehooleraft Twp. Draw Manchester Hamburg Ince Waeeamaw Fowlerville Mayville Seville Twp. Gautier Maplewood Johnstown "Laurinburg Frankenlust Twp. MoBain Shepherd Greenville Marshall Kenmore Lenoir Frankenmuth Meamta Sheridan Chtr. Twp. Greenwood Maryland Heights Lewiston Lexington Fiver Melvindale So. Haven Twp. Grenada Mezico Long Beach Linmtnton Long Beach Fremont Merrill "So. Lyon Gulfport Moberly Marcellus Frenchtown Chtr. Middlevills So. Rockwood Hattiesburg Monroe City Niagara Falls Louisburg Twp. Midland Southfield Indianola Montgomery City Olean *Lumberton Fruitport Milan Sparta Jackson Mountain Grove Oneida Madison Fruitport Twp. Milford Sparta Twp. Kosciusko Newho Ossining Maiden Geneses Twp. Milford Chtr. Twp. Spaulding Twp. Laurel No. Kano" City Pittsford (town) Marion Georgetown Chtr. Millington Spring Lake Leland solivette Poughkeepsie (city) Mecklenburg Co. Twp. Milton Twp. Springfield Meridian Osage Beach Poughkeepie(town) Mint Hill Gibraltar Monroe Sterling Heights Monticello Overland Rome Maeksville 'Gladstone Monroe Chtr. Twp. Stevensville Mesa Point Perryville 'Scotia Moore Co. Mooresville Grandville 'Montague Stockbridge Mound Bayou Pine Lawn Spring Valley Morehead City Grand Blanc Chtr. Montrose "Sturgis Natchez Pleasant Hill Sy— 'Morganton T -P. Montrose Chir. Sumter Twp. New Albany Poplar Bluff Troy Morrisville Grand Hawn Twp. Swartz Creek Newton Ravenna Tuckahm Grand Hawn Twp. Morenci Sylvan Twp. Omen Springs Raytown Utica ML Airy *ML Holly Grand Rapids 'ML Clemens Taylor Okolona Rich Hill Vesal Nags Head Grant Twp. Mt. Morris Chtr. Taymouth Twp. Olive Branch Richmond Watervliet Greenville Twp. Tecumseh Oxford 'Rock Hill W. Haversteaw Nashville Grore Points ML Pleasant Tekonsha Pascagoula St. Ann White Plains New Bern New Hanover Co. Loyalsock Twp. No. Myrtle Beach Carrizp Springs La Porte Tomball Luny Newport Plymouth Twp. Orangeburg Co. Carthage Lake Jackson Tyler Manassas No. Topsail Beach Scranton Pickens Cedar Hill Lancaster Universal City Manassas park Onslow Go. Springettsbury Twp. Port Royal Center Laredo Uvalde Martinsville Oxford W. Homestead Richland Co. Cisco League City Vernon Montgomery Co. Pender Co. W. Pettsgrove Twp. 'Rock Hill Clarksville Leander Victoria Mt. Jackson Pineville Wilkes-Barre Twp. Seneca Cleburne Lewisville Waco Nelson Co. Pitt Co. Wilkes-Barre Spartanburg Cleveland Liberty Waxahachie Newport News Polk Go. (City) Springdale Clifton Littlefield Webster Norfolk Princeville Summerville Clute Live Oak Weslaco Norton Raeford RHODE ISLAND Sumter Cockrell HW Livingston W. Orange Petersburg 'Raleigh Reidsville 'Bnatol `Burrillville Sumter Co. Comanche Lockhart W. University Place Poquoson Surfside Beach Commerce Longview Wharton Portsmouth Rockingham 'Central Falls *Union Conroe Lubbock Wichita Falls Prince George Go. Rockingham Co. Coventry Union Co. Cooper Lufkin Winnsboro Prince William Co. Rockwell Cumberland Walterboro Copperas Go" Luling Winters Pulaski Rocky Mt. E. Greenwich Williamston Corpus Christi Mansfield Woodville Pureellville Rowan Co. E. Providence Williston Cotulla Manuel Woodway 'Radford Roxboro Hopkinton York Crane Marble Falls Yoakum Richmond Rural Hall Jamestown York Go. Crockett Marlin Roanoke Rutherford Co. Lincoln Crystal City Marshall VERMONT Roanoke Co. St. Paule Narragansett 80. DAKOTA Iaingerfield McAllen Barn (town) Rockbridge Co. Salisbury New Shoreham Aberdeen Dalhart McKinney Brattleboro Rockingham Co. Selma No. Kingstown Beresford Decatur Mercedes Burlington Rocky Mount Shelby No. Smithfield Brookings Dear Park •Mosquito Colchester Saltville Siler City 'Pawtucket Dell Rapids Dal Rio Mexia St. Johnsbury 'Salem Smithfield Providence Garretson Denison Midlothian Springfield Shenandoah Southern Shores Scituate Madison Denton Mineola Stowe Smithfield Southport Smithfield Sioux Falls Denver City Mineral Wells So. Boston Spencer So. Kingstown Spearfish Diboll Mission VIRGH41A Southampton Co. Statesville Warren Vermillion Dickinson •Minouri City 'Albemarle Co. Spotaylvania Co. Surf City Warwick Yankton Dumas Monahans *Alexandria Stafford Co. Sylva W. Warwick Eagle Pass ML Vernon Amherst Co. Staunton Tarboro Westerly TENNESSEE Early Nacogdoches *Arlington Co. Stephens City Thomasville Woonsocket Bolivar Eastland Nassau Bay *Ashland Strasburg Topsail Beach Brentwood Edinburg Navasota 'Bedford *Suffolk Transylvania Go. 80. CAROLINA Bristol FAna New Boston Bedford Co. Surer Co. Wake Co. Abbeville Centerville El Lago New Braunfels Berryville Tappahannock Wake Forest Abbeville Co. Chattanooga Ennis No. Richland Hills Big Stone Gap Tazewell Washington Aiken Clarksville Euler Odes Blacksburg TasawsB Co. White Lake Aiken Co. Cleveland Everman Oyster Creek Bluefield Vinton Wilmington Anderson Gallatin Fairfield Palestine Bototourt Co. Virginia Beach Wilson Beaufort Germantown Forest Hill Pampa 'Bristol Warrenton Winston -Salem Beaufort Co. Hendersonville Ft. Worth Paris Buena Vista 'Washington Go. Yadkin Co. Belton Johnson City Fredericksburg Pasadena Cape Charles Waynesboro Berkeley Co. Kingsport Freeport Peuiand Charlottesville W. Point NO. DAKOTA Blacksburg Knoxville Friendswood Pecos *Chase City Westmoreland Co. Grafton Cayce McMinnville Gainesville Pharr Chesapeake White Stone Grand Forks Central Memphis Galveston Plainview Chesterfield Co. Williamsburg *Jamestown Charleston Murfleasboro Garland Plano Chilhowie Wise Co. Minot Charleston Co. Newport Gatesville Port Aransas Christiansburg Woodstock 'Cheraw Oak Hill Giddings Port Arthur Clarke Co. Wytheville OHIO Cherokee Co. Oak Ridge Gelled Port Isabel ClMon Forge York Co. 'Garfield Chesnee Shelby Co. Gonzales Port Noshes Colonial Beach Heights Clemson Sullivan Co. Graham Portland Covington WASHINGTON Heath Clinton Grand Prairie Refirgio Culpeper Federal Way Darlington Co. TEXAS Grapevine Richardson Danville Kent OKLAHOMA Fairfax Abilene Groves Richwood Dinwiddie Co. Altus Florence Addison Haltom City River Oaks Dublin WEST VIRGINIA Ardmore Florence Co. Alamo Heights Harlingen Robstown Dumfries Beckley Bartlesville Forest Acres Alice Haskell Rockport Emporia Bluefield Bixby Fountain Inn Allen Hearne Rockwall Faex Co. Ranson Blackwell Gaffney Alpine Hsdwig Vil. Rosenberg eFairfa: We" Broken Arrow Georgetown Alvin Hemphill Saginaw •Fair&, Co. Clinton Georgetown Co. Amarillo Henderson San Antonio *Falls Church WISCONSIN Cushing Goose Creek Andrews Henrietta San Marcos Farmville Appleton Del City Greenville Co. Angleton Hewitt Schulenburg Fauquier Co. Milwaukee Co. EI Reno Greenwood Aransas Par Hidalgo 'Seabrook Fnmklin Racine Co. Enid *Greenwood Co. Athens Highland Park Seagoville Franklin Co. Sheboygan Healdton Greer Ballinger Hillsboro Seguin Fredericksburg Superior iF Lindsay Hardooville Banders Hitchcock Shepherd •Glouorter Co. Waukesha Co. McAlester Hartsville Bay City Hollywood Park Sherman G000liland Co. Medford Hilton Head Baytown Houston Silabee Gordonsville WYOMING Miami bland Beaumont Humble Sinton Greeneville Co. Cheyenne Midwest City Hones Path Bedford Huntsville Slaton Grundy Green River Nichols Hill& Hotly Co. Beeville Hunt Snyder Hampton 'Worland fNicoma Park Iva Botmead Iowa Park Sonora Hanover Co. Norman Kershaw Co. Belton 'Irving 30. Houston eHamsonburg Oklahoma City Lancaster Big Lake Itasca Southaide Plan Haymarket Paul Valley Lancaster Co. Boerne Jacksonville Stafford *Henries Co. Ponce City Laurens Borger Jasper Stamford Henry Co. Poteau Laurens Co. Bowie Jersey Vil. Stephenville Herndon Shawnee Leesville Brady Kaufman Sugar Land Hopewell Stillwater Lexington Co. Brasoria Koons Sulphur Springs eJames City Co. Vinita *Marion Breckenridge Keller Sunray Kanbrkdge Yukon Marion Co. Brenham Kennedale Sweetwater King George Co. Mauldin Bridge City 46rrvills Tshoks King William Co. OREGON Moncks Corner Brownfield Kilgore Taylor Lancaster Co. Multnomah Co. Myrtle Beach Brownsville Killoon Temple Lawrenceville New Ellenton Brownwood Kirby Terrell Lebanon PENNSYLVANIA Newberry Bryan Kirbyville Texarkana Las Co. Dickson City No. Augusta Bunker Hill Vil. La Grange Tem City Larb-I Hazelton 1; No. Charleston Burleson La Marque The Colony Louisa Co. Revised 2IL92 BUILDINGS Sec. 5-151. Bearing and anchorage on girders. Floor beams framing into girders shall be an- chored, tied or nailed to secure continuity. The ends of all beams or joists resting on girders shall bear not less than four inches or shall be sup- ported in approved metal stirrups or on wood clips or ribbon strips not less than two by three inches in size. Beams or joists framing from opposite sides shall either lap not less than six inches and be securely bolted or spiked together, or when framing end to end, all joists, beams and girders shall be secured together by approved metal ties, straps or dogs. (Ord. No. 1145, § 116.11, 5-21-73) See. 5.152. Joints in girders. The joints of solid or built-up beams or girders shall be made over column or pier supports when constructed as simple spans. When constructed of multiple joists as continuous girders, the joints shall be broken in adjoining joists; and all joints shall be located between one-third and one-quarter the span length from supports and shall be se- curely nailed or otherwise bonded together in an approved manner. (Ord. No. 1145, § 116.12, 5-21-73) Sec. 5.153. Beam spacing. Any spacing of beams or joists determined on the basis of accepted engineering analysis or tests will be acceptable. (Ord. No. 1145, § 116.13, 5-21-73) Sec. 5.154. Wood posts. All wood posts used in basements or cellars shall have concrete bases which extend not less than three inches above the finished floor and bear di- rectly on the post footing. When flooring of con- crete or other approved impervious materials is not provided, the concrete base shall extend not less than six inches above the finished floor. (Ord. No. 1145, § 116.14, 5-21-73) Sec. 5-155. Bracing. In buildings more than one story in height, corner posts shall be the equivalent of not less 261 § 5.158 than three pieces of two -by -four -inch studs braced by not less than one piece of one -by -four -inch di- agonal let into the studs; or the frame shall be sheathed with a material to afford the same ri- gidity or by other, approved method. Diagonal bracing may be omitted when diagonal wood sheathing or vertically applied plywood or other approved sheeting is installed in panels of not less than four feet by eight feet in area. (Ord. No. 1145, § 116.15, 5-21-73) Sec. 5.156. Framing over openings. All window and door openings shall have double studs for the full height of the opening at jambs, with double headers or trussed construction over the opening and/or by other approved methods or connection devices to support the superimposed loads. Lintels over openings in bearing walls or partitions of one- and two-family dwellings shall consist of double joists not less than specified in this article or trussed construction bearing on jack studs, or other approved construction affording ad- equate strength as indicated by the following table: Sec. 5.157. Types of sheathing. Except when back -plastered stucco construc- tion is used, or the stucco is furnished with a wrap- ping of No. 18 U.S. gage wire attached horizon- tally on the studs at six-inch intervals, the sheathing of all exterior frame walls shall consist of one of the following materials or other approved material of equal strength and durability consis- tent with the intent and purpose of this article: one -inch reinforced cement mortar, one -inch wood sheathing, one -half-inch gypsum boards, one -half- inch fiber boards and one -half-inch plywood. (Ord. No. 1145, § 116.17, 5-21.73) Sec. 5.158. Roof decking. Roof deck sheathing shall consist of not less than one -inch boards or of five -eighths -inch plywood or Supporting Supporting one floor two floors Openings or roof or roof Spans less than four feet Two 2" x 4" Two 2" x 6" Spans four to six feet Two 2" x 6" Two 2" x 8" Spans six to eight feet Two 2" x 8" Two 2" x 10" Spans eight to ten feet Two 2" x 10" Two 2" x 12" (Ord. No. 1145, § 116.16, 5-21.73) Sec. 5.157. Types of sheathing. Except when back -plastered stucco construc- tion is used, or the stucco is furnished with a wrap- ping of No. 18 U.S. gage wire attached horizon- tally on the studs at six-inch intervals, the sheathing of all exterior frame walls shall consist of one of the following materials or other approved material of equal strength and durability consis- tent with the intent and purpose of this article: one -inch reinforced cement mortar, one -inch wood sheathing, one -half-inch gypsum boards, one -half- inch fiber boards and one -half-inch plywood. (Ord. No. 1145, § 116.17, 5-21.73) Sec. 5.158. Roof decking. Roof deck sheathing shall consist of not less than one -inch boards or of five -eighths -inch plywood or § 5-158 L.AMAR CODE other approved materials of equivalent strength and rigidity. (Ord. No. 1145, § 116.18, 5-21-73j Sec. 5-159. Weather boarding. All exterior wall coverings shall be of approved moisture and weather resistant materials of suf- ficient ufficient stiffness and properly attached to resist rain and wind. (Ord. No. 1145, § 116.19, 5-21-73) Sec. 5-160. Grade protection. All exterior structural and nonload bearing wood framework shall be supported on the foun- dation walls at heights necessitated by the greatest average snow fall in this locality but in no case less than eight inches above the finished grade. All untreated wood sill plates shall be isolated from masonry or concrete with weatherproof felt, or corrosion -resistive metal and shall be termite treated. Exposed metal siding and sheathing shall be supported on the concrete apron or on other approved water-resistant foundation supports ex- tending to the minimum height above the speci- fied grade. (Ord. No. 1145, § 116.20, 5-21-73) Sec. 5-161. Flashing. All exterior openings shall be constructed with approved corrosion -resistive flashings at top and sides or by other approved method to be leakproof. Similar flashings shall be installed at the inter- section of chimneys or other masonry construc- tion with frame or stucco walls and veneer con- struction. Such flashings shall be provided with projecting lips on both sides under stucco copings; under and at the ends of masonry, wood or metal copings and sills; at wall and roof intersections under built-in gutters; at the junction of chimneys and roofs, and in all roof valleys and around all roof openings. (Ord. No. 1145, § 116.21, 5-21-73) Sec. 5.162. Combustible framing. When required to meet fire -resistive perfor- mance for specific applications and uses by the provisions of this article, structural wood units and assemblies shall be protected with metal or 262 other component materials, or shall be treated by approved pressure processes to develop the fire - resistance ratings to conform with ratings speci- fied by nationally recognized authorities. (Ord. No. 1145, § 116.22, 5-21-73) Sec. 5-163. Nailing of sheathing. Wood sheathing shall be nailed to each stud and to the top and bottom plates and sills to con- form with the intent and purpose of this article. (Ord. No. 1145, § 116.23, 5.21.73) Sec. 5.164. Chimneys. Chimneys or flues shall be built of brick, solid block or reinforced concrete, not less than 33/4 inches thick. They shall be lined throughout with fire clay or fire brick, except chimneys for gas appliances only, may be lined with any approved corrosion -resistant lining. Chimneys shall be built on proper footings and foundations as provided in this article. Chimneys or flues shall not rest upon or be carried by wooden floors, beams or brackets, nor be hung from wood rafters. Chimneys shall be built as nearly vertical as possible and shall ex- tend at least three feet above the highest point which they extend through the roof and such chimney or flue shall be at least two feet higher than any ridge within ten feet of such chimney or flue. (Ord. No. 1145, § 116.24, 5-21-73) Sec. 5.165. Vents. All gas fired appliances shall be properly vented with the proper size vent to conform with the ap- pliance and such vent shall be constructed of the approved material used for vents. All vents shall extend through the roof and conform with the pro- vision for heights of flues or chimneys. (Ord. No. 1145, § 116.25, 5-21-73) Sec. 5.166. Fireplaces. The back and sides of fireplaces shall be con- structed of solid masonry or reinforced concrete of not less than eight inches in thickness. A lining of fire brick or other approved material of at least two inches in thickness shall be used unless the overall thickness is 12 inches. Fireplaces shall have hearths constructed of brick, stone or other approved incombustible material supported on a fireproof slab or brick trimmer arches. Such hearths shall extend at least 20 inches beyond each side of the fireplace opening along the chimney breast. The combined thickness of the hearth and the supporting arch shall be at least UTILITIES Sec. 18.40. Water rates. § 18-45 Monthly rates shall be charged for all water service customers in an amount determined by the board of commissioners from time to time and listed in the schedule of fees and charges maintained in the clerk's office. Sec. 18-41. Landlords responsible for payment. Landlords and their agents shall be responsible for the water rents, and shall give the superintendent written notice of the nonuse of water. Sec. 18-42. Deposits required. A deposit in an amount determined by the board of commissioners from time to time and listed in the schedule of fees and charges maintained in the clerk's office shall be required for residential and small commercial water customers of the city. Sec. 18-48. Payment cycle. All water bills shall be paid monthly. The city clerk shall furnish the superintendent of the waterworks on the tenth of each month a list of all persons who have not paid their water rents for that month, and it shall be the duty of the superintendent of the waterworks to cut off the water supply from such parties. Before the water shall be turned on, such parties shall present to the superintendent a receipt from the city clerk for the water rentals for that month, and a further sum in an amount determined by the board of commissioners from time to time and listed in the schedule of fees and charges maintained in the clerk's office for turning the water on. (Code 1969, § 19-1) Sec. 18.44. Rents and tapping fee receipt prerequisite to turning water on. The superintendent of waterworks shall not turn water on to any new work until the party desiring to use water from the same shall present to him a receipt from the city clerk for rents and tapping fees for the remainder of the month. (Code 1969, § 19-3) Sec. 18.45. Late payment penalty. There is levied a charge upon the users of the water who do not pay their water bills in full by the tenth of the month following the month for which water was furnished and is owed for, an amount equal to ten (10) percent of the bill for such month. The amount shall be added to and be due and collectible as the basic water bill. (Code 1969, § 19-4) 1129 § 18-46 HAWKINSVILLE CODE Sec. 18.46. Responsibility of owner of multiple dwelling The city shall furnish water to houses that are occupied by two (2) or more families only if the owner of the house, whether a dweller therein or not, is responsible for the water bill for water furnished the house and all occupants therein. (Code 1969, § 19-5) Secs. 18-47-18.65. Reserved. ARTICLE M. SEWERS Sec. 18.66. Definitions. The following words, terms and phrases, when used in this article, shall have the mean- ings ascribed to them in this section, except where the context clearly indicates a different meaning: B.O.D. (denoting biochemical oxygen demand) means the quantity of oxygen utilized in the biochemical oxidation of organic matter under standard laboratory procedure in five (5) days at twenty (20) degrees Celsius (sixty-eight (68) degrees Fahrenheit) expressed in milligrams per liter. Building drain means that part of the lowest horizontal piping of a drainage system which receives the discharge from soil, waste and other drainage pipes inside the walls of the building and conveys it to the building sewer, beginning five (5) feet outside the inner face of the building wall. Building sewer means the extension from the building drain to the public sewer or other place of disposal. Garbage means solid wastes from the preparation, cooking and disposing of food, and from the handling, storage and sale of produce. Industrial wastes means the liquid wastes from industrial processes as distinct from sanitary sewage. Natural outlet means any outlet into a watercourse, pond, ditch, lake or other body of surface water or groundwater. pH means the logarithm of the reciprocal of the hydrogen ion concentration in moles per liter. Properly shredded garbage means the wastes from the preparation, cooking and dis- pensing of food that have been shredded to such degree that all particles will be carried freely under the flow conditions normally prevailing in public sewers, with no particle greater than one-half inch in any dimension. Public sewer means a sewer in which all owners of abutting properties have equal rights and which is controlled by public authority. 1130 CODE INDEX UTILITIES—Cont'd. Multiple dwelling, responsibility of owner of ............ Section 18-46 Payment cycle ........................................ Rates 18-43 .......... Rents and tapping fee receipt prerequisite to turning water 18-40 on................................... Service charges for 18-44 ..................... Technical provisions, service to comply with 18-39 .............. Temporary interruption of service 18-3 ........................ Termination of service 18-12 ....................... Unlawful connections 18.6 ................................... Unlawful use 18-17 .................................. Utility service 18-18 Application required .......................... Not available to debtors 18-8 ............................... Use assumed ................................ " " " Water 18-10 Appurtenances From street through meter box ...................... Department 18-37 Control meters .............................. Meters " " " " 18-38 Street through meter box ............................ Water department to control meters ......... 18-37 18-38 Tap, extension, authority for ....................... Zoning regulations in general 18-36 ................... See: ZONING 19.1 et seq. ►tA VARIANCES Flood damage prevention variance procedure ............. 8.5-34 Historic preservation certificate of appropriateness variances 5-101u) VEGETATION Soil erosion and sedimentation control .................... 13-1 et seq. See: SOIL EROSION AND SEDIMENTATION CONTROL VIADUCTS. See: STREETS, SIDEWALKS AND OTHER PUBLIC WAYS VOICES Noise prohibitions ...................................... 11-3(b)(3) VOLUNTEERS Civil defense volunteers......... W WATER SUPPLY AND DISTRIBUTION Flood damage prevention regulations ..................... 8.5-1 et seq. See: FLOOD DAMAGE PREVENTION 1865 HAWKINSVILLE CODE WATER SUPPLY AND DISTRIBUTION—Cont'd. General regulations............ Section See: UTILITIES 18 36 et seq. Wells ... 9-26 et seq. See: WELLS Zoning regulations in general ............................ 19-1 et seq. See: ZONING WATERWAYS AND WATERCOURSES Flood damage prevention regulations ..................... See: FLOOD DAMAGE PREVENTION 8.5-1 et seq. Sewer regulations ......................... See: UTILITIES " ' 18-66 et seq. Soil erosion and sedimentation control........... See: SOIL EROSION AND SEDIMENTATION CONTROL 13-1 et seq. Solid waste Deposits in streams, etc ................................ Water regulations ..................... 14-7 See: UTILITIES " " " 18-36 et seq. WEAPONS. See: FIREARMS AND WEAPONS WEEDS AND BRUSH Generally ... .............. ... . . . . . . . . . . . . . . . Solid waste management 9-4 ............. See: SOLID WASTE MANAGEMENT 14-1 et seq. WELLS Abandonment of wells........... . Connection to present city water mains prohibited 9.36 ....... • Disposal wells ......... 9-38 General guidelines ' ' ' . ' ' ' 9 37 principles . Hearings ................. 9-30 Permits 9-28 Applications . Determining factors, standards ' ' ' ' ' ' 9-27 Factors of consideration generally ....... . . . ' ' 9 32 Hearings .................. 9-31 Recording, notice of board action on applications 9-28 .... • . • . Required .............. 9-29 . . . . ' Requirements provided for in applications 9-26 . Pump installations 9-33 ...... Repair of wells........ 9-35 Report to city after completion 9-34 of well .. Utilities .... 9-39 See: UTILITIES " " " 18-1 et seq. Violations.............................................. WHISKEY Alcoholic beverages . ...... ...... . ...................... See: ALCOHOLIC BEVERAGES 3-1 et seq. 1866 CODE INDEX UTILITIES—Cont'd Multiple dwelling, responsibility Section of owner of ............ Payment cycle ............ 46 . Rates .......... 18-43 Rents and tapping fee receipt prerequisite to turning 18-40 on . water Service charges for...... 18-44 Technical provisions, service to comply with . . ' ' • ' Temporary interruption 18-39 18.3 of service .. Termination of service 18-12 Unlawful connections 18-6 Unlawful use .... 18-17 Utility service 18-18 Application required .................................. Not available to debtors 18 8 ............................... Use assumed 18.9 .... Water 18.10 Appurtenances From street through meter box .......... . Department 18-37 Control meters.... . Meters 18-38 Street through meter box . . Water department to control meters ' • ' ' 18-37 . Tap, extension, authority for.. ..... ' ' ' ' ' ' ' ' ' 18-36 Zoning regulations in 18-36 general.... See: ZONING " " " " " " " ' 19-1 et seq. V VARIANCES Flood damage prevention variance procedure ............. Historic preservation certificate of appropriateness variances VEGETATION 51010) Soil erosion and sedimentation control........ . See: SOIL EROSION AND SEDIMENTATION CONTROL 13 1 et seq. VIADUCTS. See: STREETS, SIDEWALKS AND OTHER PUBLIC WAYS VOICES Noise prohibitions ...................................... VOLUNTEERS Civil defense volunteers ................................. W WATER SUPPLY AND DISTRIBUTION Flood damage prevention regulations ....... ...... . See: FLOOD DAMAGE PREVENTION ' ' ' ' . • • 8.5-1 et seq. 1865 CODE INDEX BUILDINGS—Cont'd. Section BUILDINGS—Cont'd. Section Beams Spray ventilation .................... 5.202 Spacing ........ .. ................... 5-153 Vehicle repair shops............ .... 5-195 Bracing, . ................. ............. 5-155 Fire stopping.......................... 5-46 Breezeways Footings and foundations; ventilation and Fire, health and safety standards....... 5-191 clearance Bridging.... ........................... 5.143 Chimney footing .................... 5-127 Building code Depth .............................. 5.123 Alterations and repairs ................ 5.39 Exceptions.......................... 5-125 Amendment of rules ................... 5-78 Foundation plate .................... 5-126 Annual reports ........................ 5-76 Materials........................... 5.122 Appeals Minimum clearance ................. 5.130 Court appeals ......... ............. 5.217 Minimum requirements.............. 5.128 Generally ........................... 5-216 Required............................ 5-121 Application of provisions, , ............. 5.27 Ventilation ......................... 5-129 Applications and permits .............. 5.70 Wall footing ........................ 5-124 Badges Incombustible materials ............... 5-45 Official badge ....................... 5-85 Inspection ............................ 5-72 Building inspection department ........ 5.62 Maintenance Building inspector Required ............................ 5-37 Appointment of ..................... 5-63 Responsibility for.................... 5-38 Powers and duties ................... 5.69 Matters covered....................... 5-29 Responsibility ....................... 5.67 Matters not provided .................. 5-32 Compliance with provisions ............ 5-34 Modifications Court appeals ......................... 5-217 Authorized.......................... 5-80 Deputy inspector ...................... 5-65 Written............................. 5-81 Employee restrictions .................. 5.66 Multifamily dwellings Examining board ...................... 5.61 Exit requirements ................... 5.184 Exemptions ........................... 5.30 Municipal cooperation ................. 5-86 Family dwellings New rules ............................ 5-74 Exit requirements ................... 5.182 Notices and orders...................., 5-71 Final inspection ....................... 5.83 Nuisances ............................ 5.42 Fire district Official badge ......................... 5-85 Construction within ................. 5-44 Ordinary repairs...................... 5-33 Generally ........................... 5.43 Organization.......................... 5-64 Fire, health and safety standards Penalties ............................. 5-218 Air conditioning and ventilation...... 5.204 Permit Assembly building ................... 5.188 Application Bulk storage ........................ 5-196 Amendment....................... 5-102 Commercial buildings ............... 5-186 Required.......................... 5-96 Doors ............................... 5-187 By whom application made........... 5-97 Exits Description of work. ................. 5-98 Exit signs ......................... 5-189 Engineering details.................. 5.101 Family dwelling ................... 5-182 Plans and specifications.............. 5-99 Multifamily dwelling .............. 5-184 Plot diagram ........................ 5.100 Required .......................... 5-181 Service connections.................. 5-104 Sleeping room ..................... 5-183 Time limitations .................... 5.103 Garages, breezeways ................. 5-191 Physical value, determining of ......... 5-40 Handicapped access .................. 5-206 Preliminary inspection................. 5-82 Hazardous uses ..................... 5-197 Promulgation of rules.................. 5-79 Limitations ......................... 5-185 Provisions supplementary, repealer..... 5-47 Maintenance ........................ 5-198, 5-205 Purpose............................... 5.28 Natural light and ventilation ........ 5-203 Records ............................... 5-75 Paint shops ......................... 5.200 Repealer.............................. 5.47 Parking structures .................. 5-194 Research.............................. 5-73 Private garages ..................... 5-190 Responsibility......................... 5-67 Public garages ...................... 5-193 Right of entry......................... 5-84 Special permits ...................... 5-199 Rule making authority ................ 5-77 Special storage ...................... 5-192 Service equipment Spray booths ........................ 5-201 Application ......................... 5-36 2185 LAMAR CODE BUILDINGS —Con t'd. Section BUILDINGS—Cont'd. Section Certificate of approval ............... 5-35 Footings.............................. 5-127 Sleeping rooms City engineer Exit requirements ................... 5-183 Generally............................. 2-271 et seq. Stop work order See: ENGINEERS AND ENGI- Application of provisions ............. 5-107 NEERING Fee ................................. 5.106 Clearances Generally ........................... 5-105 Construction clearances................ 5.167 To whom fees paid.. . ................ 5-108 Codes Title .................................. 5-26 Building code ......................... 5-26 et seq. Use change ........................... 5.41 See herein: Building Code Wooden construction; chimney; vents; fire- Electrical code adopted ................ 7.101 places Combustible framing .................... 5.162 Beam spacing ....................... 5-153 Commercial buildings Bearing and anchorage on girder ..... 5-151 Fire, health and safety standards....... 5.186 Bracing ............................. 5.155 Connections and fastenings .............. 5.146 Bridging ............................ 5-143 Cutting and notching.................... 5-148 Chimneys ........................... 5-164 Dangerous structures Combustible framing ................ 5.162 Appeal from order..................... 5.251 Connections and fastenings .......... 5-146 Certification of cost of abatement; lien; Construction clearances .............. 5-167 payment.......................... 5-249 Cutting and notching ................ 5-148 Collection; insurance proceeds.......... 5-250 Fireplaces .......................... 5.166 Contract authorization................. 5-248 Flashing ............................ 5.161. Emergency measures authorized........ 5-252 Grade protection .................... 5-160 Findings by hearing................... 5-247 Joists in girder ...................... 5-152 Hearing upon failure to comply with no - Multiple joists and rafters............ 5.150 tice.......................... , .... 5-246 Nailing of sheathing ................. 5.163 Inspections, notice of violation.......... 5-243 Openings, framing over .............. 5-156 Liability For enforcement............... 5-253 Other references .................... 5.168 Nuisances Plats and ribbon board ............... 5.147 Conditions declared.................. 5-241 Rafters and joists .................... 5.144 Notice of determination of ........... 5-244 Roof decking ........................ 5.158 Order of compliance; contract authorized 5.248 Roof rafters ......................... 5-149 Service of notice....................... 5-245 Sheathing Standards for enforcement ............. 5-242 Nailing of ........................ 5.163 Decking Types of .......................... 5-157 Roof decking.......................... 5-158 Studs ............................... 5-145 Disclosure of interest.................... 2-11 Subflooring ......................... 5-142 Doors Vents ............................... 5.165 Fire, health and safety standards....... 5-187 Weather boarding ................... 5-159 Electricity.............................. 7-1 et seq. Wood frame construction ............. 5.141 See: ELECTRICITY Wood posts .......................... 5-154 Emergencies Written modification .................. 5.81 Dangerous structures, emergency mea - Zoning laws or statutes ................ 5.31 sures authorized................... 5-252 Building inspection department .......... 5.62 Examining board ........................ 5-61 Building inspector Exits Appointment of ....................... 5-63 Family dwelling.. , ....... , ............ 5-182 Deputy inspector ...................... 5-65 Multifamily dwellings ............... , . 5-184 Flood hazard prevention duties......... 9-2,9.3 Required .............................. 5-181 Official badge ......................... 5-85 Signs................................. 5-189 Powers and duties ..................... 5-69 Sleeping rooms........................ 5-183 Records ............................... 5-68 Fence Responsibility ......................... 5.67 Gas, fire appliances requirements ...... 5-165 Building sewer regulations ............... 18-113 et seq. Fire district See: PLUMBING Construction within ................... 5-44 Bulk storage Generally ............................. 5-43 Fire, health and safety standards....... 5-196 Incombustible materials ............... 5-45 Chimneys Fire, health and safety standards......... 5-181 et seq. Construction requirements ............. 5-164 See herein: Building Code 2186 N 4 � 2� + 8 88B88888 � 8 �8 B BB u 88 Is ffi Bffi ��� mffi ffiffiffiffiffi ffi ffi ffi QQM Dm � y Sq 8 t. o 5� $�, fit 9 `��n$ m ro 1 DDa Q g � ��7� .2 � y� o 0 n gg � o y�i388 , qq a o+ 8m 8q Is is 7 8 j 8 O 81 ffi -8 ? �m ffi m O M N N43 (�viw$ g c Za n UgHTFU LOT OF 9F 9 HN E U $ 88 gBvegy 78 8 LP 9 F g E i .2QQQ-24Q i i2 4 g I LF gLF g �y4s�y 6 � c u 6 IQYi44i.2 .1 M a W 8 a U w CC $ a O c- =n�9a 2,2 _ 8y Z321 �ea� dauo m.`ae.d � 3 d6 CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. TO: Robert L. Van Nort, City Manager MEETING DATE: April 21, 1992 REPORT DATE: April 14, 1992 FROM: Sid J. Mousavi, City Engineer/Public Works Director TITLE: Pathfinder Bridge Widening Project SUMMARY: The Pathfinder Bridge Widening Project consists of the proposed widening of Pathfinder Road Overcrossing on State Route 57, modification of the southerly ramp terminals and traffic signals, and construction of a park and ride lot on the northeast quadrant of the interchange. The project has been determined that it will be funded jointly by Caltrans, the County of Los Angeles, and the City. A cooperative agreement has been developed to specify the terms and conditions under which this project is to be engineered, constructed, financed, and maintained. RECOMMENDATION: It is recommended that the City Council authorizes the Mayor to enter into an agreement with the County of Los Angeles and Caltrans. LIST OF ATTACHMENTS: X Staff Report _ Resolution(s) _ Ordinances(s) X 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? _ Yes X No Which Commission? 5. Are other departments affected by the report? _ Yes X No Report discussed with the following affected departments: Assistant City Manager CITY COUNCIL REPORT AGENDA NO. MEETING DATE: April 21, 1992 TO: Honorable Mayor and Members of the City Council FROM: Robert L. Van Nort, City Manager SUBJECT: Pathfinder Bridge Widening Project ISSUE STATEMENT In order to clearly specify the terms and conditions under which the Pathfinder Bridge Widening Project is to be engineered, constructed, financed, and maintained, the City needs to enter into a cooperative agreement with the County of Los Angeles and Caltrans. RECOMMENDATION It is recommended that the City Council authorizes the Mayor to enter into an agreement with the County of Los Angeles and Caltrans. FINANCIAL SUMMARY The total project cost estimate, including design and construction management costs, is estimated to be $2,562,000. Caltrans and the County of Los Angeles participation will be $342,000 and $510,000, respectively. The City's portion is estimated to be $1,710,000 consisting of $818,000 local and regional Federal -Aid -Urban (FAU) Funds and $892,000 Gas Tax Fund. BACKGROUND/DISCUSSION The Pathfinder Bridge Widening Project consists of widening of the Pathfinder Road Overcrossing on State Route 57, modification of the southerly ramp terminals and traffic signals, and construction of a park-and-ride lot on the northeast quadrant of the interchange. These proposed improvements will eliminate the bottleneck and reduce the resultant congestion currently existing on the two-lane overcrossing. The project has been determined that it will be funded jointly by Caltrans, the County of Los Angeles, and the City of Diamond Bar. Additionally, the County of Los Angeles has accepted to be the lead agency in design and construction of said project. The construction cost of the project is estimated to be $2.1 million. Caltrans has agreed to contribute $300,000 towards the construction cost of the bridge improvements and the County of Los Angeles will pay $300,000 for the construction of the park-and-ride facility. The City has assigned $818,000 of the FAU Funds towards the construction cost. The remaining portion of the cost, which is $682,000, will be funded by the City's Gas Tax Fund. Staff has been informed by Caltrans that the plans and specifica- tions should be finalized by the end of April. once the cooperative agreement is fully executed, necessary encroachment permits will be issued prior to bid advertisement. Tentatively, the project is scheduled for solicitation of bids in May of 1992 with construction starting in June of 1992 and work to be completed by June of 1993. Prepared By: Sid Jalal Mousavi 07 -LA -57 R3.17 At Pathfinder Road Widen OC and construct Park & Ride 07231 - 019010 District Agreement No. 4004 COOPERATIVE AGREEMENT This AGREEMENT entered into on , 19_ is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as STATE, and CITY OF DIAMOND BAR a body politic and a municipal corporation of the State of California, referred to herein as "CITY" COUNTY OF LOS ANGELES a political subdivision of the State of California, referred to herein as "COUNTY" Agreement No. 4004 RECITALS 1. STATE, CITY and COUNTY, pursuant to Streets and Highways Code Section 130, are authorized to enter into a Cooperative Agreement for improvements to State highways within CITY. 2. CITY and COUNTY desire State highway improvements consisting of widening the overcrossing and roadway approaches, and modifying the ramps and traffic signals on Route 57 at Pathfinder Road, referred to herein as "PROJECT," and are willing to share in the capital outlay and staffing costs as set forth herein, except that costs of STATE's oversight of environmental, design and right of way activities may be borne by STATE. 3. STATE desires to incorporate into the design and construction of PROJECT, a Park and Ride facility in the northeast quadrant of the interchange area. Said facility will be designed and constructed in accordance with STATE approved Project Report No. 2417. 4. CITY and COUNTY are agreeable to incorporating the Park and Ride lot into PROJECT. F, Agreement No. 4004 5. STATE and CITY are agreeable to COUNTY's proposal to design and prepare the contract documents, advertise, award and administer the construction contract for PROJECT in order to bring about earliest completion of PROJECT. 6. CITY and COUNTY will benefit from PROJECT with better traffic circulation and decreased congestion. 7. STATE will benefit from PROJECT with construction of the Park and Ride facility through an improved level of service and enhanced safety within the interchange area. 8. This Agreement supersedes any prior Memorandum of Understanding (MOU) relating to PROJECT. 9. The parties hereto desire to define herein the terms and conditions under which said PROJECT will be developed, designed, constructed, financed and maintained. 3 Agreement No. 4004 deposits to COUNTY within 20 days of the receipt of each Billing Invoice from COUNTY. Actual costs to be borne by STATE will be determined by final accounting upon completion of COUNTY's construction contract. 4. To accept an estimated amount of $818,000 of CITY Local Federal -Aid -Urban (LFAU) Funds (FAU) and Regional FAU (RFAU) funds previously assigned to COUNTY under separate Agreement between CITY and COUNTY (No. 64739) as partial payment of CITY's share of the estimated total cost of PROJECT as identified on Exhibit A. 5. To bill CITY, immediately following bid opening, the amount of $892,000, which figure represents CITY's estimated share of PROJECT cost as identified on Exhibit A. 6. To have a Project Report (PR), Environmental Document (ED), and detailed Plans, Specifications, and Estimate (PS&E) prepared at no cost to STATE and CITY and to submit each to STATE for review and approval at appropriate stages of development. Final plans shall be signed by a Civil Engineer registered in the State of California. 7. To utilize COUNTY staff to prepare the PR, conduct environmental studies and obtain the environmental clearance, 5 Agreement No. 4004 prepare the PS&E, and perform right of way activities. 8. To make COUNTY staff who prepared the PS&E available, at no cost to STATE and CITY, through completion of construction of PROJECT to discuss and resolve problems which may arise during construction and/or to make design revisions for contract change orders. 9. That Federal funds may be used for design of PROJECT. 10. To apply for necessary Encroachment Permits for required work within State Highway rights of way in accordance with STATE's standard permit procedures, as more specifically defined in Articles (4),(5),(6),(7) and (8) of Section IV, of this Agreement. 11. To use COUNTY staff to perform surveys, such surveys shall conform to the methods, procedures and requirements of STATE's Surveys Manual. COUNTY's construction contract shall not include construction surveys as a bid item. 12. To identify and locate all high and low risk underground facilities within PROJECT area, and protect or otherwise provide for such utilities, all in accordance with STATE's "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way." 6 Agreement No. 4004 13. If any existing public and/or private utilities conflict with the construction of PROJECT, COUNTY will make all necessary arrangements with the owners of such utilities for their protection, relocation, or removal. COUNTY will inspect the protection, relocation, or removal, and if there are costs of such protection, relocation, or removal which STATE, COUNTY and/or CITY must legally pay, CITY will bear the cost of said protection, relocation, or removal, plus cost of engineering overhead and protection. If any protection, relocation, or removal of utilities is required, such work will be performed in accordance with STATE policy and procedure for those utilities within STATE's existing or proposed right of way and in accordance with CITY policy for those utilities outside STATE's existing or proposed right of way. 14. To furnish evidence to STATE, in a form acceptable to STATE, that arrangements have been made for the protection, relocation, or removal of all conflicting utilities within STATE's right of way and that such work will be completed prior to the award of the contract to construct PROJECT or as covered in the Special Provisions for said contract. This evidence shall include a reference to all required State Highway Encroachment Permits. 6 Agreement No. 4004 15. To relocate utility facilities within STATE's right of way to STATE specifications per STATE's Encroachment Manual and the "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way." 16. To comply with the terms and conditions of the Highway Encroachment Permits, existing California Law, including Statutory and Case Law, and all existing property rights when determining liability for utility relocation costs. 17. To perform all right of way activities, at no cost to STATE and CITY, in accordance with procedures acceptable to STATE, and in compliance with all applicable State and Federal laws and regulations, subject to STATE oversight, to assure that the completed work is acceptable for incorporation into the State Highway right of way. 18. To certify legal and physical control of rights of way ready for construction, and that all rights of way were acquired in accordance with applicable State and Federal laws and regulations subject to review and concurrence by STATE prior to the granting of said Encroachment Permit for PROJECT. E3 Agreement No. 4004 19. To advertise, award and administer the construction contract for PROJECT in accordance with the requirements of the Local Agency Public Construction Act and the California Labor Code, including its prevailing wage provisions utilizing COUNTY staff. Workers employed in the performance of work contracted for by COUNTY, and/or performed under Encroachment Permit, are covered by provisions of the Labor Code in the same manner as are workers employed by STATE's Contractors. COUNTY shall obtain applicable wage rates from the State Department of Industrial Relations and shall adhere to the applicable provisions of the State Labor Code. Violations shall be reported to the State Department of Industrial Relations. The contract shall also include the current Federal Disadvantaged Business Enterprise (DBE) requirements contained in Title 49 of the CFR, Part 23. 20. Not to advertise a contract for PROJECT until STATE and CITY have obtained Federal Highway Administration (FHWA) approval for Federal reimbursement of all qualifying work. 21. To notify STATE and CITY in writing not less than 10 days prior to opening bids, and within 10 days thereafter to notify STATE and CITY of bid results. 22. Not to award a contract for PROJECT until written approval from STATE and CITY has been received. 9 Agreement No. 4004 23. To require that the construction contractor furnish both a payment and performance bond in COUNTY's name, with both bonds complying with the requirements set forth in Section 3-1.02 of STATE's current Standard Specifications. 24. To construct PROJECT in accordance with plans and specifications prepared by COUNTY, to the satisfaction of and subject to the approval of STATE and CITY. 25. Contract administration procedures shall conform to the requirements set forth in STATE's Construction Manual, Local Programs Manual, and the Encroachment Permit for construction of PROJECT. 26. Construction within the existing or ultimate STATE right of way shall comply with the requirements in STATE's Standard Specifications and PROJECT Special Provisions, and in conformance with methods and practices specified in STATE's Construction Manual. 27. Material testing and quality control shall conform to the sample types and frequencies in the charts of the State Construction Manual, and be performed, at COUNTY's or CITY's expense, by COUNTY staff or a certified materials tester acceptable 10 Agreement No. 4004 to STATE. Independent assurance testing, specialty testing, and off-site source inspection and testing, as indicated in the special provisions, shall be performed by STATE at no cost to COUNTY or CITY. Approval of asphalt and concrete plants shall be by STATE, at STATE expense. 28. At COUNTY"s or CITY's expense, to furnish qualified support staff using COUNTY forces, subject to approval of STATE, to assist the Resident Engineer in, but not limited to, construction surveys, soils and foundation tests, measurement and computation of quantities, testing of construction materials, checking shop drawings, preparation of estimates and reports, preparation of As - Built drawings, and other inspection and staff services necessary to assure that the construction is being performed in accordance with the plans and specifications. 29. Upon completion of PROJECT and all work incidental thereto, to furnish STATE and CITY with a detailed final report of the total actual construction costs including itemization of actual unit costs and actual quantities for PROJECT to be borne by STATE and CITY and to refund to STATE and CITY (within 30 days after completion of COUNTY's audit) any amount of STATE's or CITY's deposit required in Articles (3) and (5) above of this SECTION I remaining after actual costs to be borne by STATE and CITY have been deducted or to bill STATE or CITY for any additional amount 11 Agreement No. 4004 required to complete STATE's or CITY's financial obligation pursuant to this Agreement, subject to the limitations of STATE's and CITY's participation as stipulated in Article (4) of Section III and in Article II of Section II, respectively, of this Agreement. 30. To retain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred, including support data for cost proposals, and make such materials available at the respective offices of COUNTY and its subcontractors at all reasonable times during the contract period. 31. To retain or cause to be retained for audit for STATE or other government auditors for a period of three (3) years from date of FHWA payment of final voucher, or four (4) years from date of final payment under the contract, whichever is longer, all records and accounts relating to construction of PROJECT. 32. To make the progress payments to the contractor using STATE, CITY and COUNTY funds and pay all costs for required staff services as described in Articles (7), (8), (11) and (28) above of this Section I. The STATE representative shall review all contract progress pay schedules. STATE does not assume responsibility for accuracy of itemization on progress pay schedules. 12 Agreement No. 4004 33. Within sixty (60) days following the completion and acceptance of the PROJECT construction contract, to furnish STATE and CITY a complete set of acceptable full-sized film positive reproducible As -Built plans, in accordance with STATE plan format, and all contract records, including survey documents and microfilm copy of all structure plans. SECTION II CITY AGREES: 1. To pay CITY's share of PROJECT cost, which is estimated to be $892,000, as identified on Exhibit A, required for satisfactory completion of PROJECT, including changes pursuant to contract change orders concurred with by the STATE representative. 2. To deposit with COUNTY, within 30 days of receipt of billing (which billing will be forwarded immediately following COUNTY's bid advertising date of a construction contract for PROJECT), in the amount of $892,000, which figure represents CITY's estimated share of PROJECT cost (matching funds), as identified in Article (5), of Section I, of this Agreement. 3. Upon completion of work under this Agreement, CITY .will 13 Agreement No. 4004 2. To provide, pursuant to Article (17) of section I, of this Agreement, oversight of all right of way activities undertaken by COUNTY, or its designee. 3. To issue, at no cost to COUNTY, upon written application, by COUNTY, an Encroachment Permit authorizing entry onto STATE'S right of way to perform survey and other investigative activities required for preparation of the PR, ED and/or PS&E. 4. To deposit with COUNTY, within 25 days of receipt of billing (which billing will be forwarded immediately following COUNTY's bid advertising date of a construction contract for PROJECT) the amount of $60,000, which figure represents the estimated initial deposit for one month's estimated construction cost and two months' estimated cost of construction engineering for PROJECT. STATE'S total obligation for said anticipated PROJECT cost under this Agreement shall not exceed the amount of $342,000, as identified in Article (2) of Section IV, of this Agreement. 5. To issue, at no cost to COUNTY and COUNTY'S contractor, upon proper application by COUNTY and by COUNTY's contractor, the necessary Encroachment Permits for required work within the State highway rights of way, as more specifically defined in Articles (4), (5), (6), (7), and (8) of Section IV, of this Agreement. 15 Agreement No. 4004 6. To provide, at no cost to CITY and COUNTY, a qualified State Representative who is a licensed Civil Engineer in the State of California, and who shall have authority to accept or reject work and materials or to order any actions needed for public safety or the preservation of property and to assure compliance with all provisions of the Encroachment Permit(s) issued to COUNTY and to COUNTY's contractor. 7. To provide any "State Furnished Material" as shown on the plans for PROJECT and as provided in the Special Provisions for PROJECT. The cost of furnishing "State Furnished Materials" will be considered as part of STATE's contribution to PROJECT, as identified on Exhibit A. 8. Changes to PROJECT plans and specifications will be facilitated through contract change orders approved by STATE's representative without issuance of an Encroachment Permit Rider. 16 SECTION IV IT IS MUTUALLY AGREED: Agreement No. 4004 1. All obligations of STATE under the terms of this Agreement are contingent upon the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. 2. STATE's total obligation for capital outlay and support costs under this Agreement, inclusive of claims, shall not exceed the amount of $342,000.00, and will be subject to audit verification as to all elements of costs and fees charged. STATE may, at its sole discretion hereafter in writing, authorize a greater amount by written amendment to this Agreement. Actual cost reimbursement, direct and indirect, shall be in conformance with procedures set forth in the Cost Principles and Procedures, Chapter 1, Part 31, CFR 48. Any STATE funds remaining on deposit with COUNTY for construction shall be returned to STATE within 30 days after completion and acceptance of construction of PROJECT by STATE. 17 Agreement No. 4004 3. COUNTY's total obligation under this Agreement shall not exceed $510,000 which figure represents the cost of preliminary engineering and COUNTY's share of construction and construction engineering for PROJECT as identified on Exhibit A. 4. Construction by COUNTY of improvements referred to herein which lie within STATE highway rights of way or affect STATE facilities, shall not be commenced until COUNTY's original contract plans involving such work and plan for utility relocations have been reviewed and approved by signature of STATE's District Director of Transportation, or the District Director's delegated agent, and until an Encroachment Permit to COUNTY authorizing such work has been issued by STATE. 5. COUNTY will obtain the aforesaid Encroachment Permit through the office of State District Permit Engineer and COUNTY's application shall be accompanied by twelve (12) sets of reduced construction plans of aforesaid STATE approved contract plans. Receipt thereafter by COUNTY of the approved Encroachment Permit shall constitute COUNTY's authorization from STATE to proceed with work to be performed by COUNTY or COUNTY's representatives within proposed STATE rights of way or which affects STATE facilities, pursuant to work covered by this Agreement. COUNTY's authorization 18 Agreement No. 4004 to proceed with said work shall be contingent upon COUNTY's compliance with all provisions set forth in this Agreement and said Encroachment Permit. 6. COUNTY's construction contractor shall also be required to obtain an Encroachment Permit from STATE prior to commencing any work within STATE rights of way or which affects STATE facilities. The application by COUNTY's contractor for said Encroachment Permit shall be made through the office of State District Permit Engineer and shall include proof said contractor has payment and performance surety bonds covering construction of PROJECT. 7. COUNTY shall provide a right of way certification prior to the granting of said Encroachment Permit by STATE, to certify that legal and physical control of rights of way has been acquired, that same is ready for construction, and that all rights of way were acquired in accordance with applicable State and Federal laws and regulations. 8. COUNTY shall not award a contract to construct any portion of PROJECT within the proposed STATE rights of way until after an Encroachment Permit has been issued to COUNTY by STATE. 19 Agreement No. 4004 9. COUNTY's construction contractor shall maintain in force, until completion and acceptance of their PROJECT construction contract, a policy of Contractual Liability Insurance, including coverage of Bodily Injury Liability and Property Damage Liability in accordance with Section 7-1.12 of State Standard Specifications. Such policy shall contain an additional insured endorsement naming STATE and CITY, its officers, agents and employees as additional insureds. Coverage shall be evidenced by a Certificate of Insurance in a form satisfactory to STATE which shall be delivered to STATE before the issuance of an Encroachment Permit to COUNTY's contractor. 10. In the construction of said PROJECT, representatives of COUNTY, CITY and STATE will cooperate and consult, and all work pursuant to PROJECT shall be accomplished according to the approved plans, specifications and applicable STATE standards. Satisfaction of these requirements shall be verified by the STATE representative. The STATE representative is authorized to enter CITY's property during construction for the purpose of monitoring and coordinating construction activities. 20 Agreement No. 4004 11. Changes to PROJECT plans and specifications shall be implemented by contract change orders reviewed and concurred with by the STATE representative. All changes affecting public safety or public convenience, all design and specification changes, and all major changes as defined in STATE's Construction Manual shall be approved by STATE in advance of performing the work. Unless otherwise directed by the STATE representative, changes authorized as provided herein will not require an Encroachment Permit rider. All changes shall be shown on the As -Built plans referred to in Article (33) of Section I, of this Agreement. 12. COUNTY shall provide a claims process acceptable to STATE, and shall process any and all claims through COUNTY's claim process. The STATE representative will be made available to COUNTY to provide advice and technical input in any claim process. Said claims process shall include a provision for arbitration. 13. If the lowest responsible bid received by COUNTY for construction of PROJECT does not exceed the Engineer's Estimate by more than to percent, the contract may be awarded by COUNTY. If, however, upon receipt of bids the Engineer's Estimate is exceeded by more than 10 percent, STATE, CITY and COUNTY shall endeavor to agree on an appropriate course of action. 21 Agreement No. 4004 14. Any change requested by the parties hereto in PROJECT that may be necessary or desirable prior to completion of the work shall require the written approval of STATE, CITY and COUNTY. The cost of an approved change, if within the amount provided for contingency items, may be taken from the fund therefor provided. If the cost of an approved change exceeds the amount provided for in contingency items STATE or CITY will, upon receipt of claim therefor, deposit with COUNTY its share of the estimated cost of such approved change. Should either party not approve a cost increase change requested by the other party, the requesting party may elect to fund 100 percent of the cost therefor. 15. If existing public and/or private utilities conflict with the construction of PROJECT, COUNTY shall make all necessary arrangements with the owners of such utilities for their protection, relocation or removal. COUNTY shall inspect the protection, relocation or removal of such facilities. If any protection, relocation or removal of utilities is required, such work shall be performed in accordance with STATE policy and procedure for those utilities within STATE's existing or proposed right of way and in accordance with CITY policy for those utilities outside STATE's existing or proposed right of way. Total costs of such protection, relocation or removal shall be borne by CITY in 22 Agreement No. 4004 accordance with the terms of the Highway Encroachment Permits, Case Law, Public Utility Regulations and Property Rights. COUNTY shall require any utility company performing relocation work in STATE's right of way to obtain a STATE Encroachment Permit prior to the performance of said relocation work. Any relocated or new utilities shall be correctly shown and identified on the As -Built plans referred to in Article (33), Section I of this Agreement. 16. Pursuant to the authority contained in Section 591 of the Vehicle Code, STATE has determined that within such areas as are within the limits of PROJECT and'are open to public traffic, COUNTY and CITY shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. COUNTY and CITY shall take all necessary precautions for safe operation of COUNTY's and CITY's vehicles, the construction contractor's equipment and vehicles and/or vehicles of personnel retained by COUNTY or CITY and for the protection of the traveling public from injury and damage from such vehicles or equipment. 17. Upon completion and acceptance of the PROJECT construction contract by COUNTY to the satisfaction of the STATE Representative, STATE will accept control of and maintain, at its own cost and expense, those portions of PROJECT lying within STATE's right of way, except local roads delegated to CITY for 23 Agreement No. 4004 maintenance. STATE will maintain, at STATE expense, the entire structure below the deck surface of any CITY local road overcrossings. 18. CITY will accept control and maintain, at its own cost and expense, the portions of PROJECT lying outside STATE's right of way. Also, CITY will maintain, at CITY expense, local roads within STATE's right of way delegated to CITY for maintenance and remaining portions of any local road overcrossing structure, including the deck surface and above, as well as all traffic service facilities that may be required for the benefit or control of CITY local road traffic. 19. STATE will maintain the traffic control signal system and safety lighting as installed and pay an amount equal to 50% of the total maintenance costs, including electrical energy costs. CITY shall reimburse STATE for CITY's proportionate share of said maintenance costs, such share to be an amount equal to 50% of the total maintenance costs, including electrical energy costs. 20. Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances which are installed within STATE's right of way will automatically be 24 Agreement No. 4004 vested in STATE, and materials, equipment and appurtenances which are installed will be owned by STATE. No further agreement will be necessary to transfer ownership as hereinabove stated. 21. Neither STATE nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by COUNTY or CITY under or in connection with any work, authority or jurisdiction delegated to COUNTY or CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, COUNTY and CITY shall fully defend, indemnify and save harmless STATE, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by COUNTY or CITY under or in connection with any work, authority or jurisdiction delegated to COUNTY or CITY under this Agreement. 22. Neither COUNTY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE or CITY under or in connection with any work, authority or jurisdiction delegated to STATE or CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, STATE and CITY 25 Agreement No. 4004 shall fully defend, indemnify and save harmless COUNTY, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE or CITY under or in connection with any work, authority or jurisdiction delegated to STATE or CITY under this Agreement. 23. Neither CITY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE or COUNTY under or in connection with any work, authority or jurisdiction delegated to STATE or COUNTY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, STATE and COUNTY shall fully defend, indemnify and save harmless CITY, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE or COUNTY under or in connection with any work, authority or jurisdiction delegated to STATE or COUNTY under this Agreement. 24. The parties hereto will carry out PROJECT in accordance with the Scope of Work, attached and made a part of this Agreement, Agreement No. 4004 which outlines the specific responsibilities of the parties hereto. The attached Scope of Work may in the future be modified to reflect changes in the responsibilities of the respective parties. Such modifications shall be concurred with by CITY's and COUNTY's Director of Public Works or other official designated by CITY and COUNTY, and STATE's District Director for District 7 and become a part of this Agreement as a supplement to this Agreement after execution by the respective officials of the parties. 25. Prior to award of a construction contract, CITY or COUNTY may terminate PROJECT and this Agreement in writing, provided CITY or COUNTY pays STATE for all PROJECT oversight costs incurred by STATE prior to termination. STATE will bill CITY or COUNTY for the amount due STATE within thirty (30) days after said termination notice and CITY or COUNTY will pay said amount within thirty (30) days after receipt of such billing. 26. No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. 27 CITY OF DIAMOND BAR By Mayor Attest: City Clerk Approved as to Form: By: City Attorney 29 Agreement No. 4004 Agreement No. 4004 07 -LA -57 At Pathfinder Road Widen OC and construct Park & Ride 07231 - 019010 SCOPE OF WORK This Scope of Work outlines the specific areas of responsibility for various project development activities for the proposed widening of Pathfinder Road Overcrossing, modification of the ramp intersection and Park and Ride facility on State Route 57 in the City of Diamond Bar. 1. COUNTY will be the Lead Agency for CEQA and STATE will be the State Lead Agency for NEPA. The Federal Highway Administration (FHWA) will be the Federal Lead Agency for NEPA. COUNTY will prepare the Environmental Document(s) (ED) to meet the requirements of CEQA and NEPA. The draft and final ED will require STATE review and approval prior to public circulation. COUNTY will provide all data for and prepare drafts of the Project Report (PR) and the Project Approval Report (PAR). STATE will review and process the reports and request approval of PROJECT and ED by the FHWA. 2. CITY, COUNTY and STATE concur that the proposal is a Category 4A as defined in STATE's Project Development Procedures Manual. 3. COUNTY will submit drafts of environmental technical reports, and of individual sections of the draft environmental documents to STATE, as they are developed, for review and comment. Traffic counts and projections to be used in the various reports shall be supplied by STATE if available, or by CITY or COUNTY. Existing traffic data shall be furnished by CITY or COUNTY. 4. STATE will review, monitor, and approve all project development reports, studies, and plans, and provide all necessary implementation activities through advertising of the project. 5. Existing freeway agreement need not be revised. 6. All phases of PROJECT, from inception through Construc- tion, whether done by CITY, COUNTY or STATE, will be developed in accordance with all policies, procedures, practices, and standards that STATE would normally follow. 7. Detailed steps in the project development process' are appended to this Scope of Work. This appendix is intended as a guide to STATE, CITY and COUNTY staff. 30 Agreement No. 4004 APPENDIX A: PLANNING PHASE ACTIVITIES 2. 3. PROJECT GEOMETRICS DEVELOPMENT Prepare Existing Traffic Analysis X Prepare Future Traffic Volumes for Alternatives X Prepare Project Geometrics and Profiles X Prepare Layouts and Estimates for Alternatives X Prepare Operational Analysis for Alternatives X Review and Approve Project Geometrics and Operational Analysis X X PROJECT APPROVAL Certify ED in accordance to Countyfs procedures X Prepare Draft Project Report (DPR) X Finalize and Submit Project Report with Certified ED for Approval X Approve Project Report X 31 RESPONSIBILITY PROJECT ACTIVITY STATE COUNTY CITY 1. ENVIRONMENTAL ANALYSIS & DOCUMENT PREPARATION Establish Project Development Team (PDT) X X X Approve PDT X Project Category Determination X X X Prepare Preliminary Environmental Assessment X Identify Preliminary Alternatives and Costs X Prepare and Submit Environmental Studies and Reports X Review and Approve Environmental Studies and Reports X X Prepare and Submit Draft Environmental Document (DED) X Review DED X X 2. 3. PROJECT GEOMETRICS DEVELOPMENT Prepare Existing Traffic Analysis X Prepare Future Traffic Volumes for Alternatives X Prepare Project Geometrics and Profiles X Prepare Layouts and Estimates for Alternatives X Prepare Operational Analysis for Alternatives X Review and Approve Project Geometrics and Operational Analysis X X PROJECT APPROVAL Certify ED in accordance to Countyfs procedures X Prepare Draft Project Report (DPR) X Finalize and Submit Project Report with Certified ED for Approval X Approve Project Report X 31 1. 2. Agreement No. 4004 APPENDIX B• DESIGN PHASE ACTIVITIES PROJECT ACTIVITY RESPONSIBILITYSTATE COUNTY CITY PRELIMINARY COORDINATION Request 1 - Phase EA X Field Review of Site X X X Provide Geometrics X Approve Geometrics X X Obtain Surveys & Aerial Mapping X Obtain Copies of Assessor Maps and Other R/W Maps X Obtain Copies of As-Builts X Send Approved Geometrics to Local Agencies for Review Revise Approved Geometrics if required X X Approve Final Geometrics X X Determine Need for Permits from Other Agencies X X Request Permits Initial Hydraulics Discussion with X District Staff X Initial Electrical Design Discussion with District Staff X Initial Traffic & Signing Discussion with District Staff X Initial Landscape Design Discussion with District Staff X Plan Sheet Format Discussion X X ENGINEERING STUDIES AND REPORTS Prepare & Submit Materials Report and Typical Section X Review & Approve Materials Report and Typical Section X Prepare & Submit Landscaping Recommendation X Review & Approve Landscaping Recommendation X Prepare & Submit Hydraulic Design Studies X Review & Approve Hydraulic Design Studies X Prepare & Submit Bridge General Plan & Structure Type Selection X Review & Approve Bridge General Plan & Structure Type X 32 3. 4. Agreement No. 4004 PROJECT ACTIVITY R/W ACQUISITION & UTILITIES Request Utility Verification Request Preliminary Utility Relocation Plans from Utilities Prepare R/W Requirements Prepare R/W and Utility Relocation Cost Estimates Submit R/W Requirements & Utility Relocation Plans for Review Review and Comment on R/W Requirements Longitudinal Encroachment Review Longitudinal Encroachment Application to District Approve Longitudinal Encroachment Application Request Final Utility Relocation Plans Check Utility Relocation Plans Submit Utility Relocation Plans for Approval Approve Utility Relocation Plans Submit Final R/W Requirements for Review and Approval Fence Review R/W Layout Review Approve R/W Requirements Perform R/W Clearance Activities Prepare and Submit Certification of R/W Review and Approve Certification of R/W Prepare R/W Record Maps PROJECT ACTIVITY RESPONSIBILITY STATEOC UNTY CITY X X X X X X X X X X X X X X X X X X X RESPONSIBILITY STATE COUNTY CITY PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES Prepare and Submit Preliminary Stage Construction Plans 33 X Agreement No. 4004 Review Preliminary Stage Construction Plans Calculate and Plot Geometrics Cross -Sections & Earthwork Quantities Calculation Prepare and Submit BEES Estimate Put Estimate in BEES Local Review of Preliminary Drainage Plans and Sanitary Sewer and Adjustment Details Prepare & Submit Preliminary Drainage Plans Review Preliminary Drainage Plans Prepare Traffic Striping and Roadside Delineation Plans and Submit for Review Review Traffic Striping and Roadside Delineation Plans Prepare & Submit Landscaping and/or Erosion Control Plans Review Landscaping and/or Erosion Control Plans Prepare & Submit Preliminary Electrical Plans Review Preliminary Electrical Plans Prepare & Submit Preliminary Signing Plans Review Preliminary Signing Plans Quantity Calculations Safety Review Prepare Specifications Prepare & Submit Checked Structure Plans Review & Approve Checked Structure Plans Prepare Final Contract Plans Prepare Lane Closure Requirements Review & Approve Lane Closure Requirements Prepare & Submit Striping Plan Review & Approve Striping Plan Prepare Final Estimate Prepare & Submit Draft PS&E Review Draft PS&E Finalize & Submit PS&E to District 34 ►Al 1,1 ►l Agreement No. 4004 07 -LA -57 At Pathfinder Road Widen OC and construct Park & Ride 07231 - 019010 SCOPE OF WORK This Scope of Work outlines the specific areas of responsibility for various project development activities for the proposed widening of Pathfinder Road Overcrossing, modification of the ramp intersection and Park and Ride facility on State Route 57 in the City of Diamond Bar. 1. COUNTY will be the Lead Agency for CEQA and STATE will be the State Lead Agency for NEPA. The Federal Highway Administration (FHWA) will be the Federal Lead Agency for NEPA. COUNTY will prepare the Environmental Document(s) (ED) to meet the requirements of CEQA and NEPA. The draft and final ED will require STATE review and approval prior to public circulation. COUNTY will provide all data for and prepare drafts of the Project Report (PR) and the Project Approval Report (PAR). STATE will review and process the reports and request approval of PROJECT and ED by the FHWA. 2. CITY, COUNTY and STATE concur that the proposal is a Category 4A as defined in STATE's Project Development Procedures Manual. 3. COUNTY will submit drafts of environmental technical reports, and of individual sections of the draft environmental documents to STATE, as they are developed, for review and comment. Traffic counts and projections to be used in the various reports shall be supplied by STATE if available, or by CITY or COUNTY. Existing traffic data shall be furnished by CITY or COUNTY. 4. STATE will review, monitor, and approve all project development reports, studies, and plans, and provide all necessary implementation activities through advertising of the project. 5. Existing freeway agreement need not be revised. 6. All phases of PROJECT, from inception through Construc- tion, whether done by CITY, COUNTY or STATE, will be developed in accordance with all policies, procedures, practices, and standards that STATE would normally follow. 7. Detailed steps in the project development process are appended to this Scope of Work. This appendix is intended as a guide to STATE, CITY and COUNTY staff. 30 Agreement No. 4004 APPENDIX A: PLANNING PHASE ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY STATE COUNTY CITY 1. ENVIRONMENTAL ANALYSIS & DOCUMENT PREPARATION Establish Project Development Team (PDT) X X X Approve PDT X Project Category Determination X X X Prepare Preliminary Environmental Assessment X Identify Preliminary Alternatives and Costs X Prepare and Submit Environmental Studies and Reports X Review and Approve Environmental Studies and Reports X X Prepare and Submit Draft Environmental Document (DED) X Review DED X X 2. PROJECT GEOMETRICS DEVELOPMENT Prepare Existing Traffic Analysis X Prepare Future Traffic Volumes for Alternatives X Prepare Project Geometrics and Profiles X Prepare Layouts and Estimates for Alternatives X Prepare Operational Analysis for Alternatives X Review and Approve Project Geometrics and Operational Analysis X X 3. PROJECT APPROVAL Certify ED in accordance to County's procedures X Prepare Draft Project Report (DPR) X Finalize and Submit Project Report with Certified ED for Approval X Approve Project Report X 31 1. 2. Agreement No. 4004 APPENDIX B: DESIGN PHASE ACTIVITIES RESPONSIBILITY PROJECT ACTIVITY STATE COUNTY CITY PRELIMINARY COORDINATION Request 1 - Phase EA X Field Review of Site X X X Provide Geometrics X Approve Geometrics X X Obtain Surveys & Aerial Mapping X Obtain Copies of Assessor Maps and Other R/W Maps X Obtain Copies of As-Builts X Send Approved Geometrics to Local Agencies for Review X Revise Approved Geometrics if required X Approve Final Geometrics X X Determine Need for Permits from Other Agencies X X Request Permits X Initial Hydraulics Discussion with District Staff X Initial Electrical Design Discussion with District Staff X Initial Traffic & Signing Discussion with District Staff X Initial Landscape Design Discussion with District Staff X Plan Sheet Format Discussion X X ENGINEERING STUDIES AND REPORTS Prepare & Submit Materials Report and Typical Section X Review & Approve Materials Report and Typical Section X Prepare & Submit Landscaping Recommendation X Review & Approve Landscaping Recommendation X Prepare & Submit Hydraulic Design Studies X Review & Approve Hydraulic Design Studies X Prepare & Submit Bridge General Plan & Structure Type Selection X Review & Approve Bridge General Plan & Structure Type X 32 EXHIBIT "A" CONSTRUCTION COST ESTIMATE Bridge $ 1,110,000 Roadway 231,000 Park and Ride Facility 250,000 Traffic Signal & Safety Lighting 95,000 Street Lighting 25,000 Subtotal $ 1,711,000 Contingencies 342,000 Total $ 2,053,000 CALL $ 2,100,000 COST SHARING SUMMARY ($1000) State City* County Total Construction ----- 300 ---- 1500 ------ 300 ----- 2100 Preliminary Engineering 0 0 168 168 (est. 8% constr) Construction Engineering 42 210 42 294 (est. 14% constr) 342 1710 510 2562 * City funds will be comprised of: Regional FAU $547 Local FAU $271 City matching funds $892 Total $1710 X sueTd uoTgonagsuoo abegS AaeuTMTTaad gTutgnS pus aaedaad s3,bvwiisa GMY SNoilvoIdioads ' SNygd ao NOIlVaydaHd AyI0 A1N0000IE_VLS Ay AIyOK 10Sr02id AylzlsisNodssu sdvK paooag M/H easdead X o uoTgeoT3Tgaa0 anoaddv pug MaTnag X M/2i 3 pug aagdaad X M/X go uoTgeoT3Tgaa0 gTM ns saTgTntgord aoueaeaTO M/a Mao;aad X sguameaTnbag M/H anoaddy X MaTnag gnoAVq M/2i X MaTnaU 90u93 X Tgnoaddy X s uaM9JTnbag M/H TeuTa gTmgns pug MaTnag ao3 g T anoadd� X X sueTd uoTgeooTag AgTT,gn mqns X Tenoaddv ao3 suvId uoTgeooTag 1CgTTtgn gT39,q X X X sueTd uoTgeooTag AgTTTgn xoaq' X sueTd uoTgeooTag AgTTTgn TpuT3 gsanbag X uoTggoTTddK guamgoeoaoug TeuTpngTbuOq anoadd�d goTagsTa Xgua og uoTgpoTTddpuTpn4#uoz �d utgoeoaoug T X X X Matnag guaiugoeoaoua TeutpngTbuoq sguamaaTnbag o M/a uo guammo pup MaTna2i X X Matnag ao3 sueTd X s ua�uaaTnb9ld M/U gTmgns uoTgpooTag AITTTgn I g sageUXTgsg X gso0 uoTgeooTaN A4TTT4n Pup M/ -a aaz�daad X sguamaatnbag M/ -d X saTgTI M moa; su2ld uoTggaoTa2i AgTTTgn AaeuTiuTTaad gsenbag X uoTgpoTJTaaA AgTTTgn gsanbag SSIyI'IIsfl 'S NOIyISInoov M/2I AyIO -1003 sy�tys Aylnlyo�t yosroxa Ali IflISNOdsa i toot -ON gugmaaaby .V .£ X X X X X X x x X X X X X X 91 X X V£ goljgsTQ oq ajSd gTmgnS 9 azTTeuT3 ajSd g3eaa MaTnaU aisa 43eaQ gTulQns 1 aaedead ageMTgss TeuTa eaedaad ueTd buTdTags anoaddV )g MaTnag ueTd buTdTags gTmgns 1 eaedaad sguamaaTnbag aansoj� aueZ anoaddv 1 MaTnag sguaMBJTnbag aansoTo aueZ aaedaid sueTd goeaquo, TeUT3 aaedead sueTd aangonags paxoaqo anoadd4 I MaTnag sueTd eangonags paxo9g0 gTmgns R eaedaad suoTgeoT3Toads easdead MaTnad A49JPS suoTgeTnoTe3 AgTquenD sueTd buTubTS AaeuTMTTaad MatnaU sueTd buTubTS AaeuTMTTaad gTmgnS 1 aaedead sueTd TeoT2g3aT3 AaeuTuITTaJd MaTnag sueTd TeoTagoaTg AaeuTMTTaad gTmgns I easdead sue -[d ToaguoD uoTsoag ao/pue buTdeospURq MaTnag sueTd Toaquo, uoTsoag ao/pue butdeospueq gTmgns 1 aaedaad sueTd uoTgeauTTaQ apTspeog pue buTdTags oT33eay Matnag MaTnag ao3 4Tmgns pue sueTd uoTge9uTT8G OPTspeog pue buTdTagS oTj3eay aaedaad sueTd abeuTeaQ AaeUTMTTaad Matnag sueTd abeuTeaa AaeuT�TTaad gTMgnS I eavdaad nc sTTegaQ guagsn[pv pue aaMaS AaegTueS pue sueTd abeuTeao AaeuTMTTaad 30 MaTnag TeooZ s33s UT 949MT49s qnd ageMTgsS ss3g gTuxgns PUP eaedead uoTgeTnoTeD saTgTquenb xaoMggaeS I suotgoaS-ssoaO sota49iuo99 gold pue 94eTn3Te3 sueTd uoTgonagsuoo abegS AaeuTMTTaad MaTnag moot -ON quauiaaaby CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. a 1.... norm i.. van wort, city Manager MEETING DATE: April 21, 1992 REPORT DATE: April 13, 1992 FROM: Sid J. Mousavi, City Engineer/Public Works Director TITLE: The 1991-92 Slurry Seal Improvement Program - Area Two SUMMARY: On March 3, 1992, the City Council authorized staff to advertise for bids for the 1991-92 Slurry Seal Improvement Program - Area Two. At this time, the City desires to award a contract to the lowest responsible bidder. RECOMMENDATION: It is recommended that the City Council award a contract to Roy Allan Slurry Seal, Inc. in the amount of $145,599,75. LIST OF ATTACHMENTS: X Staff Report _ Resolution(s) _ Ordinances(s) X Agreement(s) _ Public Hearing Notification _ Bid Specification (on file in City Clerk's Office) Other EXTERNAL DISTRIBUTION: 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? 5. Are other departments affected by the report? _ Yes X No Report discussed with the following affected departments: VIEWED BY: '� / _ Robert L. Van Nort Terrence L. Belanger i Si�ousavi `r City Manager Assistant City Manager � City Engineer/Public Works Director MEETING DATE: TO: FROM: SUBJECT: CITY COUNCIL REPORT AGENDA NO. April 21, 1992 Honorable Mayor and Members of the City Council Robert L. Van Nort, City Manager The 1991-92 Slurry Seal Improvement Program Area Two ISSUE STATEMENT The City desirosto awacontract 1991-92 rySeal Improvement Pgram Area Two, to Roy Allan Slurry Seal, qualified bidder. the lowest responsible and most q RECOMMENDATION It is recommended that the City Council lreceive nc. for the 1991-92and Sl award the contract to Roy Allan Slurry Seal, Seal Improvement Program - Area Two, based upon their bid, for the total amount of $145,599.75. Further, it is recommended that the Council authorize staff to execute change orders for unforeseen items in the amount not to exceed 10% of the contract amount. FINANCIAL SUMMARY This project will be funded by the City's Gas Tax Funds. BACKGROUND On March 3, 1992, the City Council authorized staff to advertise and receive bids for the 1991-92 Slurry Seal Improvement Program - Area Two. In response to the advertisements, a total o eeleven contractors obtained plans and specifications for the p j DISCUSSION Formal bids were received and opened on April 14, 1992 from five contractors. The bids are as follows: Company 1. Roy Allan Slurry Seal, Inc. 2. IPS Services, Inc. 3. Pavement Coatings Co. 4. Doug Martin Contracting Co., Inc. 5. California Pavement Maintenance, Co. Inc. Bid Amount Bid Bond $145,599.75 10% $152,403.45 10% $165,711.85 10% $167,958.75 10% $179,907.00 10% The bid of $145,599.75 submitted by Roy Allan Slurry Seal, Inc., has been determined by staff to be the lowest responsible bid. The engineer's estimate for the construction of this project was $166,000 and lowest responsible bid is approximately 12% lower than said estimate. It is anticipated that the construction will begin on May 11, 1992 and be completed by the end of June, 1992. Prepared By: Sid Jalal Mousavi 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 Manager and the City Attorney, by and between Roy Allan Slurry Seal Inc. hereinafter referred to as the"CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to the City's request for proposals, bids were received, opened and declared; and WHEREAS, City did accept the bid of Contractor Ro Allan Slurr Seal Inc. 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 The 1991-92 Slurry Seal Improvement Program - Area Two in the City of Diamond Bar. 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 1991-92 Slurry Seal Improvement Program - Area Two. Said work to be performed in accordance with specifica- tions and standards on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer. 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, 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. 1 3. TERMS OF CONTRACT The undersigned bidder agrees to execute the contract within ten (1o) 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 thirty (30) working 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 consitute 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 City 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 accord- ance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 Of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance Of work of this contract.', b. For all operations of the Contractor or any sub- contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto) $500,000 each person; $1,000,000 each accident. 2) Public Liability - Property Damage (not auto) $250,000 each person; $500,000 aggregate. 3) Contractor's Protective - Bodily Injury $500,000 each person; $1,000,000 each accident. 4) Contractor's Protective - Property Damage $250,000 each accident; $500,000 aggregate. 5) Automobile - Bodily Injury $500,000 each person; $1,000,000 each accident. 6) Automobile - Property Damage $250,000 each accident. C. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; 3 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 a form satisfactory to the City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insureds in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall, at the time of the execution of the contract, present the original policies of insurance required in paragraphs a. and b. hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 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. 4 The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars ($25.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general pre- vailing 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. APPRENTT ESHTD EMPLOYMENT 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 Section 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contribution to funds established for the administrative 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. 5 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 sub- contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. 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 sub- contractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which said laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 9. CONTRACTOR'S LIABILITY: The City of Diamond Bar and its officers, agents and employees shall not be answerable or account- able 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 mis- conduct of City, its employees, servants or independent contrac- tors 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 pro - N. vided 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 or 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, is made a party to any action or proceeding filed or prosecuted against the 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 and any all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damages as aforesaid. 10. NON-DISCRI OffAT -0N 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. il. CONTRACT PRICE AND PAYMENT City shall pay to the Contractor for furni.shi.ng all material and doing the prescribed work the unit prices set forth in the Price Schedule in accordance with Contractor's Proposal dated April 14, 1992. 12. ATTORNEY'S FEES• In the event that any action or proceeding is brought by either party to enforce any term of provision of the Agreement, the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 7 13. TERMINATION: This Agreement may be terminated by the City upon the giving of a written "Notice of Termination" to Contractor at least thirty (30) days prior to the date of termination specified in said notice. In the event of such termination, Contractor shall only be paid for services rendered and expenses necessarily incurred prior to the effective date of termination. 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. 372798, C-32 Roy Allan Slurry Seal, Inc. 11922 Bloomfield Ave. Santa Fe Springs, CA 90670 Date By: W.R. Allan PRESIDENT TITLE CITY OF DIAMOND BAR, CALIFORNIA By: rw •- By: CITY CLERK Date Contractor's Business Phone (310) 864-3363 Emergency Phone at which Contractor can be reached at any time APPROVED AS TO FORM: CITY ATTORNEY Date 8 CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. TO: Robert L. Van Nort, City Manager MEETING DATE: April 21, 1992 REPORT DATE: April 13, 1992 FROM: Sid J. Mousavi, City Engineer/Public Works Director TITLE: Purchase and installation of Parkway Trees. SUMMARY: The City Council has previously authorized funds in the Fiscal Year 1991-1992 budget for City tree maintenance. As part of the maintenance program, staff has prepared plans and specifications for replacement of missing trees and seeks authorization to solicit bids. RECOMMENDATION: It is recommended that the City Council approve the attached plans and specifications for the purchase and installation of parkway trees. Further it is recommended that the City 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) X Agreement(s) EXTERNAL DISTRIBUTION: SUBMITTAL CHECKLIST: Public Hearing Notification X Bid Specification (on file in City Clerks Office) Other 1. Has the resolution, ordinance or agreement been reviewed X Yes by the City Attorney? _ No 2. Does the report require a majority or 4/5 vote? Majority 3. Has environmental impact been assessed? 4. Has the r report been reviewed by a Commission? _Yes — No Which Commission? —Yes X No 5. Are other departments affected by the report? Report discussed with the following affected departments: Yes — X No REVT7EWED BY-, f` 4er�t'L. Van Nort Terrence L. Belanger City Manager Sid J. Mousavi Assistant City Manager City Engineer/Public Works Director CITY COUNCIL REPORT AGENDA NO. MEETING DATE: April 21, 1992 TO: Honorable Mayor and Members of the City Council FROM: Robert L. Van Nort, City Manager SUBJECT: Purchase and Installation of Parkway Trees ISSUE STATEMENT The City desires to secure competitive bids to purchase and install parkway trees. Replacements are necessary due to loss of trees primarily by vehicle knock downs. RECOMMENDATION It is recommended that the City Council approve the attached plans and specification for the purchase and installation of parkway trees. Further it is recommended that the City Council adopt the attached resolution and authorize the City Clerk to advertise for bids. FINANCIAL SUMMARY The City Council has appropriated $100,000 in the Fiscal Year 1991- 1992 for tree maintenance activities. The estimate for the project is $30,000. BACKGROUND/DISCUSSION The City has many empty treewells throughout the City. These trees have been lost primarily through vehicle accidents. In order to continue the City's Urban Forestry Program it is essential to continue replacement of deceased trees. Trees are a primary source Of oxygen in the environment and provide both physical and Psychological relief from reflected heat and glare from urban development. In addition the aesthetic value of urban trees is immeasurable. Prepared By: Sid Jalal Mousavi CITY OF DIAMOND BAR STATE OF CALIFORNIA SPECIFICATIONS FOR THE PURCHASE AND INSTALLATION OF PARKWAY TREES 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 May 26, 1992 sealed proposals for the performance of the above described services. CITY OF DIAMOND BAR Jay Kim, Mayor Phyllis Papen, Mayor Pro Tem John Forbing, Councilmember Gary Werner, Councilmember Gary Miller, Councilmember Robert L. Van Nort, City Manager TABLE OF CONTENTS NOTICE OF INVITING SEALED BIDS . . . . . . . . . . . . . INFORMATION FOR BIDDERS . . . . . . . . . . . . . . . . . BIDDER'S PROPOSAL . . . . . . . . . . . . . . . . . . . . SCHEDULE OF PRICES . . . . . . . . . . . . . . . . . . . CONTRACTOR'S INDUSTRIAL SAFETY RECORD . . . . . . . . . . SUBCONTRACTOR LIST . . . . . . . . . . . . . . . . . . . . NON -COLLUSION AFFIDAVIT . . . . . . . . . . . . . . . . . FAITHFUL PERFORMANCE BOND . . . . . . . . . . . . . . . . LABOR AND MATERIAL BOND . . . . . . . . . . . . . . . . . BIDDER'S BOND . . . . . . . . . . . . . . . . . . . . . . AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . SPECIAL PROVISIONS . . . . . . . . . . . . . . . . . . . GENERAL SPECIFICATIONS . . . . . . . . . . . . . . . . . TECHNICAL SPECIFICATIONS . . . . . . . . . . . . . . . . . EXHIBIT"A" . . . . . . . . . . . . . . . . . . . . . . . 4 - 8 9 - 15 16 - 17 18 - 20 19A - 19B 21 22 23 24 - 25 26 - 33 34 - 39 40 - 51 42 - 44 SPECIFICATIONS FOR THE PURCHASE AND INSTALLATION OF PARKWAY TREES IN THE CITY OF DIAMOND BAR RESOLUTION NO. 92 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS FOR THE PURCHASE AND INSTALLATION OF PARKWAY TREES IN THE CITY OF DIAMOND BAR AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS. WHEREAS, it is the intention of the City of Diamond Bar to maintain certain improvements in the City of Diamond Bar. WHEREAS, the City of Diamond Bar has prepared plans and specifications for the maintenance 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 Parkway Tree Planting in the City of Diamond Bar. 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 May 26, 1992, sealed bids or proposals for the purchase and installation of Parkway Trees 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 Purchase and Installation of Parkway Trees in the City of Diamond Bar". PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general 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 journeyman that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate; or B. When the number of apprentices in training in the area exceeds a ratio of one to five; or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally; or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any 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 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. 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 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 Contrac- tor'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: $30,000 By order of the City Council of the City of Diamond Bar, California. Dated this day of 1992. PASSED, APPROVED AND ADOPTED this 21st day of April, 1992. 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 21st day of April, 1992 by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: LYNDA BURGESS, City Clerk City of Diamond Bar 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. 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: Subcontractors shall be permitted. 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 EOUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at S4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupa- tions, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements 12 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. PERMITS. FEES AND LICENSES: The Contractor shall possess a valid City of Diamond Bar business license prior to the issuance of the first payment made under this contract. 23. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of the written "Notice to Proceed" of the City and to fully complete the project as identified in Exhibit "A" within sixty (60) 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. 24. NO REFUND FOR DRAWINGS AND SPECIFICATIONS: Purchasers are advised that upon payment of the appropriate purchase price, the set of contract drawings and specifications become the property of the purchaser and are not to be returned to the City of Diamond Bar. 25. AWARD OF CONTRACT: The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements described. 26. QUANTITIES: The quantity of work for the unit price items to be done under the contract, as noted in the Schedule of Prices, is an estimate and is not to be taken as an expressed or implied statement that the actual quantity of work will correspond to the estimate. The right is reserved by the City of Diamond Bar to increase or decrease or to entirely eliminate items from the work if found desirable or expedient. 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. 27. WITHDRAWAL OF BIDS: The bidder may withdraw his bid at any time prior to the date and hour set for opening of bids upon presentation of a written request to the City's Engineer signed by an authorized representative of the bidder or by the person filing the bid. 28. INVALID PROPOSALS: Proposals submitted by telegraph and those which are not logged in at the office of the City Clerk of the City of Diamond Bar, prior to the date and hour set for receipt of same will not be considered. 29. ALTERING PROPOSALS: The wording of the proposals shall not be changed. Any additions, conditions, limitations, or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Erasures of interlineations in the proposal must be explained or noted over the signature of the bidder. 30. ACCEPTANCE OR REJECTION OF BIDS: The City Council of the City of Diamond Bar reserves the right to accept any bid or reject any or all bids and to waive any informality or defects in bids received as the best interests of the City of Diamond Bar. Proposals in which the bid prices are obviously unbalanced may be rejected. Proposals in which a bid item is left totally blank will be considered as being nonresponsive and automatically rejected. 31. BID PRICES AND AGREEMENT OF FIGURES: If a unit price bid item total amount arrived at by multiplying the unit price times the quantity does not agree with the total amount entered for the item or if the total amount is not entered, the unit price and the corrected extension will be considered as representing the bidder's intentions. If in a unit price bid item the total amount is entered for the item but not the unit price, the unit price shall be that which is derived by dividing the total amount bid for the item by the number of units in the item. If the amounts bid on individual items (if called for) do not add up to the total amount shown, the correctly added total of the individual items shall prevail over the total amount. 14 32. ADDENDA TO CONTRACT DOCUMENTS: The Engineer may, from time to time issue addenda to the contract documents during the period of advertising for bids, for the g' plans or bid purpose of clarifying or correcting special provisions, proposal. Purchasers of contract documents will be furnished with copies of such addenda, either by first class mail or personal delivery, during theperiod 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. 33. TERM OF CONTRACT: The term of this contract shall be 60 days for planting. Upon completion of planting as described in Exhibit "A" a 60 (sixty) day tree maintenance period will commence. 15 BIDDER'S PROPOSAL FOR THE PURCHASE AND INSTALLATION OF BAR, CALIFORNIA PARKWAY TREES IN THE CITY OF DIAMOND Date 19 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: at he principals harettheofollowingpersons or parties interested in this proposal as (If the bidder is a corporation, give the name of the corporation a name of its president, secretary, treasurer, and manager. co- partnership, If nd the give the name under which the co -partnership does abusiness, and the names and addresses of all co - the name under which the contract is toabendrawn.)f an individual, state (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. Proposed work, (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent b City of Diamond Bar to him at the address furnished by him to th g Diamond Bar when this Y the Proposal form was obtained. e City of (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sen him as aforesaid, and makes this g 1 proposal in accordance therewith, t to (f) That, if this bid is accepted he will enter into a written contract for the performance of Bar. the proposed work with the City of Diamond (g) That he proposes to enter into such contract and to accept i full payment for the work actually done thereunder the prices shown attached schedule. It is understood and agreed that the P n forth are but estimates in the quantities whatever they may beat the unit prices will apply qt the set to the actual 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 Said bidder's bond has been duly executed byLthe undersigned bidder and b a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten 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 City Zip Code 17 Telephone of Bidder Signature of Bidder SCHEDULE OF PRICES FOR THE STREET TREE PLANTING 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, as described in Exhibit "A". ITEM ITEM NO. DESCRIPTION UNIT ITEM QUANTITY PRICE TOTALS 1• 15 gallon Lagerstromia Indica "Potomac" Planting in place per specifications 53 2. 15 gallon Eriobotrya Deflexa planting in place per specifica- tions 37 3' 15 gallon Tristania conferta planting in place per specifica- tions 18 4. 15 gallon Pinus canariensis with root barrier planting in place per specifica- tions 45 5. 15 gallon Podocarpus gracillior planting in place per specifica- tions 32 6. 47" X 47" tree well covers in place per specifications 16 7. 35" x 35" tree well covers in place per specifications 18 18 8. 60 day tree mainten- ance period Lump Sum TOTAL BID AMOUNT IN FIGURES $ TOTAL BID AMOUNT WRITTEN IN WORDS: 19 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Rid 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 atuch 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 surrounaing any and all fatalities. 5 Calendar Years Prior to Current Year 1987 1988 1989 1990 TOTAL CURRENT YEAR 1. No. of coairscts 2 Total dollar amount of contracts (in thousands of f) 3. No. of faWitia 4. No. of lost workday cases k i S. No. of loot wont day cases involving permanent transfer to another job or termination of employment 6 • No. of last workdays •The information required for these items its the sane as required for columna 3 to 6. Code 10, Occupational Injuria, Summary - Occupational Injuries sod If ummu, OSSA Na lOZ The above i[OWMA ion was Compiled kne the , , , g - 'a tbat ate available to me at thin time and I deciae it penalty of perjury that the information is true and accurate w idds the limitsdosa of tillage trsooedn. Name of Bidder (prier) Signature Address State conttaetats' Lia Na A cisco d" City zip Coda Tdepbooa 19A SUBCONTRACTORS LIST In compliance with the provisions of the Public Contract Code Section 4102, the undersigned bidder herewith sob 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 epaaw a wrbeonitaeler fw any perfiort of ft work. the bidder agrees to perform ttte work with his own crwrs. (AKemadve subeontra Ws ler Uta safna work ars prohibNsd by provisions of the Caiifomia Governmeltt Code.) Dated Bidder Signature Signature 19B 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 applicableportions of the construction documents and include all costs connected with such items including, but not necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for Contractor. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. 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 20 NONCOLLUSION AFFIDAVIT State of California ss. County of Los Angeles ) deposes and says that he or she is being first duly sworn, 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 1992. Notary Public in and for the County of Los Angeles, State of California My Commission expires 21 1992. 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 . 1992. PRINCIPAL BY: ( SEAL) 22 SURETY BY: ( 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 . 1992. PRINCIPAL SURETY BY: By: (SEAL) 23 (SEAL) BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, as principal, and as surety, are held and firmly bound unto the City of Diamond Bar in the sum to ten percent (10%) of the total amount of the bid of the principal, to be paid to the said City or its certain attorney, its successors and assigns; for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Diamond Bar for certain construction specifically described as follows, for which bids are to be opened at Diamond Bar City Hall on May 26, 1992 for the Purchase and Installation of Parkway Trees 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. 24 BIDDER'S BOND (CONTINUED) IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 1992 (seal) (seal) (seal) PRINCIPAL (seal) (seal) (seal) seal) ADDRESS (seal) NOTE: Signatures of those executing for the surety must be properly acknowledged. 25 AGREEMENT and enNOW ALL MEEN Bn THESEcP ESENTS: the date following agreement is made and the Mayor, by and between ate executed by the City Clerk ------•-��=1 i-ererred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "Cityll. 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 Parkway Trees in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: I. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and e the Purchase and Installation of Parkway TreesminttherCity of Diamondand do thekBafor r. 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 O BE CONS' ER3 D aforesaid specifications are incorporated COMPLEMENTARY: The made a part hereof with like forherein by reference thereto and were set forth in full herein. ce and effect as if all of said documents Bids attached hereto., together wSaid documents, the Resolution Inviting constitute the contract between ith this written agreement, shall require a complete and finished the parties. This contract is intended to complete thpiece of work and anything necessary to e 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. inconsistency exists between the aforesaidshould documentsband sthisawrittenat any agreement, the provisions of this written agreement shall control. 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 upon notice by Cit award of the contractforruton notice days from the date of noticeofand to complete the p Y City after the 10 calendar days, days from the executionnofntheortion of the first contractork within sixty to the assessment of liquidated The bidder arees)furthedar ($100.00) dollars for eachdcalendarages in day thethe workmremains one -hundred the expiration of the completion date. a amount nte beyond from any monies due or that may become duet heaContractordeduct hunder uthis hereof 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 re company or companies acceptable to City nor shalllred the Contractorhereunderlallow an subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The contractor shall y out and maintain at all times during the life of this contract the following policies of insurance: take 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. to commencing work, shall sign Contractor, and file with the City aprior 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 and I will comply with such and of that Code, sio performance of work of this contractus before commencing the b• For all operations of the Contractor or any subcontractor performing the work provided for herein, insurance with thein following minimum limits and coverage: 1) Public Liability - Bodily Injury (not auto each person; $1,000,000 each accident. ) $500,000 27 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; 28 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: 29 a. When unemployment in the area of coverage b apprenticeship committee has exceeded an average of the j 115 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 The Contractor is required to make contribution tofunds en. established for the administration of a programs if he employs registered apprentices pprenticeship in any apprenticeable trade on such contracts andJifrothern 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 A California, x- from the Division of Apprenticeship San Francsco, Offices. pprenticeship Standards and its branch legal7. LEGAL HOURS OF WORE: Eight l(8) hours of labor shall constitut contract, and the Contractor and any subcontractor boyed in thexunderohimfshthis all c e a with and be governed by the laws of the State of California having with working hours set forth in Division 2omply the Labor Code of the State of California aspamendedchapter 1, Article d3 of The Contractor shall forfeit, as a penalty to City, twenty-five dollars ($Of 25.00) for each laborer, workman, or mechanic employed 1n the extheecution k htheinbeforee ontract, by him or any subcontractor under him u on any for each calendar day during said laborer, workman, or mechanic is re eight (8) hours in violation of said LaboroCode?�►itted to labor more than 8 • 7'R�VEL A_ND�r SUSRTcmF subsistence `•CE pAY: Contractor agrees to pay to each workman needed to execute the work req travel and contract as such travel and subsistence applicable collective bargaining agreementsmfiledare cwitin accordance witdefined in h Labor by this Code Section 1773.8. 30 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. 31 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 , 1992, 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. 32 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 APPROVED AS TO FORM City Attorney Date By: Title Title CITY OF DIAMOND BAR, CALIFORNIA By: Mayor By: C i t T Clerk Contractor's Business Phone _ Emergency Phone at which Contractor can be reached at any time 33 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. Sco a and Control of Work. G - following• (a) Examination of Plans S ecificati Sons S ecial Provisions and ite of Work: The bidder is re quired to examine carefully the site and the proposal, specifications for the work contemplated, and i tWill beassumedcthat athefbidder 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) Pro asal 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 proposed, both in writing and figures, and must besignedpbycthe 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) Irrecru7 ar; t; p� .- "' l,..alriin Alterationsor Proposals may be rejected if theysures show any alterations of •form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. 34 (d) Biddern: All proposals shall be presented under sealed cover's uarat 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 Cont_ ract: The award of the contract, if it be awarded, will be to the lowest responsible bidder. (f) Return of Bidder's Guarantees: osal guarantees will until the contract has been finally pexecuted, after whichbtheyld 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 b y reference. A tion to which an award is made will be required, before thepora- 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. --..� ,. Z-0.1. Pl ns a addition of the followina: 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. following: e 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 shall notify the owners of all utilities 48 hours before start of construction. The utility owners listed may be contacted as indicated: U�_ity Owner T��ntiicatin,,, which may affect the work k e astility followsers who may have facilities General Telephone . 1400 E. Phillips Blvd. Pomona, California 91766 (714) 865-3307 35 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. Prior to commencing construction the contractor shall submit for approval a construction schedule. - --- �++ivw 111 ; 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 eve ry ctor fr works violating this section is subject to all othe apenaltiespimposed for a violation of Chapter 11 or Part V11, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsect'on 7-3.1. Co a t Until acceptance of the work in writing by the CityWofkDiamond 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 arisin from the execution or from the non execution of the work. The g 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. 36 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 on 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 project work within sixty (60) calendar days. Subsection 7-10.3.. Traffic and Access is amended by addition of t following. he 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. Subsection 7-1 SHORING OF EXCAVA IONS 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 37 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. 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. 38 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. 39 GENERAL SPECIFICATIONS 1. The contractor shall purchase and install per summation data sheet No. 1 the following: Purchase & Install: 218e 35°x 35" Tree Well Covers 16 47" x 47" Tree Well Covers 2. Contractor to furnish approved backfill material as needed. 3. Contractor to take all necessary precautions to insure all utilities (gas, electric, telephone, etc.) are not damaged. Contractor shall be responsible for notifying Underground Service Alert. 4. Contractor to be responsible for, but not limited to, repair and/or replacement of damaged items belonging to City or private property owners; i.e., sprinkler systems, shrubs, plants, sidewalks, block walls or fencing, etc., resulting from equipment or personnel used in planting. 5. Contractor shall not leave holes open overnight unless prior City approval is received and holes are equipped with proper safety attention markers. 6. Contractor shall water tree at time of planting. 7. Contractor shall use soil amendment as approved by the Public Works Director. 8. Contractor to replace within fifteen (15) days of notifica- tion all trees failing to grow, or those injured or damaged during planting operation. 9. All trees to be inspected and approved by Director of Public Works or his representative, prior to delivery to site. lo. Contractor shall submit schedule to Director of Public Works prior to start of work. All work to be scheduled and performed under the direction of the Public Works Director or his representative. Contractor or his delegated crew supervisor shall report to Public Works Director or his representative. Contractor or his delegated crew supervisor shall report to Public Works Director for work assignments unless otherwise advised. The City reserves the right to revise schedules at any time without notification, should the need arise. 40 11. Contractor shall work with the flow of traffic at all times. When, during the course of his work, it is necessary to work in traffic, a flagman shall be used in each direction while work is being done. Contractor to insure traffic control in accordance with W.A.T.C.H., as published by Building News, Inc. 12. All work subject to the continuous inspection and approval of the Director or his designee. The contractor shall be notified in writing of any performance shortcoming during the course of this contract and corrective action shall be taken as soon as possible. 13. Inquiries concerning this contract and work prescribed should be directed to: Sid Mousavi Public Works Department City of Diamond Bar 21660 E. Copley Dr. #190 Diamond Bar, CA 991765 (714) 396-5671 14. All work to be completed sixty (60) working days from starting date. An exception will be negotiated at a ratio of one to one day extension as an allowance due to missed work only for adverse weather conditions. 41 TECHNICAL SPECIFICATIONS 1. SCOPE OF WORK The purpose of the specifications is to provide for a complete planting of trees and placement of tree well covers. The con- tractor may find some trees wells are filled with asphalt for safety purposes. The contractor is responsible for removal of and disposal of all asphalt removed. Asphalt shall not be used as backfill material. Some of the tree wells to be planted have tree well covers in place. Contractor is to provide specified tree well covers where such is not already in place. In addi- tion, the contractor will be required to remove concrete from 16 48" x 48" trees wells. These tree wells are formed with wood for ease of concrete removal. Contractor shall dispose of all exca- vated concrete. All tree wells are 36" x 36" except those noted above. 2. TREES - 15 Gallon Size A. Quality and size of all trees shall be No. 1 Grade. All trees shall not be less than 8 feet in height, nor less than 1 inch in diameter, six inches above crown roots of said tree. They shall be fresh, vigorous, of normal growth, free of disease, insects, insect eggs and larvae, scars and injured bark. B. Size of trees shall be 15 gallons. All trees will have been established at least 6 months in the container size specified. Trees shall be nursery grown under climatic conditions similar to those in the locality of the planting. C. Trees shall be subject to inspection before delivery to the site. Trees will also be inspected at the site for the possibility of root bound trees. Inspections will be performed by the Director of Parks or his designee. 3. LOCATIONS AND SPACING OF TREES All trees shall be planted in accordance with spacing and loca- tions designated. Refer to Appendix "A" for locations. 4. TREE PLANTING INSTALLATION A. Remove existing tree well cover if applicable. Excavate pits with vertical side for all trees. Backfill tree pits enough to permit handling and planting without injury to balls of earth or root and of such depth that when planted and settled the crown of the tree shall bear the same relation to the finished grade that it did to soil surface in place of growth. 42 B. Tree pits shall be 12 inches wider all the way around and 12 inches deeper than size of containers. C. Set trees in center of pits, in vertical position, so that the crown of tree will be level with finished grade, allow- ing watering and settling of soil. D. Install Bio Barrier Root Control System as available from Reemay, Inc. (800) 257-6687, or equivalent. Install per manufacturer's recommendation. Install root barrier in Pinus Canariensis locations only. E. Backfill mix for trees shall be six (6) parts by volume native soil and four (4) parts by volume nitrogen stabilized wood residual and two 21 gram 20-10-5 agriform fertilizer tablets or equivalent. Backfill shall be tamped firmly into place without injury to the root ball. Trees planted in other than cut-out tree wells shall have a 6" high by 30" tree watering basin. F. Replace tree well cover, or install new as manufactured by Robbins Precast, Inc., (714) 277-8888, or equivalent. Prior to final acceptance, the contractor shall be required to adjust any tree -well covers that have settled. All tree well covers shall be flush with surrounding concrete prior to completion of maintenance period. 5. STAKING AND TYING All trees shall be double staked with two 2 inch by 10 foot wooden stakes (commonly marketed as Lodgepole pine). The poles shall be positioned six (6) inches from the trunk at the ground level and twenty-four (24) inches into the soil in a manner to avoid injury to the roots or the breaking of the root ball and shall be installed vertically. The trunk of the trees shall be secured to the poles by means of two ties. The lower tie shall be three (3) feet above ground level and the top tie twelve (12) inches below the top of the tree. See staking detail. f,=, TRIMMING Immediately after planting, all trees shall be pruned of all broken or damaged branches. 7. WATERING After all other work described in these Specifications has been completed, or within eight (8) hours from time of planting, each tree shall be watered with a minimum of twenty (20) gallons of water. After said water has settled and soil has sufficiently dried, basins shall be cultivated to prevent crusting and evaporation. 43 8. MAINTENANCE The contractor shall maintain all trees for a period of sixty (60) days after the completion of planting, and shall replace any and all trees, in kind, that, in the opinion of the Director of Public Works or his designee, have died, been destroyed, or failed to make satisfactory progress during the period of maintenance. 44 EXHIBIT "All For clarity it should be assumed that Grand Avenue runs East and West and that Diamond Bar Blvd. and Golden Springs run North and South. NO. OF LOCATION TREES SPECIES WELLCOVERS Eastbound Grand Ave. Golden Springs Dr. to 27 Tristania Conferta 3 Longview Drive Westbound Grand Ave. Longview Dr. to 20 Tristania Conferta 0 Golden Springs Dr. Southbound Diamond Bar Blvd. Golden Springs Dr. to 11 Pinus Canariensis 0 Grand Ave. 3 Lagerstromia Indica 0 `Potomac' Grand Ave. to 5 Lagerstromia Indica 0 Montefino `Potomac' Maple Hill Dr. to 8 Lagerstromia Indica 0 Pathfinder Rd. Northbound Diamond Bar Blvd, Shadow Canyon Dr. to 4 Lagerstromia Indica 1 Pathfinder Rd. `Potomac' Pathfinder Road to 1 Pinus Canariensis 1 Silverhawk Dr. Silverhawk Dr. to 17 Lagerstromia Indica 16* Acacia Hill Dr. `Potomac' Acacia Hill Dr. to 1 Lagerstromia Indica 0 Mountain Laurel 3 Pinus Carnariensis 1 Mountain Laurel to 4 Pinus Carnariensis 0 Grand Ave. Grand Ave. to 2 Lagerstromia Indica 0 Clear Creek Canyon Southbound Golden Springs Dr. Temple Ave. to 1 Pinus Canariensis 0 Buttonwillow Dr. Buttonwillow Dr. to 21 Podocarpus Gracillior 0 Ballena Dr. Sabina Dr. to 5 Pinus Carnariensis 4 Golden Prados Dr. Lemon Ave. to 11 Eriobotrya Deflexa 0 Tierra Luna Dr. *These locations require removal of concrete. Note: these wells are 48" square. Northbound Golden Springs Dr. Tierra Luna Dr. to 26 Eriobotrya Deflexa 5 Lemon Ave. Lemon Ave. to 13 Lagerstromia Indica 0 Brea Canyon Rd. `Potomac' Brea Canyon Rd. to 2 Pinus Carnariensis Grand Ave. Grand Ave. to 12 Pinus Carnariensis 3 Diamond Bar Blvd. Diamond Bar Blvd. to 11 Podocarpus Gracillior Ballena Dr. Sylvan Glen Dr. to 6 Pinus Canariensis 0 Temple Ave. CITU OF DLkMOND DAR AGENDA REPORT AGENDA NO. ' r TU: Robert L. Van Nort, City Manager MEETING DATE: April 21, 1992 REPORT DATE: April 15, 1992 FROM: Sid J. Mousavi, City Engineer/Public Works Director TITLE: Installation of 3 -way stop signs at the intersection of Pathfinder Road and Brea Canyon Road SUMMARY: In order to provide a safe and effective traffic circulation, the installation of 3 -way stop signs is proposed for the intersection of Pathfinder Road and Brea Canyon Road. The installation of the 3 -way stop signs include the modification of the existing striping plans as well. This proposal was approved by the Traffic and Transportation Commission on February 27, 1992. RECOMMENDATION: The Traffic and Transportation Commission recommends that the City Council approve the installation of 3 -way stop signs at the intersection of Pathfinder Road and Brea Canyon Road. 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) Other 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? _ 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 _ z-xaaiaLa111 %,i1y ividuiager Public Works Director Crry COUNCIL REPORT AGENDA NO. MEETING DATE: April 21, 1992 TO: Honorable Mayor and Members of the City Council FROM: Robert L. Van Nort, City Manager SUBJECT: Installation of 3 -way stop signs at the intersection of Pathfinder Road and Brea Canyon Road ISSUE STATEMENT The installation of 3 -way stop signs at the intersection of Pathfinder Road and Brea Canyon Road. RECOMMENDATION The Traffic and Transportation Commission requests the installation of 3 -way stop signs at the intersection of Pathfinder Road and Brea Canyon Road. FINANCIAL SUMMARY The proposed project is estimated to cost the City $10,000. This cost includes the installation of the signs as well as modification of the existing stripings on Pathfinder Road and Brea Canyon Road. Gas Tax will be utilized to cover the cost associated with this work. BACKGROUND Pathfinder Road is an arterial street which runs eat and west with two travel lanes in each direction and a painted median reducing to one travel lane in each direction east of Brea Canyon Road, because of the existing two-lane bridge over State Route 57. This street has a posted speed limit sign of 45 MPH with no parking allowed in either direction. Brea Canyon Road, with a posted speed limit sign of 45 MPH as well, extends north from Pathfinder Road and is a four -lane undivided minor arterial with on -street parking permitted on both sides of the street. DISCUSSION This T -intersection has been observed as it's ability to safely and effectively accommodate traffic circulation in the area is questioned. Currently controlled by a single stop sign on Brea Canyon Road, it has exhibited high traffic volume, specially during a.m. and p.m. peak hours and unsafe traffic maneuvers. Page Two Pathfinder/Brea Canyon April 21, 1992 A queuing analysis was conducted on this intersection in order to determine if a 3 -way stop sign is warranted and if the installation of the stop signs result in vehicle back-up. Result of the study indicates that 3 -way stop sings at Pathfinder Road and Brea Canyon Road is warranted as it is concluded that the westbound queue most likely will not overflow into in intersection of Pathfinder Road and SR 57, southbound on and off -ramps. The eastbound approach to the intersection in question has sufficient vehicle queue storage ( up to 15 vehicles) if 3 - way stop signs were to be installed. Included in the installation of the proposed stop signs is the installation of "STOP AHEAD" signs and pavement markings on Pathfinder Road. This measure is taken to alert motorists of the new intersection stop control. This matter was discussed by the Traffic and Transportation Commission on February 27, 1992. The Commission was presented with the warrant study and preliminary design of the intersection. The proposed installation was approved by the Commission to be forwarded to the City Council for approval. PREPARED BY: Sid Jalal Mousavi CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. r `, '- TO: Robert L. Van Nort, City Manager MEETING DATE: April 23, 1992 REPORT DATE: April 16, 1992 FROM: Terrence L. Belanger, Assistant City Manager via Kellee A. Fritzal, Administrative Assistant TITLE: THIRD ANNIVERSARY CELEBRATION - APRIL 25, 1992 SUMMARY: The Third Anniversary of the incorporation of the City of Diamond Bar will be on April 18, 1992. As you know the City sponsored First and Second Anniversary Celebrations. However, due to the City's financial situation, the Third Anniversary Celebration was not budgeted. The Diamond Bar Jaycees and the Diamond Bar Improvement Association has donated money to conduct a community -wide Third Anniversary Celebration, April 25, 1992 at Sycamore Canyon Park between noon and 4:00 p.m. RECOMMENDATION: Receive and file report. 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 Flier Advertising Event 1. Has the resolution, ordinance or agreement been reviewed N/A Yes No by the City Attorney? 2. Does the report require a majority or 4/5 vote? N/A 3. Has environmental impact been assessed? N/A Yes _ No 4. Has the report been reviewed by a Commission? X Yes No Which Commission? Parks and Recreation Commission 5. Are other departments affected by the report? _ Yes _ No Report discussed with the following affected departments: ichv1hWhD BY: Robert L. Van Nort City Manager Terrence L. Belanger Assistant City Manager Kellee A. Fritzal Administrative Assistant CITY COUNCIL REPORT AGENDA NO. MEETING DATE: April 23, 1992 TO: Honorable Mayor and Members of the City Council FROM: City Manager SUBJECT: THIRD ANNIVERSARY CELEBRATION - APRIL 25, 1992 ISSUE STATEMENT: The Third Anniversary Celebration will be conducted on April 25, 1992, at Sycamore Canyon Park, 22930 Golden Springs Road, between Noon and 4:00 p.m. RECOMMENDATION: Receive and file report. FINANCIAL SUMMARY: There is no financial impact on the City. The Diamond Bar Jaycees donated $500 and the Diamond Bar Improvement Association (DBIA) donated $400 to fund the Anniversary Celebration. BACKGROUND: In January 1992 the City Council approved midyear budget adjustments for Fiscal Year 1991-1992. Included in the adjustments was the elimination of funding for the Third Anniversary Celebration. Several members of the community felt this was a worthwhile community -wide event that should be conducted. DBIA came forward and volunteered to fund one-half of the celebration. The Jaycees volunteered to donate the remaining required funds along with volunteer labor. A committee was formed with members of the Jaycees, Jamie Shigenaka and Jennifer Leake; DBIA, Bob Zirbes; Diamond Bar Historical Society, Don Gradvahl and Glen Neubrauer; and staff. DISCUSSION: The schedule for the day's activities is: Instant Reply (50's - 60's Band) Noon to 12:45 p.m. South Point Middle School Band 12:45 to 1:05 p.m. Instant Reply 1:05 to 1:50 p.m. Diamond Bar/Walnut Theater Group Drama 1:50 to 2:10 p.m. Cake Cutting Ceremony and 2:10 to 2:30 p.m. Chaparral Intermediate School Choir Instant Reply 2:30 to 3:20 p.m. Lorbeer Junior High School 3:20 to 3:40 p.m. Sunshine Generation Preschool 3:40 to 4:00 p.m. The Celebration will also feature a historical display, a children's fun zone including a gymboree area and face -painting by the Diamond Bar/Walnut YMCA and door -prize drawings throughout the afternoon. Hamburgers, hot dogs, ice cream and sodas will be available for a nominal fee. Free cake will be provided to all in attendance. PREPARED BY: a Kellee A. Fritz 1 Administrative Assistant F: \WP51 \WORK\KELLEE\THMD.CC CITY OF DIAMOND BAR AGENDA REPORT AGENDA NO. TO: Robert L. Van Nort, City Manager MEETING DATE: April 21, 1992 REPORT DATE: April 15, 1992 FROM: Troy L. Butzlaff, Assistant to the City Manager TITLE: Preliminary Draft Household Hazardous Waste Element - Public Hearing SUMMARY: The California Integrated Waste Management Act of 1989 (AB 939) and subsequent legislation Assembly Bill 2707 requires the City to prepare, adopt, and implement a separate Household Hazardous Waste Element (HHWE) which identifies how the City will properly reduce, collect, recycle, treat and dispose of all household hazardous wastes generated within its incorporated boundaries. Pursuant to this requirement, the City has prepared a preliminary draft Household Hazardous Waste Element and is now prepared to conduct the required public hearing for the purpose of receiving public testimony on the programs and policies addressed within this document. RECOMMENDATION: It is recommended that the City Council open the public hearing to receive public testimony on the policies and programs contained within the preliminary draft Household Hazardous Waste Element (HHWE). It is further recommended that the public hearing be closed at the conclusion of public testimony and that all comments received be forwarded to the JPA consultant for integration into the final Household Hazardous Waste Element (HHWE). LIST OF ATTACHMENTS: X Staff Report — Resolution(s) — Ordinances(s) _ Agreement(s) X Public Hearing Notification Bid Specification (on file in City Clerk's Office) X Other Preliminary Draft HHWE EXTERNAL DISTRIBUTION: State of California, County of Los Angeles, adjoining cities SUBMITTAL CHECKLIST: 1. Has the resolution, ordinance or agreement been reviewed N/A Yes No by the City Attorney? — — 2. Does the report require a majority or 4/5 vote? N/A 3. Has environmental impact been assessed? X Yes _ No 4. Has the report been reviewed by a Commission? Yes X No Which Commission? — — 5. Are other departments affected by the report? _ Yes No Report discussed with the following affected departments: — REVIEWED BY: &F OA Robert L. Van Nort Terrence L. Belanger Trla tzlaffCity Manager Assistant City Manager Asthe City anfie CITY COUNCIL REPORT AGENDA NO. MEETING DATE: April 21, 1992 TO: Honorable Mayor and Members of the City Council FROM: City Manager SUBJECT: Preliminary Draft Household Hazardous Waste Element - Public Hearing ISSUE STATEMENT: The California Integrated Waste Management Act of 1989 (AB 939) and subsequent legislation Assembly Bill 2707 requires the City to prepare, adopt, and implement a separate Household Hazardous Waste Element (HHWE) which identifies how the City will properly reduce, collect, recycle, treat and dispose of all household hazardous wastes generated within its incorpo- rated boundaries. Pursuant to this requirement, the City has prepared a preliminary draft Household Hazardous Waste Element and is now prepared to conduct the required public hearing for the purpose of receiving public testimony on the programs and policies addressed within this document. RECOMMENDATION: It is recommended that the City Council open the public hearing to receive public testimony on the policies and programs contained within the prelimi- nary draft Household Hazardous Waste Element (HHWE). It is r recommended that the public hearing be closed at the conclusion of furthpublic testimony and that all comments received be forwarded to the JPA consultant for integration into the final Household Hazardous Waste Element (HHWE). FINANCIAL SUMMARY: The known fiscal implications of the Household Hazardous Waste Element are discussed within the Funding Component. BACKGROUND: The consultants to the East San Gabriel Valley Integrated Waste Management Joint Powers Authority, in collaboration with the County of Los Angeles Department of Public Works, have prepared a preliminary draft of the City's Household Hazardous Waste Element (HHWE) and have circulated it for external review pursuant to the 45 -day public review and comment period as stipulated by law. The purpose of this review period general publicis twofold: (1) To allow the , affected governmental agencies and private industry to comment upon the policies and programs of the HHWE prior to its adoption; and (2) To identify potential deficiencies within the HHWE that may require change or modification prior to the preparation of the final draft HHWE. DISCUSSION: Hazardous chemicals are prevalent in modern society. According to a report prepared by the Global Tomorrow Coalition, about 70,000 chemicals are regularly used in the United States, and between 500 and 1,000 new ones are added each year. Unfortunately, not all chemicals are limited to commercial- ly used substances found in tightly sealed drums marked with a skull -and - crossbones warning label. Hazardous substances can be found throughout the home, garage, garden, and hobby shop as components in products such as cleaners, paints, pesticides, and glue. In fact, the average American household generates an estimated 15 pounds of household hazardous waste annually. In Diamond Bar alone, approximately 237 tons of hazardous waste was disposed of in fiscal year 1989-90. This equates to an estimated 8.8 pounds of potentially hazardous material for every man, woman, and child in the City. To understand the potential danger resulting from the improper disposal of household hazardous waste, it is important to establish a common taxonomy for these materials. A substance is classified as a hazardous waste by the State Department of Health Services (DHS), California Code Title 22, if it demonstrates any of the following char aof Regulations (CCR) cteristics: o Flammable - capable of combustion, ignites easily (e.g., fuels, Oils, solvents, thinners, aerosols, paints, solvent -based polishes adhesives, etc.). , o Corrosive - capable of dissolving materials and living tissue by chemical reaction (e.g., ammonia -based cleaners, caustic sodas, oven cleaners, drain openers, lye, and both oxidizing and non - oxidizing acids, etc.). o Reactive - capable of creating an explosion or producing deadly vapors (e.g., bleach, peroxides, pool chlorine, etc.). o Toxicity - capable of producing injury, illness, or damage to humans, domestic livestock, or wildlife through ingestion, inhalation, or absorption through the body (e.g., rat poison, cleaning fluids, pesticides, bleach). Products containing substances known to be hazardous require special handling. If these products are intentionally poured down the drain, dumped on the ground, or disposed of with other waste going to the landfill, they can result in serious environmental damage and may pose a significant risk to human health. The City's Household Hazardous Waste Element (HHWE) addresses both the City's short and medium-term planning objectives to properly manage and dispose of household hazardous waste (HHW) generated from the residential sector consumer. In preparing the City's preliminary draft HHWE, the consultant examined current disposal practices for household hazardous waste and identified a total of seven (7) alternatives for potential implementation. These alternatives include: o Periodic HHW collection events o Permanent HHW collection facility o Mobile HHW collection (Countywide program) 2 o Door-to-door HHW collection program o Load -checking program o Recycling Program for HHW o Public education and information Each alternative was then evaluated using the nine (9) criteria developed by the California Integrated Waste Management Board's Planning Guidelines for measuring the effectiveness of Household Hazardous Waste programs. This criteria includes: effectiveness in reducing targeted materials; absence of hazards; flexibility; implementability; facility needs; consistency with local policies; institutional risks and impacts; estimated cost; and potential end uses. Based upon the evaluation methodology utilized by the consultant and to achieve a cost-effective approach for the disposal of hazardous waste, the consultant has recommended that the City participate in the development and implementation of a Countywide HHW management program through the County of Los Angeles Department of Public Works and the County Sanitation Districts. The County's program, which is modeled after their successful pilot program, consists of a total of 48 planned collection events occurring at 12 different locations throughout the county each year. An additional 48 collection events will be held within the City of Los Angeles for a total of 96 two-day collection events annually. Although the County has not finalized their list of collection sites for this year, it is anticipated that the first collect- ion event in the San Gabriel Valley will probably occur this summer at either Mount San Antonio Community College or on the campus of the California Polytechnic University at Pomona. To support this program, the County plans to develop an aggressive public awareness and educational program aimed at informing consumers of the potential hazards of HHW. Furthermore, the County has assembled an extensive assortment of materials and promotions that can be easily modified to meet individual needs or to promote specific programs within a community. Although the City expects to use the County's resources to promote the dangers and proper disposal practices for household hazardous waste, the City may wish to coordinate with the other cities of the JPA in purchasing additional educational materials to enhance the effectiveness of these programs. In addition to the mobile collection events and public education and awareness programs, the County will continue to provide hazardous waste load - checking inspections at all landfill and transfer station sites. This program has been successful since 1983 in deterring hazardous wastes from entering landfill or transfer station sites where it can cause serious contamination. To supplement the County's efforts, the City will continue to require that each permitted hauler collect and recycle limited quantities (no more than four quarts per month) of waste motor oil from residential accounts. This service provides residents with a convenient no -cost disposal method and helps mitigate the threat that this material will be improperly disposed of in a landfill or dumped down the drain. 3