HomeMy WebLinkAbout05/26/1994Cit
U�Rcl.'/
CO AGENDA
Thursday, May 26, 1994
3:30 P.M.
Special Meeting
South Coast Air Quality Management District
Board Hearing Room
21865 East Copley Drive
Diamond Bar, California
Mayor
Gary H. Werner
Mayor Pro Tem
Clair W. Harmony
Council Member
Eileen R. Ansari
Council Member
Phyllis E. Papen
Council Member
Gary G. Miller
City Manager
Terrence L. Belanger
Interim City Attorney
Michael Montgomery
City Clerk
Lynda Burgess
Copies of staff reports, or other written documentation relating to agenda items, are on file in the Office of the
City Clerk, and are available for public inspection. If you have questions regarding an agenda item,
please contact the City Clerk at (909) 860-2489 during regular business hours.
In an effort to comply with the requirements of Title II of the Americans with Disabilities Act of 1990,
the City of Diamond Bar requires that any person in need of any type of special equipment, assistance or
accommodation(s) in order to communicate at a City public meeting, must inform the City Clerk
a minimum of 72 hours prior to the scheduled meeting.
T ►►►VIONI►11AI! 1
Please refrain from smoking, eating or drinkingr The City of Diamond Bar uses recycled paper
in the Council Chambers.`; .,. . and encourages you to do the same.
21660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 91765-4177
i E L E C O P Y
C O V E R S H E E T
DATE: 2
TIME: :,5-0
TO:
Name:
(,L2v��� l,�-�ar� ��YLj �n� 1l�✓
Agency:
Telephone No.:
FAX No.
FROM:
Name:Cw
/� !!''
Division: lel °� c �r," K S �f�� �`� rrtc►t
NUMBER OF PAGES: (Including Cover Sheet):
r1-/ "r"') lyl.7 OCrr
1-v
Gary G Miller Phyllis E. Papen
Eileen R. Ansari Councilmember
Gary H. Werner Clair W. Harmony Councilmember Councilmember
Mayor Mayor Pro Tem ___
CITY OF DIAMOND RAR
AC3EP►UA REPORT
TO:
AGENDA No.
MEETING DATE: Maerrence�L.Belanger, Cit
FROM: y 17, 1994 Y Manager
George A. Wentz, Interim �itYREPORT DATE.
Engineer : May 4, 1994
TITLE: Award of Contract
Ramps at Various for Construction/Modification
Locations in Diamond Bar, of Handicap P Access
No. 94-16 approving
April 5, 1994 Cit
approving plans y Council Meeting, Council ado
modification of Plans and p
Council specifications for the adopted Resolution
authorized and p access ramps at various construction/
Notice to bidders was directed the Cit locations in Diamond Bar.
and opened on May 3 published on April
Clerk to advertize to receive bids.
Industries y ' 199¢ and the prll 6, 1994• Eleven bids were submitted
Inc. lowest apparent bidder was Perry Maness
Of Long Beach.
RECOMMENDATION:
proposed That the
Construction contract to City Council receive the
/Modification Perry Maness bids and award the
Diamond of Handicap Industries Inc.
recommended ' In an amount not to p Access Ramps at various for
project change at the Council exceed $28,805. loe, it in
g orders to be a autorize a contingency Furthermore, it is
approved by the Cit y amount of $3,500 for
LIST OF ATTACHMENTS: Y Manager.
X Staff Report
Resolution(s)
Ordinances(s)
X Agreement
EXTERNAL DISTRIBUTION:
Public Hearing Notification
_ Bid Specifications (on file in
X City Clerk's Office)
Other: Perry Maness's
Proposal (on file in
City Clerk's Office)
SUBMITTAL CHECKLIST:
1• Has the resolution
by the City Attorney? ordinance or agreement been reviewed
2• Does e r
the thert
3. Has erepo talequire a majorit
4• Has impact been e or 4/5 vote?
the report been reviewed bassessed?
Which Commission? Y a Commission?
5. Are other departments
Report discussed affected by the re ?
with the followin port?
g affected
X Yes _ No
Majority
Yes X No
Yes X No
departments: Yes X No
assistant City Ma
Perim City Engineer
LI v 08UNVIL MORT
AGENDA NO.
MEETING DATE: May 17, 1994
TO: Honorable Mayor and Members of the City Council
FROM: Terrence L. Belanger, City Manager
SUBJECT: Award of Contract for Construction/Modification of Handicap
Access Ramps at Various Locations in Diamond Bar
ISSUE STATEMENT
The City proposes to award a construction contract for the
construct ion\modification of handicap access ramps at various locations it
Diamond Bar to Perry Maness Industries Inc., the lowest responsible bidder.
RECOMMENDATION
It is recommended that the City Council receive the bids and award the
proposed contract to Perry Maness Industries, Inc. for
Construction/Modification of Handicap Access Ramps at various locations it
Diamond Bar, in an amount not to exceed $28,805. Furthermore, it is
recommended that the Council authorize a contingency amount of $3,500 for
project change orders to be approved by the City Manager.
FINANCIAL SUMMARY
$82,980 of CDBG federal funds has already been approved and incorporated intc
the 1993/94 fiscal year budget for these handicap ramps.
BACKGROUND/DISCUSSION
At the February 2, 1993 City Council meeting, the City Council adopted the
Community Development Block Grant Program budget for Fiscal Year 1993-94,
which included funding for handicap access ramps at certain intersections
throughout the City. Construction of four new handicap access ramps was also
proposed for Fernhollow Drive as a result of a specific citizen's request.
At April 5, 1994 City Council meeting, Council adopted Resolution No. 94-16
approving plans and bid specifications for the construction\modification of
handicap access ramps at the following 20 intersections in Diamond Bar:
# OF LOCATIONS
DIAMOND BAR BOULEVARD 17
GOLDEN SPRINGS DRIVE 24
FERNHOLLOW DRIVE 4
TOTAL 45
1
PAGE 2
HANDICAP ACCESS RAMpS
MAY 17, 1994
Notice to bidders
submitted and opened was Published on April 6
Maness IndustriesInc n May 3, 1994 and the lowest and eleven bids
Of Lon apparent bidder was perry
Long Beach.
The
bids received were as follows:
1994
CO�ANY
1,
1•
2.
Perr Y Mane ss Industries
BID AMOUNT
3.
Inc.
D.J. Construction
B-1
$28,805.00
4.
Enterprise Corp.
Ranco Corp.
$32,590.00
5.
6-
Reiter Construction
Bopark
$32,757.00
$39,775.00
7.
Enterprises Inc.
Los
$4o,814.00
S.
9•
tAngeies Engineering Inc.
Coast Construction
$45,700.00
$46,620.00
10.
Kalban Inc.
JDC General
$49,750.00
li.
Eng. Contractor
Damm Const. Co.
$50,181.00
$55,470.00
$64,500.00
Key aspects of requirements that will be placed Upon
include:
P Perry Maness Industries
* Plan and
schedule to be submitted at least seven
days before
beginning of work.
Notification to
* Completion of affected agencies.
* Liquidated damages 100hin fifteen
$ /day for non�15) working days.
All custom_ performance.
ry Insurance and bonds have been included.
Staff has prepared a tentat
They are as follows: ive schedule for the various project activities.
Award of Contract
Notice to Proceed
start of Construction
Completion of Construction
Prepared By:
Anne M. Garye
V.
May
17,
1994
June
1,
1994
June
1,
1994
June
21,
1994
AGREEMENT
KNOW ALL MEN
is made and enteredBy THESE PRESENTS:
the Mayor and the 1into, in duplicateThat
theOf following agreement
Y Attorney, by and bet date executed by
referred towee
:a—s the"CONT nI hies.California, hreinafter RACTOR
referred hereinafter
to as "CITYlty of Diamond Bar,
WHEREAS, pursuant to
were received
Opened and declared; hecicity's
request for
WHEREAS,
and Proposals, bids
PeltYirrr did accept the bid
Maness Industries °f Contractor
les Inc.
WHEREAS, Cit
enter into a writtenas authorized the and;
labor, aqui meet contract with City Clerk and Mayor to
handica equipment and material for Contractor for furnishing
access am s of t,�,.. _ the construct; .__
herein OWE THEREFOREit, in
contained consideration f
1is agreed: the mutual
covenants . ENERAL SCOPE o
OF
necessary labor, WORK
tools, materials Contractor shall
and do the work for the appliances furnish all
access ram s. construction and equipment for
specifications Said work modification of
ser and standards o be performed handica ed
Clerk and in accordance i file the in accordance
in accordance with bid In office with
with the instructionslof s hereinafter of the City
the Cit mentioned and
2• INCORPOgATED y Engineer.
The aforesaid specifications TO BE CONSIDERED
thereto and pecifications areI-M
made a part incorporated COMPLEMENTARY;
of said documents hereof with herein b
together were set forth like force and effect reference
between with this written agreement, full as if all
n the greement herein. Said documents
comcomplete and finished piece contract hast Constitute the contract
intended to a
lawful the work properl °f work and y require
governmental Y and in accordancething necessar to
Contractor whether regulations with the
Should it set out specifically shall be performed and
aforesaid be ascertained that in the by the
documents and Y In
by or not.
this written a this written Y exists between the
agreement shall control agreement, the provisions of
3. TERMS OF CONTRACT
within ten The undersi
(10 gned bidder agrees
the contract or calendar days from heto execute the contract
from the date of upon nottice by Cit date
n notice of award of
notice award y after (l0) calendar days
of the contract or upon notice by
1
City after the 10 calendar days, and to complete his portion of the
work within fifteen (15) 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 working day the work remains incomplete beyond the
expiration of the completion date. City may deduct the amount
thereof from any monies due or that may become due the Contractor
under this contract. Progress payments made after the scheduled
date of completion shall not constitute a waiver of liquidated
damages.
4. INSURANCE: The Contractor shall not commence work under
this contract until he has obtained all insurance required
hereunder in a company or companies acceptable to City nor shall
the Contractor allow any subcontractor to commence work on his
subcontract until all insurance required of the subcontractor has
been obtained. The Contractor shall take out and maintain at all
times during the life of this contract the following policies of
insurance:
a. Compensation Insurance: Before beginning work, the
Contractor shall furnish to the 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:
E
C.
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.
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;
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.
3
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.
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. APPRENTICESHIP 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
4
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.
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.
5
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-
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:
0
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
ay any juent
rendered against the Contractor por 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
operation the work,
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-DISCRIMINATION: No discrimination shall be made in
the employment of persons upon
color or religion of such persons and
works because of the race,
works violatings subject to all the penalties
and every contractor for public
this section i
imposed for a violation of Division 2,
Part
Labor Code in accordance with the provisions7of CSectionter 11735the
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 May 2, 1994.
12. ATTORNEYS FEES: In the event that an
y or
provision of the
proceeding is brought by either party to enforce any actiontermof
reasonable ttorney'sefeesand cost , the s
prevailing party shall recover its
Incurred with respect thereto.
City upo
13. TERMINATION: This Agreement may be terminated by the
n 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
7
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. 630947
Perry Maness Industries, Inc.
1101 E. Spring Street
Lona Beach, CA 90809
Date
By:
TITLE
CITY OF DIAMOND BAR, CALIFORNIA
By:
MAYOR
By:
Date
CITY CLERK
Contractor's Business Phone (310) 595-4555
Emergency Phone at which
Contractor can be reached at any time
APPROVED AS TO FORM:
CITY ATTORNEY
Date
t:\NP60\LINDAKAY\AGREE-94\MANESSCD.BG
8
INTEROFFICE MEMORANDUM DRAFT
CITY OF DIAMOND BAR
TO: City Council Members
FROM: Mayor Gary 14. Werner
FOR PLACEMENT OF THE GENERAL
SUBJECT: GPAC O EF SER 1994 BALLOT
PLAN
DATE: May 13, 1994
_—
ttee (GPAC) was scheduled to meet oHowever,
re aration of the City's General Plan.
The General Plano continued n the p p rnm (213 of the members
May 10, 1994,super-majority quo
because GPAC established a e e not enough of the GPAC members at the May 10
quorum), there w er-majority
constitute a q � s. As a
e sup
GP
AC meeting in order to conduct business' to Because
future meet nal quorum to
there is a concern as to thea to establish the more traditional
quorum, ear to be a need
result, there would appear
plus 1 of GPAC members.
hold a GPAC meeting-- the establishment
le of options to consider regarding pre-empt the
The City Council has a coup Council could p
quorum of 50% plus 1. First, the City Council could disband
of a GPAC 4 majority quorum. Or, the City
GPAC and establish a simplea Council members appoint five members to a newly
le majority
the GPAC and then eachofnh so, the new GPAC would have a simple
change
constituted GPAC• By g uorum issue, another sung
Although not related to the q of the two Council members . The
quorum• the removing
the composition to the GPAC by members of the GPS with 29
ssioners, who are non-votinn
the two Cif C Commissioner
and City Council would result in a
AC
removal o
voting members.
lacing the General Plan on the Na e aft o f the9 ballot.
The Council has discussed p a final
In order to place the matter on the Novem st 1994. August 2 is the last date
leted on or before Aug request consolidation
plan must be comp
November 1994 General Election. 1n °General Plan
at the City Council can call an election for November an re
that
of the City election with the Novem Tete its work on the Council
the GPAC would need to complete
and City
those deadlines, The Planning
ame.before each may take action on the General
within a relatively short bl c hearing give the Planning
must each conduct a p August 2, in order to
Plan. Working backwards from
DRAFT
Commission and City Council about three
GPAC would need to weeks to deal with the
Obviously, ip complete its General Plan r General Plan, the
you decide the General plan not be placed on the Nov tuber 199
ballot, the City has until October General
1 Plan
to
extension deadline). complete the General plan 4
(OPR's
21660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 91765-4177
909-860-2489 • FAX 909-861-3117
T E L E C O P Y
DATE: S --2614y
TIME:
TC:
C O V E R S H E E T
Name: (C(i12l�nC� &i i t✓
Agency : �r 11-'6) n ��
Telephone No.:
FAX No.
FROM:
Name:
Division: ��(�-may t "qtr"✓josC/�h�
NUMBER OF PAGES: (Including Cover Sheet):
COMMENTS: (—C
Gary H. Wemer Clair W. Harmony Eileen R. Ansari Gary G. Miller Phyllis E. Pape
Mayor Mayor Pro Tem Councilmember Councilmember Councilmembei
21660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 91765-4177
909-860-2489 • FAX 909-861-3117
T E L E C O P Y C O V E R S H E E T
DATE: ^C��
TIME:
TO:
Name: E' r
Agency: --T72c- A h IQn rc!
Telephone No.:
FAX No.
FROM:
Name:
Division:
lei
v
NUMBER OF PAGES: (Including Cover Sheet):y
COMMENTS:
2_ Ct
Gary H. Wemer Clair W. Harmony Eileen R. Ansari Gary G. Miller Phyllis E. Papen
Mayor Mayor Pro Tem Councilmember Councilmember Councilmember
-21
21660 EAST COPLEY DRIVE • SUITE 100
DIAMOND BAR, CA 91765-4177
909-860-2489 • FAX 909-861-3117
T E L E C O P Y C O V E R S H E E T
DATE:
TIME:
TO: ��)�
Name: �� 1 1 C r \ k) cl lG n'_
�1
e�
Agency: % �P h
Telephone No.:
FAX No.
FROM:
Name:
Division: ati-0
NUMBER OF PAGES: (Including Cover Sheet):
COMMENTS:
Gary H. Wemer Clair W. Hannony Eileen R. Ansari Gary G. Miller Phyllis E. Papen
Mayor Mayor Pro Tem Councilmember Councilmember Councilmember
DRAFT
1. CALL TO ORDER: Mayor Werner
PLEDGE OF ALLEGIANCE: Mayor Werner
ROLL CALL: Council Members Ansari, Papen,
Miller, Mayor Pro Tem Harmony
and Mayor Werner
2. OLD BUSINESS:
2.1 AWARD OF CONTRACT FOR CONSTRUCTION/MODIFICATION OF
HANDICAP ACCESS RAMPS AT VARIOUS LOCATIONS IN DIAMOND BAR
- On April 5, 1994, the Council adopted Resolution No.
94-16 approving plans and specifications for construc-
tion/modification of handicap access ramps at various
locations. Notice to bidders was published on April 6,
1994. Eleven bids were submitted and opened on May 3,
1994. The lowest apparent bidder was Perry Manness
Industries, Inc., of Long Beach.
Recommended Action: It is recommended that the City
Council receive the bids and award the proposed contract
to Perry Manness Industries, Inc., in an amount not to
exceed $28,805. Furthermore, it is recommended that the
Council authorize a contingency amount of $3,500 for
project change orders to be approved by the City Manager.
Requested by: City Engineer
2.2 DISCUSSION RE: GENERAL PLAN ADVISORY COMMITTEE PROGRESS
ON THE PREPARATION OF THE GENERAL PLAN; TIMETABLE FOR
COMPLETION OF THE GENERAL PLAN IN ORDER TO PLACE IT ON
THE NOVEMBER GENERAL ELECTION BALLOT - This matter
relates to the General Plan Advisory Committee quorum,
whether the quorum should be a simple majority rather
than the current "super" majority quorum (two-thirds of
the GPAC membership); a timetable for the completion of
the General Plan if the Council intends to place it on
the November 1994 General Election Ballot.
Requested by: Mayor Werner
3. CLOSED SESSION: Litigation (G.C. 54956.9) Selection of
Special Counsel Re: Committee to Recall
Miller and Papen v. Lynda Burgess, et al.
4. ADJOURNMENT:
1. CALL TO ORDER:
PLEDGE OF ALLEGIANCE:
ROLL CALL:
2. OLD BUSINESS:
M
Mayor Werner
Mayor Werner
Council Members Ansari, Papen,
Miller, Mayor Pro Tem Harmony
and Mayor Werner
2.1 AWARD OF CONTRACT FOR CONSTRUCTION/MODIFICATION OF
HANDICAP ACCESS RAMPS AT VARIOUS LOCATIONS IN DIAMOND BAR
- On April 5, 1994, the Council adopted Resolution No.
94-16 approving plans and specifications for construc-
tion/modification of handicap access ramps at various
locations. Notice to bidders was published on April 6,
1994. Eleven bids were submitted and opened on May 3,
1994. The lowest apparent bidder was Perry Manness
Industries, Inc., of Long Beach.
Recommended Action: It is recommended that the City
Council receive the bids and award the proposed contract
to Perry Manness Industries, Inc., in an amount not to
exceed $28,805. Furthermore, it is recommended that the
Council authorize a contingency amount of $3,500 for
project change orders to be approved by the City Manager.
Requested by: City Engineer
2.2 DISCUSSION RE: GENERAL PLAN ADVISORY COMMITTEE PROGRESS
ON THE PREPARATION OF THE GENERAL PLAN; TIMETABLE FOR
COMPLETION OF THE GENERAL PLAN IN ORDER TO PLACE IT ON
THE NOVEMBER GENERAL ELECTION BALLOT - This matter
relates to the General Plan Advisory Committee quorum,
whether the quorum should be a simple majority rather
than the current "super" majority quorum (two-thirds of
the GPAC membership); a timetable for the completion of
the General Plan if the Council intends to place it on
the November 1994 General Election Ballot.
Requested by: Mayor Werner
CLOSED SESSION: Litigation (G.C. 54956.9) Selection of
Special Counsel Re: Committee to Recall
Papen and Miller v. Lynda Burgess, et al.
4. ADJOURNMENT:
SPECIAL MEETING NOTICE
NOTICE IS HEREBY GIVEN that the Diamond Bar City
Council will hold a special meeting at the South Coast Air
Quality Management District Board Hearing Room, located at 21865
E. Copley Drive on Thursday, May 26, 1994, at 3:30 p.m.
Items for consideration are listed on the attached
agenda.
I am the City Clerk in the City of Diamond Bar; that a
copy of the Notice for the Special Meeting of the Diamond Bar
City Council to be held on May 26, 1994 was posted at their
proper locations.
I declare under penalty of perjury under the laws of
the State of California that the foregoing is true and correct
and that this Notice and Affidavit was executed this 25th day of
May, 1994, at Diamond Bar, California.
Lynda Burgess, City Clerk
City of Diamond Bar
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CITY CLERK
FROM: , y;r �� �� DATE:
ADDRESS:
ORGANIZATION:
AGENDA #/SUBJECT:
PHONE:
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect m)
name and address as written above.
Signature
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CI CLERK
FROM:
ADDRESS:
ORGANIZATION:
AGENDA #/SUBJECT:
DATE: f "— 1�
PHONE:
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CITY CLERK
FROM: DATE:
ADDRESS: c �� l !Q v G'������ �,_ - x/11 PHONE:
ORGANIZATION:
AGENDA #/SUBJECT:
1 expect to address the Council on the subject agenda item. Please have the Council Minutes reflect rr
name and address as written above.
Signatur
Cl
Ap�REgS SHE
Y �EaVEgT �o
V OuuN1 Aa
DATE.
PHGNE� �
F�pM.
FAC PD��ESS S1pN'.
qOO pF�GPN�?A �G�.
AF.
q�"A,
Fi #/S�
PAGENI)P, #ISVI�o
ware
,aness s the
as y'ri x,.74
0401
sualect agenda item.
the
Minutes cE
pease hav a the
uc►cii or
e'
ddress the�C� ten abov
expect to ,ddvess as Signature
name and
s46��t
89e�aa ite
�i.
-YTF
pyo,F �9oQ
v �
pi�se hd�
s the
Cov�cii Mi
notes reA
�t �y
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
FROM:
ADDRESS:
ORGANIZATION:
AGENDA #/SUBJECT:
CITY CLERK
t,Gt�l�QZ CAZ-LAO
�S P/-�k Lor/t/No
DATE:
PHONECc?�'ly
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CITY CLERK
FROM: DATE:
ADDRESS: PHONE:
ORGANIZATION:
AGENDA #/SUBJECT:
I expect to address the Council on the
name and address as written above.
case have the Council Minutes reflect m,
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
J
TO:
FROM:
ADDRESS:
ORGANIZATION:
AGENDA #/SUBJECT:
CITY CLERK
1
DATE: `>
PHONE:
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect m,
name and address as written above.
Signature
TO:
FROM:
ADDRESS:
ORGANIZATION
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
DATE: iJ r�6 y
PHONE: ,961— O L�
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect m,
name and address as written above.
e-n�la'tuj�—
TO:
FROM:
ADDRESS:
ORGANIZATION
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
DW12
DATE: 5126 �9
PHONE: 51W 7S
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
TO:
FROM:
ADDRESS:
ORGANIZATION:
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
oeL
DATE: �6/y'�z
PHONE: �?�-l— ( Z39
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
-ro:
FROM:
ADDRESS:
ORGANIZATION:
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
o4o kPtFq
DATE:
PHONE:
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Sign ture
v _ NTARY REQUEST TO ADDRESS THE CITY COUNCIL
�I
-r0.
FRC N:
ADC CESS:
ORG NNIZATION:
AGE! IDA #/SUBJECT:
'.:'TY CLERK
DATE: pp,rr
PHONE: 0(D
I expe,;t to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
U,
TO:
FROM:
ADDRESS:
ORGANIZATION:
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
DATE: S�� &/ /
PHONE: 906 yy
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
U-1
TO:
FROM:
ADDRESS:
ORGANIZATION:
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
W ' / d u r Sir, i �`ii
;�.a
DATE: S — 2 l -'I Y
PHONE: A(/,079 079 Z
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
Signature
TO:
FROM:
ADDRESS:
ORGANIZATION:
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
AGENDA #/SUBJECT:
CITY CLERK
mer) e0a ( -F?Lq Pi
DATE: S1�v
PHONE: ircO 19191i�
I expect to address the Council on the subject agenda item. Please have the Council Minutes reflect my
name and address as written above.
NrSignat