Loading...
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