Loading...
HomeMy WebLinkAbout01/04/2001a_. _ �. -_�� � ._ � .. _ ._.z� ._ , �- DIAMOND BAR CITY COUNCIL RULES (ALSO APPLIES TO COMMISSION AND COMMITTEE MEETINGS) PUBLIC INPUT The meetings ofthe Diamond Bar City Council are open to the'public. A member ofthe public may address the Council on the subject of one or more agenda items and/or other items of interest which are within the subject matter jurisdiction ofthe Diamond Bar City Council. A request to address the Council should be submitted in person to the City clerk As a general Wile the opportunity for public comments will take place at the discretion ofthe Chair. However, in order to facilitate the meeting, persons who are interested parties for an item may be requested to give their presentation at the time the item is called on"Ute calendar. The Chair may limit the public input on any item or the total amount of time allocated for public testimony based on the number ofpeople requesting to speak and the business ofthe Council. Individuals are requested to refrain from personal attacks towards Council Members or other citizens. Comments which are not.conduciva to a positive business meeting environment are viewed as attacks against the entire City Counciland wilt not be tolerated Your cooperation is greatly appreciated In accordance with Govermnent Code Section 54954.3(a) the Chair may from time to time dispense with public comment on items previously i considered by the Council. (Does not apply to Committee meetings.) ' In accordance with State Law (Brown Act), all matters to be acted on by the City Council must be posted at least 72 hours prior to the Council meeting. In case of emergency, or when a subject matter arises subsequent to the posting ofthe agenda, upon making certain findings the Council may 1 i act on an item that is not on the posted agenda. CONDUCT IN THE CITY COUNCIL CHAMBERS The Chair shall order -removed fromthe Council Chambers any person who commit; the following acts in respect to a regular or special meeting ofthe Diamond Bar City Council. A. Disorderly behavior toward the Council or, any member ofthe staffthen:of tending to interrupt the due and orderly '.course ofsaid meeting. B. A breach ofthe peace, boisterous conductor violent disturbance. tending to interrupt the due and orderly course of said meeting. C. Disobedience of any lawful order ofthe Chair, which shall include an order to be seated or to refrain from addressing the Board; and D. Any other unlawful interference with the due and orderly conduct of said meeting. INFORMATION RELATING TO AGENDAS AND ACTIONS OF THE COUNCIL ` Agendas for the regular Diamond Bar City Council meetings are prepared by the City Clerk and are available 72 hours priorto the meeting. Agendas are available electronically and may be accessed by apesonal computer through a phone modem Every meeting ofthe City Council is recorded on cassette tapes and duplicate tapes are available for a nominal charge. ADA REQUIREMENTS A cordless microphone is available for those persons with mobility impairments who cannot access the public speaking area. Sign language interpreter services are also available by giving notice at least three business days in advance ofthe meeting. Please telephone (909) 860-2489 between 8 am and 5 p.m. Monday through Friday. , HELPFUL PHONE NUMBERS Copies of Agenda, Rules ofthe Council, Cassette Tapes ofMeetings (909)!960-2489 Computer Access to Agendas (909) 860•LINE General Information 909 860-2489 NOTE: ACTION MAY BE TAKEN ON ANY ITEM IDENTIFIED ON THE AGENDA. 1 JANUARY 4, 2001 PAGE 2 7. OLD BUSINESS: , 7.1 AWARD OF CONTRACT FOR CONSTRUCTION OF THE CITY HALL OFFICES AT THE AQMD CAMPUS TO JEFF MERRICK , CONSTRUCTION IN THE AMOUNT NOT TO EXCEED $304,000 - On November 218 the Gity. Council conceptually approved plans and specifications for the City Hall construction project and authonzed"the development of construction documents. Once the construction documents mere comleted City staff adv, artised �.in tho two newspapers ity , of general circulation in the City and solicited bids from qualified construction firms in accordance with State Law. Recommended Action: ,It is recommended that the City Council award:a construction contract to Jeff Merrick Construction for -the construction of City Hall offices,at the AQMD campus in the amount not-to-exceed $304,000. FUitfiermore,i it is recommended00that the City Council authorize a contingency amount of $15,0 for project change orders, to be approved by the City Manager, .fora total authorization of $319,000. It Is her renommended that the City Council appropriate the necessary funds ($319,000) from General Fund reserves. Requested by:. City Manager 47o- �v'v� o C IO .' / �yY1J ADJOURNMENT: i CITY OF DIAMOND BAR "QUICK CAP" MINUTES JANUARY 4, 2000 1. CLOSED SESSION: None 2. CALL TO ORDER: Mayor Huff called the meeting to order at 10:40 a.m., January 4, 2001 at the AQMD facility that will house the new city hall, 21785 E. Copley Dr. PLEDGE OF ALLEGIANCE: The Pledge of Allegiance was led by Council Member Ansari. ROLL CALL: Council Members Ansari, Chang, O'Connor, Mayor Pro Tern Herrera, Mayor Huff. Also present were: James DeStefano, Interim City Manager, David Doyle, Deputy City Manager; David Liu, Public Works Director; Linda Magnuson, Finance Director; and Tommye Cribbins, Asst. City Clerk. 4. 4a PUBLIC COMMENTS: None received 5. SCHEDULE OF FUTURE EVENTS: 5.1 PLANNING COMMISSION January 9, 2001 7:00 p.m., AQMD Auditorium, 21865 E. Copley Dr: 5.2 TRAFFIC AND TRANSPORTATION COMMISSION — January 11, 2001 7:00 p.m., AQMD Board Hearing Room, 21865 E. Copley Dr. 5.3 CITY COUNCIL MEETING January 16, 2001 - 6:30 p.m., AQMD Auditorium, 21865 E. Copley Dr. 6. CONSENT CALENDAR: C/O'Connor moved, seconded by C/Ansari to approve the Consent Calendar. Motion carried 5-0 by the following Roll Call vote: AYES Council Members: Ansari, Chang, O'Connor, MPT/Herrera and M/Huff. NOES: COUNCIL MEMBER: None ABSENT: COUNCIL MEMBER: None 6.1 APPROVED VOUCHER REGISTER — dated January 4, 2001 in the amount of $664,177.19. (C/O'Connorabstained from approval of P.O. 10293 in the amount of $160.00 due to potential conflict of interest relating to the Lanterman Forensic Expansion Project). JANUARY 4, 2001 PAGE 2 7. OLD BUSINESS: 7.1 AWARD OF CONTRACT FOR CONSTRUCTION OF THE CITY HALL OFFICES AT THE AQMD CAMPUS TO JEFF MERRICK CONSTRUCTION IN THE AMOUNT NOT TO EXCEED $304,000 ave a ICM/DeStefano g brief presentation regarding construction of City Hall: offices at the AQMD campus. At 10:15 a.m. ICM/DeStefano took Council, Staff and audience on a tour of the proposed facility. Tour ended at 10:45 a.m. DCM/Doyle made a presentation as to the color scheme, flooring and counter colors of the proposed facility. Following discussion by both staff, Council and audience, C/O'Connor moved seconded by MPT/Herrera :to approve as recommended by Staff and the Consultant and awarded a construction contract to Jeff Merrick Construction for the construction of City Hall offices at the AQMD campus in the amount not -to -exceed $304,000; Authorized a contingency amount of $15,000 for project change orders, to be approved by the City Manager, for a total authorization of $319,000; Approved the appropriation of the necessary funds ($319,000) from the General Fund reserves. ADJOURNMENT: With no further business to be conducted Mayor Huff adjourned the meeting at 11:45 a.m. CITY OF'DIAMOND BA VOUCHER REGISTER APPROVAL The attached listing of vouchers elated January 4, , 001 have been reviewed, approved, and recommended for payment. Payments are hereby allowed from the following funds in these amounts FUND T_€)=ESCRIPTIDN PREPAID VOUCHERS TOTAL 001 GENERAL. FUND : 4,`196.TT 483,81.2.56 ti5f.:f8,809 w 10, LIBRARY SERVICES .00 1:0.03 N 100.03 112 PROP A - TRANSIT FUND .00 9,648.04 9,646.04 115 INTEGRATED WASTE MGT FUND .00 5,222.03 5,222.03 118 AIR OLTY IMPF. FLS (AB2766.) .sit, 305.32 305.32 126 CITIZENS OPT -PUBLIC SF"T Y .00 742.70 742.70 138 LLAD #38 FUND 3,835.00 3,835.00 139 LLAD #39 FUND .00 3,99-7.50 3,997.50 141 LL€ D #41 FUND .00 2;050.00 2,050.00 250 CAPITAL ]:.1' PRC3V,'PROJ FUI` D , r€t 1 69,46-7.24 69,467.24 REI'`ORT FOR ALL FUNDS 84, 777-,6.77 579,180.42 664,177.19 APPROVED BY: L nda ii. 11 't g E €son Fioba t S. ' €f Finance Director Mayor :> D e S efa n 0 Deborah H. CI-'Con for in er,im City Manager Co:.knci'Imember^ Run Date; 12/28/00 Time. 08:14.33 PENTAMATION ENTERPRISES - CASH RECEIPTS MANAGER 5.0` CITY OF DIAMOND BAR RUN DATE: 12/28/2000 08:25:45 VOUCHER REGISTER PAGE. 1 DUE THRU: 01/04/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATE CHECK AJAX SIGN GRAPHICS INC 0014090-4121W? 10177 7897 SUPPLIES -NAME PLATE 14.82 TOTAL PREPAIDS. .00 TOTAL VOUCHERS 14.82 TOTAL DUE VENDOR 14.1012 WESSAL AMAN 001-34760-- 40140 RECREATION REFUND 175.00 TOTAL PREPAIDS 1 ,00 TOTAL VOUCHERS 175.00 TOTAL DUE VENDOR 175.00 AMERICAN PUBLIC WORKS ASSOCIATION 0014090-42115-- 634880 JOB ANNOUNCMT-ASSC.ENGNR 209.25 `TOTAL'PREPAIDS .00 TOTAL VOUCHERS 209.25 TOTAL DUE VENDOR 209.25 AMERICANA ART CHINA CO 0014030-41240-- 21923 CITY MUG - LOGO 18.30 - TOTAL PREPAIDS . .00 TOTAL VOUCHERS 18.30 TOTAL DUE'VENDOR 18.30 PATTY ANIS 0715150-44100-- P & R COMM - 1111E 45.00 TOTALPR€PAIDS .00 TOTAL VOUCHERS 45.00 TOTAL DUE VENDOR 45.00 APPLIED P It CH LABORATORY 0115,331-42210-- 10618 00-05702 PROF SVCS-SYC CYN 459.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 459.00 TOTAL DUE VENIOR 459.00 AT&T ' 0014090-42n35-_ LONG DIST CHARGES 15.40 0014090-42325-- LONG DIST CHARGES 121.73 0014090-42325-- LORD DIST CHARGES 19.31 0014090-42325-- LONG DIST CHARGES 12.7E 0014090-42325-- LONG LIST CHARGES 54.8'3 110.5098-42125-- ALONG DIST CHARGES 35.00 0014095-421251-- LONG DIST CHARGES 37.17 TOTAL PREPAIDS. .00 TOTAL VOUCHERS 296.22 TOTAL DUE VENDOR 296.22 AT4Et;8 SERVICES 0115554-45501-- 10309 SEPT 2000 STREET SWEEPING -SEPT 2000 8,408.8€ 01315554-45501-- 30309 AUG 2MCK10 STREET SWEEPING -AUG 2DDO 9,727.92 TOTAL PREPAIDS .00 TOTAL VOUCHERS 18,136.80 TOTAL DUE VENDOR 12,136.80 CITY OF.DIAMOND BAR RUN DATE: 12/28/2000 08:25:45 VIIUCM REGISTER, PAGE: 2 DUE:THRU. 01/04/2001' PREPAID MIDISECT-ACCT-PMECT-ACCT PO 4 INVOICE DESCRIPTION AMOUNT DATE CHECK BONTERRA CONSULTING 0015210-44240-- 10591 1466 PROFMC9-COMM/SR CTR 1,200.00 003.-2',A10-- 1467 PRDF.SVCS-FPL 96-0.3 7,€82.42 TOTAL PREPAIDS .00 TOTAL VOUCHERS 9,082.42 TOTAL DUE YEW 9,082.42 BUREAU OF BUSINESS PRACTICE 0014050-42324-- 19796705 APA BASIC GUIDE-PAIROLL 172.06 TOTAL PREPAIDS .00 TOTAL VOUCHERS' 172.06 TOTAL DUE VENDOR 172.06 LYNDA BURGESS 0014044-42330-- REIMB-LAW V ELECTN SMN,?` 337.23 TOTAL PREPAIDS .00 TOTAL VOUCHERS 337.28 TOTAL DUE VENDOR 337.22 JOHN BURTON 1264411-4`2340-- PER DIEM-BEHVR TRAINING 323.75 TOTAL PREPAIDS .00 TOTAL VOUCHERS 323.75 TOTAL DUE VENDOR '323.75 CCCA SACRAMENTO 2001 0024010-42330-- LEGIS TOUR-HERRERA 200.00 01104/2001 46678 TOTAL PREPAIDS 200.00 TOTAL VOUCHERS .00 TOTAL DUE VENDOR 201-1.00 CHARLES ABBOTT ASSOCIATES INC 001-93010-- 7174 PROF.SVCS - FPL 92-01 1,000.04 001-LL012-- 7701 PRDF.SVCS - 94 00-296 467.50 0015.510-45227-- 9064 7699 PROF.SVCS-INSPECTION 324.38 0015510-45227-- 10445 77/10 PROF.SVCS-INSPECTIONS 1,2°7/.64, 0015510-45227-- 10445 7711 PROF.SVCS7INSPECTIONS 1,371.19 0015510-45227-- 10481 7716 PROFtSifCS-INSPECTION 170.00 t�015510-45227-- 9813 7708 PROF -SVCS -INSPECTION 602.68 0015510-45227-- 10328 7709 FROF.SVGS - INSPECTION 112.61 0015510-45227-- 10446 7713 PROF.SVCS-INSPECTION 901.68 0015510-45227-- 10660 7715 PROF.SVCS --INSPECTION 85.04 0015551-45123-- 10563 PROF -SVCS -PLAN CHECK 127'.50 0015551-45223--' 10567 7703 PRGF.SVCS - PLAN CHECK 750.00 0015551-4522-1-- 10646 7702 PROF. SVCS - PLAN CHECK " 458.42 0015510-45227-- 10445 7712 PROF -SVCS -INSPECTIONS 3,710.52 0015510-45227-- 20592 7714 PROF.SVCS-INSPECTION 85.00 0015551-45223-- 10575 7700 PROF -SVCS -PLAN CHECK 127.50 TOTAL PREPAIDS .00 TOTAL VOUCHERS 11,576,E TOTAL DUE VENDDR 11,576,22 CITY OF DIAMOND BAR RUN DATE: 12/28/2044 08:25.45 VOUCHER REGISTER PAGE, 3 DUE THRU: 41/04/2001 PREPAID FLIND/SECT-ACCT-PROJECT-ACCT PO 4 INVOICEDESCRIPTION AMOUNT DATE CHECK CHEF'S 0015350-41200-- SIPPLS-SENIOR X-MAS BRKFT 420.00 01/04/2001 46625 MAL PREPAIDS 420.00 TOTAL VOUCHERS .00 TOTAL DUE VENDOR 42'0.00 CHOICE ADVERTISING 1155515-41400-- 10249 227 PROMO SUPPLIES-RECYCLING 642.03 TOTAL PREPAIDS , .40 TOTAL MICHERS 642.03 ?'OTAL DUE VENDOR 642.03 CINTAS CORPORATION 0015310-42130-- 10034 150351122 UNIFRM RENTAL-C/S WK12/11 10.06 0015310-4,130-- - 10034 1503530'9 tN1IFRM RENTAL-C/S W12/18 18.06 TOTAL PREPAIDS .00 TOTAL VOUCHERS 36.12 TOTAL DUE VENDOR 36.12 CPRS 0015350-42340-- - DAY CAMP TRAINNG-COMM.SVC 30.00 0014090-42115-- £219329 JOB R*iGMT-Pis! SUPRVSR 100.00 TOTAL PREPAIDS .Ott TOTAL MARS 130.00 TOTAL DUE VENDOR 130.00 DAY ? RITE COPY CENTER 14090-42110-- 92570 PRINT M-MOUSING ELEMT 268.83 0015210-42110-- 10212 '87293 PRINT SVCS-PLNN COMM MTG 320:71 0015210=42110-- 10620 87293 PRINT SVCS-PLNN COMM MTG 1,189.16 0015_10-4211 -- 10620 88312 PRINT S%TS-DEVLPMT COTE 500.12 TOTAL PREPAIDS ,00 TOTAL VOUCHERS 2,278.82 TOTAL DUE VENDOR 2,278.82 Ck!i410f: n 4°a0-.,-_ 10530 X007`2 INSTLL/REWL-BANNERS 6,837.00 72TPL,PREPAIDS ,00 TOTAL VOUCHERS 6,837.00 TOTAL DUE VENDOR`. 6,837.00 CAROL MMIS 0015'350-44000-- A10191 PRR1116 PROF.SVCS-P&R COMM. 160.00 00140-40-44000-- 10M DBCC1205 PROF-SVCS-CC MTG/RDA 140.00 0014030-44000-- 10293 THCA1120`' PROF,.SVCS-TRES HERMANOS 36.00` 0014030-44000-- 10293 1LAC1120 PROF.511C5-LANTERMAN 11/20 160.00 0014030-44000-- 10293 DBCF1116 PROF.SVCS-COW FOUNDTN 80.00 0014040-44000-- 10293 L}BCC1115 PRiOF.Sk1C5-COMM.CTR 11/15 120.00 TOTAL PREPAIDS .00 TOTAL MCHERS 690.00 TOTAL DUE VENDOR 690.00 CITY OF DIAMOND BAR RUN DATE- 12/2812040 08:25.45 VOUCHER REGISTER PAGE: 4 DUE THRUa;01/04/ftl PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO # INVOICE DESC=RIPTION AMOUNT DATE CHECK DFM ASSOCIATES 0114040-42320-- 2001 CA ELECTIONS CGDE 35.50 TOTAL PREPAIDS 00 TOTAL VOUCHERS 35.50 TOTAL DUE VENDOR 85.30 DIAMOND EAR CHAMFER OF COMMERCE 1155515-42115-- 1000/P010573 DEC ADS -TREE RECYCLING 980.00 0014090-42.15-- 17011PO10573 MEMMP`DUES - 2001 1,500.00 1125360-45315-- 1800/PG10573 DEC ADS -HOLIDAY RIDE 980.00 0014090-45000-- 10573 1801 PROF.SVCS-NGV 2400 2,OOO.UO TOTAL PREPAIOS TOTAL VOUCHERS 5,460.1 TOTAL DUE VENDOR 5,460.00 DIAMOND PHOTO 0015350-42112-- 471694 PHOTO DEVLP-TINY;; TOTS 8.71 TOTAL PREPAIDS .00 TOTAL VOUCHERS 8.71 TOTAL DUE VENA 8.71 DIRECT CONNECTION 0015,350 -42121-- 957715BAILING SVCS-REC GUIDE 01 311.39 TOTAL PREPAIDS .00 TOTAL VOUCHERS 311.39 TOTAL DUE VENDOR 311.39 DAVID DOYLE 00141730-4 330-- REIMS-JPIA CONF 12/12-13 51.97 TOTAL PREPAIDS .00 TOTAL VOUCHERS 51.97 TOTAL DUE VENDOR 51.97 EDUCATION TO GO, IN 0015350-45300-- 10145A 1999-4965 CONTRACT CLASS -FALL 244.00 0015350-45300-- 10145A 1999-49-4 CONTRACT CLASS -FALL 29.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 273.40 TOTAL DUE VENDOR 2173.00 FEDERAL EXPRESS 0014090-42120-- 56379037/ EXPRESS MAIL -GENERAL 102.47 0014090-42120-- 56841855°' EXPRESS MAIL -GENERAL 17.53 TOTAL PREPAIDS .00 TOTAL VOUCHERS 120.00 TOTAL DUE VENDOR 120.00 KAREN FEINSTEPMAKER 0015350-45300-- 105338 CONTRACT CLASS -FALL 145.20 TOTAL PREPAIDS .00 TOTAL VOUCHERS 145.20 TOTAL DUE :VENDOR 145.20 CITY OF DIAMOND BAR RUN DATE. 12/28/200 08:25:45 VOUCHER REGISTER Pte: 5 DUE THRU• 01/04/Ml PREPAID' FUND/SECT-ACCT-PROJECT-ACCT' ' PO # INVOICE DESCRIPTION AMOUNT DATE CHECK ANNETTE FINNERTY 0015354-44100-- ._ P & R COMM - 11/16 45.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 45,00 TOTAL DUE VENDOR 45.00 FOOTHILL TRANSIT,�ONE 1125553-45115=- 10695 11668 FOOTHILL PASSES -DEC 2(i'J6 4,360.30 1125553-45533-- 10595 11668 CITY SUBSIDY - DEC 1000 1,405.24 TOTAL PREPAIDS .00 TOTAL VOUCHERS 5,366.04 TOTAL DUE VENDOR 5,366.04' KENNETH FRENCH 001-34720-- 38621 RECREATION REFUND 128.00 TOTAL PREPAIDS 00 TOTAL'VOUCHERS 128.00 TOTAL,DUE VENDOR 128.00 GFB FRIEDRICH & ASSOCIATES INC 2505510-46411-014"-46411 - A10356 '12-13 PROF.SVCS-SLURRY SEAL PRJ 868.50' TOTAL PREPAIDS .00 TOTAL VOUCHERS' 868.50 TOTAL DUE VENDOR 868.50 THOMAS F GIANNINI 001-34720-- 38537 RECREATION REFUND 128.00 TOTAL PREPAIDS .04 TOTAL VOUCHERS 128.00 TOTAL DIM VENDOR 118.40 GARY GREEN 0015354-45300-- 10118 CONTRACT CLASS -FALL 60.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 60.00 TOTAL DUE VENDOR 60.00 HALL & FORF_MAN,INC 0015501-45223-- 10584 41415 PROF -SVCS -PLAN CHECK 127.50 0015510-45217-- 10518 41413 PROF .SVCS- INSPECTION 127.50' 0015551-4523-- 10553 41416 PROF -SVCS -PLAN CHECK 544.23 001-23012-- 41414 PROF -SVCS -EN 00-291 820.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 1,614.23 TOTAL DUE VENDOR 1,619.23 CAPRECE HART 001-34740-- 39814 RECREATION REFUND 54.00' TOTAL PREPAIDS .00 TOTAL VOUCHEP,S 54.00 TOTAL DLA VENDOR 54.00 CITY OF DIAMOND BAIL RUN DATE: 12/28/2400 08:25:45 VOUCHER REGISTER PAGE: 6 DUE THRU: 01/0412441 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATE CHECK HIGHPOINT,ING 0014095-42111-- 14231 68727 PREPRESS SVCS -LETTERHEAD 32.48 4414495-42111-- 10231 68735 PEEFFRESS SVCS -NEWSLETTER 233.82 TOTAL PREPAIDS .00 TOTAL VDUCHERS 266.30 TOTAL DUE VENDOR 266.34 HIRSCH & ASSDCIATES INC 2505320-46415-15744=46415 9894 0001 RE#1 ADA RETROFIT-SYC CYN PK 16.00 2505310-46415-15199-46415 9177 99014PB#4 DESIGN SVCS-PANTERA PARK. 800.40 TOTAL PREPAIDS '' .00 TOTAL VOUCHERS 816.00 TOTAL DUE VENDOR 816.00 JEFF HULL 0015350-44104-- P & R COMM - 11/16 45.04 TOTAL PREPAIDS . .00 TOTAL VOUCHERS'_ 45.00 TOTAL DUE VENDOR 45.00 HULS ENVIRONMENTAL MANAGEMENT, LLC 1155515-45500-- 10464 PROF SVCS-S/WASTE NOV 00 3,640.40 0015510-44240-- ' 10464 PROF SVCS-NPDES NOV 04 7,075.04 TOTAL PREPAIDS .44 TOTAL VOUCHERS 10,675.04 , TOTAL DUE VENDOR 10,675.40 INLAND VALLEY DAILY BULLETIN 00192,10-42115-- 10628 90166 LEGAL AO -PLATINUM CLUB 138.74 0014040-42115-- 10346 93123 P/H-ANIMAL CONTRL FEES 43.74 001521342115-- 10629 371 LEGAL AD -HOUSING ELEMENT 359.10 001-23010-- 514530 LEGAL AD - FPL 99-20 114.40 001-23010-- 50514 LEGAL All - FPL 00-43 117.80 TOTAL PREPAIDS .00 TOTAL VOUCHERS 773.30 TOTAL DUE' VENDOR 773.36 INLAND VALLEY ELS HOLIDAY CEL.EB-ANSARI 15.00 01/04/2001 46626 TOTAL PREPAIDS 15.00 TOTAL VOUCHERS .00 TOTAL DUE VENDOR 15.00 INLAND VALLEY HUMANE SOCIETY 0014431-4540:-- 10664 42 �i0-01, ANIMAL CNZRL - JAN 01 5,4137. 00 TOTAL PREPAIDS .00 TOTAL VERS 5,437.017 TOTAL DUE VENDOR 5,437.00 INTERN-ATIONAL PROTECTIVE SVCS INC 0014411-45424-- 10321 017°Z6 CRSSNG GUARD SVCS-NOV 00 7,224.75 TOTAL PREPAIDS ,DO TOTAL VQt1C 06 7,224.75 TOTAL DUE VENDOR 7,224.75 CITY OF DIAMOND BAR RUN DATE: 12/28/2040:25:45 VOUCHER REGISTER PAGE: 7 DUE THP.U: 41/04/2441 PREPAID FUk-I/SECT-ACCT-PROJECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATE CHECK JUDICIAL DATA SYSTEMS CORPORATION 0014411-45405-- NDV 00 PARKING CITE ADMIN-NOV 00 256.40 TOTAL PREPAIDS. .04 TOTAL VOUCHERS 2566.44 TOTAL DUE VENDOR 256.40 1-TIIS HARDWARE 0015554-41300-- 10312 3164 E4 - PUBLIC WORKS 23.26 TOTAL PREPAID .00 TOTAL VOUCHERS 23.26 TOTAL DUE VENDOR 23.26 Lig SIGNAL 2505514-46412-14199-46412 AV165 .1355/9965 TRFF IMPRVMT-B/CYN-6LNBRK 8,481.74 2585510-46412-153:9-46412 1355/9965 TRFF IMPRVMT-B/CYN-G/SPGR 3,365.34 25455!0-46412-14499-46412 A9165 1355/9965 TRFF IMPRVMT-B/CYN-D/CRST 132388.30 TOTAL PREPAIDS .00 TOTAL VOUCHERS 25,235.30 TOTAL DUE VENDOR 25,235.30 LDM ASSOCIATES - 0415214-44044-- 10640 1 PLNG SVCS-NOV 00 4,016.25 TOTAL PREPAIDS .00 TOTAL VOUCHERS 4,016.25 TOTAL DUE VEND 4,016.25 LEAGUE OF CA CITIES 0014090-42315-- 418477 ANNUAL DUES - 2001 8,504.40 0014010-Q325-- fiBRSHP MTG-HERRERA-ANSARI 46.00 41/04/244146631 C0140.�4-42325-- MBRSHP MTG-DESTEFANO 23.00 01/04/2001 46631 TOTAL PREPAIDS 64.04 TOTAL VOUCHERS 0,504.00 TOTAL DUE VENDOR 3,573.00 ANNE LEE 001-344740-- 39898 RECREATION REFUND 64.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 64.44 TOTAL DUE VENDOR 64.00 LEIGHTON & ASSOCIATES, INC 001-23012-- 10213/15-17 P'ROF.SVCS-EN 46-157 797.54 001-23012-- 10213/15=17 PROF.SVCS=EN 00-290 634.04 001-23012-7 10213/15-17 PROF.SVCS-EN 00-291 1,020.00 401-23012-- 10213/15-17 PROF SVCS -EN 00-245 155.E TOTAL PREPAIDS .00 TOTAL VOUCHERS 2,606.54 TOTAL DUE VENDOR 2,606.54 LEMS ENGRAVINGImp 0014090-42113-- 14134 4865 ENGRAVING SVCS -BADGE 27.64 TOTAL PR€PAIRS .00 TOTAL VOUDiERS 27.60 -' TOTAL DUE VENDOR 27.60 CITY OF DIAMOND BAR RUM DATE. 12/28/2000 08;25•45 VOUCHER REGISTER PAGE: 8 DUE THRU: 01/44/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATE CHECK IPE14E LEYVA 001-34720-- 33635 RECREATION REFUND 64.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 64.00 TOTAL DUE VENDOR 64.04 CHRISTINA F.LICATO 0015350-45300" 10127 CONTRACT CLASS -FALL 23.40 TOTAL PREPAIDS .00 TOTAL VOUCHERS 23.40 TOTAL DUE VENDOR 23.40 JOEZET LIEU , 001-34760-- 39452 RECREATION REFUND 85.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 85M TOTAL DUE VENDOR 85.00 LOS ANGELES COUNTY - "MTA 112555;-45535-- 10696 12000272' MTA PASSE5-DEC 2000 695.30 1125553-45533-- - 10696 12000272 CITY SUBSIDY - DEC 2000 415.70 TOTAL PREPAIDS .00 TOTAL VOUCHERS 1;111.00 TOTAL DUE VENDOR 1,111.00 LOS ANGELES COUNTY PUBLIC WORKS 0015554-45507-- AR101990 TRAFFIC SIGNAAL REPAIR 439.52 TOTAL PREPAIDS .00 TOTAL VOUCHERS 439.52 TOTAL DUE VENDOR 439.52 LOS ANGELES COUNTY SHERIFF'S DEPT 0014411-45401-- 32367 CONTRACT SVCS - NOV 00 '24,220.41` TOTAL PREPAIDS .00 TOTAL VOUCHERS 324,220.41 TOTAL DUE VENDOR 324,220.41 . ATNTEI 0015314-41200-- 10040 494331 SUPPLS- HERITAGE COMM4.CTR 45.31 TOTAL PREPAIDS 00 TOTAL VOUCHERS 45.31: TOTAL DUE VENDOR 45.31 MCE CORPORATION 0015554-45502-- 10323 11062 .00 0015554-45522-- 103.5 11062 ,Dt� 0015554-45522-- 10 a 11062 RIGHT OF WAY MRINT-NOV 00 2,109.6.2 0015554-45502-- IM23 11062 ROADWAY MAINT-NOV 00 6,446.09 TOTAL PREPAIDS .00 TOTAL VOUCHERS 8,555.71 TOTAL DUE VENDOR 8,555.71 CITY OF DIAMOND BAR RUN DATE: 12/28/2000 08:25,45 VOUCHER REGISTER PAGE: 9 DUE THRU: 01/04/2001 PREPAID FIN+ID{SECT-ACCT-PRO,JECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATECHECK METROLINK 1125553-45533-- _, 10693 DEC 2000 CITY SUBSIDY -DEC 00 438.20 1125553-455„5-- 10693 DEC 2000 METROLINK PASSES-DEC.2040 1,752.80 TOTAL PREPAIDS .00 TOTAL VOUCHERS 2,191.00 TOTAL DUE VENDOR 2,191.00 MOBILE MODULAR MANAGEMENT GROUP 0015350-42140-- 10692 2:2297-DEC00 LEASE PORTBLE-SYC CYN PK 460.06 TOTAL PREPAIDS ,fir TOTAL VOUCHERS 460.46 TOTAL DUE VENA 460.06 MT. BALDY UNITED WAY 001-21113--' PP23-25 PAYROLL REDUCTIONS 84.00 TOTAL FREPAID5 ' .00 TOTAL VOUCHERS 84.00 TOTAL DUE VENDOR 84.00 ITEL` 0014090-42130-- - 4291114 DEC SVCS -RADIO REPEATER 217.14 TOTAL PFEEPAIDS - .00 TOTAL VOUCHERS 217.14 TOTAL DUE VENDOR 217.14 04r^:NCIE rOYNERICAL CREDIT 12_4411-46250-- 10669 2566, MT'RZI MIRROR LIGHT-SHERFF 418.95 TOTAL PREPAIDS .00 TOTAL VOUCHERS 41x.95 TOTAL DUE 'VENW 418.95 ORIENTAL TRADING CO. INC 0015356-41200-- 330402181 SUPPLIES = TINY 'TOTS 144.20 TOTAL PREPAIDS' .0 TOTAL VOUCHERS 144.20 TOTAL DUE VENDOR 144.20 P.F. PETTIBONE & CO 0014040-41200-- 10632 16367 SUPPLS-MINUTE BOOK PAPER 169.10 TOTAL PREPAIDS .00 TOTAL VOUCHERS 169.10 TOTAL DUE VENDOR 169.10 PACIFIC TIME RECORDER 015310-42200-- 16420 REPAIR SVCS -TIME CLOCK 50,00 TDTAL PREPAIDS .00 TOTAL VOUCHERS 50.00 TOTAL DUE VENDOR 50.00 PAPA G'S PIZZA 0014415-42:3:5-- MTGS SUPPLS-V/PATROL 160.00 01/04/201 46629 TOTAL PREPAIDS, 160.00 TOTAL VOUCHERS .00 TOTAL DUE VENDOR 160.00 CITY OF DIAMOND BAR RUN DATE. 121781204 083.25.45 VOUCHER REGISTER PAGE. 10 DUE THRU: 01/04/2001 PREPAID FUND/SECT-ACCT-PROdECT-ACCT PG # INVOICE DESCRIPTION AMOUNT DATE CHECK PAYROLL TRANSFER 441-14200-- PP 26 PAYROLL TRANSFER-PP26 74,10.04 01/04/2001 PP260 TOTAL PREPAIDS , 74,10,00 TOTAL VOUCHERS QLt TOTAL DUE VENOR 74,10;00 PERS RETIRE101T FUND 001-21109-- PP26 RETIRE C€N+iTRIB-EE 4,761.0.7 01/04/2041 46630 041-21109-- PP26 RETIRE CONTRIE=ER 3,031.41 01/041.001 46630 001-11109-- PP26 SURVIVOR BENEFIT 39.99 01/0412001 46630 TOTAL PREPAIDS 8,032.77 TOTAL VOUCHERS 00 TOTAL DUE VENDOR 8,032.77 JAMES PETROFF 001-1-4720--39847 RECREATION REFUNT! 126.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 126.00 TOTAL DUE VENDOR 126.00 PITNEY BOWES `'INC - 0014090-42130-- 10109 3816188-DC00 LEASE NAILING SYST-DEC 00 369.90 TOTAL PREPAIDS 00 TOTAL VOUCHERS 369.90 TOTAL DUE VENDOR 369.90 MILDRED PORTZEL 001-34720-- 38972 RECREATION REFUND 192.04 TOTAL PREPAIDS -co TOTAL VOUCHERS 192.00 TOTAL DUE VENDOR 192.00 POSTMASTER 041-23010-- EXPRESS MAIL -FPL 00-51 ' 11.75 001-23010-- EXPRESS 'MAIL -FPL 00-54 11.75 001-2:010-- EXPRESS MAIL -FPL 00-24 11.75 001-23010-- EXPRESS MAIL -FPL 00-24 11.75 001-23010-- EXPRESS MAIL -FPL 00-43 15.75 041-2:3010-- 'EXPRESS NAIL -FPL 0043 11.75 001-23010-- EXPRESS MAIL -FPL 0-28 15.75 001-211010- EXPRESS MAIL -FPL 00-49 15.75 0014490-42120-- EXPRESS MAIL -GENERAL 15.75 001=23010-- EXPRESS MAIL -FPL 00-51 11,75 001:23010-- EXPRESS MAILFPL 00-28 15.75 001-2:3010-- EXPRESS NAIL -FPL 00-50 11.75 001-2.3010-- EXPRESS NAIL-FPL>'00-04 15.75 001-2 414-- EXPRESS MAIL -FPL 00-44 11.75 001 -?3010-- EXPRESS MAIL -FFL 00-50 11.75 001-23010-- EXPRESS MAIL -FPL 00-31 11.75 001-113010-- EXPRESS MAIL -FPL 00-44 11.75 TOTAL PREPAIDS .00 TOTAL VOUCHERS 223.75 TOTAL DUE VENDOR ` 223.75 CITY OF DIAMOND BAR RUN DATE: 12/28/2000 08:25:45 VOUCHER REGISTER PAGE: 12 DUE THRU: 01/0412001 PREPAID FUND/SECT-ACCT-PRGJECT-ACCT PO # INVOICE DESCRIPTION AMOUNT DATE; CHECK RALPHS GROCERY COMPANY 0014890-42v'.5-- 10687 10095990 SUPPLIES - GENERAL 70.32 0014090-42'315-- 10687 10095988 SUPPLIES - GENERAL 45.47 TOTAL PREPAIDS .00 TOTAL VOUCHERS 115.79 TOTAL DUE VENDOR 115.79 REINBERGER PRINTWORKS INC 4014095-42110-- 10587 10956 PRINT SVGS -BUSINESS CARDS 68.91 0414090-42110-- 10279 109a SUPPLE -LOGO SPPNG LABELS 113.14 015350-42110-- 10638 10984 PRINT SVCS-REC GUIDE/WNTR 3,894.76 TOTAL PREPAIDS .00 TOTAL VOUCHERS 9,076.86 TOTAL DUE VENDOR 9,076,86 REMEDY 0015510-44000-- 10683 67550 TEMP SVCS-P/WKS WK 11/26 404.88 0015510-44000-- 10683 42856 TEMP VM-P/WAS Wtt 11/5 706.80 0015510-44000-- 10683 75843 TEMP SVGS-P/WKS WK 12/03 641.06 0014040-44000-- A10580 75843 TEMP SVCS-C/CLERK 12/03 627.20 0015510-44000-- -` 10683 `59822 TEMP SVCS-P/WKS WK 11/19 539.84 0015510-44000-- 10683 24528 TEMP SVCS-P/W1CS WR; 10/22 272.24 014040-44000-- A10580 67554 TEMP SVGS-C/CLERK WKi1/26 376.31 0015510-44010-- 10641 24528 TEMP SVGS-P/WORKS WK10/22 293.20 TOTAL PREPAIDS .00 TOTAL VOUCHERS 3,861.54 TOTAL DUE VENDOR 3,861.54 RICHARDS WAISON & GERSHON 0014020-44020-- 111603 LEGAL SVCS - NPDES 575.14 0014020-44020-- 111817 LEGAL SVCS - DEV SVCS 7,964.03 0014020-44010-- 111815 GENERAL LEGAL - OCT 00 3,119.95 0014020-44020-- 1111#20 LEGAL SVCS - FINANCE 202.50 0014020-44021-- 11182:2 LEGAL SVCS-BEACH/CRCHSN 147.50 0014020-44021-- 111818 SP LEGAL SVCS - SASAK 122.50 0014020-44020-- 1118819 LEGAL SVCS - COM `SVCS 328.93 0014020-44020-- 111816 GENERAL LEGAL - OCT 00 39.00 0014020-44120-- 111821 LEGAL SVCS - PUB WS 226.24 0014020-44020-- 111194 LEGAL SVCS - NPDES 513.95 TOTAL PREPAIDS .00 TOTAL VOUCHERS 13,239.34 TOTAL DUE VENDOR'` 13,239.74 SAN GABRIEL VALLEY TRIBUI 001-23010-- C7216 LEGAL AD - FPL 00-45 176.28 001-23010-- 56639 LEGAL AD`- FPL 99-20 180.18- 001-23010-- 61537 LEGAL AD - FPL 00-28 193.44 001-23010-- 32341 LEGAL AD - FPL 00-43 150.18 0015210-42115-- 1,627 A7704 LEGALAD-PLATINUM CLUB 203.58 0014040-42114-- 10347 B2821 P/H-ANIMAL CONTRL FEES 63.96 0015210-42115-- 10630 34138 LEGAL AD-HOUSINGELEMENT 265.98 TOTAL PREPAIDS .00 TOTAL VOUCHERS TOTAL DUE VENDOR, 1,263.60 CITY IF DIAMOND BAR" RUN DATE. 12/28/200D 0$.25:45 VOUCHER REGISTER PAGE. 12 DUE THRU: 01/04/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PQ # INVOICE DESCRIPTION AMOUNT DATE CHECK EVELIA SAM -' 001-34714-- 38975 RECREATION REFUND 128.00 TOTAL PREPAIDS .()D TOTAL VOUCHERS 128.00 TOTAL DUE VENDOR 128.00 SCMAF- 4414094-42115-- 0014919 -IN JOB ANNOUNCMT-C/S COOK 50.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 50.40 TOTAL DUE VENDOR 50.00 SMART & FINAL 0015350-41200-- 29295/29296 SUPPLIES- TINY TOTS 103.61? 001`- 0-4120D-- 29295/2 % SUPPLIES- TINY TOTS 24.77 TOTAL PREPAIDS .00 TOTAL VOUCHERS 128.37 TOTAL DUE VENDOR 128.37 SOURCE GRAPHICS 0014095-41200-- - 10677 '644113 SUPPLIES -COMM.& MRKTNG 540.30 TOTAL PREPAII6 .00 TOTAL VOUCHERS 540.30 TOTAL DUE VENDOR 544.30 SOUTHERN CALIFORNIA EDISON 0015510-42126-- ELECT SVCS -TRAFFIC CONTRL 14.39 0015510-42116-- ELECT SVCS -TRAFFIC CONTRL 23.63 0015510-42126-- ELECT SVCS -TRAFFIC CONTRL 145.13 0015510-42126-- ELECT SVGS -TRAFFIC CNTRL 140.55 0015510-42126-- ELECT SVCS-TRFFC_CONTROL 97.50 TOTAL FREPAIDS .00 TOTAL VOUCHERS 421.20 TOTAL DUE VENDOR 421.20 SOUTHERN CALIFDRNIA GAS COMPANY 0015314-4212-- GAS SVCS - HRTG COMM. CTR 278.26' TOTAL PREPAIDS .00 TOTAL VOUCHERS 278,26 TOTAL DUE VENDOR 278.26 MART! ST. AMANT 0015350-44100-- P & R C" - 11/16 45.00 TOTAL PREPAIDS- ' 000 TOTAL VOUCHERS 45.00 TOTAL DUE VENDOR 45.40 SUBWAY 4014090-42325-- 10219 MTG SUPPLIES - CNCL 12/19 7.98 TOTAL PREPAIDS .00 TOTAL VOUCHERS 7.98 TOTAL DUE VENDOR 7.98 CITY OF DIAMOND BAR RUN DATE: 12/28/2000 08:25:45 VOUCHER REGISTER PAGE= 13 DUE THRU: 01/04/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO`# INVOICE DESCRIPTION AMOUNT DATE CHECK SULLT-MILLER 'INC X5510-4641f-13399-46h1f. 14061 54536 ST IMPRVMiT-PTHFNDR/G/SPRG 40,075.84 TOTAL PREPAIDS. .00 TOTAL VOUCHERS 40,075.84 TOTAL DUE VENDOR 40,075.84 SUNGARD PENTAMATION INC 0024090-42125=- 11-120800 DATA LINE CHARGES-NOV 00 64.97 TOTAL PREPAIDS .GO TOTAL VOUCHERS 64.97 TOTAL DUE VENDOR 64.97 TENNIS ANYONE 00153150-45304-- f05?8 CONTRACT CLASS-FALL 956.90 TOTAL PREPAIDS 00 TOTAL VOUCHERS 956.90 TOTAL DUE VENDOR 956.90 THE RDTH GROUP,INC 0015310-44300-- 4982 00-213 PROF. SVCS-TRAILS MSTR 3,419.76 -` TOTAL PREPAIDS .00 TOTAL VOUCHERS 3,419.76 TOTAL DUE VENDOR 3,419.76 THE MEEKLY NEWS-WALNUT 0014045-42115-- 102£3 1490 ADVERTISEMENT-INFO TO GO 300.00 TOTAL PREPAIDS 04 TOTAL VOUCHERS 300.00 TOTAL DUE VENDOR' 300.00 CAROL THOR1,11 i DN 001-3472',)-- 32`1,`18 RECREATION REFUND 128.00 TOTAL PREPAIDS ,{dry TOTAL VOUCHERS 128.00 TOTAL DUE VENDOR 12V.00 MARTIN TORRES 00150-44100-- P L R COMM - 11/16 45,44 TOTAL PREPAIDS .00 TOTAL VOUCHERS 45.04 TOTAL DUE VENDOR' 45.00 TOURNAMENT SOUVENIRS 0015350-45310-- 10653 6146 EXCRSN-ROSE PARADE 1,012.46 TOTAL PREPAIDS .00 TOTAL VOUCHERS 1,012.46 TOTAL DUE VENDOR 1,012.46 TRI-COUNTY OFFICIALS INC 0015350-45300-- 10601 4111/4124 OFFICAL SVCS-11/16-12/15 1,060.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 1,060.00 "TOTAL DUE VENDOR 1,060.00 CITY OF DIAMOND BAR RUN DATE: 12/28/2000 48:25:45 VOUCHER REGISTER PAGE: 14 DUE THRU:'01/04/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO 1 INVOICE DESCRIPTION AMOUNT BATE CHECK TRUGREEN LANDCRE 00153M-45300-- 2281044696 C/WIDE MAINT-R REAGAN 1,038.58 0015319-45300-- 2281044696 C/WIDE MAINT-PETERSON 1,490.74 0015331-42210-- 2281056007 COVERED SLOPE-SYC CYN PK 428.85 1415541-45506-- 2281044696 C/WIDE MAINT-DIST 41 2,050.00 0015316-453007 2281044696 C/WIDE MAINT-KAPLE HILL 708.10 0015318-45300-- 2281044696 WIDE MAINT-PANTERA 2,563.51 0015313-45300-- 2281044696 C/WIDE MAINT-HERITAGE 601.89 13-j539-4`500-- 2181044696 C/WIDE`.MAINT-DIST 39 3,997.50 0015311-453017-- 2281044596 WIDE MAINT-PAUL GROW 885.13 00i532B-4530r3-- 2281044696 C/WIDE MAINT-SUMMITRIDGE 2,050.51 0015325-45300-- 2281044696 C/WIDE MAINT-STARSHINE 354.10 13855.3 8-4°ZO0-- 2281~6 C/WTDE MAIINT-DIST n 3,835.00 0015331-45300-- 22E1044696, C WIDE MAINT-SYC CYN PK 708.10 TOTAL PREPAIDS ,00 TOTAL VOUCHERS 20,712,02 TOTAL DUE VENDOR 20,71 .02 U.S. POSTMASTER 0014095-42120-- POSTAGE-COMM-NEWS/INF TGG 2,000.00 01/04/2001 46627 _. TOTAL PPEPAIDS 2,000.00 TOTAL VOUCHERS .00 TOTAL DUE VENDOR 2,000.00 JS HEALTHWORI•:S MEDICAL OR'OUP 0014090-42345-- 10423 28-lY351-100 PRE EMPLOYMENT PHYSICALS 80.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 80.00 TOTAL DUE VENDOR 80,00 VAN WINKLE AND AFFILIATES 25015117-46411-13399-46411 10367 11DEC00 VIDEO DOC-PTHFNDR/u/SPRNG 1,113.30 25055110-46411-12298-46411 10367 29395 VIDEO DOC.-SAS} LNDRO DRNGE 1,358.30 _TOTAL PREPAIDS 00 TOTAL VOUCHERS 2,471.60 TOTAL DUE VENDOR 2,471.60 .ERIi011 CALIFORNIA 0015331-42125-- 093960194 PH. SVCS'- SYC CYN PK 35.26 0105355-42125" 909=&10820 PH. SVCS - LIBRARY PROJCT 100.03 0014(110-42125,-- 1016120740 PH. SVCS - MODEM C,ICNL 25.88 0014090-42125--- 9091973128 PH. SVCS - GENERAL 2,145.9 0614090-121255-- 90034'67102 PH. SVCS - DAY CAMP 29.26 0015331-42115-- 1018608951 PH,. SVCS - SYC CYN PK 19.21 11152198-421215-- 909860546" PH. SVCS - CITY ON LINE 157.66 00153114-42125-- 9093995680 PH. SVCS - HFTG COMM. CTR 19.47 1185098-42125-- 90926089`21 PH. SVCS - TELEWORK. ACLS 112,66 0015331-42125-- 9095%_ 191-120 PH. %!CS - SYC CYN PK 91.76 TOTAL PREPAIDS .00 TOTAL VOUCHERS 2,757.15 TOTAL DUE VENDOR 2,757.15 CIT! OF DIAMOND EAR RUN DATE; 12/28/2000 03.25:45- VOUCHER REGISTER PAGE: DUE THRU: 01/04/2001 PREPAID FUND/SECT-ACCT-PROJECT-ACCT PO # INVOICEDESCRIPTION AST DATE CHECle WALNUT VALLEY WATER 'DISTRICT 0014440-42140-- 9246 ANNL RENT - EASTGATE 150.00 TOTAL PREPAIDS .00 TOTAL VOUCHERS 150.00 TOTAL DUE VENDOR 150.00 WEST COAST # ORISTS IN 0015556-45510-- 10085 19430 TREE WATERING SVCS-NM00 750.00 0015553-45509-- 100-3 19427 TREE MAINT SVCS-NDV 00 4,314.00 TOTAL PREPAIDS - .00 TOTAL VOUCHERS 5,094.00 TOTAL DUE VENDOR 5,094.00 WEST COAST MEDIA 0014095-42115-- 14667 3022482 JAN AD -,INFO TOGO 350.00 TOTAL F'REP€;IDS .00 TOTAL VOUCHERS 350.00 TOTAL DUE VENDOR 350.00 _ REPORT TOTAL PREPAIDS 84,996.77 REPORT TOTAL VOUCHERS 579,180.42 REPORT TOTAL 664,177.19 CITY OF DIAMOND BAR MEMORANDUM TO: Honorable Mayor and Members of the City Council FROM: Jim DeStefano, Interim City Manager DATE: January 4, 2001 SUBJECT: Award of Contract for Construction of the City Hall offices of the AQMD Campus to Jeff Merrick Construction in the amount not -to - exceed $304,000 RECOMMENDATION: It is, recommended that the City Council award a construction contract to Jeff Merrick Construction for the construction of City Hall offices at the AQMD campus in the amount not -to -exceed $304,000. Furthermore, it is recommended that the City Council authorize a contingency amount of $15,000 for project change orders, to be approved by the City Manager, for a total authorization of $319,000. It is further recommended that the City Council- appropriate the necessary funds ($319,000) from General Fund reserves. BUDGET IMPLICATION: The award of contract for the completion of the City Hall offices and authorization for the 5% contingency amount requires the City Council to appropriate the necessary funds ($319,000) from General Fund reserves. On September 5, 2000 the City Council approved contractual agreements with SPACES and TOTAL PLAN for a total of approximately $45,000 for space planning and design services as well as the breakdown and re -installation of the modular office equipment. The City will incur additional costs relative to the relocation of City Hall to the AQMD campus such as installation of computer network and telephone system (approximately$25,000), moving of office equipment, files, etc. ($11,000) and the purchase of additional office equipment and computers ($15,000). BACKGROUND: On November 21 s' the City Council conceptually approved the plans and specifications for the City Hall construction project and authorized the development of construction documents. Once the construction; documents were completed, City staff advertised in the two newspapers of general circulation in the City of Diamond. Bar and solicited bids from qualified construction .firms in accordance with State law. DISCUSSION: The City, received three separate bids for this project from Jeff Merrick Construction, Steton Construction and Syram Construction. The City required bidders to provide a base bid as well as costs for select optional items. The following breakdown represents the base bids submitted: Jeff Merrick Construction $290,931 Steton Construction $306,228 Syram Construction $315,000 City staff is recommending that the City Council authorize the following optional items to be included in the construction contract 1. Porcelain the in the lobby area The tile material will provide a more formal presence and will be easier to keep clean than carpet. 2. Sidelights for City Council Offices This will allow natural light to illuminate the interior area of the workspace. 3. Provide for new millwork throughout City Hall This will ensure that all millwork will be consistent through out City Hall. This will increase the cost of the contract to approximately $304,000. In addition, staff is recommending a 5% contingency amount for a total appropriation of $319,000. Projects that involve this type of construction and upgrades to existing facilities have a higher probability for encountering unforeseen obstacles, which could add to costs and schedule delays. If the contingency is approved with this award, the City Manager will report the status of any additional work to the City Council at the end of the project. The bid submitted by Jeff Merrick Construction was reviewed by the Public Works Department, Building & Safety Department and the City Manager's Office and found to be responsive and in conformance with prevailing construction prices. Representatives of agencies where Jeff Merrick Construction has performed work have indicated that the work performed was to their satisfaction. The project was discussed with arepresentative of the firm and he expressed confidence in his bid and a desire to perform the work. TIMELINE Based on discussions withthecontractor, the following tentative timeline is provided for City Council consideration; January 4t' Award of contract January5th Notice to Proceed January 8t" Construction Begins March 8th Construction Complete Attachment 1. Contract between City and Jeff Merrick Construction - e[JprstyC.iiy I//anayer - AGREEMENT The following agreement is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between Jeff Merrick Construction hereinafter referred to as the "CONTRACTOR"and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in the notice; and WHEREAS, City did accept the bid of CONTRACTOR Jeff Merrick Construction and; WHEREAS, City has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for Construction/Remodel of City Hall Offices at the AOMD Facility 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 Construction/Remodel of City Hall Offices at the AOMD Facility in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated December 2000 (The Plans and Specifications) 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 Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Proposal dated December 11, 2000, 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. 3. TERMS OF CONTRACT The CONTRACTOR agrees to complete the work within SIXTY (60) 'calendar days from the date of the notice to proceed. The 'CONTRACTOR agrees further to the assessment of liquidated damages in the amount of five hundred ($500.00) 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 agreement. 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'. Workers' Compensation Insurance: Before beginning work, the CONTRACTOR shall furnish to the City a certificate of 'insurance as proof that he has taken out full workers' 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. The CONTRACTOR, prior to commencing work, shall sign and file with the City a certificationas follows: "I am aware of the provisions of Section 3700 of the Labor Code which requires 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;. I $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 admitted 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; 2 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 the 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 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, within ten (10) days from the date of the notice of award of the Contract, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured 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 Departmentof 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 shalt 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 taborer, workman or mechanic employed for each calendar day or portion thereof, if such taborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any subcontractor under him. 3 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California ApprenticeshipCouncil, properly indentured apprentices may be employed in the performance of the work. 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 CONTRACTOR'S on the public works site are making such contributions. The CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex -officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the CONTRACTOR and any 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 o 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 the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the 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 (°Idemnitees") 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 or employees of the CONTRACTOR, of his subcontractor's 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. The CONTRACTOR will indemnify Indemnitees against and will hold and save Indemnitees 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. In connection therewith: 4 a. The CONTRACTOR will defend any action or actions filed in connection with any such 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 Indemnitees 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 Indemnitees harmless therefrom. C. In the event Indemnitees are 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 hereunder, the CONTRACTOR agrees to pay to Indemnitees and any all costs and expenses incurred by Indemnitees 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. This indemnity provision shall survive the termination of the Agreement and is in addition to any other rights or remedies which Indemnitees may have under the law.' This indemnity is effective without reference to the existence or applicability of any insurance coverageswhich may have been required under this Agreement or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising our of or incident to activities or operations performed by, or on behalf of the Indemnitor regardless of any prior, concurrent, or subsequent active or passive negligence by the Indemnitees. 10.` NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor' Code Section 1735. 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 DECEMBER 11, 2000. 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 this agreement; the prevailing party shall recover its reasonable attorney's fees and costs incurred with respect thereto. 13. TERMINATION: This agreement may be terminated by the City, without cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified in the notice. In the event of such 5 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 executed this Agreement with all the formalities,required by law on the respective dates set forth opposite their signatures. State of California "CONTRACTOR'S" License No. B716452 Jeff Merrick Construction 1110 Hicrest Road Glendora, CA 91741 Date By: NAME TITLE CITY OF DIAMOND BAR, CALIFORNIA By: MAYOR Date ATTEST: By: CITY CLERK Date CONTRACTOR'S Business Phone Emergency Phone at which CONTRACTOR can be reached at any time APPROVED AS TO FORM: CITY ATTORNEY Date 6 DL1MOYU BARIII INFORMATIONFORBIDDERS 1. PREPARATION OF T ORM': 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, 2000 Edition (with all ;supplements).; 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 the 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 cashier's or certified check or by a bidbondin the amount of not less than ten percent .(100) 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 guarantee 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 conform substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed.: 3. ST GNATURE,: - 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. MOD F ATT.NS: 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 forinthe 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 of any bid submitted will 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 THF P opogArS; In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if culled for) do :not in fact add to the total amount shown by the bidder, the correctly added total of the individual items I 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 extend permitted by law. 6.` BTD gls EXAMINATION OF RTTF; IEach 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 contrast, 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 misunderstanding of the contract provisions 7. W THDRAWAT, OF BTDS'. 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. IN4TRANCE AN RONnc': The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and :be an insurer of the 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 I 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 $1,000,000 for one ;person injured in the accidentand: in the amount I of not less than $1,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. 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 (1000) of the estimated aggregate amount of the payment 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 (1000) 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 All bonds used to satisfy the Agency's requirements shall have a current A.M.' Best's rating of not less than A -;VII unless otherwise approved ,by the City. 9 . TNTFRPRPTATTON nF PT AN ANT) DO TJMFNT4 If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the- drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the 'City 'a "written request for an interpretation or correction thereof. The >,person submitting the request will be responsible for its prompt delivery. Anyinterpretation 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 document. 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 DTsnTJAT,TFICATTnN QP PTnnP.Rq: 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. No award will be made to any bidder who cannot give satisfactory assurance -'-as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractoron work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the ;type of work may be sufficient cause for rejection of the bid. 11. INELIGIBLE SUBCONTRACTORS: The Successful bidder shall be prohibited from performing work on this project with a ` subcontractor who is ineligible'to perforin work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12. AWARD OF ONTRArT: 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 ninety (90) 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. 13. ArTRRNATFS 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.: 14� COMPETENCY OF BTDD.RS: 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. No proposal will be considered from a Contractor who is not licensed as an A and/or B contractor at 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. 15 LISTING SUBCONTRACTORS Each bidder shall submit a list of the proposed subcontractors on this project as 'required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 116 of the prime contractor's total bid or: ten thousand dollars ($10,000.00), whichever is greater, mint be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids, The additional information must be submitted by the bidder to the same address 'and in the same form applicable to the initial submission of bid. 16. WORKER'S OM ENSATION: 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 City 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." The form of such 'certificate is included as part of the contractdocuments. 17. BTT) 77FP09TT RFTl r Deposits of three or more low bidders, the number being at the discretion of the City, will be held for sixty (GO)_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. 18. EXECITTION''OFoN�T: The bidder to whom award is made shall executea written contract with the City on the "agreement form provided, and shall secure all insurance and bonds as herein provided withinfive(5) 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 guarantee. 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 re - advertised. 19. "OR RnijAT,,; Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) 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. 20. FMPT,OVMFNT OF APPRF TTCFC,: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the pp 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 employmentof apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exists In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 21. EVTDFNrF OF RFSpo gTRTT TTY; 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. 22 WAr-F RAT.:S; The Contractor and/or subcontractor shall pay wages, as required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general, prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California Copies of the prevailing' rate of per diem wages are on file in'theoffice of the City Clerk and will be 'made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the particular` area, and all overtime shall be paid at the prevailing' rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. The Contractor shall forfeit as penalty to the City of Diamond Bar, twenty-five dollars ($25.00) 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 crate of wages herein referred to and stipulated for any work done 'under the proposed contract, by him; or ;by any subcontractor under him, in violation of the provisions of 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 of the Department of Industrial Relations, Division of Labor Statistics and Research. BIDDER'S PROPOSAL FOR THE OFFICECONSTRUCTION/REMODEL AT SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT IN THE CITY OF DIAMOND` BAR,' CALIFORNIA. Date 20 To the City; Council of the City of Diamond Bar- The Undersigned hereby declares: (a) That the only persons or parties' interested in this proposal as principals are the following;' (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager:- If -a co -partnership, give the name' under which the co partnership does business, and the names and addresses of all co-partners If an individual; state the name under: which the contract is to be drawn.) - (b) That this proposal is made without collusion with any `person, firm or corporation; (c) That he has carefully examined the location of the proposed work and has familiarized himself with the site for physical and climatic conditions and - the proposal, plans, specifications and contract forms, for the work contemplated and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to he 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 madesuch examination and that the proposal' shall be inclusive of any `and ,aL1 work to be completed at the site. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. �__ ,� �.� _ � � __ ._ , �� ._. _� , ri DECLARATION OF ELIGIBILITY TO 'CONTRACT [Labor: Code Section 1777.1; Public Contract Code Section 61091 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California` Labor Code, which prohibit a contractoror subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor' on a public works ,project by virtue of the foregoing provisions of. Sections 1777.1 or 1777.7 of the California Labor Code`or an other provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant :to Section 1777.1 or 1777.7' of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every, public works project shall contain a provision prohibiting a contractor from performing work on ,a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant. to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project `entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a -subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor onthe project shall be returned to the awarding body. The contract shall be responsible for the payment of wages to workers of a,debarred subcontractor who has been allowed to work on the project. 4 The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information mustinclude all construction work `undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current' calendar year prior` to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data which he would `like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. 5 Calendar Years ri or to Current Year 1996 1997 1998 1999 TOTAIL CURRENT YEAR 1. No. of contracts 2. Total dollar amount of contracts '.(:in 100.0's) 3. No. of 'fatalities 4. No. of lost workday cases 5. No. of lost work day cases involving permanent transfer to another ;job or termination ofemployment 6. *No. of lost workdays *The information required ,for these items is the same as"required for columns 3 to 6, Code 10, Occupational Injuries, Summary ->Occupational Injuries and Illnesses,-OSEA No. 102. The above information was complied from the records that are available to me at this time and I declare under penalty' of . perjury that the information is true and accurate within the limitations of these records. Name of Bidder (Print)- Signature Address State Contractors' Lic. No. & class. City Zip Code Telephoner AFFIDAVIT FOR CO-PARTNERSHIP FIRM AFFIDAVIT FOR INDIVIDUAL, BIDDER a BOND No: FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the ("Public Agency"), has awarded to (Name and address of Contractor) ("Principal"), a -contract (the "Contract") for the work 'described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and (Name and 'address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto the Public Agency in the penal sum of Dollars ($ } this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bin ourselves,' our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF 'THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any p rein provided, on the'Principal's part to be tkeptthereofion and performed, made as therein within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless Public Agency, its officers, agents, and others as therein provided,- then this obligation shall become null' and void otherwise, it shall be and remain 'in'full force and effect In case suite is brought upon this bond, Surety ..further agrees to ,pay all court costs and reasonable attorneys' fees in an amount 'fixed by the court. BOND No. PAYMENT BOND (LABOR. AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City") has awarded to Name and address o Contractor ("Principal"), a contract (the '"Contract") for the work described` as follows: WHEREAS,: Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers,,_ mechanics, materialmen, and other persons as_provided' .by law. NOW, THEREFORE, we, the undersigned Principal, and �Ivame =7 address of SuTery) ("Surety") a duly admitted surety insurer under the laws, of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars($ ), this amount being not less than one 'hundred (1000) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves; our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents THE CONDITIONS OF THIS OBLATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs,; executors) administrators, successors, or assigns:, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance' Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to ,give a right of F action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further, agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, < shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the termsof the Contract or, to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2`.) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth. below, the nameofeach corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" °Surety•, By: By Its Its By: By Its Its Notary Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) 'I BOND No BID BOND KNOW ALL PERSONS BY THESE PRESENTS -that: WHEREAS WHEREAS the ('"Public Agency"), has issued and invitation for 'bids for the work described as follows.: WHEREAS Name: and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid NOW, THEREFORE, we, the undersigned Principai, and Name and address of Surety ("Surety") aduly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($ }, being not less than ten percent (100) of the total bid price, in lawful money of the United States of-America,;for the payment :of which sum well and truly "to be made, we bind ourselves, our heirs, executors,' administrators, successors, and assigns, jointly and severally, firmly by these; presents.' THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work ;by Public Agency .and within the time and in the manner required by the bidding specifications, entered into the written form ,;of contract "included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become 'null and void; otherwise, it shall` be and remain in full force and effect. In case suite is brought upon this bond, Surety further agrees to pay all court costs incurred by Public Agency in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil '`Code 2845. NON -COLLUSION AFFIDAVIT TO THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) SS COUNTY ,OF ) being first duly sworn, deposes and says that he or she is of the ,;party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership,;' company association,' organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or, indirectly induced or solicited another bidder to put in a false or ,sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with , any 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 contact or anyone interested in the proposed contract; that all statements contained in the bid 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 data 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 of Bidder STATE OF CALIFORNIA ) ) SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before -me this day of ,20 Notary Public in and for the County, of State of California GENERAL PROVISIONS FOR FOR THE OFFICE CONSTRUCTION/REMODEL AT SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT 1. GENFRAT, CONDITIONS All work shall be done in accordance with the Uniform Building Code (1997 Edition); Standard Specifications for Public Works Construction (2000 Edition and all subsequent supplements),` hereinafter 'referred to as Standard Specifications Plans, Sketches and Spreadsheets herein, Standard Construction Drawings; and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work Sect i nn 2-1Award and Execution of ContrArt is am rrie by thg- fol owi n-g: (a) Examination of Plan,-,, gn ificat-ion 2:2'rial Proyis1nns} and Site of Work: The bidder is required to examine` carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is ''satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract It is mutuallyagreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Prn=osal Form; All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21660 E. Copley Drive, Suite 100, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address . shown. If the -.proposal is made by anindividual, his name and post office address must be shown. If made by a firm or partnership, thenameand 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) RP"Te(-ion of Proj)osa'ls ContaininZ Alterations;, Frasi7rPsnr Trregf laritiP : Proposals may be rejected if they show any alterations or form additions not called for, conditionalor alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidd rl` oiaran ee : All proposals shall be presented under sealed cover and shall be accompanied by; cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (100) of the ;amount named in said proposal, - and no proposal shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. (e) Return of i dd r' s 'Ciiarantees: Proposal guarantees will be.' held until the Contract has been finally executed, after which they will be returned to the respective 'bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, GeneralProvisions and Detail Specifications shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is dulyauthorized to do SO. Sec ion 2-4 Contract Bonds Add the following to the first paragraph: All bonds used to satisfy the Agency's requirements shall have a' current A.M.Best's rating of not less' than A VII unless otherwise approved by`the rCity. Subsection fi lane and Sbecificationg n ral, is amended by the addition of the following: An addendum to these' specifications may be issued by the Deputy' City Manager at any time prior to the bid opening. Section `2-6 Work To P none The following paragraphs shall 'be added following paragraph one: All work which is defective in its construction or deficient in any of the requirements of the Plans and Specifications shall be remedied or removed and replaced by the Contractor in an acceptable manner at his '.own expense. No compensation will be allowed for any work done beyond the lines and grades shown on the Plans or established by the Deputy City Manager. Upon failure on the part of the Contractor to comply with any order of the; Deputy City Manager made under the provisions of this article, the Deputy City Manager and City may cause the defective work to be remedied or removed and replaced at the expense of the contractor.> Any unauthorized or defective work, defective material or workmanship or any unfaithful, or imperfect work that may be. Section 6. (blank) Section 7 Resbons Labor Discrimination. No discrimination shall be madein the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this .section is subject to all the penalties imposed for a violation of, Chapter "11 or Part VII, Division 2 of the Labor Code :in accordance with the provisions of ;Section ,1735 thereof. Subsection 9-3 is modifig-d thp ddition of the following Izara hs Payment for the various items of the 'Bid Schedule, as further specifiedherein, shall include` all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being 'described, as necessary: to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as 'shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including 'all costs of compliance with the regulations of public agencies ,having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational,Safety and Health Administration of the U.S.,Department of Labo(OSHA) No separate payment will be made for any item that is; not specifically set forth in the Bid Schedule, and all costs therefor shall be included' in the prices named in the Bid Schedule < for the various,appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract,' and the adjustment land 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 Deputy City Manager of any ;and all claims or: liability on account of work performed under the Contract or any alterations thereof. rogres�aymentg, 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 proceeding calendar month, based on the contract price less all .previous payments Subject to the provisions of Section 22300 of the Public Contract Code, -a 10 percent (10,0) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings 'shall be directed to the Engineer. 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. 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. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown orr the associated statement of' working days is correct. Progress' payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. - r The Contractor shall submit with its invoice the Contractor's conditional waiver of 'lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material -men for all work and materials included in any prior invoices; Waivers of lien 'shall be in the forms prescribed by California Civil Code Section 3262. Prior to ;final paymentby the City, the Contractor shall submit a final waiver of lien for the. Contractor's work, together with releases of lien from any subcontractor or material -men. Final Payments. After the completion. of the Contract, the Deputy City Manager 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 thirty-five (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 - .Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Duantities and Unit Pricas. All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit prise items on the Bid Schedule are stated only to give an indication of 'the general scope of the work. The City does not expressly, nor by implication, agree that the 'actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease .the quantity of any unit price item :of work, and 'shall have the right to delete any Bid Item in its entirety, or to add additional Bid items.- Subsection tems.Subs ion -4 M a4nremant- and PavmPni 9-4.1 Mobilization and Demobilization - Measurement for payment for; mobilization' and demobilization will be based upon completion of such work as a lump sum, non proratable pay item, and shall require completion of all of the listed mobilization items during the first 25 days; following the Notice to Proceed. Payment for mobilization and demobilization will be made in one payment at the unit 'price named in the Bid Schedule under Item No. 1, which price shall not exceed five thousand dollars ($5,OOD.00), and shall constitute full compensation; for all such work. Payment for mobilization and demobilization will be ~made in .the 'form' of a lump -sum, non-proratable' payment, no part of which will be approved for payment under the Contract until all mobilization items listed herein have been completed' as specified. The scope of the work included under Pay Item No. .1' shall include the obtaining of all bonds, insurance, and permits, moving onto the site of all plant and equipment, and the furnishing and erecting of plants, temporary buildings, and other construction facilities, all as required for the proper performance and completion of the Work. Payment for demobilization will be made as described above for Mobilization` in one full or partial payment at the unit price named in the Bid Schedule under 'Item No. 1, which price shall constitute full compensation for removal and cleanup of said facilities under Mobilization. Any whole orpartial payment remaining for demobilization will be made after cleanup is completed on all work within the contract Mobilization shall include but not of be limited t o the following items: 1. Moving onto the site of all Contractor's plant and equipment required for the first month's operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing and installing' construction water supply. 4. Providing field office trailers' for the contractor, if needed. 5. Providing all on-site communication facilities. 6. Providing all on-site sanitary, facilities and potable water facilities for workers. 7. Furnishing,' installing, erecting, and maintaining all storage buildings or sheds 'required for the temporary, storage of any products, equipment, or materials that have not yet been incorporated into the Work. All such storage facilities shall meet or exceed the material manufacturer's published storage requirements and these Special Provisions,, including any ambient temperature and humidity controls, if recommended by the material manufacturer, and for all security and safety on and about the site of the Work. 8. Arranging for, and erection of, the Contractor's construction and storage yard per Section 7-10, "Public Convenience and Safety," of the Standard Specifications. 9. Obtaining and paying for all required bonds, insurance, and permits 10. Posting all OSHA -required notices, and establishment of OSHA -approved safety programs. 11. Providing a'full-time Contractor's superintendent. 12. Submitting of the required Construction Schedule, as,. specified in Section 6-1,; "Construction Schedule and Commencement of Work," of the Standard Specifications. 13. Submittal of Initial Construction Schedule, embodying all corrections; required by the Engineer, within 25 days of date of Notice to Proceed. No payment for Mobilization can be made until this has been approved and submitted. 14 Fencing of 'storage & laydown areas which is to be removed and disposed of, upon project completion. Demobilization includes removal and cleanup of said facilities under Mobilization. Inaddition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 2-5.3, "Shop Drawings and Submittals" of the Standard Specifications. No`payment `for any of the listed initial mobilization work items will be made until' all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure' to complete all such mobilization items as a lump sum item shall be in addition to the retention of any payment pursuant to the provisions of Public Contract Code 22300, 9-4.2 Traffic Control & Public Safety - Measurement for traffic control & public ''safety will be based upon lump sum price. Payment for traffic control & public safety will be made at the lump sum price named in the Bid Schedule under Item No. ;2, which price shall constitute full compensation for the completion of all planning, design, engineering, furnishing, and construction of all traffic control- including all materials, manpower, equipment, performing all operations, and the removal and disposal of all such traffic control & safety devices. 9-4.3 Public Notification - Measurement for Ipayment for Public - Notification will be based upon lump sum price.'` Payment for public notification will be made at the lump sum price named in the Bid Schedule under Item No. 3, which price' shall constitute full compensation for complying with all applicable State, County and City requirements and any additional public safety requirements which may, arise in notifying the All work shall be completed within sixty (60) working days. A move -in period of seven (7) calendar days will be allowed starting on the date in the 'Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move -in period, whichever occurs first. The Contractor shall utilize the move -in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay, once the Contractor commences work. The Contractor shall notify the Deputy City Manager at least seven (7) calendar days prior to the start of work. Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. CHANGES TN TRF WORK Subsection 3-2.1 of the Standard Specifications is supplemented by the - following: Notwithstanding the limitation imposed by this Subsection, the Deputy City Manager, may, with City Council approval, order changes in the work which increase the contract cost by not more than -ten percent ('100) of the original contract amount. CONTRACTOR'S INDUSTRIAL RAFRTY-RPrORn All bidderswill be required to submit information ,as to their industrial safety record on the form provided in the Bid ,Proposal. A review of this safety record will be made prior to a determination of shelowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION S HFDTTT F In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the Deputy City Manager ten (10) calendar days prior to -the start of work. No work shall be done until the Deputy City Manager and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDq Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the Agency with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan.certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications. Formal acceptance of the project by the ` Agency `terminates the Agency's interest in the bargaining agreement or other contract or understanding, a notice,, to be provided by the Agency, advising ,the. said labor union or worker's representative of the Contractor's commitments' under this section. f. The Contractor' shall maintain and permit access by the Agency to records of employment, employment advertisements, application forms and other pertinent' data and records of the Contractor's own work ,force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g. Within ten (10) days after execution of the Contract by the Agency, the Contractor shall meet the following standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the Agency provides for a greater time period: (1) File with the Agency an Affirmative Action Plan indicating ;the steps it will take to encourage and assist qualified members of minority groups. Such . affirmative: action will include` statements regarding recruitment, employment,' compensation, promotion or demotion, and selection for training (2)- Provide evidence as required by the Agency, that it has notified in writingall subcontractors, the Contractor's supervisors and other personnel- officers of the content of this EEO section an their responsibilities under it. (3) provide evidence, as required by the Agency, ,that it has notified in writing all sources of employee referrals (including, but not limited to, unions employment agencies and the State Department of Employment Development) of the content of this EEO section. (4) Notify the Agency in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h. If the Agency has reason to believe that the Contractor or a subcontractor may have committed, a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this 'project, the Agency will cause written notice to be .served on the Contractor or its representative, and to any subcontractor involved insuchviolation. The notice shall set forth the natureof the violation. Upon the Agency's request, the Contractor shall meet with representatives of the Agency in order to determine the means of correcting the violation and the time period within r which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to 'remedy the violation;. the Agency may notify, the Fair Employment Practices Commission and pursue any other remedies which may be available under the 'law. i. The Contractor shall include the provisions of the foregoing paragraphs la through lh in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisoes, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI -DISCRIMINATION a. The Contractor certifies and agrees that all persons employed by the "Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by `the Contractor without regard to or because of 'race color, sex, religion, ancestry or national origin and in compliance with State and Federal anti -discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and 'vendors without regard to or because of race, color, sex, religion,_, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions'' when so requested by the City. b. The Contractor specifically recognizes and ;agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the: City may determine to cancel, terminate or suspendthe Contract. While the City reserves the right to determine individually that the anti -discrimination provisions of the Contract have been violated, in addition a determination by the California Fair` Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti- discrimination laws shall constitute'a finding by the City that the Contractor has violated the anti- discrimination provisions of the Contract C. At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti -discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as :a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages' sustained by reason of any such violation, because, from the circumstances and the nature of the LINE CODE ITEM QTY COST TOTAL 1 1 DRYWALL & INSULATION (TOTAL COST) 0.00 2 DEMISING PARTITION 0.00 3 CORRIDOR PARTITION 0.00 4 INTERIOR PARTITION 0.00 5 1 HR PARTITION 0:00 6 COMPARTMENTALIZED PARTITIONS 0.00 7 COLUMN FURRING 0:00 8 LOW WALL - NO CAP 0.00 9 LOW :WALL - 'WOOD CAP 0.00 10 MULLION CONNECTIONS 0.00 11 INSULATION ' 0.00 12 FILL IN DOORWAY 0.00 13 REFRAME DOOR OPENINGS 0.00 14 CUT IN DOORS 0.00 15 SOFFITS & CEILINGS 0.00 16 HARD LID @;CORRIDOR EXTENSION 0.00 17 SKIM COAT EXISTING WALLS 0.00 18 PATCH & REPAIR 0.00 19 OVERTIME WORK 0.00 2D_ 0.00 21 0.00 22 1 2 DOORS/FRAMES/HARDWARE (TOTAL COST) 0.00 23 "' SINGLE RATED ENTRY DOOR (SOLID CORE) 0.00 24 SINGLE RATED INT. DOOR (SOLID CORE) W/ WIRE GLASS, WINDOW 0.00 25 SINGLE NON -RATED INTERIOR DOOR (SOLID CORE) 0.00 - 26 LATCHSET 0.00 27 LOCKSET 0.00' 28 DOUBLE NON -RATED INTERIOR DOOR (SOLID CORE) 0.00 29 DOUBLE RATED ENTRY DOOR (SOLID CORE) 0.00 30 DOOR FINISH OR REPAIR 0.00 31 RELOCATION 0.00 32 . CLOSER 0.00 33 LUMP : SUM 0.00 34 0.00 35 0.00 36 0.00 37 3 GLASS & GLAZING (TOTAL COST) 0.00 38 INTERIOR WINDOWS IN TIMELY FRAMES 5'H x 41W X 1/4" 0.00 39 - GLASS" WALLS AND DOORS AT CONFERENCE ROOM 0.00 40 9'H X 2'W X 1/2" GLASS WITH FRAME (SIDE LITE) 0.00 41 HALF WALL/HALF 1/4" GLASS 0.00 42 HALF WALL/HALF 3/8" GLASS 0.00 43 RATED GLASS 0.00 44 MIRRORS 0.00 45 RELOCATE EXISTING 0.00 46 LUMP SUM 0.00 47 0.00 48 0.00 49 0.00 50 0.00 51 0.00 52 0.00 53 0.00 54 4 CEILING (TOTAL COST) Qi00 55 NEW 2'X2' ARMSTRONG CORTEGA "TEGULAR MENATONE" TILE 0,00 56 NEW T -BAR GRID 0:00 57 IREPAINT EXISTING T -BAR GRID & TILES 0,00 LINE CODE ITEM 7 QTY COST TOTAL '- 58 4 CEILING (CON'T) 59 REWORK T-BAR FOR H.V.A.C. 0.00 60 REWORK T-BAR FOR LIGHTS 0.00 61 CEILING TILE - RELOCATE 0.00 62 COMPRESSION STRUTS 0.00 63 INSULATION 0.00 64 WALL ANGLE, 0.00 65 T-BAR PATCH 0.00 66 MISC. PATCH 0.00 67 ESTIMATED TILE REPLACEMENT 0.00 68 WASHABLE CEILING TILE FOR CAFETERIA 0.00 69 0.00 70 0.00 71 000 72 5 ELECTRICAL (TOTAL COST) 0.00 73 2 X 4 PARABOLIC'FIXTURF, DIMMABLE BALLAST,;LITHONIA 0,0 74 8" COMPACT ,FLOURESCENT,DOWNLIGHT, LITHONIA 0.00 75 2 X 4 PRISMATIC FIXTURE MASTER/SLAVE 0.00 76 2 X' 4 LIGHT FIXTURE 0.00 77 LIGHT FIXTURE - RELOCATE 0.00 78 LIGHT SWITCH - DOUBLE 0.00 79 LIGHT SWITCH - SINGLE 0.00 80 LIGHT SWITCH -'3 WAY 0.00 81 LIGHT SWITCH - DIMMER 0.00 82 110V DUPLEX OUTLET 0.00 83 120 V. DEDICATED OUTLETS 0.00 84 4 PLEX DEDICATED OUTLETS 0.00 85 110 V. 20 AMP DEDICATED - GFI 0.00 86 4 PLEX OUTLETS 0.00 87 LOW WALL DUPLEX OUTLET 0.00 88 LOW WALL QUADRAPLEX OUTLET0.00 89 DEMO 0.00 90° INSTA HOT 0.00 91 BATTERY EXIT SIGN 0.00 92 EXIT SIGN RELOCATE 0.00 93 6 GALLON WATER HEATER POWER 0.00 94 TEL/DATA STUB UP 0.00 95 TEL/'DATA LOW WALL STUB 'UP 0:00 96 GARBAGE DISPOSAL OUTLET 0.00` 97 2" PHONE HOME RUN 0;00, 98 FINISHED TELEPHONE BACKBOARD 0:00 99 2 GANG,SWITCH 0.00 100 ENERGY MGT SWITCx 0.00 101 SYSTEM SMOKE DETECTOR 0.00 102 DEMO & DISPOSE OF 'EXISTING FIXTURE 0,00 103 DEMO & MAKE SAFE 0.00 104 CUT-IN DEVISE 0.00 105 LIGHTr LENSES 0.00 106 FIRE ALARM PERMIT & DWGS 0.00 107 RELAMP BURNT BULBS 0.00 108 NEW 200 AMP -- PANEL 0.00 109 CUT-SN DUPLEX , 0.00 110 LUMP SUM 0!.00 111, ENGINEERED DRAWINGS 0-:00 112 PERMIT ESTIMATE 0.00 113 0.00 114 115 0.00 O.OD LINE , CODE ITEM i QTY COST TOTAL 116 6,' H.V.A.C. (TOTAL COST) 0.00 117 - CEILING DIFFUSER - NEW SUPPLY 0.00 118 CEILING DIFFUSER - NEWRETURN0.00 119 NEW, RETURN GRILLES, NONDUCTED 0.00 120 RELOCATE EXISTING S.A.G. 0.00 ". 121 NEW RETURN GRILLES, DUCTED 0.00 122 DEMO- 0.00 123 TENANT DISTRIBUTION - REWORK 0.00 124 NEW INTERIOR ZONE VAV 0.00 125 THERMOSTAT' - NEW 000 126 THERMOSTAT` - RELOCATE 0.00 127 RESET EXISTING SUPPLY/RETURN = NEW CEILING 0.00 128 RELOCATE EXISTING R.A.G. - 0,00 129' AIR BALANCE 0.00 130 HVAC - LUMP SUM 0.00 131' MINOR DEMO 0.00 132 ROOF PLATFORM 0.00 133 ROOF' PATCH 0.00 134 CONDENSATE LINE 0.00 135 CAFETERIA EXHAUST FAN - NEW 000 136 CAFETERIA EXHAUST FAN - RELOCATE/REPAIR 0.00 137 ENGINEERED DRAWINGS 0.00 138 PERMIT ESTIMATE 0.00 139 0.00 140 0.00 14} 0.00 142 0.00 143 7 PLUMBING (`TOTAL COST) 0.00 144 SINK - NEW 0.00 145 DEMO 0.00 146 WATER HEATER - NEW 000 147 GARBAGE DISPOSAL - NEW 0.00 148 WATER LINES - TENANT COFFEE/FILTER 0.00 149 ROUGH -IN & CONNECT DISHWASHER' 0.00 150 WATER CLOSET - NEW 0.00 151 WATER CLOSET - REPAIR 0.00 152 H.C. WATER CLOSET 0.00 153 LAVATORY - NEW 0..00 154 LAVATORY - REPAIR 0.00 155 WATER LINES FOR TENANT FILTER 0.00 ' 156 3" WASTE OR VENT 0.00 157 2" WASTE & VENT 0.00 158 WATERLINE 0.00 ' 159 CONDENSATE LINE FOR NEW A/C 0.00 160 CHECK FOR HANDICAPPED REQUIREMENTS 0.00 161 SINK'.- RELOCATED 0.00 162 SHOWERS - GYM 0.00 163 H.C. SHOWER - GYM 0.00` 164 ENGINEERED' DRAWINGS 0.00 165 PERMIT ESTIMATE 0.00 166 0.00 167 0.00 168 0:00 169 0.00 170 171 8 FIRE SPRINKLERS (TOTAL COST) 0.00 0.00 172 173 1 HEADS - NEW 0.00 1 0.00 CONSTRUCTION COST ESTIMATE - REMODEL Page 4 DATE: 12/04/00 TENANT 0.00 OWNER/MANAGER: PROJECT #: 0.00 JOB ADDRESS: SQ.FT.: 0.000.00 LINE CODE ITEM QTY COST TOTAL 187 174 8 FIRE SPRINKLERS (CON'T) 0.00 0.00 LIFE SAFETY SMOKE DETECTORS -NEW 175 HEADS - RELOCATE 189 0.00 000 176 ESCUTCHEON PLATE ENGINEERED DRAWINGS 0.00 191 177 FIRE EXTINGUISHER - WALL HUNG 0,00 000 178 FIRE EXTINGUISHER - SEMI -RECESSED 193 000 0,00 179 HYDRO TEST" 0.00 195 180 ENG INEERED.DRAWINGS 0.00 0.00 10 WINDOW COVERING (TOTAL COST) 181 PERMIT ESTIMATE 197 WINDOW COVERING - NEW LEVELOR HORIZONTAL MINI -BLINDS 0.OO 182 0.00 183 0.00 184 0.00 185 9 LIFE SAFETY (TOTAL COST) 0.000.00 186 LIFE SAFETY SPEAKERS - .RELOCATE 0.00 187 LIFE SAFETY SPEAKERS - NEW 0.00 188 LIFE SAFETY SMOKE DETECTORS -NEW 000 189 LIFE SAFETY SMOKE DETErTORS-RELOCATE 000 190 ENGINEERED DRAWINGS 0.00 191 PERMIT ESTIMATE 0,00 192 193 0,00 194 0.00 195 0.00 196 10 WINDOW COVERING (TOTAL COST) 0:000.00 197 WINDOW COVERING - NEW LEVELOR HORIZONTAL MINI -BLINDS 0.OO 198 WINDOW COVERING'- REPAIR 0.00 199 WINDOW COVERING - RELOCATE 0:00 200 WINDOW COVERING:- CLEAN 0.00 201 202 0.00 203 0.00 204 0.00 205 0.00 206 0.00 207 0.00 208 11 MILLWORK (TOTAL COST) 0.000.-00 209 PLASTIC LAMINATE BASE - NEW, WILSONART 0:00 210 PLASTIC LAMINATE BASE - REPAIR 211 PLASTIC LAMINATE - UPPER - NEW, WILSONART 0:00 0.00 212 PLASTIC LAMINATE - UPPER - REPAIR 213 PLASTIC LAMINATE UPPER & LOWER CABINETS - NEW, WILSONART 0.00 0.00 214 PLASTIC LAMINATE'- LOWER - NEW, WILSONART 0.00 215 PLASTIC LAMINATE - LOWER - REPAIR 216' PLASTIC LAMINATE - RELOCATE 0.00 217 0.00 218 0.00 219 0.00 220 0.00 221 0.00 222 0.00 223 12 WALL FINISHES (TOTAL COST) 0.00 224 PAINT WALLS - FLAT', 'GLIDDEN. 0.00 225 PAINT WALLS-- EGGSHELL,-GLIDDEN- 0.00 226 PAINT WALLS - EGGSHELL, "DURON" 0.00 0.00 227 REMOVE W/C & OIL. PRIME 0.00 228 STAIN LOW WALL CAP 229 RELOCATE WALLCOVER=NG 0.00 231 NEW VINYL WALLCOVERING-KEY WALLCOVERINGS, BOLTA BASICS- 0 00 0.00 231 NEW POLYOLEFIN WALLCOVERING-DESIGNTEX, ROUTE 1, VOL. 1 000 CONSTRUCTION COST ESTIMATE - REMODEL Page 5 DATE: 12/04/00 TENANT OWNER/MANAGER: PROJECT #: JOB ADDRESS`. SQ.FT.: LINE CODE ITEM QTY COST TOTAL 232 12 WALL FINISHES (CON'T) 0.00 233 STAIN DOOR 0.00 234 SEAL WALLS FOR WALLCOVERING O 00 235 REMOVE WALLCOVERING &`PRIME 0.00 236 TOUCH UP CEILING AT CORRIDOR 237 CERAMIC; GLAZED 0.00 WALL TILE, 4-1/4"X4-1/4", DAL -TILE 000 238 GROUT, LATICRETE 239- WALL PANEL FABRIC -GUILFORD OF MAINE, "GRILLE" 0.00 0.00 240 STAIN SBASE WHERE NECESSARY 241 0.00 242 0.00 243 0.00 244 0.00 245 0.00 246 13 FLOOR COVERING (TOTAL COST) 0.00 247 CARPET - NEW, HARBINGER, GRAPHIC LOOP 0.00 0.00 248 CARPET - RELOCATE & PATCH 249 BORDER WORK 0.00 250 RUBBER TOPSET 4' HIGH BASE - NEW, COVED "ROPPE" 0.00 000 251 GLAZED CERAMIC COVE BASE, 4-1/4"X4-1/4", DAL -TILE 000 252 _ VCT FLOOR TILE -'NEW, ARMSTRONG, 12"X12"Xl/8" 0.00 253 VCT FLOOR TILE - NEW, MANNINGTON, 12"X12"X1/8^ 0.00 254 VCT FLOOR TILE -'REPAIR 255 VCT FLOOR TILE - CLEAN 0.00 - 256 SEALED CONCRETE, STAIN 0.00 257 CERAMIC UNGLAZED FLOOR TILE, 2"X2", DAL -TILE 0:00 258 0,00 259 GROUT, HYDROMENT RESILIENT RUBBER ATHLETIC FLOORCOVERING, TUFLEX 0,00 260 RESILIENT RUBBERrATHLETIC FLOORCOVERING, JOHNSONITE 0.00 261 QUARRY TILE - NEW, 6"X6", DAL -TILE 0.00 262 MEDINTECH SHEET VINYL FOR CAFETERIA 0.00 0.00 263 RUBBER TREADS, RISERS &` STAIR =NOSING, JOHNSONITE 264 0.00 RUBBER FLOOR MAT 265 FLOOR PREPARATION & PATCH 0.00 266 0.00 267 0.00 268 0.00 269 0.00 0.00 270 271 14 DEMO (TOTAL COST) 0.00 272 WALLS, FULL HEIGHT 0`00 273 WALLS, 9'6" HIGH 0.00 274 WALLS,. LOW 0.00 275 CLO TILE & GRID 0.00 276 H.V.A.C. - DISTRIBUTION 0.00 277 H.V.A.C. - ROOF UNIT 0.00 278 DOORS/HARDWARE 0;00 279 FLOORING 0.00 280 HARD ,LID CEILING 0.00 2811 GLAZING 0.00 282 WINDOW COVERING 0.00 283 0.00 284 0.00 285- 0.00 286 0.00 287 D.00 288 0.00 289 0.00 0.00 LINE CODE ITEM AL QTY COST TOT OT 290 ' 15-` MISC (TOTAL COST) 0.00 291 292 0.00 293 0.00 294 0.00 295 0.00 296 16 HOME DEPOT SPECIFIC FINISHES (TOTAL COST) 0.00 0.00 297 MANUAL SCREEN, DA-LITE, "LEXINGTON', 6' X 8' 0.00 298 FLUSH MNTD. CORNER GUARDS, BALCO METALINES #CGF-3 0.00 299 MARKER BOARD, 4'X8' CLARIDGE SERIES 4 000 300 ICE CUBE MACHINE, MANITOWOC, SERIES 450, J MODEL 0.00 301 CABLE-GARD CORD REELS, COUSE-HINDS 0.00 302 303 0.00 304 0.00 305 17 ENGINEERING (TOTAL COST) 0,000.00 306 H.V.A.C. 0.00 307 ELECTRICAL 0.00 308 SPRINKLER 309 PLUMBING 0.000.00 310 FIRE LIFE SAFETY 311 O � 312 0.00 313 0;00 314 18 CLEAN UP '(TOTAL COST) 0.00 315 DAILY 'CONSTRUCTION CLEAN UP 0.00 316 FINAL DETAIL CLEAN UP O 00 .317..' 0.00 318 0.00 319 19 REIM(TOTAL COST) 0.00BURSABLES 0.00 320 PERMIT 321 BLUEPRINTS 0.00 0.00322 323 0.00 324suBTOTAL 0.00 325 0.00 326 327 20 GENERAL CONDITIONS (TOTAL COST) 0.00 328 SUPERVISION 329 PHONE, TRUCK & MISC EXP 0.00 330 DUMPSTERS 0.00 331 . 0.00 _332 0.00 333 21 CONTRACTORS FEE 0. 00 334 0.00 335 336 337 TOTAL 338 SPACES FEES AND REIMBURSABLES 0.00 339 0.00 340 341 SUBTOTAL 342 0.00 343 344 GRAND TOTALO.00 -71 345 COST PER SQUARE FOOT 346 347 aa® ■moo �C�®C��s�aaaw CITY OF DIAMOND BAR FINISHES Carpet: Shaw Commercial — Ripple, #50881 — 81515, Shore VCT: Armstrong # 51810 WashedLinen Base: Burke #674 Carmine Gray Paint 1: Frazee '# CW 070 Plum black ashes Paint 2: Frazee #CW 8692W Bauhaus Buff (accent at soffits) Paint 3: Frazee #CW 8834M Faux Marble (accent at exterior walls of private offices) Optional stone flooring: Technolito by Spec Ceramic Fieldstone: Mondariz, 18x18 matte finish Accent stone: Emerald,' polished finish Grout: Custom Building Products, #19 Pewter Plastic laminates: 1) Face color at general areas and back of plan check counters: Nevamar #SH -7-1T, Flaxen Shibori 2) Counter top surface at general areas (break room & stoNcopy): Laminart #5006-T, Touchstone Terra Cotta 3) Counter top and front face of plan check counters` Nevamar #LD -6-1 T, Black Lodestone 4) Diamond inset at front face of Plan check counters: Formica #5904-43, Wild Cherry 5) Inset at front face of plan check counters: Pionite #WX041-S, Anigre 6) Inset medallion detail at front face of plan check counter: Formica #2171, double brushed aluminum. F2-1 PLAN CHECK LOBBY STONE LAYOUT (OPTION 1) 18X18 TILE 6X6 TILE SIT-DOWN COUNTER A ROSETTE W/ 1/2" BLACK FNISH REVEALS. (TYP.) n ELEVATION AT PLAN CHECK COUNTER ELEV-1 IEVATION AT PLAN CHECK COUNTER _EV -1 CITY OF DIAMOND BAR NOTICE OF PUBLIC MEETING AND AFFIDAVIT OF POSTING STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES) SS: CITY OF DIAMOND BAR The Diamond Bar City Council will hold a Special Meeting at 10:00 a.m. at the South Coast Air Quality Management District (SCAQMD), at 21865 E. Copley Drive,, Diamond Bar, California on January 4, 2001. I, Tommye Cribbins declare as follows: I am the Asst. City Clerk in the City of Diamond Bar, that a copy of the agenda for the Special Meeting to be held on January 4, 2001 was posted at the proper locations. 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 2nd day of January, 2001, at Diamond Bar, California. /s/ Tommye Cribbins Tommye Cribbins, Asst. City Clerk City of Diamond Bar