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