HomeMy Public PortalAboutA 2016-03-01 CCThis Agenda contains a brief general description of each item to be considered. Copies of the Staff
reports or other written documentation relating to each item of business referred to on the Agenda are on
file in the Office of the City Clerk and are available for public inspection. Any person who has a question
concerning any of the agenda items may call the City Manager at (310) 603 -0220, ext. 200.
Procedures forAddressing the Council
IN ORDER TO EXPEDITE CITY COUNCIL BUSINESS, WE ASK THAT ALL PERSONS WISHING TO
ADDRESS THE COUNCIL FILL OUT A FORM PROVIDED AT THE DOOR, AND TO TURN IT IN TO
THE CITY CLERK PRIOR TO THE START OF THE MEETING. FAILURE TO FILL OUT SUCH A FORM
WILL PROHIBIT YOU FROM ADDRESSING THE COUNCIL IN THE ABSENCE OF THE UNANIMOUS
CONSENT OF THE COUNCIL.
AGENDA
ITEMS ON FILE FOR CONSIDERATION
AT THE REGULAR MEETING OF
THE LYNWOOD CITY COUNCIL
TO BE HELD ON
MARCH 1, 2016
COUNCIL CHAMBERS
11330 BULLIS ROAD, LYNWOOD, CA 90262
6:00 P.M.
EDWIN HERNANDEZ
MAYOR
AIDE CASTRO
MAYOR PRO -TEM
MARIA TERESA SANTILLAN -BEGS
COUNCILMEMBER
CITY MANAGER
J.ARNOLDO BELTRAN
CITY CLERK
MARIA QUINONEZ
OPENING CEREMONIES
CALL TO ORDER
FEB 2 5 2016
CITY OF LYNWOOD
ITY CLERKS OF; ICr-
SALVADOR ALATORRE
COUNCILMEMBER
JOSE LUIS SOLACHE
COUNCILMEMBER
CITY ATTORNEY
DAVID A. GARCIA
CITY TREASURER
GABRIELA CAMACHO
2. CERTIFICATION OF AGENDA POSTING BY CITY CLERK
3. ROLL CALL OF COUNCIL MEMBERS
Salvador Alatorre
Maria T. Santillan -Beas
Jose Luis Solache
Aide Castro
Edwin Hernandez
4. PLEDGE OF ALLEGIANCE
5. INVOCATION
6. PRESENTATIONS /PROCLAMATIONS
• Business of the Month
• Leticia Vasquez, Director of Central Basin Municipal Water District
• Sheriff Captain Carter — Update on Law Enforcement Issues
• City Council Members Reporting on Meetings Attended (Gov. Code Section
53232.3 (D)).
COUNCIL RECESS TO:
• CITY OF LYNWOOD AS THE SUCCESSOR AGENCY TO THE LYNWOOD
REDEVELOPMENT AGENCY
• LYNWOOD HOUSING AUTHORITY
• LYNWOOD PARKING AUTHORITY
PUBLIC ORAL COMMUNICATIONS
(Regarding Agenda Items Only)
NON - AGENDA PUBLIC ORAL COMMUNICATIONS
THIS PORTION PROVIDES AN OPPORTUNITY FOR THE PUBLIC TO ADDRESS THE
COUNCIL ON ITEMS WITHIN THE JURISDICTION OF THE COUNCIL AND NOT
LISTED ON THE AGENDA. IF AN ITEM IS NOT ON THE AGENDA, THERE SHOULD
BE NO SUBSTANTIAL DISCUSSION OF THE ISSUE BY THE COUNCIL, BUT
COUNCIL MAY REFER THE MATTER TO STAFF OR SCHEDULE SUBSTANTIVE
DISCUSSION FOR A FUTURE MEETING. (The Ralph M. Brown Act, Government Code
Section 54954.2 (a).)
CITY COUNCIL ORAL AND WRITTEN COMMUNICATION
EDWIN HERNANDEZ, MAYOR
AIDE CASTRO, MAYOR PRO TEM
SALVADOR ALATORRE, COUNCILMEMBER
MARIA T. SANTILLAN -BEAS, COUNCILMEMBER
JOSE LUIS SOLACHE, COUNCILMEMBER
CONSENT CALENDAR
All matters listed under the Consent Calendar will be acted upon by one motion affirming the
action recommended on the agenda. There will be no separate discussion on these items prior to
voting unless members of the Council or staff request specific items to be removed from the
Consent Calendar for separate action.
8. MINUTES FROM PREVIOUS MEETINGS:
Regular Meeting — January 19, 2016
9. APPROVAL OF THE WARRANT REGISTER
Comments:
City of Lynwood warrant register dated March 1, 2016 for FY 2015 -2016. (FIN)
Recommendation:
Staff recommends that the City Council approve the warrant register.
10. RESCINDING CONSTRUCTION CONTRACT AWARD PEDESTRIAN SAFETY
IMPROVEMENT PROJECT, PROJECT NO. 4011.67.913, FEDERAL PROJECT NO.
HSIPL 5250 (025)
Comments:
On December 1, 2015, the City Council awarded a contract to CEM Construction for the
Pedestrian Safety Improvement Project. And part of the contract is for the contractor to
abide by the State Department of Transportation (State) requirements.
As such, on January 7, 2016, staff met with the contractor to verify that all required forms
are included in the contract documents. Three State required forms were missing from
the document package. Staff then requested from the contractor to provide the required
documents prior to submitting the Award Package to the State. Since this is a federally
funded project, the State will not allow the contractor to proceed with the construction on
the project in the absence of these forms.
To date, CEM Construction has not submitted the missing and required documents. And
on February 11, 2016, the City received an email from CEM Construction requesting to
withdraw its bid for the Pedestrian Safety Improvement Project. (PW)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, RESCINDING
THE AWARD OF CONTRACT TO CEM CONSTRUCTION CORP. AS THE LOWEST
RESPONSIBLE BIDDER IN THE AMOUNT OF $233,850 AND REJECT ALL BIDS FOR
THE PEDESTRIAN SAFETY IMPROVEMENT PROJECT; PROJECT NUMBER
4011.67.913, FEDERAL PROJECT NO. HSIPL 5250 (025) AND AUTHORIZING STAFF
TO RE- ADVERTISE THE PROJECT AND SOLICIT NEW BIDS'.
11. FUND APPROPRIATION FOR SIDEWALK IMPROVEMENT PROJECT, PROJECT NO.
4011.68.022
Comments
Every year, the City receives funds from the Los Angeles Metropolitan Transportation
Authority (MTA), through the Transportation Development Act (TDA) for sidewalk
improvements. For the last three fiscal years, funds have been carried over from FY 12-
13, 13 -14, 14 -15 for this fiscal year to provide improvements on sidewalks throughout the
City. (PW)
Recommendation:
Staff recommends that the City Council adopt the following resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AUTHORIZING
THE APPROPRIATION OF $64,729 FROM THE UNAPPROPRIATED
TRANSPORTATION DEVELOPMENT ACT, ARTICLE 3 FUNDS TO THE SIDEWALK
IMPROVEMENT PROJECT, PROJECT NO. 4011.68.022."
12. APPROVAL OF A SUBSTANTIAL AMENDMENT TO THE HOUSING AND URBAN
DEVELOPMENT (HUD) FISCAL YEAR 2015 -2016 (FY16) CONSOLIDATED ANNUAL
ACTION PLAN AND USE OF COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
FUNDS
Comments:
On May 5, 2015, City Council allocated $629,983 in CDBG funds for the Section 108
Loan Repayment activity, as part of the FY16 Consolidated Annual Action Plan. In June
of 2015, the City of Lynwood paid off its Section 108 Loan, therefore $629,983 becomes
available upon deletion of this activity. Staff proposes to utilize $629,983 in CDBG funds
for eligible residential street improvements. (DCE)
Recommendation:
Staff recommends that City Council after review and consideration:
1. Approve a Substantial Amendment to the HUD FY16 Consolidated Annual Action
Plan and use of Community Development Block Grant for Fiscal Year 2015 -2016;
and
2. Adopt the attached resolution entitled: "A RESOLUTION OF THE CITY COUNCIL OF
THE CITY OF LYNWOOD APPROVING A SUBSTANTIAL AMENDMENT TO THE
FISCAL YEAR 2015 -2016 (FY16) CONSOLIDATED ANNUAL ACTION PLAN TO
DELETE THE FY16 SECTION 108 LOAN REPAYMENT ACTIVITY; AND ADD THE
FY16 RESIDENTIAL STREET IMPROVEMENT ACTIVITY ".
13. APPROVAL OF A CONTRACT WITH CANNON TO COMPLETE THE SITE PLANS;
UPDATE SPECIFICATIONS AND PROVIDE BIDDING AND CONSTRUCTION
SUPPORT
Comments
The City of Lynwood's Water Division currently utilizes a 1993 vintage Supervisory
Control and Data Acquisition (SCADA) system to assist Public Works' staff in operating
and managing the various facilities of the City's water infrastructure system. Given its
age and current wear, the system is in need of a major upgrade and should be replaced.
The new SCADA system will allow staff to monitor and control the operation of the City's
water system 2417 on -site or remotely. (PW)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO CANNON CORPORATION IN THE AMOUNT NOT -TO- EXCEED
$105,017 TO PREPARE SITE PLANS; UPDATE SPECIFICATIONS; AND PROVIDE
SUPPORT DURING BIDDING AND CONSTRUCTION FOR THE DESIGN OF THE
SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM FOR THE
CITY'S WATER INFRASTRUCTURE SYSTEM, (CIP NO. 4011.67.897); AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT ".
14. CLAIM FOR DAMAGES BY ALLSTATE A/S /O MARGARITA AMADOR
Comments:
On January 5, 2016, Allstate Insurance filed a claim for damages alleging property
damage due to a tree branch that fell onto their insured's ( Amador) on November 16,
2015. The vehicle was parked in front of 2941 Las Flores Boulevard. Their insured's
vehicle (2001 Toyota Tacoma) sustained property damage in the amount of $1,927.39.
(HR)
Recommendation:
Staff recommends that the City Council accept the claim of Allstate a /s /o Margarita
Amador v. City of Lynwood for $1,927.39.
15. PROJECT ACCEPTANCE - TRAFFIC SIGNAL IMPROVEMENT PROJECT VARIOUS
LOCATIONS, PROJECT NO. 4011.67.988
Comments
On October 2, 2012, the City Council awarded a contract to Steiny and Company, Inc., in
the amount of $536,306.37 for the Traffic Signal Upgrade Improvement Project, Project
No. 4011.67.988. The City Council approved a contract change order in the amount of
$56,382.93. All construction work on the project is now complete. The final project cost
for this project is $592,689.30. The Traffic Signal Upgrade Project was funded with Water
funds, Proposition C and Measure R funds and is now ready for acceptance by the City
Council. (PW)
Recommendation:
Staff recommends that the City Council consider the attached resolution entitled: A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING
THE TRAFFIC SIGNAL IMPROVEMENT PROJECT, PROJECT NO. 4011.67.988, AS
BEING COMPLETE, AUTHORIZING THE DIRECTOR OF PUBLIC WORKS /CITY
ENGINEER TO PROCESS THE RECORDATION OF THE NOTICE OF COMPLETION ".
16. AUTHORIZATION AND DESIGNATION OF CITY MANAGER OR HIS DESIGNEE TO
EXECUTE ALL DOCUMENTS RELATIVE TO THE CALHOME GRANT PROGRAM
Comments
HCD awards CalHome grants to eligible cities and organizations for activities that support
homeownership programs aimed at low- and very low- income households. The intent of
the CalHome Program is to increase homeownership, encourage neighborhood
revitalization and sustainable development, and maximize use of existing homes. On
March 22, 2011, the former Lynwood Redevelopment Agency (LRA) received a
$1,000,000 CalHome grant from the California Department of Housing and Community
Development (HCD). On January 31, 2012, due to the dissolution of the LRA, the
Lynwood Housing Authority assumed responsibility for LRA housing assets and
functions, including the CalHome grant, pursuant to City Resolution No. 2012.023 and
Housing Authority Resolution No. 2012.001. (DCE)
Recommendation:
Staff respectfully requests that after review and consideration, Lynwood City Council and
Lynwood Housing Authority Board Members approve and adopt the attached resolution
entitled: " A JOINT RESOLUTION OF THE CITY OF LYNWOOD AND THE LYNWOOD
HOUSING AUTHORITY HEREBY AUTHORIZING THE CITY MANAGER OR HIS
17
AUTHORIZED DESIGNEE TO EXECUTE APPLICATIONS, STANDARD
AGREEMENTS, AMENDMENTS AND ANY RELATED DOCUMENTS NECESSARY TO
PARTICIPATE IN THE CALIFORNIA STATE DEPARTMENT OF HOUSING AND
COMMUNITY DEVELOPMENT (HCD) CALHOME PROGRAM ".
FERNWOOD AVENUE & BULLIS ROAD TRAFFIC SIGNAL IMPROVEMENT PROJECT
PIGGY BACK OFF L.A. COUNTY TRAFFIC SIGNAL CONSTRUCTION, PROJECT,
2015 -16
Comments:
In 2015, the City built the new Linear Park along Fernwood Avenue from Atlantic Avenue
to Ernestine Avenue. The construction of the park created additional vehicle movements
and pedestrian movements on a daily basis. The intersection of Fernwood Avenue and
Bullis Road has exceeded its capacity to through traffic, turning movements and heavy
pedestrian traffic generated by the new park.
Therefore, the intersection of Fernwood Avenue and Bullis Road is in need of traffic
signal upgrade to meet the vehicular traffic and pedestrian traffic demand.
Section 6- 6.8(A) of the Lynwood Municipal
piggybacking from another contract that has
process within twenty four (24) months. (PW)
Recommendation:
Code (LMC); amended, authorizes
gone through the competitive bidding
Staff recommends that the City Council consider the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO ELECNOR BELCO ELECTRIC, INC. GROUP IN THE ESTIMATED
AMOUNT OF $170,000 FOR THE FERNWOOD AVENUE AND BULLIS ROAD TRAFFIC
SIGNAL IMPROVEMENT PROJECT; BY PIGGYBACKING OFF OF THE EXISTING
CONTRACT FROM LOS ANGELES COUNTY TRAFFIC SIGNAL CONSTRUCTION
PROJECT, 2015 -16; DATED DECEMBER 28, 2015 AND AUTHORIZING THE MAYOR
TO EXECUTE THE AGREEMENT ".
18. AUTHORIZATION TO APPLY FOR HOUSING RELATED PARKS GRANT
Comments:
The purpose of this item is to request authorization from the Lynwood City Council to
submit a final application to the State of California Department of Housing and
Community Development's Housing - Related grant program. Per grant requirements, the
funding opportunity requires an authorizing resolution from the City's governing body.
(REC)
Recommendation:
Staff recommends that the City Council review and adopt the attached resolution entitled:
"RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AUTHORIZING
APPLICATION FOR HOUSING RELATED PARKS GRANT."
19. APPROVING THE EMERGENCY EXPENDITURES
Comments:
The Public Works Department has responded to several emergencies during the first half
of FY 2016. Staff recommends that the City Council approve expenditures relating to
these emergencies. (PW)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD RATIFYING
EMERGENCY EXPENDITURES'.
20. AMENDING THE VENDOR PROCUREMENT LIST
Comments
Acquisition of supplies, equipment and routine services such as traffic signs, lighting
supplies, janitorial supplies, paint, asphalt, etc. can be acquired more economically and
efficiently through purchase order acquisitions than through a formal bid process. A
formal bid process may delay the acquisition of goods and services. Therefore, the City
Council, from time to time, approves a list of vendors and purchasing limits for these
vendors. Staff recommends amending the vendor list to delete some vendors, add new
vendors, and revise purchasing limits, based on more recent purchasing history. (Exhibit
A) (PW)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AMENDING THE
VENDOR PROCUREMENT LIST'.
21. APPOINTMENT OF A MEMBER AND ALTERNATE MEMBERS TO THE GOVERNING
BOARD OF THE LOS ANGELES GATEWAY REGION INTEGRATED REGIONAL
WATER MANAGEMENT AUTHORITY
Comments
On October 5, 2010, the City Council approved Resolution No. 2010.208 authorizing the
City to join the Los Angeles Gateway Region, Integrated Regional Water Management
Authority (Gateway Water Management Authority). The Joint Powers Agreement for this
organization calls for each member public agency to appoint a member and alternate
members by name to the Governing Board. The governing body of the Gateway Water
Management Authority is the Governing Board. (PW)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL APPOINTING A MEMBER AND ALTERNATES
TO THE GATEWAY REGION INTEGRATED REGIONAL WATER MANAGEMENT
JOINT POWERS AUTHORITY GOVERNING BOARD."
NEW /OLD BUSINESS
22. AMENDMENT TO AGREEMENT WITH KANE BALLMER & BERKMAN FOR SPECIAL
COUNSEL SERVICES FOR A DISPOSITION AND DEVELOPMENT AGREEMENT FOR
THE PLAZA MEXICO EXPANSION ON BEHALF OF THE LYNWOOD HOUSING
AUTHORITY, THE LYNWOOD PARKING AUTHORITY AND THE CITY AS
REQUESTED
Comments
On August 18, 2015 the City, the Housing Authority and the Parking Authority approved
the engagement of Kane Ballmer & Berkman as special counsel for services related to
negotiations with Plaza Mexico for the expansion of the Plaza Mexico project. Plaza
Mexico (the "Project ") is one of Lynwood's more significant commercial development
projects and a major landmark in the region. Plaza Mexico has developed into a major
destination and attraction but is also in need of considerable improvements and
renovation. As part of the efforts for the modernization and expansion of Plaza Mexico,
the City of Lynwood and the Lynwood Parking Authority entered into a Development and
Disposition Agreement ( "DDA ") with the developer of Plaza Mexico on November 5,
2013.
Following approval of the engagement of Special Counsel on August 18, 2015,
negotiations began with Plaza Mexico. Early on in the negotiations it became apparent
that the Project would need to proceed in several stages as portions of the proposed
development would need to wait until completion of the TOD study and its Environmental
Impact Report while other portions such as the K &K site were ready for development
work to commence upon approvals and entitlement being secured from the city and its
related entities.
The conclusion of the early work on examination of a successor DDA led to agreement
between Special Counsel and counsel for the developer that the best approach to the
Project would be to pursue an Owner Participation Agreement ( "OPA ") for the K &K site
(plus a small parcel directly across Imperial Highway from the K &K site.
As a condition of going forward with negotiations, the City made it clear that a substantial
deposit would have to be made by the developer to cover legal fees and other services.
The deposit amount was set at ONE HUNDRED THOUSAND DOLLARS ($100,000) to
be replenished as needed under the terms of the finalized OPA. The deposit has been
received and placed in a US Bank account created for this purpose in accordance with
the OPA. (CM)
Recommendation:
Staff recommends that the City Council of the City of Lynwood, Lynwood Housing
Authority, and Lynwood Parking Authority adopt the attached resolution entitled, "A
JOINT RESOLUTION OF THE LYNWOOD PARKING AUTHORITY, THE LYNWOOD
HOUSING AUTHORITY AND CITY COUNCIL OF THE CITY OF LYNWOOD
APPROVING AN AMENDMENT TO THE AGREEMENT FOR SPECIAL COUNSEL
LEGAL SERVICES WITH KANE BALLMER & BERKMAN TO PERFORM LEGAL
SERVICES ON THE BEHALF OF THE LYNWOOD PARKING AUTHORITY, THE
LYNWOOD HOUSING AUTHORITY AND THE CITY COUNCIL OF THE CITY OF
LYNWOOD IN CONNECTION WITH THE NEGOTIATION OF A DISPOSITION AND
DEVELOPMENT AGREEMENT FOR THE EXPANSION OF PLAZA MEXICO."
23. RESOLUTION ESTABLISHING VOLUNTEER ADVISORY COMMITTEES
Comments
The purpose of this item is to request authorization from the Lynwood City Council to
establish the Veterans, Youth and Women's Advisory Committees, for staff to develop a
public application process for committee appointments and for staff to develop written,
advisory committee standard operating procedures for future City Council approval.
(REC)
Recommendation:
Staff recommends that the City Council review and adopt the attached resolution entitled:
"RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ESTABLISHING
THE VETERANS ADVISORY COMMITTEE, THE YOUTH ADVISORY COMMITTEE
AND THE WOMEN'S ADVISORY COMMITTEE AND AUTHORIZING STAFF TO
DEVELOP STANDARD OPERATING PROCEDURES FOR THE COMMITTEES, A
PUBLIC APPLICATION PROCESS AND TO SUBMIT APPLICATIONS TO THE CITY
COUNCIL FOR APPOINTMENTS ONTO THE COMMITTEES."
CLOSED SESSION
24. CLOSED SESSION ITEMS
A. With respect to every item of business to be discussed in closed session pursuant to
Section 54956.8:
CONFERENCE WITH REAL PROPERTY NEGOTIATORS
Property: Lynwood Armory, 11398 Bullis Road
Agency Negotiator: J. Arnoldo Beltr6n, City Manager
Negotiating Parties: State of California Military Department
Under Negotiation: Price and terms of payment
B. With respect to every item of business to be discussed in closed session pursuant to
Section 54956.9:
CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION
Significant exposure to litigation pursuant to paragraph (2) of subdivision (d) of
Government Code Section 54956.9:
Number of Cases: Three
C. With respect to every item of business to be discussed in closed session pursuant to
section 54956.9:
CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Government Code
section 54956.9(d)(1)
1. Name of Case: Los Angeles Superior Court Case No. BS 106 592,
Esperanza Rogel, et al. vs Redevelopment Agency of the City of
Lynwood
N
2. Name of Case: Sacramento Superior Court Case No. 34 -2014- 80001977,
Esperanza Rogel, et al. vs Redevelopment Agency of the City of
Lynwood
ADJOURNMENT
THE NEXT REGULAR MEETING WILL BE HELD ON MARCH 15, 2016 AT 6:00 P.M. IN THE COUNCIL
CHAMBERS OF THE CITY HALL, 11330 BULLIS ROAD, CITY OF LYNWOOD, CALIFORNIA.
10
0 AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager
PREPARED BY: Maria Quinonez, City Clerk . /�
Daryl Betancur, Interim Deputy Ci Clerkld l
SUBJECT: City of Lynwood Minutes
Recommendation:
Staff recommends the City Council approve the following minutes:
Regular Meeting — January 19, 2016
Background: N/A
Discussion & Analysis: N/A
Fiscal Impact: N/A
Coordinated with: N/A
i
ITEM
76
LYNWOOD CITY COUNCIL
REGULAR MEETING
JANUARY 19, 2016
Item #1. CALL TO ORDER
The City Council of the City of Lynwood met in a regular meeting in the Council
Chambers, 11330 Bullis Road, Lynwood, CA on the above date at 6:04 p.m.
Mayor Hernandez presiding.
Item #2. CERTIFICATION OF AGENDA POSTING BY CITY CLERK
City Clerk Quinonez announced the agenda had been duly posted in accordance with
the Brown Act. However, that the addendum item was posted subsequent to the posting
of the agenda on Friday, January 15 by a staff member on a leave of absence without
the City Clerk's authorization.
Item #3. ROLL CALL OF COUNCIL MEMBERS
1. PRESENT: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS,
SOLACHE, CASTRO AND HERNANDEZ
ABSENT: NONE
STAFF PRESENT: City Manager Beltr6n, City Attorney Garcia, City Clerk Quinonez,
Interim Deputy City Clerk Betancur and City Treasurer Camacho.
Mayor Hernandez acknowledged the presence of City Treasurer Gabriela Camacho.
Item #4. PLEDGE OF ALLEGIANCE
The Pledge of Allegiance and posting of the Colors were conducted by the Explorer
Color Guard.
Item #5. INVOCATION
The invocation was offered by Rev. Robert Robinson, Jr.
Item #6. PRESENTATONS /PROCLAMATIONS
• Employer Retirement Plaque Presentation
Mayor Hernandez and members of the City Council presented a
plaque to Nathaniel Johnson and congratulated him on his 15 years of
dedicated service to the City of Lynwood.
1
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
• Sherriff Captain Ernie Chavez — Update on Law Enforcement Issues
Lieutenant Deeds provided the law enforcement update speaking
specifically about incidents of vehicle theft in the City of Lynwood. He
spoke about a recent incident where a young girl had had her bike
stolen, officers responded, were unable to locate the bike, however,
officers on their own accord collected funds to replace the girl's bike.
• City Council Members Reporting on Meetings Attended (Gov. Code
Section 53232.3 (D))
Council Member Alatorre reported on having attended the Greater Los Angeles Vector
Control meeting where the subject of mosquito abatement and the Zika mosquito virus
in South America was addressed and asked the public to be vigilant and to prevent
standing water; any issues experienced from the community should be directed to
Vector Control.
Item #7. CITY OF LYNWOOD AS THE SUCCESSOR AGENCY TO THE
LYNWOOD REDEVELOPMENT AGENCY
MOTION: It was moved by Mayor Pro Tern Castro, seconded by Council Member
Alatorre to recess to the City of Lynwood as the Successor Agency to the Lynwood
Redevelopment Agency at 6:24 p.m. Motion carried by a 5 -0 vote.
The City Council recessed to the Successor Agency portion of the agenda at 6:24 p.m.
The City Council reconvened at 6:31 p.m.
PUBLIC ORAL COMMUNICATIONS
(Regarding Agenda Items Only)
Roland Becerra spoke relative to item # 15 stating that he was inviting everyone to the
Lynwood Union Exhibit at the Lynwood Library on February 23 and hoped all including
the City Council could attend; he urged the City Council to approve item# 15, which was
the request for marketing support for the exhibit on local history through art and
photography.
Irene Garcia addressed the City Council on disagreement with respect to items 14, 17,
18. She stated that on item #14, she was not in favor of the $5,000 dollars that were to
be given to the Chamber of Commerce because the City was not in a position to be
given money away; on item 17 she inquired as to why the City Manager had been
allowed to exceed the $15,000 approval authority and the everyone needs to be held
accountable; on item #18 she stated that she was not in favor of the City making a loan
to the Successor Agency to continue its operations.
PJ
Lynwood City Council
Regular Meeting Minutes— January 19, 2016
Harry Gibbens spoke on item 8 and 10 commenting that he agreed with Mayor
Hernandez that we needed to generate more revenue; that we had to audit both the
revenue and expenditures more closely, that we needed to have an examination of the
accounts; spoke about budget issues in general.
Maria Quinonez, City Clerk spoke in opposition to item 19, relative to the Chief Deputy
City Clerk proposal stating that she was not in agreement of the salary for the Chief
Deputy City Clerk position; however that she was in favor of filling the Deputy City Clerk
position and adjusting the salary accordingly, which was long overdue. Further she
stated that she asserted her Government Code 40813 right to appoint the Deputy City
Clerk; stated that the business license processing would take away from the duties of
the office and that she was requesting that this be an open and transparent recruitment;
that she be allowed to sit on the interview panel and select from the top three
candidates. The City Clerk also asked the City Council to consider the City Manager's
actions during his performance evaluation.
Amy Amarani, spoke relative to Civil Source and her credentials since she had an item
on the agenda.
NON - AGENDA PUBLIC ORAL COMMUNICATIONS
Irene Garcia spoke relative to the H. P. Tow situation and the surrounding issues that
were cited in the LA Times article and read excerpts from a report of unmentioned
source accusing members of the City Council of wrong- doing.
Mayor Pro Tern Castro asked for the floor to clarify something for the record. She stated
that when dealing with criminal actions is very important that the correct information was
out there; she commented that she was not sure why the speaker was alluding to the
article mentioning a woman since the article in the L.A. Times clearly did not mention a
woman or anyone's name; she stated that she did have the complete F.B.I. report and
she was glad to provide a copy to anyone.
Mayor Hernandez reiterated that when speakers come to offer public comment; that
they addressed the City Council as a whole body and asked the audience to refrain
from singling out individual Council Members with accusatory remarks.
Council Member Santillan -Beas commented that she was appalled that whenever
something negative happens in the City of Lynwood she was always to blame and was
continually being accused of such incidents; she stated she did not know anything about
the F.B.I. Report nor had she read it. She further commented that she did not
appreciate people coming to offer public comments and attack her family.
Harry Gibbens thanked the Council for the words of condolence on the passing of Edna
J. Gibbens last November, 2015 and that at the request of members of the community,
he had decided to remain in the City of Lynwood.
rJ
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
Maria Viera spoke regarding parking and commented she had taken pictures of cars on
red curbs and blocking garages and requested that more enforcement be conducted.
Juliano Jarkin, Organizational Behaviorist spoke relative to the issue of wellness and
education and strategic vision and invited the City of Lynwood to participate in these
efforts.
Joaquin Mesinas made comments relative to some past issues associated with former
administrations; spoke about some employees that were released by the city; spoke
about the Liner Park project; that the Mayor can put any items he wanted on the
agenda; and that the Director of Development still on Board.
Antonio Munguia spoke relative to the homeless count and commented that by the time
it gets started, it would be getting dark; also made comments regarding how he never
had to sign in for non - agenda orals; he wanted to know if this was mandatory or
voluntary as such he requested a copy of any council rules to that effect.
Unknown person spoke about code enforcement concerns and that nothing was done;
spoke on the situation of parking and that she had received a ticket upon returning from
church; she stated that she was not going to pay the ticket.
Santiago Lopez also spoke on the issue of parking and commented that he had
received three tickets over the past weekend and stated that he felt block watch
captains were being targeted.
Julian Del Real - Calleros made comments regarding the parking situation, trash and
other health and safety concerns; spoke about ways to increase revenue; stated that
the city of Lynwood was lenient as it related to tickets and that other cities have more
stringent laws.
Patricia Carrr addressed the City Council and commented that one of the Council
Members present and sitting at the dais was a hard working woman and that she was
proud of the work she had done; that she was proud of the City Council for making the
tough decisions that need to be made and that it was never easy.
Lorraine Reed stated that she was congratulating the City Council for making good
decisions on behalf of the community; she spoke about the gospel brunch and invited
everyone to attend; also stated that it was not a good idea to have people sign -up for
non - agenda items and that people should just be allowed to come forward.
CITY COUNCIL ORAL AND WRITTEN COMMUNICATIONS
Council Member Alatorre spoke about the issue of respecting the residents who come
forward to speak whether they were well informed or not. He further commented on the
4
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
issue of enforcing certain rules in relation to code enforcement and enforcing the
ordinances of the City.
Council Member Solache commented about the article in the L.A. Times, which
mentioned an individual Council Member from Lynwood; that we should not be
concentrating on individuals but on the reputation of the City as a whole; spoke about
the leadership of the Council and supporting the Mayor; that we all need to work
collectively and move forward. He requested a report showing the number of tickets that
were issued for the specific dates mentioned by the two residents who spoke about
having received several tickets.
Council Member Santillan -Beas spoke relative to the comments made earlier and
apologized for the statements made; that she gets deeply frustrated when people come
to the Council meeting and bring her family into the personal attacks against her.
Mayor Pro Tem Castro stated that she would be paying the ticket for the resident
because it was a fix it ticket; commented that she put pressure on the City Manager to
put more parking enforcement officers out on the streets to enforce the code; that now
that they were doing it, they get accused of targeting; she also commented on the
sequestering of the ROPS; stated that personnel issues were not a matter of public
record.
She further commented on the City Clerk's posting stating that there might have been
some miscommunication between herself, the Mayor and the City Manager; that the
addendum item was originally on the agenda and it was pulled at the end; that it was
brought back on as an addendum after the agenda had been posted; commented that
when Ms. Quinonez was notified about the need to post the addendum item, she sent
an email communication stating that she would be there to post at a certain time; and
that for some unknown reason she had changed her mind and was unable to post.
Further, she went on to state that, this was precisely the reason for having Deputies or
employees working under you so that in the event the Clerk cannot show up to execute
these tasks some else could; that there was a chain of command and that simply
because one individual was not present that in itself did not mean the job did not get
done.
She further stated that any elected official had a right to oppose any item, which she
respected as much as she respected the inclusiveness of the City Clerk; that she should
be part of the process but that we were not there yet.
Mayor Hernandez made brief comments on the F.B.I report stating that such report did
not state there was any wrong -doing and it had nothing to do with Lynwood; spoke
about respect on both sides; spoke about revenue and generating revenue; commented
that if the City was to apply the law and enforce the laws more revenue would be
1.7
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
generated and that such revenue would come from three sources: 1) code enforcement
and garage conversions; 2) parking; and 3) business licenses.
CONSENT CALENDAR
MOTION: It was moved by Mayor Pro Tern Castro, seconded by Council Member
Solache to approve the consent calendar with the exception of item 13 and 14, which
were pulled for questions and clarification. Motion carried by a 5 -0 vote as follow:
Council Member Santillan -Beas requested that item No. 14 be pulled.
Council Member Alatorre requested that item No. 13 be pulled.
ROLL CALL
AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, SOLACHE,
CASTRO AND MAYOR HERNANDEZ
NOES: NONE
ABSTAIN: NONE
ABSENT: NONE
Item #8. MINUTES FROM PREVIOUS MEETINGS:
Regular Meeting - December 1, 2015
Regular Meeting — January 5, 2016
Approved by Minute Order No. 2016 -12
Item #9. APPROVAL OF THE WARRANT REGISTER
ROLL CALL
AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, SOLACHE,
CASTRO AND MAYOR HERNANDEZ
NOES: NONE
ABSTAIN: NONE
ABSENT: NONE
RESOLUTION NO. 2016.009 ENTITLED:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD,
CALIFORNIA, ALLOWING AND APPROVING THE DEMANDS AND WARRANTS
THEREFORE
D
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
Item #10. REQUEST TO SOLICIT BIDS FOR PROFESSIONAL AUDITING SER-
VICES FOR THE CITY OF LYNWOOD AND THE SUCCESSOR AGEN-
CY FOR THE LYNWOOD REDEVELOPMENT AGENCY
RESOLUTION NO. 2016.010 ENTITLLED:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AUTHORIZING STAFF TO SOLICIT BIDS FOR PROFESSIONAL AUDIT SERVICES
BEGINNING WITH FISCAL YEAR ENDING JUNE 30,2016".
Item #12. CLAIM FOR DAMAGES BY MIKE PEREZ
Approved by Minute Order No. 2016 -13
Item #15. LYNWOOD UNION REQUESTS MARKETING SUPPORT FOR A SPE-
CIAL EXHIBITION ON LOCAL HISTORY THROUGH ART AND PHO-
TOGRAPHY
RESOLUTION NO. 2016.012 ENTITLED:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD APPROVING
A REQUEST FROM THE LYNWOOD UNION FOR MARKETING SUPPORT,
INCLUDING THE USE OF THE CITY LOGO ON THE EVENT'S FLIER, FOR THREE
SEPARATE EVENTS THAT WOULD FOCUS ON THE HISTORY OF LYNWOOD."
Item #13. CDBG STREET DESIGN CONTRACT AWARD — WISCONSIN AVENUE,
SEQUOIA DRIVE, MICHIGAN AVENUE AND CORNISH AVENUE
(PULLED)
Council Member Alatorre inquired as to the reasons attributed to the delay in the
project. Raul Godinez, Director of Public Works /City Engineer commented that he was
not clear as to why the item was pulled before, but however, his understanding was that
there was an RFP issued, which outlined the criteria and that Civil Source had met the
criteria and was also the lowest responsible bidder; as it related to the addition of
Cornish Avenue, his understanding was that there was no change in the scope of work
and that this street was originally included. Director Godinez stated that he would
include a more clear response in the Green memo to be distributed to all Council
Members along with an update on the completion date for other street projects.
MOTION: It was moved by Council Member Alatorre, seconded by Council Member
Solache. Motion carried by the following roll call vote:
ROLL CALL
AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, SOLACHE,
CASTRO AND MAYOR HERNANDEZ
NOES: NONE
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
ABSTAIN: NONE
ABSENT: NONE
RESOLUTION NO. 2016.011 ENTITLED:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, AWARDING
THE ENGINEERING DESIGN SERVICES CONTRACT FOR WISCONSIN AVENUE,
SEQUOIA DRIVE, CORNISH AVENUE AND MICHIGAN AVENUE, STREET
IMPROVEMENT PROJECT TO CIVIL SOURCE; AUTHORIZING THE MAYOR TO
EXECUTE THE AGREEMENT
Item #14. CLAIM CONSIDER APPROPRIATING $5,000 TO THE GREATER
LYNWOOD CHAMBER OF COMMERCE FROM THE $100,000 SOLID
WASTE CONTRIBUTION FOR SENATOR RICARDO LARKS GOSPEL
BRUNCH EVENT (PULLED)
Council Member Santillan -Beas inquired about why the funding mechanism had to be
done through the Chamber of Commerce. There was a brief discussion on the subject
with the consensus being that this had to be done through a non - profit agency for legal
reasons.
Mayor Hernandez recused himself from the discussion and accordingly left the dais.
MOTION: It was moved by Council Member Alatorre, seconded by Council Member
Santillan -Beas to accept staff's recommendation. Motion carried unanimously.
Approved by Minute Order No. 2016 -14
NEW /OLD BUSINESS
Item #16. RATIFICATION OF APPOINTMENTS TO SERVE ON THE CITY OF
LYNWOOD'S BOARDS AND COMMISSIONS
Council Member Solache stated that he was reappointing all of his current
Commissioners including Susana Medina to the CDBG Board, Gary Hardie to the
Personnel Board and Jorge Casanova to the Planning Commission; and that based on
the applications that he had received, he was recommending for appointment, Mr.
Julian Del Real - Calleros to serve on the Public Safety/Traffic & Parking Commission for
a term of one year. Item approved by unanimous consent.
Approved by Minute Order No. 2016 -15 by unanimous consent.
Mayor Hernandez stated that he was making a change to the CDBG Board and was
that the appointing Andrew Nunez to the CDBG Board. Item approved by unanimous
consent.
Approved by Minute Order No. 2016 -16 by unanimous consent.
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
Item #17. TEMPORARY STAFFING REQUEST — DEPARTMENT OF DEVELOP-
MENT COMPLIANCE & ENFORCEMENT SERVICES — PLANNING
MANAGER
Council Member Alatorre stated that with respect to this issue, staff should be
concentrating on recruiting the leaders in each department; that he felt the process was
working backwards.
City Manager Beltran provided a brief summary on the recruitment efforts with respect
to this position.
MOTION: It was moved by Mayor Pro Tem Castro, seconded by Council Member
Santillan -Beas to accept staffs recommendation. Motion carried by a 3 -2 vote.
ROLL CALL
AYES: COUNCIL MEMBERS SANTILLAN -BEAS, CASTRO AND MAYOR
HERNANDEZ
NOES: ALATORRE AND SOLACHE
ABSTAIN: NONE
ABSENT: NONE
RESOLUTION NO. 2016.013 ENTITLED:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH MUNITEMPS
FOR TEMPORARY STAFFING SERVICES FOR A NOT -TO- EXCEED AMOUNT OF
$16,466 MONTHLY PENDING COMPLETION OF THE RECRUITMENT PROCESS,
FOR THE MAXIMUM AMOUNT OF $60,800 ".
Item #18. REQUEST FOR ADOPTION OF RESOLUTION REGARDING FISCAL
NECESSITY FOR ROPS AND LSA ACTIVITIES
Mayor Pro Tern Castro requested that item #2 on the Successor Agency agenda be
heard in conjunction with item #18 on the regular agenda, request granted by
unanimous consent.
City Manager Beltran stated that this item did not include a resolution and provided the
background on the item stating that the only way the Successor Agency could continue
to be operating was if the City of Lynwood general fund were to provide a loan in the
amount of $500,000 to the Successor Agency with no expectation to be repaid.
There was a substantial discussion with respect to bumping rights, and other related
funding issues with the consensus being that recommendation No. 2 was the only
feasible option.
RI
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
MOTION: It was moved by Mayor Pro Tem Castro, seconded by Council Member
Alatorre to accept recommendation No. 2, which was to terminate all Lynwood
Successor Agency (LSA) activities, notify employees of fiscal necessity of layoffs, and
discontinue all non - critical services provided by third party vendors. Motion carried by a
4 -1 vote.
ROLL CALL
AYES: COUNCIL MEMBERS ALATORRE, SANTILLAN -BEAS, CASTRO AND
MAYOR HERNANDEZ
NOES: SOLACHE
ABSTAIN: NONE
ABSENT: NONE
Approved by Minute Order No. 2016.17. No formal resolution was presented.
Item #19. REQUEST FOR APPROVAL OF NEW CLASSIFICATION FOR CHIEF
DEPUTY CITY CLERK "AT- WILL"
MOTION: It was moved by Mayor Pro Tem Castro, seconded by Council Member
Santillan -Beas, to accept staffs recommendation. Following a lengthy discussion on the
subject, motion was amended by Mayor Pro Tem Castro, also seconded by Council
Member Santillan -Beas to table the item. Motion carried by unanimous consent.
Mayor Pro Tem Castro commented that she had asked this item to be placed on the
agenda and as such she was taking the lead on it; commented on the following issues:
proper staffing in the City Clerk's Department; that there were a number of issues that
had not been addressed; complaints from staff who had worked in that department due
to the lack of guidance and supervision; that the work -load needed to get done timely in
all areas of the work program; that the office should be staffed by a knowledgeable
person who can serve as management to give direction; someone at the level with
Department Heads to be respected at the Department Head level; mentioned the issue
of labor negotiations and communication with the bargaining unit regarding different
issues that were pending.
Mayor Pro Tem Castro further commented that she was opened to suggestions from
her colleagues; spoke about her agreement that the City Clerk should be involved in the
recruitment process by giving her opinion and making a timely decision; that irrespective
of title, all employees were at the direct supervision of the City Manager; however, that
when it came to the elected officials position and respective duties as outlined in the
Government Code, staff was under the City Clerk's supervision.
Mayor Pro Tem Castro referenced sections of the Government Code stating that they
can be interpreted differently; that the City Clerk as an elected official cannot discipline
employees nor fire them because said employees were still subject to, protected by and
covered by a Memorandum of Understanding (MOU).
10
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
Council Member Alatorre stated that the City Clerk was elected recently by the people;
that the City Council could give opinions, but that ultimately that those were just
opinions; he had questions regarding how the addendum item was placed on the
agenda and the manner of posting; spoke relative to records requests and made
reference to Government Code sections 40813 and 40814 as it pertained to the
authority of the City Clerk to appoint Deputies in general law cities.
Mayor Pro Tern Castro further clarified that the City Council was not appointing anyone,
that simply, the action before the City Council was to create a position; stated that the
agenda had been posted 72 hours in accordance with the Brown Act; that in the
absence of the City Clerk, someone had to post; that any Council Member can request
an item to be placed on the agenda and that the Mayor cannot arbitrarily deny to place
an item on the agenda simply because he was not in support of it; that there had to be a
valid reason; asked City Manager Beltran to read the excerpts from the Municipal Code
related to the Authority of the City Manager in all personnel matters.
City Manager Beltran commented that in the context and issues created under the
bargaining of the Memorandum of Understanding (MOU), personnel rules and Section
2 -3.3, the City Manager was the only hiring authority.
Council Member Santillan -Beas stated she had no questions since the explanation
given by City Manager Beltran was clear on the subject.
Council Member Solache thanked staff for finding additional savings to hire staff; stated
that he wanted to protect every single employee until the end of the current Fiscal Year,
June 30; apologized to the staff member that was impacted with this issue stating that
this individual was very competent and was able to do the job; however, staff had put
this out for public discussion thus we needed to discuss it in a public forum; commented
that for the interim he was more in favor of using the $32,000 to continue the services of
that staff member until the end of the Fiscal Year as well. He commented that this was a
budgetary issue and the effort was to try to maintain the status quo; that he agreed the
skill level in the City Clerk's Office needs to be up to par and that someone needed to
be in that office during the day; someone who can work well with people; stated that if
the Council wanted to revisit the exact title during the new FY budget discussions when
there will be no agreement in place with any bargaining unit he would be opened to that
idea.
City Manager Beltran clarified further that: 1) this was an at will - position; and 2) that the
position would be under review when the budget was put together; that he had given up
an Administrative Analyst III position in his office because he felt this was in the best
interest of the City to have someone highly competent in that position whoever that
person happened to be.
11
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
A subsequent discussion ensued on the subject with respect to budgets, savings,
relations with the bargaining units; furloughs; needs of the City Clerk's Office and the
general fund.
Mayor Hernandez also apologized to the individual impacted by the discussion and
stated that this had nothing to do with the individual but had more to do with the
process; he stated that he was more in favor of a different timing and had concerns with
the process, transparency and doing it at the right time; inquired about whether or not
we were negotiating with the Union at this point. He stated that he was clear about his
reasoning for not having this item on the agenda at this time.
Mayor Pro Tern Castro requested the Council to reconsider stating that negotiation with
the bargaining groups were an ongoing situation; that we do have a mid -year budget
review and whatever was approved at this meeting could be changed during the mid-
year budget review; that if the Council needed two more weeks to continue the
dialogue, then she could amend her motion to table the item.
Following the discussion, Mayor Pro Tern Castro amended her motion to table the item,
motion seconded by Council Member Santillan -Beas and carried by unanimous
consent.
Council Member Solache stated that for the record in light of the given discussion, he
noted that for now everything that was talked about was off the table.
Item tabled by Minute Order No. 2016 -18 by unanimous consent.
CLOSED SESSION
Item #20. CLOSED SESSION ITEMS
City Attorney Garcia provided the closed session report and led the City Council
into closed session.
MOTION: It was moved by Mayor Pro Tern Castro, seconded by Council Member
Solache to recess to closed session at 8:48 p.m.
The City Council reconvened at 12:05 a.m.
A. With respect to every item of business to be discussed in closed session
pursuant to Section 54957:
PUBLIC EMPLOYEE PERFORMANCE EVALUATION
Title: City Manager
12
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
There was no reportable action. The item was not considered in closed
session.
B. With respect to every item of business to be discussed in closed session
pursuant to Section 54956.9:
CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION
Significant exposure to litigation pursuant to subdivision (b) of Section
54956.9:
Number of Cases: Five
City Attorney Garcia reports that on the first matter involving a billing
issue affecting the City, there was a motion as follows:
Motion: It was moved by Mayor Pro Tern Castro, seconded by Council Member
Solache, approved 5 -0 providing direction to the City Manager in handling that
matter.
On the second matter involving another contractual billing dispute with
the City:
Motion: It was moved by Mayor Hernandez, seconded by Mayor Pro Tern
Castro, approved 5 -0 providing direction to the City Manager and the City
Attorney in handing that matter.
On the third item, there was no reportable action.
On the fourth item, there was no reportable action
C. With respect to every item of business to be discussed in closed session
pursuant to Section 54956.9:
CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION
(Paragraph (1) of subdivision (d) of Government Code Section 54956.9)
Name of Case: Machado v. City of Lynwood, Case No. 14K16901
City Attorney Garcia reported that on the Machado v. City of Lynwood,
there was a motion as follows:
Motion: It was moved by Council Member Santillan -Beas, seconded by Council
Member Alatorre, approved 5 -0 providing direction to the City Attorney in
handling that matter.
13
Lynwood City Council
Regular Meeting Minutes — January 19, 2016
Item #3. WITH RESPECT TO EVERY ITEM OF BUSINESS TO BE DISCUSSED
IN CLOSED SESSION PURSUANT TO SECTION 54956.9
CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION
Pursuant to (Paragraph (2) of subdivision (d) of Government Code Section 549563.9
The Successor Agency item, there was an update provided and no reportable
action.
ADJOURNMENT
Having no further discussion, it was moved by Mayor Pro Tern Castro to adjourn the
meeting, seconded by Council Member Solache and carried to adjourn the regular
Lynwood City Council meeting at 12:05 a.m. in memory of Mr. Mark Cutler and Mr.
Ortiz.
Edwin Hernandez, Mayor
14
Maria Quinonez, City Clerk
0 AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager
PREPARED BY: Christy Valencia, Finance Manager 4�--yy
Lilly Hampton, Accounting Technician 06
SUBJECT: Approval of the Warrant Register
Recommendation:
Staff respectfully recommends that the Lynwood City Council approve the
warrant register dated March 1, 2016.
------------- - - - - -- Attached Warrant Register dated March 1, 2016--------- - - - - --
4GENDA
ITEM
apCkHist
02/2312016 9:02AM
Bank code: apbank
Void Check # Date
11/03/2015
11/02/2015
11/24/2015
01/19/2016
02/02/2016
182025
182059
182213
182700
182799
Vendor
005688 SA ASSOCIATES
009361 HAMLIN CODY
009692 MARIA PORTILLO
009418 SIGNS.COM, INC.
009602 LORRAINE MOORE
182953 02/10/2016 000163 SOUTHERN CALIFORNIA
6 checks in this report
Void -Check Listing Page: 1
City of Lynwood
Status Clear/Void Date
Reason - Void /Re -issue Ck#
Inv. Date
Amount Paid
Check Total
02/22/2016
LEVY REMOVED 183085
10/19/2015
4,500.00
4,500.00
02/22/2016
OVER PAID APPLY TO- 181334
10/21/2015
189.00
189.00
02/22/2016
STALE DATED 183084
11/03/2015
117.08
117.08
02/16/2016
WRONG AMOUNT 182962
12/16/2015
306.48
306.48
02/22/2016
WRONG AMOUNT 183083
01/07/2016
50.00
V 02/22/2016
01/21/2016
50.00
100.00
02/22/2016
SPOILED- PRINTED -ERROR
01/15/2016
181.92
181.92
apbank Total: 5,394.48
Total Checks: 5,394.48
Page: 1
vchlist
02/10/2016
12:33:55PM
Prepaids -Check List
City of Lynwood
Page:
2
Bank code:
apbank
Voucher
Date Vendor
Invoice
PO #
Description /Account
Amount
182954
2/10/2016 000053 CALPERS
100000014688804
1959 SURVIVOR BENEFIT COVERAGE- 7/2015 - 612016
05- 001359
7151.35.350.64002
5,208.00
100000014690497
1959 SURVIVOR BENEFIT COVERAGE- 712015- 612016
05- 001359
7151.35.350.64002
462.00
Total :
5,670.00
182955
2/10/2016 002051 IPMA -HR
002051012716
MEMBERSHIP REGISTRATION- H.SAINZ
1011.35.335.65040
149.00
Total :
149.00
182956
2/10/2016 002295 NPELRA
Sainz35111
2016 MEMBERSHIP RENEWAL
1011.35.335.65040
175.00
Total :
175.00
182957
2/10/2016 004994 PITNEY BOWES, INC.
342329
POSTAGE EQUIPMENT MAINT- 12/2015
05- 001360
1011.35.330.63030
944.00
342330
POSTAGE EQUIPMENT MAINT- 12/2015
05 -001360
1011.35.330.63030
1,745.00
_
342331
POSTAGE EQUIPMENT MAINT - 12/2015
05- 001360
1011.35.330.63030
631.00
Total :
3,320.00
4
Vouchers for bank code : apbank
Bank total :
9,314.00
4
Vouchers in this report
Total vouchers :
9,314.00
Page: 2
vchlist
02111/2016
4:27:34PM
Prepaids -Check List
City of Lynwood
Page:
3
Bank code:
apbank
Voucher
Date Vendor
Invoice
PO #
Description /Account
Amount
182958
2/1112016 005418 DEPARTMENT OF TRANSPORTATION,
81 M00060
TRAFFIC SIGNALIZATION DUES - 1/2011
06 -006205
2051.45.410.64399
22,877.69
Total :
22,877.69
182959
2/1112016 009382 GUSTAVO LAMANNA, ATTORNEY AT LAW 20097
LEGAL SVCS - 112016
01- 001089
1011.25.205.62001
438.75
20098
LEGAL SVCS - 1/2016
01- 001089
1011.25.205.62001
292.50
20099
LEGAL SVCS- 1/2016
01- 001089
1011.25.205.62001
5,557.50
Total:
6,288.75
182960
2/11/2016 004923 LEE ANDREWS GROUP, INC.
2015216
ANIMAL CARE & CONTROL SVCS- 10/2015
07- 000701
1011.40.445.62015
300.00
2015234
ANIMAL CARE & CONTROL SVCS- 11/2015
07- 000701
1011.40.445.62015
1,350.00
Total:
1,650.00
3
Vouchers for bank code : apbank
Bank total:
30,816.44
3
Vouchers in this report
Total vouchers :
30,816.44
Page: 3
vchlist
Prepaids -Check List
Page:
4
02/1612016
11:17:01AM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
182961
2/16/2016
006399 AT &T
000007530052
TELEPHONE SERVICE- 12/2016
02- 001815
1011.65.290.64501
540.70
000007588289
TELEPHONE SERVICE - 12/20/2015- 1/19/2016
02- 001815
1011.65.290.64501
188.07
Total:
728.77
182962
2/16/2016
009418 SIGNS.COM, INC.
009418121615
ALUMINUM SIGNS FOR DOG PARK - 1212015
08- 003003
1011.60.705.65020
352.34
Total:
352.34
182963
2/16/2016
000163 SOUTHERN CALIFORNIA EDISON
000163020216
LIGHT & POWER SERVICES - 1/2016
02- 001826
6051.45.450.65001
1,388.97
02- 001826
2701.45.610.65001
273.42
02- 001826
2651.45.425.65001
120.11
02- 001826
2051.45.430.65001
38.11
000163020216 -A
LIGHT & POWER
02- 001826
2651.45.425.65001
31.46
000163020216 -B
LIGHT & POWER SERVICES - 1/2016
02- 001826
2051.45.430.65001
56.53
000163020316
LIGHT & POWER SERVICES - 1/2016
02- 001826
6051.45.450.65001
10,080.30
000163020416
LIGHT & POWER
02- 001826
2651.45.425.65001
195.97
000163020616
LIGHT & POWER SERVICES - 1/2016
02- 001826
6051.45.450.65001
613.44
000163020616 -A
LIGHT & POWER SERVICES - 1/2016
02- 001826
6051.45.450.65001
3,932.50
000163020616 -B
LIGHT & POWER SERVICES - 1/2016
02- 001826
2651.45.425.65001
382.77
000163020616 -C
LIGHT & POWER SERVICES - 1/2016
02- 001826
2651.45.425.65001
32,089.07
02- 001826
2051.45.430.65001
130.61
000163020616 -D
LIGHT & POWER SERVICES - 1/2016
02- 001826
2651.45.425.65001
51.20
Total :
49,384.46
Page:
4
vchlist Prepaids -Check List Page: 5
02/16/2016 11:17:01AM City of Lynwood
Bank code: apbank
Voucher Date Vendor
3 Vouchers for bank code :
3 Vouchers in this report
Invoice PO # Description /Account
apbank Bank total;
Total vouchers :
Amount
50,465.57
50,465.57
Page: 5
vchlist Prepaid -Check List Page: 6
02/18/2016 8:06:33AM City of Lynwood
Bank code: apbank
Voucher Date Vendor
182964 2/16/2016 001302 U.S. BANK
1 Vouchers for bank code : apbank
1 Vouchers in this report
Invoice PO # Description /Account Amount
001302011716 BANK CARD CHARGES - 1/2016
1011.30.270.65040 500.00
1011.30.275.65040 5.00
1011.10.101.64015 951.16
1011.10.101.64399 164.56
1011.20.110.64015 174.72
Total: 1,795.44
Bank total : 1,795.44
Total vouchers: 1,795.44
Page: 6
vchlist
02/18/2016
4:33:OOPM
Prepaids -Check List
City of Lynwood
Page:
7
Bank code:
apbank
Voucher
Date Vendor
Invoice
PO #
Description /Account
Amount
182965
2/18/2016 001330 CANON FINANCIAL SERVICES, INC.
15678513
LEASE AGRMNT PMT - 1/2016
01- 001111
1011.65.290.63030
74.00
Total :
74.00
182966
2/18/2016 000486 PARK WATER COMPANY
020487011116
WATER FOR IRRIGATION - 11/2015- 1/2016
06- 005896
2701.45.610.63001
239.94
021099011516
WATER FOR IRRIGATION - 11/2015 - 1/2016
06- 005896
2701.45.610.63001
240.05
021133011516
WATER FOR IRRIGATION - 11/2015 - 1/2016
06- 005896
2701.45.610.63001
240.05
021233011516
WATER FOR IRRIGATION - 11/2015- 1/2016
06- 005896
2701.45.610.63001
375.90
Total:
1,095.94
2
Vouchers for bank code : apbank
Bank total :
1,169.94
2
Vouchers in this report
Total vouchers :
1,169.94
Page: 7
vchlist
Check List
Page:
8
0212212016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date Vendor
Invoice
PO #
Description /Account
Amount
182967
311/2016 000032 ADDISON ROAD SERVICE
105219
FLEET REPAIRS AND MAINTENANCE - 2/2016
06- 006033
7011.45.420.63025
100.00
105220
FLEET REPAIRS AND MAINTENANCE - 2/2016
06- 006033
7011.45.420.63025
90.00
Total :
190.00
182968
3/1/2016 007439 ALL CITY MANAGEMENT SVCS, INC.
42082
CROSSING GUARD SERVICES - 112016
07- 000671
2051.55.365.62015
14,268.80
Total :
14,268.80
182969
3/112016 008217 AMAZON.COM, LLC
138497747373
COMPUTER /NETWORK SUPPLIES- 1/2016
12- 000068
1011.65.290.65020
10.49
159413715270
COMPUTER/NETWORK SUPPLIES - 1/2016
12- 000068
1011.65.290.65020
14.49
204760118318
COMPUTER/NETWORK SUPPLIES - 2/2016
12- 000068
1011.65.290.65020
112.99
223475037744
COMPUTER/NETWORK SUPPLIES - 2/2016
12- 000068
6051.65.290.65020
223.46
228579024309
COMPUTER/NETWORK SUPPLIES- 1/2016
12- 000068
6051.65.290.65020
55.29
281770696173
COMPUTER /NETWORK SUPPLIES - 1/2016
12- 000068
1011.65.290.65020
30.28
281772723342
COMPUTER/NETWORK SUPPLIES- 1/2016
12- 000068
6051.65.290.65020
14.80
281773234987
COMPUTER/NETWORK SUPPLIES - 112016
12- 000068
1011.65.290.65020
35.95
300075519753
COMPUTER/NETWORK SUPPLIES - 2/2016
12- 000068
1011.65.290.65020
139.99
Total:
637.74
182970
3/1/2016 000241 AMERICAN BUSINESS MACHINES
264036
SHIPPING CHARGES FOR CANON TONER - 2/2016
12- 000076
1011.65.290.64399
8.00
265035
SHIPPING CHARGES FOR CANON TONER - 2/2016
12- 000076
1011.65.290.64399
8.00
Total :
16.00
Page:
8
vchlist
Check List
Page:
9
02/22/2016
1:10:5813M
City of Lynwood
Bankcode:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
182971
3/1/2016
002452
AMERICAN LANGUAGE SVCS.
43410
TRANSLATION SERVICES - 12/2015
12- 000073
1011.65.250.62015
202.20
Total:
202.20
182972
3/1/2016
003312
AMERICAN RENTALS
377332
TRAILER RENTAL & CONCRETE PURCHASE - 212016
06- 005919
2051.45.410.63030
86.33
06- 005919
2051.45.410.65020
283.40
Total:
369.73
182973
3/1/2016
003993
ASCAP
100004336565
MUSIC LICENSE FEE - 12/2015
08- 003025
1052.60.701.64020
653.52
Total :
653.52
182974
3/1/2016
000448
ATLANTIC CAR WASH
1353
FLEET CAR WASH SERVICE - 12/2015
06- 005978
7011.45.420.64399
59.95
Total :
59.95
182975
3/1/2016
005713
AYERS DISTRIBUTING CO.
3228
TOY EGGS FOR EASTER PROGRAM- 2/2016
08- 003020
1052.60.701.64020
472.00
Total:
472.00
182976
3/1/2016
008106
BARRACUDA NETWORKS INC
1368512 -SHER- SPAR -BU
BARRACUDA E -MAIL SECURITY- 12/2015
12- 000080
6051.65.290.64399
600.00
12- 000080
1011.65.290.64399
600.00
Total :
1,200.00
182977
3/1/2016
008496
BATTLE, ELIZABETH ANNE
008496011216
PLANNING COMMISSIONER STIPEND - 1/2016
04- 000535
1011.50.505.60999
50.00
008496120815
PLANNING COMMISSIONER STIPEND - 12/2015
04- 000535
1011.50.505.60999
50.00
Total:
100.00
182978
3/1/2016
000011
BRENDA J. PETERSON & ASSOC.
12619199
BUSINESS CARDS - 1/2016
06- 006206
6051.45.450.62025
235.80
210198167
BUSINESS CARDS - 2/2016
02- 001872
1011.30.275.62025
111.24
Total:
347.04
Page:
9
vchlist Check List Page: 10
02/22/2016 1:10:58PM City of Lynwood
Bank code:
Voucher
apbank
Date
Vendor
Invoice
PO #
Description /Account
Amount
182979
3/1/2016
001338
BROADCAST MUSIC, INC.
0013382016
MUSIC LICENSE FEE -FY -2016
08- 003026
1052.60.701.64020
669.00
Total:
669.00
182980
3/1/2016
000300
BUBBS HARDWARE
22
HARDWARE SUPPLIES FOR WELL SITES - 2/2016
06- 005903
6051.45.450.65020
20.50
Total:
20.50
182981
3/1/2016
006014
CA BLDG.STANDARDS COMMISSION
006014123115
BUILDING PERMIT VALUATION FEE - 10/2015 - 1212015
1011.20202
276.00
Total:
276.00
182982
3/1/2016
009782
CALIFORNIA PERMITS
B- 005850
REFUND- BUILDING PERMIT FEE
1011.50.33101
208.57
1011.50.33110
30.62
B- 005851
REFUND- BUILDING PERMIT FEE
1011.50.33101
102.31
1011.50.33110
30.62
Total:
372.12
182983
3/1/2016
008889
CASANOVA, JORGE A.
008889011216
PLANNING COMMISSIONER STIPEND - 1/2016
04- 000536
1011.50.505.60999
50.00
008889120815
PLANNING COMMISSIONER STIPEND - 12/2015
04- 000536
1011.50.505.60999
50.00
Total:
100.00
182984
3/1/2016
009302
CHESSER, CHRISTINE
004070
BARTENDER SERVICE - 1/2016
08- 002980
1011.60.740.62064
225.00
Total:
225.00
182985
3/1/2016
001168
CINTAS CORPORATION NO. 2
8402503042
FIRST AID KIT REPLENISHMENT - 11/2015
08- 002875
1011.60.705.65020
163.77
Total:
163.77
182986
3/1/2016
001571
CLINICAL LAB OF SAN BERNARDINO
947124
WATER SAMPLES- 12/2015
06- 005876
6051.45.450.64399
1,004.00
947774
WATER SAMPLES - 12/2015
06- 005876
6051.45.450.64399
824.00
Page:
10
vchlist
Check List
Page: 11
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO#
Description /Account Amount
182986
311/2016
001571
001571 CLINICAL LAB OF SAN
BERNARDINO (Continued)
Total : 1,828.00
182987
3/1/2016
009670
COMPLIANCE & MONITORING, INC.,
6646
LABOR COMPLIANCE PROGRAM- 1/2016
06- 006091
4011.67.007.62015 1,933.33
Total: 1,933.33
182988
311/2016
006281
CONSULTANTS, PROFESSIONAL
IN000070963
SECURITY SERVICE FOR PRIVATE RENTALS - 11/2015
08- 002912
1011.60.740.62016 1,547.08
IN000070964
SECURITY SERVICE FOR PRIVATE RENTALS - 11/2015
08- 002912
1011.60.740.62016 280.00
IN00071905
SECURITY SERVICES - 12/2015
08- 002876
1011.10.101.62016 217.62
08- 002876
1011.15.105.62016 217.62
08- 002876
1011.20.110.62016 217.62
08- 002876
1011.25.205.62016 217.62
08- 002876
1011.30.275.62016 713.29
08- 002876
1011.35.330.62016 217.62
08- 002876
1011.45.401.62016 281.72
08- 002876
1011.50.505.62016 217.62
08- 002876
1011.60.701.62016 7,579.96
08- 002876
1011.65.290.62016 108.79
08- 002876
1011.75.815.62016 217.62
08- 002876
6051.30.315.62016 713.29
08- 002876
6051.45.450.62016 281.72
08- 002876
6051.65.290.62016 108.79
08- 002876
1011.55.601.62016 217.62
Total: 13,355.60
182989
311/2016
005157
CONVERSE CONSULTANTS
06- 31121 -30- 0000001
GEOTECHNICAL OBSERVATION & TESTING - 12/2015
06- 006131
4011.67.007.62015 2,117.50
Total: 2,117.50
182990
3/1/2016
001283
CORNELIOUS, DION
001283021016
CDBG COMMISSIONER STIPEND - 2/2016
11- 000660
2941.75.285.60999 50.00
Total : 50.00
182991
3/1/2016
008633
CSCDA
8219
BONDS OUTSTANDING ANNUAL FEE - 1212014 - 12/2015
Page: 11
vchlist Check List Page: 12
02/22/2016 1:10:68PM City of Lynwood
Bank code : apbank
Voucher Date Vendor
182991 3/1/2016 008633 CSCDA
Invoice PO #
(Continued)
02- 001870
182992 3/1/2016 000138 DAILY JOURNAL CORPORATION A2842556
04- 000540
B2802792 -1
06- 006066
82836674
11- 000661
182993 311/2016 006088 DIESEL MOBIL SERVICE 17487
06- 006164
17501
06- 006164
182994 3/112016 009323 DIGITAL MARKETING, DRAGON FIRE 128
12- 000085
182995
3/1/2016
008526
DORECK EQUIPMENT RENTALS, INC,
15MS53 -01
182996
3/1/2016
009783
ESPEJO, DIANE
004164
182997
3/1/2016
000028
EXCEL PAVING COMPANY
15274021 -1
182998
3/1/2016
003317
FAIR HOUSING FOUNDATION
003317013116
06- 006201
11- 000672
Description /Account
Amount
9011.30.301.64399
975.75
Total:
975.75
PUBLICATION SERVICES - 2/2016
1011.50.505.62025
130.90
ADVERTISING - 2010 URBAN WATER MGMT
PLAN
6051.45.450.62025
155.40
CDBG PUBLIC NOTICES - 1/2016
2941.75.285.62025
378.00
Total:
664.30
CITY FLEET REPAIRS- 1/2016
7011.45.420.63025
372.98
CITY FLEET REPAIRS - 2/2016
7011.45.420.63025
679.32
Total :
1,052.30
WEBSITE DEVELOPMENT - 10/2015
1011.65.250.62015
2,147.00
Total:
2,147.00
EMERGENCY WATER MAIN LINE REPAIR - 12/2015
6051.45.450.64399
949.75
Total:
949.75
REFUND - BATEMAN HALL RENTAL
1011.60.33215
200.00
Total :
200.00
REFUNDABLE DEPOSIT
1011.26101
4,600.00
Total :
4,600.00
CDBG PUBLIC SERVICE PROGRAM- 1/2016
2941.75.285.64399
611.89
Total:
611.89
Page: 12
vchlist
Check List
Page:
13
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
182999
3/1/2016
003334
FED EX
5 -304 -24803
COURIER SERVICE - 112016
02- 001822
1011.30.270.64399
2.75
02- 001822
1011.30.275.64399
2.74
5- 311 -67573
COURIER SERVICE - 2/2016
06- 005866
7011.45.420.64399
5.46
5- 319 -18699
COURIER SERVICE - 2/2016
02- 001822
1011.30.270.64399
2.39
02- 001822
1011.30.275.64399
2.39
Total:
15.73
183000
3/1/2016
001393
FERGUSON ENTERPRISES, INC.
0528959
METER BOXES AND COVERS - 10/2015
06- 006021
6051.45.450.65020
1,490.89
Total:
1,490.89
183001
3/1/2016
009784
FIELDS, TRACEY
000411
REFUND- BATEMAN HALL RENTAL
1011.60.33215
60.00
Total :
60.00
183002
3/1/2016
000003
FIRST CHOICE SERVICES
942203
COFFEE SERVICE AND SUPPLIES - 1/2016
11- 000733
1011.75.815.67950
49.81
Total:
49.81
183003
3/1/2016
009082
FLOYD, LATASIA
009082022516
ZUMBA INSTRUCTOR - 2/2016
08- 002897
1011.60.705.62015
456.00
Total:
456.00
183004
3/1/2016
008019
FROM LOT TO SPOT, INC.
201601
LINEAR PARK COMMUNITY OUTREACH - 2/2016
11- 000683
3782.75.208.62015
1,580.00
Total:
1,580.00
183005
311/2016
008482
GALINDO LOCK &KEY SERVICES
0510
KEY DUPLICATION - 1/2016
06- 006067
1011.45.415.64399
120.00
Total :
120.00
183006
3/1/2016
003983
GALLS QUARTERMASTER
004556149
UNIFORMS POURCHASE- 12/2015
04- 000530
1011.50.605.60040
93.70
004556154
UNIFORMS PURCHASE - 1212015
04- 000530
1011.50.605.60040
78.44
Page:
13
vchlist
Check List
Page:
14
02/2212016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183006
3/1/2016
003983
GALLS QUARTERMASTER
(Continued)
004556162
UNIFORMS PURCHASE- 12/2015
04- 000530
1011.50.605.60040
39.22
004826192
BUSINESS LICENSE UNIFORMS - 2/2015
11- 000720
1011.75.510.60040
22.23
004826219
BUSINESS LICENSE UNIFORMS - 2/2015
11- 000720
1011.75.510.60040
22.23
Total:
255.82
183007
3/1/2016
009599
GKK WORKS
16 -1773
HAM PARK COMMUNITY CTR. CONSTRUCTION
- 112015
06- 006030
4011.67.007.62015
25,600.00
Total:
25,600.00
183008
3/1/2016
001510
GRAINGER, INC.
9002367754
OPERATING SUPPLIES - 1/2016
06- 006017
2051.45.410.65020
239.33
9002536960
OPERATING SUPPLIES - 1/2016
06- 006017
2051.45.410.65020
104.27
9016620529
OPERATING SUPPLIES - 2/2016
06- 005888
6051.45.450.65020
67.84
9932151021
OPERATING SUPPLIES - 1/2016
06- 005888
6051.45.450.65020
59.82
9932538896
OPERATING SUPPLIES - 1/2016
06- 005888
6051.45.450.65020
40.29
9939764180
OPERATING SUPPLIES - 112016
06- 006017
2051.45.410.65020
280.03
Total :
791.58
183009
3/1/2016
005694
HERNANDEZ, EVELIA
005694021016
CDBG COMMISSIONER STIPEND - 2/2016
11- 000663
2941.75.285.60999
50.00
'
Total :
50.00
183010
3/1/2016
003315
HOME DEPOT CREDIT SERVICE
2072003
MATERIALS & SUPPLIES- 1/2016
06- 005926
1011.45.415.65020
31.93
2101843
MATERIALS & SUPPLIES- 1/2016
06- 005889
6051.45.450.65020
499.35
2200708
MATERIALS & SUPPLIES- 112016
06- 005889
6051.45.450.65020
49.02
Page:
14
vchlist
Check List
Page: 15
02122/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183010
3/1/2016
003315 HOME DEPOT CREDIT SERVICE
(Continued)
4012885
MATERIALS & SUPPLIES - 2/2016
06- 005926
1011.45.415.65020
129.72
4033516
MATERIALS & SUPPLIES- 1/2016
06- 005889
6051.45.450.65020
91.52
6024226
MATERIALS & SUPPLIES - 2/2016
06- 005926
1011.45.415.65020
379.44
6035491
MATERIALS & SUPPLIES - 2/2016
06- 005926
2701.45.610.65020
84.95
7971821
MATERIALS & SUPPLIES - 1/2016
06- 005889
6051.45.450.65020
148.97
8034730
MATERIALS & SUPPLIES- 112016
06- 005926
2701.45.610.65020
472.03
8034731
MATERIALS & SUPPLIES - 1/2016
06- 005926
2701.45.610.65020
82.77
9232751
MATERIALS & SUPPLIES - 1/2016
06- 005926
2701.45.610.65020
-69.75
9561815
MATERIALS & SUPPLIES - 1/2016
06- 005889
6051.45.450.65020
310.19
971126
MATERIALS & SUPPLIES- 1/2016
06- 005926
2051.45.430.65020
412.13
971127
MATERIALS & SUPPLIES - 1/2016
06- 005926
2051.45.430.65020
361.21
972136
MATERIALS & SUPPLIES - 1/2016
06- 005926
2701.45.610.65020
36.22
9744096
MATERIALS & SUPPLIES - 1/2016
06- 005889
6051.45.450.65020
237.62
9972217
MATERIALS & SUPPLIES - 1/2016
06- 005926
2701.45.610.65020
239.02
Total :
3,496.34
183011
3/1/2016
001530 HONEYWELL INC
F6171 KC202
HEATING & AC MAINTENANCE- 7/2015 - 6/2016
06- 005927
1011.45.415.63025
24,632.20
06- 005927
6051.45.450.63025
77,500.00
Total :
102,132.20
183012
311/2016
000608 HUB INTERNATIONAL INS.SVCS,INC
000608013116
LIABILITY INSURANCE FOR RENTALS - 112016
Page: 15
vchlist
Check List
Page:
16
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183012
3/112016
000608
HUB INTERNATIONALINS.SVCS,INC
(Continued)
08- 002865
1011.60.740.64001
3,404.52
Total :
3,404.52
183013
3/1/2016
000327
HUNTINGTON PK RUBBER STAMP CO.
BB275617
HEAVY DUTY DATE STAMPS - 1/2016
02- 001869
1011.30.270.65020
141.96
Total :
141.96
183014
3/1/2016
009535
HUSHMAND ASSOCIATES, INC.
GES15 -139
PAVEMENT DISTRESS - 11/2015
06- 005907
1011.45.405.62015
14,988.00
Total:
14,988.00
183015
31112016
000676
IDEAL LIGHTING SUPPLY, INC.
107040
LIGHTING MATERIALS & SUPPLIES - 1/2016
06- 005981
1011.45.415.65020
212.55
107135
LIGHTING MATERIALS & SUPPLIES - 2/2016
06- 005981
1011.45.415.65020
89.93
Total:
302.48
183016
3/112016
000353
INFOSEND, INC.
100724
PRINTING, FOLDING & MAILING /UTILITY BILLS - 12/2015
02- 001841
6051.30.315.62015
405.46
02- 001841
1052.30.315.62015
405.46
02- 001841
6401.30.315.62015
405.46
02- 001841
1052.30.315.65035
1,345.51
02- 001841
6051.30.315.65035
1,345.51
02- 001841
6401.30.315.65035
1,345.51
Total:
5,252.91
183017
3/1/2016
005848
INFRASTRUCTURE ENGINEERS
21479
INSPECTION SERVICE - STREET IMPROV - 112016
06- 006138
4011.68.017.62015
1,821.90
21534 Revised
PLAN CHECK/INSPECTION CLERICAL SUPPORT- 1/2016
04- 000531
1011.50.501.62015
1,025.86
04- 000531
1011.50.505.62015
2,051.72
Total :
4,899.48
183018
3/1/2016
000844
J & G GRAPHICS
05222
PRINTING SERVICE - 1/2016
06- 005982
6051.45.450.62025
34.62
06- 005982
6401.45.460.62025
233.20
Page:
16
vchlist
Check List
Page: 17
0212212016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account Amount
183018
3/1/2016
000844
000844 J & G GRAPHICS
(Continued)
Total: 267.82
183019
311/2016
008254
JCL BARRICADE COMPANY
83802
SIGNS & CHANNELS - 2/2016
06- 005952
2051.45.410.65020 129.71
Total: 129.71
183020
311/2016
000097
JONES LUMBER
41556
HARDWARE SUPPLIES - 1/2016
06- 005908
6051.45.450.65020 45.62
Total : 45.62
183021
3/1/2016
009778
JUDICATE WEST
382277
LEGAL SERVICES - 1/2016
06- 006207
1052.45.440.62001 5,880.00
Total: 5,880.00
183022
3/1/2016
003331
L.A. COUNTY SHERIFF DEPT.
161315NH
SHERIFF SECURITY FOR PRIVATE RENTALS - 9/2015
08- 002898
1011.60.740.62016 3,379.96
161675NH
LAW ENFORCEMENT SERVICES -CITY COUNCIL- 10/2015
07- 000672
1011.40.215.62015 1,448.56
162734NH
LAW ENFORCEMENT SERVICES - 1/2016
07- 000672
1011.40.215.62015 763,452.10
162735NH
LAW ENFORCEMENT -GRAND DEPUTY- 112016
07- 000672
1011.40.215.62015 15,291.83
Total: 783,572.45
183023
3/1/2016
005098
LANDEROS, ALEX
005098011216
PLANNING COMMISSIONER STIPEND - 1/2016
04- 000523
1011.50.505.60999 50.00
005098120815
PLANNING COMMISSIONER STIPEND - 1212015
04- 000523
1011.50.505.60999 50.00
Total: 100.00
183024
3/1/2016
006904
LATOUR, ANGEUGUE
000135
BARTENDER SERVICE1 /2016
08- 002859
1011.60.740.62064 150.00
000135 -A
BARTENDER SERVICE - 1/2016
08- 003014
1011.60.740.62064 50.00
Total: 200.00
183025
3/1/2016
000866
LEAD TECH ENVIRONMENTAL
9920
HOME/CDBG HOUSING REHAB
11- 000690
2961.75.865.62015 537.00
Page: 17
vchlist Check List Page: 18
02/22/2016 1:10:58PM City of Lynwood
Bank code: apbank
Voucher Date Vendor Invoice PO #
183025 3/1/2016 000866 000866 LEAD TECH ENVIRONMENTAL (Continued)
183026 3/1/2016 001256 LINDSAY. CARLA 001256012916
08- 002878
183027 3/112016 008480 LOPEZ AUTO SERVICE & TIRES INC 18108
06- 006212
18165
06- 006212
18193
06- 006212
18199
06- 006212
18502
06- 006212
183028 3/1/2016 004084 LPA,INC. 71117
06- 005528
183029 3/112016 000122 LYNWOOD RENTAL CENTER 185638
06- 005909
185658
06- 005909
183030 3/112016 002861 MAGIC JUMP RENTALS, INC. 136494
08- 003028
136494 -A
08- 003033
183031 3/1/2016 002761 MARCO POWER EQUIPMENT 122704
06- 005933
Description /Account Amount
Total: 537.00
YOGA INSTRUCTOR - SENIOR CENTER - 1/2016
1011.60.720.62015
293.25
Total :
293.25
AUTO REPAIR SERVICES - 112016
7011.45.420.63025
365.83
AUTO REPAIR SERVICES - 1/2016
7011.45.420.63025
473.93
AUTO REPAIR SERVICES - 112016
7011.45.420.63025
535.96
AUTO REPAIR SERVICES - 1/2016
7011.45.420.63025
649.32
AUTO REPAIR SERVICES - 1/2016
7011.45.420.63025
83.79
Total :
2,108.83
ARCHITECT /HAM PARK COMMUNITY CENTER
- 12/2015
4011.67.007.62015
24,800.00
Total :
24,800.00
SILICA SAND FOR GRAFFITI REMOVAL- 1/2016
1011.45.615.65020
30.74
SILICA SAND FOR GRAFFITI REMOVAL- 2/2016
1011.45.615.65020
30.74
Total:
61.48
JUMPERS FOR ANNUAL EASTER PROGRAM - 2/2016
1052.60.701.64020
1,165.50
GENERATOR- EASTER PROGRAM- 2/2016
1052.60.701.64020
108.00
Total:
1,273.50
OPERATING SUPPLIES - 1/2016
2051.45.410.65020
140.59
Total:
140.59
Page: 18
vchlist'
Check List
Page:
19
016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO#
Description /Account
Amount
183032
3/112016
000929
MCCAIN, INC.
INV0201029
CONTROLLER CABINET/TRAFFIC SIGNAL - 1/2016
06- 006125
2051.45.430.65020
8,694.95
Total:
8,694.95
183033
3/1/2016
009602
MOORE, LORRAINE
009602021016
CDBG COMMISSIONER STIPEND - 2/2016
11- 000695
2941.75.285.60999
50.00
Total:
50.00
183034
3/1/2016
009785
MOYEDA, JOSE
004094
REFUND- BATEMAN HALL RENTAL
1011.60.33215
400.00
Total:
400.00
183035
311/2016
000475
NATIONWIDE ENVIRONMENTAL SVCS.
27281
CATCHBASIN CLEANING SERVICES- 1/2016
06- 005872
1011.45.457.62015
2,641.00
06- 005872
6401.45.457.62015
8,222.00
27316
SIDEWALK CLEANING SERVICES - 2/2016
11- 000675
3381.75.750.62015
2,272.87
Total:
13,135.87
183036
3/1/2016
000078
OFFICE DEPOT
821787752001
OFFICE SUPPLIES - 2/2016
02- 001831
1011.30.270.65020
59.29
02- 001831
1011.30.275.65020
28.33
02- 001831
1011.30.310.65015
13.21
02- 001831
1011.30.310.65020
24.92
02- 001831
6401.30.315.65020
21.63
821787752002
OFFICE SUPPLIES - 2/2016
02- 001831
1011.30.270.65015
7.98
821790875001
OFFICE SUPPLIES - 2/2016
02- 001831
1011.30.270.65020
18.43
821790876001
OFFICE SUPPLIES - 2/2016
02- 001831
1011.30.270.65015
13.18
Total:
186.97
183037
3/1/2016
009059
OMNI APPRAISAL SERVICES
OA160203
HOME REHAB APPRAISAL SERVICES - 2/2016
11- 000684
2961.75.865.62015
275.00
Total:
275.00
Page:
19
vchlist
Check List
Page:
20
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183038
3/1/2016
007429
ONESOURCE WATER, LLC
CNIV088291
WATER COOLER RENTAL - 2/2016
06- 005970
1011.45.415.63030
50.00
Total :
50.00
183039
3/1/2016
005932
ONWARD ENGINEERING
3112
LINEAR PARK CONSTRUCTION MANAGEMENT - 1/2016
11- 000685
3782.75.208.62015
2,800.00
Total :
2,800.00
183040
3/1/2016
005562
ORKIN PEST CONTROL
107255726
PEST CONTROL SERVICE - 1/2016
08- 002866
1011.60.740.64399
140.00
Total:
140.00
183041
3/1/2016
004964
PENALOZA, ELIZABETH
004964010516
TUITION REIMBURSEMENT
6051.30.315.61050
414.85
Total:
414.85
183042
3/1/2016
008307
PHOENIX GROUP INFORMATION SYS
1120151204
ADMINISTRATIV —CODE ENFORC CITATION -
11/2015
04- 000533
1011.50.605.62015
36.07
Total:
36.07
183043
3/1/2016
002336
PLUMBING & HEATING CO., INC.,
2571891SREA
DRAIN CLEANING SERVICES - 112016
06- 006215
1011.45.415.64399
405.00
2571901SREA
DRAIN CLEANING SERVICES - 1/2016
06- 006215
1011.45.415.64399
370.00
Total:
775.00
183044
3/1/2016
001326
REDFLEX TRAFFIC SYSTEMS, INC.
RTS0010238
DIGTAL PHOTO ENFORCEMENT SERVICES -
1/2016
07- 000675
1011.40.215.67950
6,800.00
Total :
6,800.00
183045
3/1/2016
003905
RESOURCE MANAGEMENT, SOCIETY
9006287032
MEMBERSHIP DUES - 4/2016- 3/2017
1011.35.335.65040
190.00
Total:
190.00
183046
3/1/2016
009095
ROBERT R. COFFEE ARCHITECT
1975
ARCHITECT -NEW ANNEX PROJECT - 1/2016
06- 005475
4011.67.011.62015
19,770.92
1975 -A
SERVICES FOR AUDIOVISUAL SYSTEM - 1/2016
06- 006161
4011.67.011.64399
5,700.00
Page:
20
vchlist
Check List
Page:
21
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183046
3/1/2016
009095
009095 ROBERT R. COFFEE ARCHITECT (Continued)
Total :
25,470.92
183047
3/1/2016
008036
RUBIO'S TIRE SHOP 1371
REPAIRS & ROAD SERVICE- 112016
06- 005891
7011.45.420.63025
15.00
1373
REPAIRS & ROAD SERVICE - 1/2016
06- 005891
7011.45.420.63025
15.00
1376
REPAIRS & ROAD SERVICE - 1/2016
06- 005891
7011.45.420.63025
10.00
1377
REPAIRS & ROAD SERVICE- 1/2016
06- 005891
7011.45.420.63025
15.00
1378
REPAIRS & ROAD SERVICE - 1/2016
06- 005891
7011.45.420.63025
15.00
1379
REPAIRS & ROAD SERVICE - 1/2016
06- 005891
7011.45.420.63025
15.00
1381
REPAIRS & ROAD SERVICE - 1/2016
06- 005891
7011.45.420.63025
50.00
1382
REPAIRS & ROAD SERVICE - 2/2016
06- 005891
7011.45.420.63025
20.00
1383
REPAIRS & ROAD SERVICE - 2/2016
06- 005891
7011.45.420.63025
10.00
1384
REPAIRS & ROAD SERVICE - 2/2016
06- 005891
7011.45.420.63025
15.00
Total:
180.00
183048
3/1/2016
000519
S &S WORLDWIDE 8918029
EQUIPMENT FOR YOUTH CENTER - 112016
08- 003013
1011.60.710.65020
27.23
8923971
EQUIPMENT FOR YOUTH CENTER - 1/2016
08- 003013
1011.60.710.65020
981.00
Total:
1,008.23
183049
3/1/2016
007205
SANCHEZAWARDS 766
PLAQUES - AWARDS SERVICES- 2/2016
01- 001083
1011.10.101.64399
101.37
767
PLAQUES AWARDS SERVICES - 2/2016
01- 001083
1011.10.101.64399
101.37
Total:
202.74
183050
3/1/2016
009786
SANDERS, SHEDRICK EARL 000140
REFUND - BATEMAN HALL RENTAL
Page:
21
vchlist
02/22/2016 1:10:58PM
Bank code: apbank
Voucher Date Vendor
183050 3/1/2016 009786 SANDERS, SHEDRICK EARL
183051 3/1/2016 002727 SCPMA -HR
183052 3/1/2016 001742 SIMMONS, JASON
183053 311/2016 000312 SPARKLETTS
183054 311/2016 000089 STAPLES OFFICE WAREHOUSE
183055 3/1/2016 002969 STEINY & COMPANY. INC.
183056 3/112016 002969 STEINY & COMPANY. INC.
Check List Page: 22
City of Lynwood
Invoice
PO #
Description /Account
Amount
(Continued)
1011.60.33215
150.00
Total :
150.00
01212
MEMBERSHIP DUES - 1/2016 - 1/2017
1011.35.335.65040
50.00
Total :
50.00
001742022916
1NSANITY WORKOUT TEACHER- 2/2016
08- 003031
1011.60.740.62015
49.25
Total :
49.25
14624693012216
WATER AND COOLER RENTAL - 1/2016
04- 000525
1011.50.501.67950
17.11
6523809 010116
WATER AND COOLER RENTAL - 12/2015
11- 000734
1011.75.815.67950
15.00
6523809 020116
WATER AND COOLER RENTAL - 1/2016
11- 000734
1011.75.815.67950
16.00
Total:
48.11
3290314251
OFFICE SUPPLIES - 212016
06- 006116
1011.45.401.65015
9.47
3290452973
OFFICE SUPPLIES - 1/2016
02- 001832
1011.30.275.65015
78.10
3292190663
OFFICE SUPPLIES - 2/2016
02- 001832
1011.30.275.65015
9.18
02- 001832
1011.30.310.65020
142.13
3292351416
OFFICE SUPPLIES - 2/2016
02- 001832
1011.30.275.65020
87.15
Total :
326.03
7
TRAFFIC SIGNAL UPGRADE PROJECT -
1/2016
06- 005602
4011.67.988.62015
99,732.73
4011.20601
- 7,782.81
Total :
91,949.92
7 -A
TRAFFIC SIGNAL UPGRADE PROJECT -
1/2016
Page: 22
vchlist
Check List
Page: 23
02/22/2016
1:10:58PM
City of Lynwood
Bankcode:
apbank
Voucher
Date
Vendor
Invoice
PO #
Description /Account
Amount
183056
3/1/2016
002969
STEINY & COMPANY, INC.
(Continued)
06- 005602
4011.67.988.62015
55,923.50
Total:
55,923.50
183057
3/1/2016
009802
SUCILLA, ENRIQUE
004070
REFUND - BATEMAN HALL RENTAL
1011.60.33215
400.00
Total:
400.00
183058
3/1/2016
002938
TAJ OFFICE SUPPLY
0036460 -001
OFFICE SUPPLIES - 1212015
06- 005937
6051.45.450.65015
106.49
0036508 -001
OFFICE SUPPLIES - 1/2016
06- 005937
6051.45.450.65015
17.16
0036508 -001 -A
OFFICE SUPPLIES - 1/2016
06- 006191
6051.45.450.65020
46.30
0036557 -001
OFFICE SUPPLIES- 2/2016
01- 001085
1011.10.101.65015
260.51
Total:
430.46
183059
3/112016
001211
THE BANK OF NEW YORK MELLON
252 - 1919789
2014 LUA ENTERPRISE REV.BONDS
FEES - 1/2016
06- 006208
6051.45.450.67899
1,100.00
Total:
1,100.00
183060
3/1/2016
006066
THE SHERWIN WILLIAMS CO.
4073 -5
PAINT SUPPLIES - 2/2016
06- 005923
1011.45.614.65020
342.25
4074 -3
PAINT SUPPLIES - 2/2016
06- 005923
1011.45.614.65020
410.71
Total:
752.96
183061
3/1/2016
008658
TRAIN PARTY EXPRESS LLC
3262016
TRACKLESS TRAIN FOR EASTER PROGRAM-
3/2016
08- 003021
1052.60.701.64020
400.00
Total :
400.00
183062
3/1/2016
007742
ULINE,INC.
73943285
INDUSTRIAL RESPIRATOR- 1/2016
06- 006105
2051.45.410.65020
359.57
Total:
359.57
183063
3/1/2016
009742
UNI FIRST CORPORATION
3241745950
UNIFORM RENTALS- 1/2016
06- 006181
2051.45.430.60040
13.28
Page: 23
vchlist Check List Page: 24
02122/2016 1:10:58PM City of Lynwood
Bank code: apbank
Voucher Date Vendor
183063 3/1/2016 009742 UNIFIRST CORPORATION
183064
183065
183066
183067
3/1/2016 005357 URBAN ASSOCIATES, INC.
Invoice
(Continued)
3241745951
3241745952
3241745953
3241745954
3241745955
100.9A -1
3/1/2016 009771 VISTA ENVIRONMENTAL CONSULTING INV -11532
3/1/2016 009787 WASHINGTON, KYSHANA 000412
3/1/2016 002912 WATERLINE TECHNOLOGIES,INC 5327264
5327265
5327266
5327267
5328165
PO # Description /Account Amount
Page: 24
UNIFORM RENTALS - 1/2016
06- 006181
6051.45.450.60040
25.58
UNIFORM RENTALS - 1/2016
06- 006181
1011.45.415.60040
24.60
UNIFORM RENTALS - 1/2016
06- 006181
1011.45.614.60040
42.34
UNIFORM RENTALS - 1/2016
06- 006181
2051.45.410.60040
75.60
UNIFORM RENTALS - 112016
06- 006181
1011.45.415.64399
31.50
Total :
212.90
DIRECTOR OF DEVELOPMENT SERVICES - 112016
04- 000532
1011.50.501.62015
5,040.00
04- 000532
1011.50.505.62015
5,040.00
04- 000532
1011.50.605.62015
5,040.00
Total :
15,120.00
PREPARATION OF PROCEDURE 5 PLANS - 2/2016
06- 006198
4011.67.007.64399
1,200.00
Total:
1,200.00
REFUND - BATEMAN HALL RENTAL
1011.60.33215
100.00
Total:
100.00
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020
213.11
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020
418.20
SODIUM HYPOCHLORITE SOLUTION - 112016
06- 005893
6051.45.450.65020
237.14
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020
251.56
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020
288.41
Page: 24
vchlist
Check List
Page: 25
02/22/2016
1:10:58PM
City of Lynwood
Bank code:
apbank
Voucher
Date Vendor
Invoice
PO #
Description /Account Amount
183067
3/1/2016 002912
WATERLINE TECHNOLOGIES,INC
(Continued)
5328166
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020 285.21
5328167
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020 320.46
5328168
SODIUM HYPOCHLORITE SOLUTION - 1/2016
06- 005893
6051.45.450.65020 352.51
Total: 2,366.60
183068
3/1/2016 000040
WAXIE SANITARY SUPPLY
75773104
JANITORIAL SUPPLIES - 2/2016
06- 005882
1011.45.415.65020 42.43
Total : 42.43
183069
3/1/2016 002976
WE -DO EQUIPMENT
W108774
200 CONES FOR TRAFFIC CONTROL - 1/2016
06- 006178
6051.45.450.65020 3,041.10
W109217
SUCTION HOSES - 1/2016
06- 006194
6051.45.450.65020 844.75
Total : 3,885.85
183070
3/1/2016 000802
WEST, KENNETH
000802011216
PLANNING COMMISSIONER STIPEND - 1/2016
04- 000537
1011.50.505.60999 50.00
000802120815
PLANNING COMMISSIONER STIPEND - 12/2015
04- 000537
1011.50.505.60999 50.00
Total: 100.00
183071
3/1/2016 004157
YOUNGER, BILLY
004157011216
PLANNING COMMISSIONER STIPEND - 1/2016
04- 000526
1011.50.505.60999 50.00
004157120815
PLANNING COMMISSIONER STIPEND - 1212015
04- 000526
1011.50.505.60999 50.00
Total: 100.00
105
Vouchers for bank code: apbank
Bank total : 1,271,204.94
105
Vouchers in this report
Total vouchers : 1,271,204.94
Page: 25
vchlist
02/2312016
11:36:42AM
Check List
City of Lynwood
Page:
26
Bank code :
apbank
Voucher
Date
Vendor
Invoice PO #
Description /Account
Amount
183072
3/1/2016
009788
BARNES, DIANNE
Ref000092138
UB Refund Cst #042308
6051.20103
25.96
Total:
25.96
183073
3/1/2016
009790
DISMANTLING, COCO'S AUTO
Ref000092140
UB Refund Cst #049443
6051.20103
1.00
Total :
1.00
183074
3/1/2016
009795
EAGLE VISTA EQUITIES, LLC
Ref000092145
UB Refund Cst #054993
6051.20103
67.46
Total:
67.46
183075
3/1/2016
009796
EDNER, MEGAN
Ref000092146
UB Refund Cst #055066
6051.20103
101.82
Total :
101.82
183076
3/112016
009793
HOUSING, INC., PARTNERSHIP
Ref000092143
US Refund Cst #054960
6051.20103
93.82
Total:
93.82
- 183077
3/1/2016
009794
HOUSING, INC., PARTNERSHIP
Ref000092144
UB Refund Cst #054961
6051.20103
93.82
Total :
93.82
183078
3/1/2016
009797
LLC, CAMBRIDGE
Ref000092147
UB Refund Cst #055221
6051.20103
48.40
Total :
48.40
183079
3/1/2016
009792
MARTINEZ, ROGELIO
Ref000092142
U8 Refund Cst #054950
6051.20103
29.98
Total :
29.98
183080
311/2016
009791
PADILLA, GUILLERMO
Ref000092141
UB Refund Cst #054759
6051.20103
0.82
Total :
0.82
183081
3/1/2016
009798
RIOS, GUILLERMO
Ref000092148
US Refund Cst #055224
Page: 26
vchlist
02/23/2016
11:36:42AM
Check List
City of Lynwood
Page:
27
Bank code :
apbank
Voucher
Date Vendor
Invoice PO #
Description /Account
Amount
183081
3/1/2016 009798
RIOS, GUILLERMO
(Continued)
6051.20103
105.00
Total :
105.00
183082
3/1/2016 009789
SEE, KATHLEEN M.
Ref000092139
UB Refund Cst #048343
6051.20103
35.04
Total:
35.04
183083
3/1/2016 009602
MOORE, LORRAINE
009602010616
CDBG COMMISSIONER STIPEND - 1/2016
11- 000695
2941.75.285.60999
50.00
Total:
50.00
183084
3/1/2016 009692
PORTILLO, MARIA
Ref000090156
UB Refund Cst #046999
6051.20103
117.08
Total:
117.08
183085
3/1/2016 005688
SA ASSOCIATES
REV - UWMP -01
WATER WELL NO.22 CONSTRUCTION MGMT
- 10/2015
06- 005826
4011.67.894.62015
4,500.00
Total :
4,500.00
14
Vouchers for bank code : apbank
Bank total :
5,270.20
14
Vouchers in this report
Total vouchers :
5,270.20
Page: 27
1'I.Y
����+ t AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager --t
PREPARED BY: Raul Godinez, P.E., Director of Public Works / City Engineer
Elias Saikaly, P.E., Senior Public Works Manager
SUBJECT: Rescinding Construction Contract Award
Pedestrian Safety Improvement Project
Project No. 4011.67.913
Federal Project No. HSIPL 5250 (025)
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD, RESCINDING
THE AWARD OF CONTRACT TO CEM CONSTRUCTION CORP. AS THE LOWEST
RESPONSIBLE BIDDER IN THE AMOUNT OF $233,850 AND REJECT ALL BIDS
FOR THE PEDESTRIAN SAFETY IMPROVEMENT PROJECT; PROJECT NUMBER
4011.67.913, FEDERAL PROJECT NO. HSIPL 5250 (025) AND AUTHORIZING
STAFF TO RE- ADVERTISE THE PROJECT AND SOLICIT NEW BIDS ".
Background:
On December 1, 2015, the City Council awarded a contract to CEM Construction for the
Pedestrian Safety Improvement Project. And part of the contract is for the contractor to
abide by the State Department of Transportation (State) requirements.
As such, on January 7, 2016, staff met with the contractor to verify that all required
forms are included in the contract documents. Three State required forms were missing
from the document package. Staff then requested from the contractor to provide the
required documents prior to submitting the Award Package to the State. Since this is a
federally funded project, the State will not allow the contractor to proceed with the
construction on the project in the absence of these forms.
To date, CEM Construction has not submitted the missing and required documents.
And on February 11, 2016, the City received an email from CEM Construction
requesting to withdraw its bid for the Pedestrian Safety Improvement Project.
AGENDA
ITEM
/0
In addition, the second lowest bidder did not submit the required documents that are
required by the State. However, the third lowest bidder has submitted the proper forms
but his bid was $148,600 higher than the lowest bidder.
Discussion & Analysis:
Based on the information provided, staff is recommending rescinding CEM's contract
and readvertise the project to solicit new bids.
Below is the list of the three lowest bidders:
RANK
CONTRACTOR
BASE BID
1
CEM CONSTRUCTION CORP.
$233,850
2
ABNY GENERAL ENGINEERING
$333,550
3
C.S. LEGACY CONSTRUCTION, INC.
$382,450
Fiscal Impact:
There is a cost of $589.00 to readvertise the project in the local Lynwood Journal.
Coordinated With:
City Attorney's Office
City Clerk's Office
Finance Department
2
RESOLUTION NO.
A. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD,
RESCINDING THE AWARD OF CONTRACT TO CEM CONSTRUCTION CORP. AS
THE LOWEST RESPONSIBLE BIDDER IN THE AMOUNT OF $233,850 AND
REJECT ALL BIDS FOR THE PEDESTRIAN SAFETY IMPROVEMENT PROJECT;
PROJECT NUMBER 4011.67.913, FEDERAL PROJECT NO. HSIPL 5250 (025) AND
AUTHORIZING STAFF TO RE- ADVERTISE THE PROJECT AND SOLICIT NEW
BIDS
WHEREAS, the Pedestrian Safety Improvement Project, Project No.
4011.67.913, Federal Project No. HSIPL 5250 (025) is scheduled for construction
during Fiscal Year 2015 -2016; and
WHEREAS, on December 1, 2015, the City Council awarded a contract to CEM
Construction for the Pedestrian Safety Improvement Project and part of the contract is
for the contractor to abide by the State Department of Transportation (State)
requirements; and
WHEREAS, staff met with the contractor to verify that all required forms are
included in the contract document and found that several State required forms were
missing from the document package; and
WHEREAS, staff has requested from the contractor to provide the required
documents prior to submitting the Award Package to the State and up to date, CEM
Construction has not submitted the State's required forms and has requested to
withdraw its bid for the Pedestrian Safety Improvement Project.
WHEREAS, staff is recommending to rescind CEM's contract and readvertise the
project to solicit new bids
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. That the contract with CEM Construction for the Pedestrian Safety
Improvement Project, Project No. 4011.67.913, Federal Project No. HSIPL 5250 (025)
be rescinded and allow staff to readvertise for the project to solicit new bids.
Section 2. This resolution shall take effect immediately upon its adoption.
Section 3. The City Clerk shall certify as to the adoption of this City Council
Resolution.
3
PASSED, APPROVED and ADOPTED this 15t day of March, 2016.
ATTEST:
Maria Quinonez
City Clerk
APPROVED AS TO FORM:
David A. Garcia
City Attorney
Edwin Hernandez; Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works /City Engineer
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of the City of
Lynwood at a regular meeting held in the City Hall of said City on the day of
and passed by the following vote:
AYES:
NOES:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City Council
of said City, do hereby certify that the above and forgoing is a full, true and correct copy
of Resolution No. on file in my office and that said resolution was adopted
on the date and by the vote therein stated.
Dated this day of
City Clerk, City of Lynwood
E
F •�Od
y¢° AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Managern /'
PREPARED BY: Raul Godinez II, Director of Public Works /City Engineer
Elias Saikaly, Senior Public Works Manager
SUBJECT: Fund Appropriation for Sidewalk Improvement Project
Project No. 4011. 68.022
Recommendation:
Staff recommends that the City Council adopt the following resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AUTHORIZING THE APPROPRIATION OF $64,729 FROM THE
UNAPPROPRIATED TRANSPORTATION DEVELOPMENT ACT, ARTICLE 3
FUNDS TO THE SIDEWALK IMPROVEMENT PROJECT, PROJECT NO.
4011.68.022."
Background:
Every year, the City receives funds from the Los Angeles Metropolitan
Transportation Authority (MTA), through the Transportation Development Act
(TDA) for sidewalk improvements. For the last three fiscal years, funds have been
carried over from FY 12 -13, 13 -14, 14 -15 for this fiscal year to provide
improvements on sidewalks throughout the City.
Discussion & Analysis:
This project encompasses the replacement of uplifted and broken concrete
sidewalks and any incidentals such as drive approaches, and some tree removal
which are causing damage to the sidewalk.
ITEM
MTA has approved City's request for funds up to $151,883 to be used for the
sidewalk replacement. However, since $87,154 was already allocated to the
project, a balance of $64,729 is needed to be transferred to the project account.
Fiscal Impact:
An additional $64,729 needs to be appropriated from the TDA Fund to project No.
4011.68.022.
Coordinated With:
Finance & Administration
Recreation and Community Services
City Attorney
2
RESOLUTION.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AUTHORIZING THE APPROPRIATION OF $64,729 FROM THE
UNAPPROPRIATED TRANSPORTATION DEVELOPMENT ACT, ARTICLE 3
FUNDS TO THE SIDEWALK IMPROVEMENT PROJECT, PROJECT NO.
4011.68.022.
WHEREAS, the Transportation Development Act, Article 3 (TDA) provides
that 2% of each county's total local Transportation Fund be annually set aside
and used to fund the development of pedestrian and bicycle facilities; and
WHEREAS, the TDA funds allocation of the City of Lynwood for FY 2015-
16 is $64,729; and
WHEREAS, staff has identified various locations citywide where
reconstruction of sidewalk is needed; and
WHEREAS, the Lynwood City Council desires to continue providing safe
pedestrian facilities to its residents.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD
DOES HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. That the City Manager or his designee is hereby authorized to
make the following funds transfer and appropriations:
FROM
Unappropriated TDA Funds
FY 2015 -16
$64,729
TO
Sidewalk Reconstruction Project
Project No. 4100.68.022
$64,729
Section 2. That this Resolution shall take effect immediately upon its
adoption.
3
PASSED, APPROVED and ADOPTED this 15t day of March, 2016.
ATTEST:
Maria Quin6nez
City Clerk
APPROVED AS TO FORM:
David A. Garcia
City Attorney
Edwin Hernandez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works /City Engineer
0
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, do hereby certify that
the above and foregoing resolution was duly adopted by the City Council of the
City of Lynwood at a regular meeting held in the City Hall of said City on the day
of , and passed by the following vote:
AYES:
IkgMC& i
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City
Council of said City, do hereby certify that the above and forgoing is a full, true
and correct copy of Resolution No.
on file in my office and that said
resolution was adopted on the date and by the vote therein stated.
Dated this
day of
City Clerk, City of Lynwood
F'
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager
PREPARED BY: Erika Ramirez, Interim Director, Department of Development, q<-
Compliance and Enforcement
Annette Potts, Deputy Director of Administrative ServicesAf
SUBJECT: Approval of a Substantial Amendment to the Housing and Urban
Development (HUD) Fiscal Year 2015 -2016 (FY16) Consolidated
Annual Action Plan and use of Community Development Block
Grant (CDBG) funds
Recommendation:
Staff respectfully recommends that City Council after review and consideration:
1. Approve a Substantial Amendment to the HUD FY16 Consolidated Annual Action
Plan and use of Community Development Block Grant for Fiscal Year 2015-
2016; and
2. Adopt the attached resolution entitled: "A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF LYNWOOD APPROVING A SUBSTANTIAL
AMENDMENT TO THE FISCAL YEAR 2015 -2016 (FY16) CONSOLIDATED
ANNUAL ACTION PLAN TO DELETE THE FY16 SECTION 108 LOAN
REPAYMENT ACTIVITY; AND ADD THE FY16 RESIDENTIAL STREET
IMPROVEMENT ACTIVITY ".
Background:
The City of Lynwood receives an annual allocation of Community Development Block
Grant (CDBG) funds from the Department of Housing and Urban Development (HUD) to
develop viable communities by providing decent housing, a suitable living environment,
and securing debt service to enhance and expand economic opportunities, principally
for low and moderate income persons.
ITEM
120
Each year the City prepares a Consolidated Annual Action Plan (ConPlan) that states
the goals, programs, activities and the amount of funds to be committed per program or
activity for the new fiscal year. On May 5, 2015, City Council allocated $629,983 in
CDBG funds for the Section 108 Loan Repayment activity as part of the FY16
Consolidated Annual Action Plan. CDBG funds were used as security for the repayment
of the Section 108 loan; therefore the City was required to allocate debt payments on an
annual basis until the loan was paid in full. In June 2015, the City of Lynwood paid off
the Section 108 Loan, therefore the $629,983 approved payment for FY16 is no longer
required and the Section 108 Loan Repayment activity should be deleted from the
approved FY16 ConPlan. HUD regulations require that a Substantial Amendment
process be initiated when a City decides:
a. Not to carry out an activity described in the Final Consolidated Annual Action Plan;
b. To carry out an activity not previously described in the Final Plan;
c. Substantially change the purpose, scope, location or beneficiaries of an activity;
d. Change its method of distribution; or
e. Changes the use of CDBG funds from one eligible activity to another.
Discussion & Analysis:
Upon deletion of the Section 108 Loan Repayment activity, $629,983 in CDBG funds
will be available to eligible CDBG programs and /or activities. As such, the Public Works
Department requested the use of these funds for residential street improvements as
listed below:
Location
Amount
1. Birch Street from Platt Avenue to Fernwood Avenue
$ 99,000
2. Walnut Avenue from Spruce Avenue to Birch Street
$ 94,000
3. Redwood Avenue from State street to Peach Street
$145,000
4. Fir Street from Fernwood Avenue to Walnut Avenue
$ 69,000
5. Lugo Avenue from Bullis Road to Spruce Avenue
$ 96,000
6. Platt Avenue from Birch Street to Fernwood Avenue
$125,000
Street improvements will include the removal and reconstruction of curbs and gutters to
eliminate any ponding and provide better water flow; sidewalk repair and reconstruction,
as needed; the construction of concrete curb ramps, removal of trees that are uplifting
the sidewalks, grinding the existing asphalt pavement and applying fresh coats of
asphalt over the roadway.
As part of the Substantial Amendment process, HUD requires the City to hold a public
hearing and advertise the proposed amendments for a 30 -day review period to allow for
public input and /or comments. The proposed Substantial Amendment was advertised
and made available for public review from January 21, 2016 through February 25, 2016.
On February 10, 2016, the Community Development Block Grant (CDBG) Commission
held a public hearing to discuss and obtain additional input on the proposed Substantial
Amendment to the FY16 ConPlan. At the close of the public hearing and upon review
and discussion of the proposed amendments, the CDBG Commission unanimously
recommended that City Council approve the Substantial Change to delete the FY16
Section 108 Loan Repayment activity and add a new activity for FY16 Residential Street
Improvements in the amount of $629,983. No negative input or comments were made
or submitted during the 30 -day review period or during the public hearing.
Fiscal Impact:
There is no fiscal impact to the City's General Fund. The FY16 Residential Street
Improvement activity will be funded by the Community Development Block Grant.
Coordinated With:
City Manager's Office
Public Works Department
Finance and Administration
City Attorney's Office
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
APPROVING A SUBSTANTIAL AMENDMENT TO THE FISCAL YEAR 2015 -2016
(FY16) CONSOLIDATED ANNUAL ACTION PLAN TO DELETE THE FY16
SECTION 108 LOAN REPAYMENT ACTIVITY; AND ADD THE FY16
RESIDENTIAL STREET IMPROVEMENT ACTIVITY'.
WHEREAS, on May 5, 2015, Lynwood City Council allocated $629,983 in
Community Development Block Grant (CDBG) funds for the Section 108 Loan
Repayment activity, as part of the Housing and Urban Development (HUD) Fiscal Year
2015 -2016 Consolidated Annual Action Plan (ConPlan); and
WHEREAS, in June of 2015, the City of Lynwood paid off its Section 108 Loan,
therefore the approved CDBG funds in the amount of $629,983 is no longer required
and the Section 108 Loan Repayment activity can deleted from the FY16 ConPlan; and
WHEREAS, HUD regulations require that a Substantial Amendment be approved if
the City decides:
a. Not to carry out an activity described in the Final Consolidated Annual Action Plan;
b. To carry out an activity not previously described in the Final Plan;
c. Substantially change the purpose, scope, location or beneficiaries of an activity;
d. Change its method of distribution; or
e. Changes the use of CDBG funds from one eligible activity to another.
WHEREAS, with the deletion of the FY16 Section 108 Loan Repayment, $629,983 in
CDBG funds become available for eligible CDBG program and /or activities; and
WHEREAS, Lynwood's Public Works Department has requested the use of
$629,983 in CDBG funds for residential street improvements as follows:
Locations Amount
1. Birch Street from Platt Avenue to Fernwood Avenue
$ 99,000
2. Walnut Avenue from Spruce Avenue to Birch Street
$ 94,000
3. Redwood Avenue from State street to Peach Street
$145,000
4. Fir Street from Femwood Avenue to Walnut Avenue
$ 69,000
5. Lugo Avenue from Bullis Road to Spruce Avenue
$ 96,000
6. Platt Avenue from Birch Street to Fernwood Avenue
$125,000
WHEREAS, from January 21, 2016 through February 25, 2016, the proposed
Substantial Amendment to the FY16 Consolidated Annual Action Plan to delete the
FY16 Section 108 Loan Repayment activity and add the FY16 Residential Street
Improvement activity was advertised in the Lynwood Press and made available for
review. On February 10, 2016, a public hearing was held to further allow for public input
and comments on the proposed substantial amendments. No negative comments were
received during public hearing or the comment period; and
WHEREAS, staff is seeking approval to delete the FY16 Section 108 Loan
Repayment activity in the amount of $629,983 from the FY16 Consolidated Annual
Action Plan; and add the FY16 Residential Street Improvement activity in the amount of
$629,983.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, DETERMINE, ORDER AND RESOLVE AS FOLLOWS:
Section 1. Approve and Adopt the Substantial Amendment to the FY16
Consolidated Annual Action Plan and use of CDBG funds to delete the FY16 Section
108 Loan Repayment activity in the amount of $629,983; and add the FY16 Residential
Street Improvement activity in the amount of $629,983.
Section 2. This Resolution shall become effective immediately upon its adoption.
PASSED, APPROVED, AND ADOPTED this day of March _, 2016.
ATTEST:
Maria Quinonez, City Clerk
APPROVED AS TO FORM:
David A. Garcia, City Attorney
Edwin Hernandez, Mayor
APPROVED AS TO CONTENT:
Erika Ramirez, Interim Director,
Department of Development,
Compliance and Enforcement
0 AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager
PREPARED BY: Raul Godinez II, P.E., Director of Public Works /City Engineer
Lorry Hempe, Public Works Special Projects Manager
SUBJECT: Approval of a Contract with Cannon to Complete the Site Plans;
Update Specifications and Provide Bidding and Construction
Support
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING A
CONTRACT TO CANNON CORPORATION IN THE AMOUNT NOT -TO- EXCEED
$105,017 TO PREPARE SITE PLANS; UPDATE SPECIFICATIONS; AND PROVIDE
SUPPORT DURING BIDDING AND CONSTRUCTION FOR THE DESIGN OF THE
SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM FOR THE
CITY'S WATER INFRASTRUCTURE SYSTEM, (CIP NO. 4011.67.897); AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT ".
Background:
The City of Lynwood's Water Division currently utilizes a 1993 vintage Supervisory
Control and Data Acquisition (SCADA) system to assist Public Works' staff in operating
and managing the various facilities of the City's water infrastructure system. Given its
age and current wear, the system is in need of a major upgrade and should be
replaced. The new SCADA system will allow staff to monitor and control the operation of
the City's water system 2417 on -site or remotely. This improved ability to monitor the
system will increase the operational efficiency by maximizing the use of ground water
and minimizing the need for imported MWD water, which is more costly.
On August 3, 2010, the City Council approved a contract with Cannon Corporation
(Cannon) for the evaluation of the existing system and subsequent new design of a new
SCADA system for the City of Lynwood's water infrastructure system in the amount of
$87,610. The Agreement with Cannon was amended twice; one on February 9, 2011
in the amount of $21,485 and the other on June 5, 2012 in the amount of $3,800. f nr
ITEM
15
The project was placed on hold. Staff approached Cannon to complete the plans and
specifications for bidding.
Discussion & Analysis:
Following a Request for Proposal process, Cannon was awarded a contract to evaluate
the existing system and subsequent new design of a new SCADA system for the City's
water infrastructure system. A Contract Amendment No. 1 was issued in the amount of
$21,485. The amendment was for the necessary radio path study and the design of
additional programmable logic controllers at the well sites. A second Contract
Amendment was issued in the amount of $3,800 to coordinate with other consultants
working on Well No. 22, Well No. 8 Secondary Regulation and Relief Valve and Well
Sites Improvement Project.
The project stalled from 2013 to 2015 due to staff transition. In 2015, staff initiated a
conversation with Saint Francis Medical Center to inform them that the SCADA project
is being revived. Placing antennae at one of the highest point in the City is critical to the
project. Saint Francis Medical Center provided their approval and assisted the City to
submit a permit application to the Office of Statewide Health Planning and Development
for the installation of antennae at the seventh floor of the Saint Francis Medical Center.
Completing the Project
The City's Water Master Plan recommended the provision of a new SCADA system at
the City's water operating yard to facilitate the monitoring and automatic operation of the
pumping systems, including the City's interconnection with the MWD feeder. The City's
existing system is not user - friendly and its capabilities are limited. For instance, there is
no report generation to indicate the peak flow or lowest flow during the year. The
closest data, available by manipulation of existing data, is the monthly production rate. It
is uncertain whether upon loss of the control room remote terminal unit a new one is
available, and it is uncertain whether a backup program could be downloaded in a
reasonable time to prevent major service disruption.
What is left to complete is the preparation of the site plans detailing the locations of the
Programmable Logic Controller (PLC) panels, antennas and antenna cable routing at
some of the remove water facilities. The fees included will get the plans from their
current state at approximately 95% complete to final.
To expedite the completion of the design and specifications, staff recommends that the
City Council approves a contract with Cannon to provide additional plans to finish the
design and specifications; update the estimated construction costs; and provide support
during bidding and construction.
E
Proposed Cost and Award of Contract to Cannon
Staff recommends that the City Council forgo a formal bid process for the completion of
the plans and specifications as well as the retention of support services during bidding
and construction. Cannon serves as the Engineer of record for those plans and
specifications. Under 6- 3.13(a)(2) of the Lynwood Municipal Code an exception from the
formal bidding process is provided when supplies, equipment, services or contract could
be obtained from only one source.
Fiscal Impact:
No additional appropriation is needed at this for the recommended action.
The City Council approved an appropriation of $571,161 for the SCADA project. Three
years ago, the initial SCADA construction estimate was $585,000. Once the estimate is
updated, staff will provide the updated construction estimate and request additional
appropriation, if necessary, when the plans and specifications are brought to the City
Council for acceptance.
Coordinated With:
City Attorney's Office
Finance Department
3
Tasks
Amount
Final PLC Site Plans and
Specifications
Task 1
Attachment A
$ 48,097
Bidding Period Services
Task 2
Attachment B
$ 9,088
Construction
Administration and
Support Services
Task 3
Attachment B)
$ 47,832
Total Costs
$ 105,017
Fiscal Impact:
No additional appropriation is needed at this for the recommended action.
The City Council approved an appropriation of $571,161 for the SCADA project. Three
years ago, the initial SCADA construction estimate was $585,000. Once the estimate is
updated, staff will provide the updated construction estimate and request additional
appropriation, if necessary, when the plans and specifications are brought to the City
Council for acceptance.
Coordinated With:
City Attorney's Office
Finance Department
3
RESOLUTION NO.
• RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING
• CONTRACT TO CANNON CORPORATION IN THE AMOUNT NOT -TO- EXCEED
$105,017 TO PREPARE SITE PLANS; UPDATE SPECIFICATIONS; AND PROVIDE
SUPPORT DURING BIDDING AND CONSTRUCTION FOR THE DESIGN OF THE
SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM FOR THE
CITY'S WATER INFRASTRUCTURE SYSTEM, (CIP NO. 4011.67.897); AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT
WHEREAS, the evaluation and design of the Supervisory Control and Data
Acquisition (SCADA) system for the City of Lynwood's water infrastructure system is
listed in the Capital Improvement Program for Fiscal Year 2016; and
WHEREAS, the City's Water Master Plan recommended the provision of a new
SCADA system at the City's water operating yard to facilitate the monitoring and
automatic operation of the pumping systems, including the City's interconnection with
the MWD feeder; and
WHEREAS, following a Request for Proposal process the City Council awarded
Cannon Corporation (Cannon) to prepare the plans and specifications; and
WHEREAS, the SCADA project was stalled from 2013 to 2015; and
WHEREAS, the plans and specifications are 95 percent complete; and
WHEREAS, Cannon has submitted a proposal to complete the site plans and
update the specifications and to provide support during bidding and construction.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. That the City Council approves to award a contract to Cannon in
the not -to- exceed amount of $105,017 to prepare site plans, update specifications, and
provide support during bidding and construction for the SCADA system.
Section 2. That, since Cannon is the engineer of record for the plans and
specifications, that the City Council exercises the provision under 6- 3.13(a)(2) as an
exception from the formal bidding process when the services could be obtained from
only one source.
Section 3. That the Mayor is authorized to execute the Agreement between
the City and Cannon in a form approved by the City Attorney.
4
Section 4. That the City Manager is authorized to expend an additional 10
percent of the approved contract price for any change orders with Cannon.
Section 5. That this resolution shall take effect immediately upon its adoption.
Section 6. That the City Clerk shall certify as to the adoption of this City
Council resolution.
PASSED, APPROVED and ADOPTED this 1st day of March 2016.
FIN 60*1 IF
Maria Quinonez
City Clerk
APPROVED AS TO FORM
David A. Garcia
City Attorney
Edwin Hernandez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works / City Engineer
5
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was passed and adopted by the City Council of the City
of Lynwood at a regular meeting held on the day of , 20, and
passed by the following vote:
AYES:
NOES:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City Council
of said City, do hereby certify that the above and forgoing is a full, true and correct copy
of Resolution No. on file in my office and that said resolution was adopted
on the date and by the vote therein stated.
Dated this day of 20
City Clerk, City of Lynwood
Cannon
February 16, 2016
Ms. Lorry Hempe
Public Works Special Projects Manager
City of Lynwood
11330 Bullis Road
Lynwood, CA 90262
4 1k+c!n*-'k R—
PROJECT: SCADA SYSTEM FOR WATER SYSTEM -PREPARE SITE PLANS AND UPDATE
SPECIFICATIONS
Dear Ms. Hempe:
As you have requested, the following scope of services and fees are proposed to finish the
design of the City's proposed SCADA System upgrade project. In general, the remaining
design effort includes the development of site plans which detail the locations and layout of
the new SCADA panels in relation to the proposed radio antennas locations.
Task 1 below includes the preparation of site plans which detail the locations of PLC panels,
antennas and antenna cable routing at some of the remote water facilities contained within
the original scope of work; as discussed in our phone conversation on February 4, 2016, the
plans will not include the well sites and booster station. Additionally, the specifications will be
revised to remove the well sites and booster station from the SCADA project, and both the
specifications and the opinion of probable construction casts will be updated for current
standards and costs.
Sincerely
`- �I
Derek Romer, PE
Senior Electrical Principal Engineer
E 16396
annon
Proposal., SCADA System for Water System
Prepare Site Plans and Update Spec cations
PROJECT UNDERSTANDING AND APPROACH
The City of Lynwood is upgrading their existing SCADA system by replacing the PLCs at the
wells and booster station, installing PLCs at the PRV and pressure measuring sites
throughout the city, and installing a new central station at the Public Works Yard complete
with new SCADA software. A new Ethernet radio communication system is to be installed with
a repeater at the St. Francis Medical Center. Cannon is providing the design of the new
SCADA system and the City would like Cannon to provide additional plans to finish the design
Additionally, the specifications and opinion of probable construction costs need to be updated.
SCOPE OF WORK
This scope of work was developed based on our discussions with City staff.
Task 1. PLC Site Plans and Specifications
Cannon will prepare drawings of the approximate location of each new PLC panel, the
location of the antenna and pole, and the conduit and cable between the PLC and the
antenna. Using electronic files prepared by others, drawings will be prepared for the following
sites:
1. Pressure Regulation Station No. 1 (McNerney and Imperial)
Because there are not existing electronic files of the other water facilities sites requiring PLC
panels, Cannon will use Google Earth images and occupy the site to take pictures of the
areas to prepare plans for the following sites:
2. Pressure Regulating Station at the MWD Tumout
3. Pressure Regulating Station at McNerney and Abbott
4. Pressure Reading Station #1
5. Pressure Reading Station #2
6. Pressure Reading Station #3
7. Pressure Reading Station #4
8. Pressure Reading Station #5
9. St. Francis Medical Building
Based on the radio path study, Cannon will locate the PLC panels and antennas at locations
indicated in the study. Where a new pole is to be installed, Cannon will indicate this on the
drawings and specify a City approved pole. Antenna footing details will be included on the
plans. Field measurements will be taken and input onto the drawings so the contractors will
have sufficient data to bid and construct the facilities.
The fees included herein assume up to two plan checks will be necessary to get the plans
from their current state (approximately 95 %) to final.
100510.03
annon
Proposal: SCADA System for Water System
Prepare Site Plans and Update Specifications
Based on a conference call between the City, Cannon, SA Associates and Linkture, the
following sites will be removed from Cannon's design:
1. Booster and Reservoir Site including Pressure Regulation Station No. 2
2. Well #5
3. Well #8
4. Well #9
5. Well #11
6. Well #19
7. Well #22
DELIVERABLES
The anticipated deliverables for this project are as follows:
• Final plans, specifications and opinion of probable construction costs
ASSUMPTIONS AND EXCLUSIONS
The following assumptions and exclusions apply to this proposal:
• Two submittals (98% and Final) are included in the fees. If additional submittals are
required then a change in the fees will be required.
• Cannon assumes that the existing radio path study remains viable and
communication will occur via radio frequencies and paths currently identified to all
sites. The fees herein do not include an updated radio path study prepared by
Cannon.
FEES
Fees are based on T &M NTE and are itemized below. Invoicing will be billed monthly based
on tasks completed per the enclosed fee schedule. Direct expenses are included with the
tasks. The fees do not include Agency checking or recording fees, or title company fees. It is
our understanding that this project qualifies for California Prevailing Wages.
Task 1. PLC Site Plans and Specifications $ 48,097
T &M Not to Exceed: $ 48,097
100510.03
Cann ®n
Proposal: SCADA System for Water System
Prepare Site Plans and Update Specifications
2016 FEE SCHEDULE
Engineering /Design Staff: Civil, Mechanical, Electrical, Structural, Planning, Landscape
Sr. Consultant / Director ...............
163.00 - 225.00
Administrative /Clerical....................
65.00 - 85.00
Sr. Principal Engineer ...................160.00
- 195.00
Sr. Principal Designer ..................
105.00 - 135.00
Principal Engineer ........................145.00
- 185.00
Principal Designer ........................
100.00 - 125.00
Sr. Associate Engineer .................
135.00 - 165.00
Sr. Project Designer.......................
95.00 - 120.00
Associate Engineer .......................125.00
- 150.00
Lead Designer. ...............................
90.00 - 115.00
Sr. Project Engineer .....................115.00
- 140.00
Project Designer .............................
80.00 - 110.00
Project Engineer .. .........................105.00
- 130.00
Sr. CAD Tech / CAD Tech..............
80.00 - 95.00
Design Engineer ... ..........................95.00
- 120.00
Technical Writer I, II, III..................
85.00 - 116.00
Engineering Assistant 1, 11 ...............70.00
- 90.00
Planner/ Landscape Arch..............
70.00 - 115.00
Project Coordinator I, II, III, IV ........85.00
- 115.00
Associate Planner/ Land Arch.....
125.00 - 150.00
Grant Funding Manager I, 11..........125.00
- 140.00
Sr. / Chief Planner ........................
145.00 - 165.00
Automation Staff
- 175.00
Survey Technician I -VI ...................
85.00 - 145.00
Sr. Automation Specialist .............165.00
- 174.00
Lead Automation Technician........
100.00 - 110.00
Lead Automation Specialist..........
140.00 - 147.00
Automation Technician ..................
90.00 - 100.00
Automation Specialist ...................130.00
- 137.00
Sr. Automation Analyst.................
115.00 - 130.00
Sr. Automation Technician............
120.00 - 126.00
Lead Automation Analyst ..............
110.00 - 120.00
Automation Const. Coord I, 11 .........85.00
- 110.00
Automation Analyst ......................
100.00 - 105.00
IE Services Coordinator ....................70.00
- 80.00
One -Man HDS Crew ..................................
220.00
Prevailing Wage
Two -Man UMO Crew....................
150.00 - 230.00
Inside Wireman, Communications & System Technician / Installer ..... ...............................
110.00 - 130.00
Construction Management Staff
Principal Construction Manager....
160.00 - 190.00
Structures Representative............
130.00 - 150.00
Sr. Construction Manager .............
165.00 - 180.00
Associate Construction Engineer.
100.00 - 125.00
Construction Manager ..................
130.00 - 165.00
Construction Inspector I, II .............
90.00 - 120.00
Sr. Resident Engineer ..................155.00
- 165.00
Office Engineer ............................
105.00 - 125.00
Resident Engineer ........................140.00
- 155.00
Construction Coordinator I, II .........
85.00 - 110.00
Assistant Resident Engineer.........
125.00 - 140.00
ForensicstExpert Testimony Staff
Expert Testimony (Depositionrrrial
) ............ 450.00
Technical Support ........................
230.00 - 280.00
Office Administrator ........... .........................150.00
Research & Investigation .............
200.00 - 300.00
Survey Office Staff
Chief Surveyor / Sr. Consultant ....
160.00 - 175.00
Land Surveyor IN ........................
120.00 - 160.00
Sr. Land Surveyor .........................160.00
- 175.00
Survey Technician I -VI ...................
85.00 - 145.00
Survey Manager ......... ..................150.00
- 175.00
GIS Specialist/ Tech.. ..................
110.00 - 140.00
This schedule provides ranges for various staff classifications. The actual rate may differ depending on the
discipline; however, it will not be
higher than the given range.
Survey Field Staff
Three -Man Crew ..........................
275.00- 350.00
Three -Man HDS Crew ................................
350.00
Two-Man Crew ............................
230.00 - 275.00
Two -Man HDS Crew ..................................
285.00
One -Man Crew ............................
150.00 - 200.00
One -Man HDS Crew ..................................
220.00
One -Man Crew (no robot) .. .........................130.00
Two -Man UMO Crew....................
150.00 - 230.00
3D HDS Data Modeling .................
90.00 - 110.00
One -Man UMO Crew....................
100.00 - 150.00
Prevailing Wage
Three -Man Crew ................ .........................375.00
Three -Man HDS Crew. ...............................
375.00
Two-Man Crew ............................
285.00 - 290.00
Two-Man HDS Crew ..................................
285.00
One-Man Crew ............................
190.00- 205.00
One -Man HDS Crew ..................................
220.00
Two-Man UMO Crew ......... .........................285.00
One -Man Crew (no robot) ..........................
160.00
One -Man UMO Crew ......... .........................200.00
All of the above hourly rates include all direct labor costs and labor overhead, general and administrative
expenses and profit. If the client requests, or the client's schedule requires work to be done on an overtime
basis, a multiplier of 1.5 will be applied to the above rates for weekdays and 2.0 for weekends
and holidays.
100510.03
�on
Proposal: SCADA System for Water System
Prepare Site Plans and Update Specifications
Other Direct Charges
In -House Reproduction
Printing /Copies 8 Y= x 11 .......................................................................
............................... $0.05 per page
Printing /Copies 11 x 17 .........................................................................
............................... $1.00 per page
BlackLine Plots ....................................................................................
............................... $2.00 per page
ColorPlots ............................................................................................
............................... $5.00 per page
OutsideReproduction ............................................................. ...............................
...........................Cost + 15%
Travel and Related Subsistence ............................................. ...............................
...........................Cost + 15%
Truck or Field Vehicle .......................................................... ...............................
.........................$80.00 per day
CAD and Simulation Soft ware .............................................. ...............................
.........................$15.00 per day
Mileage Reimbursement (or IRS allowable rate) .......... ...............................
............................ IRS Rate per mile
Automation & Electrical Materials ................................. ...............................
...........................Cast + 25% ( +tax)
SubconsultantFees ................................................................ ...............................
...........................Cost + 10%
All direct expenses, such as special equipment, shipping costs, travel other than by automobile, parking
expenses, and permit fees will be billed at the actual cost plus 15 %.
If the client requests, or the client's schedule requires work to be done on an overtime basis, a multiplier of 1.5
will be applied to the stated rates for weekdays for daily hours in excess of 8 as well as weekends and a
multiplier of 2.0 for daily hours in excess of 12 and holidays.
If the client requests field services to be provided outside of normal working hours (between 6:00 p.m. and
6:00 a.m.), a multiplier of 1.5 will be applied to the stated rates.
Survey Crews and Automation Field staff are billed portal to portal, and mileage charges are included in the
hourly rate. A minimum charge of 4 hours will be charged for any Automation Field Service calls outside of
normal working hours (between 6:00 p.m. and 6:00 a.m.).
The staled rates are subject to change, typically on an annual basis.
lht01.- 1141rxl
cannon
Proposal: SCADA System for Water System
Prepare Site Plans and Update Specifications
ACCEPTANCE OF PROPOSAL
Proposal Date: February 16, 2006
Client: _City of Lynwood
11330 Bullis Road
Lynwood, CA 90262
Project: SCADA System for Water System — Prepare Site
Plans and Update Specifications
Scope of Work: PLC Site Plans and Specifications
T&M Not to Exceed: $48,097
Appendix A details the terms for work. Cannon bills monthly for work in progress and payment
is due within 10 calendar days of receipt of the bill. Overdue amounts will be surcharged at 18
percent per annum or 1.5 percent monthly. Materials are charged at cost plus 25 percent. The
fees are based upon current California Prevailing Wages. If the client requests, or the client's
schedule requires work to be done on an overtime basis, a multiplier of 1.5 will be applied to
the above rates for weekdays for daily hours in excess of 8 as well as weekends and a
multiplier of 2.0 for daily hours in excess of 12 and holidays.
Please indicate your acceptance of this proposal by signing below.
In witness whereof, the parties hereto have caused this agreement consisting of proposal
letter, Appendix A and any other necessary and applicable documents to be executed of the
date and year first above written. In Appendix A, Cannon Corporation hereinafter referred to
as Cannon. The Client, as noted below, hereinafter referred to as Client.
Client: City of Lynwood Cannon
Date:
100510.03
Larry P. Kraemer, PE
Director, Public Infrastructure Division
C 44813
Date:
na non
APPENDIX A: TERMS FOR CANNON SERVICES
Section 1: The Agreement
1.1 The agreement between the above noted parties consists of the following terms, the attached proposal and any
exhibits or attachments noted in the proposal. Together these elements will constitute the entire agreement
superseding any and all prior negotiations, correspondence, or agreements either written or oral. Any changes to
this agreement must be mutually agreed to in writing.
Section 2: Standard of Care
2.1 Data, interpretations, and recommendations by Cannon will be based solely on information provided to Cannon.
Cannon is responsible for those data, interpretations, and recommendations, but will not be responsible for other
parties' interpretations or use of the information developed.
2.2 Services performed by Cannon under this agreement are expected by the Client to be conducted in a manner
consistent with the level of care and skill ordinarily exercised by members of this profession practicing
contemporaneously under similar conditions in the locality of the project. No other warranty, expressed or implied,
is made.
2.3 The Client agrees that Cannon may use and publish the Client's name and a general description of Cannon'
services with respect to the project in describing Cannon' experience and qualifications to other Clients and
prospective Clients. The Client also agrees that any patentable or copyrightable concepts developed by Cannon as
a consequence of service hereunder are the sole and exclusive property of Cannon.
2.4 The Client recognizes that it is neither practical nor customary for Cannon to include all construction details in
plans and specifications, creating a need for interpretation by Cannon or an individual who is under Cannon'
supervision. The Client also recognizes that construction review permits Cannon to identify and correct quickly and
at comparatively low cost professional errors or omissions that are revealed through construction, or errors or
omissions committed by others due to misinterpretation of design documents, or due to other causes. For the
foregoing reasons construction review is generally considered an essential element of a complete design
professional service. Accordingly, if the Client directs Cannon not to provide construction monitoring, Cannon shall
be held harmless for any and all acts, errors or omissions, except for those consequences which it reasonably
could be concluded that Cannon's review services would not have prevented or mitigated.
2.5 Client acknowledges that Cannon is not responsible for the performance of work by third parties including, but not
limited to, engineers, architects, contractors, subcontractors, or suppliers of Client.
Section 3: Billing and Payment
3.1 Client will pay Cannon on a monthly basis to be billed by Cannon. Prior to the start of the project, a retainer as
specified in the proposal, is required. Invoices for the balance will be submitted to Client by Cannon and will be due
and payable within 10 days of invoice dale. If Client objects to all or any portion of any invoice, Client will so notify
Cannon in writing within fourteen (14) days of the invoice date, identify the cause of the disagreement, and pay
when due that portion of the invoice not in dispute. The parties will immediately make every effort to settle the
disputed portion of the invoice. In the absence of written notification described above, the balance as stated on the
invoice will be paid.
3.2 Invoices are delinquent if payment has not been received within thirty (30) days from date of invoice. Client will pay
an additional charge of 1 -1/2 (1.5) percent per month or 18% per year of any delinquent amount, excepting any
portion of the invoiced amount in dispute and resolved in favor of Client. All time spent and expenses incurred
(including any attorney's fees) in connection with collection of any delinquent amount will be paid by Client to
Cannon per Cannon' current fee schedule. In the event Client fails to pay Cannon within sixty (60) days after
invoices are rendered, Client agrees that Cannon will have the right to consider the failure td pay Cannon' invoice
as a breach of this agreement.
3.3 Client agrees that if Client requests services not specified herein, Client agrees to timely pay for all such services
as extra work. Cannon will notify the Client prior to performance of services which are not specified in this
agreement.
3.4 Client agrees that payment to Cannon is in no way contingent on the results of work by Cannon or on the outcome
of any litigation.
3.5 Preparation and /or travel time will be charged at the hourly rate.
3.6 Billing rates are subject to change, typically on an annual basis.
Section 4: Additional Services
4.1 Additional services include making revisions in drawings, specifications or other documents when such revisions
are:
Inconsistent with approvals or instructions previously given by the Client, including revisions made necessary by
adjustments in the Client's program or project budget;
Required by the enactment or revision or codes, laws or regulations subsequent to the preparation of such
documents.
4.2 Additional services includes providing services required because of significant changes in the project including, but
not limited to, size, quality, complexity, the Client's schedule, or the method of bidding or negotiating and
contracting for construction.
4.3 Where unexpected developments increase the scope of work as defined herein and /or prove the assumptions of
this proposal invalid, Cannon will make reasonable effort to contact the Client to discuss the effects and
adjustment of cost.
Appendix A: 1 of 3 Revised! NovemEer2011
ecannon
Section 5: Site Access and Site Conditions
5.1 Client will grant or obtain free access to the site for all equipment and personnel necessary for Cannon to perform
the work set forth in this agreement. Client will notify any and all possessors of the project site that Client has
granted Cannon free access to the site. Cannon will take reasonable precautions to minimize damage to the site,
but it is understood by Client that, in the normal course of work, some damage may occur and the correction of
such damage is not part of this agreement unless so specified in the proposal.
Section 6: Ownership of Documents
6.1 All reports, maps, plans, field data, field notes, estimates and other documents, whether in hard copy or machine
readable form, which are prepared by Cannon as instruments of professional service, shall remain the property of
Cannon. The Client may retain copies, including copies stored on magnetic tape or disk, for information and for
reference in connection with the occupancy and use of the project.
6.2 Because of the possibility that information and data delivered in machine readable form may be altered, whether
inadvertently or otherwise, Cannon reserves the right to retain the original tapes /disks and to remove from copies
provided to the Client all identification reflecting the involvement of Cannon in their preparation. Cannon also
reserves the right to retain hard copy originals of all project documentation delivered to the Client in machine
readable form, which originals shall be referred to and shall govern in the event of any inconsistency between the
two.
6.3 The Client recognizes that changes or modifications to Cannon' instruments of professional service introduced by
anyone other than Cannon may result in adverse consequences which Cannon can neither predict nor control.
Therefore, and in consideration of Cannon' agreement to deliver its instruments of professional service in machine
readable form, the Client agrees, to the fullest extent permitted by law, to hold harmless and indemnify Cannon
from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees,
arising out of or in any way connected with the modification, misinterpretation, misuse or reuse by others of the
machine readable information and data provided by Cannon under this Agreement. The foregoing indemnification
applies, without limitation, to any use of the project documents on other projects, for additions to this project, or for
completion of this project by others, excepting only such use as may be authorized, in writing, by Cannon.
6.4 Client agrees that all reports and other work furnished to Client or his agents, which is not paid for, wil I be returned
upon demand and will not be used by Client or others for any purpose whatsoever.
Section 7: Client Responsibilities
7.1 The Client shall provide full information including a program setting forth the Client's design objectives, constraints,
and construction budget criteria.
7.2 The Client shall furnish a legal description, a certified land survey, and the services of a soil, structural,
mechanical, electrical or other engineer or consultant services, and laboratory tests, inspections, or reports as
required by law or as requested by Cannon to perform the functions and services required of this agreement. The
information shall be furnished at the Client's expense and Cannon shall be entitled to rely upon the accuracy and
completeness thereof.
7.3 The Client shall fumish all legal, accounting and insurance counseling services as may be necessary at any time
for the project, including auditing services the Client may require to verify the Contractor's Applications for
Payment or to ascertain how or for what purposes the Contractor uses the moneys paid by the Client. The
information above shall be furnished at the Client's expense, and Cannon shall be entitled to rely upon the
accuracy and completeness thereof.
7.4 If the Client observes or otherwise becomes aware of any fault or defect in the project or nonconformance with the
Contract Documents, prompt written notice shall be given by the Client to Cannon.
7.5 The Client shall furnish information and shall review Cannon' work and provide decisions as expeditiously as
necessary for the orderly progress of the project and of Cannon' services.
Section 8: Insurance
8.1 Cannon represents and warrants that it and its agents, staff and consultants employed by it, is and are protected
by worker's compensation insurance and that Cannon has such coverage under public liability and property
damage insurance policies which Cannon deems to be adequate. Certificates for all such policies of insurance
shall be provided to Client upon request in writing. Within the limits and conditions of such insurance, Cannon
agrees to indemnify and save Client harmless from and against any loss, damage or liability arising from any
negligent acts by Cannon, its agents, staff, and consultants employed by it. Cannon shall not be responsible for
any loss, damage or liability beyond the amounts, limits, and conditions of such insurance. Cannon shall not be
responsible for any loss, damage, or liability arising from any acts by Client, its agents, staff, and other consultants
employed by Client.
Appendix A 2 of 3 Revised November 2011
na non
Section 9: Termination
9.1 This agreement may be terminated by either party seven (7) days after written notice in the event of any breach of
any provision of this agreement or in the event of substantial failure of performance by the other party, or if Client
suspends the work for more than three (3) months. In the event of termination, Cannon will be paid for services
performed prior to the date of termination plus reasonable termination expenses including the cost of completing
analyses, records and reports necessary to document job status at the time of termination.
9.2 Failure of the Client to make payments to Cannon when due in accordance with this agreement shall be
considered substantial nonperformance and cause for termination. If the Client fails to make payment when due to
Cannon for services and expenses, Cannon may, upon seven (7) days written notice to the Client, suspend
performance of services under this agreement. Unless payment in full is received by Cannon within seven (7) days
of the date of the notice, the suspension shall take effect without further notice. In the event of a suspension of
services, Cannon shall have no liability to the Client for delay, damage, loss of agency approvals, loss of financing,
interest expenses, etc. caused the Client because of such suspension of service.
Section 10: Disputes Resolution
10.1 All claims, disputes, and other matters in controversy between Cannon and Client arising out of or related to this
agreement will be submitted to "alternative dispute resolution" (adr) such as mediation and /or arbitration, before
and as a condition precedent to other remedies provided by law. If and to the extent Client and Cannon have
agreed on methods for resolving such disputes, then such methods will be set forth in the "alternative dispute
resolution agreement" which, if attached, is incorporated and made a part of this agreement.
10.2 If a dispute at law related to the services provided under this agreement and that dispute requires litigation instead
of adr as provided upon, then:
(1) The claim will be brought and tried in judicial jurisdiction of the court of the county where Cannon'
principal place of business is located and Client waives the right to remove the action to any other county or
judicial jurisdiction, and
(2) The prevailing party will be entitled to recovery of all reasonable costs incurred, including staff time, court
costs, attorney's fees, and other claim related expenses.
Section 11: Assigns
11.1 Cannon shall not assign this agreement in whole or in part nor shall it subcontract any portion of the work to be
performed hereunder; except that Cannon may use the services of persons of entities not in our employ when it is
appropriate and customary to do so. Such persons and entities include, but are not necessarily limited to,
specialized consultants and testing laboratories. Cannon' use of others for additional services shall not be
unreasonably restricted by the Client provided Cannon notifies the Client in advance.
Section 12: Governing Law and Survival
12.1 The law of the State of California will govern the validity of these terms, their interpretation and performance.
12.2 If any of the provisions contained in this agreement are held illegal, invalid or unenforceable, the enforceability of
the remaining provisions will not be impaired. Limitations of liability and indemnities will survive termination of this
agreement for any cause.
Section 13: Limitation of Liability
13.1 To the fullest extent permitted by law, the total liability, in the aggregate, of Cannon and Cannon's officers,
directors, employees, agents and independent professional associates and consultants, and any of them, to Client
and anyone claiming by, through or under Client, for any and all injuries, claims, losses, expenses or damages
whatsoever arising out of or in any way related to Cannon's services, the project or this agreement from any cause
or causes whatsoever, including but not limited to the negligence, errors, omissions, strict liability or breach of
contract of Cannon or Cannon's officers, directors, employees, agents and independent professional associates
and consultants, or any of them, shall not exceed the total compensation received by Cannon under this
agreement, or the total amount of $50,000.00, whichever is greater.
Section 14: Hiring Cannon' Employees
14.1 From time to time, Clients who have come to know and work with our employees in the course of a project wish to
hire them to work as the Client's own in -house employees. We pride ourselves on recruiting, hiring, and training
the very best employees possible, and in assigning to projects our employees who best meet our Clients' individual
needs. Our goal is to have our Clients view Cannon and its individual employees as indispensable.
14.2 Client agrees to pay Cannon a finders fees equal to 12 months of the employee's current salary orwage for each
of our employees whom you choose to hire, either directly or indirectly. Client acknowledges and agrees that the
finder's fee is both fair and reasonable, and is equivalent to a recruiting or "headhunters fee' that Client would
expect to pay to a third party for locating and recruiting an employee of the caliber of the hired Cannon employee.
14.3 This Section 14 shall be limited to those of Cannon' employees with whom Client works or is introduced by Cannon
during the course of this engagement, and shall be applicable to such employees both during his /her employment
with Cannon and for a period of six (6) months thereafter. This Section 14 shall survive the cancellation or
expiration of this Agreement.
Appendix A: 3 of 3 . Revised Nu ml,er 2011
l cannon
February 17, 2016
Ms. Lorry Hempe
Public Works Special Projects Manager
City of Lynwood
11330 Bullis Road
Lynwood, CA 90262
PROJECT: SCADA SYSTEM FOR WATER SYSTEM —BID AND CONSTRUCTION SUPPORT
SERVICES
Dear Ms. Hempe:
Based on recent discussions with the City regarding the subject project, the City would like
Cannon to provide support services during the bidding and construction phases of the SCADA
project. The tasks to provide this support are detailed below.
Task 1 below includes bidding services to assist your team in the selection of a contractor for
the work. This includes attending a pre -bid meeting, preparing addenda, answering bidders'
questions, and conducting a review of the low -bid contractor.
Task 2 below involves construction support throughout the duration of construction. Cannon's
role will include review of submittals, responses to requests for information (RFIs),
construction meetings /periodic site visits and preparation of as -built drawings.
Sincerer
Derek Romer, PE
Senior Electrical Principal Engineer
EE 16396
Cannon
Proposal: Bid and Construction Support Services
PROJECT UNDERSTANDING AND APPROACH
The City of Lynwood is upgrading their existing SCADA system by replacing the PLCs at the
wells and booster station, installing PLCs at the PRV and pressure measuring sites
throughout the city, and installing a new central station at the Public Works Yard complete
with new SCADA software. A new Ethernet radio communication system is to be installed with
a repeater at the St. Francis Medical Center. Cannon is providing the design of the facilities
listed below and the City would like Cannon to provide bidding assistance and limited
construction administration services during the course of the construction of the project.
Our approach to successful completion of this first project consists of providing professional
services in two progressive tasks:
Task 1. Bidding Period Services
Task 2. Construction Administration & Observation Services
SCOPE OF WORK
This scope of work was developed based on our discussions with City staff
Task 1. Bidding Services
We will assist the City of Lynwood staff during the bidding period of the project. We will attend
a pre -bid site meeting with the interested contractors. During bidding, we will take questions
from contractors, respond to RFls /RFCs, and provide addenda information to the City as
requested. We will also assist the City in evaluating the lowest responsive bidder.
Task 2. Construction Administration and Support
We will provide limited construction support services for your project. Services will include the
review of shop drawings and responses to the City's or contractor's requests for information
and /or clarifications. We will attend a pre - construction meeting and attend up to four
construction meetings /site observations. Finally, we will provide a final walk- through of the
completed project as directed by the City, which will include participation in the creation of a
project punch list and recommendations for corrections and/or completions of remaining work.
Using as -built information and project revision documentation provided by the construction
contractor, we will prepare and submit project record drawings.
Based on the revised scope of work we sent to you yesterday (February 16, 2016) regarding
the design of the SCADA system, we will only perform support for the following locations:
1. Pressure Regulating Station at the MWD Turnout
2. Pressure Regulating Station at McNerney and Abbott
3. Pressure Reading Station #1
4. Pressure Reading Station #2
5. Pressure Reading Station #3
6. Pressure Reading Station #4
7. Pressure Reading Station #5
8. St. Francis Medical Building
9. Central Station at Public Works Building
100510.03
ecannon
Proposal. Bid and Construction Support Services
ASSUMPTIONS AND EXCLUSIONS
The following assumptions and exclusions apply to this proposal based on our experience
with similar projects:
• We will attend up to 6 construction milestone meetings /site observations;
• We will review up to 20 requests for information (RFI);
• We will review up to 10 submittals.
If additional time is required an increase in fees will be necessary.
FEES
Fees are based on T &M NTE and are itemized below. Invoicing will be billed monthly based
on tasks completed per the enclosed fee schedule. Direct expenses are included with the
tasks. The fees do not include Agency checking or recording fees, or title company fees. It is
our understanding that this project qualifies for California Prevailing Wages.
Task 1. Bidding Period Services $ 9,088
Task 2. Construction Administration and Support Services $ 47,832
T &M Not to Exceed: $ 56,920
100510.03
Cann ®n
Proposal: laid and Construction Support Services
2016 FEE SCHEDULE
Engineering /Design Staff: Civil, Mechanical, Electrical, Structural, Planning, Landscape
Sr. Consultant/ Director ...............
163.00- 225.00
Administrative/Clerical ....................
65.00 - 85.00
Sr. Principal Engineer ...................160.00
- 195.00
Sr. Principal Designer ..................
105.00 - 135.00
Principal Engineer ........................145.00
- 185.00
Principal Designer ........................
100.00 - 125.00
Sr. Associate Engineer .................
135.00 - 165.00
Sr. Project Designer.......................
95.00 - 120.00
Associate Engineer .......................125.00
- 150.00
Lead Designer. ...............................
90.00 - 115.00
Sr. Project Engineer ....................:115.00
- 140.00
Project Designer .............................
80.00 - 110.00
Project Engineer .. .........................105.00
- 130.00
Sr. CAD Tech / CAD Tech..............
80.00 - 95.00
Design Engineer ... ..........................95.00
- 120.00
Technical Writer I, 11, III ..................
85.00 - 116.00
Engineering Assistant 1, 11 ...............70.00
- 90.00
Planner / Landscape Arch..............
70.00 - 115.00
Project Coordinator I, 11, III, IV ........85.00
- 115.00
Associate Planner/ Land Arch.....
125.00 - 150.00
Grant Funding Manager 1, 11..........125.00
- 140.00
Sr. / Chief Planner ........................
145.00 - 165.00
Automation Staff
Three -Man Crew ................ .........................375.00
Three -Man HDS Crew. ...............................
Sr. Automation Specialist .............165.00
- 174.00
Lead Automation Technician........
100.00 - 110.00
Lead Automation Specialist ..........
140.00 - 147.00
Automation Technician ..................
90.00 - 100.00
Automation Specialist ...................130.00
- 137.00
Sr. Automation Analyst.................
115.00 - 130.00
Sr. Automation Technician............
120.00 - 126.00
Lead Automation Analyst ..............
110.00 - 120.00
Automation Const. Coord I, II .........85.00
- 110.00
Automation Analyst ......................
100.00 - 105.00
IE Services Coordinator ....................70.00
- 80.00
Prevailing Wage
Inside Wireman, Communications & System Technician / Installer
Construction Management Staff
Principal Construction Manager,
Sr. Construction Manager..........
Construction Manager ...............
Sr. Resident Engineer ...............
Resident Engineer .....................
Assistant Resident Engineer......
ForensicslExpert Testimony Staff
Expert Testimony (Deposition/Ti
Office Administrator ...................
Survey Office Staff
...160.00 - 190.00
...165.00 - 180.00
...130.00 - 165.00
...155.00 - 165.00
...140.00 - 155.00
...125.00 - 140.00
ial) ............ 450.00
.................150.00
110.00 - 130.00
Structures Representative............
130.00 - 150.00
Associate Construction Engineer.
100.00 - 125.00
Construction Inspector I, II .............
90.00 - 120.00
Office Engineer ............................
105.00 - 125.00
Construction Coordinator I, II .........
85.00 - 110.00
Technical Support ........................ 230.00 - 280.00
Research & Investigation ............. 200.00 - 300.00
Chief Surveyor / Sr. Consultant....
160.00 - 175.00
Land Surveyor I -V ........................
120.00 - 160.00
Sr. Land Surveyor .........................160.00
- 175.00
Survey Technician I -VI ...................
85.00 - 145.00
Survey Manager .. .........................150.00
- 175.00
GIS Specialist/ Tech....................
110.00 - 140.00
This schedule provides ranges for
various staff classifications. The actual rate may differ depending on the
discipline; however, it will not be
higher than the given range.
Survey Field Staff
Three -Man Crew ..........................
275.00- 350.00
Three -Man HDS Crew ................................
350.00
Two-Man Crew ............................
230.00 - 275.00
Two -Man HDS Crew ..................................
285.00
One -Man Crew ............................
150.00 - 200.00
One -Man HDS Crew ..................................
220.00
One -Man Crew (no robot) .. .........................130.00
Two-Man UMO Crew....................
150.00 - 230.00
3D HDS Data Modeling .................
90.00 - 110.00
One -Man UMO Crew....................
100.00 - 150.00
Prevailing Wage
Three -Man Crew ................ .........................375.00
Three -Man HDS Crew. ...............................
375.00
Two-Man Crew ............................
285.00 - 290.00
Two-Man HDS Crew ..................................
285.00
One -Man Crew ............................
190.00 - 205.00
One -Man HDS Crew ..................................
220.00
Two-Man UMO Crew ......... .........................285.00
One -Man Crew (no robot) ..........................
160.00
One -Man UMO Crew ......... .........................200.00
All of the above hourly rates include all
direct labor costs and labor overhead, general and administrative expenses
and profit. If the client requests or the client's schedule requires work to be done on an overtime basis, a multiplier
of 1.5 will be applied to the above rates
for weekdays and 2.0 for weekends and holidays.
100510.03
Cannon
Proposal: Bid and Construction Support Services
Other Direct Charges
In -House Reproduction
Printing /Copies 8'A x 11 .......................................................................
............................... $0.05 per page
Printing /Copies 11 x 17 .........................................................................
............................... $1.00 per page
BlackLine Plots ................................................ :..................................................................
$2.00 per page
ColorPlots ...............................................................:............................
............................... $5.00 per page
OutsideReproduction ............................................................. ...............................
...........................Cost + 15 %
Travel and Related Subsistence ............................................. ...............................
...........................Cost + 15%
Truck or Field Vehicle .......................................................... ...............................
.........................$80.00 per day
CAD and Simulation Software .............................................. ...............................
.........................$15.00 per day
Mileage Reimbursement (or IRS allowable rate) ......................................
............................... IRS Rate per mile
Automation & Electrical Materials ....................................... ...............................
.....................Cost +25 %, ( +tax)
SubconsultantFees ................................................................ ...............................
...........................Cost + 10%
All direct expenses, such as special equipment, shipping costs, travel other than by automobile, parking
expenses, and permit fees will be billed at the actual cost plus 15 %.
If the client requests, or the client's schedule requires work to be done on an overtime basis, a multiplier of 1.5
will be applied to the stated rates for weekdays for daily hours in excess of 8 as well as weekends and a
multiplier of 2.0 for daily hours in excess of 12 and holidays.
If the client requests field services to be provided outside of normal working hours (between 6:00 p.m. and
6:00 a.m.), a multiplier of 1.5 will be applied to the stated rates.
Survey Crews and Automation Field staff are billed portal to portal, and mileage charges are included in the
hourly rate. A minimum charge of 4 hours will be charged for any Automation Field Service calls outside of
normal working hours (between 6:00 p.m. and 6:00 a.m.).
The stated rates are subject to change, typically on an annual basis
100510.03
Cannon
Proposal Date:
Client:
Project:
Scope of Work:
T &M Not to Exceed:
Proposal., Bid and Construction Support Services
ACCEPTANCE OF PROPOSAL
February 17, 2016
City of Lynwood
11330 Bullis Road
Lynwood, CA 90262
SCADA System for Water System — Bid and
Construction Phase Services
Provide Bid and Construction Support Services
Appendix A details the terms for work. Cannon bills monthly for work in progress and payment
is due within 10 calendar days of receipt of the bill. Overdue amounts will be surcharged at 18
percent per annum or 1.5 percent monthly. Materials are charged at cost plus 25 percent. The
fees are based upon current California Prevailing Wages. If the client requests, or the client's
schedule requires work to be done on an overtime basis, a multiplier of 1.5 will be applied to
the above rates for weekdays for daily hours in excess of 8 as well as weekends and a
multiplier of 2.0 for daily hours in excess of 12 and holidays.
Please indicate your acceptance of this proposal by signing below.
In witness whereof, the parties hereto have caused this agreement consisting of proposal
letter, Appendix A and any other necessary and applicable documents to be executed of the
date and year first above written. In Appendix A, Cannon Corporation hereinafter referred to
as Cannon. The Client, as noted below, hereinafter referred to as Client.
Client: City of Lynwood
Date:
100510.03
Cannon
Larry P. Kraemer, PE
Director, Public Infrastructure Division
C 44813
Date:
�on
APPENDIX A: TERMS FOR CANNON SERVICES
Section 1: The Agreement
1.1 The agreement between the above noted parties consists of the fallowing terms, the attached proposal and any
exhibits or attachments noted in the proposal. Together these elements will constitute the entire agreement
superseding any and all prior negotiations, correspondence, or agreements either written or oral. Any changes to
this agreement must be mutually agreed to in writing.
Section 2: Standard of Care
2.1 Data, interpretations, and recommendations by Cannon will be based solely on information provided to Cannon.
Cannon is responsible for those data, interpretations, and recommendations, but will not be responsible for other
parties' interpretations or use of the information developed.
2.2 Services performed by Cannon under this agreement are expected by the Client to be conducted in a manner
consistent with the level of rare and skill ordinarily exercised by members of this profession practicing
contemporaneously under similar conditions in the locality of the project. No other warranty, expressed or implied,
is made.
2.3 The Client agrees that Cannon may use and publish the Client's name and a general description of Cannon'
services with respect to the project in describing Cannon' experience and qualifications to other Clients and
prospective Clients. The Client also agrees that any patentable or copyrightable concepts developed by Cannon as
a consequence of service hereunder are the sole and exclusive property of Cannon.
2.4 The Client recognizes that it is neither practical nor customary for Cannon to include all construction details in
plans and specifications, creating a need for interpretation by Cannon or an individual who is under Cannon'
supervision. The Client also recognizes that construction review permits Cannon to identify and correct quickly and
at comparatively low cost professional errors or omissions that are revealed through construction, or errors or
omissions committed by others due to misinterpretation of design documents, or due to other causes. For the
foregoing reasons construction review is generally considered an essential element of a complete design
professional service. Accordingly, if the Client directs Cannon not to provide construction monitoring, Cannon shall
be held harmless for any and all acts, errors or omissions, except for those consequences which it reasonably
could be concluded that Cannon's review services would not have prevented or mitigated.
2.5 Client acknowledges that Cannon is not responsible for the performance of work by third parties including, but not
limited lo, engineers, architects, contractors, subcontractors, or suppliers of Client.
Section 3: Billing and Payment
3.1 Client will pay Cannon on a monthly basis to be billed by Cannon. Prior to the start of the project, a retainer as
specified in the proposal, is required. Invoices for the balance will be submitted to Client by Cannon and will be due
and payable within 10 days of invoice date. If Client objects to all or any portion of any invoice, Client will so notify
Cannon in writing within fourteen (14) days of the invoice date, identify the cause of the disagreement, and pay
when due that portion of the invoice not in dispute. The parties will immediately make every effort to settle the
disputed portion of the invoice. In the absence of written notification described above, the balance as stated on the
invoice will be paid.
3.2 Invoices are delinquent if payment has not been received within thirty (30) days from date of invoice. Client will pay
an additional charge of 1 -112 (1.5) percent per month or 18% per year of any delinquent amount, excepting any
portion of the invoiced amount in dispute and resolved in favor of Client. All time spent and expenses incurred
(including any attorney's fees) in connection with collection of any delinquent amount will be paid by Client to
Cannon per Cannon' current fee schedule. In the event Client fails to pay Cannon within sixty (60) days after
invoices are rendered, Client agrees that Cannon will have the right to consider the failure to pay Cannon' invoice
as a breach of this agreement.
3.3 Client agrees that if Client requests services not specified herein, Client agrees to timely pay for all such services
as extra work. Cannon will notify the Client prior to performance of services which are not specified in this
agreement.
3.4 Client agrees that payment to Cannon is in no way contingent on the results of work by Cannon or on the outcome
of any litigation.
3.5 Preparation and/or travel time will be charged at the hourly rate.
3.6 Billing rates are subject to change, typically on an annual basis.
Section 4: Additional Services
4.1 Additional services include making revisions in drawings, specifications or other documents when such revisions
are:
Inconsistent with approvals or instructions previously given by the Client, including revisions made necessary by
adjustments in the Client's program or project budget;
Required by the enactment or revision or codes, laws or regulations subsequent to the preparation of such
documents.
4.2 Additional services includes providing services required because of significant changes in the project including, but
not limited to, size, quality, complexity, the Client's schedule, or the method of bidding or negotiating and
contracting for construction.
4.3 Where unexpected developments increase the scope of work as defined herein and /or prove the assumptions of
this proposal invalid, Cannon will make a reasonable effort to contact the Client to discuss the effects and
adjustment of cost.
Appendix A: 1 of 3 Revised Noveae er 2011
non
Section 5: Site Access and Site Conditions
5.1 Client will grant or obtain free access to the site for all equipment and personnel necessary for Cannon to perform
the work set forth in this agreement. Client will notify any and all possessors of the project site that Client has
granted Cannon free access to the site. Cannon will take reasonable precautions to minimize damage to the site,
but it is understood by Client that, in the normal course of work, some damage may occur and the correction of
such damage is not part of this agreement unless so specified in the proposal.
Section 6: Ownership of Documents
6.1 All reports, maps, plans, field data, field notes, estimates and other documents, whether in hard copy or machine
readable form, which are prepared by Cannon as instruments of professional service, shall remain the property of
Cannon. The Client may retain copies, including copies stored on magnetic tape or disk, for information and for
reference in connection with the occupancy and use of the project.
6.2 Because of the possibility that information and data delivered in machine readable form may be altered, whether
inadvertently or otherwise, Cannon reserves the right to retain the original tapes /disks and to remove from copies
provided to the Client all identification reflecting the involvement of Cannon in their preparation. Cannon also
reserves the right to retain hard copy originals of all project documentation delivered to the Client in machine
readable form, which originals shall be referred to and shall govern in the event of any inconsistency between the
two.
6.3 The Client recognizes that changes or modifications to Cannon' instruments of professional service introduced by
anyone other than Cannon may result in adverse consequences which Cannon can neither predict nor control.
Therefore, and in consideration of Cannon' agreement to deliver its instruments of professional service in machine
readable form, the Client agrees, to the fullest extent permitted by law, to hold harmless and indemnify Cannon
from and against all claims, liabilities, losses, damages, and costs, including but not limited to attorney's fees,
arising out of or in any way connected with the modification, misinterpretation, misuse or reuse by others of the
machine readable information and data provided by Cannon under this Agreement. The foregoing indemnification
applies, without limitation, to any use of the project documents on other projects, for additions to this project, or for
completion of this project by others, excepting only such use as may be authorized, in writing, by Cannon.
6.4 Client agrees that all reports and other work furnished to Client or his agents, which is not paid for, will be returned
upon demand and will not be used by Client or others for any purpose whatsoever.
Section 7: Client Responsibilities
7.1 The Client shall provide full information including a program setting forth the Client's design objectives, constraints,
and construction budget criteria.
7.2 The Client shall furnish a legal description, a certified land survey, and the services of a soil, structural,
mechanical, electrical or other engineer or consultant services, and laboratory tests, inspections, or reports as
required by law or as requested by Cannon to perform the functions and services required of this agreement. The
information shall be furnished at the Client's expense and Cannon shall be entitled to rely upon the accuracy and
completeness thereof.
7.3 The Client shall furnish all legal, accounting and insurance counseling services as may be necessary at any time
for the project, including auditing services the Client may require to verify the Contractor's Applications for
Payment or to ascertain how or for what purposes the Contractor uses the moneys paid by the Client. The
information above shall be furnished at the Client's expense, and Cannon shall be entitled to rely upon the
accuracy and completeness thereof.
7.4 If the Client observes or otherwise becomes aware of any fault or defect in the project or nonconformance with the
Contract Documents, prompt written notice shall be given by the Client to Cannon.
7.5 The Client shall furnish information and shall review Cannon' work and provide decisions as expeditiously as
necessary for the orderly progress of the project and of Cannon' services.
Section 8: Insurance
8.1 Cannon represents and warrants that it and its agents, staff and consultants employed by it, is and are protected
by worker's compensation insurance and that Cannon has such coverage under public liability and property
damage insurance policies which Cannon deems to be adequate. Certificates for all such policies of insurance
shall be provided to Client upon request in writing. Within the limits and conditions of such insurance, Cannon
agrees to indemnify and save Client harmless from and against any loss, damage or liability arising from any
negligent acts by Cannon, its agents, staff, and consultants employed by it. Cannon shall not be responsible for
any loss, damage or liability beyond the amounts, limits, and conditions of such insurance. Cannon shall not be
responsible for any loss, damage, or liability arising from any acts by Client, its agents, staff, and other consultants
employed by Client.
Appendix K- 2 of 3 Revised November 2011
Cannon
Section 9: Termination
9.1 This agreement may be terminated by either party seven (7) days after written notice in the event of any breach of
any provision of this agreement or in the event of substantial failure of performance by the other party, or if Client
suspends the work for more than three (3) months. In the event of termination, Cannon will be paid for services
performed prior to the date of termination plus reasonable termination expenses including the cost of completing
analyses, records and reports necessary to documentjob status at the time of termination.
9.2 Failure of the Client to make payments to Cannon when due in accordance with this agreement shall be
considered substantial nonperformance and cause for termination. If the Client fails to make payment when due to
Cannon for services and expenses, Cannon may, upon seven (7) days written notice to the Client, suspend
performance of services under this agreement. Unless payment in full is received by Cannon within seven (7) days
of the date of the notice, the suspension shall take effect without further notice. In the event of a suspension of
services, Cannon shall have no liability to the Client for delay, damage, loss of agency approvals, loss of financing,
interest expenses, etc. caused the Client because of such suspension of service.
Section 10: Disputes Resolution
10.1 All claims, disputes, and other matters in controversy between Cannon and Client arising out of or related to this
agreement will be submitted to "alternative dispute resolution" (adr) such as mediation and /or arbitration, before
and as a condition precedent to other remedies provided by law. If and to the extent Client and Cannon have
agreed on methods for resolving such disputes, then such methods will be set forth in the "alternative dispute
resolution agreement" which, if attached, is incorporated and made a part of this agreement.
10.2 If a dispute at law related to the services provided under this agreement and that dispute requires litigation instead
of adr as provided upon, then:
(1) The claim will be brought and tried in judicial jurisdiction of the court of the county where Cannon'
principal place of business is located and Client waives the right to remove the action to any other county or
judicial jurisdiction, and
(2) The prevailing party will be entitled to recovery of all reasonable costs incurred, including staff time, court
costs, attorney's fees, and other claim related expenses.
Section 11: Assigns
11.1 Cannon shall not assign this agreement in whole or in part nor shall it subcontract any portion of the work to be
performed hereunder; except that Cannon may use the services of persons of entities not in our employ when it is
appropriate and customary to do so. Such persons and entities include, but are not necessarily limited to,
specialized consultants and testing laboratories. Cannon' use of others for additional services shall not be
unreasonably restricted by the Client provided Cannon notifies the Client in advance.
Section 12: Governing Law and Survival
12.1 The law of the State of California will govern the validity of these terms, their interpretation and performance.
12.2 If any of the provisions contained in this agreement are held illegal, invalid or unenforceable, the enforceability of
the remaining provisions will not be impaired. Limitations of liability and indemnities will survive termination of this
agreement for any cause.
Section 13: Limitation of Liability
13.1 To the fullest extent permitted by law, the total liability, in the aggregate, of Cannon and Cannon's officers,
directors, employees, agents and independent professional associates and consultants, and any of them, to Client
and anyone claiming by, through or under Client, for any and all injuries, claims, losses, expenses or damages
whatsoever arising out of or in any way related to Cannon's services, the project or this agreement from any cause
or causes whatsoever, including but not limited to the negligence, errors, omissions, strict liability or breach of
contract of Cannon or Cannon's officers, directors, employees, agents and independent professional associates
and consultants, or any of them, shall not exceed the total compensation received by Cannon under this
agreement, or the total amount of $50,000.00, whichever is greater.
Section 14: Hiring Cannon' Employees
14.1 From time to time, Clients who have come to know and work with our employees in the course of a project wish to
hire them to work as the Client's own in -house employees. We pride ourselves on recruiting, hiring, and training
the very best employees possible, and in assigning to projects our employees who best meet our Clients' individual
needs. Our goal is to have our Clients view Cannon and its individual employees as indispensable.
14.2 Client agrees to pay Cannon a finders fees equal to 12 months of the employee's current salary or wage for each
of our employees whom you choose to hire, either directly or indirectly. Client acknowledges and agrees that the
finders fee is both fair and reasonable, and is equivalent to a recruiting or "headhunters fee that Client would
expect to pay to a third party for locating and recruiting an employee of the caliber of the hired Cannon employee.
14.3 This Section 14 shall be limited to those of Cannon' employees with whom Client works or is introduced by Cannon
during the course of this engagement, and shall be applicable to such employees both during his/her employment
with Cannon and for a period of six (6) months thereafter. This Section 14 shall survive the cancellation or
expiration of this Agreement.
Appendix A: 3 of Remsed Novem0 r2g17
*�--AGENDA STAFF •
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltrr6n�City Manager
PREPARED BY: Haydee M. 13 @rector of Human Resources & Risk
Management �
Joel Meza, AdminSure Claims Adjuster
SUBJECT: Claim for Damages by Allstate a /s /o Margarita Amador
Recommendation:
Staff recommends that the City Council accept the claim of Allstate a /s /o Margarita Amador v.
City of Lynwood for $1,927.39.
Background:
On January 5, 2016, Allstate Insurance filed a claim for damages alleging property damage due
to a tree branch that fell onto their insured's vehicle ( Amador) on November 16, 2015. The
vehicle was parked in front of 2941 Las Flores Boulevard. Their insured's vehicle (2001 Toyota
Tacoma) sustained property damage in the amount of $1,927.39.
Discussion & Analysis:
The City's contractor (Trimmingland) has no record of the subject tree being trimmed. The City
has no prior records /report of the need for the tree to be trimmed. There are no signs that the
subject tree showed sign of disease or decay.
Because the subject tree has no history of being trimmed, there are no arguments or immunities
that can challenge this claim. As such, we recommend payment of this matter.
Fiscal Impact:
The Self Insurance Fund in the FY 16 Adopted Budget will cover this cost. The action
recommended in this report will have a fiscal impact of $1,927.39.
Coordinated With:
Public Works Department
City Attorney
ITEM
(Rev. 10/11)
SUBMIT TO:
CITY OF L.YNWOOD
11330 BULLIS ROAD
LYNWOOD, CA 90262
LIABILITY
City Claim Reporting Form
For all 'persons or Property
DATE FILED 1 V r 1�
CLAIM NO. j
DEPT.
1. CLAIMS FOR DEATH, INJURY TO PERSON, OR TO PERSONAL PROPERTY, MUST BE FILED
NO LATER THAN SIX (6) MONTHS AFTER THE OCCURRENCE (Gov. Code, Sec 9I1.2).
2. CLAIMS FOR DAMAGES TO REAL PROPERTY MUST BE FILED NOT LATER THAN ONE (t)
YEAR AFTER THE OCCURANCE (Gov. Code, See. 911.2).
3. READ ENTIRE CLAIM FORM BEFORE FILING.
4. ATTACH SEPARATE SHEETS, IF NECESSARY, TO GIVE FULL DETAILS.
Date of Birth: Social Security No,;
Give address to which you desire notic or c mmunication to be sent regarding this
S/
i `� 1 State: CA Zip Code:
Date of Accident: ALA �� r � J Time: AM (O; 00 - PM 0._
Place of Accident :,
How did damage or injury occurr (tttve ruu aetaus)
Were Sheriffs at the scene? Yes No— File No. (If known):
What particular act or omission do you claim caused the injury or damage? Give the name of the City
employee causing the injury or damage, if known:
total amount claim (include estimate amount of any prospective inj or damage):
G a rl, 2
How was amount of claim computed? (Be specific. List doctor bills, wage rate repair estimates, etc.)
Please attach two original estimates.
Expenditures made on account of accident or injury (date and item):
Name of address of witnesses, doctors and
PLEASE READ THE FOLLOWING CAREFULLY
For all accident claims, place on following diagram names of streets, including North, East, South and
West; indicate place of accident by "X" and by showing house numbers or distance to street comers.
If City vehicle was involved, designate by letter "A" location of City vehicle when you first saw it, and by
"B" location of yourself or your vehicle when you first saw City vehicle; location of City vehicle at the
time of accident by °A- I" and location of yourself or your vehicle at the time of the accident by "B -1"
and the point of impact by "X ".
Note: If diagrams below do not fit the situation, attach a proper diagram signed by claimant
FOR AUTOMOBILE ACCIDENTS
FOR OTHER ACCIDENTS j
STDE AL
CI�Rll
NRe
K 3
51UEwALK
I HAVE READ THE FOREGOING CLAIM AND KNOW THE CONTENTS THEREOF: AND
CERTIFY THAT THE SAME IS TRUE OF MY OWN KNOWLEDGE EXCEPT AS TO THOSE
MATTERS WHICH ARE HERE STATED UPON MY INFORMATION AND BELIEF: AND AS TO
THOSE MATTERS I BELIEVE IT TO BE TRUE. I CERTIFY (OR DECLARE) UNDER PENALTY
OF PERJURY THAT THE FOREGOING IS TRUE AND CORRECT.
(. � i
AF E
DATE'
HILFOmuladdgClmm
Report Date: 12/21/2015
Payment Ledger
Policy Holder:
SERGIO AND MARGARITA
AMADOR
Total Amount Paid
$1,427.39
Participant:
MARGARITA AMADOR
Medical Deductible:
$0.00
Date of Loss:
11/16/2015
Co-payment Amount
$0.00
Claim Number:
0391611134
Payment/Credit Payee/Payor Check# Amount
11/23/2015 MARGA AAMADOR 195349227 $ 1,427.39
TRANSMISSION
Automatic Transmission
Overdrive
POWER
Power Steering
Power Brakes
DECOR
Dual Mirrors
CONVENIENCE
Air Conditioning
Intermittent Wipers
RADIO
AM Radio
FM Radio
Stereo
Search /Seek
Cassette
SAFETY
Drivers Side Air Bag
Passenger Air Bag
SEATS
Cloth Seats
WHEELS
Styled Steel Wheels
PAINT
Clear Coat Paint
11/21/2015 8:49:36 AM 112774 Page 1
Ahr tate Northbrook Indemnity Co.
LA CENTRAL AUTO MCO
P.O. Box 6520
Diamond Bar, CA 91765 Claim #: 000391611134H01
Phone: (877) 859 -1173 Workfile ID: 08415731
Estimate of Record
Written By: JONATHAN RAMOS, 11/21/2015 8:49:36 AM
Adjuster: Ramos, Jonathan, (424) 208 -9895 Business
Insured: MARGARITA
Owner Policy #: 000934786719 Claim #:
000391611134HOI
AMADOR
Type of Loss: Comprehensive Date of Loss: 11/16/2015 12:00 PM Days to Repair: 8
Point of Impact: 16 Non - Collision Deductible: 500.00
Owner (Insured):
Inspection Location: Appraiser Information:
Repair Facility:
MARGARITA AMADOR
BELL DI jramp @allstate.com
BELLWOOD AUTO BODY
2941 LOS FLORES BLVD APT B
4625 E. GAGE AVE. (424) 208 -9895
4625 E. GAGE AVE.
LYNWOOD, CA 90262 -2418
BELL, CA 90201
BELL, CA 90201
(310) 346 -1176 Other
Drive -in
(323) 771 -3429 Business
MAGGIE8A.MA @GMAIL.COM
(323) 771 -3429 Business
VEHICLE
Year: 2001
Color: BLACK Int: License: 61\178753
Production Date:
Make: TOYO
Body Style: 2D P/U State: CA
Odometer: 219511
Model: TACOMA 4X2
Engine: 6- 3.4L -FI VIN: STESN92N912773123
Condition:
XTRACAB
PRERUNNER
TRANSMISSION
Automatic Transmission
Overdrive
POWER
Power Steering
Power Brakes
DECOR
Dual Mirrors
CONVENIENCE
Air Conditioning
Intermittent Wipers
RADIO
AM Radio
FM Radio
Stereo
Search /Seek
Cassette
SAFETY
Drivers Side Air Bag
Passenger Air Bag
SEATS
Cloth Seats
WHEELS
Styled Steel Wheels
PAINT
Clear Coat Paint
11/21/2015 8:49:36 AM 112774 Page 1
Claim #; 000391611134HOI
Workfile ID: 08415731
Estimate of Record
2001 TOYO TACOMA 4X2)CrRAC4B PRERUNNER 2D P/LJ 6-3.4L-Fl BLACK
Line,
Oper
Description
Part Number Qty
Extended
Labor
Paint
#
Color Tint -minor
1
0.00
0.5
Price $
24
-- Repl
1
#
8100
If there Is anything else that I
1
0.00
0.0
0.0
0
0.00
2.0
can do for you to*ensure
NOTE: FOR IT BED SIDE PANEL
2
#
your complete satisfaction, please
1
0.00
0.0
0.0
0.3
0.0
27
call me at 424-208-9895.
Rope Lt Cab Side Glass
0
0.00
0.3
3
#
OTHER CHARGES
*****Supplement Hotline
1
0100
0.0
010
29
- ----- ---- 11 .. ............. .
E.P.C.
909-612-6796*1�-**
............
3,50
4
PICK UP BOX
SUBTOTALS
70.37
22.3
12.1
5
Rpr
LT Outer panel
0
0.00
8.0
3.0
6
Par
RT Outer panel
0
0.00
4.0
3.0
7
- ------ _ -------
....... .
.... .... .
Overlap Major Non-Adj. Panel
.. .. ...... .. ......... . ..
.... 0
0.00
-------- --- --------
0.0
- .... . ..... ........... . .
-0.2
. ... ............ . . .
8
FRONT DOOR
9
Rpr
LT Outer panel
0
0.00
1.5
2.3
10
Overlap Major Adj. Panel
0
0.00
0.0
-0.4
11
- ...............
# .... _ - ------
Refin
Partial Refinish w/ Full Clear
-- - ----- I ------- ..........
0
- ........ .. .. .. ..............
0.00
. . - --------- ----- -
0.0
........... . .......
_1d0
.... - - -----
12
CAB
13
Rpr
Roof panel
0
0.00
4,0
2,8
14
Overlap Major Adj. Panel
0
0.00
0.0
-0.4
15
#
Refin
Partial Refinish w/ Full Clear
0
0.00
0.0
-110
16
Rpr
LT Side panel
0
0.00
1.0
2.7
17
Overlap Major Non-Adj, Panel
0
0.00
0.0
-0.2
is
Clear Coat
0
0.00
0.0
2.5
19
#
Refin
Partial Refinish w/ Full Clear
0
0.00
0.0
-1,0
20
Real
IT Lock assy oak
6291035032E0 1
39.22
0.3
010
21
Repl
Nameplate "SP.5"
FF211SR982 1
9.65
0.2
0.0
22
#
Lt Bed Side Cover
1
10.00
0.2
0.0
11/21/2015 8:49:36 AM 112774 Page 2
NOTE: PER INVOICE
23
#
Color Tint -minor
1
0.00
0.5
0.0
24
-- Repl
A/M Cover Car
1
8100
0.0
0.0
25
# Rpr
Sheet Metal Pull
0
0.00
2.0
0.0
NOTE: FOR IT BED SIDE PANEL
26
# R&I
Rope Back Glass
0
0.00
0.3
0.0
27
# R&I
Rope Lt Cab Side Glass
0
0.00
0.3
0.0
28
OTHER CHARGES
29
#
E.P.C.
1
3,50
SUBTOTALS
70.37
22.3
12.1
11/21/2015 8:49:36 AM 112774 Page 2
Claim #: 000391611134H01
Workfle ID: 08415731
Estimate of Record
2001 TOYO TACOMA 4X1 XTRACAB PRERUNNER 2D P/U 6-3.4L-Fl BLACK
ESTIMATE TOTALS
Category
Basis
Rate
Cost $
Parts
66.87
Parts Discount
$ 48.87
-5.0%
-2.44
Body Labor
22.3 hrs
@
$ 42.00 /hr
936.60
Paint Labor
12.1 hrs
@
$ 42.00 /hr
508.20
Paint Supplies
12.1 hrs
@
$ 31.00 /hr
375.10
Other Charges
3.50
Subtotal
1,887.83
Sales Tax
$ 439.53
@
9.0000%
39.56
Total Cost of Repairs
1,927.39
- Deductible
500.00
Total Adjustments
500.00
Net Cost of Repairs
1,427.39
SUPPLEMENT REQUEST PROCESS INSTRUCTIONS:
SUPPLEMENT HOTLINE 909 - 612 -6796
*********************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
THIS ESTIMATE CONTAINS ALL VISIBLE DAMAGE AT THE TIME OF INSPECTION ONLY. YOUR VEHICLE MAY
REQUIRE A TEARDOWN TO FULLY ASSESS ALL THE RELATED DAMAGE. ANY CHANGES TO THIS ESTIMATE MUST
BE AUTHORIZED BY AN ALLSTATE REPRESENTATIVE. THIS IS NOT AN AUTHORIZATION TO REPAIR. ALL REPAIRS
MUST BE AUTHORIZED BY VEHICLE OWNER.
If we have recommended a repair shop, please read the information below:
WE ARE PROHIBITED BY LAW FROM REQUIRING THAT REPAIRS BE DONE AT A SPECIFIC
AUTOMOTIVE REPAIR DEALER. YOU ARE ENTITLED TO SELECT THE AUTO BODY REPAIR
SHOP TO REPAIR DAMAGE COVERED BY US. WE HAVE RECOMMENDED AN AUTOMOTIVE
REPAIR DEALER THAT WILL REPAIR YOUR DAMAGED VEHICLE. WE RECOMMEND YOU
CONTACT ANY OTHER AUTOMOTIVE REPAIR DEALER YOU ARE CONSIDERING TO CLARIFY
ANY QUESTIONS YOU MAY HAVE REGARDING SERVICES AND BENEFITS. IF YOU AGREE
TO USE OUR RECOMMENDED AUTOMOTIVE REPAIR DEALER, WE WILL CAUSE THE DAMAGED
VEHICLE TO BE RESTORED TO ITS CONDITION PRIOR TO THE LOSS AT NO ADDITIONAL
COST TO YOU OTHER THAN AS STATED IN THE INSURANCE POLICY OR AS OTHERWISE
ALLOWED BY LAW. IF YOU EXPERIENCE A PROBLEM WITH THE REPAIR OF YOUR VEHICLE,
PLEASE CONTACT US IMMEDIATELY FOR ASSISTANCE.
11/21/2015 8:49:36 AM 112774 Page 3
Claim #: 000391611134HOI
Workfile ID: 08415731
Estimate of Record
2001 TOYO TACOMA 4X2 XTRACAB PRERUNNER 2D P/U 6- 3.41--FI BLACK
FOR YOUR PROTECTION CALIFORNIA LAW REQUIRES THE FOLLOWING TO APPEAR ON THIS FORM: ANY PERSON
WHO KNOWINGLY PRESENTS FALSE OR FRAUDULENT CLAIM FOR THE PAYMENT OF A LOSS IS GUILTY OF A CRIME
AND MAY BE SUBJECT TO FINES AND CONFINEMENT IN STATE PRISON.
THE FOLLOWING IS A LIST OF ABBREVIATIONS OR SYMBOLS THAT MAY BE USED TO DESCRIBE WORK TO BE
DONE OR PARTS TO BE REPAIRED OR REPLACED: .
MOTOR ABBREVIATIONS /SYMBOLS: D= DISCONTINUED PART, A= APPROXIMATE PRICE. LABOR TYPES: B =BODY
LABOR, D= DIAGNOSTIC, E= ELECTRICAL, F= FRAME, G= GLASS, M= MECHANICAL, P =PAINT LABOR,
S= STRUCTURAL, T =TAXED MISCELLANEOUS, X =NON TAXED MISCELLANEOUS. CCC ONE: ADJ= ADJACENT,
ALGN = ALIGN, A /M= AFTERMARKET, BLND = BLEND, CAPA= CERTIFIED AUTOMOTIVE PARTS ASSOCIATION,
D &R= DISCONNECT AND RECONNECT, EST = ESTIMATE, EXT. PRICE =UNIT PRICE MULTIPLIED BY THE QUANTITY,
INCL= INCLUDED, MISC= MISCELLANEOUS, NAGS = NATIONAL AUTO GLASS SPECIFICATIONS, NON -ADJ =NON
ADJACENT, O /H= OVERHAUL, OP= OPERATION, NO =LINE NUMBER, QTY = QUANTITY, RECON D= RECONDITION,
REFN= REFINISH, REPL = REPLACE, R&I= REMOVE AND INSTALL, R &R= REMOVE AND REPLACE, RPR= REPAIR,
RT= RIGHT, SECT = SECTION, SUBL = SUBLET, LT =LEFT, W /O= WITHOUT, W/_ WITH/_ SYMBOLS: #= MANUAL LINE
ENTRY, * =OTHER [IE..MOTORS DATABASE INFORMATION WAS CHANGED], * *= DATABASE LINE WITH
AFTERMARKEF, N =NOTES ATTACHED TO LINE. OPT OEM= ORIGINAL EQUIPMENT MANUFACTURER PARTS EITHER
OPTIONALLY SOURCED OR OTHERWISE PROVIDED WITH SOME UNIQUE PRICING OR DISCOUNT.
THIS ESTIMATE HAS BEEN PREPARED BASED ON THE USE OF CRASH PARTS SUPPLIED BY A SOURCE OTHER THAN
THE MANUFACTURER OF YOUR MOTOR VEHICLE. ANY WARRANTIES APPLICABLE TO THESE REPLACEMENT PARTS
ARE PROVIDED BY THE MANUFACTURER OR DISTRIBUTOR OF THE PARTS, RATHER THAN BY THE ORIGINAL
MANUFACTURER OF YOUR VEHICLE.
11/21/2015 8:49:36 AM 112774 Page 4
Claim #: 000391611134H01
Workfile ID: 08415731
Estimate of Record
2001 TOYO TACOMA 4X2 XrRACAB PRERUNNER 2D P/U 6- 3.4L -FI BLACK
Estimate based on MOTOR CRASH ESTIMATING GUIDE and potentially other third party sources of data. Unless
otherwise noted, (a) all items are derived from the Guide AEM8510, CCC Data Date 9/1/2015, and potentially other
third party sources of data; and (b) the parts presented are OEM -parts manufactured by the vehicles Original
Equipment Manufacturer. OEM parts are available at OE /Vehicle dealerships. OPT OEM (Optional OEM) or ALT OEM
(Alternative OEM) parts are OEM parts that may be provided by or through alternate sources other than the OEM
vehicle dealerships. OPT OEM or ALT OEM parts may reflect some specific, special, or unique pricing or discount.
OPT OEM or ALT OEM parts may include "Blemished" parts provided by OEM's through OEM vehicle dealerships.
Asterisk ( *) or Double Asterisk ( * *) indicates that the parts and /or labor data provided by third party sources of data
may have been modified or may have come from an alternate data source. Tilde sign ( —) items indicate MOTOR
Not - Included Labor operations. The symbol ( < >) indicates the refinish operation WILL NOT be performed as a
separate procedure from the other panels in the estimate. Non - Original Equipment Manufacturer aftermarket parts
are described as Non OEM, A/M or NAGS. Used parts are described as LKQ, RCY, or USED. Reconditioned parts are
described as Recond. Recored parts are described as Recore. NAGS Part Numbers and Benchmark Prices are
provided by National Auto Glass Specifications. Labor operation times listed on the line with the NAGS information
are MOTOR suggested labor operation times. NAGS labor operation times are not included. Pound sign ( #) items
indicate manual entries.
Some 2016 vehicles contain minor changes from the previous year. For those vehicles, prior to receiving updated
data from the vehicle manufacturer, labor and parts data from the previous year may be used. The CCC ONE
estimator has a list of applicable vehicles. Parts numbers and prices should be confirmed with the local dealership.
The following is a list of additional abbreviations or symbols that may be used to describe work to be done or parts to
be repaired or replaced:
SYMBOLS FOLLOWING PART PRICE:
m =MOTOR Mechanical component. s =MOTOR Structural component. T= Miscellaneous Taxed charge category.
X= Miscellaneous Non -Taxed charge category.
SYMBOLS FOLLOWING LABOR:
D= Diagnostic labor category. E= Electrical labor category. F =Frame labor category. G =Glass labor category.
M= Mechanical labor category. S= Structural labor category. (numbers) 1 through 4 =User Defined Labor Categories.
OTHER SYMBOLS AND ABBREVIATIONS:
Adj.= Adjacent, Algn.= Align. ALU= Aluminum. A /M= Aftermarket part. Bind= Blend. BOR =Boron steel.
CAPA= Certified Automotive Parts Association. D &R= Disconnect and Reconnect. HSS =High Strength Steel.
HYD= Hydroformed Steel. Incl.= Included. LKQ =Like Kind and Quality. LT =Left. MAG= Magnesium. Non -Adj. =Nan
Adjacent. NSF =NSF International Certified Part. 0 /H= Overhaul. Qty= Quantity. Refn= Refinish. Repl= Replace.
R&I= Remove and Install. R &R= Remove and Replace. Rpr= Repair. RT= Right. SAS = Sandwiched Steel.
Sect = Section. Subl= Sublet. UHS =Ultra High Strength Steel. N= Note(s) associated with the estimate line.
CCC ONE Estimating - A product of CCC Information Services Inc.
The following is a list of abbreviations that may be used in CCC ONE Estimating that are not part of the MOTOR
CRASH ESTIMATING GUIDE:
BAR = Bureau of Automotive Repair. EPA = Environmental Protection Agency. NHTSA= National Highway
Transportation and Safety Administration. PDR= Paintless Dent Repair. VIN = Vehicle Identification Number.
11/21/2015 8:49:36 AM 112774 Page 5
Claim #: 000391611134H01
Workflle ID: 08415731
Estimate of Record
2001 TOYO TACOMA 4X2 XTRACAB PRERUNNER 21) P/U 6- 3.4L +1 BLACK
THIS ESTIMATE MAY LIST PARTS FOR USE IN THE REPAIR OF YOUR VEHICLE THAT ARE MANUFACTURED BY A
COMPANY OTHER THAN THE ORIGINAL MANUFACTURER OF YOUR VEHICLE. THESE PARTS ARE COMMONLY
REFERRED TO AS AFTERMARKET PARTS OR COMPETITIVE PARTS, AND MAY INCLUDE COSMETIC OUTER BODY
CRASH PARTS SUCH AS HOODS, FENDERS, BUMPER COVERS, ETC. THE INSURANCE COMPANY GUARANTEES THE
AFTERMARKET OR COMPETITIVE CRASH PARTS ARE AT LEAST EQUAL TO THE ORIGINAL EQUIPMENT
MANUFACTURER PARTS IN TERMS OF KIND, QUALITY, SAFETY, FIT AND PERFORMANCE THAT ARE LISTED ON
THIS ESTIMATE AND ACTUALLY USED IN THE REPAIR OF YOUR VEHICLE FOR AS LONG AS YOU OWN IT. IF A
PROBLEM DEVELOPS WITH THE KIND, QUALITY, SAFETY, FIT AND PERFORMANCE OF THESE PARTS, THEY WILL BE
REPAIRED OR REPLACED AT THE INSURANCE COMPANY'S EXPENSE. THIS GUARANTEE IS LIMITED TO THE REPAIR
OR REPLACEMENT OF THE PART. HOWEVER, IF YOU CHOOSE NOT TO USE ONE OR MORE OF THE AFTERMARKET
OR COMPETITIVE CRASH PARTS THAT MAY BE LISTED ON THIS ESTIMATE IN THE REPAIR OF YOUR VEHICLE, THE
INSURANCE COMPANY WILL SPECIFY THE USE OF ORIGINAL EQUIPMENT MANUFACTURER PARTS, EITHER NEW
OR RECYCLED AT THE INSURANCE COMPANY`S OPTION, AT NO ADDITIONAL COST TO YOU. THE INSURANCE
COMPANY DOES NOT SEPARATELY GUARANTEE THE PERFORMANCE OF ORIGINAL EQUIPMENT MANUFACTURER
PARTS, AND MAKES NO REPRESENTATION ABOUT THE AVAILABILITY OF ANY MANUFACTURER'S GUARANTEE.
11/21/2015 8:49 :36 AM - 112774 Page 6
Allstate Northbrook Indemnity Co.
LA CENTRAL AUTO MOD
P.O. Box 6520
Diamond Bar, CA 91765 Claim #: 000391611134H01
Phone: (877) 859 -1173 Workfile ID: 08415731
Unrelated Prior Damage
Written By: JONATHAN RAMOS
Adjuster: Ramos, Jonathan, (424) 208 -9895 Business
Insured: MARGARITA Owner Policy #: 000934786719 Claim #: 000391611134H01
AMADOR
Type of Loss: Comprehensive Date of Loss: 11116MIS 12:00 PM Days to Repair: 8
Point of Impact: 16 Non - Collision Deductible:
Owner (Insured):
MARGARITA AMADOR
2941 LOS FLORES BLVD APT B
LYNWOOD, CA 90262 -2418
(310) 346 -1176 other
MAGGIESA.MA @GMAIL.COM
Inspection Location:
BELL DI
4625 E. GAGE AVE.
BELL, CA 90201
Drive -in
(323) 771 -3429 Business
Appraiser Information:
jramp @allstate.com
(424) 208 -9895
Repair Facility:
BELLWOOD AUTO BODY
4625 E. GAGE AVE.
BELL, CA 90201 -
(323) 771 -3429 Business
VEHICLE
Year: 2001
Color: BLACK Int:
License: GN78753
Production Date:
Make: TOYO
Body Style: 2D PfU
State: CA
Odometer: 219511
Model: TACOMA 4X2
Engine: 6- 3.4L -FI
VIN: St'ESN92N912773123
Condition:
XTRACAB
PRERUNNER
TRANSMISSION
Dual Mirrors
Stereo
Cloth Seats
Automatic Transmission
CONVENIENCE
Search /Seek
WHEELS
Overdrive
Air Conditioning
Cassette
Styled Steel Wheels
POWER
Intermittent Wipers
SAFETY
PAINT
Power Steering
RADIO
Drivers Side Air Bag
Clear Coat Paint
Power Brakes
AM Radio
Passenger Air Bag
DECOR
FM Radio
SEATS
11/21/2015 8:49:37 AM
112774
Page 1
Claim #: 000391611134HOI
Workfile ID: 08415731
Unrelated Prior Damage
2002 TOYO TACOMA 4X2 XTRACAB PRERUNNER 2D P/U 6- 3.4L -FI BLACK
Line Oper Description - Part Number Qty Extended Labor Paint
Price $
I # SCRAPES ON IT AND RT SIDE 1 0.00 0.0 0.0
FLARE
SUBTOTALS 0.00 0.0 0.0
ESTIMATE TOTALS
Category Basis Rate Cost $
Parts 0.00
Total Cost of Repairs - 0.00
SUPPLEMENT REQUEST PROCESS INSTRUCTIONS:
SUPPLEMENT HOTLINE 909 -612 -6796
THIS ESTIMATE CONTAINS ALL VISIBLE DAMAGE AT THE TIME OF INSPECTION ONLY. YOUR VEHICLE MAY
REQUIRE A TEARDOWN TO FULLY ASSESS ALL THE RELATED DAMAGE. ANY CHANGES TO THIS ESTIMATE MUST
BE AUTHORIZED BY AN ALLSTATE REPRESENTATIVE. THIS IS NOT AN AUTHORIZATION TO REPAIR. ALL REPAIRS
MUST BE AUTHORIZED BY VEHICLE OWNER.
If we have recommended a repair shop, please read the information below:
WE ARE PROHIBITED BY LAW FROM REQUIRING THAT REPAIRS BE DONE AT A SPECIFIC
AUTOMOTIVE REPAIR DEALER, YOU ARE ENTITLED TO SELECT THE AUTO BODY REPAIR
SHOP TO REPAIR DAMAGE COVERED BY US. WE HAVE RECOMMENDED AN AUTOMOTIVE
REPAIR DEALER THAT WILL REPAIR YOUR DAMAGED VEHICLE. WE RECOMMEND YOU
CONTACT ANY OTHER AUTOMOTIVE REPAIR DEALER YOU ARE CONSIDERING TO CLARIFY
ANY QUESTIONS YOU MAY HAVE REGARDING SERVICES AND BENEFITS. IF YOU AGREE
TO USE OUR RECOMMENDED AUTOMOTIVE REPAIR DEALER, WE WILL CAUSE THE DAMAGED
VEHICLE TO BE RESTORED TO ITS CONDITION PRIOR TO THE LOSS AT NO ADDITIONAL
COST TO YOU OTHER THAN AS STATED IN THE INSURANCE POLICY OR AS OTHERWISE
ALLOWED BY LAW. IF YOU EXPERIENCE A PROBLEM WITH THE REPAIR OF YOUR VEHICLE,
PLEASE CONTACT US IMMEDIATELY FOR ASSISTANCE.
11/21/2015 8:49:37 AM 112774 Page 2
Claim #: 000391611134HOI
Workfile ID: 08415731
Unrelated Prior Damage
2001 TOYO TACOMA 4X2 XTRACAB PRERUNNER 2D P/U 6- 3.4L -FI BLACK
FOR YOUR PROTECTION CALIFORNIA LAW REQUIRES THE FOLLOWING TO APPEAR ON THIS FORM: ANY PERSON
WHO KNOWINGLY PRESENTS FALSE OR FRAUDULENT CLAIM FOR THE PAYMENT OF A LOSS IS GUILTY OF A CRIME
AND MAY BE SUBJECT TO FINES AND CONFINEMENT IN STATE PRISON.
THE FOLLOWING IS A LIST OF ABBREVIATIONS OR SYMBOLS THAT MAY BE USED TO DESCRIBE WORK TO BE
DONE OR PARTS TO BE REPAIRED OR REPLACED:
MOTOR ABBREVIATIONS /SYMBOLS: D= DISCONTINUED PART, A= APPROXIMATE PRICE. LABOR TYPES: B =BODY
LABOR, D= DIAGNOSTIC, E= ELECTRICAL, F= FRAME, G= GLASS, M= MECHANICAL, P =PAINT LABOR,
S= STRUCTURAL, T =TAXED MISCELLANEOUS, X =NON TAXED MISCELLANEOUS. CCC ONE: ADJ= ADJACENT,
ALGN = ALIGN, A /M= AFTERMARKET, BLND = BLEND, CAPA= CERTIFIED AUTOMOTIVE PARTS ASSOCIATION,
D &R= DISCONNECT AND RECONNECT, EST = ESTIMATE, EXT. PRICE =UNIT PRICE MULTIPLIED BY THE QUANTITY,
INCL= INCLUDED, MISC = MISCELLANEOUS, NAGS= NATIONAL AUTO GLASS SPECIFICATIONS, NON -ADJ =NON
ADJACENT, 0 /H= OVERHAUL, OP= OPERATION, NO =LINE NUMBER, QTY = QUANTITY, RECOND = RECONDITION,
REFN = REFINISH, REPL = REPLACE, R&I= REMOVE AND INSTALL, R &R= REMOVE AND REPLACE, RPR= REPAIR,
RT= RIGHT, SECT = SECTION, SUBL= SUBLET, LT =LEFT, W /O= WITHOUT, W/_ WITH/_ SYMBOLS: #= MANUAL LINE
ENTRY, * =OTHER [IE..MOTORS DATABASE INFORMATION WAS CHANGED], * *= DATABASE LINE WITH
AFTERMARKET, N =NOTES ATTACHED TO LINE. OPT OEM = ORIGINAL EQUIPMENT MANUFACTURER PARTS EITHER
OPTIONALLY SOURCED OR OTHERWISE PROVIDED WITH SOME UNIQUE PRICING OR DISCOUNT.
11/21/2015 8:49:37 AM 112774 Page 3
Claim #: C00391611134HOI
Workfile ID: 08415731
Unrelated Prior Damage
2001 TOYO TACOMA 4x2 XTRACAB PRERUNNER 2D P/U 6- 3.4L -FI BLACK
Estimate based on MOTOR CRASH ESTIMATING GUIDE and potentially other third party sources of data. Unless
otherwise noted, (a) all items are derived from the Guide AEM8510, CCC Data Date 9/1/2015, and potentially other
third party sources of data; and (b) the parts presented are OEM -parts manufactured by the vehicles Original
Equipment Manufacturer. OEM parts are available at OE[/ehicle dealerships. OPT OEM (Optional OEM) or ALT OEM
(Alternative OEM) parts are OEM parts that may be provided by or through alternate sources other than the OEM
vehicle dealerships. OPT OEM or ALT OEM parts may reflect some specific, special, or unique pricing or discount.
OPT OEM or ALT OEM parts may include "Blemished" parts provided by OEM's through OEM vehicle dealerships.
Asterisk ( *) or Double Asterisk ( * *) indicates that the parts and /or labor data provided by third party sources of data
may have been modified or may have come from an alternate data source. Tilde sign ( -) items indicate MOTOR
Not - Included Labor operations. The symbol (< >) indicates the refinish operation WILL NOT be performed as a
separate procedure from the other panels in the estimate. Non-Original Equipment Manufacturer aftermarket parts
are described as Non OEM, A/M or NAGS. Used parts are described as LKQ, RCY, or USED. Reconditioned parts are
described as Recond. Recored parts are described as Recore. NAGS Part Numbers and Benchmark Prices are
provided by National Auto Glass Specifications. Labor operation times listed on the line with the NAGS information
are MOTOR suggested labor operation times. NAGS labor operation times are not included. Pound sign ( #) items
indicate manual entries.
Some 2016 vehicles contain minor changes from the previous year. For those vehicles, prior to receiving updated
data from the vehicle manufacturer, labor and parts data from the previous year may be used. The CCC ONE
estimator has a list of applicable vehicles. Parts numbers and prices should be confirmed with the local dealership.
The following is a list of additional abbreviations or symbols that may be used to describe work to be done or parts to
be repaired or replaced:
SYMBOLS FOLLOWING PART PRICE:
m =MOTOR Mechanical component. s =MOTOR Structural component. T= Miscellaneous Taxed charge category.
X= Miscellaneous Non -Taxed charge category.
SYMBOLS FOLLOWING LABOR:
D= Diagnostic labor category. E= Electrical labor category. F =Frame labor category. G =Glass labor category.
M= Mechanical labor category. S= Structural labor category. (numbers) 1 through 4 =User Defined Labor Categories.
OTHER SYMBOLS AND ABBREVIATIONS:
Adj.= Adjacent. Algn.= Align. ALU= Aluminum. A /M= Aftermarket part. Bind= Blend. BOR =Boron steel.
CAPA= Certified Automotive Parts Association. D &R= Disconnect and Reconnect. HSS =High Strength Steel.
HYD= Hydroformed Steel. Incl.= Included. LKQ =Like Kind and Quality. LT =Left. MAG= Magnesium. Non -Adj. =Non
Adjacent. NSF =NSF International Certified Part. O /H= Overhaul. Qty = Quantity. Refn= Refinish. Repl= Replace.
R&I= Remove and Install. R &R= Remove and Replace. Rpr= Repair. RT= Right. SAS= Sandwiched Steel.
Sect = Section. SubhSublet. UHS =Ultra High Strength Steel. N= Note(s) associated with the estimate line.
CCC ONE Estimating - A product of CCC Information Services Inc.
The following is a list of abbreviations that may be used in CCC ONE Estimating that are not part of the MOTOR
CRASH ESTIMATING GUIDE:
BAR = Bureau of Automotive Repair. EPA= Environmental Protection Agency. NHTSA= National Highway
Transportation and Safety Administration. PDR= Paintless Dent Repair. VIN = Vehicle Identification Number.
11121/2015 8:49:37 AM 112774 Page 4
Claim #: 000391611134HOI
Workfile ID: 08415731
Unrelated Prior
2001 TOYO TACOMA 02 XTRACAB PRERUNNER 2D P/U 6- 3.4L -PI BLACK
IMPORTANT INFORMATION ABOUT THE NAMED INSURANCE COMPANY'S CHOICE OF PARTS POLICY.
THIS ESTIMATE MAY LIST PARTS FOR USE IN THE REPAIR OF YOUR VEHICLE THAT ARE MANUFACTURED BY A
COMPANY OTHER THAN THE ORIGINAL MANUFACTURER OF YOUR VEHICLE. THESE PARTS ARE COMMONLY
REFERRED TO AS AFTERMARKET PARTS OR COMPETITIVE PARTS, AND MAY INCLUDE COSMETIC OUTER BODY
CRASH PARTS SUCH AS HOODS, FENDERS, BUMPER COVERS, ETC. THE INSURANCE COMPANY GUARANTEES THE
AFTERMARKET OR COMPETITIVE CRASH PARTS ARE AT LEAST EQUAL TO THE ORIGINAL EQUIPMENT
MANUFACTURER PARTS IN TERMS OF KIND, QUALITY, SAFETY, FIT AND PERFORMANCE THAT ARE LISTED ON
THIS ESTIMATE AND ACTUALLY USED IN THE REPAIR OF YOUR VEHICLE FOR AS LONG AS YOU OWN IT. IF A
PROBLEM DEVELOPS WITH THE KIND, QUALITY, SAFETY, FIT AND PERFORMANCE OF THESE PARTS, THEY WILL BE
REPAIRED OR REPLACED AT THE INSURANCE COMPANYS EXPENSE. THIS GUARANTEE IS LIMITED TO THE REPAIR
OR REPLACEMENT OF THE PART. HOWEVER, IF YOU CHOOSE NOT TO USE ONE OR MORE OF THE AFTERMARKET
OR COMPETITIVE CRASH PARTS THAT MAY BE LISTED ON THIS ESTIMATE IN THE REPAIR OF YOUR VEHICLE, THE
INSURANCE COMPANY WILL SPECIFY THE USE OF ORIGINAL EQUIPMENT MANUFACTURER PARTS, EITHER NEW
OR RECYCLED AT THE INSURANCE COMPANY'S OPTION, AT NO ADDITIONAL COST TO YOU. THE INSURANCE
COMPANY DOES NOT SEPARATELY GUARANTEE THE PERFORMANCE OF ORIGINAL EQUIPMENT MANUFACTURER
PARTS, AND MAKES NO REPRESENTATION ABOUT THE AVAILABILITY OF ANY MANUFACTURER'S GUARANTEE,
11/21/2015 8:49:37 AM 112774 Page 5
QEFI-W -- --
0
lk
E tk; ---s J --•'._ _ ::m
E.
�;>.
_r "�
d 1� .
IRE
TA MOTOR MANUFAGCALIrORNja
CTURIN, ' DATE
MFC BY TOVU 5100 , 5/75R15 SOLD
GVWR (LBS) WITH P��-
GAWR (LBS) ART 35X� J RTMS. AT ?_6PSI TIRE
RR 2SO0 WITH P225/ /D ^•-
„OLD.
I5X7JJ RIMS• AT 29PSI
THIS VEHICLE CONFORMS TO ALL APPLICABLE FEDERAL MOTO
�; "tHCEDATE OF MANUFACTURE PREVENTION STANDARDS IN EFFECT
ABOVE
((STESN92N9' 7773123 TRUCK VZN195L -CRP
II�III �il� I I�IIq iiIIIII� �,'I I ` i I A /TM B03A /A1
iI I I tl l IIIIVIIIIIIIVIIIiIIIII�
� A340E.
a
st•
7? F-
F '
Al
IN
Y
9
I
i4
rl" 1 4 1 1
or
t
I
0
Y
a � r
. s l- V ,
Eo
+� r
aN
3� ��
AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager Y&
PREPARED BY: Raul Godines II, P.E., Director of Public Works / City Engineer
Elias Saikaly, Senior Public Works Manager
SUBJECT: Project Acceptance
Traffic Signal Improvement Project
Various Locations
Project No. 4011.67.988
Recommendation:
Staff recommends that the City Council consider the attached resolution entitled: A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING
THE TRAFFIC SIGNAL IMPROVEMENT PROJECT, PROJECT NO. 4011.67.988, AS
BEING COMPLETE, AUTHORIZING THE DIRECTOR OF PUBLIC WORKS /CITY
ENGINEER TO PROCESS THE RECORDATION OF THE NOTICE OF
COMPLETION'.
Background:
On October 2, 2012, the City Council awarded a contract to Steiny and Company, Inc.,
in the amount of $536,306.37 for the Traffic Signal Upgrade Improvement Project,
Project No. 4011.67.988. The City Council approved a contract change order for the
amount of $56,382.93. All construction work on the project is now complete. The final
project cost for this project is $592,689.30. The Traffic Signal Upgrade Project was
funded with Water funds, Proposition C and Measure R funds and is now ready for
acceptance by the City Council.
Discussion & Analysis:
The project was completed on June 9, 2015. Staff conducted the final inspection on
June 10, 2015 and found that all work is complete in accordance with the project plans
and specifications.
ITEM
15
Fiscal Impact:
During the course of construction, changes in the field conditions, prompted the need
for one (1) contract change order involving an increase in bid quantities that consist of
the following: pull additional wire, temporary traffic signal installation, removal of
damaged concrete poles, the installation of a curb ramp and other miscellaneous items.
The final project construction cost is $592,689.30 and the final accounting is as follows:
1. Original Contract amount ......................... ....................$536,306.37
2. Contract Change Order amount ................ .....................$56,382.93
Final project cost ... ............................... ....................$592,689.30
Funds were adequately budgeted in the Fiscal Year 2015 -2016 Capital Improvement
Program (CIP) budget to cover the project costs.
The amended contract budget is listed as follows:
• Project 4011.67.988 (including Contract Change Order No.1) ..... $ 592,689.30
Coordinated With:
City Attorney's Office
Finance Department
City Clerk's Office
2
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD ACCEPTING
THE TRAFFIC SIGNAL IMPROVEMENT PROJECT, PROJECT NO. 4011.67.988, AS
BEING COMPLETE, AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO
PROCESS THE RECORDATION OF THE NOTICE OF COMPLETION.
WHEREAS, on October 2, 2012, the City Council of the City of Lynwood adopted
Resolution 2012.186 awarding a contract to Steiny and Company, Inc. for the
construction of the Traffic Signal Upgrade Project; and
WHEREAS, the project started on August 13, 2012 and was completed on
October 9, 2015; and
WHEREAS, the project was funded with Proposition C, Water Fund and Measure
R funds; and
WHEREAS, the final construction cost is $592,689.30, which includes Contract
Change Order No. 1 in the amount of $56,382.93 for additional work and the final
reconciliation of quantities; and
WHEREAS, Public Works staff conducted the final inspection on June 10, 2015
and found. that all work is complete in accordance with the project plans and
specifications.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. That the City Council of the City of Lynwood accepts the Traffic
Signal Upgrade Improvement Project, Project No. 4011.67.988 as complete in
accordance with contract documents and authorizes the Director of Public Works to
process the recordation of the Notice of Completion.
Section 2. This resolution shall go into effect immediately upon its adoption.
Section 3. The City Clerk shall certify as to the adoption of this Resolution.
3
PASSED, APPROVED and ADOPTED this 15t day of March, 2016.
ATTEST:
Maria Quinonez
City Clerk
APPROVED AS TO FORM:
David A. Garcia
City Attorney
Edwin Hernandez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works / City Engineer
H
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of the City of
Lynwood at a regular meeting held in the City Hall of said City on the day of
AYES:
NOES:
ABSENT:
20_, and passed by the following vote:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of the City of
Lynwood at a regular meeting held in the City Hall of said City on the day of
AYES:
NOES:
ABSENT:
20_, and passed by the following vote:
City Clerk, City of Lynwood
5
�ttFD4; Oa��w'� d AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
Honorable Chair and Members of the Lynwood Housing
Authority
APPROVED BY: J. Arnoldo Beltran, City Manager /Executive Director
PREPARED BY: Erika Ramirez, Interim Director, Department of
Development, Compliance and Enforcement
Annette Potts, Deputy Director of Administrative Services At'
SUBJECT: Authorization and Designation of City Manager or his
Designee to Execute All Documents Relative to the
CalHome Grant Program
Recommendation:
Staff respectfully requests that after review and consideration, Lynwood City
Council and Lynwood Housing Authority Board Members approve and adopt the
attached resolution entitled: " A JOINT RESOLUTION OF THE CITY OF
LYNWOOD AND THE LYNWOOD HOUSING AUTHORITY HEREBY
AUTHORIZING THE CITY MANAGER OR HIS AUTHORIZED DESIGNEE TO
EXECUTE APPLICATIONS, STANDARD AGREEMENTS, AMENDMENTS
AND ANY RELATED DOCUMENTS NECESSARY TO PARTICIPATE IN THE
CALIFORNIA STATE DEPARTMENT OF HOUSING AND COMMUNITY
DEVELOPMENT (HCD) CALHOME PROGRAM"
Background:
HCD awards CalHome grants to eligible cities and organizations for activities that
support homeownership programs aimed at low- and very low- income
households. The intent of the CalHome Program is to increase homeownership,
encourage neighborhood revitalization and sustainable development, and
maximize use of existing homes. On March 22, 2011, the former Lynwood
Redevelopment Agency (LRA) received a $1,000,000 CalHome grant from the
California Department of Housing and Community Development (HCD). On
January 31, 2012, due to the dissolution of the LRA, the Lynwood Housing
Authority assumed responsibility for LRA housing assets and functions, including
the CalHome grant, pursuant to City Resolution No. 2012.023 and Housing
Authority Resolution No. 2012.001.
ITEM
Ap-
The approved use of the CalHome grant is to develop and implement a First Time
Homebuyers Program ($500,000) and an Owner - Occupied Housing Rehabilitation
Program ($500,000), principally for low income residents. CalHome requires that
program participant incomes are below 80% of the County's area median income (AM[),
and for a family of 4, that income could not exceed $64,800 annually.
The CalHome First Time Homebuyer Program provides up to $60,000 for down payment
assistance to eligible homebuyers purchasing homes in Lynwood. Homebuyers must
contribute a minimum down payment of 1% of the purchase price, but may contribute
more if desired. Eligible homes will be those that are currently owner - occupied or have
been vacant for a minimum of three months prior to the acceptance of a contract to
purchase. Applicants must meet income, credit and other requirement and attend a first
time homebuyer's educational course. The CalHome Owner - Occupied Housing
Rehabilitation Program provides assistance to eligible homeowners for correction of
health and safety items, as well as code violations. The Program provides this
assistance in the form of a 30 year deferred payment loan not to exceed $60,000.
CalHome program guidelines were approved by HCD April 20, 2015, however no
activities have been funded and no expenditures made at this time. Administrative
requirements for developing loan process procedures, marketing material, program
applications, loan documents and other pertinent documents and forms necessary to
process and approve CalHome loans have been completed. There have been various
delays in moving forward with the program, such as lack of adequate staffing and the
fact that HCD does not provide administrative funds to operate the program. The City's
initial administrative funding source was the Housing Authority's general housing
account; however these funds are no longer available. The deadline to spend CalHome
funds is October 19, 2016.
Discussion & Analysis:
On October 19, 2015, Lynwood staff requested an extension to the CalHome agreement
which was due to expire. On December 10, 2015, the HCD Contract Office requested
Lynwood to execute a resolution to include specific language stating that Lynwood
authorizes the City Manager or his authorized designee, to execute in the name of the
City of Lynwood and Lynwood Housing Authority, Standard Agreements, amendments
and all other documents required by HCD for participation in the CalHome Program.
HCD stated that the execution of the requested extension will be pending the submittal
of the attached resolution.
In response, staff has prepared this report and resolution for your consideration and
approval.
Fiscal Impact:
There is no fiscal impact.
Coordinated With:
City Manager
City Attorney
RESOLUTION NO.
LHA RESOLUTION NO.
A JOINT RESOLUTION OF THE CITY OF LYNWOOD AND THE LYNWOOD
HOUSING AUTHORITY HEREBY AUTHORIZING THE CITY MANAGER OR
HIS AUTHORIZED DESIGNEE TO EXECUTE APPLICATIONS, STANDARD
AGREEMENTS, AMENDMENTS AND ANY RELATED DOCUMENTS
NECESSARY TO PARTICIPATE IN THE CALIFORNIA STATE DEPARTMENT
OF HOUSING AND COMMUNITY DEVELOPMENT (HCD) CALHOME
PROGRAM
WHEREAS, the California State Department of Housing and Urban
Development (HUD) is authorized to approve funding allocations utilizing monies
made available by the State Legislature to the CalHome program, subject to the
terms and conditions of the statute and the CalHome Program Regulations
adopted by HCD in April 2004; and
WHEREAS, on March 22, 2011, the City of Lynwood /Lynwood Housing
Authority received a $1,000,000 CalHome grant approval from the HCD to
develop and implement a First Time Homebuyers Program ($500,000) and an
Owner - Occupied Housing Rehabilitation Program ($500,0000); and
WHEREAS, on December 10, 2015, the HCD Contract office requested
Lynwood to execute a resolution to include specific language stating that
Lynwood authorizes the City Manager or his authorized designee to execute in
the name of the City of Lynwood and Lynwood Housing Authority, the Standard
Agreement, and all other documents required by HCD for the participation in the
CalHome Program and any amendments thereto; and
WHEREAS, to satisfy HCD's request, this resolution provides the City
Manager or his designee, authorization to execute in the name of the City of
Lynwood and Lynwood Housing Authority, the Standard Agreement, and all other
documents required by HCD for the participation in the CalHome Program, and
any amendments thereto; and
WHEREAS, the City of Lynwood and Lynwood Housing Authority finds this
action appropriate and wishes to provide said authority to the City Manager for
participation in the HCD CalHome Program.
NOW, THEREFORE, THE CITY COUNCIL AND LYNWOOD HOUSING
AUTHORITY OF THE CITY OF LYNWOOD DOES HEREBY FIND,
DETERMINE, ORDER AND RESOLVE AS FOLOWS:
Section 1. The City of Lynwood and Lynwood Housing Authority hereby
agrees to use CalHome funds in the amount of $1,000,000 for the CalHome First
Time Homebuyers ($500,000) and CalHome Owner - Occupied Home
Improvement ($500,000) programs in the manner presented in the application as
approved by HCD and in accordance with program regulations.
Section 2. The City of Lynwood and Lynwood Housing Authority
authorizes the City Manager or his authorized designee to execute in the name
of the City of Lynwood and Lynwood Housing Authority, the Standard
Agreement, and all other documents required by HCD for participation in the
CalHome Program, and any amendments thereto.
Section 3. This resolution shall become effective immediately upon its
adoption.
PASSED, APPROVED AND ADOPTED this _ day of March, 2016.
ATTEST:
Maria Quinonez, City Clerk
Secretary
APPROVED AS TO FORM:
David Garcia, City Attorney
Authority Counsel
Edwin Hernandez, Mayor /Chair
J. Arnoldo Beltran, City Manager
Executive Director
APPROVED AS TO CONTENT:
Erika Ramirez, Interim Director
Department of Development,
Compliance and Enforcement
�p zY^.b
U � ���de Otl
°��.�' AGENDA STAFF REPORT
,tog;
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager ¢�
� ly= A
PREPARED BY: Raul Godinez II, P.E., Director of Public Works /City Engineer
Elias Saikaly, P.E., Senior Public Works Manager
SUBJECT: Fernwood Avenue & Bullis Road Traffic Signal Improvement Project
Piggy back off L.A. County Traffic Signal Construction
Project, 2015 -16
Recommendation:
Staff recommends that the City Council consider the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AWARDING
A CONTRACT TO ELECNOR BELCO ELECTRIC, INC. GROUP IN THE
ESTIMATED AMOUNT OF $170,000 FOR THE FERNWOOD AVENUE AND
BULLIS ROAD TRAFFIC SIGNAL IMPROVEMENT PROJECT; BY PIGGYBACKING
OFF OF THE EXISTING CONTRACT FROM LOS ANGELES COUNTY TRAFFIC
SIGNAL CONSTRUCTION PROJECT, 2015 -16; DATED DECEMBER 28, 2015 AND
AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT'.
Background:
In 2015, the City built the new Linear Park along Fernwood Avenue from Atlantic
Avenue to Ernestine Avenue. The construction of the park created additional
vehicular and pedestrian movements on a daily basis. The intersection of Fernwood
Avenue and Bullis Road has strained its capacity to through traffic, turning
movements and heavy pedestrian traffic generated by the new park.
Therefore, the intersection of Fernwood Avenue and Bullis Road is in need of a traffic
signal upgrade to meet the additional vehicular and pedestrian traffic demand.
ITEM
/7—
Section 6- 6.8(A) of the Lynwood Municipal Code (LMC); amended, authorizes
piggybacking from another contract with a public agency that has gone through the
competitive bidding process within the most recent twenty four (24) months.
Discussion & Analysis:
The intersection improvements are comprised of new traffic signal poles (type 19),
new conduits, conductors, electrical cabinet, battery backup cabinet, new electrical
pull boxes, installation of new crosswalks, reconstruction of affected existing curb
ramps, curbs and gutters, and asphalt pavement.
The improvements will provide for a more efficient traffic signal and would reduce
standard maintenance cost.
Per Lynwood Municipal Code Section 6 -6.8 (A), staff is recommending to piggyback
off of the L.A. County Traffic Signal Construction Project, 2015 -16; dated December
28, 2015, due to its similarity in bid items with the City's Traffic Signal Improvement
project without the use of the competitive bidding process. This will allow us to more
quickly implement the intersection improvements, while benefitting from the larger
economies of scale of a Los Angeles County Project. It is estimated that the
improvement of the intersection will cost approximately $170,000.00.
Fiscal Impact:
This project will be funded by the Metropolitan Transportation Authority (MTA). The
City will use $170,000 of Proposition C funds for the Fernwood Avenue and Bullis
Road Traffic Signal Improvement. The funds are budgeted.
Coordinated With:
City Attorney's Office
City Manager's Office
Finance Department
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AWARDING A CONTRACT TO ELECNOR BELCO ELECTRIC, INC. GROUP IN
THE ESTIMATED AMOUNT OF, $170,000 FOR THE FERNWOOD AVENUE AND .
BULLIS ROAD TRAFFIC SIGNAL IMPROVEMENT PROJECT; BY
PIGGYBACKING OFF THE EXISTING CONTRACT FROM LOS ANGELES
COUNTY TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16; DATED
DECEMBER 28, 2015 AND AUTHORIZING THE MAYOR TO EXECUTE THE
AGREEMENT
WHEREAS, the intersection of Fernwood Avenue and Bullis Road has
exceeded its capacity to through traffic, turning movements and heavy pedestrian
traffic generated by the new Linear Park; and
WHEREAS, per the Lynwood Municipal Code Section 6- 6.8(A), the City is
able to secure contracts for a public projects through its piggyback procurement
process, insofar as the approved contract is for similar services; and
WHEREAS, staff is recommending to piggy back off of the L.A. County Traffic
Signal Construction Project, 2015 -16; dated December 28, 2015, due to its similarity
in bid items with the City's Traffic Signal Improvement project without the use of the
competitive bidding process.
WHEREAS, it is estimated that the improvement of the intersection will cost
approximately $170,000.00
WHEREAS, the Metropolitan Transportation Authority has approved the
funding for the Fernwood Avenue and Bullis Road Traffic Signal Improvement using
Proposition C funds in the amount of $170,000.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD
DOES HEREBY FIND, PROCLAIM, ORDER, AND RESOLVE AS FOLLOWS:
Section 1. That the City Council authorizes the piggybacking off the Los
Angeles County Traffic Signal Construction Project, 2015 -16; dated December 28,
2015, without the competitive bidding process and awards a contract to Elecnor
Belco Electric Inc., in the estimated amount of $170,000 for the Fernwood Avenue
and Bullis Road Traffic Signal Improvement Project.
Section 2. That the City Manager or his designee is authorized to make the
required fund appropriations and transfers as follows;
From
Unappropriated Prop C Fund
$170,000.00
In
Traffic Signal Improvement project
$170,000.00
Section 3. That this resolution becomes effective immediately.
Section 4. That the City Clerk shall certify as to the adoption of the City
Council Resolution
PASSED, APPROVED and ADOPTED this 15t day of March, 2016.
ATTEST:
Maria Quinonez
City Clerk
APPROVED AS TO FORM
David A. Garcia
City Attorney
Edwin Hernandez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works / City Engineer
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of the City of
Lynwood at a regular meeting held in the City Hall of said City on the day of
and passed by the following vote:
AYES:
NOES:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City
Council of said City, do hereby certify that the above and forgoing is a full, true and
correct copy of Resolution No.
on file in my office and that said
resolution was adopted on the date and by the vote therein stated.
Dated this day of
City Clerk, City of Lynwood
belco
elecnor group
February 22, 2016
City of Lynwood
Public Works Department
11330 Bullis Road
Lynwood, CA 90262
Attention: Mr. Guillermo Perez, Public Works Technician
Reference: Phase II Traffic Signal Improvements
Subject: Price Proposal for the Intersection of Bullis and Fernwood
Dear Mr. Perez:
Fleenor Belco Electric, Inc. is pleased to provide you with a price proposal to furnish labor, materials and
equipment to perform traffic signal improvements for the above reference project. The following details
are provided in this proposal for your review and consideration:
• All work listed at each location is based on identified potential improvements by the agency through
site visit absent of plans and specifications.
• All work listed is based on potential unit quantities and pricing.
• Restoration of street and handicap ramps are not included in this proposal and will be performed
under the roadway work allowance.
• All work will be performed during normal business hours Monday thru Friday 7:00 AM to 3:30
PM. Any work performed outside the (8) hour window of 6:00 AM to 6:00 PM will be premium
time not included in this proposal.
• Permits, traffic control and all engineered plans, surveying, signing/striping, utilities and associated
fees.
Should you have any questions or concerns, please do not hesitate to contact me at (909) 993 -5470 ext.
254.
Sincerely,
lecnor Belco Elleccttric,, Inc.
v " vlip-K
J i L. Wong
Vice President
4331 Schaefer Ave.
�_ Chino, CA 91710
belco We think about a better world (909) 993 -5470 Office
eiemor group www.elecnorbelco.com (909) 993 -5476 Fax
CA License 738518
belco
elecnor group
QUOTATION
ELECNOR BELCO ELECTRIC, INC.
4331 SCHAEFER AVE.
CHINO, CA 91710
TEL.: 909 993 -5470
FAX: 909 993 -5476
www.elecnorbelco.com
License No. 738518, C10
DIR No. 1000004804, Exp. 6/30/16
PROJECT DESCRIPTION
PHASE 11 TRAFFIC SIGNAL IMPROVEMENTS
BULLIS @ FERNWOOD
AGENCY /OWNER
CITY OF LYNWOOD
BID DATE / TIME
2/11/16
ITEM
NO.
DESCRIPTION
QTY
UNIT
UNIT PRICE
EXTENSION
1
ALLOWANCE FOR PAYMENT & PERFORMANCE BONDS
1500
EA
$ 1.00
$ 1,500.00
2
SCE SERVICE FEE
500
EA
$ 1.00
$ 500.00
3
MOBILIZATION
2
EA
$ 1,000.00
$ 2,000.00
4
ROADWAY WORK
39000
EA
$ 1.00
$ 39,000.00
5
1-1/2" CONDUIT (GRC)
170
LF
$ 18.00
$ 3,060.00
6
2" CONDUIT (SCH 80 PVC)
270
LF
$ 18.00
$ 4,860.00
7
2 -PAIR DETECTOR LEAD -IN CABLE
2000
LF
$ 1.20
$ 2,400.00
8
#10 WIRE
1600
LF
$ 0.70
$ 1,120.00
9
3 CONDUCTOR SIGNAL CABLE
1000
LF
$ 1.00
$ 1,000.00
10
5 CONDUCTOR SIGNAL CABLE
600
LF
$ 1.30
$ 780.00
11
12 CONDUCTOR SIGNAL CABLE
1200
LF
$ 2.50
$ 3,000.00
12
NO. 6 PULL BOX
6
EA
$ 450.00
S 2,700.00
13
REMOVE CONTROLLER/CABINET EXCLUDING FOUNDATION
I
EA
$ 200.00
$ 200.00
14
REMOVE TYPE 17 STANDARD
3
EA
1 $ 250.00
$ 750.00
15
REMOVE TYPE I A STANDARD
2
EA
$ 200.00
$ 400.00
16
REMOVE VEHICLE 14EAD
9
EA
$ 75.00
$ 675.00
17
REMOVE PEDESTRIAN HEAD WITH MOUNTING
6
EA
$ 35.00
$ 210.00
18
REMOVE PEDESTRIAN PUSH BUTTON
6
EA
$ 30.00
$ 180.00
19
REMOVE ELECTRICAL SERVICE CABINET
1
EA
$ 200.00
$ 200.00
20
REMOVE TYPE 19 FOUNDATION
5
EA
$ 400.00
$ 2,000.00
21
REMOVE TYPE I A FOUNDATION
2
EA
$ 300.00
$ 600.00
22
REMOVE ELECTRICAL SERVICE FOUNDATION
I
EA
1 $ 300.00
$ 300.00
23
REMOVE REFLECTIVE STREET NAME SIGN
3
EA
$ 200.00
$ 600.00
24
INSTALL REFLECTIVE STREET NAME SIGN
3
EA
$ 1,029.00
$ 3,087.00
25
GPS UTB UNIT AND ANTENNA
1
EA
$ 1,400.00
$ 1,400.00
26
FURNISH TYPE 170 CONTROLLER AND 332 CABINET
1
EA
$ 14,710.00
$ 14,710.00
27
INSTALL TYPE 170 CONTROLLER AND 332 CABINET
1
EA
$ 900.00
$ 900.00
28
INSTALL TYPE 332 CABINET FOUNDATION
1
EA
$ 800.00
$ 800.00
29
INSTALL TYPE III -BF SERVICE CABINET W BBS
I
EA
$ 300.00
$ 300.00
30
ITYPE III -BF CABINET W BBS FOUNDATION
1
EA
1 $ 550.00
$ 550.00
31
FURNISH TYPE 15TS STANDARD W ANCHOR BOLTS
3
EA
1 $ 1,650.00
$ 4,950.00
32
FURNISH TYPE 19 STANDARD W ANCHOR BOLTS
5
EA
$ 5,100.00
$ 25,500.00
33
INSTALL TYPE 15TS STANDARD
3
EA
$ 360.00
$ 1,080.00
34
INSTALL TYPE 19 STANDARD
5
EA
$ 500.00
$ 2,500.00
35
TYPE 15TS STANDARD FOUNDATION
3
EA
$ 2,000.00
$ 6,000.00
36
TYPE 19 STANDARD FOUNDATION
4
EA
$ 3,100.00
$ 12,400.00
37
FURNISH 20' SIGNAL MAST ARM W MOUNTING BOLTS
5
EA
$ 1,100.00
$ 5,500.00
38
INSTALL 20' SIGNAL MAST ARM W MOUNTS
5
EA
$ 250.00
1 $ 1,250.00
Page 1 012
belco
elecnor group
QUOTATION
ELECNOR BELCO ELECTRIC, INC.
4331 SCHAEFER AVE.
CHINO, CA 91710
TEL.: 909 993 -5470
FAX: 909 993 -5476
www.elecnorbelco.com
License No. 738518, C10
DIR No. 1000004804, Exp. 6/30/16
ITEM NO. 4 INCLUDES (4) NEW HANDICAP RAMPS AT $6,000.00. WORK INCLUDES REMOVAL OF EXISTING RAMP, REMOVE
DEBRIS FROM PROJECT SITE, INSTALL NEW RAMP WITH TRUNCATED DOMES.
ITEM NO. 4 INCLUDES 170' OF NEW STRIPING FOR CROSSWALK. PRICE FOR THIS WORK IS $5,000.00.
Page 2 of 2
PROJECT DESCRIPTION
PHASE II TRAFFIC SIGNAL IMPROVEMENTS
BULLIS @ FERNWOOD
AGENCY /OWNER
CITY OF LYNWOOD
BID DATE / TIME
2/11/16
ITEM
NO.
DESCRIPTION
QTY
UNIT
UNITPRICE
EXTENSION
39
FURNISH 8' LUMINAIRE MAST ARM W MOUNTING BOLTS
5
EA
$ 165.00
$ 825.00
40
INSTALL 8' LUMINAIRE MAST ARM WITH MOUNTING BOLTS
5
EA
$ 165.00
S 825.00
41
250W HPS LUMINAIRE
8
EA
$ 735.00
$ 5,880.00
42
PEDESTRIAN PUSH BUTTON
8
EA
$ 170.00
S 1,360.00
43
PEDESTRIAN PUSH BUTTON PLATE
8
EA
$ 70.00
S 560.00
44
3 -LED VEHICLE HEAD
12
EA
$ 600.00
$ 7,200.00
45
LED PEDESTRIAN HEAD PI
6
EA
$ 492.00
$ 2,952.00
46
LED PEDESTRIAN HEAD P2
I
EA
$ 760.00
S 760.00
47
TEMPORARY TYPE 15TS
I
EA
$ 1,800.00
S 1,800.00
48
TEMPORARY TYPE 17
1
EA
$ 2,000.00
S 2,000.00
TOTAL BASE BID
S 173,124.00
ITEM NO. 4 INCLUDES (4) NEW HANDICAP RAMPS AT $6,000.00. WORK INCLUDES REMOVAL OF EXISTING RAMP, REMOVE
DEBRIS FROM PROJECT SITE, INSTALL NEW RAMP WITH TRUNCATED DOMES.
ITEM NO. 4 INCLUDES 170' OF NEW STRIPING FOR CROSSWALK. PRICE FOR THIS WORK IS $5,000.00.
Page 2 of 2
OAT L FARBER, Director
COUNTY OF LOS ANGELES
DEPARTMENT OF PUBLIC WORKS
'To Enrich Lives Through Effective and Caring Service"
900 SOUTH FREMONT AVENUE
ALHAMBRA, CALIFORNIA 91803 -1331
Telephone: (626)458-5100
littp: / /dpw.lacounly.gov ADDRESS ALL CORRESPONDENCE TO:
P.O. BOX 1460
ALHAMBRA, CALIFORNIA 91802 -1460
IN REPLY PLEASE ^ -1
REFER TO FILE: l.�
CERTIFIED MAIL — RETURN RECEIPT REQUESTED
December 28, 2015
Mr. Jose Ribas
Elecnor Belco Electric, Inc.
4331 Schaefer Avenue
Chino, CA 91710
Dear Mr. Ribas:
PROJECT ID RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT 2015 -16
CONTRACT DOCUMENTS AND NOTICE OF AWARD
This is to notify you that the As Needed Traffic Signal Construction Project 2015 -16
project was awarded to your firm on December 21, 2015. Enclosed are three copies of
the agreement. Please return two executed copies of the agreement, together with the
insurance certificates required by the Contract Specifications, to Public Works no later
than ten (10) business days after Notice of Award. After processing, one signed copy of
the contract will be returned to you. If you have any questions regarding execution of
the contract, please contact Ms. Irma Vasquez at (626) 458 -4951.
COUNTY OF LOS ANGELES
DEPARTMENT OF PUBLIC WORKS
INSTRUCTIONS FOR EXECUTING CONTRACT
GENERAL
The contracting principals must sign each copy of the following documents:
The Agreement
The Bond for Faithful Performance
3. The Payment Bond for Labor and Materials (This Bond is not required for
Contracts of $24,000 or less.)
All signatures must be properly notarized according to the capacities of the signers.
Photocopies of sianatures are not acceptable.
Two executed contract documents and the required insurance certificates should be
mailed to:
Contract Administrator
County of Los Angeles
Department of Public Works
Construction Division
P.O. Box 1460
Alhambra, CA 91802 -1460
or hand delivered to the Contract Administrator at 900 South Fremont Avenue,
Alhambra, 8th floor, Construction Division. The Contract Administrator can be reached
at (626) 458 -4951 or Fax (626) 458 -2197.
If you have any questions regarding execution of the contract, please call
Ms. Irma Vasquez at (626) 458 -4951 or e-mail ivasoOezCa�dpw laolaniV cio�7
BONDS
Each bond must be executed by a corporate surety authorized to issue such bonds in
the State of California and secured through an authorized agent with an office in
California.
The contracting principals must sign and affix notary acknowledgments. The bonds
must be dated subsequent to award of the contract. The surety company's name must
be filled in at the top and bottom where space is provided and the surety's seal must be
affixed. The attorney -in -fact for the surety company must sign with the signature
notarized.
05/05
NOTARY ACKNOWLEDGMENT FORMS (JURATS)
Notarization of signatures must be on the proper notary acknowledgment form with the appropriate
"Capacity Claimed By Signers" marked. (NOTE: The latest notary acknowledgment form, revised in
January 2008, must be used WITH THE PENALTY OF PERJURY LANGUAGE.) These forms are
available at legal stationery stores. All notary acknowledgments must be manually signed. Photocopied
or stamped signatures are not acceptable.
SIGNATURES — CORPORATION
The required signatures are: President or Vice - President and Secretary or Assistant Secretary. Please
type name(s) on signature pages. Please attach a copy of your Corporate Resolution with seal. In
addition, we need a copy of the Articles of Incorporation and the current Statement of information
filed with the state.
Affix notary acknowledgments as Indicated above.
If one individual holds all offices of the corporation or is the President or Vice - President and Secretary or
Assistant Secretary, that individual's signature is required on both signature blocks. The
acknowledgment form should clearly indicate that this is the case.
Others may sign for the corporation, if the Department of Public Works is furnished a copy of a resolution
from the corporation's board of directors authorizing them to do so.
SIGNATURES — PARTNERSHIP
The required signatures are all members of the partnership or designated partners. Only designated
partners need sign if a statement, signed by all members of the partnership, is filed with the Department
designating which partners are authorized to sign documents on behalf of the partnership. Please type
name(s) on signature pages. In addition, we need a copy of the Articles of Incorporation and the
current Statement of information filed with the state.
SIGNATURES — INDIVIDUAL
The required signature is that of the individual, with the proper notary acknowledgment form affixed as
Indicated above. Please type name on signature pages.
If a fictitious name is used, the documents should be signed as "John Doe dba XYZ Co." and the notary
acknowledgment should be for the individual, dba..... Another may sign for the individual if the
Department is furnished a certified power -of- attorney authorizing the other person to sign.
SIGNATURES —JOINT VENTURE
The required signatures are the principals of the joint venture or designated members. Only designated
members need sign if a statement, signed by all principals of the joint venture, is filled with the
Department designating which members are authorized to sign documents on behalf of the joint venture.
Please type name(s) on signature pages.
INSURANCE
Policies or certificates of insurance must accompany the signed contract. The policies shall meet the
requirements of the project specifications. A copy of the specification section regarding insurance is
attached for your reference.
Corporation /Partnership 08/08
Individual /Joint Venture - 2 -
7 -3 LIABILITY INSURANCE
7 -3.1 INDEMNIFICATION The Contractor shall indemnify, defend and hold harmless the County, its
Special Districts, elected and appointed officers, employees, agents and volunteers ( "County
Indemnitees ") from and against any and all liability, including but not limited to demands, claims, actions,
fees, costs, and expenses (including attorney and expert witness fees), arising from and /or relating to
this Contract, except for such loss or damage arising from the sole negligence or willful misconduct of
the County Indemnitees. The Agency will not be liable for any accident, loss or damage prior to
completion of the work, except as otherwise specified in 6 -10.
7 -3.2 GENERAL LIABILITY INSURANCE. The policy shall insure the Agency, its officials, officers,
employees, and agents within the scope of their duties on the Work, against all claims arising out of or in
connection with the Work, except as otherwise specified in 6 -10. Such insurance shall be primary to and
not contributing with any other insurance or self- insurance programs maintained by the agency. The
policy shall provide coverage for ongoing and completed operations. The policy furnished by -the
Contractor shall be issued by an insurance company authorized by the Insurance Commissioner to
transact business in the State of California. The insurance company shall have a policy holder rating of
A or higher and a Financial Class VII or higher as established by A.M. Best, or equivalent or greater
rating established by another recognized rating entity such as Moody's or Standard & Poor's.
Notwithstanding any inconsistent statement in the policy or any subsequent endorsement, the Agency
shall be the insured or named as an additional insured with respect to liability arising out of the
Contractor's ongoing and completed operations. The endorsement shall contain the language provided
in the sample included at the end of Section G. The County of Los Angeles, and each City in which
work is to be performed along with their elected officials, officers, employees, and agents shall
be named under the policy as an insured or additional insured covering the Work, including the
contractor's ongoing and completed operations.
The Contractor's general liability insurance may cover more than one contract, but must be acceptable
to the Agency. General liability insurance shall be written on ISO policy form CG 00 01 or its equivalent
with limits of not less than the following:
Personal and Advertising Injury: $2,000,000
Each Occurrence: • $2,000,000
Products /Completed Operations Aggregate: $2,000,000
General Aggregate: $5,000,000
The Contractor shall provide the Agency with evidence of the required insurance coverage satisfactory
to the Agency, including certificate(s) of insurance coverage and copies of applicable additional insured
endorsement. The Contractor shall provide renewal certificates to the Agency not less than 10 days prior
to the Contractor's policy expiration date(s). The Agency reserves the right to obtain complete, certified
copies of any required Contractor and /or Subcontractor policies at any time.
Such coverage for an additional insured shall apply with respect to liability and defense of suits or claims
arising out of the Contractors acts or omissions, whether such liability is attributable to the Contractor or
the Agency. The full policy limits and scope of protection shall apply to the aforementioned an additional
insured even if they exceed the minimum insurance requirements specified in the Specifications.
-3-
Page 2
Cont.
In the event the Contractor's policy contains a deductible or self- insured retention, and in the event
that any of the additional insured specified above seeks coverage under such policy, the Contractor
shall satisfy such deductible or self- insured retention to the extent of loss covered by such policy,
even if the Contractor is not a named defendant. Notwithstanding the foregoing, if, for any reason,
one of the additional insured listed herein pays any such deductible or self- insured retention, the
Agency has the right to withhold the amount of such payment from any monies owed to the
Contractor.
To the fullest extent permitted by law, the Contractor waives its and its insurer(s) rights of recovery
against the Agency under all required insurance policies for any loss arising from or related to the
Contract. The Contractor shall require its insurers to execute any waiver of subrogation
endorsements which may be necessary to affect such waiver.
The Contractor shall include all Subcontractors as insured under the Contractor's own policies, or
shall provide the Agency with each Subcontractor's separate evidence of insurance coverage. The
Contractor shall be responsible for verifying each Subcontractor complies with the insurance
requirements specified in the Specifications and the Agreement and shall require that each
Subcontractor name the Agency and each additional insured, and the Contractor as an additional
insured on the Subcontractors general liability policy. The Contractor shall obtain the Agency's prior
review and approval of any Subcontractor request for modification of the insurance requirements.
The policy shall not contain a deductible or self- insured retention in excess of $25,000. The Agency
retains the right to require the Contractor to provide a bond or other financial agreement
guaranteeing payment of all such retained losses and costs attributable to the Contractor's retention,
or, withhold payment to the Contractor in the amount of all or any deductibles /retentions as the
Agency deems appropriate. The Contractor's policies shall not obligate the Agency to pay any
portion of the Contractor's deductible or self - insured retention.
The insurance provisions herein shall not be construed to limit the Contractor's indemnity obligations
specified in the Specifications.
This Endorsement shall apply to claims arising from occurrences during the time period from the
commencement of work until the completion of the work to be performed and the acceptance of
the work by the County of Los Angeles.
7-3.3 Automobile Liability Insurance
The contractor shall provide evidence of and maintain automobile liability insurance. Such insurance
shall be written on ISO policy form CA 00 01 or its equivalent with a limit of liability of not less than
$1,000,000 for bodily injury and property damage, in combined or equivalent split limits, for each single
accident. Such insurance shall cover liability arising out of the Contractor's use of autos in performing
the Work, including owned,. leased, hired, and /or non -owned autos, as each may be applicable.
-3A-
CONTRACTOR/INSURANCE COMPANY
In order to avoid delays and inaccuracies with the liability insurance, please forward this sheet and Page 3 (attached) to
your insurance company. A certificate of Worker's Compensation insurance is also required (type "All California
Operations" for blankets).
PROJECT NAME: AS- NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT
PROJECT ID NO:
2015 -16
RDC0016077
1. On the certificate of insurance under "Description of Operations /Locations /Exclusions
added by Endorsement/Special Provisions," type only the Project Name and Project
Number. If it is a blanket, type "All California Operations," instead of the Project Name
and Number.
2. Besides the certificate of Insurance, please provide additional insured forms /Endorsement Form that cover both
ongoing operations and products - completed operations hazard and that name the additional insureds. This
information can be found at the bottom of page 3 under Subsection 7 -3 LIABILITY INSURANCE, which should
be forwarded to you by the contractor. Please note that we cannot execute the contract without the verbiage
found on page 3 Subsection 7 -3 typed on Endorsement Form.
3. Include the Waiver of Subrogation with the certificate of insurance and additional insured forms.
4. The Contractor shall provide the Agency with evidence of the required insurance coverage satisfactory to the
Agency, including insurance certificate(s) of insurance coverage and copies of applicable additional insured
endorsements. The Contractor shall provide renewal certificates to the Agency not less than 10 days prior to the
contractor's policy expiration date(s). The Agency reserves the right to obtain complete, certified copies of any
required Contractor and /or Subcontractor policies at any time.
5. Contractor's failure to maintain or to provide acceptable evidence that it maintains the required insurance shall
constitute a material breach of the Contract, upon which County immediately may withhold payments due to
Contractor, and /or suspend or terminate this Contract. County, at its sole discretion, may obtain damages from
Contractor resulting from said breach. Alternatively, the County may purchase the required insurance, and without
further notice to Contractor, deduct the premium cost from sums due to Contractor or pursue Contractor
reimbursement.
Please return the contract with the insurance certificates to the Contract Administrator. If you have questions, please
contact:
Ms. Irma Vasquez, 8th Floor
L.A. County Department of Public Works
900 South Fremont Avenue, Construction Division
Alhambra, CA 91803 -1331
(626) 458 -4951, FAX (626) 458 -2197
E- Mail:• ivasgue2bill'ow.la ?61Z9'gov
Rev. 06/11
DEPARTMENT OF PUBLIC WORKS
PLEASE COMPLETE AND RETURN WITH CONTRACT
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SURETY INFORMATION FORM
DATE
PROJECT
CONTRACTOR
SURETY
BOND NO(S)
ATTORNEY -IN -FACT
ADDRESS
TELEPHONE NO
TABLE OF CONTENTS
SECTION PAGE
AGREEMENT................................................................................ ..............................1
SCHEDULE OF PRICES ...............
SIGNATURES .......... ...............................
..................................... .............................19
......................... ............................... 32
BOND FOR FAITHFUL PERFORMANCE .................................... .............................33
BOND FOR LABOR AND MATERIAL (PAYMENT BOND) ....... ............................... 34
CALIFORNIA LABOR CODE PREVIAILING WAGES ......... ........................EXHIBIT A
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
AGREEMENT
Project Name AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT
Project ID Number RDC0016077
This Agreement, made and entered into this _ day of 20_,
and between the COUNTY OF LOS ANGELES, hereinafter called the Agency and
California 91710, (909) 993 -5470 hereinafter called the Contractor.
WITNESSETH:
Contractor's Services.
The Contractor, in consideration of the promises of the Agency hereinafter set forth,
hereby agrees to furnish all tools, equipment, labor and material (except as specified in
the Contract Documents hereinafter referred to), necessary to perform and complete in a
good and workmanlike manner the installation and modification of traffic signals and
street light conduit and the performance of other apparent work on an as- needed basis
on As Needed Traffic Signal Construction Project, 2015 -16 in various unincorporated
communities throughout the County of Los Angeles Under Project ID No. RDC0016077
and said work to be performed and completed in accordance with this Agreement
including the following "Contract Documents" which are hereby Incorporated by reference
into this Agreement and made a part of hereof as though fully set forth herein:
a. Addendum No. 1 for Project ID No. RDC0016077.
b. Bid Proposal for Project ID No. RDC0016077 submitted by the Contractor.
c. Special Provisions for Project ID No. RDC0016077.
d. Plans for Project ID No. RDC0016077.
e. Standard Plans published by the Los Angeles County Department of Public
Works, 2000 Edition.
f. Standard Plans published by the State of California Department of
Transportation (Caltrans), 2010 Edition.
g. Standard Plans for Public Works Construction, 2009 Edition.
h. Standard Specifications for Public Works Construction ( "Greenbook "), 2012
Edition.
I. Notice Inviting Bids for Project ID No. RDC0016077.
j. Instructions to Bidders dated January. 2013.
Page 1 of 34
2. Prevailing Wage Rates.
The Contractor agrees to comply with the provisions of Sections 1771 and 1774 of
the California Labor Code pertaining to the payment of prevailing wage rates, and to
require each of its subcontractors to so comply. Pursuant to Section 1775 of the
California Labor Code, the Contractor, and any of its subcontractors, shall forfeit to the
Agency, and the Agency will withhold from any monies due the Contractor, the amount of
any penalties, as determined by the Labor Commissioner, to be assessed for non-
payment of prevailing wage rates.
Attached hereto (Exhibit A), State Prevailing Wages 2015 -2, and made a part
hereof, are the prevailing rate of per diem wages determined by the Labor Commissioner.
3. Payroll Records.
The Contractor agrees to comply with the provisions of Section 1776 of the
California Labor Code pertaining to payroll records and will be responsible for compliance
by its subcontractor(s).
4. Employment of Apprentices.
The Contractor agrees to comply with the provisions of Section 1777.5 of the
California Labor Code relating to the employment of apprentices by the Contractor and its
subcontractor(s).
5. Hours of Labor.
The Contractor agrees to comply with Sections 1810 through 1815 of the California
Labor Code pertaining to the hours of labor and payment for such.
Pursuant to Section 1813 of the California Labor Code, the Contractor and any of its
subcontractors, shall forfeit to the Agency, and the Agency will withhold from any monies
due the Contractor, the amount of twenty -five dollars ($25) for each worker employed in
the execution of the Contract by the Contractor or any of its subcontractors for each
calendar day required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of the Sections 1810
through 1815 of the California Labor Code.
6. Workers' Compensation Insurance Certification.
The Contractor, as required by Section 1861 of the California Labor Code, agrees to
the following statement:
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to undertake
self- insurance in accordance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this contract."
Page 2 of 34
7. Assignment of Rights, Title, and Interest.
The Contractor agrees to comply with, and be responsible for compliance by its
subcontractors with, the provisions of Section 7103.5 of the California Public Contract
Code as follows:
"In entering into a public works contract or a subcontract to supply goods, services,
or materials pursuant to a public works contract, the contractor or subcontractor offers
and agrees to assign to the awarding body all rights, title, and interest in and to all causes
of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the
Cartwright Act (Chapter 2 [commencing with Section 167001 of Part 2 of Division 7 of the
Business and Professions Code), arising from purchases of goods, services, or materials
pursuant to the public works contract or the subcontract. This assignment shall be made
and become effective at the time the awarding body tenders final payment to the
contractor, without further acknowledgement by the parties."
8. County Lobbyist Ordinance.
The Contractor and each County lobbyist or County lobbying firm as defined in
Los Angeles County Code Section 2.160.010, retained by the Contractor, shall fully
comply with the County Lobbyist Ordinance, Los Angeles County Code Chapter 2.160.
Failure on the part of the Contractor or any County lobbyist or County lobbying firm
retained by the Contractor to fully comply with the County Lobbyist Ordinance shall
constitute a material breach of the Contract upon which the Agency may immediately
terminate or suspend the Contract.
9. Employment of Aliens.
The Contractor shall warrant that it fully complies with all laws regarding
employment of aliens and others, and that all of its employees performing services
hereunder meet the citizenship or alien status requirements contained in Federal statutes
and regulations including, but not limited to, the Immigration Reform and Control Act of
1986 (P.L. 99 -603). When requested by the Engineer, this warrant shall be in writing to
the Agency. The Contractor shall obtain, from all covered employees performing
services hereunder, all verification and other documentation of employment eligibility
status required by Federal statutes and regulations as they currently exist and as they
may be hereafter amended. The Contractor shall retain such documentation for all
covered employees for the period prescribed by law. The Contractor shall indemnify,
defend, and hold harmless, the Agency, its officers and employees from employer
sanctions and any other liability which may be assessed against the Contractor or the
Agency or both in connection with any alleged violation of Federal statutes or regulations
pertaining to the eligibility for employment of persons performing services under the
Contract.
10. Prohibition Against Use of Child Labor.
The Contractor shall not knowingly supply to the Agency any products, goods,
supplies or other personal property produced or manufactured in violation of child labor
Page 3 of 34
standards set by the International Labor Organization through its 1973 Convention
Concerning Minimum Age for Employment.
The Contractor shall upon request by the Agency, identify the country/countries of
origin of any products, goods, supplies or other personal property supplied to the Agency.
The Contractor shall upon request by the Agency, provide to the Agency the
manufacturer's certification of compliance with all international child labor conventions.
Should the Agency discover that any products, goods, supplies or other personal
property supplied by Contractor to County are produced in violation of any international
child labor conventions, Contractor shall immediately provide an alternative, compliant
source of supply.
Failure by Contractor to comply with the provisions of this clause will be grounds for
immediate termination of this Agreement and award to an alternative contractor.
11. Termination for Default.
The Agency may, by written notice to the Contractor, terminate the Contractor's
right to proceed with the Work (or the separable part of the Work), if the Contractor
refuses or fails (i) to commence the Work within the time required by the Contract, (ii) to
prosecute the Work or any separable part with the diligence that will ensure completion
within the time specified in the Contract, including any authorized extension, (iii) to
provide sufficient and properly skilled workers or proper materials or equipment to
complete the Work in an acceptable manner and without delay, (iv) to promptly pay its
subcontractors, employees, and material suppliers, (v) to perform any of the Contractor's
other obligations under this Contract, (vi) to complete the Work within the time specified
in the Contract, or (vii) if the Contractor assigns or subcontracts any part of the Work
without the Board's consent. Items (i) - (vii) inclusive are hereinafter referred to as
"events of default'. In this event, the Agency may take over the Work and complete it by
contract or otherwise, and may take possession of and use any material and equipment
on the Work site necessary for completing the Work. The Contractor and the Surety shall
be liable for any damages to the Agency resulting from events of default, whether or not
the Contractor's right to proceed with the Work is terminated. This liability includes any
increased costs incurred by the Agency in completing the Work.
The Contractor's right to proceed will not be terminated because of delays, nor will
the Contractor be charged with damages under this subsection, if:
a. the delay in completing the Work arises from unforeseeable causes beyond
the control and without the fault or negligence of the Contractor (examples of
such causes include: (i) acts of God, (ii) acts of the public enemy, (iii) acts of
the Agency in either its public or contractual capacity, (iv) acts of another
Contractor in the performance of a contract with the Agency, (v) fires, (vi)
floods, (vii) epidemics, (viii) quarantine restrictions, (ix) strikes, (x) freight
embargoes, (xi) unusually severe weather, or (xii) delays of subcontractors or
suppliers at any tier arising from unforeseeable causes beyond the control and
Page 4 of 34
without the fault or negligence of both the Contractor and its subcontractors or
suppliers); and,
b. the Contractor, within 14 calendar days from the beginning of any delay
(unless extended by the Agency), notifies the Agency in writing of the causes
of the delay. The Agency will ascertain the facts and the extent of the delay.
If, in the judgment of the Agency, the findings warrant such action, the time for
completing the Work may be extended by Change Order. The findings of the
Agency will be final and conclusive on the parties.
If the Agency terminates the Contractor's right to proceed with the Work for any of
the events of default, the Agency may serve written notice upon the Surety on its Faithful
Performance Bond. The Surety shall, within 5 days, assume control and perform the
Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall
take the Contractors place in all respects for that part.
If the Surety does not assume control and perform the Work within 5 days after
receiving notice of cancellation, or fails to continue to comply, the Agency may exclude
the Surety from the Work site.
In the event of termination of its right to proceed, the Contractor will be paid for the
value of the Work completed as of the date of the termination subject to the other terms
of the Contract. For Contract Unit Price Bid items, the Contractor will be paid for the
quantity of the item constructed. For lump sum Bid items, the Contractor will be paid for
the percentage of the item constructed. No payment will be made for items not
constructed in accordance with the Plans and Specifications. The amount of any prior
progress payments, and any applicable Liquidated Damages will be withheld and
deducted from any amounts due the Contractor. The amounts of outstanding Stop
Notices or Labor Compliance notices to withhold will be withheld until the Stop Notices or
notices to withhold are resolved as provided by law.
if, after termination of the Contractor's right to proceed, it is determined that the
Contractor was not in default, or that the delay was excusable, the rights and obligations
of the parties will be the same as if the termination had been issued for the convenience
of the Agency.
The rights and remedies of the Agency in this subsection are in addition to any
other rights and remedies provided by law or under this Contract. Time is of the essence
for all delivery, performance, submittal, and completion dates in this Contract.
Page 5 of 34
12. Termination for Convenience.
The Board may, whenever the interests of the Agency so require, terminate the
Contract, in whole or in part, for the convenience of the Agency. The Agency will give
written notice of the termination to the-Contractor specifying the part of the Contract
terminated and the date termination becomes effective.
The Contractor shall incur no further obligations in connection with the terminated
Work, and, on the date set in the notice of termination, the Contractor shall stop Work to
the extent specified. The Contractor shall also terminate outstanding orders and
subcontracts as they relate to the terminated Work. The Contractor shall settle the
liabilities and claims arising out of the termination of subcontracts and orders connected
with the terminated Work. The Agency may direct the Contractor to assign the
Contractor's right, title, and interest under the terminated orders or subcontracts to the
Agency. The Contractor must still complete the Work not terminated by the notice of
termination and may incur obligations as are necessary to do so.
The Agency may require the Contractor to transfer title and deliver to the Agency,
in the manner and to the extent directed by the Agency, the fabricated or un- fabricated
parts, Work in process, completed Work, supplies, and other material produced or
acquired for the Work terminated and other property that, if the Contract had been
completed, would be required to be furnished to the Agency. The Contractor shall,
upon direction of the Agency, protect and preserve property in the possession of the
Contractor in which the Agency has an interest. If the Agency does not exercise this
right, the Contractor shall use its best efforts to sell such supplies and manufacturing
materials for the benefit of the Agency.
If the parties are unable to agree on the amount of a termination settlement, the
Agency will pay the Contractor the following amounts:
a. For Contract Work performed before the effective date of termination, the
total (without duplication of any items) of:
(i) the cost of work completed in accordance with the Plans and
Specifications based on the quantity constructed and the Contract Unit
Price or lump sum Bid price of ,the respective Bid item less prior
progress payments, and any applicable Liquidated Damages and any
other deductions or withholds to which the Agency may be entitled to in
accordance with applicable law, including the amounts of outstanding
Stop Notices or labor compliance notices to withhold shall be withheld
until the Stop Notices or notices to withhold are resolved as provided by
law.
Page 6 of 34
(ii) the cost of settling and paying terminated subcontracts and orders that
are properly chargeable to the terminated portion of the Work;
The reasonable costs of effectuating the settlement of the Work terminated,
including:
(i) accounting, clerical, and other expenses reasonably necessary for the
preparation of termination settlement bids and supporting data;
(ii) the termination and settlement of subcontracts (excluding the amounts
of such settlements); and
(iii) storage, transportation, and other costs incurred, reasonably necessary
for the preservation, protection, or disposition of, the termination
inventory.
13. Termination for Improper Consideration.
The Agency may, by written notice to the Contractor, immediately terminate the
right of the Contractor to proceed under the Contract if it is found that consideration, in
any form, was offered or given by the Contractor, either directly or through an
intermediary, to any Agency officer, employee or agent with the intent of securing the
Contract or securing favorable treatment with respect to the award, amendment or
extension of the Contract or the making of any determinations with respect to the
Contractor's performance pursuant to the Contract. In the event of such termination, the
Agency shall be entitled to pursue the same remedies against the Contractor as it could
pursue in the event of default by the Contractor.
The Contractor shall immediately report any attempt by an Agency officer or
employee to solicit such improper consideration. The report shall be made either to the
Agency manager charge with the supervision of the employee or to the County Auditor -
Controller's Employee Fraud Hotline at (213) 974 -0914 or (800) 544 -6861.
Among other items, such improper consideration may take the form of cash,
discounts, service, the provision of travel or entertainment, or tangible gifts.
14. Agency's Quality Assurance Plan.
The Agency will evaluate the Contractor's performance under the Contract on not
less than an annual basis. Such evaluation will include assessing the Contractor's
compliance with the requirements of the Contract Documents. Contractor deficiencies
which the Agency determines are severe or continuing, and that may place performance
of the Contract in jeopardy if not corrected, will be reported to the Board. The report will
include improvement/corrective action measures taken by the Agency and the
Contractor. If improvement does not occur consistent with the corrective action
measures, the Agency may terminate the Contract or impose other penalties as
specified in the Agreement.
Page 7 of 34
Resolution of Construction Claims.
Claims shall be resolved in accordance with Article 1.5 (commencing with Section
20104) of Chapter 1 of Part 3 of the Public Contract Code. All claims shall be in writing
and shall include the documents necessary to substantiate the claim. Claims must be
filed on or before the date of final payment.
For claims of less than $50,000, the Agency will respond in writing to any written
claim within 45 Days of receipt of the claim, or may request, in writing, within 30 days of
receipt of the claim, any additional documentation supporting the claim or relating to
defenses or claims the Agency may have against the Contractor. If additional
information is thereafter required, it shall be requested and provided pursuant to mutual
agreement of the Agency and the Contractor. The Agency's written response to the
claim, as further documented, will be submitted to the Contractor within 15 days after
receipt of the further documentation or within a period of time no greater than that taken
by the Contractor in producing the additional information, whichever is greater.
For claims of over $50,000 and less than or equal to $375,000, the Agency will
respond in writing to all written claims within 60 days of receipt of the claim, or may
request, in writing, within 30 Days of receipt of the claim, any additional documentation
supporting the claim or relating to defenses or claims the Agency may have against the
Contractor. If additional information is thereafter required, it shall be requested and
provided pursuant to mutual agreement of the Agency and the Contractor. The
Agency's written response to the claim, as further documented, will be submitted to the
Contractor within 30 Days after receipt of the further documentation, or within a period
of time no greater than that taken by the Contractor in producing the additional
information or requested documentation, whichever is greater.
If the Contractor disputes the Agency's written response, or the Agency fails to
respond within the time prescribed, the Contractor may so notify the Agency, in writing,
either within 15 Days of receipt of the Agency's response or within 15 days of the
Agency's failure to respond within the time prescribed, respectively, and demand an
informal conference to meet and confer for settlement of the issues in dispute. Upon a
demand, the Agency will schedule a meet and confer conference within 30 days for
settlement of the dispute.
If following the meet and confer conference the claim or any portion remains in
dispute, the Contractor may file a claim pursuant to Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of
Title 1 of the Government Code. For purposes of those provisions, the running of the
period of time within which a claim must be filed shall be tolled from the time the
Contractor submits its written claim until the time the claim is denied as a result of the
meet and confer process, including any period of time utilized by the meet and confer
process.
Page 8 of 34
The following procedures apply for all civil actions filed to resolve claims subject to
this subsection:
a) Within 60 days, but no earlier than 30 days, following the filing or responsive
pleadings, the court will submit the matter to nonbinding mediation unless waived by
mutual stipulation of both parties. The mediation process shall provide for the selection
within 15 days by both parties of a disinterested third person as mediator, shall be
commenced within 30 days of the submittal, and shall be concluded within 15 days from
the commencement of the mediation unless a time requirement is extended upon a
good cause showing to the court or by stipulation of both parties. If the parties fail to
select a mediator within the 15 -day period, any party may petition the court to appoint
the mediator.
b) (1) If the matter remains in dispute, the case .shall be submitted to judicial
arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part
3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The
Civil Discovery Act of 1986 [Article 3 (commencing with Section 2016) of Chapter 3 of
Title 3 of Part 4 of the Code of Civil Procedure] shall apply to any proceeding brought
under this subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties,
arbitrators appointed for purposes of this article shall be experienced in construction
law, and upon stipulation of the parties, mediators and arbitrators shall be paid
necessary and reasonable hourly rates of pay not to exceed their customary rate, and
such fees and expenses shall be paid equally by the parties, except in the case of
arbitration where the arbitrator, for good cause, determines a different division. In no
event shall these fees or expenses be paid by State or County funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of
Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award
requests a trial de novo but does not obtain a more favorable judgment shall, in addition
to payment of costs and fees under that chapter, pay the attorney's fees of the other
party arising out of trial de novo.
c) The court may, upon request by any party, order any witnesses to participate in
the mediation or arbitration process.
15. County Child Support Compliance Program.
The Contractor shall acknowledge that the County has established a goal of
ensuring that all individuals who benefit financially from the Agency through contracts
are in compliance with their court- ordered child, family, and spousal support obligations
in order to mitigate the economic burden otherwise imposed upon the County and its
taxpayers.
Page 9 of 34
As required by the County's Child Support Compliance Program(County Code
Chapter 2.200) and without limiting the Contractor's requirements under the Contract to
comply with all applicable provisions of law, the Contractor warrants that it is now in
compliance, and shall during the duration of the Contract, maintain compliance with
employment and wage reporting requirements as required by the Federal Social
Security Act(42 USC Section 653a) and California Unemployment Insurance Code -
Section 1088.5, and shall implement all lawfully served Wage and Earnings
Withholdings Orders or CSSD Notices of Wage and Earnings Assignment for Child,
Family, or Spousal Support, pursuant to Code of Civil Procedure Section 706.031 and
Family Code Section 5246(b).
16. Termination for Failure to Comply with Child Support Compliance Support
Compliance Program Requirements.
If the CSSD finds that a contractor is not in compliance with a lawfully served
earnings assignment order or income withholding order, as self - certified in the contract,
CSSD will send notice to the contracting department for commencement of termination
or debarment procedures. Further, CSSD will enter the name of the non - compliant
contractor in the Child Support Compliance Program Intranet Web Site at
http://childsuijport.co.1a.ca.us/comp.htm.
17. Termination for Breach of Warranty to Maintain Compliance with the
County's Child Support Compliance Program.
Failure of the Contractor to maintain compliance with the requirements of the
County Child Support Compliance Program shall constitute default under the Contract.
Without limiting the rights and remedies available to the Agency under any other
provisions of the Contract, failure of the Contractor to cure such default within 90
calendar days of written notice shall be grounds upon which the Agency may terminate
the Contract and /or pursue debarment of the Contractor pursuant to County Code
Chapter 2.202.
18. Defaulted Property Tax Reduction Program.
The Contractor shall acknowledge that the County has established a goal of
ensuring that all individuals who benefit financially from the Agency through contracts
are current in paying their property tax obligations (secured and unsecured roll) in order
to mitigate the economic burden otherwise imposed upon the County and its taxpayers,
or are exempt therefrom.
As required by the County's Defaulted Property Tax Reduction Program,
"Defaulted Tax Program" (County. Code Chapter 2.20'6), and without limiting the
Contractor's requirements under the Contract to comply with all applicable provisions of
law, and unless the Contractor qualifies for an exemption or exclusion, the Contractor
warrants and certifies that to the best of its knowledge it is now in compliance, and
Page 10 of 34
during the term of the Contract, will maintain compliance with Los Angeles County Code
2.206.
19. Termination for Breach of Warranty to Maintain Compliance with the
County's Defaulted Property Tax Reduction Program.
Failure of the Contractor to maintain compliance with the requirements of the
County's Defaulted Tax Program shall constitute default under the Contract. Without
limiting the rights and remedies available to the Agency under any other provisions of
the Contract, failure of the Contractor to cure such default within 10 business days of
written notice shall be grounds upon which the Agency may terminate the Contract
and /or pursue debarment of the Contractor pursuant to County Code Chapter 2.202.
20. Recycled Paper.
Consistent with the Board policy to reduce the amount of solid waste deposited at
the County landfills, the Contractor shall use recycled paper to the maximum extent
possible throughout the duration of the Contract.
21. Contractor Responsibility and Debarment.
a. A responsible Contractor is a Contractor who has demonstrated the attribute
of trustworthiness, as well as quality, fitness, capacity and experience to
satisfactorily perform the Contract. It is the Agency's policy to conduct
business only with responsible contractors.
b. The Contractor is hereby notified that, in accordance with Chapter 2.202 of
the County Code, if the Agency acquires information concerning the
performance of the Contractor on this or other contracts which indicates that
the Contractor is not responsible, the Agency may, in addition to other
remedies provided in the Contract, debar the Contractor from bidding or
proposing on, or being awarded, and /or performing work on County or
Agency contracts for a specified period of time, which generally will not
exceed 5 years but may exceed 5 years or be permanent if warranted by the
circumstances, and terminate any or all existing contracts the Contractor may
have with the Agency.
c. The Agency may debar a Contractor, if the Board of Supervisors in its
discretion, finds, that the Contractor has done any of the following:
(i) violated any term of a contract with the County, the Agency, or a nonprofit
corporation created by the County; (ii) committed an act or omission which
negatively reflects on the Contractor's quality, fitness, or capacity to perform a
contract with the County, the Agency, any other public entity, or a nonprofit
corporation created by the County, or engaged in a pattern or practice which
negatively reflects on same; (iii) committed an act or offense which indicates
a lack of business integrity or business honesty, or (iv) made or submitted a
false claim against the County, the Agency, or any other public entity.
Page 11 of 34
d. If there is evidence that the Contractor may be subject to debarment, the
Agency will notify the Contractor in writing of the evidence which is the basis
for the proposed debarment and will advise the Contractor of the scheduled
date for a debarment hearing before the Contractor Hearing Board.
e. The Contractor Hearing Board will conduct a hearing where evidence on the
proposed debarment is presented. The Contractor and /or the Contractor's
representative shall be given an opportunity to submit evidence at that
hearing. After the hearing, the Contractor Hearing Board shall prepare a
tentative proposed decision, which shall contain a recommendation regarding
whether the Contractor should be debarred, and, if so, the appropriate length
of time of the debarment. The Contractor and the Agency shall be provided
an opportunity to object to the tentative proposed decision prior to its
presentation to the Board of Supervisors.
f. After consideration of any objections, or if no objections are submitted, a
record of the hearing, the proposed decision and any other recommendation
of the Contractor Hearing Board shall be presented to the Board of
Supervisors. The Board of Supervisors shall have the right to modify, deny,
or adopt the proposed decision and recommendation of the Contractor
Hearing Board.
g. If a Contractor has been debarred for a period longer than 5 years, that
Contractor may, after the debarment has been in effect for at least 5 years,
submit a written request. for review of the debarment determination to reduce
the period of debarment or terminate the debarment. The Agency may, in its
discretion, reduce the period of debarment or terminate the debarment if it
finds that the Contractor has adequately demonstrated one or more of the
following: (i) elimination of the grounds for which the debarment was
imposed; (ii) a bona fide change in ownership or management; (iii) material
evidence discovered after debarment was imposed; or (iv) any other reason
that is in the best interests of the Agency.
h. The Contractor Hearing Board will consider a request for review of a
debarment determination only where (i) the Contractor has been debarred for
a period longer than 5 years; (ii) the debarment has been in effect for at least
5 years; and (iii) the request is in writing, states one or more of the grounds
for reduction of the debarment period or termination of the debarment, and
includes supporting documentation. Upon receiving an appropriate request,
the Contractor Hearing Board will provide notice of the hearing on the
request. At the hearing, the Contractor Hearing Board shall conduct a
hearing where evidence on the proposed reduction of debarment period or
termination of debarment is presented. This hearing shall be conducted and
the request for review decided by the Contractor Hearing Board pursuant to
the same procedures as for a debarment hearing.
Page 12 of 34
The Contractor Hearing Board's proposed decision shall contain a
recommendation on the request to reduce the period of debarment or
terminate the debarment. The Contractor Hearing Board shall present its
proposed decision and recommendation to the Board of Supervisors. The
Board of Supervisors shall have the right to modify, deny, or adopt the
proposed decision and recommendation of the Contractor Hearing Board.
j. These terms shall also apply to subcontractors of the Contractor.
22. Jury Service Program.
a. General. This Contract is subject to the provisions of the Contractor
Employee Jury Service Ordinance ( "Jury Service Program ") as codified in
Sections 2.203.010 through 2.203.090 of the Los Angeles County Code.
b. Written Employee Jury Service Policy. Unless the Contractor has
demonstrated to the Agency's satisfaction either that the Contractor is not a
"Contractor' as defined under the Jury Service Program (Section 2.203.020 of
the County Code) or that the Contractor qualifies for an exception to the Jury
Service Program (Section 2.203.070 of the County Code), the Contractor
shall have and adhere to a written policy that provides that its employees
shall receive from the Contractor, on an annual basis, no less than five days
of regular pay for actual jury service. The policy may provide that employees
deposit any fees received for such jury service with the Contractor or that the
Contractor deduct from the employee's regular pay the fees received for jury
service.
For purposes of this subsection, "Contractor" shall mean a person,
partnership, corporation or other entity which has a contract with the Agency
or a subcontract with an Agency contractor and has received or will receive
an aggregate sum of $50,000 or more in any 12 -month period under one or
more Agency contracts or subcontracts. "Employee" shall mean any
California resident who is a full time employee of the Contractor. "Full time"
means 40 hours or more worked per week, or a lesser number of hours if the
lesser number is a recognized industry standard and is approved as such by
the Agency. If the Contractor uses any Subcontractor to perform services for
the Agency under the Contract, the Subcontractor shall also be subject to the
provisions of this subsection. The provisions of this subsection shall be
inserted into any such subcontract agreement and a copy of the Jury Service
Program shall be attached to the agreement.
c. Change in Contractor Status. If the Contractor is not required to comply with
the Jury Service Program when the Contract commences, the Contractor
shall have a continuing obligation to review the applicability of its "exception
status" from the Jury Service Program, and the Contractor shall immediately
notify the Agency if the Contractor at any time either comes within the Jury
Page 13 of 34
Service Program's definition of "Contractor" or if the Contractor no longer
qualifies for an exception to the Program. In either event, the Contractor shall
immediately implement a written policy consistent with the Jury Service
Program. The Agency may also require, at any time during the Contract and
at its sole discretion, that the Contractor demonstrate to the Agency's
satisfaction the Contractor either continues to remain outside of the Jury
Service Program's ` definition of "Contractor" and /or that the Contractor
continues to qualify for an exception to the Program.
Noncompliance. The Contractor's noncompliance with this subsection may
constitute a material breach of the Contract. In the event of such material
breach, the Agency may, in its sole discretion, terminate the Contract and /or
bar the Contractor from the award of future Agency contracts for a period of
time consistent with the seriousness of the breach.
23. Federal Earned Income Credit Notification.
The Contractor shall notify its employees, and shall require each subcontractor to
notify its employees, that they may be eligible for the Federal Earned Income Credit
under the Federal income tax laws. Such notice shall be provided in accordance with
the requirements set forth in Internal Revenue Service Notice 1015.
24. Safely Surrendered Baby Law.
The Contractor shall notify and provide to its employees, and shall require each
Subcontractor to notify and provide to its employees, a fact sheet regarding the Safely
Surrendered Baby Law, its implementation in the County, and where and how to safely
surrender a baby. The fact sheet is available on the Internet at www.babysafela.org for
printing purposes.
The Contractor acknowledges that the County places a high priority on the
implementation of the Safely Surrendered Baby Law. The Contractor understands that
it is the County's policy to encourage all County Contractors to voluntarily post the
County's "Safely Surrendered Baby Law" poster in a prominent position at the
Contractor's place of business. The Contractor shall also encourage its Subcontractors,
if any, to post this poster in a prominent position in the Subcontractor's place of
business. The County's Department of Children and Family Services will supply the
Contractor with the poster to be used.
25. Indemnification.
Notwithstanding any other provision in this Agreement, The Contractor shall
indemnify, defend and hold harmless the County, its Special Districts, elected and
appointed officers, employees, agents and volunteers ( "County Indemnitees ") from and
against any and all liability, including but not limited to demands, claims, actions, fees,
costs and expenses (including attorney and expert witness fees), arising from and /or
Page 14 of 34
relating to this Contract, except for such loss or damage arising from the sole
negligence or willful misconduct of the County Indemnitees.
26. Cancellation of or Changes in Insurance.
The Contractor shall provide the Agency with, or the Contractor's insurance
policies shall contain a provision that the Agency shall receive, written notice of
cancellation or any change in the insurance required in the Specifications, including
insurer, limits of coverage, term of coverage, or policy period. The written notice shall
be provided to the Agency at least ten (10) days in advance of cancellation for non-
payment of premium and thirty (30) days in advance for any other cancellation or policy
change. Failure to provide written notice of cancellation or any change in the insurance
required in the Specifications may constitute a material breach of the Contract, in the
sole discretion of the Agency, upon which the Agency may suspend or terminate the
Contract.
27. Failure to Maintain Insurance.
The Contractor's failure to maintain or provide acceptable evidence that it
maintains the insurance required in the Specifications shall constitute a material breach
of the Contract, upon which the Agency may immediately withhold payments due to the
Contractor, and /or suspend or terminate the Contract. The Agency, at its sole
discretion, may obtain damages from the Contractor resulting from said breach.
Alternatively, the Agency may purchase the insurance required in the Specifications
and, without further notice to the Contractor, deduct the premium cost from sums due to
the Contractor or pursue reimbursement from the Contractor.
28. Consideration of Hiring County Employees Targeted for Layoff.
Should the Contractor, or any Subcontractor performing more than $250,000 of
the Contract Price, require additional or replacement personnel to perform services
under this Contract other than the performance of a skilled trade, the Contractor or
Subcontractor shall give first consideration for such employment openings to qualified
County employees who are targeted for layoff or qualified former County employees
who are on a re- employment list.
Should the Contractor, or any Subcontractor performing more than $250,000 of
the Contract Price, require additional or replacement personnel to perform a skilled
trade not covered by an existing union hiring agreement under this Contract, the
Contractor is encouraged to consider for such employment openings qualified County
employees who are targeted for layoff or qualified former County employees who are on
a re- employment list. In no event shall the Agency be liable for any cost, delay or
impact claims arising out of efforts to hire such present and former County employees.
Page 15 of 34
29. Consideration of Hiring Participants in GAIN and GROW Programs.
Should the Contractor require additional or replacement personnel after the
effective date of the Contract, the Contractor shall give consideration for any such
employment openings to participants in the County Department of Public Social
Services (DPSS) Greater Avenues for Independence (GAIN) and General Relief
Opportunities for Work (GROW) Programs who meet the Contractor's minimum
qualifications for the open position. DPSS will refer GAIN /GROW participants by job
category to the Contractor.
30. County Equal Employment Opportunity (EEO) Provisions.
During the performance of this Contract, the Contractor agrees as follows:
a. The Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex or national origin. The
Contractor certifies and agrees that all persons employed by such firm, its
affiliates, subsidiaries, or holding companies are and will be treated equally
by the firm without regard to or because of race, color, religion, sex or
national origin and in compliance with all antidiscrimination laws of the
United States of America and the State of California.
b. In all advertisements for labor or other personnel, or requests for
employment of any nature, the Contractor shall state that all qualified
applicants will receive consideration for employment without regard to race,
color, religion, sex or national origin.
c. The Contractor shall deal with its Subcontractors without regard to or
because of race, color, religion, sex or national origin.
d. The Contractor shall comply with current Federal employment and reporting
requirements for County funded construction contracts. Specifically, the
Contractor shall make a good faith effort to comply with Federal employment
goals for minority and female employment. The Contractor shall report
minority and female employment data on the Federal form provided by the
Agency.
This form shall be submitted to the Engineer before the start of construction
and twice annually by March 1 and September 1 of each year. Each failure
to submit this form by due date will result in a Contractor penalty of $200,
which shall be deducted from any monies due the Contractor.
e. The Contractor shall send to each labor union or representative of workers
with which it has a collective 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 subsection.
Page 16 of 34
f. The Contractor shall allow the Agency access to its employment records
during regular business hours to verify compliance with these provisions
when so requested by the Agency.
g. The Contractor agrees that if the Agency finds that any of the above
provisions have been violated, the same shall constitute a material breach of
the Contract upon which the Agency may determine to cancel, terminate or
suspend the Contract. While the Agency reserves the right to determine
independently that the antidiscrimination provisions of the contract have
been violated, in addition, a determination by the Federal Equal Employment
Opportunity Commission or the California Fair Employment and Housing
Commission that the Contractor has violated Federal or State
antidiscrimination laws may constitute a finding by the Agency that the
Contractor has violated the antidiscrimination provisions of the Contract.
The Contractor must ensure that facilities provided for employees are
provided in such a manner that segregation on the basis of race, color,
religion, sex or national origin cannot result. The contractor may neither
require such segregated use by written or oral policies nor tolerate such use
by employee custom. The Contractor's obligation extends further to
ensuring that its employees are not assigned to perform their services at any
location, under the Contractor's control, where the facilities are segregated.
This obligation extends to all contracts containing the equal opportunity
clause regardless of the amount of the contract. The term "facilities," as
used in this section, means waiting rooms, work areas, restaurants and other
eating areas, time clocks, restrooms, wash rooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing provided for employees;
Provided, That separate or single -user restrooms and necessary dressing or
sleeping areas shall be provided to assure privacy between the sexes.
The Contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices setting forth the provisions of non-
discrimination clause.
At its option, and in lieu of canceling, terminating or suspending the Contract,
the County may impose damages for any violation of the antidiscrimination
provisions of this subsection, in the amount of $200.00 for each violation
found and determined. The County 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
violation, it is impracticable and extremely difficult to fix actual damages.
Page 17 of 34
The Contractor shall include the provisions of the foregoing paragraphs
1 through 8 in every subcontract over $10,000.00, so that such provisions
will be binding upon each Subcontractor performing work required by the
Contract.
31. Audits and Records.
The Contractor shall maintain all data and records pertinent to the Work performed
under the Contract, in accordance with generally accepted accounting principles, and
shall preserve and make available all data and records until the expiration of 4 years
from the date of final payment under the Contract, or for such longer period, if any, as is
required by applicable statute or by other provisions of the Contract. The authorized
representatives of the Agency shall have access to all such data and records for such
time period to inspect, audit and make copies thereof during normal business hours.
The Contractor shall covenant and agree that it shall require any subcontractor utilized
in the performance of the Contract to permit the authorized representatives of the
Agency, to similarly inspect and audit all data and records of said subcontractors
relating to the performance of said subcontractors under the Contract for the same time
period.
32. Termination for Discrimination.
The Contractor agrees not to discriminate on the basis of race, color, national
origin, or sex in the performance of this Contract. The Contractor shall carry out
applicable requirements of Title 49 of the Code of Federal Regulations Part 26 in the
award and administration of FHWA- assisted contracts. Failure by the Contractor to
carry out these requirements is a material breach of this Contract, which may result in
the termination of this Contract or such other remedy as the Agency deems appropriate.
Page 18 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
Item
Description
Unit
Quantity
Unit Price
Amount
1
MOBILIZATION (STIPULATED UNIT PRICE OF
$1,000
EA
*
1,000.00
2
ALLOWANCE FOR PAYMENT &
PERFORMANCE BONDS (ALLOWANCE OF
$30,000
AL
*
1.00
3
CITY PERMIT AND INSPECTION FEES
ALLOWANCE OF $20,000)
AL
1.00
4
SCE SERVICE FEE (ALLOWANCE OF $45,000)
AL
1.00
5
ROADWAY WORK ( ALLOWNACE OF $550,000)
AL
1.00
6
UTILITY POTHOLES (STIPULATED UNIT
PRICE OF $300)
EA
300.00
7
1" CONDUIT (SCH 80 PVC)
LF
*
10.00
8
1" CONDUIT (GRC)
LF
10.00
9
1 -1/2" CONDUIT (SCH 80 PVC)
LF
*
14.00
10
1 -1/2" CONDUIT (GRC)
LF
18.00
11
2" CONDUIT (SCH 80 PVC)
LF
18.00
12
2: CONDUIT (GRC)
LF
20.00
13
3" CONDUIT (SCH 80 PVC)
LF
*
20.00
14
3" CONDUIT (GRC)
LF
*
30.00
15
1 -PAIR DETECTOR LEAD -IN CABLE
LF
*
0.80
16
2 -PAIR DETECTOR LEAD -IN CABLE
LF
1.20
17
3- CONDUCTOR SIGNAL CABLE (EXCLUDING
CONDUIT
LF
1.00
Page 19 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
Item
Description
Unit
Quantity
Unit Price
Amount
18
5- CONDUCTOR SIGNAL CABLE(EXCLUDING
LF
1.30
CONDUIT
19
8- CONDUCTOR SIGNAL CABLE(EXCLUDING
LF
1.80
CONDUIT
20
12- CONDUCTOR SIGNAL CABLE(EXCLUDING
LF
2.50
CONDUIT
21
28- CONDUCTOR SIGNAL CABLE(EXCLUDING
LF
4.00
CONDUIT)
22
WIRE 46
LF
1.00
23
WIRE 48
LF
0.95
24
WIRE #10
LF
*
0.70
25
WIRE #12
LF
0.60
26
NO. 5 PULL BOX INCL PCC COVER
EA
350.00
27
NO. 5 (T) PULL BOX INCL STEEL COVER
EA
*
600.00
28
NO. 6 PULL BOX INCL PCC COVER
EA
*
450.00
29
NO. 6 (T) PULL BOX INCL STEEL COVER
EA
*
800.00
30
INDUCTIVE LOOP DETECTOR AND LEADS
LF
7.00
SAW CUT
31
1- CAMERA VIDEO DETECTION SYSTEM
EA
11,000.00
COMPLETE
2- CAMERA VIDEO DETECTION SYSTEM
32
(COMPLETE)
EA
17,000.00
33
3- CAMERA VIDEO DETECTION SYSTEM
EA
22,000.00
COMPLETE
34
4- CAMERA VIDEO DETECTION SYSTEM
*
COMPLETE
EA
28,000.00
Page 20 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
�00ON 1:17gA21115612UV141*y
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
Item
Description
Unit
Quantity
Unit Price
Amount
35
REINSTALL VIDEO DETECTION SYSTEM— 1
EA
1,800.00
CAMERA
36
RECONFIG VIDEO DECTION ZONE —1
EA
1,000.00
CAMERA
37
REMOVE PPB POST COMPLETE
EA
200.00
38
REMOVE TYPE 1 STANDARD (COMPLETE)
EA
200.00
EXCL. FOUND.
39
REMOVE TYPE 15TS STANDARD
EA
250.00
COMPLETE EXCL. FOUND.
40
REMOVE TYPE 16 STANDARD (COMPLETE
EA
250.00
EXCL. FOUND.
41
REMOVE TYPE 17 STANDARD (COMPLETE)
EA
250.00
EXCL. FOUND.
42
REMOVE TYPE 18 STANDARD ( COMPELTE)
EA
*
250.00
EXCL. FOUND.
43
REMOVE TYPE 18 STANDARD (COMPLETE)
EA
250.00
EXCL: FOUND.
44
REMOVE TYPE 23 STANDARD (COMPLETE)
EA
*
300.00
EXCL. FOUND.
45
REMOVE TYPE 24 STANDARD (COMPLETE)
EA
300.00
EXCL. FOUND. ,
46
REMOVE TYPE 26 STANDARD (COMPLETE
EA
500.00
EXCL. FOUND.
47
REMOVE TYPE 27 STANDARD (COMPLETE)
EA
500.00
EXCL. FOUND.
48
REMOVE TYPE 28 STANDARD (COMPLETE)
EA
500.00
EXCL. FOUND.
49
REMOVE TYPE 29 STANDARD (COMPLETE)
EA
500.00
EXCL. FOUND. 1
50
REMOVE TYPE 60 STANDARD (COMPLETE)
EA
800.00
EXCL. FOUND.
Page 21 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
Item
Description
Unit
Quantity
Unit Price
Amount
51
REMOVE TYPE 61 STANDARD (COMPLETE)
EXCL. FOUND.
EA
800.00
52
TEMPORARY TYPE 1 STANDARD
EA
1,000.00
53
TEMPORARY TYPE 15TS STANDARD
EA
1,800.00
54
TEMPORARY TYPE 16 STANDARD
EA
2,000.00
55
TEMPORARY TYPE 17 STANDARD
EA
2,000.00
56
REMOVE SIGNAL 15' MAST ARM
EA
150.00
57
REMOVE SIGNAL 20' MAST ARM
EA
*
150.00
58
REMOVE SIGNAL 30' MAST ARM
EA
150.00
59
REMOVE SIGNAL 35' MAST ARM
EA
*
200.00
60
REMOVE SIGNAL 40' MAST ARM
EA
200.00
61
REMOVE 8' LUMINAIRE MAST ARM
EA
100.00
62
REMOVE 12' LUMINAIRE MAST ARM
EA
100.00
63
REMOVE LUMINAIRE
EA
50.00
64
REMOVE VEHICLE HEAD (COMPLETE)
EA
75.00
65
REMOVE PEDESTRIAN HEAD (COMPLETE)
EA
35.00
66
REMOVE PEDESTRIAN PUSH BUTTON
EA
30.00
67
REMOVE LAMINATED STREET NAME SIGN
EA
*
150.00
68
REMOVE CONTROLLER CABINET
FOUNDATION
EA
200.00
69
REMOVE CONTROLLER CABINET
FOUNDATION
EA
300.00
Page 22 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
Item
Description
Unit
Quantity
Unit Price
Amount
70
REMOVE SERVICE CABINET (COMPLETE)
EA
200.00
71
REMOVE SERVICE CABINET FOUNDATION
EA
300.00
72
REMOVE ELECTRICAL SERVICE
EA
300.00
73
REMOVE PPB POST FOUNDATION
EA
200.00
74
REMOVE TYPE 1 FOUNDATION
EA
300.00
75
REMOVE TYPE 15TS FOUNDATION
EA
400.00
76
REMOVE TYPE 16 FOUNDATION
EA
400.00
77
REMOVE TYPE 17 FOUNDATION
EA
400.00
78
REMOVE TYPE 18 FOUNDATION
EA
400.00
79
REMOVE TYPE 19 FOUNDATION
EA
400.00
80
REMOVE TYPE 23 FOUNDATION
EA
500.00
81
REMOVE TYPE 24 FOUNDATION
EA
500.00
82
REMOVE TYPE 26 FOUNDATION
EA
*
500.00
83
REMOVE TYPE 27 FOUNDATION
EA
500.00
84
REMOVE TYPE 28 FOUNDATION
EA
600.00
85
REMOVE TYPE 29 FOUNDATION
EA
600.00
86
REMOVE TYPE 60 FOUNDATION
EA
*
600.00
87
REMOVE TYPE 61 FOUNDATION
EA
600.00
88
REMOVE 1 - CAMERA VIDEO DETECTION
SYSTEM (COMPLETE)
EA
200.00
Page 23 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
Item
Description
Unit
Quantity
Unit Price
Amount
89
RELOCATE TYPE 332 CABINET (COMPLETE)
EA
800.00
90
RELOCATE VEHICLE HEAD (COMPLETE)
EA
100.00
91
RELOCATE PEDESTRIAN HEAD (COMPLETE)
EA
100.00
92
RELOCATE PEDESTRIAN PUSH BUTTON
EA
100.00
93
RELOCATE RETRO REFLECTIVE STREET
NAME SIGN
EA
200.00
94
TEMPORARY CONTROLLER
EA
800.00
95
FURNISH TYPE 170 CONTROLLER - ATC-
HC11
EA
2,000.00
96
INSTALL TYPE 170 ATC /HC -11 CONTROLLER
EA
200.00
97
FURNISH TYPE 2070 CONTROLLER (LA CITY
SPEC
EA
*
2,900.00
98
INSTALL TYPE 2070 CONTROLLER (LA CITY
SPEC
EA
200.00
99
GPS UTB UNIT AND ANTENNA
EA
*
1,400.00
100
SWITCH PACK
EA
*
24.00
101
PED ISOLATION MODULE
EA
*
35.00
102
2- CHANNEL ILD SENSOR UNIT
EA
*
85.00
103
4- CHANNEL ILD SENSOR UNIT
EA
*
235.00
104
FURNISH TYPE 332 CABINET
EA
*
6,246.00
105
INSTALL TYPE 332 CABINET
EA
*
900.00
106
TYPE 332 CABINET FOUNDATION
EA
*
800.00
107
FURNISH TYPE III -BF SERVICE CABINET I
EA
3,000.00
Page 24 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in , the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
108
FURNISH TYPE III -BF SERVICE CABINET
EA
8,700.00
W /BBS
109
INSTALL TYPE III -BF SERVICE CABINET
EA
250.00
110
INSTALL TYPE III -BF SERVICE CABINET
EA
*
300.00
W /BBS
111
TYPE III -BF SERVICE CABINET FOUNDATION
EA
*
500.00
112
TYPE III -BF CABINET W /BBS FOUNDATION
EA
550.00
113
MODIFY TYPE III -BF SERVICE FOR BATTERY
EA
3,300.00
BACK UP
114
RELOCATE TYPE III -BF SERVICE
EA
600.00
115
FURNISH PEDESTRIAN PUSH BUTTON POST
EA
410.00
W/ ANCHOR BOLTS
FURNISH TYPE 1 STANDARD W/ ANCHOR
116
BOLTS
EA
480.00
117
FURNISH TYPE 15TS STANDARD W1 ANCHOR
EA
1,650.00
BOLTS
118
FURNISH TYPE 15TS STANDARD W/ ANCHOR
EA
1,650.00
BOLTS MODIFIED TO HEIGHT OF 20 FEET
119
FURNISH TYPE 16 STANDARD W/ ANCHOR
EA
2,500.00
BOLTS
120
FURNISH TYPE 17 STANDARD W/ ANCHOR
EA
2,900.00
BOLTS
121
FURNISH TYPE 18 STANDARD W/ ANCHOR
EA
*
4,100.00
BOLTS
122
FURNISH TYPE 19 STANDARD W/ ANCHOR
BOLTS
EA
5,100.00
123
FURNISH TYPE 23 STANDARD W/ ANCHOR
BOLTS
EA
4,270.00
F124
FURNISH TYPE 24 STANDARD W/ ANCHOR
*
BOLTS
EA
5,200.00
Page 25 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
125
FURNISH TYPE 26 STANDARD W/ ANCHOR
BOLTS
EA
5,660.00
126
FURNISH TYPE 27 STANDARD W/ ANCHOR
BOLTS
EA
*
4,810.00
127
FURNISH TYPE 28 STANDARD W/ ANCHOR
BOLTS
EA
*
5,007.00
128
FURNISH TYPE 29 STANDARD W/ ANCHOR
BOLTS
EA
5,860.00
129
FURNISH TYPE 60 STANDARD W/ ANCHOR
BOLTS
EA
6,508.00
130
FURNISH TYPE 61 STANDARD W/ ANCHOR
BOLTS
EA
7,500.00
131
INSTALL PEDESTRIAN PUSH BUTTON POST
EA
100.00
132
INSTALL TYPE 1 STANDARD
EA
200.00
133
INSTALL TYPE 15TS STANDARD
EA
360.00
134
INSTALL TYPE 16 STANDARD
EA
500.00
135
INSTALL TYPE 17 STANDARD
EA
500.00
136
INSTALL TYPE 18 STANDARD
EA
500.00
137
INSTALL TYPE 19 STANDARD
EA
*
500.00
138
INSTALL TYPE 23 STANDARD
EA
600.00
139
INSTALL TYPE 24 STANDARD
EA
*
600.00
140
INSTALL TYPE 26 STANDARD
EA
600.00
141
INSTALL TYPE 27 STANDARD
EA
700.00
142
INSTALL TYPE 28 STANDARD
EA
700.00
P�l
143
INSTALL TYPE 29 STANDARD
EA
*
700.00
Page 26 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
144
INSTALL TYPE 60 STANDARD
EA
800.00
145
INSTALL TYPE 61 STANDARD
EA
800.00
146
PEDESTRIAN PUSH BUTTON POST
FOUNDATION
EA
500.00
147
TYPE 1 STANDARD FOUNDATION
EA
720.00
148
TYPE 15TS STANDARD FOUNDATION
EA
2,000.00
149
TYPE 16 STANDARD FOUNDATION
EA
*
2,100.00
150
TYPE 17 STANDARD FOUNDATION
EA
*
2,100.00
151
TYPE 18 STANDARD FOUNDATION
EA
2,100.00
152
TYPE 19 STANDARD FOUNDATION
EA
*
3,100.00
153
TYPE 23 STANDARD FOUNDATION
EA
*
3,100.00
154
TYPE 24 STANDARD FOUNDATION
EA
*
3,100.00
155
TYPE 26 STANDARD FOUNDATION
EA
3,500.00
156
TYPE 27 STANDARD FOUNDATION
EA
*
3,500.00
157
TYPE 28 STANDARD FOUNDATION
EA
3,500.00
158
TYPE 29 STANDARD FOUNDATION
EA
*
3,500.00
159
TYPE 60 STANDARD FOUNDATION
EA
*
3,800.00
160
TYPE 61 STANDARD FOUNDATION
EA
*
3,800.00
161
FURNISH 15' SIGNAL MAST ARM WITH
MOUNTING BOLTS
EA
1,060.00
F
FURNISH 20' SIGNAL MAST ARM WITH
MOUNTING BOLTS
EA
1,100.00
163
FURNISH 25' SIGNAL MAST ARM WITH
MOUNTING BOLTS
EA
1,650.00
Page 27 of 34
33. Payment,
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
6Yy:101 -pill a*0aW 7[N *]
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
164
FURNISH 30' SIGNAL MAST ARM WITH
EA
*
1,738.00
MOUNTING BOLTS
165
FURNISH 35' SIGNAL MAST ARM WITH
EA
1,900.00
MOUNTING BOLTS
166
FURNISH 40' SIGNAL MAST ARM WITH
EA
*
1,923.00
MOUNTING BOLTS
167
FURNISH 45' SIGNAL MAST ARM WITH
EA
2,186.00
MOUNTING BOLTS
168
FURNISH 50' SIGNAL MAST ARM WITH
EA
3,063.00
MOUNTING BOLTS
169
FURNISH 55' SIGNAL MAST ARM WITH
EA
3,146.00
MOUNTING BOLTS
170
FURNISH 60' SIGNAL MAST ARM WITH
EA
6,800.00
MOUNTING BOLTS
171
FURNISH 65' SIGNAL MAST ARM WITH
EA
8,100.00
MOUNTING BOLTS
172
INSTALL 15' SIGNAL MAST ARM
EA
*
250.00
173
INSTALL 20' SIGNAL MAST ARM
EA
250.00
174
INSTALL 25' SIGNAL MAST ARM
EA
*
250.00
175
INSTALL 30' SIGNAL MAST ARM
EA
*
250.00
176
INSTALL 35' SIGNAL MAST ARM
EA
*
250.00
177
INSTALL 40' SIGNAL MAST ARM
EA
250.00
178
INSTALL 45' SIGNAL MAST ARM
EA
*
250.00
179
INSTALL 50'S I G NAL MAST ARM
EA
250.00
180
INSTALL 55' SIGNAL MAST ARM
EA
*
250.00
181
INSTALL 60' SIGNAL MAST ARM
EA
500.00
Page 28 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
182
INSTALL 65' SIGNAL MAST ARM
EA
500.00
183
FURNISH 8' LUMINAIRE MAST ARM WITH
EA
165.00
MOUNTING BOLTS
184
FURNISH 8' STRAIGHT LUMINAIRE MAST
EA
165.00
ARM WITH MOUNTING BOLTS
185
FURNISH 12' LUMINAIRE MAST ARM WITH
EA
250.00
MOUNTING BOLTS
FURNISH 12' STRAIGHT LUMINAIRE MAST
186
ARM WITH MOUNTING BOLTS
EA
250.00
187
FURNISH 15' LUMINAIRE MAST ARM WITH
EA
250.00
MOUNTING BOLTS
188
INSTALL 8' LUMINAIRE MAST ARM
EA
165.00
189
INSTALL 12' LUMINAIRE MAST ARM
EA
250.00
190
INSTALL 15' LUMINAIRE MAST ARM
EA
250.00
191
LED LUMINAIRES (100W HPS EQUIVALENT)
EA
*
400.00
192
LED LUMINAIRES (150W HPS EQUIVALENT)
EA
440.00
193
LED LUMINAIRES (200W HPS EQUIVALENT)
EA
525.00
194
LED LUMINAIRES (250W HPS EQUIVALENT)
EA
*
735.00
195
PEDESTRIAN PUSH BUTTON
EA
170.00
196
PEDESTRIAN PUSH BUTTON PLATE
EA
*
70.00
197
APS PPB WITH SPECIAL VOICE MESSAGE
EA
670.00
198
CENTRAL CONTROLLER UNIT APS
EA
3,500.00
199
RETROREFLECTIVE STREET NAME SIGN
EA
*
920.00
200
8' STRAIGHT ARM CLAMP -ON FOR STREET
EA
2,080.00
NAME SIGN
Page 29 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
6Y01 :14:091111,114:11111111a &I 7191:W
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
201
1 -12" LED YELLOW FLASHER
EA
700.00
202
3 -12" LED VEHICLE HEAD (COMPLETE)
EA
600.00
203
4 -12" LED VEHICLE HEAD (COMPLETE)
EA
*
750.00
204
5 -12" LED VEHICLE HEAD (COMPLETE)
EA
812.00
205
3- SECTION PV LED VEHICLE HEAD
COMPLETE
EA
*
2,277.00
206
FURNISH AND INSTALL SIGNAL MOUNTING
BRACKET
EA
290.00
207
LED PEDESTRIAN HEAD (COMPLETE)
EA
500.00
208
LED COUNTDOWN PEDESTRIAN HEAD
COMPLETE
EA
*
492.00
209
LED BLANK -OUT SIGN (NO RIGHT /LEFT
TURN
EA
3,400.00
210
HANDHOLE - HH -1 (10.5 "X 17 "X 12 ") SCE
EA
100.00
211
HANDHOLE - HH -2 (10.5 "X 17 "X 24 ") SCE
EA
100.00
212
HANDHOLE - HH -3 (13 "X 24 "X 12 ") SCE
EA
100.00
213
HANDHOLE - HH -4 (13 "X 24 "X 24 ") SCE
EA
100.00
"
214
HANDHOLE - HH -5 (17 "X 30 "X 12 ") SCE
EA
100.00
215
HANDHOLE - HH -6 (17"X 30 "X 24 ") SCE
EA
100.00
216
HANDHOLE - HH -7 (10.5 "X 17"X 12 ") SCE
EA
100.00
217
HANDHOLE - HH -8 (13 "X 24 "X 15 ") SCE
EA
100.00
218
HANDHOLE - HH -9 (17"X 30 "X 15 ") SCE
EA
100.00
219
HANDHOLE - HH -10 (1 TX 24 "X 18 ") SCE
EA
100.00
220
HANDHOLE - HH -11 (17X 30 "X 18 ") SCE
EA
100.00
Page 30 of 34
33. Payment.
The Agency agrees, in consideration of the performance of this Contract, to pay to
the Contractor, and the Contractor agrees to accept in full satisfaction of the work done
hereunder, subject to additions and deductions as provide for in the Contract
Documents, the following amounts at the time and in the manner set forth in the
Contract Documents:
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
SCHEDULE OF PRICES
PROJECT ID NO. RDC0016077
AS NEEDED TRAFFIC SIGNAL CONSTRUCTION PROJECT, 2015 -16
221
HANDHOLE - HH -12 (17X 30 "X 30 ") SCE
EA
100.00
222
HANDHOLE - HH -13 (13 "X 24 "X 18 ") SCE
EA
100.00
223
HANDHOLE - HH -14 (17"X 30 "X 18 ") SCE
EA
100.00
224
HANDHOLE - HH -15 (17 "X 30 "X 30 ") SCE
EA
100.00
GRAND TOTAL NOT TO EXCEED: $2,550,732.00
Page 31 of 34
IN WITNESS WHEREOF, the Agency has, by order of its Board of Supervisors,
caused this Contract to be signed by the County Director of Public Works or her
designee and the Contractor has signed the same on the day, month, and year
hereinabove first written.
M
GAIL FARBER
DIRECTOR OF PUBLIC WORKS
COUNTY OF LOS ANGELES
0
Deputy Director
APPROVED AS TO FORM ELECNOR BELCO ELECTRIC, INC.,
a corporation
MARY C. WICKHAM
County Counsel
Deputy
Date
Iv:ejt
ALL SIGNATURES MUST BE WITNESSED BY NOTARY
(Attach appropriate acknowledgment)
ZA
President
Print Name
By
Secretary
Print Name
0: 1Projecl slSpeciai% AsNeededTmfflcSl enalConslPmjecl2015- 16(R000016077)1Boar"greemenl 12- 21- 15.docx)
Page 32 of 34
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
BOND FOR FAITHFUL PERFORMANCE
KNOW ALL MEN BY THESE PRESENTS:
That we ELECNOR BELCO ELECTRIC. INC.. a corporation 4331 Schaefer Avenue, Chino, California
91710, (909) 993 -5470, as principal, and
as surety, are held and firmly bound unto the COUNTY OF LOS ANGELES, State of California, In the sum of TWO
lawful money of the United Slates, for the payment of which sum, well and truly to be made, we
and severally, firmly by these presents.
The condition of the above obligation is such that whereas said principal has been awarded and is about to
enter Into a written contract with the County of Los Angeles for the work described In PIN# RDC0016077, as Needed
Traffic Signal Construction Prolect 2015 -16, which is attached hereto, made a part hereof, and to which reference Is
hereby made for all particulars, and is required by said County to give this bond in connection with the execution of
said contract;
NOW, THEREFORE, if the said principal shall well and truly do and perform all of the covenants and
obligations of said contract on principal's part to be done and performed at the times and in the manner specified
therein, then this obligation shall be null and void, otherwise It shall be and remain in full force and effect. No
premature payment by said County to said principal shall exonerate any surety unless the Board of Supervisors of
said County shall have actual notice that such payment Is premature at the time It Is ordered by said Board, and then
only to the extent that such payment shall result In loss to such surety, but In no event more than the amount of such
premature payment.
It is agreed, that any alterations In the work to be done, or Increase or decrease of the material to be
furnished, which may be made pursuant to the terms of said contract shall not in any way release either the principal
or surety hereunder, nor shall any extensions of time granted under the provisions of said contract release either the
principal or surety, and notice of such alterations or extensions of the contract is hereby waived by the surely. The
provisions of Section 2845 of the Civil Code are not a condition precedent to the SURETY'S obligation hereunder and
are waived by the SURETY.
WITNESS our hands this day of
ELECNOR BELCO ELECTRIC, INC.,
a corporation
Surety By
President
Print Name
0
Secretary
Print Name
ALL SIGNATURES MUST BE WITNESSED BY NOTARY
(Attach appropriate acknowledgment)
Page 33 of 34
20
LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS
PAYMENT BOND
(FOR LABOR AND MATERIAL)
KNOW ALL MEN BY THESE PRESENTS:
That we, ELECNOR BELCO ELECTRIC INC a corporation 4331 Schaefer Avenue Chino, California
91710. (909) 993 -5470, as principal, and
as surety, are held and firmly bound unto the COUNTY OF LOS ANGELES, State of California, in the sum of TWO
($2,550.732.00), lawful money of the United States, for the payment of which sum, well and truly to be made, we
ourselves, jointly and severally, firmly by these presents.
The condition of the above obligation Is such that whereas said principal has been awarded and is about to
enter into a written contract with the County of Los Angeles for the work described In PIN# RDC0016077, as Needed
Traffic Signal Construction Protect 2015 -16, which is attached hereto, made a part hereof, and to which reference is
hereby made for all particulars, and is required by said County to give this bond in connection with the execution of
said contract;
NOW, THEREFORE, if said principal, as Contractor in said contract, or principal's subcontractor, fails to
pay any of the persons referred to in Section 9100 of the Civil Code of the State of California for labor performed,
skills or other necessary services bestowed, site improvement made, equipment leased, or appliances, equipment
implements, machinery, materials, power, provender, provisions, teams, or trucks furnished or used in, upon, for, or
about the performance of the work contracted to be done, or for amounts due under the Unemployment Insurance
Code with respect to work or labor performed by any such claimant, said surety shall pay for the same, In an amount
not exceeding the sum specified above; and If suit Is brought upon this bond, a reasonable attorney's fee to be fixed
by the court. This bond is executed pursuant to the provisions of Ch 5 of Div 4, Pt 6, Tit 3, of the Civil Code of the
State of California, and shall Inure to the benefit of any of the persons referred to in said Civil Code Section 9100, as it
now exists or may hereafter be amended, so as to give a right of action to such persons or their assigns in any suit
brought upon this bond. No premature payment by said County to said principal shall exonerate any surety unless the
Board of Supervisors of said County shall have actual notice that such payment is premature at the time and it is
ordered by said Board, and then only to the extent that such payment shall result in loss to such surety, but in no
event more than the amount of such premature payment.
It is agreed, that any alterations In the work to be done, or increase or decrease of the material to be
furnished, which may be made pursuant to the terms of said contract shall not in any way release either the principal
or surety hereunder, nor shall any extensions of time granted under the provisions of said contract release either the
principal or surely, and notice of such alterations or extensions of the contract is hereby waived by the surety. The
provisions of Section 2845 of the Civil Code are not a condition precedent to the SURETY'S obligation hereunder and
are waived by the SURETY.
WITNESS our hands this day of
ELECNOR BELCO ELECTRIC, INC.,
a corporation
S urety By
President
Print Name
By
Secretary
Print Name
ALL SIGNATURES MUST BE WITNESSED BY NOTARY
(Attach appropriate acknowledgment)
O:\ Projects\ SpeclaMsNeadedTraHlcSlgnalConstPralect 2015- 16(RD00016077)\Board\Agreement 12.21.15.docx
Page 34 of 34
,20
r4 �p LY^,4�i
AGENDA STAFF REPORT
9<jYQg?
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager C)N�
PREPARED BY: Mark Flores, Director - Recreation & Community Services
SUBJECT: Authorization to Apply for Housing Related Parks Grant
Recommendation:
Staff recommends that the City Council review and adopt the attached resolution
entitled: "RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AUTHORIZING APPLICATION FOR HOUSING RELATED PARKS GRANT."
Background:
The purpose of this item is to request authorization from the Lynwood City Council to
submit a final application to the State of California Department of Housing and
Community Development's Housing - Related grant program. Per grant requirements, the
funding opportunity requires an authorizing resolution from the City's governing body.
ITEM
S
Discussion & Analysis:
The State of California, Department of Housing and Community Development (DHCD)
issued a Notice of Funding Availability dated October 26, 2015, under its Housing -
Related Parks (HRP) Program. The City of Lynwood is eligible to apply for a HRP
Program grant. Staff worked with California Consulting to develop an application to the
2015 Designated Program Year call for applications opportunity released by the DHCD.
The grant opportunity is a formula grant based on the number of low- income housing
bedrooms the City of Lynwood has permitted since 2011. The eligible projects include:
A. Park Place 221 Bedrooms
B. Magnolia 12 Bedrooms
Based on the program's grant formula, the above units result in the City qualifying for a
base award of $497,650. Additionally, the City is also eligible for bonus funds awarded
to qualifying cities for new construction projects, infill units, park- deficient communities
and disadvantaged communities that may push the City's final award up to
$746,475.00. Should the City be awarded funds through this opportunity, the funds will
be used to renovate the open space area of Lynwood City Park immediately adjacent
and west of the tennis courts. In line with staff recommendation, this area was the top -
ranked community park facilities priority at the January 23, 2016 parks assessment
workshop. Optimally, these grant funds will allow the space to be renovated with a multi-
purpose, synthetic turf field; a walking path and other amenities. However, the actual
final project is dependent upon the final award level.
Staff respectfully recommends that the City Council adopt the authorizing resolution.
Fiscal Impact:
This grant program does not require any matching funds. However, should a DHCD
grant be awarded to the City, the City may wish to consider using, yet to be identified
and eligible, non - general fund monies to supplement a final project.
Coordinated with:
City Manager
Finance Department
City Attorney's Office
RESOLUTION NO.
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD AUTHORIZING
APPLICATION FOR HOUSING RELATED PARKS GRANT
WHEREAS, the State of California, Department of Housing and Community
Development (Department) has issued a Notice of Funding Availability dated October
26, 2015 (NOFA), under its Housing - Related Parks (HRP) Program; and
WHEREAS, the City of Lynwood (Applicant) desires to apply for a HRP Program
grant and submit the 2015 Designated Program Year Application Package released by
the Department for the HRP Program; and
WHEREAS, the Department is authorized to approve funding allocations for the
HRP Program, subject to the terms and conditions of the NOFA, Program Guidelines,
Application Package, and Standard Agreement; and
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. The City Council authorizes and directs staff to apply for and submit
to the Department the HRP Program Application Package released November 2015 for
the 2015 Designated Program Year in an amount not to exceed $746,475.00. If the
application is approved, the Applicant is hereby authorized and directed to enter into,
execute, and deliver a State of California Standard Agreement (Standard Agreement) in
an amount not to exceed $746,475.00, and any and all other documents required or
deemed necessary or appropriate to secure the HRP Program Grant from the
Department, and all amendments thereto (collectively, the "HRP Grant Documents ").
Section 2. The City Council acknowledges that the Applicant shall be subject
to the terms and conditions as specified in the Standard Agreement. Funds are to be
used for allowable capital asset project expenditures to be identified in Exhibit A of the
Standard Agreement. The application in full is incorporated as part of the Standard
Agreement. Any and all activities funded, information provided, and timelines
represented in the application are enforceable through the Standard Agreement.
Applicant hereby agrees to use the funds for eligible capital asset(s) in the manner
presented in the application as approved by the Department and in accordance with the
NOFA and Program Guidelines and Application Package.
Section 3. The Lynwood City Manager or his /her designee is authorized to
execute in the name of Applicant the HRP Program Application Package and the HRP
Grant Documents as required by the Department for participation in the HRP Program.
Section 4. This resolution shall take effect immediately upon its adoption
PASSED, APPROVED AND ADOPTED THIS is` day of March, 2016.
ATTEST:
Maria Quinonez, City Clerk
APPROVED AS TO FORM:
Edwin Hernandez, Mayor
J. Arnoldo Beltran, City Manager
APPROVED AS TO CONTENT:
David A. Garcia, City Attorney Mark Flores, Director
Recreation & Community Services
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of said City at its
regular meeting thereof held in the City Hall of the City on the day
2016 and passed by the following vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City
Council of said City, do hereby certify that the above and foregoing is a full, true and
correct copy of Resolution No. on file in my office and that said resolution
was adopted on the date and by the vote therein stated.
Dated this day of 2016.
City Clerk, City of Lynwood
4F Lpnh.
U �� QE Ctl
�$�4 ~° AGENDA STAFF REPORT
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltr6n, City Manageryj-o(
PREPARED BY: Raul Godinez II, P.E.,Director of Public Works /City Engineer
Lorry Hempe, Public Works Special Projects Manager
SUBJECT: Approving the Emergency Expenditures
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
RATIFYING EMERGENCY EXPENDITURES ".
Background:
The Public Works Department has responded to several emergencies during the
first half of FY 2016. Staff recommends that the City Council approve
expenditures relating to these emergencies.
Discussion & Analysis:
City staff responded to several emergencies requiring immediate attention during
the first half of FY 2016 to minimize damage to the public and properties.
Pursuant to the Lynwood Municipal Code Section 6 -3.13, no competitive bidding
of any kind is required for the purchase of supplies, equipment, routine or
professional /special services when an emergency requires that an order be
placed with the most available source of supply; or when the supplies, equipment,
services or contract could be obtained from only one source.
Below is a list of emergency work undertaken by Public Works Department during
the first half of FY 2016.
ITEM
Iq
Long Beach Boulevard and Tenava Avenue (August 24, 2015)
The City's sewer crew was flushing out a sewer line at the above location where
the City's sewer enters the Los Angeles County Sanitation Districts' (County)
system through a "drop" manhole on August 24, 2015. The hose on the vacuum
truck that was used for the flushing became stuck in the mainline. It became
urgent that the hose be removed because if it becomes jammed in the County's
trunk sewer line, a significant back up could occur upstream from the location. It
appeared that the hose became stuck because a portion of the City's pipe had
collapsed catching the hose.
City staff called in a contractor to respond to the emergency to remove the hose
and to assess the problem. J.A. Salazar responded to the staffs call for service.
Upon further investigation, it was determined that a portion of the pipe upstream
of the connection had collapsed holding the hose in place. The contractor
removed the hose.
An emergency purchase order was written to quickly repair the City's pipeline and
the connection to the County's manhole. Valverde Construction Inc. was called
upon to the location to complete the work and repair a portion of the street that
had begun to sink. It was imperative that the repairs be made quickly. If the
condition had not been discovered the streets could have suffered significant
damage in a heavily travelled intersection. The City Council on October 20, 2015
approved the emergency expenditure for Valverde Construction Inc. in the
amount of $54,344.84 (Resolution 2015.190).The actual payment to Valverde
Construction Inc. was $50,344.84.
Lona Beach Boulevard and Euclid Avenue (September 3. 2015
J.A. Salazar was retained to abandon a water main line east of Long Beach
Boulevard between Euclid Avenue and Orchard Avenue. The City.covered the
cost of the abandonment at Euclid Avenue and the other disconnection at
Orchard Avenue was paid by the developer since the main line ran through
private property.
Imperial Highway and Benwell Drive (September 30, 2015)
Valverde was called on to provide emergency repairs of a 6" water main line on
Imperial Highway and Benwell Drive.
4268 Platt Avenue (October 23, 2015)
Valverde Construction, Inc. was called on to repair a water main at the parkway
area in front of 4268 Platt Avenue. Valverde Construction performed that job on a
time and material basis.
Traffic Control Cabinets
A traffic signal cabinet stores all hardware for the safe operation of the traffic
signal. The Public Works Department's Traffic Signals Division had depleted its
supplies by replacing traffic control cabinets damaged from vehicular accidents.
These traffic control cabinets are not stocked by the manufacturer, therefore
delivery often takes weeks. To ensure supplies are on -hand for immediate
replacement of any damaged traffic control cabinet, staff requested that a
Purchase Order be approved in the amount of $17,407. Staff orders cabinets and
hardware from McCain since the City has standardized to McCain years ago.
Summary of Emergency Work
Below is a summary of Emergency work and /or needed supply for the first six
months of FY 2016. Each of the vendors listed below exceeded the $15,000
purchasing authority under the City Manager. As a common practice, staff is
bringing these emergency purchases forward for the City Council's ratification.
Vendor
Location
Amount
J.A. Salazar
Long Beach Boulevard and Tenaya
Avenue AttachmentA
$2,376.92
Long Beach Boulevard and Euclid
Avenue (Attachment B)
$14,600
Total for J.A. Salazar
$16,976.92
Valverde Construction, Inc.
Imperial Highway and Benwell Drive
Attachment C
$7,655.19
4268 Platt Avenue Attachment D
$4,476.92
Long Beach Boulevard and Tenaya
Avenue (Council Approved)
Resolution 2015.190)
$50,344.84
Total for Valverde Construction,
Inc.
$62,476.95
McCain, Inc.
Traffic Control Cabinets (2" Order
Pending Upon Council Approval)
Attachment E
$17,407
Total for McCain, Inc
$17,407
Fiscal Impact:
No additional funding is needed with the recommended action.
Coordinated With:
Finance & Administration
City Attorney
3
RESOLUTION
A RESOLUTION OF THE CITY COUNCIL OF - THE CITY OF LYNWOOD
RATIFYING EMERGENCY EXPENDITURES
WHEREAS, Lynwood Municipal Code Section 6- 3.13(a)(1) provides an
exemption from the competitive bidding of any kind to purchase supplies,
equipment, routine or professional /special services when an emergency requires
that an order be placed with the most available source of supply; and
WHEREAS, the Director of Public Works /City Engineer determined that
emergency response is needed to repair the sewer pipeline at Long Beach
Boulevard and Tenaya Avenue; abandon a water main line at Long Beach
Boulevard and Euclid Avenue; repair a water main line at Imperial Highway and
Benwell Drive and at 4268 Platt Avenue; and
WHEREAS, the Director of Public Works /City Engineer determined that
McCain Inc. is a sole source provider for the traffic control cabinets using McCain
standards and additional supplies are needed ; and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD
DOES HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. That the City Council ratifies the following emergency work:
Vendor
Location
Amount
J.A. Salazar
Long Beach Boulevard and Tenaya
Avenue
$2,376.92
J.A. Salazar
Long Beach Boulevard and Euclid
Avenue
$14,600
Valverde Construction, Inc.
Imperial Highway and Benwell Drive
$7,655.19
Valverde Construction, Inc.
4268 Platt Avenue
$4,476.92
Section 2. That the City Council authorizes the order of the following
supply:
Vendor
Location
Amount
McCain, Inc.
I Traffic Control Cabinets
$17,407
Section 3. That the City Clerk shall certify as to the adoption of this
Resolution.
Section 4. That this Resolution shall take effect immediately upon its
adoption.
11
PASSED, APPROVED and ADOPTED this 15t day of March 2016.
ATTEST:
Maria Quin6nez
City Clerk
APPROVED AS TO FORM:
David A. Garcia
City Attorney
Edwin Hernadez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez II, P.E.
Director of Public Works /City Engineer
R
0 LJ-
O
O¢SL 0 AGENDA STAFF REPORT
92 fF.
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council P
APPROVED BY: J. Arnoldo Beltran, City Manager I lam`
PREPARED BY: Raul Godinez II, P.E., Director of Public Works /City Engineer
Lorry Hempe, Public Works Special Projects Manager
SUBJECT: Amending the Vendor Procurement List
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
AMENDING THE VENDOR PROCUREMENT LIST'.
Background:
Acquisition of supplies, equipment and routine services such as traffic signs,
lighting supplies, janitorial supplies, paint, asphalt, etc. can be acquired more
economically and efficiently through purchase order acquisitions than through a
formal bid process. A formal bid process may delay the acquisition of goods and
services. Therefore, the City Council, from time to time, approves a list of vendors
and purchasing limits for these vendors. Staff recommends amending the vendor
list to delete some vendors, add new vendors, and revise purchasing limits, based
on more recent purchasing history. (Exhibit A)
Discussion & Analysis:
Section 6 -3.7 of the Lynwood Municipal Code (LMC) requires formal bid for
purchases of supplies, equipment and routine services in excess of fifteen
thousand dollars. Section 6 -3.13 of the LMC provides exceptions for this
provision, if the City Council shall find by resolution adopted by not less than four -
fifths (4/5) of its members, that such an acquisition may be economically, and
efficiently effected through the use of an alternate procedure.
ITEM
ZD
From time -to -time during the fiscal year, staff will compare prices from vendors to
ensure reasonable pricing is provided to the City. At times, staff will order
supplies, equipment, or routine services from a vendor such as Home Depot,
Jones Lumber, Waterline, etc., and these orders in aggregate will exceed $15,000
in a given year.
Acquisition of supplies, equipment and routine services such as traffic signs,
lighting supplies, janitorial supplies, paint, asphalt, etc. can be acquired more
economically and efficiently through purchase order acquisitions than a formal bid
process. A formal bid process may delay the acquisition of goods and services.
Some of the vendors, although on the list, may not be used, depending on the
current level of work and price quotes. The level of use of each vendor on the list
is also limited by the.budget adopted by the City Council. The financial system,
EDEN, will not allow purchase orders to be processed if they exceed the
budgeted allocation.
Attachment A sets forth the changes from the previous approved Vendor
Procurement List. The attached list (Exhibit "A ") sets forth the recommended
purchasing limits for vendors.
These vendors have provided reliable services, reasonable pricing, accept
purchase orders, and agree to work within the City's purchasing policies and
procedures. By amending the vendors' list and the individual expenditure limits,
the purchasing process will be somewhat streamlined and will provide for more
cost effective and efficient operation. However, the pre - approval of this list will not
eliminate the need to compare prices where required under the Lynwood
Municipal Code.
Fiscal Impact:
No additional funding is needed with the recommended action.
Coordinated With:
Finance & Administration
City Attorney
2
ATTACHMENT A
CHANGES TO THE VENDOR PROCUREMENT LIST
1 of 4
PROPOSED
RESOLUTION/
ITEM
ANNUAL
PROPOSED
VENDOR NAME
PURCHASE
roposed
Deletion
(3/1/201
1
20.14 -131.
A o r ol,_,_�_P, _ -UM-B,,.iM -BING
PLUMBING IMBINNG REP RS
$.28.080
Proposed
Deletion
(31112016)
AGGG INN -EMDC (ROBERT
2
OR9z_o.4_ 6.I C1
HAI FkQFFI(`C TEAM)
TEMPORARY CTAFFFING
$�a
LANDSCAPING POWER
ALAN'S LAWN & GARDEN
EQIUPMENT PARTS AND
3
2014.131
CENTER
SUPPLIES
$20,000
Proposed
Deletion
(3/1/2016)
IRRIGATION SYSTEM
4
901412 ArA 4R
A114-FRIGAN HERITAGE
REPAIR. -2
$5G,4=
TRAFFIC SIGNALS AND
Proposed New
STREET LIGHT POLES AND
5
Item (3/1/2016)
AMERON POLE PRODUCTS
MATERIALS
$30,000
Proposed New
6
Item (3/1/2016)
BEHR PAINT
PAINT AND OTHER SUPPLIES
$20,000
CONCRET FOR STREET
7
2014.131
BLUE DIAMOND
POTHOLE REPAIRS AND
$40,000
Proposed New
HEAVY DUTY EQUIPMENT
8
Item (3/1/2016)
CASANOVA TRUCK REPAIR
VEHICLE REPAIRS
$20,000
Proposed New
9
Item (3/1/2016)
CENTRAL FORD
VEHICLE REPAIRS
$30,000
Proposed New
10
Item (3/1/2016)
CENTURY RADIATOR
VEHICLE REPAIRS
$20,000
Proposed
Reduction
(3/1/2016)
GASOLINE AND FUEL FOR
$170,000
11
2014.131
CHEVRON
VEHICLE FLEET
$160,000
REPAIRS AND MAINTENANCE
OF HYDRAUTICALLY
Proposed New
OPERATED WATER SYSTEM
12
Item (3/112016)
CLA -VAL
VALVES
$30,000
CLINICAL LABS OF SAN
POTABLE WATER QUALITY
13
2014.131
BERNARDINO
TESTING
$25,000
Proposed
Deletion
(3/1/2016)
LJTS
STREET LIGHTS
14
2014.217
GT&F
INSTAI 1 ATIO l AND REPAIRS
$40-00
1 of 4
ATTACHMENT A
CHANGES TO THE VENDOR PROCUREMENT LIST
2 of
PROPOSED
RESOLUTION/
ITEM
ANNUAL
PROPOSED
VENDOR NAME
PURCHASE
POOL AND FOUNTAIN
15
2014.131
DECKSIDE POOL
MAINTENANCE
$40,000
LOADER, TRACTOR AND
HEAVY EQUIPMENT
16
2014.217
DIESEL MOBILE
MAINTENANCE
$60,000
Proposed New
SEWER CLEANING AND
-
17
Item (3/112016)
EMPIRE PIPE CLEANING
VIDEOTAPING
$50,000
FERGUSON WATER
18
2014.217
WORKS
WATER SYSTEM SUPPLIES
$30,000
Proposed New
19
Item (3/1/2016)l
FERGUSON ENTERPRISES
PLUMBING SUPPLIES
$25,000
Proposed
TRAFFIC CURB RAINT
Deletion
GRAFFITI OF- ...Q\/AI PAINT
20
(3/1/2016)
FRATC�_6EE_____ PAIN'
91 cIIPPI IRS
$2&080
GENERAL HARDWARE AND
MAINTENANCE EQUIPMENT
21
2014.131
GRAINGER
AND SUPPLIES
$35,000
(Proposed
Deletion)
(3/1/2016)
TRAFFIC AND ENGINEERING
22
OM�T124
H RTZOG a GRARI 1
$25 7000
WATER SYSTEM MATERIALS
23
2014.131
HD SUPPLY WATERWORKS
AND SUPPLIES
$20,000
24
2014.131
HILLYARD
JANITORIAL SUPPLIES
$45,000
Proposed
Increase
GENERAL HARDWARE AND
(31112016)
CONSTRUCTION MATERIALS
25
2014.217
HOME DEPOT
AND SUPPLIES
$35000- $50,000
HEATING, VENTILATING AND
AIR CONDITION MATERIALS
AND SUPPLIES AND
26
2014.217
HONEYWELL
MAINTENANCE
$140,000
HAZARDOUS MATERIALS
27
2014.131
I.D.R. ENVIRONMENTAL
REMOVAL
$40,000
28
2014.131
INFOSEND
MAILERS
$35,000
Proposed
WATER AND SEWER LINE
New Item
REPAIRS AND OTHER
29
(311/2016)
JA Salazar
EMERGENCY REPAIRS
$150,000
TRAFFIC AND PARKING
30
2014.131
JCL BARRICADE COMPANY
SIGNS AND SUPPLIES
$45,000
CONSTRUCTION MATERIALS
31
2014.131
JONES LUMBER
JAND SUPPLIES
1 $20,000
CONCRET FOR STREET
32
2014.131
KELTERITE CORP
POTHOLE REPAIRS AND
$30,000
2 of
ATTACHMENT A
CHANGES TO THE VENDOR PROCUREMENT LIST
3 of
PROPOSED
RESOLUTION/
ITEM
ANNUAL
PROPOSED
VENDOR NAME
PURCHASE
=14 131
Proposed
Deletion
T,-,RAFF'r- AND ENGINEERING
33
(3/1/2016)
KQA
$2a�90
LOPEZ AUTO SERVICE AND
AUTO AND LIGHT TRUCK
34
2014.131
TIRES
REPAIRS
$35,000
EQUIPMENT REPAIRS ON
35
2014.131
LYNWOOD RENTAL
GRINDERS ECT.
$20,000
TRAFFIC AND PARKING
36
2014.131
MAIN STREET
SIGNS AND SUPPLIES
$40,000
37
2014.131
MARCO POWER
REPAIRS AND SERVICE
$20,000
WATER TREATMENT
38
2014.131
MATT CHLORINATION
SUPPLIES
$20,000
Proposed Newl
TRAFFIC SIGNALS
39
Item (3/1/2016)
MCCAIN
MATERIALS
$80,000
Proposed New
TRAFFIC SIGNALS AND
40
Item (3/1/2016)
MSL
STREET LIGHT REPAIRS
$40,000
Proposed
SEWER CLEANING,
New Item
VIDEOTAPING OF SEWER
41
(3/1/2016)
NATIONAL PLANT
MAIN LINES
$50,000
PURCHASE OF WATER FOR
IRRIGATION IN PARK WATER
42
2014.131
PARK WATER COMPANY
SERVICE AREA
$20,000
PLUMBING SUPPLIES AND
Proposed New
SEWER TRUCK REPAIRS
43
Item (3/112016)
PLUMBERS DEPOT
AND UPPLIES
$50,000
Proposed New
SEWER CLEANING AND
44
Item (31112016)
PROPIPE
VIDEOTAPING
$50,000
45
2014.131
ROADLINE
PAVEMENT MARKING PAINTS
$25,000
Proposed New
46
Item (311/2016)
RUBIOS TIRE SHOP
TIRES
$20,000
REPAIRS AND SERVICE OF
47
2014.131
S & J SUPPLY CO.
SMALL POWER EQUIPMENT
$20,000
Proposed New
48
Item (311/2016)
SHERWIN WILLIAMS
PAINT AND OTHER SUPPLIES
$20,000
STEPHEN DORECK
WATER MAIN
49
2014.217
EQUIPMENT RENTALS
CONSTRUCTION SERVICES
$50,000
2014.131
Proposed
REPAIRS AND MAINTENANCE
Reduction
FOR HEAVY DUTY TRUCKS
50
(311116)
TEN TON FORKLIFT
AND EQUIPMENT
$50,-000 - $30,000
3 of
ATTACHMENT A
CHANGES TO THE VENDOR PROCUREMENT LIST
4 of
PROPOSED
RESOLUTION/
ITEM
ANNUAL
PROPOSED
VENDOR NAME
PURCHASE
WATER AND SEWER LINE
Proposed New
REPAIRS AND OTHER
51
Item (3/1/2016)
VALVERDE
EMERGENCY REPAIRS
$150,000
PURCHASE OF ASPHALT
CONCRET FOR STREET
POTHOLE REPAIRS AND
52
2014.131
VULCAN MATERIALS
PAVING
$20,000
PURCHASE OF SODIUM
HYPOCHLORITE FOR
WATERLINE
POTABLE WATER
53
2014.131
TECHNOLOGIES
CHLORINATION
$60,000
PURCHASE OF JANITORIAL
54
2014.131
WAXIE
SUPPLIES
$20,000
Proposed
Deletion
(3/1/2016)
TRAFFIG AND ENGINEERING
55
2044.131
VALLE nni
l`/INSI a TING SERVICES
$25.000
56
2014.131
ZUMAR
STREET SIGNS SUPPLIES
$20,000
4 of
RESOLUTION.
A RESOLUTION OF THE -CITY COUNCIL OF THE CITY OF LYNWOOD
APPROVING THE AMENDMENT TO THE VENDOR PROCUREMENT LIST
WHEREAS, Section 6 -3.7 of the Lynwood Municipal Code (LMC) requires
formal bid purchases of supplies, equipment and routine services in excess of
fifteen thousand dollars; and
WHEREAS, acquisition of supplies, equipment and routine services such
as traffic signs, lighting supplies, janitorial supplies, paint, asphalt, etc. can be
acquired more economically and efficiently through purchase order acquisitions
than a formal bid process; and
WHEREAS, a formal bid process may delay the acquisition of goods and
services; and
WHEREAS, Section 6 -3.13 of the Lynwood Municipal Code provides
exceptions for formal bidding if the City Council shall find by resolution adopted by
not less than four -fifths (4/5) of its members, that such an acquisition may be
economically, and efficiently effected through the use of an alternate procedure;
and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD
DOES HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. That the City Council approves the attached Public Works
Department Vendors List (Exhibit "A") and annual expenditure cap for FY 2015-
16 and authorizes the City Manager or designee to approve purchase orders in
an amount not -to- exceed expenditure caps for the Public Works Department.
Section 2. That the City Council finds that acquisition of goods and
services through the use of an alternate procedure instead of a formal bid process
may be economically and efficiently effected.
Section 3. That the City Council approves this alternate method of
acquiring goods and services by way of a vote not less than four -fifth (4/5) of its
members pursuant to Section 6 -3.13 of the Lynwood Municipal Code.
Section 4. That the City Council authorizes the City Manager or his
designee to allow for a 10% adjustment to the limit to absorb any unanticipated
changes in pricing or emergency work.
Section 5. That this list shall be valid for FY 2016 and the list shall
carryover to the subsequent fiscal years unless amended.
Section 6. That the City Clerk shall certify as to the adoption of this
Resolution.
3
Section 7. That this Resolution shall take effect immediately upon its
adoption.
PASSED, APPROVED and ADOPTED this 15t day of March 2016
ATTEST:
Maria Quinonez
City Clerk
APPROVED AS TO FORM:
David A. Garcia
City Attorney
Edwin Hernadez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO CONTENT:
Raul Godinez Il, P.E.
Director of Public Works /City Engineer
10
EXHIBIT A
VENDOR PROCUREMENT LIST (AMENDED ON MARCH 1, 2016)
1 of 4
PROPOSED
ITEM
ANNUAL
VENDOR NAME.
PURCHASE
LANDSCAPING POWER
ALAN'S LAWN & GARDEN
EQIUPMENT PARTS AND
1
CENTER
SUPPLIES
$20,000
TRAFFIC SIGNALS AND
STREET LIGHT POLES AND
2
AMERON POLE PRODUCTS
MATERIALS
$30,000
3
BEHR PAINT
PAINT AND OTHER SUPPLIES
$20,000
CONCRET FOR STREET
4
BLUE DIAMOND
POTHOLE REPAIRS AND
$40,000
HEAVY DUTY EQUIPMENT
5
CASANOVA TRUCK REPAIR
VEHICLE REPAIRS
$20,000
6
CENTRAL FORD
VEHICLE REPAIRS
$30,000
7
CENTURY RADIATOR
VEHICLE REPAIRS
$20,000
GASOLINE AND FUEL FOR
8
CHEVRON
VEHICLE FLEET
$160,000
REPAIRS AND MAINTENANCE
OF HYDRAUTICALLY
OPERATED WATER SYSTEM
9
CLA -VAL
VALVES
$30,000
CLINICAL LABS OF SAN
POTABLE WATER QUALITY
10
BERNARDINO
TESTING
$25,000
POOL AND FOUNTAIN
11
DECKSIDE POOL
MAINTENANCE
$40,000
1 of 4
EXHIBIT A
VENDOR PROCUREMENT LIST (AMENDED ON MARCH 1, 2016)
2of4
PROPOSED
ITEM
ANNUAL
VENDOR NAME
PURCHASE
LOADER, TRACTOR AND
HEAVY EQUIPMENT
12
DIESEL MOBILE
MAINTENANCE
$60,000
SEWER CLEANING AND
13
EMPIRE PIPE CLEANING
VIDEOTAPING
$50,000
FERGUSON WATER
14
WORKS
WATER SYSTEM SUPPLIES
$30,000
15
FERGUSON ENTERPRISES
PLUMBING SUPPLIES
$25,000
GENERAL HARDWARE AND
MAINTENANCE EQUIPMENT
16
GRAINGER
AND SUPPLIES
$35,000
WATER SYSTEM MATERIALS
17
HD SUPPLY WATERWORKS
AND SUPPLIES
$20,000
18
HILLYARD
JANITORIAL SUPPLIES
$45,000
GENERAL HARDWARE AND
CONSTRUCTION MATERIALS
19
HOME DEPOT
AND SUPPLIES
$50,000
HEATING, VENTILATING AND
AIR CONDITION MATERIALS
AND SUPPLIES AND
20
HONEYWELL
MAINTENANCE
$140,000
HAZARDOUS MATERIALS
21
I.D.R. ENVIRONMENTAL
REMOVAL
$40,000
22
1NFOSEND
MAILERS
$35,000
WATER AND SEWER LINE
REPAIRS AND OTHER
23
JA Salazar
EMERGENCY REPAIRS
$150,000
TRAFFIC AND PARKING
24
JCL BARRICADE COMPANY
SIGNS AND SUPPLIES
$45,000
CONSTRUCTION MATERIALS
25
JONES LUMBER
AND SUPPLIES
$20,000
CONCRET FOR STREET
26
KELTERITE CORP
POTHOLE REPAIRS AND
$30,000
2of4
EXHIBIT A
VENDOR PROCUREMENT LIST (AMENDED ON MARCH 1, 2016)
3of4
PROPOSED
ITEM
ANNUAL
VENDOR NAME
PURCHASE
LOPEZ AUTO SERVICE AND
AUTO AND LIGHT TRUCK
27
TIRES
REPAIRS
$35,000
EQUIPMENT REPAIRS ON
281
LYNWOOD RENTAL
GRINDERS, ECT.
$20,000
TRAFFIC AND PARKING
29
MAIN STREET
SIGNS AND SUPPLIES
$40,000
30
MARCO POWER
REPAIRS AND SERVICE
$20,000
WATER TREATMENT
31
MATT CHLORINATION
SUPPLIES
$20,000
TRAFFIC SIGNALS
32
MCCAIN
MATERIALS
$80,000
TRAFFIC SIGNALS AND
33
MSL
STREET LIGHT REPAIRS
$40,000
SEWER CLEANING,
VIDEOTAPING OF SEWER
34
NATIONAL PLANT
MAIN LINES
$50,000
PURCHASE OF WATER FOR
IRRIGATION IN PARK WATER
35
PARK WATER COMPANY
SERVICE AREA
$20,000
PLUMBING SUPPLIES AND
SEWER TRUCK REPAIRS
36
PLUMBERS DEPOT
AND UPPLIES
$50,000
SEWER CLEANING AND
37
PROPIPE
VIDEOTAPING
$50,000
38
ROADLINE
PAVEMENT MARKING PAINTS
$25,000
39
RUBIOS TIRE SHOP
TIRES
$20,000
REPAIRS AND SERVICE OF
40
S & J SUPPLY CO.
SMALL POWER EQUIPMENT
$20,000
41
SHERWIN WILLIAMS
PAINT AND OTHER SUPPLIES
$20,000
3of4
EXHIBIT A
VENDOR PROCUREMENT LIST (AMENDED ON MARCH 1, 2016)
4of4
PROPOSED
ITEM
ANNUAL
VENDOR NAME
PURCHASE
STEPHEN DORECK
WATER MAIN
42
EQUIPMENT RENTALS
CONSTRUCTION SERVICES
$50,000
REPAIRS AND MAINTENANCE
FOR HEAVY DUTY TRUCKS
43
TEN TON FORKLIFT
AND EQUIPMENT
$30,000
WATER AND SEWER LINE
REPAIRS AND OTHER
44
VALVERDE
EMERGENCY REPAIRS
$150,000
PURCHASE OF ASPHALT
CONCRET FOR STREET
POTHOLE REPAIRS AND
45
VULCAN MATERIALS
PAVING
$20,000
PURCHASE OF SODIUM
HYPOCHLORITE FOR
WATERLINE
POTABLE WATER
46
TECHNOLOGIES
CHLORINATION
$60,000
PURCHASE OF JANITORIAL
XIE
SUPPLIES
$20,000
±48ZUMAR
STREET SIGNS SUPPLIES
$20,000
4of4
A OF. LYE' p
n� d AGENDA STAFF REPORT
'�tlFO4�
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
APPROVED BY: J. Arnoldo Beltran, City Manager
^
PREPARED BY: Raul Godinez III, P.E., Director of Public Work /City Engineer
Lorry Hempe, Public Works Special Projects Manager
SUBJECT: Appointment of a Member and Alternate Members to the
Governing Board of the Los Angeles Gateway Region
Integrated Regional Water Management Authority
Recommendation:
Staff recommends that the City Council adopt the attached resolution entitled: "A
RESOLUTION OF THE CITY COUNCIL APPOINTING A MEMBER AND
ALTERNATES TO THE GATEWAY REGION INTEGRATED REGIONAL
WATER MANAGEMENT JOINT POWERS AUTHORITY GOVERNING BOARD."
Background:
On October 5, 2010, the City Council approved Resolution No. 2010.208
authorizing the City to join the Los Angeles Gateway Region, Integrated Regional
Water Management Authority (Gateway Water Management Authority). The
Joint Powers Agreement for this organization calls for each member public
agency to appoint a member and alternate. members by name to the Governing
Board. The governing body of the Gateway Water Management Authority is the
Governing Board.
Discussion & Analysis:
The Gateway Water Management Authority was formed to jointly prepare and /or
adopt a regional plan for the management of water resources, and for the
implementation and operation of qualified projects or programs, and /or the
preparation of qualified reports and studies.
Currently, entities that have signed on as members of the Gateway Water
Management Authority are: Artesia, Bell, Bell Gardens, Bellflower, Cerritos,
Commerce, Cudahy, Downey, Hawaiian Gardens, Huntington Park, La Mirada,
ITEM
I/
Lakewood, Long Beach, Lynwood, Maywood, Montebello, Norwalk, Paramount,
Pico Rivera, Santa Fe Springs, Signal Hill, South Gate, Vernon, Whittier, and
Central Basin Municipal Water District and Long Beach Water Department water
agencies.
GWMA's Bylaw eliminates the use of proxies and allows member agencies to
appoint up to three (3) alternate Board Members by Resolution. Members are
not required to have alternates; however, GWMA staff encourages members to
appoint alternates to ensure quorums at Board meetings.
Any member agency that does not desire to have the term of its Board member
or alternate members extended may appoint a new member or alternate
member(s) by Resolution. William Stracker, former Director of Public Works,
attended the GWMA meetings pursuant to the November 4, 2014 appointment by
the City Council (Resolution No. 2014.195). Staff recommends for the City
Council to adopt the attached resolution making the following appointments by
name and title:
• Board Member - Raul Godinez II, P.E., Director of Public Works /City
Engineer
• Alternate Member- Lorry Hempe, Public Works Special Projects Manager
• Alternate Member- Jose Molina, Utility Services Manager
Board members receive no compensation for attending required meetings.
Fiscal Impact:
There is no financial impact associated with the recommendation on this report.
Coordinated With:
Finance Department
City Attorney
City Manager's Office
2
RESOLUTION.
A RESOLUTION OF THE CITY COUNCIL APPOINTING A MEMBER AND
ALTERNATE(S) TO THE GATEWAY REGION REGIONAL WATER
MANAGEMENT JOINT POWERS AUTHORITY GOVERNING BOARD
WHEREAS, the Los Angeles Gateway Region Integrated Water
Management Joint Powers Authority (GWMA) was formed in 2007 in response to
the passage of two voter approved water bonds; Proposition 50, passed in 2002
and Proposition 84, passed in 2006; and
WHEREAS, the City of Lynwood is a member of the GWMA; and
WHEREAS, under the GWMA Joint Powers Agreement, each member
agency shall appoint one Member and one Alternate Member to the Governing
Board and under the GWMA Bylaws may appoint three additional Alternate
Members; and
WHEREAS, pursuant to the GWMA Bylaws the Member and Alternate
Members appointed by this resolution shall hold office until September 30, 2017;
and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD
DOES HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. Raul Godinez II, P.E., Director of Public Works /City Engineer is
appointed to serve as the GWMA Board Member representing the City of
Lynwood.
Section 2. Lorry Hempe, Special Projects Manager and Jose Molina,
Utility Services Manager are appointed to serve as alternate Board Members
representing the City of Lynwood.
PASSED, APPROVED and ADOPTED this 1St day of March, 2016.
ATTEST:
Maria Quifi6nez
City Clerk
Edwin Hernandez
Mayor
J. Arnoldo Beltran
City Manager
APPROVED AS TO FORM: APPROVED AS TO CONTENT:
David A. Garcia
City Attorney
Raul Godinez II, P.E.
Director of Public Works /City Engineer
4
Og LpH
��"�° AGENDA STAFF REPORT
ytIFOP$
DATE: March 1, 2016
TO: Honorable Mayor and Members of the City Council
Honorable Chair and Members of the Housing Authority
Honorable Chair and Members of the Parking Authority
APPROVED BY: J. Arnoldo Beltran, City Manager /Executive Director / 6 0
Authority Administrator
PREPARED BY: J. Arnoldo Beltran, City Manager /Executive Director/
Authority Administrator
SUBJECT: Amendment to Agreement with Kane Ballmer & Berkman for
Special Counsel Services for a Disposition and Development
Agreement for the Plaza Mexico Expansion on Behalf of the
Lynwood Housing Authority, the Lynwood Parking Authority
and the City as Requested
Recommendation:
Staff recommends that the City Council of the City of Lynwood, Lynwood Housing
Authority, and Lynwood Parking Authority adopt the attached resolution entitled,
"A JOINT RESOLUTION OF THE LYNWOOD PARKING AUTHORITY, THE
LYNWOOD HOUSING AUTHORITY AND CITY COUNCIL OF THE CITY OF
LYNWOOD APPROVING AN AMENDMENT TO THE AGREEMENT FOR
SPECIAL COUNSEL LEGAL SERVICES WITH KANE BALLMER & BERKMAN
TO PERFORM LEGAL SERVICES ON THE BEHALF OF THE LYNWOOD
PARKING AUTHORITY, THE LYNWOOD HOUSING AUTHORITY AND THE
CITY COUNCIL OF THE CITY OF LYNWOOD IN CONNECTION WITH THE
NEGOTIATION OF A DISPOSITION AND DEVELOPMENT AGREEMENT FOR
THE EXPANSION OF PLAZA MEXICO."
Background:
On August 18, 2015 the City, the Housing Authority and the Parking Authority
approved the engagement of Kane Ballmer & Berkman as special counsel for
services related to negotiations with Plaza Mexico for the expansion of the Plaza
Mexico project. Plaza Mexico (the "Project ") is one of Lynwood's more significant
commercial development projects and a major landmark in the region. Plaza
ITEM
u
Mexico has developed into a major destination and attraction but is also in need of
considerable improvements and renovation. As part of the efforts for the
modernization and expansion of Plaza Mexico, the City of Lynwood and the
Lynwood Parking Authority entered into a Development and Disposition
Agreement ( "DDA ") with the developer of Plaza Mexico on November 5, 2013.
Following approval of the engagement of Special Counsel on August 18, 2015,
negotiations began with Plaza Mexico. Early on in the negotiations it became
apparent that the Project would need to proceed in several stages as portions of
the proposed development would need to wait until completion of the TOD study
and its Environmental Impact Report while other portions such as the K &K site
were ready for development work to commence upon approvals and entitlement
being secured from the city and its related entities.
The conclusion of the early work on examination of a successor DDA led to
agreement between Special Counsel and counsel for the developer that the best
approach to the Project would be to pursue an Owner Participation Agreement
( "OPA ") for the K &K site (plus a small parcel directly across Imperial Highway from
the K &K site.
As a condition of going forward with negotiations, the City made it clear that a
substantial deposit would have to be made by the developer to cover legal fees
and other services. The deposit amount was set at ONE HUNDRED THOUSAND
DOLLARS ($100,000) to be replenished as needed under the terms of the finalized
OPA. The deposit has been received and placed in a US Bank account created
for this purpose in accordance with the OPA.
Discussion:
Staffs initial projection for Special Counsel services was for an amount of $40,000.
The demand for services from Special Counsel exceeded the initial estimate for a
variety of reasons. Most significantly, after considerable time and effort was
devoted to trying to work with the developer's proposed modification of the initial
DDA, counsel concluded that the "vehicle" of a DDA would not be appropriate for
the Project's development as contemplated by the developer. Thus, staff and
Special Counsel undertook new efforts to work on the OPA structure and also to
become more involved in the TOD process to insure that the legal structure for
future parking developments as part of the Project was made a part of the TOD
study and environmental impact report. As of January 31, 2016 total services in
the amount of $100,000 have been rendered.
Throughout the process staff and Special Counsel worked with the council ad hoc
committee monitoring this project. The increase in costs for Special Counsel was
monitored throughout and the determination was made to bring the item for
approval of Special Counsel fees only after the OPA was finalized and executed,
and the deposit ($100,000) was secured from the developer. The authorization
sought herein allocates the $100,000 and allows for the continued amendment of
the legal services contract in the amounts of the supplemental deposit made under
the OPA, as approved by the City and Lynwood Housing Authority.
Fiscal Impact:
Appropriate funding for the services of Kane Ballmer & Berkman for services as
Special Counsel up to $100,000 to be paid from the deposit from the developer,
as well as subsequent amendments consistent with the OPA supplemental deposit
also to be paid from the deposit from the developer. The approval includes
direction for the reimbursement of the payments advanced to date from the City's
General Fund.
Coordinated With:
Finance Department
City Attorney
Authority Counsel
Attachment:
- Resolution
- City Agreement
CITY RESOLUTION NO.
LHA RESOLUTION NO.
LPA RESOLUTION NO.
A JOINT RESOLUTION OF THE LYNWOOD PARKING AUTHORITY, THE LYNWOOD
HOUSING AUTHORITY AND CITY COUNCIL OF THE CITY OF LYNWOOD
APPROVING AN AMENDMENT TO THE AGREEMENT FOR SPECIAL COUNSEL
LEGAL SERVICES WITH KANE BALLMER & BERKMAN TO PERFORM LEGAL
SERVICES ON THE BEHALF OF THE LYNWOOD PARKING AUTHORITY, THE
LYNWOOD HOUSING AUTHORITY AND THE CITY COUNCIL OF THE CITY OF
LYNWOOD IN CONNECTION WITH THE NEGOTIATION OF A DISPOSITION AND
DEVELOPMENT AGREEMENT FOR THE EXPANSION OF PLAZA MEXICO
WHEREAS, Kane Ballmer & Berkman is a law firm that specializes in providing
legal services to successor agencies to former redevelopment agencies, municipalities,
development commissions, special districts and other public entities within and outside
the State of California; and
WHEREAS, Kane Ballmer & Berkman has served as special counsel to the City
of Lynwood and its constituent entities for more than two decades; and
WHEREAS, Plaza Mexico (the "Project ") is one of Lynwood's more significant
commercial development projects and a major landmark in the region, and has developed
into a major destination and attraction but is in need of considerable improvements and
renovation;
WHEREAS, as part of the efforts for the modernization and expansion of Plaza
Mexico, the City of Lynwood and the Lynwood Parking Authority entered into a
Development and Disposition Agreement ( "DDA ") with the developer of Plaza Mexico on
November 5, 2013; and
WHEREAS, on August 18, 2015 Kane Ballmer & Berkman was authorized to serve
as Special Counsel on matters pertaining to the Project with an initial approval of $40,000
for their services; and
WHEREAS, the negotiations involving Special Counsel and counsel for Plaza
Mexico let to a complete restructuring of the original DDA, and a new approach under an
owner participation agreement ( "OPA ") was selected as the legal vehicle for the
development of the initial phase of the Project at the K &K site and a neighboring parcel
directly across Imperial Highway; and
WHEREAS, the extended negotiations and the changing complexity of the
agreement for the development of the Project resulted in a work load for Special Counsel
far in excess of the work initially contemplated; and
WHEREAS, the City initially authorized an amount of $40,000 for services by
Special Counsel, which amount and any additional fees were to be covered by the initial
deposit from the developer; and
WHEREAS, the services of Special Counsel for completion of the negotiation and
execution of the OPA have now been concluded, and payment must be made; the OPA
requires further implementation and the developer has made a deposit and, as approved
by the OPA, supplemental deposits are required from the developer for ongoing
implementation related to the OPA; and
WHEREAS, sufficient funds are on hand from the initial deposit from developer to
make the necessary payments to Special Counsel, pursuant to and in the amounts
authorized under the OPA.
NOW, THEREFORE THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, DETERMINE, ORDER AND RESOLVE AS FOLLOWS:
Section 1. That the City Council of the City of Lynwood authorizes the Mayor to
approve the Amendment to the City Agreement authorizing Kane Ballmer & Berkman to
provide special counsel legal services to the City, the Lynwood Parking Authority and the
Lynwood Housing Authority concerning the expansion of Plaza Mexico, including, but not
limited to implementation of the Owner Participation Agreement regarding improvements
to the Plaza Mexico site and a residential development under an Owner Participation
Agreement among the City, Lynwood Housing Authority, and the related Plaza Mexico
entities.
Section 2. That the City Council of the City of Lynwood authorizes payment to
Special Counsel for services rendered to date in this matter not to exceed the funds on
deposit from the Plaza Mexico developer tendered to the City for the express purpose of
covering such expenditures. This authorization confers upon the City Manager of the City,
Executive Director of the Lynwood Housing Authority, and, if appropriate, the Authority
Administrator of the Lynwood Parking Authority, to amend the Special Counsel City
Agreement accordingly as and in such amounts of the supplemental deposit from the
developer authorized, required, and contemplated by the OPA for ongoing
implementation of the Plaza Mexico expansion and OPA matters. In addition, funds
previously advanced for payment of Special Counsel services shall be refunded to the
City from the developer's deposit. Unless otherwise authorized herein as to the OPA
supplemental deposit and corresponding authority for continuing amendment without any
impact to the City general fund, continuing services by Special Counsel for OPA related
matters shall be provided solely at the direction of the City and condition upon
replenishment of the initial deposit tendered under the OPA.
Section 3. This resolution shall become effective immediately upon its
adoption.
2
Section 4. The City Clerk shall certify as to the adoption of this City Council
Resolution.
PASSED, APPROVED and ADOPTED this 1st day of March 2016.
ATTEST:
Maria Quinonez
City Clerk/Authority Secretary
APPROVED AS TO FORM:
David A. Garcia
City Attorney /Authority Counsel
3
Edwin Hernandez, Mayor /Chair
J. Arnoldo Beltran
City Manager /Executive Director/
Authority Administrator
�09 tir'�4 1
4 at
'+try,ord
DATE:
TO:
APPROVED BY:
AGENDA STAFF REPORT
March 1, 2016
Honorable Mayor and Members of the City Council
J. Arnoldo Beltran, City Manager
PREPARED BY: Mark Flores, Director - Recreation & Community Services
SUBJECT: Resolution Establishing Volunteer Advisory Committees
Recommendation:
Staff recommends that the City Council review and adopt the attached resolution
entitled: "RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
ESTABLISHING THE VETERANS ADVISORY COMMITTEE, THE YOUTH ADVISORY
COMMITTEE AND THE WOMEN'S ADVISORY COMMITTEE AND AUTHORIZING
STAFF TO DEVELOP STANDARD OPERATING PROCEDURES FOR THE
COMMITTEES, A PUBLIC APPLICATION PROCESS AND TO SUBMIT
APPLICATIONS TO THE CITY COUNCIL FOR APPOINTMENTS ONTO THE
COMMITTEES."
Background:
The purpose of this item is to request authorization from the Lynwood City Council to
establish the Veterans, Youth and Women's Advisory Committees, for staff to develop a
public application process for committee appointments and for staff to develop written,
advisory committee standard operating procedures for future City Council approval.
ITEM
205
Discussion & Analysis:
At City Council meetings held in December 2015 and on January 19, 2016, City Council
members expressed their desire to re- establish previously eliminated commissions as
less formal, advisory boards or groups. Memorandums submitted to the City Council on
1/20/16 and 2/17/16 communicated staff proposals for establishment of various
committees the City Council wished to implement.
The City's advisory bodies - always open to the general public - are established by the
City Council to make recommendations to the Council on community issues impacting
the quality of life of residents. Appointed members do not receive compensation for their
service. Specifically, the resolution accompanying this agenda staff report proposes to
establish the following advisory boards or groups:
• Veterans Advisory Committee - Serves in an advisory capacity to the City
Council on veterans' affairs matters within the community.
• Youth Advisory Committee — Advises on all matters related to the needs of
Lynwood youth and promotes teen involvement in the community.
• Women's Advisory Committee - Addresses matters relating to advocacy on
behalf of women's rights and makes recommendations to Council relative to the
adoption of programs, policies, or ordinances of benefit to the constituency.
Additionally, the resolution seeks authorization for staff to develop Standard Operating
Procedures for the newly- formed advisory groups. Standard Operating Procedures help
establish standards that will guide all advisory committees on common issues such as
purpose, agendas, conduct of meetings, and records /reporting. If approved, staff will
present draft guidelines for Council review and approval at the next meeting of the
Lynwood City Council.
Staff respectfully recommends that the City Council adopt the authorizing resolution.
Fiscal Impact:
The actions recommended in this staff report do not have a fiscal impact that can be
determined at this point. Actual fiscal impact will be dependent upon levels of staff time
necessary to support the advisory committees and on future activities and programs
developed by the committees.
Coordinated with:
City Manager
Finance Department
City Attorney's Office
RESOLUTION NO.
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LYNWOOD
ESTABLISHING THE VETERANS ADVISORY COMMITTEE, THE YOUTH
ADVISORY COMMITTEE AND THE WOMEN'S ADVISORY COMMITTEE AND
AUTHORIZING STAFF TO DEVELOP STANDARD OPERATING PROCEDURES
FOR THE COMMITTEES, A PUBLIC APPLICATION PROCESS AND TO SUBMIT
APPLICATIONS TO THE CITY COUNCIL FOR APPOINTMENTS ONTO THE
COMMITTEES
WHEREAS, the City of Lynwood understands that community input on matters
that affect public policy and issues that will affect the future of the community is critical;
and
WHEREAS, the City of Lynwood desires to re- establish certain advisory bodies,
consisting of community volunteers, to advise staff and the City Council on various
community matters; and
WHEREAS, the City of Lynwood recognizes that residents are the underpinning
of the community and the City Council encourages all residents to participate on its
volunteer advisory bodies; and
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF LYNWOOD DOES
HEREBY FIND, PROCLAIM, ORDER AND RESOLVE AS FOLLOWS:
Section 1. The City Council authorizes and establishes the Veterans Advisory
Committee, the Youth Advisory Committee and the Women's Advisory Committee.
Section 2. The City Council authorizes and directs staff to develop a public
application process and present to the City Council qualified volunteer candidate
applications for consideration and appointments to the advisory committees.
Section 3. The City Council authorizes and directs staff to develop and
present to the Council for final approval, a set of Standard Operating Procedures for the
advisory Committees to follow, at the next meeting of the City Council.
Section 4. This resolution shall take effect immediately upon its adoption.
PASSED, APPROVED AND ADOPTED THIS 18t day of March, 2016.
Edwin Hernandez, Mayor
ATTEST:
Maria Quinonez, City Clerk
APPROVED AS TO FORM:
David A. Garcia, City Attorney
J. Arnoldo Beltran, City Manager
APPROVED AS TO CONTENT:
Mark Flores, Director
Recreation & Community Services
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned, City Clerk of the City of Lynwood, do hereby certify that the
above and foregoing resolution was duly adopted by the City Council of said City at its
regular meeting thereof held in the City Hall of the City on the day
2016 and passed by the following vote:
AYES:
NOES:
ABSTAIN:
ABSENT:
City Clerk, City of Lynwood
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )
I, the undersigned City Clerk of the City of Lynwood, and Clerk of the City
Council of said City, do hereby certify that the above and foregoing is a full, true and
correct copy of Resolution No. on file in my office and that said resolution
was adopted on the date and by the vote therein stated.
Dated this day of 2016.
City Clerk, City of Lynwood
l
�d °¢off C't Of IO� Oc' e�
'"1F0g'�~ Agenda Items Only /Public Comment
Speaker listing
Meeting Date:
Ple a print clearly.
Name: -- - - - - -- - �- p--- - - - - -�
Address: 3 7
Agend a item #: 3
��//j
1. 40 4.
2. 5.
All wishing to speak on agenda items must sign -in below.
Note: This form is a public record and may be released upon request.
MW
Comments: 7 Vt.(6t.4,C1 (7
I®: pPsa ' W;
e • � n f
1 �-S s rw �r` . Q, /lilw � St . � /1 • tj ", l W ,Aw /1w. � T iI i � f r
U (City Clerks Use Only) J
❑ Name:
Address:
Agenda item #: 3. Comments:
1. 4.
2. 5.
(City Clerks Use Only)
----------------------------------------------------------------------------------------------------------------------------------------------
❑ Name:
Address:
Agenda item #: 3. Comments:
1. 4.
2• 5.
(City Clerks Use Only) J
•----------------------------------------- ------------------------------------------------------------------------ ----------------------- - - - - --
❑ Name:
Address:
Agenda item #: 3. Comments:
1. 4.
2. 5.
(City Clerks Use Only)
-----------------------------------------------------------------------------------------------------------------------------------------------
❑ Name:
Address:
Agenda item #: 3. Comments:
1. 4.
2. 5.
(City Clerks Use Only)
------------------------------------------ - - - - -- ------------ - - - - -- - if----------------------------------------------------------------- - - - - --