Loading...
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----------------------------------------------------------------- - - - - --