Loading...
1995 JUNE 06 CC PACKET-2EL SEGUNDO CITY COUNCIL MEETING DATE. June 6, 1995 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: Request City Council approve the purchase of one rescue ambulance vehicle using equipment replacement funds from fiscal year 1994/95 not to exceed $122,000 RECOMMENDED COUNCIL ACTION: Accept the bid from Wheeled Coach and authorize purchase BRIEF SUMMARY: On April 18, 1995, City Council authorized staff to distribute specifications and accept bids on a new rescue ambulance vehicle The estimated cost of the vehicle was $115,000 On April 26, 1995, a request for bid was issued to a list of seven vendors Three (3) vendors responded with bids which were opened on May 19, 1995, one of which was from a vendor not on the original list The bids received ranged from $121,528 74 to $137,802 The base bid for the vehicle was $110,881 05 compared to the estimate of $115,000 The difference is in taxes and delivery costs All bids submitted have been thoroughly reviewed for specification compliance by Fire Department staff and the General Services Manager According to the results of the review and based upon our specifications and the manufacturer's ability to meet our requirements, Fire Department and Public Works staff recommend award of the bid to Wheeled Coach ATTACHED SUPPORTING DOCUMENTS, Staff Report dated April 18, 1995 Bid Summary Sheet/List of Vendors Bid Offer — Wheeled Coach FISCAL IMPACT: (Check one) Operating Budget: X_ Capital Improv. Budget: Amount Requested: $122.000 Project/Account Budget: Equipment Replacement ProjecUAccount Balance: Date: Account Number. 601 -400- 000 -8105 Protect Phase: Appropriation Required - Yes X_ No_ GAelson, Fire Chief Morrison, City 5 /jcll y s s 103 EL SEGUNDO CITY COUNCIL MEETING DATE: April 18, 1995 AGENDA ITEM STATEMENT AGENDA HEADING: New Business - City Manager AGENDA DESCRIPTION: Authorization to solicit bids for a rescue ambulance RECOMMENDED COUNCIL ACTION: Authorize staff to distribute specifications and accept bids on a new rescue ambulance vehicle BRIEF SUMMARY In 1986 the City purchased a Type III Ford rescue ambulance The service life on this type unit is seven years and is now scheduled for replacement Funds exist in the equipment replacement account This ambulance has an eight cylinder, 460 cubic inch gasoline engine that had 83,600 miles on the engine as of April 4, 1995 Fire Department and fleet personnel have conducted extensive research on rescue ambulances and have reached several conclusions regarding service life, safety and amortized costs The past concept was to remount an existing module on a new chassis at the appropriate replacement time However, we found a number of factors existed which have caused us to recommend a new concept Industry improvements in design, Changes in medical procedures require redesign of treatment area, Need for inside /outside accessibility of necessary life support equipment, and Increase in payload requirements By changing vehicle style, a number of positive benefits will occur We will operate with increased payload needs being met, Service life will increase from 7 to 12 years, Annual replacement costs will decrease approximately $2,000 annually, Maintenance costs and down time will decrease ATTACHED SUPPORTING DOCUMENTS: Exhibit A - Pictures of Rescue Vehicles 2 Exhibit B - Accessibility for Service 3 Exhibit C - Specifications 4 Exhibit D - Brake Repair History for Rescue 31 5 Exhibit E - Other Weight Related Repairs for Rescue 31 6 Exhibit F - Yearly Cost Comparison FISCAL IMPACT: (Check one) Operating Budget, X_ Capital Improv. Budget: Amount Requested: $115.000 Project/Account Budget: Equipment Replacement ProjectlAccount Balance: Date: 04104/95 Account Number: 601 - 400 - 0000 -8105 Project Phase- Appropriation Required - Yes_ No_ ORIGINATED•- /1 Date: 04/10/95 Jacob GN(iiellson, Fire Chief REVIEWED BY: Date' James W Morrison, City Manager ACTION TAKEN. 104 CITY OF EL SEGUNDO BID NUMBER: 9506 TITLE OF BID: Ambulance Twe 1 OPENING BID DATE: May 19. 1995 OPENING BID TIME: 11:00 a.m. BID PACKAGE CHECKED OUT BY: PACKAGE CHECKED OUT ON: BID PACKAGE RETURNED BY: PACKAGE RETURNED ON, LIST OF BIDS RECEIVED NAME OF COMPANY SUBMITTING DATEITIME RECEIVED BID AMOUNT Ackerman Emergency Equipment 5 -16 -95 Q 12:29 pm 5 -19 -95 C 10 :44 am - (Fax received in City Managers Office. Date stamped upon receiving in our office). s 3 7 1E5 o a McCoy Miller 5 -18 -95 C 8:48 am h o C S1 i Wheeled Coach 5 -18 -95 @ 3:00 pm 105 EL SEGUNDO CITY COUNCIL MEETING DATE: June 6, 1995 AGENDA ITEM STATENENT AGENDA HEADING: Consent Agenda Award highest bid of $200,130 00 on lease of FY 1995/96 Groundwater Pumping Rights in West Coast Basin to Texaco Refining and MarI eting, Inc Award to the highest bidder, Texaco Refining & Marketing, Inc, the lease of FY 1995/96 water rights for the amount of $200,130 00 A number of years ago, the West Coast Groundwater Basin under the Gty had potable water, and so the Gty developed water wells needed to pump the water Wien, subsequently, there was sea water intrusion and the groundwater became unusable, the aty was left wth adjudicated pumping water rights of 953 acre feet which it could not use It has been the City's practice each year to offer the rights for lease to those companies who could pump the water Last year's revenue from this source was $200,130 00 Staff sent out twelve requests for bid on April 10, 1995 Bids were opened on April 28, 1995 of which there were two responses, but only one bid Texaco Refining and Marketing, Inc offered $210 00 per acre foot for all 953 acre fee, for a total of $200,130 00 Al I J •a■ u••r- „ ry ME Bid Summary Sheet, Laura Lohnes, Accountant Water Right license and Agreerrient U'M r Nr LM Laura Logrll: ... ftEVIEVVED BY: Steven G IQobsche, Finance Director ' Jaynes � =�J-ef 1Q8 EL SEGUNDO CITY COUNCIL MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: 1. Cooperative Agreement between the City of E1 Segundo and the County of Los Angeles for the Rehabilitation of E1 Segundo Boulevard from Nash Street to the east City limits. (Estimated cost to City $575,000). 2. Resolution consenting to the establishment of a portion of E1 Segundo Boulevard as a part of the County system of highways to enable the County to implement the rehabilitation project. RECOMMENDED COUNCIL ACTION: 1. Approve project funding. 2. Approve agreement and authorize the Mayor to execute the agreement on behalf of the City. 3. Read Resolution by title only. 4. Adopt the Resolution. BRIEF SUMMARY: BRIEF SUMMARY BEGINS ON PAGE 2.......... ATTACHED SUPPORTING DOCUMENTS: 1. 5/15/95 letter from the County with the proposed City - County Cooperative Agreement. 2. Proposed City of E1 Segundo Resolution. 3. 10/11/94 County Board of Supervisors Resolution declaring a portion of E1 Segundo Boulevard to be a part of the County system of highways. 4. 4/2/91 City- County agreement regarding assignment of $193,200 of City Federal -Aid Urban Funds to the County. 5. 5/12/94 letter from County Supervisor Deane Dana to Mayor Carl Jacobson. 6. 8/18/93 letter from Mayor Carl Jacobson to County Supervisor Deane Dana. FISCAL IMPACT: (Check one) Operating Budget: Amount Requested: Project /Account Budget: Project /Account Balance: Account Number: Project Phase: Appropriation Required: _Capital Improvement Budget: Date: City- County Cooperative Agreement Yes ** No ** (See Staff report for proposed project funding) s -13011 I- 1 of 3 PW- CON.432 - - . Ili BRIEF SUMMARY: (continued) E1 Segundo Boulevard, between Sepulveda Boulevard and Isis Avenue (east City limits), is classified as a major arterial highway in the circulation element of the City's General Plan. The existing pavement was originally constructed in 1953. The portion between Sepulveda Boulevard and Nash Street was resurfaced in 1988 and the portion between Douglas Street and Aviation Boulevard was resurfaced in 1976. Due to the high cost of constructing and administering a major street rehabilitation project in 1993, the City requested the County to implement a City- County Cooperative Project. The County concurred with the City's request and has prepared the enclosed agreement for City's approval. ESTIMATED PROJECT COST E1 Segundo County Work Item Cost Cost Total Roadwork (resurfacing $575,000 $95,000 * $670,000 and selective reconstruction) bus pads, re- striping handicapped access ramps Design, construction -0- $100,000 $100,000 engineering and contract administration Total $575,000 $195,000 $770,000 * For roadwork east of City limits in unincorporated County area. PROPOSED PROJECT FUNDING FOR EL SEGUNDO'S S (a) Federal Aid Urban Funds credit to City per City- County agreement dated 4/2/91. $193,200 (b) Federal Aid Surface Transportation Funds allocated to the City. $300,100 (c) County Aid -to- Cities credit to City. $ 26,321 (d) Proposition "C" local return revenues eligible for constructing concrete bus stop pads. $ 30,000 (e) City's gas tax allocation. $ 25,379 Total - 2 of 3 - $575,000 112 BRIEF SUMMARY: (continued) NOTES • Funds (a) and (c) have already been assigned to the County. Funds (b), (d) and (e) require approval at this time. • The enclosed correspondences between Mayor Carl Jacobson and County Supervisor Deane Dana indicate an estimated construction cost of $540,000. This figure was based on the 1993 cost estimates. Subsequently the County, after completion of preliminary design, has developed a more detailed cost estimate of $575,000, which includes a 10% contingency factor. For implementing the proposed project, the Los Angeles County Board of Supervisors has adopted a resolution declaring the portion of E1 Segundo Boulevard, between Nash Street and Isis Avenue, to be a part of the County system of highways. The County has requested the City to adopt a similar resolution consenting to designating the highway to be a part of the County system of highways. After completion of the project construction, estimated to be before the end of 1995, the County will relinquish the jurisdiction back to the City. Staff recommends City Council approval of the proposed Cooperative Agreement, the identified funding, and adoption of the Resolution consenting to the designation of the portions of E1 Segundo Boulevard to be a part of the County system of highways. The City Attorney has approved as to form both the Cooperative Agreement and the resolution. - 3 of 3 - PW -CON 432 (5/30/95) 113 BID NUMBER: TITLE OF BID: OPENING BID DATE: OPENING BID TIME: CITY OF EL SEGUNDO April 28, 1995 11.00 a.m. BID PACKAGE CHECKED OUT BY: Steve Klotzsche PACKAGE CHECKED OUT ON: April 28. 1995 BID PACKAGE RETURNED BY: PACKAGE RETURNED ON: LIST OF BIDS RECEIVED NAME OF COMPANY SUBMITTING Texaco Refining & Marketing Inc. (4/26/95 11:20 AM) Tidelands Oil Production Company (4128/95 8.22 AM) BID AMOUNT $210.00 /Acre Foot 109 CITY CONTRACT NUMBER WATER RIGHT LICENSE AND AGREEMENT (West Coast Basin) For a valuable consideration, the City of EI Segundo hereby grants to TEXACO R M I , a license to extract 953 acre -feet of licensor's Adjudicated Right allocated to licensor (or predecessors in interest) pursuant to Judgment dated August 18, 1961, and entered in Los Angeles Superior Court Case No 506806 entitled "California Water Service Company, et al vs City of Compton, at al " during the period commencing July 1, 1995 and continuing to and including June 30, 1996 for the amount of $200,130 (two hundred thousand one hundred and thirty dollars) Said License is granted, subject to the following conditions (1) Licensee shall exercise said right and extract the same on behalf of the City of B Segundo during the period above specified and put the same to beneficial use and license shall not by the exercise hereunder of said right acquire any right to extract water independent of the rights of licensor (2) Licensee shall pay assessments levied on the pumping of said ground water by the Central and West Basin Water Replenishment District (3) Licensee shall notify the District and the Watermaster that said pumping was done pursuant to this license and provide the Watennaster with a copy of the document (4) Licensee shall note, in any recording of water production for the period of agreement, that said pumping was done pursuant to this license (5) Licensee's Adjudicated Right shall be mceased by the amount hereby leased when computing carryover or allowable overextraction as provided by Paragraph V in said Judgement (6) Licensee acquires hereunder pumping rights only and should be responsible to provide the means and location to effect said pumping itself and shall bear the cost of said pumping The City of EI Segundo warrants that it has 953 acre -feet of Adjudicated Right and it has not pumped and will not pump or permit or license any other person to pump any part of said 953 acre -feet during period of July 1, 1995 through June 30, 1996 Licensor CITY OF EL SEGUNDO Licensee By By' Carl Jacobson Title Mayor Title ATTESTED City clerk APPROVED AS TO FORM City Attorney fey: +_T�'73i�i 110 HARR\ N STONE,Dsmtor May 15, 1995 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS 900 SOUTH FREMONT AVENUE ALHAMBRA CALIFORNIA 91803 -1331 Telephone (818)458 -5100 ADDRESS ALL CORRESPONDENCE TO P O BOX 1460 ALHAMBRA, CALIFORNIA 91802 1460 Mr. James Morrison City Manager City of El Segundo 350 Main Street E1 Segundo, CA 90245 -3895 Dear Mr. Morrison: EL SEGUNDO BOULEVARD FROM NASH STREET TO 450 FEET EAST OF ISIS AVENUE PROPOSED CITY - COUNTY COOPERATIVE PROJECT IN REPLY PLEASE REFER TO FILE PD -2 Enclosed are two originals and one copy of a proposed agreement regarding our cooperative project to resurface and reconstruct the deteriorated roadway pavement on E1 Segundo Boulevard between the subject limits, which is jurisdictionally shared between the City of El Segundo and the County. The project will include the reconstruction of deteriorated curb, gutter and sidewalk and the construction of wheelchair ramps and bus pads. Also enclosed is a certified copy of a Resolution adopted by the Board of Supervisors of the County of Los Angeles, on October 11, 1994, declaring the portion of El Segundo Boulevard between the subject limits, within the City to be a part of the County System of Highways for the above purpose. Please present this request for jurisdiction to your duly authorized City officials for their approval. The enclosed agreement has been prepared based on correspondence between Supervisor Deane Dana and Mayor Carl Jacobson and subsequent discussion between our respective staffs. It provides for the County to perform the preliminary engineering and administer the construction of the project at County expense, with the City and the County to finance their respective jurisdictional shares of the cost of project. Under the terms of the agreement, the City is to utilize its available 1989 -90 Aid - To- Cities (ATC) allocation credit of $26,321 and $193,200 in 114 Mr. James Morrison May 15, 1995 Page 2 Federal -aid credit, through its previous assignment of Federal - aid funds to the County under Agreement No. 64801, to finance a portion of its share of the cost of project. The agreement further provides for the City to assign to the County its available Federal Surface Transportation Program (STP) funds, currently estimated to be $300,100, and deposit with the County, following the opening of construction bids, other City funds, currently estimated to be $55,379, to finance its remaining share of the cost of project. The City's actual share will be based upon a final accounting after completion of the project. We have tentatively scheduled advertising for construction bids in June 1995, pending the City's consent to jurisdiction and execution of the enclosed cooperative financial agreement. If the proposed agreement is satisfactory, please present it to your duly authorized City officials for approval. Upon approval, please return the two originals of the agreement to the County Department of Public Works for further action. After final approval by the Board of Supervisors, we will return the fully executed City original to the City. The Public Resources Code provides that this type of project, by reason of the work proposed, does not have a significant effect on the environment. Accordingly and pursuant to Section 15301, Class 1 (c), of the California Environmental Quality Act (CEQA) Guidelines, we have found that this project is categorically exempt from the provisions of said Act. If you concur that this project is categorically exempt, please have your duly authorized City officials make such a finding in the Resolution or Ordinance of consent to the jurisdiction. However, if your Council is unable to make this environmental finding, Council action granting jurisdiction should be deferred until the appropriate environmental finding can be made. It should be noted that Sections 1701 and 1850 of the Streets and Highways Code provide that the City may consent to the County's request for jurisdiction by Resolution. In addition, Section 65402 (b) of the Government Code provides that the City Council may find in such Resolution that the project involves improvements of a minor nature. Enclosed is a draft of a Resolution containing the finding which, if enacted, will meet the requirements of these statutes and expedite this project. 115 Mr. James Morrison May 15, 1995 Page 3 When your City has adopted the Resolution or an Ordinance of consent, please send three certified copies to the County Department of Public Works. Very truly yours, � A ^ 4z '°- HARRY W. STONE Director of Public Works ESC:im ELSEGUN2.ELS Enc. cc: Supervisor Deane Dana 116 A Q R E E M E N T THIS AGREEMENT, made and entered into by and between the CITY OF EL SEGUNDO, a municipal corporation in the County of Los Angeles, hereinafter referred to as "CITY," and the COUNTY OF LOS ANGELES, a political subdivision of the State of California, hereinafter referred to as "COUNTY." W I T N E E E E T H WHEREAS, E1 Segundo Boulevard is on the Highway Element of CITY'S General Plan and on COUNTY'S Highway Plan; and WHEREAS, CITY and COUNTY propose to resurface and reconstruct the deteriorated roadway pavement on E1 Segundo Boulevard from Nash Street to 450 feet east of Isis Avenue, including the reconstruction of deteriorated curb, gutter and sidewalk and the construction of wheelchair ramps and bus pads, which work is hereinafter referred to as "PROJECT "; and WHEREAS, PROJECT is within the jurisdictional limits of CITY and COUNTY; and and WHEREAS, PROJECT is of general interest to CITY and COUNTY; 117 -2- WHEREAS, the total "COST OF PROJECT" includes the costs of construction contract and utility relocation, as more fully set forth herein; and WHEREAS, COUNTY is willing to perform the preliminary engineering and administer the construction of PROJECT at COUNTY expense; and WHEREAS, CITY and COUNTY are willing to finance their respective jurisdictional shares of the COST OF PROJECT; and WHEREAS, the total COST OF PROJECT is estimated to be Six Hundred Seventy Thousand Dollars ($670,000), with CITY'S share being Five Hundred Seventy -Five Thousand Dollars ($575,000), and COUNTY'S share being Ninety -Five Thousand Dollars ($95,000); and WHEREAS, CITY and COUNTY have heretofore executed Agreement No. 64801 providing for the assignment of CITY Federal -aid funds to COUNTY to prevent such funds from lapsing; and WHEREAS, CITY proposes to finance a portion of its share of the COST OF PROJECT by utilizing its available 1989 -90 Aid -To- Cities (ATC) allocation credit of Twenty -Six Thousand Three Hundred Twenty -One Dollars ($26,321) and its remaining credit of 118 -3- Federal -aid funds previously assigned to COUNTY under Agreement No. 64801, currently estimated to be One Hundred Ninety -Three Thousand Two Hundred Dollars ($193,200); and WHEREAS, CITY proposes to finance its remaining share of the COST OF PROJECT by assigning its available Federal Surface Transportation Program (STP) funds to COUNTY, currently estimated to be Three Hundred Thousand One Hundred Dollars ($300,100) and depositing other CITY funds with the COUNTY, currently estimated to be Fifty -Five Thousand Three Hundred Seventy -Nine Dollars ($55,379); and WHEREAS, COUNTY is willing to accept CITY'S assignment of STP funds. NOW, THEREFORE, in consideration of the mutual benefits to be derived by CITY and COUNTY and of the promises herein contained, it is hereby agreed as follows: (1) CITY AGREES: a. To finance its jurisdictional share of the COST OF PROJECT currently estimated to be Five Hundred Seventy -Five Thousand Dollars ($575,000), based upon a final accounting. k- 119 -4- b. To use its available 1989 -90 ATC allocation credit in COUNTY'S Road Fund, currently estimated to be Twenty -Six Thousand Three Hundred Twenty -One Dollars ($26,321), as partial payment of CITY'S jurisdictional share of the COST OF PROJECT. C. That an estimated One Hundred Ninety -Three Thousand Two Hundred Dollars ($193,200) of CITY'S Federal- aid credit, through its previous assignment of Federal -aid funds to COUNTY under Agreement No. 64801, will be used as partial payment of CITY'S jurisdictional share of the COST OF PROJECT. d. To assign to COUNTY available CITY STP funds, currently estimated to be Three Hundred Thousand One Hundred Dollars ($300,100), as partial payment of CITY'S jurisdictional share of the COST OF PROJECT. e. To deposit with COUNTY, following the opening construction bids and upon demand by COUNTY, other CITY funds to finance CITY'S remaining jurisdictional share of the COST OF PROJECT, currently estimated to be Fifty -Five Thousand Three 120 -5- Hundred Seventy -Nine Dollars ($55,379). f. To appoint COUNTY as CITY'S attorney -in -fact for the purpose of representing the CITY in all negotiations pertaining to the advertisement of PROJECT for construction bids, the award and the administration of the construction contract and in all things necessary and proper to complete PROJECT. g. Upon completion of PROJECT, to maintain in good condition and at CITY expense all improvements constructed as part of PROJECT that are within CITY'S jurisdiction. (2) COUNTY AGREES: a. To perform the preliminary engineering and administer the construction of PROJECT at COUNTY expense. b. Before advertising for construction bids, to obtain CITY'S approval of those portions of PROJECT plans that indicate work to be done or improvements to be constructed that are within CITY'S jurisdiction. 121 C. That following the opening of bids for the construction contract for PROJECT, if CITY'S estimated share of the COST OF PROJECT exceeds Five Hundred Seventy -Five Thousand Dollars ($575,000), COUNTY will obtain CITY'S written approval prior to the award of the construction contract. CITY will provide said written approval, or other response, within twenty (20) calendar days of presentment by COUNTY. CITY'S approval may only be withheld, for good reason and in good faith, in the event that CITY'S jurisdictional share of the COST OF PROJECT exceeds Five Hundred Seventy -Five Thousand Dollars ($575,000). d. As set forth herein, to accept CITY'S Federal -aid credit, previously assigned to COUNTY under Agreement No. 64801, and CITY'S ATC credit as partial payment of CITY'S jurisdictional share of the COST OF PROJECT. e. To accept the assignment of CITY'S available STP funds. f. To advertise PROJECT for construction bids, to 122 -7- award and to administer the construction contract and to act on behalf of CITY in all negotiations pertaining thereto. g. To furnish CITY, within One Hundred Twenty (120) calendar days after final acceptance of PROJECT and Board of Supervisors' approval of final payment to contractor, a final accounting of the actual total COST OF PROJECT, including an itemization of actual unit costs and actual quantities for PROJECT. (3) IT IS MUTUALLY UNDERSTOOD AND AGREED AS FOLLOWS: a. The COST OF PROJECT, as referred to in this Agreement, shall consist of the total of all payments to the contractor for PROJECT and the total of all payments to utility companies or contractors for the relocation of facilities necessary for the construction of PROJECT. The COST OF PROJECT shall not include the costs of preliminary engineering, contract administration, construction inspection and engineering, materials testing, construction survey or detour signing and striping. 123 b. The cost of "preliminary engineering ", as referred to in this Agreement, shall consist of the costs of environmental documentation, design survey, soils report, traffic index and geometric investigation, preparation of plans, specifications and cost estimates, utility engineering and all other necessary work prior to advertising of PROJECT for construction bids and shall include currently effective percentages added to total salaries, wages and equipment costs to cover overhead, administration and depreciation in connection with any and all of the aforementioned items. c. The final accounting of the actual total COST OF PROJECT shall allocate said total cost between CITY and COUNTY based on the location of the improvements and /or work done. Thus, the cost of all work or improvements located within CITY'S jurisdiction shall be borne by CITY. Such costs constitute CITY'S jurisdictional share of the COST OF PROJECT. d. That CITY'S actual payment of other funds, as set 124 forth herein in paragraph (1) e., above, shall be an amount equal to CITY'S jurisdictional share of the COST OF PROJECT, less CITY'S available ATC allocation credit, Federal -aid credit under Agreement No. 64801 and STP funds, based upon a final accounting. e. If, at final accounting, after taking into account CITY'S available ATC allocation credit, Federal -aid credit under Agreement No. 64801 and STP funds, the amount of other CITY funds due COUNTY is more than Two Hundred Dollars ($200), CITY shall pay COUNTY the additional amount upon demand. Said demand will consist of a billing invoice prepared by COUNTY. Conversely, if at final accounting the amount due by Two Hundred Dollars ($200) or more, COUNTY will refund said excess in CITY. f. That if CITY'S payments, as set forth in para- graphs (1) e., and (3) e., above, are not delivered to the COUNTY office which is described on the billing invoice prepared by COUNTY within thirty calendar days after the date of said invoice, 125 -10- COUNTY is entitled to recover interest thereon from the date of the invoice at the rate of interest specified in the General Services Agreement executed by the parties to this Agreement currently in effect. g. That, if CITY'S payments, as set forth in para- graphs (1) e. and (3) e., above, are not delivered to the COUNTY office which is described on the billing invoice prepared by COUNTY within 30 calendar days after the date of said invoice, notwithstanding the provisions of Government Code Section 907, COUNTY may satisfy such indebtedness, including interest thereon, from any funds of CITY on deposit with COUNTY, after giving notice to CITY of COUNTY'S intention to do so. h. CITY shall review the final accounting invoice prepared by COUNTY and report in writing any discrepancies to the COUNTY Department of Public Works (DPW) within thirty calendar days after the date of the invoice. Undisputed charges shall be paid by CITY to COUNTY within thirty calendar days after the date of invoice. DPW shall review all 126 -11- disputed charges and submit a written justification detailing the basis for those charges within thirty calendar days of receipt of CITY'S written report. CITY shall then make payment of the previously disputed charges or submit justification for nonpayment within thirty calendar days after the date of COUNTY'S written justification. I. COUNTY, at any time, may, at its sole discretion, designate an alternative payment mailing address and an alternative schedule for payment of CITY funds, if applicable. CITY shall be notified of such changes by invoice. j. This Agreement shall not take effect unless and until COUNTY, pursuant to Section 1700 of the Streets and Highways Code of the State of California, declares the portion of E1 Segundo Boulevard between PROJECT limits within CITY to be part of the COUNTY System of Highways for the construction of improvements thereon and CITY, pursuant to Section 1701 of aforementioned Code, consents to said street becoming a part of the COUNTY System of Highways for said purpose. 127 -12- k. Neither COUNTY, nor any officer or employee of COUNTY, shall be responsible for any damage or liability occurring by reason of any acts or omissions on the part of CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. It is also understood and agreed that, pursuant to Government Code, Section 895.4, CITY shall fully indemnify, defend and hold COUNTY harmless from any liability imposed for injury (as defined by Government Code, Section 810.8) occurring by reason of any acts or omissions on the part of CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. 1. Neither CITY, nor any officer or employee of CITY, shall be responsible for any damage or liability occurring by reason of any acts or omissions on the part of COUNTY under or in connection with any work, authority or jurisdiction delegated to COUNTY under this Agreement. It is also understood and agreed that, pursuant to Government Code, Section 895.4, COUNTY shall fully indemnify, defend and hold CITY harmless from any liability 128 -13- imposed for injury (as defined by Government Code, Section 810.8) occurring by reason of any acts or omissions on the part of COUNTY under or in connection with any work, authority or jurisdiction delegated to COUNTY under this Agreement. M. It is understood and agreed that the provisions of Assumption of Liability Agreement No. 32057 between CITY and COUNTY, adopted by the Board of Supervisors on December 27, 1977, and currently in effect, are inapplicable to this Agreement. 129 -14- IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective officers, duly authorized, by the CITY OF EL SEGUNDO on and by the COUNTY OF LOS ANGELES on , 1995. ATTEST: JOANNE STURGES Executive Officer -Clerk of the Board of Supervisors COUNTY OF LOS ANGELES M ME 1995, DEPUTY CHAIR, BOARD OF SUPERVISORS ATTEST: CITY OF EL SEGUNDO BY BY CITY CLERK APPROVED AS TO FORM DE WITT W. CLINTON County Counsel M COUNTY ATTORNEY (ELSEGUND ELS) MAYOR 130 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EL SEGUNDO, CALIFORNIA, CONSENTING TO THE ESTABLISHMENT OF A PORTION OF EL SEGUNDO BOULEVARD WITHIN SAID CITY AS A PART OF THE SYSTEM OF HIGHWAYS OF THE COUNTY OF LOS ANGELES WHEREAS, the Board of Supervisors did on October 11, 1994, duly adopt a Resolution declaring the portion of El Segundo Boulevard from Nash Street to 450 feet east of Isis Avenue, and intersecting streets appurtenant to the construction thereof, within the City of El Segundo, to be a part of the system of Highways of the County of Los Angeles, as provided in Sections 1700 to 1704 inclusive of the Streets and Highway Code of the State of California; and WHEREAS, said Board of Supervisors by said Resolution requested this council to give its consent to allow the County to construct improvements and perform appurtenant work within said portion of El Segundo Boulevard in the City of El Segundo, and WHEREAS, pursuant to Section 15301, Class 1 (c), of the California Environmental Quality Act (CEQA) Guidelines, the Secretary of Resources designated this type of project as categorically exempt. NOW, THEREFORE, the City Council of the City of El Segundo does resolve as follows. SECTION 1. Consent to Inclusion in County Highway System This City Council does hereby consent to the establishment of the portion of El Segundo Boulevard from Nash Street to 450 feet east of Isis Avenue, and intersecting streets appurtenant to the construction thereof, within the City of El Segundo, as part of the System of Highways of the County of Los Angeles as provided in Sections 1700 to 1704 inclusive of the Streets and Highways Code of the State of California. Said consent is for the purpose of constructing improvements and performing appurtenant work as may be necessary by the County of Los Angeles. SECTION 2. Finding of Categorical Exemption. This City Council does hereby find that the project is categorically exempt from the requirement for an Environmental Impact Report pursuant to Section 15301, Class 1 (c), of the CEQA Guidelines. SECTION 3. The City Clerk shall certify to the passage and adoption of this resolution; shall enter the same in the book of original resolutions of said City, and shall make a minute of the passage and adoption thereof in the records of the proceedings of the City Council of said City, in the minutes of the meeting at which the same is passed and adopted. PASSED, APPROVED AND ADOPTED this 6th day of June . 1995. ATTESTED: Cindy Mortesen, City Clerk (SEAL) APPROVED AS TO FORM: Leland Dolley Lt City Attorney Cad Jacobson, Mayor of the City of El Segundo, California 131 PW -RSO 432 (5113195) HARRI W STONE, Director COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS September 29, 1994 900 SOUTH FREMONT AVENUE ALHAMBRA CALIFORNIA 91803 -1331 Telephone (818)458 -5100 Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: REQUEST FOR JURISDICTION EL SEGUNDO BOULEVARD FROM NASH STREET TO 450 FEET EAST OF ISIS AVENUE CITY OF EL SEGUNDO SUPERVISORIAL DISTRICT 4 4 -VOTE MATTER RECOMMENDATIONS: That your Board: ADDRESS ALL CORRESPONDENCE TO P O BOX 1460 ALHAMBRA, CALIFORNIA 91807 -1460 IN REPLY PLEASE REFER TO FILE PD-2 ADOPTED BOARD OF SUPERVISM COUNTY OF LOS ANQELES 32 OCT 11 1994 JOANNE SNpOEg V EICECUTIVE OFFICER 1. Find that the subject project is exempt from the California Environmental Quality Act (CEQA). 2. Adopt the enclosed Resolution in the form previously approved by County Counsel. Jurisdiction is requested in order that the County may administer a cooperative project to resurface and reconstruct the existing roadway pavement on E1 Segundo Boulevard between the subject limits, which is 3urisdictionally shared with the City of E1 Segundo. The work will also include the reconstruction of deteriorated curb, gutter and sidewalk and the construction of wheelchair ramps and bus pads. E1 Segundo Boulevard is on the County's Highway Plan and the proposed improvements are needed and of general County interest. The project is tentatively scheduled to be advertised for construction bids in November 1994, pending the City's consent to jurisdiction and execution of a City- County cooperative financial agreement. A 132 Honorable Board of Supervisors September 29, 1994 Page 2 The Public Resources Code provides that this type of project, by reason of the work proposed, does not have a significant effect on the environment. Accordingly and pursuant to Class 1, Subsections (x) 2 and 14, of the Revised Environmental Reporting Procedures and Guidelines adopted by your Board on November 17, 1987, and Section 15301, Class 1 (c), of the State CEQA Guidelines, we have found that this project is categorically exempt from the provisions of said Act. This jurisdiction will be relinquished after the completion of the project. Upon the adoption of this Resolution, please return one certified copy to this Department for transmittal to the City. Respectfu/ONE bmitted, HARRY W Director lic Works ESC-ml ELSEGUND.J Enc. 133 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17' 18 19I 20, 21 22 23 24 25 26 27 28 RESOLUTION DECLARING A PORTION OF EL SEGUNDO BOULEVARD IN THE CITY OF EL SEGUNDO TO BE A PART OF THE COUNTY SYSTEM OF HIGHWAYS WHEREAS, by reason of its location and travel thereon, the portion of E1 Segundo Boulevard from Nash Street to 450 feet east of Isis Avenue, within the City of E1 Segundo, County of Los Angeles, State of California, should be a part of the County System of Highways, and WHEREAS, it is the purpose of the Board of Supervisors of said County to construct improvements and perform appurtenant work thereon provided the consent of the governing body of the City shall first be given. NOW, THEREFORE, BE IT RESOLVED, by the Board of Supervisors of the County of Los Angeles, State of California, that the portion of E1 Segundo Boulevard from Nash Street to 450 feet east of Isis Avenue, and intersecting streets appurtenant to the construction thereof, within the City of E1 Segundo, is hereby declared to be a part of the System of Highways of said County as provided in Sections 1700 and 1704 inclusive of the Streets and Highways Code of the State of California for the purpose of and limited to the aforementioned work. 134 11 STATE OF CALIFORNIA ) County of Los Angeles ) s.s. 2 3 I, JOANNE STURGES, Executive Officer -Clerk of the Board of Supervisors of the County of Los Angeles, do hereby certify that 4 the attached is a full, true and correct copy of a 5 Resolution adopted on OCT 111994 6 by the Board of Supervisors of the County of Los Angeles, and ex- officio the governing body of all other special assessment and 7 taxing districts for which said Board so acts. 8 IN WITNESS WHEREOF, I have hereunto set my hand and affixed my seal of the County of Los Angeles this 9 1 / � day of [1,�.�,dQ , 19" 10 JOANNE STURGES, Executive Officer -Clerk of the Board of Supervisors of the County of Los Angeles 11 1 e V 1 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 135 x r ,�'•t i " /**j 135 AGREEMENT 6480.E THIS AGREEMENT, made and entered into by and between the CITY OF EL SEGUNDO, a municipal corporation in the County of Los Angeles, hereinafter referred to as "CITY ", and the COUNTY OF LOS ANGELES, a political subdivision of the State of California, hereinafter referred to as "COUNTY ": W I T N E S S E T H WHEREAS, CITY has $193,200 in Federal -aid Urban (FAU) funds which are scheduled to lapse on April 1, 1991 unless they are obli- gated to a qualifying project or otherwise assigned to another agency; and WHEREAS, CITY has no qualifying projects to which its FAU funds can be obligated; and WHEREAS, COUNTY is currently processing projects under the FAU program to which CITY'S FAU funds can be obligated; and WHEREAS, CITY desires to assign its remaining available FAU funds to COUNTY to prevent them from lapsing as credit toward CITY'S financial share of a future CITY - COUNTY cooperative road construc- tion project or projects; and WHEREAS, COUNTY is willing to accept the assignment of CITY'S remaining FAU funds and to utilize the assignment toward CITY'S financial share of a future CITY - COUNTY cooperative road construc- tion project or projects. NOW, THEREFORE, in consideration of the mutual benefits to be derived by CITY and COUNTY and of the premises herein contained, it is hereby agreed as follows: 136 -2- (1) CITY AGREES: a. To assign to COUNTY all of CITY'S remaining available FAU funds, currently estimated to be $193,200, as credit toward CITY'S financial share of a future CITY- COUNTY cooperative road construction project or projects. (2) COUNTY AGREES: a. To accept the CITY'S assignment of FAU funds. b. To utilize CITY'S assignment toward CITY'S financial share of a future CITY- COUNTY cooperative road con- struction project or projects. (3) IT IS MUTUALLY UNDERSTOOD AND AGREED AS FOLLOWS: a. Said future road construction project, as set forth herein, shall be mutually acceptable to both CITY and COUNTY and shall be in the general interest of CITY and COUNTY. b. Said assignment of FAU funds shall not include the assignment of Regional FAU funds which may have been allocated to CITY by the Los Angeles County Transportation Commission ( LACTC). c. That COUNTY'S financial consideration to said future cooperative CITY- COUNTY road construction project or projects shall be in the form of COUNTY road funds. d. That if the LACTC lapses CITY'S FAU funds, this Agreement is thereby null and void. 137 -3- (a) It is understood and agreed that the provisions of any previous Assumption of Liability Agreement heretofore entered into between the parties hereto are inapplicable to this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their respective officers, duly authorized, by the CITY OF EL SEGUNDO on April 2 1991 and by the COUNTY OF LOS ANGELES on 7 1991. I if ATTEST: LARRY J. MONTEILH Executive Officer -Clerk the Board of Supervisor ATTEST: OF LOS ANGELES CITY OF EL SEGUNDO BY ERK APPROVED AS TO FORM DE WITT W. CLINTON County Counsel t� A - �f, M,� APPROVED AS TO FORM City Attorney, E1 S un o 38 ADOPTED S! ^EN`jl M A f U 7 1991 L4"VJ VOWEXH EXECUTIVE OFFW 138 MA) -12 -1994 17 07 FROM DEANE DANA TO 13103227137 P 02 BOARD OF SUPERVISORS COUNTY OF LOS ANGELES 822 KENNETH HAHN HALL OF ADMINISTRATION / LOS ANGELES CALIFORNIA 90012 Telophono (213) 974-44441 FAX (213) 6263941 DEANE DANA SUPERVISOR, FOURTH DISTRICT May 12, 1994 Honorable Cart Jacobson Mayor City of El Segundo 350 Main Street El Segundo, CA 90245 Dear Carl: I have discussed with Harry Stone, the County's Acting Director of Public Works, your recent request for County assistance on the proposal to improve El Segundo Boulevard between Isis Avenue and Nash Street. We concur that the proposed improvements are worthwhile and of general County interest, and I am pleased to have the County perform the preliminary engineering and administer the constriction of the project at County expense, with the City to finance the construction contract cost and the cost of any necessary utility relocations. Under this proposal, the City's share of the project cost is estimated to be $540,000 which I understand the City would like to finance with a Combination of Federal - Aid Credit, through Its previous assignment of Federal - Aid funds to the County, Federal Surface Transportation Program funds and other City funds. The County Department of Public Works has advised me that the plans can be completed and the project advertised for construction bids in four to six months. Assuming your concurrence, I have instructed the Department of Public Works to proceed on this basis and to provide the necessary request for jurisdiction and cooperative financial agreement to the City at the appropriate time It is always a pleasure to assist your City in improving our transportation system for the benefit of our constituents. Since ly, DEANE DANA Supervisor, Fourth District County of Los Angeles DD li.j c: Pat Decheilis Department of Public Works TnTL11 -a PO 139 M19-alMer / / =44jfle CARL JACOBSON, Mayor J B WISE, Mayor Pro Tem Councilmembers ALAN WEST RICHARD J. SWITZ MICHAEL A ROBBINS August 18, 1993 The Honorable Deane Dana, Supervisor Fourth District, County of Las Angeles Kenneth Hahn Hall of Administration, Roan 822 500 West Temple Street Los Angeles, CA 90012 Dear Supervisor Dana:: REHABILITATION OF EL SEGUNDO BOULEVARD - ISIS AVENUE TO NASH STREET I am taking this opportunity to request your assistance in a proposed roadway improvement project in El Segundo. As you are aware, with your assistance, the County Public Works Department and the City of El Segundo have cooperated on road improvement projects in the past which have been of regional significance and proved beneficial to both entities. We are now considering rehabilitation of El Segundo Boulevard between Isis Avenue and Nash Street. This section of roadway is a major connector between the San Diego freeway (1. 405) and Sepulveda Botilevard (Highway 1). This stretch of roadway also will be used by Metro Green Line commuters going to or from the light rail line which crosses over El Segundo Boulevard and has a station at this segment. Daily traffic counts for this segment of El Segundo Boulevard have been recorded at 23,000. We believe that this is another project which would benefit from County of Los Angeles/Gry of El Segundo partnenng. Our request of you is that the County assume responsibility for the project design and construction engineering, as well as project administration The estimated project contract cost for construction is $540,000. This amount would be funded with the City's credit of Federal -Aid Urban (FAU) funds, City Surface Transportation Program (STP) funds, and other City of El Segundo funds. I hope that you will agree that this project warrants County participation given is regional signifi- cance. We appreciate your support of similar projects in the past. 350 Main Street. M Segundo. California 902450889 Phone (310) 322-4870 PAX (310) 322.7137 140 The Honorable Deane Dana, Supervisor August 18, 1993 Page 2 If you have any quesnons, please contact me at (310) 607.2200 or our City Manager, Jun Mornson, at (310) 607 -2226. Thank you for your cons deranon. Mayor CJ:DLH:dl cc: City Councd Members James A. Morrison, City Manager Thomas A. Tidemanson, County Director of Public Works Ken Putnam, Director of Public Works 141 EL SEGUNDO CITY COUNCIL MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: City - Caltrans Utility Agreement (7Ut- 10,692) to provide for Caltrans reimbursement for City costs to relocate a 12" water main (Estimated cost $12,000). RECOMMENDED COUNCIL ACTION: 1. Approve agreement. 2. Authorize the Mayor to execute the agreement on behalf of the City. BRIEF SUMMARY: Caltrans will be constructing a new east -west frontage road south of Imperial Highway between Douglas Street and Nash Street. This road will provide a connection between the two streets and access the nronosed on -ramn to the eastbound I -105 Freeway. The construction of the frontage road will necessitate lowering an existing 12" City water main. Caltrans, by policy, does not relocate facilities owned by other agencies and has requested the City to lower the water line (approximately 3 feet) at Caltrans expense. The subject utility agreement provides for Caltrans reimbursement for costs incurred by the City for lowering the water line. The City Attorney has reviewed and approved the agreement. ATTACHED SUPPORTING DOCUMENTS: 1. City - Caltrans Utility Agreement. 2. Vicinity Map. FISCAL IMPACT: (Check one) Operating Budget: Amount Requested: Project /Account Budget: Project /Account Balance: Account Number: Project Phase: Appropriation Required: _Capital Improvement Budget: Yes No XX Date: 4 r. STATE OF CALIFORNIA— BUSINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSPORTATION DISTRICT 7, 120 SO SPRING ST LOS ANGELES, CA 900123606 April 28, 1995 7 -LA- 105- 1.011.3 Notice to Owner No. 7- 10,692 Utility Agreement No. 7Ut- 10,692 City of E1 Segundo Water Wastewater Division 350 Main Street E1 Segundo, California 90241 Attention: Mr. Bellur R. Devaraj Dear Mr. Devara' Attached for your file are 7- 10,692 to lower one 12° water copies of Utility Agreement No. one 1211 water line, necessitate) storm drain west of Douglas and Frontage Road cul -de -sac. PETE WILSON Gomm RECEIVED 0 MAY - 3 1995 ENDI E V O N two copies of Notice to Owner No. main, attached also are three 7Ut- 10,692 for your relocation of 3 by the construction to install a south of Imperial Highway at Please have the original and one copy executed on behalf of the City by an authorized officer, (please sign in black ink), with name typed below the signature, and date of execution inserted in the space provided on the last page. Also, please signify on each signature sheet, by attachment or stamp, your authorization directing an officer to execute the subject Agreement. The executed copy should be returned to this office, the original and the third being for your file. Please note that no payments can be made until the Agreement is fully executed by both you and the State. However, you are authorized by issuance of the Notice To Owner to commence work prior to execution of the Agreement. JRort /sdc Attachments Very truly yours, 4V Gam/ 4- `� w �� Willie E. Langie District Utility Coordinator • 143 p StP � *� , YZ 1A 1), PAR' 1, N9 of IRAN SPOR7 M h'N _ f 1 NOTICE , f0 I)IVNER '', AUgE Ov SHE 5,pin +t.- mAY C( 4KT4UCP70N ON LA -107 at 1.0 to J 1, 'nt of �Ucj13.a Ii <1 _,(t- of tf -r in' Fill,way at Front ge Road cul Dist. County Route P. M iP TO: I "NE JAN` 3Y M, 11D 10 1cl ar zr Agnated 12" u-i main to r fl Int � 07 i,A 105 1.0/1 111209 , niny of F1 nogayao bra cr, - -- — - - -� W<a,tevator Diva -ion Federal Aid Vol. 1--105-3(74V?0 �� 350 Main si,t of subsequent starts wben work schedule is interrupted. T.IABU ITY IS 10U, : i Or, F1 Felyndo, C-Iifozn a 90241 owner's File No. c water fa('11 t that was 1 �AH r13 rr3)nrO nt , if L , t, ft (et prior to beumin(1 part of a A ..i} rojeat. DATE Freeway Y .°, ro f l �� ''' t n: !3('l l tat FL. Gc � ��. A] I 4 -25 -95 X 1 Access Code: 1� G '', AUgE Ov SHE 5,pin +t.- mAY C( 4KT4UCP70N ON LA -107 at 1.0 to J 1, 'nt of �Ucj13.a Ii <1 _,(t- of tf -r in' Fill,way at Front ge Road cul _ -' A'Cg AM,(il Tom Mfld&w D 4WT-i FACILITIES: 1 (fine) 12" water iP 1_ghlii o- att -chf'd lisp I "NE JAN` 3Y M, 11D 10 1cl ar zr Agnated 12" u-i main to r fl Int th f >1opr,,,=d 5tc,nr 1 i,i_,tallatron. S ^')R 4 0`-4 SC111 D' i k ':HAT L iE AS F('LL,oAS: Prior to State construct _q `i -h 1s, ._nediled to to - n0veillsed September 1, 1995. N'Vf1FY Ken M111er. _ TELEPHONE # 213 897-4602 _, /2 loos prior Lo initial start of work, and idditional _ 48_ hours notifl(ati or subsequent starts wben work schedule is interrupted. T.IABU ITY IS 10U, : i Or, q (n .e per Section 03 of the t ( d i; JIi- 3Y s Code Min _ .1 d c water fa('11 t that was 1 r } in! A led r13 rr3)nrO nt , if L , t, ft (et prior to beumin(1 part of a A ..i} rojeat. ct ,es to V er roiIg.ra_ ide It Engitce_ II_mts (giCCL )�v Rla (Fine) )tier • >p� (yE_ w, IHt. �r1tICF luq �.OI c.�•i n 11 Afll lfti elN li IdW ,1 If k1111 Jill, J 5I tH]1`i u�k F. 1Kortludc J. E. U LLIN,_Inter.m WL riot Director - District 07 By: Willie - E.- hangie_ Dzstr,Ct PtI10ty Cooz. , ORIGINALj(:)WNUR V � STATE OF CALIFORNIA . Department of Traneportation UTILITY AGREEMENT RW 13 -5 (7/93) STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION Page 1 of 3 Dist. County Route P.M. E.A. 07 LA 105 1.0/1.3 011209 Federal Aid No. Owner's File if I- 105 - 3(746)0 Access Code 11258G UTILITY AGREEMENT NO. 7Ut- 10.692 DATE The State of California, acting by and through the Department of Transportation, hereinafter called "STATE■ proposes to install a storm drain west of Douglas and south of Imperial Highway at Frontage Road cul -de -sac and CITY OF EL SEGUNDO WATER WASTEWATER DIVISION hereinafter called "OWNER•, owns and maintains 1 (one) 12" within the limits of State's to accommodate State's project. it is hereby mutually agreed that: I. WORK TO BE DONE N accordance with Notice to Owner No. 7- 10,692 dated April 25, 1995, OWNER shall lower its water line between Nash and Douglas Streets where necessary to clear the proposed construction of a storm drain. All work shall be performed substantially in accordance with OWNER's Plan, a copy of which is on file in the District office of the Department of Transportation at 120 South Spring Street, Los Angeles, California 90012. Minor deviations from the above - described work may be made and incidental work performed by the OWNER when mutually acceptable to both parties and upon approval by the STATE. II. LIABILITY FOR WORK The existing facilities are lawfully maintained in their present location and qualify for relocation at STATE expense under the provisions of Section 703 of the Streets And Highways Code. OWNER SECOND COPY 145 Utility Agreement (Cont.) RW I3 -5 III. PERFORMANCE OF WORK P.`e 2 er a U. A. No. 10,692 OWNER agrees to perform the herein- described work with its own forces or to cause the herein - described work to be performed by the OWNER's contractor, employed by written contract on a continuing basis to perform work of this type, and to provide and furnish all necessary labor, materials, tools and equipment required therefore, and to prosecute said work diligently to completion. IV. PAYMENTS FOR WORK The STATE shall pay its share of the actual cost of the herein described work within 90 days after receipt of OWNER's itemized bill in quintuplicate, signed by a responsible official of OWNER's organization or prepared on OWNER's letterhead, compiled on the basis of the actual cost and expense. The OWNER shall maintain records of the actual costs incurred and charged or allocated to the project in accordance with recognized accounting principles. It is understood and agreed that the STATE will not pay for any betterment or increase in capacity of OWNER's facilities in the new location and that OWNER shall give credit to the STATE for all accrued depreciation on the replaced facilities and for the salvage value of any material or parts salvaged and retained or sold by OWNER. At the election of the OWNER,_progressobi-lls for costs incurred may be submitted not exceeding OWNER's recorded costs as of a specific date, less estimated credits applicable to completed work, where the recorded costs are sufficient to warrant such billing. The final billing shall be in the form of an itemized statement of the total costs charged to the project, less the credits provided for in the Agreement, and less any amounts covered by progress billings. However, the STATE shall not pay final bills which exceed the estimated cost of this Agreement without an explanation for the increase of said cost from the OWNER. In the event the final bill exceeds 125% of the estimated cost of this Agreement, an Amended Agreement, executed by the parties to this Agreement, reflecting said increase in cost with the reasons therefore shall be executed prior to payment of the OWNER's final bill. Any and all increases in cost are subject to STATE's approval prior to payment of the OWNER's final bill. Detailed records from retained by the Owner of the final bill and and Federal auditors. which the billing is compiled shall be for a period of three years from the date will be available for verification by State 146 Utility Agreement (Cont.) RW 135 V. GENERAL CONDITIONS Page 2A of J U. A. No. 10,692 All costs accrued by OWNER as a result of STATE's request of January 1, 1994 to review, study and /or prepare relocation plans and estimates for the project associated with this agreement may be billed pursuant to the terms and conditions of this Agreement. If State's project which precipitated this Agreement is canceled or modified so as to eliminate the necessity of work by OWNER, STATE will notify OWNER in writing and STATE reserves the right to terminate this Agreement by Amendment. The Amendment shall provide mutually acceptable terms and conditions for terminating the Agreement. OWNER shall submit a Notice of Completion to the STATE within 30 days of the completion of the work described herein. It is understood that said highway is a Federal aid highway and accordingly, 23 CFR 645 is hereby incorporated into this Agreement. r 147 Utility Agreement (Cont.) RW Il -S Page 7 of 7 U. A. No. 10.692 THE ESTIMATED COST TO OWNER FOR ITS SHARE OF THE ABOVE DESCRIBED WORK IS $ 12.000.00 Design Funds EA $ -0- Const. Funds EA $ -0- R/W Funds EA 011209 $12.000 IN WITNESS WHEREOF, thetiabove- parties have executed this Agreement the day and year first above written. STATE By By Chief, R/W Acquisition and Utilities Relocation By APPROVAL RECOMMENDED: District Utility Coordinator Utility Coordinator JK /sdc OWNER 148 Estimated Cost to State Under Agreement No. 7Ut- 10,692 Lower 30' of 12" water main x $400.00 /Feet = Total estimated cost of relocation Total cost of additional right of way needed to accomplish relocation Total cost 10% Contingencies Less Credits Depreciation Betterment Salvage $ 0.00 $ 0.00 $ 0.00 Total Estimated Cost to State $12,000.00 $ 0.00 $12.000.00 The Company estimate was prepared in accordance with its normal estimating procedure. All broad gauge figures that were used were compiled over a period of several years, and include the cost of materials, warehousing,.equipmenlr,- labor, engineering, and employee benefits. 149 �F �O 1 x W s' z in OA,.I A J L Z 2 n J C 0CC O N L It a A As ffi 1 3� L I 7 Q U W Q Q � III z X10 UUU. LL W F Z% O �. Q V V� OT KLUM Q H W N Ur o •\ J a 7A. SISI uuul O' L m ~a ssiennn I Fi ' I I / 1.1N3N11 N0� i N all W '( 1i l_I'll LA Nn pvi ©© N�r. AS 150 o CL cr a J ei Q i 2 _O H cr w t6 2 A J L Z 2 n J C 0CC O N L It a A As ffi 1 3� L I 7 Q U W Q Q � III z X10 UUU. LL W F Z% O �. Q V V� OT KLUM Q H W N Ur o •\ J a 7A. SISI uuul O' L m ~a ssiennn I Fi ' I I / 1.1N3N11 N0� i N all W '( 1i l_I'll LA Nn pvi ©© N�r. AS 150 EL SEGUNDO CITY COUNCIL MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: Adoption of Plans and Specifications No. PW 95 -5 for the Design and Installation of Transfer Switch and Emergency Generator System for Fire Station No. 2 (Estimated cost $38,000). RECOMMENDED COUNCIL ACTION: Adopt Plans and Specifications. 2. Authorize Staff to advertise for bids. BRIEF SUMMARY: The 1994 -95 Capital Improvement Program includes projects to install emergency standby generator systems for Fire Station No. 2 and the Regional Communication Center's (RCC) repeater communications equipment located at the Water Facility at 400 Lomita Street. Staff has prepared plans and specifications for providing a standby emergency generator for Fire Station No. 2 and recommends deferring the generator system for the RCC equipment until such time as plans are finalized for the proposed Public Safety Dispatch Center, which is included in the proposed 1995 -96 Capital Improvement Program. A memorandum from the Police Department regarding this matter is enclosed. Fire Station No. 2 currently has a thirty (30) year old 15 KW capacity standby generator. This generator is old, has to be manually started, experiences maintenance problems and does not have the power capacity to service the entire Fire Station. The proposed project includes removal of the existing generator and replacing it with a quieter diesel fuel operated 60 KW capacity generator with an automatic transfer switch. The generator will be equipped with a fuel tank with enough capacity to run the generator continuously for twelve (12) hours at full load. Staff is requesting City Council adoption of plans and specifications and authorization to advertise the project for construction bids. ATTACHED SUPPORTING DOCUMENTS: 5/18/95 memo from the Police Department. FISCAL IMPACT: (Check one) operating Budget: Amount Requested: Project /Account Budget: Project /Account Balance: Account Number: Project Phase: Appropriation Required: _Capital Improvement Budget: XX S38,000 S38,000 538,000 Date: 702 -400- 8122 -8936 Adoption of Plans and Specifications Yes No XX Date: J a 91 - Date: PW- CON.433 151 MAY 18 1995 ENGINEERING ✓ C C1 J z6& DIVISION INTER - DEPARTMENTAL CORRESPONDENCE May 18, 1995 To Bellur Devaraj, City Engineer From John Ogden, Lieutenant Subject: Emergency Generator Purchase Since 1977, the RCC has maintained communications equipment atop the city water tower with only one recorded incident of a power failure This failure lasted less than one hour and effected the fire department voice communications and the police departments data communications Recent studies have led us to conclude that it would be prudent to have a back -up power generator for this equipment During this study phase, Jack Hilton and Hank Schoenmeier of the City Staff were contacted and they indicated that since we were anticipating a purchase of a generator to provide service to the communications equipment, it would be an excellent idea to specify a larger unit which would also be capable of providing back- up service to the water plant equipment Thus a larger generator was specified and the City was to bear the cost of procurement Based upon our current status of examining alternatives to the RCC and the cost of the generator (over $25,000), 1 believe we should temporarily postpone the purchase until such time we know which direction our future communications concerns will lead us I have spoken to Fire Chief Nielson and both Hank Schoenmeier and Jack Hilton and they concur with this postponement In the event it is decided to remain with the RCC for a long term commitment, the expenditure would certainly be justified to provide redundancy to the communications and water department systems The funds currently allocated for this purchase should be encumbered so that a future purchase can be facilitated without waiting for the next budget cycle • 152 EL SEGUNDO CITY COUNCIL MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: City Hall Heating, Ventilating and Air Conditioning (HVAC) Improvements. Project No. PW 93 -14 (Final Contract Amount $346,565.40). RECOMMENDED COUNCIL ACTION: 1. Approve Change order No. 2 in the amount of $747.65. 2. Accept the work as complete. 3. Authorize the City Clerk to file the City Engineer's Notice of Completion in the County Recorder's Office. BRIEF SUMMARY: The City Council on 1/18/94 awarded a contract to R &S Air Conditioning for construction of City Hall HVAC improvements. The work included removal of the two existing roof top air conditioning units and replacing them with new larger capacity units. The project was designed by the consulting firm of RBF and Associates, which also provided consulting services during construction. The new HVAC units were installed and operational on 7/18/94, one week before the contract completion date. The system has been in use since this date, however its operation was not reliable. Several meetings were held between City Staff, the Contractor and the design consultant to troubleshoot and correct the problem. The Contractor performed several corrective actions recommended by the design consultant, however was not able to achieve a permanent satisfactory solution. Subsequently, the Contractor submitted a report from his own consultant with recommendations to solve the problem. These recommendations, which are not in the original design, included modifications to the HVAC system's hot gas by pass system design to maintain adequate oil pressure. The design consultant has agreed to pay the cost of this additional work. ATTACHED SUPPORTING DOCUMENTS: Notice of Completion. FISCAL IMPACT: (Check one) Operating Budget: Amount Requested: Project /Account Budget: Project /Account Balance: Account Number: Project Phase: Appropriation Required: _Capital Improvement Budget: ICI{ Date: 301 - 400 - 8201 -8322 Project Completion Yes No X _ -1 of 2 - 153 Staff deferred making a recommendation to the City Council for acceptance of the work until the hot gas bypass modification issues have been resolved. These modifications have now been completed and the project is ready for acceptance. Final project costs are as follows: 1. Original Contact Amount 2. Change Order No. 1 for $316,643.00 Re- roofing City Hall (approved by City Council = $ 29,174.75 8/2/94) 3. Change Order No. 2 for repairing existing ducts outside the scope of the original contract. Staff is requesting City Council approval for Change Order No. 2 = $ 747.65 Total Final Contract Amount = $346,565.40 - 2 of 2 - PW- CON.437 (5/23/95) 154 Recording Requested by and When Recorded Mail To: City Clerk, City Hall 350 Main Street E1 Segundo, CA 90245 NOTICE OF COMPLETION OF CONSTRUCTION PROJECT' ss sssssssssssssssssssssssssssssss Project Name • City Hall HVAC Improvements Project No PW 93 -14 Notice is hereby given pursuant to State of California Civil Code Section 3093 et seq that 1 The undersigned 3s an officer of the owner of the interest stated below in the property hereinafter described. 2 The full name of the owner is- City of El Segundo 3 The full address of the owner 3s City Hall, 350 Main Street, El Segundo, California, 90145 4 The nature of the interest of the owner 3s Fee 5. A work of improvement on the property hereinafter described was field reviewed by the City Engineer on February 113, 1995. The work done was Installation of HVAC System for the City Hall. 6 On June 6, 1995, the City Council of the City of El Segundo accepted the work of this contract as being complete and directed the recording of this Notice of Completion in the Office of the County Recorder. 7 The name of the Contractor for such work of improvement was K &S Air Conditioning. 8 The property on which said work of improvement was completed 3s in the City of El Segundo, County of Los Angeles, State of California, and is described as follows City Hall. 9 The street address of said property 3s. 350 Main Street, El Segundo. Dated Bellur K Devaraj, City Engineer City of El Segundo VERIFICATION I, the undersigned, say: I am the City Engineer of the City El Segundo, the declarant of the foregoing Notice of Completion, I have read said Notice of Completion and know the contents thereof, the same is true of my own knowledge I declare under penalty of perjury the foregoing is true and correct Executed on VW NOT 437 (5MMS) 1995 at El Segundo, California. 155 Bellur K Devaraj, City Engineer City of E1 Segundo EL SEGUNDO CITY COUNCIL S MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGENDA HEADING: Consent Agenda AGENDA DESCRIPTION: Adoption of Plans and Specifications for the 1994 -95 Sidewalk and Curb Repair Program at Various Locations, Project PW 95 -4 (Estimated project cost = $105,000, of which $40,000 will be reimbursed by Caltrans). RECOMMENDED COUNCIL ACTION: 1. Authorize the appropriation of an additional $15,000 from unallocated gas tax revenues. 2. Adopt Plans and Specifications. 3. Authorize Staff to advertise the project for receipt of construction bids. BRIEF SUMMARY: The City over the last several years has implemented an annual Capital Improvement Program to repair parkway tree damaged sidewalks and curbs. As of now, sidewalks in the entire residential area of the City west of Sepulveda Boulevard have been repaired once by means of this program. The proposed 1994 -95 sidewalk repair project addresses the area east of Sepulveda boulevard. Pedestrian traffic in this area is anticipated to increase after the opening of the Metro Green Line some time in the summer of 1995. continued on next page.... ATTACHED SUPPORTING DOCUMENTS: 1. Sidewalk repair area map. 2. Caltrans letter approving $40,000 for work within Sepulveda Boulevard. 3. Staff 5/22/95 memo regarding status of sidewalks in the vicinity of Green Line Stations. FISCAL IMPACT: (Check one) Operating Budget: Amount Requested: Project /Account Budget: tal Improvement Budget: XX Project /Account Balance: $50,000 Date: 4/7/95 Account Number: 106 - 400 - 8203 -8604 Project Phase: Adoption of Plans and Specifications Appropriation Required: Yes XX No VRiGIRATED: / Date:� / Eduard Schr Director of Public Works Uare: PW- CON.438 - 1 of 2 - 156 BRIEF SUMMARY: (continued) Staff has surveyed the area to determine the need for sidewalks within 1/4 mile radius from the Green Line Stations. As indicated in the attached memo report, Staff is recommending construction of new sidewalks at selected locations in conjunction with the proposed sidewalk repair project. The locations are in areas where high pedestrian demand is anticipated. Staff is also recommending repair of sidewalks along Sepulveda Boulevard (State Highway Route 1) within Caltrans right -of -way, under the provisions of the 1984 City - Caltrans agreement for maintenance of Sepulveda Boulevard. This agreement assigns the responsibility for sidewalk maintenance to the City and provides for Caltrans to finance the work. Caltrans has agreed to reimburse the City for the incurred costs estimated to be $40,000. Estimated Project Cost Design, Inspection & Agency Construction Contract Administration Total City $60,000 $ 5,000 $ 65,000 Caltrans $35,000 $ 5,000 $ 40,000 Total $95,000 $10,000 $105,000 * The Capital Improvement Program budget for 1994 -95 sidewalk replacement is $50,000. The sidewalk repair work can be accomplished within the budgeted amount, however an additional $15,000 is needed to finance the new sidewalks to facilitate the Green Line pedestrian traffic. Staff is requesting the appropriation of an additional $15,000 from unallocated gas tax reserves to finance this work. As of 6/30/95, the anticipated balance in unallocated gas tax reserves will be $184,735. Staff recommends the City Council appropriate $15,000 from unallocated gas tax reserves, adopt the plans and specifications, and authorize Staff to advertise the project for receipt of construction bids. - 2 of 2 - PW- CON.438 (5/25/95) 157 Ys •o z aaf uuuuo. NMUaaaaa j IAINfl 00 53130Nr COl AA1I 3NUONIMIIN JO A117 c f • °o i • <! • s o „o +$$ Z a 9a ri • f Jj OA)1 Y03N31i yl ODiIO N3'i ` a =ci i iui V w M w w r w J .•..O N.. n F F r r e r- _ •• t1 9 °J 9 9 9 III`M5 .. G° i d rr_e._• -e._ •wnn w «e a 1J I w _ V 1` O V Q o. MOI1wIAw aAw OON003a AYY aNwA _ V W 01 2 r < z � z wmelnAn � ] iM awe .1M .la W O am 1MIw a.. InNlw. > am wIAU1MIa �_ : )M .TA Z; : aM BUM :3m 21912wA 7Nw I1Nnw1 :ve A)MWIOIA .VM 3M3Nwla M N �G 158 M V_ I 0 a STALE OF CAUFORNIA- 4USINO AND TRANMIA110N A0(WCY PET1 WUON CVw w DEPARTMENT OF TRANSPORTATION DISTRICT 7. 110 50 SFRMG 51 LOS AN6FLF5 CA F0013d6% rnn (2131 62NS550 (213) 897 -3672 April )4, 1995 File: 510 MR. BBLLUR DEVARAJ City Engineer City of El Segundo California 90245 Dear Mr. Devaraj: Approval for additional funds is granted in the amount of ¢40,000. The additional funds are needed for repair and replacement of damaged sidA.walke and driveways on Sepulveda Boulevard as proposed in Option 1 of your February 16, 1995 letter to Bill Varley of Caltrans We appreciate your efforts in maintaining our State Highways. If you have any questions, please contact Bill varley at (213) 997 -3672. Respectfully, jM. L. IBRAHIM Senior Maintenance Engineer 159 Crff OF EL SEGUNDO IMMR- DEPARTMENTAL MEMORANDUM DATE May 22, 1995 TO Jim Morrison City Manager FROM Ed Schroder Director of Public Works SUBJECT Metro Green Line Stations MTA has informed us that the Green line opening will be in the summer (July or August) of 1995, but the exact date of opening is not yet established We have field verified the status of sidewalks around (approximately 1/4 mile radius) the Green Line stations to evaluate the commuter pedestrian access from the stations to the employment facilities as follows: 1. Mariposa Avenue Station This area has existing sidewalks with the exception of a one hundred thirty -five foot (135') gap on the northside of Mariposa Avenue, between Nash Street and Lairport Street and a one hundred fifty foot (150') gap on the southside of Grand Avenue, east of Nash Street The 1994 -95 Sidewalk Repair Project will be addressing the area east of Sepulveda Boulevard and we recommend installing these missing sidewalks as part of this project. City Council adoption of plans and specifications will be agendized for the 6/6/95 Council meeting and construction anticipated in August, 1995. 2, El Segundo Boulevard Station This area has existing sidewalks to serve the area employers. -lof2- 160 ,pm Morrison, City Manager Metro Green Line Stations May 22, 1995 (continued) 3. Douglas Street Station (a) North of the Station This area lacks sidewalks at over fifty percent (50 %) of the street frontage. To construct sidewalks in this area, Staff applied for S 150,000 of MTA grant funds in the latest call for projects (out of a total estimated project cost of $ 202,000). The grant application was approved at the City Council meeting of 3!21/95. We have been notified by the MTA that the project has received a very high priority and is anticipated to receive the grant. Staff intends to complete the plans and specifications and be ready to advertise the project by the time grant funds are allocated. Construction is anticipated to start some time before the end of 1995. The above anticipated construction time frame corresponds with the projected time of MTA planning to obtain California Public Utilities Commission approval and to construct the pedestriarVAT & SF railroad grade crossing to enable the Green Line patrons to cross the railroad tracks to access the northside of the station. Currently there is no pedestrian access to the northside of the station for the station patrons. (b) South of the Station (Continental Development areal There are some missing sidewalks along Douglas Street and Park Place Staff walked this area with Jerry Saunders of Continental Development to evaluate the need for sidewalks. This area has landscaping (grass and trees) within the public right -of -way up to the back of the street curb. This landscaping will have to be removed to construct sidewalks. The Douglas Street sidewalks along the eastside will be constructed by Continental Development Company as part of their development of the northwest corner of Aviation Boulevard and Rosecrans Avenue. We are recommending that new sidewalks along the westside of Douglas Street, between the station and Rosecrans Avenue, be constructed in conjunction with the 1994.95 sidewalk repair project. We are also recommending that the few remaining missing sidewalks in Park Place be constructed in conjunction with adjacent development projects as conditions or approval Since Park Place is a local street and most buildings on Park Place have walkway systems serving these buildings The need for sidewalk along the street frontage is not as great as it is along Douglas Street tttttttittttttttttitttttttttttttttttttttt ES BKD.dr -2of2- MGLSGTJM (512785) A" � I G I EL SEGUNDO CITY COUNCIL MEETING DATE: 6/6/95 AGENDA ITEM STATEMENT AGEYDA HEADING: Consent Agenda AGENDA DESCRIPTION: Agreement between the City of E1 Segundo and DeLeuw, Cather and Company to provide professional engineering services for the Douglas Street Extension Project between Park Place and Alaska Avenue (total cost not to exceed $268,650). RECOMMENDED COUNCIL ACTION: Approve agreement. Authorize the Mayor to execute the agreement on behalf of the City. BRIEF SUMMARY: On 1/17/95, the City Council authorized Staff to obtain Caltrans approval to execute an agreement with the consulting firm of DeLeuw, Cather and Company for completion of Phase I - Preliminary Engineering for the Extension of Douglas Street, between Park Place and Alaska Avenue, at a not to exceed cost of $279,846. The City Council also appropriated $60,000 of the City's unallocated developer traffic mitigation fee funds to finance the City's matching contribution for the federal funds. Subsequent to City Council approval, the enclosed City - Consultant agreement has been developed in accordance with Caltrans guidelines for consultant agreements utilizing federal funds. The agreement has been approved by Caltrans. The Consultant fee of not to exceed $268,650 is proposed to be funded from $214,920 of federal funds and $53,750 of City's developer traffic mitigation fees. The agreement provides for DeLeuw, Cather to complete preliminary engineering and to develop a project study report. This work will include establishment of right -of -way needs, evaluation of impact on utilities, coordination with the Green Line and AT &SF Railroad, geological and hazardous materials assessment, analysis of the extension of Douglas Street with the at -grade railroad crossing/ railroad grade separation alternates, traffic study, preliminary drainage design and environmental assessment. The Consultant's responsibilities also include submittal of an application to the California Public Utilities Commission to construct the Douglas Street Extension by means of a less expensive at -grade railroad crossing. At the conclusion of the Consultant's services under this agreement, no further work will be authorized until additional funding sources are identified and City Council authorization is received to proceed further on the project. The agreement has been reviewed and approved as to form by the City Attorney. ATTACHED SUPPORTING DOCUMENTS: 1. City- Deleuw, Cather agreement. 2. 5 -10 -95 Caltrans approval letter. 3. vicinity map. FISCAL IMPACT: (Check one) Operating Budget: Capital Improvement Budget: Amount Requested: Project /Account Budget: Project /Account Balance: Account Number: Project Phase: Appropriation Required: 5268,650 $280,000 5280,000 Date: To be assigned. Preliminary enoineerin Yes No XX Date: Date: 16 2 5� 34-ys PW- CON.434 AGREEMENT FOR RETENTION OF CONSULTANT CONTRACT NO.(CALTRANS): 93 -5253 -001 PROJECT. Douglas Street Extension Project Douglas Street Extension between Alaska Avenue and Rosecrans Avenue FEDERAL DEMONSTRATION PROJECT NO.: 07 -LA-0- ESEG SDE -3041 (316) THIS AGREEMENT, made and entered into this day of , 1995 by and between the CITY OF EL SEGUNDO, a municipal corporation duly organized and existing under the laws of the State of California, hereinafter referred to as "CITY„, and DeLeuw, Cather i Company, hereinafter referred to as "Consultant" as authorized under delegated authority by the City Council. WHEREAS, City will require certain services and whereas Consultant is able and willing to provide such services under the terms and conditions hereinafter set forth; WHEREAS, the project utilizes Federal Funds as administered by Caltrans and the Consultant is required to comply with all applicable regulations of Caltrans and the Federal Highway Administration; WHEREAS, the project is to be designed and administered in accordance with Caltrans Local Programs Manual Volumes I, II, and III, which are incorporated herein by reference and the Consultant shall comply with these referenced documents; WHEREAS the project has received a Categorical Exclusion determination from the Federal Highway Administration; NOW THEREFORE in consideration of the promises and the mutual Agreements hereinafter set forth the parties hereto mutually agree as follows: 1 of 17 163 SECTION I. Character and Extent of Services. Consultant shall provide the services as detailed in the enclosed Scope of Work (Exhibit 'A'). SECTION 2. Personnel. a. Consultant represents that it employs or will employ, at its own expense, all personnel or sub- consultants required to perform the services required under this Agreement. Such personnel shall not be employees of or have any contractual relationship with the City. b. Consultant's obligations under this agreement are not assignable or transferable. All the services required hereunder will be performed by Consultant or its designated sub - consultants, under its direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. Consultant shall not assign, subcontract, sublet, transfer, or delegate any portion of the work required by this Agreement without prior written consent of City, except as expressly permitted herein. C. Consultant shall not change sub- consultants and /or key members of Consultant's project team staff without written approval by the City. The City reserves the right to disapprove the offered sub- consultant or Consultant's Staff without assigning any specific reason for the disapproval. SECTION 3. Commencement and Completion of work. The execution of this Agreement by the parties hereto does not constitute an authorization to proceed. The services of Consultant are to commence when the City has authorized work to start through the issuance of a written Notice to Proceed by the Department of Public Works. The work required, as set forth in Exhibit 'A', shall be completed within 250 (two hundred fifty) calendar days after Consultant's receipt of Notice to Proceed, inclusive of review periods. Consultant shall have no claim for compensation for services on any work upon which the City has not authorized Consultant to proceed. SECTION 4. Extension of Time. a. If the work is delayed at any time by reason of a suspension ordered by City, or because of any other act of City, or for any other cause which, in the reasonable opinion of City, is unforeseeable and beyond the control and without the fault or negligence of Consultant, then Consultant shall be entitled to an extension of time equivalent to the time actually lost by such delay, subject to the right of the City to terminate the agreement pursuant to Sections 5 and 6. 2 of 12 164 b. Consultant shall file a written request with City for extension of time within ten (10) working days following the beginning of such delay, and failure to do so shall constitute a waiver thereof; provided that in case of a continuing cause of delay, only one claim will be necessary. City shall decide whether and to what extent any extension of time shall be allowed. C. Additional compensation shall not be based upon a request for extension of time or the granting of an extension of time unless additional work beyond the Scope of Work (Exhibit 'A') needs to be done as a result of said delay. SECTION 5. Termination for Convenience. The City may terminate this Agreement at any time without cause by giving written notice to Consultant of such termination and specifying the effective date thereof. In that event, originals of all finished or unfinished documents and other materials shall become the property of the City. If this Agreement is terminated by City, as provided herein, Consultant will be paid an amount equal to the compensation to which Consultant is entitled under Sections 6 and 8 as of the termination date including reasonable termination costs, plus a pro rata share of the fixed fee specified in Exhibit 'C' based upon the percentage of completion of the work as of the termination date. SECTION 6. Termination for Cause. a. The City Council of City may, by written notice to Consultant, terminate the whole or any part of this Agreement in any of the following circumstances: 1. If Consultant fails to perform the services called for by this Agreement within the time specified herein or any extension thereof; or If Consultant fails to perform the services called for by this Agreement or so fails to make progress as to endanger performance of this Agreement in accordance with its terms, and in either of these circumstances does not correct such failure within a period of ten (10) days (or such longer period as City may authorize in writing) after receipt of notice from City specifying such failure. 3of12 165 b. In the event City terminates this Agreement in whole or in part as provided in Section 5 and 6, City may procure, upon such terms and such manner as it may determine appropriate, services similar to those terminated. C. If this Agreement is terminated as provided on paragraph 'a' of this Section 6, City will require Consultant to provide originals of all finished or unfinished documents, data, studies, services, drawings, maps, photographs, reports, etc., prepared by Consultant. Upon such termination, and subject to such deductions or effects as may be attributable to any default or failure of performance, Consultant shall be paid an amount equal to the compensation to which Consultant is entitled under Exhibit 'C' as of the termination date, plus a pro rata share of the fixed fee specified in Exhibit 'C' based upon the percentage of completion of the work as of the termination date. d. If, after notice of termination of the Agreement under the provisions of this Section, it is determined for any reason that Consultant was not in default under the provisions of this Section, or that the default was excusable under the provisions of this Section, then the rights and obligations of the parties shall be the same as if the notice of termination has been issued pursuant to Section S. SECTION 7. Contract Changes. No change in the character, extent, or duration of the work to be performed by Consultant shall be made except upon approval by the City Council and execution of a supplemental agreement in writing between City and Consultant. The supplemental agreement shall set forth the changes of work, the extensions of time, and the adjustments of the fee to be paid by City to Consultant, if any. In special cases, where it is essential that extra work be performed immediately, the supplemental agreement covering such change shall be executed as soon as reasonably possible. SECTION S. Compensation. In full monetary consideration for this Agreement for any services to be performed by Consultant hereunder, the City will pay Consultant as provided in Exhibit 'C'. The total compensation to the Consultant for providing services under this Agreement shall not exceed TWO HUNDRED SIXTY - EIGHT THOUSAND AHD SIX HUNDRED FIFTY DOLLARS 00 /1001S DOLLARS ($ 268,650) including the fixed fee. 4 of 12 166 SECTION 9. Payment and Invoicing. Consultant shall submit monthly invoices to City, as specified in Exhibit 'C'. SECTION 10. Auditing and Record Retention. The Consultant and any sub- consultants shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred, and further shall make such materials available at their respective offices at all reasonable times during the contract period and for a minimum of three (3) years after Federal final voucher of the Demonstration Project. Such materials shall be available for inspection by authorized representatives of the City, the California Department of Transportation, or the Railroad, and copies thereof shall be furnished promptly if requested. Consultant records must be retained indefinitely for ongoing audits. Consultant agrees that any duly authorized representative of City shall have access to and the right to examine any pertinent book, documents, papers, and accounting records of Consultant which pertain to transactions under this Agreement. SECTION 11. Government Code Section 7550. Consultant's obligations with respect to any documents or written reports prepared hereunder shall be governed by Section 7550 of the Government Code, which provides as follows: "(a) Any document or written report prepared for or under the direction of a state or local agency, which is prepared in whole or in part by non - employees of such agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of such document or written report; provided, however, that the total cost for work performed by non- employees of the agency exceeds five thousand dollars ($5,000). The contract and subcontract numbers and dollar amounts shall be contained in a separate section of such document or written report." "(b) When multiple documents or written reports are the subject or product of the contract, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports." 5 of 12 167 SECTION 12. Certificates. Exhibits 'D' and 'E' will be completed by the City and Consultant, respectively, concurrently with the execution of this Agreement. SECTION 13. Sub - consultants. All sub- consultant agreements between Consultant and firms of sub - consultants not identified at the time of proposal and agreement having a•value in excess of $25,000 shall contain all provisions set forth in this Agreement. SECTION 14. Cost Reimbursement Principles. Actual costs reimbursed, direct and indirect, shall be in conformance with the procedures set forth in 48 Code of Federal Regulations, Chapter 1, Part 31, entitled "Contract Cost Principles and Procedures "; and 49 CFR Part 18, "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments ". SECTION 15. Covenant Against Contingent Fees. The Consultant warrants that he /she has not employed or retained any company or person other than a bonafide employee working for the Consultant, to solicit or secure this Agreement, and that he /she has not paid or agreed to pay any company or person, other than a bonafide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of this agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this agreement without liability, or at its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 6 of 12 168 SECTION 16. Equal Employment Opportunity. In connection with the execution of this Agreement, neither Consultant nor its sub - consultants shall discriminate against any employee or applicant for employment because of race, religion, color, age, sex or national origin. Consultant shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, age, sex or national origin. Such actions shall include, but not limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. SECTION 17. Unauthorized Aliens. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, gt sec.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and /or services covered by this contract, and should the Federal Government impose sanctions against the City for such use of unauthorized aliens, Consultant hereby agrees to, and shall, reimburse City for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, incurred by the City in connection therewith. SECTION 18. Publication. Publication, teaching or reproduction of information directly derived from work performed or data obtained in connection with services rendered under this Agreement is prohibited unless first approved in writing by City. SECTION 19. Liability. Consultant specifically agrees by acceptance of this Agreement to save, defend, hold harmless and indemnify City, its officers and employees against all loss, liability damage, and expenses caused by or connected with the negligent work of the Consultant or its sub- consultant hereunder and with regard to the negligent actions of the Consultant or its sub - consultant. It is understood that the intent of this provision is to absolve and protect the City from any and all loss, liability, damage and expense, caused by or connected with work of Consultant or its sub - consultant hereunder. 7 o 12 169 SECTION 20. Insurance. Consultant shall at all times during the term of this Agreement maintain the following insurance coverage: a. Combined single limit liability insurance in an amount of $1,000,000.00; b. Professional Errors and Omissions Liability Insurance in an amount of $1,000,000.00; C, Workers Compensation and Employer's Liability Insurance in the amounts required by law. Consultant shall provide Certificates of Insurance as proof of coverage to City prior to beginning performance hereunder. City shall be included as additional insured on each required policy, but only to the extent of the Consultant's negligence. City shall be entitled to thirty (30) days advance Notice of Cancellation (by registered mail) of said policies. SECTION 21. Ownership of Work Product. All original tracings, technical data, evaluations, reports, plans, specifications, and or the work product of Consultant or its sub - consultants hereunder shall become the exclusive property of City and shall be delivered to City upon City's request. Consultant may retain copies thereof for its files and its internal use. Basic survey notes and sketches, charts, computations, and other data prepared or obtained under such Agreement shall be made available, upon request, to the City without restriction or limitation on their use. SECTION 22. Patent Rights. The issuance of a patent or copyright to Consultant or any other person shall not affect City's rights to the materials and records prepared or obtained in the performance of this Agreement. City reserves a license to use such materials and records without restriction or limitation, and City shall not be required to pay any additional fee or royalty for such materials or records. The license reserved by City shall continue for a period of fifty (50) years from the date of execution of this Agreement, unless extended by operation of law or otherwise. 8 of 12 170 SECTION 23. Copyrights. The City may permit copyrighting of reports or other products of this Agreement. City, Caltrans, and /or the FHWA, shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use the work for government purposes. SECTION 26. Comp-la ce with Laws. Consultant shall comply with all federal, state, and local laws and ordinances applicable to the work including compliance with prevailing wage rate and their payment in accordance with California Labor Code Section 1775. SECTION 25. Contingent Fee Warranty. Consultant warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of the warranty, City shall have the right to annul this Agreement without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. SECTION 26. Conflict of Interest. The parties hereto covenant and agree that, to their knowledge, no member of the City Council, officer or employee of City has any interest, whether contractual, non - contractual, financial or otherwise, in this transaction, or in other business of the contracting party and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of interest under applicable laws. Consultant hereby covenants that it has, at the time of the execution of this Agreement, no interest, and that it shall not acquire any interest in the future, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed pursuant to this Agreement. Consultant further covenants that in the performance of this work no person having any such interest shall be employed. 9 of 12 171 SECTION 27. Congressional Interest. No member of or delegate to the Congress of the United States nor any Resident Commissioner shall be admitted to any share or part of the Agreement or to any benefit arising therefrom. SECTION 28. Independent Contractor Relationship. In the performance of services hereunder Consultant shall be an Independent Contractor with the sole authority to control and direct the performance of the details of the work, City being interested only in the result obtained. Consultant shall not have the power or authority to incur any debt, obligation or liability for or against the City. SECTION 29. Legal Requirements. Consultant shall secure all licenses or permits required by law including City Business License(s) and shall comply with all Ordinances, laws, orders, rules, and regulations pertaining to services hereunder. Consultant may be required to file a statement of economic interests (Form 730 of the Fair Political Practices Commission) with the City for employees designated to the City to be employed on this project prior to its execution of this Contract. SECTION 30. Guarantees and Warranty. Consultant expressly warrants and guarantees that the work shall be performed and completed in a workmanlike manner satisfactory and acceptable to City. Consultant shall not, either during or after the term of this Agreement disclose to any third party any confidential information relative to the work or the business of City and /or any affiliated organization, without the written consent of City. City's representatives shall at all times have access to the work for purposes of inspecting same and determining that the work is being performed in accordance with the terms of the Agreement. 10 of 12 172 SECTION 31. Notices. Any notice sent by prepaid post to the address of the addressee shall be deemed to have been given when in the ordinary course it would be delivered. The representatives of the parties who are primarily responsible for the administration of this agreement, and to who notices, demands and communications shall be given are as follows: CITY: City of E1 Segundo Department of Public Works 350 Main Street E1 Segundo, California 90245 TEL (310) 322 -4670, s -230 FAX (310) 322 -4167 Contract Administrator: Eduard Schroder Director of Public Works CONSULTANT: Michael S. Ellegood DeLeuw, Cather & Company 199 South Los Robles Avenue, Suite 740 Pasadena, California 91101 TEL (818) 585 -6345 FAX (818) 585 -8856 If there is any change in the above name and /or address, either party shall give a written notice to the other party within five (5) days of such change. SECTION 32. Entire Agreement and Amendments. This instrument constitutes the entire Agreement between Consultant and City covering the subject matter. No modifications or amendments shall be valid unless in writing and signed by Consultant and City. 11 of 12 173 SECTION 33. Exhibits. The following exhibits are enclosed to and made part of this agreement: Exhibit 'A' . Exhibit 'B' . Exhibit 'C' . Exhibit 'C -11: Exhibit 'D' Exhibit 'E' Exhibit 'F' Exhibit 'G' Exhibit 'H' Scope of Work Project Schedule Consultant's Fee Schedule Consultant and Sub - consultant's Salary Rate Schedule Certification of Consultant Certification of City Consultant's Project Team and Sub - consultant's organization Consultant's Documentation of Compliance with DBE Requirements Consultant's Insurance Certification SECTION 36. Attorney Fees. Should any litigation be commenced between the parties to this Agreement concerning any rights, duties or obligations arising therefrom or related in any way thereto the party prevailing in such litigation shall be entitled, in addition to such other relief as may be granted in the litigation to its attorneys fees incurred in said litigation. IN WITNESS WHEREOF, Consultant and City hereto have caused this Agreement to be duly executed and in the respective names as of the day and year first above written. CITY OF EL SEGUNDO DE LEUW, CATHER & COMPANY By: By: Carl Jacobson, Mayor Thomas E. Barron City of El Segundo Sr. Vice President APPROVED BY THE EL SEGUNDO CITY COUNCIL ON APPROVED AS TO FORM By: By: City Attorney City Clerk 12 of 12 DELEW AGR ([ONSLT) 4 -26-95 174 DE LEUW3 CATHER The De Leuw, Cather team will prepare a Project Study Report (PSR) in conformance with California Department of Transportation (Caltrans) Project Development Procedures Manual, Chapter 2, dated July 1990, with Amendments through January 31,1995. All work will be done in metric units only in accordance with Caltrans metric guidelines. The project area is from the intersection of Fast Park Place and Douglas Street on the south and extends north past the existing southerly Douglas Street terminus across the MTA Green Line/railroad and utility corridors, to tie into the existing northerly Douglas Street terminus where it intersects with Alaska Avenue. The PSR development will include: TASK I. PROJECT INITIATION AND ADMINISTRATION 1. Project Development Team (PDT) Identification and Formation De Lcuw, Cather & Company will aid and support the City of El Segundo in the formation of the PDT. In as much as possible we will suggest, based on the Caltrans Project Development Procedures Manual, who should be included in the basic PDT and the formal PDT. We will then prepare a draft letter, to be finalized by the City on their letterhead, requesting a commitment to the PDT and attendance at the meetings. Suggested formal PDT members are: • Caltrans • City of El Segundo • MTA/SCRRA • PUC • De Leuw, Cather 2. Meetings and Coordination We will prepare the agenda and organize the kick -off meeting with MTA, Caltrans, the City of El Segundo and other key members of the PDT as directed by the City. We will support the City in facilitating the meetings so that there is agreement on the necessary PSR process to follow, on each PDT member's responsibilities and level of effort, on the tentative Caltrans project development category for the project, and the project specific design standards. We will then prepare the meeting minutes summarizing these discussions, agreements and conclusions. A -1 175 DE LELlW, LATHER Douglas Street Exhibit A: Scope of Work (Cont'd) De Leuw will attend the monthly PDT meetings, prepare the agenda and meeting minutes, coordinate with the team members if scheduling conflicts arise, and arrange the meetings under the direction of the City. De Leuw, Cather will lead the PDT efforts in coordinating the proposed project improvements with other agencies such as Los Angeles County Department of Public Works, the PUC, the MTA, and the AT&SF Railroad, as well as utility companies and agencies having facilities within the project limits. We will provide engineering support to the City to facilitate their negotiations with MTA for a future park and ride lot and improved pedestrian access for the Douglas Street Green Line Station. 3. Progress Reports and Invoices De Leuw, Cather will submit monthly progress reports that will discuss the work completed during the period, work to be done in the next period, outstanding issues and their impacts to the project schedule and budget, project budget status, percent complete by tasks, project schedule and interface report and logs of the submittals, action items, and data requests. 4. Contract Schedule and Work Breakdown We will provide on a monthly basis a Project Schedule with labor loading in Primavera format. This can include the following reports as needed: • Bar chart • Time Scaled Logic Diagram • Pure Logic Diagram • Tabular Total Float Report • Tabular Predecessor Successor Report • Schedule Update Narrative • I Disk Copy of the update • Adjusted Baseline Schedule This schedule will be developed into a CPM schedule for closer project management The CPM schedule would utilize a work breakdown structure in the coding to designate task responsibilities It would also utilize Primavera's resource abilities to forecast work hours The project schedule would provide information for task, time, and resource analysis A -2 176 DE LEUW, LATHER Douglas Street Exhibit A: Scope of Work (Cont'd) 5. Quality Control Reviews The De Leuw, Cather Quality Assurance Policy requires detailed independent checking of calculations, drawings, and specifications before they are submitted to the client for construction. The Quality Assurance Coordinator will organize, schedule, and monitor the checking and review processes. This Coordinator will also be responsible for development of a computerized document control system to provide proper management of studies, plans, and specifications. Under De Leuw policy, the Project Manager is responsible for the quality of the deliverables. Before a set of documents is delivered to the City, the appropriate Team leader will receive and sign off on them. If the documents are acceptable, the Project Manager will then prepare and sign the transmittal to the City. In conjunction with our QA program, a Quality Improvement Process (QIP) within the De Lcuw, Cather organization emphasizes prevention of defects. This program has top management commitment and involvement. Highlights of this program, known as the Four Absolutes of Quality, are: • Conformance to client's requirements • Prevention of defects • A performance standard of Zero Defects • Measuring quality through the price of non - conformance to clients requirements In the QIP, a well - defined series of steps, including education, definition of requirements, measurement and corrective action, focuses on ensuring that client requirements are met the first time. De Leuw, Cather is committed to the Quality Improvement Process and has built a program based on fundamentals developed by Philip Crosby Associates, Inc., a widely recognized firm in the teaching and development of quality improvement techniques. Key management and technical personnel have attended the Crosby Management College and have received instruction in a corporate quality improvement program. All employees undergo training in the Quality Improvement Fundamentals. A -3 177 DE LEUW, CATHER Douglas Street Exhibit A: Scope of Work (Cont'd) TASK H. RESEARCH, DATA COLLECTION AND ANALYSIS OF EXISTING INFORMATION 1. Right -of -Way Maps We will collect information for the project in regards to existing right -of -way (R/W) information including mapping, parcel and assessor numbers from the City and Caltrans. We will determine original R/W and property lines, relinquishments and easements for those properties that might require acquisitions. 2. As- builts and Record Drawings We will perform a document search at MTA for Green Line documentation maps, geodetic control maps and bench marks, at the City of El Segundo for centerline ties, bench marks and street alignments, and at the County of Los Angeles for recorded maps for street alignments and street right -of -way, bench marks and control monuments. 3. Utility Records We will research information on existing utilities through the project area. This will be a non -field survey search and involves two certified mailings to those utility companies identified in the research effort. The first mailing will request utility as- builts/record documents and the second mailing will include the base mapping with the utilities approximately located for their verification. 4. MTA /Green Line Documents We will obtain all record documents available for the new Green Line overhead structure from MTA/SCRRA and their designated engineers (consultants). These documents will be reviewed and analyzed as a basis for our preliminary design and cost estimates of the selected alternatives. The available reports will also be used for preliminary engineering for various disciplines as discussed below. S. Public Utilities Commission Hearings and Reviews Utilizing the previous PUC Application No. 89 -02-007 as a basis, we will prepare and submit an new application to the PUC for consideration of a grade crossing at the AT &SF tracks. This new application will reflect the A4 178 DE LEUW, CATHER Douglas Street Exhibit A: Scope of Work (Cont'd) changes that have occurred since the 1989 PUC hearing (that rejected the proposed grade crossing), including recent progress in the Alameda Joint Use Corridor which should divert the majority of freight traffic off the AT &SF tracks and the MTA's purchase of the railroad right -of -way at this location. It is anticipated that the Commission will issue an ex pane order without requiring formal public hearings. We will also provide coordination support to the City in their dealings with the MTA, the United Transportation Union, and possibly the AT&SF Railway to obtain their support for the PUC grade crossing approval process. 6. Aerial Base Map We will furnish mapping requirements to the approved aerial mapping company to be compiled in Intergraph Microstation format. We will provide a scaled aerial photo at 12000 (1" =200' Imperial) mounted on a 36" x 48" board. This data will be in the format required by Caltrans Standards. Alternative improvements will be input over the CADD digitized aerial maps in accordance with the Caltrans CADD Users Manual. Existing geometrics, right -of -way, and property lines will be added in the standard data format utilizing the appropriate drawing data levels. The maps will then be presented in the Caltrans standard geometric approval drawing (GAD) large scale format. 7. Material and Foundation Review and Analysis We will review available geologic maps, published literature, stereoscopic aerial photographs, in -house information, soil reports, and reports and/or plans provided by the City and MTA. We will also obtain from the City agencies all available information pertaining to the on -site materials, as well as data pertaining to the existing pavement and foundation conditions. 8. Hazardous Materials Analysis and Initial Site Assessment We will review title and /or lease records for properties located along the project alignment, to evaluate probable past site uses and their possible impact on the current environmental condition of the site. A Task I Site Assessment will be conducted and a work plan prepared (if hazardous materials are suspected) for each alternative A -5 179 DE LEUW, CATHER Douglas Street Exhibit A: Scope of Work (Cont'd) 9. Seismic and Groundwater Analysis The existing structures involved in this project were designed prior to the 1994 Northridge earthquake. The seismic assessment of these structures will begin with a thorough review of the as -built plans, maintenance records, inspection reports and construction records for each bridge. This will include review of the plans for the MTA Green Line elevated structure over the at -grade AT&SF tracks. A field visit will be performed to assess the condition of the bridges and verify that the as -built information is correct. 10. Field Review With all the start-up activities of Task I and the data collection of Task II completed, this information will be used to conduct a preliminary field review with the basic PDT to verify existing conditions and further, to finalize the project scope. A preliminary structural review will also be conducted as part of the exercise. A photographic record of the review will be taken and catalogued as part of the field review minutes. A -6 180 DE LEUW, LATHER Douglas Street Exhibit A: Scope of Work (Cont'd) TASK III. INITIAL ENGINEERING STUDIES 1. Initial Layouts and Typical Sections of Alternatives Initially, the basic layout of the three alternatives will be developed to optimize geometrics, construction staging, economics, and traffic capacities and minimize right-of- -way issues. Once the alignments are well defined they will be put into CADD base plans and profiles. The four alternatives identified to be studied as part of this task are: • no-build • at -grade crossing of the existing AT&SF track • a grade separation with an underpass under the existing AT&SF track • a grade separation with an underpass under a new raised AT&SF track profile to minimize the excavation and depressed profile for the Douglas Street extension. Based on the initial traffic study lane recommendations, typical cross sections will be developed and drafted into CADD for Douglas Street showing the number and widths of through and turning lanes, shoulders, sidewalks(s), median and side slopes. 2. Traffic Study Available existing traffic data will be reviewed and analyzed and new counts taken as a basis for determining the design year traffic volumes for the three alternatives. We will use the City of El Segundo's recommended model for forecasting future movements of traffic. 3. Initial Drainage Design We will obtain and review available as -built drainage maps and hydrology and hydraulic studies, for those facilities within MTA right -of -way and facilities under the jurisdiction of the City of F1 Segundo, Los Angeles County, and the various utility companies. The project site will be field inspected to confirm location and type of drainage facilities and review existing and possible future drainage problems. This information will be utilized in the preparation of the drainage improvements for the project. The consultant will also confirm hydrology and hydraulic requirements and standards with the respective agencies. We will provide preliminary drainage design and cost estimates for improvements to the existing drainage facilities for each alternative. This will FM 181 DE LEtJW, LATHER Douglas Street Exhibit A: Scope of Work (Cont'd) include preliminary design in accordance with Caltrans, City and County standards for drainage facilities. An initial drainage analysis will be written and will include preliminary hydrology and hydraulic calculations for the addition of new drainage facilities and modifications to existing drainage facilities as required for each alternative. 4. Structure Advance Planning Study Advance Planning Studies (APS) for the grade separation alternatives will be prepared in accordance with current Caltrans procedures. In addition to the configuration of the proposed structures, the APS will identify if any upgrading of the existing overhead transit (Green Line) structure is necessary. Clearances and falsework openings will be shown. The proposed construction of the bridge will also consider the site constraints, such as drainage, the utilities, access limitations on and impacts to the Green Line and AT&SF rail traffic. Cost estimates for the alternative, including upgrading of existing structures, will be provided. 5. Landscaping and Aesthetic Impacts Analysis The following tasks will be required to complete the PSR for this project: a. site visit, existing document review, Caltrans coordination; b. team meetings; c. report preparation - includes narrative analysis plus any aesthetic treatment issues, coordinated with photos from site; d. cost estimate of landscape and irrigation for alternatives; and e. report preparation input/coordination. No landscape plans will be developed at this time, however, we will overlay the alternatives in order to develop a tree theme and the preliminary estimate. 6. Initial Right -of -Way Determination We will prepare the initial right -of -way maps for the final selected alternatives. These initial right -of -way maps will be a conceptual graphic record of existing property ownership as the first step towards a final right -of -way product. A -8 182 DE LEUW, LATHER Douglas Street Exhibit A: Scope of Work (Cont'd) 7. Traffic Management Plan We will be working with the City to develop the initial elements of the Traffic Management Plan as required in the Caltrans Project Development Manual, 1990 and Environmental Handbook, 1989. S. Utility Impacts We will prepare and mail notices to the Utility Companies with the proposed geometries for identification of possible impacts and identify relocations. Possible impacts to existing utilities will be documented in the right -of -way data sheet. 9. Environmental Issues We will review and update the Environmental Technical Memorandum that De Leuw prepared in March 1990 and determined if a (NEPA) Categorical Exemption would comply with State requirements for the grade separation alignment. This preliminary evaluation will develop an inventory of environmental resources and a list of the potential project issues or impacts which could significantly delay the project or affect the viability an any project alternative; determine additional studies that are needed to complete the environmental clearance and determine the type of environmental clearance proposed and a tentative schedule for its completion. 10. Cost Estimate A preliminary cost estimate will be prepared for each of the three final alternatives based on the initial layouts, typical sections, and earthwork quantities, and on the drainage, structural, landscaping, right -of -way, traffic, utility, and environmental recommendations. Roadway items will be further broken down by facility, location, and pavement type. 11. Value Engineering Review A team will be assembled to conduct an informal Value Engineering review of the proposed project based on the conceptual design completed to date, using FHWA and Caltrans guidelines. The team will likely consist of four to six members having diverse technical background, including construction and maintenance personnel. The VE team will be assembled in a one to two day workshop to identify the basic problem and then brainstorm solutions, determine the costs, and present their results to the basic PDT. A -9 183 DE LEUWS CATHER Douglas Street Exhibit A: Scope of Work (Cont'd) TASK IV. REPORT PREPARATION 1. Regional Planning Compliance We will prepare the planning compliance memo based on the basic PDT's evaluation of the final alternative improvements to insure they are in compliance with regional planning goals and the Caltrans RCR and System Management Plan. 2. Funding Sources We will work with the City to identify possible funding sources from local, state and federal agencies for this project. We will also aid the City in securing identified funds. 3. Design Standards and Fact Sheet Based on the Caltrans Local Program Manual, the twelve controlling criteria for geometric design will be reviewed to determine compliance by the project. Any necessary non - complying items will then be included in a design exception information form for submittal to Caltrans for their and FHWA's review and approval. All ADA requirements relative to this project will be determined and included in the preliminary design, including accomodating access to the Green Line stations. A fact sheet will be prepared discussing in detail any nonstandard elements in the proposed project and why such are necessary. The fact sheet will be then submitted to Caltrans and FHWA for their review and approval. 4. Draft Project Study Report The Draft Project Study Report will be prepared as the accumulation of all the documents and research is completed as discussed in the previous tasks herein. It will follow the outline for PSRs described in the Caltrans Project Development Procedures Manual, including discussing potential funding sources, and will have the stamp of the responsible registered civil engineer in charge. A -10 +. DE LEUW, CATHER Douglas Street Exhibit A: Scope of Work (Cont'd) S. Final Project Study Report De Leuw, Cather will provide ongoing coordination through the review process with the City of El Segundo, The County of Los Angeles and MTA, Caltrans and FHWA. When all the reviewing agencies' comments have been addressed the Final PSR will be submitted to the City for their use in obtaining funding and inclusion into their capital improvements program. The development of a PSR will bring the plans to approximately 15% complete and will permit the identification of costs of each alternative. In the process of developing the alternatives, an investigation of the acceptability of a grade crossing to the PUC will be further conducted. The development of a PSR is recommended at this stage in order to identify funding sources and more closely define and develop the various options for the crossing. The PSR process will provide the standard procedures necessary for the initial development, conceptual design, and agency approvals for the project. t Wngund%sowels con A -11 185 H MOO , � — — � � Z X w ) � ¥ 0- I ) a ) §�\ \ ! O a5; 0 v 0 0 J- k �ƒ ,! �: & < _CL GR e ; ; ; . _ e , e « a ■ . , 7 • �| ` �$ \ } § �� } 7 ! § .q! \ ) 2 k k o ! |£ £ H MOO EXHIBIT 'C' CONSULTANT'S COMPENSATION The basis of payment for the services provided under this Agreement shall be cost - plus -a -fixed -fee as follows: A. i. City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, and overhead) incurred by the Consultant in performance of the work. Salary rates of employees of Consultant and each Sub- consultant are shown on Exhibit C -1. ii. City shall reimburse Consultant for its direct non - salary costs which are directly attributable and properly allocable to the project. Direct non - salary costs include Consultant's payment to others engaged by Consultant on work necessary to fulfill the terms of this Agreement, including 1) printing or reproduction of plans or other documents, photogrammetric mapping, field surveys, engineering - geology investigations and reports, and material tests; such costs being substantiated by receipts or copies of invoices; 2) charges for in -house photocopies, long distance telephone, postage and blueprints. iii. City shall reimburse Consultant for its travel expense necessary to fulfill the terms of this Agreement, including transportation for regular employees while away from their regular place of duty and directly engaged on the project. Reimbursement to Consultant for use of Company -owned or employee -owned automobiles shall be limited to twenty -five cents ($.25) per mile. Consultant may be required to submit a detailed listing of such actual expenses. iv. The amounts eligible to be earned under subparagraphs i, ii, and iii, shall not exceed $ 245,852 exclusive of any fixed fee. B. In addition to the costs referred to in Paragraph A of this clause, the City shall pay the Consultant a fixed fee of 123 (Twelve Percent) on direct and indirect labor costs not to exceed $ 22,798. Said 123 fixed fee shall not be altered unless there is significant change in the scope, complexity or character of work to be performed. - 1 of 2 - 187 C. Total expenditures made under this Agreement, including the fixed fee, shall not exceed the sum of $ 268,650. Increase of Consultant's costs due to increases in salary and /or fringe benefit rates of Consultant's and /or Sub- consultant's employees, and /or their overhead costs shall not justify an increase to the Consultant's above stipulated not to exceed fee of $268,650. D. Consultant's Progress Payment invoices shall be submitted once a month, and shall include the number of hours worked on the actual hourly rate paid each of the Consultant's employees engaged on the project. Invoices should have a breakdown on each task for amount invoiced and percentage of task completed. City reserves the right to delay payment to Consultant until all supporting documentation is furnished by Consultant to City's satisfaction. City will pay said invoices within forty -five (45) days following approval of the invoice and all supporting documentation from Consultant. Invoicing shall be on forms mutually agreed upon by the City and Consultant. All supporting documentation shall be included with the invoice. E. Retainage. The City will withhold 58 of each progress payment. The amount retained for each phase of the work shall be paid after satisfactory performance and completion of each Phase of the work as defined in Exhibit 'A', Scope of Services. F. Extra Work. For services rendered by Consultant not included in Exhibit 'A', but requested in writing by City, City agrees to reimburse Consultant in an amount equal to the actual payroll salaries times 2.80, plus the applicable costs as identified under paragraph A. ii, above. - 2 of 2 - DOU -EXB C (4/26/95) • •1 EXHIBIT C -1 CONSULTANT'S FEE SCHEDULE 189 EXHIBIT C -1: CONSULTANT'S SALARY RATE SCHEDULE DE LEUW, CATHER & COMPANY De Leuw, Cather uses a multiplier of approximately 2 62 to determine the fully burdened rates for its employees This multiplier is the product of a 133 9% rate for burden, fringe benefits, and overhead and a 121/6 fixed fee for profit De Leuw, Cathees average hourly salary rates for each personnel classification at the midpoint of the contract is listed below: Personnel Classification Actual Rate Fully Burdened Rate Principal -in- Charge $5500 $14409 Project Manager $4500 $11799 Engineer - ASCE Grade 8 $4400 $11526 Engineer - ASCE Grade 7 $3800 $ 99 55 Engineer - ASCE Grade 5 & 6 $30.00 $ 78.59 Engineer - ASCE Grade 3 & 4 $2200 $ 57 63 Engineer - ASCE Grade 1 & 2 S 16 00 $ 41 91 CADD Designer $2250 $ 58 94 Clerical $1500 $ 39 29 K \ELSEWNDIFEERANGLDOC 190 PROJECT DOUGLAS STREET EXTENSION Federal Demonstration Project No Total Project COST PRICE PROPOSAL OE LEUW CATHER 6 COMPANY 7- LA- 0 -ESEG SDE -3041 (316) DIRECT LABOR HOURS RATE' TOTAL Project Principal (Michael Ellegood) 92 5457 $5,020 Project Manager (Mary Kinsler) 372 3332 $12.395 Project Engineer (Tim Connors) 776 31 25 $24,250 Engineer (M Roder, S Hu, C Fraioli, H Samn) 824 2658 $21,898 CADD /Drafter (Linda Fischer, Roger Luna) 552 21 83 $12,050 Clencal/Administrabve (Yvonne Grimm) 383 14 65 $5,611 `2999 2708 Avonwittaae $81,224 INDIRECT COSTS (Overhead) Overhead Rate 13390% $108,759 TOTAL DIRECT AND INDIRECT LABOR $189.984 COST DIRECT COSTS (Except Labor) QUANTITY PER UNIT TOTAL Equipment and Supplies CADD Computer - hr 552 $1400 $7,728 PC Computer - hr 9788 $400 $3,915 Miscellaneous Supplies i LS $250 Other Direct Costs Travel - Mileage 1990 $030 $597 Biuelines 450 $050 $225 Reproduction 3520 $0 10 $352 Telephone, Fax 1 LS $100 Postage, Shipping, and Delivery 1 LS $700 Miscellaneous 1 LS s0 $13,867 Subconsultants Katz, Okdsu 8 Associates 959975 MAA Engineering Consultants, Inc 1680339 Lynn Capouya, Inc 3039 918 1 K Curbs Services, Inc 1230 Coast Surveying, Inc 0 Aldaron, Inc 1132805 512,001 SUBTOTAL (ALL DIRECT AND INDIRECT COSTS) $245,852 FEE (PROFIT) 12 00% On Direct and Indirect Labor $22,798 TOTAL COST 'Note Rates used to establish the total cost are actual hourly rates for named indivnfuats escalated to the project mid paM pins average rats for a Leuw, Cether ss shown m Edubd C-I Invoices will be based on actual costs File ELSEGUN$ WK4 Page 1 of 8 Date 04119/95 191 H w ru W uj N W N V Lo II 192 E O 3 2 O W J W l^.1 .°���e'p1 Efp �SnC R ne �I N ~ILTN N N N AIAIZ'N N M A A N A N eS p��np3 N N M M AIAININ H M N N M A N N a a C &Is ala via a� &,e a e s s; Russ RN° I I I' , I I I i► � ► N <Y I � I ajlaa9Ra soa'asasa1 &.ss I� gasaaa'glasses I ale8 8Bil I a 1 � I, l�� l� 1 i► ► ,III R,UIBaUg eia;aRa a R j aslas;R.a'saaaaa R's it's aa R I I 'N, ' I, N i I' ► � N ' I ) I ' I 1 � i l Usages a'saegaaaaus aa, &B E's aaaaa2 aasaga A I A 1 .; N S N � s' N ) 1 2 I ) I I 1 I I gn IRRT� � � �NRR• ♦ nIF �o' $Qa56gg °.- n�o g E ii g i3 k3 174 id spH H�nAeQ wp'�i iL i �e 3 �e 7{ H1p �QN i�o, i�F(�n 4f �� ~MN�NM AA �iN M" NNMAg �7y6'i po H� MANNAARMRRBj M oo if if Y I II _ 1 f M N ) N I ♦ En p VV � D 8 to !l s LL yy �e1 444 4r � e' •o _ = 4 I S� G 0`I Oi O pp g y �1 SIN OI ♦ H � Nlfl ♦ H e n e A O N N � NON'♦ H e'n0 0 0 � ♦� w NIHI ♦IH ..� I � � + F 192 E O 3 2 O W J W z 'vo N rC�N„ V� SIX 'A's x 1 1I N 1fV �fy P Q Ypf NP1a��Q{Rh 4y O q yl Op , � I$1gp A P � I + MMM MMM ry I N } RErm�n 3nR9rvr��7� BSp:ng8 °88S «:JLB�R $, I q' Sigf «Smog mnm� «° �a mootlo «oma nomoos m Iy N 63 N , I y$ 9 98 999 °R 8 S9«° ««°, «R 9 «S " 9 898 AX «9 «9' « 9 «S9 9999°F� «I893 ry P wu I I I�I wA , " °m « ° «N fi 000°fff°O nff CfVf�Vffnm^ Otl tltl« A M 1 O f 1 N � roef mg ef, fe f' a fef ,f, ffr. n s I • E Iy _g 3 ili' FFF g¢F g j Aa Ar Nil �wnfn + "� I"womnomv +N�.- wnfo°n woo.- -�,r 0�f'0 193 O E 6 N 2 �q J W I n k E. d ov n� a f 23 tJ H 7t � dl,� $'d,fBV d +we'�Ii�ij6 e = 6 6i�Vj( / +fop N N fgf I R N did o �ipf d e = YY 3 N N�t{I a /� + IN M M Y 193 O E 6 N 2 �q J W � Y N� N tuI- i 194 R 8 n 3 M Z 7 W W- LL 8 I I I 1 I I( I I Q 8 r g I I tII�, II II - 8 8 88. 8 R R8'88; 18' 8 i I I 8 8 0 0 0 8 �8 O 8 88 R,8 Si 88 8R R A 51 8888 8', 8$$8 00 A I I ^$esaR °nfr'$�RlnemnY 9 °Xi "'�R7�:: «� °w'FSIR R7 w 8 0 0 0 0 0 o 0 0 o m i t SsS e n o . m♦♦ o o♦ 8 ssln nnl n� y o oio � ISna I I I I ei3 g8777���Ji `Z, i R'jg Lf YS� K�qS�; �yyY� Nil ly,8f �S ��lyi I I 8{ �nn.0 1 I n�n�l1'. mOw000 ^�nl1. Y10w O,00� ♦. -non ♦e J Q O 194 R 8 n 3 M Z 7 W W- LL �X wN ag I' YtW aN V W ti 195 ° s 3 2 W W N � 'f a � w 11 I' r ! I t l ( 1 N 8 i ! ° ° R i 1i i i et t 1 1 I ' r • I 1 A 3D i oil ��25i �ii3 2111k � 105 f,'F uS'i w ..nn.° r. -,.,n. N°wrwo w.•H V.. NrI.rac� r�!nn.�m J W ti 195 ° s 3 2 W W § § §2 §f§ k2§ 196 k 2 | � § § 2 ! °- . ° -| � J- m }- © -p -� /ƒ / -LLLL 196 k 2 | � § § 2 ! ■ §§� � ))§ k22 m k 1§7 ! 2 | � § \ j ! ` I h � || � /k !� ,�, I'T ■a# �,f � ■ | ����| �� ® •9�■ ;- ( }- § . !! 1 :8,e § •,,.. 0 net ; I i ° - ƒ! | ° � \ � °- �` ■ |.| �il� � |i����1 || 1 , , .. , |�.�� ,,i ° : -f■ � / _ _ - k \ ! �� ��} !■ � ƒ f �� }��f� | ) � ƒ�� ! ■� !.. |i !� W • � ��, f , | ],fees � i !_ j / m k 1§7 ! 2 | � § \ j ! x� g W a WyN 1y r pW U� 198 G z W W f ass 1 1�!ll 0 1 11 t!� O O f 1j p p p a {� 1 t 1 � O O O m , 101- - 10i 101 o i - 1 0 01-101 0 I = �.r Qf 3t �t�I oe i 7f� �jrvin v,m � ry n � m m n e w o i ry � n I, I I, 198 G z W W 8 x W W � N N WIN- V�� N N � f , f 112 A I I , C a� $ a IY� �iLL, wail NI y EEE • I as 6 pf$f $ }{ iE 5 7yy y .IGi! gy iii Q W afi 7 +� N fl f RI „ fV 1'1 f Y1 OII� 0 A O N ry p t Yf O h i A O 199 0 16 i 2 7 W W ( k § �7F )§ R §§� Ul §,■ 200 k 2 | | § ( § 2 § {I ■ • _ £ ■ �|� r ■ a | / | || , . . \- | !! , || . : 101 �!2 ]� ° � 2 � � \° « ° ■ �!| ^ � ©- \ } / [ ' { ° ^-- < ° ■ : � � /� �! ! ■$�ƒ i } !2'| } flit � \ 200 k 2 | | § ( § 2 § W tlOfi JN� W F u 201 V O 0 V i W W r• '+i Nil I l r I, o o it o e e I I• I {� ( i{ I i �; I { gE5 wil ' CYi d, } Y 3yr, aYt • II �i fill 1 � U Ila e i L 1,2 Ll EIIy �•rvnfn rv�rvFlfnOweoo ^�N n'�nowepO�- + rvn�fn 201 V O 0 V i W W r• '+i EXHIBIT D CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the Vice President and duly authorized representative of the firm of De Leuw, Cather 6 Company J whose address is Los Robles Ave, , 1740 Pasadena, CA 91101 , and that, except as hereby expressly stated, neither I nor the above firm that I represent have- (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other that a bona fide employee working solely for me or the above consultant) to solicit or secure this Agreement, nor (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the agreement, nor (c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the agreement I acknowledge that this Certificate is to be furnished to the Califomia Department of Transportation (Caltrans) in connection with this Agreement involving participation of Federal -aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil y 5- Date Michael S Ellegood, P Vice President 202 LPA1, v .mc 1, r'rc,rcl r rv.,n r 7 rcvC.-rtf Scar m I1, l0 nfI9I ^t S<n�.r, 119 2 CERTIFICATION OF LOCAL AGENCY I HEREBY CERTIFY that i am the CITY ENGINEER of the local Agency of City of E1 Segundo , and that the consulting fine of Parsons De Leuw or its representative has not been required (except as herein expressly stated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: (a) employ, retain, agree to employ or retain, any firm or person; or (b) pay or agree to pay, to any firm, person or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this Certificate is to be furnished to the California Department of Transportation (Caltrans) in connection with this Agreement involving participation of Federal -aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. (Date) B.K. Dev a . (Signature) EXHIBIT 'E' 203 F- ul O a N Z J N Z U m W O O Z W V1 J W LL O r U 4ui Z5 a z C R ww a �f 8w w C z w 6 Z 1 z 2 C w F a!¢ W w U �6 o� o� 6 U J ffffcc M 7 6 N z 4 C F<- N K z u OE LEUW CATHER F rc z go W z 9 us w y a w F 7 � U w 3� 0 o C 2 W ' � W F a N N U Ile N oS 7 5 6 1 } w C C 3 CC ZY UW o W O K 6 Z M l O O Z Lou Zo Zy`y� W Z K N W O Wz v °�- s O v Ul :E f CL y W 8W� JW O 204 EXHIBIT G COMPLIANCE WITH DBE REQUIREMENTS The following DBE/WBE consultants are part of the De Leuw, Cather team and are performing the type and volume of services indicated below PERCENT TOTAL COMPANY SERVICES(S) COST PROJECT COST Coast Surveying, Inc Survey/ROW $000 0% Katz, Okitsu & Assoc Lighting $9,59975 3 57% Lynn Capouya Inc Landscape $3,03992 1 13% MAA Engineering Geotechnical $16,803 39 625% TOTALS $29,44306 1096% TOTAL PROJECT COST $268,650 1 205 STATE Of CA(1F0RNIA-✓K7SINM AND TRANSPORTAT70N AGENCY DEPARTMENT OF TRANSPORTATION OtSTRICT 7. 120 50 SPRING ST. LOS ANGELES. CA 9WI2 3606 TELEPHONE (213) 897 -3854 TELEFAX (213) 897 -1581 May 10, 1995 RECEIVED MAY 17 1995 ENDIVOOiN3 07- LA- 0 -ESeg SDE- 3041(316) Douglas Street Extension Mr. Bellur K. Devaraj City Engineer City of El Segundo 350 Main Street El Segundo, CA 90245 Dear Mr. Devaraj: We received your letter dated April 26, 1995 requesting approval of the "agreement for retention of consultant". We hereby approve the "agreement for retention of consultant" between the City of E1 Segundo and De Leuw, Cather & Company for the above referenced project. You can now proceed with the execution of this agreement. If you have any questions, please telephone Basil Ung at (213) 897 -3850. Sincerely, 6-04Z NL-�� SATISH CHANDER, Chief office of Local Assistance 206 A z W W Q i7 Z N� Q z� i 0 AVE �J 9 -N- a SCALE:N.T.S. / 1 / p � GP O v^ Q lJ7 � 1 O BLVD J fl \4 4 K //PPS o r 1 Q W N f Z Z 2 a J O 2 2 10 AV E Q ° S�l , I 124th 5T \ z 0 a \ a ti� sr qe O\ HAWTHC DOUGLAS ST. EXTENSION AT & SF /METRO GREEN LINE DOUGLAS ST. STATION CROSSING 2nr �1 AV f D \ z 0 a \ a ti� sr qe O\ HAWTHC DOUGLAS ST. EXTENSION AT & SF /METRO GREEN LINE DOUGLAS ST. STATION CROSSING 2nr