217
Agenda Item AGENDA STAFF REPORT ASR Control 13-001433 MEETING DATE: 12/17/13 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne Airport (Approved) DEPARTMENT CONTACT PERSON(S): Alan L. Murphy (949) 252-5183 SUBJECT: Contract w/ JBT AeroTech Services for Passenger Loading Bridge & Baggage Mntnc CEO CONCUR COUNTY COUNSEL REVIEW CLERK OF THE BOARD Pending Review Approved Agreement to Form Discussion 3 Votes Board Majority Budgeted: Yes Current Year Cost: $1,678,236 Annual Cost: FY 14-15: $3,403,122 FY 15-16: $3,508,206 FY 16-17: $1,783,320 Staffing Impact: No # of Positions: Sole Source: N/A Current Fiscal Year Revenue: N/A Funding Source: JWA Operating Fund 280 County Audit in last 3 years No Year of Audit Prior Board Action: N/A RECOMMENDED ACTION(S): 1. Find that the project is Categorically Exempt from the California Environmental Quality Act (CEQA), Class 1 (Existing Facilities) pursuant to CEQA Guidelines Section 15301. 2. Authorize the Purchasing Agent or authorized Deputy to execute a Contract with John Bean Technologies Corporation dba JBT AeroTech Services for Terminals A, B & C Passenger Loading Bridge and Baggage Handling System Maintenance Services, effective January 1, 2014 through December 31, 2016, in a total amount not to exceed $10,372,884.00, per Board policy. 3. Authorize the Purchasing Agent or authorized Deputy to return to the Board to renew the Contract under the same terms and conditions for two additional years, per Board policy. 4. Without further Board action, authorize the Purchasing Agent or authorized Deputy to exercise a contingency Contract cost increase not to exceed $50,000 for each Contract year, within the scope of the work set forth in the Contract. The use of this contingency Contract cost increase is subject to approval requirements established by the Board of Supervisors pursuant to Minute Order dates Page 1

AGENDA STAFF REPORT...Dec 04, 2013  · Loading Bridge and Baggage Handling System Maintenance Services to John Bean Technologies Corp., dba JBT AeroTech Airport Services (JBT), effective

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • Agenda Item

    AGENDA STAFF REPORT

    ASR Control 13-001433

    MEETING DATE: 12/17/13

    LEGAL ENTITY TAKING ACTION: Board of Supervisors

    BOARD OF SUPERVISORS DISTRICT(S): 2

    SUBMITTING AGENCY/DEPARTMENT: John Wayne Airport (Approved)

    DEPARTMENT CONTACT PERSON(S): Alan L. Murphy (949) 252-5183

    SUBJECT: Contract w/ JBT AeroTech Services for Passenger Loading Bridge & Baggage Mntnc

    CEO CONCUR COUNTY COUNSEL REVIEW CLERK OF THE BOARD Pending Review Approved Agreement to Form Discussion

    3 Votes Board Majority

    Budgeted: Yes Current Year Cost: $1,678,236 Annual Cost: FY 14-15: $3,403,122 FY 15-16: $3,508,206 FY 16-17: $1,783,320

    Staffing Impact: No # of Positions: Sole Source: N/A Current Fiscal Year Revenue: N/A Funding Source: JWA Operating Fund 280 County Audit in last 3 years No

    Year of Audit Prior Board Action: N/A

    RECOMMENDED ACTION(S):

    1. Find that the project is Categorically Exempt from the California Environmental Quality Act (CEQA), Class 1 (Existing Facilities) pursuant to CEQA Guidelines Section 15301.

    2. Authorize the Purchasing Agent or authorized Deputy to execute a Contract with John Bean Technologies Corporation dba JBT AeroTech Services for Terminals A, B & C Passenger Loading Bridge and Baggage Handling System Maintenance Services, effective January 1, 2014 through December 31, 2016, in a total amount not to exceed $10,372,884.00, per Board policy.

    3. Authorize the Purchasing Agent or authorized Deputy to return to the Board to renew the Contract under the same terms and conditions for two additional years, per Board policy.

    4. Without further Board action, authorize the Purchasing Agent or authorized Deputy to exercise a contingency Contract cost increase not to exceed $50,000 for each Contract year, within the scope of the work set forth in the Contract. The use of this contingency Contract cost increase is subject to approval requirements established by the Board of Supervisors pursuant to Minute Order dates

    Page 1

    http:10,372,884.00

  • August 5, 2003, for Agenda Item 27 and County policies and procedures.

    SUMMARY: John Wayne Airport (JWA) requests authorization to award Contract MA-280-14010382, for Passenger Loading Bridge and Baggage Handling System Maintenance Services to John Bean Technologies Corp., dba JBT AeroTech Airport Services (JBT), effective January 1, 2014 through December 31, 2016, in an amount not to exceed $10,372,884.00; renewable for two (2) additional one (1) year periods per Board policy and make CEQA findings.

    BACKGROUND INFORMATION: This Contract covers the maintenance and on-site emergency technician response for JWA’s entire baggage handling systems and associated components, and all of JWA’s passenger loading bridges and associated components. Both of these major equipment systems are mission critical components of an operating airport.

    The baggage system is a critical component due to its function as the primary means for a passenger’s check-in baggage to be properly screened by the Transportation Security Administration (TSA). This Contract will also cover the maintenance for all filter and belt changes on the TSA Bag Screening Room A/C Units and associated condensate pumps, baggage fire doors, and trash removal for 44 ramp rubbish bins.

    JWA’s baggage system consists of 16,000 linear feet of conveyor belt which carries baggage from the curbside and ticket counter check-in areas, through the TSA baggage screening room, and out to six (6) baggage carousel units in the secure operating area of the terminal adjacent to the commercial aircraft gates. Also included in this system are the seven (7) baggage claim carousels in the Terminal Building and the belt segments which feed these carousel units.

    JWA also operates 20 loading bridges, each including a NOVA baggage slide/wheelchair lift, a fixed preconditioned air unit and connections for potable water, and a 400 Hz electrical ground power unit utilized by aircraft parked at the gates. The loading bridges are absolutely critical to assuring the high aircraft turnaround rates required to maintain the air carrier flight schedules. Having technicians available is absolutely essential to ensure the loading bridges can continue to operate and meet aircraft turnaround rates.

    This Contract provides all labor, equipment, and materials required for on-site and on-call emergency repairs. The Contract also includes routine maintenance service and parts replacement for the baggage conveyor system and associated components. In addition, the passenger loading bridges and associated components, as well as trash removal from 44 rubbish bins located on the commercial ramp are also part of the Contract.

    This work was previously performed through two (2) separate Contracts. Before the completion of Terminal C one (1) contractor was previously providing the services for Terminals A and B. Twenty new loading bridges (14 replaced for Terminals A and B and six (6) new for Terminal C) were installed as part of the Airport Improvement Program adding Terminal C. At that time the Airport added the servicing of the bridges to the existing loading bridge maintenance provider. The timing of the completion of the

    Page 2

    http:10,372,884.00

  • Terminal C baggage handling system and its differing layout and physical separation from any existing baggage handling conveyor, allowed the Airport to procure a separate service Contract for that maintenance. Due to the nature of some commonality with the electrical and mechanical components of these systems, it was determined that potential efficiencies in staffing coverage could be achieved by combining these two (2) Contracts under the same service provider.

    This Contract is a fixed-fee Contract. An additional contingency of $50,000.00 per year for the first three (3) years is established within the annual cost to cover unanticipated work. Items covered under the contingency shall include unforeseen maintenance, and repairs, training, staffing and/or services for items referenced above and beyond the requirements set in the Contract. Also included in the contingency are programming, consulting, and trouble shooting support from the baggage handling system conveyor manufacturer.

    Proposals Requested

    On June 24, 2013, JWA released a Request for Proposals (RFP) for Passenger Loading Bridge and Baggage Handling System Maintenance through Bid Sync and the JWA website. One thousand, twenty-seven (1,027) companies were electronically notified. On July 9, 2013, ten (10) companies attended the mandatory pre-proposal meeting. Two (2) addenda to the RFP were subsequently issued and posted to Bid Sync.

    Proposal Minimum Requirements:

    The RFP specified that Offerors must, at a minimum, be capable of providing service technicians and supervisors with a minimum of five (5) years verifiable experience maintaining Jetway Passenger Loading Bridges, Jervis Webb Baggage Carousels, Baggage Handling Conveyor Systems, and Baggage System Fire Doors or equivalent/comparable equipment from other manufactures.

    Proposals Received

    On July 23, 2013, a total of seven (7) proposals were received and accepted by JWA.

    - Aircraft Service International, Inc. (ASIG) - Elite Line Services, LLC (ELS - ERMC IV, LP - John Bean Technologies Corp., dba JBT AeroTech Airport Services (JBT) - ThyssenKrupp Airport Systems, Inc. - Total Airport Services, Inc. (TAS) - Vanderlande Industries, Inc.

    Proposal Evaluation

    On July 25, 2013, the seven (7) proposals were distributed to the five (5) evaluation committee members. Committee members included one (1) Airport Commissioner, two (2) Airline Management Representatives, and two (2) representatives from JWA Facilities and Operations.

    The proposals were reviewed and evaluated using the following weighted criteria:

    Phase I Written Proposals (Value: 50% of total score) were rated based on the following criteria:

    Page 3

    http:50,000.00

  • •Overall Responsiveness 10% •Qualifications and Experience 25% •Staffing Plan 25% •Proposed Fees 40% (The ratio method was used to score Proposed Fees)

    After the written proposal scoring there was a significant point differential between the top three (3) and bottom four (4) firms. The evaluation panel determined that the top three (3) ranked firms would be invited to the oral presentation portion of the selection process.

    Phase II Oral Presentations (Value: 50% of total score) were rated based on the following criteria

    • Experience and approach to Scope of Work - 50% • Project Management/Key Staff - 50%

    The below table displays the total scoring of the top scoring proposals:

    Proposer Written (50%) Oral (50%) Total JBT AeroTech Airport Services 405.70 425.00 830.70 Vanderlande Industries, Inc. 395.00 425.00 820.00 Elite Line Services, LLC 393.00 335.00 728.00

    Summary of the Top Three Proposals

    All three (3) of the top scoring proposers are recognized as service leaders in their industry. All three (3) of them have also shown they have significant experience in servicing and maintaining similar baggage handling and passenger loading bridge equipment to what is utilized at JWA.

    **********************************************************

    JBT solely specializes within the aviation industry and has developed an exclusive focus on airport assets and equipment. JBT has 27 fixed base operations located at 22 airports nationwide providing operations and maintenance services for airports and airlines. JBT's former parent corporation (FMC/Jetway) is a world leading manufacturer of passenger loading bridges. JBT's continued affiliation with their former parent company provides them with additional assets and resources for servicing and maintaining these loading bridges. In addition to this loading bridge maintenance experience, JBT also has multiple decades and expertise in servicing and maintaining baggage conveyor systems at airports across the nation. JBT has provided 22 years of outstanding continuous service on JWA's baggage system and passenger loading bridges.

    The evaluation committee found that JBT’s qualifications and experience with maintaining both passenger loading bridges and baggage handling systems prevailed over the six (6) other proposals. This along with their proposed staffing plan established JBT as the best value.

    JBT proposed a total Contract cost of $9,022,884.00 for three (3) years which includes 30 full-time employees (FTEs) and two (2) part-time employees.

    **********************************************************

    Vanderlande is a manufacturer of material handling systems and has a reputation for implementing baggage handling systems in airports worldwide. As a seasoned manufacturer and service provider,

    Page 4

    http:9,022,884.00

  • Vanderlande is recognized as service a maintenance expert on a wide variety of baggage handling and conveyance systems.

    Maintaining baggage conveyor systems is Vanderlande’s strength and although they have experience providing loading passenger bridge maintenance, it is not as extensive as their conveyor system maintenance experience. This more limited experience with maintaining loading bridges was recognized in their proposal which resulted in a lower score for qualifications and experience. This combined with a smaller staffing plan and approximately 2.1% higher proposed costs over JBT, resulted in their overall score being 10.7 points below JBT’s.

    Vanderlande proposed a total Contract cost of $9,217,248.00 for three (3) years which includes 26 FTEs.

    **********************************************************

    Elite Line Services began its airport operation and maintenance services in 1994 at the San Diego International Airport and has since steadily built a business and industry reputation as a leader at operations and maintenance services for airport facilities.

    Elite Line Services’ proposal scored lowest in all categories except proposed fees. Although their written proposal represents that they can provide a combination of quality, experience and value added service, they lacked specific information in their proposal on how they planned to achieve this. Their approach to the scope of work was relatively vague and the evaluation panel felt they offered an insufficient number of FTEs to successfully provide the required services.

    Elite Line Services proposed a total Contract cost of $6,822,471.00 for three (3) years which includes 23 FTEs.

    Protest of Intent to Award the Contract to JBT by Vanderlande

    On September 20, 2013, Vanderlande filed a timely protest in response to the Notice of Intent to Award the Contract to JBT. The Deputy Purchasing Agent reviewed Vanderlande’s protest and deemed it to be unsubstantiated.

    Thereafter, Vanderlande filed a timely appeal with the County Purchasing Office (CPO) refuting JWA’s decision to deny their protest. CPO concurred with JWA’s decision and denied their appeal to the protest. As provided by the County’s Contract Policy Manual (Section 1.3-107), the decision of the County Purchasing Agent is final and there shall be no right to any administrative appeals of this decision.

    Recommendation

    Based on the defined evaluation criteria, the evaluation panel determined that the proposal from JBT was the most responsive to the requirements of the RFP and best met all specifications and requirements.

    JBT demonstrated that it fully understands the requirements of providing Passenger Loading Bridge and Baggage Handling System Maintenance. JBT has shown they have the qualifications, experience, and technical expertise to meet the Airport’s need.

    The Contract referenced in this agenda item will contain language which permits reductions or termination of the Contract immediately without penalty if approved funding or appropriations are not forthcoming. This Contract is filling a critical service need and approval to proceed is recommended.

    CEQA COMPLIANCE:

    Page 5

    http:6,822,471.00http:9,217,248.00

  • The proposed project is Categorically Exempt (Class 1) from the provisions of CEQA pursuant to CEQA Guidelines Section 15301 because it provides for the exemption of projects involving the operation, maintenance and repair of existing public facilities.

    FINANCIAL IMPACT: There are adequate appropriations in the JWA Operating Fund 280 to cover contract costs.

    STAFFING IMPACT: N/A

    EXHIBIT(S): Exhibit A: Oral Evaluations Exhibit B: Written Evaluations Exhibit C: Evaluation Score Summary

    ATTACHMENT(S): Attachment A: Contract with John Bean Tech. Corporation dba JBT AeroTech Services

    Page 6

  • Exhibit A

    Page 1 of 15

  • Exhibit A

    Page 2 of 15

  • Exhibit A

    Page 3 of 15

  • Exhibit A

    Page 4 of 15

  • Exhibit A

    Page 5 of 15

  • Exhibit A

    Page 6 of 15

  • Exhibit A

    Page 7 of 15

  • Exhibit A

    Page 8 of 15

  • Exhibit A

    Page 9 of 15

  • Exhibit A

    Page 10 of 15

  • Exhibit A

    Page 11 of 15

  • Exhibit A

    Page 12 of 15

  • Exhibit A

    Page 13 of 15

  • Exhibit A

    Page 14 of 15

  • Exhibit A

    Page 15 of 15

  • Exhibit B

    Page 1 of 35

  • Exhibit B

    Page 2 of 35

  • Exhibit B

    Page 3 of 35

  • Exhibit B

    Page 4 of 35

  • Exhibit B

    Page 5 of 35

  • Exhibit B

    Page 6 of 35

  • Exhibit B

    Page 7 of 35

  • Exhibit B

    Page 8 of 35

  • Exhibit B

    Page 9 of 35

  • Exhibit B

    Page 10 of 35

  • Exhibit B

    Page 11 of 35

  • Exhibit B

    Page 12 of 35

  • Exhibit B

    Page 13 of 35

  • Exhibit B

    Page 14 of 35

  • Exhibit B

    Page 15 of 35

  • Exhibit B

    Page 16 of 35

  • Exhibit B

    Page 17 of 35

  • Exhibit B

    Page 18 of 35

  • Exhibit B

    Page 19 of 35

  • Exhibit B

    Page 20 of 35

  • Exhibit B

    Page 21 of 35

  • Exhibit B

    Page 22 of 35

  • Exhibit B

    Page 23 of 35

  • Exhibit B

    Page 24 of 35

  • Exhibit B

    Page 25 of 35

  • Exhibit B

    Page 26 of 35

  • Exhibit B

    Page 27 of 35

  • Exhibit B

    Page 28 of 35

  • Exhibit B

    Page 29 of 35

  • Exhibit B

    Page 30 of 35

  • Exhibit B

    Page 31 of 35

  • Exhibit B

    Page 32 of 35

  • Exhibit B

    Page 33 of 35

  • Exhibit B

    Page 34 of 35

  • Exhibit B

    Page 35 of 35

  • Page 1 of 1

    Exhibit C Passendger Loading Bridge and Baggage Handling System Maintenance RFP 280-A35044-JL

    Evaluation Score Summary

    Written Scores

    Evaluation Criteria JBT Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 4.50 9.00 4.50 9.00 4.00 8.00 3.50 7.00 4.50 9.00 42.00

    Qualifications and Experience 25% 4.50 22.50 4.50 22.50 4.00 20.00 4.00 20.00 4.50 22.50 107.50

    Proposed Staffing Plan 25% 4.50 22.50 4.50 22.50 4.00 20.00 3.50 17.50 4.50 22.50 105.00

    Proposed Fees 40% 3.78 30.24 3.78 30.24 3.78 30.24 3.78 30.24 3.78 30.24 151.20

    Grand Total 100% 84.24 84.24 78.24 74.74 84.24 405.70

    Evaluation Criteria Vanderlande Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 4.00 8.00 4.50 9.00 4.00 8.00 4.00 8.00 4.50 9.00 42.00

    Qualifications and Experience 25% 4.00 20.00 4.50 22.50 4.00 20.00 3.50 17.50 4.50 22.50 102.50

    Proposed Staffing Plan 25% 4.00 20.00 4.50 22.50 4.50 22.50 3.50 17.50 4.00 20.00 102.50

    Proposed Fees 40% 3.70 29.60 3.70 29.60 3.70 29.60 3.70 29.60 3.70 29.60 148.00

    Grand Total 100% 77.60 83.60 80.10 72.60 81.10 395.00

    Evaluation Criteria Elite Line Servies (ELS) Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 3.00 6.00 3.00 6.00 3.50 7.00 3.00 6.00 4.00 8.00 33.00

    Qualifications and Experience 25% 3.00 15.00 4.00 20.00 3.00 15.00 3.00 15.00 4.00 20.00 85.00

    Proposed Staffing Plan 25% 3.00 15.00 3.00 15.00 2.50 12.50 3.00 15.00 3.50 17.50 75.00

    Proposed Fees 40% 5.00 40.00 5.00 40.00 5.00 40.00 5.00 40.00 5.00 40.00 200.00

    Grand Total 100% 76.00 81.00 74.50 76.00 85.50 393.00

    Evaluation Criteria ThyssenKrupp Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 3.00 6.00 2.50 5.00 3.00 6.00 3.50 7.00 3.50 7.00 31.00

    Qualifications and Experience 25% 2.00 10.00 2.00 10.00 3.00 15.00 3.00 15.00 3.00 15.00 65.00

    Proposed Staffing Plan 25% 4.00 20.00 3.00 15.00 3.00 15.00 3.50 17.50 4.00 20.00 87.50

    Proposed Fees 40% 3.83 30.64 3.83 30.64 3.83 30.64 3.83 30.64 3.83 30.64 153.20

    Grand Total 100% 66.64 60.64 66.64 70.14 72.64 336.70

    Evaluation Criteria ASIG Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 4.00 8.00 4.00 8.00 3.50 7.00 3.00 6.00 4.00 8.00 37.00

    Qualifications and Experience 25% 4.00 20.00 4.00 20.00 3.00 15.00 3.00 15.00 3.50 17.50 87.50

    Proposed Staffing Plan 25% 4.00 20.00 3.50 17.50 3.00 15.00 3.00 15.00 4.00 20.00 87.50

    Proposed Fees 40% 3.09 24.72 3.09 24.72 3.09 24.72 3.09 24.72 3.09 24.72 123.60

    Grand Total 100% 72.72 70.22 61.72 60.72 70.22 335.60

    Evaluation Criteria ERMC Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 4.00 8.00 4.00 8.00 3.00 6.00 3.00 6.00 4.00 8.00 36.00

    Qualifications and Experience 25% 4.00 20.00 4.00 20.00 3.50 17.50 3.00 15.00 4.00 20.00 92.50

    Proposed Staffing Plan 25% 3.50 17.50 3.50 17.50 3.00 15.00 2.50 12.50 3.50 17.50 80.00

    Proposed Fees 40% 2.05 16.40 2.05 16.40 2.05 16.40 2.05 16.40 2.05 16.40 82.00

    Grand Total 100% 61.90 61.90 54.90 49.90 61.90 290.50

    Evaluation Criteria Total Airport Service (TAS) Score

    Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Overall Responsiveness 10% 3.00 6.00 2.50 5.00 3.00 6.00 2.50 5.00 3.50 7.00 29.00

    Qualifications and Experience 25% 3.00 15.00 3.50 17.50 2.50 12.50 3.00 15.00 3.50 17.50 77.50

    Proposed Staffing Plan 25% 3.50 17.50 3.50 17.50 2.50 12.50 3.00 15.00 3.50 17.50 80.00

    Proposed Fees 40% 2.34 18.72 2.34 18.72 2.34 18.72 2.34 18.72 2.34 18.72 93.60

    Grand Total 100% 57.22 58.72 49.72 53.72 60.72 280.10

    Oral Scores

    JBT Score

    Evaluation Criteria Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Experience and Approach 50% 4.50 45.00 4.50 45.00 4.00 40.00 3.50 35.00 4.50 45.00 210.00

    Project Management/Key Staff 50% 4.50 45.00 4.50 45.00 4.00 40.00 4.00 40.00 4.50 45.00 215.00

    Grand Total 100% 90.00 90.00 80.00 75.00 90.00 425.00

    VaDerLande Score

    Evaluation Criteria Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Experience and Approach 50% 4.50 45.00 4.00 40.00 4.50 45.00 3.50 35.00 4.50 45.00 210.00

    Project Management/Key Staff 50% 4.50 45.00 4.50 45.00 4.50 45.00 3.50 35.00 4.50 45.00 215.00

    Grand Total 100% 90.00 85.00 90.00 70.00 90.00 425.00

    Elite Line Servies (ELS) Score

    Evaluation Criteria Weight Panel #1 Panel #2 Panel #3 Panel #4 Panel #5

    Experience and Approach 50% 3.50 35.00 3.50 35.00 3.00 30.00 3.00 30.00 4.00 40.00 170.00

    Project Management/Key Staff 50% 3.50 35.00 3.00 30.00 3.00 30.00 3.00 30.00 4.00 40.00 165.00

    Grand Total 100% 70.00 65.00 60.00 60.00 80.00 335.00

    Ranking

    Proposer Wriiten Scores

    Oral Scores Total

    JBT 405.70 425.00 830.70 VanDerLande 395.00 425.00 820.00 Elite Line Services (ELS) 393.00 335.00 728.00

  • Attachment A

    Page 1 of 160

  • Attachment A

    Page 2 of 160

  • Attachment A

    Page 3 of 160

  • Attachment A

    Page 4 of 160

  • Attachment A

    Page 5 of 160

  • Attachment A

    Page 6 of 160

  • Attachment A

    Page 7 of 160

  • Attachment A

    Page 8 of 160

  • Attachment A

    Page 9 of 160

  • Attachment A

    Page 10 of 160

  • Attachment A

    Page 11 of 160

  • Attachment A

    Page 12 of 160

  • Attachment A

    Page 13 of 160

  • Attachment A

    Page 14 of 160

  • Attachment A

    Page 15 of 160

  • Attachment A

    Page 16 of 160

  • Attachment A

    Page 17 of 160

  • Attachment A

    Page 18 of 160

  • Attachment A

    Page 19 of 160

  • Attachment A

    Page 20 of 160

  • Attachment A

    Page 21 of 160

  • Attachment A

    Page 22 of 160

  • Attachment A

    Page 23 of 160

  • Attachment A

    Page 24 of 160

  • Attachment A

    Page 25 of 160

  • Attachment A

    Page 26 of 160

  • Attachment A

    Page 27 of 160

  • Attachment A

    Page 28 of 160

  • Attachment A

    Page 29 of 160

  • Attachment A

    Page 30 of 160

  • Attachment A

    Page 31 of 160

  • Attachment A

    Page 32 of 160

  • Attachment A

    Page 33 of 160

  • Attachment A

    Page 34 of 160

  • Attachment A

    Page 35 of 160

  • Attachment A

    Page 36 of 160

  • Attachment A

    Page 37 of 160

  • Attachment A

    Page 38 of 160

  • Attachment A

    Page 39 of 160

  • Attachment A

    Page 40 of 160

  • Attachment A

    Page 41 of 160

  • Attachment A

    Page 42 of 160

  • Attachment A

    Page 43 of 160

  • Attachment A

    Page 44 of 160

  • Attachment A

    Page 45 of 160

  • Attachment A

    Page 46 of 160

  • Attachment A

    Page 47 of 160

  • Attachment A

    Page 48 of 160

  • Attachment A

    Page 49 of 160

  • Attachment A

    Page 50 of 160

  • Attachment A

    Page 51 of 160

  • Attachment A

    Page 52 of 160

  • Attachment A

    Page 53 of 160

  • Attachment A

    Page 54 of 160

  • Attachment A

    Page 55 of 160

  • Attachment A

    Page 56 of 160

  • Attachment A

    Page 57 of 160

  • Attachment A

    Page 58 of 160

  • Attachment A

    Page 59 of 160

  • Attachment A

    Page 60 of 160

  • Attachment A

    Page 61 of 160

  • Attachment A

    Page 62 of 160

  • Attachment A

    Page 63 of 160

  • Attachment A

    Page 64 of 160

  • Attachment A

    Page 65 of 160

  • Attachment A

    Page 66 of 160

  • Attachment A

    Page 67 of 160

  • Attachment A

    Page 68 of 160

  • Attachment A

    Page 69 of 160

  • Attachment A

    Page 70 of 160

  • Attachment A

    Page 71 of 160

  • Attachment A

    Page 72 of 160

  • Attachment A

    Page 73 of 160

  • Attachment A

    Page 74 of 160

  • Attachment A

    Page 75 of 160

  • Attachment A

    Page 76 of 160

  • Attachment A

    Page 77 of 160

  • Attachment A

    Page 78 of 160

  • Attachment A

    Page 79 of 160

  • Attachment A

    Page 80 of 160

  • Attachment A

    Page 81 of 160

  • Attachment A

    Page 82 of 160

  • Attachment A

    Page 83 of 160

  • Attachment A

    Page 84 of 160

  • Attachment A

    Page 85 of 160

  • Attachment A

    Page 86 of 160

  • Attachment A

    Page 87 of 160

  • Attachment A

    Page 88 of 160

  • Attachment A

    Page 89 of 160

  • Attachment A

    Page 90 of 160

  • Attachment A

    Page 91 of 160

  • Attachment A

    Page 92 of 160

  • Attachment A

    Page 93 of 160

  • Attachment A

    Page 94 of 160

  • Attachment A

    Page 95 of 160

  • Attachment A

    Page 96 of 160

  • Attachment A

    Page 97 of 160

  • Attachment A

    Page 98 of 160

  • Attachment A

    Page 99 of 160

  • Attachment A

    Page 100 of 160

  • Attachment A

    Page 101 of 160

  • Attachment A

    Page 102 of 160

  • Attachment A

    Page 103 of 160

  • Attachment A

    Page 104 of 160

  • Attachment A

    Page 105 of 160

  • Attachment A

    Page 106 of 160

  • Attachment A

    Page 107 of 160

  • Attachment A

    Page 108 of 160

  • Attachment A

    Page 109 of 160

  • Attachment A

    Page 110 of 160

  • Attachment A

    Page 111 of 160

  • Attachment A

    Page 112 of 160

  • Attachment A

    Page 113 of 160

  • Attachment A

    Page 114 of 160

  • Attachment A

    Page 115 of 160

  • Attachment A

    Page 116 of 160

  • Attachment A

    Page 117 of 160

  • Attachment A

    Page 118 of 160

  • Attachment A

    Page 119 of 160

  • Attachment A

    Page 120 of 160

  • Attachment A

    Page 121 of 160

  • Attachment A

    Page 122 of 160

  • Attachment A

    Page 123 of 160

  • Attachment A

    Page 124 of 160

  • Attachment A

    Page 125 of 160

  • Attachment A

    Page 126 of 160

  • Attachment A

    Page 127 of 160

  • Attachment A

    Page 128 of 160

  • Attachment A

    Page 129 of 160

  • Attachment A

    Page 130 of 160

  • Attachment A

    Page 131 of 160

  • Attachment A

    Page 132 of 160

  • Attachment A

    Page 133 of 160

  • Attachment A

    Page 134 of 160

  • Attachment A

    Page 135 of 160

  • Attachment A

    Page 136 of 160

  • Attachment A

    Page 137 of 160

  • Attachment A

    Page 138 of 160

  • Attachment A

    Page 139 of 160

  • Attachment A

    Page 140 of 160

  • Attachment A

    Page 141 of 160

  • Attachment A

    Page 142 of 160

  • Attachment A

    Page 143 of 160

  • Attachment A

    Page 144 of 160

  • Attachment A

    Page 145 of 160

  • Attachment A

    Page 146 of 160

  • Attachment A

    Page 147 of 160

  • Attachment A

    Page 148 of 160

  • Attachment A

    Page 149 of 160

  • Attachment A

    Page 150 of 160

  • Attachment A

    Page 151 of 160

  • Attachment A

    Page 152 of 160

  • Attachment A

    Page 153 of 160

  • Attachment A

    Page 154 of 160

  • Attachment A

    Page 155 of 160

  • Attachment A

    Page 156 of 160

  • Attachment A

    Page 157 of 160

  • Attachment A

    Page 158 of 160

  • Attachment A

    Page 159 of 160

  • Attachment A

    Page 160 of 160

    County Counsel Review