2019-08-20 City Council Agenda Packet
Page 1
California Public Records Act ("PRA"): In compliance with the PRA, the documents pertaining to agenda
items, including attachments, which are presented to the City Council in open session are available for public
inspection. They may be inspected during regular business hours in the Office of the City Clerk at Vernon
City Hall, 4305 Santa Fe Avenue; Vernon, California 90058, no appointment necessary, and on the City’s
website at www.cityofvernon.org.
Americans with Disabilities Act (“ADA”): In compliance with the ADA, if you need special assistance to
participate in the meeting, please contact the Office of the City Clerk at (323) 583-8811. Notification of at
least 48 hours prior to the meeting or time when services are needed will assist the City staff in assuring that
reasonable arrangements can be made to provide accessibility to the meeting or service.
Agenda
City of Vernon
Regular City Council Meeting
Tuesday, August 20, 2019, 09:00 AM
City Hall, Council Chamber
4305 Santa Fe Avenue
Vernon, California
Melissa Ybarra, Mayor
Leticia Lopez, Mayor Pro-Tem
William Davis, Council Member
Carol Menke, Council Member
Vacant, Council Member
CALL TO ORDER & FLAG SALUTE
CHANGES TO THE AGENDA
PUBLIC COMMENT
At this time the public is encouraged to address the City Council on any matter that is within the subject
matter jurisdiction of the City Council. The public will also be given a chance to comment on matters
which are on the posted agenda during City Council deliberation on those specific matters.
PUBLIC HEARING
1. City Administration
Adoption of the Citywide Budget for Fiscal Year 2019/2020
Recommendation:
A. Find that adoption of the resolution proposed in this staff report is exempt from the
California Environmental Quality Act (“CEQA”), because adoption of the budget is the
creation of a government funding mechanism or other government fiscal activity that does not
involve any commitment to any specific project which may result in a potentially significant
physical impact on the environment and is therefore not a “project” as defined under Section
15378(b)(4). Further, even if adoption of the budget were considered a “project,” it would be
exempt from CEQA review in accordance with Section 15061(b)(3), the general rule that
CEQA only applies to projects that may have a significant effect on the environment; and
Regular City Council Meeting Agenda
August 20, 2019
Page 2
B. Conduct a Public Hearing; and
C. Adopt a resolution approving the citywide balanced budget for Fiscal Year 2019/2020,
with estimated budgeted revenues and expenditures of $329,670,129.
1. Public Hearing Notice - FY 2019/2020 City Wide Budget Adoption
2. A Resolution Approving a Citywide Budget for FY 2019/2020
3. Public Works Reorganization
PRESENTATION
2. Human Resources
Employee Service Pin Awards for July 2019
Recommendation:
No action required by City Council. This is a presentation only.
1. Service Pin List for July 2019
3. Human Resources
Recognition of Various Fire Safety Retired Employees
Recommendation:
A. Acknowledge and present proclamations to the following retired Fire Safety employees,
in recognition of their dedicated service to the City of Vernon:
1. Fire Captain Stephen G. Agon
2. Fire Captain David A. Moore
3. Fire Captain Rory J. Moore
4. Fire Captain Steven M. Ruffoni
5. Fire Engineer Christopher M. Hanson
6. Fire Engineer David E. Koltvet
7. Fire Engineer Jeffrey S. Neely
8. Fire Engineer Michael D. Rogers
9. Fire Engineer Jeffrey S. Smith
10. Firefighter/Paramedic Thomas J. Egan
11. Firefighter Douglas C. Barker
12. Firefighter Barry A. Schoolmeester
1. Proclamations for Twelve Employees Retired in June 2019
CONSENT CALENDAR
All matters listed on the Consent Calendar are to be approved with one motion. Items may be removed
from the Consent Calendar by any member of the Council. Those items removed will be considered
immediately after the Consent Calendar.
4. City Clerk
Minutes of the Regular City Council Meeting Held on August 6, 2019
Regular City Council Meeting Agenda
August 20, 2019
Page 3
Recommendation:
A. Receive and File
1. 2019-08-06 City Council Minutes
5. Finance/ Treasury
Approval of City Payroll Warrant Register No. 758 Covering the Period of July 01
through July 31, 2019
Recommendation:
A. Approve City Payroll Warrant Register No. 758 which totals $3,620,402.88 and consists
of the following:
1) Ratification of direct deposits, checks and taxes totaling $2,882,978.59.
2) Checks and electronic fund transfers (EFT) paid through Operating bank account totaling
$737,424.29.
1. City Payroll Warrant Register No. 758
6. Finance/ Treasury
Approval of Operating Account Warrant Register No. 28 Covering the Period of July 30
through August 12, 2019
Recommendation:
A. Approve Operating Account Warrant Register No. 28 which totals $3,426,429.33 and
consists of the following:
1) Ratification of electronic payments totaling $2,593,187.24.
2) Ratification of the issuance of early checks totaling $785,962.22.
3) Authorization to issue pending checks totaling $47,279.87.
4) Voided check No. 603548 totaling $88.12.
1. Operating Account Warrant Register No. 28
7. Fire Department
Fire Department Activity Report for the Period of July 16 through July 31, 2019
Recommendation:
A. Receive and file.
1. Fire Department Activity Report - 07/16/19 to 07/31/19
8. Police Department
Federal Equitable Sharing Agreement and Annual Certification Report
Recommendation:
A. Find that granting authority to execute and submit the above referenced agreement and
related documents is exempt from California Environmental Quality Act ("CEQA")
Regular City Council Meeting Agenda
August 20, 2019
Page 4
review, because it is a continuing administrative activity that will not result in direct or
indirect physical changes in the environment, and therefore does not constitute a "project" as
defined by CEQA Guidelines section 15378; and
B. Approve the Federal Equitable Sharing Agreement and Annual Certification Report, in
substantially the same form as submitted herewith; and
C. Authorize the Police Chief and City Administrator to execute the Federal Equitable
Sharing Agreement and Annual Certification Report and submit to the Department of Justice
and the Department of Treasury on behalf of the City of Vernon.
1. 2019 Equitable Sharing Agreement and Annual Certification Report
9. Police Department
Vernon Police Department Activity Log and Statistical Summary for the period of July
1 through July 15, 2019
Recommendation:
A. Receive and file.
1. Police Department Activity Report - 07/01/19 to 07/15/19
10. Public Works
Award of Services Agreement with Sally Swanson Architects, Inc. for City Contract No.
CS-1110: Americans with Disabilities Act (ADA) Self Evaluation and Transition Plan
Recommendation:
A. Find that the approval of the proposed services agreement with Sally Swanson Architects,
Inc. to prepare a citywide accessibility evaluation and transition plan is exempt under the
California Environmental Quality Act (“CEQA”) in accordance with Sections 15262
(Feasibility and Planning Studies) and 15306 (Information Collection); and
B. Approve a Services Agreement with Sally Swanson Architects, Inc., in substantially the
same form as attached herewith, for an amount not to exceed $139,930.00 for the preparation
of a Citywide Accessibility Evaluation and Transition Plan; and
C. Authorize the City Administrator to execute a Services Agreement with Sally Swanson
Architects, Inc. for a one-year term and an effective date of August 20, 2019.
1. Services Agreement for CS-1110: ADA Self Evaluation and Transition Plan
11. Public Works
Reject all Bids Received for City Contract No. CS-1055: Remodel of 3361 Fruitland
Avenue
Recommendation:
A. Find that the subject Capital Improvement Project is categorically exempt under the
California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section
Regular City Council Meeting Agenda
August 20, 2019
Page 5
15301, Existing Facilities, part (a), because the project is merely to make interior or exterior
alterations involving partitions, plumbing, and electrical conveyances; and
B. Reject all bid proposals received for City Contract No. CS-1055: Remodel of 3361
Fruitland Avenue.
NEW BUSINESS
12. City Administration
Amendment No. 1 to the Reimbursement Agreement with the Consolidated Fire
Protection District of Los Angeles County
Recommendation:
A. Find that the approval of Amendment No. 1 with the Fire Protection District of Los
Angeles County is exempt from California Environmental Quality Act (“CEQA”) review,
because it is an administrative action that will not result in direct or indirect physical changes
in the environment and, therefore, does not constitute a “project” as defined by CEQA
Guidelines section 15378; and
B. Approve Amendment No. 1 to the Reimbursement Agreement with the Consolidated Fire
Protection District of Los Angeles County ("LA County Fire"), in substantially the same form
as submitted herewith, for an amount not-to-exceed $100,000; and
C. Authorize the City Administrator to execute Amendment No. 1 with LA County Fire for
the purpose of initiating a Municipal Services Review to be performed by the Los Angeles
County Local Agency Formation Commission ("LAFCO").
1. Amendment No. 1 to Reimbursement Agreement with LA County Fire
2. LA County Fire Transition Process in Brief
13. Fire Department
Amendment No. 1 to the Services Agreement between the City of Vernon and JSB Fire
Protection, LLC
Recommendation:
A. Find that the approval proposed action is exempt from California Environmental Quality
Act (“CEQA”) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment, and therefore does not constitute a “project” as
defined by CEQA Guidelines section 15378; and
B. Approve Amendment No. 1 to the Services Agreement with JSB Fire Protection, LLC,
(Contract No. FD-0224), in substantially the same form as submitted herewith, increasing the
existing not-to-exceed amount of $78,000.00 by an additional $85,000.00, for a total contract
value of $163,000.00; and
Regular City Council Meeting Agenda
August 20, 2019
Page 6
C. Authorize the City Administrator to execute Amendment No. 1 with JSB Fire Protection,
LLC to cover the cost of anticipated fire plan checks through the remainder of the contract
term.
1. Amendment No 1 - JSB Services Agreement
14. Public Works
Award of a Professional Services Agreement to Mott MacDonald Group, Inc. for
Technical, Engineering, and EIR Documents Review Services for the California High-
Speed Rail Project
Recommendation:
A. Find that approval of the proposed action is categorically exempt under the California
Environmental Quality Act (“CEQA”) in accordance with Section 15306, because the scope
of the agreement consists of research and analysis, which will not result in a serious or major
disturbance to any environmental resource and which will not commit the City to any project;
and
B. Approve a Professional Services Agreement with Mott MacDonald Group, Inc. (“Mott
MacDonald”), in substantially the same form as submitted herewith, for Technical,
Engineering, and Environmental Impact Report ("EIR") Documents Review Services for the
California High-Speed Rail Project; and
C. Authorize the City Administrator to execute the Professional Services Agreement in an
amount not to exceed $155,875.50 for Phase I of the Agreement and in an amount not to
exceed $228,895.37 for Phase II of the Agreement, for a total cost of $384,770.87.
1. Professional Services Agreement with Mott MacDonald Group, Inc.
15. Public Utilities
Award of Services Agreement to Richard C. Slade & Associates LLC for On-Call
Professional Hydrogeological Services
Recommendation:
A. Find that the proposed action is categorically exempt from California Environmental
Quality Act (CEQA) review, in accordance with CEQA Guidelines § 15306, because the
scope of the agreement consists of research, analysis, and resource evaluation activities which
will not result in serious or major disturbances to environmental resources and which will not
commit the City to any project; and
B. Approve a Services Agreement with Richard C. Slade & Associates LLC, in substantially
the same form as submitted herewith, in an amount not to exceed $375,000 for On-Call
Professional Hydrogeological Services; and
C. Authorize the City Administrator to execute the Services Agreement with Richard C.
Slade & Associates LLC with an effective date of September 1, 2019.
1. Proposed Services Agreement with Richard C. Slade & Associates for On-Call
Professional Hydrogeological Services
Regular City Council Meeting Agenda
August 20, 2019
Page 7
ORAL REPORTS
City Administrator Reports – brief reports on activities and other brief announcements by the City
Administrator and Department Heads.
CLOSED SESSION
16. CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
Potential Initiation of Litigation.
Government Code Section 54956.9(d)(4)
Number of potential cases: 1
17. CONFERENCE WITH LABOR NEGOTIATORS
Government Code Section 54957.6
Agency Designated Representative: Carlos Fandino, City Administrator
Employee Organizations:
Teamsters Local 911,
IBEW Local 47,
Vernon Professional Firefighters Association, and
Vernon Fire Management Association,
18. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION (2)
Government Code Section 54956.9(d)(1)
Bicent (California) Malburg LLC et al. v. City of Vernon et al.,
Los Angeles Superior Court Case Nos. 19STCV08859 and 19STCP02411
City of Vernon v. Bicent (California) Malburg LLC et al.
JAMS Reference No. 1220062657
ADJOURNMENT
I hereby certify under penalty of perjury under the laws of the State of California, that the foregoing
agenda was posted on the bulletin board at the main entrance of the City of Vernon City Hall, located at
4305 Santa Fe Avenue, Vernon, California, and on the City’s website, not less than 72 hours prior to the
meeting set forth on this agenda. Dated this 15th day of August 2019.
By: __________________________________
Deborah A. Harrington, Interim City Clerk
City Council Agenda Item Report
Agenda Item No. COV-378-2019
Submitted by: Diana Figueroa
Submitting Department: City Administration
Meeting Date: August 20, 2019
SUBJECT
Adoption of the Citywide Budget for Fiscal Year 2019/2020
Recommendation:
A. Find that adoption of the resolution proposed in this staff report is exempt from the California Environmental Quality
Act (“CEQA”), because adoption of the budget is the creation of a government funding mechanism or other government
fiscal activity that does not involve any commitment to any specific project which may result in a potentially significant
physical impact on the environment and is therefore not a “project” as defined under Section 15378(b)(4). Further,
even if adoption of the budget were considered a “project,” it would be exempt from CEQA review in accordance with
Section 15061(b)(3), the general rule that CEQA only applies to projects that may have a significant effect on the
environment; and
B. Conduct a Public Hearing; and
C. Adopt a resolution approving the citywide balanced budget for Fiscal Year 2019/2020, with estimated budgeted
revenues and expenditures of $329,670,129.
Background:
A thoughtful, conscientious approach has been employed by City leaders to prepare a sensible fiscal year (“FY”)
2019/2020 budget for City Council approval. With a focus on fiscal accountability, sustainability, and operational
efficiency in the proposed budget, staff has achieved a balance between the integral components of City functions and its
existing financial constraints.
On June 4 and June 18, 2019, the City's Department Directors presented the proposed FY 2019/2020 budgets for
their respective departments to the City Council (with the exception of the Public Works and Fire Departments).
Additionally, the City Administrator delivered a budget overview presentation that encapsulated the City’s overall
financial position, identified challenges (e.g. the City’s structural deficit), and articulated relevant strategies to address
budgetary issues facing Vernon in the short and long term. The collective presentations included, among other things,
information on the City’s fiscal policy, budget process, organizational charts, historical budget comparisons (Citywide
and department specific), FY 2018/2019 highlights, and goals for the new fiscal year. All focused on the core elements
of the City’s budget structure: Salaries/Benefits, Supplies/Services, and Capital Outlay.
The FY 2019/2020 proposed budget was brought to City Council for adoption at its July 2, 2019 meeting. Adoption
was proposed with a recommendation to approve a citywide budget that incorporated the previous year FY 2018/2019
approved budgets for the Public Works and Fire departments, as ongoing labor negotiations and organizational/staffing
assessments were yet to be finalized. At that time, conclusive information required to intelligently formulate a sound
budget for either department was not available.
City Council expressed its need to have the budget particulars for every department finalized in order to consider budget
adoption. Accordingly, City staff utilized the time since the July 2nd City Council meeting to conclude negotiations with
the City’s labor groups and further assess proposed expenditures in all other areas of the City’s operations.
At the first City Council meeting in August, staff brought forward for approval several items that addressed budgetary
unknowns. On August 6, 2019, City Council heard an in-depth presentation from the Director of Public Works that
addressed a possible reorganization of the department and the budgetary impacts of such restructuring. As staff
continues citywide efforts to streamline and modernize processes, and implement strategies to maximize organizational
efficiencies, the Public Works Department has proposed a Building Division reorganization (Attachment 3 provided for
reference) that includes a recommendation for contractor-led plan review and inspections, consistent with the
departmental presentation delivered at the August 6, 2019 City Council meeting. As such, costs associated to the
department's reorganization have been incorporated into the final FY 2019/2020 Budget proposed for City Council
approval at its August 20, 2019 meeting. The City continues to explore with labor groups any potential options for
impacted employees to transfer into other City departments where there may be vacancies, as the City is sensitive to the
effects of such a reorganization. The various changes being proposed result in an overall annual net decrease of
approximately $1.1 million in the Public Works Department budget.
Additionally, City Council determined a direction for the Fire Department at its August 6, 2019 meeting that allowed
City staff to proceed with the preparation of a Fire Department budget that reflects the desired implementation of a
transition to the Los Angeles County Fire District for the provision of fire protection, paramedic, and incidental services
in the City of Vernon. City Council took a large step forward in their approval of an agreement to proceed with the
transfer of Vernon Fire Services to a Los Angeles County Fire Service model. The process to facilitate the transfer will
be a fairly lengthy one, as there are a number of steps that still remain on the horizon prior to the transition taking effect.
In order to accommodate the pre-transition phase and all costs associated, City staff has prepared a budget that reflects
six months of Vernon Fire expenditures and six months of LA County Fire expenditures. The goal of including a
combination of each is to provide an accurate representation of the FY 2019/2020 costs to be incurred by the City.
Budget Updates
All other fiscal adjustments that have occurred since the budget proposal on July 2nd are summarized below.
-Salaries/Benefits Expenditures
There were no revisions to Salaries/Benefits since the July 2nd budget proposal, except for those previously referenced
for the Public Works and Fire Departments.
-Supplies/Services Expenditures
Vernon Public Utilities ("VPU") is diligent in their pursuit to secure the most economical resources to ensure that
customers have access to reliable, affordable utilities. As a result of this consistent effort, the Resource Planning
Division was able to procure FY 2019/2020 natural gas supply for significantly lower prices than originally forecasted in
its initial proposed budget. VPU staff were able to secure a $7.9 million reduction in fuel costs. As a result of this
reduction, customers will see a decrease in charges.
Additionally, the Gas Division reduced its natural gas expenses by approximately $200,000. However, since both
expenses and revenues were reduced by an equal amount, there is no change to the proposed Gas Division budget.
VPU’s budget has been modified to reflect the aforementioned changes.
-Capital Outlay
VPU's Water Division moved a $600,000 On Call Pump and Motor Repair cost from its Repair and Maintenance
category to its Capital expenditures. This administrative change has no impact on the department’s overall budget, as
there was no increase or decrease, but rather only a reassignment of the line item.
Conclusion
The difference in the total monetary impact from the time of the proposed budget presentation on July 2, 2019, equates
to an overall decrease in the City budget in the amount of approximately $9.6 million, with an overall budget of revenues
and expenditures of $329,670,129.
Consistent with City Administration goals and City Council’s direction, staff is committed to streamlining costs,
increasing efficiencies Citywide, and is dedicated to securing the City's long-term future. Management is confident that it
has delivered on its commitment by proposing integral structural changes to the City organization and a corresponding
budget that will allow for sustainability.
It is recommended that the City Council adopt a resolution approving the fiscal year 2019/2020 Citywide Budget.
Although the City faces a multitude of budgetary challenges, effective strategies are continuously being explored. Efforts
to further improve operational efficiencies with a focus on cost controls will continue throughout fiscal year 2019/2020
and into the distant future.
Fiscal Impact:
There is no fiscal impact associated with the adoption of the fiscal year 2019/2020 budget, as it is an administrative
activity.
ATTACHMENTS
1. Public Hearing Notice - FY 2019/2020 City Wide Budget Adoption
2. A Resolution Approving a Citywide Budget for FY 2019/2020
3. Public Works Reorganization
City of Vernon >!^^'"^%vc,™-,,.c,\™»*
4305 Santa Fe Avenue
Vernon,C/
(323)583-*
NOTICE OF PUBLIC HEARING REGARDING THE PROPOSED CITY WIDE BUDGET
The City of Vernon willconduct a Public Hearing, which you may attend.
PLACE:Vernon City Hall
City Council Chamber
4305 Santa Fe Avenue
Vernon,CA 90058
DATE &TIME:Tuesday,August 20,2019,at 9:00 a.m.
(or as soon thereafter as the matter can be heard)
PURPOSE/SUBJECT:Consider Adoption of the Fiscal Year 2019/2020Proposed City Wide Budget
DOCUMENTS FOR REVIEW:
All relevantdocuments will be made available for inspection by the public at the Vernon City Hall, City Clerk
Department,4305 Santa Fe Avenue, Vernon, California 90058, Monday through Thursday, 7:00 a.m. to 5:30 p.m. and
will be made available on the City's website at:http://www.cityofvernon.Org/government/public-meeting.s/city-council
Please send your comments or questions to:
Carlos Fandino, City Administrator
City of Vernon
4305 Santa Fe Avenue,Vernon,CA 90058
(323)583-8811 ext. 228 Email:cfandino@ci.vernon.ca.us
PROPOSED CEQA FINDING:
Staff plansto recommend that the Vernon City Council determine that the adoption of the Fiscal Year 2019/2020
Proposed City Wide Budget will not have a significant effect on the environment and that it is exempt from the
California Environmental Quality Act (CEQA). Adoption of the budget is aligned with the creation of a government
funding mechanism or other government fiscalactivity that does not involve any commitment to any specific project
which may result in a potentially significant physical impact on the environment and is, therefore, not a "project"as
defined under Section 15378(b)(4).Further,even if adoption of the budget was considered a "project," it would be
exempt from CEQA review in accordance with Section 15061(b)(3),the general rule that CEQA only applies to
projects that may have a significant effect on the environment.
If you challenge the adoption/approval of the Fiscal Year 2019/2020 Proposed City Wide Budget or any provision
thereof in court, you may be limited to raising only those issues you or someone else raised at the hearing described in
this noticeor in writtencorrespondence delivered to the City of Vernon at, or prior to, the meeting.
Americans with Disabilities Act (ADA):In compliance with ADA,if you need special assistance to participate in the
meeting, pleasecontact the Office of the City Clerk at (323)583-8811 ext. 546.
The hearing may be continued or adjourned or cancelled and rescheduled to a stated time and place without
further notice of a public hearing.
Dated:^fejfa
Deborah Harrington, Interim City Clerk
CALIFORNIA NEWSPAPER SERVICE BUREAU
PRE#
D A I L Y J O U R N A L C O R P O R A T I O N
To the right is a copy of the notice you sent to us for publication in the
HUNTINGTON PARK BULLETIN. Please read this notice carefully and call us
with any corrections. The Proof of Publication will be filed with the County
Clerk, if required, and mailed to you after the last date below. Publication
date(s) for this notice is (are):
Mailing Address : 915 E FIRST ST, LOS ANGELES, CA 90012
Telephone (800) 788-7840 / Fax (800) 464-2839
Visit us @ www.LegalAdstore.com
Deborah Harrington
CITY OF VERNON CITY CLERK
4305 SANTA FE AVE
VERNON, CA 90058
GPN GOVT PUBLIC NOTICE
Consider Adoption of the Fiscal Year 2019/2020 Proposed City Wide Budget
08/08/2019
Notice Type:
Ad Description
COPY OF NOTICE
3281493
!A000005173226!
An invoice will be sent after the last date of publication. If you prepaid this
order in full, you will not receive an invoice.
NOTICE OF PUBLIC HEARING REGARDING
THE PROPOSED CITY WIDE BUDGET
The City of Vernon will conduct a Public Hearing,
which you may attend.
PLACE:Vernon City Hall
City Council Chamber
4305 Santa Fe Avenue
Vernon,CA 90058
DATE &TIME:Tuesday,August 20,2019,at
9:00 a.m.
(or as soon thereafter as the matter can be
heard)
PURPOSE/SUBJECT:Consider Adoption of the
Fiscal Year 2019/2020 Proposed City Wide
Budget
DOCUMENTS FOR REVIEW:
All relevant documents will be made available for
inspection by the public at the Vernon City Hall,
City Clerk Department,4305 Santa Fe Avenue,
Vernon,California 90058,Monday through
Thursday,7:00 a.m.to 5:30 p.m.and will be
made available on the City's website at:
http://www.cityofvernon.org/government/public-
meetings/city-council
Please send your comments or questions to:
Carlos Fandino,City Administrator
City of Vernon
4305 Santa Fe Avenue,Vernon,CA 90058
(323)583-8811 ext.228 Email:
cfandino@ci.vernon.ca.us
PROPOSED CEQA FINDING:
Staff plans to recommend that the Vernon City
Council determine that the adoption of the Fiscal
Year 2019/2020 Proposed City Wide Budget will
not have a significant effect on the environment
and that it is exempt from the California
Environmental Quality Act (CEQA).Adoption of
the budget is aligned with the creation of a
government funding mechanism or other
government fiscal activity that does not involve
any commitment to any specific project which
may result in a potentially significant physical
impact on the environment and is,therefore,not a
“project”as defined under Section 15378(b)(4).
Further,even if adoption of the budget was
considered a “project,”it would be exempt from
CEQA review in accordance with Section
15061(b)(3),the general rule that CEQA only
applies to projects that may have a significant
effect on the environment.
If you challenge the adoption/approval of the
Fiscal Year 2019/2020 Proposed City Wide
Budget or any provision thereof in court,you may
be limited to raising only those issues you or
someone else raised at the hearing described in
this notice or in written correspondence delivered
to the City of Vernon at,or prior to,the meeting.
Americans with Disabilities Act (ADA):In
compliance with ADA,if you need special
assistance to participate in the meeting,please
contact the Office of the City Clerk at (323)583-
8811 ext.546.
The hearing may be continued or adjourned or
cancelled and rescheduled to a stated time and
place without further notice of a public hearing.
Dated:8/5/19
/S/
Deborah Harrington,Interim City Clerk
8/8/19
PRE-3281493#
HUNTINGTON PARK BULLETIN
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
VERNON APPROVING A BUDGET FOR THE FISCAL YEAR
2019-2020
WHEREAS, on June 5, 2018, the City Council of the City of
Vernon adopted Resolution No. 2018-18 approving a budget for the fiscal
year 2018-2019; and
WHEREAS, the City Council of the City of Vernon wishes to
establish a new budget to anticipate the requirements for fiscal year
2019-2020 for the different departments of the City of Vernon; and
WHEREAS, on June 4th, June 18th, and August 6, 2019, all City
Department Heads, with the exception of the Fire Chief, presented to
the City Council the proposed budgets for their respective departments
for Fiscal Year 2019-2020; and
WHEREAS, on August 6, 2019, the City Council of the City of
Vernon adopted Resolution No. 2019-29, approving and authorizing the
execution of an agreement to delegate fire protection, paramedic and
incidental services to the Los Angeles County Fire District (the “LACFD
Agreement”); and
WHEREAS, by virtue of the City’s entry into the LACFD
Agreement, the budget for the Fire Department has been adjusted to
reflect costs accordingly; and
WHEREAS, the expenditures proposed in the budget are well
under the limitations imposed pursuant to the Gann Initiative for
Fiscal Year 2019-2020; and
WHEREAS, the budget maintains the proper balance between
revenues and expenditures, and establishes well thought out priorities;
and
- 2 -
WHEREAS, approval of the budget is in the public interest.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF VERNON AS FOLLOWS:
SECTION 1: The City Council of the City of Vernon hereby
finds and determines that the above recitals are true and correct.
SECTION 2: The City Council of the City of Vernon finds
that this action is exempt under the California Environmental Quality
Act (CEQA), because adoption of the budget is the creation of a
government funding mechanism or other government fiscal activity that
does not involve any commitment to any specific project which may
result in a potentially significant physical impact on the environment
and is therefore not a “project” as defined under Section 15378(b)(4).
Further, even if adoption of the budget were considered a “project,” it
would be exempt from CEQA review, in accordance with Section
15061(b)(3), the general rule that CEQA only applies to projects that
may have a significant effect on the environment.
SECTION 3: The City Council of the City of Vernon hereby
approves the budget as set forth in Exhibit A, attached hereto and
incorporated by reference, to anticipate the requirements for fiscal
year 2019-2020 for the different departments of the City of Vernon.
SECTION 4: The anticipated revenues for the fiscal year
2019-2020 are set forth in Exhibit B, attached hereto and incorporated
by reference.
SECTION 5: The City Council of the City of Vernon hereby
finds and determines that certain items provided for in individual
department budgets are in the nature of community promotion and
education, and the City Council of the City of Vernon further finds and
determines that the same are in the best interests of the City of
- 3 -
Vernon, and necessary for the further development of the City and
constitute a reasonable expenditure of public funds.
SECTION 6: The Interim City Clerk, or the Interim City
Clerk’s designee, of the City of Vernon is hereby directed to file this
Resolution (along with each exhibit) with the County Auditor of Los
Angeles County, located at the following address, within sixty (60)
days after July 1, 2019:
County of Los Angeles
Office of Auditor/Controller
Hall of Administration
500 West Temple Street
Los Angeles, CA 90012
SECTION 7: The Interim City Clerk of the City of Vernon
shall certify to the passage, approval and adoption of this resolution,
and the Interim City Clerk, of the City of Vernon shall cause this
resolution and the Interim City Clerk’s certification to be entered in
the File of Resolutions of the Council of this City.
APPROVED AND ADOPTED this 20th day of August, 2019.
Name:
Title: Mayor / Mayor Pro-Tem
ATTEST:
Deborah Harrington,
Interim City Clerk
APPROVED AS TO FORM:
__
Brian Byun,
Senior Deputy City Attorney
- 4 -
STATE OF CALIFORNIA )
) ss
COUNTY OF LOS ANGELES )
I, Deborah Harrington, Interim City Clerk of the City of Vernon,
do hereby certify that the foregoing Resolution, being Resolution
No. , was duly passed, approved and adopted by the City Council
of the City of Vernon at a regular meeting of the City Council duly
held on Tuesday, August 20, 2019, and thereafter was duly signed by the
Mayor or Mayor Pro-Tem of the City of Vernon.
Executed this day of August, 2019, at Vernon, California.
Deborah Harrington,
Interim City Clerk
(SEAL)
EXHIBIT A
CITY OF VERNONEXPENDITURE BUDGET2019-2020SUPPLIES/ CAPITALDEPARTMENT SALARIES BENEFITS SERVICES OUTLAYTOTALCITY COUNCIL 146,349$ 61,579$ 39,984$ -$ 247,912$ CITY ADMINISTRATION 570,062 295,607 78,871 - 944,540 CITY ATTORNEY 785,281 342,808 427,500 - 1,555,589 CITY CLERK 363,910 141,725 93,000 - 598,635 FINANCE 1,334,418 562,287 1,458,294 - 3,354,999 HUMAN RESOURCES 620,442 2,435,017 426,440 - 3,481,899 COMMUNITY PROMOTION - - 500,000 - 500,000 COMMUNITY DEVELOPMENT - - 500,000 - 500,000 INFORMATION TECHNOLOGY 607,879 236,904 1,261,225 312,000 2,418,008 SUB-TOTAL ADMIN 4,428,341 4,075,927 4,785,314 312,000 13,601,582 HEALTH/ENVIRONMENTAL CTRL 540,226 255,017 627,626 11,000 1,433,869 SUB-TOTAL HEALTH 540,226 255,017 627,626 11,000 1,433,869 POLICE 6,765,061 4,440,220 469,426 120,200 11,794,907 FIRE 5,326,889 3,521,026 8,447,176 365,800 17,660,891 SUB-TOTAL SAFETY12,091,950 7,961,246 8,916,602 486,000 29,455,798 ADMIN-ENGR-PLANNING 1,909,563 921,941 2,326,780 3,680,000 8,838,284 BUILDING DEPARTMENT 159,277 80,783 747,150 - 987,210 PUBLIC WORKS 446,080 242,850 5,840 - 694,770 INDUSTRIAL DEVELOPMENT - - 51,230 - 51,230 CITY GARAGE 378,818 169,580 274,500 45,000 867,898 CITY WAREHOUSE 157,490 82,921 10,950 70,000 321,361 CITY HOUSING 177,657 93,979 134,200 370,000 775,836 CITY BUILDINGS 416,338 192,360 773,050 689,000 2,070,748 SUB-TOTAL COMM SER3,645,223 1,784,414 4,323,700 4,854,000 14,607,337 TOTAL GENERAL FUND 20,705,740$ 14,076,604$ 18,653,242$ 5,663,000$ 59,098,586$ TOTAL GENERAL FUND 20,705,740$ 14,076,604$ 18,653,242$ 5,663,000$ 59,098,586$ EXHIBIT "A" Page 1 of 2
CITY OF VERNONEXPENDITURE BUDGET2019-2020SUPPLIES/ CAPITALDEPARTMENT SALARIES BENEFITS SERVICES OUTLAYTOTALRDA OBLIGATION RETIREMENT FUND- - 5,698,006 - 5,698,006 UTILITIESWATER FUNDWATER OPERATIONS 1,511,156 694,320 7,589,986 8,252,000 18,047,462 RECYCLED WATER - - - - - SUB-TOTAL WATER1,511,156 694,320 7,589,986 8,252,000 18,047,462 LIGHT & POWERFIELD OPERATIONS 692,033 245,899 510,228 536,000 1,984,160 SYSTEM DISPATCH 1,888,740 695,700 797,804 340,000 3,722,244 STATION A - - 635,045 60,000 695,045 TRANS/DISTRIBUTION - - 7,182,204 - 7,182,204 BUILDING MAINTENANCE - - 283,090 255,000 538,090 CUSTOMER SERVICE 256,716 132,024 8,848,257 110,000 9,346,997 ADMINISTRATION 1,017,052 441,981 58,450,677 360,000 60,269,710 ELECTRICAL ENGINEERING 1,114,091 439,050 344,000 9,275,000 11,172,141 RESOURCE MANAGEMENT 1,050,237 408,596 133,995,816 - 135,454,649 ENERGY MANAGEMENT 35,912 13,624 1,100,000 - 1,149,536 SUB-TOTAL L & P6,054,781 2,376,874 212,147,121 10,936,000 231,514,776 GAS577,531 242,417 12,693,267 1,125,000 14,638,215 FIBER-OPTICS68,097 30,801 324,186 250,000 673,084 TOTAL UTILITIES 8,211,565 3,344,412 232,754,560 20,563,000 264,873,537 GRAND TOTAL28,917,305$ 17,421,016$ 257,105,808$ 26,226,000$ 329,670,129$ EXHIBIT "A" Page 2 of 2
EXHIBIT B
CITY OF VERNON
ESTIMATED REVENUES
2019-2020
GOVERNMENTAL FUND TYPE
GENERAL FY2020
400110 SECURED PROPERTY TAX-CURRENT 3,863,645$
400210 PRIOR YEAR SECURED (8,658)$
400310 REAL PROPERTY TRANSFER TAX 237,548$
400311 BNSF 624,792$
400500 PROPERTY TAX-INTEREST & PENALTIES 7,576$
400610 PROP "A" FUNDS 4,340$
400630 PROP "C" FUNDS 3,600$
400700 HOMEOWNERS' PROPERTY TAX EXEMPTION 16,883$
400820 PUBLIC SAFETY AUGMENTATION FUND 1,840$
400900 PARCEL TAXES - WAREHOUSE 11,825,874$
400950 PARCEL TAXES - SAFETY 2,145,162$
401000 UTILITY USERS TAX 12,000,000$
401200 SALES AND USE TAX 7,854,000$
401206 MEASURE R LOCAL RETURN 2,700$
401207 MEASURE M LOCAL RETURN 3,060$
401208 ROAD MAINTENANCE AND REHAB - SB1 3,459$
401209 TDA ARTICLE 3 5,000$
401600 ADMINISTRATIVE FEES - SB2557 (35,541)$
401650 STATE FEE - SB1186 750$
407500 GAS TAX 2103 1,783$
407510 GAS TAX 2105 1,163$
407600 GAS TAX 2106 5,487$
407700 GAS TAX 2107 1,527$
407800 GAS TAX 2107.5 1,000$
410100 BUSINESS LICENSES 6,000,000$
410210 BUILDING PERMITS 700,000$
410211 FIRE PERMIT FEES 27,500$
410212 ALARM PERMITS 14,500$
410240 PUBLIC HEALTH PERMITS 1,100,000$
410250 HEALTH PERMIT LATE FEES 12,000$
410270 FILMING PERMITS 4,000$
410271 SPECIAL EVENT PERMIT FEES 500$
410280 CONDITIONAL USE PERMITS 9,500$
410290 ISSUANCE FEE 19,000$
410300 FRANCHISES AND AGREEMENTS 115,008$
410310 SOLID WASTE FRANCHISE FEES 1,200,000$
410320 SOLID WASTE FRANCHISE LATE FEES 12,000$
410330 FRANCHISE FEES, PRIOR YEARS -$
410400 CLOSURE REVIEW FEES 5,000$
410410 PLAN CHECK REVIEW FEES 100,000$
410430 ANNUAL BUSINESS FIRE INSPECTION 70,000$
410440 FIRE PREVENTION FEES / BUILDING -$
410450 FIRE CODE CONSTRUCTION PERMITS -$
410460 ANNUAL BUSINESS FIRE RE-INSPECITON 1,750$
410470 FIVE YEAR SPRINKLER SYSTEM TESTING 3,750$
410480 FALSE ALARM FEES 27,750$
410490 FIRE EXTINGUISHER TRAINING 250$
420100 VEHICLE CODE FINES 60,000$
420110 OTHER VEHICLE FINES 20,000$
420120 DUI EMERGENCY RESPONSE -$
420130 VEHICLE INSPECTION FEE 4,000$
420510 PARKING CITATIONS 30,000$
420515 FRANCHISE TOWING FEES 15,000$
420520 COMMUNITY SERVICES INCOME 37,000$
420525 IMPOUNDED VEHICLE RELEASE FEES 3,000$
420530 DUI VEHICLE RELEASE FEES 3,000$
420535 REPOSSESSED VEHICLE RELEASE FEE 300$
430110 INVESTMENT INCOME 85,000$
431000 RENTS 528,920$
440100 GRANT REVENUE 2,897,031$
441010 COPS - SLESF FUNDS -$
441014 OVERTIME REIMBURSEMENT REVENUE -$
441015 TASK FORCE REIMBURSEMENT REVENUE -$
EXHIBIT "B"Page 1 of 2
CITY OF VERNON
ESTIMATED REVENUES
2019-2020
GOVERNMENTAL FUND TYPE
GENERAL FY2020
442001 MOTOR VEHICLE IN-LIEU TAX 8,500$
450110 FIRE SERVICE 10,000$
450120 ENGINEERING INSPECTION FEES 70,000$
458000 GENERAL CITY ADMINISTRATIVE SERVICES 3,665,551$
459030 GROUP MEDICAL REVENUE 228,257$
461100 MISCELLANEOUS AND PENALTIES 45,500$
466000 P.O.S.T. REIMBURSEMENT -$
466200 PLAN CHECK FEES 325,000$
466220 GREEN BUILDING STANDARDS FEE 7,000$
466230 ANNUAL FEE 1,000$
466600 COPIES AND PUBLICATIONS 18,650$
466700 BACKFLOW CERTIFICATES -$
466900 MISCELLANEOUS 18,051$
467000 STRIKE TEAM REIMBURSEMENT 125,000$
467100 EMS REIMBURSEMENT 72,500$
467300 BOOKING FEE REIMBURSMENT -$
468400 VARIANCES 4,500$
469300 RESERVE APPLIED (2,862,565)$
499700 CREDIT FOR GARAGE WORK ORDERS 375,000$
600910 OTHER INCOME 387,920$
630055 LIGHT AND POWER IN-LIEU TAX 4,925,975$
670010 SALE OF CAPITAL ASSETS -$
690100 OPERATING TRANSFER IN -$
TOTAL GENERAL FUND 59,098,587
FIDUCIARY FUND
022 RDA/SUCCESSOR AGENCY TAX INCREMENT 5,698,006
SUB-TOTAL FIDUCIARY FUND 5,698,006
TOTAL GOVERNMENTAL TYPE FUNDS 64,796,593
PROPRIETARY FUND TYPES
WATER DEPARTMENT
020 WATER - REVENUES 8,573,244
020 WATER - PROCEEDS FROM LONG-TERM DEBT 1,500,000
020 WATER - RESERVES APPLIED 7,974,218
LIGHT AND POWER
055 LIGHT AND POWER - REVENUES 222,206,778
055 LIGHT AND POWER - RESERVES APPLIED 9,307,997
FIBER-OPTICS
057 FIBER-OPTICS - REVENUES 983,220
057 FIBER-OPTICS - RESERVES APPLIED (310,136)
GAS UTILITY
056 GAS - REVENUES 14,081,125
056 GAS - RESERVES APPLIED 557,090
SUB-TOTAL ENTERPRISE FUNDS 264,873,536
GRAND TOTAL ALL FUNDS 329,670,129$
EXHIBIT "B"Page 2 of 2
GENERAL FUND
Department 011.1041 Building Regulations and Planning
STATUS QUO REORGANIZATION INCREASE/(DECREASE)
OVERVIEW OF EXPENDITURES:OVERVIEW OF EXPENDITURES:
(Regular/OT/Retirement/Insurance)SALARIES/BENEFITS 1,150,492$ (Regular/OT/Retirement/Insurance)SALARIES/BENEFITS 240,060$
(Supplies/Uniforms/Prof. Services)SUPPLIES/SERVICES 344,250$ (Supplies/Uniforms/Prof. Services)SUPPLIES/SERVICES 747,150$
CAPITAL -$ CAPITAL -$
TOTALS 1,494,742$ TOTALS 987,210$ (507,532)$
IMPACTED AREAS IMPACTED AREAS
SALARIES/BENEFITS FTE Salaries EMPLOYEE TITLE FTE Salaries
Assistant Planner 1 86,774$ Assistant Planner 1 87,608$
Building and Planning Manager (Vacant)1 138,576$ Building and Planning Manager (Vacant)*0 -$
Building Inspector, Senior 1 125,789$ Building Inspector, Senior*0 -$
Code Enforcement Technician (Vacant)1 52,228$ Code Enforcement Technician (Vacant)*0 -$
Electrical Inspector, Senior 1 111,363$ Electrical Inspector, Senior*0 -$
Permit Technician 2 133,140$ Permit Technician*1 68,811$
Plumbing & Mechanical Inspector, Sr 1 112,863$ Plumbing & Mechanical Inspector, Sr*0 -$
Overtime 15,000$ Overtime*2,000$
Payout (vacation & sick excess hours)14,000$ Payout (vacation & sick excess hours)*858$
Benefits (Retirement/Group Insurance Premiums/ Medicare)360,542$ Benefits (Retirement/Group Insurance Premiums/ Medicare)80,783$
TOTALS 7 1,150,492$ TOTALS 2 240,060$ (910,432)$
SUPPLIES/SERVICES SUPPLIES/SERVICES
Natural Hazards Mitigation Plan 50,000$ Natural Hazards Mitigation Plan 25,000$
On-Call Structural Plan Check Services 100,000$ On-Call Structural Plan Check Services*-$
Strong Motion Instrumentation Plans/Seismic Haz. Mapping 15,000$ Strong Motion Instrumentation Plans/Seismic Haz. Mapping 15,000$
On-Call Plan Check & Inspection Services 15,000$ On-Call Plan Check & Inspection Services*-$
Housing Element Update 25,000$ Housing Element Update 25,000$
File Scanning 50,000$ File Scanning 50,000$
Code Enforcement 50,000$ Code Enforcement -$
Plan Check/Inspection/Planning -$ Plan Check/Inspection/Planning*620,750$
Revolving Fund 5,000$ Revolving Fund 5,000$
Maps 1,000$ Maps 1,000$
Office Supplies 4,000$ Office Supplies*800$
Uniforms 400$ Uniforms*200$
Advertisement/Promotion 2,500$ Advertisement/Promotion 2,500$
Vehicle Expenses 5,500$ Vehicle Expense*-$
Travel 2,000$ Travel*-$
Membership Dues 850$ Membership Dues*200$
Books & Publications 10,000$ Books & Publications*2,000$
Training 8,000$ Training* -$
TOTALS 344,250$ TOTALS 747,450$ 403,200$
*Changes made due to proposed reorganization
SUMMARY
With the implementation of contracted Plan Check/Inspection/Planning Services to augment the Building and Planning Division, Public Works will absorb existing service costs for On-Call
$505,750. In addition to mitigating costs in salaries/benefits, Public Works is also able to reduce expenditures in its supplies/services. An overall reduction of $507,532 will be realized in the
Building Regulations and Planning Division of Public Works.
Structural Plan Check and Inspection Services while adding the benefit of technology to the operation. The difference between existing contract service costs and proposed equates to
Current Building Permit Process (New Construction)
*Average time frame to issue New Development permits is 10-12 weeks. Some
permit applications may vary.
PERMIT
TECHNICIAN
CLIENT
SUBMITS PLANS
PLANNER (CUP,
VARIANCE, ZONING,
PARKING)
CASP
CONSULTANT
PERMIT ISSUED
TO CLIENT
ENGINEERING
(GRADING/LID
)
MECHANICAL/
PLUMBING
BUILDING
ELECTRICAL
STRUCTURAL
CONSULTANT
PERMIT
TECHNICIAN
Reorganized Building Permit Process (New Construction)
*Projected Average time frame to issue New Development permits is 6-9
weeks.
The right sizing of the Building Division using a consultant to provide all plan review and inspection service will benefit a nyone
building in Vernon through streamlining the permit processes by eliminating the multiple person reviews that we are currently
using (see graphic). Streamlining will reduce redundant and conflicting plan review comments, improve the quality of plan
reviews and inspections, and decrease review times for complex projects.
Currently there are two positions in the Engineering Section that have become have recently become vacant through
promotions and transfers, and a third position that has been temporary reassigned to Street Maintenance. Using a
consultant to provide all plan review and inspection services eliminates the grading and low impact development plan
review and inspection work currently being performed by the Engineering Section allowing the engineers to instead focus
on the maintenance and betterment of City facilities and infrastructure, resulting in the permanent right sizing of the
Engineering Section.
The Warehouse Division will be right sized through a change in processes and the use of technology. The right sizing of the
Warehouse Division and of the Engineering Section allows additional employees to be assigned to Street Maintenance and
provides for a second Graffiti Abatement Crew.
PERMIT
TECHNICIAN
CLIENT
SUBMITS PLANS
PLANNER (CUP,
VARIANCE, ZONING,
PARKING)
PERMIT ISSUED
TO CLIENT
PERMIT
TECHNICIAN
CONSULTANT
City Council Agenda Item Report
Agenda Item No. COV-351-2019
Submitted by: Veronica Avendano
Submitting Department: Human Resources
Meeting Date: August 20, 2019
SUBJECT
Employee Service Pin Awards for July 2019
Recommendation:
No action required by City Council. This is a presentation only.
Background:
Submitted herewith is a list of employees who are eligible to receive their service pin based on the number of service
years with the City of Vernon.
Fiscal Impact:
None.
ATTACHMENTS
1. Service Pin List for July 2019
JULY ANNIVERSARY
EMPLOYEE'S NAME DEPARTMENT TITLE D.O.H YEARS
Sergio A. Canales Public Works Assistant Planner 7/4/1999 20
Jeremy A. Cross Police Police Sergeant 7/12/2004 15
Paul J. Hallenberg Fire Firefighter/Paramedic 7/19/2004 15
Jonathan D. Sudduth Fire Firefighter/Paramedic 7/19/2004 15
Jonathan E. Van Oeffelen Fire Firefighter 7/19/2004 15
Stephanie D. Aceves Police Police Dispatcher 7/14/2014 5
Hema P. Patel City Attorney City Attorney 7/21/2014 5
2019 SERVICE PIN LIST
City Council Agenda Item Report
Agenda Item No. COV-358-2019
Submitted by: Lisette Grizzelle
Submitting Department: Human Resources
Meeting Date: August 20, 2019
SUBJECT
Recognition of Various Fire Safety Retired Employees
Recommendation:
A. Acknowledge and present proclamations to the following retired Fire Safety employees, in recognition of their
dedicated service to the City of Vernon:
1. Fire Captain Stephen G. Agon
2. Fire Captain David A. Moore
3. Fire Captain Rory J. Moore
4. Fire Captain Steven M. Ruffoni
5. Fire Engineer Christopher M. Hanson
6. Fire Engineer David E. Koltvet
7. Fire Engineer Jeffrey S. Neely
8. Fire Engineer Michael D. Rogers
9. Fire Engineer Jeffrey S. Smith
10. Firefighter/Paramedic Thomas J. Egan
11. Firefighter Douglas C. Barker
12. Firefighter Barry A. Schoolmeester
Background:
Historically, the City Council has issued proclamations in honor of retired City employees. The proclamations commend
the employees for their years of service and dedication to the City, acknowledge their contributions to projects or
programs, and recognize significant achievements attained throughout the employee's career. Proclamations are being
presented to the following employees that retired during the month of June 2019:
- Fire Captain Stephen G. Agon, Hired on August 17, 1987 - Retired on June 8, 2019
- Fire Captain David A. Moore, Hired on May 16, 1988 - Retired on June 17, 2019
- Fire Captain Rory J. Moore, Hired on June 26, 1989 - Retired on June 29, 2019
- Fire Captain Steven M. Ruffoni, Hired on May 16, 1988 - Retired on June 29, 2019
- Fire Engineer Christopher M. Hanson, Hired on January 7, 1991 - Retired on June 28, 2019
- Fire Engineer David E. Koltvet, Hired on September 12, 1994 - Retired on June 8, 2019
- Fire Engineer Jeffrey S. Neely, Hired on September 12, 1994 - Retired on June 22, 2019
- Fire Engineer Michael D. Rogers, Hired on February 26, 1990 - Retired on June 29, 2019
- Fire Engineer Jeffrey S. Smith, Hired on January 7, 1991 - Retired on June 29, 2019
- Firefighter/Paramedic Thomas J. Egan, Hired on November 2, 1992 - Retired on June 29, 2019
- Firefighter Douglas C. Barker, Hired on November 2, 1992 - Retired on June 20, 2019
- Firefighter Barry A. Schoolmeester, Hired on February 26, 1990 - Retired on June 18, 2019
All twelve of the aforementioned Fire Safety Personnel members meet the eligibility requirements under CalPERS to
retire from the City of Vernon effective as of the retirement date listed above for each employee.
Proclamations will be mailed to each respective employee as they are not able to attend the August 20th Council
Meeting.
Fiscal Impact:
There is no additional fiscal impact on the current operating budget as a result of this recommended action.
ATTACHMENTS
1. Proclamations for Twelve Employees Retired in June 2019
1 i f j
i s~:
~~,~' ~ ~
r~~~`~ 4 L ~ RN
~7~ ~ ~ f
r/ i ~` ~
A PROCI.AMATlON OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING STEPHEN G. AGON FOR HIS
MANY YEARS OF SERVICE TO THE CITY OF VERNON
IYIE~FRF.AS, Stephen G. Agora (".Stephen .f~gon') ha r been employed ~y the City of Tlernon since August 7 7, 7 987,
and har faithfully served the City of Vernon for over 37 years; and
I-YIHERF.AS, Stephen Egon has retired from the City of Tlernon ~ective June 8, 2079, as a .Fire Captain; and
IY~HFRF.~.~S, during the course of his employment with the City of Vernon, Stephen ~gola held thepo~~ition.r of
Firefighter, .Fire Engineer and Fire Captain; and
IYIHEAF.AS, Stephen Egon completed Urban Search and Rescz~e (CISAK) cert~cation in Juy of 207 7; asad
I~HF.RF.~S, Stephen .~gon ava.s dedicated to providing continuous service and exemplified true public ser~~ice to our
community; and
IYIH. F.RF~S, during hi.r long and distinguished career Zvith the City of Vernon, Stephen Egon has won the deepest
respect of his colleagues throargh his leadership and his many contributions to the City; and
~YIHFRF.~S, it is ata honor to express our appreczation to Stephen Egon for his exemplary service to the City of
Vernon and avish Stephen good h.ealth upon his retirement and for continued suaes~• in life ~• pursuits; and
IYIHF.RF~S, the 1Vlayor and the City Counczl of the City of Vernon, on behalf of its employees, residents and
bit.~ine~'.re.r, wish to commend and thaya~ Stephen ~gota for his manyyearr of service to the City and invite recog~aition of his
contributions and achievements•.
.NO IYI, THEREFORE_, TH ~ MAYOR ~1VD T IE CITY CO UNCIL OF THE Cl'TY O.F VFRNC~~';
O.i~' B :H~L,.~ OF IlS FMPLOYF_FS, RF.SIDEIVTS AND B USl'NFSSFS NFRF..BY COMMENDS
STFl?NFN G. ~GON .FOR .I IIS 1~~I~NY YF.~RS OF SERVICE TO T. HE CIT. Y. THIS 1'ROCL~~M~TI0~1
IS B ~I~1G PRF.SF~ITFD TO S.T. FI?HF.N G. AGO1V BY T`HF HOI~lOR,~BLF MAYOR MF.LISS~
~'B,~KR.~ .FOR AND ON BFH~N O.F THE. CIT. Y CO UNCIL OF "lHF CITY O.F VFR~ION THIS 20"'
DAY OF ~ UG UST T. ISO T. H. O US~ND ~D NII~'FT. ~:EN:
crate o.~ vEx~vo~v
A PROCZ~~IVIA TION OF THE MAYOR AND THE CITY CO UNCIL OF
THE CITY OF VERNON COMMENDING DAVID A. MOORS FOR HIS
MA1VY YEARS OF SERVICE TO THE CITY OF VERNON
I~FIERE~S, David ~. Moore (`avid Moore') his been employed by the City of Vernon since May
76, 7988, and h.as faithfully served the City of ~Tlernon for over 3 ~ year~~ and
WIHERF~S, David Moore hay retired from the City of Tlernon effective June 7 7, 20 9, a~- a Fire
Captain; and
WlH ~RF~S, during the cour~~e o f ~hi~~ employment with the City of ~ T%rnon, David Moore held the
pos-ition~~ o~ f ~.~irefighter, .Engineer, acting Captain and .Fire C~zpt~zin; and
I-YIHEKEAS, David Moore completed Hatiardou~ Material~~ training to become a .Ila~ardou.~~ Material s~
Speciali~~t, and completed Urbun Search and Resczte (USAK~ certification to become an Urban Search and Re~~cue
Specialist; and
I,YIHEKEAS, David Moore ~l~~o received certification~~ a~~ a Firefighter I ~' II, Company O fficer and
Engine Bo~~~ and
I~YI.C.IEK~AS, a~~ a .Fire Captain, David Moore created the Department ~• Multi Casualty Inczdent
Procedure Manual, Ground Ladder Policies, and Zva~~ a~~signed the `B-Sh ft"Training O~cer; and
I~HF.RE~S, David Moore ~a.~~ dedicated to providing continuou~~ ~~ervice and exemplified true public•
~~ervic~e to our community; and
I~HFRE~S, during hip• long and di~~tingui~•hed career with the City o f ~ Vernon, David Moore has upon
the deepe~~t respect o f ~ h.is colleague~~ through hi~~ leczder~~ h.ip and hi~~ many contributions to the City; and
I~HERE~S, it is' an h.onor to ex~re~~~~ our appreciation to David Moore for hi~~ exemplary service to the
City of ~ 1%rnon and ~i~~h David good health upon hi.►~ retirement and for continued ~~ucces~~ in l fe's pur~-uit~~ and
WIHEK~~S, the Mayor and the City Counczl o f the City of ~ T%rnon, on be h.alf ~of its employee;
resident~~ and bu~~ines:ce~~, ~i~~h to commend c~nd thank David Moore for hi~~ manyyear~~ of ~~ervice to the City and
invite recognition of ~ h.is contribution.► and achieveynent~~.
N~OW~, THERF_FORF, THF. MAYOR ~1~11D TH. F CITY COUNCIL OF T..IIE CITY O.F
~RNON; OIV BEN~I1F OF ITS JMl'LOYEFS, KESIDEI~ITS ~1VD BUSINESSES HE :.BY
COMMF.I~IDS DAVID ~. MOOKE .FOR H. IS .~Z~NY YE.~RS O.F SFKVIC J TO THE Cl'T. ~
THIS 1'I~OCL.~~,~TI0~1 IS BEING 1'KESEI~ITED T. O DAVID ~. MOORS .BY TH
.HOI~10I~.BL~ MAYOR MELISSA YB~RFZA FOR AND O.N~ .BE.H~LF O.F THE CITY
COUNCIL O.~ THE CITY O F VERNON THIS 20TH DAY OF A UG UST T. ISO 7.-`HO US~ND
~.ND NIIVFTE J1~1:
CITY OF VFRI~ION
I
'I ~
'-
,. j ~' l
_,
~~
~~ __~ 4'
s
~' p
A PROCZ~IMATION OF THE MAYOR AND THE CITY COUNCIL OF
?'HE CITY OF VERNON COMMENDING RORYJ..1V1~00RE FOR HIS
MANY YEARS OF SERVICE TO THE CI T Y OF VERNON
I~HFRF~S, Rory J. Moore (gory Moore') ha~~ been employed by the City of Vernon since June 26,
7989, cznd ha~~ faithfully ~~erved the City of 1~ernon for over 30year~~ ~znd
I~VH..ER~~S, Rory Moore hay- retired from the City of Tlernon ~ective June 29, 20 7 9, as ~ .Fire Captain;
and
I-YIHFRE.~S, during the cour~~e of hi~~ employment with the City of T%rnon, Rory Moore held the po~~ition~~ of
.Firefighter, .acting Engineer, Engineer and C~zptczin; and
I~YI~IF.RF.~S, prior to ~orl~ing for the City of Vernon, Rory Moore worked for~rcadia%Monrovia
ambulance for fouryear~• and attended Mount SAC Community College where he obtained ~n ~~•~~ociate of Science
Degree; and
I~~IF.KF~S, Rory Moore completed .Hatiardou~~ Mate~ial~• training to become cz .Hatiardou~~ Mczterial~~
Specialist, and completed Urban Search and Rescz~e (US~.,R) certification to become an Urban Search and Kescue
Specialist; and
I~H. F.RF~S, Rory Moore also received certification~~ a~~ a .Firefighter I ~' II, Company O~cer cznd Engine
Bo~~.s; ~znd
I,V.FI :RE.~S, as a .Fire Captain, Rory Moore ~orl~ed on the ~ppa~atu~~ Committee cznd managed the .Fire
~pparatu~~ ems' :gui, pment 1'ro~ram; cznd
I,VHF JAS, 1Z.oyy M. Dore zva~~ dedicated to providing continuou~~ ~'ervice and. exem~l f ed true public ~•ervice to
our community; and
I,YIHERF~S, dining hi~~ long end distingui~•hed career with the City of Tlernon, Rory Moore ha~~ won the
dee~ie~~t respect of hi~~ colleagues through hi~~ leader~~hip and hi~~ many contribution~~ to the City; and
I~YIHF ~f~S, it i~~ an honor to expre~~~~ our appreczation to Rory Moore for his exemplary service to the City
of Tlernon and ~i~•h Rory good health upon hi~~ retirement ~znd for continued ~~ucce~~~~ in life ~- pur~-uit~~ and
I~VI CFI~E~S, the Mayor and the City Council of the City of Vernon, on behalf of itJ~ em~loyee~; re~-ident~•
and bu cine~'J~G'J; wish to commend end th~zn~ Kory Moore for hi~~ ynany years of ~-ervice to the City and invite recognition
ofhi~~ contributions and ac•I~ievement~~.
IVOI,YI, T..HF ~.~0 ~, T..HE .M~YOR~D THE CITY COIJI~rCIL O.~ THE. CI`IY O.~
L~~RI~VOIti'; ON~ .BF..F-I~L,F O.F IT S' EMPLOYE :S, RF.SIDF.IV~TS ~IVD B USI~'FSS ~S .H ~ :BY
CO~✓IMF~VDS ~Z.OKYJ. MOOR ~ .FO.R .HIS M~'~'Y YE.~RS O.~ SFRVIC ~ TO TH : C.~TY. T..F~IS
PROCL.~~,V1,~T.IOI~I IS B ~II~1G 1'RF.SENTF.D 70 RORYJ.IV_(00 ~ .BYTHF.1-~OIVUI~.BLF
M~YOK M ~.LISS~ Y.B~IZR~ .FOR ~D ON B : H~L.F OF THE CIT. Y CO U1V C'IL OF THE_ CI"T. Y
O.F VF.RN~O~V ~ THIS 20TH D.~Y O.F ~ UG US"T T. ISO TFHO US~ND ~.~'D .NINFT. EFIV:
CITY O.F ~RI~~ON
.Bye ~—
M ~LI.SS~ Y.B~ ,Mayor
<~
} ;
_.
~ ~
_~ i
d
A PROCZ~4MATION OF THE MAYOR .AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING STEVEN M. R UFFONI F01~
HIS M~9LNY YEARS OF SER VICE TO THE CITY Off' VERNON
I~IHEAEAS, Steven M. Kuffoni (`Steven Kuffoni'~ has been eynployed by the City of Vernon since
May 7 6, 7 988, ccnd has faithfully served the City of Tlernon for over 3 7 years,• and
I~VHEKEAS, Steven Auffoni has retired from the City of Vernon ~ective June 29, 20 ~ 9, as ~z Fire
Captain; and
I~VHEKEAS, during the course of his employment with the City of Vernon, Steven Kuffoni held the
positions of Firefighter, Engineer and Fire Captain; and
I-VHEKEAS, Steven Kuffoni completed Hazardous Materials training to becoyne a Hazardous
Materials Specialist, and colleted Urban Search and K.escue (USAK~ cer~ificatzon to become a Urban Search
and Rescue Specialist; ~znd
I~VHEKEAS, Steven Kuffoni also received certifications czs a Firefighter I ~' II, Company O~cer
cznd Engine Boss; and
I-IVHEKEAS, as a Fire Captain, Steven Auffoni excelled as a Hazardous Materials Captain and
~rovidec~ exceptional service to our business coynmunity, zvas the Vernon Fire/Police liaison, yne~nber of the
Core Uczlues Coyn~nittee, started the Firefighters .K.eading to Kids prograyn and the Firefighters for Perfect
Attendance prograyn at Vernon City Elen~entczry School; and
I~HEKEAS, du~zng his long and distinguished career with the City of Vernon, Steven Kuffoni has
won the deepest respect of his colleagues through his leadership and his many contributions to the .City; cznd
WIHEKEAS, it is an honor to express our appreciation to Steven Kuffoni for his exeynplary service to
the City of Vernon and wish Steven good health upon his retireynent and for continued success in life's pursuits;
and
I~VHEKEAS, the Mayor and the City Council of the City of Vernon, on behalf of its eynployees,
residents and businesses, wish to coynmend and thanl~ Steven Kuffoni for his ynany years of service to the City
and invite recognition of his contributions and achievements.
N01.Y~, THEKEFOAE, THE MAYOK A~TD THE CITY CO U~CIL OF THE CITY
OF VEAN~N, OAT BEHA.L~F OF ITS. EMPLOYEES, KESIDE.NTS AND B USI~TESSES
HEKEBY CO~li1ME~TDS STE L'E~~T M. ~.UFFONI FOA HIS 1~~9~IY YEA1~S OF SEKVICE
TO THE CITY. THIS PKOCL~~,VIATION IS BEING PK.ESE~TTED TO STE VE.~T M.
.~UFFONI BY THE HOI~TOKABLE .1VIAYOK MELISSA YBAKKA FOl'~ A~TD Ol'~T
BE.HALIF OF THE CITY CO UNCIL OF THE CITY OF V~KNO.~T TINS 20TH DAY OF
.AUGUST TIRO THOUSAND AND .NI.NETEE~V:
CITY OF VEK.~TO~1-
_~ `
~ ~ ~ ,
t P
A PROCZ,.AMATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING CHRISTOPHER M. HANSON
FOR HIS MA1vY YEARS OF SERVICE TO THE CITY OF VERNON
I~VHEAEAS, Christopher M. Hanson ("Christopher Hanson' has been employed by the City of
V ~ernon since January 7, 7 99 7, and has faithfully served the City of Tlernon for over 28 years; and
I~HEK.EAS, Christopher Hanson has retired from the City of Vernon ~ective June 28, 20 7 9, as a
Fire Engineer; and
I~IVHEKEAS, during the course of his employment with the City of Vernon, Christopher Hanson
held the positions of Firefighter, Acting Engineer, and Engineer; and
I~HEKEAS, as an active member of the Fire department, Christopher Hanson was a founding
meynber of Vernon Fire Depart~nentArson Investigation Team; and
I~HEKEAS, Christopher Hanson coynpleted Hazardous Materials gaining to become a Hazardous
Materials Specialist, and completed Urban Search and Kescue (USAK~ cerizficat~on to become an Urban Search
and Kescue Specialist; and
I-VHEI~EAS, Christopher Hanson was dedicated to providing continuous service and exemplified
true public service to our community; and
I-VHEI~EAS, during his long and distinguished career with the City of Vernon, Christopher Hanson
has won the deepest respect of his colleagues through his leadership and his many contributions to the City; and
I~VHEKEAS, it is an honor to express our appreciation to Christopher Hanson for his exemplary
service to the City of Vernon and wish Christophergood health upon his retirement and for continued success
in life s pursuits; and
I~VHEKE~IS, the Mayor and the City Council of the City of Vernon, on behalf of its employees,
residents and businesses, wish to coynmend and thanl~ Christopher Hanson for his manyyears of service to the
City and invite recognition of his contributions and achievements.
INTO Imo, THEKEFOKE, THE MAYOR AND THE CITY CO UNCIL OF THE CITY
OF VEI~NON, OAT BEHALF OF ITS EMPLOYEES, KESIDEI~TTS AND B USINESSES
HEKEBY COMMENDS CHKISTOPHEK M. HANSON FOK HIS 1~~gNY YEAKS OF
SEI~VICE TO THE CITY. THIS PKOCLf~1V1ATION IS BEING PKESENTED TO
CH~~.ISTOPHEK M. HANSON BY THE HOI~TOKABLE MAYOK. MELISSA YBA~
FOR AND ON BEHALF OF THE CITY CO UI~TCIL OF THE CITY OF VEKI~TOI~T THIS
20T~~ DAY OF A UG UST T ISO THOUSAND AND NINE TEEN
CITY OF VE~TOIV
By: ~-
M LISSA YBA ,Mayor
-_~ ~ ~
I
.,~-- 1 ~.
A PROCZ~~MATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING DAVID E. KOLTVET FOR
HIS MANY YEARS OF SERVICE TO THE CITY OF VERNON
I~IIERE~S, David F. Koltvet (`avid Koltvet'~ ha~~ been employed by the City of~Tlernon ~~ince
September 72, ~~94, and h.as faithfully ~~erved the City o f ~Tlernon for over 24 year~~; and
IYI.HEKE~S, David Koltvet h.as retired from the City o f ~ I~ernon effective J~~ne 8, 2079, a~~ a .dire
~ngineer; and
I~H :REDS, during the cour~~e of ~hi~~ employment with the City of ~V~ernon, David Koltvet h.eld the
po.~ition.~- of .Firefighter and .Fire Engineer; end
I~HER.F~S, prior to being h.ired by the Vernon .Fire Department, David Koltvet obtained an
~.►-,-ociczte of Science Degree in .Machine T. ool T. ethnology and spent 73year~~ ~or~ing a~~ a Machinist; and
I~YI.HEKE~S, David Koltvet completed Ha~ardou~~ Material~~ training to become a Ha~ardou~~ Material~~
Speciali~~t, and completed Urban Search and Re~czte (US~K) certification to become a Urban Search ~znd Re~~cue
Specialist; and
WIH.ERE~S, David Koltvet'.~- ~-I~ill~- a.+- a Machini~-t, .Firefighter, and US~K Spe~iali~~t were put to
work for the majority of ~ h.is career while ~orl~ing on the .Fire Department'., USAK tec~rn, mo~~t ~~ignificantly during
hi~~ deployment at the Montecito Mud .y~lide inczdent in January 20 ~8; and
I~HEKF~S, David Koltvet u~cz~~ dedicated to providing continuou.~~ ~~ervice and exemplified true~ublic•
~•ervice to our coynmunity; and
I-YIHEI~~S, during h. is long and di~~tingui~~hed career aa~ith the City o f ~ Tlernon, David Koltvet h~z.+~ upon
the deepe.►-t respect of ~hi~~ colleague~~ through hi~~ leader~~ h.ip and h. i~~ many contributions to the City; and
I~HER.~~S, it i~~ an h.onor to expre~~~~ our appreciation to David Koltvet for hi.►~ exemplary service to the
City of ~ T%rnon and Zvi~~h Dczvidgood health upon hip• retirement and for continued ~•ucce.y~~• in life ~~pur~~uits; and
I~VI-IERF.~S, the Mayor and the City Council of the City of ~ Vernon, on behal f ~of ~it~~ employee-,
re.~~ident.,~ and bu~ine~se~~, ~vi~~h to commend and th~n~ David Koltvet for h.is mcznyyear~~ of ~~-ervice to the City and
invite recognition o~ f ~ h.is- contribution~~ and achievement~~.
NO Imo, THF. :.~~ORF., THF. MAYOR ~IVD T. H ~ CIT. Y CO UN~CIL O.F THE CITY O.F
VF.KNO~'; ON~ BE.H~~ OF IT. S EMPLOYEES, KESIDEIV~'S ~1~1D BU..SIN~SSES .HE :BY
COMMENDS DAVID E. KOLT. VET .FOR ~fIS ~~iNY YEA1~S O.F SEKVICE T. O T.I.IE CITY.
T. ~~I S 1'KOCL~'VI~TION IS BEING PR.~S J1~,7TED TO DAVID E. KOL"TVET BY THE
HONOR:~.BLF. MAYOK MELI.SS~ YB~1~1~ .~Ol~ ~1VD 01~1~ BEH~l~ O.F T..HF CITY
COUNCIL OF T. H. E CIT. Y O.F VERNO~I 7`.HIS 20TH D~.Y O.F ~ LrG UST. T. I-Yl0 7~F~0 US.~ND
~1D NI~1ET. EEN:
CITY OF VERNON
By:
~vr :~.rss~ ~~ ,Mayor
~'
i
~ '~ ~
o~ V J J
~t~l`~y f011k +~~
~~ ~ 3
r ~°
A PROCZ.AMATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING JEFFREYS. NEELYFOR
HIS 111~ANY YEARS OF SERVICE TO THE CITY OF VERNON
I~VHEREAS, Je ff~rey S. Neely (` f eff rey Neely') hc~s been employed by the City o f T/ernon ~~ince
September 72, 7994, andha~~ f~ithfitlly ~err~ed the City of ~T~ernon for over 24 year~~ and
WIHEI-~~S, f ~rey Neely h.as retired from the City of Vernon ~ective June 22, 2079, a~~ a .Fire
Engineer; and
I~I:CE1~~S, during the cour~~e of ~ h.is employment with the City of ~ I~ernon, Jeffrey Neely h.eld the
po.~~ition~~ ofFirefighter and Fire Engineer; and
I~IFR.F..F~S, prior to being h.ired by the Vernon Fire Department, J~rey Neely attended Ce~ito~~
College in 7988 and graduated from Rio Rondo Fire academy Clas~~ # 33 in X 990; and
I-YHEKE~S, Jeffrey .Neely completed Hatiardou~~ Material~~ training to become ~ .H~z~ardou~- Material~~
Speciali.,-t, and completed Urban Search and Re~zr~e (CIS~R~ certification to become ~n Urban Search and Rescue
Speci~zli.+~t with. a specialty in .Heavy Fqui~ment Re~•cue Specialist; and .
I~.CIEI3E~S, J~rey Neely'.►- ~~l~ill.~~ in construction and USSR mere put to ~or~ for the majority of ~hi.+~
career working on the department ~~ USSR team; and
I~.HEAE~S, J~rey 1~leely zva.~~ dedicated to providing continuou~~ ~~ervice and exemplified true public
.~~e~ice to our community; and
I~HERE~S, during h.is long and di.~~tingui~~hed career with the City of ~ l~ernon, J~rey Neely has. won
the deepe~-t respect of ~hi~~ colleague~~ through hip- leader~~hip and h.is many contribution~~ to the City; and
I~VHFRF~S, it is czn h.onor to expre~-~- our appreciation to J~rey Neely for his exemplary ~~ervice to the
City ofVernon and ~i~~h J~reygood health upon hi~~ retirement and for continued succes~~ in life'., pur~~uit~~ and
I~IFRF~S, the Mayor and the City Council o f the City of ~ 1%rnon, on behal f ~of it~~ employee~~,
re~~ident~~ and bu.~~ine~se.+~, ~i.~~h to commend and thank Jeffrey Neely for h. i~~ manyyears of ~~•err~ice to the City ~znd
invite recognition of ~hi~~ contribution.► and achievement~~.
NO I~YI T.HE ~_FO J, THE M~YOK ~D THE CIT. Y CO UNCIL O.F THF. CITY O.F
~RNON; OIV BEH~~ OF ITS E1VI1'LOYEES, RESIDENT'S AND .BUSINESSES .HE ~BY
C0IVIMFNDS JF..F.FRFY S. NEFLY.FOR .HIS ~~VY YEARS O.~ SERVICE TO T.~IE CITY:
THIS 1'KOCL.~~,~T. IOI~' IS BFI~1G 1'RFSENfiED TO JEF~~Y S.IVEELY.BY THE
H0~10I~BLF MAYOR MFLISS.~ YB~RR~ .FOR ~1~ID ON BE.H~L~ O.F THE CITY
COUNCIL O.F THE CITY OF VFRN0~17~HIS 20TH DAY O.~ ~ UG UST TIRO THO US~ND
~N~D .NINETEEN:
CITY OF Ti~R~10N
By: ~
M LISS~1 YB.~ ,Mayor
~l
f
-,/"_
~' f
A PROCZ.AMATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING MICHAEL D. ROGERS FOR
HIS MA1VY YEARS OF SERVICE TO THE CITY OF VERNON
I~H. ERF.AS, Michael D. Rogers (`Michael Roger-') hus been employed by the City of Vernon since .February
26, 79 0, and has faithfully 3~erved the City of Vernon for nearly 30 years; and
and
I~HF.RF.~.S, Michael Roger~~ has retired from the City of Tlernon~ effective June 78, 2079, a~~ a .Fire Engineer;
I,VI-.CEKF.~S, during the cour~-e of hip- employment with the City of Vernon, Michael Roger- held the positions of
.Firefighter and .Fire Engineer; and
I~HF.RE.~S, Michael Roger~~graduated from Rio Hondo .~ sire Academy Class # 23 in 7986 and in 2002
earned an ~.r~~oczate~~ of Sczence in Fire T. echnolo~,y from Rz'o H. ondo College; ~znd
I-YIH ~ ~.~S, Michael Rogers completed .Hazardous Materials training to become a .Hazardous Materials
Specialist, and completed Urban Search and Rescz~e (CIS~R) certification to become an Urban Search and Re~~cue Specialist
~vith cz ~peczczlty in Heavy Equipment Rescue Speczali~~t; and
I,YIHERE~S, aftergrczduating from the fire academy, Michael Rogers worked in the construction industry where
he obtained vital ~noaa~ledge and ~'I~ills which avere put to work during his fire ~~ervice career, most .rpeczfically, while zvor~ing
on the .Fire Department's US.AR team; and
IYIHF.RF.~S, Michael Roger~~ also received certifications a~~ a .Firefighter I ~' II, Certified .Fire O~cer Und
DMV Training In~~tructor; and
I-YIH. ERE~S, a~~ a .Fire Engineer, Michael Rogers assi~~ted with the fire pump test procedure~~, fire inventory
management, and ~~erUed a~~ 1'hysical.Fitne~'~' Coordinator; and
WIH. F . :~S, Michael Rogers zva~- dedicated to providing continuous- ~~err~ice and eacemplified true public• service to
oar community; and
I~YIHF ~f~S, during his long and di~'tingui~'hed career with the City of Vernon, Michael Rogers har zvon the
deepest respect of his colleague~~ through hi~~ leader~~hip and his many contributions to the City; and
I-YIH..ERF:~S, it i~~ un honor to expres~~ our appreciation to Michael Rogers- for hip- exemplary ~-ervice to the City of
Ti'ernon and wish Michuelgood health upon hip- retirement and for continued succe~~~~ in life ~~ pursuits; and
I~H ~.RE.AS, the Mayor and the City Council of the City of Vernon, on behalf of its employee~~, resident~~ and
bu~~ine~~ses, wish to commend and thank Michael Roger~~ for hi~~ manyyears of service to the City and invite recognition of his
contributions and achievement~~.
1VOI-YI, THF.RF..FORF., T.HF ,MAYOR ~D THE. CIT. Y COUNCIL OF THE CIT. Y O.F
L ~R~ION; ON BF..N~LF OF I.T. S FMPLOYF.F.S, RESIDENT. S ~.N~D .B USL~TFSSFS .FIH J :.BY
COMMENDS MICHA :L D. ROGFRS .FOR .FCIS MANY YF.~.RS O.F SERVICE TO TN ~ CIT. Y. THIS
1'ROCL.~~VIAT. ION- IS .B ~I1VG PRESENTED TO MICH~FL D. ROG SRS BY THE. HONOR~BLF
M~.YOR MFL1'SS~ YB~~Z~Z~ FOR ~I~ID OIV BF.C-C~L,.~ O.F THE CIT. Y CO UNCIL O.F THE CIT. Y O.I~
VF.RNO~I THIS 20"' ~' f DAY OF ~ UG UST. T. I,YlO THO USED AND ~1I~FTEF..iV:
CIT. Y O.F VERi~TON~
By; ~--
MFLISS~ YB~ ,Mayor
f
~~
1 ~ ~'
- _jam"`' ~ l~
f
P ~
A PROCZ~~MATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING JEFFREY S. SMITH FOR HIS
M~9LNY YEARS OF SER VICE TO THE CITY OF VERNON
I-VHEI~EAS, Jeffrey S. Smith (` f ~rey Smith' has been employed by the City of Vernon since
January 7, 7 99 7, and has faithfully served the City of Vernon for over 28 years; and
I~VHEAEAS, J~rey Synith has retired frofn the City of Vernon ~ective June 29, 2079, as a Fire
Engineer; and
I~HEAEAS, during the course of his employment with the City of Vernon, Jeffrey Smith held the
positions of Firefighter and Engineer; and
I-VHEKEAS, prior to being hired by the Vernon Fire Department, J~rey Synith ~orl~ed forAME
Aynbulance as a Paramedic which provided service to the City of Vernon; cznd
I~HEKEAS, J~rey Smith completed Hazardous Materials training to become a Hazardous
Materials Specialist, and completed Urban Search and Kescue (CISAK~ cer~ificatzon to become an Urban Search
and Kescue Specialist; and
I~HEKEAS, Je~frey Smith utilised his sills as an Urban Search and Kescue Specialist and he ped
manage the Fire Department's USAA apparatus and equipment; and
I~IVHEI~EAS, J~rey Smith u~as dedicated to providing continuous service and exeynplified true public
service to our community; and
I-VHEI~EAS, during his long and distinguished career with the City of Vernon, J~rey Smith has
won the deepest respect of his colleagues through his leadership and his many contributions to the City; and
I~HEI~EAS, it is an honor to express our appreciation to Jeffrey Smith for his exemplary service to
the City of Vernon and wish Jeffrey good health upon his retirement and for continued success in life's pursuits;
and
I~HEKEAS, the Mayor and the City Council of the City of Vernon, on behalf of its employees,
residents and businesses, wish to comynend and thank Jeffrey Synith for his ~nanyyears of service to the City
and invite recognition of his contributions and achievements.
NO ice, THEKEFOAE, THE MAYO1~ AND THE CITY CO U1~CIL OF THE CITY
OF VEI~NON, ON BEHALF OF ITS EMPLOYEES, KESIDENTS AND B USINESSES
HEKEBY COMMENDS JEFFKEY S. SMITH FOK HIS 112f~NY YEA~..S' OF SERVICE TO
THE CITY. THIS PKOCL.~~,VIATION IS BEIIV~G P1~ESENTED TO JEFFREY S. SMITH
BY THE HONOKABLE MAYOK. MELISSA YBAKKA FOIE AND ON BEHALF OF THE
CITY CO UNCIL OF THE CITY OF VEI~NON THIS 20TH DAY OF A UG UST TIRO
THOUSAND AND NINETEEN
r
t 3
~, ~
~-~ l
J ~ ~. ~ t
_,r~'
a~ F
A PROCZ~IMATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VE.RNON COMMENDING THOMAS J..~GAN FOR HIS
M~INY YEARS OF SER VICE TO THE CITY OF VE.RNON
I~.HEKE~S, Thomu~~ J. Egan ("T. homa~~ Egan') ha~~ been employed by the City of L'ernon ~~ince I~1 ovember
2, 7992, and h~x~~ faithfully served the City of I~ernon for nearly 27year~~ and
YY ,` .I. J J.f~S, Thomas ~gan has- retired from the City of Vernon ~ective June 29, 2079, as a
.Firefighter/Paramedics and
I~YI.NERF~S, during the cour~~e o f his employment avith the City of Vernon, Thomas J. ~gan held the
po~~ition~~ of Firefighter, acting Engineer, and Firefighter/1'uramedic•; ~znd
I~HF1~.~S, prior to being hired by the l~ernon .dire Department, T. homas :gan served a~~ a l~czid Call
.Firefighter for the Orange Couny Fire Authority, andgraduated from Grafton .0 Iill~~ .Fire .f~cademy Clc~~~s # 78 in
7 998; and
ICI-CFKF~S, Tl>oma~~ Egan completed .Hcztiardous Material~~ training to become a .HatiardouJ~ Material~~
Speciali~~t, completed Urban Search and Re~~cz~e (CTS~R) certification to become an Urban Search and fescue Speciali~~t,
com~lete~' Paramedic• training to become a California State certified Paramedic and completed training in filming ~~afety
to become u certified _Film Sc fe y o~cer; cznd
I~YIIHFI~F~S, during hip- career, T. homcz~~ F.gan, a~~~-isted with annual live fire training from 7999 to 2007,
zvas a member of California Regional Tasl~ .Force 2, he ped with several recruit fire academies; was azv~rded l~ernon
.Fire Department .Firefighter of the Year in 2005, ~~erve~ a~~ an adjunct in~~tructor ~zt Rio .Hondo .dire academy, czncl
provided e~~~~ential training to the City'~~ newly promoted .Firefighter/1'arczmedic~~ and .
I-VHF _ ~~5, Thoma~~ ~gan a~a~~ dedicated to providing continuous- ~~e~~ice cznd exemplified true public service
to our community; and
I~HERF.~S, during hip• long and di~~tinguished career with the City of Vernon, T. homa~~ :gan ha~~ aeon the
deepe~~t respect of hi~~ colleagues through his le~xder~~hip and hi~~ many contributions to the City; and
I~YIH ~RF~S, it i~~ czn honor to e.~cpre~~~~ our appreciation to T. homa~~ ~gan for hi~~ exemplary ~~ervice to the
City of Vernon cznd Zvi~-h T. homcz~-good health upon hi~~ retirement and for continued ~-uccess in life ~~pur~•uit~~ and
I-YIHERF.~S, the Mayor and the City Council of the City of Vernon, on behalf o, f its employee; re~~idents
cznd bu~ine~~~-e~~, wish to commend cznd thank Thomc~~~ Fgc~n for his' manyyear~~ of serUice to the City and invite
recognition of hi~~ contributlon~~ and achievement~~.
.NO Imo, T..HF .:.FORE, THE.. MAYOR ~D T..f-fF. CIT. Y CO UNCIL O.F T.H ~ CITY OF
~RNO.N; O.IV .BF.H~L.F O.l~~ IT. S F.IVIPLOYF.F.S, .:SIDF.~T. S ~D .BUSINESS :S .~ IF. :.BY
COMMENDS T1-~OM~S J. FG.~~ .FOK .f !IS 1~I~NY YFA1~S 0.~~ SERVICE T. O T.HF CIT. Y. 7~'HIS
PROCL~~,VI~TIOIV~ IS B SING 1' :S ~N~' :D T. O THOMAS J. :G~.N~ BY TF~ ~ .HO.NOR~~.B
11~YOK 1VIFLISS.~ YB~KK~ .FOR ~D ON BF.H~L..F O.F THE CITY COUNCIL O.~ "l.F~F CIT. Y.
O.F : RN~O.i~1~ THIS 20TH DAY O.F ~ UG UST. TIRO T. H. O US~I~1 D ~iD ~lII ~1FT. F.E1V :
~yor
~ D.
'~'q ,
A PROCZ~4MATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING DOUGLAS C. BARKER FOR
HIS M~'lNY YEARS OF SERVICE TO THE CITY OF VERNON
I-VHERF~S, Douglas C..Barker (`Douglas Barker') has been employed 6y the City of Tlernon since IV ovember 2,
7992, and ha.r, faithfully served the City of Vernon for over 26years; and
IYIHFRF~S, Douglas .Barker has retired from the City of Vernon effective June 20, 2079, as a .Firefighter; and
I,YfHF.KF~S, Douglas .Barker com~ileted Urban Search and .Rescz~e (USSR) cert~cation in 2073; and
I,YIHFRF~S, Douglas .Barker ivas dedicated to providing continuous service and exemplified true public service to our
community; and
I~HF RF~S, during his long and distinguished career avith the Ci y of Vernon, Douglas .Barger has zvon the deepest
~e~~ect of~his colleagues through his leadership and his many contributions to the City; and
IYlHF.RF..~S, it is an honor to expre.rr our appreciation to Douglas .Barker for his exemplary service to the City of
L%rnon atad zvi~~h Douglas good health upon his retirement and for continued success in life's pursuits; and
I-VH. F.RF.~S, the Mayor a~ad the City Council of the City of Vernon, on behalf of its employees, re3identr and
bzr~~ine.rse.r, avish to commend and thank Douglas .Barker for hip• ynanyyears of .rerr~ice to the City cznd invite recognition of ~hi.s
contributions and achievements:
CVO 1~, THFRF.FO ., T..HE MAYOR ~1~lID THE C.IT. Y CO U~VCIL O.F T. HF. CITY O.~ VFR~ION;
0~~,' .BF.H. ~F O.F IT. S F.MPLOYF,F.S, KFSl'DF.NT. S ~D .B USINF.SSF.S H. EI~E.BY COMMFIV DS
DO UG.L~S C..BARKFR .FOR H.IS M.~VY YF.~RS O.F SFRVICF T. O T..HF CIT. Y. THIS
1'.IZOCL~~M~TION IS .B :I~VG PRF.SFNT'FD TO DO I~GL.~S C. B~RKFR BY THE HOI~IOK~.BLF
MAYOR MF.LISS~ YB~~ZIZ,~ .F'OR ~IVD 0~1 BFH~F OF T. HE CIT. Y COUNCIL O.~ THE Cl'TY 0.~
VF.RN0~1~ THIS 20"' DAY O.~ AUGUST TIRO T. HOUSED ~iVD NI~IFTFFN:
CITY O.~ VF.R~10N
By: e~~.c,.~
1 EL.I~SSA YB KKK, Mayor
I
v~ # ~
_0 }
~ ~` ,'`
f
S`~ f~
A PROCZ~IMATION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF VERNON COMMENDING BAR.d~YA. SC~OOLMEE~7"L~.R
FOR HIS M~'lNY YEARS OF SER VICE TO THE Cl7"Y OF VERNON
I~H ~RF.~S, Barg .~. Schoolmee.rter (`Bart' Schoolmee~~ter') has been employed by the City of Vernon
~~ince .~ebyzt~ry 26, 7990, and ha~~ faithfully served the City of Vernon for over 29 year~~ and
I-VHF.RF~S, .Barry .Schoolmees~ter hay- retired from the City of T%rnon effective June 78, 2079, a~~ a
.firefighter; and
I,YIHF :~S, .Bart' Schoolmee~•ter zva~~ dedicated to providing continuous ~~ervice and exemplified true public
~~e~vice to our community; and
I,Y~.IHE ~~S, during hi~~ long and distingui~-hed career with the C,'ity of T%rnon, Barg Schoolmee,~~ter ha~~
zvon the deepe~-t respect of hi~~ colleagues through hi~~ leadership and hip• many contribittion~~ to the City; and
I,YIHExE.~S, it i~~ czn honor to expres~~ our appreciation to Barry Schoolmee~~ter for hi~~ exemplary s~e~c~ice to
the City o f Vernon and ~i~~h .Barry good health upon hi~~ retirement and fog continued ~~uccess in life ~- purruit~~ and
I~VHFRF~S, the 1Vlayor c~nd the City Counczl of the City of Vernon, on behalf of its• employees, re~~idents
cznd busine~•ses; wish to commend and thanl~ .Batty Schoolmeester for hip- manyyec~rs~ of ~~ervice to the City and invite
recognition of ~hi~~ contribution~~ end achievements.
IVOI~, TH J~.~O . J~ T..HE N1~YOK ~IVD TH ~ CITY COUNCIL O.F TH : CIT. Y 0.~~
L :RNOI~1; ON B ~.H~L.~ O.~ ITS :Ml'LOYEES, RFSIDI~.~1TS AND .B USIN ~SSFS .H J , J,~J y
COMM ..NDS B~RKY ~. SC..FfOOLM :F.ST. F.R .FOR .HIS h~IVY YEARS O.F S ~RTi7CF 70 TH
CIT. Y: THIS 1'ROCL~~,~T. IO~~ IS B.EIIVG 1'.RF.S :NT.:D T. O B~RRY~~. SCHOOLMEESTFR BY
TH ~ HOI~IO~BL ~ M.~YOR M :LISS~ YB~~~ .FOR ~I~11J OIV B ~H~I~F O.F T..H : CIT. Y
COUNCIL O.F T..HF. CITY O.~ VFR1~V OIV THIS 20TH DAY OF ~ UG UST. T. I,YlO TF-f 0 US~ND .~]D
I~17I~1 ~T. F T " ,~
CITY O.F VFR~'VON
By: _
Nr ss~ ~.~ , M~yo~
MINUTES OF THE REGULAR CITY COUNCIL MEETING OF THE
CITY OF VERNON HELD TUESDAY, AUGUST 6, 2019, IN COUNCIL
CHAMBER OF CITY HALL LOCATED AT 4305 SANTA FE AVENUE,
VERNON, CALIFORNIA
CALL TO ORDER & FLAG SALUTE
The meeting was called to order at 9:00 a.m. by Mayor Ybarra. Fire Chief English led the Flag
Salute.
Members Present:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
Members Absent:None
CHANGES TO THE AGENDA
Interim City Clerk Harrington announced there were no changes to the agenda.
PUBLIC COMMENT
Aviv Halimi, Command Packaging, said a few words in support of the Vernon Fire Department
and their excellent level of service. Mr. Halimi stated his support in favor of the City of Vernon
contracting fire services with the Fire Protection District of Los Angeles County.
Marissa Olguin, Vernon Chamber of Commerce, made comments as to the vote that will change
Vernon’s history. She elaborated that the Vernon Chamber of Commerce strongly supports the
City’s decision to transition its fire services to Fire Protection District of Los Angeles County.
PUBLIC HEARING
1.A Resolution of the City Council of the City of Vernon Approving a
Conditional Use Permit for Shewak & Lajwanti Holdings, LLC to Construct
and Operate a Retail-Commercial Center Located at 3165 Slauson Avenue
Recommendation:A. Conduct a Public Hearing; and
B. Adopt a resolution approving a conditional use permit to allow Shewak &
Lajwanti Holdings, LLC to construct and operate a retail-commercial center,
subject to the conditions of approval for the property located at 3165 Slauson
Avenue
Mayor Ybarra opened the Public Hearing at 9:07 a.m.
Director of Public Works Wall reported on the proposed Conditional Use Permit for Shewak &
Lajwanti Holding, LLC.
Regular City Council Minutes
August 6, 2019
Page 2 of 16
Council Member Davis inquired as to the conditions of the permit and the railroad tracks behind
the building. Director Wall responded accordingly.
Public Comment:
Michael Caley, Architect for the project, introduced himself and offered to answer questions
regarding the project.
Mayor Ybarra closed the Public Hearing at 9:11 a.m.
It was moved by Council Member Davis and seconded by Mayor Pro Tempore Lopez to: Adopt a
resolution approving a conditional use permit to allow Shewak & Lajwanti Holdings, LLC to
construct and operate a retail-commercial center, subject to the conditions of approval, for the
property located at 3165 Slauson Avenue. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
PRESENTATION
2.Recognition of Retired Employee - Martin J. Sanchez, Street Maintenance
Worker
Recommendation:A. Acknowledge and present a proclamation to retired
employee Martin J. Sanchez, Street Maintenance Worker, in recognition of his
dedicated service to the City of Vernon.
Interim City Clerk Harrington read the Proclamation of Recognition to retired employee Martin
J. Sanchez.
Mayor Ybarra presented the Proclamation to retired employee Martin J. Sanchez, Maintenance
Worker. Martin J. Sanchez said a few words to thank everyone for their support.
3.Swear-In Ceremony
Recommendation:No action is required by City Council. This is a
presentation only.
Police Chief Miranda introduced the new Police Officers and said a few words.
Interim City Clerk Harrington administered the Oath of Allegiance to Officer Alfonso Madrigal
and Officer Nicholas Mannino.
Ms. Rachel Loera pinned the badge on Officer Alfonso Madrigal.
Mr. Alan Mannino pinned the badge on his son, Officer Nicholas Mannino.
4.Fiscal Year 2019/2020 Public Works Reorganization/Budget Study Session
Regular City Council Minutes
August 6, 2019
Page 3 of 16
Recommendation:No action required by City Council. This is a presentation
only.
Director of Public Works Wall conducted the Public Works Reorganization/Budget Study Session
PowerPoint Presentation.
Council Member Menke inquired as to the combined compensation cost for the two vacant
inspector positions, contracting agency fees, total cost of the fees collected by the Building
Department, and the contract labor. Director of Public Works Wall responded accordingly.
A dialogue ensued between City Council and staff as to any studies conducted by the department,
unforeseen increase or decrease of the service level, service calls, additional costs relating to use
of new software, budget for new software, and any employee pay reductions due to reorganization
and reclassifications. City Administrator Fandino stated it was important to receive City Council
comments for staff in preparation of the budget to be presented at the next City Council Meeting.
Mayor Ybarra recessed the meeting at 9:44 a.m.
Mayor Ybarra reconvened the meeting at 9:53 a.m.
Public Comment:
Marisa Olguin, Vernon Chamber of Commerce, commended the City Council for their level of
engagement during the Public Works PowerPoint presentation. She further commented that she
trusts the process and endorses the City’s commitment to provide swift and excellent customer
service.
CONSENT CALENDAR
No Public Comment provided.
It was moved by Council Member Davis and seconded by Mayor Pro Tempore Lopez to approve
Consent Calendar Items 5 through 15. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
5.Claim for Damages from Noe Carrera received on July 15, 2019
Recommendation:A. Receive and File
6.Claim for Damages from Natalie E. Lloyd received on July 22, 2019
Recommendation:A. Receive and File
7.Minutes of the Regular City Council Meeting Held on July 16, 2019
Recommendation:A. Receive and File
Regular City Council Minutes
August 6, 2019
Page 4 of 16
8.Approval of Federal Funds for Street Improvements Account Warrant
Register No. 29 Covering the Period of July 09 through July 29, 2019
Recommendation:A. Approve Federal Funds for Street Improvements
Account Warrant Register No. 29 which totals $8,754.60 and consists of the
following:
1) Ratification of electronic payments totaling $8,754.60.
9.Approval of Operating Account Warrant Register No. 27 Covering the Period
of July 09 through July 29, 2019
Recommendation:A. Approve Operating Account Warrant Register No. 27
which totals $13,808,325.86 and consists of the following:
1) Ratification of electronic payments totaling $13,230,468.15.
2) Ratification of the issuance of early checks totaling $577,857.71.
10.Approval of RDA Obligation Retirement Account Warrant Register No. 54
Covering the Period of June 25 through July 29, 2019
Recommendation:A. Approve RDA Obligation Retirement Account
Warrant Register No. 54 which totals $2,669.04 and consists of the following:
1) Ratification of electronic payments totaling $2,669.04.
11.Fire Department Activity Report for the Period of July 1 through July 15,
2019
Recommendation:A. Receive and file.
12.Council Conference Attendance Report
Recommendation:A. Find that receiving this Council Conference
Attendance Report is exempt from California Environmental Quality Act
("CEQA") review, because it is an administrative activity of government that
will not result in direct or indirect physical changes in the environment and
therefore does not constitute a "project" as defined by CEQA Guidelines
section 15378; and
B. Receive and file.
13.Vernon Police Department Activity Log and Statistical Summary for the
period of June 16 through June 30, 2019
Recommendation:A. Receive and file.
14.Allowed Pumping Allocation Lease with the City of Long Beach
Recommendation:A. Find that approval of the proposed action is exempt
from California Environmental Quality Act (CEQA) review, because it is an
administrative activity that will not result in direct or indirect physical
changes in the environment, and therefore does not constitute a “project” as
defined by CEQA Guidelines § 15378.
Regular City Council Minutes
August 6, 2019
Page 5 of 16
B. Approve a lease of 1,000 acre-feet of Allowed Pumping Allocation from
the City of Long Beach for fiscal year 2018-2019; and
C. Approve a lease of 1,000 acre-feet of Allowed Pumping Allocation to the
City of Long Beach for fiscal year 2019-2020; and
D. Authorize the City Administrator to execute the Water Rights License and
Agreements for the abovementioned leases with the City of Long Beach.
15.Public Works Department June 2019 Monthly Building Report
Recommendation:A. Receive and File.
NEW BUSINESS
16.A Resolution Approving and Authorizing an Agreement with the Fire
Protection District of Los Angeles County for the Provision of Fire Protection,
Paramedic and Incidental Services in the City of Vernon
Recommendation:A. Find that the adoption of the proposed resolution is
exempt from California Environmental Quality Act (“CEQA”) review,
because it is an administrative action that will not result in direct or indirect
physical changes in the environment and, therefore, does not constitute a
“project” as defined by CEQA Guidelines section 15378; and
B. Adopt a resolution approving and authorizing an agreement with the Fire
Protection District of Los Angeles County ("LA County Fire") for the
provision of fire protection, paramedic, and incidental services in the City of
Vernon.
City Administrator Fandino reported on the proposed Resolution and provided a PowerPoint
presentation as to the safety, affordability, options, and changes needed to sustain the Fire
Protection Services.
Mayor Ybarra inquired as to the distance and relocation area of the Fire Department Hazardous
Material Squads. Roland Sprewell, Battalion Chief, Central Regional Operations Bureau
responded accordingly.
Mayor Ybarra inquired as to the Fire District intended use of Fire Station No. 78. Debbie Aguirre,
Chief of Staff responded accordingly.
A dialogue ensued between City Council and staff as to the quality of service that will be provided
by the LA County Fire, cost of service, call volume, mutual aid agreements, and the City’s
obligation as to all outstanding payments and leases associated with all fire equipment conveyed
to the LA County Fire District.
Public Comment:
Regular City Council Minutes
August 6, 2019
Page 6 of 16
Susie Ybarra, City of Vernon resident, commented that the City Council needs to know all the
facts relating to the City’s budget, schedules, costs, and administrative fees before making a
decision.
Ms. Sam Peterson, Safety Manager and James Davidian, Manager of Plant Engineering of Farmer
John, commended the Vernon Fire Department for their service and expressed support of keeping
existing fire staff and maintaining existing response time.
Marisa Olguin, Vernon Chamber of Commerce, commented that the Vernon Chamber of
Commerce fully supports the City’s decision to contract with the LA County Fire. She further
expressed concerns as to the additional compensation being sought by Fire Personnel as a
supplemental requirement of the agreement negotiations.
Juliet Goff, Kal-Plastics, commended City Council as to their approach of balancing the City’s
budget. She further expressed support of the City’s decision to contract with LA County Fire for
fire services.
Bryant Bailey, Pablo Paper Plant Manager, thanked the Vernon Fire Department for their service.
He also expressed support for the City’s decision to contract with the LA County Fire for fire
services.
Dean Richens, President Vernon Professional Firemen’s Association, commented that reducing
Fire Department Personnel was unsafe. Mr. Richens noted that contracting with LA County Fire
for fire service is a viable option.
Carlos Rubio, Teamsters Bargaining Unit Local 911, beseeched City Council to reach a balanced
approach to the current labor negotiations with the represented.
Jonathan Sudduth, Director of Vernon Firemen’s Association Local 2312, spoke about all the
challenges the City of Vernon is experiencing due to the shortage of personnel, employee
retirement benefits, and ongoing agreement negotiations with respect to the contract with LA
County Fire.
Bryan Dome, Captain Vernon Fire Department, Executive Board Member, Vernon Firemen’s
Association Local 2312, made remarks as to the matrix studies, major life and health safety issues
associated with the job, ongoing Fire Bargaining Unit’s negotiations, and contracting of fire
services with LA County Fire.
Robert M. Wexler, Attorney at Law, representative of the Vernon’s Professional Firemen’s
Association, commented that the transitioning of the Vernon Fire Department to LA County Fire
will not create any reduction in the quality of services. He further elaborated that the transitioning
of Vernon Fire to LA County is necessary and advisable.
David Lazar, retired Battalion Chief, Vernon Fire Department, supported the City Council to
approve the agreement to contract with LA County Fire and asked for fair negotiation as to the
firefighter’s retirements.
Regular City Council Minutes
August 6, 2019
Page 7 of 16
Todd Schoenig, Battalion Chief, Vernon Fire Department, commented that the reduction of fire
personnel proposed by the staffing models presented by the City will decrease the quality of service
provided and increase the safety issues.
Mayor Ybarra supported striking from the contract Fire Station 78 and authorize City
Administrator to continue negotiations as to the use of Fire Station 78 with LA County Fire and to
move forward with the rest of the recommendations.
It was moved by Mayor Ybarra and seconded by Mayor Pro Tempore Lopez to: A. Find that the
adoption of the proposed resolution is exempt from California Environmental Quality Act
(“CEQA”) review, because it is an administrative action that will not result in direct or indirect
physical changes in the environment and, therefore, does not constitute a “project” as defined by
CEQA Guidelines section 15378; B. Adopt a resolution approving and authorizing an agreement
with the Fire Protection District of Los Angeles County ("LA County Fire") for the provision of
fire protection, paramedic, and incidental services in the City of Vernon, and C. Authorized the
City Administrator to continue negotiations with LA County Fire on the use of Fire Station 78.
Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
17.Appointment of Eligible Individuals to Serve on the Vernon CommUNITY
Fund Grant Committee
Recommendation:A. Find that the appointment of eligible individuals to
serve on the Vernon CommUNITY Fund Grant Committee is exempt from
California Environmental Quality Act (“CEQA”) review, because it is an
administrative action that will not result in direct or indirect physical changes
in the environment, and therefore does not constitute a “project” as defined by
CEQA Guidelines section 15378; and
B. Appoint a current City Council Member to serve on the Vernon
CommUNITY Fund Grant Committee in a City Council Seat with a term of
July 1, 2019 to June 30, 2021; and
C. Appoint an eligible individual to serve on the Vernon CommUNITY Fund
Grant Committee in Vernon Area Representative Seat No. 2 with a term of
July 1, 2019 to June 30, 2021; and
D. Appoint an eligible individual to serve on the Vernon CommUNITY Fund
Grant Committee in Vernon Area Representative Seat No. 3 with a term of
July 1, 2019 to June 30, 2021; and
E. Ratify the Mayor's appointment of Mark Gonzalez to serve on the Vernon
CommUNITY Fund Grant Committee to fill an unexpired term in a
Legislative Representative Seat until the term expires on June 30, 2020.
Regular City Council Minutes
August 6, 2019
Page 8 of 16
City Administrator Fandino reported on the proposed appointment of eligible individuals to serve
on the Vernon CommUNITY Fund Grant Committee.
It was moved by Mayor Ybarra and seconded by Council Member Davis to appoint Mayor Pro
Tempore Lopez to serve on the Vernon CommUNITY Fund Grant Committee in a City Council
Seat with a term of July 1, 2019 to June 30, 2021. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
It was moved by Mayor Ybarra and seconded by Mayor Pro Tempore Lopez to appoint Michael
Gavina to serve on the Vernon CommUNITY Fund Grant Committee in Vernon Area
Representative Seat No. 2 with a term of July 1, 2019 to June 30, 2021. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
It was moved by Mayor Ybarra and seconded by Mayor Pro Tempore Lopez to appoint Steven
Froberg to serve on the Vernon CommUNITY Fund Grant Committee in Vernon Area
Representative Seat No. 3 with a term of July 1, 2019 to June 30, 2021. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
It was moved by Mayor Ybarra and seconded by Council Member David to appoint Mark
Gonzalez to serve on the the Vernon CommUNITY Fund Grant Committee to fill an unexpired
term in a Legislative Representative Seat until the term expires on June 30, 2020. Motion
carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
18.A Resolution Adopting an Amended and Restated Citywide Fringe Benefits
and Salary Resolution in Accordance with Government Code Section
20636(b)(1) and Repealing All Resolutions in Conflict Therewith
Recommendation:A. Find that approval of the attached resolution in this
staff report is exempt from California Environmental Quality Act (CEQA)
review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute
a “project” as defined by CEQA Guidelines Section 15378; and
B. Adopt the attached resolution amending and restating the Citywide Fringe
Benefits and Salary Resolution, to reflect the following provisions:
1) Amend Section 4: Compensatory Time
2) Amend Section 6: Vacation
3) Amend Section 7: Sick Leave
Regular City Council Minutes
August 6, 2019
Page 9 of 16
4) Amend Section 10: Jury Duty
5) Amend Section 14: Vision Insurance
6) Amend Section 15: Life Insurance
7) Amend Section 17: California Public Employees Retirement System
(CalPERS) Contribution
8) Amend Section 20: Bilingual Pay
9) Amend Exhibit A Classification and Compensation Plan
Director of Human Resources Earl reported on the proposed Resolution Adopting an Amended
and Restated Citywide Fringe Benefits and Salary Resolution in Accordance with Government
Code Section 20636(b)(1) and Repealing All Resolutions in Conflict Therewith.
No Public Comment provided.
It was moved by Council Member Davis and seconded by Mayor Pro Tempore Lopez to: A. Find
that approval of the attached resolution in this staff report is exempt from California Environmental
Quality Act (CEQA) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute a “project” as
defined by CEQA Guidelines Section 15378; and B. Adopt the attached resolution amending and
restating the Citywide Fringe Benefits and Salary Resolution, to reflect the following provisions:
1) Amend Section 4: Compensatory Time
2) Amend Section 6: Vacation
3) Amend Section 7: Sick Leave
4) Amend Section 10: Jury Duty
5) Amend Section 14: Vision Insurance
6) Amend Section 15: Life Insurance
7) Amend Section 17: California Public Employees Retirement System (CalPERS) Contribution
8) Amend Section 20: Bilingual Pay
9) Amend Exhibit A Classification and Compensation Plan.
Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
19.A Resolution of the City Council of the City of Vernon Approving the
Memorandum of Understanding by and between the City of Vernon and the
Vernon Police Management Association
Recommendation:A. Find that approval of the attached resolution in this
staff report is exempt from California Environmental Quality Act (CEQA)
review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute
a “project” as defined by CEQA Guidelines Section 15378; and
B. Adopt the attached resolution approving the 2019-2022 Memorandum of
Understanding by and between the City of Vernon and the Vernon Police
Management Association
Regular City Council Minutes
August 6, 2019
Page 10 of 16
Director of Human Resources Earl reported on the proposed Resolution of the City Council of
the City of Vernon Approving the Memorandum of Understanding by and between the City of
Vernon and the Vernon Police Management Association
No Public Comment provided.
It was moved by Council Member Menke and seconded by Council Member Davis to: A. Find
that approval of the attached resolution in this staff report is exempt from California Environmental
Quality Act (CEQA) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute a “project” as
defined by CEQA Guidelines Section 15378; and B. Adopt the attached resolution approving the
2019-2022 Memorandum of Understanding by and between the City of Vernon and the Vernon
Police Management Association. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
20.A Resolution of the City Council of the City of Vernon Approving the
Memorandum of Understanding by and between the City of Vernon and the
Vernon Police Officers Benefit Association
Recommendation:A. Find that approval of the attached resolution in this
staff report is exempt from California Environmental Quality Act (CEQA)
review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute
a “project” as defined by CEQA Guidelines Section 15378; and
B. Adopt the attached resolution approving the 2019-2022 Memorandum of
Understanding by and between the City of Vernon and the Vernon Police
Officers Benefit Association.
Director of Human Resources Earl reported on the proposed Resolution of the City Council of
the City of Vernon Approving the Memorandum of Understanding by and between the City of
Vernon and the Vernon Police Officers Benefit Association.
No Public Comment provided.
It was moved by Council Member Menke and seconded by Council Member Davis to: A. Find
that approval of the attached resolution in this staff report is exempt from California Environmental
Quality Act (CEQA) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute a “project” as
defined by CEQA Guidelines Section 15378; and B. Adopt the attached resolution approving the
2019-2022 Memorandum of Understanding by and between the City of Vernon and the Vernon
Police Officers Benefit Association. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
Regular City Council Minutes
August 6, 2019
Page 11 of 16
21.A Resolution of the City Council of the City of Vernon Approving the
Memorandum of Understanding by and between the City of Vernon and the
Teamsters Local 911
Recommendation:A. Find that approval of the attached resolution in this
staff report is exempt from California Environmental Quality Act (CEQA)
review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute
a “project” as defined by CEQA Guidelines Section 15378; and
B. Adopt the attached resolution approving the 2019-2022 Memorandum of
Understanding by and between the City of Vernon and the Teamsters Local
911.
Director of Human Resources Earl reported on the proposed Resolution of the City Council of
the City of Vernon Approving the Memorandum of Understanding by and between the City of
Vernon and the Teamsters Local 911.
No Public Comment provided.
Council Member Menke inquired as to the removal of the binding arbitration language. Director
Earl responded accordingly.
It was moved by Council Member Davis and seconded by Council Member Menke to: A. Find
that approval of the attached resolution in this staff report is exempt from California Environmental
Quality Act (CEQA) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment and therefore does not constitute a “project” as
defined by CEQA Guidelines Section 15378; and B. Adopt the attached resolution approving the
2019-2022 Memorandum of Understanding by and between the City of Vernon and the Teamsters
Local 911. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
22.A Resolution Approving and Authorizing the Execution of a Master Services
Agreement for Upstream Internet Access Services with Centurylink
Communications, LLC, and Repealing All Resolutions In Conflict Therewith
Recommendation:A. Find that approval of the proposed action in this staff
report is exempt under the California Environmental Quality Act ("CEQA"),
because it is a governmental administrative activity that will not have any
effect on the environment and is therefore not a “project” as that term is
defined by CEQA Guidelines section 15378; and
B. Adopt a Resolution Approving and Authorizing the Execution of a Master
Services Agreement for Upstream Internet Access Services with Centurylink
Communications, LLC, and Repealing All Resolutions In Conflict Therewith.
Regular City Council Minutes
August 6, 2019
Page 12 of 16
Interim General Manager of Public Utilities Alemu reported on the proposed Resolution
Approving and Authorizing the Execution of a Master Services Agreement for Upstream Internet
Access Services with Centurylink Communications, LLC, and Repealing All Resolutions In
Conflict Therewith.
Mayor Ybarra inquired as to the network range and the cost for the internet services. Interim
General Manager of Public Utilities Alemu responded accordingly. A dialogue ensued between
City Council and staff as to the any increase cost for internet consumers, internet speed and impact
on surrounding businesses and residents, and total monthly fees.
No Public Comment provided.
It was moved by Council Member Menke and seconded by Mayor Pro Tempore Lopez to: A. Find
that approval of the proposed action in this staff report is exempt under the California
Environmental Quality Act ("CEQA"), because it is a governmental administrative activity that
will not have any effect on the environment and is therefore not a “project” as that term is defined
by CEQA Guidelines section 15378; and B. Adopt a Resolution Approving and Authorizing the
Execution of a Master Services Agreement for Upstream Internet Access Services with
Centurylink Communications, LLC, and Repealing All Resolutions In Conflict Therewith. Motion
carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
23.A Resolution Approving and Authorizing the Execution of a Service Level
Performance Agreement for Upstream Internet Access Services with
Broadband, LLC, and Repealing All Resolutions in Conflict Therewith
Recommendation:A. Find that approval of the proposed action in this staff
report is exempt under the California Environmental Quality Act ("CEQA"),
because it is a governmental administrative activity that will not have any
effect on the environment and is therefore not a “project” as that term is
defined by CEQA Guidelines section 15378; and
B. Adopt a Resolution approving and authorizing the execution of a Service
Level Performance Agreement for Upstream Internet Access Services with
Broadband, LLC, and Repealing All Resolutions in Conflict Therewith.
Interim General Manager of Public Utilities Alemu reported on the Resolution approving and
authorizing the execution of a service level performance agreement for upstream internet access
services with Broadbrand, LLC.
No Public Comment provided.
It was moved by Mayor Pro Tempore Lopez and seconded by Council Member Davis A. Find
that approval of the proposed action in this staff report is exempt under the California
Environmental Quality Act ("CEQA"), because it is a governmental administrative activity that
will not have any effect on the environment and is therefore not a “project” as that term is defined
Regular City Council Minutes
August 6, 2019
Page 13 of 16
by CEQA Guidelines section 15378; and B. Adopt a Resolution approving and authorizing the
execution of a Service Level Performance Agreement for Upstream Internet Access Services with
Broadband, LLC, and Repealing All Resolutions in Conflict Therewith. Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
24.Approval of Agreement Regarding the Public At-Grade Crossing, 25th Street,
DOT 747602G, MILE POST .652, Alameda Ind. Ld, City of Vernon, Los
Angeles County, California by and between the Union Pacific Railroad
Company and the City of Vernon
Recommendation:A. Find that the proposed action – i.e., entering into an
agreement with Union Pacific Railroad Company (“Union Pacific”) is
categorically exempt under the California Environmental Quality Act (CEQA)
in accordance with CEQA Guidelines Section 15301 (Existing Facilities) part
(d) and Section 15303 (New Construction or Conversion of Small Structures)
part (d), because the Project is merely to upgrade existing equipment and add
an additional appurtenant equipment; and
B. Authorize the City Administrator to execute the Public At-Grade Crossing,
25th Street, DOT 747602G, MILE POST .652, Alameda Ind. Ld, City of
Vernon, Los Angeles County, California (“Agreement”) by and between
Union Pacific and the City of Vernon (“City”).
Director of Public Works Wall reported on the proposed Approval of Agreement Regarding the
Public At-Grade Crossing, 25th Street, DOT 747602G, MILE POST .652, Alameda Ind. Ld, City
of Vernon, Los Angeles County, California by and between the Union Pacific Railroad Company
and the City of Vernon.
No Public Comment provided.
It was moved by Council Member Davis and seconded by Mayor Pro Tempore Lopez to: A. Find
that the proposed action – i.e., entering into an agreement with Union Pacific Railroad Company
(“Union Pacific”) is categorically exempt under the California EnvironmentalQuality Act (CEQA)
in accordance with CEQA Guidelines Section 15301 (Existing Facilities) part (d) and Section
15303 (New Construction or Conversion of Small Structures) part (d), because the Project is
merely to upgrade existing equipment and add an additional appurtenant equipment; and B.
Authorize the City Administrator to execute the Public At-Grade Crossing, 25th Street, DOT
747602G, MILE POST .652, Alameda Ind. Ld, City of Vernon, Los Angeles County, California
(“Agreement”) by and between Union Pacific and the City of Vernon (“City”).
Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
Regular City Council Minutes
August 6, 2019
Page 14 of 16
25.The Public At-Grade Crossing, 25th Street, DOT 747602G, MILE POST .652,
Alameda Ind. Ld, City of Vernon, Los Angeles County, California by and
between the City of Vernon and Marquez Produce, Inc.
Recommendation:A. Find that the proposed action – i.e., entering into an
agreement with Marquez Produce, Inc. (“Marquez Produce”) is categorically
exempt under the California Environmental Quality Act (CEQA) in
accordance with CEQA Guidelines Section 15301 (Existing Facilities) part (d)
and Section 15303 (New Construction or Conversion of Small Structures) part
(d), because the Project is merely to upgrade existing equipment and add an
additional appurtenant equipment; and
B. Authorize the City Administrator to execute the Public At-Grade Crossing,
25th Street, DOT 747602G, MILE POST .652, Alameda Ind. Ld, City of
Vernon, Los Angeles County, California (“Agreement”) by and between City
of Vernon (“City”) and Marquez Produce.
Director of Public Works wall reported on the proposed Public At-Grade Crossing, 25th Street,
DOT 747602G, MILE POST .652, Alameda Ind. Ld, City of Vernon, Los Angeles County,
California by and between the City of Vernon and Marquez Produce, Inc.
No Public Comment provided.
It was moved by Mayor Pro Tempore Lopez and seconded by Council Member Menke to: A.
Find that the proposed action – i.e., entering into an agreement with Marquez Produce, Inc.
(“Marquez Produce”) is categorically exempt under the California Environmental Quality Act
(CEQA) in accordance with CEQA Guidelines Section 15301 (Existing Facilities) part (d) and
Section 15303 (New Construction or Conversion of Small Structures) part (d), because the Project
is merely to upgrade existing equipment and add an additional appurtenant equipment; and B.
Authorize the City Administrator to execute the Public At-Grade Crossing, 25th Street, DOT
747602G, MILE POST .652, Alameda Ind. Ld, City of Vernon, Los Angeles County, California
(“Agreement”) by and between City of Vernon (“City”) and Marquez Produce.
Motion carried, 4 - 0.
Yes:Melissa Ybarra, Leticia Lopez, William Davis, Carol Menke
No:None
ORAL REPORTS
Police Chief Miranda reported on the following: on July 26th, Vernon PD Officers detained and
arrested 3 suspects for vandalism and trespassing; on July 31
st, Vernon PD arrested a suspect for
reckless driving; on August 1st, Vernon PD Officers arrested a suspect for attempted burglary; on
August 4th, Vernon PD arrested a suspect for DUI and resisting arrest; and noted on August 6th
National Night Out Event will be held and everybody is welcome to attend.
Interim Manager of Public Utilities Alemu reported on the following: several outages throughout
the City; Vernon’s Resource Planning Division procured natural gas supply for lower prices; the
City received an official letter from California Energy Commission advising that the City of
Regular City Council Minutes
August 6, 2019
Page 15 of 16
Vernon is deemed in compliance with the Renewable Portfolio Standard (RPD) procurement
requirements for compliance period 2 (2014-2016); and on August 14th, the Energy Commission
will consider and may adopt the Vernon Public Utilities Integrated Resource Plan consistent with
the requirements of Senate Bill 350.
City Administrator Fandino reported on the following: Vernon FD responded to a structure fire in
the area of Downey and District (photo displayed on TV monitor); August 1
st, Vernon FD Haz
Mat 77 responded to a reported large liquid tote on the sidewalk, samples were taken and after
testing determined that the tote contained used power steering fluid (Photo displayed on TV
monitor); Administrator Fandino announced that he will not to be able to attend the Family Game
Night Event scheduled for Thursday in City Hall and Mayor Ybarra will be hosting the event on
his behalf.
Mayor Ybarra recessed the meeting at 12:30 p.m.
Mayor Ybarra reconvened the meeting at 12: 33 p.m.
CLOSED SESSION
City Council entered Closed Session at 12:33 p.m.
26.CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
Significant exposure to litigation.
Government Code Section 54956.9(d)(2)
Number of potential cases: 1
27.CONFERENCE WITH LABOR NEGOTIATORS
Government Code Section 54957.6
Agency Designated Representative: Carlos Fandino, City Administrator
Employee Organizations:
Teamsters Local 911,
IBEW Local 47,
Vernon Professional Firefighters Association,
Vernon Fire Management Association,
Vernon Police Management Association, and
Vernon Police Officers’ Benefit Association
28.CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION
Government Code Section 54956.9(d)(1)
Name of Case: Christian N. Moscoso vs. City of Vernon
Regular City Council Minutes
August 6, 2019
Page 16 of 16
Workers Compensation Appeals Board Case Nos. ADJ10013898 and ADJ10884450
29.CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION (2)
Government Code Section 54956.9(d)(1)
Bicent (California) Malburg LLC et al. v. City of Vernon et al.,
Los Angeles Superior Court Case Nos. 19STCV08859 and 19STCP02411
City of Vernon v. Bicent (California) Malburg LLC et al.
JAMS Reference No. 1220062657
At 2:03 p.m. City Council exited Closed Session. City Attorney Patel reported that four cases
were discussed with the City Council with no reportable action taken.
ADJOURNMENT
With no further business, at 2:04 p.m., Mayor Ybarra adjourned the meeting.
________________________
Melissa Ybarra
Mayor
ATTEST:
_________________________
Deborah A. Harrington
Interim City Clerk
City Council Agenda Item Report
Agenda Item No. COV-382-2019
Submitted by: John Lau
Submitting Department: Finance/ Treasury
Meeting Date: August 20, 2019
SUBJECT
Approval of City Payroll Warrant Register No. 758 Covering the Period of July 01 through July 31, 2019
Recommendation:
A. Approve City Payroll Warrant Register No. 758 which totals $3,620,402.88 and consists of the following:
1) Ratification of direct deposits, checks and taxes totaling $2,882,978.59.
2) Checks and electronic fund transfers (EFT) paid through Operating bank account totaling $737,424.29.
Background:
Section 2.13 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall prepare
warrants covering claims or demands against the City which are to be presented to City Council for its audit and
approval. Pursuant to the aforementioned code section, the City Treasurer has prepared City Payroll Warrant Register
No. 758 covering claims and demands presented during the period of July 01 through July 31, 2019, drawn, or to be
drawn, from East West Bank for City Council approval.
Fiscal Impact:
None.
ATTACHMENTS
1. City Payroll Warrant Register No. 758
R.quel Franco | 8l 1 41201 I 2:48 PM
PAYROLL WARRANT REGISTER
City of Vernon
No.758 Month of August 2019
I hereby Certify: that claims or demands covered by the
above listed warrants have been audited as to accuracy
and availability of funds for payments thereof; and that
said claims or demands are accurate and that funds are
available for payments thereof.
Date:
This is to certify that the claims or demands
covered by the above listed warrants have been
audited by the City Council of the City of Vernon
and that all of said warrants are approved for pay-
ments
DATE
DATE
Masami Higa
Page 1 of 1 PayrollWarrant Register Memo.xls : Warrant
Pavrolls reoorted for the month of Julv:
06/09/19 - 06122119, Paydate 07104119
06/09/19 - 06122119, Paydate 07104119
06123119 - 07108119, Paydate 07118119
06123119 - 07l08l19, Paydate 07118119
06123119 - 07108119, Paydate 07I18119
Payment
Method Date Payment Description Amount
Tota! net payroll and payrolltaxes
CHECKS
ACH
ACH
CHECKS
ACH
CHECKS
ACH
ACH
ACH
ACH
CHECKS
ACH
ACH
07t03t19
07t03t19
07t03t19
07t03t19
07t03t19
07t18t19
07t18t19
07t18t19
07t18t19
07t18119
07t18119
07t18t19
07t18t19
07t03t19
07t03119
07to3t19
07t03t19
07103t19
07t03t19
07t03t19
07t03t19
07t03t19
07t18t19
07t18t19
07118t19
07t18t19
07t18119
07t18t19
07t18t19
07t18t19
07t18119
Net payroll, checks
Net payroll, direct deposits
Payrolltaxes
Net payroll, direct deposits
Payrolltaxes
Net payroll, checks
Net payroll, direct deposits
Payrolltaxes
Net payroll, direct deposits
Payrolltaxes
Net payroll, checks
Net payroll, direct deposits
Payrolltaxes
$ 18,63s.78
816,189.52
227,849.08
171,069.73
78,847.19
19,613.40
858,252.89
259,325.27
289,267.04
134,403.99
282.70
6,304.20
2,937.80
2,882,978.59
ACH
ACH
ACH
603387
603403
ACH
ACH
ACH
ACH
ACH
ACH
ACH
ACH
603460
603472
ACH
ACH
ACH
ICMA
CaIPERS
California State Disbursement Unit
Franchise Tax Board
U.S. Dept of Education
IBEW Dues
Vernon Firemen's Association
Vernon Police Officers' Benefit Association
ICMA
ICMA
CaIPERS
California State Disbursement Unit
Teamsters Local 911
Franchise Tax Board
U.S. Dept of Education
Vernon Firemen's Association
Vernon Police Officers' Benefit Association
ICMA
37,386.30
245,185.58
2,862.44
989.41
408.74
3,388.72
2,753.00
2,070.76
50,964.92
39,197.53
260,140.54
2,862.44
2,592.00
989.41
408.74
2,753.00
2,070.76
80,400.00
737,424.29
_E_1920,4029!_
Payroll related disbursements, paid through
Operating bank account
Tota! net payroll, taxes, and related disbursements
Pag€ 1 of 1
City Council Agenda Item Report
Agenda Item No. COV-385-2019
Submitted by: John Lau
Submitting Department: Finance/ Treasury
Meeting Date: August 20, 2019
SUBJECT
Approval of Operating Account Warrant Register No. 28 Covering the Period of July 30 through August 12, 2019
Recommendation:
A. Approve Operating Account Warrant Register No. 28 which totals $3,426,429.33 and consists of the following:
1) Ratification of electronic payments totaling $2,593,187.24.
2) Ratification of the issuance of early checks totaling $785,962.22.
3) Authorization to issue pending checks totaling $47,279.87.
4) Voided check No. 603548 totaling $88.12.
Background:
Section 2.13 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall prepare
warrants covering claims or demands against the City which are to be presented to City Council for its audit and
approval. Pursuant to the aforementioned code section, the City Treasurer has prepared Operating Account Warrant
Register No. 28 covering claims and demands presented during the period of July 30 through August 12, 2019, drawn,
or to be drawn, from East West Bank for City Council approval.
Fiscal Impact:
None.
ATTACHMENTS
1. Operating Account Warrant Register No. 28
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
I hereby certify that claims and/or demands included in above listed warrant
register have been audited for accuracy and availability of funds for payments and
that said claims and/or demands are accurate and that the funds are available for
payments thereof.
Masami Higa
This is to certify that the claims or demands covered by the above listed warrants
have been audited by the City Council of the City of Vernon and that all of said
warrants are approved for payments except Warrant Numbers:
Void Checks: 603548
o^r", &/*4
Prnned: 8l L4 12079 2:50:59PM
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
AO@UI{T IiII'OICE PAYMEIIT PAYMEI{T PAYTTE'II
VEItDOfi X'IiIE AXD I{UU8CR IIUMBEN AMOUI.T DCSCAPI|o II{VOIGE P.O.X DAIE iIUMSEA AMOT,IT
OO2242 - CA DEPARTMENT OF TAX & 011.200250 5 ZSq.lg 2Q19 Use Tax Payment
FEE ADM
020.200250 S 2,470.58 2Q19 Use Tax Payment
055.200250 S 8,492.31 2Q19 UseTax Payment
056.200250 s 139.68 2Q19 UseTax Payment
057.200250 S 2,506.86 2Q19 Use Tax Payment
011.1004.530034 S O.Z8 2Q19 Use Tax Rounding Adjustment 063019
063019
053019
063019
063019
053019
o7/30l20t9 8615 s 13,875.00
Printed: I I L4 /2019 2:50:59PM PaEe 1 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
AE@UI'IT IIIU)ICE PAYMEIIT PAYMEN PAYIiEIIIT
VE 9ON f,AME AIID iUiIBER I{UiillN AiiOUIYI OE9CI|FTIO lI{VOrcE P.O.' DAIE IIUiIB€R AMOUi{I
002412 - CALTFORNTA ISO 055.9200.500150 S 11,140.53 Recalculation Charges 07119
Recalculation Charges 07/19
Recalculation Charges 07/19
Recalculation Charges 07/19
Recalculation Cha rges 04/19
Recalculation Charges 04/19
Recalculation Charges 04/19
Reca lculation Charges 04/19
Recalculation Charges 04/19
lnitial Charges 07119
lnitial Charges 07119
lnitial Charges 07119
lnitial Charges 07119
20t907233L42629
118
20L907233t42629
118
20L907233142629
118
20t907233742629
118
201907233142629
118
20t907233142629
118
20L907233L42629
118
20L907233L42629
118
20L907233142629
118
207907233142629
118
207907233t42629
118
20L907233L42629
118
20L907233142629
118
oss.920o.soo170 s
0ss.9200.500190 s
055.9200.500210 s
055.9200.s001s0 s
0ss.9200.s00190 s
0ss.9200.500210 s
0ss.9200.s001s1 s
0s5.9200.s00170 s
0ss.9200.s001s0 s
055.9200.500210 s
0ss.9200.500170 s
055.9200.500190 s
99.35
77.O2
0.51
-1,053.81
-1,762.87
-4.20
2.94
29,208.42
t00,997.24
15,751.05
-15,889.81
-L8,259.87
8617 s L20,306.67
Ptintedi 8l 14 12079 2:50:59PM
o7/3Ol2D1s
PaAe 2 ol 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
l-:a i accoul{r . rirvorct . ,. ., .,,,,::i:iii;:i. . , :,':,: .j'.:. PAYMEm rAYM!*l PAYMEn
vrnoon rlAui|Iti:irurugER r{uMBER.i: :,:: Arrrourr pEscflmo ,::,:ii::i.i:: llvorcE P.d* : p rE ruMElR aMdul{r
002242- cA DEPARTMENT OF TAX & 055-200230 S 79,883.39 ElectricalEnersy Surcharge 03/19 077679
FEE ADM
0713712079 8618 s 79,883.39
Printed: 8/ 74 /2079 2:50:59PM Paee 3 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2O,9
OO484O - A.M. ORTEGA
CONSTRUCTION, INC
055.s500.595200 s
0s6.5600.59s200 s
056.s600.s95200 s
056.s500.595200 s
055.5600.s9s200 s
055.5500.595200 s
055.s600.s95200 s
055.5500.59s200 s
0s5.s500.s9s200 s
0s5.s600.s9s200 5
056.s500.595200 s
0s6.s600.s9s200 s
056.s500.s9s200 s
055.s600.s95200 s
0s5.5500.59s200 s
0s6.s500.s9s200 s
056.5600.s95200 s
055.5600.s95200 s
055.s500.595200 s
0s6.s500.595200 s
055.5600.s95200 s
0s6.5600.595200 s
790.34 Gas Construction & Repair Support
4,946.03 Gas Construction & Repair Support
5,742.94 Gas Construction & Repair Support
9,138.73 Gas Construction & Repair Support
5,529.99 Gas Construction & Repair Support
8,855.83 Gas Construction & Repair Support
11,715.93 Gas Construction & Repair Support
I,773.O4 Gas Construction & Repair Support
6,979.79 Gas Construction & Repair Support
6,588.80 Gas Construction & Repair Support
4,937.39 Gas Construcfion & Repair Support
5,175.83 Gas Construction & Repair Support
5,848.58 Gas Construction & Repair Support
5,583.67 Gas Construction & Repair Support
7,294.80 Gas Construction & Repair Support
5,168.79 Gas Construction & Repair Support
5,248.79 Gas Construction & Repair Support
8,484.03 Gas Construction & Repair Support
6,647.60 Gas Construction & Repair Support
5,175.83 Gas Construction & Repair Support
6,874.78 Gas Construction & Repair Support
5,175.83 Gas Construction & Repair Support
732748
733274
733276
733280
733282
733283
733285
733287
733288
733289
733290
733293
733294
733341
733342
733343
733344
733353
733354
733357
733358
733359
Printed: 8/1412019 2:50:59PM Pase 4 ot 44
ELECTRONIC
NUMBER AMOUNT DESCRIPTION INVOICE NUMBER
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,20t9
ETECTRONIC
OO484O. A.M. ORTEGA
CONSTRUCTION, INC
0s6.s500.s9s200
0s5.s600.595200
056.5600.59s200
056.5600.s9s200
056.5600.595200
0s5.s600.s95200
056.5600.595200
055.5500.595200
0s5.s600.595200
055.5600.595200
056.5600.595200
s
s
s
s
s
S
s
s
s
5
s
5,\75.83 Gas Construction & Repair Support
5,175.83 Gas Construction & Repair Support
72,862.08 Gas Construction & Repair Support
4,607.96 Gas Construction & Repair Support
2,323.30 Gas Construction & Repair Support
2,323.30 Gas Construction & Repair Support
720.52 Gas Construction & Repair Support
2,323.30 Gas Construction & Repair Support
5,145.56 Gas Construction & Repair Support
3,018.10 Gas Construction & Repair Support
2,750.07 Gas Construction & Repair Support
733350
733361
734408
734409
7344L0
734423
734424
734425
734426
734427
734428
07 l3Ll2O79 8619 s 180,604.19
001413 - BLX GROUP, LLC 0ss.9000.s9s200 s 9,025.00 Financial Advisory Services 419872040042s19
07131/2019 8620 s 9,02s.00
003441. ENTERPRISE FM TRUST 011.4031.840000 s 667.09 Monthly Lease Charges 06/19 2629
07/37/2019 8621 s 567.09
OO45OO. ICE US OTC COMMODITY
MARKETS,
1,250.00
Ptinted: 8/ 74 I 2019 2:50:59PM
0ss.9200.s95200 s 1,250.00 OTC Commission Adjustment 519001588088
07/3L12019 8622 5
Pase 5 of 44
VENDOR NAME ATTID NUMBER NUMBER AMOUNT DESCRIPNON rNvolcE P.O.fl DATE NUMBER AMOUNT
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
ACCOI.',{I IIII/OICE .PAYI/IEI{T PAYMEI{T PAYMEI{T
VEI{DON AliE AIID IIUi/|BER I{UMAEN AMOUI|T DES€RIMO II{VOICE ?.OJ ]'AIE I{UMBCF AiiOUlltT
006198- JRM 055.8100.595200 S 54,290.57 SecurityServices
055.8100.595200 S 52,594.57 SecurityServices
3444
3494
o7l3Ll2OL9 8523 s 105,88s.34
003053 - LEVEL 3 COMMUNICATIONS, 057.1057.500173 5 4,667.73 Upstream lnternet Access Services 82250625
LLC o7l3tl2o79 8524 s 4,567.73
005658- POWER SETTLEMENTS Oss.92m.5962OO S 5,250.m Software S€rvlces F€e 0719 VERN44
CONsULTING &
055.9200.596200 S 5.250.00 Softw.r€ Seruicer Fee OU19 VERN45
055.9200.596200 S 23,750.00 s€ttlecore Perpetual Llcense fee vERNPul
07Bal2oa9 852s 5 36,2s0.00
001581 - THE GAS COMPANY 055.9200.550022 S 139,239.23 Period:05/19 07L7t9
0713712019 8526 s t39,239.23
001206 - DELL MARKETING LP 011.9019.520010 5 3,589.28 Dell Latitude 3500-10323027765 011.0013859
011.9019.520010 5 744.64 Non-Taxable from above line item.- t0323O27165 011.0013859
011.9019.520010 S 48.00 Environmental Fee
011.9019.520010 S 355.04 Sales Tax 9.5%
L0323027t65 011.0013859
10323027165
o8lo7l2o1s 8627 s 4,835.96
000059 - so cAL ED|5oN 055.9200.500170 S 52,480.00 Victorville Lugo Vernon 07119
055.9200.500170 S 24,559.00 Laguna Bell 07119
055.9200.500170 s 147,680.00 Mead Laguna Bell 07119
7501023668
7501023669
750to23670
08lotl2oL9 8528 s 234,829.00
Printed: 8/1412019 2:50:59PM PaEe 6 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,20t9
ETECTRONIC I accou T ItvotcE P YirEtrlT PAYMEITT PAYMET{T
VEiDOR I{AIIE AI{O iIUi'BER I{UMBER AMOUi.I DESCNPIIO fl{VOICE P.O.' DA]E IIUMBER AIllOUrT
002190 - oFFrcE DEPOT 011.1026.520000 S Sg.S2 Supplies
011.1025.520000 S S.r1 Sales Tax9.5%
331123558001
331123ss8001
o8/o1l2oL9 8529 s s8.93
000059 - so cAL EDlsoN 011.1043.560000 S 85.16 Period:07l19 0777t9
oSloll21lg 8530 s 8s.15
001581 - THE GAS COMPANY 011.1033.560000 S 105.98 Period: 06/19
011.1033.560000 S gA.Z4 Period:05/19
011.1048.550000 S 29.51 Period:05/19
011.1033.560000 S 5.00 Period:06/19
011.1049.550000 5 nqll Period: 05/19
011.1049.560000 S eS+.rs Period:06/19
011.1043.550000 5 777.08 Period:05/19
020.1084.550000 5 L77.07 Period:05/19
056.s500.550000 S 19.99 Period:05/19
077219
o7r2tsl2l
071219(3)
071279{.4l.
071519
071s19(2)
071s19(2)
071s19(2)
071s19(3)
oLloll2oLg 8531 s L,622.73
Prir*ed: 8/ t4 /2079 2:50:59PM PaRe 7 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2OT9
001481 . VERIZON WIRELESS 0ss.9000.s50010
055.8000.560010
0ss.8200.s60010
0s6.5600.s50010
011.9019.550010
011.9019.560010
011.9019.s50010
011.9019.560010
011.9019.560010
011.9019.550010
011.9019.550010
011.9019.560010
011.9019.560010
011.9019.560010
684.79 Period:05/19
1,317.88 Period:05/19
t,485.2L Period:05/19
202.67 Period:05179
107.62 Period:06/19
185.50 Period:06lL9
t,226.90 Period:06/19
571.22 Period:06lt9
1,565.08 Period:06/19
1,888.67 Period:05/19
357.40 Period:05/19
470.50 Period:06/19
1,173.77 Period:06/19
99.96 Period: 06/19
s
s
s
s
s
s
s
s
5
S
S
s
s
s
050719_MULTIPLE(
2l
060719_MULTIPLE(
2l
050719_MULTTPLE(
2l
060719_MULTIPLE(
2l
070719-MULTIPLE
070719-MULTIPLE
070719-MULTIPLE
070719-MULTIPLE
070719-MULTIPLE
070719-MULTIPLE
070719-MULTIPLE
070719_MULTIPtE
070719-MULTIPLE
070719_MULTIPLE
08l02l2079 8532 s 7L,338.27
001517 - UPS
29.75
Printed: 8/ 74 12079 2:50:59PM
011.1041.s20000 s 29.75 Period:07/19 933312299
oslos/2ot9 8533 s
PaaeEol 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC :,::,, PAAltr ry!:[ ,:.try.iu
VEI{DOR f,/lME AXD t{UMOEn UMIER ":i: i_ A*0Ulr DEs€ilmO , :,:: I [lVCltCE irl '. P.]Ol DAIE' IIUMBEi :l Al'rlOUi[
002472 - CALIFORNIA ISO 055.9200.500150 5 46,042.40 lnitial Charges 07119
055.9200.500210 S 15,573.69 lnitial Charges 07119
055.9200.500170 5 -32,517.44 lnitial Charges 07119
055.9200.500190 s -7,510.54 lnitial charges 07119
055.9200.500150 S 32,092.05 Recalculation Charges 07119
055.9200.500190 S 422.64 Recalculation Charges 07119
055.9200.500210 S 180.55 Recalculation Charges 07119
055.9200.500170 S -371.88 Recalculation Charges 07119
20L907303142702
808
201907303742702
808
20t907303142702
808
20L907303142702
808
207907303142702
808
20L907303t42702
808
201907303142702
808
20t907303t42702
808
0810612079 8534 s s4,911.38
001928, ADVANCED UTILTTY SYSTEMS 011.9019.850000 s 18,412.50 CIS lnfinity Upgrade xT00138563
08/0612019 863s s 18,412.s0
002425 - CH2M HILL ENGINEERS, INC 055.9000.596200 S 8,519.95 Env Support Services 697275CH010
o8/o6/2}1s 8636 s 8,s19.9s
OO5O34- KRONOSTNCORPORATED 011.9019.860000 S 314.43 Software&HardwareUsageFees 11473478
011.9019.850000 S 314.42 Software & Hardware Usage Fees 1L4734\8
08/06/2079 8637 s 4,78s.6r
Ptime* I I 14 /2079 2:50:59PM
011.9019.590110 5 4,156.75 Kronos Support Service for PD 1L474420
Pase 9 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2Ol9
ELECTRONIC
,+,r... mYUE.rr PAYM€I|T PAYII{Em
005872 - PNC EQUIPMENT FINANCE, 011.1033.850000 S 165,145.95 Rental Payment
LLC
508216
08106/2019 8638 s 16s,14s.9s
005433 - RUTAN &TUCKER, LLP 011.1048.596200 S 8,591.69 Re: Housing lssues
011.1024.593200 S 556.50 Re: Torres / Ong Litigation
839441
843354
o8/o6l2}t9 8639 s 9,148.19
OO5O59 - TRITECH SOFTWARE 011.9019.850000 S 4,700.00 lQ Analytics Software
SYSTEMS
011.9019.590110 S 54,566.35 Software Support
2435358J1
243535J1
o8lo6/20t9 8540 s 69,266.36
001558 - WATER REPLENTSHMENT 020.1084.500110 s 159,652.05 Groundwater Production & Assessment 071519
DISTRICI-08/0612079 8541 s 1s9,5s2.0s
003265 - AON RISK TNSURANCE 011.1004.503035 S 27,516.00 Commercial Property Coverage
SERVICES WE
011.1004.503035 S 152,164.00 CommercialPropertyCoverage
011.1004.503035 S 46,058.75 Excess Liability Coverage
011.1004.503035 S 33,692.30 Excess Liability Coverage
011.1004.503035 S 154,415.10 CommercialPropertyCoverage
8200000262383
8200000252401
8200000252403
8200000252418
8200000252536
o8lo8/2}L9 8542 s 473,8s7.75
002533 - BANK OF NEW YORK MELLON 055.9000.592010 S 1,100.00 Depository Agent & Audit Confirmation 25222LL8L6
o8/08/20L9 8643 s 1,100.00
Printed: 8/1412019 2:50:59PM Pase 10 of 44
CIW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
TIAYII{EI|T PAYMEIT PAYMEiIT
vExoon aME ar{D iruMBER ,,:::,, UMBEn AMOITIII OESC mO nVOTE P.o.r OAIE ||UUEER Ar/lO(rl{I
000267 - BROADBAND LLC 057.1057.500173 S 4,250.00 lnternet Access Services 815192003744
o8lo8/2019 8644 s 4,2s0.00
P(intedi 8/ 74 / 2079 2:50:59PM Pase 1.1 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
ETECTRONIC
-
Amlfl tttvotc€ PAYuEilT PAYMEI{T PAYlrEl{T
VEI{DOB iIAME AI{D iIUUBEA UM8€N AMOUI{T DEgCIIPIIO|{ II{U)ICE P.O.I OAIE IIUMBEN AffOUIIT
004594 - DtON & SONS, INC 011.1033.570000 s
011.1033.570000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.s70000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.s70000 s
1,168.91 Unleaded Fuel-
0.46 FET Exempt
0.37 CA Lead Poisoning
217.58 State Excise Tax
7.50 Environmental Compliance Fee
9.95 Fuel Surcharge
1.80 Lab Tax.13%
64.24 Fuel Sales Tax 4.50%
871.58 Diesel Fuel-
0.64 FET Exempt
1.09 AB32
7.50 Environmental Compliance Fee
9.95 Fuel Surcharge
1.29 LabTax
122.58 State Excise Tax
134.57 Clear Diesel Sales Tax
1,538.40 Diesel Fuel-
0.34 FET Exempt
2.05 AB32
7.50 Environmental Compliance Fee
9.95 Fuel Surcharge
3.75 Lab Tax
230.40 State Excise Tax
731702
731702
737702
73L702
73r702
73L702
73t702
731702
73t703
73t703
73t703
73L703
731703
737703
73t703
73L703
73t704
737704
737704
73L704
73L704
73t704
73L704
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
011.0013910
Pase L2 of 44P rinted: 8l L4 /2019 2:50:59PM
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OL9
ETECTRONIC
E ,---------Ilii----- ---: fum lrr''ll{volcE r'i l"r tt::l :t .. PiaYlrEm :f,AYME T PAYMEI!
woon neiii mo ruuarr iumi:n ar,rourr otscmmor ' ' ' r{r,orcE p.o.t mrE truMBER luoutri
004s94 - DroN&soNs,lNc 011.1033.570000 S 251.04 clear DieselsalesTax 717704
08/08/2079 854s s 4,763.64
oo02o9 - MERRTMAC ENERGY GROUP 011.1033.570000 s
011.1033.s70000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.1033.570000 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
011.120030 s
3,852.\7 Diesel Fuel-
7.33 AB32 Fee
3.40 Federal Oil SpillTax
572.40 State Diesel Tax
1.59 Lust Fee
590.86 Clear Diesel Sales Tax
2,785.34 Diesel Fuel.
4.13 AB32 Fee
1.92 Federal Oil Spill
322.56 State Diesel Excise Tax
0.90 Lust Fee
334.32 Clear Diesel Sales Tax
8,386.25 Unleaded Fuel.
12.51 CA Enviro/Fed Oil SpillTax
5.33 CA Childhood Lead Fee
13.79 AB32
1,681.52 State Gasoline Excise Tax
3.56 Lust Fee
454.63 Fuel Sales Tax 4.50%
2192090
2t92090
2192090
2192090
2192090
2192090
2L92334
2L92334
2192334
2192334
2192334
2192334
2192335
2792335
2L92335
2192335
2192335
2192335
2192335
011.0013863
011.0013853
011.0013853
011.0013853
011.0013853
011.0013946
011.0013946
011.0013946
011.0013945
011.0013946
011.0013945
011.0013946
011.0013945
011.0013945
011.0013946
011.0013946
t8,444.45
Ptinted: 8/ 74 12019 2:50:59PM
08l08/2019 8546 s
PaRe L3 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
005925. SHI INTERNATIONAL CORP 011.9019.590110
011.9019.590110
011.9019.590110
011.9019.520010
011.9019.520010
011.9019.520010
31,078.68
478.00
478.00
3,21,4.60
438.75
30s.39
810207753
B10270609
810270509
8t0270823
810270823
810270823
011.0013897
011.0013905
011.0013905
011.0013914
011.0013914
s
s
s
5
s
s
Trend Micro Deep Discovery lnspector
OverlandCare Bronze - Extended service
OverlandCare Bronze - Extended service
Meraki MR42 Cloud Managed AP-
Meraki MR Enterprise License, 1YR-
Sales Tax 9.5%
08lo8l2019 8547 s 35,993.42
004527 - WITTMAN ENTERPRISES, LLC 011.1033.596200
011.1033.595200
s
S
1,088.75 Billing Services
1,563.16 Billing Services
1903069
1905059
08/08l2ot9 8548 s 2,657.9t
003143 - AFLAC oLL.2tO223 12,369.79 Supplemental lns - August 648803
08/0712019 8549 s 12,369.79
ott.210223 6,892.50 Supplemental lns - August 77L36470701906003142 - COLONIAL LIFE
o8l07l2ot9 85so s 6,892.60
001535 - EMPLOYMENT
DEVELOPMENT DEPT
011.1060.s02070
011.1060.502070
S
s
1,800.00 Unemployment lnsurance Benefit Charge-
5,850.00 Unemployment lnsurance Benefit Charge-
10181751888
10181761888
7,650.00
Printed: 8/1412019 2:50:59PM
osloe/2079 85s1 s
Pase 14 of 44
CIW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,20t9
ETECTRONIC
E----'rl. - i': liccourr ;,,'' ':!|!ii,t!!Yolcl
-,i' : lrr ::i::::, . '3'i!ii!i!: .')1.: ' iPAYr.Em i8YMl r PAYMI(I
vEt{Doi ltalrE aIiD ltuiiBEn xuMaEf, at ourT DEgcRtPTon ltil/otcE " P.o* ' o IE ruugtn aMoulti
002190 - oFFrcE DEPOT 011.1002.520000 s
011.1002.520000 s
011.9019.s20000 s
011.1002.s20000 s
011.9019.520000 s
011.1046.520000 s
011.1049.s20000 s
73.56 Supplies
8.29 Supplies
14.32 Supplies
0.79 Sales Tax 9.5%
1.36 Sales Tax9.5%
160.24 Supplies
144.47 Supplies
326075725001
326075805001
326075805001
326076805001
326076805001
329625106001
32962776300t
08/osl2ole 86s2 s 403.03
001481 - VERIZON WIRELESS 0s5.9000.560010
055.8000.s50010
055.8200.s60010
056.5500.550010
270.99 Period:05/19
1,304.50 Period:06/19
7,670.32 Period: 06/19
201.50 Period:05/19
s
s
s
S
070719_MULTTPLE(
2l
070719_MULTTPLE(
2l
070719_MULTTPLE(
2l
070719_MULTTPLE(
2l
o8ltzl2019 85s3 s 3,447.47
OO34O7. VERNON POLICE OFFICERS
BENEFIT
011.210250 1,993.04 Police Association Member Dues: Payment 8en217790
osloL/2Ot9 85s4 s 1,993.04
005323 - |BEW LOCAL 47 020.210250
055.2102s0
055.210250
s
S
s
178.55 IBEW Dues: Payment
2,975.66 IBEW Dues: Payment
402.08 IBEW Dues: Payment
Ben2l7792
Ben2Ll792
Ben2ll792
3,556.39
Ptintedi 8l 14/2019 2:50:59PM
08/ou2o1-e 85ss s
Pase 15 of 44
S
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2Ol9
PAYMEiIT PAYMEIIIT PAYMEI.T
YEITDIOR ITAME AIO iUi'BER IIUMBER AUOUI'I D€SCRIPI|OII VI'I'E P'O.I DAIE I{UMBEI AIIOUIIT
ETECTRONIC
003141 . VERNON FIREMENS
ASSOCIATION
011.210250 S 2,753.00 Fire House Fund: PaYment 8en217796
oslotl2or9 85s6 s 2,753.00
003158 - ICMA RETIREMENT TRUST
457
01L.270220
020.2t0220
05s.210220
056.210220
057.2t0220
oLt.270220
011.2t0220
s 105,229.68
s 1,s46.s0
s 8,192.94
s 1,340.65
s 20.00
s -80,400.00
s 19,743.83
Deferred Compensation: Payment
Deferred Compensation: Payment
Deferred Compensation: Payment
Deferred Compensation: Payment
Deferred Compensation: Payment
Deferred Compensation: Payment-
Deferred Compensation: Paymenr
8en217784
8en217784
8en277784
Ben2l7784
8en277784
Ben2l7784
8en277784
08lo].l20L9 86s7 s 55,573.60
003145 - CITY OF VERNON, FSA
ACCOUNT
011.100013
011.100013
s
s
288.30 FSA - Dependent: Payment
253.47 FSA - Medical: Payment
8en217788
8en217788
08/otl2oL9 85s8 s 547.77
Printed: 8/1412019 2:50:59PM PaRe L6 of M
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
ETECTRONIC
000714 - CALPERS
..]i.::.jj::]i].::i:.PAYl,E!lIgAYMEl{I,AYilEi4
vExDon iAIi{E AxD utrriiEi iruurtn Ar,tourr otScnrrnot NvorcE P.o.t D rE ttuMgER aM(rurT
8en277786
8en277786
8en277786
Ben2L7786
Ben2t7786
8en277786
8en217785
8en217785
Ben2t7786
Ben2L7786
Ben2t7786
8en217786
8en217786
Ben2l7786
011.210240 5 204,499.t4 PERSContributions: Payment
020.210240 5 9,47L.20 PERS Contributions: Payment
055.210240 S 32,998.22 PERS Contributions: Payment
056.210240 5 3,727.41 PERS Contributions: Payment
057.2L0240 S 87.68 PERS Contributions: Payment
OLL.21O24O 5 777.63 PERS Survivor's Benefit: Payment
O2O.2LO24O S 14.31 PERS Survivor's Benefit: Payment
055.210240 S aZ.g3 PERS Survivor's Benefit: Payment
056.210240 S 3.72 PERsSurvivor's Benefit: Payment
057.2L0240 S 0.19 PERS Survivor's Benefit: Payment
01L.21O24O S 308.85 PERS Buy-back: Payment
011.210240 5 t9,729.1O PIP:07/07-07120 - Retirement-
0LL.2LO24O s 12.00 PIP:.07/0L-07120 - Retirement-
011.1004.530034 S -0.01 P/P:0710L-07120 - Retirement-
08/0612019 86s9 s 27L,056.37
Prinledi I I !4 l2oL9 2:50:59PM PaRe 17 of M
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ol9
OO4O75 . THE DEPARTMENT OF THE
TREASURY
011.210210
020.210210
055.210210
055.210210
057.210210
011.210210
020.210210
0ss.210210
055.210210
0s7.2702L0
011.210210
011.210210
011.210210
011.210210
011.210210
2L2,685.s9
5,875.72
2r,620.79
2,789.67
74.60
41,996.44
1,6t4.42
s,s39.25
512.06
16.34
505.26
-93,590.63
-1s,543.98
44,928.84
4,863.48
Ben217780
8en217780
Ben217780
Ben217780
Ben217780
8en217780
8en217780
Ben217780
Ben217780
8en217780
8en217780
Ben217780
Ben217780
Ben217780
8en217780
Federal Withholding: Payment
Federal Withholding: Payment
Federal Withholding: Payment
Federal Withholding: Payment
Federal withholding: Payment
Medicare: Payment
Medicare: Payment
Medicare: Payment
Medicare: Payment
Medicare: Payment
Social Security Tax: Payment
Federal Withholding: Payment-
Medicare: Payment-
Federal Withholding: Payment-
Medicare: Payment-
s
s
S
S
s
s
s
s
s
s
s
s
s
s
08/02120L9 8650 s 233,888.86
P tinted: th4 I 2019 2:50:59PM
Pase 18 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,20t9
ELECTRONIC
001535 - EMPLOYMENT
DEVELOPMENT DEPT
+.i||'..::..:I:i:iil..-:.,.::i!,PAYud*l!iiiPAYl,Ert!.!u
vEt{o6i |{AME AIID ItUM6Ei' |IUMBER , Alil)tr r OESTCiIPTIOII "' lrvorcE i:.: P.o.t oarE:']' xuuBER all/loul{t
s
s
s
s
S
s
s
011.210210
020.210210
055.210210
056.210210
057.2t0270
011.210210
011.210210
7 6,343.40 State Withholding: Payment
2,151.95 State Withholding: Payment
8,751.92 State Withholding: Payment
1,099.06 State Withholding: Payment
24.34 State Withholding: Payment
-28,LO7.L8 State Withholding: Payment-
t3,478.45 State Withholding: Payment-
Ben2L1782
Ben2L7782
8en217782
Ben2l7782
Ben2l7782
Ben2Il782
Ben2l7782
08/02/20L9 8561 s 73,747.94
OO4O74. STATE DISBURSEMENT UNIT 011.210260
011.210260
011.210250
011.210250
055.210260
959.23 Child Support: Payment
L,4O2.LS Child Support: Payment
69.23 Child Support: Payment
53.07 Child Support: Payment
368.76 Child Support: Payment
s
S
s
S
S
Ben2ll794
Ben2I7794
8en277794
8en277794
8en277794
08/os/2079 8662 s 2,862.44
TOTAL ELECTRONIC $ 2,s93,tgt.z4
Ptnned: th4l20l9 2:50:59PM Pase 19 of 44
CIW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
EARTY CHECKS
PAYIiEXT CHECI( PAYilElrT
VE DON TAI\I€ AIID ItUi'lEi I{U AER AI/IOUrT OE9CRIPIIO l VOIcE P.O.' DAIE XUMBER AMOUI'I
OOOO05 - ATHRONE CO, INC 011.1043.520000 S 111.33 Portable Restrooms 589100
o8/oll2}79 50352s s 111.33
OOOG36 - MARK AUMENTADO 020.1084.900000 5 75.75 Reimb. County Administrative Fees 072919
o8/or/2ot9 503526 s 76.7s
006054 - BEARCOM 011.1033.594000 S 1,581.55 SC Service ABreement 4852155
o8/or/20l9 603s27 s 1,581.66
oo772L - CALOX, INC 011.1033.590000 S 15.00 Oxygen Bottle Refill 597243
o8lou2olg 603s28 s 1s.oo
001401 - CENTRAL BASTN MWD 020.1084.500130 5 322,t7t.77 Potable Water Breakdown VERJUN19
o8/0u2ol9 603s29 5 322,].7t.77
003845 - CITY OF HUNTINGTON PARK 011.1031.594200 s 6,924.64 Prisoner Booking Log 19663
o8/o1l2}L9 603s30 5 6,924.64
005113 - COLANTUONO, HIGHSMITH 011.1003.595300 S 4,073.00 Re: Election Advice
& WHATLE
39453
o8/0u2or9 603s31 s 4,073.00
005360 - COMMUNITY PARTNERS 011.1021.797000 S 35,000.00 CommUNlTY Fund Grant 0717t9
oslotl2org 603s32 s 3s,000.00
OOO947 - DAILY ]OURNAL
CORPORATION
020.1084.550000 S gS.O0 Publication Services
020.1084.550000 S SS.e0 Publication Services
83269766
83269775
o8/ou2oL9 603s33 s 193.20
Ptinted: 8/ 74 12019 2:50:59PM Paee 20 ot 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
EARTY CHECKS
PAYI/|EfiII" CHECX PAYMEI|I
VEITDOR XAME AT{D I{UMIER I{UMBEN AUOUrT DCSCNIPI|O lnVOrcI P.O.I I|AIE IIUMEER AMOUrT
002566 - DEWEY PEST CONTROL 011.1048.596200 s
011.1048.595200 s
011.1048.s95200 s
011.1048.596200 s
011.1048.596200 s
011.1049.590000 s
011.1049.s90000 s
011.1049.590000 s
60.00 Pest Control Services
100.00 Pest Control Services
95.00 Pest Control Services
135.00 Pest Control Services
75.00 Pest Control Services
52.00 Pest Control Services
57.00 Pest Control Services
42.00 Pest Control Services
12763027
L2763033
t2763034
L2763035
12763036
12763037
12763038
L2763039
oslot/29t9 503s34 s 535.00
005220 - DTGTTAL EMS SOLUTTONS rNC. 011.1033.590110 s 1,855.85 Electronic Patient Care Reporting \97
08/oL/20L9 603s3s s 1,856.85
004181 - FRANCHISETAX BOARD 020.210260
055.210250
148.41 Garnishment: Payment
841.00 Garnishment: Payment
8en277778
Ben2L7778
08lo1l2019 603s35 s 989.41
004239 - HSA BANK 011.1031.502030 s 750.00 lnitial Contribution / Z. Vazquez 0725t9
08/orl2079 603s37 s 7s0.00
Printed: 8/1412019 2:50:59PM PaRe 2'L of 44
CIW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
EARTY CHECKS
'imoon uit aro rumrEn jr ; xuMiiffiir: r ''l: ' AMdir{r oEsdim lll . l l[{voiG,' P.o.x : paiE ir.iMBEi ariou'iit
OO3L22- J&HAUTOBODY 011.1046.520000 s
011.1045.590000 s
011.1046.s90000 s
011.1046.s20000 s
011.1046.s20000 s
011.1045.520000 s
011.1045.s90000 s
011.1046.s90000 s
011.1045.520000 s
011.1045.520000 s
011.1046.520000 s
011.1045.590000 s
011.1045.590000 s
011.1045.520000 s
98.60 Paint & material
139.20 Paint labor
571.20 Body shop labor
10.11 SalesTax 10.25
234.00 Parts to repair
144.00 Paint and material
152.00 Paint labor
201.50 Body shop labor
38.75 Sales Tax 10.25
554.18 Parts to repair
140.80 Paint and material
158.40 Paint labor
298.80 Body shop labor
71.24 Sales Tax 10.25
15815
15815
15815
15815
15819
15819
15819
15819
15819
15820
15820
15820
15820
15820
011.0013835
011.0013835
011.0013836
011.0013837
011.0013837
011.0013837
011.0013837
011.0013837
011.0013837
011.0013837
011.0013837
oslotl2}Ls 503s38 s 2,822.88
OOO121. LU'S LIGHTHOUSE, INC 011.1046.s20000 s
011.1045.s20000 s
011.1046.s20000 s
75.00 7441 miniature lamps / bulbs
40.50 7444NA miniature lamps/ bulbs
5.27 Sales Tax 9.5%
rt42662
tt42662
1742662
011.0013817
011.0013817
60.77
Ptinted: 8 I L4 /2079 2:50:59PM
08lo]-/2Ot9 603s39 s
PaRe 22 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2Ol9
EARTY CHECKS . ACOOUiTT IIII'OIGE PAYMEITI CHECI( PAYMEIIIT
VEITD{)R ITAI/IE AI{O iIUMBER I{UMIER AMOUiII DCSCNIPIIOi VOIct P.O' I'ATE UMAEN Arl'OUrT
oooo84 - MATERTAL HANDLTNG 011.1046.520000 S 20.48 Nls 2s320-7tA0E bn*e li8l"'t switch 1127443 011.001383s
SUPPLY,INC
011.1046.s20000 S 5.78 Nls465a4-s0100 brake light switch t7z74a3 011.0013835
011.1046.520000 S 2.50 SalesTax9.S%rt27483
o8/oL/2OL9 603s40 s 28.76
000561 - MR. HOSE, tNC 011.1046.520000 S 105.19 A-T4012D-12FJ-L2H45-55.00 hydraulic 157467 011.0013838
011.1045.520000 S 108.46 T4OL2D-723FJ-12RJ90-52 hydraulic hose L57467 011.0013838
011.1046.520000 S 2L.37 Sales Tax 10.00 L57467
o&lotlzo]-g 603s41 5 23s.02
005485 - QUENCH USA, INC 011.1049.520000 S 2,329.07 Water Filtration Units rNV01872524
oslotl2otg 603s42 s 2,329.07
002850 - SANTA ANA COLLEGE 011.1033.596700 S 4,784.00 Registration / Wellness Program 071819
oSlo1.l2o]-g 603s43 s 4,784.00
0OO38O - STACY MEDICAL CENTER 011.1031.595200 S 1,035.00 Medical Services 527132748
o8/oL/20r9 503s44 s 1,03s.00
Ptintedi 81 14 /2079 2:50:59PM PaEe 23 ot 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
EARTY CHECKS
VENDOR NAME AND NUMBER
005556 - SWEINHART ELECTRIC CO
ACCOUNT INVOICE PAYMENT CHECX PAYMENT
NUMBER AMOUNT DESCRIPTION INVOICE P.O.T DATE NUMBER AMOUNT
011.1049.590000 s 777.2L Major Service on EPS
011.1049.590000 S 1,284.00 MajorService on EPS
011.1049.s90000 s 698.38 Major Service on EPS
011.1049.590000 S 1,085.21 MajorService on EPS
20511
20s12
20514
20516
20518
20520
20522
20533
011.1049.590000 s
011.1049.590000 s
983.59 Major Service on EPS
776.L0 Malor Service on EPS
011.1049.590000 5 7,074.12 Major Service on EPS
01r..1049.590000 s 904.00 Major Service on EPS
08/ot/2079 503s4s s 7,576.7L
004447 - U.S. DEPT OF EDUCATION 011.210250 s 408.74 Garnishment: Payment Ben2ll776
08lou2019 603s46 s 408.74
000353 - v&v MANUFACTURTNG, rNC 011.1031.s40000 s 234.22 Police Badges 48350
osloLl2079 603s47 s 234.22
004252 - WHITTIER POLICE
DEPARTMENT
011.1031.570000 s 500.00 Mutual Aid Vehicle Maintenance 19MAV001
08/otl2ot9 603549 s s00.00
001088 - woN DooR coRPoRATroN 011.1049.590000 s 448.00 Maintenance lnstallation 242808
o8/or/20r9 603ss0 s 448.00
006638 - ARION GLOBAL, INC
79.20
Ptified: 81 7412079 2:50:59PM
011.1033.520000 s 79.20 Recycling Service r3787
0810612019 603ss1 s
PaEe 24 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
EARTY CHECKS
re ,l PAYMETTT CHECI PAYMET{r
VEI{DOR I{AME AT{D T{UMB€N IUM8ER AMOUITI DESCRIPT|O |I\IVOICE P.O.T DAIE IIUMBIR AMOUI{I
006305 - ASTRO PLU M BING sU PPLY 011.1049.520000 5 621-25 Plu mbing & Euilding Ha rdwarc._ s13196s5001 0110013211
co
011.1049.520000 s 1,309.03 Plumbing & Building Hardware." 51319914001 011.0013211
oa/06/2079 603552 S 1,936.28
002889. AT&T MOBILITY 011.9019.560010 5 46.23 Period: 06/09/79 'O7lO8/79 832776480XO7\62
019
08/06/2079 603ss3 s 46.23
000395 - CAEHA 011.1050.595200 s 8,925.02 Temporary Staffing
011.1060.595200 S 18,848.57TemporaryStaffing
011.1060.595200 S 3,870.89 Temporary Staffing
011.1050.595200 s 5,193.43 Temporary Staffing
LL267
11293
71322
11338
o8lo6/20t9 503ss4 s 37,839.01
000778 - CALIFORNIA WATER SERVICE 011.1033.550000 S 102.33 Period: 07119
011.1043.550000 5 42.45 Period:07119
072319
o723tsl2l
o8/06/2OL9 603sss s !44.78
OOt473 - CITY OF DOWNEY 011.1060.595200 S 5,533.75 Animal Control Services-233465
08106/2019 503ss6 s s,s33.7s
OO031O - CRAIG WELDING SUPPLY, CO 011.1047.520000 S 195.05 Welding Supplies-
o8/o6l2}t9 603ss7 s 196.0s
Ptinted: 81 74 I 20L9 2:50:59PM
63t662 011.0013213
PaRe 25 ot 44
CIW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ol9
EARTY CHECKS
001335 . CURRENT WHOLESALE
ELECTRIC SUP
011.1049.520000
011.1049.520000
011.1048.520000
011.1049.520000
011.1049.520000
011.1048.520000
s
s
s
s
s
s
1,462.00 Electrical & Hardware Supplies-
18.17 Electrical & Hardware Supplies-
25.59 Electrical & Hardware Supplies-
250.58 Electrical & Hardware Supplies-
295.36 Electrical & Hardware Supplies"
40.61 Electrical & Hardware Supplies-
258458
2s8459
258460
258497
258498
258531
011.0013212
011.0013212
011.0013212
011.0013212
011.0013212
011.0013212
08/06l2Or9 603ss8 s 2,O92.57
OOO533. DALE.STRANSPORT 011.1043.520000
011.1043.520000
s
s
35.00 Truck Wash/Steam Out Services-
45.00 Truck Wash/Steam Out Services-
272342
272343
011.0013899
011.0013899
08l06/2019 603ss9 s 80.00
000970 - DANGELO CO 011.120010 2,817.81 Water Parts-s1370699001 011.0013214
08/061207s 603s60 s 2,8t7.87
005535 - EDERBEAN FACE ART 011.1021.550000 s 300.00 2 Artist for Face Painting & Balloon 8082019001 011.0013968
08l06l2079 603s51 s 300.00
004868 - ENDURO PTPELTNE SERVICES, 056.5600.900000 s
tNc.
34,250.00 Vernon Transmission Line 8338S8
0810612079 503s62 s 34,2s0.00
001956 - IGNACIO ESTRADA III
209.20
Printe& I | 1412019 2:50:59PM
011.1031.s96s00 s 209.20 Sherman Block SLI Class 437-3 070919
08l06/20t9 603s63 s
PaP.e 26 ot 44
ACCOUNT
AMOUNT DESCRIPTION
INVOICE
P.O.#
PAYMEITT
DATE
CHECK PAYMTNI
NUMBER AMOUilTtNvorcE
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
EARTY CHECKS
re P YirEt{T cHEq( PAYMEIII
VEI{DOR IIIME AIID trUi/IBER I{UiiAER AMOUi.I DESCIIPTIOII II$/OrcE P.O.X DA'IE ITUMBER AMOIJITI
OOO524 - FERGUSON WATERWORKS 011.120010 S 4,385.48 Water Parts-678845 011.00132L9
0810612079 603s64 s 4,38s.48
001359 - FIREFIGHTERS'SAFETY 011.1033.540000 S 249.54 Safety Work Boots
CENTER
27545
o8/06/20t9 603s6s s 249.s4
004438 - fLEMING ENVIRONMENIAL 011.1049.590000 S 6s0.00 DeslSnat.d Op€rator 30 Day lnsPecnons 14998
tNc
011.1049.590@0 S 2,693.40 Seruicec.ll lsoso
oalo5l2o79 &3566 s 3,343.rr0
005825 - FRONTIER 011.9019.560010 S ss.o1 Period: 07h6lr9 -o8/7slL9 071519
o8lo6/2}L9 503s57 s ss.01
006210 - HP YOUTH FOOTBALL & 011.1021.797000 S 20,000.00 CommUNlTY Fund Grant
CHEER ASSO
073119
0810612019 603s68 s 2o,ooo.oo
005660 - tNNERCtTy STRUGGLE 011.1021.797000 s 45,000.00 commUNlTY Fund Grant 073119
08106/2079 603s59 s 4s,000.00
OOO829 - IRON MOUNTAIN 011.9019.560010 S 769.76 Storage Services 20L9t2682
o8/o6l2}L9 6o3s7o s 759.76
006639 - IWT PROPERTIES, LLC 011.1040.400900 5 18,770.20 Ref. 1st&2nd Parcel #6304023002- 071819
08106/2079 503s71 s t8,770.20
Ptinte& 81 74/2079 2:50:59PM PaEe 27 ol 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
EARTY CHECKS
VENDOR NAME AND NUMBER
OOO138. LACPCA
ACCOUNT INVOICE PAYMENT CHECK PAYMENT
NUMBER AMOUNT DESCRIPNON INVOICE P.O.# DATE NUMBER AMOUNT
011.1031.596700 S 200.00 Registration Fee / A. Miranda 071819
08l06/20L9 503s72 s 200.00
OOO8O4 - LB JOHNSON HARDWARE CO
fi1
011.1049.520000
011.1049.520000
011.1049.520000
011.1046.520000
011.1049.520000
s
S
s
s
5
55.94 Plumbing & Building Hardware-
80.61 Plumbing & Building Hardware-
15.51 Plumbing & Building Hardware-
100.72 Plumbing & Building Hardware-
5.95 Plumbing & Building Hardware-
to2r23
102381
to24L4
L02437
102513
011.0013208
011.0013208
011.0013208
011.0013208
011.0013208
08/0612019 503s73 s 260.73
003342 - LIBERTY MANUFACTURING,
tNc
011.1031.590000 s 345.00 Range Maintenance 1764
08/0612079 503s74 s 345.00
OO115O - MCMASTER CARR SUPPLY
COMPANY
011.1049.520000
011.1049.520000
011.120010
011.1049.520000
s
s
s
s
448.94 Electrical & Building Supplies-
380.08 Electrical & Building Supplies-
385.73 Electrical & Building Supplies-
1,708.61 Electrical & Building Supplies-
97310079
97419297
97479292
98757639
011.0013218
011.0013218
011.0013218
011.0013218
08/06/20]-9 503s7s s 2,923.36
005124 - ANTHONY MIRANDA
93.00
Ptinted: 8/ 74 /2079 2:50:59PM
011.1031.s95s00 s 93.00 LACPCA September 2019 Strategic 071819
08/0612079 603s75 s
Pase 28 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
OO52O3 . MRC SMART TECHNOLOGY
SOLUTIONS
011.9019.s90110 s 12,744.98 Managed Print Services tN1147924
08l06/2019 503s77 s t2,744.98
005618 - NEOLOGY, INC 011.9019.520010
011.9019.520010
215.42 Ref S:2410
215.42 Ref# 2353
s
s
2353
24tO
011.0013857
011.0013867
o8lo5/20t9 603s78 s 430.84
003106 - OCEAN BLUE
ENVIRONMENTAL SERVI
011.111100 2,037.48 Hazardous Materials Disposal 32L49
08l06/20L9 503s79 s 2,037.48
000629- oPENACCESSTECHNOLOGY 055.9200.595200 s
INTL, I
817.25 Charges: January - June 2020-748192 05s.0002734
08l06/20t9 503s80 s 8t7.25
005719 . OPPORTUNITY FUND
NORTHERN CA
011.1021.797000 s 45,000.00 CommuN|TY Fund Grant 07t719
08/06/2079 503s81 s 45,000.00
001943- PLUMBING & INDUSTRIAL
SUPPLY
011.1049.520000
011.1049.520000
011.1049.520000
011.1049.520000
s
s
s
S
11.33 Plumbing & Building Hardware-
138.88 Plumbing & Building Hardware-
48.76 Plumbing & Building Hardware-
11.99 Plumbing & Building Hardware-
s1218297001
s1220043001
s1220798001
s1221090001
011.0013209
011.0013209
011.0013209
011.0013209
210.96
Printed: 8/1412019 2:50:59PM
08/06/20t9 603s82 s
PaRe 29 of 44
NUMBER AMOUNT DESCRIPTION rNvotcE
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
EARTY CHECKS
''ii:ii:::" PAYMEIIT "O{Ecx PAYMEIIIT
rrEI{Doi Mf,rE.axDliuMBER l{uMaEBi::ii::i:: aMoul{r DEscnlmo "' '.,:i:: l \olcE Poi:: : ' DAIE il'jMaEi al/loutlr
OO5G34 - pROYECTO PASTORAL 011.1021.797000 S 50,000.00 CommUNlTY Fund Grant o71719
o8lo6/2}re 503s83 s so,ooo.oo
OO18O8 - DANTTA ROBERTSON 011.1031.596700 S 25.00 CLEARS Trainin8 Registration 073019
08/06/2019 603s84 s 2s.00
005577 - SAN BERNARDINO COUNTY 011.1026.596200 S 1,900'00 WRIB Membership Renewal
HR
GX35919
08106/2019 603s8s s 1,900.00
001017 - SPRINT 011.9019.560010 S la.a1 Period:05/19 677975318212
o8/06120L9 603s86 s 34.41
005555 - SWEINHART ELECTRIC CO 011.1049.590000 S 1,284.00 Major Service on EPS 19750
0810612079 503s87 $ 1,284.00
OO6G4O - ZULETMA VMQUEZ 011.1031.596700 S 28.00 CLEARS Training Registration 073019
08/0612019 503s88 s 28.00
001481 - VERIZON WIRELESS 011.9019.560010 S 825'30 Period: 06/19 9833791879
08/0612019 6o3s8s s 826.30
OOO743 - XEROX FINANCIAL SERVICES, 011.9019.590110 S 3,219.30 Lease Pavment
LLC
1699071
08/0612079 6o3s9o s 3,219.30
005544 - 3St SECUR|TY SYSTEMS, INC 011.9019.590110 S 1,080.00 TRACKING SERVICE "
08/08/2019 603s91 s 1,080.00
Printed: 8/1412019 2:50:59PM
tNV723764 011.0013972
Pase 30 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,20t9
EARLY CHECKS
004581 . AEG SOLUTIONS, INC 0s5.9100.520000
0ss.9100.s20000
055.9100.s20000
742.56 ltem: PB2434M-
35.00 Freight
70.54 Sales Tax 9.5%
s
s
s
75758
75758
75758
055.0002733
055.0002733
08l08/20t9 603s92 s 848.r.0
000589 - AGENCTESTOOL CENTER, INC 011.1045.520000
011.1046.590000
011.1046.520000
137.99 12504 l/2" drive torque wrench
14.74 Freight
13.11 Sales Tax 9.5%
s
s
s
24619G
246LgG
246t9G
011.0013918
011.0013918
08108/20L9 603s93 s 165.84
OO4O25 - AIRWAVE COMMUNICATIONS
ENTERPR
011.1045.s20000
011.1046.520000
011.1046.520000
011.1046.520000
011.1046.s20000
011.1046.520000
011.1045.s20000
011.1046.590000
011.1045.s20000
149.52 Universal undercover led insert amber
149.52 Universal undercover led insert white
62.50 lgnition delay module
3L.25 75 amp hd relay
27.25 I position fuse block
27.35 50a cb hi aml man sp vlt sfc
31.25 Miscellaneous hardware
1,077.20 Labor to install 4 corner strobes and
47.28 Sales Tax 10.00
1 1825
11825
11826
11825
11825
It826
Lt826
71826
1 1826
011.0013919
011.0013919
011.0013919
011.0013919
011.0013919
011.0013919
011.0013919
011.0013919
S
s
s
s
s
5
s
5
1,591.32
Printed: 8/1412019 2:50:59PM
08/08/207s 603s94 s
Pase 31 of44
VENDOR NAME AND NUMBER
ACCOUNT
NUMBER
!NVOICE
AMOUNT DESCRIPTION tNvotcE P.O.#
PAYMENT CHECK
DATE NUMBER
PAYMENT
AMOUNT
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
EARTY CHECKS
VENDOR NAME AND NUMBER
001624. ALLSTAR FIRE EQUIPMENT,
tNc
ACCOUNT INVOICE
NUMBER AMOUNT
011.1033.8s0000 s 102.90
PAYMENT CHECK PAYMENT
DESCRIPTION INVOICE P.O.f DATE NUMBER AMOUNT
011.1033.850000 s
011.1033.8s0000 s
011.1033.850000 s
Ringers 327 ESG Barrier ONE Gloves -
Lion CVBM-K7 7 Oz. Natural PBI Max
Lion PVFM-K7 7 Oz. Natural PBI Max
Sales Tax 9.5%
3,201.50
1,820.40
486.87
2 163 15
2t63t5
2 163 15
2 163 15
011.0013589
011.0013689
011.0013589
08108/2019 603s9s s 5,617.77
001948 - AT&T 011.9019.s50010
011.9019.560010
011.9019.550010
055.9000.560010
011.9019.560010
011.9019.560010
055.5600.560010
056.5500.550010
011.9019.550010
011.9019.550010
s
s
s
S
5
s
s
s
s
s
20.63 Period: O6l06lt9 -07l1slt9
2,582.20 Period: 06/10/t9 - 07 /o9l L9
18.97 Period: O6lLOh9 - 07/09/L9
228.06 Period:06lLO/79 - 07lO9/19
2,057.L8 Period: 06l tO/79 - 07 lO9/ t9
989.22 Period: 06/10/19 - 07 lO9/19
593.33 Period 061 101t9 - 07 /O9lt9
20.63 Period: 06h0lt9 - 07lo9h9
1,030.0s Period: 05/10/19 - 07 lo9lL9
18.97 Period: 061t5/79 - O7/741L9
1328s824
132995r.8
13299519
13299520
13299527
13299522
13299523
13299622
13299954
13341034
08108/20L9 603s96 s 7,559.24
005566 - BADGE FRAME, INC 011.4031.8s0000 s 2,833.83 Badges 34667
08/08/207e 603s97 s 2,833.83
OOO439 - BNSF RAILWAY COMPANY
50.00
Printed: 8/14/2019 2:50:59PM
020.1084.s50000 s 50.00 Permit L907L738
08/08/20t9 603s98 s
PaEe 32 of 44
CTTY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
EARTY CHECKS
I ::,. aacout{T :rr ,ltivotcE ,:- ,i. .::i:!irfi. ritir::: ,:. r':it': payME r $| otEo( j::i. payMEt{i
VEIIOTOR iAllE Al{O llUlrSER IIUMBER AlrOUrT OESCrumO lllVOICE P.O.* DAIE 'l{UMaER A}tOUtii
004163 - CENTRAL FORD 011.1046.520000 s 55.19 9L3Z-1A189-A lowairtiresensor C4759L 011.0013924
011.1046.590000 S 87.00 Labor to diagnose and repair
011.1045.520000 S S.S5 Sales Tax 10.25
c47591 011.0013924
c4759r
08/08/20]-9 603s99 s 147.8s
003405 - COMMUNICATIONS SUPPLY 057.1057.520000 S 2,557.99 Communication Supplies-
CORP
057.1057.520010 S 105.12 Communication Supplies-
057.1057.520010 S 615.50 Communication Supplies-
057.1057.520010 S 735.84 Communication Supplies-
634359 057.0000078
640262 057.0000078
649145 057.0000078
678947 057.0000078
08/0812019 603500 s 4,014.4s
000916 - COUNW CLERK, COUNTY OF 011.1041.410280 5 2,429.75 Notice of Determination"
LA
080519
08/0812019 603601 5 2,429.7s
OOL444 - COUNTY OF LOSANGELES 011.1004.595200 S 8,840.22 LAFCO Charges FY 2019-20 077779
o8lo8/2019 503502 s 8,840.22
005949 - COVERT tAW ENFORCEMENT 011.9019.590110 5 125.00 Milestone XProtect Express 2019 R1- lNV0502 011.0013967
o8lo8/20t9 603603 s 12s.00
Printed: 8/14 /2019 2:50:59PM Pase 33 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
EARTY CHECKS
001336 - CURRENT WHOLESALE
ELECTRIC SUP
0s5.8200.s20000
055.8200.s20000
0ss.8200.520000
020.1084.520000
055.8200.520000
2,161.18
L,OL4.82
2,424.60
10,807.65
1,583.94
Electrical Supplies-
Electrical Supplies-
Electrical Supplies-
Electrical Supplies-
Electrical Supplies-
s
S
s
s
S
258830
258831
2s8832
2s8833
258834
0ss.0002557
0ss.0002557
055.0002667
011.0013313
055.0002667
08/08l2O7s 503504 s 77,992.79
OOO947 - DAILY JOURNAL
CORPORATION
011.1003.s96300 s 294.00 Publication Services 83269135
08/08/20L9 60350s s 294.00
005874 - DOUBLETREE BY HILTON 011.1026.595900 s 2,400.00 1st Dep. EE RecoBnition Holiday Event-080519
08/08120L9 603505 s 2,400.00
004858 - ENDURO PIPELTNE SERVTCES, 056.5600.900000 s
tNc.
5,000.00 Vernon Transmission Line 84155
08/08l2Ot9 503607 s s,000.00
OO1580 - FRY.S ELECTRONICS, INC 020.1084.520000 s 141.24 Computer Related Equipment-18r45344 055.0002653
08l08l2Or9 603608 s t4L.24
OOO899. GALLS, LLC 011.1033.850000 s
011.1033.8s0000 s
243.70 SKU#TT851 MDNV-
23.15 Sales Tax9.5%o
t2805237
12805231
256.85
Printed: 8/1412019 2:50:59PM
011.0013628
08/08/2079 603609 s
PaRe 34 of 44
ACCOUNT INVOICE
NUMBER AMOUNT DESCRIPTION
PAYMENT CHECK PAYMENT
INVOICE P.O.# DAIE NUMBER AMOUI{T
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2OI9
001668 - LORENZO GAYTAN 011.1025.596800
011.1025.596800
011.1026.596800
011.1026.596800
451.74 Tuition Reimbursement
405.00 Tuition Reimbursement
405.00 Tuition Reimbursement
355.21 Tuition Reimbursement
S
S
s
s
0429L9
o429t9l2l
062719
0627tsl2l
08/08l2oL9 503510 s 1,516.9s
OOOO77 - GOLDEN BELL PRODUCTS,
tNc
011.1043.590000 s 18,669.00 Sewer Manhole Roach Eradication t6779
08l08l2o].s 603611 s 18,559.00
OO349O - H&H WHOLESALE PARTS 011.1046.520000
011.1045.520000
s
s
293.75 ACD 10-9246 dexos 5w30 full synthetic
27.91 Sales Tax 9.5%
1tN0291955
1tN0291955
011.0013921
08l08/20L9 503612 s 32r.67
OOL22I. HERNDON RECOGNITION
COMPANY
011.1025.596900 s 1,326.80 Merchandise Charges 3347476R1
08/08/2019 503513 s 1,326.80
000686. IGOE & COMPANY, INC 011.1025.594200 s 75.00 Participation Fee t97825
08/08/201s 603614 s 75.00
OO3L22. J&HAUTOBODY 011.1046.520000 s
011.1046.590000 s
011.1046.s90000 s
011.1046.s20000 s
119.00 Paint & material
158.00 Paint labor
144.00 Body shop labor
12.20 SalesTax 10.25
15851
15851
15851
15851
011.0013923
011.0013923
011.0013923
443.20
Ptintedi th4 120L9 2:50:59PM
0810812079 603515 s
PaRe 35 of 44
EARLY CHECKS
VENDOR NAME AND TTUMBER NUMBER AMOUNT DESCruPNON AMOUNT
\YMENT CHECX
DATE NUMBER
-
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,2OI9
EARTY CHECKS ,ii P IlElr .,.q'.!q ,,' ryi!t.!!I
vEiiiroR idME AxD t{uMaER i{UMBEi .I'AMOUI{T OE9CRIPTDT{ : IVOIC€ I P.O., IrATE' xUMBEn AMOUiIT
005377 - LOGMETN USA, tNC 011.9019.590110 s 1,782.00 RercueAssin Remote support concu rient 1207633737 011.0013964
08/08/2019 603615 S L,1A2$O
003255 - LUDLUM MEASUREMENTS, 011.1033.596200 S L21.28 Part Numbet M224I-2w144-2w/44-9-18 473L68 011.0013809
tNc 08/08/2019 603617 5 72t.28
OO115O - MCMASTER CARR SUPPLY 055.8400.590000 S 1,513.05 Hardware Supplies-
COMPANY
055.8400.590000 5 778.34 Hardware Supplies-
9732s739 055.0002575
97449777 055.0002676
o8lo8/20t9 603618 s 2,29t.40
005585 - OCCUPATIONAL HEALTH 011.1026.597000 s 93.50 Medical Services
CENTERS OF
011.1026.597000 S 63.00 Medical Services
64782342
54841933
08/0812019 603519 s 1s6.50
006612 - QUALIFIED MOBILE, INC 011.1046.590000 S 493.00 Car Wash Services 259547
08/08/2019 603620 s 493.00
OO17O3 - ROYAL TNDUSTRTAL 055.8000.590000 S 371.51 Electrical Parts-
SOLUTIONS
055.8000.590000 S 113.28 Electrical Parts-
9065s31597 055.0002577
9066531698 055.0002677
o8/o8l21r9 603621 5 484.79
Printed: 8/1412019 2:50:59PM PaRe 36 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ol9
007522 - TENNANT SALES & SERVICE
co
011.1046.520000
011.1046.s20000
5
s
390.50 1057710 ISO 100 hydraulic oil-
37.10 Sales Tax9.5%
916410586
916410585
011.0013839
08lo8l2Or9 503622 s 427.60
011.1033.410211 s 500.00 Ref. Fireworks Stand Deposits 072319005338 - TNT FIREWORKS o8lo8l2o19 603623 s s00.00
oo3t77 - wTLMTNGTON INSTRUMENT 056.s600.s20000 s
COMPANY,
539.78 Calibration Services-1083921N 056.0000517
08l08/2019 603624 s 539.78
TOTAL EARLY CHECKS 5 785,962.22
Printed: 8/1412019 2:50:59PM
PaEe37 ol M
EARTY CHECKS
AMOUNT DESCRIPTION P.O.f
CHEC(
NUMBER
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
WARRANTS
006308. ANAYA SERVICE CENTER 011.1046.s20000
011.1046.520000
011.1045.520000
011.1046.590000
011.1046.520000
011.1045.520000
011.1046.590000
011.1046.520000
s
s
s
s
s
s
s
s
53.95 111025701 gasket
21.90 111029401 gasket
15.95 5150 coolant
210.00 labor
8.82 Sales Tax 9.5%
288.95 19153713 electric fuel pump
120.00 Labor to diagnose and repair
27.45 Sales Tax 9.5%
31939
31939
31939
31939
31939
31966
31956
31966
011.0013929
011.0013929
011.0013929
011.0013929
011.0013934
011.0013934
08/20/20t9 60352s s 748.02
OO5O78 - BURKE, WILLIAMS &
SORENSEN, LL
011.1024.s93200 s 1,484.00 Professional Services 243049
08/20120L9 503625 s 1,484.00
004320 - MRON CASS 011.1033.s96700 s 445.00 Reimb. AH 330 & IAFF Course 072419
08l20l2Or9 603527 s 44s.00
OO1O95. CHEM PRO LAB, INC 011.1049.s90000 s 314.00 Water Treatment Service 651792
08l20l2OL9 503628 s 314.00
003845 - CITY OF HUNTINGTON PARK 011.1031.594200 s 7,333.72 Prisoner Booking Log 19665
08l20/2019 603629 s 7,333.72
004787 - CLEAR INVESTIGATIVE
ADVANTAGE,
50.00
Printed: 8/14/2019 2:50:59PM
011.r.048.455900 s 50.00 Background Check 12 1 185
08l20/2019 603630 5
Paee 38 of 44
ACCOUNT INVOICE
NUMBER AMOUNT DESCRIPTION
PAYMENT CHECK PAYMENT
INVOICE P.O.IO DATE NUMBER AMOUNT
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
WARRANTS
,lli .', i:i:: ::::i!::.. ac@u Ii ''r:i: :iiwvol(E .a . .:: :!i i:+:::i:l ::PAYM!|{T
wiiiion rau: exD ruuin '" rui,rarn iimourr oestntmon flvotcE P.o, o^t[ rruMlEr AMourr
003088 - CLINICAL LAB OF SAN 020.1084.500140 S 621.00 Lab Services
BERNARDINO
969583
o8/2Ol2OL9 503531 s 621.00
006032 - RAYMOND DE NIJS 011.1033.595700 S 275.00 Reimb. 5-230 Crew Boss Course 0724L9
o8/20/20t9 503632 s 27s.00
OOO411. BRYAN DOME 011.1033.596700 S 275.00 Reimb. 5-215 Fire Operations Course 072419
o8l2ol2o19 503533 s 27s.00
001746 - ENTENMANN-ROVIN CO 011.1033.520000 5 2,022.36 Badges
011.1033.s20000 S 211.88 Badges
145414tN
145437tN
o8l2ol2ol9 503634 5 2,234.24
004438 - FLEMING ENVIRONMENTAL, 011.1049.590000 S 0SO.O0 Designated Operator 30 Day lnspections 15085
tNc
o8l2o/20t9 50363s s 6s0.00
000399 - GARVEY EQUIPMENT 011.1033.520000 5 1,875.20 Product Number: 36RDR-72-
COMPANY
011.1033.520000 S 149.52ProductNumber:33RS3-72-
011.1033.520000 5 192.35 Sales Tax 9.5%
121506 0tt.Olt3777
121505 0LL.0013777
121505
o8/20120t9 603635 5 2,2t7.07
Ooo2s2 - jaCK'SMUFFLER SERVICE 011.1046.520@0 S 380.00 551075 dri'/€rs slde catalytic coNerter 7773 011.0013932
011.1045.590000 S 100.00 L.borto rcplace drivers nde catalytic 7775 011.0013932
011.1045.520000 I 38.95 Sales1ax 10.25 7775
o8l2ol2ot9 603537 s 518.95
P ti^tedi I I 1.4 I 2Ol9 2 : 50:59PM Pase 39 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2OI9
WARRANTS
ffill{llolcE]j,ii:i!.:i:.;:::,.,.].DAYflEl{r.CHEcl(BAYMExr
vt poi xasE A'lD t{uM8ER I{UMBER .. AMoullT DEsrcrumo tl{r@rcE P.o.x DArE t{,uMBEn Alrtqlrr
OO534O - LA POOL GUYS 011.1049.590000 S SZS.O0 TDS Drain 2678
o8/2Ol2OL9 603638 s 37s.00
006617 - LENSMASTER, INC 011.1002.595210 S 300.00 Creative Fee, Executive Portrait 1113 011.0013973
o8l2o/2}7s 503539 s 300.00
001050 - LrFE-ASS|ST, tNC 011.1031.520000 S 850.00 ltem No. GL0104L-
011.1031.520000 S 1,700.00 ltem No. GL0104XL-
011.1031.520000 5 242.25 Sales Tax 9.5%
934272 011.0013959
934272 011.0013959
934272
0812\/2019 603640 5 2,792.2s
006422 - MARIPOSA LANDSCAPES, INC 011.1049.590000 S 3,582.00 Landscape Maintenance 85458
o8l2ol2ot9 603641 s 3,s82.00
000833 - CHADRICK MCGOVNEY 011.1033.596700 S 275.00 Reimb. 5-230 Crew Boss Course 072419
o8l2Ol2OL9 603642 s 27s.00
000610 - NtcTALExaNDER 011.1045.520000 s 275.00 matenab 3692 011.0013928
REsTC'RATION
011.1045.590@0 S 245.00 labor 3592 0u0013928
011.1045.520000 I 28.19 SalesTax 10.25 3692
oal20l20t9 603643 s 548.19
004111 - PAclFlccoMMERC|ALTRUCK 011'1046.590000 S 55'00 Labor
BODY,o8/21l2}t9 603644 s SS.OO
Printed: 8/1412019 2:50:59PM
25t57 011.0013926
Paee 40 ol 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2Ot9
PAYMlill ctlEct( rir' PAYIliELf
v€ Don llAME AIID tlUirBER I{UMIER AMOUIaT DESCAIPIloll . . lt{lrolcE ', P.o.l oalE iluMBEn affourT
WARRANTS
001751 - CRAIG PELTIER 011.1033.595700 S AS.f8 Reimb. Drone Operations Course O724L9
o8/21l2}t9 60364s s 89.18
006416 - pRtORtTY BU|LDING 011.1049.590000 S 9,005.38 Janitorial Services 08/19
SERVICES, LL
65278
08120/2079 603645 s 9,00s.38
006512 - QUAL|F|ED MOBILE, INC 011.1046.590000 s 697.00 car wash services
011.1045.590000 S 374.00 Car Wash Services
011.1046.590000 S 612.00 Car Wash Services
259834
260101
250339
08/2012019 603647 s 1,683.00
006642 - DEVTNA REYNOLDS 011.1033.596700 S 475.53 Reimb. Vertical Ventilation & Forcible O724L9
o8l21/2}t9 603548 s 475.53
OOO171 - SHOETERIA 011.1043.520000 S 163.34 Steel Toe Work Boots 143970tN
o8l2O/20L9 603649 s 163.34
OOO718. TYLER SHOOK 011.1033.595700 S 275.00 Reimb. 5-230 Crew Boss Course 0724t9
o8l2Ol2OL9 6036s0 s 27s.00
004225 - MANUEL VAZQUEZ 011.1033.596700 S 0S.00 Reimb. Haz Mat Specialist Certification 072479
o8/2ol2ot9 6035s1 s 6s.00
005699 - WEBCO LB, LLC
o8/2O/20L9 603552 s 10,250.00
Printed: 8/14/2019 2:50:59PM
011.1043.590000 S 10,250.00 StreetSweepingService0T/19 184806
Pape 4\ of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
WARRANTS
iiirr ::i: ,, Arcou[t. tt{votcE ., - pAyltEtfT cHEo( tayt$Ef,r
VEI{DON Mi/IE ATTD I{UMBEN I{UM8Ef, AMOUIfT DESICRIPIIOI{ IirygrcE . : P.O.T OAIE ,. UMAEf, .:iI A OIII{I
001528- wECl( IABORAToRIE INC 020-1084.500140 5 180.00 water QualityTesting & Reporting W9G1398COVERN
ON
oal2ol2o79 6036s3 s 180.00
TOTATWARRANTS 5 47,279.87
Printed: 8 I 14/ 2019 2:50:59PM Paae 42 of 44
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 28
AUGUST 20,20t9
RECAP BY FUND
FUND ELECTRONIC TOTAL EARLY CHECK TOTAL WARRANT TOTAL GRAND TOTATS
011 - GENERAL
O2O - WATER
055-LIGHT&POWER
055 . NATURAL GAS
057 - FIBER OPTIC
GRAND TOTAT
TOTAL CHECKS TO BE PRINTED 29
1,319,343.83 s
183,152.45
887,906.54
191,136.58
77,647.74
395,2s9.87 s
333,s89.02
72,695.14
40,403.74
4,014.45
46,478.87 s
801.00
0.00
0.00
0.00
1,76t,082.57
5L7,542.47
900,601.68
23L,540.42
15,662.19
2,593,187.24 s 785,962.22 s 47,279.87 s 3,426,429.33
Plntedi I I 14 /2019 2:50:59PM Pase 43 of 44
s
s
ClW OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO.28
AUGUST 20,2019
votD UsT
cHECt(
NUMBER VENDOR NAME
603548 VELEZ s 88.12
Prinredi 8/ 74 /2079 2:50:59PM Paee 44 of 44
City Council Agenda Item Report
Agenda Item No. COV-356-2019
Submitted by: Adriana Ramos
Submitting Department: Fire Department
Meeting Date: August 20, 2019
SUBJECT
Fire Department Activity Report for the Period of July 16 through July 31, 2019
Recommendation:
A. Receive and file.
Background:
Attached is a copy of the Vernon Fire Department Activity Report which covers the period of July 16, 2019 through
July 31, 2019. This report covers hours for Fire Prevention, Training, Pre-Incident, Periodic Testing, Public Service
Programs and Routine Maintenance.
Fiscal Impact:
None.
ATTACHMENTS
1. Fire Department Activity Report - 07/16/19 to 07/31/19
ACTIVITY TYPE This Period Last Year This This Year
FIRE PREVENTION:Last Year To Date Period To Date
Regular Inspections (#):12 933 75 741
Re-Inspections (#):0 95 7 121
Spec. Haz. Inspections (#):2 27 1 15
Total Inspections: 14 1055 83 877
Total Staff Hours:42 1505 96 1315
PRE-INCIDENT (HOURS):
This Period Last Year This This Year
Last Year To Date Period To Date
Planning 99 1292 114 1275
District Familiarization 106 1367 113 1283
Total Hours:205 2659 227 2558
PERIODIC TEST (HOURS):
This Period Last Year This This Year
Last Year To Date Period To Date
Hose Testing 0 9 0 4
Pump Testing 0 27 4 21
Total Hours: 0 36 4 25
VERNON FIRE DEPARTMENT
COMPANY ACTIVITIES
July 16, 2019 to July 31, 2019
*Reduction in activity due to transitioning to electronic inspection reporting system.
0
200
400
600
800
1000
1200
Last Year To Date Period To Date
This Period Last Year This This Year
Annual Business Fire Inspections
Page 1
TRAINING (HOURS):
This Period Last Year This This Year
Last Year To Date Period To Date
Firefighting 101 1450 124 1664
Hazardous Materials 47 543 51 449
Safety 132 1798 123 1716
Apparatus Operations 134 1781 125 1777
Equipment Operations 131 1762 127 1761
CPR 14 61 23 48
First Aid 33 466 35 490
Total Hours:592 7861 608 7905
PUBLIC SERVICE PROGRAMS (HOURS):
This Period Last Year This This Year
Last Year To Date Period To Date
School Programs 0 54 2 24
Fire Brigades 0 11 0 10
Emergency Preparedness 15 189 4 171
Total Hours:15 254 6 205
ROUTINE MAINTENANCE (HOURS):
This Period Last Year This This Year
Last Year To Date Period To Date
Station 131 1630 126 1741
Apparatus 135 1648 129 1728
Equipment 136 1688 130 1748
Total Hours:402 4966 385 5217
Personnel Activity Total By Hours:1256 17281 1326 17225
124
51
123
125
127
23
35
608
Fire Training Hours
Firefighting
Hazardous Materials
Safety
Apparatus Operations
Equipment Operations
CPR
First Aid
Page 2
EMERGENCY RESPONSE ACTIVITY BY TYPE:
This Period Last Year This This Year
Last Year To Date Period To Date
Fires 5 6 1 14
Overpressure rupture, explosion, overheat- No Fire 0 0 0 2
Rescue & Emergency Medical Service 39 67 39 62
Hazardous Condition (No Fire)1 5 1 8
Service Call 5 6 5 2
Good Intent Call 4 11 4 22
False Alarm & False Call 20 48 20 29
Severe Weather & Natural Disaster 0 0 0 0
Special Incident Type 0 1 0 1
TOTAL NUMBER OF INCIDENTS 74 144 70 140
1.43%1
0.00%0
55.71%39
:Fireactivity 1.43%1
7.14%5
5.71%4
28.57%20
0.00%0
0.00%0
100.00%70
10.00%14
1.43%2
44.29%62
5.71%8
1.43%2
15.71%22
20.71%29
0.00%0
0.71%1
100.00%140
Emergency Activity: July 16, 2019 to July 31, 2019
Emergency Activity: Fiscal Year 19/20
Page 3
City Council Agenda Item Report
Agenda Item No. COV-355-2019
Submitted by: Robert Sousa
Submitting Department: Police Department
Meeting Date: August 20, 2019
SUBJECT
Federal Equitable Sharing Agreement and Annual Certification Report
Recommendation:
A. Find that granting authority to execute and submit the above referenced agreement and related documents is exempt
from California Environmental Quality Act ("CEQA") review, because it is a continuing administrative activity that will
not result in direct or indirect physical changes in the environment, and therefore does not constitute a "project" as
defined by CEQA Guidelines section 15378; and
B. Approve the Federal Equitable Sharing Agreement and Annual Certification Report, in substantially the same form as
submitted herewith; and
C. Authorize the Police Chief and City Administrator to execute the Federal Equitable Sharing Agreement and Annual
Certification Report and submit to the Department of Justice and the Department of Treasury on behalf of the City of
Vernon.
Background:
When local police agencies work with federal agencies to enforce federal criminal laws, the agency may apply for an
equitable share of any forfeited proceeds. The Vernon Police Department (“VPD”) currently receives an equitable
share of forfeited proceeds from investigations conducted by an investigator assigned to the Southwest Borders Initiative
Taskforce (SWBI).
In order to receive such proceeds, the VPD must execute an equitable sharing agreement and certify that the forfeited
proceeds received are allocated as required by federal statutes and regulations established by the U.S. Department of
Treasury and the U.S. Department of Justice.
These laws and regulations require the VPD to do the following:
•Forfeited funds or property must be kept separate from state or other forfeitures
•Submit a federal Equitable Sharing Agreement and Certification annually with both agencies
•A record shall be maintained of the funds or property and any expenditures
•Funds exceeding $100,000 shall be audited annually
The Department of Justice implemented an on-line reporting process to streamline the annual reporting of funds received
by local agencies. The reporting process requires the Agency Head (Police Chief) and the Governing Body Head (City
Administrator) to certify that the City understands its obligations under the agreement and to certify that the reported
financial information regarding the VPD’s receipt and expenditure of the funds is accurate. The VPD has implemented
procedures in compliance with the outlined laws and regulations.
Forfeited proceeds received through the equitable share program vary from year to year as funds are based on the
resolution of specific court cases. When received, funds are placed in a specific VPD asset forfeiture account.
The Equitable Sharing Agreement and Certification Report has been reviewed and approved as to form by the City
Attorney’s office.
Fiscal Impact:
There is no direct fiscal impact by the execution of the Federal Equitable Share Agreement and Annual Certification
Report.
ATTACHMENTS
1. 2019 Equitable Sharing Agreement and Annual Certification Report
Equitable Sharing Agreement and Certification
OMB Number 1123-0011
Expires:December 31, 2021
Agency Name: City Of Vernon Police Department
NCIC/ORI/Tracking Number: CA0197300
Mailing Address: 4305 Santa Fe Avenue
Type: Police Department
Agency FY 2020 Budget: $11,794,907.00FY End Date: 06/30/2019
amelgar@ci.vernon.ca.usEmail:(323)583-8811Phone:
Melgar, AngelaName:
ESAC Preparer
Email:Phone:
Name:
Jurisdiction Finance Contact
Agency Finance Contact
Phone:
Name: Miranda, Anthony
(323)587-5171 Email:amiranda@covpd.org
Miranda, Anthony
(323)587-5171 amiranda@covpd.org
Vernon, CA 90058
Beginning Equitable Sharing Fund Balance
Equitable Sharing Funds Received
Equitable Sharing Funds Received from Other Law Enforcement
Agencies and Task Force
Other Income
Interest Income
Total Equitable Sharing Funds Received (total of lines 1-5)
Equitable Sharing Funds Spent (total of lines a - n )
Ending Equitable Sharing Funds Balance
(difference between line 7 and line 6)
Summary of Equitable Sharing Activity Justice Funds Treasury Funds
$758,275.89 $48,008.93
$79,579.67 $0.00
$0.00 $0.00
$0.00 $0.00
$2,243.88 $0.00
$840,099.44 $48,008.93
$365,342.95 $0.00
$474,756.49 $48,008.93
1
2
3
4
5
6
7
8
Summary of Shared Funds Spent
Law Enforcement Operations and Investigations
Law Enforcement, Public Safety, and Detention Facilities
Training and Education
Law Enforcement Equipment
Joint Law Enforcement/Public Safety Equipment and Operations
Contracts for Services
Law Enforcement Travel and Per Diem
Law Enforcement Awards and Memorials
Drug, Gang, and Other Education or Awareness Programs
Matching Grants
Transfers to Other Participating Law Enforcement Agencies
Support of Community-Based Programs
Non-Categorized Expenditures
Salaries
Total
Justice Funds Treasury Funds
$24,243.74 $0.00
$0.00 $0.00
$0.00 $0.00
$341,099.21 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00 $0.00
$0.00
$0.00 $0.00
$0.00 $0.00
$365,342.95 $0.00
a
b
c
d
e
f
g
h
i
j
k
l
m
n
Department of Justice Asset Forfeiture Program participants are: FBI, DEA, ATF, USPIS, USDA, DCIS, DSS, and FDA
Department of the Treasury Asset Forfeiture Program participants are: IRS, ICE, CBP and USSS.
1 2
1
2
Annual Certification Report
Date Printed: Page 1 of 507/29/2019
Equitable Sharing Funds Received From Other Agencies
Transferring Agency Name Treasury FundsJustice Funds
Other Income
Other Income Type Justice Funds Treasury Funds
Matching Grants
Treasury FundsJustice Funds Matching Grant Name
Transfers to Other Participating Law Enforcement Agencies
Treasury FundsJustice FundsReceiving Agency Name
Support of Community-Based Programs
Justice FundsRecipient
Non-Categorized Expenditures
Treasury FundsJustice FundsDescription
Salaries
Treasury FundsJustice FundsSalary Type
Paperwork Reduction Act Notice
Under the Paperwork Reduction Act, a person is not required to respond to a collection of information unless it displays a
valid OMB control number. We try to create accurate and easily understood forms that impose the least possible burden on
you to complete. The estimated average time to complete this form is 30 minutes. If you have comments regarding the
accuracy of this estimate, or suggestions for making this form simpler, please write to the Asset Forfeiture and Money
Laundering Section at 1400 New York Avenue, N.W., Washington, DC 20005.
The Department of Justice is collecting this information for the purpose of reviewing your equitable sharing expenditures.
Providing this information is voluntary; however, the information is necessary for your agency to maintain Program compliance.
Information collected is covered by Department of Justice System of Records Notice, 71 Fed. Reg. 29170 (May 19, 2006),
JMD-022 Department of Justice Consolidated Asset Tracking System (CATS). This information may be disclosed to contractors
when necessary to accomplish an agency function, to law enforcement when there is a violation or potential violation of law, or in
accordance with other published routine uses. For a complete list of routine uses, see the System of Records Notice as
amended by subsequent publications.
Privacy Act Notice
Single Audit Information
Company:
Name:
Independent Auditor
Isidro Conde
Phone:
Vasquez & Company LLP
(213)873-1700 Email: c_conde@vasquezcpa.com
Page 2 of 5Date Printed: 07/29/2019
Were equitable sharing expenditures included on your jurisdiction's prior fiscal year's Schedule of Expenditures of
Federal Awards (SEFA)?
NO
Prior year Single Audit Number Assigned by Harvester Database:
YES X
Page 3 of 5Date Printed: 07/29/2019
Under penalty of perjury, the undersigned officials certify that they have read and understand their obligations under the
Guide to Equitable Sharing for State, Local, and Tribal Law Enforcement Agencies (Guide) and all subsequent updates, this
Equitable Sharing Agreement, and the applicable sections of the Code of Federal Regulations. The undersigned officials
certify that the information submitted on the Equitable Sharing Agreement and Certification form (ESAC) is an accurate
accounting of funds received and spent by the Agency.
The undersigned certify that the Agency is in compliance with the applicable nondiscrimination requirements of the following
laws and their Department of Justice implementing regulations: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et
seq.), Title IX of the Education Amendments of 1972 (20 U.S.C. § 1681 et seq.), Section 504 of the Rehabilitation Act of 1973
(29 U.S.C. § 794), and the Age Discrimination Act of 1975 (42 U.S.C. § 6101 et seq.), which prohibit discrimination on the
basis of race, color, national origin, disability, or age in any federally assisted program or activity, or on the basis of sex in any
federally assisted education program or activity. The Agency agrees that it will comply with all federal statutes and regulations
permitting federal investigators access to records and any other sources of information as may be necessary to determine
compliance with civil rights and other applicable statutes and regulations.
Affidavit
Equitable Sharing Agreement
This Federal Equitable Sharing Agreement, entered into among (1) the Federal Government, (2) the Agency, and (3) the
Agency's governing body, sets forth the requirements for participation in the federal Equitable Sharing Program and the
restrictions upon the use of federally forfeited funds, property, and any interest earned thereon, which are equitably shared
with participating law enforcement agencies. By submitting this form, the Agency agrees that it will be bound by the Guide and
all subsequent updates, this Equitable Sharing Agreement, and the applicable sections of the Code of Federal Regulations.
Submission of the ESAC is a prerequisite to receiving any funds or property through the Equitable Sharing Program.
1. Submission. The ESAC must be signed and electronically submitted within 60 days of the end of the Agency’s fiscal year.
Electronic submission constitutes submission to the Department of Justice and the Department of the Treasury.
2. Signatories. The ESAC must be signed by the head of the Agency and the head of the governing body. Examples of
Agency heads include police chief, sheriff, director, commissioner, superintendent, administrator, county attorney, district
attorney, prosecuting attorney, state attorney, commonwealth attorney, and attorney general. The governing body head is the
head of the agency that appropriates funding to the Agency. Examples of governing body heads include city manager, mayor,
city council chairperson, county executive, county council chairperson, administrator, commissioner, and governor. The
governing body head cannot be an official or employee of the Agency and must be from a separate entity.
3. Uses. Shared assets must be used for law enforcement purposes in accordance with the Guide and all subsequent
updates, this Equitable Sharing Agreement, and the applicable sections of the Code of Federal Regulations.
4. Transfers. Before the Agency transfers funds to other state or local law enforcement agencies, it must obtain written
approval from the Department of Justice or Department of the Treasury. Transfers of tangible property are not permitted.
Agencies that transfer or receive equitable sharing funds must perform sub-recipient monitoring in accordance with the Code
of Federal Regulations.
5. Internal Controls. The Agency agrees to account separately for federal equitable sharing funds received from the
Department of Justice and the Department of the Treasury, funds from state and local forfeitures, joint law enforcement
operations funds, and any other sources must not be commingled with federal equitable sharing funds.
The Agency certifies that equitable sharing funds are maintained by the entity that maintains the Agency's appropriated or
general funds and agrees that the funds will be subject to the standard accounting requirements and practices employed by
the Agency's jurisdiction in accordance with the requirements set forth in the Guide, any subsequent updates, and the Code
of Federal Regulations, including the requirement to maintain relevant documents and records for five years.
The misuse or misapplication of equitably shared funds or assets or supplantation of existing resources with shared funds or
assets is prohibited. The Agency must follow its jurisdiction's procurement policies when expending equitably shared funds.
Failure to comply with any provision of the Guide, any subsequent updates, and the Code of Federal Regulations may subject
the Agency to sanctions.
6. Single Audit Report and Other Reviews. Audits shall be conducted as provided by the Single Audit Act Amendments of
1996 and OMB Uniform Administrative Requirements, Costs Principles, and Audit Requirements for Federal Awards. The
Agency must report its equitable sharing expenditures on the Schedule of Expenditures of Federal Awards (SEFA) under
Catalog of Federal Domestic Assistance number 16.922 for Department of Justice and 21.016 for Department of the
Treasury. The Department of Justice and the Department of the Treasury reserve the right to conduct audits or reviews.
Page 4 of 5Date Printed: 07/29/2019
Yes No
Agency Head
Name:
Title:
Email:
Governing Body Head
Name:
Title:
Email:
To the best of my knowledge and belief, the Agency's current fiscal year budget reported on this ESAC is true and accurate and the Governing Body Head
whose name appears above certifies that the agency's budget has not been supplanted as a result of receiving equitable sharing funds. Entry of the
Governing Body Head name above indicates his/her agreement to abide by the policies and procedures set forth in the Guide, any subsequent updates, and
the Code of Federal Regulations.
I certify that I have obtained approval from and I am authorized to submit this form on behalf of the Agency Head and the
Governing Body Head.
X
Miranda, Anthony
Chief of Police
amiranda@covpd.org
Fandino Jr., Carlos R.
City Administrator
cfandino@ci.vernon.ca.us
Date:
To the best of my knowledge and belief, the information provided on this ESAC is true and accurate and has been reviewed and authorized by the Law
Enforcement Agency Head whose name appears above. Entry of the Agency Head name above indicates his/her agreement to abide by the Guide, any
subsequent updates, and the Code of Federal Regulations, including ensuring permissibility of expenditures and following all required procurement policies
and procedures.
Signature: ___________________________________________________________Date:
7. Freedom of Information Act (FOIA). Information provided in this Document is subject to the FOIA requirements of the
Department of Justice and the Department of the Treasury. Agencies must follow local release of information policies.
8. Waste, Fraud, or Abuse. An Agency or governing body is required to immediately notify the Money Laundering and Asset
Recovery Section of the Department of Justice and the Executive Office for Asset Forfeiture of the Department of the
Treasury of any allegations or theft, fraud, waste, or abuse involving federal equitable sharing funds.
During the past fiscal year: (1) has any court or administrative agency issued any finding,
judgment, or determination that the Agency discriminated against any person or group in
violation of any of the federal civil rights statutes listed above; or (2) has the Agency entered
into any settlement agreement with respect to any complaint filed with a court or administrative
agency alleging that the Agency discriminated against any person or group in violation of any of
the federal civil rights statutes listed above?
Signature: ___________________________________________________________
________________________________
________________________________
Civil Rights Cases
Page 5 of 5Date Printed: 07/29/2019
City Council Agenda Item Report
Agenda Item No. COV-343-2019
Submitted by: Danita Robertson
Submitting Department: Police Department
Meeting Date: August 20, 2019
SUBJECT
Vernon Police Department Activity Log and Statistical Summary for the period of July 1 through July 15, 2019
Recommendation:
A. Receive and file.
Background:
The Vernon Police Department's activity report consists of activity during the specified reporting period, including a
summary of calls for service, and statistical information regarding arrests, traffic collisions, stored and impounded
vehicles, recovered stolen vehicles, the number of citations issued, and the number of reports filed.
Fiscal Impact:
None.
ATTACHMENTS
1. Police Department Activity Report - 07/01/19 to 07/15/19
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/01/201907/01/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907130262528 E 37TH, VERNON484RRANCHO FOODS02:37:5307/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191022 CA0197300VPDVILLEGAS,RICHARD*40W02:39:31 02:39:5903:09:3202:45:40201907130343121 BANDINI BL, VERNON901TT-MOBILE (877) 653-791103:37:3507/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191023 CA0197300VPDCORTEZ,JUSTIN*41E03:39:53 03:39:5404:35:2503:42:37VPDZOZAYA,OSCAR32W03:39:5904:17:0803:42:24VPDVILLEGAS,RICHARD40W03:40:0104:35:2503:43:01MR C TOWMR C TO03:45:21 03:45:5804:35:2603:54:4720190713039BANDINI BL // SOTO, VERNON902TDANNY05:28:4207/01/20191015RPTCCNCITYVIDepartmentOCA NumberRMS JurisVPD CR20191024 CA0197300VPDVILLEGAS,RICHARD*40W05:29:43 05:30:1306:45:4505:33:46VPDVELEZ,MARISSA25E05:29:44 05:30:1507:37:3105:31:38VPD4107:06:3607:13:38VPDCORTEZ,JUSTIN41E05:30:2707:10:3305:31:36VPDCHAVEZ,JERRY,JRS106:04:2805:32:51USTOWUS TOW05:39:39 05:39:4007:02:5305:47:52201907130612051 E 55TH, VERNON484RLA FAYETTE TEXTILES09:44:3407/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191026 CA0197300VPDVALENZUELA,FERNANDO*32E09:47:42 09:47:4310:39:1709:49:57201907130622801 E 46TH, VERNON594RFASHION NOVA09:53:0907/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191025 CA01973001Page of 307/02/201905:07:00
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/01/201907/01/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907130622801 E 46TH, VERNON594RFASHION NOVA09:53:0907/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191025 CA0197300VPDENCINAS,ANTHONY*4109:53:50 09:53:5110:42:5809:59:49201907130644702 E 50TH, VERNON459RALL SIZE FOAM10:47:1607/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191029 CA0197300VPDVALENZUELA,FERNANDO*32E10:53:0412:03:3810:55:44201907130653251 E SLAUSON AV, VERNON484RVIG FURNITURE10:51:3407/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191028 CA0197300VPDENCINAS,ANTHONY*4110:57:52 10:57:5212:05:5711:12:3520190713066PACIFIC BL // SANTA FE AV, VERNON902TT-MOBILE (877) 653-791110:58:0707/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191027 CA0197300VPDMARTINEZ,GABRIEL*S511:00:51 11:00:5111:36:1911:02:59VPDCAM,PATRICK40W11:01:4811:14:55 11:36:1911:06:47201907130676190 S BOYLE AV, VERNONMR60ROBERT11:36:0407/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191030 CA0197300VPDCAM,PATRICK*40W11:38:47 11:38:4812:08:1911:45:18201907130723501 E 26TH, VERNONASTVFDVERDUGO14:32:4007/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191031 CA0197300VPDVALENZUELA,FERNANDO*32E14:36:38 14:37:1916:14:0614:43:12VPDCAM,PATRICK40W14:37:4216:14:0714:44:10VPDMARTINEZ,GABRIELS514:37:4516:14:0714:45:36201907130762Page of 307/02/201905:07:00
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/01/201907/01/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713076E 26TH // SANTA FE AV, VERNON20002RRAY BARRERAS16:51:4707/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191032 CA0197300VPDCAM,PATRICK*40W16:57:11 16:57:1217:48:1417:20:5620190713083FRUITLAND AV // MAYWOOD AV, VERNON20002RJULIO CESAR MONTANO18:33:0207/01/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191033 CA0197300VPDENCINAS,ANTHONY*4118:35:09 18:35:1019:04:0518:38:49VPDVALENZUELA,FERNANDO32E18:45:3919:04:0418:48:3420190713087S BOYLE AV // FRUITLAND AV, VERNON20002GUILLERMO19:47:4307/01/20191015RPTDepartmentOCA NumberRMS JurisVPD CR20191034 CA0197300VPDVELEZ,MARISSA*40E19:49:0222:16:0419:54:23VPDCORTEZ,JUSTIN1Z819:54:2219:55:5019:54:27VPDOURIQUE,CARLOS3219:49:0421:22:2919:54:25VPDMADRIGAL,MARIA41W21:13:2619:55:04* Denotes Primary Unit3Page of 307/02/201905:07:00
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/02/201907/02/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907131152500 S ALAMEDA, VERNON415ACME CONSTRUCTION04:26:2807/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191035 CA0197300VPDMADRIGAL,MARIA*41W04:28:2205:23:5204:28:21VPDOURIQUE,CARLOS3204:28:2405:36:2204:38:00VPDVELEZ,MARISSA40E04:37:1805:22:5904:43:58201907131174520 52D DR, VERNON925PATRICIA06:06:5907/02/20191015RPTVPDVELEZ,MARISSA*40E06:09:3807:32:2306:13:24VPDOURIQUE,CARLOS3206:24:4606:53:0806:42:20VPDMADRIGAL,MARIA41W06:09:3906:52:5406:13:27VPDCERDA,EUGENIOMET106:36:4207:06:4906:41:07201907131312801 E 46TH, VERNONPLATEFASHION NOVA08:15:5407/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191036 CA0197300VPDCAM,PATRICK*2108:37:4108:20:43201907131483200 E SLAUSON AV, VERNON484RJOSE HERNANDEZ11:16:5407/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191037 CA0197300VPDCERDA,PAUL,JR*40W11:18:4711:55:0411:24:3120190713155LEONIS BL // DOWNEY RD, VERNON902TJORGE GARCIA11:48:5407/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191038 CA0197300VPDCAM,PATRICK*2111:52:19 11:52:1912:25:2811:53:53VPDZOZAYA,OSCAR32E11:53:5412:15:4311:54:48VPDENCINAS,ANTHONY41E12:04:2011:58:26201907131621Page of 207/03/201905:04:11
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/02/201907/02/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713162E 49TH // EVERETT CT, VERNON20002RDAVID KAHEN14:15:5707/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191039 CA0197300VPDZOZAYA,OSCAR*32E14:18:3215:10:3014:42:1920190713184S 2ND // ANDERSON, VERNON459VRGRACIELA REYES19:09:4907/02/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191040 CA0197300VPD*32W19:14:3819:50:3319:25:43* Denotes Primary Unit2Page of 207/03/201905:04:11
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/03/201907/03/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713220S ATLANTIC BL // DISTRICT BL, VERNON484RVERIZON WIRELESS 1-800-451-524208:17:4407/03/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191041 CA0197300VPD*40E08:18:55 08:19:0909:16:2308:31:46VPDDOCHERTY,MICHAEL31E08:25:4409:46:2808:35:13201907132372646 DOWNEY RD, VERNON140DYNASTY10:10:2407/03/2019SUPVPDENCINAS,ANTHONY*40E10:11:4910:12:16VPDCERDA,PAUL,JR41W10:12:1410:51:2110:20:17* Denotes Primary Unit1Page of 107/04/201905:43:38
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/04/201907/04/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907132875601 DOWNEY RD, VERNON459ASL HOME FASHIONS05:44:3007/04/20191015VPDCAM,PATRICK*4105:46:4507:00:2905:49:48VPDMADRIGAL,MARIA32E06:01:4606:50:1706:04:5320190713296BANDINI BL // SOTO, VERNON902THUGO08:30:5707/04/2019RPTORDepartmentOCA NumberRMS JurisVPD CR20191043 CA0197300VPDCORTEZ,JUSTIN*25W08:31:28 08:31:4809:39:2808:33:47VPDDOCHERTY,MICHAEL3109:00:3708:35:28VPDCAM,PATRICK41E08:33:1608:51:4308:35:30201907132976190 S BOYLE AV, VERNON901TRHPPD08:51:1107/04/20191015RPTVSCITYDepartmentOCA NumberRMS JurisVPD CR20191042 CA0197300VPDCAM,PATRICK*41E08:51:4712:07:5208:54:49VPDDOCHERTY,MICHAEL3110:51:0409:00:4220190713313S SANTA FE AV // 48TH, VERNONTRAFFIC STOP15:11:3707/04/20191015VSRPTDepartmentOCA NumberRMS JurisVPD CR20191044 CA0197300VPDCORTEZ,JUSTIN*25W16:26:3715:11:37VPDCAM,PATRICK41E15:55:3715:19:1320190713334E 52D // CUDAHY, VERNONPEDCK20:09:0607/04/20191015VPDOURIQUE,CARLOS/REDONA,BRYAN*32E20:48:1020:09:06201907133461Page of 207/05/201901:26:18
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/04/201907/04/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907133464310 MAYWOOD AV, VERNONPATCK22:17:5407/04/20191015VPDOURIQUE,CARLOS/REDONA,BRYAN*32E23:05:5022:17:55VPDLUCAS,JASON/FINO,MARCUS40W22:35:5122:35:09* Denotes Primary Unit2Page of 207/05/201901:26:18
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/05/201907/05/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713362FRUITLAND AV // CUDAHY, VERNONPEDCK01:44:5907/05/2019RPT1015DepartmentOCA NumberRMS JurisVPD CR20191045 CA0197300VPDLUCAS,JASON/FINO,MARCUS*40W02:56:0501:44:59201907133804920 S BOYLE AV, VERNON459RLA FIBER05:45:0207/05/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191046 CA0197300VPDOURIQUE,CARLOS/REDONA,BRYAN*32E05:46:51 05:47:4506:27:3505:56:08201907133985080 S ALAMEDA, VERNONREPOCOAST LINE RECOVERY11:20:5907/05/2019REPODepartmentOCA NumberRMS JurisVPD CR20191047 CA0197300VPDRECORDS BUREAU*RECD11:36:2411:21:39201907134082665 SANTA FE, VERNONGTARHENRY GONZALEZ15:40:1607/05/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191048 CA0197300VPDCERDA,EUGENIO*40W15:42:20 15:42:2616:22:4416:07:40201907134096326 PINE AVE, VERNONWARRANTBELL POLICE15:47:1807/05/2019ASSTRPT1015VPDNEWTON,TODD*31E16:07:5518:06:1616:22:40VPDLUCAS,JASON/FINO,MARCUS3217:44:1818:01:3517:54:32VPDCERDA,EUGENIO40W18:06:1617:39:36201907134172034 E 27TH, VERNONRECSHAGAL19:09:3007/05/2019VOIDRPTVRECDepartmentOCA NumberRMS JurisVPD CR20191049 CA0197300VPDLUCAS,JASON/FINO,MARCUS*32W19:15:59 19:16:5320:13:2719:22:18MR C TOWMR C TO19:57:11 19:59:4720:13:2720:08:501Page of 207/16/201909:32:29
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/05/201907/05/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713435SEVILLE AV // FRUITLAND AV, VERNONVCK23:44:1307/05/2019VSRPT1015DepartmentOCA NumberRMS JurisVPD CR20191050 CA0197300VPDLUCAS,JASON/FINO,MARCUS*32W00:33:4023:44:13VPDOURIQUE,CARLOS/REDONA,BRYAN40E01:01:3623:44:44MR C TOWMR C TO00:21:54 00:22:3300:33:5800:30:09* Denotes Primary Unit2Page of 207/16/201909:32:29
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/06/201907/06/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907134422828 S ALAMEDA, VERNONPATCK01:43:3607/06/2019RPT1015DepartmentOCA NumberRMS JurisVPD CR20191051 CA0197300VPDLUCAS,JASON/FINO,MARCUS*32W02:59:4001:43:36VPDCORTEZ,JUSTIN2601:58:3202:08:45VPDOURIQUE,CARLOS/REDONA,BRYAN40E02:59:4002:10:46201907134715000 E DISTRICT BL, VERNON925BNA COLOR12:42:3307/06/20191015RPTDepartmentOCA NumberRMS JurisVPD CR20191052 CA0197300VPDNEWTON,TODD*32W12:44:1416:03:5912:47:43VPDHERNANDEZ,MIGUEL,JR25E12:50:3316:03:5812:54:05VPDCERDA,EUGENIO4112:50:3514:38:0912:52:1320190713491DOWNEY RD // 45TH, VERNONPEDCK19:04:0807/06/20191015RPTDepartmentOCA NumberRMS JurisVPD CR20191053 CA0197300VPDLUCAS,JASON/FINO,MARCUS*2619:42:3819:04:08VPDVELEZ,MARISSA26E20:16:1519:42:54VPDVELEZ,MARISSA4119:21:5119:42:0419:23:5320190713516DOWNEY RD // BANDINI BL, VERNONPEDCK23:05:5607/06/20191015RPTDepartmentOCA NumberRMS JurisVPD CR20191054 CA0197300VPDLUCAS,JASON*26E23:57:0723:05:56* Denotes Primary Unit1Page of 107/16/201910:11:30
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/07/201907/07/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713548E 49TH // EVERETT CT, VERNONREC08:33:4507/07/2019VRECVSRPTDepartmentOCA NumberRMS JurisVPDCR20191055CA0197300VPDVALENZUELA,FERNANDO*32E09:08:1008:33:45VPDCERDA,EUGENIO4108:33:4708:34:0420190713552EVERETT AV // DISTRICT BL, VERNONVCK10:02:0007/07/2019VIRPTCITEDepartmentOCA NumberRMS JurisVPDCR20191056CA0197300VPDCERDA,EUGENIO*4110:39:2710:02:00201907135553121 FRUITLAND AV, VERNONGTARTRACTOR AND AUTO RESTORATION12:04:0107/07/2019RPCBRPTDepartmentOCA NumberRMS JurisVPDCR20191057CA0197300VPDCERDA,EUGENIO*4112:05:51 12:05:5112:10:51 15:42:4614:27:45VPDVALENZUELA,FERNANDO32E13:30:1413:48:22 15:42:4612:10:49201907135732801 E 46TH, VERNON602FASHION NOVA19:24:5507/07/2019RPT1015DepartmentOCA NumberRMS JurisVPDCR20191058CA0197300VPDVILLEGAS,RICHARD*40E19:26:01 19:27:0920:29:0119:29:04VPDLUCAS,JASON/FINO,MARCUS26W19:26:04 19:27:1420:53:1719:29:14* Denotes Primary Unit1Page of 107/08/201905:15:40
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/08/201907/08/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713599E SLAUSON AV // SANTA FE AV, VERNONTRAFFIC STOP01:11:0807/08/20191015RPTVPDVASQUEZ,LUIS/OURIQUE,CARLOS*T802:18:4201:11:15201907136144201 FRUITLAND AV, VERNONGTARSOUTHLAND PAPER BOX06:30:0907/08/2019RPCBRPTDepartmentOCA NumberRMS JurisVPDCR20191060CA0197300VPDZOZAYA,OSCAR*32E07:02:33 07:02:3708:51:5807:14:42201907136162825 E 44TH, VERNON487RUS GROWERS06:58:3507/08/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191059CA0197300VPDVALENZUELA,FERNANDO*25E07:02:2707:49:5707:07:39201907136205111 HAMPTON, VERNON484RUNITED FINISHING07:31:5507/08/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191061CA0197300VPDHERNANDEZ,MIGUEL,JR*20W09:22:39 07:40:2910:21:1407:45:27201907136423390 E SLAUSON AV, VERNONPEDCK11:01:2207/08/2019RPT1015DepartmentOCA NumberRMS JurisVPDCR20191062CA0197300VPDVALENZUELA,FERNANDO*25E11:46:2111:01:22VPDMARTINEZ,GABRIELS511:46:2211:01:2920190713662HOLMES // 58TH PLACE, LOS ANGELESLOCATEVAN LINGENS/ CHP SOUTH LA14:22:0007/08/2019VREC201907136636326 PINE, BELLWARRANTBELL PD14:29:1307/08/201910151Page of 207/09/201904:59:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/08/201907/08/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907136636326 PINE, BELLWARRANTBELL PD14:29:1307/08/20191015VPDVALENZUELA,FERNANDO*25E14:38:31 14:38:3715:43:5014:57:1020190713665S SANTA FE AV // 52ND, VERNON901TSONYA14:48:0507/08/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191063CA0197300VPDCERDA,PAUL,JR*40W14:48:55 14:49:1215:57:0514:50:42VPDHERNANDEZ,MIGUEL,JR20W15:03:3815:00:37VPDCAM,PATRICK26W15:57:0414:51:5120190713667S ATLANTIC BL // DISTRICT BL, VERNON902TEAST LA LASO15:34:5507/08/2019RPT1015DepartmentOCA NumberRMS JurisVPDCR20191064CA0197300VPDENCINAS,ANTHONY*41E15:35:5618:24:2415:39:49VPDVALENZUELA,FERNANDO25E15:45:31 15:45:3216:48:0815:56:10201907136705051 E SLAUSON AV, VERNON484ROLD MASTER PRODUCTS16:41:0207/08/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191065CA0197300VPDCERDA,PAUL,JR*40W17:15:0518:39:5917:30:01VPDVALENZUELA,FERNANDO25E18:39:4318:03:40201907136822638 E VERNON AV, VERNON242PASSERBY22:35:1007/08/2019RPT1015VIDepartmentOCA NumberRMS JurisVPDCR20191066CA0197300VPDCR20191067CA0197300VPDCERDA,EUGENIO*32E22:36:4801:02:3322:37:32VPDMADRIGAL,MARIA40W02:08:2422:38:09VPDVILLEGAS,RICHARD4122:36:5601:31:3322:39:42VPDONOPA,DANIELS723:06:4300:20:1723:09:29USTOWUS TOW23:46:05 23:46:0701:25:5523:51:042Page of 207/09/201904:59:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/09/201907/09/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907136882827 S SANTA FE AV, VERNON459VRBLUE PRINT STUDIOS02:23:3307/09/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191068CA0197300VPDMADRIGAL,MARIA*40W04:18:0602:26:56VPDVILLEGAS,RICHARD4102:47:2402:26:5820190713708BANDINI BL // ATLANTIC BL, VERNON902TNAPOLEON09:29:2807/09/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191069CA0197300VPDCERDA,PAUL,JR*26E09:37:0610:38:5009:42:20201907137243254 E 26TH, VERNON10-614:50:4907/09/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191070CA0197300VPDMARTINEZ,GABRIEL*S515:03:4714:50:49VPDZOZAYA,OSCAR40W15:03:4714:55:4020190713730E 49TH // ALAMEDA, VERNON927ENRIQUE16:03:3607/09/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191071CA0197300VPDCERDA,PAUL,JR*26E16:04:38 16:04:5016:40:1016:13:57VPDZOZAYA,OSCAR40W16:44:4416:22:29VPDENCINAS,ANTHONY4117:40:1116:26:06VPDMARTINEZ,GABRIELS517:05:0316:06:14201907137395353 DOWNEY RD, VERNONSUICIDAL SUBJ AND J SNACK FOODS23:11:5407/09/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191072CA0197300VPDVILLEGAS,RICHARD*4023:12:5423:29:4023:18:08VPDQUINONES,ANA25E23:13:1600:06:4323:18:19* Denotes Primary Unit1Page of 107/10/201905:10:15
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/10/201907/10/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907137822570 E 25TH, VERNON459VRPROFESSIONAL PRODUCE09:22:4607/10/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191073CA0197300VPDCERDA,PAUL,JR*40W09:25:46 09:25:4710:24:2609:38:09201907137862221 E 55TH, VERNON459FERNANDO09:49:5107/10/20191015RPTDepartmentOCA NumberRMS JurisVPDCR20191074CA0197300VPDENCINAS,ANTHONY*41W09:50:41 09:51:0412:13:5109:54:07VPDCROSS,JEREMY5D3009:53:1110:16:08VPDMARTINEZ,GABRIELS509:50:44 09:51:0612:13:5109:54:33201907137914383 FRUITLAND AV, VERNON487R10:42:3707/10/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191075CA0197300VPDESCOBEDO,ALEXY*26E10:43:42 10:43:4412:15:2010:50:31201907137992110 E 51ST, VERNON917ACALTEX PLASTICS11:37:3107/10/2019VICITERPTDepartmentOCA NumberRMS JurisVPDCR20191076CA0197300VPDCERDA,PAUL,JR*40W11:39:3812:13:3011:41:25MR C TOWMR C TO11:46:51 11:47:0612:13:3011:54:32* Denotes Primary Unit1Page of 107/11/201904:49:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/11/201907/11/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907138282528 S SANTA FE AV, VERNON487RCONTINENTAL FOOD SERVICES05:12:2907/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191077 CA0197300VPDQUINONES,ANA*41W05:14:3406:03:1705:21:52201907138494724 S BOYLE AV, VERNON S/A B594RPRICE POWER INTL10:34:3407/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191078 CA0197300VPDDOCHERTY,MICHAEL*22E10:38:23 10:38:4611:11:5510:45:24201907138632407 E 38TH, VERNON487RCALIFORNIA STYLE DYNAMICS13:07:4207/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191079 CA0197300VPDZOZAYA,OSCAR*26W13:11:51 13:12:2614:07:5413:16:01201907138642300 E 57TH, VERNONGTARJETRO CASH AND CARRY13:19:2307/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191080 CA0197300VPDESCOBEDO,ALEXY*20W13:20:59 13:21:0014:28:3313:29:24201907138693200 E SLAUSON AV, VERNON484RPOPCORNOPOLIS14:00:0507/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191081 CA0197300VPDDOCHERTY,MICHAEL*22E14:01:59 14:02:0114:49:5114:16:35VPDDOCHERTY,MICHAEL2214:04:3114:17:18201907138895121 HAMPTON, VERNON459VRVERNON POST OFFICE19:12:1507/11/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191082 CA0197300VPDOURIQUE,CARLOS*26W19:13:35 19:13:5319:45:4619:16:0720190713898180 N LOS ANGELES ST, LOS ANGELESWARRANTLA METRO JAIL21:39:0007/11/20191015RPTDepartmentOCA NumberRMS JurisVPD CR20191084 CA01973001Page of 207/12/201905:04:41
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/11/201907/11/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713898180 N LOS ANGELES ST, LOS ANGELESWARRANTLA METRO JAIL21:39:0007/11/20191015RPTDepartmentOCA NumberRMS JurisVPDCR20191084CA0197300VPDLUCAS,JASON/FINO,MARCUS*40E21:41:0221:52:53 23:14:3622:15:57201907138992424 E 26TH, VERNONPATCK21:52:2607/11/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191083CA0197300VPDOURIQUE,CARLOS*26W22:10:2922:48:3521:52:2620190713902BANDINI BL // SOTO, VERNON901TT-MOBILE (877) 653-791122:50:4107/11/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191085CA0197300VPDOURIQUE,CARLOS*26W22:51:4823:15:2922:53:34VPDQUINONES,ANA4122:51:5123:08:4222:53:13VPDONOPA,DANIELS723:06:3922:57:03* Denotes Primary Unit2Page of 207/12/201905:04:41
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/12/201907/12/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713929PACIFIC BL // LEONIS BL, VERNONVCK07:36:0407/12/2019VSCITERPTDepartmentOCA NumberRMS JurisVPD CR20191086 CA0197300VPDCERDA,EUGENIO*26W08:21:0507:36:04201907139492724 LEONIS BL, VERNON594RVERNON CHAMBER09:49:5507/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191087 CA0197300VPDLANDA,RAFAEL*25E09:51:52 09:52:0809:52:36VPDCERDA,EUGENIO26W10:29:5410:04:26VPDDOCHERTY,MICHAEL32E09:52:3310:28:1109:59:00201907139533560 E VERNON AV, VERNON5150KEITH WHITWORTH10:26:4807/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191088 CA0197300VPDLANDA,RAFAEL*25E10:29:03 10:29:1417:38:5410:32:25VPDDOCHERTY,MICHAEL32E10:53:0810:52:39VPDNEWTON,TODD/REDONA,BRYAN41W10:29:06 10:29:1913:03:5710:39:50VPDSANTOS,DANIELS212:47:2410:36:19VPDESTRADA,IGNACIOS312:47:2710:36:32201907139612137 E 55TH, VERNON261TEMPO13:02:1507/12/2019RPTRPTVIDepartmentOCA NumberRMS JurisVPD CR20191090 CA0197300VPDCERDA,EUGENIO*26W13:03:48 13:03:4917:38:3113:08:30VPDDOCHERTY,MICHAEL32E15:26:0815:36:40VPDNEWTON,TODD/REDONA,BRYAN41W15:25:31 15:25:3213:59:24 20:07:0116:08:5713:25:27VPDSANTOS,DANIELS213:11:2716:51:3713:16:42VPDESTRADA,IGNACIOS313:11:2916:51:3913:27:20201907139621Page of 307/14/201904:46:22
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/12/201907/12/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907139625024 HAMPTON, VERNON484RLUXXEL13:22:3107/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191089 CA0197300VPDDOCHERTY,MICHAEL*32E13:25:40 13:25:5614:18:2413:39:1920190713964219 E 82ND, LOS ANGELESLOCATELAPD13:55:2107/12/2019VRECVPDRECORDS BUREAU*RECD14:19:2613:57:3120190713966S SOTO // 44TH, VERNON20002STEWART15:35:2307/12/2019RPTORDepartmentOCA NumberRMS JurisVPD CR20191091 CA0197300VPDDOCHERTY,MICHAEL*32E15:36:45 15:36:4616:04:2115:39:10201907139693720 S SANTA FE AV, VERNON594RYOUNG LABEL16:29:1107/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191093 CA0197300VPDDOCHERTY,MICHAEL*32E17:26:4218:02:2017:30:26201907139725000 E DISTRICT BL, VERNON901TSOPHIA CRU17:12:2907/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191092 CA0197300VPDLUCAS,JASON*4017:14:59 17:15:0117:59:2117:17:42201907139734950 E DISTRICT BL, VERNON902TALDO ALDAY17:26:5607/12/2019RPTRPTDepartmentOCA NumberRMS JurisVPD CR20191094 CA0197300VPDDOCHERTY,MICHAEL*32E18:02:27 18:02:3518:03:23VPDLUCAS,JASON4018:03:2118:51:2118:08:2220190713975E 26TH // MINERVA, VERNON20001R18:05:1607/12/2019RPTDepartmentOCA NumberRMS JurisVPD CR20191095 CA01973002Page of 307/14/201904:46:22
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/12/201907/12/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190713975E 26TH // MINERVA, VERNON20001R18:05:1607/12/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191095CA0197300VPDDOCHERTY,MICHAEL*32E18:11:3118:59:0018:51:4120190713981E DISTRICT BL // CORONA AV, VERNON901TSPRINT 866-398-328420:08:2407/12/2019RPTCITYDepartmentOCA NumberRMS JurisVPDCR20191097CA0197300VPDCERDA,PAUL,JR*32E20:09:03 20:09:4223:36:3620:12:49VPDQUINONES,ANA2620:10:1821:52:1720:12:45VPDCHAVEZ,JERRY,JRS120:34:1120:43:3820:43:3420190713982S BOYLE AV // FRUITLAND AV, VERNON901TSPRINT 866-398-328420:13:4907/12/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191096CA0197300VPDLUCAS,JASON/REDONA,BRYAN*4020:15:0223:08:4320:19:16VPDNEWTON,TODD/REDONA,BRYAN41W20:19:0921:18:0620:21:44VPDCHAVEZ,JERRY,JRS120:15:4620:34:0820:16:18VPDSANTOS,DANIELS220:15:4020:15:48201907139915300 S SANTA FE AV, VERNONREPO23:39:5507/12/2019REPORPTDepartmentOCA NumberRMS JurisVPDCR20191098CA0197300VPDRECORDS BUREAU*RECD02:30:3123:45:24* Denotes Primary Unit3Page of 307/14/201904:46:22
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/13/201907/13/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20190714002S ALAMEDA // 51ST, VERNON245RVERIZON WIRELESS 1-800-451-524201:12:0007/13/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191099CA0197300VPDQUINONES,ANA*2601:14:2001:55:1501:17:29VPDCERDA,PAUL,JR32E01:14:3001:37:1401:16:51VPDLUCAS,JASON/FINO,MARCUS4001:20:4201:29:2201:29:17VPDLUCAS,JASON/FINO,MARCUS40W04:29:0001:29:21201907140172380 E 57TH, VERNON902TGREEN FARMS08:48:1207/13/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191100CA0197300VPDCERDA,EUGENIO*41W08:49:14 08:50:0608:50:17VPDNEWTON,TODD/REDONA,BRYAN26E08:50:1309:22:0908:52:50201907140254383 EXCHANGE AV, VERNON594RSIMLY FRESH FOOD11:47:2107/13/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191101CA0197300VPDDOCHERTY,MICHAEL*32W12:19:5211:47:24201907140492900 AYERS AV, VERNONPATCK19:00:5107/13/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191102CA0197300VPDLUCAS,JASON/FINO,MARCUS*2519:02:3219:02:10201907140662150 E 37TH, VERNONPEDCK21:49:0507/13/20191015RPTDepartmentOCA NumberRMS JurisVPDCR20191103CA0197300VPDLUCAS,JASON*4023:51:5621:49:05VPDVELEZ,MARISSA32W22:21:2621:54:53* Denotes Primary Unit1Page of 107/14/201904:44:55
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/14/201907/14/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907140742462 E 28TH, VERNONPATCK00:53:2307/14/20191015RPTDepartmentOCA NumberRMS JurisVPDCR20191104CA0197300VPDLUCAS,JASON*4001:45:5200:53:24VPDVELEZ,MARISSA32W01:09:2700:54:57201907141044383 EXCHANGE AV, VERNON594RSIMPLY FRESH12:29:0207/14/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191105CA0197300VPDHERNANDEZ,MIGUEL,JR*26E12:39:52 12:43:0912:40:38 13:08:0212:46:55VPDVALENZUELA,FERNANDO40E12:40:3513:08:0312:46:58* Denotes Primary Unit1Page of 107/15/201904:53:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:07/15/201907/15/2019Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene201907141455610 ALCOA AV, VERNON16605:49:0407/15/20191015RPTDepartmentOCA NumberRMS JurisVPDCR20191106CA0197300VPDCR20191107CA0197300VPDMADRIGAL,MARIA*41E05:51:2507:06:4105:56:54VPDVELEZ,MARISSA3205:51:2707:17:4505:53:40VPD32W07:06:4807:57:2707:17:43VPDVILLEGAS,RICHARD40W05:57:0306:24:5706:01:32VPDCHAVEZ,JERRY,JRS105:57:4206:24:0306:02:39201907141524889 LOMA VISTA AV, VERNONGTAUNK06:56:1607/15/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191108CA0197300VPD*25E06:58:5007:56:4907:07:49VPDHERNANDEZ,MIGUEL,JR26E07:00:0508:02:2107:03:51201907141655600 S ALAMEDA, VERNON S/A 100901TVERDUGO10:14:5807/15/2019RPTCITEDepartmentOCA NumberRMS JurisVPDCR20191109CA0197300VPDCAM,PATRICK25E10:16:0310:31:4910:18:31VPDHERNANDEZ,MIGUEL,JR26E10:17:1610:32:3510:20:47VPDVALENZUELA,FERNANDO32W10:15:32 10:16:0210:56:0610:18:34201907141902742 LANFRANCO ST, LOS ANGELESLOCATELAPD HOLLENBECK16:49:3107/15/2019VREC20190714194E 50TH // DISTRICT BL, VERNON902TJOSE QUIROZ18:41:4107/15/2019RPTDepartmentOCA NumberRMS JurisVPDCR20191110CA0197300VPD*32E18:45:28 18:50:2919:39:5018:52:52* Denotes Primary Unit1Page of 107/16/201904:56:33
City Council Agenda Item Report
Agenda Item No. COV-367-2019
Submitted by: Margarita Beltran
Submitting Department: Public Works
Meeting Date: August 20, 2019
SUBJECT
Award of Services Agreement with Sally Swanson Architects, Inc. for City Contract No. CS-1110: Americans with
Disabilities Act (ADA) Self Evaluation and Transition Plan
Recommendation:
A. Find that the approval of the proposed services agreement with Sally Swanson Architects, Inc. to prepare a citywide
accessibility evaluation and transition plan is exempt under the California Environmental Quality Act (“CEQA”) in
accordance with Sections 15262 (Feasibility and Planning Studies) and 15306 (Information Collection); and
B. Approve a Services Agreement with Sally Swanson Architects, Inc., in substantially the same form as attached
herewith, for an amount not to exceed $139,930.00 for the preparation of a Citywide Accessibility Evaluation and
Transition Plan; and
C. Authorize the City Administrator to execute a Services Agreement with Sally Swanson Architects, Inc. for a
one-year term and an effective date of August 20, 2019.
Background:
The Americans with Disabilities Act (ADA), enacted by the Federal Government in 1990, requires that each public
agency evaluate its services, policies, and practices to determine whether they are accessible by those with disabilities.
Each public agency is required to adopt a transition plan that documents current conditions and outlines planned future
accessibility improvements. Although the City of Vernon has performed some of the required groundwork, it has not yet
completed a draft or adopted a final transition plan.
On April 30, 2019, the Public Works Department issued a request for proposals (RFP) to Planning and Engineering
firms seeking professional services to conduct a citywide accessibility evaluation, and prepare a transition plan. The City
received proposals from the following consultants:
1. Owen Group Limited Partnership
2. Minagar & Associates, Inc.
3. Sally Swanson Architects, Inc.
The proposals were evaluated by the Public Works staff in accordance with Section 2.17.08 of the City of Vernon
Municipal Code. Sally Swanson Architects, Inc. was selected as the most qualified firm based on responsiveness to the
RFP, professional qualifications and experience. The Public Works Department recommends that Sally Swanson
Architects, Inc. be retained to perform the Citywide Accessibility Evaluation and Transition Plan. The proposed services
agreement with Sally Swanson Architects, Inc. has been reviewed and approved as to form by the City Attorney's
office.
Fiscal Impact:
The Public Works Department has allocated $200,000 in the proposed FY 2019-2020 budget for the ADA transition
plan. The proposed agreement with Sally Swanson Architects, Inc. has a not to exceed amount of $139,930.00;
therefore, sufficient funds are available.
ATTACHMENTS
1. Services Agreement for CS-1110: ADA Self Evaluation and Transition Plan
1
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND SALLY
SWANSON ARCHITECTS, INC. FOR ADA SELF-EVALUATION AND
TRANSITION PLAN
COVER PAGE
Contractor: Sally Swanson Architects, Inc.
Responsible Principal of Contractor: Ian Blakey, Project Manager
Notice Information - Contractor: Sally Swanson Architects, Inc.
2600 West Olive Avenue, Suite 586
Burbank, CA 91505
Attention: Ian Blakey
Phone: (800) 533-8771
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Dan Wall, Director of
Public Works
Telephone: (323) 583-8811 ext. 305
Facsimile: (323) 826-1435
Commencement Date: August 20, 2019
Termination Date: August 19, 2020
Consideration: Total not to exceed $139,930.00
(includes all applicable sales tax);
and more particularly described in
Exhibit C
Records Retention Period Three (3) years, pursuant to Section
11.20
2
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND SALLY
SWANSON ARCHITECTS, INC. FOR ADA SELF-EVALUATION AND TRANSITION
PLAN
This Contract is made between the City of Vernon ("City"), a California charter
City and California municipal corporation (“City”), and Sally Swanson Architects, Inc., a
California corporation (“Contractor”).
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on August
20, 2019.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the
services set forth in the Request for Proposals issued on or about April 30, 2019, Exhibit
“A”, and Contractor's proposal to the City ("Proposal") dated May 8, 2019, Exhibit “B”,
both of which are attached to and incorporated into this Contract, by reference.
2.2 All services shall be performed to the satisfaction of City.
2.3 All services shall be performed in a competent, professional, and
satisfactory manner in accordance with the prevailing industry standards for such
services.
3.0 PERSONNEL
3.1 Contractor represents that it employs, or will employ, at its own
expense, all personnel required to perform the services under this Contract.
3.2 Contractor shall not subcontract any services to be performed by it
under this Contract without prior written approval of City.
3.3 All of the services required hereunder will be performed by
Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in
3
the work, shall be fully qualified and authorized or permitted under State and local law to
perform such services and shall be subject to approval by the City.
4.0 TERM. The term of this Contract shall commence on receipt of a written
notice to proceed, and it shall continue until the services per the awarded contract are
completed which may not exceed a period of one year from the commencement date,
unless terminated at an earlier date pursuant to the provisions thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in
and around Los Angeles County for the same services. For satisfactory and timely
performance of the services, the City will pay Contractor in accordance with the payment
schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference.
5.2 Contractor's grand total compensation for the entire term of this
Contract, shall not exceed $139,930.00 without the prior authorization of the City, as
appropriate, and written amendment of this Contract.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary
and incidental labor, material, supplies, facilities, equipment, and transportation which
may be required for furnishing services pursuant to this Contract. Materials shall be of
the highest quality. The above Contract fee shall include all staff time and all clerical,
administrative overhead, insurance, reproduction, telephone, air travel, auto rental,
subsistence, and all related costs and expenses.
5.4 City shall reimburse Contractor only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing in advance by
City. Unless otherwise approved, such costs shall be limited and include nothing more
than the following costs incurred by Contractor:
5.4.1 The actual costs of subcontractors for performance of any
4
of the services that Contractor agrees to render pursuant to this Agreement, which have
been approved in advance by City and awarded in accordance with this Agreement.
5.4.2 Approved reproduction charges.
5.4.3 Actual costs and/or other costs and/or payments
specifically authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
5.5 Contractor shall not receive any compensation for extra work
performed without the prior written authorization of City. As used herein, “extra work”
means any work that is determined by City to be necessary for the proper completion of
the Project, but which is not included within the Scope of Services and which the parties
did not reasonably anticipate would be necessary at the time of execution of this
Agreement. Compensation for any authorized extra work shall be paid in accordance
with the payment schedule as set forth in Exhibit “C,” if the extra work has been
approved by the City.
5.6 Licenses, Permits, Fees, and Assessments. Contractor shall
obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as
may be required by law for the performance of the services required by this Agreement.
Contractor shall have the sole obligation to pay for any fees, assessments, and taxes,
plus applicable penalties and interest, which may be imposed by law and which arise
from or are necessary for the performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to
the City an invoice for the services completed, authorized expenses, and authorized
extra work actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced,
including a detailed description of the services completed, the number of hours spent,
reimbursable expenses incurred and any extra work performed.
5
6.3 Contractor shall also submit a progress report with each invoice
that describes in reasonable detail the services and the extra work, if any, performed in
the immediately preceding calendar month.
6.4 Contractor understands and agrees that invoices which lack
sufficient detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days
after the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may
be reasonably necessary for Contractor to perform its services; and will give any
required decisions as promptly as practicable so as to avoid unreasonable delay in the
progress of Contractor's services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with
City staff in the performance of Services and shall be available to City’s staff,
consultants, and other staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected
officials, employees and agents against, and will hold and save each of them harmless
from, any and all actions, suits, claims, damages to persons or property, losses, costs,
penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”),
including but not limited to professional negligence, that may be asserted or claimed by
any person, firm or entity arising out of or in connection with the work, operations or
activities of Contractor, its agents, employees, subcontractors, or invitees, provided for
herein, or arising from the acts or omissions of Contractor hereunder, or arising from
Contractor’s performance of or failure to perform any term, provision, covenant or
condition of this Agreement, except to the extent such claims or liabilities arise from the
6
gross negligence or willful misconduct of City, its officers, elected officials, agents or
employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain
policies of insurance of the types and in the amounts set forth below, for the duration of
the Contract, including any extensions thereto. The policies shall state that they afford
primary coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined
single limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from
performance under this agreement by agreeing to defend, indemnify and hold harmless,
the City, and its respective employees, agents, and City Council from and against all
claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and
reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by
the City under the performance of the services.
iii. General Liability with minimum limits of at least $1,000,000 per
occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO)
Comprehensive General Liability "occurrence" form or its equivalent for coverage on an
occurrence basis. Premises/Operations and Personal Injury coverage is required. The
City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers
must be endorsed on the policy as additional insureds as respects liability arising out of
the Contractor's performance of this Contract.
(1) If Contractor employs other contractors as part of the services
rendered, Contractor's Protective Coverage is
required. Contractor may include all subcontractors as insureds
under its own policy or shall furnish separate insurance for each
subcontractor, meeting the requirements set forth herein.
(2) Contractor agrees to subrogate General Liability resulting from
7
performance under this agreement by agreeing to defend,
indemnify and hold harmless, the City, and its respective
employees, agents, and City Council from and against all claims,
liabilities, suits, losses, damages, injuries and expenses, including
all costs and reasonable attorney’s fees (“Claims”), which are
attributable to any act or omission by the City under the
performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least
$1,000,000, where such risk is applicable. Applicable aggregates must be identified and
claims history provided to determine amounts remaining under the aggregate.
Contractor shall maintain such coverage for at least one (1) year after the termination of
this Agreement.
v. Contractor shall comply with the applicable sections of the California
Labor Code concerning workers' compensation for injuries on the job. In addition,
Contractor shall require each subcontractor to similarly maintain workers’ compensation
insurance in accordance with the laws for California for all of the subcontractor’s
employees. Compliance is accomplished in one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by
the State of California; or
(2) Secure and maintain in force a policy of workers' compensation
insurance with statutory limits and Employer's Liability Insurance
with a minimal limit of $1,000,000 per accident. The policy shall
be endorsed to waive all rights of subrogation against City, its
directors, commissioners, officers, employees, and volunteers for
losses arising from performance of this Contract; or
(3) Provide a "waiver" form certifying that no employees subject to the
Labor Code's Workers' Compensation provision will be used in
8
performance of this Contract.
vi. Each insurance policy included in this clause shall be endorsed to state
that coverage shall not be cancelled except after thirty (30) days' prior written notice to
City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than
A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with
a certificate of insurance for each policy. Each certificate is to be signed by a person
authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a
form approved by City. City may require complete, certified copies of any or all policies
at any time.
ix. Failure to maintain required insurance at all times shall constitute a
default and material breach. In such event, Contractor shall immediately notify City and
cease all performance under this Contract until further directed by the City. In the
absence of satisfactory insurance coverage, City may, at its option: (a) procure
insurance with collection rights for premiums, attorney's fees and costs against
Contractor by way of set-off or recoupment from sums due to Contractor, at City's option;
(b) immediately terminate this Contract and seek damages from the Contract resulting
from said breach; or (c) self-insure the risk, with all damages and costs incurred, by
judgment, settlement or otherwise, including attorney's fees and costs, being collectible
from Contractor, by way of set-off or recoupment from any sums due to Contractor.
11.0 GENERAL TERMS AND CONDITIONS.
11.1 INDEPENDENT CONTRACTOR.
11.1.1 It is understood that in the performance of the services
herein provided for, Contractor shall be, and is, an independent contractor, and is not an
agent, officer or employee of City and shall furnish such services in its own manner and
method except as required by this Contract, or any applicable statute, rule, or regulation.
9
Further, Contractor has and shall retain the right to exercise full control over the
employment, direction, compensation and discharge of all persons employed by
Contractor in the performance of the services hereunder. City assumes no liability for
Contractor’s actions and performance, nor assumes responsibility for taxes, bonds,
payments, or other commitments, implied or explicit, by or for Contractor. Contractor
shall be solely responsible for, and shall indemnify, defend and save City harmless from
all matters relating to the payment of its employees, subcontractors and independent
contractors, including compliance with social security, withholding and all other wages,
salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any
subcontractors, agents or employees employed by Contractor shall not, under any
circumstances, be considered employees of the City, and that they shall not be entitled
to any of the benefits or rights afforded employees of City, including, but not limited to,
sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits,
or health, life, dental, long-term disability or workers' compensation insurance benefits.
11.2 CONTRACTOR NOT AGENT. Except as the City may authorize
in writing, Contractor and its subcontractors shall have no authority, express or implied,
to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise.
11.3 OWNERSHIP OF WORK. All documents and materials furnished
by the City to Contractor shall remain the property of the City and shall be returned to
the City upon termination of this Agreement. All reports, drawings, plans, specifications,
computer tapes, floppy disks and printouts, studies, memoranda, computation sheets,
and other documents prepared by Contractor in furtherance of the work shall be the sole
property of City and shall be delivered to City whenever requested at no additional cost
to the City. Contractor shall keep such documents and materials on file and available for
audit by the City for at least three (3) years after completion or earlier termination of this
10
Contract. Contractor may make duplicate copies of such materials and documents for its
own files or for such other purposes as may be authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work,
without additional cost to the City. The performance or acceptance of services furnished
by Contractor shall not relieve the Contractor from the obligation to correct subsequently
discovered defects, inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be
responsible for its work and results under this Agreement. Contractor, when requested,
shall furnish clarification and/or explanation as may be required by the City, regarding
any services rendered under this Agreement at no additional cost to City. In the event
that an error or omission attributable to Contractor occurs, then Contractor shall, at no
cost to City, provide all necessary design drawings, estimates and other Contractor
professional services necessary to rectify and correct the matter to the sole satisfaction
of City and to participate in any meeting required with regard to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or
default of this Contract shall not be considered to be a waiver of any other term,
condition, default or breach, nor of a subsequent breach of the one waived. The delay or
failure of either party at any time to require performance or compliance by the other of
any of its obligations or agreements shall in no way be deemed a waiver of those rights
to require such performance or compliance. No waiver of any provision of this
Agreement shall be effective unless in writing and signed by a duly authorized
representative of the party against whom enforcement of a waiver is sought.
11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be
binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this
11
Contract or any rights hereunder without the prior written consent of the City and
approval by the City Attorney, which may be withheld in the City's sole discretion. Any
unauthorized assignment or transfer shall be null and void and shall constitute a material
breach by the Contractor of its obligations under this Contract. No assignment shall
release the original parties from their obligations or otherwise constitute a novation.
11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all
Federal, State, County and City laws, ordinances, rules and regulations, which are, as
amended from time to time, incorporated herein and applicable to the performance
hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of
any law material to performance of this Contract shall entitle the City to terminate the
Contract and otherwise pursue its remedies. Further, if the Contractor performs any work
knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely
responsible for all costs arising therefrom.
11.10 ATTORNEY'S FEES. If any action at law or in equity is brought
to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to
reasonable attorney's fees, costs, and necessary disbursements in addition to any other
relief to which such party may be entitled.
11.11 INTERPRETATION.
11.11.1 Applicable Law. This Contract shall be deemed a
contract and shall be governed by and construed in accordance with the laws of the
State of California. Contractor agrees that the State and Federal courts which sit in the
State of California shall have exclusive jurisdiction over all controversies and disputes
arising hereunder, and submits to the jurisdiction thereof.
11.11.2 Entire Agreement. This Contract, including any
exhibits attached hereto, constitutes the entire agreement and understanding between
the parties regarding its subject matter and supersedes all prior or contemporaneous
12
negotiations, representations, understandings, correspondence, documentation, and
agreements (written or oral).
11.11.3 Written Amendment. This Contract may only be
changed by written amendment signed by Contractor and the City Administrator or other
authorized representative of the City, subject to any requisite authorization by the City
Council. Any oral representations or modifications concerning this Contract shall be of
no force or effect.
11.11.4 Severability. If any provision in this Contract is held by
any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such
portion shall be deemed severed from this Contract, and the remaining provisions shall
nevertheless continue in full force and effect as fully as though such invalid, illegal, or
unenforceable portion had never been part of this Contract.
11.11.5 Order of Precedence. In case of conflict between the
terms of this Contract and the terms contained in any document attached as an Exhibit
or otherwise incorporated by reference, the terms of this Contract shall strictly prevail.
The terms of the City’s Request for Proposals shall control over the Contractor’s
Proposal.
11.11.6 Duplicate Originals. There shall be two (2) fully signed
copies of this Contract, each of which shall be deemed an original.
11.11.7 Construction. In the event an ambiguity or question of
intent or interpretation arises with respect to this Agreement, this Agreement shall be
construed as if drafted jointly by the parties and in accordance with its fair meaning.
There shall be no presumption or burden of proof favoring or disfavoring any party by
virtue of the authorship of any of the provisions of this Agreement.
11.12 TIME OF ESSENCE. Time is strictly of the essence of this
contract and each and every covenant, term, and provision hereof.
11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby
13
Represents and warrants to the City that the Contractor has the right, power, legal
capacity, and authority to enter into and perform its obligations under this Contract, and
its execution of this Contract has been duly authorized.
11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000
arising out of or relating to the negotiation, construction, performance, non-performance,
breach, or any other aspect of this Contract, shall be settled by binding arbitration in
accordance with the Commercial Rules of the American Arbitration Association at Los
Angeles, California and judgment upon the award rendered by the Arbitrators may be
entered in any court having jurisdiction thereof. The City does not waive its right to object
to the timeliness or sufficiency of any claim filed or required to be filed against the City
and reserves the right to conduct full discovery.
11.15 NOTICES. Any notice or demand to be given by one party to the
other must be given in writing and by personal delivery or prepaid first-class, registered
or certified mail, addressed as follows. Notice simply to the City of Vernon or any other
City department is not adequate notice.
If to the City:
City of Vernon
Attention: Public Works Department
Dan Wall, Director of Public Works
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Sally Swanson Architects, Inc. (SSA)
Attention: Ian Blakey, Project Manager
2600 West Olive Avenue, Suite 586
Burbank, CA 91505
Any such notice shall be deemed to have been given upon delivery, if
personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business
days from the date of posting, whichever is earlier. Either party may change the address
14
at which it desires to receive notice upon giving written notice of such request to the
other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for
the sole benefit of City and Contractor and no other parties are intended to be direct or
incidental beneficiaries of this Agreement and no third party shall have any right or
remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
terminate this Contract in whole or in part at any time, for any cause or without cause,
upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus
terminated by City for reasons other than Contractor's failure to perform its obligations,
City shall pay Contractor a prorated amount based on the services satisfactorily
completed and accepted prior to the effective date of termination. Such payment shall be
Contractor's exclusive remedy for termination without cause.
11.18 DEFAULT. In the event either party materially defaults in its
obligations hereunder, the other party may declare a default and terminate this Contract
by written notice to the defaulting party. The notice shall specify the basis for the default.
The Contract shall terminate unless such default is cured before the effective date of
termination stated in such notice, which date shall be no sooner than ten (10) days after
the date of the notice. In case of default by Contractor, the City reserves the right to
procure the goods or services from other sources and to hold the Contractor responsible
for any excess costs occasioned to the City thereby. Contractor shall not be held
accountable for additional costs incurred due to delay or default as a result of Force
Majeure. Contractor must notify the City immediately upon knowing that non-
performance or delay will apply to this Contract as a result of Force Majeure. At that time
Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan
is not acceptable to the City or not received within 10 days of the necessary notification
15
of Force Majeure default, then the city may cancel this order in its entirety at no cost to
the City, owing only for goods and services completed to that point.
11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve
the terminating party of further liability or responsibility under this Contract, including the
payment of money, except for payment for services satisfactorily and timely performed
prior to the service of the notice of termination, and except for reimbursement of (1) any
payments made by the City for service not subsequently performed in a timely and
satisfactory manner, and (2) costs incurred by the City in obtaining substitute
performance. If this Agreement is terminated as provided herein, City may require, at no
additional cost to City, that Contractor provide all finished or unfinished documents, data,
and other information of any kind prepared by Contractor in connection with the
performance of Services under this Agreement. Contractor shall be required to provide
such document and other information within fifteen (15) days of the request.
11.19.1 Additional Services. In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms
and in such manner as it may determine appropriate, services similar to those
terminated.
11.20 MAINTENANCE AND INSPECTION OF RECORDS.
The City, or its authorized auditors or representatives, shall have
access to and the right to audit and reproduce any of the Contractor's records to the
extent the City deems necessary to insure it is receiving all money to which it is entitled
under the Contract and/or is paying only the amounts to which Contractor is properly
entitled under the Contract or for other purposes relating to the Contract.
The Contractor shall maintain and preserve all such records for a
period of at least three (3) years after termination of the Contract.
The Contractor shall maintain all such records in the City of
Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the
16
City of Vernon or reimburse the City for all reasonable and extra costs incurred in
conducting the audit at a location other than the City of Vernon, including, but not limited
to, such additional (out of the City) expenses for personnel, salaries, private auditors,
travel, lodging, meals, and overhead.
11.21 CONFLICT. Contractor hereby represents, warrants, and certifies
that no member, officer, or employee of the Contractor is a director, officer, or employee
of the City of Vernon, or a member of any of its boards, commissions, or committees,
except to the extent permitted by law.
11.22 HEADINGS. Paragraphs and subparagraph headings contained
in this
Agreement are included solely for convenience and are not intended to modify, explain
or to be a full or accurate description of the content thereof and shall not in any way
affect the meaning or interpretation of this Agreement.
11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours
labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit
twenty-five dollars ($25) for each worker employed in the execution of this Agreement by
the respective Contractor or subcontractor for each calendar day during which the
worker is required or permitted to work more than 8 hours in any one calendar day and
40 hours in any one calendar week in violation of the provisions of Sections 1810
through 1815 of the California Labor Code as a penalty paid to the City; provided,
however, work performed by employees of contractors in excess of 8 hours per day, and
40 hours during any one week, shall be permitted upon compensation for all hours
worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay.
11.24 LIVING WAGES Contractor, and any Subcontractor(s), shall
comply with the City’s Living Wage Ordinance. The current Living Wage Standards are
set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly
be provided to the City
17
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES.
Contractor certifies and represents that, during the performance of this Contract, it and
any other parties with whom it may subcontract shall adhere to equal employment
opportunity practices to assure that applicants, employees and recipients of service are
treated equally and are not discriminated against because of their race, religion, color,
national origin, ancestry, disability, sex, age, medical condition, sexual orientation or
marital status. Contractor further certifies that it will not maintain any segregated
facilities. Contractor further agrees to comply with The Equal Employment Opportunity
Practices provisions as set forth in Exhibit “E”.
[Signatures Begin on Next Page].
18
IN WITNESS WHEREOF, the Parties have signed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
Sally Swanson Architects, Inc., a California
corporation
By:
Name:
Title:
ATTEST:
_______________________________
Deborah Harrington, Interim City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Brian Byun,
Senior Deputy City Attorney
19
EXHIBIT A
REQUEST FOR PROPOSALS
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
April 2019
City of Vernon
Request for Proposals (RFP)
Americans with Disabilities Act (ADA)
Self-Evaluation and Transition Plan
City Contract No. CS-1110
City of Vernon
Public Works Department
4305 Santa Fe Avenue, Vernon, CA 90058
Phone: (323) 583-8811
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 2 of 35
April 2019
1. INTRODUCTION AND PROJECT
The City of Vernon is requesting proposals from qualified and experienced Consultants
for the preparation of the American with Disabilities Act (ADA) Self Evaluation and
Transition Plan for City facilities (including but not limited to fire stations and parking
lots), streets, intersections and sidewalks, etc. Services to be conducted include field
investigations within City’s right-of-way to provide the basis of identification, prioritizing,
budgeting, and implementation of plans in order to assist the City in its efforts to comply
with accessibility requirements as required by the Americans with Disabilities Act of 1990
and State of California Accessibility Requirements.
The City will select one firm, based on demonstrated competence and a cost-effective
approach to design, conduct, and assist in the ADA Self Evaluation and Transition Plan.
At minimum, the firm selected to perform the evaluation shall be CASp (CompTIA
Advanced Security Practitioner) certified.
2. BACKGROUND
The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is
located approximately 5 miles southeast of downtown Los Angeles California. Over its
long history, Vernon has been developed as an industrial community. At the turn of the
20th century the lands that make up Vernon were comprised largely of farmlands. The
presence of three major rail lines in the area led influential business and property owners
to encourage the railroad companies to run spur lines onto the farmlands. These rail
extensions enabled the creation of an “exclusively industrial” city. By the 1920’s, Vernon
was attracting large stockyards and meatpacking facilities. In the 1930’s, Vernon became
the location of choice for many heavy industrial plants. As economic conditions changed
over the decades, these large scale industrial operations have relocated out of Southern
California and Vernon has attracted smaller, lighter industrial facilities. The City’s
business friendly environment, low cost utilities and key location for trucking and rail
transport continue to position Vernon as an ideal location for industrial uses.
City Government: The City Council consists of five members, elected at-large, who serve
five-year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro
Tem from its own membership to serve one-year terms.
Labor Force: Vernon has approximately 280 employees, and its departments include a
Fire Department, Police Department, Finance Department, Public Works Department,
Public Utilities Department and Health and Environmental Control Department. Present
bargaining units recognized include the Vernon Police Officers Benefit Association,
Vernon Police Management Association, Vernon Firemen’s Association, the Vernon Fire
Management Association, International Brotherhood of Electrical Workers Local 47, and
Teamsters Local 911.
3. KEY DATES
1. Issue Date: April 30, 2019
2. Deadline for Request for Information: May 6nd, 2019
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 3 of 35
April 2019
3. Proposal Due Date: May 13th, 2019 at 3:00 p.m.
4. Tentative Consultant Interviews: May 16th, 2019
5. Anticipated Project Award Date: June 4th, 2019
4. SCOPE OF SERVICES REQUIRED
The City of Vernon is seeking the services of a highly qualified consulting firm to develop
and evaluate an inventory of applicable facilities located in the public right-of-way areas
within the City boundary. These facilities include all City streets, sidewalks, access ramps,
City Hall, City owned apartment Building, Police Department, Maintenance Yards, Power
Plant, City parking lots and public access areas in Fire Stations 76, 77, 78, & 79. Services
will also include the evaluation of the access to Los Angeles River Bike Path, railroad
crossings, crosswalks and review of existing City projects and current City Standard Plans.
The consultant shall provide all necessary services to perform the following tasks:
Task 1 — Project Management
The Consultant shall be responsible for the preparation of meeting agendas, sign-in
sheets, recording the meeting minutes and distributing minutes in a timely manner.
Task 1.1 – Project Kickoff Meeting:
Appropriate City of Vernon staff and the selected consultant will conduct a kickoff
meeting to discuss the evaluation that will be performed and the overall form of the ADA
Transition Plan, project management and project expectations including: invoicing,
progress reports, points of contact, level of detail during the inventory phase and other
relevant project information.
Task 1.2 – Project Schedule:
Prepare a project schedule which shall be updated monthly.
Task 1.3 – Programming and Development:
Monthly Meetings will be held between City staff and consultant at key milestones during
plan development to refine project tasks and schedules and to make sure the project
remains on time and within budget. The consultant shall prepare, update, and provide
staff with a punch list prior to the meeting.
Task 1.4 – Invoicing:
Prepare monthly invoices and progress reports.
Deliverables:
Project kickoff meeting and meeting summary to be provided within 2 days after
kickoff meeting.
List of points of contacts shall be received at project kickoff meeting.
Meeting agendas to be provided at least 1 day before scheduled meeting.
Meeting minutes to be provided within 2 days after scheduled meeting.
Monthly and quarterly progress reports and invoices.
Project Schedule shall be received monthly.
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 4 of 35
April 2019
Task 2 – Review and evaluate City’s policies and programs
This task includes the review and evaluation of current City policies, programs and
facilities that may impact people with disabilities. This includes the review of citywide
activities that involve the public, facilities owned by the City and/or facilities located in the
public right-of-way, plans for public infrastructure improvements, current City Standard
Plans and programs.
Deliverables:
Summary of findings
Task 3 – Inventory Report, Classification and cost estimates of non-compliant
barriers
Task 3.1 – Inventory Report:
This task includes a visual inventory of City facilities and areas of public right-of-way.
Inventory will include public offices, place of public meetings, parking lots, sidewalks,
curb ramps, and transit stops/stations. The field survey shall include the collection and
documentation of each element found to be inaccessible and/or appears to be non-
compliant. City facilities and areas of public right-of-way include but is not limited to the
following:
Curb Ramps Approximately 1,970
Signalized intersections 42
Centerline miles 49.1 miles
Buildings 10
Parks 0
Task 3.2 – Classification of non-compliant barrier:
To assist the City in determining how to prioritize and plan for future projects, once the
Inventory Report has been developed, each non-compliant barrier shall be classified by
severity rating.
Task 3.3 – Cost Estimates:
The contractor shall develop cost estimates for the required improvements for each non-
compliant barrier.
Task 3.3 – Classification of non-compliant barrier:
To assist the City in determining how to prioritize and plan for future projects, once the
Inventory Report has been developed, each non-compliant barrier shall be classified by
severity rating.
Task 3.4 – Prioritized Capital Improvement Program:
The Contractor shall develop a Capital Improvement Program based on the severity
ratings of each non-compliant barrier to assist the City in prioritizing yearly capital
projects.
Deliverables:
Inventory Report which includes the following:
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 5 of 35
April 2019
- As-built dimensions as it relates to ADA access
- Barrier severity classification
- Reference to code defining the barrier to access
- Proposed solution(s) to eliminate the barrier
- Individual detailed cost estimate for each solution
- Digital photograph(s) of each barrier to access
- Reference drawing/map showing the location of the barrier
Development of the classifications and assigning a classification to each non-
compliant barrier.
Prioritized Capital Improvement Program
The reports shall be submitted as a hardcopy and electronic formats. They will
become the property of the City of Vernon for future reference and updated as
needed.
Task 4 – Development of Draft ADA Transition Plan
The Consultant shall develop a draft ADA Transition Plan for City buildings and public
right-of-way based upon guidance from City staff. The Transition Plan shall include, but
is not limited to the following components:
- Background of the ADA requirements
- Overview of current standards and best management practices
- Inventory Reports and findings of existing facilities
- Methodology for prioritization of barrier remediation
- Recommendations to obtain and maintain ADA compliance based on
classification of barriers
- Implementation phasing schedule
- Procedures and forms for monitoring implementation
Deliverables:
Provide a draft ADA Transition Plan to City for review and comments.
Consultant shall prepare and deliver a presentation of the draft ADA Self-
Evaluation and Transition Plan to City Council.
Prioritization of all recommended capital projects
Implementation schedule
Task 5 – Final ADA Self-Evaluation and Transition Plan
The Consultant shall update the draft Transition Plan based on the provided comments
and provide the final self-evaluation and transition plan. Said plan shall include a section
identifying sources of potential funding for the implementation of the proposed Transition
Plan. The final transition plan shall be submitted in a format that allows for editing as the
City moves to become fully accessible.
This phase includes the development of a presentation to City Council or to City
management. The presentation will include results of field evaluations, findings and
recommendations.
Deliverables:
Deliver a final ADA Self-Evaluation and Transition Plan.
Section on potential funding sources
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 6 of 35
April 2019
Final Database and Project Map – electronic file(s).
Consultant shall prepare and present a presentation of the Final ADA Self-
Evaluation and Transition Plan to City Council for adoption.
5. QUALIFICATIONS & CRITERIA
A. Qualifications: The City of Vernon will select one firm for all of the outlined Scope of
Services on the basis of qualifications, experience, and cost. The following are the
minimum qualifications to be used to evaluate responses to this Request for
Proposals:
Capacity/Capability:
(a) Key personnel relevant experience, certification and capability of individuals
and outside consultants (i.e CompTIA Advanced Security Practitioner
Certification).
(b) Diversity of skills – Architectural, civil engineering, traffic engineering,
knowledge and experience conducting ADA self-evaluations and developing
Transition Plans, and familiarity with State regulations governing the
transportation planning process.
(c) Total number of firm employees in project technical disciplines proposed for
this project and current workload of those individuals
Technical Ability and Understanding of Requirements
(a) Technical approach proposed for meeting tasks
(b) Understanding and experience in meeting tasks
(c) Understanding of study requirements and experience with similar studies.
(d) Project schedule
(e) Personnel assigned to tasks
(f) Quality of examples of previous work
Project Organization and Management
(a) Project team
(b) Management procedure – work reports
(c) Quality control
B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial
evaluation of proposals received in response to this RFP. All proposals received
will be reviewed and evaluated by a committee of qualified personnel. The name,
information, or experience of the individual members will not be made available to
any proposer. The Evaluation Committee will first review and screen all proposals
submitted, except for the cost proposals, according to the minimum qualifications
set forth above. The following criteria will be used in reviewing and comparing the
proposals and in determining the highest scoring bid:
1. 40% Qualifications, background and prior experience of the firm in the
Service Area(s) being proposed, experience of key staff assigned to
oversee services provided to Vernon, evaluation of size and scope of
similar work performed and success on that work.
2. 30% Cost and fees to the City for handling matters. Cost is not the sole
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 7 of 35
April 2019
determining factor but will be taken into consideration. Proposer must
offer services at a rate comparable to the rate proposer offers to other
governmental entities for similar work. Offering a higher rate to the City
than the comparable rate is grounds for disqualification of the Proposer.
If rates differ for different types or levels of service, or for different
Service Areas, the Proposer should so state.
3. 10% Responsiveness to the RFP, and quality and responsiveness of the
proposal.
4. 20% References including past performance of proposer.
6. FORMAT AND DELIVERY OF RESPONSE
Respondents are asked to submit one (1) unbound original, seven (7) hard copies and
one (1) electronic copy (via email to mbeltran@ci.vernon.ca.us) of their proposals in
sufficient detail to allow for a thorough evaluation and comparative analysis. The proposal
should include, at a minimum, the following information in sectionalized format addressing
all phases of the work in the RFP.
A. Format: Limit your proposal to 25 typed 8.5” X 11” pages, or fewer, on white bond
paper of at least 20-pound weight single sided. You may attach a firm brochure if
you wish, but it must be as a separate attachment and independent from the
required elements noted above.
1. Use a conventional typeface with a minimum font size of 12 points. Use a
1” margin on all boarders.
2. Organize your submittal in the order described below.
3. Prominently label the package: “City of Vernon ADA Self Evaluation and
Transition Plan” and include the name of the primary contact for the
respondent.
Deliver the response to:
City of Vernon
Attention: Public Works Department
Margarita Beltran,
Assistant Engineer
4305 Santa Fe Avenue
Vernon, CA 90058
4. Responses are due on or before 3:00 p.m. on May 13th, 2019. Late
response will not be accepted.
5. If you have any questions about this RFP, please contact Margarita Beltran
at (323) 583-8811 ext. 377. Please note that any questions asked and any
response provided by Vernon will be sent to every person who will be
submitting a proposal, to the extent the City is aware of them.
B. Cover Letter: All proposals shall include a cover letter which states that the proposal
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 8 of 35
April 2019
shall remain valid for a period of not less than ninety (90) days from the date of
submittal. If the proposal contemplates the use of sub-contractors, the sub-
contractors shall be identified in the cover letter. If the proposal is submitted by a
business entity, the cover letter shall be signed by an officer authorized to
contractually bind the business entity. With respect to the business entity, the cover
letter shall also include: the identification of the business entity, including the name,
address and telephone number of the business entity; and the name, title, address
and telephone number of a contact person during the proposal evaluation period.
C. Introduction: Present an introduction of the proposal and your understanding of the
assignment and significant steps, methods and procedures to be employed by the
proposer to ensure quality deliverables that can be delivered within the required time
frames and your identified budget.
D. General Scope of Work: Briefly summarize the scope of work as the proposer
perceives or envisions it for each Service Area proposed.
E. Work Plan: Present concepts for conducting the work plan and interrelationship of
all projects. Define the scope of each task including the depth and scope of analysis
or research proposed.
F. Fees and costs: Although an important aspect of consideration, the financial cost
estimate will not be the sole justification for consideration. Negotiations may or may
not be conducted with the proposer; therefore, the proposal submitted should contain
the proposer’s most favorable terms and conditions, since selection and award may
be made without discussion with any firm. All prices should reflect “not to exceed”
amounts per item. Proposer must offer services at a rate comparable to the rate
proposer offers to other governmental entities for similar work. Offering a higher rate
to the City than the comparable rate is grounds for disqualification of the Proposer.
G. Ability of the Proposer to Perform: Provide a detailed description of the proposer
and his/her/its qualifications, including names, titles, detailed professional resumes
and past experience in similar work efforts/products of key personnel who will be
working on the assignment. Provide a list of specific related work projects that have
been completed by the proposer which are directly related to the assignment
described in this RFP. Note the specific individuals who completed such project(s).
Identify role and responsibility of each member of the project team. Include the
amount of time key personnel will be involved in the respective portions of the
assignment. Respondents are encouraged to supply relevant examples of their
professional product. Provide a list of references.
The selected firm shall not subcontract any work under the RFP nor assign any
work without the prior written consent of the City.
H. Affidavit of Non-Collusion. Proposer must submit a completed and signed,
“Affidavit of Non-Collusion.” (Copy attached as Exhibit A).
7. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 9 of 35
April 2019
At any time prior to the due date for responses, the City may make changes, amendments,
and addenda to this solicitation, including changing the date due to allow respondents time
to address such changes. Addenda, changes, and amendments, if made, will be posted
on the City’s planet bids website at: www.cityofvernon.org/planetbids, which is deemed
adequate notice. It is the responsibility of all perspective respondents to register on the
City’s planet bids website to ensure receipt of any addendum (a) prior to submittals. The
City reserves the right to reject as nonresponsive any proposal that fails to include the
information required by any amendments and/or addenda posted on the City’s planet bids
website.
8. CONDITIONS FOR RESPONSES TO RFP
The following conditions apply to this RFP process:
A. Nothing contained in this RFP shall create any contractual
relationship between the respondent and the City.
B. This RFP does not obligate the City to establish a list of service
providers qualified as prime contractors, or award a contract to any
respondent. The City reserves the right to amend or cancel this
RFP without prior notice, at any time, at its sole discretion.
C. The City shall not be liable for any expenses incurred by any
individual or organization in connection with this RFP.
D. No conversations or agreements with any officer, agent, or
employee of the City shall affect or modify any terms of this RFP.
Oral communications or any written/e-mail materials provided by
any person other than designated contact staff of City shall not be
considered binding.
E. The City reserves the right, in its sole discretion, to accept or reject
any or all Proposals without prior notice and to waive any minor
irregularities or defects in a Proposal. The City reserves the right
to seek clarification on a Proposal with any source.
F. The dates, times, and sequence of events related to this RFP shall
ultimately be determined by the City. The schedule shown above
is subject to change, at the sole discretion of the City, although the
City will attempt to follow it and, if it must be altered, will attempt to
provide reasonable notice of the changes.
G. Respondents shall not issue any news release pertaining to this
RFP, or the City without prior written approval of the City.
H. All submitted proposals and information included therein or
attached thereto shall become public record upon delivery to the
City.
City of Vernon ADA Self-Evaluation and Transition Plan Request for Proposals
Page 10 of 35
April 2019
9. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST
The City may, at its sole discretion and for any reason whatsoever, withdraw this
solicitation at any time.
10. LIVING WAGE ORDINANCE
The selected consultant shall pay qualifying employees a wage of not less than $10.30
per hour with health benefits, or $11.55 per hour without health benefits. The consultant
shall also provide qualifying employees at least twelve days off per year for sick leave,
vacation or personnel necessity, and an additional ten days a year of uncompensated
time for sick leave. There shall be a prohibition on an employer retaliation against an
employee’s complaining to the City with regard to the employer’s compliance with the
living wage ordinance. Contractor, and any Subcontractor(s), shall comply with the
City’s Living Wage Ordinance. The current Living Wage Standards are set forth in
Exhibit “D” of the standard form contract, attached hereto as Exhibit B. Upon the City’s
request, certified payroll records shall promptly be provided to the City.
11. STANDARD TERMS AND CONDITIONS
Prior to the award of any work hereunder, City and proposer shall enter into the written
contract for services attached hereto as Exhibit B. Proposers responding to this RFP
are strongly advised to review all the terms and conditions of the Contract. The term of
the Contract shall not exceed three (3) years.
20
EXHIBIT B
PROPOSAL
Statement of Qualifications to the City of Vernon
for an ADA Self-Evaluation & Transition Plan
City Contract No. CS-1110
May 8, 2019
2600 WEST OLIVE AVE, 5TH FLOOR | BURBANK, CA 91505
SALLY SWANSON ARCHITECTS, INC. (SSA)
800.533.8771
WWW.SWANARCH.COM
Cover Letter
May 8, 2019
Ms. Margarita Beltran, Assistant engineer
City of vernon
Public Works Department
4305 Santa Fe Avenue
vernon, California 90058
re: City of vernon, California, Public Works Department, request for Proposals (rFP) for Americans
with Disabilities Act (ADA) Self-Evaluation and Transition Plan, City Contract No. CS-1110
Dear Ms. Beltran and Colleagues,
Sally Swanson Architects, Inc. (SSA) a California licensed and certified WBE, SBE and DBE firm, is
pleased to present our proposal to the City of Vernon to provide consulting services to prepare
an Americans with Disabilities Act (ADA) Self-Evaluation and Transition Plan. A concentration of
in-house staff resources, hands-on management and ADA access compliance experience and
methodology will generate the highest value of services to the City of Vernon. SSA’s proposal
will remain valid for a period of not less than one hundred eighty (180) days from the date of
submittal (May 13th, 2019). SSA is in receipt of City of Vernon Addendum No. 1 issued May 8,
2019.
Firm Description
Thirty-nine years ago Sally Swanson Architects started, and has continued, as a pioneering firm with
a passion for creating accessible environments. Our belief is that the best access compliance begins
with a deep knowledge of ADA compliance and combines it with a strong design understanding.
Bridging the strict requirements of California ADA codes as well as the requirements of place-
making design, we collaborate with our clients to create environments that mitigate barriers. We
cover the broadest spectrum of projects.
Relevant Projects
Recent similar ADA Self-Evaluation and Transition Plans include those for the Cities of Alameda,
Belmont, Bellflower, Camarillo, Oxnard, Santa Ana, Daly City, Richmond, El Cerrito, Emeryville,
Salinas, Sunnyvale, San Carlos, Mountain View, Monterey, Oakley, San Marcos, Clovis and Woodland
in California; as well as the Counties of San Bernardino, Kings and Stanislaus, California.
Project Leadership
The project will be conducted by Ian Blakey, ICC, CASp who will provide a hands-on approach
to every aspect of the project, complemented by his expertise, understanding and capabilities
garnered from his portfolio of related ADA accessibility assessment projects. SSA works
collaboratively with the client and all stakeholders to deliver professional services. Our dedicated
in-house team is prepared to work closely with appropriate City of Vernon staff to provide a
uniquely comprehensive perspective on accessibility issues.
Cover Letter
Recommendations by Cities, Counties and Public Agencies
SSA has earned an excellent record throughout the firm’s 39 years in providing access compliance
services. We encourage you to contact the references we have provided to learn how SSA has
inspired, gained and maintained the confidence of its clients throughout California and across the
U.S.
Goal Documentation – A Strong Team
SSA will meet all work performance requirements with our dedicated in-house staff. They are
keen to begin work with the City of vernon.
Identification of the Business Entity
Sally Swanson Architects, Inc. (SSA)
2600 West olive Avenue, Suite 586
Burbank, CA 91505
800 533 8771
Officer Authorized to Contractually Bind the Business Entity
This cover letter is being signed by Sally Swanson, AIA, CEO and Principal-in-Charge who is the
officer authorized to contractually bind the business entity.
Identification of the Project Contact Person
Ian Blakey, ICC, CASp
Project Manager
Sally Swanson Architects, Inc. (SSA)
2600 West olive Avenue, Suite 586
Burbank, CA 91505
800 533 8771
Why choose SSA? A dedicated, knowledgeable and enthusiastic long-term, in-house team with
unparalleled depth of experience.
Thank you very much for your consideration. We look forward to the next steps in the selection
process.
Sincerely,
Sally Swanson, AIA
Cover Letter
Recommendations by Cities, Counties and Public Agencies
SSA has earned an excellent record throughout the firm’s 39 years in providing access compliance
services. We encourage you to contact the references we have provided to learn how SSA has
inspired, gained and maintained the confidence of its clients throughout California and across the
U.S.
Goal Documentation – A Strong Team
SSA will meet all work performance requirements with our dedicated in-house staff. They are
keen to begin work with the City of vernon.
Identification of the Business Entity
Sally Swanson Architects, Inc. (SSA)
2600 West olive Avenue, Suite 586
Burbank, CA 91505
800 533 8771
Officer Authorized to Contractually Bind the Business Entity
This cover letter is being signed by Sally Swanson, AIA, CEO and Principal-in-Charge who is the
officer authorized to contractually bind the business entity.
Identification of the Project Contact Person
Ian Blakey, ICC, CASp
Project Manager
Sally Swanson Architects, Inc. (SSA)
2600 West olive Avenue, Suite 586
Burbank, CA 91505
800 533 8771
Why choose SSA? A dedicated, knowledgeable and enthusiastic long-term, in-house team with
unparalleled depth of experience.
Thank you very much for your consideration. We look forward to the next steps in the selection
process.
Sincerely,
Sally Swanson, AIA
1 | introduction
Firm Profile
Firm name: Sally Swanson Architects, inc. Years in business: 39 years
Southern california 2600 West olive Avenue, Suite 586
Office: Burbank, cA 91505
telephone: 800.533.8771 / Fax: 415.445.3055
Website: www.swanarch.com
Primary Contact: Ian Blakey, ICC, CASp, Project Manager
P. 800.533.8771, Ext. 109
email: iBlakey@swanarch.com
Type of organization: california corporation, incorporated nov. 19, 2001
name of owner: Owner/Founder/Principal-in-Charge: Sally Swanson, AIA
Staff: SSA’s professional staff of 19 includes:
• 4 State of California Certified Access Specialists • 1 Policy Specialist
• 3 ICC Certified Accessibility Inspectors/Plan Examiners • 2 GiS Specialists
• 3 technical staff surveyors/accessibility consultants • 3 licensed architects
• 3 Support Staff: Marketing, Finance, Admin
License/Registration: cA Architect License #c12746 (Sally Swanson) /
cA Business certificate #379994
Firm Certifications: Woman-owned Business Enterprise (WBE)
Small Business Enterprise (SBE);
Disadvantaged Business Enterprise (DBE)
Federal tax i.d.: #01-0600856 Business License: #c2275182
Project Understanding
Sally Swanson Architects, Inc. (SSA) understands that the City of Vernon is requesting proposals
from qualified and experienced Consultants for preparation of an Americans with Disabilities Act
(ADA) Self-Evaluation and Transition Plan for City facilities (including, but not limited to fire stations
and parking lots), streets, intersections and sidewalks, etc. The services to be conducted include
field investigations within the City’s right-of-way that will provide the basis of identification,
prioritizing, budgeting, and implementation of plans in order to assist the City in its efforts to
comply with accessibility requirements as required by the Americans with Disabilities Act of 1990
and State of California Accessibility Requirements. The City will select one firm, and the firm
selected will be CASp (California Access Specialist) certified. Anticipated project award date is
June 4th, 2019.
The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is located
approximately 5 miles southeast of downtown Los Angeles, California. The City Council consists
1 | introduction
of five members, elected at-large, who serve five-year staggered terms. The City Council annually
appoints a Mayor and a Mayor Pro Tem from its own membership to serve one-year terms.
the city of Vernon has approximately 280 employees, and its departments include a Fire
Department, Police Department, Finance Department, Public Works Department, Public Utilities
Department and Health and Environmental Control Department.
Proposal Overview
SSA’s proposal documents the firm’s 39 years of ADA access expertise during which time the firm
has conducted accessibility surveys and created ADA Self-Evaluation and Transition Plans for over
100 clients, which include dozens of cities, counties and public agencies, providing a full-range of
services necessary to ensure client compliance with the myriad federal and state disabled access
regulations, including the Americans with Disabilities Act (ADA), State Title 24 Building Code, U.S.
Architectural and Transportation Barriers Compliance Board Proposed Guidelines for Pedestrian
Facilities in the Public Right-of-Way, Public Rights-of-Way Accessibility Guidelines (PROWAG) and
the Federal AdA Accessibility Guidelines and Standards (AdAAG & AdAS).
Methodology
The City of Vernon proposed Scope of Work as outlined in the Request for Proposal (RFP) is quite
clear and SSA will meet or exceed all requirements of the contract. The Work Plan is quite flexible
and will be tailored precisely to fit the City’s needs and resources. SSA will provide all services
in-house that are required to complete the Americans with Disabilities Act (ADA) Self-Evaluation
and Transition Plan (project).
SSA will develop and evaluate an inventory of applicable facilities located in the public right-
of-way areas within the City boundary. These facilities include all City streets, sidewalks, access
ramps, City Hall, City-owned apartment building, Police Department, Maintenance Yards, Power
Plant, City parking lots and public access areas in Fire Stations 76, 77, 78, and 79. Services will
also include the evaluation of the access to the Los Angeles River Bike Path, railroad crossings,
crosswalks and review of existing City projects and current City Standard Plans.
Critical Elements
Following are the elements and benefits of the City of Vernon manageable and living ADA Transition
Plan document. The methodology will “ensure quality deliverables that can be delivered within
the required time frames and the identified budget”.
the Access compliance Survey will provide the city with:
• A list of existing accessibility barriers describing each barrier and recommendation of a
removal solution
• A preliminary cost estimate for removal of each barrier
• A priority assigned to each barrier
• A schedule for barrier removal
• Designation of a person responsible for barrier removal
• The ability to “check-off” mitigated barriers
• The ability to easily demonstrate steps taken toward removal of all barriers to access
2 | general scope of work
Scope of Work Summary
The project work will be collaborative between the City of Vernon and Sally Swanson Architects,
Inc. (SSA) staff. Certified Access Specialist Ian Blakey, ICC, CASp will manage the project and be the
single point-of-contact with the City of Vernon.
SSA will provide all necessary services to perform the following tasks:
Task 1 — Project Management
Per the RFP, SSA will be responsible for the preparation of meeting agendas, sign-in sheets,
recording the meeting minutes and distributing minutes in a timely manner.
a. Project Kickoff Meeting: Appropriate City of Vernon staff and SSA will conduct a kickoff
meeting to discuss the evaluation that will be performed and the overall form of the
ADA Transition Plan, project management and project expectations including: invoicing,
progress reports, points of contact, level of detail during the inventory phase and other
relevant project information.
b. Project Schedule and Monthly Update: SSA will prepare a project schedule that will be
updated monthly.
c. Programming and Development including Monthly Meetings: Monthly Meetings will be
held between City staff and SSA at key milestones during plan development to refine
project tasks and schedules and to make sure the project remains on time and within
budget. SSA will prepare, update, and provide City staff with a punch list prior to the
meeting.
d. Monthly Invoicing and Progress Reports: SSA will prepare monthly invoices and progress
reports.
Task 1 – Deliverables:
• Project kickoff meeting and meeting summary to be provided by SSA to the City within 2
days after kickoff meeting.
• List of points of contacts will be provided at project kickoff meeting.
• Meeting agendas to be provided to the City by SSA at least 1 day before scheduled
meeting.
• Meeting minutes to be provided to the City by SSA within 2 days after scheduled
meeting.
• Monthly and quarterly progress reports and invoices to be provided to the City by SSA.
• Project Schedule to be received monthly.
Task 2 – Review and evaluate City’s Policies and Programs
Per the RFP, this task includes the review and evaluation of current City policies, programs and
facilities by SSA that may impact people with disabilities. This includes the review of Citywide
activities that involve the public, facilities owned by the City and/or facilities located in the public
right-of-way, plans for public infrastructure improvements, current City Standard Plans and
programs.
2 | general scope of work
a. SSA will hold an Orientation Meeting with Department staff to explain the Self-
Evaluation process, procedures and schedule.
b. SSA will identify, review and evaluate current City policies, practices and services
(estimated departments: 7).
c. SSA will prepare reports to document barriers within programs, policies, practices,
services and communications.
d. SSA will present reports including suggested changes and record feedback from the
City’s project team.
Task 2 – Deliverables:
• Summary of findings
Task 3 – Inventory Report, Classification and Cost Estimates of Non-Compliant Barriers
Per the RFP, the Inventory Report will include a visual inventory of City facilities and areas of
public right-of-way. The Inventory will include public offices, place of public meetings, parking lots,
sidewalks, curb ramps, and transit stops/stations. The field survey will include the collection and
documentation of each element found to be inaccessible and/or appears to be non¬compliant.
City facilities and areas of public right-of-way include but are not limited to the following:
Curb Ramps Approximately 1,970
Signalized intersections 42
Centerline miles 49.1 miles
Buildings 10
Parks 0
Classification of non-compliant barrier: To assist the City in determining how to prioritize and plan
for future projects, once the Inventory Report has been developed, each non-compliant barrier
will be classified by severity rating.
Prioritized Capital Improvement Program: SSA will develop a Capital Improvement Program based
on the severity ratings of each non-compliant barrier to assist the City in prioritizing yearly capital
projects.
a. SSA will conduct Data Collection at City public rights-of-way – Sidewalk (estimated
sidewalk: 100 miles).
b. SSA will conduct Data Collection at City public rights-of-way – Curb ramps (estimated
curb ramps: 1,970).
c. SSA will conduct Data Collection at City public rights-of-way – Pedestrian signals
(estimated pedestrian signals: 336).
d. SSA will conduct Data Collection at City public rights-of-way – Transit stops (estimated
transit stops: 80).
e. SSA will conduct Data Collection at City facilities – (estimated buildings: 10).
f. SSA will prepare Inventory Reports for City public rights-of-way including Classification
and Capital Improvement Program.
g. SSA will prepare inventory reports for City facilities including Classification and Capital
Improvement Program.
2 | general scope of work
h. SSA will present Public rights-of-way and Facilities Inventory reports and record feedback
from the City’s project team.
Task 3 – Deliverables:
• Inventory Report which includes the following:
-As-built dimensions as it relates to ADA access
-Barrier severity classification
-Reference to code defining the barrier to access
-Proposed solution(s) to eliminate the barrier
-Individual detailed cost estimate for each solution
-Digital photograph(s) of each barrier to access
-Reference drawing/map showing the location of the barrier
• Development of the classifications and assigning a classification to each non¬-compliant
barrier.
• Prioritized Capital Improvement Program.
• The reports will be submitted as a hardcopy and electronic formats. They will become
the property of the City of Vernon for future reference and updated as needed.
Task 4 – Development of Draft ADA Transition Plan
Per the RFP, SSA will develop a draft ADA Transition Plan for City buildings and public right-of-way
based upon guidance from City staff. The Transition Plan will include, but is not limited to the
following components:
-Background of the ADA requirements
-Overview of current standards and best management practices
-Inventory Reports and findings of existing facilities
-Methodology for prioritization of barrier remediation
-Recommendations to obtain and maintain ADA compliance based on classification of
barriers
-Implementation phasing schedule
-Procedures and forms for monitoring implementation
a. SSA will develop the Draft ADA Transition Plan including priorities, implementation,
schedule and executive summary.
b. SSA will present the Draft ADA Transition Plan and Record Feedback from the City’s
project team.
c. SSA will present the Draft ADA Transition Plan and Record Feedback from the City
Council.
d. SSA will present the Draft ADA Transition Plan and Record Feedback from the Public.
Task 4 – Deliverables:
• Provide a draft ADA Transition Plan to City for review and comments.
• SSA will prepare and deliver a presentation of the Draft ADA Self-Evaluation and
Transition Plan to City Council.
• Prioritization of all recommended capital projects.
• Implementation schedule.
2 | general scope of work
Task 5 – Final ADA Self-Evaluation and Transition Plan
Per the RFP, SSA will update the Draft Transition Plan based on the provided comments and
provide the Final Self-Evaluation and Transition Plan. This Transition Plan will include a section
identifying sources of potential funding for the implementation of the proposed Transition Plan.
The Final Transition Plan will be submitted in a format that allows for editing as the City moves to
become fully accessible. This phase includes the development of a presentation to City Council
or to City management. The presentation will include results of field evaluations, findings and
recommendations.
a. SSA will update the Draft Transition Plan and Develop the Final ADA Self-Evaluation and
Transition Plan including Funding Sources.
b. SSA will process the Public rights-of-way Data and integrate into Geographic Information
System (GIS).
c. SSA will present the Geodatabase and record feedback from the City’s project team.
d. SSA will incorporate all changes and develop the Final Geodatabase.
e. SSA will develop an electronic database or other approved software to monitor and
update the barrier removal progress.
f. SSA will present the electronic database and record feedback from the City’s project
team.
g. SSA will incorporate all changes and develop the Final Tracking System.
h. SSA will attend and present the Final ADA Self-Evaluation and Transition Plan to City
Council for Adoption.
Task 5 - Deliverables:
• Deliver a Final ADA Self-Evaluation and Transition Plan.
• Section on potential funding sources.
• Final Database and Project Map – electronic file(s).
• SSA will prepare and present a presentation of the Final ADA Self-Evaluation and
Transition Plan to City Council for adoption.
Final note on SSA’s Proposed Scope of Work Execution Strategy: The strength of any prospective
execution strategy is in the structure it provides. SSA’s time-tested process has been proven to be
immensely successful, but “one size may not fit all.” By this we mean we will tailor the specifics
to serve the needs and resources of the City of Vernon and its stakeholders, whether that means
adapting the schedule/work plan to allow for unforeseen local circumstances or fine-tuning ways
to communicate the process with all concerned.
IDTask NameDurationStartFinish1Task 1. Project Management174 daysTue 6/4/19Fri 1/31/202Anticipated Project Award Date0 daysTue 6/4/19Tue 6/4/193Project Kickoff Meeting9 daysTue 6/4/19Fri 6/14/194Project Schedule and Monthly Update174 daysTue 6/4/19Fri 1/31/205Programming & Development including Monthly Meetings174 daysTue 6/4/19Fri 1/31/206Monthly Invoicing & Progress Reports174 daysTue 6/4/19Fri 1/31/207Task 2. Review and Evaluate City's Policies and Programs85 daysMon 6/17/19Fri 10/11/198Orientation Meeting with Department Staff to Explain Self-Evaluation Process, Procedure & Schedule10 daysMon 6/17/19Fri 6/28/199Identify, Review & Evaluate Current City Policies, Practices & Services (Estimated Departments: 7)30 daysMon 7/1/19Fri 8/9/1910Completion of Self-Evaluation0 daysFri 8/9/19Fri 8/9/1911Prepare Reports to Document Barriers within Programs, Policies, Practices, Services & Communications 35 daysMon 7/15/19Fri 8/30/1912Completion of Self-Evaluation Reports0 daysFri 8/30/19Fri 8/30/1913Present Self-Evaluation Reports & Record Feedback from the City's Project Team30 daysMon 9/2/19Fri 10/11/1914Task 3. Inventory Report, Classification and Cost Estimates of Non-Compliant Barriers75 daysMon 7/1/19Fri 10/11/1915Data Collection at City Public Rights-of-Way - Sidewalk (Estimated Sidewalk: 100 Miles)30 daysMon 7/1/19Fri 8/9/1916Data Collection at City Public Rights-of-Way - Curb Ramps (Estimated Curb Ramps: 1,970)30 daysMon 7/1/19Fri 8/9/1917Data Collection at City Public Rights-of-Way - Pedestrian Signals (Estimated Pedestrian Signals: 336)30 daysMon 7/1/19Fri 8/9/1918Data Collection at City Public Rights-of-Way - Transit Stops (Estimated Transit Stops: 80)30 daysMon 7/1/19Fri 8/9/1919Data Collection at City Facilities - (Estimated Buildings: 10)30 daysMon 7/1/19Fri 8/9/1920Completion of Public Rights-of-Way Survey & City Facilities Survey0 daysFri 8/9/19Fri 8/9/1921Prepare Inventory Reports for City Public Rights-of-Way35 daysMon 7/15/19Fri 8/30/1922Prepare Inventory Reports for City Facilities 35 daysMon 7/15/19Fri 8/30/1923Completion of Public Rights-of-Way and City Facilities Inventory Reports0 daysFri 8/30/19Fri 8/30/1924Present Inventory Reports & Record Feedback from the City's Project Team30 daysMon 9/2/19Fri 10/11/1925Task 4. Development of Draft ADA Transition Plan80 daysMon 9/2/19Fri 12/20/1926Develop the Draft ADA Transition Plan Including Priorities, Implementation, Schedule & Executive Summary50 daysMon 9/2/19Fri 11/8/1927Completion of Draft ADA Transition Plan 0 daysFri 11/8/19Fri 11/8/1928Present the Draft ADA Transition Plan & Record Feedback from the City's Project Team30 daysMon 11/11/19Fri 12/20/1929Present the Draft ADA Transition Plan & Record Feedback from the City Council30 daysMon 11/11/19Fri 12/20/1930Present the Draft ADA Transition Plan & Record Feedback from the Public30 daysMon 11/11/19Fri 12/20/1931Task 5. Final ADA Self-Evaluation and Transition Plan110 daysMon 9/2/19Fri 1/31/2032Update Draft Transition Plan & Develop Final ADA Self-Evaluation & Transition Plan Including Funding Sources50 daysMon 11/11/19Fri 1/17/2033Completion of Final ADA Self-Evaluation & Transition Plan0 daysFri 1/17/20Fri 1/17/2034Process Public Rights of Way Data & Integrate into Geographic Information System (GIS)50 daysMon 9/2/19Fri 11/8/1935Completion of Draft Geodatabase0 daysFri 11/8/19Fri 11/8/1936Present Geodatabase & Record Feedback from the City's Project Team30 daysMon 11/11/19Fri 12/20/1937Incorporate All Changes & Develop Final Geodatabase50 daysMon 11/11/19Fri 1/17/2038Completion of Final Geodatabase0 daysFri 1/17/20Fri 1/17/2039Develop an Electronic Database or Other Approved Software to Monitor & Update Barrier Removal Progress50 daysMon 9/2/19Fri 11/8/1940Completion of Draft Electronic Database0 daysFri 11/8/19Fri 11/8/1941Present Electronic Database & Record Feedback from the City's Project Team30 daysMon 11/11/19Fri 12/20/1942Incorporate All Changes & Develop Final Tracking System50 daysMon 11/11/19Fri 1/17/2043Completion of Final Tracking System0 daysFri 1/17/20Fri 1/17/2044Attend & Present Final ADA Self-Evaluation & Transition Plan to City Council for Adoption10 daysMon 1/20/20Fri 1/31/206/48/98/308/98/3011/81/1711/81/1711/81/17MayJunJulAugSepOctNovDecJanFeb2019TaskSplitMilestoneSummaryProject SummaryExternal TasksExternal MilestoneInactive TaskProgressDeadlineDate: Fri 5/10/19 S a l l y S w a n s o n A r c h i t e c t s Page 1 of 1 Project: City of VernonADA Self-Evaluation & Transition PlanPreliminary Milestone Schedule
5 | ability of the proposer to perform
Name Role Responsibilities
sally swanson, aia principal-in-Charge ms. swanson will oversee the project team to
assure that the necessary resources for the project
are accessible to the team and that the City’s goals
for the project are being met.
ian blakey, iCC,
Casp
project manager mr. blakey will be the day-to-day project manager
and point-of-contact with the City of Vernon.
michael paravagna aDa policy specialist mr. paravagna will evaluate the City of Vernon’s
policies, procedures and practices; report of
findings on discrimination or accessibility issues;
prepare compliance recommendations of policy
updates; provide staff training.
Nico borchowiec Gis specialist ms. borchoweic will assist with the Gis task for the
City of Vernon’s project. she will be involved with
data collection technologies and data integration,
analysis of field data, development of required
barrier prioritization, and data quality control.
sivaji muggari, iCC Facilities Surveyor mr. muggari will conduct the facility assessments
with regard to the aDa Self-Evaluation and
Transition Plan throughout the project term.
stefan Voge proW surveyor Mr. Voge will monitor the new field assessments/
data collection with regard to the ADA self-
Evaluation and Transition Plan and assist with
report production.
Various technical Various SSA staff will assist with Technical tasks
associated with the ADA Self-Evaluation and
Transition Plan.
percentage
of project
Commitment
sally swanson
ian blakey
michael paravagna
Nico borchowiec
sivaji muggari
stefan Voge
Various Technical Staff
1%
10%
6%
13%
6%
36%
28%
The SSA team has been assembled to bring together our qualified staff to successfully fulfill the
goals and objectives of the City of Vernon. Our in-house team has decades of expertise and direct
experience with conducting ADA Self-Evaluation and Transition Plan projects. CASp staff includes
ian blakey who is dedicated to the team for the project term.
City of Vernon Project Team Summary
5 | ability of the proposer to perform
License: architect, Ca, 1982, #C12746
Education: M.A. in Urban Design & Planning, Columbia University;
Environmental Studies, University of Washington; B.A. in Architecture,
University of illinois
Experience: ms. swanson, principal of sally swanson architects, inc.
has over 39 years of experience in architecture, planning and accessible
design and has managed her own award–winning firm since 1980. ms. swanson and her team
have provided transition plans, self-evaluations, cost estimates, preliminary plans, and design
and construction documents to help various public clients achieve compliance with federal and
California standards. She has considerable experience working on transition plans for cities and
counties throughout the State of California and beyond. Sally Swanson has earned an excellent
reputation with these clients, as well as with the Department of General services, the Division of
the state architect, the California Community Colleges Chancellor’s office, and o.s.h.p.D. she has
also assisted many California schools and colleges to obtain available state and local funding.
Ms. Swanson is recognized as a leader in access compliance. Working closely with the disabled
community, she was instrumental in the development of the building code requirements for
California’s Title 24 disabled access regulations. She has worked with many of the organizations
that helped create and pass the americans with Disabilities act. in her design work she strives to
enable persons with disabilities while maintaining the architectural integrity of each project she
undertakes.
ms. swanson works closely with all her clients, establishing effective communication that lasts
through the life of a project. she helps her clients clearly define their specific needs and future
goals, translating this information into a built environment that is both functional and aesthetically
pleasing. She works extremely well, not only with her clients, but also with the entire project team,
her staff, enforcing agencies, consultants, builders and stakeholder communities. ms. swanson
was recently appointed a member of the Dsa advisory board access subcommittee and named
one of the top 100 bay area Woman business owners by the san francisco business times.
SALLY SWANSON, AIA
principal-in-Charge
Project Experience:
Cities: Emeryville, Alameda, Bellflower, Danville, Lincoln, Lemoore, Monterey, Orinda, Rancho
Cordova, richmond, sanger, san Carlos, santa ana, san marcos, santa Clara, solana beach,
Sunnyvale, Tulare, Turlock, CA; Rio Rancho and Santa Fe, NM; Bend, OR; Mesa, AZ
Counties: Kings, Kern, marin, mendocino, placer, san mateo, sacramento, sonoma, stanislaus,
San Bernardino, San Luis Obispo, CA; Brown County, WI and St. Louis County, MO
Special Districts and Transit: California Department of Transportation (CalTrans); Bay Area Rapid
Transit (BART); Kings County Association of Governments; Greater Vancouver Transportation
Authority; CDCR, Marin Municipal Water District
5 | ability of the proposer to perform
Certifications & Affiliations: International Code Council (ICC)
Accessibility Inspector/Plans Examiner (#8323183); California Certified
Access Specialist (CASp #643)
Education: bachelor of science, Geography, University of oregon
ADA Experience: mr. blakey has worked in the field of aDa for his
entire career. he is particularly knowledgeable about the California
Building Codes, Title 24, the Americans with Disabilities Act (ADA)
and the Fair Housing Act regulations. Mr. Blakey’s specialization
involves the extensive research and coordination necessary to advise consumers, employers,
business owners, architects, municipalities and the legal community. he has participated in
access consulting for over 100 firms. in addition, mr. blakey has surveyed over 1300 facilities for
access compliance issues. He has also served in the capacity of Expert Witness with regard to
mediation and settlement Conference work. mr. blakey possesses personal disability knowledge
as he combines his expertise in the field of ADA access with his daily observations and practical
experience assisting an individual with disabilities – this combination provides a technical and
real-world knowledge to his clients.
Ian Blakey, ICC, CASpproject manager
ADA Project Experience:
Cities and Counties: City of Mesa, Arizona
Special Districts and Transit: California Department of Transportation (CalTrans); Mule Creek
state prison infill project aDa checklist, plymouth, Ca
Higher Education: san mateo Community College District, Cerritos Community College District
5 | ability of the proposer to perform
Experience: With 44 years of experience and 13 years of experience with
sally swanson architects, mr. paravagna has prepared self-evaluation reports of findings and
recommendations of policies, procedures and practices as they pertained to respective title ii
programs, services and activities.
he served in the capacity of a staff trainer for santa fe, richmond, alameda, sausalito and mt san
antonio Community College. as a staff trainer, he trained City staff on the changes in the law as
it pertained to employment, communication, policy updates, procedural changes and obligations
under the aDa. he led trainings on all aspects of disability civil rights in the delivery of programs,
services and activities.
mr. paravagna serves as manager for the los angeles Community College District’s aDa
implementation program, monitoring accessibility access requirements in a $6.1 billion dollar
construction project, rewriting the self-evaluations for 9 community college campuses and
designing training and guidance documents on a variety of aDa related matters.
Other experience includes: served as City-wide ADA Coordinator for Sacramento, California;
served as Chief of the California Department of rehabilitation’s Disability access section, that was
designated by Governor Wilson in 1992 to lead the State’s effort in implementation of the ADA;
served the California state architect, as member of the Detectable Warning advisory Committee
and the Certified Access Specialist Program Implementation Committee; was a lead trainer for
the World institute on Disability.
Mr. Paravagna serves as trainer for the National Association of ADA Coordinators (NAADAC) at
national events and is a member of the board of Directors for the NaaDaC.
Recognition and Memberships:
Appointed by Governor Schwarzenegger in May 2008 to California Building Standards •
Commission, responsible for representing the interests of persons with disabilities in Cali-
fornia
Disabled In State Service - Recognition for Outstanding Service•
Former Member:
California Round Table on Outdoor Recreation and Tourism•
California state historic building safety board•
National Rehabilitation Association, East Bay Chapter•
California Universal access Work Group•
MICHAEL PARAVAGNA
senior policy specialist
Education: M.S. in Rehabilitation Counseling, CSU Sacramento; B.A. in
Psychology/Sociology, CSU San Jose; Graduate of the National Executive
leadership institute, University of oklahoma
Credentials: California Community College Instructor - Special Education;
California Community College Counseling
5 | ability of the proposer to perform
Education: Bachelor of Science, Anthropology/Geography, Minor
in Spanish, California Polytechnic State University, San Luis Obispo;
Universidad Rey Juan Carlos, Madrid, Spain – Study Abroad
Experience: mr. Voge is an access surveyor with ssa. his technical
experience includes an internship in the Geographic Information Systems
(GIS) Division of a central California municipality in which he collected,
updated and analyzed GIS data, as well as created and updated city
planning easements and downtown parking plans. mr. Voge has additional
experience analyzing and manipulating spatial data and producing interactive GIS maps. He is also
experienced with remote sensing in which he processed, classified, and analyzed digital images
and created modified images that displayed the change in water cover over time. mr. Voge is also
skilled at creating research design and methods for conducting a survey; analyzing responses of
surveys using statistical software (SPSS) and presenting the results.
ADA Project Experience:
Cities: City of Mesa, AZ
Counties: County of sacramento and County of alameda, Ca
Stefan VogeproW surveyor
Certifications: san francisco state University, Geographic information
Science (GIS)
Education: bachelors of science Degree in environmental science
with a Minor in Geographic Information Systems (GIS), University of
Wisconson-Stout; Associates of Arts and Science (AAS) in Architectural
Drafting and Architectural CAD/CADD, Dunwoody College of
technology
Experience: Nico borchowiec joined ssa with a background in architectural drafting and Gis
mapping. At SSA, Nico specializes in project management, data management and collection
processes for aDa transition plans. Nico’s recent work at ssa includes conducting field surveys
for the Cities of belmont and sunnyvale, and alameda County for their aDa transition plans. Nico
has recently completed a Gis certificate at the san francisco state University.
ADA Project Experience:
Special Districts: san francisco Department of building inspection - ordinance inspections
Cities: emeryville, Sunnyvale, Oakley, Danville, Elk Grove, CA;
Counties: alameda and sacramento, Ca
NICO BORCHOWIEC
Gis specialist
5 | ability of the proposer to perform
Certifications: ICC-Certified, Accessibility Inspector / Plan Examiner
Education: master of science, Construction management, Cal state
University, Fullerton, CA; Bachelor of Science, Civil Engineering, Rajiv
Gandhi University, hyderabad, india
Affiliations: Member of the American Society of Civil Engineers (ASCE);
American Society of Civil Engineers (ASCE) - India Section
Experience: since joining ssa in 2016, mr. sivaji has become a specialist in the survey of public
right-of-way (PRoW). An educated Civil Engineer, he is highly motivated to pursue the most efficient
process for conducting surveys. his knowledge of risk management, contract and construction
documents, progress reports, supervision of pre-construction and construction activities, and
preparation of cost estimates are essential to ssa’s business practice. sivaji’s personal attributes of
confidence, positivity and an ability to work under pressure make him a proactive team player.
SIVAJI MUGGARI, ICC
Facilities Surveyor
Project Experience:
Counties: Stanislaus, CA; Sacramento, CA; Alameda, CA
Cities: Belmont and Sunnyvale, CA; Rio Rancho, NM; Mesa, AZ
Special Districts: California Department of Transportation (Caltrans)
Education: Cerritos College
5 | ability of the proposer to perform
References
Client: City of emeryville
Project Type: ADA Self-Evaluation and Transition Plan; ADA Surveys; Transition Plan Updates
Contact:
Ryan O’Connell, P.E., Senior Civil Engineer
City of Emeryville, Public Works
510.596.4346
roconnell@emeryville.org
Client: City of Salinas, CA
Project Type: Access Surveys & Reports; ADA Transition Plan & Self-Evaluation; ADA Upgrades;
ADA Training Workshops; On-Call Access Consulting
Contact:
Eda Herrera, Public Works Director
City of Salinas City Hall
831.758.7438
eda@ci.salinas.ca.us
Client: City of Richmond, CA
Project Type: ADA Self-Evaluation; ADA Transition Plan
Contact:
Bruce Soublet, Assistant City Attorney
City of Richmond City Hall
510.620.6509
bruce_soublet@ci.richmond.ca.us
Client: City of San Marcos, CA
project type: ADA Transition Plan & Self-Evaluation
Contact:
Julie Magee, Acting City Manager
City of San Marcos
760.744.1050
jmagee@san-marcos.net
Client: City of Bellflower, CA
project type: ADA Transition Plan & Self-Evaluation; Staff Training
Contact:
Catherine J. Jun, Management Analyst II
City of Bellflower
562.804.1424 ext. 2270
cjun@bellflower.org
5 | ability of the proposer to perform
City of Emeryville
ADA Self Evaluation and Transition Plan; Barrier
Surveys and Transition Plan Update
Location: Emeryville, CA
Date of project: 2017 - Present
type of project: ADA Transition Plan & Self-Evaluation
Barrier Surveys
Transition Plan Updates
project Value: Estimated: $154,790
Final: Project On-going
Key SSA Staff: Sally Swanson, Principal-in-Charge
Nico Borchoweic, Project Manager
Owner: City of Emeryville, Public Works
1333 Park Ave, Emeryville, CA 94608
Contact: Ryan O’Connell, P.E. Senior Civil Engineer
510.596.4346
roconnell@emeryville.org
Scope of Work/ Project Description:
SSA is currently conducting a Self-Evaluation and Transition
Plan for the City of EmeryvillePreviously, SSA conducted two
series of ADA compliance surveys for the City of Emeryville
in SF’s East Bay: in 2001 and again in 2009.
Both surveys covered the City’s Public Rights-of-Way, which
now runs 15.36 miles and includes 398 corners requiring
accessible ramps. SSA updated the City’s ADA Self-Evaluation
and Transition Plan which included ADA compliance review
of the City’s streets, sidewalks and curbs.
SSA also provided access compliance design services for
the City of Emeryville Corporation Yard. SSA designed and
prepared plans and specificiations to ensure the building
complied with all accessibility requirements for the disabled
community.
5 | ability of the proposer to perform
City of Salinas
ADA Transition Plan
Location: Salinas, CA
Date of project: 2014 - Present
type of project: Access Surveys & Reports
ADA Transition Plan & Self-Evaluation
ADA Upgrades
ADA Training Workshops
On-call Consultant
project Value: Estimated: $52,227
Final: Project On-going
Key SSA Staff: Sally Swanson, Principal-in-Charge
Ian Blakey, Project Manager
Shao Chen, Surveyor
Owner: City of Salinas City Hall, Public Works
200 Lincoln Ave, Salinas, CA 93901
Contact: Eda Herrera, Public Works Director
831.758.7438
eda@ci.salinas.ca.us
Scope of Work/ Project Description:
SSA currently has an on-call access contaract with the
City of Salinas. SSA prepared a Transition Plan Update
for the City of Salinas that was in need of significant
updates to meet current ADA Standards. Many of the
City’s properties/facilities were analyzed and assessed in
the current Plan. Secondly, the City has purchased new
properties and developed park areas that needed to be
analyzed to determine if upgrades were to meet minimum
accessibility requirements. The City’s sidewalk system
(including pedestrian access ramps) 260 miles of public
streets in Salinas that were analyzed for compliance.
Assisting with self-evaluation of policies, buildings and
public right-of-way deficiencies, and to develop a new City
of Salinas ADA transition plan.
SSA also provided training workshops regarding mainte-
nance, emergency management and accessibility aware-
ness.
5 | ability of the proposer to perform
Scope of Work/ Project Description:
Commencing in 2008, SSA assisted the City of Richmond with a
comprehensive update of its ADA Self-Evaluation and Transition
Plan. This included a thorough review and upgrade of the City’s
Emergency Management Plan. SSA also assisted the Richmond City
Attorney’s Office with an ongoing settlement agreement pertaining
to City-wide ADA issues.
Unique Challenges: City-wide PROW + Emergency Services.
Outcome / Solutions:
1. Synchronize barrier mitigation with pavement management
program.
2. Identify items to be included into recurring maintenance
work schedule.
3. Provide on-going technical assistance to City Attorney’s
office.
Location: City of Richmond
Contra Costa County, CA
Date of project: 2008 - Present (On-Call)
type of project: ADA Self-Evaluation
ADA Transition Plan
project Value: Estimated: $298,950
Final: Project On-going
Key SSA Staff: Sally Swanson, Principal-in-Charge
Shao Chen, Project Manager
Owner: City of Richmond City Hall
450 Civic Center Plaza, Richmond, CA 94804
Contact: Bruce Soublet, Assistant City Attorney
510.620.6509
bruce_soublet@ci.richmond.ca.us
City of Richmond
ADA Self-Evaluation and Transition Plan
5 | ability of the proposer to perform
Location: City of San Marcos, CA
County of San Diego
Date of project: 2010-2012;
type of project: ADA Self-Evaluation
ADA Transition Plan
project Value: $249,248
Project Relevance: Surveys of pedestrian facilities
within the public rights-of-way,
and programs within City parks
and buildings.
City of San Marcos
ADA Self-Evaluation and Transition Plan
Key SSA Staff: Sally Swanson, Principal-in-Charge
Owner: City of San Marcos
1 Civic Center Dr, San Marcos, CA 92069
Contact: Julie Magee Acting City Manager
760. 744. 1050
JMagee@san-marcos.net
Description:
Previously, SSA assisted the City in conducting surveys of
pedestrian facilities within the public rights-of-way using
sidewalk profiling technology as well as programs within
City parks and buildings. Currently, SSA is providing the city
ADA on-call services.
outcome:
The surveys identified physical barriers in each facility that
limit accessibility and compared the facility to State Building
Codes and ADA Accessibility Guidelines (ADAAG).
SSA also analyzed 117 bus stops for ADA deficiencies. A
review of City documents, that includes public policy issues,
evaluated current levels of program accessibility.
5 | ability of the proposer to perform
Location: Bellflower, CA
Date of project: 2015
type of project: ADA Self-Evaluation
ADA Transition Plan
Staff Training
project Value: $75,000
Key SSA Staff: Sally Swanson, Principal-in-Charge
Shao Chen, Surveyor
Owner: City of Bellflower
16600 Civic Center Dr, Bellflower, CA 90706
Contact: Catherine J. Jun
Management Analyst II
Public Works Department
562.804.1424 ext. 2270
cjun@bellflower.org
Project Description:
sSA performed and delivered a revised and restated ADA Self-
Evaluation and Transition Plan for the City of Bellflower’s facilities,
public rights-of-way, programs, and policies. The nature of the
scope of work was to ensure the City is in compliance with the
Title II of the ADA, including specifically, Section 35.150(d) in
conducting a self-evaluation and preparing an updated transition
plan.
The elements included ADA Self-Evaluation; Barrier Asssessment;
A revised and Restated ADA Self-Evaluation and Assessment Plan;
Public Participation and Outreach; Project Database and Mapping;
and City Staff Training.
City of Bellflower
Revised and Restated ADA Self-Evaluation and
Transition Plan
6 | exhibit A - A ffidAvit of non-collusion
sally swanson
ceo sally swanson Architects, inc.
6 | exhibit A - A ffidAvit of non-collusion
8th May burbank cA
sally swanson
ceo & Principal-in-charge
21
EXHIBIT C
SCHEDULE
CITY OF VERNON - ADA SELF-EVALUATION AND TRANSITION PLAN - COST PROPOSAL - SALLY SWANSON ARCHITECTS, INC. (SSA)TasksTotal Principal-in-ChargeProject ManagerADA Policy SpecialistFacility SurveyorGIS SpecialistPRoW SurveyorTechnical StaffSally SwansonIan BlakeyMichael ParavagnaSivaji MuggariNico Borchowiec Stefan Voge (Various)$225 $155 $140 $120 $95 $80 $801 Project Managementa. Project Kickoff Meeting2 2 2 6 $1,040.00 $65.00 $1,105.00b. Project Schedule and Monthly Update16 16 $2,480.00 $2,480.00c. Programming & Development including Monthly Meetings16 16 $2,480.00 $520.00 $3,000.00d. Monthly Invoicing & Progress Reports16 16 $2,480.00 $2,480.00Subtotal: 2 50 2 0 0 0 0 54 $8,480.00 $0.00 $585.00 $0.00 $0.00 $0.00 $9,065.002 Review and Evaluate City's Policies and Programsa. Orientation Meeting with Department Staff to Explain Self-Evaluation Process, Procedure & Schedule 4 4 8 $1,180.00 $65.00 $1,245.00b. Identify, Review & Evaluate Current City Policies, Practices & Services (Estimated Departments: 7) 2 24 40 66 $6,870.00 $130.00 $40.00 $7,040.00c. Prepare Reports to Document Barriers within Programs, Policies, Practices, Services & Communications 1 2 24 40 67 $7,095.00 $7,095.00d. Present Reports Including Suggested Changes & Record Feedback from the City's Project Team 2 2 4 $590.00 $590.00Subtotal: 1 10 54 0 0 0 80 145 $15,735.00 $0.00 $195.00 $40.00 $0.00 $0.00 $15,970.003 Inventory Report, Classification and Cost Estimates of Non-Compliant Barriersa. Data Collection at City Public Rights-of-Way - Sidewalk (Estimated Sidewalk: 100 Miles) 2 2 160 164 $13,300.00 $1,200.00 $400.00 $4,500.00 $19,400.00b. Data Collection at City Public Rights-of-Way - Curb Ramps (Estimated Curb Ramps: 1,970) 2 2 240 244 $19,700.00 $1,800.00 $600.00 $22,100.00c. Data Collection at City Public Rights-of-Way - Pedestrian Signals (Estimated Pedestrian Signals: 336) 2 2 40 44 $3,700.00 $300.00 $100.00 $4,100.00d. Data Collection at City Public Rights-of-Way - Transit Stops (Estimated Transit Stops: 80) 2 2 40 44 $3,700.00 $300.00 $100.00 $4,100.00e. Data Collection at City Facilities - (Estimated Buildings: 10)2 80 82 $9,910.00 $600.00 $200.00 $10,710.00f. Prepare Inventory Reports for City Public Rights-of-Way Including Classification & Capital Improvement Program 1 2 2 2 80 87 $7,285.00 $7,285.00g. Prepare Inventory Reports for City Facilities Including Classification & Capital Improvement Program 1 2 2 40 45 $3,975.00 $3,975.00h. Present PRoW & Facilities Inventory Reports & Record Feedback from the City's Project Team 2 2 $310.00 $1,250.00 $1,560.00Subtotal: 2 16 0 82 10 482 120 712 $61,880.00 $4,200.00 $0.00 $1,400.00 $4,500.00 $1,250.00 $73,230.004 Development of Draft ADA Transition Plana. Develop the Draft ADA Transition Plan Including Priorities, Implementation, Schedule & Executive Summary 2 8 80 90 $8,090.00 $8,090.00b. Present the Draft ADA Transition Plan & Record Feedback from the City's Project Team 2 2 4 $590.00 $65.00 $655.00c. Present the Draft ADA Transition Plan & Record Feedback from the City Council 2 2 4 8 $910.00 $65.00 $975.00d. Present the Draft ADA Transition Plan & Record Feedback from the Public 16 16 32 $4,720.00 $65.00 $4,785.00Subtotal: 2 28 20 0 0 0 84 134 $14,310.00 $0.00 $195.00 $0.00 $0.00 $0.00 $14,505.005 Final ADA Self-Evaluation and Transition Plana. Update Draft Transition Plan & Develop Final ADA Self-Evaluation & Transition Plan Including Funding Sources 1 8 40 49 $4,665.00 $4,665.00b. Process Public Rights of Way Data & Integrate into Geographic Information System (GIS) 2 120 122 $11,710.00 $11,710.00c. Present Geodatabase & Record Feedback from the City's Project Team2 2 4 $500.00 $500.00d. Incorporate All Changes & Develop Final Geodatabase2 40 42 $4,110.00 $4,110.00e. Develop an Electronic Database or Other Approved Software to Monitor and Update Barrier Removal Progress 2 24 26 $2,230.00 $2,230.00f. Present Electronic Database & Record Feedback from the City's Project Team 2 2 4 $470.00 $470.00g. Incorporate All Changes & Develop Final Tracking System2 16 18 $1,590.00 $1,590.00h. Attend & Present Final ADA Self-Evaluation & Transition Plan to City Council for Adoption 4 4 8 16 $1,820.00 $65.00 $1,885.00Subtotal: 1 24 4 0 162 0 90 281 $27,095.00 $0.00 $65.00 $0.00 $0.00 $0.00 $27,160.00Grand Total: 8 128 80 82 172 482 374 1326 $127,500.00 $4,200.00 $1,040.00 $1,440.00 $4,500.00 $1,250.00 $139,930.00Total FeeLaborTask Description Task #Total HoursTotal Labor CostsCar & Gas (Weekly Rate @ $300)Car & Gas (Daily Rate @ $65)Profiler (Monthly Rate @ $4,500)Meals & Incidental Exp (daily Rate @ $20)Hard Copy Printing ($0.25 per Sheet)Other Direct CostsODC'sSSA, Inc.5/10/2019
22
EXHIBIT D
LIVING WAGE PROVISIONS
Minimum Living Wages:
A requirement that Employers pay qualifying employees a wage of no less than $10.30
per hour with health benefits, or $11.55 per hour without health benefits.
Paid and Unpaid Days Off:
Employers provide qualifying employees at least twelve compensated days off per year
for sick leave, vacation, or personal necessity, and an additional ten days a year of
uncompensated time for sick leave.
No Retaliation:
A prohibition on employer retaliation against employees complaining to the City with
regard to the employer’s compliance with the living wage ordinance. Employees may
bring an action in Superior Court against an employer for back pay, treble damages for
willful violations, and attorney’s fees, or to compel City officials to terminate the service
contract of violating employers.
23
EXHIBIT E
EQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONS
A. Contractor certifies and represents that, during the performance of this Agreement,
the contractor and each subcontractor shall adhere to equal opportunity
employment practices to assure that applicants and employees are treated equally
and are not discriminated against because of their race, religious creed, color,
national origin, ancestry, handicap, sex, or age. Contractor further certifies that it
will not maintain any segregated facilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for
employment placed by or on behalf of Contractor, state that it is an "Equal
Opportunity Employer" or that all qualified applicants will receive consideration for
employment without regard to their race, religious creed, color, national origin,
ancestry, handicap, sex or age.
C. Contractor agrees that it shall, if requested to do so by the City, certify that it has
not, in the performance of this Agreement, discriminated against applicants or
employees because of their membership in a protected class.
D. Contractor agrees to provide the City with access to, and, if requested to do so by
City, through its awarding authority, provide copies of all of its records pertaining or
relating to its employment practices, except to the extent such records or portions of
such records are confidential or privileged under state or federal law.
E. Nothing contained in this Agreement shall be construed in any manner as to require
or permit any act which is prohibited by law.
City Council Agenda Item Report
Agenda Item No. COV-374-2019
Submitted by: Felix Velasco
Submitting Department: Public Works
Meeting Date: August 20, 2019
SUBJECT
Reject all Bids Received for City Contract No. CS-1055: Remodel of 3361 Fruitland Avenue
Recommendation:
A. Find that the subject Capital Improvement Project is categorically exempt under the California Environmental
Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301, Existing Facilities, part (a), because the
project is merely to make interior or exterior alterations involving partitions, plumbing, and electrical conveyances; and
B. Reject all bid proposals received for City Contract No. CS-1055: Remodel of 3361 Fruitland Avenue.
Background:
On April 17, 2019, the Public Works Department advertised the notice inviting sealed, competitive bids for the
renovations of the single family home located at 3361 Fruitland Avenue (“the Property”).
The specifications included the standard terms and conditions for the contract that have been approved by the City
Council. The bid proposals for City Contract No. CS-1055 Remodel of 3361 Fruitland Avenue, were received and
opened on May 2, 2019. The calculated bid results were as follows:
SS+K Construction $298,200
C-1 Construction Corp.$373,600
Interior Plus $411,753
Since the lowest bid received of $298,200 exceeds the budgeted amount of $150,000, the Public Works Department
recommends that all bids be rejected.
The Notice Inviting Bids was for a complete remodel of the Property similar to the recent remodels completed at other
City-owned dwellings. The Public Works Department will seek to re-evaluate the need for a complete remodel at the
Property and reduce the scope of work to complete the recommended repairs and be able to lease the unit to the
public.
Fiscal Impact:
No fiscal impact is associated with the rejection of all bid proposals received for City Contract No. CS-1055.
ATTACHMENTS
City Council Agenda Item Report
Agenda Item No. COV-383-2019
Submitted by: Diana Figueroa
Submitting Department: City Administration
Meeting Date: August 20, 2019
SUBJECT
Amendment No. 1 to the Reimbursement Agreement with the Consolidated Fire Protection District of Los Angeles
County
Recommendation:
A. Find that the approval of Amendment No. 1 with the Fire Protection District of Los Angeles County is exempt from
California Environmental Quality Act (“CEQA”) review, because it is an administrative action that will not result in direct
or indirect physical changes in the environment and, therefore, does not constitute a “project” as defined by CEQA
Guidelines section 15378; and
B. Approve Amendment No. 1 to the Reimbursement Agreement with the Consolidated Fire Protection District of Los
Angeles County ("LA County Fire"), in substantially the same form as submitted herewith, for an amount not-to-exceed
$100,000; and
C. Authorize the City Administrator to execute Amendment No. 1 with LA County Fire for the purpose of initiating a
Municipal Services Review to be performed by the Los Angeles County Local Agency Formation Commission
("LAFCO").
Background:
On September 19, 2018, City Council authorized the City Administrator to enter into negotiations with the
Consolidated Fire Protection District of Los Angeles County ("LA County Fire"). Following City Council's
authorization, in October 2018, the City Administrator executed a Reimbursement Agreement in the amount of $24,000
with LA County Fire to conduct a comprehensive conversion cost survey. LA County Fire began a lengthy, detailed
survey of Vernon Fire’s infrastructure, equipment, vehicles, training, and communications (among other things), and
assessed the compatibility of each with the LA County Fire operation.
City Council determined a direction for the Fire Department at its August 6, 2019 meeting that allowed City staff to
proceed with the preparation of a Fire Department transition to the Los Angeles County Fire District for the provision of
fire protection, paramedic, and incidental services in the City of Vernon. City Council took a large step forward in their
approval of an agreement that will transition Vernon Fire Services to a Los Angeles County Fire Service model. The
process to facilitate this transfer will be a fairly lengthy one, as there are a number of steps that still remain on the horizon
prior to the conversion taking effect. One of the immediate next steps for the City includes a Municipal Services Review
("MSR"). The MSR is a requirement of LAFCO who will ultimately authorize the annexation of Vernon into the Los
Angeles County Fire District. Amendment No. 1 to the Reimbursement Agreement with LA County Fire will allow for
the commencement of the MSR.
The City anticipated the expense associated to the performance of the MSR and did include this expenditure in its
analysis of cost estimates for the LA County Fire model. A third party consultant will be selected via a Request for
Proposals ("RFP") process conducted by LAFCO who will carry out the review in accordance to LAFCO's specific
requirements. The review process is estimated to take anywhere from 4- 6 months to be finalized by the consultant. An
MSR is a necessary component of the LAFCO evaluation process and must be completed prior to the submission of
the City/LA County Fire application to the agency to request annexation.
With City Council’s recent adoption of Resolution 2019-29, the City Administrator will diligently proceed with all
remaining steps to affect a smooth transition to LA County Fire for the provision of Fire Services in Vernon.
Amendment No. 1 to the Reimbursement Agreement with LA County Fire, which has been reviewed and approved as
to form by the City Attorney's Office, will enable the City to take an important step in the conversion process.
Fiscal Impact:
Amendment No. 1 to the Reimbursement Agreement with LA County Fire is not-to-exceed $100,000, with a total
contract value not-to-exceed $124,000. City staff estimates that the cost for a consultant to perform the Municipal
Services Review on behalf of LAFCO will be approximately $75,000. This amount has been included in the proposed
Fire budget for FY 2019/2020.
ATTACHMENTS
1. Amendment No. 1 to Reimbursement Agreement with LA County Fire
2. LA County Fire Transition Process in Brief
-1-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
AMENDM ENT NO. 1
AGREEMENT BY AND BETWEEN THE CONSOLIDATED FIRE PROTECTION
DISTRICT OF LOS ANGELES COUNTY AND THE CITY OF VERNON
This is the first AMENDMENT to the Reimbursement Agreement dated October 10,
2018, between the Consolidated Fire Protection District of Los Angeles County, hereinafter
referred to as the "FIRE DISTRICT," and the City of Vernon, hereinafter referred to as the
"CITY".
W I T N E S S E T H
WHEREAS, the CITY and the FIRE DISTRICT are in negotiations for the FIRE
DISTRICT’s provision of fire protection, hazardous materials, emergency medical, and all
related services (collectively hereinafter referred to as “fire services”) to the CITY;
WHEREAS, the Los Angeles County Local Agency Formation Commission (LAFCO)
has determined that a municipal service review (MSR) is required before annexation of the
CITY to the FIRE DISTRICT can be considered by LAFCO; and
WHEREAS, the CITY is interested in proceeding as expeditiously as possible through
the negotiations process, and to position the CITY to annex into the FIRE DISTRICT as quickly
as possible should their CITY COUNCIL opt to do so.
THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS:
1) The FIRE DISTRICT will request LAFCO to proceed with the MSR as soon as
possible.
2) The CITY will be responsible for the cost of the MSR, not to exceed $100,000.
While LAFCO has indicated that it estimates the CITY’s cost would be $75,000, the
actual cost is not known at this time.
3) Upon receiving an invoice for the MSR from LAFCO, the CITY shall make payment
directly to LAFCO for the invoiced cost of the MSR (not to exceed $100,000) within
30 calendar days.
-2-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
4) All other terms and conditions of the Reimbursement Agreement shall remain in full
force and effect.
IN WITNESS WHEREOF, this Amendment is executed by each Party on the day and
year written below, and is effective and operative upon the date that it is fully executed by both
parties whichever date of execution by either party is later.
CONSOLIDATED FIRE PROTECTION CITY OF VERNON
DISTRICT OF LOS ANGELES COUNTY
By _____________________________ By _____________________________
Daryl L. Osby, Fire Chief Carlos R. Fandino, Jr., City Administrator
DATE ___________________________ DATE __________________________
ATTEST:
By _____________________________
Deborah Harrington, Interim City Clerk
APPROVED AS TO FORM: APPROVED AS TO FORM:
MARY C. WICKHAM
County Counsel
By ____________________________ By _____________________________
Christina Angeles, Principal Deputy Hema Patel, City Attorney
F\Planning|Vernon\Vernon Reimbursement Agmt – Amend #1 (7-16-2019)
Consolidated Fire Protection District of Los Angeles County (Fire District)
Feasibility Study Process in Brief
Step 1 City City Council requests proposal for services from the Fire District.
Step 2 Fire District Provides a questionnaire to the City to complete.
Step 3 City Completes questionnaire and returns to the Fire District.
Step 4 Fire District Evaluates information provided by the City. If it appears there are
mutual benefits, prepares a feasibility study for the Board of
Supervisors’ consideration. If there are no apparent benefits, notifies
the City that a Fire District contract is not viable.
Step 5 Board of Reviews feasibility study and if supported, authorizes the Fire Chief
Supervisors of the Fire District to provide a copy of the study to the City and to
commence negotiations if the City requests to continue the process.
Step 6 City Considers results of the feasibility study and determines if the City
would like to proceed with negotiations. If so, the City Council must
execute a Reimbursement Agreement for the surveying of City facilities/
equipment/vehicles (cost is $12,000 for the first station, and $6,000 for
every fire station in the city thereafter; for example 3 stations would be
$24,000) and other miscellaneous costs.
Step 7 City & District Proceed with negotiations of a service agreement. The Fire District
will survey City Fire Dept. vehicles, equipment, and facilities and
provide an estimated "conversion" cost to the City during negotiations.
Step 8 City Council Approve negotiated service agreement and any other documents
required to proceed with annexation to the Fire District.
Step 9 Board Makes application to the Local Agency Formation Commission
(LAFCO) for the annexation of the City to the Fire District.
Step 10 LAFCO Considers annexation application, holds a public hearing, and
approves the annexation. Provides a certificate of completion for the
annexation on a date mutually acceptable to the City and the Fire
District.
Step 11 Board of Approves the service agreement with the City.
Supervisors
Step 12 Fire District Transition service to Fire District service.
and City
At any step, a city can unilaterally opt to stop the process. However, if a city were to terminate
the process after initiating negotiations, it would be obligated to pay any amounts owed
pursuant to the reimbursement agreement.
Rev. Sept. 2018
City Council Agenda Item Report
Agenda Item No. COV-361-2019
Submitted by: Adriana Ramos
Submitting Department: Fire Department
Meeting Date: August 20, 2019
SUBJECT
Amendment No. 1 to the Services Agreement between the City of Vernon and JSB Fire Protection, LLC
Recommendation:
A. Find that the approval proposed action is exempt from California Environmental Quality Act (“CEQA”) review,
because it is an administrative activity that will not result in direct or indirect physical changes in the environment, and
therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and
B. Approve Amendment No. 1 to the Services Agreement with JSB Fire Protection, LLC, (Contract No. FD-0224),
in substantially the same form as submitted herewith, increasing the existing not-to-exceed amount of $78,000.00 by an
additional $85,000.00, for a total contract value of $163,000.00; and
C. Authorize the City Administrator to execute Amendment No. 1 with JSB Fire Protection, LLC to cover the cost of
anticipated fire plan checks through the remainder of the contract term.
Background:
On August 1, 2017, the City of Vernon entered into a three-year services agreement with JSB Fire Protection, LLC.
(“JSB”), (Contract No. FD-0224), to provide On-Call Fire Protection Systems Plan Check Services. The three-year
contract amount was set at a not-to-exceed amount of $78,000.00. That service contract is set to expire on July 31,
2020.
The Vernon Fire Department is responsible for ensuring that fire protection and life safety systems are maintained in the
City. At the time when the City entered into the services agreement with JSB, staff projected a fiscal cost of
$26,000.00 per year, since in fiscal year 2016/17 the cost of plan checks was $26,780.85 and $42,567.49 was
collected in revenues. Over the last two fiscal years, there has been a vast increase in fire plan checks, particularly in
fire alarm systems, fire sprinklers systems, and high-pile storage due to new projects in warehousing and storage
facilities. While the increase of fire plan checks resulted in an increase in the revenue collected in plan check fees, the
increase also caused the funds allocated for this agreement to have depleted in less than two fiscal years. During fiscal
year 2017/18, there was a cost of $37,244.80 in plan checks. During fiscal year 2018/19, the plan check cost went up
to $49,646.70. The high volume of fire plan checks is reflective through the revenue budget, which substantiates that
during the 2017/18 fiscal year, $74,311.41 was collected in plan check fees and in the 2018/19 fiscal year, $86,099.70
was collected in plan check fees.
Based on the fire plan check services cost over the last two fiscal years and with the recent retirement of the
department's Senior Fire Code Inspector, staff is proposing to add an additional $85,000.00 to cover the cost of
anticipated plan checks through the end of the contract. Amendment No. 1 would increase the contract cost from
$78,000.00 to $163,000.00. Pursuant to Vernon Municipal Code Section 2.17.02(B), since the total contract dollar
amount would be in excess of $100,000.00, the proposed amendment requires approval from City Council. Therefore,
the Fire Department respectfully recommends that the City Council approve Amendment No. 1 to the Services
Agreement with JSB to increase funds to the contract, as this will cover anticipated fire plan check costs through the end
of the service contract which expires on July 31, 2020. With the recent approval of an agreement with the Fire
Protection District of Los Angeles County (“LA County Fire”), when the transition to LA County Fire occurs, the City
can terminate its services with JSB upon fifteen (15) calendar days' written notice to JSB pursuant to Section 10.17 of
the services agreement.
The amendment has been reviewed and approved by the City Attorney’s office.
Fiscal Impact:
Amendment No. 1 would increase the agreement amount by $85,000.00, resulting in a new total contract amount of
$163,000.00. Funds for this agreement have been proposed in the 2019/20 fiscal year budget.
ATTACHMENTS
1. Amendment No 1 - JSB Services Agreement
- 1 -
AMENDMENT NO. 1 TO THE SERVICES AGREEMENT BETWEEN THE CITY OF
VERNON AND JSB FIRE PROTECTION, LLC REGARDING ON-CALL FIRE
PROTECTION SYSTEMS PLAN CHECK SERVICES
This Amendment (“Amendment No. 1”) to that certain Agreement for on-call fire
protection systems plan check services dated August 1, 2017, (the “Agreement”), is made as of
, 2019 by and between the City of Vernon, a California charter city and municipal
corporation (the “City”), and JSB Fire Protection, LLC (“Contractor”), a limited liability
company.
WHEREAS, the City and Contractor are parties to a written Agreement dated August 1,
2017, under which Contractor provides on-call fire protection systems plan check services; and
WHEREAS, the City and Contractor desire to amend the Agreement to increase the total
not to exceed amount by an additional $85,000.00.
NOW, THEREFORE, the parties to this Amendment No. 1 agree as follows:
1. Effective as of , 2019, the total amount not to exceed for the period
of August 1, 2017 through July 31, 2020 shall not exceed a total amount of $163,000.00.
2. Except as expressly modified by this Amendment No. 1, all provisions of the
Agreement shall remain in full force and effect.
3. The provisions of this Amendment No. 1 shall constitute the entire agreement of
the parties with respect to the subject matter included in this Amendment No. 1 and shall
supersede any other agreement, understanding, or arrangement, whether written or oral, between
the parties with respect to the subject matter of this Amendment No. 1, with the exception of
joint representation and/or conflict waiver agreements related to matters handled by Contractor.
4. The person or persons executing this Amendment No. 1 on behalf of each of the
parties warrants and represents that he or she has the authority to execute this Amendment No. 1
on behalf of that party and has the authority to bind that party to the performance of its
obligations hereunder.
IN WITNESS WHEREOF, the parties have signed this Amendment No. 1 as of the date
stated in the introductory clause.
[SIGNATURES FOLLOW ON NEXT PAGE]
- 2 -
CITY OF VERNON, a California charter city
and municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
JSB Fire Protection, LLC, a limited liability
company
By:
Name:
Title:
ATTEST:
__________________________________
Deborah Harrington, Interim City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
__________________________________
Zaynah Moussa,
Senior Deputy City Attorney
City Council Agenda Item Report
Agenda Item No. COV-359-2019
Submitted by: Brandon Araujo
Submitting Department: Public Works
Meeting Date: August 20, 2019
SUBJECT
Award of a Professional Services Agreement to Mott MacDonald Group, Inc. for Technical, Engineering, and EIR
Documents Review Services for the California High-Speed Rail Project
Recommendation:
A. Find that approval of the proposed action is categorically exempt under the California Environmental Quality Act
(“CEQA”) in accordance with Section 15306, because the scope of the agreement consists of research and analysis,
which will not result in a serious or major disturbance to any environmental resource and which will not commit the City
to any project; and
B. Approve a Professional Services Agreement with Mott MacDonald Group, Inc. (“Mott MacDonald”), in
substantially the same form as submitted herewith, for Technical, Engineering, and Environmental Impact Report ("EIR")
Documents Review Services for the California High-Speed Rail Project; and
C. Authorize the City Administrator to execute the Professional Services Agreement in an amount not to exceed
$155,875.50 for Phase I of the Agreement and in an amount not to exceed $228,895.37 for Phase II of the
Agreement, for a total cost of $384,770.87.
Background:
The California High-Speed Rail Authority (“Authority”) is responsible for the planning, design, construction and
operation of a statewide high speed train system which, when constructed, will be capable of reaching speeds of 220
miles per hour. At ultimate build out, the system would extend from Sacramento to San Diego for a distance of about
800 miles, with up to 24 stations at full build out. The initial segment, from Merced to Fresno, is currently under
construction. The other three corridors listed below are in the Environmental/Engineering study phase:
1)Fresno to Bakersfield
2)Los Angeles to Anaheim
3)San Francisco to San Jose
The Authority is currently proposing that the segment from Los Angeles to Anaheim be constructed along the existing
Burlington Northern Santa Fe corridor which passes through the City of Vernon.
To aid the City in reviewing the technical, engineering, and other related documents release by the Authority, staff seeks
the assistance of a third-party consultant that specializes in the design of high-speed rail systems.
The City Administrator authorized issuance of the Request for Proposals (“RFP”) for Professional Services on or
around March 12, 2019 and the City issued the RFP soon thereafter. The City advertised the RFP on its website. In
addition, pursuant to Section 2.17.15 of the Vernon Municipal Code, six firms that specialize in reviewing similar
documents were directly notified of the RFP.
Mott MacDonald responded to the RFP on or around April 11, 2019. It was the only proposal the City received.
Upon review of Mott MacDonald’s proposal, a reference check, and the City's experience working with Mott
MacDonald on the California High-Speed Technical Advisory Committee, Public Works staff recommend the selection
of Mott MacDonald for this Professional Services Agreement.
The Professional Services Agreement has been approved as to form by the City Attorney’s office.
Fiscal Impact:
The total cost of the Professional Services Agreement is $384,770.87.
The total cost is divided into two phases.
The cost of the first phase is $155,875.50. This cost is fully reimbursable by the California High-Speed Rail Authority
in accordance with Agreement No. HSR15-191a1 executed on June 25, 2019. This amount is included in the City’s
2019-2020 proposed budget.
The cost of the second phase is $228,895.37 and is an additive item at the City’s option. This cost is not reimbursable
by the California High-Speed Rail Authority. This amount can be included in the City’s 2020-2021 and 2021-2022
budgets if the City elects to pursue this phase of the agreement.
ATTACHMENTS
1. Professional Services Agreement with Mott MacDonald Group, Inc.
1
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND MOTT
MACDONALD GROUP, INC. FOR TECHNICAL, ENGINEERING, AND EIR
DOCUMENTS REVIEW SERVICES FOR THE CALIFORNIA HIGH-SPEED RAIL
PROJECT
COVER PAGE
Contractor: Mott MacDonald Group, Inc.
Responsible Principal of Contractor: Daniel Tempelis, Senior Vice President
Notice Information - Contractor: Mott MacDonald Group, Inc.
1000 Wilshire Boulevard, Suite 400
Los Angeles, CA 90017
Attention: Richard Carney, Project Manager
Phone: (818) 506-8088
Facsimile: (818) 506-8044
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Daniel Wall
Director of Public Works
Telephone: (323) 583-8811 ext. 305
Facsimile: (323) 826-1435
Commencement Date: August 20, 2019
Termination Date: August 19, 2022
Consideration: Phase I: Total not to exceed $155,875.50
(includes all applicable sales tax); and more
particularly described in Exhibit C-1
Phase II (Additive): Total not to
exceed $228,895.37 (includes all
applicable sales tax); and more
particularly described in Exhibit C-2
Records Retention Period Three (3) years, pursuant to Section 11.20
2
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND MOTT MACDONALD
GROUP, INC. FOR TECHNICAL, ENGINEERING, AND EIR DOCUMENTS REVIEW
SERVICES FOR THE CALIFORNIA HIGH-SPEED RAIL PROJECT
This Contract is made between the City of Vernon ("City"), a California charter City and
California municipal corporation (“City”), and Mott MacDonald Group, Inc. a Delaware
corporation (“Contractor”).
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on June 4, 2019.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the Request for Proposals (“RFP”) issued on or about March 14, 2019, Exhibit “A”, and
Contractor's proposal to the City ("Proposal") dated April 11, 2019, Exhibit “B”, both of which are
attached to and incorporated into this Contract, by reference.
2.2 All services shall be performed to the satisfaction of City.
2.3 All services shall be performed in a competent, professional manner, and
in accordance with the prevailing industry standards for such services performed under similar
circumstances at the time, and in the general vicinity where the services are performed
(“Standard of Care”).
3.0 PERSONNEL.
3.1 Contractor represents that it employs, or will employ, at its own expense,
all personnel required to perform the services under this Contract.
3.2 Contractor shall not subcontract any services to be performed by it under
this Contract without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
3
4.0 TERM. The term of this Contract shall commence on August 20, 2019, and it
shall continue until August 19, 2022 unless terminated at an earlier date pursuant to the
provisions thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
the services, the City will pay Contractor in accordance with the payment schedule set forth in
Exhibits “C-1” and “C-2” for Phases I and II of the RFP, respectively, attached hereto and
incorporated herein by reference.
5.2 Contractor's grand total compensation for the performance of Phase I of
the RFP for the entire term of this Contract, shall not exceed $155,875.50 without the prior
authorization of the City, as appropriate, and written amendment of this Contract.
Contractor's grand total compensation for the performance of Phase II of the
RFP, an additive item initiated at the City’s option, for the entire term of this Contract, shall
not exceed $228,895.37 without the prior authorization of the City, as appropriate, and
written amendment of this Contract.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary and
incidental labor, material, supplies, facilities, equipment, and transportation which may be
required for furnishing services pursuant to this Contract. Materials shall be of the highest
quality. The above Contract fee shall include all staff time and all clerical, administrative,
overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related
costs and expenses.
5.4 City shall reimburse Contractor only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing in advance by City.
Unless otherwise approved, such costs shall be limited and include nothing more than the
following costs incurred by Contractor:
4
5.4.1 The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this Agreement, which have been
approved in advance by City and awarded in accordance with this Agreement.
5.4.2 Approved reproduction charges.
5.4.3 Actual costs and/or other costs and/or payments specifically
authorized in advance in writing and incurred by Contractor in the performance of this
Agreement.
5.5 Contractor shall not receive any compensation for extra work performed
without the prior written authorization of City. As used herein, “extra work” means any work that
is determined by City to be necessary for the proper completion of the Project, but which is not
included within the Scope of Services and which the parties did not reasonably anticipate would
be necessary at the time of execution of this Agreement. Compensation for any authorized
extra work shall be paid in accordance with the payment schedule as set forth in Exhibits “C-1”
and/or “C-2,” whichever is applicable, if the extra work has been approved by the City.
5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at
Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required
by law for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and
interest, which may be imposed by law and which arise from or are necessary for the
performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
5
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
6.7 Invoices shall include the following information:
1) Names of the Contractor’s personnel performing work
2) Dates of project work
3) All costs shall be assigned to a Task. Itemized costs shall
include identification of each employee or subcontractor staff that provided services during the
period of the invoice, the number of hours and hourly rates for each employee or subcontractor
staff member, authorized travel expenses with receipts, receipts for authorized materials or
supplies, and subcontractor invoices.
4) The Contractor shall submit written progress reports with each
set of invoices to allow the City to determine if the Contractor is performing to expectations, is
on schedule, is within funding cost limitations, to communicate interim findings, and to afford
occasions for airing difficulties respecting special problems encountered so that remedies can
be developed.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
6
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity to the
extent such claims or liabilities are caused by Contractor’s negligent errors or omissions in the
performance of its services under this Agreement, except to the extent such claims or liabilities
arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents
or employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies
of insurance of the types and in the amounts set forth below, for the duration of the Contract,
including any extensions thereto. The policies shall state that they afford primary coverage.
i. Automobile Liability with minimum limits of $1,000,000 combined single limit,
including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to waive all rights of subrogation for automobile liability against
the City, and its respective employees, agents, and City Council from losses arising from
services performed by or activities or operations of Contractor under this Agreement. This
language shall be included in Contractor’s Automobile Liability policy.
iii. General Liability with minimum limits of $1,000,000 per occurrence and
$2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General
Liability "occurrence" form or its equivalent for coverage on an occurrence
basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its
directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the
policy as additional insureds as respects liability arising out of the Contractor's performance of
7
this Contract.
(1) If Contractor employs other contractors as part of the services rendered,
Contractor's Protective Coverage is required. Contractor may include all
subcontractors as insureds under its own policy or shall furnish separate
insurance for each subcontractor, meeting the requirements set forth
herein.
(2) Contractor agrees to waive all rights of subrogation for General Liability
against the City, and its respective employees, agents, and City Council from
losses arising from services performed by or activities or operations of Contractor
under this Agreement. This language shall be included in Contractor’s General
Liability policy.
iv. Professional Errors and Omissions coverage in a sum of $1,000,000 and in the
aggregate, where such risk is applicable. Applicable aggregates must be identified and claims
history provided to determine amounts remaining under the aggregate. Contractor shall
maintain such coverage for at least one (1) year after the termination of this Agreement.
v. Contractor shall comply with the applicable sections of the California Labor Code
concerning workers' compensation for injuries on the job. In addition, Contractor shall require
each subcontractor to similarly maintain workers’ compensation insurance in accordance with
the laws for California for all of the subcontractor’s employees. Compliance is accomplished in
one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by the
State of California; or
(2) Secure and maintain in force a policy of workers' compensation insurance
with statutory limits and Employer's Liability Insurance with a minimal limit
of $1,000,000 per accident. The policy shall be endorsed to waive all
rights of subrogation against City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this
8
Contract; or
(3) Provide a "waiver" form certifying that no employees subject to the Labor
Code's Workers' Compensation provision will be used in performance of
this Contract.
vi. Each insurance policy included in this clause shall be endorsed to state that
coverage shall not be cancelled except after thirty (30) days' prior written notice to City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with a
certificate of insurance for each policy. Each certificate is to be signed by a person authorized
by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by
City. In the event of litigation or formal legal action against the City alleging negligence, City
may require complete, certified copies of Contractor’s insurance policies, which may be
requested through the discovery process.
ix. Failure to maintain required insurance at all times shall constitute a default and
material breach. In such event, Contractor shall immediately notify City and cease all
performance under this Contract until further directed by the City. In the absence of satisfactory
insurance coverage, City may, at its option: (a) procure insurance with collection rights for
premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from
sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek
damages from the Contract resulting from said breach; or (c) self-insure the risk, with all
damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees
and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due
to Contractor.
11.0 GENERAL TERMS AND CONDITIONS.
11.1 INDEPENDENT CONTRACTOR.
11.1.1 It is understood that in the performance of the services herein
9
provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer
or employee of City and shall furnish such services in its own manner and method except as
required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has
and shall retain the right to exercise full control over the employment, direction, compensation
and discharge of all persons employed by Contractor in the performance of the services
hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes
responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for
Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save
City harmless from all matters relating to the payment of its employees, subcontractors and
independent contractors, including compliance with social security, withholding and all other
wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any subcontractors,
agents or employees employed by Contractor shall not, under any circumstances, be
considered employees of the City, and that they shall not be entitled to any of the benefits or
rights afforded employees of City, including, but not limited to, sick leave, vacation leave,
holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term
disability or workers' compensation insurance benefits.
11.2 CONTRACTOR NOT AGENT. Except as the City may authorize
in writing, Contractor and its subcontractors shall have no authority, express or implied, to act
on behalf of or bind the City in any capacity whatsoever as agents or otherwise.
11.3 OWNERSHIP OF WORK. All documents and materials furnished by the
City to Contractor shall remain the property of the City and shall be returned to the City upon
termination of this Agreement. Subject to Contractor’s receipt of payment for its Services, all
reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies,
memoranda, computation sheets, and other documents prepared by Contractor in furtherance
of the work shall be the sole property of City and shall be delivered to City whenever requested
at no additional cost to the City. Contractor shall keep such documents and materials on file and
10
available for audit by the City for at least three (3) years after completion or earlier termination of
this Contract. Contractor may make duplicate copies of such materials and documents for its
own files or for such other purposes as may be authorized in writing by the City.
11.4 CORRECTION OF WORK. Subject to the Standard of Care, Contractor
shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods,
services and other work, without additional cost to the City. The performance or acceptance of
services furnished by Contractor shall not relieve the Contractor from the obligation to correct
subsequently discovered defects, inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Contract shall not be considered to be a waiver of any other term, condition, default or
breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any
time to require performance or compliance by the other of any of its obligations or agreements
shall in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and signed by a
duly authorized representative of the party against whom enforcement of a waiver is sought.
11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be
binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract
11
or any rights hereunder without the prior written consent of the City and approval by the City
Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or
transfer shall be null and void and shall constitute a material breach by the Contractor of its
obligations under this Contract. No assignment shall release the original parties from their
obligations or otherwise constitute a novation.
11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal,
State, County and City laws, ordinances, rules and regulations, which are, as amended from
time to time, incorporated herein and applicable to the performance hereof, including but without
limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of
this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies.
Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and
regulations Contractor shall be solely responsible for all costs arising therefrom.
11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to
enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable
attorney's fees, costs, and necessary disbursements in addition to any other relief to which such
party may be entitled.
11.11 INTERPRETATION.
11.11.1 Applicable Law. This Contract shall be deemed a contract and
shall be governed by and construed in accordance with the laws of the State of California.
Contractor agrees that the State and Federal courts which sit in the State of California shall
have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to
the jurisdiction thereof.
11.11.2 Entire Agreement. This Contract, including any exhibits
attached hereto, constitutes the entire agreement and understanding between the parties
regarding its subject matter and supersedes all prior or contemporaneous negotiations,
representations, understandings, correspondence, documentation, and agreements (written or
oral).
12
11.11.3 Written Amendment. This Contract may only be changed by
written amendment signed by Contractor and the City Administrator or other authorized
representative of the City, subject to any requisite authorization by the City Council. Any oral
representations or modifications concerning this Contract shall be of no force or effect.
11.11.4 Severability. If any provision in this Contract is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
deemed severed from this Contract, and the remaining provisions shall nevertheless continue in
full force and effect as fully as though such invalid, illegal, or unenforceable portion had never
been part of this Contract.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Contract and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s
Request for Proposals shall control over the Contractor’s Proposal.
11.11.6 Duplicate Originals. There shall be two (2) fully signed copies
of this Contract, each of which shall be deemed an original.
11.11.7 Construction. In the event an ambiguity or question of intent
or interpretation arises with respect to this Agreement, this Agreement shall be construed as if
drafted jointly by the parties and in accordance with its fair meaning. There shall be no
presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of
any of the provisions of this Agreement.
11.12 TIME. Time is a material condition of this contract and each and every
covenant, term, and provision hereof.
11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents
and warrants to the City that the Contractor has the right, power, legal capacity, and authority to
enter into and perform its obligations under this Contract, and its execution of this Contract has
been duly authorized.
11.14 DISPUTES. Any dispute for under $25,000
13
arising out of or relating to the negotiation, construction, performance, non-performance,
breach, or any other aspect of this Contract, shall be settled by non-binding mediation in
accordance with the Commercial Rules of the American Arbitration Association at Los Angeles,
California. The City does not waive its right to object to the timeliness or sufficiency of any claim
filed or required to be filed against the City and reserves the right to conduct full discovery.
11.15 NOTICES. Any notice or demand to be given by one party to the other
must be given in writing and by personal delivery or prepaid first-class, registered or certified
mail, addressed as follows. Notice simply to the City of Vernon or any other City department is
not adequate notice.
If to the City:
City of Vernon
Attention: Daniel Wall, Director of Public Works
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Mott MacDonald Group, Inc.
Attention: Richard Carney, Project Manager
100 Wilshire Boulevard, Suite 400
Los Angeles, CA 90017
Any such notice shall be deemed to have been given upon delivery, if personally
delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date
of posting, whichever is earlier. Either party may change the address at which it desires to
receive notice upon giving written notice of such request to the other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
14
terminate this Contract in whole or in part at any time, for any cause or without cause, upon
fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City
for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a
prorated amount based on the services satisfactorily completed and accepted prior to the
effective date of termination. Such payment shall be Contractor's exclusive remedy for
termination without cause.
11.18 DEFAULT. In the event either party materially defaults in its obligations
hereunder, the other party may declare a default and terminate this Contract by written notice to
the defaulting party. The notice shall specify the basis for the default. The Contract shall
terminate unless such default is cured before the effective date of termination stated in such
notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of
default by Contractor, the City reserves the right to procure the goods or services from other
sources and to hold the Contractor responsible for any excess costs occasioned to the City
thereby. Contractor shall not be held accountable for additional costs incurred due to delay or
default as a result of Force Majeure. Contractor must notify the City immediately upon knowing
that non-performance or delay will apply to this Contract as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is
not acceptable to the City or not received within 10 days of the necessary notification of Force
Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing
only for goods and services completed to that point.
11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the
terminating party of further liability or responsibility under this Contract, including the payment of
money, except for payment for services satisfactorily and timely performed prior to the service of
the notice of termination, and except for reimbursement of (1) any payments made by the City
for service not subsequently performed in a timely and satisfactory manner, and (2) costs
incurred by the City in obtaining substitute performance. If this Agreement is terminated as
provided herein, City may require, at no additional cost to City, that Contractor provide all
15
finished or unfinished documents, data, and other information of any kind prepared by
Contractor in connection with the performance of Services under this Agreement. Contractor
shall be required to provide such document and other information within fifteen (15) days of the
request.
11.19.1 Additional Services. In the event this Agreement is terminated in
whole or in part as provided herein, City may procure, upon such terms and in such manner as
it may determine appropriate, services similar to those terminated.
11.20 MAINTENANCE AND INSPECTION OF RECORDS.
The City, or its authorized auditors or representatives, shall have access
to and the right to audit and reproduce any of the Contractor's records to the extent the City
deems necessary to insure it is receiving all money to which it is entitled under the Contract
and/or is paying only the amounts to which Contractor is properly entitled under the Contract or
for other purposes relating to the Contract.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Contract.
The Contractor shall maintain all such records in the City of Vernon. If
not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or
reimburse the City for all reasonable and extra costs incurred in conducting the audit at a
location other than the City of Vernon, including, but not limited to, such additional (out of the
City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead.
11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no
member, officer, or employee of the Contractor is a director, officer, or employee of the City of
Vernon, or a member of any of its boards, commissions, or committees, except to the extent
permitted by law.
11.22 HEADINGS. Paragraphs and subparagraph headings contained in this
16
Agreement are included solely for convenience and are not intended to modify, explain or to be
a full or accurate description of the content thereof and shall not in any way affect the meaning
or interpretation of this Agreement.
11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor
constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five
dollars ($25) for each worker employed in the execution of this Agreement by the respective
Contractor or subcontractor for each calendar day during which the worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code
as a penalty paid to the City; provided, however, work performed by employees of contractors in
excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon
compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the
basic rate of pay.
11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with
the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit
“D”. Upon the City’s request, certified payroll records shall promptly be provided to the City.
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor
certifies and represents that, during the performance of this Contract, it and any other parties
with whom it may subcontract shall adhere to equal employment opportunity practices to assure
that applicants, employees and recipients of service are treated equally and are not
discriminated against because of their race, religion, color, national origin, ancestry, disability,
sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that
it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal
Employment Opportunity Practices provisions as set forth in Exhibit “E”.
[Signatures Begin on Next Page].
17
IN WITNESS WHEREOF, the Parties have signed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
Mott MacDonald Group, Inc., a Delaware
corporation
By:
Name:
Title:
ATTEST:
______________________________
Deborah Harrington, Interim City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Brian Byun,
Senior Deputy City Attorney
18
EXHIBIT A
REQUEST FOR PROPOSALS
City of Vernon
Request for Proposals (RFP)
Technical, Engineering, and EIR Documents Review
Services for the California High-Speed Rail Project
City of Vernon
Public Works Department
4305 Santa Fe Avenue, Vernon, CA 90058
Phone: (323) 583-8811
Issue Date: March 14, 2019
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
2
INTRODUCTION
The City of Vernon (hereinafter referred to as “City”) is requesting proposals for consulting
services for Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project (“Project”).
The California High-Speed Rail Authority (“Authority”) is responsible for the planning, design,
construction, and operation of the first high-speed rail system in the nation. The Authority
intends to operate a high-speed rail system that will run from San Francisco to Los Angeles at
speeds over 200 miles per hour by 2029. Additionally, the Authority is working with regional
partners to implement a state-wide rail modernization plan that will invest billions of dollars in
local and regional rail lines to meet California’s 21st century transportation needs. The Los
Angeles to Anaheim route is proposed to run through the City replacing what is now 26th Street.
The City will select one consultant based on demonstrated competence. The selected
consultant shall: coordinate with the City and the Authority, review preliminary documents to
identify the Project’s impacts on the City, communicate these impacts to the City, and, at the
City’s option, review and comment on the draft and final Environmental Impact Report (“EIR”)
and identify mitigation measures for inclusion in the administrative record
1. BACKGROUND
The City was founded in 1905, is approximately 5.2 square miles in size, and is located
approximately 5 miles southeast of downtown Los Angeles California. Over its long history,
Vernon has been developed as an industrial community. At the turn of the 20th century the
lands that make up Vernon were comprised largely of farmlands. The presence of three major
rail lines in the area led influential business and property owners to encourage the railroad
companies to run spur lines onto the farmlands. These rail extensions enabled the creation of
an “exclusively industrial” city. By the 1920’s, Vernon was attracting large stockyards and
meatpacking facilities. In the 1930’s, Vernon became the location of choice for many heavy
industrial plants. As economic conditions changed over the decades, these large-scale
industrial operations have relocated out of Southern California and Vernon has attracted
smaller, lighter industrial facilities. The City’s business-friendly environment, low-cost utilities
and key location for trucking and rail transport continue to position Vernon as an ideal location
for industrial uses.
City Government: The City Council consists of five members, elected at-large, who serve five-
year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro Tem from
its own membership to serve one-year terms.
Labor Force: Vernon has approximately 280 employees, and its departments include a Fire
Department, Police Department, Finance Department, Public Works Department, Public Utilities
Department and Health and Environmental Control Department. Present bargaining units
recognized include the Vernon Police Officers Benefit Association, Vernon Police Management
Association, Vernon Firemen’s Association, the Vernon Fire Management Association,
International Brotherhood of Electrical Workers Local 47, and Teamsters Local 911.
2. KEY DATES:
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
3
a) Issue Date: March 14, 2019
b) Deadline for Requests for Information: March 28, 2019
c) Response to Requests for Information: April 4, 2019
d) Proposal Due: April 11, 2019
e) Interview (if applicable) Tentative
f) Award (if applicable) Tentative
3. CONTRACT TYPE
The contract for this scope of work will be Actual Cost-Plus-Fixed Fee as defined by the
Caltrans Local Assistance Program Manual (“Caltrans LAPM”).
4. REQUESTS FOR INFORMATION
A) All questions must be submitted in writing to the City no later than 5:00 pm,
March 28, 2019. Responses to verbal questions will not be given.
B) Requests for clarifications, questions and comments must be clearly labeled,
"Written Questions Re: Technical, Engineering, and EIR Documents Review
Services for the California High-Speed Rail Project." The City is not responsible
for failure to respond to a request that has not been labeled as such.
C) Any of the following methods of delivering written questions are acceptable as
long as the questions are received no later than the date and time specified
above:
U.S. Mail or Personal Courier:
Attention: Brandon Araujo, P.E.
Public Works Department
City of Vernon
4305 Santa Fe Avenue
Vernon, California 90058
Facsimile: 323-826-1435
Attention: Brandon Araujo, P.E.
Public Works Department
Email:
baraujo@ci.vernon.ca.us
D) Responses from the City to Requests for Information will be delivered to all
interested parties to the extent the City is aware of them no later than April 4,
2019.
5. SCOPE OF SERVICES REQUIRED
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
4
The City is seeking the services of a highly-qualified consultant with extensive experience in
reviewing EIRs and the technical and engineering documents that support them. The
consultant will review the technical and engineering documents provided by the Authority prior
to the release of the draft and final EIRs. The consultant, may also, at the City’s option, review
the draft and final EIRs themselves once they are released.
The emphasis of the consultant’s work shall be on how the Project will impact the City
either positively or negatively.
The City has multiple concerns with the Project including:
• The Project’s proposed permanent right-of-way acquisition requiring the
displacement of several large businesses in Vernon and the demolition of multi-
million dollar structures exposing the City to the loss of property and sales taxes,
and other revenue sources generated from these operations;
• The permanent traffic impacts caused by the proposed realignment of 26th Street
• The possibility of increased freight activity on 46th Street crossing Pacific
Boulevard
• Impacts on existing freight rail operations which could in turn adversely impact
the City’s traffic transportation system;
• Construction impacts, including staging plans, traffic detour plans, and utility
relocations;
• Coordination with other significant regional improvement projects in or around the
City.
Preliminary Engineering for Project Definition (“PEPD”) plans for the corridor, as they relate to
the City, are included in Attachment “A” of the RFP.
The following tasks are proposed:
Phase 1:
Tasks identified in Phase 1 shall take place prior to the release of the draft EIR.
Task 1.1: Kick-Off Meeting and Project Coordination
Consultant shall attend a kick-off meeting with members of the City’s staff to discuss the
City’s initial concerns with the project. Consultant shall attend meetings with City staff to
discuss identified concerns. Consultant shall attend and participate at meetings held
between the Authority and the City, Technical Advisory Committee meetings, among
other meetings, on an as-needed basis. Consultant shall represent the City at events
the City is unable to attend. The Consultant, however, shall not make any decisions on
behalf of the City without prior written approval. Consultant shall also make
presentations to the City’s appropriate governing bodies if necessary.
Deliverables: Kick-off meeting agenda provided to the City no later than 24 hours in
advance, Kick-off meeting minutes provided to the City no later than 5 business days
after the meeting, minutes for meetings the City is unable to attend provided to the City
no later than 5 business days after the meeting, presentation materials provided to the
City no later than 7 calendar days than the date of presentation
Task 1.2: Comments on Technical and Engineering Documents
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
5
Consultant shall provide comments on technical/preliminary engineering documents that
are provided by the Authority. These comments shall identify the specific impacts the
proposed project will have on the City and its operations, offer possible solutions to
minimize or eliminate those impacts, and recommend actions the City and the Authority
should take to mitigate those impacts. In addition, the Consultant shall identify areas
that should require further study. Potential areas of impact include but are not limited to
the following:
Aesthetics
Air Quality
Bio Resources
Cultural Resources
Economic (both local and regional)
Geology and Soils
Greenhouse Gas Emissions
Hazards and Hazardous Material
Hydrology and Water Quality
Land Use
Noise
Public Services
Transportation/Traffic
Utilities and Service Systems
Vibration
Documents that may be provided by the Authority include but are not limited to the
following: preliminary plans for California High-Speed Rail from Los Angeles to Anaheim
rail alignment, roadway realignment, roadway and intersection reconstruction,
transportation system enhancements, utility relocations, bridges, structures, drainage
systems. Documents may also include technical studies on the potential areas of impact
listed above and the Authority’s preliminary findings.
Deliverables: Comments on the documents released by the Authority provided to the
City no later than two business days prior to the Authority’s requested date of response
Task 1.3: Conflict Identification Report
Consultant shall identify potential conflicts with City-owned property and utilities
including but not limited to right-of-way, transportation network and elements thereof,
water, gas, electric, communication, sewer, storm drain utilities. This document shall be
based on the plan view of the City’s base map of existing utilities provided to the
Consultant by the City. The consultant shall identify these items, participate in
discussions with the Authority about these items, and review the Authority’s plans to
address these items including proposed mitigation measures.
The Consultant shall evaluate the proposed mitigation measures included in the
Authority’s documents and provide the City feedback on these measures, including a
review of the implementation schedule for these planned measures.
Deliverables: Report that identifies potential conflicts, reviews the Authority’s plan to
address these conflicts and mitigation measures proposed delivered to the City no later
than thirty calendar days prior to the release of the draft EIR.
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
6
Task 1.4: Additional Tasks as Defined by the Proposer
The Consultant shall identify additional tasks that he/she believes is necessary to
perform a complete and thorough review of the documents and reports provided by the
Authority prior to the release of the draft EIR. These tasks are subject to review and
approval of both the City and the Authority.
Deliverables: As indicated in the Proposer’s response and as agreed upon by both the
City and the Authority
Phase 2:
Tasks identified in Phase 2 shall take place after the release of the draft EIR. Phase 2 tasks are
additive to the Agreement at the City’s option.
Task 2.1: Project Coordination
Consultant shall attend meetings with City staff to discuss identified concerns.
Consultant shall attend and participate at meetings held between the Authority and the
City, among other meetings, on an as-needed basis. Consultant shall represent the City
at events the City is unable to attend. The Consultant, however, shall not make any
decisions on behalf of the City without prior approval. Consultant shall also make
presentations to the City’s appropriate governing bodies if necessary.
Deliverables: Meeting agenda provided to the City no later than 24 hours in advance,
meeting minutes provided to the City no later than 5 business days after the meeting,
minutes for meetings the City is unable to attend provided to the City no later than 5
business days after the meeting, presentation materials provided to the City no later than
7 calendar days than the date of presentation
Task 2.2: Comments on the Draft and Final EIR
Consultant shall provide comments on the draft and final Environmental Impact Reports
that are provided by the Authority that identify the specific impacts the proposed project
will have on the City and its operations, offer possible solutions to minimize or eliminate
those impacts, and recommend actions the City and the Authority should take to mitigate
those impacts. In addition, the Consultant shall identify areas that should require further
study. Potential areas of impact include but are not limited to the following:
Aesthetics
Air Quality
Bio Resources
Cultural Resources
Economic (both local and regional)
Geology and Soils
Greenhouse Gas Emissions
Hazards and Hazardous Material
Hydrology and Water Quality
Land Use
Noise
Public Services
Transportation/Traffic
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
7
Utilities and Service Systems
Vibration
Deliverable: Comments on the both the draft and final Environmental Impact Reports
and related documents that identify specific impacts on the City and its operations, offer
possible solutions to those impacts, and recommend specific actions to mitigate those
impact. The identification of areas of further study shall also be made, if applicable. A
comment matrix shall be prepared to track all issues and the current status of those
issues. Drafts of the deliverables are due to the City halfway through the public
comment period. Final draft of the deliverables is due to the City seven (7) calendar
days prior to the end of the public comment period.
Task 2.3: Additional Tasks as Defined by the Proposer
The Consultant shall identify additional tasks that he/she believes is necessary to
perform a complete and thorough review of the draft and final Environmental Impact
Reports. These tasks are subject to review and approval of both the City and the
Authority.
Deliverables: As indicated in the Proposer’s response and as agreed upon by both the
City and the Authority.
6. THE PROPOSAL
The proposal should include, at a minimum, the following information in sectionalized format
addressing all phases of the work in the RFP:
A. Cover Letter: Present an introduction of the proposal and your understanding of
the assignment and significant steps, methods, and procedures to be employed
to ensure quality deliverables will be received by the City within the required time
frames. The cover letter shall state that the proposal shall remain valid for a
period of not less than ninety (90) days from the date of submittal. If the proposal
contemplates the use of subcontractors, the subcontractors shall be identified. If
the proposal is submitted by a business entity, the cover letter shall be signed by
an officer authorized to contractually bind the business entity. With respect to the
business entity, the cover letter shall also include: the identification of the
business entity, including the name, address and telephone number of the
business entity; and the name, title, address and telephone number of a contact
person during the proposal evaluation period.
B. Scope of Work:
Define the scope of each task including the depth and scope of analysis or
research proposed. Discuss specific administrative and operations expertise to
be used.
For each task, list the responsible party. If the task is proposed to be
subcontracted, identify the subcontractor. No work shall be subcontracted unless
listed in the technical proposal.
Provide a budget for each task.
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
8
Identify each task’s deliverable.
Discuss methods, specific techniques, and procedures to be employed to ensure
quality deliverables will be delivered within the required time frame and within
your identified budget.
C. Project Manager and Personnel: Name the project who will be the primary
point of contact for the project and list his/her qualifications, roles, and
responsibilities.
For each key team member listed, provide a description of their qualifications,
including their title, licenses, and professional resumes noting past experiences
in similar work efforts.
D. References and Previous Experience: The proposal should provide at least
three (3) clients for whom the proposer has performed work of similar nature to
this request.
For those clients, identify the specific work projects that were completed by the
proposer which are directly related to the assignment described in this RFP.
Note the specific individuals who completed those projects.
E. Fees and Costs: A fee proposal shall be submitted in a separate sealed
envelope. Cost proposals shall be submitted on the “Cost Proposal – Labor Hour
Worksheet” attached herein as Attachment “B”. In addition, each cost proposal
shall be summarized on Exhibit 10-H1 of the Caltrans Local Assistance
Procedures Manual attached herein as Attachment “C” of this RFP. If you have
any questions regarding these attachments, please send them in writing to the
City. The City will respond to all questions per Section 4 of this RFP. The fee
proposal submitted shall contain the proposer’s most favorable terms and
conditions. Proposer must offer services at a rate comparable to the rate
proposer offers to other governmental entities for similar work. Offering a higher
rate to the City than the comparable rate is grounds for disqualification of the
Proposer. The selected firm shall not subcontract any work under the RFP nor
assign any work without the prior written consent of the City. The final fee will be
negotiated upon selection of the consultant. If the City is unable to negotiate a
favorable price, then the next highest-rated consultant may be contracted for the
work.
F. Affidavit of Non-Collusion: Proposer must submit a completed and signed
“Affidavit of Non-Collusion.” See Attachment “D” for a copy of the affidavit.
7. FORMAT AND DELIVERY OF PROPOSAL
Respondents are asked to submit three (3) hard copies and one (1) electronic copy (via email to
baraujo@ci.vernon.ca.us) of their proposals in sufficient detail to allow for a thorough evaluation
and comparative analysis.
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
9
Limit your proposal to twenty-five (25) typed 8.5” X 11” pages, or fewer, on white bond paper of
at least 20-pound weight single sided.
1. Use a conventional typeface with a minimum font size of 12 points. Use a 1”
margin on all borders.
2. Organize your submittal in the order described above.
3. Prominently label the package: “Proposal for Technical, Engineering, and EIR
Documents Review Services for the California High-Speed Rail Project” and
include the name of the primary contact for the respondent.
Deliver the response to:
City of Vernon
Attention: Daniel Wall, Director of Pubic Works
4305 Santa Fe Avenue
Vernon, CA 90058
4. Responses are due on or before 5:00 p.m. on April 11, 2019. Late responses
will not be accepted.
8. QUALIFICATIONS & CRITERIA
A.Qualifications: The City will select one consultant for all of the outlined Scope of
Services on the basis of qualifications and experience. The following are the
minimum qualifications to be used to evaluate responses to this Request for
Proposal:
•Experience reviewing EIRs for large-scale infrastructure projects,
identifying impacts, and proposing potential mitigation measures
•Experience effecting change in large-scale infrastructure projects through
the identification of impacts and the proposal of mitigation measures
•A demonstrated familiarity with the California High-Speed Rail Authority’s
Los Angeles to Anaheim segment
•Competency in the following areas of study:
Aesthetics
Agriculture Resources
Air Quality
Biological Resources
Business Re-location costs
Construction Cost Estimating
Civil Engineering
Cultural Resources
Economic Impacts (both local and regional)
Geology and Soils
Hazards and Hazardous Material
Hydrology and Water Quality
Job displacement impacts
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
10
Land Use/Planning
Land Valuation
Mineral Resources
Noise
Public Services
Rail Engineering and Operations
Structural Engineering
Transportation/Traffic
Roadway Geometric design
Utilities/Service Systems
B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial
evaluation of proposals received in response to this RFP. All proposals received
will be reviewed and evaluated by a committee of qualified personnel. The
name, information, or experience of the individual members will not be made
available to any Proposer. The Evaluation Committee will first review and screen
all proposals submitted, except for the cost proposals, according to the minimum
qualifications set forth above. The following criteria will be used in reviewing and
comparing the proposals and in determining the highest scoring proposal:
Criterion Weight
Qualifications, background, and prior experience
of the firm, experience of key staff assigned to
oversee services provided to the City, evaluation
of size and scope of similar work performed, and
success on that work.
35%
Quality and responsiveness of the proposal.
20%
References including past performance of
Proposer.
20%
Cost and fees to the City for handling matters.
Cost is not the sole determining factor but will be
taken into consideration. Proposer must offer
services at a rate comparable to the rate proposer
offers to other governmental entities for similar
work. Offering a higher rate to the City than the
comparable rate is grounds for disqualification of
the proposer. If rates differ for different types or
levels of service, the proposer should so state.
15%
If the City decides an interview is necessary, up to
three of the highest rated proposers will be invited
to attend a mandatory interview with the City’s
Evaluation Committee and will be asked a series
of questions in order to elicit the proposer’s
understanding of the scope of services and their
10%
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
11
ability to communicate this understanding
effectively. Only those proposers invited to an
interview will be considered for contract award.
All other proposers will be not be considered
further in the evaluation process.
9. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION
At any time prior to the due date for responses, the City may make changes, amendments, and
addenda to this solicitation, including changing the date due to allow respondents time to
address such changes. Addenda, changes, and amendments, if made, will be posted on the
City’s website (www.cityofvernon.org), which is deemed adequate notice. A Proposer may
make a request to the City’s Contract Administrator to be placed on a list of persons to receive
notice of any such addenda, changes, or amendments. The preferred manner of
communications is via e-mail due to its timeliness.
Proposers shall acknowledge receipt of addenda (if any) on the cover letter of their proposals.
Failure to acknowledge receipt of all addenda may cause a proposal to be deemed non-
responsive.
10. CONDITIONS FOR RESPONSES TO RFP
The following conditions apply to this RFP process:
A. Nothing contained in this RFP shall create any contractual relationship between
the respondent and the City.
B. This RFP does not obligate the City to establish a list of service providers
qualified as prime contractors, or award a contract to any respondent. The City
reserves the right to amend or cancel this RFP without prior notice, at any time,
at its sole discretion.
C. The City shall not be liable for any expenses incurred by any individual or
organization in connection with this RFP.
D. No conversations or agreements with any officer, agent, or employee of the City
shall affect or modify any terms of this RFP. Oral communications or any
written/e-mail materials provided by any person other than designated contact
staff of City shall not be considered binding.
E. The City reserves the right, in its sole discretion, to accept or reject any or all
Proposals without prior notice and to waive any minor irregularities or defects in a
Proposal. The City reserves the right to seek clarification on a Proposal with any
source.
F. The dates, times, and sequence of events related to this RFP shall ultimately be
determined by the City. The schedule shown above is subject to change, at the
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
12
sole discretion of the City, although the City will attempt to follow it and, if it must
be altered, will attempt to provide reasonable notice of the changes.
G. Respondents shall not issue any news release pertaining to this RFP or the City
without prior written approval of the City.
H. All submitted proposals and information included therein or attached thereto shall
become public record upon delivery to the City.
11. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST
The City may, at its sole discretion and for any reason whatsoever, withdraw this solicitation at
any time.
12. LIVING WAGE ORDINANCE
The selected consultant shall pay qualifying employees a wage of not less than $10.30 per hour
with health benefits, or $11.55 per hour without health benefits. The consultant shall also
provide qualifying employees at least twelve days off per year for sick leave, vacation or
personnel necessity, and an additional ten days a year of uncompensated time for sick leave.
There shall be a prohibition on an employer retaliation against an employee’s complaining to the
City with regard to the employer’s compliance with the living wage ordinance. Contractor, and
any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living
Wage Standards are set forth in Exhibit “D” of the standard form contract. The standard form
contract is attached hereto as Attachment “E”. Upon the City’s request, certified payroll records
shall promptly be provided to the City.
13. STANDARD TERMS AND CONDITIONS
Prior to the award of any work hereunder, City and Proposer shall enter into the written contract
for services attached hereto as Attachment “E”. Proposers responding to this RFP are strongly
advised to review all the terms and conditions of the Contract. The term of the Contract shall
not exceed three (3) years.
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
31
ATTACHMENT A
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
VOLUME 3
GENERAL & GRADE SEPARATIONS
GE-A0301
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/9/20187:39:55 AMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\GE\LO-GE-A0301.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PROJECT LOCATION MAP
COUNTY
LOS ANGELES
COUNTY
ORANGE
MONTEBELLO
NORWALK
SPRINGS
SANTA FE
O
R
AN
G
E
C
OUNT
Y
L
OS ANGE
L
E
S
C
OUNT
YVERNON
BELL
COMMERCE
WHITTIER
GARDENS
BELL
DOWNEY
LA MIRADA
CERRITOS
PARK
BUENA
FULLERTON
ANAHEIM
ANGELES
LOS
US-101SR-110I-10
I-10SR-60
I-5
I
-
7
1
0
I-5I-605SR-91
I-
5
I-5S
R-
5
7
SR-22SR-19SR-39LA RIVER RIO HONDORIVERA
PICO
RIVERGABRIELSANCREEKCOYOTEN FORKCRKCOYOTE CREEKFULLERTONCREEKCARBON
RIVERSANTA ANA
BREA CREEK
MIRADALACREEKSTA 190+00.00
BEGIN WORK
T
O BURBANKSTATION
ARTIC
UNION STATION
LOS ANGELES
CALIFORNIA HIGH-SPEED TRAIN PROJECT
LOCATION
PROJECT
MAP
TRAIN PROJECT
HIGH-SPEED
CALIFORNIA
SACRAMENTO
SAN FRANCISCO
SAN DIEGO
MERCED
FRESNO
SAN JOSE
BAKERSFIELD
PALMDALE
ANAHEIM
LOS ANGELES
TONGVA SUBDIVISION
LOS ANGELES TO ANAHEIM
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION (PEPD)
NO SCALE
HSR06-0005
PROJECT LOCATION MAP
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
J. SWANSON
J. SWANSON
M. MAMAWAL
M. MAMAWAL
SBN 136+31.75 AHEAD
279+50.00 BACK=
STATION EQUATION
SOC 1355+00.00 AHEAD
SBN 1355+51.19 BACK=
STATION EQUATION
SOC STA 1613+67.84
END WORK
DRAFT
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
mamawamc3/8/20188:10:09 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T0016.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
J.SWANSON
J. SWANSON
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1" = 200'
ORIENTATION MAP
0200 200 400
1"=200'
SCALE APPLICABLE FOR FULL SIZE ONLY
M.MAMAWAL
M.MAMAWAL
CV-T0016
TRACK
• NEW
CV-T1016
ST-K1016
CV-T1018
CV-T1017
CV-T1019
S DOWNEY ROAD E WASHI
NGTON BOULEVARDVERNONLOS ANGELESGRADE SEPARATION - S DOWNEY RD
CV-T3016
DRAFT
31+0032+0033+0020+0021+0022
+
00
23+00
24+00 25+00
26+00
27+00
28+00 29+00
30+00
SBY 220+00(TO E 26TH ST)
S DOWNY RD
•
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1016.dgnmamawamc3/8/20188:10:26 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
205
195
185
175
165
205
195
185
175
165
S DOWNEY RD
S DOWNEY RD SEE CV-T1017MATCH LINE STA 29+50SEE CV-T1017MATCH LINE STA 29+5024+00 25+00 26+00 27+00 28+00 29+0020+00 21+00 22+00 23+00 30+00
VERNON
CITY OF
PLAN AND PROFILE - SHEET 1 OF 2
GRADE SEPARATION - S DOWNEY RD
CV-T1016
E 26TH ST
ROW
CITY
EXIST
ROW
CITY
EXIST
OG15'15'34'34'
E 26TH ST 32+21.95 POT
S DOWNEY RD 17+99 POT =
DRAFT
88+0028+0029+0030+0031+0032+0030+00 31+00 32+00 33+00
34+00
35+00
36+00
37+00
38+00SBY 215+00SBY 216+00SBY 217+00SBY 218+00SBY 219+00LEAD T/R
m4 T/RST
E 26TH
•
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1017.dgnmamawamc3/8/20188:10:37 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
205
195
185
175
165
205
195
185
175
165SEE CV-T1016MATCH LINE STA 29+50SEE CV-T1016MATCH LINE STA 29+50S DOWNEY RD
34+00 35+00 36+00 37+00 38+0030+00 31+00 32+00 33+00
VERNON
CITY OF
LOS ANGELES
CITY OF
SEE CV-T1025
HOLABIRD AVE PLAN AND PROFILE - SHEET 2 OF 2
GRADE SEPARATION - S DOWNEY RD
CV-T1017
E 26TH ST 10
0'45'28'RR ROW
EXIST
ST-K1016
TOP OF FTG SEE
EXIST RR BRIDGE
OG28'AS BUILTE 26TH ST 29+94.59 POT
S DOWNEY RD 30+90.14 POT =
ROW
CITY
EXIST
ROW
CITY
EXIST
STATION
EXIST PUMP
SEE ST-K1016
BRIDGE (26TH ST)
EXIST ROADWAY
SEE ST-K1016
BRIDGE (26TH ST)
EXIST ROADWAY
AS BUILTSEE ST-K1016
EXIST RR BRIDGE
m4 217+33.08 POT
S DOWNEY RD 31+65.48 POT =
• m4
• lead
ST-K1016
TOP OF FTG SEE
BRIDGE (26TH ST)
EXIST ROADWAY
SOFFIT SEE ST-K1016
EXIST RR BRIDGE
• m3
• m2
• m1
ST-K1016
TOP OF FTG SEE
PROP RR BRIDGE
ST-K1016
SOFFIT SEE
PROP RR BRIDGE
EB
BB
• NEW LEAD
NEW LEAD 216+42.33 POT
S DOWNEY RD 32+88.36 POT =
SEE ST-K1016
PROP RR BRIDGE
MINDRAFT
SBY 220+00SBY 225+0032+0033+0034+0035+0036+0037+0038+0039+0040+0041+0021
+00
22+00
23+00 24+00
25+00
26+00
27+00
28+00
29+00
SBY 225+00SBY 221+00SBY 222+00SBY 223+00SBY 224+00SBY 226+00SBY 227+00SBY 228+0032+0033+0034+0035+0036+0037+0038+0040+0041+00SBY 225+00SBY 221+00SBY 222+00SBY 223+00SBY 224+00SBY 226+00SBY 227+00SBY 228+0032+0033+0034+0035+0036+0037+0038+0039+0040+0041+00AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1018.dgnmamawamc3/8/20188:10:47 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
SEE CV-T1019MATCH LINE STA 29+50S DOWNEY RD
S DOWNEY RD
E 26TH ST
SEE CV-T1038
GRADE SEPARATION - S DOWNEY RD
IMPACT PLAN - SHEET 1 OF 2
CV-T1018
B
CV-T3016
C
CV-T3016
• lead
• m1
• m2
• m3
• m4
50'
43'10
0
'34'34'
RR ROW
EXIST
(DWP)
TOWER 138kV ELEC OH
EXIST TRANSMISSIION
ROW
CITY
EXIST
ROW
CITY
EXIST
ROW
CITY/RR
EXIST
• NEW LEAD
SEE VOLUME 1
SAN PEDRO
• UPRR
DRAFT
88+0081+0082+0083+0084+0085+0086+0087+0089+0090+0091+0024+0025+0026+0027+0028+0029+0030+0031+0032+0030+00 31+00 32+00 33+00
34+00
35+00
36+00
37+00
38+00 39+00 40+00 41+00 42+00
43+00SBY 215+00SBY 220+00SBY 211+00SBY 212+00SBY 213+00SBY 214+00SBY 216+00SBY 217+00SBY 218+00SBY 219+00AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1019.dgnmamawamc3/8/20188:10:58 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
SSEE CV-T1018MATCH LINE STA 29+50S
DOWNEY
RD
VISTA AVE
S GRANDE
BLVD
E WASHINGTON
E 26TH ST
HOLABIRD AVELOS ANGELESVERNON GRADE SEPARATION - S DOWNEY RD
IMPACT PLAN - SHEET 2 OF 2
CV-T1019
10
0
'45'28'ST-K1016
(5 TRACKS) SEE
EXIST RR BRIDGE
RR ROW
EXIST
28'ROW
CITY
EXIST
ROW
CITY
EXIST
STATION
EXIST PUMP
SEE ST-K1016
BRIDGE (26TH ST)
EXIST ROADWAY
• m4
• m3
• m2
• m1
• lead
ST-K1016
(1 TRACK) SEE
PROP RR BRIDGE
• NEW LEAD
E 26TH ST
EXIST •
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
-
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T3016.dgnmamawamc3/8/20188:11:36 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
AC
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
AS SHOWN
STA 25+00
EXIST CONDITION
CV-T1018
-
B
ROW
CITY
EXIST
6.5'6.5'
2 LANES SB
27.5'
SW
5.5'
2 LANES NB
27.5'
OG
ROW
CITY
EXIST
SW
5'
RD
S DOWNEY
•
E 26TH ST
S DOWNEY RD TO
OG
OG
2 LANES SB
28'
2 LANES SB
28'
MEDIAN
13'
RD
S DOWNEY
•
ROW
CITY
EXIST
SW
5'
AS SHOWN
STA 27+00
EXIST CONDITION
CV-T1018
C
-
E 26TH ST
S DOWNEY RD TO
ROW
CITY
EXIST
CROSS SECTION - SHEET 1 OF 1
GRADE SEPARATION - S DOWNEY RD
CV-T3016DRAFT
TYPICAL SECTION
A
PLAN
NO SCALE
BB STA 216+68.89
ELEV 197.11'
EB STA 217+95.55
ELEV 196.69'
NOTE:
EXISTING UTILITIES:
LEGEND:
INDICATES DIRECTION OF TRAFFIC
216+00 217+00
OG=FG
APPROX
2030
2030
2010
1"=20'-0"
1
DATUM ELEV = 150'
TRAFFIC (PER DAY):
ST-K1016
ADT : N/A
ADT : N/A
AS SHOWN
1" = 10'-0"
B
C
D
1"=20'-0"
E
FORECAST (PER DAY):
30 HST
40 AMTRAK
60 METROLINK
118 FREIGHTTRAIN VOLUME :
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10'
SCALE APPLICABLE FOR FULL SIZE ONLY
GENERAL PLAN
GRADE SEPARATION - SOUTH DOWNEY ROAD
D
E
G
F
F
G
A
B
C
H
I
H
I
ELEV 197.94'
EB STA 218+17.18
ELEV 196.65'
BVC STA 215+17.18
300.00 VC
R/C = +0.015% / STA
47°49'51"
SKEW
217+00
216+00
218+00
8'-8"15'-0"15'-0"15'-6"15'-3"8'-4"
• M1
• M2
• M3
• M4
• M1 • M2 • M3 • M4
1
PROFILE GRADE (M4)
RR BRIDGE
FREIGHT
EXIST
TO REMAIN
NO. 53C0786
EXIST BRIDGE
NEW UTILITY DUCT
TRACK
• YARD
CONC DECK
GIRDERS WITH
3' STEEL "I"
EXIST RAILROAD BRIDGE MP NO. 144.50
43
3
HSR R/W
PROPOSED
2
4
83.05 LT STA 215+77.22
BB
82.93 LT STA 217+03.99
EB
1 TYP
INDICATES EXIST POINT OF MINIMUM VERTICAL CLEARANCE (15'-0"±)32+0031+0033+0011'-0"11'-0"
TRACK
• (N) YARD
22'-0"
RR BRIDGE
PROPOSED FREIGHT
2'-2"± MIN
101'-10"± MIN
77'-8"±
T/R ELEV 200.15'
T/R ELEV 200.80'
4 5
NS/FS
1 TYP
ABUT 3BENT 2
3 TYP
APPROX OG
ABUT 1
CHAIN LINK FENCE
RAILING &
FG=OG
APPROX
TYP
CIDH PILE
24" Á
63'-4"63'-4"
126'-8"BB EB
• BENT 2
2
3
4
5
WINGWALL
PAINT "SOUTH DOWNEY ROAD UNDERPASS"
PAINT "BR. NO. 144.50"
ARCHITECTURAL TREATMENT (TO BE DETERMINED)
500 KIPS @ NOMINAL
ASSUME 24" Á CIDH, L = 80'
180 KIPS @ SERVICE
ASSUME 24" Á CIDH, L = 60'
FOUNDATION:
BENT:
ABUTMENTS:
TRACK (NEW)
• BNSF YARD
TRACK
• BNSF YARD
T/R
EXISTT/R
PROP
RIGHT SHIFTED MIRROR ELEVATION
J
J
J
INDICATES POINT OF MINIMUM VERTICAL CLEARANCE (16'-6")
EXIST 10" GAS, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
EXIST 6" GAS, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
EXIST 8" OIL, EXXON MOBIL, CITY OF VERNON (PROTECT IN PLACE)
EXIST 26" GAS, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
EXIST 6" GAS, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
EXIST WATER LINE, CITY OF VERNON (PROTECT IN PLACE)
EXIST 48" STORM DRAIN, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
EXIST OVERHEAD ELECTRIC LINE, CITY OF VERNON (PROTECT IN PLACE)
C
EXIST SEWER LINE, CITY OF VERNON (PROTECT IN PLACE)
EXIST TELE COMMUNICATION LINE, CITY OF VERNON (PROTECT IN PLACE)
K EXIST 6" GAS, SC GAS, CITY OF VERNON (PROTECT IN PLACE)
RR BRIDGE
PROPOSED FREIGHT
• DOWNEY ROAD
K
18
0
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:11:56 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1016.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENT
DRAFT
ST-K1017
AS SHOWN
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10'
SCALE APPLICABLE FOR FULL SIZE ONLY
GRADE SEPARATION - DRAINAGE CHANNEL
PLAN
1"=20'-0"
NOTE:
LEGEND:
2030
30 HST
40 AMTRAK
60 METROLINK
118 FREIGHTTRAIN VOLUME :
1 STRUCTURE APPROACH SLAB
INDICATES DIRECTION OF FLOW
INDICATES EXISTING
LINING REMOVAL
INDICATES LIMITS OF EXIST OPEN CHANNEL
STA 259+17.05
EDGE OF BOX CULVERT
• LA-A M4 STA 259+06.80
• PROPOSED BOX CULVERT
STA 258+96.55
EDGE OF BOX CULVERT
R/W
EXIST RR
T/R ELEV 179.36'
T/R ELEV 179.25'
258+00 259+00 260+0018+0019+0020+001 TYP
TYP
1
• M1
• M2
• M3
• M4
RR R/W
EXIST HSR/
TRAFFIC (PER DAY):
ON DRW ST-K1018
SEE "LONGITUDINAL SECTION"
BE REMOVED
ACCESS ROAD TO
EXIST MAINTENANCE
DOUBLE RCB CULVERT
EXIST RR DRAINAGE
REMOVED
TRACK TO BE
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (EXIST)
• BNSF YARD TRACK (EXIST)
• BNSF YARD TRACK (EXIST)
• BNSF YARD TRACK (EXIST)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
• BNSF YARD TRACK (NEW)
PROPOSED ALIGNMENT(M)
GENERAL PLAN 1 OF 2
• EXIST OPEN CHANNEL
• BOX CULVERT =
RCB CULVERT
PROPOSED BNSF
RCB CULVERT
PROPOSED SHARED
CULVERT TO BE REMOVED (TYP)
EXIST RR DRAINAGE OPEN CHANNEL
CULVERT TO REMAIN IN PLACE
EXIST RR DRAINAGE OPEN CHANNEL NOTES:
M. RODRIGUEZ
FOR UTILITY DRAINAGE CONNECTION, SEE CIVIL DRAWINGS2.
AS-BUILT WAS NOT AVAILABLE AT TIME OF SHEET DEVELOPMENT1.180180DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:12:02 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1017.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENTDRAFT
ST-K1018
AS SHOWN
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10'
SCALE APPLICABLE FOR FULL SIZE ONLY
GRADE SEPARATION - DRAINAGE CHANNEL
NO SCALE
TOP OF RAIL PROFILE (LA-A SB)
ELEV 185.88'
EVC STA 246+17.23 BVC STA 273+39.81
ELEV 172.02'
NOTE:
LEGEND:
1 STRUCTURE APPROACH SLAB
INDICATES EXISTING
GENERAL PLAN 2 OF 2
1" = 10'-0"*T/R
LONGITUDINAL SECTION
MEASURED ALONG • EXIST CHANNEL
1"= 10'-0"***1 Typ
TYPICAL SECTION
TYP
1'-0"
DATUM ELEV = 130'
T/R
-0.51%
176.31±
ELEV
10'-0"10'-0"
• EXIST CHANNEL
OPEN CHANNEL
TOP OF EXIST
TYP
PARAPET
TYP
5'-4"
INVERT
EXIST CHANNEL
* MATCH EXIST INVERT ELEV *• M4 • M3 • M2 • M1
7'-6"15'-0"15'-0"15'-0"7'-6"
15'-0"15'-0"15'-0"15'-0"7'-6"
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
YARD TRK
• BNSF
15'-0"15'-0"15'-0"15'-0"15'-0"7'-6"15'-0"
YARD TRK
• BNSF
YARD TRK
• BNSF
TYP
CULVERT
LINING AND CONSTRUCT BOX
REMOVE EXIST OPEN CHANNEL
CULVERT
EXIST BOX4'-0"±3'-0"TYP70'-8"170'-4"
5'-4"
TYP
BOX CULVERT
TO BE CONSTRUCTED ON PROPOSED
HEAD WALL & WALKWAY STRUCTURE MATCH EXISTCHANNEL HEIGHT32'-10"±
273'-10"
2 NEW UTILITY DUCT
2
TYP
1'-0"
OF EXIST OPEN CHANNEL
MATCH INTERIOR DIMENSION
8"NOTES:
ELEV 172±
INVERT
INDICATES LIMITS OF EXIST OPEN CHANNEL LINING REMOVAL
M. RODRIGUEZ
DESIGN IS PENDING A FULL HYDRAULIC ANALYSIS.3.
DESIGN IS PENDING EXISTING INVERT ELEVATION AND ADDITIONAL SURVEY.2.
AS-BUILT WAS NOT AVAILABLE AT TIME OF SHEET DEVELOPMENT.1.
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:12:06 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1018.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENTDRAFT
160
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:12:23 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1021.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENT AS SHOWN
1"=20'-0"
PLAN
ST-K1021
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
GENERAL PLAN 1 OF 2
LEGEND:
(m)
(M)
GENERAL NOTES:
T/R ELEV 159.50
T/R ELEV 159.50'
• M4
324+00
323+00
322+00
M4 STA 322+56.0±
M4 STA 323+93.73±
• BNSF SIDING TRACK
EXISTING ALIGNMENT
PROPOSED ALIGNMENT
INDICATES EXISTING
INDICATES DIRECTION OF TRAFFIC
INDICATES POINT OF MINIMUM VERTICAL CLEARANCE (24'-0")
A
B
EXISTING UTILITIES:
C
A
B
H
F
B
I
H
E
F
D
E
G
D
F
H
C
I
R/W
CALTRANS
R/W
CALTRANS
• YARD TRACK
• YARD TRACK
• YARD TRACK
• BNSF LEAD TRACK
45 TONS 16" CIDH CONC PILESPILE LOADING BENTS:
fy = 36,000 PSINEW CONSTRUCTION:
STRUCTURAL STEEL:
f'c = 3,250 PSI
fy = 60,000 PSINEW CONSTRUCTION:
f'c = 4,500 PSI (1964)
f'c = 3,850 PSI (1955)
fy = 44,000 PSIEXISTING:
REINFORCED CONCRETE:
PERMIT DESIGN LOADING
H20-44 AND ALTERNATIVE AND LIVE LOADING:
A = 0.5g
CURVE C FOR T > .7 SEC
CURVE B FOR T < .7 SEC
CALTRANS ARS SPRECTRASEISMIC LOAD:
WITH INTERMS AND REVISIONS BY CALTRANS)
BRIDGE DESIGN SPECIFICATIONS (1983 AASHTO DESIGN:
MAY 4, 1998 SEISMIC RETROFIT:
NOVEMBER 26, 1979RAILING MODIFICATIONS:
SEPTEMBER 27, 1965CENTER WIDENING:
ASTM A 305-49
BAR DEFORMATIONS SHALL CONFORM TO REINFORCMENT:
32 TONSPILE LOADING:
3 TONS PSFFOOTING PREASURE:
Fs = 16,000 PSISTRUCTURAL STEEL:
Fc = 1,200 PSI
Fs = 20,000 PSI, N = 10REINFORCED CONCRETE:
H20-S16-44 LIVE LOADING:
AND BRIDGE DEPARTMENT SUPPLEMENTS DATED 1949
AASHTO DATED 1949 WITH SUBSQUENT REVISIONS DESIGN:
MAY 18, 1953DESIGN DATE:
BRIDGE #53-840
• M3
• M2
• M1
m1 TO BE REMOVED
• m2 TO BE REMOVED
• m3 TO BE REMOVED
EXIST WATER LINE, CITY OF VERNON (PROTECT IN PLACE)
EXIST WATER LINE, CITY OF VERNON (PROTECT IN PLACE)
EXISTING INTERSTATE 710 (HOBART YARD) OH
H
EXIST STORM DRAIN, CITY OF VERNON (PROTECT IN PLACE)
G
G
G
TO BE RELOCATED
26TH STREET
EXIST OH ELECTICAL LINE, BNSF (PROTECT IN PLACE)
EXIST OVERHEAD ELECTICAL LINE, SCE (RELOCATE)
EXIST OIL LINE, EXXON MOBIL (PROTECT IN PLACE)
EXIST GASOLINE LINE, CRIMSON (RELOCATE)
EXIST GAS LINE, SCG (RELOCATE)
710 FREEWAY
EXIST RCB STORM DRAIN, CITY OF VERNON (PROTECT IN PLACE)
DRAFT
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:12:25 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1022.dgnD. SARETSKY
AS SHOWN
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENT
ELEVATION
ST-K1022
INDICATES EXISTING FEATURES
LEGEND:
030 30 60
1"=30'
SCALE APPLICABLE FOR FULL SIZE ONLY
1"=30'-0"
= FG
APPROX OG
BENT 5
• EXIST
BENT 4
• EXIST
BENT 3
• EXIST
BENT 2
• EXIST
ABUT 1
• BRG EXIST
= FG
APPROX OG
(m)
(M)
EXISTING ALIGNMENT
PROPOSED ALIGNMENT
INDICATES POINT OF MINIMUM VERTICAL CLEARANCE (24'-0" MIN)
GENERAL PLAN 2 OF 2
EXISTING INTERSTATE 710 (HOBART YARD) OVERHEAD
TIP ELEV
SPECIFIED LOCATION (SERVICE LOAD)
DESIGN LOADING
BENT 2
BENT 3
BENT 4
BENT 5
16"
16"
16"
16"
16"
16"
16"
16"
16"
16"
16"
16"
32 TONS
45 TONS
32 TONS
32 TONS
45 TONS
32 TONS
32 TONS
45 TONS
32 TONS
32 TONS
45 TONS
32 TONS
DIAMETER
PILE
FOOTING ELEV
BOTTOM OF
145±
144±
145±
144±
145±
145±
RIGHT
CENTER
LEFT
RIGHT
CENTER
LEFT
RIGHT
CENTER
LEFT
RIGHT
CENTER
LEFT
146.5±
145±
146±
146.5±
145±
146±
118±
115±
118±
121±
116±
121±
120±
115±
120±
118±
115±
118±
EXISTING FOUNDATION DATA
170.5±125±32 TONS16"
ABUT 1
RIGHT
LEFT 171.5±125±32 TONS16"
(E) ABUT 1
(E) BENT 2 (E) BENT 3 (E) BENT 4 (E) BENT 5
117'-2‚"±117'-2‚"±104'-1"±85'-4ƒ"±50'-3…"±
25'±25'±
LEAD
• BNSF• m2 • m3 • m1
TRACKS TO BE REMOVED
11.5'±
LEAD
• BNSF
• M4
FG
• M2• M3
NOTE:
TRACK
• EX YARD
TRACK
• EX YARD
LEAD
• EX BNSF SIDE• M1
****
NO PIER PROTECTION NECESSARY FOR M1.
M1 - M4 TRACK ARE ANGLED AT 7° AWAY FROM BENT 3.
15'-0"15'-0"15'-0"
*
INTERSTATE 710 (BR. NO. 53-840)
DRAFT
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
mamawamc3/8/20188:16:55 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T0025.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
J.SWANSON
J. SWANSON
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1" = 500'
ORIENTATION MAP
0500 500 1000
1"=500'
SCALE APPLICABLE FOR FULL SIZE ONLY
M.MAMAWAL
M.MAMAWAL
CV-T0025I-710TRACK
• NEW
VERNON
LOS ANGELES
BELL
VERNON COMMERCEMONTEBELLOVERNONCOMM
ERCEROADWAY IMPROVEMENT - E 26TH ST (VERNON)INDIANA STE WASHI
NGTON BLVDE
W
ASHI
NGTON BLVDATLANTIC BLVD
SHEI
LA STBANDI
NI BLVDS BONNIE BEACH PLCV-T1038
CV-T1039
CV-T1040
CV-T1041
CV-T1042
CV-T1043
CV-T1044
CV-T1045
CV-T1046
CV-T1025
CV-T1026
CV-T1027
CV-T1028
CV-T1029
CV-T1030
CV-T1031
CV-T1032
CV-T1033
CV-T1034
CV-T1035
CV-T1036
CV-T1037
(VACANT)E 26TH ST(VACANT)E 26TH STS DOWNEY RDAYERS AVEREALIGNED
E 26TH ST
REALIGNED
E 26TH ST
CV-T3025
CV-T3026
CV-T3027
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1025.dgnmamawamc3/8/20188:17:08 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 1 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1025
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
37+00.00193.42XING
RR
•JOIN EXIST-0.35%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1026.dgnmamawamc3/8/20188:17:34 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
34+00 35+00 36+00 37+00 38+00 40+00 41+00 42+00 43+00 44+00
SBY 225+00
SBY 230+00
SBY 222+00 SBY 223+00 SBY 224+00 SBY 226+00 SBY 227+00
SBY 228+00
SBY 229+00
SBY 231+00
SBY 232+00
34+00 35+00 36+00 37+00 38+00 39+00
40+00
41+00
42+00
43+00
44+00
T/R=193.77
SBY 232+00.00
T/R=193.97
SBY 231+00.00
T/R=194.18
SBY 230+00.00
T/R=194.39
SBY 229+00.00
T/R=194.60
SBY 228+00.00
T/R=194.81
SBY 227+00.00T/R=194.91
SBY 226+50.99T/R=195.02
SBY 226+00.00T/R=195.22
SBY 225+00.00T/R=195.43
SBY 224+00.99
T/R=195.43
SBY 224+00.00T/R=195.64SBY 223+00.00T/R=195.85
SBY 222+00.00
38+00 39+00 40+00 41+00 42+00 43+0034+00 35+00 36+00 37+00 44+00 SEE CV-T1027MATCH LINE STA 44+00SEE CV-T1027MATCH LINE STA 44+00E 26TH ST
NO
LINE DATA
BEARING DISTANCE
210
200
190
180
170 29'21'BC38+46.86EC39+53.04OG
PG
M4 T/R19'22'CURVE DATA
NO R T LÀ
1000.00'06°05'02"53.14'106.18'1
S67°47'18"E 176.36'1
S61°42'16"E 584.05'220'20'1
30'30'10'2
1
37+00JOIN EXISTROW
CITY
PROP
• M1
• M2
• M3
• M4
26TH ST
PROP •
• LEAD
ROW
CITY
EXIST
ROWRR
EXIST
210
200
190
180
170
PLAN AND PROFILE - SHEET 2 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1026
(REALIGNED)
E 26TH ST
DIVISION
SAN PEDRO
= NEW UPRR
E 26TH ST 40+97.21PI36+70.5010'SAN PEDRO
• UPRR
VERNON
CITY OF
CROSSING
NEW GRADE
DRAFT
-0.35%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1027.dgnmamawamc3/8/20188:17:51 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
44+00
45+00
46+00
47+00
48+00
49+00
50+00
51+00
SBY 235+00 SBY 240+00
SBY 232+00 SBY 233+00 SBY 234+00 SBY 236+00 SBY 237+00 SBY 238+00 SBY 239+00 SBY 241+00 SBY 242+00
44+00
45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 54+00
T/R=188.75
SBY 242+00.00
T/R=189.46
SBY 241+01.22
T/R=189.46
SBY 241+00.00
T/R=190.18
SBY 240+00.00
T/R=190.90
SBY 239+00.00
T/R=191.62
SBY 238+00.00
T/R=192.27
SBY 237+00.00
T/R=192.58
SBY 236+41.17
T/R=192.77
SBY 236+00.00
T/R=193.12SBY 235+00.00
T/R=193.35SBY 234+00.00
T/R=193.37
SBY 233+91.17
T/R=193.56SBY 233+00.00
T/R=193.77SBY 232+00.00
48+00 49+00 50+00 51+00 52+00 53+0044+00 45+00 46+00 47+00 54+00 SEE CV-T1028MATCH LINE STA 54+00SEE CV-T1028MATCH LINE STA 54+00NO
LINE DATA
BEARING DISTANCE
210
200
190
180
170 30'30'PI45+37.09OG
PG
M4 T/R
ROW
CITY
PROPSEE CV-T1026MATCH LINE STA 44+00SEE CV-T1026MATCH LINE STA 44+0026TH ST
PROP •
• M1
• M2
• M3
• M4
• YARD
20'20'S61°42'16"E 584.05'2
S57°52'30"E 1348.41'3
210
200
190
180
170
TOWER (138 kv)
TRANSMISSION
RELOCATE EXIST
TOWER (138 kv)
TRANSMISSION
RELOCATE EXIST
OR FIELD SHOTS TO VERIFY
REQUEST AS-BUILT PLAN
MVC IS NOT AVAILIABLEOVERPASSTRUCKBNSF
OR FIELD SHOTS TO VERIFY
REQUEST AS-BUILT PLAN
MVC IS NOT AVAILIABLE
2 3
BNSF TRUCK OVERPASS xx+xx.xx POT
E 26TH ST 45+64.99 POT =
PLAN AND PROFILE - SHEET 3 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1027
(REALIGNED)
E 26TH ST
DIVISION
SAN PEDRO
• NEW UPRR
MINTBV/TBD20'20'10'10'OVERPASS
TRUCK
EXIST BNSF
VERNON
CITY OF
DRAFT
56+00.00186.7762+00.00183.50-0.55%
-0.70%
-0.35%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1028.dgnmamawamc3/8/20188:18:08 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
SBY 245+00
SBY 250+00
SBY 242+00
SBY 243+00
SBY 244+00
SBY 246+00
SBY 247+00
SBY 248+00
SBY 249+00
SBY 251+00 SBY 252+00
54+00
55+00
56+00
57+00
58+00
59+00
60+00 61+00 62+00 63+00 64+00
T/R=183.42
SBY 251+00.00
T/R=183.42
SBY 250+99.06
T/R=183.93
SBY 250+00.00
T/R=184.44
SBY 249+00.00
T/R=184.94
SBY 248+00.00
T/R=185.45
SBY 247+00.00
T/R=185.97
SBY 246+00.00
T/R=186.59
SBY 245+00.00
T/R=187.31
SBY 244+00.00
T/R=187.66
SBY 243+51.22
T/R=188.03
SBY 243+00.00
T/R=188.75
SBY 242+00.00
58+00 59+00 60+00 61+00 62+00 63+0054+00 55+00 56+00 57+00 64+00 SEE CV-T1029MATCH LINE STA 64+00SEE CV-T1029MATCH LINE STA 64+00NO
LINE DATA
BEARING DISTANCE
200
190
180
170
160 30'30'BC58+85.50EC59+88.75OG
PG
M4 T/R
ROW
CITY
PROPSEE CV-T1027MATCH LINE STA 54+00SEE CV-T1027MATCH LINE STA 54+0026TH ST
PROP •
• M1
• M2
• M3
• M4
• YARD
20'20'200
190
180
170
160
CURVE DATA
NO R T LÀ
600.00'09°51'34"51.75'103.25'2
S57°52'30"E 1348.41'3
S67°44'03"E 532.81'4
3
4
2
PLAN AND PROFILE - SHEET 4 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1028
(REALIGNED)
E 26TH ST 10'SAN PEDRO
• NEW UPRR
VERNON
CITY OF
DRAFT
CHANNEL
DRAINAGE
•69+00.00178.6074+00.00176.60-0.40%
-0.70%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1029.dgnmamawamc3/8/20188:18:22 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
64+00 65+00
66+0067+0068+00 69+00 70+00 71+00 72+00 73+00 74+00
14+0015+0016+0017+0068+00 69+00 70+00 71+00 72+00 73+0064+00 65+00 66+00 67+00 74+00 SEE CV-T1030MATCH LINE STA 74+00SEE CV-T1030MATCH LINE STA 74+00NO
LINE DATA
BEARING DISTANCE
200
190
180
170
160 30'30'OG
PG
M4 T/R
ROW
CITY
PROPSEE CV-T1028MATCH LINE STA 64+00SEE CV-T1028MATCH LINE STA 64+0026TH ST
PROP •20'20'200
190
180
170
160
PI
67+47.48
PI
65+21.56
30'30'20'20'CHANNELDRAINAGES67°51'33"E 1087.83'6
S22°15'57"W 225.93'5
S67°44'03"E 532.81'4
S BOUNDARY
PROP BNSF
5 6
4
TYP
PROP DRIVEWAY
= DRAINAGE CHANNEL 14+60.18
E 26TH ST 73+36.96
PLAN AND PROFILE - SHEET 5 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1029
(REALIGNED)
E 26TH STCITY STD TYP R=45'
PROP KNUCKLE PER
CITY STD TYP R=45'
PROP KNUCKLE PER10'10'SEE ST-K1019
PROP BOX CULVERT
SEE ST-K1019
PROP BOX CULVERT
VERNON
CITY OF
DRAFT
ST
INDIANA
•78+00.00174.00-0.65%
-0.40%176.6074+00.00AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1030.dgnmamawamc3/8/20188:18:38 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
14+0015+0016+0016+6116+6174+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00 84+00
78+00 79+00 80+00 81+00 82+00 83+0074+00 75+00 76+00 77+00 84+00 SEE CV-T1031MATCH LINE STA 84+00SEE CV-T1031MATCH LINE STA 84+00NO
LINE DATA
BEARING DISTANCE
200
190
180
170
160 30'30'OG
PG
M4 T/R
ROW
CITY
PROP
SEE CV-T1029MATCH LINE STA 74+00SEE CV-T1029MATCH LINE STA 74+0026TH ST
PROP •20'20'200
190
180
170
160
S67°51'33"E 1206.95'7
S67°51'33"E 1087.83'6
S BOUNDARY
PROP BNSF
6 7STINDIANA
30'30'20'20'ROW
CITY
PROP
S BOUNDARY
PROP BNSF
30'30'
14+15.56
JOIN EXIST
= INDIANA ST 14+60.56 POT
E 26TH ST 78+35.31 POT
PLAN AND PROFILE - SHEET 6 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1030
(REALIGNED)
E 26TH ST
PER CITY STD R=35'
PROP CUL-DE-SAC
10'10'VERNON
CITY OF
DRAFT
85+00.00171.20-0.41%
-0.40%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1031.dgnmamawamc3/8/20188:18:56 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
84+00 85+00 86+00 87+00 88+00 89+00 90+00 91+00
92+00
93+00
94+00
88+00 89+00 90+00 91+00 92+00 93+0084+00 85+00 86+00 87+00 94+00 SEE CV-T1032MATCH LINE STA 94+00SEE CV-T1032MATCH LINE STA 94+00NO
LINE DATA
BEARING DISTANCE
190
180
170
160
150
OG
PG
M4 T/R
ROW
CITY
PROP
SEE CV-T1030MATCH LINE STA 84+00SEE CV-T1030MATCH LINE STA 84+0026TH ST
PROP •25'25'S67°51'33"E 1206.95'7
7
30'30'20'20'ROW
CITY
PROP
S BOUNDARY
PROP BNSF
30'30'BC90+42.26PRC92+38.25CURVE DATA
NO R T LÀ
3
4
500.00'-22°31'05"99.54'196.51'4
500.00'22°27'31"99.27'195.99'3
190
180
170
160
150
PLAN AND PROFILE - SHEET 7 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1031
(REALIGNED)
E 26TH ST10'VERNON
CITY OF
DRAFT
100+00.00165.01-0.30%
-0.41%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1032.dgnmamawamc3/8/20188:19:11 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
94+00 95+00 96+00 97+00 98+00 99+00 100+00 101+00 102+00 103+00
NO
LINE DATA
BEARING DISTANCE
190
180
170
160
150
PG
OG
M4 T/R
ROW
CITY
PROP
SEE CV-T1031MATCH LINE STA 94+00SEE CV-T1031MATCH LINE STA 94+0026TH ST
PROP •
S67°47'59"E 957.96'8
8
30'30'20'20'ROW
CITY
PROP
S BOUNDARY
PROP BNSF
CURVE DATA
NO R T LÀ
4
500.00'-22°31'05"99.54'196.51'4
190
180
170
160
150SEE CV-T1033MATCH LINE STA 103+00SEE CV-T1033MATCH LINE STA 103+00EC94+34.7630'30'20'20'= SPUR POC
E 26TH ST 95+69.68 POT
= SPUR POC
E 26TH ST 95+88.30 POT
94+00 95+00 96+00 97+00 98+00 99+00 100+00 101+00 102+00 103+00
PLAN AND PROFILE - SHEET 8 OF 13
ROADWAY IMPROVEMENT- E 26TH ST (VERNON)
CV-T1032
(REALIGNED)
E 26TH ST
 TYP
EXIST
10'10'VOL 1 TYP
TRACKS SEE
DEMO EXIST
VOL 1 TYP
TRACK SEE
DEMO EXIST
VERNON
CITY OF
DRAFT
PL
BEACH
S BONNIE
•105+00.00163.51-0.30%-0.35%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1033.dgnmamawamc3/8/20188:19:23 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN15+0016+0016+6216+62103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00 111+00 112+00 113+00
NO
LINE DATA
BEARING DISTANCE
180
170
160
150
140
OG
PG
M4 T/R
ROW
CITY
PROP
26TH ST
PROP •
S67°47'59"E 957.96'8
9
30'30'20'20'S BOUNDARY
PROP BNSF
SEE CV-T1034MATCH LINE STA 113+00SEE CV-T1034MATCH LINE STA 113+0030'30'20'20'SEE CV-T1032MATCH LINE STA 103+00SEE CV-T1032MATCH LINE STA 103+00PI103+92.728
S67°47'59"E 2183.28'9
= S BONNIE BEACH PL 15+40.27 POT
E 26TH ST 103+92.72 POT
BEACH PLS BONNIE14+70.27
JOIN EXIST
30'30'
25'25'
103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00 111+00 112+00 113+00
ROW
CITY
PROP
ROW
CITY
PROP
180
170
160
150
140
PLAN AND PROFILE - SHEET 9 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1033
(REALIGNED)
E 26TH ST
PER CITY STD R=35'
PROP CUL-DE-SAC
10'10'VERNON
CITY OF
DRAFT
-0.35%
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1034.dgnmamawamc3/8/20188:19:34 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00
NO
LINE DATA
BEARING DISTANCE
PG
OG
M4 T/R
ROW
CITY
PROP
26TH ST
PROP •
9
30'30'20'20'S BOUNDARY
PROP BNSF
180
170
160
150
140SEE CV-T1035MATCH LINE STA 123+00SEE CV-T1035MATCH LINE STA 123+0030'30'20'20'SEE CV-T1033MATCH LINE STA 113+00SEE CV-T1033MATCH LINE STA 113+00S67°47'59"E 2183.28'9
113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00
ROW
CITY
PROP
180
170
160
150
140
PLAN AND PROFILE - SHEET 10 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1034
(REALIGNED)
E 26TH ST10'10'VERNON
CITY OF
DRAFT
AVE
AYERS
•125+54.00156.40125+76.00156.51125+76.00156.51125+98.71156.140.50%JOIN EXIST-0.35%-1.63%AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1035.dgnmamawamc3/8/20188:19:46 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN15+0016+0016+9416+94123+00 124+00 125+00
NO
LINE DATA
BEARING DISTANCE
PG
OG
M4 T/R
26TH ST
PROP •
9
30'30'20'20'S BOUNDARY
PROP BNSF
180
170
160
150
140SEE CV-T1034MATCH LINE STA 123+00SEE CV-T1034MATCH LINE STA 123+00S67°47'59"E 2183.28'9
ROW
CITY
PROP
180
170
160
150
140
TYP
PROP DRIVEWAY
24'36'
19'31'AVEAYERS14+69.09
JOIN EXIST
= AYERS AVE 15+39.05
E 26TH ST 125+76.00
PLAN AND PROFILE - SHEET 11 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1035
(REALIGNED)
E 26TH ST
123+00 124+00 125+00 126+00
PER CITY STD R=35'
PROP CUL-DE-SAC
10'VERNON
CITY OF
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1036.dgnmamawamc3/8/20188:19:50 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
PLAN AND PROFILE - SHEET 12 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1036DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1037.dgnmamawamc3/8/20188:19:54 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
PLAN AND PROFILE - SHEET 13 OF 13
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T1037DRAFT
24+00
25+00
26+00
27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00 37+00 38+00
SBY 215+00 SBY 220+00 SBY 225+00SBY 212+00 SBY 213+00 SBY 214+00 SBY 216+00 SBY 217+00 SBY 218+00 SBY 219+00 SBY 221+00 SBY 222+00 SBY 223+00 SBY 224+00 SBY 226+00 SBY 227+00
27+6027+60 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00 37+00 38+00 39+00
T/R=194.91
SBY 226+50.99T/R=195.02SBY 226+00.00T/R=195.22
SBY 225+00.00T/R=195.43SBY 224+00.99T/R=195.43SBY 224+00.00T/R=195.64SBY 223+00.00T/R=195.85
SBY 222+00.00
T/R=196.06
SBY 221+00.00
T/R=196.26
SBY 220+00.00
T/R=196.47
SBY 219+00.00T/R=196.68SBY 218+00.00T/R=196.99SBY 217+00.00T/R=197.45SBY 216+00.00T/R=198.06SBY 215+00.00T/R=198.71SBY 214+00.00T/R=199.37SBY 213+00.00T/R=200.03
SBY 212+00.00
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1038.dgnmamawamc3/8/20188:20:14 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
E 26TH ST
DOWNEY RDTYP
EXIST
JOIN
SEE CV-T1039MATCH LINE STA 39+0050'• EXIST BNSF M4
• EXIST LEAD
• EXIST BNSF M1
• EXIST BNSF M2
• EXIST BNSF M3
S
UBDI
VI
S
I
ONUP
RR
S
AN
P
EDROROW
RR/CITY
EXIST
ROW
CITY
EXIST100'26TH ST
PROP •22'25'25'22' ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 1 OF 9
CV-T1038
ROW
RR / Â
EXIST
• NEW LEAD
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1039.dgnmamawamc3/8/20188:20:28 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
40+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00
SBY 230+00
SBY
235+00
SBY
240+00
SBY 227+00 SBY 228+00
SBY 229+00
SBY 231+00
SBY 232+00
SBY 233+00
SBY 234+00
SBY 236+00
SBY 237+00
SBY 238+00
SBY 239+00
39+00
40+00
41+00
42+00
43+00
44+00
45+00
46+00
47+00
48+00
49+00
50+00
51+00
52+00
T/R=190.90
SBY 239+00.00
T/R=191.62
SBY 238+00.00
T/R=192.27
SBY 237+00.00
T/R=192.58
SBY 236+41.17
T/R=192.77
SBY 236+00.00
T/R=193.12
SBY 235+00.00
T/R=193.35
SBY 234+00.00
T/R=193.37
SBY 233+91.17
T/R=193.56
SBY 233+00.00
T/R=193.77
SBY 232+00.00
T/R=193.97
SBY 231+00.00
T/R=194.18
SBY 230+00.00
T/R=194.39
SBY 229+00.00
T/R=194.60
SBY 228+00.00
T/R=194.81
SBY 227+00.00
SEE CV-T1040MATCH LINE STA 52+00BNSF HOBART YARD
• NEW BNSF M4
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1
(REALIGNED)
E 26TH STSEE CV-T1038MATCH LINE STA 39+00TOWER (138 kv)
TRANSIMISSION
RELOCATE EXIST
OR FILED SHOTS TO VERIFY
REQUEST AS-BUILT PLAN
MVC IS NOT AVAILIABLE
26TH ST
PROP •
TOWER (138 kv)
TRANSIMISSION
RELOCATE EXIST
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 2 OF 9
CV-T1039
CV-T3025
C
OVERPASS
BNSF TRUCK
ROW
CITY
PROP 20'20'10'20'10'20'SEE VOL 1
SAN PEDRO
• UPRR
SEE VOL 1
SAN PEDRO
• UPRR
CROSSING
NEW GRADE
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1040.dgnmamawamc3/8/20188:20:44 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
52+00 53+00 54+00 55+00 56+00 57+00 58+00 59+00 60+00 61+00 62+00 63+00 64+00 65+00 66+00
SBY
240+00
SBY 245+00
SBY 250+00
SBY 241+00
SBY 242+00
SBY 243+00
SBY 244+00
SBY 246+00
SBY 247+00
SBY 248+00
SBY 249+00
SBY 251+00 SBY 252+00 SBY 253+00 SBY 254+00
52+00
53+00
54+00
55+00
56+00
57+00
58+00
59+00
60+00 61+00 62+00 63+00 64+00 65+00
66+0067+0068+00 69+00
T/R=181.89SBY 254+00.00T/R=182.15SBY 253+49.06T/R=182.40SBY 253+00.00T/R=182.91
SBY 252+00.00T/R=183.42
SBY 251+00.00T/R=183.42
SBY 250+99.06
T/R=183.93
SBY 250+00.00
T/R=184.44
SBY 249+00.00
T/R=184.94
SBY 248+00.00
T/R=185.45
SBY 247+00.00
T/R=185.97
SBY 246+00.00
T/R=186.59
SBY 245+00.00
T/R=187.31
SBY 244+00.00
T/R=187.66
SBY 243+51.22
T/R=188.03
SBY 243+00.00
T/R=188.75
SBY 242+00.00
T/R=189.46
SBY 241+01.22T/R=189.46
SBY 241+00.00
VERNON
CITY OF
R/W
CITY
EXIST
C&G
EXIST 40'ROW
CITY
EXIST59'58'• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4SEE CV-T1039MATCH LINE STA 52+0060'30'30'
25'25'30'30'SEE CV-T1041MATCH LINE STA 69+0026TH ST
PROP •
26TH ST
PROP •
TYP
PROP DRIVEWAY
TYP
PROP DRIVEWAY 50'S BOUNDARY
PROP BNSF
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 3 OF 9
CV-T1040
(REALIGNED)
E 26TH ST
SEE VOL 1 TYP
• NEW BNSF YARD TRACKS
ROW
CITY
PROP
ROW
CITY
PROP
CITY STD TYP R=45'
PROP KNUCKLE PER
CITY STD TYP R=45'
PROP KNUCKLE PER
20'20'10'20'20'10'20'20'10'SEE VOL 1
SAN PEDRO
• UPRR
(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1041.dgnmamawamc3/8/20188:20:56 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
67+00 68+00 69+00 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00
SBY 255+00 SBY 260+00 SBY 265+00SBY 256+00 SBY 257+00 SBY 258+00 SBY 259+00 SBY 261+00 SBY 262+00 SBY 263+00 SBY 264+00 SBY 266+00 SBY 267+00 SBY 268+00
12+0013+0014+0015+0016+0016+6116+6169+00 70+00 71+00 72+00 73+00 74+00 75+00 76+00 77+00 78+00 79+00 80+00 81+00 82+00 83+00
12+0013+0014+0015+0016+0017+0018+0019+0019+5719+57T/R=174.77SBY 268+00.00T/R=175.27SBY 267+00.00T/R=175.78SBY 266+00.00T/R=176.29
SBY 265+00.00
T/R=176.80
SBY 264+00.00
T/R=177.31
SBY 263+00.00
T/R=177.82
SBY 262+00.00T/R=178.33SBY 261+00.00T/R=178.84SBY 260+00.00T/R=179.35SBY 259+00.00T/R=179.85SBY 258+00.00T/R=180.36SBY 257+00.00T/R=180.87
SBY 256+00.00
T/R=181.38
SBY 255+00.00
INDIANA STVERNON
CITY OF
TYP
JOIN EXISTDRAINAGE CHANNEL• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
25'25'
S BOUNDARY
PROP BNSF50'SEE CV-T1042MATCH LINE STA 83+0030'30'SEE CV-T1040MATCH LINE STA 69+0026TH ST
PROP •
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 4 OF 9
CV-T1041
(REALIGNED)
E 26TH ST
(REALIGNED)
E 26TH ST
CV-T3025
D
CV-T3025
E
TYP
EXIST Â
SEE VOL 1 TYP
• NEW BNSF YARD TRACKS
ROW
CITY
PROP
PER CITY STD R=35'
PROP CUL-DE-SAC
20'20'10'20'20'10'20'20'10'SEE ST-K1019
PROP BOX CULVERT
TRACKS
EXIST LEAD
(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1042.dgnmamawamc3/8/20188:21:14 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
81+00 82+00 83+00 84+00 85+00 86+00 87+00 88+00 89+00 90+00 91+00 92+00 93+00 94+00
SBY 270+00 SBY 275+00 SBY 280+00SBY 269+00 SBY 271+00 SBY 272+00 SBY 273+00 SBY 274+00 SBY 276+00 SBY 277+00 SBY 278+00 SBY 279+00 SBY 281+00 SBY 282+00
83+00 84+00 85+00 86+00 87+00 88+00 89+00 90+00 91+00
92+00
93+00
94+00 95+00 96+00 97+00
T/R=168.73SBY 282+00.00T/R=169.11SBY 281+00.00T/R=169.48SBY 280+00.00T/R=169.85SBY 279+00.00T/R=170.23SBY 278+00.00T/R=170.60
SBY 277+00.00
T/R=170.98
SBY 276+00.00
T/R=171.35
SBY 275+00.00
T/R=171.74
SBY 274+00.00T/R=172.22SBY 273+00.00T/R=172.73SBY 272+00.00T/R=173.24SBY 271+00.00T/R=173.75SBY 270+00.00T/R=174.26SBY 269+00.00
SEE CV-T1043MATCH LINE STA 97+00VERNON
CITY OF
SEE CV-T1041MATCH LINE STA 83+00R/W
CITY
EXIST59'C&G
EXIST
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M450'S BOUNDARY
PROP BNSF
30'30'26TH ST
PROP •
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 5 OF 9
CV-T1042
(REALIGNED)
E 26TH ST
SEE VOL 1 TYP
• NEW BNSF YARD TRACKS
TYP
EXIST Â
ROW
CITY
PROP
SEE VOL 1 TYP
EXIST TRACKS20'20'10'20'20'10'SEE VOL 1 TYP
EXIST TRACKS
SEE VOL 1 TYP
DEMO EXIST TRACK
SEE VOL 1 TYP
DEMO EXIST TRACKS
(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1043.dgnmamawamc3/8/20188:21:33 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
95+00 96+00 97+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00
SBY 285+00 SBY 290+00 SBY 295+00SBY 283+00 SBY 284+00 SBY 286+00 SBY 287+00 SBY 288+00 SBY 289+00 SBY 291+00 SBY 292+00 SBY 293+00 SBY 294+00
12+0013+0014+0015+0016+0016+6216+6297+00 98+00 99+00 100+00 101+00 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 110+00
T/R=163.87SBY 295+00.00T/R=164.24
SBY 294+00.00
T/R=164.62
SBY 293+00.00
T/R=164.99
SBY 292+00.00T/R=165.36SBY 291+00.00T/R=165.74SBY 290+00.00T/R=166.11SBY 289+00.00T/R=166.49SBY 288+00.00T/R=166.86SBY 287+00.00T/R=167.23
SBY 286+00.00
T/R=167.61
SBY 285+00.00
T/R=167.98
SBY 284+00.00
T/R=168.36
SBY 283+00.00
BEACH PLS BONNIEPER CITY STD
PROP CUL-DE-SAC
TYP
JOIN EXISTSEE CV-T1042MATCH LINE STA 97+00• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M425'25'50'S BOUNDARY
PROP BNSF
SEE CV-T1044MATCH LINE STA 110+0030'30'26TH ST
PROP •
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 6 OF 9
CV-T1043
(REALIGNED)
E 26TH ST
SEE VOL 1 TYP
• NEW BNSF YARD TRACKS
TYP
EXIST Â
SEE VOL 1 TYP
EXIST LEAD TRACKS
TYP
EXIST Â
SEE VOL 1 TYP
EXIST LEAD TRACKS
ROW
CITY
PROP
20'20'10'20'20'10'VERNON
CITY OF
(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1044.dgnmamawamc3/8/20188:21:46 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
108+00 109+00 110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00
SBY 300+00 SBY 305+00SBY 296+00 SBY 297+00 SBY 298+00 SBY 299+00 SBY 301+00 SBY 302+00 SBY 303+00 SBY 304+00 SBY 306+00 SBY 307+00
SBY 308+00
110+00 111+00 112+00 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00
T/R=159.00SBY 308+00.00
T/R=159.38SBY 307+00.00
T/R=159.75SBY 306+00.00
T/R=160.05SBY 305+19.72
T/R=160.12SBY 305+00.00
T/R=160.50
SBY 304+00.00
T/R=160.76
SBY 303+29.72
T/R=160.87
SBY 303+00.00
T/R=161.25
SBY 302+00.00
T/R=161.62
SBY 301+00.00
T/R=162.00
SBY 300+00.00T/R=162.37SBY 299+00.00T/R=162.74SBY 298+00.00T/R=163.12SBY 297+00.00T/R=163.49SBY 296+00.00
VERNON
CITY OF
R/W
CITY
EXIST62'• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
20'20'50'S BOUNDARY
PROP BNSF
SEE CV-T1043MATCH LINE STA 110+00SEE CV-T1045MATCH LINE STA 123+0030'30'26TH ST
PROP •30'30' ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 7 OF 9
CV-T1044
(REALIGNED)
E 26TH ST
SEE VOL 1 TYP
• NEW BNSF YARD TRACKS
TYP
EXIST Â
SEE VOL 1 TYP
EXIST LEAD TRACKS
ROW
CITY
PROP
10'20'20'10'(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1045.dgnmamawamc3/8/20188:21:58 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
121+00 122+00 123+00 124+00 125+00 126+00 127+00 128+00 129+00 130+00 131+00 132+00 133+00 134+00
SBY 310+00
SBY 315+00
SBY 320+00
SBY 309+00
SBY 311+00
SBY 312+00
SBY 313+00
SBY 314+00
SBY 316+00
SBY 317+00
SBY 318+00
SBY 319+00
SBY 321+00
SBY 322+00
12+0013+0014+0015+0016+0016+9416+94123+00 124+00 125+00
T/R=154.73SBY 322+29.97
T/R=154.74SBY 322+00.00
T/R=154.76SBY 321+00.00
T/R=154.77SBY 320+39.97
T/R=154.79SBY 320+00.00
T/R=154.95SBY 319+00.00
T/R=155.26SBY 318+00.00
T/R=155.63SBY 317+00.00
T/R=156.01SBY 316+00.00
T/R=156.17SBY 315+58.10
T/R=156.38SBY 315+00.00
T/R=156.76SBY 314+00.00
T/R=156.88SBY 313+68.10
T/R=157.13SBY 313+00.00
T/R=157.51SBY 312+00.00
T/R=157.88SBY 311+00.00
T/R=158.25SBY 310+00.00
T/R=158.63SBY 309+00.00
AYERS AVETYP
JOIN EXIST
• NEW BNSF M4
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1
50'
S BOUNDARY
PROP BNSF
25'25'SEE CV-T1044MATCH LINE STA 123+0026TH ST
PROP •30'30'SEE CV-T1046MATCH LINE STA 134+00PROPERTY TBD
IMPACT TO THE
SEE I-710 PROJECT
TYP
PROP DRIVEWAY
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 8 OF 9
CV-T1045
(REALIGNED)
E 26TH ST
ROW
CITY
PROP
TYP
EXIST Â
SEE VOL 1 TYP
EXIST LEAD TRACKS
PER CITY STD R=35'
PROP CUL-DE-SAC
PROPERTY TBD
IMPACT TO THE
SEE I-710 PROJECT20'20'10'VERNON
CITY OF
(TO BE VACATED)
E 26TH ST
DRAFT
134+00 135+00 136+00 137+00 138+00 139+00 140+00 141+00 142+00
143+0014
4
+00
14
5
+0
0
1
4
6
+
0
0
1
4
7
+
0
0
1
4
8
+
0
0
1
4
9
+
0
0
SBY 325+00
SBY 330+00 SBY 335+00
SBY 323+00
SBY 324+00
SBY 326+00
SBY 327+00
SBY 328+00 SBY 329+00
SBY 331+00 SBY 332+00 SBY 333+00 SBY 334+00
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1046.dgnmamawamc3/8/20188:22:13 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
ATLANTIC BLVDI-710(PUBLIC)ACCESS RDSEE CV-T1022
WAYPEN
NIN
GTO
N
• M4
• M3
• M2
• M1
R/W
CITY
EXIST100'61'RR ROW
EXIST
(BY I-710 PROJECT)
PROPERTY TAKE
PROJECT
SEE I-710
PROJECT
SEE I-710
PROJECT
SEE I-710
(BY I-710 PROJECT)
PROPERTY TAKE
(BY I-710 PROJECT)
PROPERTY TAKE
SEE VOLUME 2 TYP
PROP RETAINING WALL
CV-T1021
STATION SEE
RELOCATE PUMP
SEE ST-K1031
RR BRIDGE
MODIFY EXIST
LEAD
• EXIST
50'
S BOUNDARY
PROP BNSFSEE CV-T1045MATCH LINE STA 134+00IMPACT TBD
PROJECT
SEE I-710
SEE CV-T1022
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
IMPACT PLAN - SHEET 9 OF 9
CV-T1046
PER CITY STD R=35'
PROP CUL-DE-SAC
(PENNINGTON WAY)
OVER PASS ATLANTIC BLVD
EXIST ROADWAY BRIDGE
(TO BE VACATED)
E 26TH ST
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T3025.dgnmamawamc3/8/20188:22:15 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
AC
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
1 LANE WB
20'10'5'
PG
1 LANE EB
AS SHOWN
(SBN STA 233+54)
STA 45+50
PROP CONDITION
E 26TH ST
CV-T1039
C
-
ST
E 26TH
•
PROP
SW
PROP
20'
30'30'
Â
EX
ROW
CITY
PROP
MEDIAN
RAISED
PROP
M4
•
22'±
VOLUME 1 TYP
RAIL DETAILS SEE
M3
•
15'
ROW
RR/CITY
PROP
TRUCK OVERPASS
EXIST BNSF
OR FIELD SHOTS TO VERIFY
REQUEST AS BUILT PLAN
MVC IS NOT AVAILIABLE
OG
SUBDIVISION
SAN PEDRO
•
1.5'MAX2'4.5'TYP
FENCE
AR MINTM.2.8.2-C
BARRIER PER
RIGID TRAFFIC
3.5'
1'
1 LANE WB
20'10'
PG
1 LANE EB
MEDIAN
STRIPED
PROP
AS SHOWN
(SBN STA 260+50)
STA 75+00
PROP CONDITION
E 26TH ST
CV-T1041
D
-
ST
E 26TH
•
PROP
20'
SW
PROP
5'
30'30'
ROW
CITY
 /
PROP
lead
•
Â
EX
lead
•
OG
1.5'MAX2'4.5'TYP
FENCE
AR
TM.2.8.2-C
BARRIER PER
RIGID TRAFFIC
/ Â
ROW
CITY
PROP
3.5'
1 LANE WB
20'10'
PG
1 LANE EB
MEDIAN
STRIPED
PROP
AS SHOWN
(SBN STA 265+50)
STA 80+00
PROP CONDITION
E 26TH ST
CV-T1041
E
-
ST
E 26TH
•
PROP
20'
SW
PROP
5'
30'30'
ROW
CITY
 /
PROP
lead
•
OG
1.5'MAX2'TM.2.8.2-C
BARRIER PER
RIGID TRAFFIC TYP
FENCE
AR4.5'Â
ROW/
CITY
PROP
3.5'
CROSS SECTION - SHEET 1 OF 3
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T3025DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T3026.dgnmamawamc3/8/20188:22:17 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
AC
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
CROSS SECTION - SHEET 2 OF 3
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T3026
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T3027.dgnmamawamc3/8/20188:22:19 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
AC
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
CROSS SECTION - SHEET 3 OF 3
ROADWAY IMPROVEMENT - E 26TH ST (VERNON)
CV-T3027
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
mamawamc3/8/20188:23:46 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T0047.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
J.SWANSON
J. SWANSON
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1" = 200'
ORIENTATION MAP
0200 200 400
1"=200'
SCALE APPLICABLE FOR FULL SIZE ONLY
M.MAMAWAL
M.MAMAWAL
CV-T0047I-710TRACKS
• NEWSHEILA STREETATLANTIC BOULEVARDE
W
ASHI
NGTON BLCOMMERCEVERNONCOM
M
ERCEBELLCV-T1047
CV-T1048
CV-T1049
CV-T1050
CV-T1051
CV-T1052
CV-T1053
CV-T1054
EASTERN AVENUECOMMERCE WAYI-5
T
E
L
E
GR
AP
H R
O
A
D GARFIELD AVENUEVERNONBELLCV-T1055
ROADWAY IMPROVEMENT - ACCESS RD (VERNON)DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1047.dgnmamawamc3/8/20188:23:51 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 1 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1047
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1048.dgnmamawamc3/8/20188:23:55 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 2 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1048
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1049.dgnmamawamc3/8/20188:23:59 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 3 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1049
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1050.dgnmamawamc3/8/20188:24:03 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 4 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1050
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1051.dgnmamawamc3/8/20188:24:07 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 5 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1051
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1052.dgnmamawamc3/8/20188:24:11 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 6 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1052
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1053.dgnmamawamc3/8/20188:24:15 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 7 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1053
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1054.dgnmamawamc3/8/20188:24:19 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PLAN AND PROFILE - SHEET 8 OF 8
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
CV-T1054
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
DRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1055.dgnmamawamc3/8/20188:24:24 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
INTENTIONALLY.
NOT USED AND LEFT BLANK
THIS SHEET WAS
GRADE SEPARATION - ACCESS RD (PUBLIC) (VERNON)
IMPACT PLAN SHEET 1 OF 1
CV-T1055DRAFT
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
mamawamc3/8/20188:14:05 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T0021.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
J.SWANSON
J. SWANSON
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1" = 200'
ORIENTATION MAP
0200 200 400
1"=200'
SCALE APPLICABLE FOR FULL SIZE ONLY
M.MAMAWAL
M.MAMAWAL
CV-T0021
TRACK
• NEW
I-710
SHEILA STREETE WASHINGTON BOULEVARDBANDINI BOULEVARDCV-T1021
ATLANTI
C BOULEVARDCV-T1022
B ELL
V E R NON
ST-K1031
WAY
PENNINGTON E 26TH STGRADE SEPARATION - ATLANTIC BLVD
ST-K1032
CV-T3021
DRAFT
1
4
2
+
0
0
143+00144+00145+0043+00
44+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00
S
B
Y 3
3
1
+0
0
S
B
Y
3
3
2
+
0
0
S
B
Y
3
3
3
+
0
0
(SEE I-710 PROJECT)
OFF RAMP
I-710 NB
•
PROP
WAY
PENNINGTON
•
RR T/RM4 T/R
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1021.dgnmamawamc3/8/20188:14:22 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
AC
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
04 4 8
1"=4' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
040 40 80
1"=40' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
PROFILE
PLAN
165
155
145
135
125
165
155
145
135
125
ATLANTIC BLVD
46+00 47+00 48+00 49+00 50+00 51+0042+00 43+00 44+00 45+00 52+00
SEE CV-T1046
GRADE SEPARATION - ATLANTIC BLVD
PLAN AND PROFILE - SHEET 1 OF 1
CV-T1021WAYPENNINGTON100'34'34'6'STATION
PROP PUMP
ROW
CITY
EXIST
MEDIAN
EXIST
ROW
CITY
EXIST
• m1
• m2
• m3
EXIST RR ROW
ST-K1031
TOP OF FTG SEE
EXIST RR BRIDGE
OG
STATION
RELOCATE PUMP
(BY I-710 PROJECT)
PROP PROPERTY TAKE SEE I-710 PROJECT
SEE ST-K1031
RR BRIDGE
MODIFY EXIST
• lead
• lead
• M4
BB
M4 331+65.97 POC
ATLANTIC BLVD 50+54.26 POT =MIN15'MIN15'• LEAD
EB
SEE ST-K1031
TOP OF FTG
RR BRIDGE
MODIFY EXIST
E 26TH ST 143+35.36 POC
ATLANTIC BLVD 49+69.20 POT =
(PENNINGTON WAY)
BRIDGE SOFFIT
EXIST ROADWAY
(PENNINGTON WAY)
TOP OF FTG
EXIST ROADWAY BRIDGE
EB
EB
SEE ST-K1031
RR BRIDGE
MODIFY EXIST
MINTBVOVERPASS ATLANTIC BLVD
EXIST ROADWAY BRIDGE
SEE CV-T1046
E
2
6
TH
S
TACCESS RD
DRAFT
1
3
9
+
0
0
1
4
0
+
0
0
1
4
1
+
0
0
1
4
2
+
0
0
143+00144+00145+00146+00147+00148+0044+00 45+00 46+00 47+00 48+00 49+00 50+00 51+00 52+00 53+00 54+00 55+00 56+00 57+00
S
B
Y
3
3
0
+
0
0
S
B
Y
3
3
5
+
0
0
S
B
Y 327+00
S
B
Y 32
8
+00
S
B
Y 3
2
9
+0
0
S
B
Y
331
+
0
0
S
B
Y
3
3
2
+
0
0
S
B
Y
33
3
+
0
0
S
B
Y
3
3
4
+0
0
S
B
Y 3
3
6
+
0
0
S
B
Y
3
3
7
+
0
0
1
3
9
+
0
0
1
4
0
+
0
0
1
4
1
+
0
0
1
4
2
+
0
0
143+00144+00145+00146+00147+00148+00S
B
Y
3
3
0
+
0
0
S
B
Y
3
3
5
+
0
0
S
B
Y 327+00
S
B
Y 32
8
+00
S
B
Y 3
2
9
+0
0
S
B
Y
331
+
0
0
S
B
Y
3
3
2
+
0
0
S
B
Y
33
3
+
0
0
S
B
Y
3
3
4
+0
0
S
B
Y 3
3
6
+
0
0
S
B
Y
3
3
7
+
0
0
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1022.dgnmamawamc3/8/20188:14:36 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
E
2
6
T
H
S
T
ATLANTIC BLVD
E 26TH STB&D
CV-T3021
GRADE SEPARATION - ATLANTIC BLVD
IMPACT PLAN - SHEET 1 OF 1
CV-T1022
SEE CV-T1046
SEE CV-T1046
(PUBLIC)
ACCESS RD
SEE CV-T1055
100'34'34'6'EXIST RR ROW
ROW
CITY
EXIST
ROW
CITY
EXIST
• M3
• M1
• M2
STATION
RELOCATE PUMP
STATION
PROP PUMP
MEDIAN
EXIST
148+30
JOIN EXIST
100'
25'
32'
(BY I-710 PROJECT)
PROP PROPERTY TAKE
I-710 PROJECT
(BY I-710 PROJECT)
PROP PROPERTY TAKE
• LEAD
SEE ST-K1031
RR BRIDGE
MODIFY EXIST
• M4
OVER PASS ATLANTIC BLVD
EXIST ROADWAY BRIDGE
SEE CV-T1046
PER CITY STD R=35'
PROP CUL-DE-SAC
(VAC
ANT)
E
2
6
T
H
S
T
WAYPENNINGTONDRAFT
AC
AC
AC
REV BY CHK APP DESCRIPTION
SHEET NO.
DATE
DESIGNED BY
DRAWN BY
CHECKED BY
IN CHARGE
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
A. CHIANG
A. CHIANG
M. SATISH
J. SWANSON I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T3021.dgnmamawamc3/8/20188:14:59 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
03/09/18
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
AC
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
AS SHOWN
STA 50+00
EXIST CONDITION
CV-T1022
-
B
ROW
CITY
EXIST
ROW
CITY
EXIST
4.75'
SW
5'
SW
5'~9'
OG
BLVD
ATLANTIC
•
45'~49'38'
2 LANES SB
34'
2 LANES NB
34'
AS SHOWN
STA 50+00
PROP CONDITION
CV-T1022
-
D
49'
1'1'
SW
5'
SW
5'
BLVD
ATLANTIC
•
FILL
OG
2 LANES SB
34'
2 LANES NB
34'
38'
SEE NOTE 3 HEREON
COLUMN PROTECTIONMIN15'M4 T/R
SEE ST-K1031
RR BRIDGE
MODIFY EXIST
STATION
PROP PUMP
STORAGE
PROP UG SD
FG
WALL TYP
RETAINING
PROP
AT STA 50+40
BRIDGE IS PROJECTED
MODIFY EXIST RR
CROSS SECTION - SHEET 1 OF 1
GRADE SEPARATION - ATLANTIC BLVD
CV-T3021DRAFT
130140150DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:15:13 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1031.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENT AS SHOWN
2030
2030
2010
GRADE SEPARATION - ATLANTIC BLVD
NOTES:
C
ADT : NOT KNOWN AT THIS TIME
ADT : NOT KNOWN AT THIS TIME
C
B
EXIST 8" OIL LINE, EXXON MOBIL (RELOCATE)
EXIST RAILROAD BRIDGE
BB STA 331+20.64
TRAFFIC (PER DAY):
C
A
ST-K1031
D
LEGEND:
EXISTING UTILITIES:
EXIST RR R/W
FORECAST (PER DAY):
30 HST
40 AMTRAK
60 METROLINK
118 FREIGHTTRAIN VOLUME :
SHARED TRACK
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
1
TYP
EXIST RR R/W
EXIST RR R/W
1
GENERAL PLAN 1 OF 2
• BNSF FREIGHT 1
• BNSF FREIGHT 2
• BNSF FREIGHT 3
EXIST RR R/W
EB STA 332+80.14
APPROACH SLAB
C
D
B
A
E
331+00
332+00
C
LIMITS OF EXIST BRIDGE REMOVAL
INDICATES EXISTING BRIDGE FEATURES
INDICATES DIRECTION OF TRAFFIC
28°55'31"
CLEARANCE (15'-0" MIN)
INDICATES PROPOSED ATIANTIC BLVD POINT OF MINIMUM VERITICAL
333+00
FOUNDATION:
180 KIPS @ SERVICE
ASSUME 24" Á CIDH, L = 60'
500 KIPS @ SERVICE
ASSUME 24" Á CIDH, L = 80'BENTS:
ABUTMENT:
T/R ELEV 158.38'
T/R ELEV 158.38'
1"=20'-0"
PLAN
• PENNINGTON WAY
• M2
• M3
• M1
• m1 TO BE RELOCATED
• m2 TO BE RELOCATED
• m3 TO BE RELOCATED
• M4 = • m4
F
F
G
G
H
I
H
F
I
EXIST 12" WATER, CALIF SERVICE WATER (PROTECT IN PLACE)
EXIST 12" WATER, CALIF SERVICE WATER (PROTECT IN PLACE)
EXIST OVERHEAD ELECTRIC 66KV, SCE (RELOCATE)
EXIST GAS LINE, CRIMSON (RELOCATE)
EXIST 8" GAS LINE, SCG (PROTECT IN PLACE)
EXIST 8" OIL LINE, EXXON MOBIL, (PROTECT IN PLACE)
EXIST 12" WATER, CALIF SERVICE WATER (PROTECT IN PLACE)
EXIST 3" GASOLINE LINE, CRIMSON, (PROTECT IN PLACE)
• RAILROAD BRIDGE
• ATLANTIC BLVD =
F
J PROPOSED UTILITY RELOCATION. SEE VOL. 4 UT-D1525J
J
PUMP STATION
PROPOSED
WATER STORAGE
PROPOSED UNDERGROUND
DRAFT
1"=20'-0"
1
AS SHOWN
LEGEND:
PAINT "BR. NO. XX-XXX"
STRUCTURE APPROACH SLAB
NOTES:
5 TYP
GRADE SEPARATION - ATLANTIC BLVD
PAINT "ATLANTIC BLVD UNDERPASS"
DATUM ELEV = 110'
NS/FS
5 WINGWALL
ST-K1032
No Scale
020 20 40
1"=20'
SCALE APPLICABLE FOR FULL SIZE ONLY
INDICATES EXISTING FEATURES
LIMITS OF EXIST BRIDGE REMOVAL
TYPICAL SECTION
1"=10'-0"
2
3
4
3 4
-0.250
EVC STA 298+61.08
ELEV 162.58'
BVC STA 365+13.19
ELEV 94.87'
35'-0"
BB
159'-6"
EB
ABUT 1
BENT 3
ABUT 5
FG
• BENT 31 TYP
15'-0"13'-3"
• M1• FR 1 • FR 2 • FR3 • M2 • M3 • M4
BRIDGE
EXIST RR
PARAPET
PROPOSED BRIDGE SOUTH
PROPOSED BRIDGE NORTH
CONC MEDIAN
GENERAL NOTES:
010 10 20
1"=10'
SCALE APPLICABLE FOR FULL SIZE ONLY
6TYP
7
7
6
TYP 2
NEW UTILITY DUCT
44'-9"
BN 331+00 BN 332+00 BN 333+00
BENT 2 BENT 4 INDICATES POINT OF MINIMUM VERTICAL CLEARANCE (15'-0" MIN)
GENERAL PLAN 2 OF 2
• BENT 2 • BENT 4
43'-9"36'-0"
PROFILE GRADE (M4)
TYP
24" CIDH PILE
TYP
24" CIDH PILE
TYP
W/ CIP CONC DECK
3'-6" STEEL GIRDER
120'-0" MIN
14'-0"14'-0"21'-6"14'-6"15'-6"
107'-9"
12'-3"
MIN 11'-0"
TYP
WALKWAY
SLOPE PAVING
MIRROR ELEVATION - FREiGHT RR
FREIGHT RR
PROP WIDEN 23'-0"
PROP HST BRIGE
9"
T/R
SECTION.
OCS POLES SPAN THE LENGTH OF BRIDGE AND ARE NOT SHOWN ON TYPICAL3.
ONLY FACADE OF BRIDGE IS SHOWN FOR CLARITY.2.
FOR THIS SUBMITTAL.
ALL DIMENSIONS ARE APPROXIMATE. NO AS-BUILT PLANS WERE AVAILABLE 1.
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
CONTRACT NO.mamawamc3/8/20188:15:18 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\ST\LO-ST-K1032.dgnD. SARETSKY
J. SWANSON
HSR06-0005
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
03/09/18
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
M. RODRIGUEZ
D. SARETSKY
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRIMARILY ENGINEERING PROJECT DOCUMENTDRAFT
S100+00
S105+00
S110+00
S113+05
S113+05CT S101+23.39TC S104+24.01CT S105+14.25TC S106+83.13CT S107+70.63TC S109+95.54CT S111+63.07STA S113+04.91STA S112+74.74STA S102+23.65STA S101+93.48TC S100+00.00PITO NO. 9 TURNOUTPS NO. 9 TURNOUTPS NO. 9 TURNOUTPITO NO. 9 TURNOUTDRAWING NO.
SCALE
SHEET NO.
DATE SUB APPBYREV
CONTRACT NO.
HSR06-0005
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
mamawamc3/6/20185:51:37 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 1\TT\LO-TT-D1777.dgnPROFILE
PLAN
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
PRELIMINARY ENGINEERING FOR PROJECT DEFINITIONELEV 193.850.132%
(ALL TRACKS)
BNSF TRACK PROFILE
(Approx)
OG ALONG TRACK •ELEV 195.75PS NO. 9 TURNOUTPOE STA 113+04.91POB STA 100+00.00220
210
200
190
AS SHOWN
180
TT-D1777
050 50 100
1"=50' HOR
SCALE APPLICABLE FOR FULL SIZE ONLY
010 10 20
1"=10' VERT
SCALE APPLICABLE FOR FULL SIZE ONLY
170
MALABAR LEAD
• NEW BNSF
SPUR TRACK
• EX BNSF
BNSF MALABAR CONNECTOR - PLAN AND PROFILE
C1801
S
C1802
S
C1803
S
C1804
S
230
240
160
220
210
200
190
180
170
230
240
160
STA S100+00 TO STA S113+04.91
REMOVE EX TRK
N63°34'22"E 30.17
S83°52'44"E 168.88
105+00 110+00101+00 102+00 103+00 104+00 106+00 107+00 108+00 109+00 111+00 112+00 113+00PS NO. 9 TURNOUT46TH STREET
SEVILLE AVEPACIFIC BLVDCHAMBERS STREET
BNSF SPUR TRK
• REALIGNED
100+00
S89°48'27"W 200.36
S83°49'58"E 100.26
N90°00'00"E 224.91
S69°55'57"W 111.67
GRADE CROSSING
SEVILLE AVE.
GRADE CROSSING
PACIFIC AVE.
GRADE CROSSING
46TH ST.STA 101+93.48STA 100+52.47STA 109+50.74STA 111+75.0346TH ST. CROSSINGSEVILLE AVE. CROSSINGPACIFIC AVE. CROSSINGDRAFT
AC
AC
AC
REV BY
SHEET NO.
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1777.dgnmamawamc3/8/201811:52:15 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
E 46TH ST
ROADWAY IMPROVEMENT - E 46TH ST (VERNON)
IMPACT PLAN - SHEET 1 OF 1
CV-T1777SEVILLE AVEPACIFIC AVES
CHAMBERS ST 12'12'20'20'
SEE NOTE 2 HEREON
PROP RR ROW TYP
SEE NOTE 2 HEREON
PROP RR ROW TYP
SEE NOTE 2 HEREON
PROP PROPERTY TAKE
NO STREET PARKING ZONE
460'±
TBD TYP
TRAFFIC SIGNAL
RR PREEMPTION &
SEE NOTE 2 HEREON
PROP RR ROW TYP
SEE NOTE 2 HEREON
PROP RR ROW TYP
ROW TYP
EXIST RR
ROW TYP
EXIST RR
RR TYP
DEMO EXIST
SPUR
PROP BNSF
MALABAR LEAD
PROP BNSF
(RR PREEMPTION TBD)
& TRAFFIC SIGNAL
MODIFY EXIST GRADE CROSSING
GRADE CROSSING
MODIFY EXIST
TBD TYP
& TRAFFIC SIGNAL
RR PREEMPTION
NEW GRADE CROSSING
DRAFT
AC
AC
AC
REV BY
SHEET NO.
DATE
CONTRACT NO.
DRAWING NO.
SCALE
HSR06-0005
AS SHOWN
I:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 3\CV\LO-CV-T1778.dgnmamawamc3/8/201811:52:26 PMSTV_CHSR_11x17_PDF.pltcfgLOS ANGELES, CA 90017-2556
www.stvinc.com
1055 WEST SEVENTH STREET, SUITE 3150
NOTES:
1.
SEE VOLUME 1.
FOR TRACK INFORMATION,
2.
SEE VOLUME 1.
FOR RIGHT-OF-WAY INFORMATION,
3.
SEE VOLUME 3.
FOR BRIDGE INFORMATION,
4.
SEE VOLUME 4.
FOR UTILITY INFORMATION,
5.
SEE VOLUME 4.
FOR GRADING INFORMATION,
6.
SEE VOLUME 4.
FOR DRAINAGE INFORMATION,
7.
SEE VOLUME 4.
FOR SYSTEM INFORMATION,
RECORD SET
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
AC
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50' HORIZ
SCALE APPLICABLE FOR FULL SIZE ONLY
E 49TH ST
ROADWAY IMPROVEMENT - E 49TH ST (VERNON)
IMPACT PLAN - SHEET 1 OF 1
CV-T177820'20'HAMPTON STS SANTA FE AVEPACIFIC AVE20'20'20'20'
PER CITY'S STD
PROP CUL-DE-SAC
PROTECT IN PLACE
SIGNAL POST
HISTORICAL RR
PER CITY'S STD
INSTALL WARMING SIGN
TERMINATE STREET &
TYP
EXIST
JOIN
E 49TH ST
DRAFT
VOLUME 4
GE-A0401
& COMMUNICATION TOWERS
GENERAL, UTILITIES, GRADING AND DRAINAGE, TRACTION POWER,
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/201810:52:07 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\GE\LO-GE-A0401.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
PROJECT LOCATION MAP
COUNTY
LOS ANGELES
COUNTY
ORANGE
MONTEBELLO
NORWALK
SPRINGS
SANTA FE
O
R
ANGE
C
OUN
T
Y
L
OS ANGE
L
E
S
C
OUNT
YVERNON
BELL
COMMERCE
WHITTIER
GARDENS
BELL
DOWNEY
LA MIRADA
CERRITOS
PARK
BUENA
FULLERTON
ANAHEIM
ANGELES
LOS
US-101SR-110I-10
I-10SR-60
I-5
I-
7
1
0
I
-5I-605SR-91
I-
5
I-5S
R-
5
7
SR-22SR-19SR-39LA RIVER RIO HONDORIVERA
PICO
RIVERGABRIELSANCREEKCOYOTEN FORKCRKCOYOTE CREEKFULLERTONCREEKCARBON
RIVERSANTA A N A
BREA CREEK
MIRADALACREEKSTA 190+00.00
BEGIN WORK
T
O BURBANKSTATION
ARTIC
UNION STATION
LOS ANGELES
CALIFORNIA HIGH-SPEED TRAIN PROJECT
LOCATION
PROJECT
MAP
TRAIN PROJECT
HIGH-SPEED
CALIFORNIA
SACRAMENTO
SAN FRANCISCO
SAN DIEGO
MERCED
FRESNO
SAN JOSE
BAKERSFIELD
PALMDALE
ANAHEIM
LOS ANGELES
TONGVA SUBDIVISION
LOS ANGELES TO ANAHEIM
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION (PEPD)
NO SCALE
HSR06-0005
PROJECT LOCATION MAP
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
J. SWANSON
J. SWANSON
M. MAMAWAL
M. MAMAWAL
SBN 136+31.75 AHEAD
279+50.00 BACK=
STATION EQUATION
SOC 1355+00.00 AHEAD
SBN 1355+51.19 BACK=
STATION EQUATION
SOC STA 1613+67.84
END WORK
DRAFT
SBY 180+00
SBY 185+00 SBY 190+00
SBY 179+00
SBY 181+00
SBY 182+00 SBY 183+00 SBY 184+00 SBY 186+00 SBY 187+00 SBY 188+00 SBY 189+00 SBY 191+00 SBY 192+00 SBY 193+00
SBY 180+00
SBY 185+00 SBY 190+00
SBY 179+00
SBY 181+00
SBY 182+00 SBY 183+00 SBY 184+00 SBY 186+00 SBY 187+00 SBY 188+00 SBY 189+00 SBY 191+00 SBY 192+00 SBY 193+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:41:20 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1514.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
• LA-A NB
• LA-A SB
• EX BNSF M1
• EX BNSF M2
EXIST ROW
VERNONLOS ANGELES VERNONLOS ANGELESSBY 180+00
SBY 185+00 SBY 190+00
SBY 179+00
SBY 181+00
SBY 182+00 SBY 183+00 SBY 184+00 SBY 186+00 SBY 187+00 SBY 188+00 SBY 189+00 SBY 191+00 SBY 192+00 SBY 193+00
UT-D1514SEE DRAWING UT-D1513MATCH LINESEE DRAWING UT-D1515MATCH LINESTA SBN 178+50 TO STA SBN 192+50
DRAFT
SBY 195+00 SBY 200+00 SBY 205+00SBY 193+00 SBY 194+00 SBY 196+00 SBY 197+00 SBY 198+00 SBY 199+00 SBY 201+00 SBY 202+00 SBY 203+00 SBY 204+00 SBY 206+00 SBY 207+00SBY 195+00 SBY 200+00 SBY 205+00SBY 193+00 SBY 194+00 SBY 196+00 SBY 197+00 SBY 198+00 SBY 199+00 SBY 201+00 SBY 202+00 SBY 203+00 SBY 204+00 SBY 206+00 SBY 207+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:42:07 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1515.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
VERNON
LOS ANGELES
EXIST ROW
• EX BNSF LEAD
• EX BNSF M1
• EX BNSF M2
• EX BNSF M3
• EX BNSF M4
• EX IND TRACKVERNONLOS ANGELESSBY 195+00 SBY 200+00 SBY 205+00SBY 193+00 SBY 194+00 SBY 196+00 SBY 197+00 SBY 198+00 SBY 199+00 SBY 201+00 SBY 202+00 SBY 203+00 SBY 204+00 SBY 206+00 SBY 207+00
UT-D1515SEE DRAWING UT-D1514MATCH LINESEE DRAWING UT-D1516MATCH LINESTA SBN 192+50 TO STA SBN 206+50
• NEW BNSF LEAD
DRAFT
SBY 210+00 SBY 215+00 SBY 220+00SBY 207+00 SBY 208+00 SBY 209+00 SBY 211+00 SBY 212+00 SBY 213+00 SBY 214+00 SBY 216+00 SBY 217+00 SBY 218+00 SBY 219+00SBY 210+00 SBY 215+00 SBY 220+00SBY 207+00 SBY 208+00 SBY 209+00 SBY 211+00 SBY 212+00 SBY 213+00 SBY 214+00 SBY 216+00 SBY 217+00 SBY 218+00 SBY 219+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:42:54 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1516.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
S DO
WNEY RD
E 26TH ST
RR ROW
EXIST
SIDING
EX BNSF INDUSTRIAL
• NEW BNSF LEAD
SBY 210+00 SBY 215+00 SBY 220+00SBY 207+00 SBY 208+00 SBY 209+00 SBY 211+00 SBY 212+00 SBY 213+00 SBY 214+00 SBY 216+00 SBY 217+00 SBY 218+00 SBY 219+00
UT-D1516SEE DRAWING UT-D1515MATCH LINESEE DRAWING UT-D1517MATCH LINESTA SBN 206+50 TO STA SBN 220+50
DRAFT
SBY 225+00
SBY 230+00
SBY 221+00 SBY 222+00 SBY 223+00 SBY 224+00 SBY 226+00 SBY 227+00 SBY 228+00
SBY 229+00
SBY 231+00
SBY 232+00
SBY 233+00
SBY 234+00
SBY 225+00
SBY 230+00
SBY 221+00 SBY 222+00 SBY 223+00 SBY 224+00 SBY 226+00 SBY 227+00 SBY 228+00
SBY 229+00
SBY 231+00
SBY 232+00
SBY 233+00
SBY 234+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:43:42 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1517.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
S
UBDI
VI
S
I
ONUP
S
AN
P
EDROSUBDIVISION
• EX SAN PEDRO
• EX BNSF M2
• EX BNSF LEAD
• EX BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
• NEW BNSF M1
RR ROW
EXIST
ROADWAY OVERPASS
BNSF HOBART YARD
TOWER
TRANSMISSION
PROP ELEC
(OH) 138 KV
PROP ELEC
(OH) 66 KV
PROP ELEC
• NEW BNSF LEAD
YARD
HOBART
BNSF
(OH) 138 KV
PROP ELEC
SEE VOL 3
26TH ST
PROP •
SBY 225+00
SBY 230+00
SBY 221+00 SBY 222+00 SBY 223+00 SBY 224+00 SBY 226+00 SBY 227+00 SBY 228+00
SBY 229+00
SBY 231+00
SBY 232+00
SBY 233+00
SBY 234+00
CONNECTOR
SUBDIVISION
SAN PEDRO
• NEW UPRR
(REALIGNED)
E 26TH ST
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
S. DOWNEY RDUT-D1517SEE DRAWING UT-D1516MATCH LINESEE DRAWING UT-D1518MATCH LINESTA SBN 220+50 TO STA SBN 234+50
DRAFT
SBY
235+00
SBY
240+00
SBY 245+00
SBY 236+00
SBY 237+00
SBY 238+00
SBY 239+00
SBY 241+00
SBY 242+00
SBY 243+00
SBY 244+00
SBY 246+00
SBY 247+00
SBY 248+00
cp
cp
cp
cp
cp
cp
cp
cp
SBY
235+00
SBY
240+00
SBY 245+00
SBY 236+00
SBY 237+00
SBY 238+00
SBY 239+00
SBY 241+00
SBY 242+00
SBY 243+00
SBY 244+00
SBY 246+00
SBY 247+00
SBY 248+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:44:31 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1518.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
• NEW BNSF M4
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1
RR ROW
EXIST • EX BNSF LEAD
(OH) 66 KV
PROP ELEC
LENGTH TBD
(OH) 138 KV
PROP ELEC
SEE VOL 3
26TH ST
PROP •
SBY
235+00
SBY
240+00
SBY 245+00
SBY 236+00
SBY 237+00
SBY 238+00
SBY 239+00
SBY 241+00
SBY 242+00
SBY 243+00
SBY 244+00
SBY 246+00
SBY 247+00
SBY 248+00
CONNECTOR
PEDRO SUBDIVISION
• NEW UPRR SAN
(REAL
IGNED
)
E
26TH
ST
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TRACKS TYP
• NEW BNSF
TOWER
TRANSMISSION
PROP ELEC
(TO BEVACANT)
E 26TH ST
UT-D1518SEE DRAWING UT-D1517MATCH LINESEE DRAWING UT-D1519MATCH LINESTA SBN 234+50 TO STA SBN 248+50
VACATED)
DRAFT
SBY 250+00
SBY 255+00 SBY 260+00
SBY 249+00
SBY 251+00 SBY 252+00 SBY 253+00 SBY 254+00 SBY 256+00 SBY 257+00 SBY 258+00 SBY 259+00 SBY 261+00 SBY 262+00
cp
cp
SBY 250+00
SBY 255+00 SBY 260+00
SBY 249+00
SBY 251+00 SBY 252+00 SBY 253+00 SBY 254+00 SBY 256+00 SBY 257+00 SBY 258+00 SBY 259+00 SBY 261+00 SBY 262+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
DuguilJR3/8/201812:21:10 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1519.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1
• NEW BNSF M4
RR ROW
EXIST
(OH) 66 KV
PROP ELEC
SEE VOL 3
26TH ST
PROP •
SBY 250+00
SBY 255+00 SBY 260+00
SBY 249+00
SBY 251+00 SBY 252+00 SBY 253+00 SBY 254+00 SBY 256+00 SBY 257+00 SBY 258+00 SBY 259+00 SBY 261+00 SBY 262+00
CONNECTOR
PEDRO SUBDIVISION
• NEW UPRR SAN
(REALIGNED)
E 26TH ST
(REALIGNED)
E 26TH ST
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
SLAB SEE VOL 3
PROP CULVERT
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACATED)
E 26TH ST
UT-D1519SEE DRAWING UT-D1518MATCH LINESEE DRAWING UT-D1520MATCH LINESTA SBN 248+50 TO STA SBN 262+00
DRAFT
SBY 265+00 SBY 270+00 SBY 275+00SBY 262+00 SBY 263+00 SBY 264+00 SBY 266+00 SBY 267+00 SBY 268+00 SBY 269+00 SBY 271+00 SBY 272+00 SBY 273+00 SBY 274+00SBY 265+00 SBY 270+00 SBY 275+00SBY 262+00 SBY 263+00 SBY 264+00 SBY 266+00 SBY 267+00 SBY 268+00 SBY 269+00 SBY 271+00 SBY 272+00 SBY 273+00 SBY 274+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
DuguilJR3/8/201812:21:53 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1520.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
RR ROW
EXIST
WATER 12"
WATER 4"
GAS 8"
GAS 4"
TERMINATE EX
(OH) 66 KV
PROP ELEC
SEE VOL 3
PER CITY STD
PROP CUL-DE-SAC STUB EX 15" VCP@N
PROP SEWER MH
SEE VOL 3
26TH ST
PROP •
SBY 265+00 SBY 270+00 SBY 275+00SBY 262+00 SBY 263+00 SBY 264+00 SBY 266+00 SBY 267+00 SBY 268+00 SBY 269+00 SBY 271+00 SBY 272+00 SBY 273+00 SBY 274+00
(REALIGNED)
E 26TH ST
• NEW BNSF M3
• NEW BNSF M4
• NEW BNSF M2
• NEW BNSF M1
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACATED)
E 26TH ST
UT-D1520SEE DRAWING UT-D1519MATCH LINESEE DRAWING UT-D1521MATCH LINESTA SBN 262+00 TO STA SBN 275+50
DRAFT
SBY 280+00 SBY 285+00SBY 276+00 SBY 277+00 SBY 278+00 SBY 279+00 SBY 281+00 SBY 282+00 SBY 283+00 SBY 284+00 SBY 286+00 SBY 287+00 SBY 288+00 SBY 289+00SBY 280+00 SBY 285+00SBY 276+00 SBY 277+00 SBY 278+00 SBY 279+00 SBY 281+00 SBY 282+00 SBY 283+00 SBY 284+00 SBY 286+00 SBY 287+00 SBY 288+00 SBY 289+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
DuguilJR3/8/201812:22:40 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1521.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
RR ROW
EXIST
(OH) 66 KV
PROP ELEC
SEE VOL 3
26TH ST
PROP •
SBY 280+00 SBY 285+00SBY 276+00 SBY 277+00 SBY 278+00 SBY 279+00 SBY 281+00 SBY 282+00 SBY 283+00 SBY 284+00 SBY 286+00 SBY 287+00 SBY 288+00 SBY 289+00
(REALIGNED)
E 26TH ST
• NEW BNSF M3
• NEW BNSF M4
• NEW BNSF M2
• NEW BNSF M1
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACATED)
E 26TH ST
UT-D1521SEE DRAWING UT-D1520MATCH LINESEE DRAWING UT-D1522MATCH LINESTA SBN 275+50 TO STA SBN 289+00
DRAFT
SBY 290+00 SBY 295+00 SBY 300+00SBY 289+00 SBY 291+00 SBY 292+00 SBY 293+00 SBY 294+00 SBY 296+00 SBY 297+00 SBY 298+00 SBY 299+00 SBY 301+00 SBY 302+00SBY 290+00 SBY 295+00 SBY 300+00SBY 289+00 SBY 291+00 SBY 292+00 SBY 293+00 SBY 294+00 SBY 296+00 SBY 297+00 SBY 298+00 SBY 299+00 SBY 301+00 SBY 302+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
DuguilJR3/8/201812:23:31 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1522.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
RR ROW
EXIST
(OH) 66 KV
PROP ELEC
SEE VOL 3
PER CITY STD
PROP CUL-DE-SAC
STUB EX 15" VCP@N
PROP SEWER MH
SEE VOL 3
26TH ST
PROP •
SBY 290+00 SBY 295+00 SBY 300+00SBY 289+00 SBY 291+00 SBY 292+00 SBY 293+00 SBY 294+00 SBY 296+00 SBY 297+00 SBY 298+00 SBY 299+00 SBY 301+00 SBY 302+00
(REALIGNED)
E 26TH ST
• NEW BNSF M3
• NEW BNSF M4
• NEW BNSF M2
• NEW BNSF M1
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACATED)
E 26TH ST
UT-D1522SEE DRAWING UT-D1521MATCH LINESEE DRAWING UT-D1523MATCH LINESTA SBN 289+00 TO STA SBN 302+50
DRAFT
SBY 305+00
SBY 310+00
SBY 315+00
SBY 303+00 SBY 304+00 SBY 306+00 SBY 307+00
SBY 308+00
SBY 309+00
SBY 311+00
SBY 312+00
SBY 313+00
SBY 314+00
SBY 316+00
cp
cp
cp
cp
cp
cp
cp
SBY 305+00
SBY 310+00
SBY 315+00
SBY 303+00 SBY 304+00 SBY 306+00 SBY 307+00
SBY 308+00
SBY 309+00
SBY 311+00
SBY 312+00
SBY 313+00
SBY 314+00
SBY 316+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
DuguilJR3/8/201812:24:13 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1523.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
RR ROW
EXIST
(OH) 66 KV
PROP ELECAVEAYERSSEE VOL 3
PER CITY STD
PROP CUL-DE-SAC
STUB EX 12" VCP@N
PROP SEWER MH
SEE VOL 3
26TH ST
PROP •
ESMT TYP
UTILITY
PROP
SBY 305+00
SBY 310+00
SBY 315+00
SBY 303+00 SBY 304+00 SBY 306+00 SBY 307+00
SBY 308+00
SBY 309+00
SBY 311+00
SBY 312+00
SBY 313+00
SBY 314+00
SBY 316+00
(REALIGNED)
E 26TH ST
• NEW BNSF M3
• NEW BNSF M4
• NEW BNSF M2
• NEW BNSF M1
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TELECOM
WATER 12"
WATER 6"
GAS 6"
GAS 4"
TERMINATE EX
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACATED)
E 26TH ST
UT-D1523SEE DRAWING UT-D1522MATCH LINESEE DRAWING UT-D1524MATCH LINESTA SBN 302+50 TO STA SBN 316+00
DRAFT
SBY 320+00
SBY 325+00
SBY 316+00
SBY 317+00
SBY 318+00
SBY 319+00
SBY 321+00
SBY 322+00
SBY 323+00
SBY 324+00
SBY 326+00
SBY 327+00
SBY 328+00
SBY 329+00
cp
cp
cp
cp
SBY 320+00
SBY 325+00
SBY 316+00
SBY 317+00
SBY 318+00
SBY 319+00
SBY 321+00
SBY 322+00
SBY 323+00
SBY 324+00
SBY 326+00
SBY 327+00
SBY 328+00
SBY 329+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:49:33 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1524.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLAN
VERNON
COMMERCE
I-710I-710• NEW BNSF M4
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1
RR ROW
EXIST
(BY OTHERS)
WIDENING
PROP I-710
(BY OTHERS)
WIDENING
PROP I-710
(OH) 66 KV
PROP ELEC
(VACANT)
E 26TH ST
SEE VOL 3
PER CITY STD
PROP CUL-DE-SAC
(OH) 66 KV
PROP ELEC
ST
E 26TH
ESMT TYP
UTILITY
PROP
WALL SEE VOL 2
PROP RETAINING
SBY 320+00
SBY 325+00
SBY 316+00
SBY 317+00
SBY 318+00
SBY 319+00
SBY 321+00
SBY 322+00
SBY 323+00
SBY 324+00
SBY 326+00
SBY 327+00
SBY 328+00
SBY 329+00
YARD
HOBART
BNSF
SEE VOL 1
S BOUNDARY
PROP BNSF
YARD
HOBART
BNSF
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
TRACKS TYP
• NEW BNSF
TRACKS TYP
• NEW BNSF
(TO BE VACANT)
E 26TH ST
UT-D1524SEE DRAWING UT-D1523MATCH LINESEE DRAWING UT-D1525MATCH LINESTA SBN 316+00 TO STA SBN 329+50
DRAFT
SBY 330+00 SBY 335+00 SBY 340+00SBY 331+00 SBY 332+00 SBY 333+00 SBY 334+00 SBY 336+00 SBY 337+00 SBY 338+00 SBY 339+00 SBY 341+00 SBY 342+00SBY 330+00 SBY 335+00 SBY 340+00SBY 331+00 SBY 332+00 SBY 333+00 SBY 334+00 SBY 336+00 SBY 337+00 SBY 338+00 SBY 339+00 SBY 341+00 SBY 342+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/2/20186:50:21 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\UT\LO-UT-D1525.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION 1" = 50'
V. RACELIS
V. RACELIS
C. LIU
D. LEON
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
PROPOSED UTILITIES RELOCATION PLANATLANTIC BLVDPENNI
NGTON WAYVERNON
COMMERCE
BELLVERNONPROP OIL 8"
UG STORAGE
STATION &
PROP PUMP
18" RCP
PROP SD
24" RCP
PROP SD
(OH)
PROP ELEC
8"
PROP OIL
PROP GASOLINE 6"
PROP OIL 8"
PROP GAS 8"
(OH) 66 KV
PROP ELEC
(OH) 66 KV
PROP ELEC
WALL SEE VOL 2
PROP RETAINING
SBY 330+00 SBY 335+00 SBY 340+00SBY 331+00 SBY 332+00 SBY 333+00 SBY 334+00 SBY 336+00 SBY 337+00 SBY 338+00 SBY 339+00 SBY 341+00 SBY 342+00
• NEW YARD LEAD
• NEW BNSF M4
• REALIGNED BNSF M3
• EX BNSF LEAD
• REALIGNED BNSF M2
• REALIGNED BNSF M1 • EX YARD LEAD
• NEW YARD LEAD
RR ROW
EXIST
WATER 12"
GAS 8"
GASOLINE 6"
OIL 8"
OIL 8"
PROP JOINT TRENCH
UT-D1525SEE DRAWING UT-D1524MATCH LINESEE DRAWING UT-D1526MATCH LINE ARE ALSO SHOWN ON GRADE SEPARATION DRAWING ST-K1031.
UTILITY CONFLICTS ON CROSSING STREET AT THIS GRADE SEPARATION LOCATION1.
NOTE:
STA SBN 329+50 TO STA SBN 342+00
DRAFT
SBY 210+00 SBY 215+00 SBY 220+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:45:07 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1516.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
CV-G1516
EXISTING ROW
15.73'SEE DRAWING CV-G1517MATCH LINEE 26TH ST
S DO
WNEY RD
(LACFCD BI-588)
42" RCP
EXISTING
WASHINGTON BLVD
(LACFCD BI-5206)
10'WX12'H RCB
EXISTING
(LACFCD PROJ BI-5206)
45" RCP
EXISTING
(LACFCD BI-588)
42" RCP
EXISTING
SIDING
EX BNSF INDUSTRIAL
• EX. BNSF LEAD
• EX. BNSF M1
• EX. BNSF M2
• EX. BNSF M3
• EX. BNSF M4
15'STATION
EXIST SD PUMP
STA SBY 206+50 TO STA SBY 220+50
DRAFT
SBY 225+00
SBY 230+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:46:34 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1517.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
CV-G1517
ROW
EXISTING
SEE DRAWING CV-G1516MATCH LINESEE DRAWING CV-G1518MATCH LINE(LACFCD BI-0090)
EXISTING 78" RCP
(COLA PLAN 29541)
14'X7' RCB
EXISTING
(COLA PLAN 29541)
14'X7' RCB
EXISTING
• EX. BNSF LEAD
BNSF HOBART YARD
(PRI
VATE)ACCESS ROADSTA SBY 220+50 TO STA SBY 234+50
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
TOWER
TRANSMISSION
EXIST SCE
TOWER
TRANSMISSION
EXIST SCE
SCE TRANSMISSION TOWER
PROPOSED RELOCATED
SUB CONNECTOR TRK
• NEW UPRR SAN PEDRO
LEAD
• NEW BNSF LEAD
• NEW BNSF
LEAD
• NEW BNSF
SUBDRAIN
18" PERFORATED
PROPOSED
DRAFT
SBY
235+00
SBY
240+00
SBY 245+00
190
190
190190190190190
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:48:05 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1518.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
HOBART YARD
CV-G1518
ROW
EXISTING
SEE DRAWING CV-G1517MATCH LINESEE DRAWING CV-G1519MATCH LINE• EX. BNSF LEAD
STA SBY 234+50 TO STA SBY 248+50
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
PROPOSED 18" PERFORATED SUBDRAIN
(CITY OF VERNON)
EXISTING 24" RCP
SCE TRANSMISSION TOWER
PROPOSED RELOCATION
TOWER
EXIST SCE TRANSMISSION
STORAGE YARD TRKS
NEW BNSF HOBART
26TH ST (TO BE VACATED)
DRAFT
SBY 250+00 SBY 255+00 SBY 260+00
180
180180180
180180
180DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:49:44 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1519.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
HOBART YARD
EXISTING ROW
CV-G1519SEE DRAWING CV-G1518MATCH LINESEE DRAWING CV-G1520MATCH LINE(LACFCD PROJ DDI-26)
14' W x 8.5' H RCB
EXISTING
(OWNERSHIP TBD)
20'-2" W x 4' H RCB
EXISTING
• EX. BNSF LEAD
STA SBY 248+50 TO STA SBY 262+00
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
(LACFCD PROJ DDI-26)
14' W x 8.5' H RCB
JOIN EXISTING
(OWNERSHIP TBD)
OPEN TRAPEZOIDAL CHANNEL
JOIN EXISTING CONCRETE
PROP. 18" PERFORATED SUBDRAINS
(CITY OF VERNON)
EXISTING 24" RCP
(OWNERSHIP TBD)
TO BE REMOVED
TRAPEZOIDAL CHANNEL
EXISTING CONCRETE OPEN
(SEE DWG UT-D1519)
PROPOSED RCB CULVERT EXTENSION
4. FOR RCB STRUCTURAL DESIGN SEE DWG ST-K1017 AND ST-K1018.
STORAGE YARD TRKS
NEW BNSF HOBART26TH ST (TO BE VACATED)
DRAFT
SBY 265+00 SBY 270+00 SBY 275+00
170 170
170170170
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:50:59 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1520.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
EXISTING ROW
CV-G1520SEE DRAWING CV-G1519MATCH LINESEE DRAWING CV-G1521MATCH LINEINDIANA ST• EX. BNSF LEAD
HOBART YARD
STA SBY 262+00 TO STA SBY 275+50
• NEW BNSF M4
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
(CITY OF VERNON)
EXISTING 24" RCP
SUBDRAINS
PROPOSED 18" PERFORATED
SUBDRAINS
PROPOSED 18" PERFORATED
STORAGE YARD TRKS
NEW BNSF HOBART
26TH ST (TO BE VACATED)
DRAFT
SBY 280+00 SBY 285+00
170 170170 170 170
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:52:13 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1521.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
HOBART YARD
CV-G1521
EXISTING ROW
SEE DRAWING CV-G1520MATCH LINESEE DRAWING CV-G1522MATCH LINE• EX. BNSF LEAD
STA SBY 275+50 TO STA SBY 289+00
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
(CITY OF VERNON)
EXISTING 27" RCP
(CITY OF VERNON)
EXISTING 42" RCP
SUBDRAINS
PROPOSED 18" PERFORATED
STORAGE YARD TRKS
NEW BNSF HOBART
TO BE REMOVED
EXISTING SPUR TRACK
26TH ST (TO BE VACATED)
DRAFT
SBY 290+00 SBY 295+00 SBY 300+00
160 160
160
160160160
160160DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:53:29 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1522.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.BONNIE BEACH PLHOBART YARD
CV-G1522
EXISTING ROW
SEE DRAWING CV-G1521MATCH LINESEE DRAWING CV-G1523MATCH LINE• EX. BNSF LEAD
STA SBY 289+00 TO STA SBY 302+50
• NEW BNSF M4
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3SUBDRAINS
PERFORATED
PROPOSED 18"
(CITY OF VERNON)
EXISTING 24" RCP
(CITY OF VERNON)
JOIN EXISTING 42" RCP
SUBDRAINS
PERFORATED
PROPOSED 18"
STORAGE YARD TRKS
NEW BNSF HOBART
26TH ST (TO BE VACATED)
DRAFT
SBY 305+00
SBY 310+00
SBY 315+00160
160 160160 160
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:54:42 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1523.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.
HOBART YARD
CV-G1523
EXISTING ROW
SEE DRAWING CV-G1522MATCH LINESEE DRAWING CV-G1524MATCH LINEAYERS AVE• EX. BNSF LEAD
STA SBY 302+50 TO STA SBY 316+00
• NEW BNSF M4
• NEW BNSF M3
• NEW BNSF M2
• NEW BNSF M1 SUBDRAINS
PROP. 18" PERFORATED
(CITY OF VERNON)
EXISTING 24" RCP
(LACFCD DDI-23)
12' X 6.5' RCB
JOIN EXISTING DOUBLE
SUBDRAINS
PROP. 18" PERFORATED
STORAGE YARD TRKS
NEW BNSF HOBART
(LACFCD DDI-23)
12' X 6.5' RCB
EXISTING DOUBLE
26TH ST (TO BE VACATED)
DRAFT
SBY 320+00
SBY 325+00
SBY 330+00
DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:56:01 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1524.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.I-710CV-G1524
EXISTING ROWSEE DRAWING CV-G1523MATCH LINESEE DRAWING CV-G1525MATCH LINE(BY OTHERS)
WIDENING
PROPOSED I-710
26TH ST
C
ITY
OF
VERNON
C
ITY
OF
COMMERCE
• EX. BNSF LEAD
(SEE DWG ST-G1028)
PROPOSED RETAINING WALL
-
G2001
LEAD
• NEW YARD
STA SBY 316+00 TO STA SBY 329+50
• NEW BNSF M1
• NEW BNSF M2
• NEW BNSF M3
• NEW BNSF M4
PROPOSED 18" PERFORATED SUBDRAINS
(LACFCD DDI-26)
12'-9" W X 7'-6" H RCB
JOIN EXISTING DOUBLE
(LACFCD DDI-26)
12'-9" W X 7'-6" H RCB
JOIN EXISTING DOUBLE
PROPOSED 18" PERFORATED SUBDRAINS
(CITY OF VERNON)
EXISTING STORM DRAIN
DRAFT
SBY 330+00 SBY 335+00 SBY 340+00
150 150 150150
150 150150150DATE
DRAWING NO.
SCALE
SHEET NO.
DATE CHK APPBYREV DESCRIPTION
DRAWN BY
DESIGNED BY
CHECKED BY
IN CHARGE
OhnZM3/6/20187:57:27 PMI:\Projects\4017456\4017456_0001\90_CAD Models and Sheets\LO\Sheet Files\Vol 4\CV\LO-CV-G1525.dgnCONTRACT NO.
HSR06-0005
03/09/18
LOS ANGELES TO ANAHEIM
CALIFORNIA HIGH-SPEED TRAIN PROJECT
1055 WEST SEVENTH STREET, SUITE 3150
LOS ANGELES, CA 90017-2556
www.stvinc.com
RECORD SET
CONSTRUCTION
NOT FOR
USE ONLY
FOR INTERNAL
SUBMITTAL
PEPD
PRELIMINARY ENGINEERING FOR PROJECT DEFINITION
D. BARRAZA
M. SATISH
J. SWANSON
1" = 50'
GRADING AND DRAINAGE
R. WONG
NOTES:
FOR INTERNAL USE ONLY
NOT FOR CONSTRUCTION
050 50 100
1"=50'
SCALE APPLICABLE FOR FULL SIZE ONLY
VOLUME 2.
FOR RETAINING WALL INFORMATION SEE RETAINING WALL PLANS IN3.
OF SUBGRADE ELEVATIONS. BALLAST IS NOT INCLUDED.
CONTOUR GRADING ALONG THE HST TRACKS IS BASED ON THE TOP2.
INTRUSION BARRIER WILL BE PROVIDED AT RAILROAD RIGHT OF WAY.1.ATLANTIC BLVDEXISTING ROW
CV-G1525SEE DRAWING CV-G1524MATCH LINESEE DRAWING CV-G1526MATCH LINECITY OF VERNON
CITY OF COMMERCE
CITY OF BELLCITY OF VERNONMTD-618)
(LACFCD PROJ
63" RCP
EXISTING
(CITY OF VERNON)
36" RCP
EXISTING
• NEW BNSF M4
• EX. BNSF M3
• EX. BNSF M2
• EX. BNSF M1
• EX. BNSF LEAD
P
E
NNI
NGT
ON WAY• EX YARD LEAD
• NEW YARD LEAD
(CITY OF COMMERCE)
EXISTING STORM DRAIN
(SEE DWG ST-G1029)
PROPOSED RETAINING WALL
(SEE DWG ST-G1028)
PROPOSED RETAINING WALL
-
G2001
E. 26TH ST.(PRIVATE)
ACCESS ROAD
STA SBY 329+50 TO STA SBY 342+00
(SEE DWG UT-D1525)
RELOCATION
PROPOSED STORM DRAIN
PROPOSED 18" PERFORATED SUBDRAIN
PROPOSED 18" PERFORATED SUBDRAIN
DRAFT
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
14
ATTACHMENT B
COST PROPOSAL – LABOR HOUR WORKSHEET
Task No. Task Description Position A Position B Position C Position D Position E Position F Position GTotal Task Hours Total Task FeePosition A's Billing Rate Position B's Billing Rate Position C's Billing Rate Position D's Billing Rate Position E's Billing Rate Position F's Billing Rate Position G's Billing Rate 1.1 Kick‐Off Meeting and Project Coordination1.2 Comments on Technical and Engineering Documents1.3 Conflict Identification Report1.4 Additional Tasks as Identified by the Consultant2.1 Project Coordination2.2 Comments on the Draft and Final EIR2.3 Additional Tasks as Identified by the ConsultantCITY OF VERNONProject Name: Technical, Engineering, EIR Documents Review Services for the California High‐Speed Rail ProjectTotal Labor HoursPhase 1: Prior to the Release of the Draft EIRPhase 2: Prior to the Release of the Draft EIROther Direct Costs (e.g. travel/mileage costs)Project TotalCost Proposal ‐ Labor Hour Worksheet
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
15
ATTACHMENT C
EXHIBIT 10-H1, COST PROPOSAL, FROM THE CALTRANS LOCAL ASSISTANCE
PROCEDURES MANUAL
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Page 1 of 9
January 2018
EXHIBIT 10-H1 COST PROPOSAL Page 1 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES)
Note: Mark-ups are Not Allowed ☐ Prime Consultant ☐ Subconsultant ☐ 2nd Tier Subconsultant
Consultant __________________________________________________________
Project No. _______________________ Contract No. ____________________ Date ____________________
DIRECT LABOR
Classification/Title Name Hours Actual Hourly Rate Total
(Project Manager)* ____________________________ ________ $ _____________ $ _____________
(Sr. Civil Engineer) ____________________________ ________ $ _____________ $ _____________
(Envir. Scientist) ____________________________ ________ $ _____________ $ _____________
(Inspector)** ____________________________ ________ $ _____________ $ _____________
LABOR COSTS
a)Subtotal Direct Labor Costs $ _______________
b)Anticipated Salary Increases (see page 2 for calculation)$ _______________
c)TOTAL DIRECT LABOR COSTS [(a) + (b)] $ _______________
INDIRECT COSTS
d)Fringe Benefits (Rate: _____%)e) Total Fringe Benefits [(c) x (d)] $ _______________
Overhead (Rate: _____%) g)Overhead [(c) x (f)] $ _______________
h)General and Administrative (Rate: _____%) i) Gen & Admin [(c) x (h)] $ _______________
j)TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ _______________
FIXED FEE k)TOTAL FIXED FEE [(c) + (j)] x fixed fee ______%] $ ______________
l)CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary)
Description of Item Quantity Unit Unit Cost Total
Mileage Costs $ $
Equipment Rental and Supplies $ $
Permit Fees $ $
Plan Sheets $ $
Test $ $
l)TOTAL OTHER DIRECT COSTS $
m)SUBCONSULTANTS’ COSTS (Add additional pages if necessary)
Subconsultant 1: $
Subconsultant 2: $
Subconsultant 3: $
Subconsultant 4: $
m)TOTAL SUBCONSULTANTS’ COSTS $
n)TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)] $ ___________________
TOTAL COST [(c) + (j) + (k) + (n)] $ _____________________
NOTES:
1.Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked
with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.
2.The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the
consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans.
3.Anticipated salary increases calculation (page 2) must accompany.
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Page 2 of 9
January 2018
EXHIBIT 10-H1 COST PROPOSAL Page 2 of 3
ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS
(CALCULATIONS FOR ANTICIPATED SALARY INCREASES)
1.Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Direct Labor
Subtotal per Cost
Proposal
Total Hours per
Cost Proposal
Avg
Hourly
Rate
5 Year
Contract
Duration
$250,000.00 5000 = $50.00 Year 1 Avg
Hourly Rate
2.Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Avg Hourly Rate Proposed Escalation
Year 1 $50.00 + 2% = $51.00 Year 2 Avg Hourly Rate
Year 2 $51.00 + 2% = $52.02 Year 3 Avg Hourly Rate
Year 3 $52.02 + 2% = $53.06 Year 4 Avg Hourly Rate
Year 4 $53.06 + 2% = $54.12 Year 5 Avg Hourly Rate
3.Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated % Completed
Each Year
Total Hours per Cost
Proposal
Total Hours per
Year
Year 1 20.0% * 5000 = 1000 Estimated Hours Year 1
Year 2 40.0% * 5000 = 2000 Estimated Hours Year 2
Year 3 15.0% * 5000 = 750 Estimated Hours Year 3
Year 4 15.0% * 5000 = 750 Estimated Hours Year 4
Year 5 10.0% * 5000 = 500 Estimated Hours Year 5
Total 100% Total = 5000
4.Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate
(calculated above)
Estimated hours
(calculated above)
Cost per
Year
Year 1 $50.00 * 1000 = $50,000.00 Estimated Hours Year 1
Year 2 $51.00 * 2000 = $102,000.00 Estimated Hours Year 2
Year 3 $52.02 * 750 = $39,015.00 Estimated Hours Year 3
Year 4 $53.06 * 750 = $39,795.30 Estimated Hours Year 4
Year 5 $54.12 * 500 = $27,060.80 Estimated Hours Year 5
Total Direct Labor Cost with Escalation = $257,871.10
Direct Labor Subtotal before Escalation = $250,000.00
Estimated total of Direct Labor Salary
Increase
=
$7,871.10
Transfer to Page 1
NOTES:
1.This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the #
of years of the contract, and a breakdown of the labor to be performed each year.
2.An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable.
(i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology)
3.This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
4.Calculations for anticipated salary escalation must be provided.
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Page 3 of 9
January 2018
EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3
Certification of Direct Costs:
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost
proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the
contract terms and the following requirements:
1.Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3.Title 23 United States Code Section 112 - Letting of Contracts
4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures
5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of
Engineering and Design Related Service
6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be
retained in the project files and be in compliance with applicable federal and state requirements. Costs that are
noncompliant with the federal and state requirements are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect
Cost Rate(s).
Prime Consultant or Subconsultant Certifying:
Name: Title *:
Signature : Date of Certification (mm/dd/yyyy):
Email: Phone Number:
Address:
*An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level
no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent
the financial information utilized to establish the cost proposal for the contract.
List services the consultant is providing under the proposed contract:
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
16
ATTACHMENT D
AFFIDAVIT OF NON-COLLUSION
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
17
AFFIDAVIT OF NON-COLLUSION CONTRACTOR
STATE OF CALIFORNIA }SS
COUNTY OF LOS ANGELES}
_________________________________________________________________, being
first duly sworn deposes and says that he/she is
__________________________________________________________________
(Insert “Sole Owner”, “Partner”, “President”, “Secretary”, or other proper title)
of _____________________________________________________________________
(Insert name of Proposer)
who submits herewith to the City of Vernon a proposal;
That all statements of fact in such proposal are true;
That such proposal was not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization or corporation;
That such proposal is genuine and not collusive or sham;
That said Proposer has not, directly or indirectly by agreement, communication or conference
with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any
other Proposer or anyone else interested in the proposed contract; and further
That prior to the public opening and reading of proposals, said Proposer:
a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham proposal;
b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said
Proposer or anyone else would submit a false or sham proposal, or that anyone should refrain
from proposing or withdraw his proposal;
c. Did not, in any manner, directly or indirectly seek by agreement, communication or
conference with anyone to raise or fix the proposal price of said Proposer or of anyone else, or to
raise of fix any overhead profit or cost element of this proposal price, or of that of anyone else;
d. Did not, directly or indirectly, submit his/her proposal price or any breakdown thereof, or the
contents thereof, or divulge information or data relative thereto, to nay corporation, partnership,
company, association, organization, or to any member or agent thereof, or to any individual or
group of individuals, except the City of Vernon, or to any person or persons who have a
partnership or other financial interest with Proposer in his/her business.
I certify under penalty of perjury that the above information is correct
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
18
By: ___________________________________
Title:_______________________________________
Date: _________________________________
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
19
ATTACHMENT E
STANDARD FORM CONTRACT
1
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S
NAME] FOR TECHNICAL, ENGINEERING, AND EIR DOCUMENTS REVIEW
SERVICES FOR THE CALIFORNIA HIGH-SPEED RAIL PROJECT
COVER PAGE
Contractor: [insert name of contractor]
Responsible Principal of Contractor: [insert name, title]
Notice Information - Contractor: [insert name of contractor]
[insert street address]
[insert city, state, zip code]
Attention: [insert name, title]
Phone: [insert phone number]
Facsimile: [insert fax number]
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: [insert department head]
[insert department head title]
Telephone: (323) 583-8811 ext. [insert]
Facsimile: [insert fax number]
Commencement Date: [insert commencement date]
Termination Date: [insert termination date]
Consideration: Total not to exceed $[insert amount]
(includes all applicable sales tax); and more
particularly described in Exhibit C
Records Retention Period Three (3) years, pursuant to Section 11.20
2
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME]
FOR TECHNICAL, ENGINEERING, AND EIR DOCUMENTS REVIEW SERVICES FOR THE
CALIFORNIA HIGH-SPEED RAIL PROJECT
This Contract is made between the City of Vernon ("City"), a California charter City and
California municipal corporation (“City”), and [Contractor’s Name], a [State incorporated in]
corporation (“Contractor”).
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on
____________, ____.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the Request for Proposals issued on or about ___________, Exhibit “A”, and
Contractor's proposal to the City ("Proposal") dated ____________, Exhibit “B”, both of which
are attached to and incorporated into this Contract, by reference.
2.2 All services shall be performed to the satisfaction of City.
2.3 All services shall be performed in a competent, professional, and
satisfactory manner in accordance with the prevailing industry standards for such services.
3.0 PERSONNEL.
3.1 Contractor represents that it employs, or will employ, at its own expense,
all personnel required to perform the services under this Contract.
3.2 Contractor shall not subcontract any services to be performed by it under
this Contract without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
3
4.0 TERM. The term of this Contract shall commence on [state date], and it shall
continue until [state date which may not be more than three years from the commencement
date], unless terminated at an earlier date pursuant to the provisions thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
the services, the City will pay Contractor in accordance with the payment schedule set forth in
Exhibit “C” attached hereto and incorporated herein by reference.
5.2 Contractor's grand total compensation for the entire term of this Contract,
shall not exceed [state amount] without the prior authorization of the City, as appropriate, and
written amendment of this Contract.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary and
incidental labor, material, supplies, facilities, equipment, and transportation which may be
required for furnishing services pursuant to this Contract. Materials shall be of the highest
quality. The above Contract fee shall include all staff time and all clerical, administrative,
overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related
costs and expenses.
5.4 City shall reimburse Contractor only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing in advance by City.
Unless otherwise approved, such costs shall be limited and include nothing more than the
following costs incurred by Contractor:
5.4.1 The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this Agreement, which have been
approved in advance by City and awarded in accordance with this Agreement.
5.4.2 Approved reproduction charges.
4
5.4.3 Actual costs and/or other costs and/or payments specifically
authorized in advance in writing and incurred by Contractor in the performance of this
Agreement.
5.5 Contractor shall not receive any compensation for extra work performed
without the prior written authorization of City. As used herein, “extra work” means any work that
is determined by City to be necessary for the proper completion of the Project, but which is not
included within the Scope of Services and which the parties did not reasonably anticipate would
be necessary at the time of execution of this Agreement. Compensation for any authorized
extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if
the extra work has been approved by the City.
5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at
Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required
by law for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and
interest, which may be imposed by law and which arise from or are necessary for the
performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
5
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
6.7 Invoices shall include the following information:
1) Names of the Contractor’s personnel performing work
2) Dates of project work
3) All costs shall be assigned to a Task. Itemized costs shall
include identification of each employee or subcontractor staff that provided services during the
period of the invoice, the number of hours and hourly rates for each employee or subcontractor
staff member, authorized travel expenses with receipts, receipts for authorized materials or
supplies, and subcontractor invoices.
4) The Contractor shall submit written progress reports with each
set of invoices to allow the City to determine if the Contractor is performing to expectations, is
on schedule, is within funding cost limitations, to communicate interim findings, and to afford
occasions for airing difficulties respecting special problems encountered so that remedies can
be developed.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
6
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity arising
out of or in connection with the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the acts or
omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to
perform any term, provision, covenant or condition of this Agreement, except to the extent such
claims or liabilities arise from the gross negligence or willful misconduct of City, its officers,
elected officials, agents or employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies
of insurance of the types and in the amounts set forth below, for the duration of the Contract,
including any extensions thereto. The policies shall state that they afford primary coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined single
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its
respective employees, agents, and City Council from and against all claims, liabilities, suits,
losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under the performance of
the services.
iii. General Liability with minimum limits of at least $1,000,000 per occurrence and
$2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General
Liability "occurrence" form or its equivalent for coverage on an occurrence basis.
Premises/Operations and Personal Injury coverage is required. The City of Vernon, its
directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the
7
policy as additional insureds as respects liability arising out of the Contractor's performance of
this Contract.
(1) If Contractor employs other contractors as part of the services rendered,
Contractor's Protective Coverage is required. Contractor may include all
subcontractors as insureds under its own policy or shall furnish separate
insurance for each subcontractor, meeting the requirements set forth
herein.
(2) Contractor agrees to subrogate General Liability resulting from
performance under this agreement by agreeing to defend, indemnify and
hold harmless, the City, and its respective employees, agents, and City
Council from and against all claims, liabilities, suits, losses, damages,
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
the performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000,
where such risk is applicable. Applicable aggregates must be identified and claims history
provided to determine amounts remaining under the aggregate. Contractor shall maintain such
coverage for at least one (1) year after the termination of this Agreement.
v. Contractor shall comply with the applicable sections of the California Labor Code
concerning workers' compensation for injuries on the job. In addition, Contractor shall require
each subcontractor to similarly maintain workers’ compensation insurance in accordance with
the laws for California for all of the subcontractor’s employees. Compliance is accomplished in
one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by the
State of California; or
(2) Secure and maintain in force a policy of workers' compensation insurance
with statutory limits and Employer's Liability Insurance with a minimal limit
8
of $1,000,000 per accident. The policy shall be endorsed to waive all
rights of subrogation against City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this
Contract; or
(3) Provide a "waiver" form certifying that no employees subject to the Labor
Code's Workers' Compensation provision will be used in performance of
this Contract.
vi. Each insurance policy included in this clause shall be endorsed to state that
coverage shall not be cancelled except after thirty (30) days' prior written notice to City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with a
certificate of insurance for each policy. Each certificate is to be signed by a person authorized
by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by
City. City may require complete, certified copies of any or all policies at any time.
ix. Failure to maintain required insurance at all times shall constitute a default and
material breach. In such event, Contractor shall immediately notify City and cease all
performance under this Contract until further directed by the City. In the absence of satisfactory
insurance coverage, City may, at its option: (a) procure insurance with collection rights for
premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from
sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek
damages from the Contract resulting from said breach; or (c) self-insure the risk, with all
damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees
and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due
to Contractor.
11.0 GENERAL TERMS AND CONDITIONS.
11.1 INDEPENDENT CONTRACTOR.
11.1.1 It is understood that in the performance of the services herein
9
provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer
or employee of City and shall furnish such services in its own manner and method except as
required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has
and shall retain the right to exercise full control over the employment, direction, compensation
and discharge of all persons employed by Contractor in the performance of the services
hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes
responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for
Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save
City harmless from all matters relating to the payment of its employees, subcontractors and
independent contractors, including compliance with social security, withholding and all other
wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any subcontractors,
agents or employees employed by Contractor shall not, under any circumstances, be
considered employees of the City, and that they shall not be entitled to any of the benefits or
rights afforded employees of City, including, but not limited to, sick leave, vacation leave,
holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term
disability or workers' compensation insurance benefits.
11.2 CONTRACTOR NOT AGENT. Except as the City may authorize
in writing, Contractor and its subcontractors shall have no authority, express or implied, to act
on behalf of or bind the City in any capacity whatsoever as agents or otherwise.
11.3 OWNERSHIP OF WORK. All documents and materials furnished by the
City to Contractor shall remain the property of the City and shall be returned to the City upon
termination of this Agreement. All reports, drawings, plans, specifications, computer tapes,
floppy disks and printouts, studies, memoranda, computation sheets, and other documents
prepared by Contractor in furtherance of the work shall be the sole property of City and shall be
delivered to City whenever requested at no additional cost to the City. Contractor shall keep
such documents and materials on file and available for audit by the City for at least three (3)
10
years after completion or earlier termination of this Contract. Contractor may make duplicate
copies of such materials and documents for its own files or for such other purposes as may be
authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without
additional cost to the City. The performance or acceptance of services furnished by Contractor
shall not relieve the Contractor from the obligation to correct subsequently discovered defects,
inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Contract shall not be considered to be a waiver of any other term, condition, default or
breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any
time to require performance or compliance by the other of any of its obligations or agreements
shall in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and signed by a
duly authorized representative of the party against whom enforcement of a waiver is sought.
11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be
binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract
11
or any rights hereunder without the prior written consent of the City and approval by the City
Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or
transfer shall be null and void and shall constitute a material breach by the Contractor of its
obligations under this Contract. No assignment shall release the original parties from their
obligations or otherwise constitute a novation.
11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal,
State, County and City laws, ordinances, rules and regulations, which are, as amended from
time to time, incorporated herein and applicable to the performance hereof, including but without
limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of
this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies.
Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and
regulations Contractor shall be solely responsible for all costs arising therefrom.
11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to
enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable
attorney's fees, costs, and necessary disbursements in addition to any other relief to which such
party may be entitled.
11.11 INTERPRETATION.
11.11.1 Applicable Law. This Contract shall be deemed a contract and
shall be governed by and construed in accordance with the laws of the State of California.
Contractor agrees that the State and Federal courts which sit in the State of California shall
have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to
the jurisdiction thereof.
11.11.2 Entire Agreement. This Contract, including any exhibits
attached hereto, constitutes the entire agreement and understanding between the parties
regarding its subject matter and supersedes all prior or contemporaneous negotiations,
representations, understandings, correspondence, documentation, and agreements (written or
oral).
12
11.11.3 Written Amendment. This Contract may only be changed by
written amendment signed by Contractor and the City Administrator or other authorized
representative of the City, subject to any requisite authorization by the City Council. Any oral
representations or modifications concerning this Contract shall be of no force or effect.
11.11.4 Severability. If any provision in this Contract is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
deemed severed from this Contract, and the remaining provisions shall nevertheless continue in
full force and effect as fully as though such invalid, illegal, or unenforceable portion had never
been part of this Contract.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Contract and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s
Request for Proposals shall control over the Contractor’s Proposal.
11.11.6 Duplicate Originals. There shall be two (2) fully signed copies
of this Contract, each of which shall be deemed an original.
11.11.7 Construction. In the event an ambiguity or question of intent
or interpretation arises with respect to this Agreement, this Agreement shall be construed as if
drafted jointly by the parties and in accordance with its fair meaning. There shall be no
presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of
any of the provisions of this Agreement.
11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and
each and every covenant, term, and provision hereof.
11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents
and warrants to the City that the Contractor has the right, power, legal capacity, and authority to
enter into and perform its obligations under this Contract, and its execution of this Contract has
been duly authorized.
11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000
13
arising out of or relating to the negotiation, construction, performance, non-performance,
breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance
with the Commercial Rules of the American Arbitration Association at Los Angeles, California
and judgment upon the award rendered by the Arbitrators may be entered in any court having
jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of
any claim filed or required to be filed against the City and reserves the right to conduct full
discovery.
11.15 NOTICES. Any notice or demand to be given by one party to the other
must be given in writing and by personal delivery or prepaid first-class, registered or certified
mail, addressed as follows. Notice simply to the City of Vernon or any other City department is
not adequate notice.
If to the City:
City of Vernon
Attention: Daniel Wall, Director of Public Works
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Any such notice shall be deemed to have been given upon delivery, if personally
delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date
of posting, whichever is earlier. Either party may change the address at which it desires to
receive notice upon giving written notice of such request to the other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
14
terminate this Contract in whole or in part at any time, for any cause or without cause, upon
fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City
for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a
prorated amount based on the services satisfactorily completed and accepted prior to the
effective date of termination. Such payment shall be Contractor's exclusive remedy for
termination without cause.
11.18 DEFAULT. In the event either party materially defaults in its obligations
hereunder, the other party may declare a default and terminate this Contract by written notice to
the defaulting party. The notice shall specify the basis for the default. The Contract shall
terminate unless such default is cured before the effective date of termination stated in such
notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of
default by Contractor, the City reserves the right to procure the goods or services from other
sources and to hold the Contractor responsible for any excess costs occasioned to the City
thereby. Contractor shall not be held accountable for additional costs incurred due to delay or
default as a result of Force Majeure. Contractor must notify the City immediately upon knowing
that non-performance or delay will apply to this Contract as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is
not acceptable to the City or not received within 10 days of the necessary notification of Force
Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing
only for goods and services completed to that point.
11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the
terminating party of further liability or responsibility under this Contract, including the payment of
money, except for payment for services satisfactorily and timely performed prior to the service of
the notice of termination, and except for reimbursement of (1) any payments made by the City
for service not subsequently performed in a timely and satisfactory manner, and (2) costs
incurred by the City in obtaining substitute performance. If this Agreement is terminated as
provided herein, City may require, at no additional cost to City, that Contractor provide all
15
finished or unfinished documents, data, and other information of any kind prepared by
Contractor in connection with the performance of Services under this Agreement. Contractor
shall be required to provide such document and other information within fifteen (15) days of the
request.
11.19.1 Additional Services. In the event this Agreement is terminated in
whole or in part as provided herein, City may procure, upon such terms and in such manner as
it may determine appropriate, services similar to those terminated.
11.20 MAINTENANCE AND INSPECTION OF RECORDS.
The City, or its authorized auditors or representatives, shall have access
to and the right to audit and reproduce any of the Contractor's records to the extent the City
deems necessary to insure it is receiving all money to which it is entitled under the Contract
and/or is paying only the amounts to which Contractor is properly entitled under the Contract or
for other purposes relating to the Contract.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Contract.
The Contractor shall maintain all such records in the City of Vernon. If
not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or
reimburse the City for all reasonable and extra costs incurred in conducting the audit at a
location other than the City of Vernon, including, but not limited to, such additional (out of the
City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead.
11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no
member, officer, or employee of the Contractor is a director, officer, or employee of the City of
Vernon, or a member of any of its boards, commissions, or committees, except to the extent
permitted by law.
11.22 HEADINGS. Paragraphs and subparagraph headings contained in this
16
Agreement are included solely for convenience and are not intended to modify, explain or to be
a full or accurate description of the content thereof and shall not in any way affect the meaning
or interpretation of this Agreement.
11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor
constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five
dollars ($25) for each worker employed in the execution of this Agreement by the respective
Contractor or subcontractor for each calendar day during which the worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code
as a penalty paid to the City; provided, however, work performed by employees of contractors in
excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon
compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the
basic rate of pay.
11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with
the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit
“D”. Upon the City’s request, certified payroll records shall promptly be provided to the City.
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor
certifies and represents that, during the performance of this Contract, it and any other parties
with whom it may subcontract shall adhere to equal employment opportunity practices to assure
that applicants, employees and recipients of service are treated equally and are not
discriminated against because of their race, religion, color, national origin, ancestry, disability,
sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that
it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal
Employment Opportunity Practices provisions as set forth in Exhibit “E”.
[Signatures Begin on Next Page].
17
IN WITNESS WHEREOF, the Parties have signed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
[CONTRACTOR’S NAME, a [State
incorporated in] corporation
By:
Name:
Title:
ATTEST:
_______________________________
Maria E. Ayala, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Hema Patel, City Attorney
18
EXHIBIT A
REQUEST FOR PROPOSALS
19
EXHIBIT B
PROPOSAL
20
EXHIBIT C
SCHEDULE
21
EXHIBIT D
LIVING WAGE PROVISIONS
Minimum Living Wages:
A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour
with health benefits, or $11.55 per hour without health benefits.
Paid and Unpaid Days Off:
Employers provide qualifying employees at least twelve compensated days off per year for sick
leave, vacation, or personal necessity, and an additional ten days a year of uncompensated
time for sick leave.
No Retaliation:
A prohibition on employer retaliation against employees complaining to the City with regard to
the employer’s compliance with the living wage ordinance. Employees may bring an action in
Superior Court against an employer for back pay, treble damages for willful violations, and
attorney’s fees, or to compel City officials to terminate the service contract of violating
employers.
22
EXHIBIT E
EQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONS
A. Contractor certifies and represents that, during the performance of this Agreement, the
contractor and each subcontractor shall adhere to equal opportunity employment practices
to assure that applicants and employees are treated equally and are not discriminated
against because of their race, religious creed, color, national origin, ancestry, handicap,
sex, or age. Contractor further certifies that it will not maintain any segregated facilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for
employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity
Employer" or that all qualified applicants will receive consideration for employment without
regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age.
C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the
performance of this Agreement, discriminated against applicants or employees because of
their membership in a protected class.
D. Contractor agrees to provide the City with access to, and, if requested to do so by City,
through its awarding authority, provide copies of all of its records pertaining or relating to its
employment practices, except to the extent such records or portions of such records are
confidential or privileged under state or federal law.
E. Nothing contained in this Agreement shall be construed in any manner as to require or
permit any act which is prohibited by law.
144
EXHIBIT B
PROPOSAL
Proposal for Technical,
Engineering, and EIR
Documents Review
Services for the CHSR
Project
April 11, 2019
Mott MacDonald
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Contents
A. Cover Letter 1
B. Scope of Work 3
B.1 Phase 1 – Prior to release of Draft EIR 3
B.2 Phase 2 – After release of Draft EIR 6
B.3 Our approach to project management and quality control 8
B.4 Provide a budget for each task 8
C. Project Manager and Personnel 9
D. References and Previous Experience 13
E. Fees and Costs 22
F. Affidavit of Non-Collusion 23
Appendix A – Resumes
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 1
A. Cover Letter
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 1
A. Cover Letter
Dear Daniel,
Mott MacDonald, LLC (Mott MacDonald), fully understands the
City of Vernon’s (City) concerns regarding the impacts associated
with the California High-Speed Rail (CHSR) proposed project
footprint. The proposed CHSR and BNSF footprint has a significant
permanent right-of-way acquisition requirement, and has the
potential to introduce permanent traffic impacts, have direct
economic impacts associated with the relocation of commercial
properties, will likely introduce increased freight activity, will have
significant construction impacts, and may have long-term impacts
on existing freight operation.
We have an established reputation in public transportation delivery
from planning to implementation, and from major projects to
stakeholder and city coordination and support. We have a long
history of high-speed rail (HSR) project development delivery, both
in Southern California and internationally. We are currently
supporting the Cities of Norwalk and Commerce by providing
specialist HSR planning and engineering services, and undertaking
the review of HSR engineering and environmental information prior
to release of the Draft Environmental Impact Report (DEIR).
We recently completed the conceptual preliminary engineering and supported
environmental clearance for the corridor civil engineering, systems engineering, and
station design for three of CHSR Project’s eight segments: Fresno to Bakersfield,
Bakersfield to Palmdale, and Palmdale to Los Angeles. We have also supported the
Cities of Palo Alto, Gilroy, Merced, as well as Tulare County Association of Governments
with station area planning and design.
In addition to HSR experience, Mott MacDonald has considerable planning, design, and
project implementation experience within the LOSSAN corridor working closely with
Orange County Transportation Authority (OCTA) on their rail improvement and grade
separation program. From this, we are familiar with existing passenger and freight
operators, and their business objectives and goals.
Our proposal presents an understanding of the assignments and project requirements, as
well as our proposed steps, methods, and procedures to be employed to ensure quality
deliverables so we fully meet and exceed the City’s expectations.
Mott MacDonald proposes Richard Carney, CEng, as our team’s Project Manager.
Richard possesses a strong knowledge of the CHSR Project, and of the challenges of
coordinating with the CHSR Authority (CHSRA). He has provided Project Management
consulting services to the City of Norwalk and has led a team of engineering and
environmental specialists in review of CHSR engineering design and technical studies.
Daniel Wall
Director of Public Works
City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Mott MacDonald
1000 Wilshire Boulevard
Suite 400
Los Angeles CA 90017
United States of America
T +1 (818) 506 8088
mottmac.com
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 3
B. Scope of Work
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 3
B. Scope of Work
Mott MacDonald is uniquely qualified to undertake the Scope of Services requested by the
City. Our team possesses three key qualifications allowing to fully respond to the City’s
needs. We have the engineering expertise gained from a portfolio of international HSR
engineering, environmental, and planning projects. We have the project understanding
gained not only from more than 10 years of experience working on the CHSR Project, but
we also have the local knowledge gained from supporting the Gateway Cities since 2016
along the LOSSAN Corridor – undertaking a program of railroad improvement and grade
separation work for OCTA. The following is our approach to supporting the City.
B.1 Phase 1 – Prior to release of Draft EIR
Task 1.1 – Kick-off Meeting and Project Coordination
The objective of the kick-off meeting with City project representatives
will be to introduce our team and explain our approach to the project.
We will provide an agenda for this meeting and include the following
discussion topics:
● Current understanding of the CHSR Project, funding,
implementation and schedule, statewide and specific to LOSSAN
Corridor and the City.
● Achieve consensus on key priorities for the City.
● Explain Mott MacDonald’s approach and methodology.
● Define the planned timescale and milestones for key study outputs.
We will provide materials such as a PowerPoint, and any pertinent
CHSR Project documentation in advance of this meeting to enable
the City to engage and brief its staff prior to the kick-off.
Our Project Manager, Richard, will also be on hand to attend City
Council Meetings (if needed), and to support staff and answer any
questions that may arise at these meetings.
Deliverables: Agenda; Presentation material; CHSRP report or
memos (if needed)
Task 1.2 – Comments on the Preliminary Engineering for Project
Definition
1.2a – Administration
Following the project kick-off meeting, we will produce an inventory of
all information and materials the CHSR Team has provided to the
City, and/or has been made available to the Gateway Cities during
the Technical Advisory Committee (TAC) and coordination meetings
that have taken place over the past three years.
The inventory will record the source of the information, the date, and
any version information. We will maintain this inventory during the life
of the project, and provide this to the City as, and when, it is updated.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 4
We will also develop a City-specific comment and disposition matrix.
This will capture all comments and responses that have been
communicated between City and CHSR Project previously
(understood to date back to 2008). The matrix will be used to capture
all comments and Requests for Information (RFIs) that emerge during
the project and track CHSR responses, requests for follow-up
information, and comments status.
As part of the TAC meetings, we will share these comments with the
TAC to maintain an integrated and overarching TAC comments log.
This has the benefit of enabling the CHSR general responses to
corridor-wide issues that have been provided to the TAC, to be
shared and used by the City.
Deliverables: Incoming document inventory; Comments and
Responses Matrix
1.2b – Inventory and Gap Analysis
Our engineering team will undertake a completeness review of the
Preliminary Engineering for Project Definition (PEPD) drawing set,
and any ancillary reports or presentations the CHSR Team has
provided. The review will use the California High Speed Rail System,
Technical Memorandum; PEPD Definition Guidelines TM0.1I, as the
baseline for completeness as well as our industry knowledge and
understanding of good practice. This gap analysis will identify and
record any significant omissions from the PEPD drawing set. We will
support the City by drafting RFIs and making requests at meetings
with the CHSR Team.
Deliverables: Technical Memo explaining any gaps in the current
information provided by CHSR Team
1.2c – Technical Review
Our priority in Phase 1 will be to undertake an impact analysis of the
currently proposed CHSR Project footprint and underlying preliminary
engineering. We will commence with a technical review of the PEPD
drawing set, and all relevant ancillary reports. Our scope will include
railroad, roadway, traffic, structures, and utilities design. The main
objective of the technical reviews will be to determine:
● Compliance with Federal, State, County, and City standards and
guidelines.
● Completeness as appropriate for the current project phase, and in
accordance with CHSR guidelines, requirements, and good
industry practice.
● Accuracy in identifying any errors in the design.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 5
Task 1.3 – Conflict Identification Report
From this, we will develop a clear understanding of the basis for the
proposed CHSR and BNSF right-of-way limits, and clearly understand
and define the proposed impacts to the City’s right-of-way, public
works and utilities, and the proposed modifications to roadway,
structures, public spaces and utilities infrastructure.
Key areas of interest will be:
● The rationale for the BNSF facilities expansion south of Hobart
Yard, and the consequential commercial property impacts and the
realignment of 26th Street.
● The traffic impacts associated the reconfiguration of 26th Street.
● The traffic impacts associated with the construction of Malabar
Lead (a new BNSF track adjacent to 46th Street).
● The schedule, staging, and constructability of CHSR and BNSF
tracks and associated grade separations.
● Coordination with other major projects within the City’s jurisdiction.
● Opportunities to optimize the HSR designs and minimize the
impact to the City.
We would also identify wider opportunities or benefits to the City
associated with CHSR Project. Our approach to this analysis will be
to bring together all the strategic, right-of-way, and design information
of the project to one place. We will then develop a business case
analysis based on that information. Our steps to a business case will
be as follows:
1. Identify and measure the costs of the project within the City,
monetizing wherever possible.
2. Identify and measure the benefits of the project (not just direct
benefits, but indirect and non-monetary benefits).
3. If required, adjust monetized costs and benefits for:
– Distributional impacts (the effects of proposals on different
sections of society)
– Relative price movements
4. Adjust for the timing of the incidence of costs and benefits by
discounting them, to obtain their present values.
5. Adjust for risk and optimism bias, and consider the impacts of
changes in key variables, and of different future scenarios.
6. Consider unvalued impacts (both costs and benefits), using
weighting and scoring techniques if appropriate.
This Formative evaluation can demonstrate economic impacts
(positive or negative), and the extent to which the CHSR Project is
achieving its objectives. Summative evaluation provides a final picture
of Vernon.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 6
Deliverable:Conflict identification report capturing and defining –
●CHSR’s application of TM03.1 Basis of Design for Blended
Operation in the Glendale to Anaheim Corridor.
●Rationale and extent of impact to City’s right-of-way.
●Requests for additional information necessary to enable the City to
properly complete its review of the CHSR Project DEIS Proposal.
●Identify opportunities to minimize impacts to the City.
●Identify wider opportunities or benefits to the City associated with
CHSR Project.
Task 1.4 – Other Services to be Determined
In addition to the scope items identified by the City, we can also
provide visualization materials quickly and efficiently to enhance the
PEPD, and assist City staff and elected officials in fully understanding
the CHSR concepts. We are able to coordinate outreach with
LOSSAN, BSNF, SCRRA and Amtrak through our established
working relationships with the railroads and its stakeholders within
Southern California.
Deliverable (if needed): Visualizations of grade separations and/or
railroad and roadway impact sites; Coordination of stakeholder
meetings, agenda, and minutes
B.2 Phase 2 – After release of Draft EIR
Task 2.1 – Administration
Task 2.1 not part of scope.
Deliverable: Not part of scope.
Task 2.2 – Review and Comment on DEIR
We will approach the DEIR review on a discipline-specific basis, and
our Mott MacDonald Team has been developed to address the review
of all relevant technical studies within the DEIR/DEIS. We fully
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 7
recognize the time critical nature of this and the need to work closely
with the City to provide a comprehensive review within the 45-day (or
60-day) comment period.
An early element of this review will be to assess the defined Project
Alternatives to determine whether they are consistent with all the
coordination undertaken by CHSR Project Team leading to
DEIR/DEIS, and are also consistent with the information provided,
including but not limited to the PEPD and publicly available outreach
material. Key elements of the alternatives design will be:
● Implementation of the proposed blended system (HSR and
Amtrak/Metrolink shared passenger services).
● Grade separations (South Downey Road, Atlantic Boulevard).
● Roadway modifications (26th Street, and 46th Street).
● Rail yard and main line track layouts.
We will review each of the technical studies in detail to fully understand
the defined impacts, the environmental consequences of the proposed
alternatives, and any avoidance, minimization, and/or mitigation
measures proposed to address adverse effects. Our review of the
DEIR/DEIS will focus on identifying inconsistencies in the analysis of
each of the environmental topic areas defined by the California
Environmental Quality Act (CEQA) and the National Environmental
Policy Act (NEPA), technical omissions, and areas of concern with the
City. We will review all the technical reports prepared for the proposed
project to verify the analysis was prepared in a manner consistent with
the CEQA Guidelines and applicable Federal regulations (23 CFR Part
771 Environmental Impact and Related Procedures). Our review will
also include a review of any proposed mitigation measures, and their
applicability to resources within the City with a focus on feasibility,
efficacy, and potential secondary impact concerns for the City.
Prior to submitting formal comments, we will meet with City staff to
discuss our initial findings, and identify any specific City resources of
concern to further focus our review. After the meeting, we will prepare
formal written comments of our review. In addition to developing
editorial text to be used throughout the document, issues to which we
will pay close attention in our review will include the following:
● Quality of the data used in the DEIR/DEIS.
● Methodology used to conduct the analyses within the DEIR/DEIS.
● Assumptions made in conducting the analyses.
● Accuracy of the environmental analysis.
● Reasonableness, nexus, and feasibility of proposed mitigation
measures.
● Consistency throughout the document.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 8
Deliverable: Draft EIR Review Report detailing our approach,
findings, and suggested next steps
Task 2.3 – Possible Additional Tasks
In addition to the DEIR/DEIS review, the Mott MacDonald Team can
provide a broad range of additional engineering, planning, and
environmental services. These include developing design alternatives
for any aspect of the engineering, assisting City staff in identifying
opportunities and benefits from the HSR Project, and/or other grant
funding, preparation of grant applications, presentation materials, and
visualizations to support petitions.
B.3 Our approach to project management and quality control
Mott MacDonald’s time-proven Quality, Environmental and Safety
Policy and Procedures under our corporate Business Management
Systems (BMS) will be utilized across the entire team. This system is
certified ISO 9001:2015, an international standard for quality
management with both internal and external audits validating the
implementation and adherence to our established processes. The
implementation of our quality management approach will minimize
risk, deliver the highest quality output and ensure that our team works
in a safe and sustainable way throughout the project life.
The quality control procedures we use to check and verify accuracy
and consistency will be maintained and are available to the City for
inspection. Each of our submittals requires a quality control
certification, and a quality assurance certification, which will be
attached to each design deliverable.
Mott MacDonald will lead all tasks, and be the sole point of contact
between the Consultant Team and the City. Our subconsultants each
have specific technical fields of expertise and responsibilities, and
their input will be led by our Project Manager, Richard, who will also
ensure the team’s effort is properly coordinated, and the technical
reviews undertaken on behalf of the City are appropriately
represented at the Gateway Cities TAC.
B.4 Provide a budget for each task
We have provided a budget for each of the above referenced tasks in
the financial proposal, which is presented in a separate sealed
envelope with the title “Cost Proposal.”
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 10
C. Project Manager and
Personnel
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 9
C. Project Manager and Personnel
Our Project Manager, Richard Carney, CEng, will serve as the primary point of contact
for the project. He has a broad portfolio of local and international rail experience delivering
HSR engineering/environmental projects for both corridor and stations, and will leverage
his expertise from lessons learned on previous HSR projects with his emphasis on client
care, technical innovation, and track and railroad civil engineering delivery projects.
Richard’s recent rail experience includes development of designs on
each segment of the UK’s HSR projects (London to Birmingham,
Manchester and Leeds), as well as the CHSRA’s Palmdale to Los
Angeles to Anaheim segments. As the Engineering Manager and
Project Manager for the Palmdale to Los Angeles segment, Richard
was responsible for the delivery of the engineering design,
environmental impact assessment, and stakeholder/community
outreach services. He is also serving as the City of Norwalk’s
consultant, and leads a team of engineering and environmental
specialists in the review of HSR engineering design and technical
studies. The review includes civil, systems, construction, and
operational aspects of the project. He supports the Gateway Cities
Council of Governments at monthly Technical Advisory meetings and
workshops. Richard has proven past success supporting local
agencies, ensuring they receive the improved localized mobility,
economic benefits, and community-based station plans that are
paramount to their Cities. To best meet the needs of the City, Richard
has formulated the following criteria as the basis of our organizational
approach in building a team:
● Technical expertise and ability to work in a collaborative team
environment.
● Availability of key personnel to commit the time needed to meet the
schedule and budget.
● Past performance experience on CHSR system, with the gateway
Cities and of similar work and projects.
Our key personnel assigned to this contract designated in Figure C.1:
Team organization chart, possess the necessary qualifications and
expertise to deliver the tasks assigned, and will be available for the
duration of the required services. No person designated as “key” shall
be removed or replaced without the prior written concurrence of the
City.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 10
The following highlights our key team members’ qualifications, and past experiences in
similar work efforts. Full resumes for our key team members, and our project team can be
found in Appendix A – Resumes.
Richard Carney, Project Manager
Richard’s 29 years of experience in project management and engineering
design has been gained exclusively on rail development projects in the
US, UK, and Asia. From his early career working in the public
sector for London Underground, Ltd., to his project leadership
roles on large capital improvement programs, he has gained a
breadth of railroad civil and systems engineering knowledge
and skills such including engineering design, engineering
management, project management, and capital program
management. Richard possesses expertise on a broad range
of international transport projects including HSR, intercity
commuter rail, urban metro, and light rail transit (LRT) projects
at all delivery phases from planning and preliminary design to
design-build and operation and maintenance. His key skills
include HSR planning and design, rail systems design, railroad
survey and civil engineering design, and station area planning.
● CHSR, CHSRA, Palmdale to Los Angeles, CA: Engineering Manager and Project
Manager
● HSR Technical/Engineering Design Reviews and Project Management Services, City of
Norwalk and Gateway Cities Council of Governments, Norwalk, CA: Project Manager
● UK High-Speed 2, HS2 Limited, West Midland to Leeds, UK: Engineering Manager
Figure C.1: Team
organization chart
Firm
Mott MacDonald
Licenses
CEng, Chartered Engineer
Education
MSc, Rail Systems
Engineering
Post Graduate Diploma in
Civil Engineering
Graduate Diploma Mine
Surveying
HND Mine Surveying
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 11
Rob Ball, PE, Principal-in-Charge
With over 40 years of experience in the implementation of major rail
transportation projects, Rob is a seasoned engineer who has worked on
a wide-range of HSR, domestic rail transit/commuter
rail/railroad, and international transit projects utilizing design-
build, turnkey/private public partnership (P3), construction
manager/general contractor (CM/GC), and conventional project
delivery methods. Most recent assignment includes serving as
Deputy Director for Engineering and Construction on the $64
billion CHSR Program, where his responsibilities included
preparation of programmatic technical requirements and
standards, providing construction support to three major design-
build contracts, and working with the CHSRA in the development and delivery of an
operable segment between Silicon Valley to Central Valley.
● CHSR, CHSRA, Sacramento, CA: Deputy Director
● CHSR, CHSRA, Sacramento, CA: Director of Alternative Program Delivery for Program
Management Team
● Anaheim-Las Vegas Super Speed Train, California/Nevada Bi-State Commission,
California and Nevada: Civil Engineering Advisor
Eric Banghart, AICP, Planning Lead
Eric has over 12 years of progressively responsible experience in
transportation and station planning through managing planning projects;
developing station area plans; first/last mile improvement
plans; interpreting ridership, traffic, and operations modeling
data, and developing public transit operation plans. As a
Transportation Planner for the CHSR Los Angeles to Anaheim
segment, Eric led the development of the project definition,
alternatives analyses, and supporting environmental planning
tasks, preliminary engineering, and public outreach for the
EIR/EIS phase. Eric is serving as the Planning Lead for the
City of Norwalk’s involvement in the development of a HSR
station, overseeing planning topics related to multimodal
connections, first/last mile connectivity, and reviewing environmental impact reports. He
was also the Deputy Project Manager responsible for leading the project management
tasks and transportation planning analysis for a new HSR station in downtown Merced.
● CHSR, CHSRA, Los Angeles to Anaheim, CA: Transportation Planner
● City of Norwalk HSR Technical/Engineering Design Reviews and Project Management
Services, City of Norwalk, Norwalk, CA: Planning Lead
● Merced HSR Station Area Plan, City of Merced, Merced, CA: Deputy Project Manager
Firm
Mott MacDonald
Licenses
PE, CA #C41744
Education
MBA
BEng, Civil
Firm
Mott MacDonald
Licenses
Certified Planner,
American Institute of
Certified Planners, AICP
Education
MA, Urban Planning
BA, Environmental Studies
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 12
Sam Silverman, Environmental Science
Sam has 17 years of experience preparing air quality, greenhouse gas
analysis, and noise analyses for commercial, residential, and industrial
development along with transportation projects. His thorough
knowledge of air quality analysis methodology includes
comprehensive familiarity with the regional and localized
estimation methodology set forth by the South Coast Air
Quality Management District, application of various computer
models, health risk assessments, and construction and
operation emission inventories. His knowledge of noise
analysis methodology includes noise monitoring, noise models (Traffic Noise Model), and
stationary source analyses.
● Metrolink Station Location Studies, Los Angeles County, CA: Project Manager
● Airport Metro Connector, Metro, Los Angeles County, CA: Project Manager
● Crenshaw Transit Corridor, Metro, Los Angeles County, CA: Air Quality and Noise
Analysis
Joey Mendoza, Right-of-Way
Joey has 30 years of experience and expertise in all aspects of right-of-
way and real estate acquisition practices, specializing in transportation,
transit and corridor-oriented projects from the early inception of
the initial planning phase, through environmental approval,
engineering design, construction coordination, and project
closeout. His areas of expertise include overall project
management, budgeting, and project cost estimating; schedule
preparation; document management; risk management; partial
and full-take acquisitions; commercial, residential, and
industrial relocation assistance projects; eminent domain
support, and appraisal and appraisal review and property
management. Joey has served as Right-of-Way Program
Manager on numerous major transportation projects including
transit, highway, and design-build. He has the technical expertise and administrative
guidance to develop and manage right-of-way programs for large-scale, multi-faceted
infrastructure projects.
● I-405 Improvement, OCTA, Orange County, CA: Program Manager
● SR 91 Corridor Improvement, RCTC, Corona, CA: Program Manager
● SR 91 HOV Gap Closure, RCTC, Riverside County, CA: Program Manager
Firm
Mott MacDonald
Licenses
California Department of
Real Estate – Broker No.
01144860
Education
General, Business
Administration and
Management
Firm
TAHA
Education
MS, Environmental Health
BS, Environmental Studies
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 15
D. References and
Previous Experience
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 13
D. References and Previous Experience
The best measure of the Mott MacDonald Team’s performance is the feedback we
receive from our Clients. The following table provides a list of Clients for whom each of
our team members have performed similar services, along with contact information. We
encourage you to contact these references to learn more about our team’s past
performance, and review the following project sheets for further details of the
assignments performed.
Client Project reference Individuals involved
Mott MacDonald
CHSRA
Stuart Mori, Senior Transportation Planner
916.669.6632
CHSRA HSR
Preliminary
Engineering/EIS Support
● Richard Carney
● Rob Ball
● Eric Banghart
● Paul Wilson
● Farhad Nourbakhsh
City of Norwalk
William Zimmerman, City Engineer
562.929.5727
Norwalk/Santa Fe
Springs CHSRA Station
Coordination/Planning
● Richard Carney
● Eric Banghart
● Darlene Gonzalez
Orange County Transportation Authority
Rose Casey, Capital Programs Director,
Highway Programs
714.560.5729
OCTA Grade Separation
Program
● Joey Mendoza
TAHA
CHSRA
Mark McLoughlin, Director
800.630.1039
CHSRA HSR Palmdale
to Burbank
● Terry A. Hayes
City of Norwalk
Michael Garcia, Director
562.929.5744
Norwalk HSR Station ● Terry A. Hayes
● Teresa Li
● Sam Silverman
Metro
Kate Amissah, Project Manager
213.922.1203
Metrolink Location
Studies
● Sam Silverman
FPL and Associates, Inc.
Metro
Milind Joshi, Project Manager
213.418.3211
Rail-to-Rail Active
Transportation –
Segment A
● Alex Zupanski
● Alan Lee
Trammell Crow Company
Alex Valente, Vice President
310.363.4701
1101 N. Main Street
(Chinatown Lofts)
● Alan Lee
City of Huntington Beach
Bill Janusz, Principal Civil Engineer
714.536.5431
Edinger Avenue Bridge
Replacement Over
Bolsa Chica Channel
● Alex Zupanski
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 14
Paleo Solutions, Inc.
Circlepoint
Alex Casbara, Associate Planner
408-816-8224
CHSRA, Palmdale to
Burbank Segment
EIR/EIS
● Geraldine Aron
● Courtney Richards
JACOBS
Jason Walsh, Senior CEQA/NEPA
Environmental Planner
808-344-2061
North SR 55
Improvement (I-5 to SR
91) PR/ED
● Evelyn Chandler
● Geraldine Aron
● Courtney Richards
● Liz Denniston
City of Menifee
Lisa Gordon, Planning Manager
951.723.3739
Archaeological and
Paleontological Review
Services
● Evelyn Chandler
● Geraldine Aron
● Courtney Richards
As an award-winning, full service engineering firm, Mott
MacDonald has a reputation for technical excellence, innovation,
dedication and client responsiveness on some of the world’s most
prominent projects. Ranked 17th in Engineering News Record’s
2018 Top Global Design Firms and 7th in Mass Transit and Rail,
Mott MacDonald provides the full suite of engineering planning and
design for transportation and transit infrastructure projects, bid-
phase services, program/project management, construction
oversight and construction management, as well as design support
during construction for design-bid-build, design-build, and P3
projects. We have consistently achieved major successes in the
fields of rail and transit, rail maintenance and storage facilities,
tunnels and underground structures, highways, bridges,
aviation, ports and harbors, water and water resources,
wastewater, environment, architecture, and municipal
engineering. We are an employee owned, financially independent
company, with a record of strong and consistent financial
performance. Our employee-owned model enables us to make
investment decisions in ways we believe best benefit our
employees and our clients, free from any external stakeholder
influence.
Mott MacDonald has actively engaged on HSR projects
statewide and throughout the world. As a multi-disciplinary
transportation planning and civil infrastructure
engineering firm, with rail and transit origins dating
back to the initial construction of London’s first
underground line over 100 years ago, Mott
MacDonald gives you the depth and breadth of
experience to support any aspect of planning,
design, engineering, environmental, and
stakeholder/community activities required to
deliver successful, sustainable HSR systems.
Mott MacDonald’s
Experience
CHSRA Proposed
Stations
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 15
We have been involved in the track alignment, engineering work,
and station design for three of the eight sections for the CHSR
Project, covering 230 miles of the HSR system – more than any
other consulting firm. Through these contracts with the CHSRA,
Mott MacDonald has worked closely with the corridor cities with
multi-modal connections, and understand the planning and
community coordination necessary to develop success.
Since the conclusion of Mott MacDonald’s work with the CHSRA,
we have shifted to supporting local jurisdictions with HSR
coordination, project management, technical and engineering
review, environmental impact analysis/mitigation, design review,
traffic modeling, station area planning, and alternative analysis.
Overall, Mott MacDonald has planned, designed, and managed
some of the most prominent public transportation projects in the
world including multimodal projects for HSR, light rail transit (LRT),
street cars, commuter rail, heavy rail, bus, and bus rapid transit
within urban environments. Through this extensive experience and
our focus on local support to CHSRA cities, Mott MacDonald can
respond quickly and cost-effectively to any project demand. Below
is a summary of Mott MacDonald’s key relevant transit services.
Transportation design and
engineering
Transportation planning
● Rail and track alignment design
● Rail civil engineering design
● Rail systems specification/design
● Rail operations modeling/timetabling
● Roadway geometry/road systems
design
● Engineering 3D CADD, modeling, and
BIM
● 3D visualization
● Plans, specifications, and estimate
● Project lifecycle scheduling corridor
studies
Station and transit planning
Multimodal planning
Corridor studies
Circulation elements
Site selection/planning
Bicycle/pedestrian planning
Transit funding/procurement
Streetscape/urban design
Travel demand modeling
Freight movement studies
Transportation specific plans
Travel survey
Regional planning
Toll/revenue studies
Traffic control planning
Traffic simulation
Generation studies
Express lanes
Transit hub development
Systems management
Land planning
Trip reduction programs
Mott MacDonald’s experience and proven ability to perform the
required work is further strengthened by our subconsultant team
members: Terry A. Hayes and Associates, FPL and Associates,
Inc., and Paleo Solutions. The following projects highlight not only
Mott MacDonald’s previous experience, but our team’s
qualifications and experiences completing quality deliverables
similar to those requested by the City in support of reviewing EIRs,
technical and engineering documents, and coordinating with the
CHSRA.
Mott MacDonald’s
Mission
We are committed to
support the HSR
Corridor cities and
agencies to ensure
they receive the
improved localized
mobility, economic
benefits, and
community-based
station plans that the
HSR Project can
deliver.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 16
CHSR Preliminary Engineering/EIS Support
Mott MacDonald was the prime consultant for the Palmdale to Los
Angeles segment of the CHSR Project between 2008 and 2015,
responsible for 65 miles of preliminary engineering design for one
of the project’s most difficult geographic segments. We provided
project management of the DEIR/DEIS technical studies, and
evaluation and solutions for developing HSR within a shared
corridor.
The challenges included crossing the San Gabriel and Verdugo
mountains, the seismic conditions within the Los Angeles area and
passing through the dense urban corridor of the San Fernando
Valley and into Downtown Los Angeles.
Our team prepared preliminary engineering design, systems, and
stations for project development including track alignment, systems
station, grade separations, Metrolink double tracking, tunneling,
structures, roadways, and rail storage and maintenance facilities.
We provided Project Management of the DEIR/DEIS technical
studies and extensive community outreach within the corridor and
San Fernando Valley.
Mott MacDonald evaluated and provided solutions for developing
HSR within a shared corridor through the San Fernando Valley
between Sylmar and the Los Angeles River, just north of Union
Station. The concepts included dedicated electrified HSR tracks
operating in a shared right-of-way with Metro, Amtrak, and
UPRR/BNSF. This required the development of 17 preliminary
grade separation designs, right-of-way acquisition assessments,
and fully supporting CHSRA with their stakeholder coordination and
community outreach.
Our coordination activities included Metro and SCRRA, and
operational railroads UPRR and BNSF, the corridor cities (from
Palmdale to Los Angeles, and throughout the San Fernando
Valley), transport agencies (Caltrans and Burbank Airport), and
numerous public and provide utility suppliers.
Firm
Mott MacDonald
Project
CHSR Preliminary
Engineering/EIS Support
Client
CHSRA
Location
Palmdale to Los
Angeles, CA
Expertise
● Coordination with
Cities and operational
railroad (passenger
and freight)
● HSR infrastructure
● Railroad engineering
design with a shared
corridor
● Railroad, civil,
structural,
geotechnical, and
traffic engineering
services
Photo courtesy of Newlands & Company
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 17
CHSR – Technical and Environmental Reviews
(Norwalk Station; Los Angeles to Anaheim Segment)
California is planning and implementing a statewide HSR system
connecting San Francisco, Sacramento, Los Angeles, Anaheim,
and San Diego. In Southern California and south of Los Angeles
the proposed alignment will operate within the LOSSAN Corridor.
Although the HSR
alignment will be
located within an
existing rail corridor,
significant additional
infrastructure and
modifications to the
existing road and rail
systems are needed to
provide a safe and reliable rail system. This includes construction
of new grade separations, relocating roadways and utilities, and
building new rail facilities and passenger stations. Although this has
the potential to generate significant local economic social benefits,
the project also has large potential environmental impacts.
Though the Gateway Cities are key stakeholders in the CHSR
Project, these cities also need to fully understand project impacts to
inform their constituents and to be able to make informed decisions
about the city of Norwalk (City) and its relationship with the project.
Mott MacDonald is
providing technical and
planning services to the
City. The objective is to
evaluate the CHSR
Project alternatives and
identify the associated impacts and conflicts the project will have on
the City. These would include the location and characteristics of the
HSR station, and the impacts the locations and layout of the station
may have on the local rail and roadway/traffic. We have been able
to provide alternative analysis design that has less impact to the
City. The CHSR Project will release a Draft EIR for the Los Angeles
to Anaheim Segment, in late 2019 or early 2020. Prior to this, the
City will be fully appraised of the engineering proposals, and the
impacts and opportunities that the project will present.
Firm
Mott MacDonald
Client
City of Norwalk
Location
City of Norwalk and
Santa Fe Springs, CA
Expertise
● HSR planning and
engineering
● Station design
● Economic analysis
● Alternatives design
● Visualization
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 18
OCTA Grade Separation Program
Mott MacDonald is
OCTA’s Program Manager
for their $4.3 billion
highway and grade
separation program
comprised of design and
construction of major
roadway widenings, grade
separations, rail bridges,
interchange, and local
street improvements,
BNSF coordination, and
maintenance and operations facilities across Orange County.
Since 2004, Mott MacDonald has supported OCTA with
management of their program with a fully integrated program
management team, who also provide planning, preliminary
engineering, cost, scope control, and scheduling, cost estimating,
and construction management services. We provide full-time staff
and on-call specialists who bring expertise in railroad engineering,
civil, structural, geotechnical, and electrical engineering design,
right-of-way, constructability, value engineering, permitting, design
reviews, quality control review, and construction claims analysis. As
an extension of the owner, Mott MacDonald oversees all
coordination with Orange County, Caltrans, FHWA, Cities, BNSF,
UPRR and SCRRA railroads, and local agencies, while
administering the procedures as set forth by OCTA.
Mott MacDonald has supported OCTA with the $635 million OC
Bridges Grade Separation Program including design, bid support
and project management of seven grade separation projects
along the BNSF Railway Orangethorpe Corridor in the cities of
Anaheim, Placentia, and Fullerton. Implementation of grade
separation projects is scheduled to be completed in 2018, and will
alleviate current and potential traffic impacts and hazards posed by
existing at-grade rail crossings along the Orangethorpe Corridor.
The project features include undercrossing and overcrossing bridge
structures, railroad shooflies, detour and bypass roadways, pump
stations, connector roads, improvements to city streets, retaining
walls, sound walls, and landscaping.
OCTA Rail Capital Projects are implemented in partnership with
SCRRA.
Firm
Mott MacDonald
Client
OCTA
Location
Orange County, CA
Expertise
● Coordination with
Cities, BNSF, UPRR,
SCRRA, FHWA,
Orange County,
Caltrans, and local
agencies
● Regional rail
engineering
● Management of seven
grade separation
projects
● Railroad, civil,
structural,
geotechnical, and
traffic engineering
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 19
Terry A. Hayes Associates Inc. (TAHA), an S-Corporation,
founded in 1984, is a specialized environmental consulting firm
providing environmental planning and environmental assessment
services. With a staff of 12 planners, environmental professionals,
and administrative support, TAHA is a certified MBE, DBE, and
Community Business Enterprise. TAHA has prepared hundreds of
CEQA and NEPA environmental documents and technical studies
for federal, State, and local governments. TAHA has successfully
managed environmental document preparation while effectively
completing technical and specialized analyses, including
documents related to HSR and transit station developments.
High-Speed Rail – Palmdale to Burbank, CHSRA, Los Angeles,
CA: TAHA prepared the Land Use and Station Planning, Agricultural
Resources and Forestry, and Parks, Recreation and Open Space
EIS/EIR sections. The proposed project includes a HSR system that
is coordinated with the State’s existing transportation network, which
includes intercity rail and bus lines, regional commuter rail lines,
urban rail and bus transit lines, highways, and airports. The high-
speed intercity train service is anticipated to serve more than 800
miles of tracks throughout California. This project covers the HSR
Palmdale to Burbank segment, and analyses two potential corridors.
Key issues included land use, agriculture, forestry, and utilities.
Norwalk High-Speed Rail Station, City of Norwalk, Norwalk,
CA: TAHA worked with the City of Norwalk (City) to review the
CHSR designs within the city and identify strategies to address
environmental concerns posed by the City. TAHA prepared an
Environmental Benefits Memorandum identifying the potential
environmental benefits of placing the proposed CHSR, as well as the
existing BNSF and Metrolink tracks, in a 35-foot-deep to 55-foot
deep trench. Key topics addressed include aesthetics (visual
character and lighting), land use, and noise. TAHA’s work has been
completed within the agreed upon schedule and budget.
Metrolink Location Studies, Metro, Los Angeles County, CA:
TAHA prepared feasibility studies to identify environmental
constraints to project implementation. Metro seeks to improve
access to Metrolink commuter train stations from populated areas,
job centers and/or transit connections, thereby encouraging
increased transit use. The technical analysis focused on traffic,
noise, air quality, land use, historic resources, floodplains, biological
resources, hazards and hazardous materials, and socioeconomics.
TAHA characterized existing conditions, described potential
constraints relates to environmental approvals, and identified
promising concepts for further environmental study.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 20
FPL and Associates, Inc. (FPL), was established in 1988, and
has since been providing traffic and civil engineering services to a
variety of public agency and private clients. FPL’s diverse
experience participating in transportation projects from the planning
phase through design and construction brings value to clients by
ensuring documents prepared prior to final design are able to factor
in and mitigate potential issues that a contractor might encounter
during construction. FPL’s combined traffic and civil engineering
expertise allows a better approach to traffic bottlenecks. FPL’s
regional rail project experience includes new Metrolink stations,
work at Los Angeles Union Station, double-track improvements,
and “on-call” grade crossing safety improvements for SCRRA. FPL
is a certified SBE, U/DBE, and MBE with a staff of 30.
Rail-to-Rail Active Transportation Corridor – Segment A,
Metro, Los Angeles, CA: The project creates an off-street facility
and community resource for pedestrians and bicyclists through the
heart of South Los Angeles, connecting residential neighborhoods
to schools, transit (Blue, Silver, and Crenshaw Lines), and other
destinations. This project will convert an abandoned railroad
corridor into a trail. FPL is responsible for the civil and traffic
engineering design requiring approval from numerous City of Los
Angeles agencies. FPL was tasked to take the engineering
documents that had been prepared in the environmental phase and
develop them to the level of being contractor-friendly in anticipation
of the project being delivered under the design-build method.
1101 North Main Street (Chinatown Lofts), Trammell Crow
Company, Downtown Los Angeles, CA: For this mixed used
project in the Chinatown neighborhood, FPL was brought in by the
developer/owner to serve as a civil engineering “advisor” on an on-
call basis to supplement the engineering team in place given the
right-of-way, procedural, and documentation complexities of the
project. FPL reviewed a variety of project documents, in addition to
coordinating with a number of City of Los Angeles staff to obtain
helpful information that facilitated the progress of the project.
Edinger Avenue Bridge Replacement over Bolsa Chica
Channel, City of Huntington Beach, Huntington Beach and
Seal Beach, CA: The existing deteriorated timber bridge
overcrossing the Bolsa Chica Channel is being replaced with a
precast concrete bridge. Under FPL’s “on-call” transportation
engineering contract with the City of Huntington Beach, FPL was
tasked with providing plan review of multiple submittals of the
County of Orange’s engineering consultant’s bridge construction
traffic control plans.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 21
Paleo Solutions, Inc. (Paleo Solutions), was established in 2004
to provide paleontological and cultural resource services
throughout the western US, providing the capabilities, staffing, and
financial stability of a national firm. As a small, disadvantaged,
woman owned corporation, Paleo Solutions employs 54 scientists
across fours offices, and offers extensive cultural resources and
paleontological experience, broad functional capabilities, the
largest paleontology consulting staff in the US, and key
relationships with agency leaders and Native American tribes.
Since 2011, Paleo Solutions has provided paleontological and
cultural resources consulting services for numerous Los Angeles
County transportation-related projects.
EIR/EIS Paleontology Preparation for CHSR – Palmdale to
Burbank, CHSRA, Los Angeles, CA: As Paleontology Lead,
Paleo Solutions is completing a CEQA/NEPA level paleontological
study to support development of the EIR/EIS. Following a review of
previous environmental work, Paleo Solutions completed a
Paleontological Memo Report with assessment of the current work
and recommendations for additional paleontological tasks. Record
searches were conducted to determine if previous fossil localities
are known within or near the project alignment for each alternative.
Paleontological surveys were completed in 2016 with the results of
the survey, records search, and background research compiled into
a final Paleontological Resources Technical Report.
North SR 55 Improvement from I-5 to SR 91 Project Report and
Environmental Documentation, OCTA, Orange County, CA:
Paleo Solutions provided cultural and paleontological resources
services in support of this project. The total length of the Area of
Potential Effect (APE) is 7.5 miles, and the total area of the APE is
820.7 acres. The paleontological study was comprised of a
Paleontological Identification Report/Paleontological Evaluation
Report (PIR/PER) consistent with the CEQA, and included
conducting an analysis of existing paleontological data. The cultural
study included a records search. A geoarchaeological assessment
was conducted to assess the potential to affect buried
archaeological resources. Impacts to archaeological resources
were assessed with recommended mitigation measures provided.
Archaeological and Paleontological Review Services, City of
Menifee, Menifee, CA: Paleo Solutions is reviewing
paleontological resource impact mitigation reviews, paleontological
resources assessments reports, paleontological monitoring
reporting, and cultural resources assessment reports for the City.
The firm has had its contract renewed for the past four years.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 24
E. Fees and Costs
#
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 22
E. Fees and Costs
Our fee proposal is located within a separate sealed envelope with
our submittal per the requirements addressed on the “Cost
Proposal – Labor Hour Worksheet” from Attachment B included
with the RFP.
Our cost proposal is also summarized on Exhibit 10-H1 of the
Caltrans Local Assistance Procedures Manual from Attachment C
included with the RFP, which was completed by all of our team
members.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project ii
F. Affidavit of Non-
Collusion
23
City of Vernon Technical, Engineering, and EIR Documents Review Services for the California
High-Speed Rail Project Request for Proposals
Title: Senior Vice President, Southwest Division Manager
Date: April 11. 2019
18
24
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 25
Appendix A – Resumes
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
Contents
Geraldine Aron i
Rob Ball iii
Eric Banghart iv
Richard Carney vii
Maggie Cheung ix
Peter Feldman xi
Darlene Gonzalez xii
Teresa Li xiv
Joey Mendoza xv
Farhad Nourbakhsh xvii
Mike Oldroyd xix
Courtney Richards xxi
Sam Silverman xxii
Dave Warnock xxiii
Paul Wilson xxv
Alex Zupanski xxvii
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
i
Geraldine has more than 21 years of experience as a professional
paleontologist in natural resources management. She meets the
professional standards as a Principal Investigator for the Society of
Vertebrate Paleontologists, Bureau of Land Management (BLM),
United States Forest Service (USFS), San Bernardino County,
Orange County, Riverside County, San Diego County, and other
agencies that retain a professional list for qualified paleontologists.
She has authored hundreds of technical reports, which include
paleontological assessments, DEIRs, EIR/EIS, Paleontological
Mitigation and Monitoring Plans, document reviews, and survey
reports for CEQA/NEPA compliance. Geraldine has worked on well
over 500 projects throughout California, Montana, Wyoming, New
Mexico, Utah, and Colorado.
Experience and skills
● Experience Conducting Peer Reviews of Paleontological Reports
● California High-Speed Rail Experience with two EIR/EIS sections
(San Francisco to San Jose and San Jose to Merced and
Palmdale to Burbank) and construction experience (Construction
Package 4 and Construction Package 2-3)
Selected projects
On-Call Peer Review, City of Menifee, Menifee, CA: Principal
Investigator responsible for overseeing and participating in
paleontological and cultural resources third party-peer reviews of
over 20 projects at the request of the City of Menifee for
telecommunication and commercial and residential development
projects.
Topock Compressor Station, Pacific Gas & Electric: Principal
Investigator/Project Manager responsible for providing a
memorandum summarizing the results that included an
understanding of CERCLA. Paleo Solutions provided third party
review of paleontological documents to ensure adequacy of use in
preparation of environmental documents. Documents included a
report titled Paleontological Resources Management Plan, Topock
Groundwater Remediation Project, San Bernardino County
California and Mohave County, Arizona, prepared for Pacific Gas
and Electric.
Clean Water Campus EIR: Principal Investigator/Project Manager
responsible for overseeing an analysis of existing paleontological
data including a geologic map review, a literature search, and an
institutional record searches. Co-authored the Paleontological
Technical Report, and performed a technical review of the Cultural
Geraldine Aron
Cultural Resources
Personal summary
Education:
MS, Geological
Sciences
BS, Geological
Sciences
Cartography and GIS
Systems
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
ii
Resources Survey Report. The LA Sanitation (LASAN) Clean
Water Campus proposed to construct a clean water campus to
support LASAN staff on a vacant parcel in the corner of Humboldt
Street and North San Fernando Road within the City of Los
Angeles. The new clean water campus is a six story 150,000 SF
LEED Platinum office building with a new 1,000 parking structure
which replaced the old 200 parking space structure.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
iii
Rob is an accomplished project manager with more than 40 years
of experience in the implementation of major rail transportation
projects, and is a seasoned engineer who has worked on a wide-
range of domestic rail transit/commuter rail/railroad, HSR, and
international transit projects utilizing design-build, turnkey/private
public partnership (P3), construction manager/general contractor
(CM/GC), and conventional project delivery methods.
Experience and skills
As Vice-President/Project Principal for Mott MacDonald, Rob
oversees and participates in many of the major transit pursuits and
projects within Southern California and brings significant expertise
through a long and challenging career working in a highly visible
transportation field.
Most recent assignment includes working as Deputy Director for
Engineering and Construction on the $64 billion California HSR
(CHSR) Program, where his responsibilities included preparation of
programmatic technical requirements and standards, providing
construction support to three major design-build contracts, and
working with the California High-Speed Rail Authority (CHSRA) in
the development and delivery of an operable segment between
Silicon Valley to Central Valley.
Selected projects
CHSR, CHSRA, Sacramento, CA: Deputy Director responsible for
engineering and construction support for Rail Delivery Partner
(RDP), and leading a multi-discipline HSR engineering group on
development of updated design criteria and engineering standards
for new design-build civil infrastructure procurements, design
support to Central Valley construction contracts on interpretation of
design requirements, review of RFIs, requests for design variances,
issuance of design directives to construction management teams,
due diligence checks on design-build submittals to programmatic
requirements, development, and refinement of scope and
responsibilities for Independent Checking Engineers on design-
build contracts. Provided support to track and systems interfaces
with civil infrastructure. Provided support and technical guidance to
regional management teams and their regional consultants, who
are responsible for environmental clearance and preliminary
engineering for project development. Maintained a close interface
with other functional areas including environmental, right-of-way,
rail, systems, operations, and system integration teams, and
participated as a member of a HSR implementation strategy group
Rob Ball, PE
Principal-in-Charge
Personal summary
Education:
MBA
BEng, Civil
Registrations:
PE, CA #C41744
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
iv
for support of the bi-yearly legislative mandated HSR Business
Plan. Position based in Sacramento.
CHSR, CHSRA, Sacramento, CA: Director of Alternative Program
Delivery for Program Management Team (PMT) responsible for
providing oversight on several functional areas including
engineering, environmental, right-of way, procurement and
contracts, and design-build construction support. Provided
oversight and coordination of the PMT’s engineering group based
in San Francisco with direction and feedback to task leads. Position
was based in Sacramento and provided a close interface with the
Functional Task Managers from both the PMT and CHSRA from
the aspect of program delivery. Provided technical and
procurement support in the development of CHSRA’s early
construction packages in the Central Valley.
Anaheim-Las Vegas Super Speed Train, California/Nevada Bi-
State Commission, California and Nevada: Civil Engineering
Advisor responsible for a major engineering firm under contract to
the California/Nevada Bi-State Commission on the evaluation of a
franchise proposal to be awarded for a HSR line between Anaheim,
California, and Las Vegas, Nevada.
Metrolink Commuter Rail Implementation, SCRRA, Los
Angeles, San Bernardino, and Orange Counties, CA: Project
Manager for a major engineering firm working as part of the
consultant team responsible for planning, design, and construction
management of multiple commuter rail lines throughout the
counties of Los Angeles, San Bernardino, and Orange.
Assignments included major design components, specifications,
permitting, preparation of exhibits, and legal exhibits for grade
crossing applications to CPUC, and extensive liaison with local
cities along the corridors.
City of Indio Rail Passenger Station, City of Indio, Indio, CA:
Project Manager responsible for acting as the City of Indio’s liaison
with Amtrak and UPRR to negotiate restoring an Amtrak station
stop at a new transportation center under development. Prepared
project agreement and preliminary track and station layouts.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
v
Eric is an urban planner with over 12 years of progressively
responsible experience in transportation and environmental
planning through managing planning projects; developing technical
planning reports; interpreting ridership, traffic, and operations
modeling data, and developing public transit operation plans.
Experience and skills
He has worked with clients such as the California High-Speed Rail
Authority (CHSRA), Los Angeles County Metropolitan
Transportation Authority (Metro), San Bernardino County
Transportation Authority, Orange County Transportation Authority,
and Los Angeles World Airports, as well as various cities and
counties statewide. Eric has been heavily involved in public
outreach efforts for several transportation, land use, Title VI, and
CEQA/NEPA projects within California. He also possesses
demonstrated proficiency in ArcGIS software.
Selected projects
California High-Speed Rail (CHSR), CHSRA, Los Angeles to
Anaheim, CA: Transportation Planner responsible for leading the
development of the project definition, alternatives analyses and
supporting environmental planning tasks, preliminary engineering,
and public outreach for the Environmental Impact
Report/Environmental Impact Statement (EIR/EIS) phase of the
project to construct a 30-mile HSR line between Union Station in
Los Angeles and the Anaheim Regional Intermodal Transportation
Center in Anaheim within the Los Angeles to Anaheim Segment of
the overall project.
City of Norwalk HSR Technical/Engineering Design Reviews
and Project Management Services, City of Norwalk, Norwalk,
CA: Planning Lead responsible for the City of Norwalk’s (City)
involvement in the development of a high-speed rail station. The
City received funding from the CHSRA and appointed Mott
MacDonald to undertake detailed technical reviews and evaluation
of the State’s planning and design of the proposed high-speed rail
station at Norwalk. Oversees planning topics to multimodal
connections, first-/last-mile connectivity, and reviewing
environmental impact reports.
Merced HSR Station Area Plan, City of Merced, Merced, CA:
Deputy Project Manager responsible for leading the project
management tasks and transportation planning analysis for a new
high-speed rail station in the downtown area of Merced. As part of
the state-wide HSR system, the Merced Station is intended to
support access to the surrounding catchment area by providing
Eric Banghart,
AICP
Planning Lead
Personal summary
Education:
MA, Urban Planning
BA, Environmental
Studies
Registrations:
Certified Planner,
American Institute of
Certified Planners,
AICP
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
vi
multi-modal feeder bus and regional rail facilities. The City of
Merced HSR Station Area Plan furnished the necessary data,
analysis, and stakeholder perspectives required to establish a
preferred alternative to prepare for the future station in downtown
Merced.
Cross Valley Rail Corridor Plan, Tulare County Association of
Governments, Tulare County and Kings County, CA: Project
Manager responsible for a new 80-mile rail corridor connecting with
the proposed CHSR station to the cities in the San Joaquin Valley.
The overall goal of the plan will be to identify a vision for how the
Cross Valley Corridor will serve as a regional transit option
providing surrounding communities with convenient transit service
and hubs, and plan how the future Kings and Tulare Regional HSR
Station will serve as a connector to the entire State of California.
The planning study analyzed the feasibility of FRA-compliant
passenger rail service in an existing freight corridor through the
Counties of Tulare and Kings. Planning efforts also took into
consideration first-last mile connections for each of the proposed
stations along the corridor.
Kings Area Rural Transit Station Site Selection, Kings County
Association of Governments, Hanford, CA: Project Manager
responsible for leading the site selection and conceptual design of
a new multi-modal transit terminal station in the downtown area of
Hanford. As part of the statewide HSR system, the Hanford KART
Station is intended to support access to HSR for the substantial
surrounding catchment area by providing multi-modal feeder bus
and future regional rail facilities. In addition to transit services the
site is being planned as a mixed-use center with commercial,
government and residential activities all occurring on the site. The
goal is to create a new activity center for the City that is fully
supported by active and public transit amenities.
Metrolink Stations Assessment and Improvement Plan, Metro,
Los Angeles County, CA: Planning Lead responsible for the
examination of 18 Metrolink stations within Los Angeles County.
The Station Assessment study examined everything from ADA
compliance, state of good repair, and first-last mile improvements.
Led the team for analyzing the team based on Metro’s First-Last
Mile (PATH) policies.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
vii
Richard’s 29 years of experience in project management and
engineering design has been gained exclusively on rail
development projects in the US, UK, and Asia. From his early
career working in the public sector for London Underground, Ltd.,
to his project leadership roles on large capital improvement
programs, Richard has gained a breadth of railroad civil and
systems engineering knowledge and skills such as railroad civil and
systems engineering design, engineering management, project
management, and capital program management. He possesses
expertise on a broad range of international transport projects that
include HSR, intercity commuter rail, urban metro, and LRT
projects at all delivery phases from planning and preliminary design
to design-build and operation and maintenance.
Experience and skills
Richard’s recent rail experience includes development of designs
on each segment of the UK’s HSR projects, as well as the
California High-Speed Rail Authority’s (CHSRA) California HSR
(CHSR) Palmdale – Los Angeles – Anaheim Corridor. He has also
led the track and OCS configuration designs for the UK’s West
Coast Mainline Project, delivering over 450 track miles of track and
OCS upgrade on an operational mainline railroad.
Selected projects
CHSR, CHSRA, Palmdale to Los Angeles, CA: Engineering
Manager and Project Manager responsible for the delivery of the
engineering design, environmental impact assessment, and
stakeholder/community outreach services for the Palmdale to Los
Angeles Segment of the overall CHSR Project. This 62-mile HSR
project involves a dedicated HSR corridor supporting speeds up to
250 mph, and presents significant challenges including the crossing
of multiple geological faults, challenging topography, shared
corridor design and grade separation in the San Fernando Valley,
mitigation of significant environmentally sensitive resources, and
managing an innovative and proactive outreach strategy. The
project location includes densely developed areas in the Los
Angeles Basin and San Fernando Valley, and through the
seismically active areas in the San Gabriel Mountains. The project
also delivered station planning and design within the cities of
Palmdale and Burbank. At completion, the project achieved
sufficient level of design and environmental evaluation to complete
an Alternatives Analysis and provide the basis of an Environmental
Impact Report.
Richard Carney,
CEng
Project Manager;
Engineering; High-
Speed Rail
Personal summary
Education:
MSc, Rail Systems
Post Graduate
Diploma in Civil
Engineering
Graduate Diploma
Mine Surveying
HND Mine Surveying
Registrations:
CEng, Charted
Engineer
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
viii
HSR Technical/Engineering Design Reviews and Project
Management Services, City of Norwalk and Gateway Cities Council
of Governments, Norwalk, CA: Project Manager responsible for
acting as the City of Norwalk’s (City) consultant and leads a team
of engineering and environmental specialists in the review of HSR
engineering design and technical studies. The review includes civil,
systems, construction, and operational aspects of the project.
Supports the Gateway Cities Council of Governments at monthly
Technical Advisory meetings and workshops. The City is a major
stakeholder in the development of a HSR station within its planning
jurisdiction. The City has received funding from the CHSRA and
has appointed Mott MacDonald to undertake detailed technical
reviews and evaluation of the State’s planning and design of the
proposed HSR station at Norwalk. The output from this project will
inform the City of the benefits and impacts associated with the
station and enable City Staff to inform its elected officials, Board
Members, and the City’s Community. The review will also influence
the content of the CHSRA’s Environmental Impact Report prior to
its formal release for public and stakeholder comment.
UK High-Speed 2, HS2 Limited, West Midland to Leeds, UK:
Engineering Manager responsible for the route design and civil
engineering development for over 200 miles of 250-mph HSR
alignment connecting the UK’s midland city of Birmingham to
Manchester and Leeds. Based in London, the role included design
management, delivery of preliminary engineering, technical
assurance assessments, engineering coordination, and managing
the interface with the environmental consultants, preparation for
stakeholder and public consultation, and preparing engineering
documentation for the Parliamentary Hybrid Bill.
HSR Corridor 3, India’s Ministry of Railways, India: Engineer
Manager responsible for developing over 600 miles of 200-mph
high-speed route alignment design. This role included defining
design standards, procuring survey, developing route option
designs using local design teams, defining option selection criteria,
and reporting recommended routes and design to the client. The
project included five station layout designs in the cities of Delhi,
Agra, Lucknow, Varanasi, and Patna.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
ix
Maggie is a transportation planner and a specialist in traffic and
pedestrian movement studies, providing services to both public and
private sector clients. She has amassed 12 years of experience in
transportation modeling and planning involving train and metro
stations, highways, city master plans, urban realm, and buildings.
With in-depth knowledge of a range of simulation software, Maggie
has been the project manager and workstream lead of pedestrian
movement modeling in many high-profile domestic and
international transportation projects.
Experience and skills
An accredited user of the Legion modeling software suite,
Maggie maintains proficiency in VISSIM and SATURN, and has
the ability to undertake Legion and VISSIM audits. She has a
sound understanding of micro-simulation and strategic
modeling techniques including matrix development, demand
forecasting, network coding, base model calibration, and
validation and outputs analysis. She is familiar with commonly
used design and modeling standards for railroads, highways,
and buildings, and understands planning procedures and
environmental constraints. Her recent work has included
leading international pedestrian movement assessment
workstreams or standalone projects, ensuring technical
outputs and reports are understood by both team members
and non-technical audiences.
Selected projects
Vermont Bus Rapid Transit Project Phase II, Los Angeles
County Metropolitan Transportation Authority, Los Angeles
County, CA: Transportation Planner responsible for supporting this
conceptual study to analyze the feasibility of BRT conversion to rail
in the Vermont north-south-corridor, the second busiest corridor in
Los Angeles County. Supported the study with analysis of
estimated run times for the modes and alignments under
consideration, ensuring maintenance and servicing facilities could
be appropriately sized for each option.
Los Angeles-Glendale-Burbank Corridor Feasibility Study, Los
Angeles County Metropolitan Transportation Authority, Los
Angeles County, CA: Transportation Planner responsible for
supporting the study with analysis and project management
support. This study evaluates the feasibility for providing up to two
additional stations in the city of Glendale, and up to two additional
stations in the city of Los Angeles, as well as providing increased
passenger rail service throughout the day on the corridor.
Maggie Cheung
Senior Planner
Personal summary
Education:
MSc, Transport and
Business
Management
BA, Geography
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
x
Traffic Operations Modeling of Proposed Interchange on SR
46, City of Paso Robles, CA: Traffic modeler responsible for
developing Synchro and SIDRA models as well as HCS analysis as
part of the wider design team delivering a PA/ED report to Caltrans
District 5. The modeling examined base case (no build) and two
layout scenarios for 2025 (opening year) and 2045 (forecast year).
Croydon Town Centre VISSIM Modeling, Transport for London,
UK: Traffic Modeler responsible for updating the existing VISSIM
models of the study area with the latest available traffic count data
to assess the impact of a proposed development by Westfield in
Croydon City Centre Worked extensively on matrix estimation,
model development, and model calibration and validation to refresh
the models for the AM, PM, and Saturday periods. In line with
Transport for London (TfL’s) VISSIM Modeling Audit Process
guidelines, network performance indicators such as journey times
and turning flows were extracted for calibration and validation.
Traffic Assessment of Croydon Tramlink to Sutton Light Rail
Transit with Increased Service Frequency, Transport for
London, UK: Traffic Modeler responsible for developing VISSIM
models to assess the impact of increased services as the Kingston
Road/Hartfield Road junction is one such junction part of the
proposals for increased frequencies on Line 4 of the Croydon
Tramlink and also an extension of services to Sutton. This will have
impacts on vehicular traffic as the trams have priority over general
traffic. A base model was developed in line with VMAP guidelines,
for the AM-peak and PM-peak in VISSIM to evaluate proposed
junction layout improvements, and also proposed increases in tram
frequencies and the addition of services to Sutton. Network
performance indicators such as journey times and turning flows
were extracted from the base and proposed models for comparison
and 3D videos were also produced.
Traffic Modeling of Proposed Road Layout for Ground
Transportation Center, Port Authority of New York and New
Jersey, NY and NJ: Traffic Modeler responsible for developing a
VISSIM model to support the wider design team to assess the
operations of the proposed layout of the drop-off/pick up areas for
the different types of vehicles including private car and
transportation network carriers such as Uber/Lyft. With the
projected growth in passenger numbers, the modeling work will
identify areas where more capacity may be required in terms of
curb length and test potential operations plans.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xi
Peter has nine years of experience as an environmental planner
and project manager in preparing California Environmental Quality
Act/National Environmental Policy Act (CEQA/NEPA) documents,
community impact assessments (CIAs), and Section 4(f)/6(f)
documentation. He incorporates a multitude of data sources in
conducting community-based analyses including, but not limited to,
US Census, American Community Survey, transit modeling, and
regional growth forecasts. His responsibilities at TAHA include
project management, environmental justice/Title VI, Section 4(f),
traffic and transportation.
Selected projects
California High-Speed Train from Los Angeles to Anaheim,
California High-Speed Rail Authority (CHSRA), State of
California: Technical Reports and EIR Section Writer responsible
for evaluating project impacts on neighborhoods and communities,
demographic characteristics as well as environmental justice
impacts as part of the CIA and socioeconomic EIR sections. The
CHSRA is proposing high-speed train service for travel between
major metropolitan areas of California. The service would run from
Los Angeles, Orange County, and San Diego in the south to the
San Francisco Bay Area and Sacramento in the north. This system
is forecast to carry more than 100 million passengers annually by
the year 2030.
California High-Speed Train from San Jose to Merced, CHSRA,
State of California: Primary Section Author responsible for
alternatives analysis and preparation of the Section 4(f)/6(f), and
the parks and recreation chapters of the EIR/EIS for the HSR
segment between San Jose and Merced. Assisted in preparation of
a project-level EIR/EIS for this section of the proposed California
HSR Project.
Restoration of Historic Streetcar Service in Downtown Los
Angeles, Los Angeles, CA: Responsible for assisting with the
preparation of the Environmental Assessment providing
management support and Quality Assurance/Quality Control. TAHA
prepared an Environmental Assessment to restore streetcar service
in Downtown Los Angeles. By connecting residential and
employment areas, shopping districts, civic resources, cultural
institutions, historic districts and landmarks, and entertainment
venues, and by providing connectivity to other transit services, the
project would improve mobility and accessibility with a new
transportation mode for people who live and work in the downtown
area, as well as for visitors.
Peter Feldman
Senior Planner
Personal summary
Education:
BA, Political Science
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xii
Darlene is an urban planner with more than four years of
experience in both geographic information systems (GIS) and
transportation planning.
Experience and skills
Darlene has expertise in developing technical reports; creating
maps, and visual aids; analyzing and interpreting transit operations
performance data, and developing special rail and bus operations
plans in cooperation with the California-High Speed Rail Authority
(CHSRA), SCRRA, San Bernardino County Transportation
Authority, Los Angeles County Metropolitan Transportation
Authority (Metro), LOSSAN Rail Corridor Agency, and the Orange
County Transportation Authority.
Selected projects
Merced HSR Station Area Plan, City of Merced, Merced, CA:
Transportation Planner responsible for conducting research and
transportation planning analysis for a new HSR station in the
downtown area of Merced. The Merced Station will be a multi-
modal transportation hub to support HSR, bus, regional rail, and
active transportation. The City of Merced HSR Station Area Plan
will furnish the necessary data, analysis, and stakeholder
perspectives required to establish a preferred alternative to prepare
for the future HSR station in downtown Merced.
Cross Valley Rail Corridor Plan, Tulare County Association of
Governments, Tulare County and Kings County, CA:
Transportation Planner responsible for assisting with the project
management tasks and transportation planning analysis for a new
80-mile rail corridor connecting with the proposed CHSR station to
the cities in the San Joaquin Valley. The overall goal of the Plan will
be to identify a vision for how the Cross Valley Corridor will serve
as a regional transit option providing surrounding communities with
convenient transit service and hubs, and plan how the future Kings
and Tulare Regional HSR Station will serve as a connector to the
entire State of California. The planning study analyzes the
feasibility of FRA-compliant passenger rail service in an existing
freight corridor through the Counties of Tulare and Kings. Planning
efforts will also take into consideration planning for various other
modes of transportation such as walking, cycling, and automobiles
throughout the region and proposed stations.
Kings Area Rural Transit Station Site Selection Study, Kings
County Association of Governments, Hanford, CA:
Transportation Planner responsible for the development of station
location screening methodology to identify and evaluate potential
Darlene Gonzalez,
AICP, ENV SP
Planner;
GIS/Mapping
Personal summary
Education:
Master of Urban and
Planning
BA, Urban Studies
Registrations:
Certified Planner,
American Institute of
Certified Planners,
AICP
Envision
Sustainability
Professional (ENV
SP)
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xiii
transit station sites. The Kings Area Rural Transit (KART) Station is
an existing bus transit center in downtown Hanford. Current site is
constrained by the adjacent railroad and surrounding businesses
and will be relocated to enhance transit efficiency and connectivity,
support economic development, and increase access to nearby
social services in Hanford. Site selection analysis is dependent
upon locational attributes, stakeholder preference, transit
operability, environmental considerations, costs, and multimodal
connectivity.
Metrolink Rail Operations, Orange County, CA: Transportation
Analyst responsible for supporting the rail operations in Orange
County by analyzing ridership and operational performance data.
Orange County is served by four passenger rail lines over 12
stations. Provided reports on special event rail services, and
conducted various analyses to improve first/last mile connections
for multiple stations.
Metrolink Station Location Study, Metro, Los Angeles, CA: GIS
Lead and Transportation Planner responsible for supporting the
feasibility of relocating three existing Metrolink stations within Los
Angeles County and the creation of a new station on the Metrolink
Riverside Line. Scope of work involves identifying first-/last-mile
opportunities, bus operations enhancements, TOD opportunities,
and rail-to-bus interface improvements. The data collection,
outreach efforts with affected stakeholders, and analyses will guide
potential future improvements between multiple transit services
throughout Los Angeles County.
Metrolink Stations Assessment and Improvement Plan, Metro,
Los Angeles, CA: GIS Lead and Transportation Planning Support
responsible for the development of transit connectivity plans for 19
Metrolink Station in Los Angeles County. Scope of work involved
developing an improvement plan to increase ridership and safety
through upgrades for active transportation, multi-modal
connectivity, and wayfinding. The data collection, analysis, and
ultimate improvement recommendations were focused on providing
an enhanced rider experience that promotes an increase in
Metrolink safety and ridership.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xiv
Teresa has experience in the creation and review of technical
analyses, reports, presentations, and coordination with government
agencies and clients. She has prepared every type of CEQA/NEPA
documents for residential, commercial, mixed-use, transportation,
transit-oriented development, and institutional projects, and
sustainability, community, and transit plans. Her primary
responsibilities at TAHA include project management,
environmental justice/socio-economics, land use, sustainability,
population, employment and housing, and CEQA/NEPA
documentation.
Selected projects
Norwalk High-Speed Rail (HSR) Station, Norwalk/Santa Fe
Springs, CA: Responsible for preparing the Environmental
Benefits memorandum. TAHA prepared an Environmental Benefits
memorandum identifying the potential environmental benefits of
placing the proposed California HSR, as well as the existing BNSF
and Metrolink tracks, in a 35-foot-deep to 55-foot deep trench. Key
topics that were addressed include aesthetics (visual character and
lighting), land use, and noise.
Hollywood Community Plan Update, Hollywood, CA:
Responsible for writing the summary, project description,
aesthetics, biological resources, and geology and soils sections of
the EIR. TAHA is preparing an EIR for the Hollywood Community
Plan Update. The proposed project would increase reasonably
foreseeable housing, population, and employment as compared to
the existing community plan. Responsible for Quality
Assurance/Quality Control.
West Santa Ana Branch Transit Corridor, Metro, Los Angeles
County, CA: Responsible for preparing a memorandum that
documents existing land use conditions along the project corridor.
TAHA is preparing an EIR/EIS. The proposed project is a proposed
light rail transit line that would extend approximately 20 miles from
Downtown Los Angeles through southeast Los Angeles County.
Teresa Li
Senior Planner
Personal summary
Education:
MA, Urban Planning
BA, Urban Studies &
Planning
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xv
Joey has 30 years of experience and expertise in all aspects of
right-of-way and real estate acquisition practices. He specializes in
transportation-, transit-, and corridor-oriented projects from the
early inception of the initial planning phase, through environmental
approval, engineering design, construction coordination, and
project closeout. His areas of expertise include overall project
management, budgeting, and project cost estimating; schedule
preparation; document management; risk management; partial and
full-take acquisitions; commercial, residential, and industrial
relocation assistance projects; eminent domain support; and
appraisal and appraisal review and property management.
Experience and skills
Joey has served as Right-of-Way Program Manager on numerous
major transportation projects including highway, transit, and design-
build projects throughout California, Nevada, Texas, and Arizona.
He has the technical expertise and administrative guidance to
develop and manage right-of-way programs for large-scale, multi-
faceted infrastructure projects. Joey possesses knowledgeable and
understanding of federal, state, and local laws, as well as a
comprehensive understanding of the design-build and alternative
delivery process, risk management, and FTA, FHWA, and state
Department of Transportation (DOT) procedures.
Selected projects
I-405 Improvement, Orange County Transportation Authority
(OCTA), Orange County, CA: Program Manager responsible for
the development, implementation, and overall delivery of the
necessary right-of-way to construct this 16-mile design-build project
of the I-405 between SR 55 and I-605. The project consisted of 305
partial acquisitions affecting residential, commercial, retail, motels,
public facilities, federal lands, and a regional shopping mall, which
required right-of-way certification and release to the design-build
contractor in segmented parcel groups. The right-of-way program
under Joey’s leadership included real estate appraisals, appraisal
reviews, parcel mitigation planning, property negotiations, title and
escrow, relocation assistance, condemnation coordination,
certification, scheduling, cost estimating, risk management, and
project closeout.
SR 91 Corridor Improvement, Riverside County Transportation
Commission (RCTC), Corona, CA: Program Manager responsible
for planning, management, and implementation of a wide array of
right-of-way activities during the environmental phase including
strategic planning, cost estimating, and market trend analysis, risk
Joey Mendoza
Right-of-Way
Personal summary
Education:
General, Business
Administration and
Management
Registrations:
California
Department of Real
Estate – Broker No.
01144860
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xvi
identification and management, public outreach, design-build
procurement process, corridor analysis, and early and advance
acquisition. Included full implementation and oversight of the right-
of-way process, policy development, and coordination with State
and Federal regulatory agencies. This high-profile, politically
sensitive design-build project involved over 450 partial and full
acquisitions with varying degree of difficulty and approximately 250
residential and business relocations. This design-build project
widened approximately 16 miles of active highway through the
urbanized area of Corona and the County of Riverside.
McCarran Boulevard Widening, Nevada Department of
Transportation, Reno, NV: Principal-in-Charge responsible for the
appraisal and acquisition of 250 temporary and permanent property
rights from residential, commercial, and public lands to construct
roadway improvements and sound walls along McCarran
Boulevard in Reno. This 4.5-mile roadway is part of the National
Highway System and the State Highway System. These
designations require additional coordination with Nevada
Department of Transportation, city of Reno, the city of Sparks,
Truckee Meadows Flood Management Project, as well as other
entities.
SR 91 High-Occupancy Vehicle Gap Closure, RCTC, Riverside
County, CA: Program Manager responsible for this seven-mile
freeway widening project through the developed corridor of
Downtown Riverside. The right-of-way associated with this project
consisted of significant partial acquisitions affecting commercial,
retail, and public agency facilities, acquisition of railroad properties,
and relocation of several complex businesses. Responsibilities
included overall management and implementation of the right-of-
way delivery process, as well as coordination with the various
disciplines for project design, right-of-way engineering, appraisal,
environmental, RCTC counsel, and Caltrans functional leads.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xvii
Farhad is an experienced, proven project manager and structural
engineer with over 30 years of experience in designing and
managing transit and transportation projects including high-speed
rail (HSR), light rail transit (LRT), and freight structures of various
sizes within the US and worldwide. He specializes in segmental
pre-stressed bridges, large underground structures, and
construction sequencing schemes. His intimate knowledge of
various delivery methods and experience working on both the
owner’s and the contractor’s side will enable him to provide
valuable insight for this project.
Experience and skills
Farhad has experience in all facets of transportation project
development and implementation, from planning and environmental
studies, to conceptual and detailed design, to construction. His
strengths are in managing multi-discipline design teams, design-
build projects, alternate concept development, problemsolving, and
providing an efficient and high quality of service to clients. Farhad
has expertise in making the most efficient use of restricted right-of-
way, and dealing with multiple stakeholders and multi-disciplinary
teams members.
Selected projects
California HSR Preliminary Engineering and Environmental
Support, Palmdale to Los Angeles Section, CHSRA, CA:
Responsible for peer review of elevated structures for the 62-mile,
$5.4 billion, CHSR Project’s Palmdale to Los Angeles section,
which traverses extremely difficult mountainous terrain and geology
between Palmdale and the San Fernando Valley, and densely
urban centers from Sylmar to Los Angeles Union Station. The $42
billion, 800-mile HSR mega-project will extend from the San
Francisco Bay Area and Sacramento to Los Angeles, Orange
County, and San Diego.
Taiwan HSR – C295, Taiwan HSR Consortium, Taiwan: Project
Director responsible for this $700 million contract. Contract C295 is
17 miles out of 185-mile, 1.5-hour link between Kao-hsiung and
Taipei. This section, on typical 100-foot spans on rigid twin-wall
piers, includes long-span river crossings erected in balanced
cantilever and 1,640-foot-long station area consisting of multi-box
girders. In charge of managing work allocated to US offices and
coordinating with company’s Bangkok office. Provided assistance
to project office in Bangkok for claim negotiations with client.
Mid-Coast Corridor Transit, San Diego Association of
Governments (SANDAG), San Diego, CA: Task Manager
Farhad
Nourbakhsh, PE,
PhD
Structures
Personal summary
Education:
PhD, Civil
Engineering
BEng, Civil
Engineering
Registrations:
PE, CA #C61106
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xviii
responsible for Independent Cost Estimates to support SANDAG in
GMP negotiations with the CMGC contractor and Systems Design
Reviews. The Mid-Coast Trolley Project will extend light rail service
11 miles from Old Town Transit Center to the University City
community and includes nine stations.
Silicon Valley Rapid Transit, Santa Clara Valley Transportation
Authority, San Jose, CA: Silicon Valley Berryessa Extension
Aerial Guideway Lead responsible for development of alternatives
to convert or replace an existing single track UPRR bridge with
structure(s) to provide a guideway to support two Bay Area Rapid
Transit tracks, as well as a crossing over Silver Creek.
Honolulu High-Capacity Transit Corridor Project, West
Oahu/Farrington Highway, City of Honolulu, HI: Structural and
Geotechnical Manager responsible for management of segmental
viaduct, aerial stations, and retained structure designs to support
preparation of technical and price proposals. The $500 million,
design-build contract pursuit included the initial 6.8 miles of the
proposed 20-mile rail line in Honolulu. Worked closely with
Contractor to develop alternative technical concepts to maximize
project savings based on Contractor’s expertise and risk tolerance.
Supplemental Engineering Services – Task Order 1, Metro Orange
Line Improvements (Grade Separations and Gated Intersections
Design), Los Angeles County Metropolitan Transportation
Authority, Los Angeles, CA: Structural Lead responsible for bus
rapid transit (BRT) and pedestrian/bike bridge structures. Tasks
include design of track improvements on the Metro Blue and Expo
LRT lines, as well as improvements to the Metro Orange Line
(MOL) BRT. Improvements on the MOL include grade separation of
the BRT line over roadways as well as a first ever implementation
of crossing gates at BRT busway intersections with roadways. The
design will accommodate the future conversion of the busway to an
LRT operation.
East Link Corridor, South Bellevue to Overlake Transit Center,
Sound Transit, Seattle, WA: Aerial Guideway Lead responsible
for final design of this seven-mile LRT line including three miles of
elevated guideway, two long-span crossing over I-90 and I-405,
and two elevated stations.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xix
Michael has 20 years of experience in project management,
highway/roadway design, railroad design, construction
management, and inspection. He has experience working with
local, state, and federal governments on high profile projects in
California, Utah, Texas, Nevada, Montana, and Idaho. He has
worked in most all facets of a project including as Design Engineer,
Inspector, Field Engineer, Project Manager, and Resident Engineer
on various projects. Given this experience, Michael is very familiar
with processes, manuals and standards in both design and
construction.
Experience and skills
Michael’s strengths include understanding and meeting project
schedules and milestones; effective leadership skills incorporating
team building, communication, and goal setting; commitment to
delivering a successful project from concept through construction;
understanding of local, state, and federal processes, manuals and
standards for successful project delivery; communicating project
and client goals to project team; coordinating resources and tasks
to meet project milestones; thorough reviews of construction
documents for contract compliance; ability to foresee potential
“roadblocks” and proactively resolve them; strict adherence to
quality management plans and checklists, and cost control.
Selected projects
SR 39 Dual Lefts at Washington Boulevard, Utah Department
of Transportation (UDOT), Roy, Weber County, UT: Project
Manager responsible for the project that consisted of roadway
design/intersection configuration: widen the intersection at SR 39
(12th Street) and US-89 (Washington Boulevard) to accommodate
dual left turning movements in each direction. Project corridor
carries heavy commercial, residential, and commuter traffic through
the heart of one of Ogden’s most active business and residential
areas and is increasing in demand as new shopping centers, and
retail stores continue to move into the area. With the increase of
traffic at this intersection, UDOT has frequently experienced queue
spillover during peak hours on the southbound to eastbound and
the eastbound to northbound left turn movements. These stopped
vehicles fill the turn pocket and extend into the through lanes
causing problems with through vehicle capacities. Construction bid
documents were prepared.
I-84; MP 0-40, Median Cable Barrier, UDOT, Box Elder, UT:
Project Manager responsible for this pool project to provide UDOT
with complete biddable construction documents according to the
Mike Oldroyd, PE
Roadway
Personal summary
Education:
BS, Civil Engineering
ACEC Leadership
Institute Training
UDOT Construction
Engineering
Management
Training (CEMT)
PM Plus-Project
Management
Program Training
Registrations:
PE, UT #343843-
2202
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xx
activities outlined in UDOT’s Purple Book Design Process. The
project consists of constructing a Median Cable Barrier from
approximately MP11.5 to MP15.5 and from approximately MP25 to
MP29 to address errant vehicles crossing the median.
US-89; Clear Zone Improvements, UDOT, Morgan, Weber, and
Davis Counties, UT: Project Manager. Widen shoulders to
standard width and install a closed drainage system on US-89
along a dugway between milepost 407 and milepost 409. Design
for this project was completed on an accelerated schedule using
Bentley OpenRoads software. The existing open drainage system
is failing, resulting in severe erosion along the fill slopes. The
closed drainage system was designed to prevent further erosion
and reduce spread within the roadway.
SR 45; MP 14 to Glen Bench Road, UDOT, Uintah County, UT:
Responsible for roadway design activities consist of generating a
project footprint (using aerial photography), writing special
provisions, generating summary of items, detailed stationing report
and Engineer’s estimate (using PDBS), and Measurement and
Payment Document. Project plans consist of a location map, typical
sections, and/or detail sheets, and 8½ inch-by-11 inch plan sets to
include in the advertising package. Project will be to rehabilitate SR
45 from approximately MP 14 to Glen Bench Road, and address
safety issues. The anticipated rehabilitation is to rotomill 1.5 inches
of existing asphalt and replace with new HMA and micro-seal.
Included rehabilitation of pavement, the project will identify/improve
safety issues such as sub-standard guardrail, and striping within
the project limits.
I-15 Corridor Expansion Project (I-15 CORE), UDOT, Utah
County, UT. Quality Assurance Firm (QAF) Discipline Lead
responsible for performing reviews to ensure contract compliance,
and providing comments on design plan submittals for 35%, 60%,
and 100% milestone reviews. Reviews were performed for the
design drawings, calculations, specifications, and plans for a
variety of disciplines. Discipline Specific Breakout meetings were
held to gain the necessary understanding /knowledge of the project
and to provide feedback to designers related to Design Quality
Assurance findings.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxi
Courtney is a qualified Principal Paleontologist with extensive
research, field and laboratory experience throughout California and
across the western US. With more than 16 years of professional
experience, she maintains a comprehensive understanding of
CEQA and NEPA regulations as they relate to paleontology,
including Caltrans Standard Environmental Reference – Chapter 8,
Federal Highway Administration (FHWA), Federal Transit
Administration (FTA), Bureau of Land Management (BLM), Society
of Vertebrate Paleontology, Riverside County, San Diego County,
Los Angeles County, California High-Speed Rail Authority
(CHSRA), and other various laws (federal, state, and local) as well
as regulations governing paleontological resources. She is an
expert at Caltrans and local project sponsors reporting, including
Paleontological Identification Reports, Paleontological Evaluation
Reports, Paleontological Mitigation Plans, and Paleontological
Mitigation Reports.
Experience and skills
● Experience Conducting Peer Reviews of Paleontological Reports
● California High-Speed Rail (CHSR) Experience with two EIR/EIS
sections (San Francisco to San Jose and San Jose to Merced
and Palmdale to Burbank) and construction experience
(Construction Package 4 and Construction Package 2-3)
Selected projects
CHSR: Palmdale to Burbank Segment EIR/EIS, CHSRA, State
of California: Primary Author responsible for a Paleontological
Resources Technical Report to describe, identify, and evaluate
paleontological resources that may be affected by the Palmdale to
Burbank Section, which consists of new rail alignment construction
with three different proposed alternatives, including State Route 14
Corridor, East Corridor 1, and East Corridor 2. The Paleontological
Resource Assessment met all requirements of NEPA and CEQA
and followed guidance established by the Society of Vertebrate
Paleontology and met the requirements outlined in the California
Department of Transportation (Caltrans) Standard Environmental
Reference (SER) Environmental Handbook, Volume 1, Chapter 8.
Environmental Services for the San Francisco to San Jose and
San Jose to Merced Project Sections: Principal Investigator
responsible for overseeing a paleontological records and literature
search, attending frequent team conference calls for quality control,
drafting weekly and monthly monitoring reports, and is the primary
author of Paleontological Technical Report and the paleontological
section of the EIR/EIS.
Courtney Richards
Cultural Resources
Personal summary
Education:
MS, Biological
Sciences
BS, Earth and Space
Science
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxii
Sam has 17 years of experience preparing air quality, greenhouse
gas analysis, and noise analyses for commercial, residential, and
industrial development along with transportation projects. His
thorough knowledge of air quality analysis methodology includes
comprehensive familiarity with the regional and localized estimation
methodology set forth by the South Coast Air Quality Management
District (SCAQMD), application of various computer models
(CalEEMod, EMFAC, AERMOD, Caline-4, and CAL3QHC), health
risk assessments (HRAs), and construction and operation emission
inventories. Sam’s knowledge of noise analysis methodology
includes noise monitoring, noise models (Traffic Noise Model), and
stationary source analyses.
Selected projects
Metrolink Station Location Studies, Metro, Los Angeles
County, CA: Project Manager responsible for overseeing the
preparation of feasibility studies to identify environmental
constraints to project implementation. The technical analysis
focused on traffic, noise, air quality, land use, historic resources,
floodplains, biological resources, hazards and hazardous materials,
and socioeconomics.
Airport Metro Connector, Metro, Los Angeles County, CA:
Project Manager responsible for overseeing the preparation of an
EIR and Categorical Exclusion for a new intermodal transit station
located along the Crenshaw/LAX Light Rail Transit (LRT) Project.
Key issues included displacement, circulation, and construction
impacts.
Crenshaw Transit Corridor, Metro, Los Angeles County, CA:
Responsible for managing the preparation of the air quality and
noise analysis. TAHA prepared an EIR/EIS for the Crenshaw
Tranist Corridor Project. The Corridor extends approximately ten
miles from Wilshire Boulevard on the north to El Segundo
Boulevard on the south.
Westside Extension Transit Corridor, Metro, Los Angeles
County, CA: Responsible for preparing the energy analysis for the
EIS/EIR for Metro's Westside Extension Transit Corridor in the
West Los Angeles area. The Westside Extension would extend the
Metro Purple Line to Westwood with possible extension to Santa
Monica.
Sam Silverman
Environmental
Sciences
Personal summary
Education:
MS, Environmental
Health
BS, Environmental
Studies
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxiii
Dave has over 32 years of extensive experience designing and
managing a wide variety of transportation-related projects
throughout the western US. His experience includes the design and
construction management of roadway, track, structures, and
support facilities for commuter rail, freight railroads, and light rail.
He has led the completion of projects using design-bid-build,
design-build, and construction manager/general contractor delivery
(CM/GC) methods.
Experience and skills
Dave has acquired extensive project management skills in
developing and managing railroad and transit projects. He has
proven experience with the detailed coordination and cost-efficient
advancement of design activities for numerous significant projects,
focusing on technical accuracy and quality in addition to managing
project scope, schedule, and budget.
Selected projects
On-Call Engineering Services, SCRRA/Metrolink, Counties of
San Bernardino, Los Angeles, and Orange, CA: Senior Project
Manager responsible for managing the design of track and
structure plans, specifications, and estimates (PS&E), coordinating
production work by engineers and drafting staff, preparing
conceptual plans for tracks and related facilities, and reviewing
track designs prepared by others. Specific projects include
development of engineering standard plans, design of over 400 feet
of railroad flyover bridge with approach embankments, layout of a
seven-track night layover facility, development of bid plans for
relaying rail and reconstructing grade crossings between Pomona
and San Bernardino, development of PS&E for a one-mile station
track (Norwalk), including a 200-foot grade separation of Imperial
Highway, and development of PS&E for the addition of 15 miles of
second main track (Orange County).
FrontRunner Commuter Rail System, Provo to Salt Lake, Utah
Transit Authority (UTA), Salt Lake City, UT: Project
Manager/Project Principal responsible for the preparation of
preliminary and final construction plans for a 45-mile commuter rail
system. In addition to approximately 60 miles of track, the design
included 62 structures and 52 roadway at-grade crossings. The
bulk of this design work had to be accomplished in approximately
18 months to facilitate the construction start. A portion of the core
staff for the project was located in the Client program office, with
additional support staff assigned from more than 15 other locations
across the country. The construction delivery method for this
Dave Warnock, PE
Peer Review
Personal summary
Education:
BS, Civil Engineering
AS, Engineering
Registrations:
PE, CA #C44256
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxiv
project is CM/GC, requiring constant interaction between the
design team, and the construction contractors management team
throughout the design process.
Commuter Rail System, Pleasant View/Weber County to Salt
Lake, UTA, Salt Lake City, UT: Project Director/Project Manager
responsible for the preparation of construction plans and
specifications for approximately 40 miles of commuter rail. Services
included an EIS and preliminary engineering, as well as
construction support. Included 46 miles of new track, a 0.5-mile
railroad bridge structure over UPRR tracks and the Weber River,
37 roadway at-grade crossings, and over 200 drainage structures.
Commuter Rail On-Call Engineering Services, Santa Clara
Valley Transportation Authority (VTA), San Jose to Gilroy, CA:
Project Manager responsible for on-call engineering services in
support of commuter rail improvements. Included design of various
improvements to the commuter rail (Caltrain) tracks, stations, and
maintenance facilities. Projects completed include secondary main
track, bridge rehabilitation and construction, signal modifications,
and retaining wall and drainage facilities design and
construction.Supplemental Engineering Services – Task Order 1,
Metro Orange Line Improvements (Grade Separations and Gated
Intersections Design), Los Angeles County Metropolitan
Transportation Authority, Los Angeles, CA: Project Manager
responsible for the performance of a variety of survey and
engineering design tasks. Tasks include design of track
improvements on the Metro Blue and Expo LRT lines, as well as
improvements to the Metro Orange Line (MOL) bus rapid transit
(BRT). Improvements generally aimed at increasing the speed of
trains and buses along fixed routes. Improvements on the MOL
include grade separation of the BRT line over roadways, and a first
ever implementation of crossing gates at BRT busway intersections
with roadways. Improvements are designed to accommodate the
future conversion of the busway to an LRT operation.
Mid-Jordan Transit Corridor Light Rail, UTA, Murray City,
Midvale, West Jordan, and South Jordan, Salt Lake County,
UT: Engineering Manager responsible for the completion of the
Final EIS, and preparation of a Fundamental Design Report for the
locally-preferred alternative (LPA) of LRT. The 10.5-mile corridor
extends east to west from an existing TRAX station and terminates
near the center of the Kennecott Daybreak Development. Upon
completion, Project Director responsible for providing staffing and
management support for a design-build contract.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxv
Paul has 27 years of progressively responsible project
management experience working on Class I, commuter, HSR, and
LRT projects across North America. He has served as a senior
project manager responsible for business development, project
management, and leadership of Mott MacDonald’s Rail and Transit
practice in Southern California.
Experience and skills
Paul previously spent 13 years with the Canadian Pacific
Railway responsible for project, design, and construction
management for major capital projects, holding several
positions including Manager of Structures in Chicago, Illinois.
He brings significant experience in alternate delivery models
for major capital projects including design-build project
delivery, and specialized training and expertise in railway
bridge inspections, railway bridge repair, and railway track
design and maintenance.
Selected projects
California High-Speed Rail, California High-Speed Rail Authority
(CHSRA), Bakersfield to Los Angeles, Fresno to Palmdale, and
Palmdale to Burbank, CA: Design Manager for the Bakersfield to
Los Angeles Segment responsible for leading the conceptual
design of a 120-mile segment of HSR (250-mph) between
Bakersfield and Los Angeles. Work included horizontal and vertical
alignment design in accordance with design criteria set out by the
CHSRA and identification of tunnel and elevated structure
locations. Design Manager for the Fresno to Palmdale and
Palmdale to Burbank Segment responsible for coordinating
alignment, structures, utilities, roadworks (including grade
separations), and land takes analysis during the environmental foot
printing exercise. Working to resolve alignment issues along the SR
14, SFW, and AC corridors. Developed a thorough understanding
of the alignment alternatives proceeding through the SAA process,
and the “in-progress,” and draft 30% preliminary engineering
design deliverables. Supported the environmental and outreach
teams by attending public meetings, and provided technical
information and exhibits as required.
Supplemental Engineering Services – Task Order 1, Metro Orange
Line Improvements (Grade Separations and Gated Intersections
Design), Los Angeles County Metropolitan Transportation
Authority, Los Angeles, CA: Contract Manager responsible for the
execution of the entire three-year, $15 million on-call contract
support Metro’s Major Capital Project Engineering Group. Currently
leading the largest Task Order: Metro Orange Line Improvements
Paul Wilson, PEng
Class Rail 1
Personal summary
Education:
BSc, Engineering
BA, Economics
Registrations:
PEng, ON
#100068873
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxvi
Project, which includes capital upgrades to “ready,” the existing
BRT line for future LRT conversion. Includes two grade separated
stations, and the installation of railroad style gates at 35
intersections to improve safety and travel times.
West Light Rail Transit, City of Calgary, Calgary, AB:
Engineering Manager responsible for the development of the
reference concept drawings and design-build specifications for all
disciplines during preliminary design and procurement. Included
pre-design for the horizontal and vertical alignment, tunnels, an
elevated guideway, track structure, traction power, SCADA, and six
stations. Ensured infrastructure was constructed according to the
IFC designs produced by the design-build contractor. Managed a
project team of technical specialists performing design submission
reviews for the design-build contract during construction. Change
Control Committee member providing change management and
financial control of the design-build contract.
Downtown Los Angeles Street Car Preliminary Engineering,
Los Angeles Streetcar, Inc. (LASI), Los Angeles, CA:
Engineering Manager responsible to work with LASI, and the City
of Los Angeles’ Bureau of Engineering and Department of
Transportation to establish a Basis of Design for the streetcar and
complete the preliminary engineering effort and cost estimates.
These deliverables formed the basis of a Federal Transit
Administration (FTA) application package for Small Starts funding.
Developed and managed an integrated team consisting of 14
specialty subconsultant firms and provided deliverables on time
and within budget. Specific responsibilities include:
Integration of streetcar design with urban streetscape
projects. This required the use of a tight turning radius (66
feet) and curved special track work to minimize right-of-way
needs and maximize yard storage capacity.
Evaluation of appropriate rail sections.
Vehicle interface issues resolution to accommodate both low
floor streetcars and city buses at shared platforms.
Selecting Stop amenities.
Utility coordination using a Protect-in-Place approach
avoiding relocation.
A wireless technologies review, in conjunction with OCS and
train signal (MUTCD) requirements, and joint-use OCS and
street lighting poles.
Bicycle pathway accommodation through intersections and
along the street.
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxvii
Alex is a CA MUTCD expert with extensive experience working on
joint jurisdiction projects that require review and approval for a
variety of agencies. In addition, Alex has strong communications
skills and is especially adept at explaining technical issues to non-
engineers. Overall, Alex’s involvement on projects ensures that
quality deliverables will be delivered expeditiously.
Selected projects
City of Huntington Beach “On-Call” Edinger Avenue Bridge
Replacement Over Bolsa Chica Channel Plan Review, City of
Huntington Beach, Huntington Beach, CA: Traffic Engineer
specifically requested by the City of Huntington Beach (City)
responsible for assisting with reviewing multiple rounds of traffic
control plans prepared by the engineering consultant for the subject
bridge replacement project. The bridge replacement project is
owned by the County of Orange, while the project is located
partially in Huntington Beach, and partially in the Seal Beach. As a
part of the plan review process, met with the City, the County of
Orange, and the County’s engineering consultant.
Rail-to-Rail – Segment A, Metro, Los Angeles, CA: Traffic
Design Lead responsible for traffic signal, street lighting, and street
improvement plans, beginning from assessing traffic and civil
engineering plans that were prepared for the environmental
document to preparing final design to facilitate construction. This
project will convert abandoned railroad tracks into a bike trail that
will connect travellers to the Blue, Silver, and Crenshaw Lines. The
project involves design for 20+ intersections. Review and approval
agencies include Metro, the County of Los Angeles, and the City of
Los Angeles. FPL’s quality plans have been key for expediting
agency review and approval.
City of Los Angeles “On-Call” Venice Dual Force Main, City of
Los Angeles, Marina del Rey and Playa del Rey, CA: Traffic
Design Lead responsible for overseeing the preparation of the TMP
and the design of traffic control, signing and striping, temporary and
permanent traffic signal, and street lighting plans for both County
and City review and approval. In severe wet weather conditions,
peak flows to the County of Los Angeles’s Venice Pumping Plant
exceed the capacity of the only force main carrying wastewater
away from the plant. The resultant risk is that wastewater could spill
onto local streets and surface waters. The 50-year-old force main
sewer can handle only 60 percent of the plant’s peak capacity, is in
constant use, and cannot be shut down for inspection or
maintenance. This poses a reliability problem for the City of Los
Alex Zupanski, PE,
TE
Traffic
Personal summary
Education:
MS, Transportation
Engineering,
BS, Civil Engineering
Registrations:
PE, CA #C59351
TE, CA #2400
Technical, Engineering, and EIR Documents Review Services for the CHSR Project
Appendix A – Resumes
xxviii
Angeles. Thus, the City is adding a second, larger force main
sewer to operate in tandem with the existing one, to be installed
using microtunnelling. Given the controversy of the final alignment
of the new sewer line, was asked to join the City at multiple public
outreach events and a permit hearing to meet with local residents
and officials and address their concerns about the impacts of
construction traffic to their neighborhoods.
Mott MacDonald | Proposal for Technical, Engineering, and EIR Documents Review Services for the CHSR Project 26
mottmac.com
208
EXHIBIT C-1
PHASE I
PAYMENT SCHEDULE
&RVW3URSRVDO
&RVW3URSRVDO±/DERU
+RXU:RUNVKHHW
3KDVH
Attachment B Cost Proposal - Labor Hour WorksheetRob BallRichard CarneyPaul WilsonMichael OldroydFarhad NourbakhshEric BanghartJoey MendozaMaggie CheungDarlene GonzalezCraig JurkiewitzSam SilvermanPeter FeldmanTeresa LiCourtney RichardsGeraldine AronFong-Ping LeeAlex EapenEddie TangAlex ZupanskiTotal HoursTotal FeesCompanyMMD MMD MMD MMD MMD MMD MMD MMD MMD MMD TAHA TAHA TAHA PAL PAL FPL FPL FPL FPLSBE/DVBE0000000000SBESBESBESBESBESBESBESBESBE$362.12 $287.22 $286.10 $211.34 $325.33 $197.38 $296.80 $135.32 $94.32 $146.05 $167.99 $107.45 $141.23 $135.86 $250.36 $252.40 $189.30 $209.87 $240.69$351.58 $278.86 $277.77 $205.19 $315.86 $191.63 $288.15 $131.38 $91.57 $141.79 $163.09 $104.32 $137.11 $131.90 $243.07 $245.04 $183.78 $203.75 $233.681 Prior to DEIR Publication - ALL 201912 120 60 56 56 4 100 24 24 32 8 32 0 8 0 64 4 18 10 632 151,117$1.1 Kickoff meeting4 32 4 4 4 8 8 4 68 16,700$1.2 a PEPD Review - Administration4322460 12,527$1.2 b PEPD Review - Inventory and Gap Analysis16 16 16 16 164 84 22,833$1.2 c PEPD Review - Technical Review (including attendance at TAC) 4 40 40 40 40 80 24 32 32 56 4 18 10 420 99,056$1.3 Other services prior to DEIR TBD0-$sub-total12 120 60 56 56 4 100 24 24 32 8 32 0 8 0 64 4 18 10sub-total fees4,219$ 33,463$ 16,666$ 11,491$ 17,688$ 767$ 28,815$ 3,153$ 2,198$ 4,537$ 1,305$ 3,338$-$ 1,055$-$ 15,683$ 735$ 3,668$ 2,337$ 151,117$Total Hours12 120 60 56 56 4 100 24 24 32 8 32 0 8 0 64 4 18 10632sub-total SBE-$-$-$-$-$-$-$-$-$-$ 1,305$ 3,338$-$ 1,055$-$ 15,683$ 735$3,668$ 2,337$28,121$sub-total DVBE-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$Total MMD Fees4,219$ 33,463$ 16,666$ 11,491$ 17,688$ 767$ 28,815$ 3,153$ 2,198$ 4,537$-$-$-$-$-$-$-$-$-$122,996$Total Fees4,219$ 33,463$ 16,666$ 11,491$ 17,688$ 767$ 28,815$ 3,153$ 2,198$ 4,537$ 1,305$ 3,338$-$ 1,055$-$ 15,683$ 735$3,668$ 2,337$151,117$Travel Expenses3,500$Other-$Total ODCs3,500$Grand Total Fees + ODCs$154,617NoteThe cost calculation presented in Attachment B above does not include the Form 10-H1 calculation for Anticipated SalaryIncreases (page 2) and fee / cost calculations do not match. Attachment B does provide hours, rates, fees and escalation inaccordance with Form 10-H1.City of Vernon HSR Technical Review Hourly Rate 2020Mott MacDonaldTAHA PaleoHourly Rate 2019FPL
Local Assistance Procedures Manual EXHIBIT 10-H1
City of Vernon Technical Engineering, and EIR Documents Review Cost Proposal
PHASE 1 - 2019 COSTS
X Prime Consultant Subconsultant 2nd Tier Subconsultant
Consultant:
Project No. Contract No. Date 4/9/2019
Hours Actual Hourly Rate Total
12.00 126.28$ 1,515.36$
120.00 100.16$ 12,019.20$
60.00 99.77$ 5,986.20$
56.00 73.70$ 4,127.20$
56.00 113.45$ 6,353.20$
4.00 68.83$ 275.32$
100.00 103.50$ 10,350.00$
24.00 47.19$ 1,132.56$
24.00 32.89$ 789.36$
32.00 50.93$ 1,629.76$
-$
-$
-$
LABOR COSTS
44,178.16$
331.34$
c) TOTAL DIRECT LABOR COSTS [(a) + (b)]44,509.50$
INDIRECT COSTS
57.60% ) e) Total Fringe Benefits [(c) x (d)] 25,637.47$
95.50% ) included g) Overhead [(c) x (f)] 42,506.57$
) i) Gen & Admin [(c) x (h)] -$
j)TOTAL INDIRECT COSTS [(e) + (g) + (i)]68,144.04$
FIXED FEE 10.00%k)TOTAL FIXED FEE [(c) + (j)] x fixed fee:11,265.35$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Unit Cost Total
2500.00 Miles 0.580$ 1,450.00$
-$
-$
-$
-$
-$
-$
-$
-$
l) TOTAL OTHER DIRECT COSTS 1,450.00$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l) + (m)]1,450.00$
TOTAL COST [(c) + (j) + (k) + (n)]125,368.89$
NOTES:
1.
2.
3.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's
annual accounting period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
Subconsultant 3:
Subconsultant 4:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.
h) General & Admin (Rate:
Description of Item
Mileage (IRS Rate)
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases (see page 2 for calculation)
d) Fringe Benefits (Rate:
f) Overhead & G&A (Rate:
CADD Support Craig Jurkiewicz
Specialist Joey Mendoza
Planner Maggie Cheung
Planner Darlene Gonzalez
Senior Engineer Farhad Nourbakhsh
Senior Planner Eric Banghart
Project Principal Rob Ball
Project Manager Richard Carney
Specialist Paul Wilson
Note: Mark-ups are Not Allowed
Mott MacDonald LLC
DIRECT LABOR
Classification/Title Name
Senior Engineer Michael Oldroyd
Page 1 of 3
Consultant
Project No. Contract No. Date 4/9/2019
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$ 44,178.16 = $ 90.53 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $ 90.53 + = $ 93.24 Year 2 Avg Hourly Rate
Year 2 $ 93.24 + = $ 96.04 Year 3 Avg Hourly Rate
Year 3 $ 96.04 + = $ 98.92 Year 4 Avg Hourly Rate
Year 4 $ 98.92 + = $ 101.89 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 75.00% * = 366.0 Estimated Hours Year 1
Year 2 25.00% * = 122.0 Estimated Hours Year 2
Year 3 0.00% * = 0.0 Estimated Hours Year 3
Year 4 0.00% * = 0.0 Estimated Hours Year 4
Year 5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 488.0
Year 1 $ 90.53 *= $ 33,133.62 Estimated Hours Year 1
Year 2 $ 93.24 *= $ 11,375.88 Estimated Hours Year 2
Year 3 $ 96.04 *= $ - Estimated Hours Year 3
Year 4 $ 98.92 *= $ - Estimated Hours Year 4
Year 5 *= $ - Estimated Hours Year 5
= $ 44,509.50
= $ 44,178.16
= $ 331.34 Transfer to Page 1
NOTES:
1.
2.
3.
4.
Page 2 of 3
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is
not an acceptable methodology).
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided.
366
122
0
0
0
Total Direct Labor Cost with Escalation
488.0
Total
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above) (calculated above)
Completed Each Year per Cost Proposal
488.0
488.0
488.0
488.0
3%
3%
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated % Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
3%
3%
Direct Labor Subtotal Total Hours
per Cost Proposal per Cost Proposal
488
CALCUATIONS FOR ANTICIPATED SALARY INCREASES
Mott MacDonald
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract
are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Proceedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management and Administration of Engineering and
Design Related Service
6. 48 Ccode of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files
and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements
are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency or Caltrans accepted Indirect Cost Rate(s).
List services the consultant is providing under the proposed contract:
Page 3 of 3
Email: dan.tempelis@mottmac.com Phone number: 818-736-4343
Address: 1000 Wilshire Blvd., Suite 400 Los Angeles, CA 90017
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice
President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish
the cost proposal for the contract.
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Daniel Tempelis, PE Title *: Sr. Vice President
Signature: _________________________________________________ Date of Certification: 5/8/2019
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Prime Consultant X Subconsultant 2nd Tier Subconsultant
Consultant:
Project No. Contract No. Date
Hours Actual Hourly Rate Total
64.00 80.00$ 5,120.00$
10.00 76.29$ 762.90$
61.21$-$
4.00 60.00$ 240.00$
18.00 66.52$ 1,197.36$
-$
-$
-$
-$
-$
-$
-$
-$
LABOR COSTS
7,320.26$
54.90$
c) TOTAL DIRECT LABOR COSTS [(a) + (b)]7,375.16$
INDIRECT COSTS
) e) Total Fringe Benefits [(c) x (d)] -$
178.46% ) included g) Overhead [(c) x (f)] 13,161.71$
) i) Gen & Admin [(c) x (h)] -$
j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]13,161.71$
FIXED FEE 10.00%k) TOTAL FIXED FEE [(c) + (j)] x fixed fee:2,053.69$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Unit Cost Total
1250.00 Mile 0.580$ 725.00$
-$
-$
-$
-$
-$
-$
-$
-$
l) TOTAL OTHER DIRECT COSTS 725.00$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
Jerry C. Porter Consulting LLC
-$
-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l) + (m)]725.00$
TOTAL COST [(c) + (j) + (k) + (n)]23,315.56$
NOTES:
1.
2.
3.
Page 1 of 3
Note: Mark-ups are Not Allowed
FPL and Associates, Inc. (2019)
chnical, Engineering, and EIR Rev
DIRECT LABOR
Classification/Title Name
Transpotation Engineer Alex Eapen, P.E., ENV SP
Design Engineer Eddie Tang, EIT
PIC; Transportation Engineer Fong-Ping Lee, PhD, P.E., T.E.
Traffic Engineer Alex Zupanski, P.E., T.E.
Civil Engineer Alan Lee, P.E., T.E.
h) General & Admin (Rate:
Description of Item
Mileage (IRS rate)
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases (see page 2 for calculation)
d) Fringe Benefits (Rate:
f) Overhead & G&A (Rate:
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
Subconsultant 3:
Subconsultant 4:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.
Consultant
Project No. Contract No. Date
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$ 7,320.26 = $ 76.25 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $ 76.25 + = $ 78.54 Year 2 Avg Hourly Rate
Year 2 $ 78.54 + = $ 80.90 Year 3 Avg Hourly Rate
Year 3 $ 80.90 + = $ 83.32 Year 4 Avg Hourly Rate
Year 4 $ 83.32 + = $ 85.82 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 75.00% * = 72.0 Estimated Hours Year 1
Year 2 25.00% * = 24.0 Estimated Hours Year 2
Year 3 0.00% * = 0.0 Estimated Hours Year 3
Year 4 0.00% * = 0.0 Estimated Hours Year 4
Year 5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 96.0
Year 1 $ 76.25 *= $ 5,490.20 Estimated Hours Year 1
Year 2 $ 78.54 *= $ 1,884.97 Estimated Hours Year 2
Year 3 $ 80.90 *= $ - Estimated Hours Year 3
Year 4 $ 83.32 *= $ - Estimated Hours Year 4
Year 5 *= $ - Estimated Hours Year 5
= $ 7,375.16
= $ 7,320.26
= $ 54.90 Transfer to Page 1
NOTES:
1.
2.
3.
4.
Page 2 of 3
CALCUATIONS FOR ANTICIPATED SALARY INCREASES
FPL and Associates, Inc. (2019)
Technical, Engineering, and EIR
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
3%
3%
Direct Labor Subtotal Total Hours
per Cost Proposal per Cost Proposal
96
Completed Each Year per Cost Proposal
96.0
96.0
96.0
96.0
3%
3%
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated % Total Hours
96.0
Total
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above) (calculated above)
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is
not an acceptable methodology).
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided.
72
24
0
0
0
Total Direct Labor Cost with Escalation
/RFDO$VVLVWDQFH3URFHGXUHV0DQXDO (;+,%,7+
&RVW3URSRVDO
3ULPH&RQVXOWDQW ;6XEFRQVXOWDQW QG7LHU6XEFRQVXOWDQW
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
+RXUV $FWXDO+RXUO\5DWH 7RWDO
/$%25&2676
F727$/',5(&7/$%25&2676>DE@
,1',5(&7&2676
H7RWDO)ULQJH%HQHILWV>F[G@
LQFOXGHG J2YHUKHDG>F[I@
L*HQ $GPLQ>F[K@
M727$/,1',5(&7&2676>HJL@
),;(')((N727$/),;(')((>FM@[IL[HGIHH
O&2168/7$17
627+(5',5(&7&26762'&,7(0,=($GGDGGLWLRQDOSDJHVLIQHFHVVDU\
4XDQWLW\ 8QLW 8QLW&RVW 7RWDO
0,
/6
3DUNLQJ /6
O727$/27+(5',5(&7&2676
P68%&2168/7$176
&2676$GGDGGLWLRQDOSDJHVLIQHFHVVDU\
P727$/68%&2168/7$176
&2676
Q727$/27+(5',5(&7&2676,1&/8',1*68%&2168/7$176>OP@
727$/&267>FMNQ@
127(6
3DJHRI
6HQLRU$UFKDHRORJLVW .ULVWLQD/LQGJUHQ0$
6HQLRU3DOHRQWRORJLVW 0DWKHZ&DUVRQ06
6XEFRQVXOWDQW
G)ULQJH%HQHILWV5DWH
I2YHUKHDG * $5DWH
K*HQHUDO $GPLQ5DWH
'HVFULSWLRQRI,WHP
3HUVRQDO9HKLFOH0LOHDJH
5HFRUG6HDUFK)HHV
6XEFRQVXOWDQW
7%'
1RWH0DUNXSVDUH1RW$OORZHG
7KHFRVWSURSRVDOIRUPDWVKDOOQRWEHDPHQGHG,QGLUHFWFRVWUDWHVVKDOOEHXSGDWHGRQDQDQQXDOEDVLVLQDFFRUGDQFHZLWKWKHFRQVXOWDQW
V
DQQXDODFFRXQWLQJSHULRGDQGHVWDEOLVKHGE\DFRJQL]DQWDJHQF\RUDFFHSWHGE\&DOWUDQV
6XEFRQVXOWDQW
6XEFRQVXOWDQW
.H\SHUVRQQHOPXVWEHPDUNHGZLWKDQDVWHULVN
DQGHPSOR\HHVWKDWDUHVXEMHFWWRSUHYDLOLQJZDJHUHTXLUHPHQWVPXVWEHPDUNHGZLWKWZR
DVWHULVNV
$OOFRVWVPXVWFRPSO\ZLWKWKH)HGHUDOFRVWSULQFLSOHV6XEFRQVXOWDQWVZLOOSURYLGHWKHLURZQFRVWSURSRVDOV
',5(&7/$%25
&ODVVLILFDWLRQ7LWOH 1DPH
3URJUDP0DQDJHU *HUDOGLQH$URQ06
(YHO\Q&KDQGOHU0$
&RXUWQH\5LFKDUGV06
*,60DQDJHU %DUEDUD:HEVWHU0$
3ULQFLSDO$UFKDHRORJLVW
3ULQFLSDO3DOHRQWRORJLVW
)LHOG'LUHFWRU6DIHW\2IILFHU
3URMHFW0DQDJHU
$VVLVWDQW3URMHFW0DQDJHU
-HII+DWKDZD\063*
/L]'HQQLVWRQ0$53$
0HJKDQ/DPE0$53$
3DOHRQWRORJLVW -RH\5DXP%6
)LHOG7HFKQLFLDQ
D6XEWRWDO'LUHFW/DERU&RVWV
E$QWLFLSDWHG6DODU\,QFUHDVHVVHHSDJHIRUFDOFXODWLRQ
3DOHR6ROXWLRQV,QF
$QWLFLSDWHGVDODU\LQFUHDVHVFDOFXODWLRQSDJHPXVWDFFRPSDQ\
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
&DOFXODWH$YHUDJH+RXUO\5DWHIRUVW\HDURIWKHFRQWUDFW'LUHFW/DERU6XEWRWDOGLYLGHGE\WRWDOKRXUV
$YJ+RXUO\<HDU&RQWUDFW
5DWH 'XUDWLRQ
<HDU$YJ+RXUO\5DWH
$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
7RWDO+RXUV
SHU<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7RWDO
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7UDQVIHUWR3DJH
127(6
3DJHRI
SHU&RVW3URSRVDO SHU&RVW3URSRVDO
3DOHR6ROXWLRQV,QF
&$/&8$7,216)25$17,&,3$7('6$/$5<,1&5($6(6
7RWDO+RXUV
'LUHFW/DERU6XEWRWDOEHIRUH(VFDODWLRQ
(VWLPDWHGWRWDORI'LUHFW/DERU6DODU\,QFUHDVH
7RWDO
&DOFXODWH7RWDO&RVWVLQFOXGLQJ(VFDODWLRQ0XOWLSO\$YHUDJH+RXUO\5DWHE\WKHQXPEHURIKRXUV
'LUHFW/DERU6XEWRWDO
SHU&RVW3URSRVDO
7RWDO'LUHFW/DERU&RVWZLWK(VFDODWLRQ
$YJ+RXUO\5DWH (VWLPDWHGKRXUV &RVWSHU<HDUFDOFXODWHGDERYH FDOFXODWHGDERYH
3URSRVHG(VFDODWLRQ
&DOFXODWHHVWLPDWHGKRXUVSHU\HDU0XOWLSO\HVWLPDWHHDFK\HDUE\WRWDOKRXUV
7RWDO+RXUV
&DOFXODWHKRXUO\UDWHIRUDOO\HDUV,QFUHDVHWKH$YHUDJH+RXUO\5DWHIRUD\HDUE\SURSRVHGHVFDODWLRQ
(VWLPDWHG
&RPSOHWHG(DFK<HDU
&DOFXODWLRQVIRUDQWLFLSDWHGVDODU\HVFDODWLRQPXVWEHSURYLGHG
7KLVLVQRWWKHRQO\ZD\WRHVWLPDWHVDODU\LQFUHDVHV2WKHUPHWKRGVZLOOEHDFFHSWHGLIWKH\FOHDUO\LQGLFDWHWKHLQFUHDVHWKHRI\HDUVRIWKHFRQWUDFWDQGD
EUHDNGRZQRIWKHODERUWREHSHUIRUPHGHDFK\HDU
$QHVWLPDWLRQWKDWLVEDVHGRQGLUHFWODERUPXOWLSOLHGE\VDODU\LQFUHDVHPXOWLSOLHGE\WKHRI\HDUVLVQRWDFFHSWDEOHLH[[\UV LV
QRWDQDFFHSWDEOHPHWKRGRORJ\
7KLVDVVXPHVWKDWRQH\HDUZLOOEHZRUNHGDWWKHUDWHRQWKHFRVWSURSRVDOEHIRUHVDODU\LQFUHDVHVDUHJUDQWHG
/RFDO$VVLVWDQFH3URFHGXUHV0DQXDO (;+,%,7+
&RVW3URSRVDO
3ULPH&RQVXOWDQW ;6XEFRQVXOWDQW QG7LHU6XEFRQVXOWDQW
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
+RXUV $FWXDO+RXUO\5DWH 7RWDO
/$%25&2676
F727$/',5(&7/$%25&2676>DE@
,1',5(&7&2676
H7RWDO)ULQJH%HQHILWV>F[G@
LQFOXGHG J2YHUKHDG>F[I@
L*HQ $GPLQ>F[K@
M727$/,1',5(&7&2676>HJL@
),;(')((N727$/),;(')((>FM@[IL[HGIHH
O&2168/7$17
627+(5',5(&7&26762'&,7(0,=($GGDGGLWLRQDOSDJHVLIQHFHVVDU\
4XDQWLW\ 8QLW 8QLW&RVW 7RWDO
0LOHV
O727$/27+(5',5(&7&2676
P68%&2168/7$176
&2676$GGDGGLWLRQDOSDJHVLIQHFHVVDU\
P727$/68%&2168/7$176
&2676
Q727$/27+(5',5(&7&2676,1&/8',1*68%&2168/7$176>OP@
727$/&267>FMNQ@
127(6
3DJHRI
1RWH0DUNXSVDUH1RW$OORZHG
7HUU\+D\HV$VVRFLDWHV
',5(&7/$%25
&ODVVLILFDWLRQ7LWOH 1DPH
6HQLRU3ODQQHU .HYLQ)HUULHU
6HQLRU3ODQQHU 3HWHU)HOGPDQ
6HQLRU3ODQQHU $OO\VRQ'RQJ
&(2 7HUU\$+D\HV
6HQLRU$VVRFLDWH 6DP6LOYHUPDQ
6HQLRU3ODQQHU 7HUHVD/L
$VVRF(QY6FLHQWLVW $QGHUV6XWKHUODQG
3ODQQHU .LHUDQ%DUWKRORZ
$VVLVWDQW3ODQQHU $QG\8N
K*HQHUDO $GPLQ5DWH
'HVFULSWLRQRI,WHP
0LOHDJH,56UDWH
D6XEWRWDO'LUHFW/DERU&RVWV
E$QWLFLSDWHG6DODU\,QFUHDVHVVHHSDJHIRUFDOFXODWLRQ
G)ULQJH%HQHILWV5DWH
I2YHUKHDG * $5DWH
7KHFRVWSURSRVDOIRUPDWVKDOOQRWEHDPHQGHG,QGLUHFWFRVWUDWHVVKDOOEHXSGDWHGRQDQDQQXDOEDVLVLQDFFRUGDQFHZLWKWKHFRQVXOWDQW
V
DQQXDODFFRXQWLQJSHULRGDQGHVWDEOLVKHGE\DFRJQL]DQWDJHQF\RUDFFHSWHGE\&DOWUDQV
$QWLFLSDWHGVDODU\LQFUHDVHVFDOFXODWLRQSDJHPXVWDFFRPSDQ\
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
.H\SHUVRQQHOPXVWEHPDUNHGZLWKDQDVWHULVN
DQGHPSOR\HHVWKDWDUHVXEMHFWWRSUHYDLOLQJZDJHUHTXLUHPHQWVPXVWEHPDUNHGZLWKWZR
DVWHULVNV
$OOFRVWVPXVWFRPSO\ZLWKWKH)HGHUDOFRVWSULQFLSOHV6XEFRQVXOWDQWVZLOOSURYLGHWKHLURZQFRVWSURSRVDOV
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
&DOFXODWH$YHUDJH+RXUO\5DWHIRUVW\HDURIWKHFRQWUDFW'LUHFW/DERU6XEWRWDOGLYLGHGE\WRWDOKRXUV
$YJ+RXUO\<HDU&RQWUDFW
5DWH 'XUDWLRQ
<HDU$YJ+RXUO\5DWH
$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
7RWDO+RXUV
SHU<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7RWDO
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7UDQVIHUWR3DJH
127(6
3DJHRI
&$/&8$7,216)25$17,&,3$7('6$/$5<,1&5($6(6
7HUU\+D\HV$VVRFLDWHV
&DOFXODWHKRXUO\UDWHIRUDOO\HDUV,QFUHDVHWKH$YHUDJH+RXUO\5DWHIRUD\HDUE\SURSRVHGHVFDODWLRQ
3URSRVHG(VFDODWLRQ
'LUHFW/DERU6XEWRWDO 7RWDO+RXUV
SHU&RVW3URSRVDO SHU&RVW3URSRVDO
&RPSOHWHG(DFK<HDU SHU&RVW3URSRVDO
&DOFXODWHHVWLPDWHGKRXUVSHU\HDU0XOWLSO\HVWLPDWHHDFK\HDUE\WRWDOKRXUV
(VWLPDWHG 7RWDO+RXUV
7RWDO
&DOFXODWH7RWDO&RVWVLQFOXGLQJ(VFDODWLRQ0XOWLSO\$YHUDJH+RXUO\5DWHE\WKHQXPEHURIKRXUV
$YJ+RXUO\5DWH (VWLPDWHGKRXUV &RVWSHU<HDUFDOFXODWHGDERYH FDOFXODWHGDERYH
'LUHFW/DERU6XEWRWDOEHIRUH(VFDODWLRQ
(VWLPDWHGWRWDORI'LUHFW/DERU6DODU\,QFUHDVH
7KLVLVQRWWKHRQO\ZD\WRHVWLPDWHVDODU\LQFUHDVHV2WKHUPHWKRGVZLOOEHDFFHSWHGLIWKH\FOHDUO\LQGLFDWHWKHLQFUHDVHWKHRI\HDUVRIWKHFRQWUDFWDQGD
EUHDNGRZQRIWKHODERUWREHSHUIRUPHGHDFK\HDU
$QHVWLPDWLRQWKDWLVEDVHGRQGLUHFWODERUPXOWLSOLHGE\VDODU\LQFUHDVHPXOWLSOLHGE\WKHRI\HDUVLVQRWDFFHSWDEOHLH[[\UV LV
QRWDQDFFHSWDEOHPHWKRGRORJ\
7KLVDVVXPHVWKDWRQH\HDUZLOOEHZRUNHGDWWKHUDWHRQWKHFRVWSURSRVDOEHIRUHVDODU\LQFUHDVHVDUHJUDQWHG
&DOFXODWLRQVIRUDQWLFLSDWHGVDODU\HVFDODWLRQPXVWEHSURYLGHG
7RWDO'LUHFW/DERU&RVWZLWK(VFDODWLRQ
Page 2 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract
are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Proceedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management and Administration of Engineering and
Design Related Service
6. 48 Ccode of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files
and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements
are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency or Caltrans accepted Indirect Cost Rate(s).
List services the consultant is providing under the proposed contract:
Page 3 of 3
Email: taha@webtaha.com Phone number: (310) 839-4200
Address: 3535 Hayden Avenue, Suite 350, Culver City, CA 90232
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice
President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the
cost proposal for the contract.
Environmental Services
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Terry A. Hayes, AICP Title *: Chief Executive Officer
Signature: _____________________________________________________Date of Certification: April 11, 2019
223
EXHIBIT C-2
PHASE II (ADDITIVE ITEM, AT CITY’S OPTION)
PAYMENT SCHEDULE
&RVW3URSRVDO
&RVW3URSRVDO±/DERU
+RXU:RUNVKHHW
3KDVH
City of Vernon, Technical, Engineering, and EIR Documents Review Services for the California High Speed Rail Project - Request for ProposlasAttachment B Cost Proposal - Labor Hour WorksheetRob BallRichard CarneyPaul WilsonMichael OldroydFarhad NourbakhshEric BanghartJoey MendozaMaggie CheungDarlene GonzalezCraig JurkiewitzSam SilvermanPeter FeldmanTeresa LiCourtney RichardsGeraldine AronFong-Ping LeeAlex EapenEddie TangAlex ZupanskiTotal HoursTotal FeesCompanyMMD MMD MMD MMD MMD MMD MMD MMD MMD MMD TAHA TAHA TAHA PAL PAL FPL FPL FPL FPLSBE/DVBE0000000000SBESBESBESBESBESBESBESBESBE$362.12 $287.22 $286.10 $211.34 $325.33 $197.38 $296.80 $135.32 $94.32 $146.05 $167.99 $107.45 $141.23 $135.86 $250.36 $252.40 $189.30 $209.87 $240.69$351.58 $278.86 $277.77 $205.19 $315.86 $191.63 $288.15 $131.38 $91.57 $141.79 $163.09 $104.32 $137.11 $131.90 $243.07 $245.04 $183.78 $203.75 $233.68PHASE 2 - DEIR Review - ALL 20200 80 32 32 32 40 80 40 0 40 40 160 160 120 120 108 12 20 20 1,136 223,596$2.2 Review and comment on DEIR80 32 32 32 40 80 40 40 40 160 160 120 120 108 12 20 20 1,136 223,596$2.3 Other services TBD0-$sub-total0 80 32 32 32 40 80 40 0 40 40 160 160 120 120 108 12 20 20sub-total fees-$ 22,978$9,155$6,763$ 10,411$7,895$ 23,744$5,413$-$5,842$6,719$ 17,193$ 22,596$ 16,303$ 30,043$ 27,259$2,272$4,197$4,814$223,596$Total Hours0 80 32 32 32 40 80 40 0 40 40 160 160 120 120 108 12 20 201,136sub-total SBE-$-$-$-$-$-$-$-$-$-$6,719$ 17,193$ 22,596$ 16,303$ 30,043$ 27,259$2,272$4,197$4,814$131,396$sub-total DVBE-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$-$Total MMD Fees-$ 22,978$9,155$6,763$ 10,411$7,895$ 23,744$5,413$-$5,842$-$-$-$-$-$-$-$-$-$92,201$Total Fees-$ 22,978$9,155$6,763$ 10,411$7,895$ 23,744$5,413$-$5,842$6,719$ 17,193$ 22,596$ 16,303$ 30,043$ 27,259$2,272$4,197$4,814$223,596$Travel Expenses3,750$Other-$Total ODCs3,750$Grand Total Fees + ODCs$227,346NoteThe cost calculation presented in Attachment B above does not include the Form 10-H1 calculation for Anticipated SalaryIncreases (page 2) and fee / cost calculations do not match. Attachment B does provide hours, rates, fees and escalation inaccordance with Form 10-H1.City of Vernon HSR Technical Review Hourly Rate 2020Hourly Rate 2019Mott MacDonaldTAHA Paleo FPL
Local Assistance Procedures Manual EXHIBIT 10-H1
City of Vernon Technical Engineering, and EIR Documents Review Cost Proposal
PHASE 2 - 2020 RATES
X Prime Consultant Subconsultant 2nd Tier Subconsultant
Consultant:
Project No. Contract No. Date 4/9/2019
Hours Actual Hourly Rate Total
0.00 130.07$-$
80.00 103.16$ 8,253.18$
32.00 102.76$ 3,288.42$
32.00 75.91$ 2,429.15$
32.00 116.85$ 3,739.31$
40.00 70.89$ 2,835.80$
80.00 106.61$ 8,528.40$
40.00 48.61$ 1,944.23$
0.00 33.88$-$
40.00 52.46$ 2,098.32$
-$
-$
-$
LABOR COSTS
33,116.81$
248.38$
c) TOTAL DIRECT LABOR COSTS [(a) + (b)]33,365.18$
INDIRECT COSTS
57.60% ) e) Total Fringe Benefits [(c) x (d)] 19,218.35$
95.50% ) included g) Overhead [(c) x (f)] 31,863.75$
) i) Gen & Admin [(c) x (h)] -$
j)TOTAL INDIRECT COSTS [(e) + (g) + (i)]51,082.10$
FIXED FEE 10.00%k)TOTAL FIXED FEE [(c) + (j)] x fixed fee:8,444.73$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Unit Cost Total
2500.00 Miles 0.580$ 1,450.00$
-$
-$
-$
-$
-$
-$
-$
-$
l) TOTAL OTHER DIRECT COSTS 1,450.00$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
-$
-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l) + (m)]1,450.00$
TOTAL COST [(c) + (j) + (k) + (n)]94,342.01$
NOTES:
1.
2.
3.
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's
annual accounting period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
Subconsultant 3:
Subconsultant 4:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.
h) General & Admin (Rate:
Description of Item
Mileage (IRS Rate)
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases (see page 2 for calculation)
d) Fringe Benefits (Rate:
f) Overhead & G&A (Rate:
CADD Support Craig Jurkiewicz
Specialist Joey Mendoza
Planner Maggie Cheung
Planner Darlene Gonzalez
Senior Engineer Farhad Nourbakhsh
Senior Planner Eric Banghart
Project Principal Rob Ball
Project Manager Richard Carney
Specialist Paul Wilson
Note: Mark-ups are Not Allowed
Mott MacDonald LLC
DIRECT LABOR
Classification/Title Name
Senior Engineer Michael Oldroyd
Page 1 of 3
Consultant
Project No. Contract No. Date 4/9/2019
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$ 33,116.81 = $ 88.08 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $ 88.08 + = $ 90.72 Year 2 Avg Hourly Rate
Year 2 $ 90.72 + = $ 93.44 Year 3 Avg Hourly Rate
Year 3 $ 93.44 + = $ 96.24 Year 4 Avg Hourly Rate
Year 4 $ 96.24 + = $ 99.13 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 75.00% * = 282.0 Estimated Hours Year 1
Year 2 25.00% * = 94.0 Estimated Hours Year 2
Year 3 0.00% * = 0.0 Estimated Hours Year 3
Year 4 0.00% * = 0.0 Estimated Hours Year 4
Year 5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 376.0
Year 1 $ 88.08 *= $ 24,837.61 Estimated Hours Year 1
Year 2 $ 90.72 *= $ 8,527.58 Estimated Hours Year 2
Year 3 $ 93.44 *= $ - Estimated Hours Year 3
Year 4 $ 96.24 *= $ - Estimated Hours Year 4
Year 5 *= $ - Estimated Hours Year 5
= $ 33,365.18
= $ 33,116.81
= $ 248.38 Transfer to Page 1
NOTES:
1.
2.
3.
4.
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is
not an acceptable methodology).
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided.
282
94
0
0
0
Total Direct Labor Cost with Escalation
376.0
Total
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above) (calculated above)
Completed Each Year per Cost Proposal
376.0
376.0
376.0
376.0
3%
3%
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated % Total Hours
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
3%
3%
Direct Labor Subtotal Total Hours
per Cost Proposal per Cost Proposal
376
CALCUATIONS FOR ANTICIPATED SALARY INCREASES
Mott MacDonald
Page 2 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract
are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Proceedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management and Administration of Engineering and
Design Related Service
6. 48 Ccode of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files
and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements
are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency or Caltrans accepted Indirect Cost Rate(s).
List services the consultant is providing under the proposed contract:
Page 3 of 3
Email: Dan.Tempelis@mottmac.com Phone number: (818)736-4343
Address: 1000 Wilshire Blvd. Suite 400 Los Angeles, CA 90017
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice
President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish
the cost proposal for the contract.
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Daniel Tempelis, PE Title *: Sr. Vice President
Signature: _________________________________________________ Date of Certification: 5/8/2019
Local Assistance Procedures Manual EXHIBIT 10-H1
Cost Proposal
Prime Consultant X Subconsultant 2nd Tier Subconsultant
Consultant:
Project No. Contract No. Date
Hours Actual Hourly Rate Total
108.00 82.40$ 8,899.20$
20.00 78.58$ 1,571.57$
63.05$-$
12.00 61.80$ 741.60$
20.00 68.52$ 1,370.31$
-$
-$
-$
-$
-$
-$
-$
-$
LABOR COSTS
12,582.69$
94.37$
c) TOTAL DIRECT LABOR COSTS [(a) + (b)]12,677.06$
INDIRECT COSTS
) e) Total Fringe Benefits [(c) x (d)] -$
178.46% ) included g) Overhead [(c) x (f)] 22,623.47$
) i) Gen & Admin [(c) x (h)] -$
j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]22,623.47$
FIXED FEE 10.00%k) TOTAL FIXED FEE [(c) + (j)] x fixed fee:3,530.05$
l) CONSULTANT'S OTHER DIRECT COSTS (ODC) - ITEMIZE (Add additional pages if necessary)
Quantity Unit Unit Cost Total
1250.00 Mile 0.580$ 725.00$
-$
-$
-$
-$
-$
-$
-$
-$
l) TOTAL OTHER DIRECT COSTS 725.00$
m) SUBCONSULTANTS' COSTS (Add additional pages if necessary)
Jerry C. Porter Consulting LLC
-$
-$
-$
m) TOTAL SUBCONSULTANTS' COSTS -$
n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l) + (m)]725.00$
TOTAL COST [(c) + (j) + (k) + (n)]39,555.58$
NOTES:
1.
2.
3.
Page 1 of 3
Note: Mark-ups are Not Allowed
FPL and Associates, Inc. (2020)
chnical, Engineering, and EIR Rev
DIRECT LABOR
Classification/Title Name
Transpotation Engineer Alex Eapen, P.E., ENV SP
Design Engineer Eddie Tang, EIT
PIC; Transportation Engineer Fong-Ping Lee, PhD, P.E., T.E.
Traffic Engineer Alex Zupanski, P.E., T.E.
Civil Engineer Alan Lee, P.E., T.E.
h) General & Admin (Rate:
Description of Item
Mileage (IRS rate)
a) Subtotal Direct Labor Costs
b) Anticipated Salary Increases (see page 2 for calculation)
d) Fringe Benefits (Rate:
f) Overhead & G&A (Rate:
The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and established by a cognizant agency or accepted by Caltrans.
Anticipated salary increases calculation (page 2) must accompany.
Subconsultant 1:
Subconsultant 2:
Subconsultant 3:
Subconsultant 4:
Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two
asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals.
Consultant
Project No. Contract No. Date
1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)
Avg Hourly 5 Year Contract
Rate Duration
$ 12,582.69 = $ 78.64 Year 1 Avg Hourly Rate
Avg Hourly Rate
Year 1 $ 78.64 + = $ 81.00 Year 2 Avg Hourly Rate
Year 2 $ 81.00 + = $ 83.43 Year 3 Avg Hourly Rate
Year 3 $ 83.43 + = $ 85.93 Year 4 Avg Hourly Rate
Year 4 $ 85.93 + = $ 88.51 Year 5 Avg Hourly Rate
Total Hours
per Year
Year 1 75.00% * = 120.0 Estimated Hours Year 1
Year 2 25.00% * = 40.0 Estimated Hours Year 2
Year 3 0.00% * = 0.0 Estimated Hours Year 3
Year 4 0.00% * = 0.0 Estimated Hours Year 4
Year 5 0.00% * = 0.0 Estimated Hours Year 5
Total 100% = 160.0
Year 1 $ 78.64 *= $ 9,437.01 Estimated Hours Year 1
Year 2 $ 81.00 *= $ 3,240.04 Estimated Hours Year 2
Year 3 $ 83.43 *= $ - Estimated Hours Year 3
Year 4 $ 85.93 *= $ - Estimated Hours Year 4
Year 5 *= $ - Estimated Hours Year 5
= $ 12,677.06
= $ 12,582.69
= $ 94.37 Transfer to Page 1
NOTES:
1.
2.
3.
4.
Page 2 of 3
CALCUATIONS FOR ANTICIPATED SALARY INCREASES
FPL and Associates, Inc. (2020)
Technical, Engineering, and EIR
2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)
Proposed Escalation
3%
3%
Direct Labor Subtotal Total Hours
per Cost Proposal per Cost Proposal
160
Completed Each Year per Cost Proposal
160.0
160.0
160.0
160.0
3%
3%
3. Calculate estimated hours per year (Multiply estimate % each year by total hours)
Estimated % Total Hours
160.0
Total
4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)
Avg Hourly Rate Estimated hours Cost per Year(calculated above) (calculated above)
Direct Labor Subtotal before Escalation
Estimated total of Direct Labor Salary Increase
This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a
breakdown of the labor to be performed each year.
An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is
not an acceptable methodology).
This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted.
Calculations for anticipated salary escalation must be provided.
120
40
0
0
0
Total Direct Labor Cost with Escalation
/RFDO$VVLVWDQFH3URFHGXUHV0DQXDO (;+,%,7+
&RVW3URSRVDO
3ULPH&RQVXOWDQW ;6XEFRQVXOWDQW QG7LHU6XEFRQVXOWDQW
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
+RXUV $FWXDO+RXUO\5DWH 7RWDO
/$%25&2676
F727$/',5(&7/$%25&2676>DE@
,1',5(&7&2676
H7RWDO)ULQJH%HQHILWV>F[G@
LQFOXGHG J2YHUKHDG>F[I@
L*HQ $GPLQ>F[K@
M727$/,1',5(&7&2676>HJL@
),;(')((N727$/),;(')((>FM@[IL[HGIHH
O&2168/7$17
627+(5',5(&7&26762'&,7(0,=($GGDGGLWLRQDOSDJHVLIQHFHVVDU\
4XDQWLW\ 8QLW 8QLW&RVW 7RWDO
0,
/6
3DUNLQJ /6
O727$/27+(5',5(&7&2676
P68%&2168/7$176
&2676$GGDGGLWLRQDOSDJHVLIQHFHVVDU\
P727$/68%&2168/7$176
&2676
Q727$/27+(5',5(&7&2676,1&/8',1*68%&2168/7$176>OP@
727$/&267>FMNQ@
127(6
3DJHRI
1RWH0DUNXSVDUH1RW$OORZHG
3DOHR6ROXWLRQV,QF
',5(&7/$%25
&ODVVLILFDWLRQ7LWOH 1DPH
)LHOG'LUHFWRU6DIHW\2IILFHU -HII+DWKDZD\063*
3URMHFW0DQDJHU /L]'HQQLVWRQ0$53$
$VVLVWDQW3URMHFW0DQDJHU 0HJKDQ/DPE0$53$
3URJUDP0DQDJHU *HUDOGLQH$URQ06
3ULQFLSDO$UFKDHRORJLVW (YHO\Q&KDQGOHU0$
3ULQFLSDO3DOHRQWRORJLVW &RXUWQH\5LFKDUGV06
)LHOG7HFKQLFLDQ 7%'
*,60DQDJHU %DUEDUD:HEVWHU0$
6HQLRU3DOHRQWRORJLVW 0DWKHZ&DUVRQ06
6HQLRU$UFKDHRORJLVW .ULVWLQD/LQGJUHQ0$
3DOHRQWRORJLVW -RH\5DXP%6
K*HQHUDO $GPLQ5DWH
'HVFULSWLRQRI,WHP
3HUVRQDO9HKLFOH0LOHDJH
5HFRUG6HDUFK)HHV
D6XEWRWDO'LUHFW/DERU&RVWV
E$QWLFLSDWHG6DODU\,QFUHDVHVVHHSDJHIRUFDOFXODWLRQ
G)ULQJH%HQHILWV5DWH
I2YHUKHDG * $5DWH
7KHFRVWSURSRVDOIRUPDWVKDOOQRWEHDPHQGHG,QGLUHFWFRVWUDWHVVKDOOEHXSGDWHGRQDQDQQXDOEDVLVLQDFFRUGDQFHZLWKWKHFRQVXOWDQW
V
DQQXDODFFRXQWLQJSHULRGDQGHVWDEOLVKHGE\DFRJQL]DQWDJHQF\RUDFFHSWHGE\&DOWUDQV
$QWLFLSDWHGVDODU\LQFUHDVHVFDOFXODWLRQSDJHPXVWDFFRPSDQ\
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
.H\SHUVRQQHOPXVWEHPDUNHGZLWKDQDVWHULVN
DQGHPSOR\HHVWKDWDUHVXEMHFWWRSUHYDLOLQJZDJHUHTXLUHPHQWVPXVWEHPDUNHGZLWKWZR
DVWHULVNV
$OOFRVWVPXVWFRPSO\ZLWKWKH)HGHUDOFRVWSULQFLSOHV6XEFRQVXOWDQWVZLOOSURYLGHWKHLURZQFRVWSURSRVDOV
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
&DOFXODWH$YHUDJH+RXUO\5DWHIRUVW\HDURIWKHFRQWUDFW'LUHFW/DERU6XEWRWDOGLYLGHGE\WRWDOKRXUV
$YJ+RXUO\<HDU&RQWUDFW
5DWH 'XUDWLRQ
<HDU$YJ+RXUO\5DWH
$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
7RWDO+RXUV
SHU<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7RWDO
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7UDQVIHUWR3DJH
127(6
3DJHRI
&$/&8$7,216)25$17,&,3$7('6$/$5<,1&5($6(6
3DOHR6ROXWLRQV,QF
&DOFXODWHKRXUO\UDWHIRUDOO\HDUV,QFUHDVHWKH$YHUDJH+RXUO\5DWHIRUD\HDUE\SURSRVHGHVFDODWLRQ
3URSRVHG(VFDODWLRQ
'LUHFW/DERU6XEWRWDO 7RWDO+RXUV
SHU&RVW3URSRVDO SHU&RVW3URSRVDO
&RPSOHWHG(DFK<HDU SHU&RVW3URSRVDO
&DOFXODWHHVWLPDWHGKRXUVSHU\HDU0XOWLSO\HVWLPDWHHDFK\HDUE\WRWDOKRXUV
(VWLPDWHG 7RWDO+RXUV
7RWDO
&DOFXODWH7RWDO&RVWVLQFOXGLQJ(VFDODWLRQ0XOWLSO\$YHUDJH+RXUO\5DWHE\WKHQXPEHURIKRXUV
$YJ+RXUO\5DWH (VWLPDWHGKRXUV &RVWSHU<HDUFDOFXODWHGDERYH FDOFXODWHGDERYH
'LUHFW/DERU6XEWRWDOEHIRUH(VFDODWLRQ
(VWLPDWHGWRWDORI'LUHFW/DERU6DODU\,QFUHDVH
7KLVLVQRWWKHRQO\ZD\WRHVWLPDWHVDODU\LQFUHDVHV2WKHUPHWKRGVZLOOEHDFFHSWHGLIWKH\FOHDUO\LQGLFDWHWKHLQFUHDVHWKHRI\HDUVRIWKHFRQWUDFWDQGD
EUHDNGRZQRIWKHODERUWREHSHUIRUPHGHDFK\HDU
$QHVWLPDWLRQWKDWLVEDVHGRQGLUHFWODERUPXOWLSOLHGE\VDODU\LQFUHDVHPXOWLSOLHGE\WKHRI\HDUVLVQRWDFFHSWDEOHLH[[\UV LV
QRWDQDFFHSWDEOHPHWKRGRORJ\
7KLVDVVXPHVWKDWRQH\HDUZLOOEHZRUNHGDWWKHUDWHRQWKHFRVWSURSRVDOEHIRUHVDODU\LQFUHDVHVDUHJUDQWHG
&DOFXODWLRQVIRUDQWLFLSDWHGVDODU\HVFDODWLRQPXVWEHSURYLGHG
7RWDO'LUHFW/DERU&RVWZLWK(VFDODWLRQ
/RFDO$VVLVWDQFH3URFHGXUHV0DQXDO (;+,%,7+
&RVW3URSRVDO
3ULPH&RQVXOWDQW ;6XEFRQVXOWDQW QG7LHU6XEFRQVXOWDQW
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
+RXUV $FWXDO+RXUO\5DWH 7RWDO
/$%25&2676
F727$/',5(&7/$%25&2676>DE@
,1',5(&7&2676
H7RWDO)ULQJH%HQHILWV>F[G@
LQFOXGHG J2YHUKHDG>F[I@
L*HQ $GPLQ>F[K@
M727$/,1',5(&7&2676>HJL@
),;(')((N727$/),;(')((>FM@[IL[HGIHH
O&2168/7$17
627+(5',5(&7&26762'&,7(0,=($GGDGGLWLRQDOSDJHVLIQHFHVVDU\
4XDQWLW\ 8QLW 8QLW&RVW 7RWDO
0LOHV
O727$/27+(5',5(&7&2676
P68%&2168/7$176
&2676$GGDGGLWLRQDOSDJHVLIQHFHVVDU\
P727$/68%&2168/7$176
&2676
Q727$/27+(5',5(&7&2676,1&/8',1*68%&2168/7$176>OP@
727$/&267>FMNQ@
127(6
3DJHRI
1RWH0DUNXSVDUH1RW$OORZHG
7HUU\+D\HV$VVRFLDWHV
',5(&7/$%25
&ODVVLILFDWLRQ7LWOH 1DPH
6HQLRU3ODQQHU .HYLQ)HUULHU
6HQLRU3ODQQHU 3HWHU)HOGPDQ
6HQLRU3ODQQHU $OO\VRQ'RQJ
&(2 7HUU\$+D\HV
6HQLRU$VVRFLDWH 6DP6LOYHUPDQ
6HQLRU3ODQQHU 7HUHVD/L
$VVRF(QY6FLHQWLVW $QGHUV6XWKHUODQG
3ODQQHU .LHUDQ%DUWKRORZ
$VVLVWDQW3ODQQHU $QG\8N
K*HQHUDO $GPLQ5DWH
'HVFULSWLRQRI,WHP
0LOHDJH,56UDWH
D6XEWRWDO'LUHFW/DERU&RVWV
E$QWLFLSDWHG6DODU\,QFUHDVHVVHHSDJHIRUFDOFXODWLRQ
G)ULQJH%HQHILWV5DWH
I2YHUKHDG * $5DWH
7KHFRVWSURSRVDOIRUPDWVKDOOQRWEHDPHQGHG,QGLUHFWFRVWUDWHVVKDOOEHXSGDWHGRQDQDQQXDOEDVLVLQDFFRUGDQFHZLWKWKHFRQVXOWDQW
V
DQQXDODFFRXQWLQJSHULRGDQGHVWDEOLVKHGE\DFRJQL]DQWDJHQF\RUDFFHSWHGE\&DOWUDQV
$QWLFLSDWHGVDODU\LQFUHDVHVFDOFXODWLRQSDJHPXVWDFFRPSDQ\
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
6XEFRQVXOWDQW
.H\SHUVRQQHOPXVWEHPDUNHGZLWKDQDVWHULVN
DQGHPSOR\HHVWKDWDUHVXEMHFWWRSUHYDLOLQJZDJHUHTXLUHPHQWVPXVWEHPDUNHGZLWKWZR
DVWHULVNV
$OOFRVWVPXVWFRPSO\ZLWKWKH)HGHUDOFRVWSULQFLSOHV6XEFRQVXOWDQWVZLOOSURYLGHWKHLURZQFRVWSURSRVDOV
&RQVXOWDQW
3URMHFW1R &RQWUDFW1R 'DWH
&DOFXODWH$YHUDJH+RXUO\5DWHIRUVW\HDURIWKHFRQWUDFW'LUHFW/DERU6XEWRWDOGLYLGHGE\WRWDOKRXUV
$YJ+RXUO\<HDU&RQWUDFW
5DWH 'XUDWLRQ
<HDU$YJ+RXUO\5DWH
$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
<HDU <HDU$YJ+RXUO\5DWH
7RWDO+RXUV
SHU<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7RWDO
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
<HDU
(VWLPDWHG+RXUV<HDU
7UDQVIHUWR3DJH
127(6
3DJHRI
&$/&8$7,216)25$17,&,3$7('6$/$5<,1&5($6(6
7HUU\+D\HV$VVRFLDWHV
&DOFXODWHKRXUO\UDWHIRUDOO\HDUV,QFUHDVHWKH$YHUDJH+RXUO\5DWHIRUD\HDUE\SURSRVHGHVFDODWLRQ
3URSRVHG(VFDODWLRQ
'LUHFW/DERU6XEWRWDO 7RWDO+RXUV
SHU&RVW3URSRVDO SHU&RVW3URSRVDO
&RPSOHWHG(DFK<HDU SHU&RVW3URSRVDO
&DOFXODWHHVWLPDWHGKRXUVSHU\HDU0XOWLSO\HVWLPDWHHDFK\HDUE\WRWDOKRXUV
(VWLPDWHG 7RWDO+RXUV
7RWDO
&DOFXODWH7RWDO&RVWVLQFOXGLQJ(VFDODWLRQ0XOWLSO\$YHUDJH+RXUO\5DWHE\WKHQXPEHURIKRXUV
$YJ+RXUO\5DWH (VWLPDWHGKRXUV &RVWSHU<HDUFDOFXODWHGDERYH FDOFXODWHGDERYH
'LUHFW/DERU6XEWRWDOEHIRUH(VFDODWLRQ
(VWLPDWHGWRWDORI'LUHFW/DERU6DODU\,QFUHDVH
7KLVLVQRWWKHRQO\ZD\WRHVWLPDWHVDODU\LQFUHDVHV2WKHUPHWKRGVZLOOEHDFFHSWHGLIWKH\FOHDUO\LQGLFDWHWKHLQFUHDVHWKHRI\HDUVRIWKHFRQWUDFWDQGD
EUHDNGRZQRIWKHODERUWREHSHUIRUPHGHDFK\HDU
$QHVWLPDWLRQWKDWLVEDVHGRQGLUHFWODERUPXOWLSOLHGE\VDODU\LQFUHDVHPXOWLSOLHGE\WKHRI\HDUVLVQRWDFFHSWDEOHLH[[\UV LV
QRWDQDFFHSWDEOHPHWKRGRORJ\
7KLVDVVXPHVWKDWRQH\HDUZLOOEHZRUNHGDWWKHUDWHRQWKHFRVWSURSRVDOEHIRUHVDODU\LQFUHDVHVDUHJUDQWHG
&DOFXODWLRQVIRUDQWLFLSDWHGVDODU\HVFDODWLRQPXVWEHSURYLGHG
7RWDO'LUHFW/DERU&RVWZLWK(VFDODWLRQ
Page 2 of 3
I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract
are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements:
1. Generally Accepted Accounting Principles (GAAP)
2. Terms and conditions of the contract
3. Title 23 United States Code Section 112 - Letting of Contracts
4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Proceedures
5. 23 Code of Federal Regulations Part 172 - Procurement, Management and Administration of Engineering and
Design Related Service
6. 48 Ccode of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable)
All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files
and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements
are not eligible for reimbursement.
Local governments are responsible for applying only cognizant agency or Caltrans accepted Indirect Cost Rate(s).
List services the consultant is providing under the proposed contract:
Page 3 of 3
Email: taha@webtaha.com Phone number: (310) 839-4200
Address: 3535 Hayden Avenue, Suite 350, Culver City, CA 90232
* An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice
President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the
cost proposal for the contract.
Environmental Services
Certification of Direct Costs:
Prime Consultant or Subconsultant Certifying:
Name: Terry A. Hayes, AICP Title *: Chief Executive Officer
Signature: _____________________________________________________Date of Certification: April 11, 2019
238
EXHIBIT D
LIVING WAGE PROVISIONS
Minimum Living Wages:
A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour
with health benefits, or $11.55 per hour without health benefits.
Paid and Unpaid Days Off:
Employers provide qualifying employees at least twelve compensated days off per year for sick
leave, vacation, or personal necessity, and an additional ten days a year of uncompensated
time for sick leave.
No Retaliation:
A prohibition on employer retaliation against employees complaining to the City with regard to
the employer’s compliance with the living wage ordinance. Employees may bring an action in
Superior Court against an employer for back pay, treble damages for willful violations, and
attorney’s fees, or to compel City officials to terminate the service contract of violating
employers.
239
EXHIBIT E
EQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONS
A. Contractor certifies and represents that, during the performance of this Agreement, the
contractor and each subcontractor shall adhere to equal opportunity employment practices
to assure that applicants and employees are treated equally and are not discriminated
against because of their race, religious creed, color, national origin, ancestry, handicap,
sex, or age. Contractor further certifies that it will not maintain any segregated facilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for
employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity
Employer" or that all qualified applicants will receive consideration for employment without
regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age.
C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the
performance of this Agreement, discriminated against applicants or employees because of
their membership in a protected class.
D. Contractor agrees to provide the City with access to, and, if requested to do so by City,
through its awarding authority, provide copies of all of its records pertaining or relating to its
employment practices, except to the extent such records or portions of such records are
confidential or privileged under state or federal law.
E. Nothing contained in this Agreement shall be construed in any manner as to require or
permit any act which is prohibited by law.
City Council Agenda Item Report
Agenda Item No. COV-377-2019
Submitted by: Mark Aumentado
Submitting Department: Public Utilities
Meeting Date: August 20, 2019
SUBJECT
Award of Services Agreement to Richard C. Slade & Associates LLC for On-Call Professional Hydrogeological
Services
Recommendation:
A. Find that the proposed action is categorically exempt from California Environmental Quality Act (CEQA) review, in
accordance with CEQA Guidelines § 15306, because the scope of the agreement consists of research, analysis, and
resource evaluation activities which will not result in serious or major disturbances to environmental resources and which
will not commit the City to any project; and
B. Approve a Services Agreement with Richard C. Slade & Associates LLC, in substantially the same form as
submitted herewith, in an amount not to exceed $375,000 for On-Call Professional Hydrogeological Services; and
C. Authorize the City Administrator to execute the Services Agreement with Richard C. Slade & Associates LLC with
an effective date of September 1, 2019.
Background:
Vernon Public Utilities (VPU) owns and operates eight active water production wells, one standby well, and fourteen
booster pumps located at three booster plants. The aforementioned facilities are used to provide potable water to
customers throughout VPU’s water service area. However, due to the overall age and deferred maintenance, many of
the facilities have deteriorated and are in need of repairs in order to mitigate both mechanical and capacity failure.
Beginning in July 2019, VPU Water Division staff initiated a comprehensive three-year Capital Improvement Plan
(CIP). The goals of the CIP are to eliminate dependence on imported water, to achieve a sustainable water supply and
to bolster the water distribution system in order to maintain a high level of reliability to meet current demands, future
growth, and respond to emergency conditions. Accordingly, a Request for Proposals for On-Call Professional
Hydrogeological Services (“RFP”) was prepared in order to assist Water Division staff on an as-needed basis with well
repair, well rehabilitation, construction of new wells, and investigative reports concerning professional hydrogeological
services. Historically, staff has identified various vendors through an informal selection process to perform similar
professional hydrogeological services as these services became necessary. Contracting a vendor in advance to perform
professional hydrogeological services on an as-needed basis will grant staff access to a practical resource, enabling staff
to complete projects more effectively and efficiently when water system issues arise and/or regulatory requirements
necessitate hydrogeological evaluations.
The RFP was issued July 1, 2019. In an effort to maximize the diversity of the business firms notified, specifically small
business firms, VPU utilized two local newspapers and notified 302 vendors on PlanetBids likely to submit a qualifying
proposal. PlanetBids is a free online platform available to all interested vendors, making it readily accessible to a variety
of business types. On July 18, 2019, the proposal deadline, staff received five proposals. An evaluation team was
created to review and evaluate the proposals based on responsiveness and the criterion listed within the RFP. The
evaluation team utilized a zero-to-ten scoring scale to evaluate the proposals, with a score of ten being a perfect score.
In accordance with the overall evaluation results, the proposers were ranked as follows:
1.Richard C. Slade & Associates LLC – 8.53
2.Advisian, (Worley Group) – 8.15
3.Thomas Harder & Co. – 7.85
4.Leighton Consulting, Inc. – 6.85
5.Rubicon Engineering Corporation (Non-Reponsive)
VPU staff recommends the selection of Richard C. Slade & Associates LLC for award of the proposed services
agreement based on their proposal and the selection criterion which include the firm’s technical competence, past
performance history, staffing capability, and cost effectiveness. The City has contracted RCS in the past and has been
satisfied with their performance and deliverables. The proposed Agreement has been approved as to form by the City
Attorney’s office.
Fiscal Impact:
If approved, the Agreement will be effective September 1, 2019 through June 30, 2022 at an annual not-to-exceed
amount of $125,000.00 and a total not-to-exceed amount of $375,000.00 over the entire term. VPU has budgeted
$125,000.00 for professional hydrogeological services in the Public Utilities Water Division Budget for fiscal year
2019-2020 under the account number 020.1084.595200. VPU will budget for this expense accordingly in the
subsequent two fiscal years.
ATTACHMENTS
1. Proposed Services Agreement with Richard C. Slade & Associates for On-Call Professional
Hydrogeological Services
1
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND RICHARD C. SLADE &
ASSOCIATES LLC FOR ON-CALL PROFESSIONAL HYDROGEOLOGICAL SERVICES
COVER PAGE
Contractor: Richard C. Slade & Associates LLC
Responsible Principal of Contractor: Richard C. Slade, President
Notice Information - Contractor: Richard C. Slade & Associates LLC
14051 Burbank Boulevard, Suite 300
Sherman Oaks, CA 91401-5083
Attention: Richard C. Slade, President
Phone: (818) 506-0418
Facsimile: (818) 506-1343
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Abraham Alemu,
Interim General Manager of Vernon
Public Utilities
Telephone: (323) 583-8811 ext. 250
Facsimile: (323) 826-1408
Commencement Date: September 1, 2019
Termination Date: June 30, 2022
Consideration: Total not to exceed $375,000.00 (includes
all applicable sales tax); and more
particularly described in Exhibit C
Records Retention Period Three (3) years, pursuant to Section 11.20
2
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND RICHARD C. SLADE &
ASSOCIATES LLC FOR ON-CALL PROFESSIONAL HYDROGEOLOGICAL SERVICES
This Contract is made between the City of Vernon ("City"), a California charter City and
California municipal corporation (“City”), and Richard C. Slade & Associates LLC, a California
limited liability company (“Contractor”).
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on August 20,
2019.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the Request for Proposals issued on or about July 1, 2019, Exhibit “A”, and Contractor's
proposal to the City ("Proposal") dated July 16, 2019, Exhibit “B”, both of which are attached to
and incorporated into this Contract, by reference.
2.2 All services shall be performed to the satisfaction of City.
2.3 All services shall be performed in a competent, professional, and
satisfactory manner in accordance with the prevailing industry standards for such services.
3.0 PERSONNEL.
3.1 Contractor represents that it employs, or will employ, at its own expense,
all personnel required to perform the services under this Contract.
3.2 Contractor shall not subcontract any services to be performed by it under
this Contract without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
3
4.0 TERM. The term of this Contract shall commence on September 1, 2019, and it
shall continue until June 30, 2022, unless terminated at an earlier date pursuant to the
provisions thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
the services, the City will pay Contractor in accordance with the payment schedule set forth in
Exhibit “C” attached hereto and incorporated herein by reference.
5.2 Contractor's grand total compensation for the entire term of this Contract,
shall not exceed $375,000.00 without the prior authorization of the City, as appropriate, and
written amendment of this Contract.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary and
incidental labor, material, supplies, facilities, equipment, and transportation which may be
required for furnishing services pursuant to this Contract. Materials shall be of the highest
quality. The above Contract fee shall include all staff time and all clerical, administrative,
overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related
costs and expenses.
5.4 City shall reimburse Contractor only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing in advance by City.
Unless otherwise approved, such costs shall be limited and include nothing more than the
following costs incurred by Contractor:
5.4.1 The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this Agreement, which have been
approved in advance by City and awarded in accordance with this Agreement.
5.4.2 Approved reproduction charges.
4
5.4.3 Actual costs and/or other costs and/or payments specifically
authorized in advance in writing and incurred by Contractor in the performance of this
Agreement.
5.5 Contractor shall not receive any compensation for extra work performed
without the prior written authorization of City. As used herein, “extra work” means any work that
is determined by City to be necessary for the proper completion of the Project, but which is not
included within the Scope of Services and which the parties did not reasonably anticipate would
be necessary at the time of execution of this Agreement. Compensation for any authorized
extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if
the extra work has been approved by the City.
5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at
Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required
by law for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and
interest, which may be imposed by law and which arise from or are necessary for the
performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
5
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity arising
out of or in connection with the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the acts or
omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to
perform any term, provision, covenant or condition of this Agreement, except to the extent such
claims or liabilities arise from the gross negligence or willful misconduct of City, its officers,
elected officials, agents or employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain
policies of insurance of the types and in the amounts set forth below, for the duration of the
Contract, including any extensions thereto. The policies shall state that they afford primary
6
coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined single
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its
respective employees, agents, and City Council from and against all claims, liabilities, suits,
losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under the performance of
the services.
iii. General Liability with minimum limits of at least $1,000,000 per occurrence and
$2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General
Liability "occurrence" form or its equivalent for coverage on an occurrence basis.
Premises/Operations and Personal Injury coverage is required. The City of Vernon, its
directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the
policy as additional insureds as respects liability arising out of the Contractor's performance of
this Contract.
(1) If Contractor employs other contractors as part of the services rendered,
Contractor's Protective Coverage is required. Contractor may include all
subcontractors as insureds under its own policy or shall furnish separate
insurance for each subcontractor, meeting the requirements set forth
herein.
(2) Contractor agrees to subrogate General Liability resulting from
performance under this agreement by agreeing to defend, indemnify and
hold harmless, the City, and its respective employees, agents, and City
Council from and against all claims, liabilities, suits, losses, damages,
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
7
the performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000,
where such risk is applicable. Applicable aggregates must be identified and claims history
provided to determine amounts remaining under the aggregate. Contractor shall maintain such
coverage for at least one (1) year after the termination of this Agreement.
v. Contractor shall comply with the applicable sections of the California Labor Code
concerning workers' compensation for injuries on the job. In addition, Contractor shall require
each subcontractor to similarly maintain workers’ compensation insurance in accordance with
the laws for California for all of the subcontractor’s employees. Compliance is accomplished in
one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by the
State of California; or
(2) Secure and maintain in force a policy of workers' compensation insurance
with statutory limits and Employer's Liability Insurance with a minimal limit
of $1,000,000 per accident. The policy shall be endorsed to waive all
rights of subrogation against City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this
Contract; or
(3) Provide a "waiver" form certifying that no employees subject to the Labor
Code's Workers' Compensation provision will be used in performance of
this Contract.
vi. Each insurance policy included in this clause shall be endorsed to state that
coverage shall not be cancelled except after thirty (30) days' prior written notice to City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with a
certificate of insurance for each policy. Each certificate is to be signed by a person authorized
by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by
8
City. City may require complete, certified copies of any or all policies at any time.
ix. Failure to maintain required insurance at all times shall constitute a default and
material breach. In such event, Contractor shall immediately notify City and cease all
performance under this Contract until further directed by the City. In the absence of satisfactory
insurance coverage, City may, at its option: (a) procure insurance with collection rights for
premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from
sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek
damages from the Contract resulting from said breach; or (c) self-insure the risk, with all
damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees
and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due
to Contractor.
11.0 GENERAL TERMS AND CONDITIONS.
11.1 INDEPENDENT CONTRACTOR.
11.1.1 It is understood that in the performance of the services herein
provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer
or employee of City and shall furnish such services in its own manner and method except as
required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has
and shall retain the right to exercise full control over the employment, direction, compensation
and discharge of all persons employed by Contractor in the performance of the services
hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes
responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for
Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save
City harmless from all matters relating to the payment of its employees, subcontractors and
independent contractors, including compliance with social security, withholding and all other
wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any subcontractors,
9
agents or employees employed by Contractor shall not, under any circumstances, be
considered employees of the City, and that they shall not be entitled to any of the benefits or
rights afforded employees of City, including, but not limited to, sick leave, vacation leave,
holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term
disability or workers' compensation insurance benefits.
11.2 CONTRACTOR NOT AGENT. Except as the City may authorize
in writing, Contractor and its subcontractors shall have no authority, express or implied, to act
on behalf of or bind the City in any capacity whatsoever as agents or otherwise.
11.3 OWNERSHIP OF WORK. All documents and materials furnished by the
City to Contractor shall remain the property of the City and shall be returned to the City upon
termination of this Agreement. All reports, drawings, plans, specifications, computer tapes,
floppy disks and printouts, studies, memoranda, computation sheets, and other documents
prepared by Contractor in furtherance of the work shall be the sole property of City and shall be
delivered to City whenever requested at no additional cost to the City. Contractor shall keep
such documents and materials on file and available for audit by the City for at least three (3)
years after completion or earlier termination of this Contract. Contractor may make duplicate
copies of such materials and documents for its own files or for such other purposes as may be
authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without
additional cost to the City. The performance or acceptance of services furnished by Contractor
shall not relieve the Contractor from the obligation to correct subsequently discovered defects,
inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
10
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Contract shall not be considered to be a waiver of any other term, condition, default or
breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any
time to require performance or compliance by the other of any of its obligations or agreements
shall in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and signed by a
duly authorized representative of the party against whom enforcement of a waiver is sought.
11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be
binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract
or any rights hereunder without the prior written consent of the City and approval by the City
Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or
transfer shall be null and void and shall constitute a material breach by the Contractor of its
obligations under this Contract. No assignment shall release the original parties from their
obligations or otherwise constitute a novation.
11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal,
State, County and City laws, ordinances, rules and regulations, which are, as amended from
time to time, incorporated herein and applicable to the performance hereof, including but without
limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of
this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies.
Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and
regulations Contractor shall be solely responsible for all costs arising therefrom.
11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to
11
enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable
attorney's fees, costs, and necessary disbursements in addition to any other relief to which such
party may be entitled.
11.11 INTERPRETATION.
11.11.1 Applicable Law. This Contract shall be deemed a contract and
shall be governed by and construed in accordance with the laws of the State of California.
Contractor agrees that the State and Federal courts which sit in the State of California shall
have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to
the jurisdiction thereof.
11.11.2 Entire Agreement. This Contract, including any exhibits
attached hereto, constitutes the entire agreement and understanding between the parties
regarding its subject matter and supersedes all prior or contemporaneous negotiations,
representations, understandings, correspondence, documentation, and agreements (written or
oral).
11.11.3 Written Amendment. This Contract may only be changed by
written amendment signed by Contractor and the City Administrator or other authorized
representative of the City, subject to any requisite authorization by the City Council. Any oral
representations or modifications concerning this Contract shall be of no force or effect.
11.11.4 Severability. If any provision in this Contract is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
deemed severed from this Contract, and the remaining provisions shall nevertheless continue in
full force and effect as fully as though such invalid, illegal, or unenforceable portion had never
been part of this Contract.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Contract and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s
Request for Proposals shall control over the Contractor’s Proposal.
12
11.11.6 Duplicate Originals. There shall be two (2) fully signed copies
of this Contract, each of which shall be deemed an original.
11.11.7 Construction. In the event an ambiguity or question of intent
or interpretation arises with respect to this Agreement, this Agreement shall be construed as if
drafted jointly by the parties and in accordance with its fair meaning. There shall be no
presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of
any of the provisions of this Agreement.
11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and
each and every covenant, term, and provision hereof.
11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents
and warrants to the City that the Contractor has the right, power, legal capacity, and authority to
enter into and perform its obligations under this Contract, and its execution of this Contract has
been duly authorized.
11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000
arising out of or relating to the negotiation, construction, performance, non-performance,
breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance
with the Commercial Rules of the American Arbitration Association at Los Angeles, California
and judgment upon the award rendered by the Arbitrators may be entered in any court having
jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of
any claim filed or required to be filed against the City and reserves the right to conduct full
discovery.
11.15 NOTICES. Any notice or demand to be given by one party to the other
must be given in writing and by personal delivery or prepaid first-class, registered or certified
mail, addressed as follows. Notice simply to the City of Vernon or any other City department is
not adequate notice.
13
If to the City:
City of Vernon
Attention: Abraham Alemu,
Interim General Manager of Vernon Public Utilities
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Richard C. Slade & Associates LLC
Attention: Richard C. Slade, President
14051 Burbank Boulevard, Suite 300
Sherman Oaks, CA 91401-5083
Any such notice shall be deemed to have been given upon delivery, if personally
delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date
of posting, whichever is earlier. Either party may change the address at which it desires to
receive notice upon giving written notice of such request to the other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
terminate this Contract in whole or in part at any time, for any cause or without cause, upon
fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City
for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a
prorated amount based on the services satisfactorily completed and accepted prior to the
effective date of termination. Such payment shall be Contractor's exclusive remedy for
termination without cause.
11.18 DEFAULT. In the event either party materially defaults in its obligations
hereunder, the other party may declare a default and terminate this Contract by written notice to
the defaulting party. The notice shall specify the basis for the default. The Contract shall
terminate unless such default is cured before the effective date of termination stated in such
14
notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of
default by Contractor, the City reserves the right to procure the goods or services from other
sources and to hold the Contractor responsible for any excess costs occasioned to the City
thereby. Contractor shall not be held accountable for additional costs incurred due to delay or
default as a result of Force Majeure. Contractor must notify the City immediately upon knowing
that non-performance or delay will apply to this Contract as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is
not acceptable to the City or not received within 10 days of the necessary notification of Force
Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing
only for goods and services completed to that point.
11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the
terminating party of further liability or responsibility under this Contract, including the payment of
money, except for payment for services satisfactorily and timely performed prior to the service of
the notice of termination, and except for reimbursement of (1) any payments made by the City
for service not subsequently performed in a timely and satisfactory manner, and (2) costs
incurred by the City in obtaining substitute performance. If this Agreement is terminated as
provided herein, City may require, at no additional cost to City, that Contractor provide all
finished or unfinished documents, data, and other information of any kind prepared by
Contractor in connection with the performance of Services under this Agreement. Contractor
shall be required to provide such document and other information within fifteen (15) days of the
request.
11.19.1 Additional Services. In the event this Agreement is terminated in
whole or in part as provided herein, City may procure, upon such terms and in such manner as
it may determine appropriate, services similar to those terminated.
11.20 MAINTENANCE AND INSPECTION OF RECORDS.
The City, or its authorized auditors or representatives, shall have access
15
to and the right to audit and reproduce any of the Contractor's records to the extent the City
deems necessary to insure it is receiving all money to which it is entitled under the Contract
and/or is paying only the amounts to which Contractor is properly entitled under the Contract or
for other purposes relating to the Contract.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Contract.
The Contractor shall maintain all such records in the City of Vernon. If
not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or
reimburse the City for all reasonable and extra costs incurred in conducting the audit at a
location other than the City of Vernon, including, but not limited to, such additional (out of the
City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead.
11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no
member, officer, or employee of the Contractor is a director, officer, or employee of the City of
Vernon, or a member of any of its boards, commissions, or committees, except to the extent
permitted by law.
11.22 HEADINGS. Paragraphs and subparagraph headings contained in this
Agreement are included solely for convenience and are not intended to modify, explain or to be
a full or accurate description of the content thereof and shall not in any way affect the meaning
or interpretation of this Agreement.
11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor
constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five
dollars ($25) for each worker employed in the execution of this Agreement by the respective
Contractor or subcontractor for each calendar day during which the worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code
as a penalty paid to the City; provided, however, work performed by employees of contractors in
excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon
16
compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the
basic rate of pay.
11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply
with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in
Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the
City.
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor
certifies and represents that, during the performance of this Contract, it and any other parties
with whom it may subcontract shall adhere to equal employment opportunity practices to assure
that applicants, employees and recipients of service are treated equally and are not
discriminated against because of their race, religion, color, national origin, ancestry, disability,
sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that
it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal
Employment Opportunity Practices provisions as set forth in Exhibit “E”.
[Signatures Begin on Next Page].
17
IN WITNESS WHEREOF, the Parties have signed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
Richard C. Slade & Associates LLC, a
California limited liability company
By:
Name:
Title:
ATTEST:
__________________________________
Deborah Harrington, Interim City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
__________________________________
Brian Byun,
Senior Deputy City Attorney
18
EXHIBIT A
REQUEST FOR PROPOSALS
City of Vernon
Request for Proposals (RFP)
On-Call Professional Hydrogeological Services
City of Vernon
Public Utilities Department
4305 Santa Fe Avenue, Vernon, CA 90058
Phone: (323) 583-8811
Key RFP Dates
Issue Date: Monday, July 1, 2019
Written Questions: Wednesday, July 3, 2019 at 11:00 AM
Response to Questions: Thursday, July 11, 2019
Proposals Due: Thursday, July 18, 2019 at 2:00 PM
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 2 of 11
1. INTRODUCTION AND PROJECT
The City of Vernon is requesting proposals from qualified consultants to conduct on-call
hydrogeological services for the purposes of well design and subsurface investigation.
The City will select up to two firms, based on demonstrated competence and a cost
effective approach to providing professional hydrogeological services. The initial term of
the Agreement resulting from this proposal shall be three (3) years from the date the City
executes the Agreement.
2. BACKGROUND
The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is
located approximately 5 miles southeast of downtown Los Angeles California. Over its
long history, Vernon has been developed as an industrial community. At the turn of the
20th century the lands that make up Vernon were comprised largely of farmlands. The
presence of three major rail lines in the area led influential business and property owners
to encourage the railroad companies to run spur lines onto the farmlands. These rail
extensions enabled the creation of an “exclusively industrial” city. By the 1920’s, Vernon
was attracting large stockyards and meatpacking facilities. In the 1930’s, Vernon became
the location of choice for many heavy industrial plants. As economic conditions changed
over the decades, these large scale industrial operations have relocated out of Southern
California and Vernon has attracted smaller, lighter industrial facilities. The City’s
business friendly environment, low cost utilities and key location for trucking and rail
transport continue to position Vernon as an ideal location for industrial uses.
The City is beginning the implementation of a comprehensive water system improvement
program, with the goal of reducing its dependence on imported water sources and
achieving a sustainable water supply to meet the City’s future water needs. Among the
projects and initiatives to reach self-sufficiency, the City has identified the need for two
new water wells and two major rehabilitations to existing wells. As a part of this program,
the City desires to retain the professional hydrogeological services for the purposes of well
design and subsurface investigation, in addition to general groundwater management
advice.
City Government: The City Council consists of five members, elected at-large, who serve
five-year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro
Tem from its own membership to serve one-year terms.
Labor Force: Vernon has approximately 280 employees, and its departments include a
Fire Department, Police Department, Finance Department, Public Works Department,
Public Utilities Department and Health and Environmental Control Department. Present
bargaining units recognized include the Vernon Police Officers Benefit Association,
Vernon Police Management Association, Vernon Firemen’s Association, the Vernon Fire
Management Association, International Brotherhood of Electrical Workers Local 47, and
Teamsters Local 911.
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 3 of 11
3. SCOPE OF SERVICES REQUIRED
The City of Vernon is seeking services from a highly qualified consulting firm to perform
professional hydrogeological services as listed in this section. Firms should consider these
services as the minimum necessary for an agreement resulting from this RFP. Consultant
scope of services may include, but not be limited to:
Groundwater Studies and Models
o Hydrogeological assessments and analyses
o Groundwater flow and solute transport models
o Groundwater basin models
o Fate transport studies
o Water System Assessment
Water Supply Wells
o Well Siting and specifications
o Well operation modeling and scenario development
o Design
o Rehabilitation
o Assessment
o Construction/Project Inspection
o Well development
Groundwater Consulting
o Conjunctive use, storage, and recovery
o Groundwater management programs
o Water quality
o Source Water Assessments
Groundwater Sustainability and Sustainable Groundwater Management Act
(SGMA) Compliance
o Groundwater sustainability Plans (GSP)
o SGMA Compliance
o Hydrogeological assessments and investigations
o Drinking Water Source Assessment and Protection (DWSAP) Program
reports
o Sustainable yield/perennial yield
o Urban groundwater management plans
The City’s usage of on-call hydrogeological services is on an as-needed basis, such that
if the demand is not there, then the services will not be requested. For each on-call service
request, the Consultant and the City shall agree upon the specific scope of work and cost
for that service request. The City has the right to retain other consulting firms at its sole
discretion when the City believes there will be an economic or other significant advantage
for doing so. Services for each request shall be provided on a negotiated fee basis, per
work order. No minimum amount of the work is guaranteed under the Agreement.
Compensation will be based on time and materials with a not-to-exceed limit agreed upon
by both the Consultant and City before work begins.
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 4 of 11
4. QUALIFICATIONS & CRITERIA
A. Qualifications: The City of Vernon will select one firm for all of the outlined Scope of
Service on the basis of qualifications, experience, and cost. The following are the
minimum qualifications to be used to evaluate responses to this Request for
Proposals:
Work shall be supervised by a registered California Certified Hydrogeologist (CHG)
with at least five (5) years of experience providing similar services is required to
oversee the work, stamp, and sign all project related documents.
B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial
evaluation of proposals received in response to this RFP. All proposals received will
be reviewed and evaluated by a committee of qualified personnel. The name,
information, or experience of the individual members will not be made available to
any proposer. The Evaluation Committee will first review and screen all proposals
submitted, except for the cost proposals, according to the minimum qualifications set
forth above. The following criteria will be used in reviewing and comparing the
proposals and in determining the highest scoring bid:
1. 45% Technical Competence/Past Performance Record/Financial
Stability/Quality Level of the Firm’s previous projects of comparable
complexity, scale and nature; training and proven expertise in the area of
work required; Efficiency and timeliness in completion of projects.
Experience in projects completed for public entities. Review of sub-
consultants.
2. 20% Staffing Capability to meet project timeliness: The capability to
perform the work within the desired time frame. The ability and past
experience in assembling a highly qualified team of sub-consultants.
3. 10% Quality Control: The Consultant’s listed work shall be such as to
ensure that the distinctive goals established for each component are met.
Brief descriptions of previous project experiences should be used as
examples of how quality control was achieved with former clients.
4. 25% Cost of Services, Cost Control and Reporting: The Consultant’s
overall operation should encourage cost effective work and services. Cost
control, performance within budget allocations, prudent accounting
practices, management and clear communication with City staff are
essential to the success of this project. A brief description of previous
project experiences should be used as examples of how this was achieved
with former clients. Proposal shall include key examples of the firm’s
accuracy in cost estimating.
C. Consultant Selection Process: All proposals will be evaluated by a review group
selected for this project. Each member will assess and rate each proposal based on
the information submitted. A short list of firms may be selected and interviewed. The
review group will score the firms and the highest ranking firm will be notified to begin
agreement negotiations and enter into an agreement. If an agreement cannot be
reached, the City will begin negotiations with the second highest ranking firm. The
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 5 of 11
City of Vernon may select up to two (2) firms. The City of Vernon has the sole
authority to select the consulting firm and reserves the right to reject any and all
proposals. The City reserves the right to approve all sub-consultants and/or engineers
proposed to be retained by the prime consultant. Upon signing of the Agreement, no
change in proposed personnel or sub-consultants can be made without the City’s
review and written authorization.
By submitting a response to this RFP, prospective consultants waive the right to
protest after award or seek any legal remedies whatsoever regarding any aspect of
this RFP. The City reserves the right to select any number of finalists. In addition, the
City reserves the right to issue written notice to all participating firms of any changes
in the proposal submission schedule, should the City determine in its sole and
absolute discretion that such changes are necessary. The City reserves the right to
request additional information from any proposing firm. All original work products,
including computer files, shall remain the property of the City.
D. Final Selection: The responsible proposer(s) whose proposal is the most
advantageous to the City, taking to consideration all the evaluation factors will be
recommended for the agreement award. Notwithstanding the Evaluation Team’s
selection, the City reserves the right to award this RFP and the resultant agreement
in any manner it deems to be in the best interest of the City and make the selection
based on its sole discretion. The City is the sole and exclusive judge of quality and
compliance with proposal specifications in any of the matters pertaining to this RFP.
E. Agreement Award and Execution: Selection of a proposer or proposers with whom
the City enters into agreement negotiations with or a recommendation of an award by
the Evaluation Team or any other party does not constitute an award of agreement.
The City may negotiate with the selected Proposer to acquire the combination of
functionality that best meets the City’s needs. Alternatively, the City of Vernon
reserves the right to enter into an agreement without further discussion of the
submitted proposal. Therefore, the Proposal should be initially submitted on the most
favorable terms the proposing party can offer. The City’s proposed agreement for
Professional Services is provided in Exhibit B.
Please review the Agreement prior to submitting a proposal. The City of Vernon
intends to use the Agreement as the baseline agreements with the successful
proposer(s). The foregoing should not be interrupted to prohibit either party from
proposing additional agreement terms and conditions during the negotiation of the
final agreement.
The RFP document and the successful party or parties’ proposal response, as
amended by agreement between the City of Vernon and the successful party or
parties, may become part of the Agreement documents. Additionally, the City of
Vernon may verify the successful party or parties’ representation that appear in the
proposal. Failure of the successful party or parties to perform as represented may
result in elimination of the successful party or parties form further negotiation or in
Agreement cancellation or termination.
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 6 of 11
No oral explanation or instruction of any kind or nature whatsoever given before the
award of an Agreement to a Vendor shall be binding. The City of Vernon shall not be
bound, or in any way obligated, until the City has awarded the Agreement and all
documents have been executed. The proposing party may not incur any chargeable
costs prior to final Agreement execution.
5. FORMAT AND DELIVERY OF RESPONSE
Respondents are asked to submit one (1) unbound original, one (1) hard copy and one
(1) electronic copy (via email to maumentado@ci.vernon.ca.us) of their proposals in
sufficient detail to allow for a thorough evaluation and comparative analysis. The proposal
should include, at a minimum, the following information in sectionalized format addressing
all phases of the work in the RFP.
A. Format: Limit your proposal to 30 typed 8.5” X 11” pages, or fewer, on white bond
paper of at least 20-pound weight single sided (excluding cover letter and
attachments). You may attach a firm brochure if you wish, but it must be as a
separate attachment and independent from the required elements noted above.
1. Use a conventional typeface with a minimum font size of 12 points. Use a
1” margin on all boarders.
2. Organize your submittal in the order described above.
3. Prominently label the package: “On-Call Professional Hydrogeological
Services” and include the name of the primary contact for the respondent.
Deliver the response to:
City of Vernon
Attention: Abraham Alemu, Interim General Manager of Public Utilities
4305 Santa Fe Avenue
Vernon, CA 90058
1. Responses are due on or before 2:00 p.m. on July 18, 2019. Late
response will not be accepted.
2. If you have any questions about this RFP, please contact Mark Aumentado
at (323) 583-8811 ext. 309 or Joanna Moreno at ext. 888. Please note that
any questions asked and any response provided by Vernon will be sent to
every person who will be submitting a proposal, to the extent the City is
aware of them.
B. Cover Letter: All proposals shall include a cover letter which states that the proposal
shall remain valid for a period of not less than ninety (90) days from the date of
submittal. If the proposal contemplates the use of sub-contractors, the sub-
contractors shall be identified in the cover letter. If the proposal is submitted by a
business entity, the cover letter shall be signed by an officer authorized to
contractually bind the business entity. With respect to the business entity, the cover
letter shall also include: the identification of the business entity, including the name,
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 7 of 11
address and telephone number of the business entity; and the name, title, address
and telephone number of a contact person during the proposal evaluation period.
C. Organization and Approach: Describe the roles and organization of your proposed
team for this project. Indicate the composition of sub-consultants and number of
project staff, number of years in the business, facilities available, location where the
work will be performed, and experience of your team as it relates to this project. If
two or more firms are involved in an association or a joint venture for this Project,
provide information concerning past associations and outline the working
relationship between the firms, e.g., indicate where management responsibility
resides and where quality control and production coordination will be performed.
Describe your project and management approach. Provide a detailed description of
how the team and scope of work will be managed.
D. General Scope of Work: Consultants should consider the Scope of Services
outlined herein as a minimum guide for submission. Suggestions for optional
services to better accomplish the City’s objectives will be considered but should be
priced separately from the price provided for the Basic Services described in this
RFP.
a. Include a detailed Scope of Work Statement describing all services to be
provided;
b. Describe project deliverables for each phase of your work; and
c. Describe cost control and budgeting methodology if selected as the successful
consultant.
E. Ability of the Proposer to Perform: Provide a detailed description of the proposer
and his/her/its qualifications, including names, titles, detailed professional resumes
and past experience in similar work efforts/products of key personnel who will be
working on the assignment. Provide a list of specific related work projects that have
been completed by the proposer which are directly related to the assignment
described in this RFP. Identify role and responsibility of each member of the project
team. Include the amount of time key personnel will be involved in the respective
portions of the assignment. Respondents are encouraged to supply relevant
examples of their professional product. Provide a list of references.
The selected firm shall not subcontract any work under the RFP nor assign any work
without the prior written consent of the City.
F. References: Provide a minimum of four (4) projects, one for each of the services
listed in this RFP, within the past five (5) years. Projects must note the specific
individuals who completed such project(s). Include a telephone number and the
name of key contacts for each project.
G. Fees and Costs: Pursuant to Section 2.17.08 of The Code of the City of Vernon,
California, proposing Consultants shall submit with their proposal a separate sealed
envelope marked “CONFIDENTIAL FEE PROPOSAL OF [NAME OF PROPOSER]”
and shall include the following (which will be utilized in the negotiations with the
successful Proposer):
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 8 of 11
1. Hourly rates of personnel to be assigned to the Project
a. Staffing plans shall be in the form of a table/chart for the scope and
durations specified indicating, at a minimum, the level of effort (full time
equivalent) and hourly rate for each proposed Project position of
proposer and its Consultants on a month-by-month basis, for the Scope
of Services established in this RFP.
b. Estimated reimbursable cost schedules shall depict only those
expenditures that are exclusive to and in support of the City’s project and
as described in the Proposers’ submittal. The proposed estimated
reimbursable cost schedule shall include a detailed list/table of
reimbursable by task category.
H. Affidavit of Non-Collusion. Proposer must submit a completed and signed,
“Affidavit of Non-Collusion.” (Copy attached as Exhibit A).
7. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION
At any time prior to the due date for responses, the City may make changes, amendments,
and addenda to this solicitation, including changing the date due to allow respondents time
to address such changes. Addenda, changes, and amendments, if made, will be posted
on the City’s website (www.cityofvernon.org), which is deemed adequate notice. A
proposer may make a request to the City’s project coordinator to be placed on a list of
persons to receive notice of any such addenda, changes, or amendments. The preferred
manner of communications is via e-mail due to its timeliness.
8. CONDITIONS FOR RESPONSES TO RFP
The following conditions apply to this RFP process:
A. Nothing contained in this RFP shall create any contractual
relationship between the respondent and the City.
B. This RFP does not obligate the City to establish a list of service
providers qualified as prime contractors, or award an Agreement to
any respondent. The City reserves the right to amend or cancel this
RFP without prior notice, at any time, at its sole discretion.
C. The City shall not be liable for any expenses incurred by any
individual or organization in connection with this RFP.
D. No conversations or agreements with any officer, agent, or
employee of the City shall affect or modify any terms of this RFP.
Oral communications or any written/e-mail materials provided by
any person other than designated contact staff of City shall not be
considered binding.
E. The City reserves the right, in its sole discretion, to accept or reject
any or all Proposals without prior notice and to waive any minor
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 9 of 11
irregularities or defects in a Proposal. The City reserves the right
to seek clarification on a Proposal with any source.
F. The dates, times, and sequence of events related to this RFP shall
ultimately be determined by the City. The schedule shown above
is subject to change, at the sole discretion of the City, although the
City will attempt to follow it and, if it must be altered, will attempt to
provide reasonable notice of the changes.
G. Respondents shall not issue any news release pertaining to this
RFP, or the City without prior written approval of the City.
H. All submitted proposals and information included therein or
attached thereto shall become public record upon delivery to the
City.
9. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST
The City may, at its sole discretion and for any reason whatsoever, withdraw this
solicitation at any time.
10. LIVING WAGE ORDINANCE
The selected Consultant shall pay qualifying employees a wage of not less than $10.30
per hour with health benefits, or $11.55 per hour without health benefits. The Consultant
shall also provide qualifying employees at least twelve days off per year for sick leave,
vacation or personnel necessity, and an additional ten days a year of uncompensated time
for sick leave. There shall be a prohibition on an employer retaliation against an
employee’s complaining to the City with regard to the employer’s compliance with the
living wage ordinance. Contractor, and any Subcontractor(s), shall comply with the City’s
Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”
of the Standard Form Services Agreement, attached hereto as Exhibit B. Upon the City’s
request, certified payroll records shall promptly be provided to the City.
11. STANDARD TERMS AND CONDITIONS
Prior to the award of any work hereunder, City and proposer shall enter into the written
Agreement for services attached hereto as Exhibit B. Proposers responding to this RFP
are strongly advised to review all the terms and conditions of the Agreement. The term of
the Agreement shall not exceed three (3) years.
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 10 of 11
EXHIBIT A
AFFIDAVIT OF NON-COLLUSION
March 2013
AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR
STATE OF CALIFORNIA )
) ss
COUNTY OF LOS ANGELES )
_______________________________________________________________, being first duly sworn deposes
and says that he/she is ______________________________________________________________________
(Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title)
of______________________________________________________________________________________
(Insert name of bidder)
who submits herewith to the City of Vernon a bid/proposal;
That all statements of fact in such bid/proposal are true;
That such bid/proposal was not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization or corporation;
That such bid/proposal is genuine and not collusive or sham;
That said bidder has not, directly or indirectly by agreement, communication or conference with anyone
attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or
anyone else interested in the proposed contract; and further
That prior to the public opening and reading of bids/proposals, said bidder:
a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham
bid/proposal;
b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said
bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain
from bidding or withdraw his/her bid/proposal;
c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference
with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or
fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else;
d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or
the contents thereof, or divulge information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, or to any individual or group of individuals, except the City of Vernon, or to any person
or persons who have a partnership or other financial interest with said bidder in his/her business.
I certify under penalty of perjury that the above information is correct
By:______________________________________ Title:________________________________
Date:____________________________________
City of Vernon On-Call Professional Hydrogeological Services Request for Proposals
Page 11 of 11
EXHIBIT B
STANDARD FORM SERVICES AGREEMENT
1
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME]
FOR ON-CALL PROFESSIONAL HYDROGEOLOGICAL SERVICES
COVER PAGE
Contractor: [insert name of contractor]
Responsible Principal of Contractor: [insert name, title]
Notice Information - Contractor: [insert name of contractor]
[insert street address]
[insert city, state, zip code]
Attention: [insert name, title]
Phone: [insert phone number]
Facsimile: [insert fax number]
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Abraham Alemu
Interim General Manager of Vernon
Public Utilities
Telephone: (323) 583-8811 ext. 250
Commencement Date: September 1, 2019
Termination Date: June 30, 2022
Consideration: Total not to exceed $375,000 (includes all
applicable sales tax); and more particularly
described in Exhibit C
Records Retention Period Three (3) years, pursuant to Section 11.20
2
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME]
FOR ON-CALL PROFESSIONAL HYDROGEOLOGICAL SERVICES
This Contract is made between the City of Vernon ("City"), a California charter City and
California municipal corporation (“City”), and [Contractor’s Name], a [State incorporated in]
corporation (“Contractor”).
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on
____________, ____.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the Request for Proposals dated ___________, Exhibit “A”, and Contractor's proposal to
the City ("Proposal") dated ____________, Exhibit “B”, both of which are attached to and
incorporated into this Contract, by reference.
2.2 All services shall be performed to the satisfaction of City.
2.3 All services shall be performed in a competent, professional, and
satisfactory manner in accordance with the prevailing industry standards for such services.
3.0 PERSONNEL.
3.1 Contractor represents that it employs, or will employ, at its own expense,
all personnel required to perform the services under this Contract.
3.2 Contractor shall not subcontract any services to be performed by it under
this Contract without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
3
4.0 TERM. The term of this Contract shall commence on September 1, 2019, and it
shall continue until June 30, 2022, unless terminated at an earlier date pursuant to the
provisions thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
the services, the City will pay Contractor in accordance with the payment schedule set forth in
Exhibit “C” attached hereto and incorporated herein by reference.
5.2 Contractor's grand total compensation for the entire term of this Contract,
shall not exceed $375,000 without the prior authorization of the City, as appropriate, and written
amendment of this Contract.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary and
incidental labor, material, supplies, facilities, equipment, and transportation which may be
required for furnishing services pursuant to this Contract. Materials shall be of the highest
quality. The above Contract fee shall include all staff time and all clerical, administrative,
overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related
costs and expenses.
5.4 City shall reimburse Contractor only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing in advance by City.
Unless otherwise approved, such costs shall be limited and include nothing more than the
following costs incurred by Contractor:
5.4.1 The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this Agreement, which have been
approved in advance by City and awarded in accordance with this Agreement.
5.4.2 Approved reproduction charges.
4
5.4.3 Actual costs and/or other costs and/or payments specifically
authorized in advance in writing and incurred by Contractor in the performance of this
Agreement.
5.5 Contractor shall not receive any compensation for extra work performed
without the prior written authorization of City. As used herein, “extra work” means any work that
is determined by City to be necessary for the proper completion of the Project, but which is not
included within the Scope of Services and which the parties did not reasonably anticipate would
be necessary at the time of execution of this Agreement. Compensation for any authorized
extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if
the extra work has been approved by the City.
5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at
Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required
by law for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and
interest, which may be imposed by law and which arise from or are necessary for the
performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
5
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity arising
out of or in connection with the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the acts or
omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to
perform any term, provision, covenant or condition of this Agreement, except to the extent such
claims or liabilities arise from the gross negligence or willful misconduct of City, its officers,
elected officials, agents or employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain
policies of insurance of the types and in the amounts set forth below, for the duration of the
Contract, including any extensions thereto. The policies shall state that they afford primary
6
coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined single
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its
respective employees, agents, and City Council from and against all claims, liabilities, suits,
losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under the performance of
the services.
iii. General Liability with minimum limits of at least $1,000,000 per occurrence and
$2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General
Liability "occurrence" form or its equivalent for coverage on an occurrence basis.
Premises/Operations and Personal Injury coverage is required. The City of Vernon, its
directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the
policy as additional insureds as respects liability arising out of the Contractor's performance of
this Contract.
(1) If Contractor employs other contractors as part of the services rendered,
Contractor's Protective Coverage is required. Contractor may include all
subcontractors as insureds under its own policy or shall furnish separate
insurance for each subcontractor, meeting the requirements set forth
herein.
(2) Contractor agrees to subrogate General Liability resulting from
performance under this agreement by agreeing to defend, indemnify and
hold harmless, the City, and its respective employees, agents, and City
Council from and against all claims, liabilities, suits, losses, damages,
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
7
the performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000,
where such risk is applicable. Applicable aggregates must be identified and claims history
provided to determine amounts remaining under the aggregate. Contractor shall maintain such
coverage for at least one (1) year after the termination of this Agreement.
v. Contractor shall comply with the applicable sections of the California Labor Code
concerning workers' compensation for injuries on the job. In addition, Contractor shall require
each subcontractor to similarly maintain workers’ compensation insurance in accordance with
the laws for California for all of the subcontractor’s employees. Compliance is accomplished in
one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by the
State of California; or
(2) Secure and maintain in force a policy of workers' compensation insurance
with statutory limits and Employer's Liability Insurance with a minimal limit
of $1,000,000 per accident. The policy shall be endorsed to waive all
rights of subrogation against City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this
Contract; or
(3) Provide a "waiver" form certifying that no employees subject to the Labor
Code's Workers' Compensation provision will be used in performance of
this Contract.
vi. Each insurance policy included in this clause shall be endorsed to state that
coverage shall not be cancelled except after thirty (30) days' prior written notice to City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with a
certificate of insurance for each policy. Each certificate is to be signed by a person authorized
by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by
8
City. City may require complete, certified copies of any or all policies at any time.
ix. Failure to maintain required insurance at all times shall constitute a default and
material breach. In such event, Contractor shall immediately notify City and cease all
performance under this Contract until further directed by the City. In the absence of satisfactory
insurance coverage, City may, at its option: (a) procure insurance with collection rights for
premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from
sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek
damages from the Contract resulting from said breach; or (c) self-insure the risk, with all
damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees
and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due
to Contractor.
11.0 GENERAL TERMS AND CONDITIONS.
11.1 INDEPENDENT CONTRACTOR.
11.1.1 It is understood that in the performance of the services herein
provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer
or employee of City and shall furnish such services in its own manner and method except as
required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has
and shall retain the right to exercise full control over the employment, direction, compensation
and discharge of all persons employed by Contractor in the performance of the services
hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes
responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for
Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save
City harmless from all matters relating to the payment of its employees, subcontractors and
independent contractors, including compliance with social security, withholding and all other
wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any subcontractors,
9
agents or employees employed by Contractor shall not, under any circumstances, be
considered employees of the City, and that they shall not be entitled to any of the benefits or
rights afforded employees of City, including, but not limited to, sick leave, vacation leave,
holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term
disability or workers' compensation insurance benefits.
11.2 CONTRACTOR NOT AGENT. Except as the City may authorize
in writing, Contractor and its subcontractors shall have no authority, express or implied, to act
on behalf of or bind the City in any capacity whatsoever as agents or otherwise.
11.3 OWNERSHIP OF WORK. All documents and materials furnished by the
City to Contractor shall remain the property of the City and shall be returned to the City upon
termination of this Agreement. All reports, drawings, plans, specifications, computer tapes,
floppy disks and printouts, studies, memoranda, computation sheets, and other documents
prepared by Contractor in furtherance of the work shall be the sole property of City and shall be
delivered to City whenever requested at no additional cost to the City. Contractor shall keep
such documents and materials on file and available for audit by the City for at least three (3)
years after completion or earlier termination of this Contract. Contractor may make duplicate
copies of such materials and documents for its own files or for such other purposes as may be
authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without
additional cost to the City. The performance or acceptance of services furnished by Contractor
shall not relieve the Contractor from the obligation to correct subsequently discovered defects,
inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
10
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Contract shall not be considered to be a waiver of any other term, condition, default or
breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any
time to require performance or compliance by the other of any of its obligations or agreements
shall in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and signed by a
duly authorized representative of the party against whom enforcement of a waiver is sought.
11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be
binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract
or any rights hereunder without the prior written consent of the City and approval by the City
Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or
transfer shall be null and void and shall constitute a material breach by the Contractor of its
obligations under this Contract. No assignment shall release the original parties from their
obligations or otherwise constitute a novation.
11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal,
State, County and City laws, ordinances, rules and regulations, which are, as amended from
time to time, incorporated herein and applicable to the performance hereof, including but without
limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of
this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies.
Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and
regulations Contractor shall be solely responsible for all costs arising therefrom.
11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to
11
enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable
attorney's fees, costs, and necessary disbursements in addition to any other relief to which such
party may be entitled.
11.11 INTERPRETATION.
11.11.1 Applicable Law. This Contract shall be deemed a contract and
shall be governed by and construed in accordance with the laws of the State of California.
Contractor agrees that the State and Federal courts which sit in the State of California shall
have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to
the jurisdiction thereof.
11.11.2 Entire Agreement. This Contract, including any exhibits
attached hereto, constitutes the entire agreement and understanding between the parties
regarding its subject matter and supersedes all prior or contemporaneous negotiations,
representations, understandings, correspondence, documentation, and agreements (written or
oral).
11.11.3 Written Amendment. This Contract may only be changed by
written amendment signed by Contractor and the City Administrator or other authorized
representative of the City, subject to any requisite authorization by the City Council. Any oral
representations or modifications concerning this Contract shall be of no force or effect.
11.11.4 Severability. If any provision in this Contract is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
deemed severed from this Contract, and the remaining provisions shall nevertheless continue in
full force and effect as fully as though such invalid, illegal, or unenforceable portion had never
been part of this Contract.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Contract and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s
Request for Proposals shall control over the Contractor’s Proposal.
12
11.11.6 Duplicate Originals. There shall be two (2) fully signed copies
of this Contract, each of which shall be deemed an original.
11.11.7 Construction. In the event an ambiguity or question of intent
or interpretation arises with respect to this Agreement, this Agreement shall be construed as if
drafted jointly by the parties and in accordance with its fair meaning. There shall be no
presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of
any of the provisions of this Agreement.
11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and
each and every covenant, term, and provision hereof.
11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents
and warrants to the City that the Contractor has the right, power, legal capacity, and authority to
enter into and perform its obligations under this Contract, and its execution of this Contract has
been duly authorized.
11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000
arising out of or relating to the negotiation, construction, performance, non-performance,
breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance
with the Commercial Rules of the American Arbitration Association at Los Angeles, California
and judgment upon the award rendered by the Arbitrators may be entered in any court having
jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of
any claim filed or required to be filed against the City and reserves the right to conduct full
discovery.
11.15 NOTICES. Any notice or demand to be given by one party to the other
must be given in writing and by personal delivery or prepaid first-class, registered or certified
mail, addressed as follows. Notice simply to the City of Vernon or any other City department is
not adequate notice.
13
If to the City:
City of Vernon
Attention: Abraham Alemu
Interim General Manager of Vernon Public Utilities
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Any such notice shall be deemed to have been given upon delivery, if personally
delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date
of posting, whichever is earlier. Either party may change the address at which it desires to
receive notice upon giving written notice of such request to the other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
terminate this Contract in whole or in part at any time, for any cause or without cause, upon
fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City
for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a
prorated amount based on the services satisfactorily completed and accepted prior to the
effective date of termination. Such payment shall be Contractor's exclusive remedy for
termination without cause.
11.18 DEFAULT. In the event either party materially defaults in its obligations
hereunder, the other party may declare a default and terminate this Contract by written notice to
the defaulting party. The notice shall specify the basis for the default. The Contract shall
14
terminate unless such default is cured before the effective date of termination stated in such
notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of
default by Contractor, the City reserves the right to procure the goods or services from other
sources and to hold the Contractor responsible for any excess costs occasioned to the City
thereby. Contractor shall not be held accountable for additional costs incurred due to delay or
default as a result of Force Majeure. Contractor must notify the City immediately upon knowing
that non-performance or delay will apply to this Contract as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is
not acceptable to the City or not received within 10 days of the necessary notification of Force
Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing
only for goods and services completed to that point.
11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the
terminating party of further liability or responsibility under this Contract, including the payment of
money, except for payment for services satisfactorily and timely performed prior to the service of
the notice of termination, and except for reimbursement of (1) any payments made by the City
for service not subsequently performed in a timely and satisfactory manner, and (2) costs
incurred by the City in obtaining substitute performance. If this Agreement is terminated as
provided herein, City may require, at no additional cost to City, that Contractor provide all
finished or unfinished documents, data, and other information of any kind prepared by
Contractor in connection with the performance of Services under this Agreement. Contractor
shall be required to provide such document and other information within fifteen (15) days of the
request.
11.19.1 Additional Services. In the event this Agreement is terminated in
whole or in part as provided herein, City may procure, upon such terms and in such manner as
it may determine appropriate, services similar to those terminated.
11.20 MAINTENANCE AND INSPECTION OF RECORDS.
The City, or its authorized auditors or representatives, shall have access
15
to and the right to audit and reproduce any of the Contractor's records to the extent the City
deems necessary to insure it is receiving all money to which it is entitled under the Contract
and/or is paying only the amounts to which Contractor is properly entitled under the Contract or
for other purposes relating to the Contract.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Contract.
The Contractor shall maintain all such records in the City of Vernon. If
not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or
reimburse the City for all reasonable and extra costs incurred in conducting the audit at a
location other than the City of Vernon, including, but not limited to, such additional (out of the
City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead.
11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no
member, officer, or employee of the Contractor is a director, officer, or employee of the City of
Vernon, or a member of any of its boards, commissions, or committees, except to the extent
permitted by law.
11.22 HEADINGS. Paragraphs and subparagraph headings contained in this
Agreement are included solely for convenience and are not intended to modify, explain or to be
a full or accurate description of the content thereof and shall not in any way affect the meaning
or interpretation of this Agreement.
11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor
constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five
dollars ($25) for each worker employed in the execution of this Agreement by the respective
Contractor or subcontractor for each calendar day during which the worker is required or
permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code
as a penalty paid to the City; provided, however, work performed by employees of contractors in
excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon
16
compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the
basic rate of pay.
11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply
with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in
Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the
City.
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor
certifies and represents that, during the performance of this Contract, it and any other parties
with whom it may subcontract shall adhere to equal employment opportunity practices to assure
that applicants, employees and recipients of service are treated equally and are not
discriminated against because of their race, religion, color, national origin, ancestry, disability,
sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that
it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal
Employment Opportunity Practices provisions as set forth in Exhibit “E”.
[Signatures Begin on Next Page].
17
IN WITNESS WHEREOF, the Parties have signed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
[CONTRACTOR’S NAME, a [State
incorporated in] corporation
By:
Name:
Title:
ATTEST:
Maria E. Ayala, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
Brian Byun, Senior Deputy City Attorney
18
EXHIBIT A
REQUEST FOR PROPOSALS
19
EXHIBIT B
PROPOSAL
20
EXHIBIT C
SCHEDULE
21
EXHIBIT D
LIVING WAGE PROVISIONS
Minimum Living Wages:
A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour
with health benefits, or $11.55 per hour without health benefits.
Paid and Unpaid Days Off:
Employers provide qualifying employees at least twelve compensated days off per year for sick
leave, vacation, or personal necessity, and an additional ten days a year of uncompensated
time for sick leave.
No Retaliation:
A prohibition on employer retaliation against employees complaining to the City with regard to
the employer’s compliance with the living wage ordinance. Employees may bring an action in
Superior Court against an employer for back pay, treble damages for willful violations, and
attorney’s fees, or to compel City officials to terminate the service contract of violating
employers.
22
EXHIBIT E
EQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONS
A. Contractor certifies and represents that, during the performance of this Agreement, the
contractor and each subcontractor shall adhere to equal opportunity employment practices
to assure that applicants and employees are treated equally and are not discriminated
against because of their race, religious creed, color, national origin, ancestry, handicap,
sex, or age. Contractor further certifies that it will not maintain any segregated facilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for
employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity
Employer" or that all qualified applicants will receive consideration for employment without
regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age.
C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the
performance of this Agreement, discriminated against applicants or employees because of
their membership in a protected class.
D. Contractor agrees to provide the City with access to, and, if requested to do so by City,
through its awarding authority, provide copies of all of its records pertaining or relating to its
employment practices, except to the extent such records or portions of such records are
confidential or privileged under state or federal law.
E. Nothing contained in this Agreement shall be construed in any manner as to require or
permit any act which is prohibited by law.
19
EXHIBIT B
PROPOSAL
RICHARD C. SLADE & ASSOCIATES LLC
CONSULTING GROUNDWATER GEOLOGISTS
14051 BURBANK BLVD., SUITE 300, SHERMAN OAKS, CALIFORNIA 91401
SOUTHERN CALIFORNIA: (818) 506-0418 • NORTHERN CALIFORNIA: (707) 963-3914
WWW.RCSLADE.COM
REQUESTS FOR PROPOSALS
RICHARD C. SLADE & ASSOCIATES LLC
CONSULTING GROUNDWATER GEOLOGISTS
In Response to Request for Proposals from the
CITY OF VERNON
For
ON-CALL
PROFESSIONAL HYDROGEOLOGICAL
SERVICES
July 16, 2019
RICHARD C. SLADE & ASSOCIATES LLC
CONSULTING GROUNDWATER GEOLOGISTS
14051 BURBANK BLVD., SUITE 300, SHERMAN OAKS, CALIFORNIA 91401
SOUTHERN CALIFORNIA: (818) 506-0418 • NORTHERN CALIFORNIA: (707) 963-3914
WWW.RCSLADE.COM
July 17, 2019
City of Vernon
Attention: Abraham Alemu, Interim General Manager
4305 Santa Fe Avenue
Vernon, CA 90058
Re: Request for Proposals to Provide Job No. 364-LASOC
Professional Hydrogeological Services to the
City of Vernon (City)
Dear Mr. Alemu;
Responding to City’s recent Request for Proposals (RFP), dated Richard C. Slade & Associates
LLC, Consulting Groundwater Geologists (RCS), is pleased to present this proposal and
statement of qualifications (SOQ) for on-call professional hydrogeological services to the City of
Vernon (City). These services would consist of providing City with assistance in regard to
various types of hydrogeological services on an as-needed basis by the City. RCS is a leading
groundwater resources firm in Southern California and is fully capable and desirous of providing
on-call services to City in our specific hydrogeologic areas of expertise. After review of the
RFP, it appears RCS is readily available to provide hydrogeologic consulting as described in
Section 3 of the RFP and for specific items in that section, as discussed herein.
Mr. Richard C. Slade has more than 50 years of groundwater experience in southern California.
In addition, since 1983 when he founded Richard C. Slade & Associates LLC in Studio City,
California, Mr. Slade serves as its President and Principal Groundwater Geologist. Currently the
company maintains a full-time professional staff of eight degreed geologists. Seven of these
professionals are fully licensed as Professional Geologists, and have experience in all elements
of: groundwater basin evaluations; groundwater resource development; water quality
evaluations; water well feasibility, siting and preliminary design; preparing Technical
Specifications and Line Item Bid Sheets for municipal-supply wells; monitoring of well
construction; conducting and analyzing aquifer (pumping) tests; groundwater monitoring;
subsurface drilling exploration and sampling; evaluating existing wells for their rehabilitation
potential; and field monitoring of well rehabilitation operations by various contractors.
Mr. Slade has been recognized by several legal court systems as an expert in hydrogeology.
Further, in December 2009, Mr. Slade was selected by the Superior Court of Los Angeles
County as the Watermaster for the Upper Los Angeles River Area (ULARA). As a result, he has
added another dimension to his expertise and has become familiar with additional regulatory
and political issues associated with such items as: groundwater basin management; the supply,
usage, water quality, and flow of groundwater; the need for recharging groundwater basins with
recycled water, etc.
We trust you will find that our experience, qualifications and personnel are fully capable of
meeting City’s requirements for the selection of a professional hydrogeologic consultant on an
as-needed basis for future projects involving our particular areas of expertise. Related
categories in the development of groundwater resources for which RCS has considerable
Request for Proposals to Provide
Professional Hydrogeological Services to the
City of Vernon
experience include: Feasibility Studies for new wells; Design Services (Technical Specifications
and Line Item Bid Sheets for new water wells and groundwater monitoring wells, and for well
rehabilitation); and Construction Management (field monitoring of the construction of new wells
and/or the rehabilitation of existing wells).
Particularly important to the City’s as-needed services is that the RCS firm have established a
long-term and proven record of experience on a wide variety of successful groundwater projects
directly for and within the City. Because of our local experience, we have amassed a significant
library and database involving driller’s logs, geologic logs, electric logs, water levels and water
quality for water wells, deep groundwater monitoring wells, and wildcat oil/gas wells throughout
the City’s sphere of influence. We also regularly utilize online data bases to supplement our
current library of records on wells, water levels and water quality.
As requested in the RFP, the terms of this “proposal” shall remain valid for a period of not less
than 90 days from the date of this submittal. For the RFP-listed projects, it is unlikely that RCS
will use any subconsultants or subcontractors on any of the projects, unless specifically
requested by the City. Also, attached to this proposal and following this cover letter is our
signed, “Affidavit of Non-Collusion by Contractor”
RCS and its groundwater geologists appreciate receiving your RFP and very much look forward
to the opportunity of working with City staff on future projects involving our expertise in
hydrogeology, groundwater resources, groundwater quality, and water wells. We trust you will
find that our local experience with the City, along with our hydrogeologic qualifications and
personnel are fully capable of meeting City’s needs for a consultant to provide vital on-call
hydrogeologic services on an as-needed basis by the City.
Should you have any questions regarding this submittal, please call our firm at 818.506.0418.
Respectfully submitted,
RICHARD C. SLADE & ASSOCIATES LLC
Richard C. Slade, President and
Principal Groundwater Geologist
AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
)
) ss
)
___::M:.::.::..:.r.-=R-=i..::.cch=a=r-=d-=C=.-=S=l=ad::..:e:...._ ____________________ , being first duly sworn deposes
a nd says that he/she is Sole Owner and Pre si dent
(In se rt ''Sol e Owner", "Partn er", "Pres id ent , "S ecretary", or other pr o per titl e)
of Richard C. Slade & Associates LLC , Consulting Gro undw ater Geologists
(In se rt name of bidder)
who submits herewith to the City of Vernon a bid/proposal;
That all statements of fact in such bid/proposal are true;
That such bid/proposal was not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization or corporation;
That such bi d/proposal is genuine and not collusive or sham ;
That said bidder has not, directly or indirectly by agreement, communication or conference with anyone
attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or
anyone else interested in the proposed contract; and further
That prior to the public opening and readin g of bids/proposals, sai d bidder:
a. Did not directly or indirectl y, induce or solicit anyone else to submit a false or s ham
bid/proposal ;
b . Did not directly or indirectly , collude , consp ire, connive or agree with anyone else that said
bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain
from bidding or withdraw his /her bid/proposal;
c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference
with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or
fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else;
d. Did not, directly or indirectly , submit his/her bid/proposal price or any breakdown thereof, or
the contents thereof, or divul ge informat ion or data relative thereto, to any corporation,
artnership, comp , association , organization , bid depository , or to any member or agent
thereof, or to an 'I!) ividual or group of individuals, except the City of Vernon , or to any person
or persons wh a've a partnership or other financial interest with said bidder in his/her business.
ve information is correct
March 2013
Request for Proposals to Provide
As-Needed Professional Hydrogeological Services to the
City of Vernon
TABLE OF CONTENTS
SECTION 1 – COMPANY BACKGROUND, QUALIFICATIONS & ORGANIZATION .............. 1-1
RCS Company Background ................................................................................................. 1-1
Other Pertinent Organizational Details ................................................................................. 1-2
Typical RCS Services for Municipal-Supply Water Wells .................................................... 1-3
Typical RCS Services for Groundwater Basin Studies ........................................................ 1-5
SECTION 2 – RCS PROPOSED SCOPE OF SERVICES ........................................................ 2-1
General Scope of Work ........................................................................................................ 2-1
Project Deliverables ............................................................................................................. 2-2
Budgeting and Cost Control Methodology ........................................................................... 2-2
SECTION 3 – KEY RCS PERSONNEL/PROJECT TEAM ........................................................ 3-1
SECTION 4 – COMPANY EXPERIENCE .................................................................................. 4-1
SECTION 5 – SCHEDULE OF CHARGES/RATE SHEET ........................................................ 5-1
Request for Proposals to Provide
As-Needed Professional Hydrogeological Services to the
City of Vernon
1-1
SECTION 1
COMPANY BACKGROUND, QUALIFICATIONS & ORGANIZATION
RCS COMPANY BACKGROUND
Mr. Richard C. Slade has over 50 years of hydrogeologic experience in California, the last 36 of
which have been as Owner, President and Principal Groundwater Geologist of Richard C. Slade
& Associates LLC (RCS), Consulting Groundwater Geologists. Mr. Slade maintains licenses as
a Registered Geologist and Certified Engineering Geologist in California. The RCS firm has
eight full-time professional employees, including:
Two project-level senior hydrogeologists, Mr. Earl LaPensee and Mr. Anthony Hicke.
Both are Professional Geologists and Certified Hydrogeologists in California. Mr.
LaPensee has been with RCS since 1989, whereas Mr. Hicke has been with RCS
since 2001.
Five staff/field-level geologists (Messrs. Chris Wick, Joe Amar, Sean Fulcher, Geza
Demeter, and Edward Linden) to provide as-needed field and office support services
on groundwater projects. These five men are also degreed geologists; Mr. Wick and
Mr. Amar have been with RCS for approximately 10 years and 5 years, respectively,
while Mr. Fulcher and Mr. Demeter started with the firm in 2017. Mr. Linden, who
has a few years of groundwater experience, started working with RCS in 2019.
Messrs. Wick, Amar, Fulcher, and Demeter are also licensed Professional
Geologists.
RCS’ specific areas of hydrogeologic expertise and services include:
evaluating downwell conditions in existing water wells;
reviewing video log surveys and other available data (such as historic water level
and pumping data) for existing wells;
providing evaluations, cost estimates, Technical Specifications, and field monitoring
services for the rehabilitation or destruction of existing wells;
preparing protocol for rehabilitation of existing wells;
conducting field monitoring during well rehabilitation;
groundwater resource development via siting, specifying, and designing of new
water wells for both municipal-supply and agricultural-supply;
conducting detailed correlations of geophysical electric logs, as available from water
wells, groundwater monitoring wells and oil wells, in order to help define the
thickness, depth, and continuity of key potential aquifers in the subsurface;
preparing Technical Specifications and detailed line item bid sheets for the
preliminary design and cost analysis of new wells and monitoring wells;
providing detailed geologic logs of drill cuttings generated during pilot hole drilling for
new water wells and groundwater monitoring wells;
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
1-2
providing experienced geologists to field monitor the drilling, final design,
construction and testing of new water wells and groundwater monitoring wells;
assessing groundwater quality;
groundwater basin management and water well feasibility studies;
conducting pumping tests and providing technical analyses of pumping test data
evaluating groundwater contamination
providing independent reviews of technical reports prepared by others; and
providing expert witness services in hydrogeology.
The following flow chart shows the current organization of the company with regard to its
professional and field staff:
OTHER PERTINENT ORGANIZATION DETAILS
The overall manager will be Mr. Richard Slade, who will be the main point of contact for the firm.
However, Mr. LaPensee and Mr. Hicke will also serve in their roles as additional project
mangers for any City project. At times, Mr. Wick and Mr. Amar may also be deployed during
certain tasks to provide additional day-to-day project support for your as-needed City projects.
Because of the size of the company, any RCS staff assigned to any City project, will not be
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
1-3
substituted with other staff on a project. Once a Contract has been executed by the City, then
RCS will inform the City in advance, should any RCS Staff need to be changed for any City
project. All RCS employees are based out of our local Sherman Oaks office within the southern
portion of the San Fernando Valley.
The resumes of the key staff are provided in the Appendix and describe their respective
qualifications, experience level, and work history with RCS, as well as with other prior firms.
Currently, the workload of each individual is generally moderate to busy, but City can certainly
be accomodated whenever a project is granted to RCS by City. It should be noted that the RCS
employees act as a team and there may be more than one individual sharing the workload to
bring a project to completion. Any of the key staff members may be located by telephoning the
Sherman Oaks office at 818.506.0418. E-mail addresses for the key staff members are
provided at the top of each resume.
Our attached documents also specifically identify our prior groundwater projects directly for and
within the City.
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
1-4
TYPICAL RCS HYDROGEOLOGIC SERVICES FOR MUNICIPAL-SUPPLY WATER WELLS
The firm of Richard C. Slade and Associates LLC, Consulting Groundwater Geologists, has
been retained by a large number of water agencies, cities, water districts and private water
companies to develop their local groundwater resources; a number of these clients lie within the
Central and West Coast basins. The types of services provided to these agencies have
depended on the needs of the client but have tended to include such tasks as:
New Wells
Hydrogeologic Evaluation and Well Siting
Research of published geologic maps and reports;
Evaluate site geology and watershed conditions;
Evaluate surface and subsurface geologic conditions;
Identify groundwater flow directions;
Perform site reconnaissance visits;
Review driller’s logs and casing records;
Evaluate and correlate electric logs from well to well;
Monitor water levels in wells;
Assess potential water quality problems;
Monitor field water quality parameters in existing wells;
Conduct pumping (aquifer) tests in wells;
Evaluate potential water level drawdown interference between pumping wells;
Review down-hole videos of wells;
Evaluate water quality in onsite and offsite wells;
Locate nearby offsite wells;
Determine feasibility of siting and constructing new water wells;
Determine the feasibility of rehabilitating or destroying existing wells;
Prepare preliminary design reports with conclusions and recommendations
regarding feasibility of developing local groundwater supplies.
Prepare for and make verbal or written presentations to City Councils, County
Planning Commissions and/or Boards of Supervisors
Prepare Technical Specifications
identify the location and depth for new onsite wells;
assess site logistics for well construction;
determine drilling methodology;
evaluate conditions for discharge of fluids under NPDES permit regulations;
prepare detailed technical specifications and line item estimates of the
probable cost for drilling and constructing new wells;
assist in bidding process.
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
1-5
Field Monitoring Services
geologically log drill cuttings from pilot hole;
evaluate the electric log of the pilot hole;
select depth zones and monitor aquifer zone isolation testing for water quality
in selected aquifers
provide final recommendations for placement of all well casing, perforations,
gravel pack and cement seals;
monitor installation of the recommended casing, gravel pack, and cement
seal;
monitor well development by mechanical and pumping methods;
conduct pumping (aquifer) tests;
monitor water levels and utilize water level pressure transducers;
identify sampling/laboratory protocol for groundwater sampling;
monitor spinner log survey and depth discrete-sampling
determine water quality parameters to test for in the laboratory;
recommend pumping rate & depth setting for permanent pump;
provide a final report to document well construction & testing activities.
Existing Wells
Well Evaluation for Rehabilitation/Destruction
review driller’s logs and previous well rehabilitation;
review and analysis of water level, water quality and operational pumping
data;
view and assess downwell conditions via video surveys;
perform site visit to assess onsite conditions for well rehabilitation/destruction
equipment
identify down-hole well problems and develop guidelines for rehabilitating
existing wells;
prepare recommendations for well rehabilitation/destruction.
Technical Specifications/Guidelines
determine preliminary well rehabilitation/destruction tasks and options;
evaluate conditions for discharge of fluids under NPDES permit regulations;
prepare detailed technical specifications and line item estimates of the
probable cost for rehabilitation/destruction of wells;
assist in the bidding process.
Field Monitoring Services
monitor/observe removal of pump;
perform sampling of scale/biofilm on pump column and casing and submit to
laboratory for scale identifications and speciation of biological growth;
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
1-6
observe downwell video surveys and evaluate;
recommend changes to preliminary well rehabilitation/destruction tasks
based on video survey findings;
observe contractor operations during well rehabilitation/destruction;
prepare summary reports documenting well rehabilitation/destruction work on
wells.
Request for Proposals to Provide
As-Needed Professional Hydrogeological Services to the
City of Vernon
2-1
SECTION 2
RCS PROPOSED GENERAL SCOPE OF SERVICES
GENERAL SCOPE OF WORK
It is understood that the City is seeking hydrogeological services as described in Section 3 of
the RFP. The hydrogeological services that RCS can provide the City consist of the following:
1. Groundwater Studies and Models
Hydrogeological Assessments and Analyses
2. Water Supply Wells
Well Siting and specifications
Well operation modeling and scenario development
Design
Rehabilitation
Assessment
Construction/Project Inspection
Well development
3. Groundwater Consulting
Conjunctive use, storage, and recovery
Groundwater management programs
Water quality
Source Water Assessments
4. Groundwater Sustainability and Sustainable Groundwater Management Act
(SGMA) Compliance
Groundwater sustainability Plans (GSP)
SGMA Compliance
Hydrogeological assessments and investigations
Drinking Water Source Assessment and Protection (DWSAP) Program
Reports
Sustainable yield/perennial yield
It is also understood by RCS, as described in the City’s RFP, that the City’s usage of on-call
hydrogeological services is on an as-needed basis, such that if the demand is not there, then the
services will not be requested. Also, it is further understood, as noted in the RFP, that for each
on-call service request, the Consultant and the City shall agree upon the specific scope of work
and cost for that service request and that the City has the right to retain other consulting firms
at its sole discretion when the City believes there will be an economic or other significant
advantage for doing so. Services for each City request shall be provided on a negotiated fee
basis, per work order. No minimum amount of the work is guaranteed under the Agreement.
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
2-2
Compensation will be based on time and materials with a not-to-exceed limit agreed upon by both
the Consultant and City before work begins.
PROJECT DELIVERABLES
The deliverables on each project will vary and is dependent upon the needs of the City at the
time. Generally, such deliverables could consist of the following:
o Technical Memoranda. Usually provided for well and hydrogeologic evaluations that
are limited in scope and/or budget.
o Preliminary Design Reports. Generally provided for water-supply wells, when a
greater amount of detail is needed in an evaluation of hydrogeologic conditions,
providing detailed analysis of hydrogeologic data and establishing the drilling,
testing, pre-design, and development parameters for a well.
o Technical Specifications. These are the actual construction documents that RCS will
provide to the City for bidding purposes. These documents are necessary and
essential for the City to obtain competitive bids on a project and offer construction
protection for the City. Such documents are prepared by RCS for both well
construction, rehabilitation and destruction of wells.
o Summary Reports. Summary of Operations Reports are typically prepared by RCS
for the express purpose of documenting and summarizing Contractor, City and
Consultant activities during the construction, rehabilitation and/or destruction of a
well or wells. These provide a permanent record to the City of the work conducted.
o Groundwater Basin Reports. Such reports are comprehensive and provide all the
data, interpretations and conclusions with specific regard to hydrogeological
evaluations of a groundwater basin. It is envisioned that the City will likely not need
such a document, as they encompass areas extending beyond City boundaries.
Each of the above reports will be provided by RCS to the City in Adobe Portable Document
Format (PDF). RCS will also provide paper copies of these documents to the City in
amounts specified to be in each proposal.
BUDGETING AND COST CONTROL METHODOLOGY
RCS will provide the City will reasonable and realistic budgets for each project proposed upon,
as requested by the City. If RCS is then selected as the successful consultant for any projects
regarding hydrogeological evaluations, assessments and preparation of construction
documents, RCS generally provides the City with a not-to-exceed fee, unless City staff requests
additional out-of-scope work on such projects.
However, for those projects involving monitoring of Contractor activities associated with the
construction, rehabilitation and destruction of water-supply wells, such activities are outside the
direct control of both RCS and/or the City and hence, there may be times where extra funds are
expended that were not foreseen in the original budget prepared for the City prior to work.
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
2-3
Examples of this may be unusually slow drilling, drill or pump rig breakdowns, slow operations
during actual construction, rehabilitation and/or destruction operations, delays in mobilizing to
the site by the contractor, etc. In those circumstances, RCS will notify the City of the potential of
any changes in its scope of services, resulting in increases in its personnel costs, and will
provide additional costs to the City on the project or negotiate with the City to change its scope
of services, if feasible, to help defray any increase in costs.
Request for Proposals to Provide
As-Needed Professional Hydrogeological Services to the
City of Vernon
3-1
SECTION 3
RCS KEY STAFF/PROJECT TEAM
The following provides a synopsis of the key professional staff for Richard C. Slade &
Associates:
Richard C Slade
PG, CEG
Earl F. LaPensee
PG, CHG
Anthony Hicke
PG, CHG
Request for Proposals to Provide
As-Needed Professional Hydrogeological Services to the
City of Vernon
4-1
SECTION 4
COMPANY EXPERIENCE & RECORD OF PAST PERFORMANCE
RCS has already provided hydrogeological services to the City on other, past projects since
2008 and is continuing to provide such services to the City. As such, City staff is aware of our
past performance and ability to conduct hydrogeological services. Nonetheless we herein
provide details on the City projects, as well as other projects performed for other cities, and
contact information are provided on separate sheets for each of these projects, in the Appendix.
KEY PERSONNEL PARTICIPATION IN SIMILAR PROJECTS
NAMES
OF
KEY
PERSONNEL
SIMILAR PROJECTS
1 2 3 4 5 6
Richard C.
Slade Principal Project Manager
Earl
LaPensee
Project
Manager
Project
Manager
Project
Manager
Project
Manager Project
Manager
Anthony
Hicke Project
Manager
NO. DESCRIPTION OF SIMILAR PROJECTS
1
City of Vernon: RCS has provided hydrogeologic services to the City since
2007. These services generally consisted of initial well siting and design for
proposed (at that time) Well No. 21; evaluations of selected City wells,
rehabilitation and testing of a few existing City wells, including Smurfit Well
No. 9 (which was later renamed to Well No. 21). RCS has also provided
services for the preliminary and final design of proposed City Well Nos. 22
and 23.
2
Santa Clarita Valley Water Agency: Starting in 1987, RCS has provided
continuous hydrogeological services to this agency and all its subdivision
water purveyors with specific regard to groundwater basin analysis, perennial
yield studies, siting, construction, rehabilitation and destruction of shallow
alluvial and deep aquifer system water-supply wells (both potable and
agricultural use), and groundwater contamination studies. Currently, we are
assisting the agency with the hydrogeologic portion of the sustainable
groundwater management act (SGMA) program compliance.
Request for Proposals to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
4-2
3
City of South Gate: Since 2002 RCS has assisted the City in the preliminary
design, bidding and construction of two City wells, Nos. 28 and 29. The most
recent well construction was Well No. 29 completed in 2016. Currently RCS
is assisting the City with Well No. 30, which is currently in its initial feasibility,
siting and design stages.
4
City of Santa Fe Springs: Since 2005 RCS has performed a hydrogeologic
evaluation of the area and the siting and preliminary design of several well
sites. Currently RCS is involved with the packer testing, including time series
sampling, of an existing well to characterize the downwell flow regime and
groundwater conditions in the well. The purpose of the testing is to determine
if any of the perforated sections in the well can be isolated to produce
groundwater without needing to treat specific constituents of concern (such
as colored water).
5
City of Beverly Hills Well Siting, Design & Construction Projects: Since
2007, RCS services for this City have involved characterizing the
groundwater basin, evaluating sources of groundwater supplies for the City,
siting and construction monitoring of potable water supply wells throughout
the City. Currently, RCS is performing a potable water-supply well design
and construction project in the La Brea subarea in an unadjudicated northern
portion of the Central Basin Groundwater Basin. Our prior/ongoing work
involves the siting of new wells, preparing Preliminary Design reports and
Technical Specifications, and technical oversight activities during the
construction of new wells in the subarea.
6
City of Santa Monica Well Siting, Design and Construction Projects: In 2011,
RCS commenced the development of a conceptual groundwater model for
the Santa Monica Groundwater Basin, the siting of potable water-supply wells
and completing the design and construction of two new water-supply wells
and the destruction of an older existing well. Currently, RCS is still assisting
the City with on-call services, which at this time, involves the design and
eventual construction of two new additional wells, the rehabilitation of another
well, and the destruction of one additional existing well.
NOTE: See Appendix for individual information sheets providing the details and contact information on
the above projects.
Statement of Qualifications to Provide
As-Needed Professional Hydrogeologic Consulting Services to the
City of Vernon
5-1
SECTION 5
FEES & COSTS
RCS is unable to provide exact costs for the outlined RFP Scope of Services, because of many
unknown related to the extent, duration and capacity of the different work tasks. However, such
costs would be provided to the City for each project when specific work tasks have been
identified. Nonetheless, RCS is providing its current Fee Schedule under separate cover, as
directed by the City under Section 5, Item G on page 7 of the RFP. Note that our current
Schedule of Charges is dated November 2018 and is subject to change once in November of
each year.
APPENDIX
KEY STAFF RESUMES
Education
University of California, Los
Angeles, B.A., Geology,
January 1966
University of Southern
California, M.S., Engineering
Geology, 1974
Registrations/Certifications
Professional Geologist, State
of California
Certified Engineering
Geologist
State of California
Registered Geologist, State of
Idaho
Professional Hydrogeologist,
American Institute of
Hydrology (Charter Member)
HIGHLIGHTS
RICHARD C. SLADE, PRESIDENT &
PRINCIPAL GROUNDWATER GEOLOGIST
PROFESSIONAL EXPERIENCE
Major fields of hydrogeologic emphasis for Mr. Slade
include groundwater resource development (basin-wide
studies, and water well design and construction), and
aquifer analysis. Principal projects have involved,
evaluations of entire groundwater basins, aquifer test
analyses, assessment of water quality problems and
groundwater degradation, design of water wells for
municipal supply, well rehabilitation assessments,
monitoring of all phases of water well construction,
locating and designing groundwater monitoring
networks, and providing expert witness testimony for
groundwater litigation. Considerable work has also
been performed for numerous vineyards and wineries in
both the Central Coast and Northern California regions;
types of work have included feasibility studies for
determining final locations for new wells, designing new
wells, monitoring of the construction of new wells,
working with drilling contractors, evaluating down-hole
problems (such as sanding) in existing wells, and
developing protocol for water well rehabilitation.
Hydrogeologic studies have also involved evaluation of
hazardous wastes such as acid mine drainage, leachate
from sanitary landfills, and groundwater degradation
resulting from leaking underground storage tanks
containing various chemicals and organic compounds. Numerous groundwater studies and
monitoring projects have involved volatile organics (TCE, PCE, etc.) and subsurface gasoline
spills. Hydrogeologic assessments and definition of appropriate mitigation measures for
environmental impact analyses have been provided also. Important to Mr. Slade's broad
background is the experience gained while being a participant with other geologists on
international geologic study tours to Europe, Iceland and Scandinavia, the former Soviet Union,
South America, the People's Republic of China, Africa, New Zealand and Australia. Local
groundwater and surface water features, large faults and landslides, mines, and oilfields were
visited in these countries.
In December 2008, based on the recommendation of the Administrative Committee (the water
managers for the cities of Burbank, Glendale, Los Angeles and San Fernando, and the
Crescenta Valley Water City), the Superior Court of Los Angeles County selected Mr. Slade as
the new Watermaster for the entire Upper Los Angeles River Area (ULARA). Mr. Slade
represents only the third Watermaster of ULARA since the date of the original adjudication of
the region in January 1979.
EXPERIENCE HISTORY
RICHARD C. SLADE & ASSOCIATES LLC, CONSULTING GROUNDWATER GEOLOGISTS.
Independent consulting practice established in 1983 to provide technical, professional, and
direct personal services to the groundwater industry. Hydrogeologic projects have included
groundwater resource development; locating and designing water wells; assessing potential
degradation resulting from hazardous waste sites and sanitary landfills; conducting water level
and water quality monitoring from monitoring networks; defining aquifer characteristics from
long-term aquifer tests in active wells; observation and monitoring of water well construction;
providing expert witness testimony for a variety of groundwater cases; and providing
hydrogeologic elements and mitigation measures for environmental assessments.
GEOTECHNICAL CONSULTANTS, INC., 1970-1983. Joined the firm in 1970 as an
engineering geologist and hydrogeologist. Advanced to Associate in 1975. Participated in and
supervised geotechnical and hydrogeologic projects of various complexities, from the feasibility
level through final design. His investigation and reports have analyzed faults and seismicity,
earth materials, and groundwater problems for such facilities as dams, reservoirs, treatment
plants, tunnels, industrial and residential buildings, sanitary landfills and groundwater basins.
Major experience has involved field mapping, logging of bore holes, monitoring of groundwater
observation holes, data analyses, and report writing.
Since 1972, Mr. Slade was the responsible hydrogeologist for several major groundwater basin
projects including locating and designing of new wells and well redevelopments, calculations of
groundwater in storage, determination of aquifer parameters, and evaluation of dewatering
criteria. Several studies utilized emplacement of deep exploratory drill holes, analyses of
geologic and geophysical data, and monitoring and analyses of groundwater levels, quality and
pollution, and assessment of leachate and gases at existing landfills.
In addition, he conducted and supervised groundwater pollution studies and evaluation of
several active and proposed sanitary landfill sites; he has supervised geologic and
hydrogeologic studies for the evaluation and abatement of acid mine drainage from a large,
inactive sulfur mine; and he has participated in assessing groundwater, geologic, and
geotechnical parameters which affect sewer infiltration and inflow.
METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA, Los Angeles, 1967-1970.
Performed hydrologic and hydrogeologic studies along pipeline and tunnel routes for State
Water Project, conducted field mapping and exploration along tunnel routes, conducted and
supervised aquifer tests for calculations of dewatering parameters for tunnel routes and dam
sites. Served as Resident Geologist in charge of tunnel mapping and tunnel conditions for the
Newhall and Castaic tunnels, excavated by tunnel boring machines.
Education
University of California, Los
Angeles, B.S., Geology, 1983
University of California,
Riverside, M.S., Geological
Sciences, 1986, Trace-
element geochemistry
specialty
Registrations/Certifications
Certified Hydrogeologist and
Professional Geologist, State
of California,
California Community College
Instructor, June 1986
HIGHLIGHTS
EARL F. LAPENSEE, SENIOR GROUNDWATER GEOLOGIST
PROFESSIONAL EXPERIENCE
Mr. LaPensee has been a Groundwater
Geologist/Hydrogeologist with the firm since 1989. Major
projects while with the firm have included the
hydrogeologic assessment and analysis of groundwater
basins in southern and northern California and the
exploration for and development of groundwater in those
basins. Mr. LaPensee’s current focus has been on
projects involving the development of groundwater in
southern California groundwater basins encompassing
the siting, design and technical oversight of construction
for municipal- and irrigation-supply water wells. In
addition, Mr. LaPensee has also provided technical
oversight in the siting, design and testing of aquifer
storage and recovery (ASR) wells and groundwater
monitoring wells for hazardous waste sites.
To perform an analysis of groundwater basins and
hazardous waste sites, Mr. LaPensee uses several data
elements in the evaluation process such as:
Geology and hydrogeology.
Water-level and water-quality data.
Driller’s logs of wells.
Surface geophysical surveys (when deemed appropriate).
Downhole geophysical surveys (electric logs) and electric log correlation of aquifer
systems.
Downhole flowmeter (spinner) surveys.
These elements are synthesized in groundwater projects to aid in the selection of suitable well
sites and test drilling methods; determine depths of well drilling; outline types of testing to be
performed in test hole drilling; select suitable types of well casing and other well construction
materials; outline appropriate mechanical, chemical, and pumping development methods; define
aquifer testing protocol; formulate groundwater sampling methods using accepted protocol for
such contaminants as hydrocarbons, metals, and volatile organic compounds (VOCs), and;
estimate key aquifer parameters and production capabilities based on the resulting drilling and
testing data
EXPERIENCE HISTORY
RICHARD C. SLADE & ASSOCIATES LLC, CONSULTING GROUNDWATER GEOLOGISTS,
August 1989 to present. Employment position is of Senior Groundwater Geologist with major
responsibilities as a project manager directed towards groundwater evaluation, exploration, and
development projects. The areas of responsibilities in these projects encompass: preparation of
proposals and cost estimates for various types of hydrogeologic projects; preparation of
technical specifications for new well projects and well rehabilitation; providing technical and
administrative oversight of well drilling and rehabilitation, construction, development, and testing
activities on well projects, and; the preparation and completion of final project reports.
APPLIED GEOSYSTEMS, 1988 to 1989, Project Geologist. Responsibilities encompassed the
overview and management of commercial hazardous waste site investigations, including the
installation of vadose-zone and groundwater monitoring wells, aquifer testing, and computer
manipulation and modeling of aquifer test data.
ECOLOGY AND ENVIRONMENT, 1987 to 1988. Associate Geologist. Responsibilities
encompassed the assessment and investigation of Federal and California Superfund sites (soil
and groundwater), including the installation of groundwater monitoring wells, aquifer testing,
geophysical surveying (utilizing ground penetrating radar, electro-magnetic, and resistivity
methods), and computer modeling of geophysical data.
McKESSON ENVIRONMENTAL SERVICES, 1986 to 1987. Staff Hydrogeologist.
Responsibilities encompassed site assessment and investigation (soil and groundwater) of
commercial and industrial hazardous waste sites. This included the installation of vadose-zone
and groundwater monitoring wells, aquifer testing, and computer processing of geophysical
data.
Education
University of California, Los
Angeles. B.S., Geology
(Engineering Geology), 2000
Registration/Certification
Certified Hydrogeologist and
Professional Geologist, State
of California, 2006,
HIGHLIGHTS
ANTHONY HICKE, SENIOR GROUNDWATER GEOLOGIST
PROFESSIONAL EXPERIENCE
Major areas of groundwater work for Mr. Hicke while an
employee at Richard C. Slade & Associates, LLC,
include project management for numerous groundwater
development projects, including well construction
projects, groundwater basin evaluations, creation of
hydrogeologic conceptual models, and aquifer testing
studies throughout California. In addition, Mr. Hicke
serves as the lead geologist during the creation,
management and utilization of large electronic
databases of subsurface geologic data for use in
preparing Hydrogeologic Evaluations of California
Groundwater basins, and calculation of estimates of
underflow and groundwater in storage for those basins.
Mr. Hicke is also project manager overseeing
preparation of groundwater availability studies for various agricultural clients, as well as the
preparation of technical documents intended to support the creation of Environmental Impact
Reports (EIRs). Mr. Hicke has many years' experience using the MapInfo GIS software package
to create maps from these data sets, for use in the Hydrogeologic Evaluations. Mr. Hicke also
provides technical and administrative oversight during well construction and aquifer testing
projects. Since Mr. Richard Slade’s appointment as the Upper Los Angeles River Area
Watermaster in December 2008, Mr. Hicke has performed the duties of the Assistant ULARA
Watermaster. Mr. Hicke helps to collect and analyze data for the various annual reports and
review documents prepared by the Watermaster.
EXPERIENCE HISTORY
RICHARD C. SLADE & ASSOCIATES LLC, CONSULTING GROUNDWATER GEOLOGISTS.
October 2001 to present. Duties include: project management and technical analysis for the
creation of a hydrogeologic conceptual model for a southern California coastal groundwater
basin; estimation and calculation of various hydrogeologic aspects of groundwater basins to
support the creation of groundwater budgets, including groundwater in storage, and
inflow/outflow of groundwater; management during multi-well design and construction projects in
the Central Valley and High Desert areas of California; field monitoring of all elements of the
drilling and construction of municipal-supply and irrigation-supply water wells; providing
technical and administrative oversight of well drilling, construction, development, and testing
activities on production well and monitoring well projects; geologic logging of numerous
boreholes in the High Desert areas of southern California, including the pilot boreholes for both
production and monitoring wells; field monitoring of water quality and water level data during
construction and testing of new water wells; planning and administration of long term aquifer
tests, including the utilization of pressure transducers in a variety of hydrogeologic settings;
preparation of hydrogeologic feasibility reports for sites throughout California; computer
analyses of data and considerable computer work on map and data presentation using a
Geographic Information System (GIS). Other significant responsibilities include: collection and
analyses of basic groundwater data; computerized analyses of data; computerized mapping and
graphics work; and troubleshooting problems with computers and/or with field water level/water
quality monitoring equipment.
RALPH STONE AND COMPANY, INC., April 2000 to October 2001. Employment position was
as a Staff Geologist with responsibilities that included organization of site investigations,
geologic logging of boreholes, data collection, preparing maps and cross sections, and lab
testing of soil. Prior work includes numerous seismic hazard (seismically induced landslide and
liquefaction) analyses for homes in the Santa Monica Mountains, as well as the cities of Los
Angeles, Beverly Hills, Culver City, Malibu, and Santa Monica.
PROJECT DESCRIPTIONS
WATER-SUPPLY WELL EVALUATIONS, TESTING AND DESIGNS
CITY OF VERNON, LOS ANGELES COUNTY, CA
2007 TO PRESENT
RCS has provided hydrogeological services to the City with
regard to well designs and evaluations, testing of existing wells
and preparation of bidding documents for the construction of new
wells.
In 2007, RCS conducted evaluation and design services for then
City Well No. 21. However, this well was not constructed and
instead the City decided to evaluate and test Smurfit Well Nos. 9
and 10. Downhole flow profiling and depth specific sampling was
performed in each well and it was found that Smurfit Well No. 9
would serve as a candidate for the City to acquire that well.
Subsequent packer testing of the well revealed that the well could
serve as a potable water supply with a permanent packer installed
at a depth that would isolate the upper perforation intervals. The
City acquired the well and later renamed it Well No. 21.
In addition, RCS has performed additional evaluations and
assisted in the limited rehabilitation for existing City Wells, namely
Well Nos. 5, 11 and 17. Currently, RCS is assisting the City in the
final design of proposed Well Nos. 22 and 23, which are
scheduled to be constructed at some future date.
Key Project Work
Developed preliminary and
final designs for Well No. 21.
Performed downwell flow
profiling and depth specific
sampling of existing Smurfit
Well Nos. 9 & 10.
Conducted packer testing of
Smurfit Well No. 9. This well
later renamed Well No. 21
Prepared a Preliminary
Design Report and Technical
Specifications for Well Nos.
22 and 23.
Project Manager: Richard Slade
Key Staff: Earl LaPensee
Reference:
Joanna Moreno
City Engineer
City of Vernon
(323) 583‐8811
jmoreno@ci.vernon.ca.us
VARIOUS & CONTINUING HYDROGEOLOGICAL SERVICES
SANTA CLARITA VALLEY WATER AGENCY (SCVWA)
LOS ANGELES COUNTY, CA
1987 TO PRESENT
Starting in 1987, RCS commenced hydrogeological services with
a complete evaluation of the hydrogeology and groundwater
resources of the entire Santa Clara River Valley Groundwater
Basin, including an initial perennial yield study. This work
culminated in an extensive document describing in detail the
hydrogeologic conditions of the basin.
This original work involved providing a detailed conceptual model
of subsurface hydrogeologic conditions in the groundwater basin,
and extensively documented the: locations of known water wells;
definition of groundwater flow directions and current water quality;
identifying the base of fresh water; calculating groundwater in
storage; defining aquifer parameters; evaluating water levels vs
trends in historic rainfall; and preparing several cross sections
using detailed correlations of E-logs from several water wells and
numerous oil wells. A perennial yield study (now termed
sustainable yield) was also performed to determine the future
availability of groundwater supplies for the City.
Following the initial hydrogeologic characterization of the
groundwater basins, RCS performed numerous well siting,
construction, destruction and rehabilitation project within the
Santa Clarita Valley. In addition, our ongoing services to SCVWA
consist of providing support to the agency with regard to the
California Statewide Groundwater Elevation Monitoring
(GASGEM) system. Further, we are also engaged with tasks
related to Sustainable Groundwater Management Act (SGMA)
support, in conjunction with other firms, as part of a team effort.
Currently, RCS is in the initial design stages of two deep (3,000-
foot) water supply wells, in which are services will consist of a
preliminary design report, preparation of technical specifications
and monitoring the drilling and construction of these two wells.
Anticipated date of completion for the project is in 2020.
Key Project Work
Developed initial conceptual
model of the entire
groundwater basin, through
available E‐logs of both
water wells and oil wells.
Conducted the first
perennial yield study of the
groundwater basin.
Selected sites for future
wells
Prepared Technical
Specifications for a new
wells, and
rehabilitation/destruction of
existing wells.
Monitored the construction,
rehabilitation and
destruction of wells.
Project Manager: Richard Slade
Key Staff: Earl LaPensee,
Anthony Hicke
Reference:
Steve Cole
Assistant General Manager
Santa Clarita Valley Water
Agency
(661) 259‐2737
scole@scvwa.org
WELL FEASIBILITY, SITING & CONSTRUCTIONS
CITY OF SOUTH GATE, LOS ANGELES COUNTY, CA
2002 TO PRESENT
Since 2002, RCS has assisted the City in the siting,
preliminary design and construction of two City Wells, Nos.
28 and 29. In each of these projects, RCS reviewed
available and analyzed historic data on hydrogeologic
conditions, well construction, water levels and groundwater
quality in an evaluation of each of the two well sites for a
municipal-supply water well. Currently, RCS is assisting the
City is the feasibility, siting and preliminary design of
proposed Well No. 30.
RCS prepared preliminary design reports and assisted the
City in the preparation of Technical Specifications and
bidding documents.
Each of the two completed wells were constructed to depths
of 1,100 ft capable of pumping rates of 2,500 gpm. Key to
the siting of these wells was their proximity to hazardous
waste sites and the need for deep cement seals during
construction to mitigate/exclude potential contaminants from
entering the wells. Resulting analysis of the final wellblend
groundwater samples from each of the two constructed wells
revealed that no contaminants of concern were detected,
and the water could be served for potable purposes without
treatment.
Key Project Work
Evaluated water levels and
groundwater flow directions,
and water quality in the area
of the sites.
Sites generally located
proximal to hazardous waste
sites.
Provided preliminary well
design recommendations, and
assisted City in bidding
process.
Need for deep cement seals to
mitigate pollutants from
entering the well was
established in the preliminary
design stages.
No deleterious substances
detected in final wellblend
samples.
Project Manager: Richard C. Slade
Key Staff: Earl LaPensee, Chris
Wick.
Reference:
Ana Ananda
City Engineer
City of South Gate
323‐357‐9657
aananda@sogate.org
WELL FEASIBILITY & SITING STUDY
CITY OF SANTA FE SPRINGS, LOS ANGELES COUNTY, CA
2016 TO PRESENT
The City of Santa Fe Springs lies with the Central
Groundwater Basin. In 2016, the City was seeking to
expand its production capabilities with the siting and design
of a new municipal-supply water well. A total of three City-
selected well sites were evaluated to determine their
hydrogeologic feasibility for this new well.
RCS reviewed available and analyzed historic data on
hydrogeologic conditions, well construction, water levels and
groundwater quality in an evaluation of each of the three
sites feasibility to support a municipal-supply water well.
Key to this study was the potential impact of a nearby major
contaminant plume on a new well. Capture zone modeling
was used to determine if pumping at target design rates at
any of the sites would have any impact on this contaminant
plume. Preliminary locations and drilling depths for new City
wells were also identified. Based on the recommendations
of RCS, the City selected a potential well site that was
shown, by capture zone analysis, to have the least potential
impact on the contaminant plume, during future pumping of
the well.
On-going work includes downwell
profiling and packer testing of an
existing City well to determine the
zones from which water of non-
potable quality is entering the
well.
Key Project Work
Evaluated water levels and
groundwater flow directions,
and water quality in the area
of the sites.
Performed capture zone
modeling/analysis at each site
at the targeted pre‐design
pumping rates.
Recommended a site which
exhibited the least impact on
a nearby contaminant plume.
Provided preliminary drilling
depths and well design
recommendations.
Project Manager: Richard C. Slade
Key Staff: Earl LaPensee, Chris
Wick.
Reference
Al Fuentes
Program Manager
City of Santa Fe Springs
(562) 868‐0511
alfuentes@santafesprings.org
Key Project Work
Reviewed City’s and RCS’s in‐house
databases of driller’s logs in the
Hollywood Basin and in north part of
the Central Groundwater Basin.
Provided detailed and independent
geologic analyses and correlation of
available E‐logs of water wells, City‐
owned monitoring wells, and oil/gas
wells.
Developed groundwater contour
maps and provided spatial analysis of
water quality data and pumping data
Developed a hydrogeologic
conceptual model of the groundwater
basin.
Prepare Groundwater Management
Plan
Project Manager: Richard Slade
Key Staff: Anthony Hicke, Earl LaPensee
Reference:
Vincent Chee
City of Beverly Hills
(310) 285‐2521
Email: vchee@beverlyhills.org
FINAL UPDATED DRAFT, GROUNDWATER MANAGEMENT PLAN, HOLLYWOOD
GROUNDWATER BASIN, CITY OF BEVERLY HILLS, LOS ANGELES COUNTY,
CA. 2010-2011; OTHER BASINWIDE PROJECTS IN PROGRESS
Basic purposes of this study, conducted in 2010-2011, were
to define the hydrogeologic framework of the Hollywood
Groundwater Basin and to assess the physical and
operational conditions of the City’s existing wells, Nos. 2, 3, 4,
5 and 6.
RCS reviewed geologic data, driller’s logs of all current and
historic City wells, water level records and water quality data,
and correlated geophysical data (E-logs) to help define
hydrogeologic conditions in the Hollywood Groundwater Basin
and into the Central Basin to the south. RCS incorporated its
local and long-term knowledge from prior work involving
subsurface hydrogeologic conditions throughout the
Hollywood and Central Basin areas.
The main thrust of the study was the preparation of a detailed
Groundwater Management Plan (GMP) for the Hollywood
Groundwater Basin. This GMP addressed a number of
hydrogeologic conditions within the Hollywood Basin,
including: defining the extent and thickness of aquifer
systems; assessing basin-wide water level changes and
water quality conditions; evaluating the hydraulic properties of
the aquifer systems; and providing recommendations for
groundwater monitoring.
RCS also conducted an evaluation of the physical condition of
the City’s existing water-supply wells, performed an
assessment of shallow aquifer systems underlying the City for
the siting of shallow water-supply wells, and carried out a
preliminary well design and test hole drilling program for a
proposed new well.
Basin Boundaries & La Brea Subarea
E‐log Section – Beverly Hills
Key Project Work
Reviewed and visited 17 subterranean
dewatering sites and one natural
spring site.
Measured/calculated average flow
rates at each site to initially determine
if the sites were potential candidates
as a possible water‐supply source.
Two sites (331 and 407 Maple Dr) had
flow rates of 100 to 300 gpm.
Sampled the two sites for California
Title 22 water quality constituents.
Results indicated that the
groundwater could be potable, with
treatment.
Construction of two new shallow
water‐supply wells, completed in
2016.
Project Manager: Richard Slade
Key Staff: Anthony Hicke, Earl LaPensee
Reference:
Vincent Chee
Current Consultant to City
(310) 285‐2521
ONGOING CHARACTERIZATION AND DEVELOPMENT OF THE SHALLOW
GROUNDWATER AQUIFER SYSTEM, CITY OF BEVERLY HILLS, LOS ANGELES
COUNTY, CA. 2007-2017
Beginning in 2007 and extending into 2017, RCS performed a characterization of the shallow
groundwater aquifer systems with the object of allowing the City to eventually utilize this source as a
potential supply for groundwater, because this shallow groundwater is separate from that being
extracted on a regular basis by the City’s deep water wells. Our studies initially started with a review of
local subterranean garage dewatering sumps and
determining amount of flows and potentially water quality
conditions, as available through the LARWQCB’s NPDES
program.
Based on review of nearby dewatering sumps in
subterranean garages at 331 and 407 Maple Dr and after
observing and sampling the groundwater flowing into these
sumps, it was determined that the shallow groundwater in the
vicinity of the City’s Maple Yard might be a suitable location
for new shallow water-supply wells for the City. These wells
would derive their supply primarily from the shallow aquifer
system(s) to a depth of 200 ft and, thus, this potential supply
would not impact the groundwater supplies available to the
City’s existing deep wells. Consequently, RCS prepared both
a Preliminary Design Memorandum and developed a set of
Technical Specifications for the construction of two new
shallow wells.
Construction of the two shallow wells commenced in
December 2015 with the drilling and installation of their
respective conductor casings. Initial data indicate that
groundwater was encountered at a depth of 42 to 48 ft.
Actual drilling, construction, development and testing of the
well at each site began in January 2016, and was completed
later that year.
Key Project Work
Provided detailed hydrogeologic
analyses of the site showing the
feasibility of constructing a well at the
site.
Drilled a test hole to a depth of 850 ft
and conducted isolated aquifer zone
testing at five specific depths in the
test hole.
Results of isolated aquifer zone testing
revealed higher TDS concentrations at
depth.
RCS subsequently recommended the
construction of a well at the site to a
depth of 520 ft capable of producing
up to 500 gpm, with TDS ranging
between 500 and 700 mg/L.
Project Manager: Anthony Hicke
Key Staff: Richard Slade, Earl LaPensee
Reference:
Vincent Chee
Current Consultant to City
(310) 285‐2521
ROBERTSON CORPORATE YARD TEST HOLE DRILLING FOR THE CITY OF
BEVERLY HILLS IN WEST HOLLYWOOD, LOS ANGELES COUNTY, CA (2009)
Between 2008 and 2010, RCS performed a Phase 1
evaluation of the hydrogeologic conditions in and around the
City’s Robertson Corporate Yard, followed by a Phase 2
study consisting of the drilling and down-hole testing of an
exploratory test hole at this City-owned site. The purpose of
this work was to evaluate potential water quality and
quantity for a possible new well at this property.
RCS initially reviewed geologic data, driller’s logs of all
existing and historic City wells, water level records and
water quality data, and correlated geophysical data (E-logs)
of City wells and wildcat oil/gas wells during its Phase 1
effort in order determine site-specific hydrogeologic
conditions beneath the Corporate Yard.
Based on RCS’ evaluation, it was considered
hydrogeologically feasible, although somewhat risky, to
construct a well at the site. Consequently, RCS
recommended the drilling of an exploratory test hole to
better define site-specific hydrogeologic conditions. Drilling
and subsequent isolated aquifer zone testing of the test hole
to a depth of 850 ft revealed a potential pumping rate of up
to 500 gpm, with high concentrations of total dissolved
solids (TDS) between 490 and 1,800 milligrams per Liter
(mg/L), and even hydrogen sulfide. Based on the results of
testing, it was recommended that a well could be
constructed at the site to a shallower depth (approximately
520 ft) that could produce groundwater with a TDS ranging from only 500 to 700 mg/L.
CONCEPTUAL GROUNDWATER BASIN MODEL AND ASSESSMENT OF
AVAILABLE GROUNDWATER SUPPLIES, SANTA MONICA GROUNDWATER
BASIN
CITY OF SANTA MONICA, LOS ANGELES COUNTY, CA
2011 TO PRESENT
The City of Santa Monica overlies the Santa Monica
Groundwater Basin (SMGB) which is composed of five
subbasins; namely the Arcadia, Olympic, Coastal, Charnock,
and Crestal subbasins. In the past few years, the City
developed a stated goal of achieving self-sufficiency from
imported water supplies by 2020. To help achieve this goal,
the City retained RCS to begin the process of developing an
aggressive well site evaluation and well construction program.
The goal is to increase its current groundwater production
capacity from 9 to 13 MGD by 2020.
The initial RCS project involved providing a detailed
conceptual model of subsurface hydrogeologic conditions in
each groundwater subbasin, including: locations of known
water wells; definition of groundwater flow directions and
current water quality; identifying the base of fresh water;
calculating groundwater in storage; defining aquifer
parameters; evaluating water levels vs trends in historic
rainfall; and preparing several cross sections using detailed
correlations of E-logs from several water wells and numerous
oil wells. Preliminary locations and drilling depths for new City
wells were also identified. A sustainable (perennial) yield
study was also performed to determine the future availability
of groundwater supplies for the City. Additional work included
preparation of Technical Specifications and Line Item Bid
Sheets for a new City well. RCS geologists were present in
the field to: log the drill cuttings; evaluate the new E-logs;
conduct isolated aquifer zone testing; prepare the Final
design of the well for the City; and monitor well construction
development and testing of the new well.
Building on our previous work, the ongoing RCS services for the next several years will include:
preparing a groundwater monitoring program for the Santa Monica Basin; helping to provide
strategies for a sustainable groundwater management plan; selecting and finalizing locations for
several new City wells in the basin; monitoring the drilling, construction, development and
testing of each new well; conducting an updated evaluation of the perennial yield of each
subbasin; continuing to update our conceptual hydrogeologic model of each subbasin, if/as
needed, based on newly-generated subsurface data; and helping to verify that the City
maintains compliance with new groundwater legislation like CASGEM and SGMA.
Key Project Work
Developed conceptual
model of 5 groundwater
subbasins within SMGB,
including E‐log correlations
Prepared a Sustainable Yield
Study to determine the
basin capacity for future
water supplies.
Prepared Technical
Specifications for a new
well; log cuttings, provide
final design, monitor
construction and testing;
Selected sites for future
wells
Project Manager: Earl LaPensee
Key Staff: Anthony Hicke, Chris
Wick, Richard Slade
Reference:
Chris Aquillon
Water Resources Engineer
City of Santa Monica
(310) 458‐8235
Chris.Aquillon@smgov.net
20
EXHIBIT C
SCHEDULE
RICHARD C. SLADE & ASSOCIATES LLC
CONSULTING GROUNDWATER GEOLOGISTS
14051 BURBANK BLVD., SUITE 300, SHERMAN OAKS, CALIFORNIA 91401
SOUTHERN CALIFORNIA: (818) 506-0418 • NORTHERN CALIFORNIA: (707) 963-3914
WWW.RCSLADE.COM
SCHEDULE OF CHARGES
November 2018
Professional Services Hourly Rates
Principal Groundwater Geologist $290.00
Senior Groundwater Geologist $240.00
Staff Groundwater Geologist $178.00
Field Groundwater Geologist $125.00
Clerical $ 94.00
Field Equipment Charges
Pressure Transducers (water level & barometric $ 50.00/wk
pressure monitoring during pumping tests)
Electric Tape Water Level Probe $ 25.00/day
Field Water Quality Probe (T, pH, EC) $ 50.00/day
Litigation, Depositions and Testimony
Depositions and trial testimony are charged at twice the hourly rate (4-hour minimum/day).
Travel Time and Mileage
Travel time for meetings and/or to job sites will be charged at our standard hourly rates.
Mileage is charged at the current IRS rate.
Administrative Fee
In-house costs for phone, e-mail, fax, regular postage, printing, copying, binding, and records
retention, unless otherwise provided for in our project proposal Scope of Services.
Administrative Fee = total project labor charges multiplied by 2.5%.
Outside Services
All services not ordinarily furnished by RCS, including subcontracted services (i.e., water quality
laboratory testing), delivery services, reproduction and printing, etc, are billed at cost + 15%.
Reproduction costs for large format printing, and/or high volume reproduction and binding of hard
copy reports performed in-house by RCS staff, will be billed at rates similar to comparable outside
services.
Conditions
RCS reserves the right to update this Schedule of Charges on January 1 of each year (the beginning
of our Fiscal Year). Invoices are issued at our option on a monthly basis or when the work is
completed. A service charge of 1½% will be payable on any amount not paid within 30 days. Any
attorney fees or other costs incurred in collecting delinquent charges shall be paid by the client.
Client will furnish rights-of-way to land as required for field visits and field operations, such as
sampling or testing of water wells.
21
EXHIBIT D
LIVING WAGE PROVISIONS
Minimum Living Wages:
A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour
with health benefits, or $11.55 per hour without health benefits.
Paid and Unpaid Days Off:
Employers provide qualifying employees at least twelve compensated days off per year for sick
leave, vacation, or personal necessity, and an additional ten days a year of uncompensated
time for sick leave.
No Retaliation:
A prohibition on employer retaliation against employees complaining to the City with regard to
the employer’s compliance with the living wage ordinance. Employees may bring an action in
Superior Court against an employer for back pay, treble damages for willful violations, and
attorney’s fees, or to compel City officials to terminate the service contract of violating
employers.
22
EXHIBIT E
EQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONS
A. Contractor certifies and represents that, during the performance of this Agreement, the
contractor and each subcontractor shall adhere to equal opportunity employment practices
to assure that applicants and employees are treated equally and are not discriminated
against because of their race, religious creed, color, national origin, ancestry, handicap,
sex, or age. Contractor further certifies that it will not maintain any segregated facilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for
employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity
Employer" or that all qualified applicants will receive consideration for employment without
regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age.
C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the
performance of this Agreement, discriminated against applicants or employees because of
their membership in a protected class.
D. Contractor agrees to provide the City with access to, and, if requested to do so by City,
through its awarding authority, provide copies of all of its records pertaining or relating to its
employment practices, except to the extent such records or portions of such records are
confidential or privileged under state or federal law.
E. Nothing contained in this Agreement shall be construed in any manner as to require or
permit any act which is prohibited by law.