Loading...
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 Â 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 Â / 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 Â / 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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age 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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age 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.