Loading...
2018-08-07 City Council Agenda PacketPage 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 07, 2018, 09:00 AM City Hall, Council Chamber 4305 Santa Fe Avenue Vernon, California Yvette Woodruff-Perez, Mayor William J. Davis, Mayor Pro-Tem Luz Martinez, Council Member Leticia Lopez, Council Member Melissa Ybarra, 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.Public Works A Resolution Establishing a Preferential Parking Zone - 52nd Drive between Atlantic Boulevard and Heliotrope Avenue Recommendation: A. Find that the proposed action is exempt under the California Environmental Quality Act (“CEQA”) review because it is a continuing administrative activity that will not result in any direct or indirect changes in the environment and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. Further, even if the establishment of the 52nd Drive Residential 1 Regular City Council Meeting Agenda August 07, 2018 Page 2 Preferential Parking Zone 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 establishing a preferential parking zone on 52nd drive between Atlantic Boulevard and Heliotrope Avenue. 1. Notice of Public Hearing 2. 52nd Drive Parking Layout 3. Resolution - Establishing a Preferential Parking Zone PRESENTATION 2.Human Resources Recognition of Retiring Employee - William C. Niesley, Fire Captain Recommendation: A. It is recommended that the City Council acknowledge and present a proclamation to retiring employee William C. Niesley, Fire Captain, in recognition of his dedicated service to the City of Vernon. 1. Proclamation - William C. Nielsey 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. 3.City Clerk Minutes of the Regular City Council Meeting held July 17, 2018 Recommendation: A. Receive and File City Council Minutes 07-17-2018 4.City Clerk Minutes of the Special City Council Meeting held July 19, 2018 Recommendation: A. Receive and File City Council Minutes 7-19-18 (Special) 5.City Administration Approval of a Software Support Agreement with Tritech Software Systems 2 Regular City Council Meeting Agenda August 07, 2018 Page 3 Recommendation: A. Find that approval of the proposed Software Support Agreement with Tritech Software Systems 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 the proposed Software Support Agreement ("Agreement") with Tritech Software Systems in an amount not to exceed $200,103.07 for a period of three years from August 25, 2018 through August 24, 2021; and C. Authorize the City Administrator to execute the proposed Agreement with Tritech Software Systems, in substantially the same form as attached herewith, for the provision of software support services for the Vernon Police Department. 1. Software Support Agreement with Tritech Software Systems 6.City Administration Approval of Additional Funds for current Support and Maintenance Agreement with Advanced Utility Systems Recommendation: A. Find that the approval of additional funds for the current Support and Maintenance Agreement with Advanced Utility Systems (billing software and related support) 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. B. Authorize additional funds in an amount of $5,552.98 for the current Support and Maintenance Agreement with Advanced Utility Systems. 1. Advanced Utility Systems Invoice 7-10-18 7.City Administration Report on FY 2017/2018 Vernon CommUNITY Fund Grant Committee Activity Recommendation: A. Find that receiving this report on grants awarded by 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. Receive and file this report, as it is being provided for informational purposes only. 1. FY 2017/2018 Service Grant Awardees List 8.Finance/ Treasury 3 Regular City Council Meeting Agenda August 07, 2018 Page 4 Ratification of Warrant Registers to Record Voided Checks Recommendation: A. Ratify the following warrant registers to record voided checks: 1) Public Utilities Account Warrant Register No. 461 to record voided Check No. 513254 in the amount of $266.37 issued on 06/05/18 to Cano's Cutting & Fusing Service, Inc. 2) Operating Account Warrant Register No. 3 to record voided Check No. 600317 in the amount of $66.14 issued on 07/03/18 to Valenzuela, Fernando. 9.Finance/ Treasury Approval of Operating Account Warrant Register No. 4 Covering the Period of July 10 through July 30, 2018 Recommendation: A. Approve Operating Account Warrant Register No. 4 which totals $13,257,518.70 and consists of the following: 1) Ratification of electronic payments totaling $10,913,968.76. 2) Ratification of the issuance of early checks totaling $2,311,079.38. 3) Authorization to issue pending checks totaling $32,470.56. 1. Operating Account Warrant Register No. 4 10.Fire Department Fire Department Activity Report for the Period of June 16 through June 30, 2018 Recommendation: A. Receive and file. 1. Fire Department Activity Report - 06/16/18 to 06/30/18 11.Police Department Vernon Police Department Activity Log and Statistical Summary for the period of June 16 through June 30, 2018 Recommendation: A. Receive and file. 1. Police Department Activity Report - 06/16/18 to 06/30/18 12.Police Department Vernon Police Department Activity Log and Statistical Summary for the period of July 1 through July 15, 2018 4 Regular City Council Meeting Agenda August 07, 2018 Page 5 Recommendation: A. Receive and file. 1. Police Department Activity Report - 07/01/18 to 07/15/18 13.Public Utilities Award of Construction Contract to General Pump Company, Inc. for Modification and Installation of the Well No. 16 Pump And Motor Recommendation: A. Find that the proposed action is categorically exempt from California Environmental Quality Act (“CEQA”) review, in accordance with CEQA Guidelines 15301, because the project consists of the maintenance, repair or minor alteration of an existing facility/equipment and involves negligible or no expansion of the existing use; and B. Accept the bid from General Pump Company, Inc. as the lowest responsive and responsible bidder and reject all other bids; and C. Approve a Construction Contract with General Pump Company, Inc., in an amount not to exceed $71,000 for modification and installation of the Well No. 16 pump and motor; and D. Authorize the City Administrator to execute a Construction Contract with General Pump Company, Inc. in substantially the same form as submitted herewith with an effective day of August 7, 2018. 3. Well 16 Pump and Motor Contract with General Pump Company 1. Well 16 Pump and Motor Notice Inviting Bids 2. Well 16 Pump and Motor Bid Notice Addendum No. 1 14.Public Utilities Approval of Water Rights License and Agreement with Golden State Water Company Recommendation: A. Find that approval of the proposed action is exempt under the California Environmental Quality Act (“CEQA”), 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 a Water Rights License and Agreement with Golden State Water Company, in substantially the same form as submitted herewith, to lease 1,500 acre feet from the City of Vernon’s Allocated Pumping Rights in the Central Basin for a lease unit price per acre foot of $190.00 for total revenue of $285,000 to be placed into the Public Utilities Water Fund Revenue Account; and C. Authorize the General Manager of Public Utilities to execute the Water Rights License and Agreement with Golden State Water Company. 5 Regular City Council Meeting Agenda August 07, 2018 Page 6 1. Water Rights License and Agreement with Golden State Water Company 15.Public Works Public Works Department June 2018 Monthly Building Report Recommendation: A. Receive and File. 1. Public Works Department June 2018 Building Report 16.Public Works Acceptance of Work of Nobest Incorporated regarding Contract No. CS-0910 – PCC and Pavement Reconstruction for Fire Stations No. 76 and 78 Recommendation: A. Affirm that accepting the work of Nobest Incorporated, for the PCC and Pavement Reconstruction for Fire Stations No. 76 and 78, Contract No. CS-0910, is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with Section 15301, Existing Facilities, part (c), existing highways and streets, because the project is merely to repair existing streets; and B. Accept the work of Nobest Incorporated, as part of the PCC and Pavement Reconstruction for Fire Stations No. 76 and 78, Contract No. CS-0910, and authorize staff to submit for recordation of a Notice of Completion for the project. 1. NOC Form CS-0910 NEW BUSINESS 17.City Administration Appointment of Eligible Individuals to Serve on the Vernon Business & Industry Commission Recommendation: A. Find that the appointment of an eligible individual to serve on the Vernon Business & Industry Commission is exempt from California Environmental Quality Act (“CEQA”) review, because they are administrative actions that will not result in direct or indirect physical changes in the environment, and therefore do not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Appoint two eligible individuals to serve on the Vernon Business & Industry Commission, each in a Business Representative Seat, each with a term of July 1, 2018 to June 30, 2022. 1. VBIC Announcement & Interest Form 2. VBIC Applications - Business Representative Seat 18.City Administration Appointment of Eligible Individuals to Serve on the Vernon CommUNITY Fund Grant 6 Regular City Council Meeting Agenda August 07, 2018 Page 7 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 an eligible individual to serve on the Vernon CommUNITY Fund Grant Committee in a Legislative Representative Seat with a term of July 1, 2018 to June 30, 2020; and C. Appoint an eligible individual to serve on the Vernon CommUNITY Fund Grant Committee in a Business Representative Seat with a term of July 1, 2018 to June 30, 2020. 1. Announcement to Legislative Representatives and Prospective Committee Member Interest Form 2. Completed Interest Form for the Vernon Area Legislative Representative Seat 3. Announcement to Vernon Business Representatives and Prospective Committee Member Interest Form 4. Completed Interest Form for the Vernon Business Representative Seat 19.Human Resources Award of a Services Agreement to California Association of Environmental Health Administrators (CAEHA) to provide Temporary Environmental Health Staffing Services Recommendation: A. Find that approval of the proposed Professional Services Agreement between the City of Vernon and California Association of Environmental Health Administrators (CAEHEA) is exempt under the California Environmental Quality Act (CEQA), 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. Determine that the direct award of the proposed agreement is in the best interest of the City and, therefore, exempt from the competitive selection process per Section 2.17.12 (B)(2) of the Vernon Municipal Code; and C. Approve a Services Agreement with California Association of Environmental Health Administrators (CAEHA) to provide temporary Environmental Health staffing services for a term of one year and an amount not to exceed $150,000; and D. Authorize the City Administrator to execute the proposed Services Agreement with CAEHA in substantially the same form as submitted herewith, with an effective date of August 3, 2018. 1. Services Agreement with CAEHA ORAL REPORTS City Administrator Reports – brief reports on activities and other brief announcements.7 Regular City Council Meeting Agenda August 07, 2018 Page 8 City Council Reports – brief AB1234 reports, or report on: activities, announcements, or directives to staff. CLOSED SESSION 20.Human Resources CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION Government Code Section 54956.9(d)(1) Name of Case: David R. Shea vs. City of Vernon Workers Compensation Appeals Board Case No. ADJ9708967 21.Human Resources CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION Government Code Section 54956.9(d)(1) Name of Case: Steve Wiles vs. City of Vernon Workers Compensation Appeals Board Case No. ADJ9090955 22.City Attorney CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION Significant exposure to litigation. Government Code Section 54956.9(d)(2) Number of potential cases: 1 23.City Attorney CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION Government Code Section 54956.9(d)(1) Jerrick Torres and Lyndon Ong Yiu vs. City of Vernon, et al. Los Angeles Superior Court Case No. BC620265 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 8 Regular City Council Meeting Agenda August 07, 2018 Page 9 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 2nd day of August, 2018. By: ________________________________ Maria E. Ayala City Clerk 9 City Council Agenda Item Report Agenda Item No. COV-171-2018 Submitted by: Daniel Wall Submitting Department: Public Works Meeting Date: August 7, 2018 SUBJECT A Resolution Establishing a Preferential Parking Zone - 52nd Drive between Atlantic Boulevard and Heliotrope Avenue Recommendation: A. Find that the proposed action is exempt under the California Environmental Quality Act (“CEQA”) review because it is a continuing administrative activity that will not result in any direct or indirect changes in the environment and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. Further, even if the establishment of the 52nd Drive Residential Preferential Parking Zone 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 establishing a preferential parking zone on 52nd drive between Atlantic Boulevard and Heliotrope Avenue. Backgroud: The centerline of 52nd Drive serves as the boundary between Vernon and the City of Maywood, with the northern half of the street being in Vernon. The Vernon half of 52nd Drive has a range of parking restrictions from no restrictions west of King Ave; to no stopping Monday through Friday and no parking on Saturday and Sunday from 12:00 am to 5:00 am in front of the Vernon Village Park Apartments ("Vernon Village"); to the most restrictive, no stopping any time, east of Vernon Village. The Maywood side of 52nd Drive prohibits overnight parking without a permit and parking on Fridays from 10:00 am to 2:00 pm for street sweeping. Vernon Village contains 45 apartments and provides 77 off-street parking spaces. Residents of Vernon Village cannot obtain permits to park on the Maywood side of the street. Maywood residents are able to park on the Vernon side of 52nd drive, west of King Avenue where there are no parking restrictions. This effectively restricts the residents of Vernon Village to parking only in the off-street parking spaces provided in the apartment community or seeking off-street parking blocks away from their homes. The 45 apartments at Vernon Village contain 99 bedrooms. The 77 off-street parking spaces provide 0.8 parking spaces per bedroom in Vernon Village and are inadequate to meet the needs of our residents. The most feasible and practical strategy to meet the parking needs of Vernon’s residents on 52nd Drive is to establish a residential preferential parking zone (RPPZ) removing all existing parking restrictions along the north side of 52nd Drive and instead allowing parking by permit only on Saturdays and Sundays and overnight. An RPPZ would allow weekend and overnight parking for the exclusive use of Vernon Village residents along the entirety of the north side of the street except at driveways and fire hydrants. 52nd Drive is a narrow street, only 30 feet wide from curb to curb. Staff recommends red curb be provided for every two or three parking spaces, as shown in 10 Attachment 2 - 52nd Drive Parking Layout, so that vehicles could turn out of the traveled way to allow large vehicles to pass. The concept shown in Attachment 2 would provide an additional 47 on-street overnight and weekend parking spaces for the exclusive use of permit holders, increasing the parking ratio from 0.8 parking spaces per bedroom to 1.25 parking spaces per bedroom. The salient terms of the resolution establishing the 52nd Drive Residential Preferential Parking Zone include: 1. Boundary – The 52nd Drive Residential Preferential Parking Area is on the North Side of 52nd Drive between Atlantic Boulevard and Heliotrope Avenue. 2. Hours and days of enforcement – Parking by permit only Saturday and Sunday, and weekdays between 6:00 pm to 6:00 am. No parking Tuesday 10:00 am to 2:00 pm for street sweeping. 3. Permits will be issued at no cost. 4. Annual permits will only be issued to vehicles with a Vernon Village address registered to Vernon Village residents. 5. Upon request, one annual guest permit shall be issued to Vernon Village apartment units each year. Fiscal Impact: None. ATTACHMENTS 1. Notice of Public Hearing 2. 52nd Drive Parking Layout 3. Resolution - Establishing a Preferential Parking Zone 11 City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 (323) 583-8811 NOTICE OF PUBLIC HEARING REGARDING A RESOLUTION ESTABLISHING A PREFERENTIAL PARKING ZONE ON 521''D DRIVE BETWEEN ATLANTIC BOULEVARD AND HELIOTROPE AVENUE IN THE CITY OF VERNON 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: August 7, 2018 at 9:00 a.m. (or as soon thereafter as the matter can be heard) PURPOSE/SUBJECT: Consider the adoption of a Resolution establishing a Preferential Parking Zone on 52nd Drive between Atlantic Boulevard and Heliotrope Avenue. DOCUMENTS Notice is hereby given that a hard copy of the proposed resolution will be available for public review during normal business hours in the City Clerk Department, located FOR REVIEW: at 4305 Santa Fe Avenue, Vernon, California, between the hours of 7:00 a.m. and 5:30 p.m. Monday through Thursday. Please send your comments or questions to: Daniel Wall, Director of Public Works City of Vernon 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 305 Email: dwall @ci.vernon.ca.us PROPOSED CEQA FINDING: Staff will recommend that the City Council find that this action is not subject to California Environmental Quality Act (CEQA) review because it is a continuing administrative activity that will not result in any direct or indirect changes in the environment and therefore does not constitute a "project" as defined by CEQA Guidelines section 15378. Further, even if the establishment of the 52nd Drive Residential Preferential Parking Zone 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. If you challenge the adoption of a Resolution to establish a preferential parking zone on 52°d Drive between Atlantic Boulevard and Heliotrope Avenue, 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: June 25, 2018 Matthew Ceballos, Deputy City Clerk 12 FH FH FH FH FH FH FH FH red curbparking spac e ( 2 0 ' x 7 ' ) fire hydrant 47 t o t a l s p a c e s VE R N O N V I L L A G E PA R K A P A R T M E N T S Legend st r e e t p a r k i n g date:5/3/2018 13 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNONESTABLISHING A PREFERENTIAL PARKING ZONE ON 52ND DRIVE BETWEEN ATLANTIC BOULEVARD AND HELIOTROPE AVENUE WHEREAS, the City of Vernon (the “City”),is a municipal corporation and a chartered city of the State of California organized and existing under its Charter and the Constitution of the State of California; and WHEREAS,on June 19, 2018, the City Council of the City of Vernon, adopted Ordinance No. 1254 adding Article VIII to Chapter 22 of theVernon Municipal Code to establish residential preferential parking zones;and WHEREAS, Section 22.127 allows the City Council to designate an area of the City as a Residential Preferential Parking Zone (“RPPZ”) based upon any one of four criteria –namely, (1) that non- resident vehicles substantially interfere with residents’ ability to park near their homes; (2) that such interference by non-resident vehicles occurs at regular and frequent intervals; (3) that non- resident vehicles parked in the proposed RPPZ create traffic congestion, noise, or other disruption, including shortage of parking spaces for residents and their visitors; or (4) alternative parking strategies are not feasible or practical; and WHEREAS, under Section 22.127, City staffare required to undertake an analysis that includes, at a minimum, a narrative describing the nature and perceived source of non-resident parking impact, as well as suggested zone boundaries and hours of enforcement; and 14 -2 - WHEREAS, Section 22.128provides that the City Council shall approve, by Resolution, the establishment of an RPPZ; and WHEREAS,by memorandum dated August 7, 2018, City staff has recommended that, due to, among other things, the impact of various parking restrictions around the Vernon Village Park Apartments (“Vernon Village”) and City of Maywood residents using off-street parking that would otherwise be used by Vernon Village residents, the City Council approve the creation of an RPPZ for residents of Vernon Village on the north side of 52nd Drive between Atlantic Boulevard and Heliotrope Avenue in the City of Vernon (the “52nd Drive Residential Preferential Parking Zone”); and WHEREAS, the City Council has conducted a notice of public hearing to consider the establishment of the 52nd Drive Residential Preferential Parking Zone; and WHEREAS,the City Council of the City of Vernon desires to establish the 52nd Drive Residential Preferential Parking Zone. 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”) review because it is a continuing administrative activity that will not result in any direct or indirect changes in the environment and therefore does not constitute a “project”as defined by CEQA Guidelines section 15378. Further, even if the establishment of the 52nd Drive Residential Preferential Parking Zonewere considered a “project,”it would be exempt from CEQA review in accordance with Section 15 -3 - 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 finds that, in light of the many parking restrictions on 52nd Drive around Vernon Village, including those restrictions imposed by the City of Maywood, Vernon Village residents’ inability to park on the Maywood side of 52nd Drive, Maywood residents’ unrestricted use of on- street parking on the Vernon side of 52nd Drive, and Vernon Village providing0.8 off-street parking spaces per bedroom, available parking is inadequate to meet the needs of Vernon Village residents. SECTION 4: The City Council of the City of Vernon therefore finds that non-resident vehicles substantially interfere with the use of on-street parking spaces available toVernon Village residents. SECTION 5:The City Council of the City of Vernon further finds that the interference by non-resident vehicles occurs on a regular and frequent basis. SECTION 6: The City Council of the City of Vernon further finds that non-resident vehicles parked in the proposed 52nd Drive Residential Preferential Parking Zonecreate disruption to Vernon Village residents in the form of a shortage of parking spaces for Vernon Village residents and their guests. SECTION 7:The City Council of the City of Vernon further finds that establishment of the 52nd Drive Residential Preferential Parking Zoneis the most feasible and practical solution to the parking issue faced by Vernon Village residents. SECTION 8: The City Council of the City of Vernon hereby approves establishment of the 52nd DriveResidential Preferential Parking Zone, which shall (a) remove all existing parking restrictions 16 -4 - along the north side of 52nd Drive between Atlantic Boulevard and Heliotrope Avenue; (b) allow parking by permit only on Saturdays and Sundays and overnight for the exclusive use of Vernon Village residents along the entirety of the north side of 52nd Drive between Atlantic Boulevard and Heliotrope Avenue, except at red zones, at driveways,and at fire hydrants; and (c) be enforced on Saturdays, Sundays, and weekdays between 6:00 p.m. to 6:00 a.m.. SECTION 9: The City Council of the City of Vernon hereby establishes that there shall be no parking in the 52nd Drive Residential Preferential Parking Zoneon Tuesdays from 10:00 a.m. to 2:00 p.m. to allow for street sweeping to occur. SECTION 10: The City Council of the City of Vernon hereby establishes that 52nd Drive Residential Preferential Parking Zone permits (and associated guest permits) may be issued by the City of Vernon to any Vernon Village resident, upon request and pursuant to Section 22.129, at no cost, and that no 52nd Drive Residential Preferential Parking Zonepermit shall be issued to any individual who is not a resident of Vernon Village.Upon request, one annual guest permit shall be issued to Vernon Village apartment units each year. / / / / / / / / / / / / / / / / / / / / / / / / / / / 17 -5 - SECTION 11:The City Clerk of the City of Vernon shall certify to the passage, approval and adoption of this resolution, and theCity Clerk, of the City of Vernon shall cause this resolution and the City Clerk’s certification to be entered in the File of Resolutions of the Council of this City. APPROVED AND ADOPTED this 7th day of August, 2018. Name: Title: Mayor / Mayor Pro-Tem ATTEST: Maria E. Ayala, City Clerk APPROVED AS TO FORM: Brian Byun, Senior Deputy City Attorney 18 -6 - STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) I,Maria E. Ayala, 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, ,and thereafter was duly signed by the Mayor or Mayor Pro-Tem of the City of Vernon. Executed this day of August, 2018, at Vernon, California. Maria E. Ayala, City Clerk (SEAL) 19 City Council Agenda Item Report Agenda Item No. COV-218-2018 Submitted by: Lisette Grizzelle Submitting Department: Human Resources Meeting Date: August 7, 2018 SUBJECT Recognition of Retiring Employee - William C. Niesley, Fire Captain Recommendation: A. It is recommended that the City Council acknowledge and present a proclamation to retiring employee William C. Niesley, Fire Captain, in recognition of his dedicated service to the City of Vernon. Backgroud: Historically, the City Council has issued proclamations in honor of retiring City employees. William C. Niesley, Fire Captain will be retiring from the City of Vernon after providing thirty-one (31) years of service to the City. During his career with the City of Vernon, Fire Captain Niesley held the following positions: Hired as a Firefighter on August 17, 1987, Fire Engineer, effective January 13, 1991, and Fire Captain, effective April 17, 1994. Fire Captain Niesley completed Hazardous Materials training and became a Hazardous Materials Specialist. He then obtained Urban Search and Rescue (USAR) training and received his USAR Specialist certification and became a member of California Regional Task Force II as a USAR Specialist. When Fire Captain Niesley held the Fire Engineer position he worked on the engine, truck company and hazmat unit. Currently Fire Captain Niesley is assigned to Fire Station 79. His planning and facilitating contributions to the remodeling project of Fire Station 79 were critical to the successful completion of this project. Fire Captain Niesley was hired on August 17, 1987, and meets the eligibility requirements under CalPERS to retire from the City of Vernon effective August 18, 2018. Fiscal Impact: There is no additional fiscal impact on the current operating budget as a result of this recommended action. ATTACHMENTS 1. Proclamation - William C. Nielsey 20 ~_ ! ,..`~~ f r Fr" a A PROCLAMATION OF THE MAYOR AND THE CITY COUNCIL OF THE CITY OF VERNON COMMENDING WILLIAM C. NIESLEYFOR HIS MANY YEARS OF SERVICE TO THE CITY OF VERNON I~HEKEAS, I~illiam C. Nie.rley ("Wlilliam Niesley') has been employed by the City of Tlernon since August 7 7, 7 987, and has faithfully .rerr~ed the City of Vernon for 3 7 years; and WIHEKE~IS, Wlilliam Nie.rley will retire from the City of. Vernon ~ective August 7 8, 20 7 8, as a Fire Captain; and I~HEKE~IS, during the course of his employment with the City of Vernon, 1-Ylilliam Niesley held the positions of Firefighter, Fire Engineer and Fire Captain; and I~HEKEAS, I~illiam Niesley completed Haiardour Materials training to become a Haiardour Materials Specialist, obtained Urban Search and K.ercue (US~1K) training and received his US~11~ Specialist certi acation, and became a member of the Cal forma Regional Task Force II as a US~1K Specialist,• and I~HEKE~IS, as a Fire Engineer, Wlilliam Niesley held assignments on the engine, truck company and ha~mat unit; and 1~HEKEAS, I~illiam Nierley splanning and facilitating contributions to the remodelingproject of Fire Station 79 mere critical to the project s succe.r r; and I-VHEKEAS, during his long and distinguished career with the City of Vernon, Wlilliam Niesley has zvon the deepest respect of his colleagues through his leadership and his many contributions to the City; and I~HEKEAS, it is an honor to express our appreciation to I~illiam Nie.rley for his exemplary service to the City of Vernon and Zvish I~illiam good health upon his retirement and for continued success in life's pursuits; and I~VHEKE.AS, the Mayor and the City Council of the City of Vernon, on behalf of its employees, residents and businesses, wish to commend and thank I~illiam Nie.rley for his many years of service to the City and invite recognition of his contributions and achievements. NO I~Y; THEKEFOI~E, THE MAYOK AND THE CITY CO UNCIL OF THE CITY OF VEANON, ON BEHALF OF ITS EMPLOYEES, RESIDENTS AND B USINESSES HEREBY COMMENDS I~ILLIAM C. NIESLEY FOIE HIS MANY YEAKS OF SEKVICE TO THE CITY. THIS PKOCL,~~NIATION IS BEING PKESENTED TO I~ILLIAM C. NIESLEY BY THE HONOKABLE MAYOK YVE1'TE I~OODI~UFF-PEKEZ FOK AND ON BEHALF OF THE CITY CO UNCIL OF THE CITY OF VEKNON THIS T~ DAY OF A UG UST TtiY10 THOUSAND ~1ND EIGHTEEN CITY OF VE . ON .. By: YVETTE I~VOODKUFF-PEKEZ, Mayor 21 MINUTES OF THEREGULAR CITYCOUNCIL MEETING OF THE CITY OF VERNON HELD TUESDAY, JULY 17, 2018, 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 Pro-Tem William Davis; Fire Chief Bruce English led theflag salute. Members Present:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra Members Absent:Yvette Woodruff-Perez CHANGES TO THE AGENDA City Clerk Maria Ayala announced that there were no changes to the agenda. PUBLIC COMMENT No public comment provided. PRESENTATION 1)Canine Retirement Proclamation Recommendation:A. The Police Department will conduct a presentation commending Police Canine Handler Oscar Zozaya for his commitment to the Police Canine Program and recognize retired police canine “Doby.” City Clerk Maria Ayala read the proclamation. Councilmember Lopezjoined the meeting at 9:02 a.m. Mayor Pro-Tem Davis said a few words in thanks for Officer Zozaya and Canine Doby. Officer Zozaya said a few words about his partner, Police Chief Anthony presented officer Zozaya and Canine Doby with a plaque of recognition. 2)Recognition of Retired Employee -Andrew G. Thompson, Street Maintenance Worker, Senior Recommendation:A. It is recommended that the City Council acknowledge and present a proclamation to retired employee Andrew G. Thompson, Street Maintenance Worker, Senior in recognition of his dedicated service to the City of Vernon. City Clerk Ayala read the proclamation. Mayor-Pro Tem Davis presented the proclamation to Andrew G. Thompson. 3)Badge Presentation Ceremony Presentation by: Fire Chief, Bruce K. English Recommendation:No action required by City Council. This is a presentation only. Fire Chief Bruce English presented the badge to John Paul Vittorio and said a few words about his background and his promotion. John Paul Vittorio's parents pinned the badge to his uniform. 4)Employee Service Pin Awards for June 2018 22 Regular City Council Meeting July 17, 2018 Page 2 Recommendation:No action required by City Council. This is a presentation only. Human ResourcesDirector Earl announcedthe service pin awards to Vickie Harris-Trigg and Alexandra Ronquillo, who were both in attendance. 5)A presentation from Evan Brooks Associates, Inc. for the Vernon-Huntington Park Open Streets Event Recommendation:No action required by City Council. This is a presentation only. Cristina Cardenas, Evan Brooks and Associates, provided a PowerPoint Presentation. CONSENT CALENDAR 6)Claim for Damages from P. Tillman received June 18, 2018 Recommendation:A. Receive and File 7)Minutes of the Regular City Council Meeting held June 19, 2018 Recommendation:A. Receive and File 8)City of Vernon Budget Book for Fiscal Year 2018/2019 Recommendation:A. Find that receiving this report on the fiscal year 2018/2019 Budget Book 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. Receive and file, as this item is for informational purposes only. 9)Council Conference Attendance Report Recommendation:A. Find that receiving this Council Conference Attendance Reportis 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 10)Ratification of Warrant Registers to Record Voided Checks Recommendation:A. Ratify the following warrant registers to record voided checks: 1) General Account Warrant Register No. 1488 to record voided Check No. 357008 in the amount of $125.00. 2) General Account Warrant Register No. 1496 to record voided Check No. 357832 in the amount of $99.21. 11)Approval of Operating Account Warrant Register No. 3 Covering the Period of June 12 through July 09, 2018 Recommendation:A. Approve Operating Account Warrant Register No. 3 which totals $14,545,959.38 and consists of the following: 1) Ratification of electronic payments totaling $13,165,174.42. 2) Ratification of the issuance of early checks totaling $1,311,201.24. 3) Authorization to issue pending checks totaling $69,583.72. 4) Voided check No. 600129 totaling $3,451.42. 23 Regular City Council Meeting July 17, 2018 Page 3 12)Approval of City Payroll Warrant Register No. 745 Covering the Period of June 01 through June 30, 2018 Recommendation:A. Approve City Payroll Warrant Register No. 745 which totals $2,941,772.13 and consists of the following: 1) Ratification of direct deposits, checks and taxes totaling $2,324,241.99. 2) Checks and electronic fund transfers (EFT) paid through General bank account totaling $617,530.14. 13)Approval of RDA Obligation Retirement Account Warrant Register No. 44 Covering the Period of April 24 through July 09, 2018 Recommendation:A. Approve RDA Obligation Retirement Account Warrant Register No. 44 which totals $3,405.60 and consists of the following: 1) Ratification of electronic payments totaling $3,405.60. 14)Fire Department Activity Report for the Period of June 1 through June 15, 2018 Recommendation:A. Receive and file. 15)Approval of Recommended Job Description Revisions for Four Classifications Recommendation:A. Find that approval of the attached job description revisions in this staff report is exempt from California Environmental Quality Act (CEQA) review because it isan 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 attached recommended job description revisions for the four classification titles listed below: Mechanic Mechanic, Senior Mechanic, Lead Environmental Health Specialist, Temporary 16)Approval of a Canine Purchase/Transfer Agreement with Vernon Police Officer Oscar Zozaya Recommendation:A. Find that approval of the proposed actions 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 notconstitute a “project” as defined by CEQA Guidelines section 15378; and B. Approve the proposed Police Canine Purchase/Transfer Agreement for the purpose of transferring ownership of retiring Vernon Police Canine Doby to Police Officer Oscar Zozaya effective July 17, 2018; and C. Authorize the City Administrator to execute the Police Canine Purchase/Transfer Agreement, in substantially the same form as submitted herewith. 17)Vernon Police Department Activity Log and Statistical Summary for the period of June 1 through June 15, 2018 Recommendation:A. Receive and file. 18)Approval to Submit Request for Disbursement of Funds from Escrow Agent Commonwealth Land Title Company related to the Added Facilities Agreement with rPlanetEarth Los Angeles,LLC 24 Regular City Council Meeting July 17, 2018 Page 4 Recommendation:A. Find that the proposed action is exempt under the California Environmental Quality Act (“CEQA”), 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; B. Authorize the proposed request for Disbursement No. 1 of the existing Added Facilities Agreement with rPlanetEarth Los Angeles, LLC, in substantially the same form as submitted herewith, for electric service delivery in the amount of $723,155.58. 19)Resolution No. 2018-23 -A Resolution Approving and Authorizing the Execution Of An Optical Fiber Use Agreement with C.R. Laurence International, Inc. for Use of the City’s Fiber Optic Network Recommendation:A. Find that the adoption of the proposed resolution is exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301(b) which exempts minor extensions of utility services involving negligible or no expansion of use beyond that existing at the time of the lead agency’s determination, and under Section 15061(b)(3), the general rule that CEQA only applies to projects that may have an effect on the environment, because the proposed resolution will not require any construction, and the only physical change to the environment is stringing a few hundred feet of fiber optic cabling (of roughly ½ inch in diameter) from existing utility poles onto private property; and B. Adopt a Resolution Approving and Authorizing the Execution of an Optical Fiber Use Agreement with C.R. Laurence International, Inc. for the Use of the City’s Fiber Optic Network. 20)Public Works Department May 2018 Monthly Building Report Recommendation:A. Receive and File. 21)Resolution No. 2018-24 -A Resolution Approving the Agreement for Billing of Direct Assessments with the Los Angeles County Auditor-Controller to Collect and Distribute the Warehouse Special Parcel Tax for Fiscal Year 2018/2019 Recommendation:A. Find that the approval of the proposed resolution does not constitute a “project” pursuant to sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act (“CEQA”), because it constitutes an administrative activity and government funding mechanism that does not involve any commitment to any specific project which may result in a potentially significant impact on the environment; and even if the adoption of the proposed resolution did constitute a project, it would be exempt from CEQA 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. Adopt a resolution approving and authorizing the Finance Director to execute an Agreement for Billing of Direct Assessments (Warehouse Special Parcel Tax) with the Los Angeles County Auditor-Controller’s Office for the collection and distribution of the Warehouse Special Parcel Tax for Fiscal Year 2018/2019; and C. Authorize the Finance Director to file the Agency Information Sheet with the County of Los Angeles Auditor-Controller for the Warehouse Special Parcel Tax. 22)Resolution No. 2018-25 -A Resolution Approving the Agreement for Billing of Direct Assessments with the Los Angeles County Auditor-Controller to Collect and Distribute the Public Safety Special Parcel Tax for Fiscal Year 2018/2019 25 Regular City Council Meeting July 17, 2018 Page 5 Recommendation:A. Find that the approval of the proposed resolution does not constitute a “project” pursuant to sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act (“CEQA”), because it constitutes an administrative activity and government funding mechanism that does not involve any commitment to any specific project which may result in a potentially significant impact on the environment; and even if the adoption of the proposed resolution did constitute a project, it would be exempt from CEQA 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. Adopt a resolution approving and authorizing the Finance Director to execute an Agreement for Billing of Direct Assessments (Public Safety Special Parcel Tax) with the Los Angeles County Auditor-Controller for the collection and distribution of the Public Safety Special Parcel Tax for Fiscal Year 2018/2019; and C. Authorize the Finance Director to file the Agency Information Sheet with the Los Angeles County Auditor-Controller for the Public Safety Special Parcel Tax. 23)Resolution No. 2018-26 -A Resolution Approving the Warehouse Special Parcel Tax Rate Adjustment for Fiscal Year 2018/2019 Recommendation:A. Find that the approval of the proposed resolution does not constitute a “project” pursuant to sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act (“CEQA”), because it constitutes an administrative activity and government funding mechanism that does not involve any commitment to any specific project which may result in a potentially significant impact on the environment; and even if the adoption of the proposed resolution did constitute a project, it would be exempt from CEQA 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. Adopt a resolution setting the Warehouse Special Parcel Tax rate at $32.019 per 100 square feet of gross area of land for Fiscal Year 2018/2019 and submitting the Warehouse Special ParcelTax List to the Los Angeles County Auditor-Controller. 24)Resolution No. 2018-27 -A Resolution Approving the Public Safety Special Parcel Tax Rate Adjustment for Fiscal Year 2018/2019 Recommendation:A. Find that the approval of the proposed resolution does not constitute a “project” pursuant to sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act (“CEQA”), because it constitutes an administrative activity and government funding mechanism that does not involve any commitment to any specific project which may result in a potentially significant impact on the environment; and even if the adoption of the proposed resolution did constitute a project, it would be exempt from CEQA 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. Adopt a resolution setting the Public Safety Special Parcel Tax rate at $0.03302 per square foot of taxable parcel area for Fiscal Year 2018/2019 and submitting the Public Safety Special Parcel Tax List to the Los Angeles County Auditor Controller. 25)Acceptance of Electrical Easement at 2825 44th Street (APN 6303-013-057) Recommendation:A. Find that the acceptance of the Electrical Easement proposed in this staff report is not a “project” as that term is defined under the 26 Regular City Council Meeting July 17, 2018 Page 6 California Environmental Quality Act (CEQA) Guidelines Section 15378, and even if it were a project, it would be categorically exempt in accordance with CEQA Guidelines Sections 15301 (maintenance, repair or minor alteration of an existing facility and involves negligible or no expansion of an existing use) and 15061(b)(3) (general rule that CEQA only applies to projects that may have a significant effect on the environment); and B. Accept the Electrical Easement, in substantially the same form as attached to this staff report, and authorize the Mayor to execute the Certificate of Acceptance. No public comment provided. It was moved by Melissa Ybarra and seconded by Leticia Lopez to approve Consent Calendar ItemsNo. 6 through 25. Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None NEW BUSINESS 26)Property and Casualty Insurance Placements for Fiscal Year 2018-19 Recommendation:A. Find that approval of the placement of property and casualty insurance for fiscal year 2018-19 is exempt from California Environmental Quality Act (CEQA) review because it is a continuing administrative and fiscal activity that will not result in direct or indirect physical changes in the environment and, therefore does not constitute a “project,” as defined in Section 15378 of the CEQA Guidelines; and B. Approve and authorize the procurement of annual insurance coverage for fiscal year 2018-19, provided the total annual premiums do not exceed $911,702. This includes the renewal of policies for excess liability insurance, errors & omissions, property, excess workers’ compensation, crime, pollution liability, and environmental site liability, automobile physical damage, cyber liability, terrorism coverage, and brokerage service fees. Finance Director William Fox reported on the proposed. No public comment provided. It was moved by Melissa Ybarra and seconded by Luz Martinezto:A. Find that approval of the placement of property and casualty insurance for fiscal year 2018-19 is exempt from California Environmental Quality Act (CEQA) review because it is a continuing administrative and fiscal activity that will not result in direct or indirect physical changes in the environment and, therefore does not constitute a “project,” as defined in Section 15378 of the CEQA Guidelines; and B. Approve and authorize the procurement of annual insurance coverage for fiscal year 2018-19, provided the total annual premiums do not exceed $911,702. This includes the renewal of policies for excess liability insurance, errors & omissions, property, excess workers’ compensation, crime, pollution liability, and environmental site liability, automobile physical damage, cyber liability, terrorism coverage, and brokerage service fees. Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None 27)Resolution No. 2018-28 -A Resolution to Approve the 2017 UASI Subrecipient Agreement between the City of Los Angeles and the City of Vernon in connection with the Fiscal Year 2017 Urban Areas Security Initiative Grant Program Recommendation:A. Find that approval of the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because it is a government fiscal activity that will not result in direct or indirect physical 27 Regular City Council Meeting July 17, 2018 Page 7 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 and authorizing the City’s participation in the 2017 Urban Areas Security Initiative Grant Program (“2017 UASI”), approving and authorizing the execution of an agreement by and between the City of Vernon and the City of Los Angeles, and authorizing the execution of documents necessary to obtain the 2017 UASI grant funds in the amount of $25,000.00 as approved and awarded by theCity of Los Angeles to the Vernon Fire Department. Fire Chief English reported on the proposed. No publiccomment provided. Councilmember Ybarra inquired as to why the grant funding is less this year, ChiefEnglish responded to her technical question. It was moved by Luz Martinez and seconded by Leticia Lopezto:A. Find that approval of the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because it is a government fiscal 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 and authorizing the City’s participation in the 2017 Urban Areas Security Initiative Grant Program (“2017 UASI”), approving and authorizing the execution of an agreement by and between the City of Vernon and the City of Los Angeles, and authorizing the execution of documents necessary to obtain the 2017 UASI grant funds in the amount of $25,000.00 as approved and awarded by theCity of Los Angeles to the VernonFire Department. Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None 28)Resolution No. 2018-29 -A Resolution of the City Council of the City of Vernon 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 Exhibit A, Classification and Compensation Plan with revisions to the Director of Health and Environmental Control salary grade. Director of Health and Environmental Control -Salary Grade E43 Director Earl reported on the proposed. No public comment provided. It was moved by Leticia Lopez and seconded by Luz Martinezto: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; andB.Adopt the attached resolution amending and restating the Citywide Fringe Benefits and Salary Resolution, to reflect the following provisions: 28 Regular City Council Meeting July 17, 2018 Page 8 1) Amend Exhibit A, Classification and Compensation Plan with revisions to the Director of Health and Environmental Control salary grade. Director of Health and Environmental Control - Salary Grade E43. Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None 29)Contract Award to Myers Controlled Power LLC to Furnish and Deliver Nine Medium Voltage Circuit Breakers (Bid Specification #CB16-2018-1) Recommendation:A. Find that approval of the proposed purchase of 16KV circuit breakers is exempt from California Environmental Quality Act (CEQA) review, because such purchase 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 that even if such purchase were a project, it would be categorically exempt in accordance with CEQA Guidelines section 15301, because it consists of the maintenance, repair or minor alteration of existing equipment and involves negligible or no expansion of an existing use. The equipment referenced herein merely replaces older equipment and improves electric system efficiency and reliability in Vernon; and B. Accept the bid from Myers Controlled Power LLC as the only responsive and responsible bidder; and C. Authorize the issuance of a purchase contract with Myers Controlled Power LLC to furnish and deliver nine (9) Medium Voltage Circuit Breakers (Bid Specification #CB16-2018-1) for a two (2) year term for a not to exceed amount of $225,157.18. General Manager Kelly Nguyen reported on the proposed. No public comment provided. It was moved by Melissa Ybarra and seconded by Leticia Lopezto:A. Find that approval of the proposed purchase of 16KV circuit breakers is exempt from California Environmental Quality Act (CEQA) review, because such purchase 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 that even if such purchase were a project, it would becategorically exempt in accordance with CEQA Guidelines section 15301, because it consists of the maintenance, repair or minor alteration of existing equipment and involves negligible or no expansion of an existing use. The equipment referenced herein merely replaces older equipment and improves electric system efficiency and reliability in Vernon; and B. Accept the bid from Myers Controlled Power LLC as the only responsive and responsible bidder; andC. Authorize the issuance of a purchase contract with Myers Controlled Power LLC to furnish and deliver nine (9) Medium Voltage Circuit Breakers (Bid Specification #CB16-2018- 1) for a two (2) year term for a not to exceed amount of $225,157.18.Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None 30)Contract Award to Myers Controlled Power LLCto Furnish and Deliver Five Medium Voltage Circuit Breakers (Bid Specification #CB16-2018-2) Recommendation:A. Find that approval of the proposed purchase of 16KV circuit breakers is exempt from California Environmental Quality Act (CEQA) review, because such purchase 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 that even if such purchase were a project, it would be categorically exempt in accordance with CEQA Guidelines section 15301, because it consists of the maintenance, repair or minor alteration of existing equipment and involves negligible or no expansion of an existing use. The 29 Regular City Council Meeting July 17, 2018 Page 9 equipment referenced herein merely replaces older equipment and improves electric system efficiency and reliability in Vernon; and B. Accept the bid from Myers Controlled Power LLC as the only responsive and responsible bidder; and C. Authorize the issuance of a purchase contract with Myers Controlled Power LLC to furnish and deliver five (5) Medium Voltage Circuit Breakers (Bid Specification #CB16-2018-2) for a two (2) year term for a not to exceed amount of $132,785.18. General Manager Nguyenreported on the proposed. No public comment provided. It was moved by Melissa Ybarra and seconded by Luz Martinezto:A. Find that approval of the proposed purchase of 16KV circuit breakers is exempt from California Environmental Quality Act (CEQA) review, because such purchase 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 that even if such purchase were a project, it would be categorically exempt in accordance with CEQA Guidelines section 15301, because it consists of the maintenance, repair or minor alteration of existing equipment and involves negligible or no expansion of an existing use. The equipment referenced herein merely replaces older equipment and improves electric system efficiency and reliability in Vernon; and B. Accept the bid from Myers Controlled Power LLC as the only responsive and responsible bidder; andC. Authorize the issuance of a purchase contract with Myers Controlled Power LLC to furnish and deliver five (5) Medium Voltage Circuit Breakers (Bid Specification #CB16-2018- 2) for a two (2) year term for a not to exceed amount of $132,785.18. Motion carried, 4 -0. Yes:William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None ORAL REPORTS City Administrator Carlos Fandino reported on the following: various power outages throughout the City; various FireDepartment incidents throughout the City; Fire Department Muscular Dystrophy Associationevent; Assistance to Firefighters Grant; Various Police Department incidents throughout the City; City Clerk reminder of Form 470; La Mesa Battlefield Plaque Dedication Ceremony, August 7th at 11 a.m.; Resident Game Night, August 9th at 5:30 p.m. The City Council entered closed session at 9:53 a.m. CLOSED SESSION 31)Jeffrey S. Smith v. City of Vernon Workers Compensation Appeals Board WCAB NO: ADJ10265360 32)CONFERENCE WITH LEGAL COUNSEL –ANTICIPATED LITIGATION Significant exposure to litigation. Government Code Section 54956.9(d)(2) Number of potential cases: 1 At 10:17 a.m. the City Council exited closed session.City AttorneyHema Patelreported that two items were discussed and that no reportable action was taken. ADJOURNMENT 30 Regular City Council Meeting July 17, 2018 Page 10 With no further business, at 10:18 a.m., Mayor Pro-Tem Davis adjourned the meeting. ________________________ Yvette Woodruff-Perez Mayor ATTEST: _________________________ Maria E. Ayala City Clerk 31 MINUTES OF THE SPECIALCITYCOUNCIL MEETINGOFTHE CITY OF VERNONHELD THURSDAY, JULY19, 2018,IN COUNCIL CHAMBER OF CITY HALL LOCATEDAT 4305 SANTA FE AVENUE, VERNON, CALIFORNIA MEMBERS PRESENT:Davis,Lopez, andYbarra MEMBERS ABSENT:Woodruff-Perez andMartinez The meeting was called to order at 10:00a.m. by MayorPro-Tem Davis; Assistant General Manager Todd Dusenberry led the Flag Salute. CHANGES TO THE AGENDA City Clerk Maria Ayalaannounced there were no changes to the agenda. PUBLIC COMMENT Mayor Pro-Tem Davis announced that this was the time allotted for public comment, and inquired whether anyone in the audience wished to address the City Council.The public will also be given an opportunity to comment on matters on the posted agenda during Council deliberation. No public comment was provided. NEW BUSINESS 1.Public Utilities A Resolution Approving and Authorizing the Submittal of an Application for Funding from the Water Replenishment District of Southern California's Well Construction and Rehabilitation Loan Program Recommendation: A. Find that the adoption of the attached resolution is exempt from the California Environmental Quality Act (CEQA), pursuant to CEQA Guidelines sections 15308 (actions taken to protect the environment), 15323 (normal operations of public facilities) and 15061(b)(3), the general rule that CEQA only applies to projects that may have an effect on the environment; and B. Adopt a Resolution Approving and Authorizing the Submittal of an Application for Funding from the Water Replenishment District of Southern California's Well Construction and Rehabilitation Loan Program. Assistant General Manager Dusenberry reportedon the proposed. No public comment provided. Councilmember Ybarra inquired as to what the loaned funds would be used for, Assistant General Manager Dusenberry explained it wouldbe applied towardsone new well construction. Councilmember Davis inquired if this was the first time a loan was being offered to amunicipality, Assistant General Manager Dusenberry confirmed that it was the first time. Councilmember Ybarra inquired as to where the wells would be located and how they would be maintained, Assistant General Manager Dusenberry and Water Administrator Fred Cardenas explained the technical details. Councilmember Davis inquired about the water supply, Administrator Cardenas responded with the technical details. Administrator Cardenas also briefly explainedthe loan details and funding for the new well. 32 SpecialCity Council Meeting Minutes July 19, 2018 Page 2of 2 It was moved byYbarraand seconded byLopezto: A. Find that the adoption of the attached resolution is exempt from the California Environmental Quality Act (CEQA), pursuant to CEQA Guidelines sections 15308 (actions taken to protect the environment), 15323 (normal operations of public facilities) and 15061(b)(3), the general rule that CEQA only applies to projects that may have an effect on the environment;and B. Adopt a Resolution Approving and Authorizing the Submittal of an Application for Funding from the Water Replenishment District of Southern California's Well Construction and Rehabilitation Loan Program. Motion carried, 3-0. Yes:William Davis,Leticia Lopez,andMelissa Ybarra No:None ADJOURNMENT With no further business, at 10:11 a.m., Mayor Pro-Tem Davis adjourned the meeting. ________________________ Yvette Woodruff-Perez Mayor ATTEST: _________________________ Maria E. Ayala City Clerk 33 City Council Agenda Item Report Agenda Item No. COV-204-2018 Submitted by: Alexis Amado Submitting Department: City Administration Meeting Date: August 7, 2018 SUBJECT Approval of a Software Support Agreement with Tritech Software Systems Recommendation: A. Find that approval of the proposed Software Support Agreement with Tritech Software Systems 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 the proposed Software Support Agreement ("Agreement") with Tritech Software Systems in an amount not to exceed $200,103.07 for a period of three years from August 25, 2018 through August 24, 2021; and C. Authorize the City Administrator to execute the proposed Agreement with Tritech Software Systems, in substantially the same form as attached herewith, for the provision of software support services for the Vernon Police Department. Backgroud: Since 1999, the City’s Police Department has been using a Records Management System (RMS), Mobile Computer Terminal (MCT) and Computer Aided Dispatch System (CAD) from Tritech Software Systems (formally Visionair, Inc.). The system is critical to the Police Department’s operations and ability to respond to public safety concerns. On November 15, 2015 the City Council approved an End User License Agreement and Software Support Agreement with Tritech Software Systems for a three-year period. In order to comply with the special good governance reform contract terms and procedures set forth in Section 2.17.30(A) of the Vernon Municipal Code, staff is seeking approval to enter into a new three-year term with Tritech Software Systems for Software Support. The coverage period would be from August 25, 2018 through August 24, 2021. Pursuant to Section 2.17.12(A)(2) of the Vernon Municipal Code, the Agreement with Tritech requested herein is exempt from competitive bidding and competitive selection as Tritech is the manufacturer of the hardware and software and the only supplier who can provide the annual software support services necessary to maintain the RMS, MCT, and CAD. Additionally, Section 2.17.02(A) of the Vernon Municipal Code requires City Council approval for all contracts with a total value over the lifetime of the contract exceeding $100,000. As outlined in the fiscal impact section below, the total value over the lifetime of the Agreement with Tritech exceeds said amount. The attached Software Support Agreement has been reviewed and approved as to form by the City Attorney’s office. Fiscal Impact: The approximate cost per year is $66,701.02, with the first renewal term and all renewals thereafter subject to increase on an annual basis at a rate of 5%, for a total amount not-to-exceed $200,103.07 for the three year term of the 34 agreement. The annual cost for the first year of the agreement was included in the fiscal year 2018/2019 IT budget. Future costs will be budgeted accordingly in subsequent years. ATTACHMENTS 1. Software Support Agreement with Tritech Software Systems 35 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 1 of 22 TriTech Software Systems 9477 Waples Street, Ste. 100 San Diego, CA 92121 Phone: 858.799.7000 Fax: 858.799.7011 www.tritech.com SOFTWARE SUPPORT AGREEMENT TRITECH SOFTWARE SYSTEMS 36 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 2 of 22 SOFTWARE SUPPORT AGREEMENT TABLE OF CONTENTS 1.0 DEFINITIONS ................................................................................................. 3 2.0 TERM .............................................................................................................. 5 3.0 SUPPORT FEE(S) .......................................................................................... 5 4.0 TELEPHONE SUPPORT ................................................................................ 6 5.0 SOFTWARE ERROR CORRECTION ............................................................. 6 6.0 SOFTWARE UPDATES .................................................................................. 7 7.0 LIMITATIONS ................................................................................................. 7 8.0 EQUIPMENT, SUBCONTRACTOR SOFTWARE AND HARDWARE, AND SYSTEM SOFTWARE ........................................................................... 9 9.0 LIMITATION OF LIABILITY .......................................................................... 10 10.0 DISPUTE RESOLUTION .............................................................................. 10 11.0 SEVERABILITY ............................................................................................ 11 12.0 FORCE MAJEURE/EXCUSABLE DELAY ................................................... 12 13.0 CONSTRUCTION AND HEADINGS ............................................................. 12 14.0 WAIVER ....................................................................................................... 12 15.0 ENTIRE AGREEMENT ................................................................................. 12 16.0 APPLICABLE LAW ...................................................................................... 13 17.0 ASSIGNMENT .............................................................................................. 13 18.0 NOTICES ...................................................................................................... 13 19.0 GENERAL TERMS ....................................................................................... 14 ADDENDUM A .......................................................................................................... 16 ADDENDUM B .......................................................................................................... 17 37 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 3 of 22 SOFTWARE SUPPORT AGREEMENT Client: Vernon Police Department Address: 4305 Santa Fe Avenue City, State, Zip: Vernon, CA 90058 Phone, Fax: (323) 826-1481 Contact Name: Danita Roberston This Agreement is made by and between TriTech Software Systems, referred to as “TriTech”, with offices at 9477 Waples Street, Ste. 100, San Diego, California 92121 and Client named above, referred to as “Client”. A. WHEREAS, TriTech and Client entered into a System Maintenance Agreement dated December 6, 2011, which included as an attachment a Software License Agreement (“SLA”); and B. WHEREAS, this Software Support Agreement (this “Agreement”) supersedes and replaces the System Maintenance Agreement, and is entered into to provide continued Software Support for Client’s licensed TriTech software applications for a period of one year, as further defined herein. NOW, THEREFORE, in consideration of the terms, promises, mutual covenants and conditions contained in this Agreement, TriTech and Client agree as follows: 1.0 DEFINITIONS 1.1 “Business Hour” means TriTech’s normal business hours as further defined in Appendix B to this Agreement. 1.2 “Documentation” means any standard user manuals or other related instructional and/or reference materials, provided by TriTech or other Software Vendors, including on-line help information and Release Notes issued in connection with Updates. 1.3 “Effective Date” means the last date of signature of this Agreement. 1.4 “Equipment” means the computer system equipment which meets TriTech’s minimum recommended specifications. 1.5 “Help Desk” means the TriTech function consisting of receiving calls from Client concerning System problems and assisting Client with respect to the manufacturers of 38 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 4 of 22 Equipment, Software and other items acquired under the original Software License Agreement under the applicable warranties and/or maintenance support agreements. 1.6 “Server” means a computer in a local area network that runs administrative software which controls access to all or part of the network and its resources and makes such resources available to computers acting as workstations on the network. 1.7 “Software Error” means an error in coding or logic that causes a program not to substantially function as described in the applicable Specifications. 1.8 “Software License Agreement” means the agreement entered into between Client and TriTech for license of the software applications supported under this Agreement. 1.9 “Software Support” means Telephone Support, Software Error Correction, and Software Update services provided by TriTech as more fully described in this Agreement. 1.10 “Specifications” means the functional requirements with respect to each Subsystem, including interface specification documents, and the published specifications for the Equipment, which documents are incorporated by reference herein as though set forth in full. 1.11 “Subcontractor” means one of the entities identified in the Statement of Work as subcontractors to TriTech. 1.12 “Subcontractor Hardware” means the hardware supplied by a Subcontractor as part of its subsystem. 1.13 “Subcontractor Software” means software supplied by a Subcontractor as part of its subsystem. 1.14 “System” means collectively all subsystems that make up the integrated computer system purchased or licensed under the System Maintenance Agreement an Software License Agreement between TriTech and Client. 1.15 “System Software” means without limitation, operating system software, DBMS Software, and communications software. 1.16 “TriTech Documentation” means any standard user manuals or other related instructional and/or reference materials, provided by TriTech, including on-line help information and Release Notes issued in connection with Updates. 1.17 “Telephone Support” means the service provided by TriTech for access to the TriTech Technical Services Department by telephone, on a twenty-four (24) hour a day, seven (7) day per week basis, or as applicable on a Business Hour basis as further defined in this Agreement. 1.18 “TriTech Software” means the Object Code version of the software licensed to Client under the Software License Agreement between TriTech and Client. 39 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 5 of 22 1.19 “Update” means revisions or additions to Software provided by the Vendor thereof. The term "Update" does not include separate modules or functions that are separately licensed and priced, or new products that are developed and marketed as separate products by the Vendor. 1.20 “Use” means copying of any portion of Software from a storage unit or media into a computer or Server and execution of the software thereon. This term shall be construed to refer to a grant of reproduction rights under 17 U.S.C. 106(1), and shall not be construed to grant other rights held by the copyright owner, including without limitation the right to prepare derivative works. 1.21 “User” means the operator of a Workstation that is configured to access and/or utilize the capabilities and features of the System. 1.22 “Vendor” means any supplier of hardware, software or services provided under the System Maintenance Agreement, including TriTech, Subcontractors, System Software suppliers and Equipment suppliers. With respect to software, this term means the owner of the intellectual property rights, including copyright, to the software. 1.23 “Workstation” means any computer input station that utilizes the functionality of the System, whether the software resides locally or on a Server. 2.0 TERM 2.1 Client’s current annual support term is August 25, 2017 through August 24, 2018. This Agreement is effective August 25, 2018 through August 24, 2019. Support fees will be paid on an annual basis. Software support for subsequent terms shall be subject to renewal of this Agreement and payment of the renewal Software Support fees. On or before the expiration of the then current support term, and at each annual anniversary thereof, TriTech shall provide to Client a Software Support Renewal Notice for signature. TriTech reserves the right to change the terms and conditions upon which Support shall be offered for renewal terms, subject to written notice to Client. 3.0 SUPPORT FEE(S) 3.1 Software Support fee(s) to be paid by Client for the initial term of this Agreement are based on the TriTech Software licenses currently granted to Client. The Software Support fee for the initial term shall be the amount specified in Addendum A hereto. 3.2 TriTech shall notify Client approximately ninety (90) days prior to the end of the initial support term of the Software Support fees for the first renewal term. Unless otherwise agreed in writing, Software Support fees shall be due on or before the commencement of each annual support term. Software Support fee for the first renewal term and all renewals thereafter shall be subject to increase on an annual basis at a rate of 5%, or the Consumer Price Index for 40 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 6 of 22 all Urban Consumers (“CPI-U”) US City Average for the previous twelve (12) month period, whichever is less. Additional licenses purchased by Client during any annual support period will result in additional support fees which shall be prorated to be coterminous with Client’s then current support period. 3.3 If Client ceases to keep in force an annual Software Support Agreement, any resumption of such annual support shall be subject to payment by Client of all past unpaid Software Support fees in addition to the Software Support fee for the current support year. Payment of applicable fees for any additional services required to bring Client’s system current, which fees shall be charged at TriTech’s then current rates for such services, shall also be the responsibility of the Client. Client acknowledges and agrees that the preceding clause is reasonable in light of the fact that the expenses incurred and resources devoted by TriTech to further development, enhancement and support of the TriTech Software must be spread over TriTech’s client base and fairly shared by all TriTech Software users. 3.4 All amounts due and payable to TriTech hereunder shall, if not paid when due, bear a late charge equal to one and one-half percent (1-1/2 %) per month, or the highest rate permitted by law, whichever is less, from fifteen (15) days after their due date until paid. Remittance Address: TriTech Software Systems P.O. Box 203223 Dallas, TX 75320-3223 3.4.1 Payments may be made by check; wire transfer; or ACH. TriTech will provide banking information if Client requests to pay by wire transfer or ACH. 3.5 Except for taxes for which Client provides TriTech with written certification of its tax-exempt status, if TriTech is required to collect or pay sales, use, property, value-added, or other such taxes based on the software or services provided under this Agreement, and/or Client’s use thereof, then such taxes shall be invoiced to and paid by Client on receipt of such invoice. 4.0 TELEPHONE SUPPORT TriTech will provide Telephone Support as more fully described in Addendum B. Client will ensure that only personnel properly trained in the operation and usage of the TriTech Software will utilize the Telephone Support service. 5.0 SOFTWARE ERROR CORRECTION If, during the term of this Agreement, Client determines that Software Error(s) exist, it will first follow any error procedures specified in the TriTech Documentation. If following the error procedures does not correct the Software Error, Client shall immediately notify TriTech 41 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 7 of 22 pursuant to the guidelines and procedures described in Addendum B, setting forth the defects noted with specificity requested by TriTech. Upon notification of a reported Software Error, TriTech shall attempt to reproduce and verify the error and, if so verified, will correct the Software Error(s) in accordance with Addendum B. If TriTech is unable to reproduce the Software Error at TriTech’s facility but it is reproducible at the Client’s site, the Client may request onsite assistance. If the Client and TriTech determine that it is necessary for TriTech personnel to travel to Client’s site to reproduce the error, Client shall pay TriTech’s travel expenses incident to the on-site visit. If the reported problem is determined to have been caused by Equipment, Subcontractor Software or Hardware, or System Software, or is otherwise not attributable to the TriTech Software, Client shall, in addition, pay TriTech’s labor related to the on-site visit at its then current hourly rates for technical support and engineering. 6.0 SOFTWARE UPDATES From time to time at TriTech’s discretion, Updates to the TriTech Software and Release Notes documenting the Updates will be developed and provided to Client. All Updates and their accompanying Release Notes shall be subject to the terms and conditions of the Software License Agreement and shall be deemed licensed TriTech Software thereunder. (Updates do not include new versions or separate modules or functions that are separately licensed and priced.) 7.0 LIMITATIONS 7.1 Software Support for the TriTech Software shall be subject to and conditional on Client’s implementation and use of a version of the TriTech Software that is the most current production version thereof that is offered to Client. If Client does not implement the most current production version when it is made available, TriTech shall only be obligated to provide Software Support for Client’s version of the TriTech Software for a period of twelve (12) months thereafter. 7.2 TriTech shall not be obligated to provide Software Support if Client is not current on the payment of all Software Support fees and expenses. 7.3 If any of the following circumstances exist, TriTech shall be entitled to charge additional Software Support fees plus expenses at its then current rates: 7.3.1 Problems in the TriTech Software are caused by modification of the TriTech Software, Subcontractor Software or Hardware, System Software, or Equipment by Client or a third party. 7.3.2 Problems in the TriTech Software are caused by the TriTech Software not being used in accordance with the TriTech Documentation, or other instructions provided by TriTech, or by misuse or neglect. 42 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 8 of 22 7.3.3 Problems in the TriTech Software are caused by software not provided by TriTech, not approved by TriTech in writing or not specified as compatible in the TriTech Documentation. (The procedures for loading third party software on a Workstation or Server are set forth in paragraph 7.4 of this Agreement.) 7.3.4 Problems in the TriTech Software are caused by equipment which does not meet the configuration requirements or equipment specifications specified in the TriTech Documentation, or by failure of Client to provide and maintain the site and facility requirements described in the TriTech Documentation. 7.3.5 Problems in the TriTech Software are caused by one or more computer viruses that have not been introduced into Client’s system by TriTech. Client shall maintain up- to-date virus checking software and shall check all software received from TriTech or any other person or entity for viruses before introducing that software into any part of the System. If desired by Client, TriTech will provide Updates on media rather than direct downloading to facilitate this virus checking. If, despite such check, a virus is introduced by TriTech, TriTech will provide a virus-free copy of the TriTech Software, and will, at its expense, reload said software (but not Client’s data) on Client’s Equipment. Client shall be responsible for reloading its data and, to that end, shall practice reasonable back-up procedures for the System. 7.3.6 Problems in the TriTech Software are caused by Subcontractor Software , provided that support for Subcontractor Software is not provided under this Agreement, or System Software, including but not limited to operating system software. 7.3.7 Problems in the TriTech Software are caused by Equipment or software provided by Client or third parties with which the TriTech Software interfaces or operates (including but not limited to Subcontractor Software, provided that support for Subcontractor Software is not provided under this Agreement, or Hardware or System Software), including but not limited to problems caused by changes in such Equipment or software. 7.4 If, at any time after installation of the System, Client desires to load on a Workstation or Server any software not provided by TriTech, it shall, before loading such software, follow the procedures regarding third party software compatibility in the then current TriTech Documentation and contact the TriTech Customer Service Department at the telephone numbers listed in Addendum B for assistance as required. Such action shall not constitute approval, express or implied, for the loading of specific software on a Workstation or Server, nor any express or implied warranty, representation or other obligation by TriTech with respect to such software, including but not limited to its suitability, operability or capability to meet Client’s needs or expectations. Client agrees that if the loading of such third party software degrades the performance of the System, Client shall immediately uninstall such software. Client shall absolve, discharge and release TriTech from any obligations or liabilities related to operation or performance of the System, the TriTech Software, Subcontractor Software, or any other item provided by TriTech under this Agreement, including but not limited to any liabilities for damages related thereto in connection with the installation of such third party software. 43 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 9 of 22 7.5 TriTech Software Support under this Agreement, or any renewal or extension thereof, shall not include design, engineering, programming, testing, implementation or other services rendered necessary by changes in Subcontractor Software, System Software or Equipment, or in any other hardware, firmware or software provided by third parties or Client (“Third Party Changes”). Any such services shall be subject to additional charges by TriTech and the mutual agreement of the parties as to the terms and conditions under which such services are rendered. Absent such agreement, TriTech shall be under no obligation, express or implied, with respect to such Third Party Changes. 7.6 Problems in the TriTech Software or transmission of data caused by wireless services are not warranted by TriTech, or covered under the terms of this Agreement. Client’s use of services provided by wireless service providers or carriers, and the security, privacy, or accuracy of any data provided via such services is at Client’s sole risk. 7.7 Client is responsible for maintaining the required certifications for access to Client’s state CJIS system(s), NCIC and/or other local state, federal and/or other applicable systems. 8.0 EQUIPMENT, SUBCONTRACTOR SOFTWARE AND HARDWARE, AND SYSTEM SOFTWARE 8.1 Client is responsible for maintaining the equipment on which the TriTech Software operates. If Client determines that an item of Equipment provided under the System Maintenance Agreement, if applicable, does not perform as provided in the applicable specifications, Client may contact TriTech using the procedures described in Addendum B. TriTech shall thereupon provide Help Desk services to Client with respect to the reported problem and reasonable assistance, as defined in 8.2 below, in determining the cause of the reported problem. Notwithstanding the above, TriTech is not and shall not be a party to such third party maintenance agreements nor shall TriTech have any obligation or liability thereunder. 8.2 Maintenance and support for Subcontractor Software, Subcontractor Hardware, or System Software sold or licensed under the System Maintenance Agreement, if applicable, shall be subject to and provided in accordance with any maintenance agreements between Client and the suppliers thereof, or other third party maintenance providers. If Client determines that an item of Subcontractor Software or Hardware, or System Software provided under the System Maintenance Agreement does not perform as provided in the applicable Specifications, Client may contact TriTech using the procedures described in Addendum B. TriTech shall thereupon provide Help Desk services to Client with respect to the reported problem and provide reasonable assistance to Client in determining the causes of the reported problem. Reasonable assistance consists of an evaluation of the reported problem in order to determine if the problem is being caused by a TriTech Software issue or an issue with a Third Party Item that needs to be addressed by the applicable Vendor. As part of the evaluation process, TriTech will share with the Client non-proprietary information related to the diagnosis such as error messages, database trace information and other information that led TriTech to diagnose the Third Party Item as the likely cause and which may aid the Client in seeking a resolution from the applicable 44 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 10 of 22 manufacturer or Vendor. For issues involving Windows O/S software (Microsoft) that generally affect the operation of the TriTech Software and are not caused by a Client specific installation or configuration of the O/S, TriTech will work with Microsoft to coordinate the resolution. Notwithstanding the above, TriTech is not and shall not be a party to such third party maintenance agreements nor shall TriTech have any obligation or liability thereunder. 9.0 LIMITATION OF LIABILITY 9.1 The total liability of TriTech for any claim or damage arising under this Agreement or renewals thereof, whether in contract, tort, by way of indemnification or under statute shall be limited to (i) direct damages which shall not exceed the Software Support fees paid under this Agreement by Client to TriTech for the twelve (12) month term during which the cause of action for such claim or damage arose or (ii) in the case of bodily injury or property damage for which defense and indemnity coverage is provided by TriTech’s insurance carrier(s), the coverage limits of such insurance. 9.2 IN NO EVENT SHALL EITHER PARTY BE LIABLE, WHETHER IN CONTRACT OR IN TORT, FOR LOST PROFITS, LOST SAVINGS, LOST DATA, LOST OR DAMAGED SOFTWARE, OR ANY OTHER CONSEQUENTIAL OR INCIDENTAL DAMAGES ARISING OUT OF THE USE OR NON-USE OF THE TRITECH SOFTWARE, OR OTHERWISE RELATED TO THIS AGREEMENT, REGARDLESS OF WHETHER THE OTHER PARTY HAD KNOWLEDGE OF THE POSSIBILITY OF ANY SUCH LOSS OR DAMAGE. 10.0 DISPUTE RESOLUTION 10.1 The parties desire to resolve certain disputes, controversies and claims arising out of this Agreement without litigation. Accordingly, the parties agree to use the following alternative procedure as their sole remedy with respect to any dispute, controversy or claim arising from or relating to this Agreement or its breach. The term “Arbitrable Dispute” means any dispute, controversy or claim arising under or related to this Agreement. 10.2 At the written request of a party, each party shall appoint a knowledgeable, responsible representative to meet and negotiate in good faith to resolve any Arbitrable Dispute arising under this Agreement. The parties intend that these negotiations be conducted primarily by non-lawyer, business representatives. (However, the parties may be assisted by legal counsel in such negotiations.) The discussions shall be left to the discretion of the representatives. Upon their mutual agreement, the representatives may utilize other alternative dispute resolution procedures such as mediation to assist in the negotiations. Discussions and correspondence among the representatives for purposes of these negotiations shall be treated as confidential information developed for purposes of settlement, shall be exempt from discovery and production, and shall not be admissible in the arbitration described below or in any lawsuit without the concurrence of all parties. Documents identified in or provided with such communications, which are not prepared for purposes of the negotiations, are not so exempted, may be produced in discovery, and may, if otherwise admissible, be admitted in evidence in the arbitration or lawsuit. 45 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 11 of 22 10.3 If the negotiations described above do not resolve the Arbitrable Dispute within sixty (60) days of the initial written request, the Arbitrable Dispute shall be submitted to mediation under the Commercial Mediation Rules of the American Arbitration Association (the “Association”). If the Arbitrable Dispute is not completely resolved in such mediation, any remaining issues shall be submitted to binding arbitration by a single arbitrator pursuant to the Commercial Arbitration Rules of the Association. A party may demand such arbitration in accordance with the procedures set out in those rules. The arbitration hearing shall (unless otherwise agreed by the parties) be held in the county of the principal place of business of the party against whom the demand for arbitration is filed. The arbitrator shall control the scheduling so as to process the matter expeditiously. The arbitrator shall rule on the Arbitrable Dispute by issuing a reasoned written decision. In no event shall the arbitrator have the authority to make any award that provides for punitive or exemplary damages. Notwithstanding anything to the contrary herein, the arbitrator shall have the power, concurrent with a court of competent jurisdiction, to award provisional relief such as a temporary restraining order or a preliminary injunction. The times specified in this Section may be extended upon mutual agreement of the parties or by the arbitrator upon a showing of good cause. 10.4 The mediator and/or arbitrator shall be selected from the national panel of arbitrators of the American Arbitration Association with expertise in computer law and technology. Any court having jurisdiction over the matter may enter a judgment upon the award of the arbitrator. Service of a petition to confirm the arbitration award may be made by United States Mail, postage prepaid, or by any regularly conducted commercial express mail service, to the attorney for the party or, if not so represented, to the party at the address set forth herein, or to the party’s last-known business address. 10.5 The arbitrator shall have the power at the arbitrator’s discretion to appoint a Special Master or consultant for the purpose of analyzing technical issues and preparing a report to the arbitrator of such analysis, and performing such other tasks as the arbitrator(s) may deem necessary for a fair and proper determination of the issues submitted to arbitration. The costs of the services of such Special Master or consultant shall be shared equally by the parties. 10.6 Each party shall bear its own costs of these procedures. A party seeking discovery permitted by the arbitrator shall reimburse the responding party the reasonable out-of-pocket cost of production of documents (to include search time and reproduction time costs). The parties shall initially equally share the administrative fees of the arbitration and the arbitrator’s fees. The prevailing party shall be entitled to reimbursement of its share of said fees actually paid, as well as to an award of reasonable attorney fees. 10.7 THE PARTIES UNDERSTAND AND ACKNOWLEDGE THAT BY AGREEING TO THIS ARBITRATION PROVISION, THEY ARE GIVING UP THE RIGHT TO TRIAL (BY JURY OR OTHERWISE) WITH RESPECT TO THIS AGREEMENT AND THEY HEREBY WAIVE SUCH RIGHT. 11.0 SEVERABILITY 46 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 12 of 22 If any term, clause, sentence, paragraph, article, subsection, section, provision, condition or covenant of this Agreement is held to be invalid or unenforceable, for any reason, it shall not affect, impair, invalidate or nullify the remainder of this Agreement, but the effect thereof shall be confined to the term, clause, sentence, paragraph, article, subsection, section, provision, condition or covenant of this Agreement so adjudged to be invalid or unenforceable. 12.0 FORCE MAJEURE/EXCUSABLE DELAY Neither party shall be responsible for failure to fulfill its obligations hereunder or liable for damages resulting from delay in performance as a result of war, fire, strike, riot or insurrection, natural disaster, delay of carriers, governmental order or regulation, complete or partial shutdown of plant, unavailability of Equipment or software from suppliers, default of a subcontractor or vendor to the party if such default arises out of causes beyond the reasonable control of such subcontractor or vendor, the acts or omissions of the other party, or its officers, directors, employees, agents, contractors, or elected officials, and/or other occurrences beyond the party’s reasonable control (“Excusable Delay” hereunder). In the event of such Excusable Delay, performance shall be extended on a day for day basis or as otherwise reasonably necessary to compensate for such delay. 13.0 CONSTRUCTION AND HEADINGS The division of this Agreement into sections and the use of headings of sections and subsections are for convenient reference only and shall not be deemed to limit, construe, affect, modify, or alter the meaning of such sections or subsections. 14.0 WAIVER 14.1 The failure or delay of any party to enforce at any time or any period of time any of the provisions of this Agreement shall not constitute a present or future waiver of such provisions nor the right of either party to enforce each and every provision. 14.2 No term or provision hereof shall be deemed waived and no breach excused unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party to, or waiver of, a breach by the other, whether expressed or implied, shall not constitute a consent to, waiver of or excuse for any other, different or subsequent breach. 15.0 ENTIRE AGREEMENT This Agreement and its Addenda or Amendment(s) represent the entire agreement between the parties hereto and a final expression of their agreements with respect to the subject matter of this Agreement and supersedes all prior written agreements, oral agreements, 47 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 13 of 22 representations, understandings or negotiations with respect to the matters covered by this Agreement. 16.0 APPLICABLE LAW Except to the extent that this Agreement is governed by the laws of the United States, this Agreement shall be governed, interpreted and enforced in accordance with the laws of the State of California without regard to its conflict of law provisions and not including the United Nations Convention on Contracts for the International Sale of Goods if such convention would otherwise be applicable. 17.0 ASSIGNMENT Neither party may assign this Agreement without the express written consent of the other party, which consent shall not be unreasonably withheld. 18.0 NOTICES All notices required to be given under this Agreement shall be made in writing by (i) first-class mail, postage prepaid, certified, return receipt, (ii) by regularly scheduled overnight delivery, (iii) by facsimile or e-mail followed immediately by first-class mail, or (iv) by personal delivery, to the address set forth below, or such other address as provided in writing. Such notices shall be deemed given three (3) days after mailing a notice or one (1) day after overnight delivery thereof. 48 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 14 of 22 To Client: To TriTech: Vernon Police Department TriTech Software Systems 4305 Santa Fe Avenue 9477 Waples Street, Ste. 100 Vernon, CA 90058 San Diego, Calif. 92121 Attn: Ernesto Smith Attn: Tony Eales, Information Technology Manager President and CEO 19.0 GENERAL TERMS 19.1 This Agreement shall be binding on and shall inure to the benefit of the heirs, executors, administrators, successors and assigns of the parties hereto, but nothing in this paragraph shall be construed as a consent to any assignment of this Agreement by either party except as provided in the ASSIGNMENT section of this Agreement. 19.2 This Agreement shall not become a binding contract until signed by an authorized officer of both parties, and it is effective as of the date so signed. 19.3 This Agreement may be executed in any number of identical counterparts, and each such counterpart shall be deemed a duplicate original thereof. 19.4 The provisions contained herein shall not be construed in favor of or against either party because that party or its counsel drafted this Agreement, but shall be construed as if all parties prepared this Agreement. 19.5 Whenever the singular number is used in this Agreement and when required by the context, the same shall include the plural, and the use of any gender, be it masculine, feminine or neuter, shall include all of the genders. 19.6 A facsimile of this Agreement, its exhibits and amendments, and notices and documents prepared under this Agreement, generated by a facsimile machine (as well as a photocopy thereof) shall be treated as an original. 19.7 This Agreement is made for the benefit of the Parties, and is not intended to benefit any third party or be enforceable by any third party. The rights of the parties to terminate, rescind, or agree to any amendment, waiver, variation or settlement under or relating to this Agreement are not subject to the consent of any third party. 49 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 15 of 22 19.8 THE PARTIES’ ACCEPTANCE IS EXPRESSLY LIMITED TO THE TERMS HEREOF AND NO DIFFERENT OR ADDITIONAL TERMS CONTAINED IN ANY PURCHASE ORDER, CONFIRMATION OR OTHERWRITING SHALL HAVE ANY FORCE OR EFFECT UNLESS EXPRESSLY AGREED TO IN WRITING BY EACH PARTY. VERNON POLICE DEPARTMENT TRITECH SOFTWARE SYSTEMS Accepted By (Signature) Accepted By (Signature) Printed Name Printed Name Title Title Date Date 50 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 16 of 22 ADDENDUM A SUPPORT FEES Based on Client’s current licensed TriTech Software, the support fees for Client’s annual support term(s) are set forth below: Software Support Period Annual Fee August 25, 2018 – August 24, 2019 $63,493.76 August 25, 2019 – August 24, 2020 $66,648.45 August 25, 2020 – August 24, 2021 $69,960.86 Total 3-Year Support Amount: $200,103.07 Prior to the end of the then current support term, and each subsequent annual support term, TriTech will forward an invoice to Client for the annual support fee. Pricing for the three annual periods defined above include TriTech’s standard annual support fee increase. Following the end of the third support term listed, annual fees for support are subject to increase in accordance with section 3.2 of this Agreement. If Client purchases additional licenses, the support fees for such licenses will be added to the then current annual period on a prorated basis for that term; the annual support fees for any succeeding term will be increased accordingly to include the annual support for the new licenses. The remittance address for payments only is: TriTech Software Systems P.O. Box 203223 Dallas, TX 75320-3226 Option: As further defined in Addendum B hereto, standard Software Support for the TriTech RMS, FBR, and Jail applications is provided on an 8x5 basis. Support fees for 8x5 support are calculated at a lesser rate than 24x7 support. However, as an optional upgrade, Client may purchase Software Support for these TriTech Software applications on a 24x7 basis with the applicable adjustment in support fee. If this option has been chosen, check the box below: Optional Support Upgrade to 24x7 for RMS, FBR, or JAIL Yes 51 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 17 of 22 ADDENDUM B SOFTWARE ERROR CORRECTION GUIDELINES AND PROCEDURES (1) All TriTech Software Errors reported by Client employees shall be resolved as set forth below. Initial response by TriTech will be based upon the priority assigned by Client’s supervisor of the System. Resolution response will be based upon the priority jointly agreed on by TriTech and Client. Client will specify a central contact person at each System installation site and a Client coordinator who will be the focal point for all System activity. (2) If Client determines a Software Error exists, Client shall immediately notify TriTech by telephone, followed by an error report in writing, setting forth the defects noted with specificity requested by TriTech. Software Errors may also be reported via email to: CH_ClientServicesTriage@tritech.com or through TriTech’s Support website. Note that Critical Priority Software Errors must be reported via telephone. The written report must be faxed or emailed to TriTech. (3) “Normal Customer Service Hours” are provided 8:00a.m. through 5:00p.m. for all US time zones, Monday through Friday, excluding holidays. (4) The main support line will be answered by TriTech’s Customer Service Department, or TriTech’s paging service, depending on the time/day of the call. During Normal Customer Service Hours, a Customer Service Representative will directly answer the support line, or the call. Afterhours, the call will be automatically routed to TriTech’s paging service. Any calls routed to the paging service will immediately be escalated to the Customer Service Representative on-call for prompt follow-up and resolution. If a Customer Service Representative is not available to answer your call during Normal Customer Service Hours, the call will automatically be routed to the operator. If all Customer Service Representatives are busy, the operator will offer the option to leave a message, or in the case of a Critical or Urgent Priority problem, as described below, locate a Customer Service Representative. (5) After Normal TriTech Customer Service Hours, the main support line will be answered by our emergency paging service. When connected to the service, the Client shall provide his or her name, organization name, call-back number where the Customer Service Representative may reach the calling party, and a brief description of the problem (including, if applicable, the information that causes the issue to be a Critical or Urgent Priority Problem). (6) During Normal Customer Service Hours, each Software Error report or enhancement request will be assigned a ticket number. This number should be used for all subsequent inquiries relating to the original Software Error report. Problems reported after Normal Customer Service Hours will be logged and assigned an issue number the next business day. 52 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 18 of 22 (7) Client shall provide TriTech with remote access to the Client’s network, servers and workstations in order for TriTech to perform software support services via secure Internet access and the latest version of Microsoft’s Internet browser software (Internet Explorer). Client shall maintain a license to a TriTech-prescribed remote access support tool. (8) Reported software errors will be responded to and resolved in accordance with the Support Issues Priority and Response Matrix at section 9 below. If requested or specified in the response time criteria below, a TriTech representative will return the call in a manner consistent with the priority and order in which the call was received. Client will make every effort to respond to TriTech in a timely fashion when requests are made for follow-up calls or additional documentation on the reported problem. a. If a response is not received, or a resolution is not provided in accordance with the Support Issue Priorities and Response Matrix, the Client may call TriTech and request escalation of the issue. (9) Priorities and Support Response Matrix The following priority matrix relates to software errors covered by this Agreement. Causes secondary to non-covered causes - such as hardware, network, and third party products - are not included in this priority matrix and are outside the scope of this Software Support Agreement. 53 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 19 of 22 This matrix defines the support issues, response times and resolutions for the Client’s licensed VisionCAD, VisionMobile, Inform RMS, Jail, FBR and Interfaces, and IQ (on-premise) Software Applications Note: Normal Customer Service Hours for TriTech CAD, Mobile, Browser, Jail, Interfaces, Inform RMS, FBR, and Inform IQ are 8:00am to 5:00 PM for all US time zones on weekdays excluding holidays. After Hours support is offered weekends, nights and holidays. Software Errors for other than Critical or Urgent Priorities may be reported via the web portal: TriTech.com; or email: CH_ClientServicesTriage@tritech.com. Priority Issue Definition Response Time Priority 1 – Critical Priority 24x7 Support for live operations on the production system: A system down event which severely impacts the ability of Users to enter and update records. This is defined as the following: • VisionCAD, VisionMobile, Inform Jail, RMS, FBR or IQ system down • Critical servers inoperative, as listed in Special Note #1. • Complete interruption of call taking and/or dispatch operations • Loss of ability for all Inform RMS, FBR, or Jail users to log on to system This means one or more critical server components are non-functional disabling VisionCAD, VisionMobile, Inform RMS, FBR or Jail workstations. These Software Errors are defined in Special Note #1, below. Normal Customer Service Hours: Telephone calls to 800. 987.0911 will be immediately answered and managed by the first available representative but not longer than 5 minutes after the initial phone call. After Normal Customer Service Hours: Thirty (30) minute callback after client telephone contact to 800. 987.0911. Unless operational 24x7 support is selected, support for TriTech Inform RMS, FBR, and Jail is not managed via after hours support. Priority 1 issues must be called in via 800. 987.0911 in order to receive this level of response. 54 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 20 of 22 Priority Issue Definition Response Time Priority 2 – Urgent Priority 24x7 Support for live operations on the production system: A serious Software Error not meeting the criteria of a Critical Priority, but which severely impacts the ability of Users to perform a common function. Such errors will be consistent and reproducible. This is defined as the following: • Loss of ability for a User to dispatch emergency units; • Loss of ability for Inform RMS users to enter Case (Incident, Arrest, and Custody) records into the system; • Loss of ability for Inform Jail users to Book or Release Inmates; • Loss of ability to transfer Inform FBR reports; • Loss of critical data. A significant number of VisionCAD, VisionMobile, Inform RMS, FBR or Jail workstations (e.g., does not apply to a minimal set of VisionCAD, VisionMobile, Inform RMS, FBR or Jail workstations). These Software Errors are defined in more detail in Special Note #2, below. Normal Customer Service Hours: Telephone calls to 800. 987.0911 will be answered and managed by the first available representative but not longer than 5 minutes after the initial phone call. After Normal Customer Service Hours: One (1) hour callback after client telephone contact to 800. 987.0911. Unless operational 24x7 support is selected, support for TriTech Inform RMS, FBR and Jail is not managed via after hours support Priority 2 issues must be called in via 800. 987.0911 in order to receive this level of response. Priority 3 - High Priority Normal Customer Service Hours Support: A Software Error related to a user function which does not negatively impact the User from performing a common call taking or dispatching function, RMS, FBR or Jail. Such errors will be consistent and reproducible. • Loss of Non-Critical Data; • NIBRS State Reporting Issues that cause agency reports to exceed State error submission limits; • UCR reporting multiple occurrence of inaccurate data. A significant number of VisionCAD, VisionMobile, Inform RMS, FBR or Jail workstations are negatively impacted by this error (e.g., does not apply to a minimal set of VisionCAD, VisionMobile, Inform RMS, FBR or Jail workstations). Normal Customer Service Hours: Telephone calls to 800. 987.0911 by the first available representative. Priority 3 (High Priority) issues are not managed after Normal Customer Service Hours. Priority 4 – Medium Priority Normal Customer Service Hours Support: A Software Error related to a user function which does not prevent routine use of the system. This includes system administrator functions. Normal Customer Service Hours: Telephone calls to 800. 987.0911 will be answered and managed by the first available representative Priority 4 (Medium Priority) issues are not managed after Normal Customer Service Hours. 55 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 21 of 22 Priority Issue Definition Response Time Priority 5 – Low Priority Normal Customer Service Hours Support: Cosmetic or Documentation errors, including Client technical questions or usability questions Normal Customer Service Hours: Telephone calls to 800. 987.0911will be answered and managed by the first available representative but not longer than 5 minutes after the initial phone call Priority 5 (Low Priority) issues are not managed after Normal Customer Service Hours. Priority Resolution Process Resolution Time Priority 1 – Critical Priority TriTech will provide a procedural or configuration workaround or a code correction that allows the Client to resume live operations on the production system. TriTech will work continuously (including after hours) to provide the Client with a solution that allows the Client to resume live operations on the production system. TriTech will use commercially reasonable efforts to resolve the issue as soon as possible and not later than 24 hours after notification. Priority 2 – Urgent Priority TriTech will provide a procedural or configuration workaround or a code correction that allows the Client to resume normal operations on the production system. TriTech will work continuously (including after hours) to provide the Client with a solution that allows the Client to resume live operations on the production system. TriTech will use commercially reasonable efforts to resolve the issue as soon as possible and not later than 36 hours after notification. Priority 3 - High Priority TriTech will provide a procedural or configuration workaround that allows the Client to resolve the problem. TriTech will work to provide the Client with a resolution which may include a workaround or code correction within a timeframe that takes into consideration the impact of the issue on the Client and TriTech’s User base. Priority 3 issues have priority scheduling in a subsequent release. Priority 4 – Medium Priority If TriTech determines that a reported Medium Priority error requires a code correction, such issues will be addressed in a subsequent release when applicable. Some problems of a minor nature may be designated for repair during a future technology upgrade of the affected module. In that case, the issue will be documented in a TriTech software development document and the support ticket will be closed. TriTech will work to provide the Client with a resolution which may include a workaround or code correction in a future release of the software. Priority 4 issues have no guaranteed resolution time. Priority 5 – Low Priority Low Priority issues are logged by TriTech and addressed at the company's discretion according to TriTech's roadmap planning process. Some problems of a minor nature may be designated for repair during a future technology upgrade of the affected module. In that case, the issue will be documented in a TriTech software development document and the support ticket will be closed. There is no guaranteed resolution time for Low Priority issues. 56 Vernon Police Department Software Support Agreement Copyright © 2014 TriTech Software Systems – Confidential & Proprietary Vision and Inform Applications Unpublished: Rights reserved under the copyright laws of the United States Page 22 of 22 Special Note #1: Priority 1 - Critical Priority issues meeting the previously noted criteria are defined as follows: A. TriTech VisionCAD: a. The VisionCAD System is down and all workstations will not launch or function. b. The VisionCAD System is inoperable due to data corruption caused by TriTech Software. c. Law enforcement users are unable to send or receive justice queries (this priority applies if the functionality is available through none of the available methods). B. TriTech VisionMobile: a. The VisionMobile System is down and all unit mobile devices will not login or function. b. The VisionMobile System is inoperable due to data corruption caused by TriTech Software. C. TriTech /Mobile Interfaces: a. A NCIC State Message Server (records check) interface is down (see Special Note #1 section 1. d). D. TriTech Inform RMS System: a. Inform RMS Server is down and unavailable for queries. b. Inform RMS is inoperable due to data corruption caused by TriTech Software. E. TriTech Inform Jail: a. The Jail System Server is down and unavailable for queries and/or inmate booking and/or release. b. The Jail System is inoperable due to data corruption caused by TriTech Software. F. TriTech Inform FBR System: a. The Inform FBR Server is down and unavailable to process reports. b. The Inform FBR Server is inoperable due to data corruption caused by TriTech Software. G. TriTech Inform IQ a. There are no Critical Priority (Priority 1) issues for this product. Special Note #2: Priority 2 - Urgent Priority issues meeting the previously noted criteria are defined as follows: A. TriTech VisionCAD: a. VisionCAD users are severely impacted due to one of the following conditions: i. Unable to enter new requests for service. ii. Unable to assign a unit to an incident. iii. Unable to change a unit’s status. iv. Unable to close an incident. v. Unable to view incident information needed to dispatch an incident (using all available methods). b. An ANI/ALI interface repeatedly fails to process information into an incident. B. TriTech VisionMobile: a. Mobile users are severely impacted due to one of the following conditions: i. Unable to receive new requests for service from VisionCAD. ii. Unable to view incident information needed to dispatch an incident. iii. Law enforcement users are unable to send or receive justice queries (using all available methods). C. TriTech Inform RMS, FBR, and Jail: a. Inform RMS - Inability to create and save reports b. Inform FBR – Inability to enter and transfer reports into Inform RMS c. Inability to create UCR/NIBRS State Reports d. Inform Jail – inability to book or release an inmate D. TriTech Inform IQ: a. There are no Urgent Priority (Priority 2) issues for this product. Additional Information: State and Federal mandates relating to justice queries and reporting change from time to time. The following changes are considered covered support items: A. Modifications to installed Uniform Crime Reporting (UCR) Program or National Incident Based Reporting System (NIBRS) facilities within the TriTech Inform RMS Licensed Software as necessary to accommodate Government Mandated Changes dictated by State and Federal agencies having authority over these programs. B. Modifications to installed TriTech CAD/Mobile Licensed Software that operates with State and National Criminal Justice Information Systems (State CJIS/NCIC) systems to accommodate Government Mandated Changes dictated by State and Federal agencies having authority over these programs. 57 City Council Agenda Item Report Agenda Item No. COV-219-2018 Submitted by: Alexis Amado Submitting Department: City Administration Meeting Date: August 7, 2018 SUBJECT Approval of Additional Funds for current Support and Maintenance Agreement with Advanced Utility Systems Recommendation: A. Find that the approval of additional funds for the current Support and Maintenance Agreement with Advanced Utility Systems (billing software and related support) 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. B. Authorize additional funds in an amount of $5,552.98 for the current Support and Maintenance Agreement with Advanced Utility Systems. Backgroud: On September 6, 2016 the City Council approved a Support and Maintenance Agreement with Advanced Utility Systems ("Advanced Utility") in an amount of $109,238.76 for a period of three years effective July 1, 2016. When the agreement was initially approved, staff did not account for a potential 5% increase in the vendor’s rates as indicated in the terms of the agreement. For the past two years, staff paid the annual invoices for the support which totaled $36,412.92 in the first year and $38,233.57 in the second year. Being in the third and last year of the agreement with Advanced Utility, staff now needs to pay the invoice for the final year of service in the amount of $40,145.25 (see attached invoice). The total not-to-exceed amount approved for the three-year agreement is not sufficient to cover the third invoice in its entirety. Therefore, staff requires approval from the City Council for an additional $5,552.98 in funds in order to pay the full amount due. The Support and Maintenance Agreement with Advanced Utility provides staff support for the CIS Infinity billing software used by the Vernon Public Utilities Department. The support and maintenance allows City staff to remain current with software updates, and to contact the vendor with software support questions. The software is critical to VPU’s revenue stream as it is used to bill customers for Electric, Gas, and Water usage. The Support and Maintenance Agreement with Advanced Utility is exempt from competitive bidding and competitive selection under the sole source exemption outlined in Section 2.17.12(A)(2) of the Vernon Municipal Code as the software and associated support services can only be obtained from Advanced Utility. Fiscal Impact: The additional funds requested are $5,552.98. The additional expenditure was not budgeted; however, funds are available in the current Vernon Public Utilities budget under account 055.7100.590110. If approved, purchasing staff will issue a supplemental accordingly allowing staff to pay the total amount of $40,145.25 due on the Advanced Utility invoice. 58 ATTACHMENTS 1. Advanced Utility Systems Invoice 7-10-18 59 /\E,Y,\nlCED'U UIILITY 5Y3TEl,l3 ,t l$tirioa *l .t*- tlorrit; {.unrp**r(,rtpowtti*a Remit To: N. Harris Computer Corporation 62133 Collections Center Drive Chicago, lL 60693-0621 Bill to Vemon, City of Marianne 4305 Santa Fe Ave Department D Vernon, CA 90058 USA RECEIVFT:} t{Ar 0 2 20ts ClTy ADMINtSTHi* , ii lnvoice Oate Page MN00108131 4125t2018 I of 1 RECElVEDtrnP PAVrV E[\,lT JUN 2 5 20t8 Ship To Vernon, City of Marianne 4305 Santa Fe Ave Department D Vernon, CA 90058 USA C PO Number Customer No Salesperson lD Shipping Method Payment Terms VEROlA LOCAL DELIVERY MN JUL AUS - CIS INFINITY NOTE CIS lnfinity Suppotl:71112018 to 6/30/2019 Annual maintenance support for the period of July 1 , 20 1 8 - Jun 30,2019. ACCT # DATE us$40,145.25 us$0.00 FOR PAYMdNTo/. D t-4b O)Ll Please note that the payment is due on or before the maintenance period start date. Therefore, please allow at least '10 business days prior to the due date to mail your payment. lnvoice Ouestions? Please call Jun Liu at 613-226- 5511 ext 2508 OR e-mail j185355@haniscomputer.com Subtotal Misc Tax Freight Trade Discount Total Lff us$40,145.25 us$0.00 60 City Council Agenda Item Report Agenda Item No. COV-228-2018 Submitted by: Diana Figueroa Submitting Department: City Administration Meeting Date: August 7, 2018 SUBJECT Report on FY 2017/2018 Vernon CommUNITY Fund Grant Committee Activity Recommendation: A. Find that receiving this report on grants awarded by 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. Receive and file this report, as it is being provided for informational purposes only. Backgroud: As one of the key elements of the City’s good governance reforms, the City Council created the Vernon CommUNITY Fund (“VCF”) to provide grants to charitable and governmental entities for projects and programs that benefit those residing and working in Vernon. Given the exclusively industrial nature of Vernon, the City Council determined that the VCF was in the best interest of the City and its residents, businesses, and workers. On February 4, 2014, the City Council adopted Ordinance No. 1218, as amended by Ordinance No. 1238, to establish the Vernon CommUNITY Fund Grant Committee (“Grant Committee”) and provide the basic guidelines and operational procedures for said Committee and its officers, including those related to the allocation of funds and the processes for reviewing and ranking applications and awarding grants. Fiscal Year 2017/2018 Funding Pursuant to Vernon Municipal Code Section 2.164, the City Council may appropriate funds to the VCF. Through the normal budgetary process, City Council authorized an amount of $600,000 to the VCF for fiscal year (“FY”) 2017/2018. The Grant Committee was required to allocate funds for fiscal year 2017/2018 in accordance with the following formula: 1)No less than 25% of funds available in any fiscal year shall be awarded to proposals to expend funds on capital projects with a projected useful life of 10 years or more, or otherwise reserve such funds for such projects to be awarded in the future. 2)The remainder of available funds in any fiscal year may be awarded to proposals to expend funds on direct services. No single grant of this type shall be in an amount less than $5,000 or more than $250,000. -The Grant Committee may award multi-year grants. For such grants, all funds necessary to fund the entire grant must be available to the Committee in the year of the award. The total amount of any grant may not exceed $250,000, regardless of the number of years over which the grant funds are to be spent. The Grant Committee shall reserve 61 sufficient funds to ensure that the grant can be fully funded without the appropriation of additional City funds in future years. Capital Grant Awards The Committee adopted a Capital Grants Program on May 18, 2016 which defined, among other things, the parameters of the capital award process and procedures for applicants, and criteria and timeline for awards. For FY 2017/2018, the City’s VCF capital project allocation of 25% equated to $106,375 which was not ultimately expended in FY 2017/2018. Service Grant Awards The Vernon CommUNITY Fund Grant Committee (“Grant Committee”) held three grant award meetings during the 2017/2018 Fiscal Year. There were three separate grant dockets, with a combined total of eleven (11) Service Grant Awards approved for FY 2017/2018. All grantees and their awarded amounts are listed in the attached table. The total amount awarded for Direct Service Grants was $310,428.75. Related Administrative Expenditures In July of 2017, the City issued a Request for Proposals (“RFP”) for Administrative Management of Vernon CommUNITY Fund Grant Activities. After a thorough evaluation of respondents’ proposals, Jemmott Rollins Group, Inc. (“JRG”) was awarded a three (3) year contract with the City to provide administrative management for the VCF with an effective date of August 1, 2017. JRG has extensive experience in non-profit grant-making and grants management and specialized knowledge of ethics and principles governing the grant-making process. During FY 2017/2018, JRG was instrumental in the City’s ability to accept applications, evaluate submissions and, ultimately, award eleven (11) service grants. The total budgeted cost for their services in FY 2017/2018 was $174,500. For FY 2018/2019, the administrative management services for the Vernon CommUNITY Fund Grant Committee activities are anticipated to remain at $174,500 and will continue to be paid from the Vernon CommUNITY Fund monetary allocation approved in the FY 2018/2019 budget. Fiscal Impact: There is no fiscal impact associated with the report on FY 2017/2018 Vernon CommUNITY Fund activity. ATTACHMENTS 1. FY 2017/2018 Service Grant Awardees List 62 Vernon CommUNITY Fund Service Grant Awardees forFY 2017/2018 Grantee Docket #Amount Awarded Huntington Park Youth Football & Cheer Association I $20,000 Muscular Dystrophy Association I $10,000 Variety Boys & Girls Club I $35,000 Weingart East LA I $35,000 Casa 0101 II $20,000 Latino Equality Alliance II $18,428.75 Neighborhood Music School Association II $30,000 Plaza Community Services II $32,000 California Leadership Institute III $15,000 Libros Schmibros III $35,000 LA Family Housing III $60,000 Total $310,428.75 63 City Council Agenda Item Report Agenda Item No. COV-251-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: August 7, 2018 SUBJECT Ratification of Warrant Registers to Record Voided Checks Recommendation: A. Ratify the following warrant registers to record voided checks: 1) Public Utilities Account Warrant Register No. 461 to record voided Check No. 513254 in the amount of $266.37 issued on 06/05/18 to Cano's Cutting & Fusing Service, Inc. 2) Operating Account Warrant Register No. 3 to record voided Check No. 600317 in the amount of $66.14 issued on 07/03/18 to Valenzuela, Fernando. Backgroud: Section 2.13 of the Vernon Municipal Code indicates warrants covering claims or demands against the City are to be presented to City Council for its audit and approval. As such, it is recommended that the City Council review and approve the ratification of the aforementioned warrant registers to record the voided checks listed. Fiscal Impact: None. ATTACHMENTS  64 City Council Agenda Item Report Agenda Item No. COV-252-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: August 7, 2018 SUBJECT Approval of Operating Account Warrant Register No. 4 Covering the Period of July 10 through July 30, 2018 Recommendation: A. Approve Operating Account Warrant Register No. 4 which totals $13,257,518.70 and consists of the following: 1) Ratification of electronic payments totaling $10,913,968.76. 2) Ratification of the issuance of early checks totaling $2,311,079.38. 3) Authorization to issue pending checks totaling $32,470.56. Backgroud: 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. 4 covering claims and demands presented during the period of July 10 through July 30, 2018, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact: None. ATTACHMENTS 1. Operating Account Warrant Register No. 4 65 ST A F F  RE P O R T FI N A N C E / T R E A S U R Y  DE P A R T M E N T DA T E : TO : FR O M : RE : Ju l y  31 ,  20 1 8 Ho n o r a b l e  Ma y o r  an d  Ci t y  Co u n c i l Wi l l i a m  Fo x ,  Fi n a n c e  Di r e c t o r Op e r a Ɵng  Ac c o u n t  Wa r r a n t  Re g i s t e r  fo r  Ci t y  Co u n c i l  Ag e n d a  of  Au g u s t  7,  20 1 8 It i s r e c o m m e n d e d t h a t t h e a Ʃac h e d O p e r a Ɵng A c c o u n t W a r r a n t R e g i s t e r N o . 4 b e a p p r o v e d a t t h e C i t y C o u n c i l m e e Ɵng of Au g u s t 7 , 2 0 1 8 . Op e r a Ɵng A c c o u n t W a r r a n t R e g i s t e r N o . 4 t o t a l s $ 1 3 , 2 5 7 , 5 1 8 . 7 0 , a n d c o v e r s c l a i m s a n d d e m a n d s p r e s e n t e d d u r i n g t h e pe r i o d o f J u l y 1 0 t h r o u g h J u l y 3 0 , 2 0 1 8 , d r a w n , o r t o b e d r a w n , f r o m E a s t W e s t B a n k . Th e f o l l o w i n g l i s t d e t a i l s t h e c o m p o n e n t s o f O p e r a Ɵng A c c o u n t W a r r a n t R e g i s t e r N o . 4 : 1. R a Ɵfica Ɵon o f e l e c t r o n i c p a y m e n t s t o t a l i n g $1 0 , 9 1 3 , 9 6 8 . 7 6 . 2. R a Ɵfica Ɵon o f t h e i s s u a n c e o f e a r l y c h e c k s t o t a l i n g $2 , 3 1 1 , 0 7 9 . 3 8 . 3. A u t h o r i z a Ɵon t o i s s u e p e n d i n g c h e c k s t o t a l i n g $3 2 , 4 7 0 . 5 6 . 66 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 I h e r e b y c e r Ɵfy t h a t c l a i m s a n d / o r d e m a n d s i n c l u d e d i n a b o v e l i s t e d w a r r a n t re g i s t e r h a v e b e e n a u d i t e d f o r a c c u r a c y a n d a v a i l a b i l i t y o f f u n d s f o r p a y m e n t s a n d th a t s a i d c l a i m s a n d / o r d e m a n d s a r e a c c u r a t e a n d t h a t t h e f u n d s a r e a v a i l a b l e f o r pa y m e n t s t h e r e o f . ___ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Wi l l i a m F o x Fi n a n c e D i r e c t o r Da t e : _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Th i s i s t o c e r Ɵfy t h a t t h e c l a i m s o r d e m a n d s c o v e r e d b y t h e a b o v e l i s t e d w a r r a n t s ha v e b e e n a u d i t e d b y t h e C i t y C o u n c i l o f t h e C i t y o f V e r n o n a n d t h a t a l l o f s a i d wa r r a n t s a r e a p p r o v e d f o r p a y m e n t s e x c e p t W a r r a n t N u m b e r s : ___ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ___ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M 67 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 0 4 . 5 9 6 2 0 0 $ 1 , 7 2 7 . 9 7 2 Q 1 8 ‐ 7 2 0 E x c i s e T a x R t n 0 6 3 0 1 8 TH E D E P A R T M E N T O F T H E TR E A S U R Y 00 4 0 7 5 ‐ $1,727.9707/10/20187157 01 1 . 2 1 0 2 6 0 $ 9 5 2 . 1 2 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 ST A T E D I S B U R S E M E N T U N I T 00 4 0 7 4 ‐ 06 0 . 2 1 0 2 6 0 $ 1 7 . 1 1 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 01 1 . 2 1 0 2 6 0 $ 1 , 1 8 1 . 0 4 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 06 0 . 2 1 0 2 6 0 $ 1 8 . 9 6 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 01 1 . 2 1 0 2 6 0 $ 7 8 . 9 2 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 05 5 . 2 1 0 2 6 0 $ 3 6 8 . 7 6 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 0 6 8 $2,616.9107/10/20187158 05 5 . 9 0 0 0 . 5 9 2 0 1 0 $ 2 , 1 0 0 . 0 0 A d m i n i s t r a Ɵon & A u d i t F e e 2 5 2 2 1 1 2 9 9 2 BA N K O F N E W Y O R K M E L L O N 00 2 5 3 3 ‐ $2,100.0007/10/20187159 05 5 . 9 0 0 0 . 5 9 5 2 0 0 $ 5 , 5 1 2 . 5 0 F i n a n c i a l A d v i s o r y S e r v i c e s 4 1 9 8 7 2 0 4 0 0 5 2 4 1 8 BL X G R O U P , L L C 00 1 4 1 3 ‐ $5,512.5007/10/20187160 02 0 . 1 0 8 4 . 5 0 0 1 3 0 $ 5 , 7 4 8 . 2 5 P o t a b l e W a t e r B r e a k d o w n V E R M A Y 1 8 CE N T R A L B A S I N M W D 00 1 4 0 1 ‐ 02 0 . 1 0 8 5 . 5 0 0 1 3 0 $ 4 , 7 5 3 . 3 6 P o t a b l e W a t e r B r e a k d o w n V E R M A Y 1 8 $10,501.6107/10/20187161 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 1 of 77 68 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 9 6 7 0 0 $ 1 , 9 9 5 . 0 0 I n s t a l l a Ɵon , S t o r a g e , a n d C o m p u t e w i t h 2 3 6 6 0 1 0 1 1 . 0 0 1 3 1 6 4 QU I C K S T A R T 00 6 3 4 2 ‐ 01 1 . 9 0 1 9 . 5 9 6 7 0 0 $ 1 , 9 9 5 . 0 0 N e t w o r k i n g w i t h M i c r o s o Ō W i n d o w s 2 3 6 6 0 1 0 1 1 . 0 0 1 3 1 6 4 01 1 . 9 0 1 9 . 5 9 6 7 0 0 $ 1 , 9 9 5 . 0 0 I d e n Ɵty w i t h M i c r o s o Ō W i n d o w s S e r v e r 2 3 6 6 0 1 0 1 1 . 0 0 1 3 1 6 4 01 1 . 9 0 1 9 . 5 9 6 7 0 0 $ 1 , 9 9 5 . 0 0 A d m i n i s t e r i n g M i c r o s o Ō E x c h a n g e 2 0 1 6 2 3 6 6 0 1 0 1 1 . 0 0 1 3 1 6 4 01 1 . 9 0 1 9 . 5 9 6 7 0 0 $ 1 , 9 9 5 . 0 0 D e s i g n i n g a n d D e p l o y i n g M i c r o s o Ō 23 6 6 0 1 0 1 1 . 0 0 1 3 1 6 4 $9,975.0007/10/20187162 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 7 8 6 . 0 0 R e : T o r r e s / O n g L i Ɵga Ɵon 8 1 0 4 4 0 RU T A N & T U C K E R , L L P 00 5 4 3 3 ‐ 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 1 , 3 8 4 . 6 1 R e : M a l k e n h o r s t E n f o r c e m e n t o f J u d g m e n t 8 1 0 4 4 1 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 2 , 4 5 0 . 0 0 R e : G e n e r a l P e r s o n n e l M a Ʃer s 8 1 0 4 4 2 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 1 , 3 4 9 . 9 2 R e : P e r s o n n e l A r b i t r a Ɵon 8 1 0 4 4 3 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 4 , 7 5 6 . 7 5 R e : G a r c i a ‐Ma r Ɵne z L i Ɵga Ɵon 8 1 0 4 7 5 01 1 . 1 0 2 4 . 5 9 3 2 0 0 $ 5 6 0 . 0 0 R e : M a l k e n h o r s t P E R S L i Ɵga Ɵon 8 1 1 5 1 6 $11,287.2807/10/20187163 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 1 4 , 1 0 1 . 4 8 T r e n d M i c r o D e e p D i s c o v e r y I n s p e c t o r B 0 8 3 7 1 8 6 5 0 1 1 . 0 0 1 3 1 5 8 SH I I N T E R N A T I O N A L C O R P 00 5 9 2 5 ‐ 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 1 4 , 1 0 1 . 4 8 T r e n d M i c r o D e e p D i s c o v e r y I n s p e c t o r B 0 8 3 7 1 8 6 5 0 1 1 . 0 0 1 3 1 5 8 $28,202.9607/10/20187164 01 1 . 1 0 3 3 . 5 9 0 0 0 0 $ 9 0 . 2 8 W a t e r P u r i fica Ɵon S e r v i c e s 9 9 3 1 5 4 6 7 SU E Z W T S S E R V I C E S U S A , I N C 00 6 2 3 6 ‐ 01 1 . 1 0 3 3 . 5 9 0 0 0 0 $ 9 0 . 2 8 W a t e r P u r i fica Ɵon S e r v i c e s 9 9 3 1 6 5 4 4 01 1 . 1 0 3 3 . 5 9 0 0 0 0 $ 1 3 6 . 8 8 W a t e r P u r i fica Ɵon S e r v i c e s 9 9 3 2 9 2 8 6 01 1 . 1 0 3 3 . 5 9 0 0 0 0 $ 2 2 7 . 7 6 W a t e r P u r i fica Ɵon S e r v i c e s 9 9 3 2 9 3 8 7 $545.2007/10/20187165 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 2 of 77 69 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 1 2 . 0 7 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 5 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 7 3 8 . 3 5 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 5 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 4 5 . 5 6 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 5 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 3 . 0 1 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 5 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 2 0 2 , 9 3 4 . 0 7 I n i Ɵal C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 1 , 0 9 6 , 2 1 4 . 1 9 I n i Ɵal C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 1 3 , 8 9 2 . 3 1 I n i Ɵal C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 2 4 0 $ 6 , 8 4 6 . 6 1 I n i Ɵal C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐6, 7 5 5 . 6 9 I n i Ɵal C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 1 , 9 1 8 . 4 1 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 1 , 7 7 6 . 5 3 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐24 . 2 7 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐34 8 . 2 6 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 7 , 6 1 1 . 6 4 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 3 of 77 70 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 5 7 . 7 9 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 20 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 1 0 0 . 4 3 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 20 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 05 5 . 9 2 0 0 . 5 0 0 2 4 0 $ 1 1 7 . 8 8 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 20 1 8 0 7 0 5 3 1 3 8 9 2 0 21 6 7166 $ 1,325,140.6307/11/2018 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 2 5 0 . 1 5 3 ‐Ye a r P r o t e c Ɵon ~ 55 6 8 7 0 7 2 0 1 1 . 0 0 1 2 9 7 1 GO V C O N N E C T I O N , I N C 00 1 7 2 9 ‐ 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 8 0 1 . 7 3 B u n d l e H a v i s D o c k i n g S t a Ɵon f o r ~ 55 6 8 7 0 7 2 0 1 1 . 0 0 1 2 9 7 1 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 7 6 . 1 6 S a l e s T a x 9 . 5 % 55 6 8 7 0 7 2 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 4 7 . 1 6 U S B H u b , S P ~ 55 7 0 5 8 8 1 0 1 1 . 0 0 1 2 9 7 1 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 3 . 9 8 S a l e s T a x 9 . 5 % 55 7 0 5 8 8 1 $1,289.1807/11/20187167 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 1 2 6 , 5 0 0 . 0 0 R A N o Ɵon a l 0 9 / 1 8 12 3 8 1 4 PA C I F I C G A S & E L E C T R I C CO M P A N Y 00 2 6 2 6 ‐ $126,500.0007/11/20187168 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 4 of 77 71 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 6 0 . 5 9 6 7 0 0 $ 1 0 0 . 0 0 S e m i n a r / E . C h e n g 0 4 2 3 1 8 US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 0 1 . 5 2 0 0 0 0 $ 1 9 . 9 8 S u p p l i e s 0 4 2 3 1 8 ( 1 0 ) 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 9 9 . 0 0 M e a l s / M e e Ɵng s 0 4 2 3 1 8 ( 1 0 ) 01 1 . 1 0 2 3 . 5 9 6 6 0 0 $ 1 2 9 . 9 5 L A B u s i n e s s J o u r n a l S u b s c r i p Ɵon 0 4 2 3 1 8 ( 1 0 ) 01 1 . 1 0 2 6 . 5 9 6 6 0 0 $ 2 3 . 3 1 L A T i m e s S u b s c r i p Ɵon 0 4 2 3 1 8 ( 1 0 ) 01 1 . 1 0 0 4 . 5 9 6 7 0 0 $ 3 0 0 . 0 0 S C P P A C o n f e r e n c e / M . H i g a 0 4 2 3 1 8 ( 1 1 ) 01 1 . 1 0 0 4 . 5 9 6 5 0 0 $ 3 7 6 . 9 6 A i r l i n e 0 4 2 3 1 8 ( 1 1 ) 01 1 . 1 0 0 4 . 5 9 6 5 0 0 $ 3 7 6 . 9 6 A i r l i n e / M . H i g a 0 4 2 3 1 8 ( 1 1 ) 01 1 . 1 0 0 4 . 5 9 6 5 0 0 $ 3 7 6 . 9 6 A i r l i n e / J . L e o n 0 4 2 3 1 8 ( 1 1 ) 01 1 . 1 0 0 4 . 5 9 6 5 0 0 $ 3 0 . 0 0 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 1 1 ) 01 1 . 1 0 2 6 . 5 2 0 0 0 0 $ 2 9 . 6 9 S u p p l i e s 0 4 2 3 1 8 ( 1 2 ) 01 1 . 1 0 2 6 . 5 9 6 9 0 0 $ 3 1 . 8 1 E m p l o y e e F u n c Ɵon s 0 4 2 3 1 8 ( 1 2 ) 01 1 . 1 0 2 6 . 5 9 6 9 0 0 $ 7 5 . 0 0 W a l k i n g P r o g r a m R a ffle 0 4 2 3 1 8 ( 1 2 ) 01 1 . 1 0 2 6 . 5 9 6 9 0 5 $ 9 7 . 8 9 M e a l s / I n t e r v i e w P a n e l 0 4 2 3 1 8 ( 1 2 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 3 1 . 3 9 S u p p l i e s 0 4 2 3 1 8 ( 1 3 ) 01 1 . 1 0 2 1 . 5 5 0 0 0 0 $ 2 1 6 . 5 6 C o m m u n i t y O u t r e a c h E v e n t 0 4 2 3 1 8 ( 1 4 ) 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 1 4 . 6 7 N a m e p l a t e 0 4 2 3 1 8 ( 1 4 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 4 3 . 7 0 S u p p l i e s 0 4 2 3 1 8 ( 1 5 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 8 8 . 2 8 H a r d w a r e S u p p l y 0 4 2 3 1 8 ( 1 5 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ ‐73 . 4 9 R e f u n d C r e d i t 0 4 2 3 1 8 ( 1 5 ) 01 1 . 1 0 0 4 . 5 9 6 6 0 0 $ 2 2 0 . 1 0 B o o k s & P u b l i c a Ɵon s 0 4 2 3 1 8 ( 1 6 ) 01 1 . 1 0 0 4 . 5 9 6 7 0 0 $ 8 5 . 0 0 T r a i n i n g / M . H i g a 0 4 2 3 1 8 ( 1 6 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 2 2 . 3 7 S u p p l i e s 0 4 2 3 1 8 ( 1 7 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 5 of 77 72 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 4 0 . 5 2 0 0 0 0 $ 2 2 . 3 7 S u p p l i e s 0 4 2 3 1 8 ( 1 7 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 3 8 3 . 6 4 S u p p l i e s 0 4 2 3 1 8 ( 1 7 ) 01 1 . 1 0 4 1 . 5 9 6 7 0 0 $ 1 5 0 . 0 0 T r a i n i n g 0 4 2 3 1 8 ( 1 7 ) 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 , 1 7 4 . 6 1 C r a n e R e p a i r s 0 4 2 3 1 8 ( 1 8 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 7 8 . 2 6 H a r d w a r e S u p p l y 0 4 2 3 1 8 ( 1 9 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 1 8 3 . 5 2 S u p p l i e s 0 4 2 3 1 8 ( 2 ) 01 1 . 1 0 2 4 . 5 9 6 2 0 0 $ 4 5 . 0 0 C o m m u n i t y O u t r e a c h E v e n t 0 4 2 3 1 8 ( 2 0 ) 01 1 . 1 0 2 4 . 5 9 6 5 0 0 $ 1 3 1 . 7 3 M e a l s / O u t s i d e C o u n s e l 0 4 2 3 1 8 ( 2 0 ) 01 1 . 1 0 2 4 . 5 9 6 2 0 0 $ 7 5 . 5 4 F i l i n g S e r v i c e s 0 4 2 3 1 8 ( 2 0 ) 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 9 4 . 6 7 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 2 1 ) 01 1 . 1 0 2 4 . 5 9 6 5 0 0 $ 1 5 . 0 0 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 2 2 ) 01 1 . 1 0 2 4 . 5 9 6 6 0 0 $ 2 3 . 9 5 I n flig h t I n t e r n e t 0 4 2 3 1 8 ( 2 2 ) 01 1 . 1 0 3 3 . 5 9 6 5 0 0 $ 7 1 . 8 3 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 2 3 ) 01 1 . 1 0 4 1 . 5 9 6 6 0 0 $ 1 7 1 . 0 2 B o o k s & P u b l i c a Ɵon s 0 4 2 3 1 8 ( 2 4 ) 01 1 . 1 0 4 1 . 5 9 6 5 5 0 $ 2 1 5 . 0 0 M e m b e r s h i p D u e s / J . M o o r e 0 4 2 3 1 8 ( 2 4 ) 01 1 . 1 0 4 3 . 5 9 6 7 0 0 $ 2 4 9 . 0 0 T r a i n i n g / B . A r a u j o 0 4 2 3 1 8 ( 2 4 ) 01 1 . 1 0 4 1 . 5 9 6 7 0 0 $ 2 4 9 . 0 0 T r a i n i n g / A . Z a r a t e 0 4 2 3 1 8 ( 2 4 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 0 4 . 0 0 R e g i o n a l T r a i n i n g C e n t e r O p e n H o u s e 0 4 2 3 1 8 ( 2 5 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 2 3 8 . 4 3 S u p p l i e s 0 4 2 3 1 8 ( 2 6 ) 01 1 . 5 0 3 1 . 5 6 0 0 0 0 $ 5 3 . 5 4 C a b l e S u b s c r i p Ɵon 0 4 2 3 1 8 ( 2 6 ) 01 1 . 1 0 2 6 . 5 9 6 9 0 0 $ 3 6 6 . 7 8 E m p l o y e e F u n c Ɵon s 0 4 2 3 1 8 ( 2 7 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 2 1 3 . 7 9 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 5 2 6 . 7 0 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 6 of 77 73 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 4 0 . 1 4 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 9 8 . 0 0 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 2 3 . 1 9 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 3 1 . 9 7 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 9 . 2 5 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 6 4 . 9 7 S u p p l i e s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 9 6 6 0 0 $ 7 4 . 8 9 B o o k s & P u b l i c a Ɵon s 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 5 . 8 5 Q R C o d e S y s t e m 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 4 . 2 2 P r i m e M e m b e r s h i p 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 6 8 6 . 9 9 C r e d i t C a r d M a c h i n e 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 6 7 . 1 0 O n e D r i v e A c c o u n t 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 3 6 . 0 0 G o T o M e e Ɵng S u b s c r i p Ɵon 0 4 2 3 1 8 ( 2 8 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 3 0 . 1 6 D o m a n R e g i s t r a Ɵon R e n e w a l 0 4 2 3 1 8 ( 2 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 5 0 $ 9 4 . 0 0 M e m b e r s h i p D u e s 0 4 2 3 1 8 ( 2 9 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 5 . 0 0 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 2 9 ) 01 1 . 1 0 2 6 . 5 9 6 7 0 0 $ 9 1 9 . 8 0 T r a i n i n g B o o k l e t s 0 4 2 3 1 8 ( 3 ) 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 6 9 . 9 3 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 3 0 ) 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 1 4 . 5 9 S u p p l i e s 0 4 2 3 1 8 ( 3 1 ) 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 , 0 1 2 . 5 0 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 3 1 ) 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 , 0 1 5 . 4 7 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 3 1 ) 01 1 . 1 0 0 4 . 5 9 6 5 5 0 $ 6 0 0 . 0 0 M e m b e r s h i p D u e s 0 4 2 3 1 8 ( 3 2 ) 01 1 . 1 0 4 0 . 5 9 6 5 0 0 $ 7 5 . 0 0 A i r l i n e 0 4 2 3 1 8 ( 3 3 ) 01 1 . 1 0 4 0 . 5 9 6 5 0 0 $ 9 0 . 0 0 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 3 3 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 7 of 77 74 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 4 0 . 5 9 6 5 0 0 $ 4 7 2 . 4 8 H o t e l s 0 4 2 3 1 8 ( 3 3 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 4 0 . 5 9 6 5 0 0 $ 3 . 0 0 B o Ʃle d W a t e r 0 4 2 3 1 8 ( 3 3 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 5 . 1 0 S u p p l i e s 0 4 2 3 1 8 ( 3 4 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 5 1 . 0 0 M e d i c a Ɵon s 0 4 2 3 1 8 ( 3 4 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 4 8 . 1 0 C a n i n e F o o d 0 4 2 3 1 8 ( 3 5 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 2 3 . 0 0 C a n i n e B o a r d i n g 0 4 2 3 1 8 ( 3 5 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 8 7 . 3 2 S u p p l i e s 0 4 2 3 1 8 ( 3 6 ) 02 0 . 1 0 8 4 . 9 0 0 0 0 0 $ 1 , 0 6 2 . 8 6 P o w e r S u p p l y M o d u l e 0 4 2 3 1 8 ( 3 7 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 2 6 7 . 1 7 S u p p l i e s 0 4 2 3 1 8 ( 3 8 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 1 , 0 2 9 . 9 6 S u p p l i e s 0 4 2 3 1 8 ( 3 9 ) 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 1 8 . 0 8 C o m m u n i t y O u t r e a c h E v e n t 0 4 2 3 1 8 ( 4 ) 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 3 8 2 . 5 2 S u p p l i e s 0 4 2 3 1 8 ( 4 ) 01 1 . 1 0 0 3 . 5 9 6 7 0 0 $ 6 5 . 0 0 R e p l a c e m e n t K e y s 0 4 2 3 1 8 ( 4 ) 01 1 . 1 0 0 3 . 5 9 6 3 0 0 $ 1 8 3 . 6 6 E l e c Ɵon S i g n s 0 4 2 3 1 8 ( 4 ) 01 1 . 1 0 0 3 . 5 9 6 7 0 0 $ 1 1 3 . 4 3 M e a l s / G e n e r a l M u n i c i p a l E l e c Ɵon 0 4 2 3 1 8 ( 4 ) 01 1 . 1 0 0 3 . 5 9 6 7 0 0 $ 5 0 . 0 0 T r a i n i n g 0 4 2 3 1 8 ( 4 ) 05 6 . 5 6 0 0 . 5 9 6 6 0 0 $ 3 , 4 1 1 . 9 0 P u b l i c A w a r e n e s s P r o g r a m 0 4 2 3 1 8 ( 4 0 ) 05 5 . 8 1 0 0 . 5 9 6 7 0 0 $ 2 9 9 . 0 0 T r a i n i n g / J . B l u e 0 4 2 3 1 8 ( 4 1 ) 05 5 . 9 0 0 0 . 5 5 0 0 0 0 $ 1 3 3 . 1 4 C o m m u n i t y O u t r e a c h E v e n t 0 4 2 3 1 8 ( 4 2 ) 05 5 . 9 0 0 0 . 5 9 6 7 0 0 $ 7 9 5 . 0 0 C o n f e r e n c e R e g i s t r a Ɵon 0 4 2 3 1 8 ( 4 2 ) 05 5 . 9 1 0 0 . 5 9 6 5 0 0 $ 5 2 8 . 4 0 A i r l i n e 0 4 2 3 1 8 ( 4 3 ) 05 5 . 9 1 0 0 . 5 9 6 5 0 0 $ 8 . 2 1 V e h i c l e E x p e n s e 0 4 2 3 1 8 ( 4 3 ) 05 5 . 9 1 0 0 . 5 9 6 5 0 0 $ 1 3 4 . 1 6 R e n t a l C a r s 0 4 2 3 1 8 ( 4 3 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 8 of 77 75 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 1 0 0 . 5 9 6 5 0 0 $ 1 9 1 . 1 4 H o t e l s 0 4 2 3 1 8 ( 4 3 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 6 5 6 . 7 8 R e p a i r s & M a i n t e n a n c e 0 4 2 3 1 8 ( 4 4 ) 05 5 . 9 0 0 0 . 5 9 6 5 5 0 $ 9 3 . 3 2 C a b l e S u b s c r i p Ɵon 0 4 2 3 1 8 ( 4 5 ) 05 5 . 9 0 0 0 . 5 9 6 7 0 0 $ 4 0 6 . 5 2 I R P P u b l i c I n f o r m a Ɵon M e e Ɵng 0 4 2 3 1 8 ( 4 5 ) 05 5 . 9 0 0 0 . 5 5 0 0 0 0 $ 1 , 5 0 7 . 3 9 C o m m u n i t y O u t r e a c h E v e n t 0 4 2 3 1 8 ( 4 6 ) 05 5 . 9 0 0 0 . 5 9 6 7 0 0 $ 1 2 5 . 0 0 T r a i n i n g 0 4 2 3 1 8 ( 4 6 ) 05 5 . 9 0 0 0 . 5 9 6 6 0 0 $ 5 0 3 . 0 0 B o o k s & P u b l i c a Ɵon s 0 4 2 3 1 8 ( 4 6 ) 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 0 9 . 5 0 S u p p l i e s 0 4 2 3 1 8 ( 4 7 ) 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 9 4 . 9 1 S u p p l i e s 0 4 2 3 1 8 ( 4 8 ) 01 1 . 1 0 4 8 . 5 2 0 0 0 0 $ 1 , 7 4 7 . 0 0 H a r d w a r e S u p p l y 0 4 2 3 1 8 ( 5 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ ‐2, 1 9 0 . 0 0 A / C U n i t R e t u r n 0 4 2 3 1 8 ( 5 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 8 3 7 . 5 1 S u p p l i e s 0 4 2 3 1 8 ( 6 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 1 , 6 4 3 . 0 6 S u p p l i e s 0 4 2 3 1 8 ( 6 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 0 0 . 1 1 S u p p l i e s 0 4 2 3 1 8 ( 6 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 8 7 3 . 6 0 D r i n k i n g W a t e r 0 4 2 3 1 8 ( 6 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 1 0 . 2 4 S u p p l i e s 0 4 2 3 1 8 ( 7 ) 01 1 . 1 0 3 6 . 5 6 0 0 0 0 $ 9 2 . 9 8 C a b l e S u b s c r i p Ɵon 0 4 2 3 1 8 ( 7 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 4 4 6 . 6 9 R e g i o n a l T r a i n i n g C e n t e r O p e n H o u s e 0 4 2 3 1 8 ( 7 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 4 9 . 9 5 S u p p l i e s 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 , 3 1 3 . 1 6 H o t e l s / A . M i r a n d a 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 7 8 9 . 4 9 H o t e l s / A . E n c i n a s 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 1 , 6 5 5 . 0 0 T r a i n i n g / S t a ff 04 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 2 1 5 . 0 8 H o t e l s / J . L u c a s 0 4 2 3 1 8 ( 8 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 9 of 77 76 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 5 0 0 0 0 $ 6 0 . 0 0 D e p a r t m e n t P h o t o 0 4 2 3 1 8 ( 8 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ ‐21 1 . 0 0 R e f u n d C r e d i t 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 9 2 . 3 9 A i r l i n e / B . G r a y 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 1 1 . 6 3 H o t e l s / B . G r a y 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 5 3 3 . 5 1 U n i f o r m B a d g e s 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 3 1 . 5 5 0 0 0 0 $ 1 2 9 . 3 0 A d v e r Ɵse m e n t / P r o m o Ɵon 0 4 2 3 1 8 ( 8 ) 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 2 1 . 6 4 M e a l s / M e e Ɵng s 0 4 2 3 1 8 ( 9 ) 01 1 . 1 0 0 1 . 5 2 0 0 0 0 $ 2 1 0 . 7 8 S u p p l i e s 0 5 2 2 1 8 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 1 6 1 . 5 1 S u p p l i e s 0 5 2 2 1 8 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 6 0 0 . 0 0 S e m i n a r / W . D a v i s 0 5 2 2 1 8 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 6 0 0 . 0 0 S e m i n a r / Y . W o o d r u ff‐ Pe r e z 0 5 2 2 1 8 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 6 0 0 . 0 0 S e m i n a r / L . M a r Ɵne z 0 5 2 2 1 8 01 1 . 1 0 0 2 . 5 9 6 7 0 0 $ 1 4 . 0 0 T r a i n i n g / A . H w a n g 0 5 2 2 1 8 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 6 0 . 3 0 M e a l s / M G S M e e Ɵng 0 5 2 2 1 8 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 1 , 3 0 9 . 5 0 H o t e l s / Y . W o o d r u ff‐ Pe r e z 0 5 2 2 1 8 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 2 5 2 . 1 6 S u p p l i e s 0 5 2 2 1 8 ( 1 0 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 4 2 6 . 3 7 S u p p l i e s 0 5 2 2 1 8 ( 1 0 ) 01 1 . 5 0 3 1 . 5 6 0 0 0 0 $ 5 3 . 5 4 C a b l e S u b s c r i p Ɵon 0 5 2 2 1 8 ( 1 0 ) 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 5 1 3 . 2 5 T r a i n i n g 0 5 2 2 1 8 ( 1 0 ) 01 1 . 1 0 3 1 . 5 9 6 5 5 0 $ 4 4 0 . 0 0 M e m b e r s h i p D u e s / A . M i r a n d a 0 5 2 2 1 8 ( 1 0 ) 01 1 . 1 0 2 3 . 5 9 6 6 0 0 $ 2 3 . 9 6 L A T i m e s S u b s c r i p Ɵon 0 5 2 2 1 8 ( 1 1 ) 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 1 4 . 0 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 1 1 ) 01 1 . 1 0 0 2 . 5 9 6 7 0 0 $ 4 0 . 0 0 T r a i n i n g 0 5 2 2 1 8 ( 1 1 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 10 of 77 77 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 0 2 . 5 9 6 7 0 0 $ 4 0 . 0 0 T r a i n i n g / L . H e r n a n d e z 0 5 2 2 1 8 ( 1 1 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 1 , 2 8 4 . 6 0 H o t e l s / L . M a r Ɵne z 0 5 2 2 1 8 ( 1 1 ) 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 1 , 2 6 6 . 3 0 H o t e l s / W . D a v i s 0 5 2 2 1 8 ( 1 1 ) 01 1 . 1 0 4 8 . 5 9 0 0 0 0 $ 9 4 . 5 9 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 1 2 ) 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 9 . 1 6 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 1 2 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 2 4 4 . 1 9 S u p p l i e s 0 5 2 2 1 8 ( 1 3 ) 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 1 1 0 . 0 0 E m p l o y e e F u n c Ɵon s 0 5 2 2 1 8 ( 1 3 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 4 . 2 2 A m a z o n P r i m e M e m b e r s h i p 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 3 6 . 0 0 G o T o M e e Ɵng S u b s c r i p Ɵon 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 9 6 . 9 1 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 2 5 2 . 1 0 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 5 7 4 . 5 3 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 5 0 . 9 7 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 2 4 1 . 6 4 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 2 9 . 0 5 I T S u p p l i e s 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 6 5 . 0 0 O n e D r i v e A c c o u n t 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 1 5 . 8 5 Q R C o d e S o Ōwa r e 0 5 2 2 1 8 ( 1 4 ) 01 1 . 9 0 1 9 . 5 2 0 0 1 0 $ 6 2 . 3 0 T y l e r C a s h i e r i n g P r i n t e r 0 5 2 2 1 8 ( 1 4 ) 01 1 . 1 0 2 4 . 5 9 6 2 0 0 $ 1 3 5 . 5 4 F i l i n g F e e 0 5 2 2 1 8 ( 1 5 ) 01 1 . 1 0 2 4 . 5 1 0 0 0 0 $ 2 1 . 2 1 O ffice E x p e n s e 0 5 2 2 1 8 ( 1 6 ) 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 3 0 0 . 0 0 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 1 7 ) 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 0 . 4 1 S u p p l i e s 0 5 2 2 1 8 ( 1 7 ) 01 1 . 1 0 0 4 . 5 5 0 0 0 0 $ 4 0 . 0 0 M a i l i n g S e r v i c e 0 5 2 2 1 8 ( 1 8 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 11 of 77 78 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 5 4 . 9 3 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 1 9 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 3 1 . 5 5 0 0 0 0 $ 2 5 2 . 7 6 A d v e r Ɵse m e n t / P r o m o Ɵon 0 5 2 2 1 8 ( 2 ) 01 1 . 4 0 3 1 . 8 5 0 0 0 0 $ 4 3 8 . 1 8 B a c k S e a t C a m e r a 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 3 1 . 0 7 D A R E C e r e m o n y 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 9 0 0 0 0 $ 2 0 7 . 5 5 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 5 9 1 . 3 0 S u p p l i e s 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 3 1 5 . 5 8 T r a i n i n g S u p p l i e s 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 8 8 9 . 4 0 U n i f o r m s 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 9 7 1 . 8 1 H o t e l / J . R e y n a 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 1 4 . 0 7 H o t e l / B . G r a y 0 5 2 2 1 8 ( 2 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 5 4 . 7 4 S u p p l i e s 0 5 2 2 1 8 ( 2 0 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 8 2 8 . 1 4 S u p p l i e s 0 5 2 2 1 8 ( 2 1 ) 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 2 4 7 . 9 5 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 2 2 ) 01 1 . 1 0 2 6 . 5 9 6 9 0 5 $ 6 0 . 6 5 M e a l s / I n t e r v i e w P a n e l 0 5 2 2 1 8 ( 2 3 ) 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 2 4 9 . 0 0 J o b P o s Ɵng 0 5 2 2 1 8 ( 2 3 ) 01 1 . 1 0 0 3 . 5 9 6 5 5 0 $ 1 0 0 . 0 0 M e m b e r s h i p D u e s / M . C e b a l l o s 0 5 2 2 1 8 ( 2 4 ) 01 1 . 1 0 0 3 . 5 9 6 5 5 0 $ 1 6 0 . 0 0 M e m b e r s h i p D u e s 0 5 2 2 1 8 ( 2 4 ) 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 1 0 8 . 1 5 E m p l o y e e F u n c Ɵon s 0 5 2 2 1 8 ( 2 4 ) 01 1 . 1 0 0 3 . 5 9 6 5 0 0 $ 5 7 . 9 0 T r a v e l E x p e n s e 0 5 2 2 1 8 ( 2 4 ) 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 2 2 7 . 3 4 S u p p l i e s 0 5 2 2 1 8 ( 2 5 ) 01 1 . 1 0 4 0 . 5 2 0 0 0 0 $ 7 8 . 3 4 S u p p l i e s 0 5 2 2 1 8 ( 2 5 ) 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 8 8 . 9 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 2 6 ) 01 1 . 1 0 3 1 . 5 9 4 2 0 0 $ 5 9 . 0 0 K 9 G r o o m i n g 0 5 2 2 1 8 ( 2 7 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 12 of 77 79 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 4 8 . 1 0 K 9 S u p p l i e s 0 5 2 2 1 8 ( 2 7 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 3 3 6 . 5 0 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 2 8 ) 01 1 . 4 0 3 1 . 5 2 0 0 0 0 $ 3 4 1 . 7 5 S u p p l i e s 0 5 2 2 1 8 ( 2 9 ) 01 1 . 1 0 2 6 . 6 0 0 9 1 0 $ 2 5 1 . 7 8 E m p l o y e e F u n c Ɵon s 0 5 2 2 1 8 ( 3 ) 01 1 . 1 0 4 8 . 5 2 0 0 0 0 $ 1 0 1 . 6 8 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 3 0 ) 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 5 2 9 . 3 6 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 3 0 ) 01 1 . 1 0 4 7 . 5 2 0 0 0 0 $ 1 3 2 . 2 8 S u p p l i e s 0 5 2 2 1 8 ( 3 1 ) 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 9 8 6 . 3 3 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 3 2 ) 01 1 . 1 0 3 1 . 5 7 0 0 0 0 $ 1 2 3 . 7 6 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 3 3 ) 01 1 . 1 0 2 6 . 5 9 6 7 0 0 $ 1 , 2 2 6 . 4 0 B o o k s & P u b l i c a Ɵon s 0 5 2 2 1 8 ( 3 4 ) 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 , 1 7 4 . 6 1 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 3 5 ) 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 5 . 4 9 F e d e r a l E ‐fili n g 0 5 2 2 1 8 ( 3 6 ) 01 1 . 1 0 4 6 . 5 9 6 6 0 0 $ 4 0 . 6 5 B o o k s & P u b l i c a Ɵon s 0 5 2 2 1 8 ( 3 7 ) 01 1 . 1 0 4 1 . 5 9 6 7 0 0 $ 1 9 5 . 0 0 T r a i n i n g / J . M o o r e 0 5 2 2 1 8 ( 3 7 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 1 9 8 . 8 6 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 3 8 ) 02 0 . 1 0 8 4 . 5 9 6 5 0 0 $ 1 3 4 . 9 2 H o t e l D e p o s i t 0 5 2 2 1 8 ( 3 9 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 6 6 0 . 8 5 S u p p l i e s 0 5 2 2 1 8 ( 4 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 8 3 . 9 1 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 4 0 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 1 , 9 7 9 . 9 3 S u p p l i e s 0 5 2 2 1 8 ( 4 1 ) 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 3 4 8 . 4 8 B o Ʃle d W a t e r 0 5 2 2 1 8 ( 4 2 ) 05 5 . 9 1 0 0 . 5 9 6 6 0 0 $ 5 0 0 . 0 0 A R I N S u b s c r i p Ɵon 0 5 2 2 1 8 ( 4 3 ) 05 5 . 9 1 0 0 . 5 9 6 7 0 0 $ 2 , 1 9 0 . 0 0 C o n f e r e n c e R e g i s t r a Ɵon 0 5 2 2 1 8 ( 4 3 ) 05 5 . 9 1 0 0 . 5 9 6 5 0 0 $ 1 7 0 . 0 4 H o t e l 0 5 2 2 1 8 ( 4 3 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 13 of 77 80 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 0 0 0 . 5 9 6 5 0 0 $ 1 0 . 0 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 4 4 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 05 5 . 9 2 0 0 . 5 9 6 7 0 0 $ 4 8 7 . 3 4 I n t e g r a t e d R e s o u r c e P l a n M e e Ɵng 0 5 2 2 1 8 ( 4 5 ) 05 5 . 9 2 0 0 . 5 9 6 2 0 0 $ 2 0 0 . 0 0 O A T I T a g g i n g R i g h t s 0 5 2 2 1 8 ( 4 5 ) 05 5 . 7 1 0 0 . 5 2 0 0 0 0 $ 2 2 . 7 2 S u p p l i e s 0 5 2 2 1 8 ( 4 5 ) 05 5 . 8 1 0 0 . 5 2 0 0 0 0 $ 8 6 . 5 1 S u p p l i e s 0 5 2 2 1 8 ( 4 5 ) 05 5 . 8 1 0 0 . 5 9 0 0 0 0 $ 1 4 . 6 7 S u p p l i e s 0 5 2 2 1 8 ( 4 5 ) 05 5 . 9 0 0 0 . 5 5 0 0 0 0 $ 4 3 6 . 9 3 C u s t o m e r O u t r e a c h 0 5 2 2 1 8 ( 4 6 ) 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 3 3 9 . 4 7 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 4 6 ) 05 5 . 9 0 0 0 . 5 9 6 6 0 0 $ 1 9 8 . 5 0 B o o k s & P u b l i c a Ɵon s 0 5 2 2 1 8 ( 4 7 ) 05 5 . 9 0 0 0 . 5 9 6 6 0 0 $ 2 7 . 8 8 L A T i m e s S u b s c r i p Ɵon 0 5 2 2 1 8 ( 4 7 ) 05 5 . 9 0 0 0 . 5 9 6 5 0 0 $ 1 0 . 0 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 4 7 ) 05 5 . 9 0 0 0 . 5 5 0 0 0 0 $ 1 , 1 7 5 . 0 6 A d v e r Ɵse m e n t / P r o m o Ɵon 0 5 2 2 1 8 ( 4 8 ) 05 5 . 9 0 0 0 . 5 9 6 6 0 0 $ 1 2 . 2 9 B o o k s & P u b l i c a Ɵon s 0 5 2 2 1 8 ( 4 8 ) 05 5 . 9 0 0 0 . 5 2 0 0 0 0 $ 1 9 1 . 8 3 S u p p l i e s 0 5 2 2 1 8 ( 4 8 ) 05 5 . 9 0 0 0 . 5 9 6 5 0 0 $ 4 3 2 . 9 6 H o t e l 0 5 2 2 1 8 ( 4 8 ) 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 3 7 4 . 4 9 R e p a i r s & M a i n t e n a n c e 0 5 2 2 1 8 ( 4 9 ) 05 5 . 9 0 0 0 . 5 9 6 5 0 0 $ 1 8 0 . 8 5 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 4 9 ) 05 5 . 9 0 0 0 . 5 9 6 5 5 0 $ 9 3 5 . 9 5 M e m b e r s h i p D u e s 0 5 2 2 1 8 ( 4 9 ) 05 5 . 8 0 0 0 . 5 9 6 7 0 0 $ 1 0 7 . 6 2 T r a i n i n g / B . M o n t o y a 0 5 2 2 1 8 ( 4 9 ) 05 5 . 9 0 0 0 . 5 9 6 5 0 0 $ 6 7 6 . 1 1 H o t e l 0 5 2 2 1 8 ( 4 9 ) 05 5 . 9 0 0 0 . 5 9 6 7 0 0 $ 1 4 9 . 9 3 M e a l s 0 5 2 2 1 8 ( 4 9 ) 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 5 3 . 2 1 S u p p l i e s 0 5 2 2 1 8 ( 5 ) 05 6 . 5 6 0 0 . 5 9 6 7 0 0 $ 2 7 . 2 7 S a f e t y M e e Ɵng 0 5 2 2 1 8 ( 5 0 ) Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 14 of 77 81 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 2 0 0 0 0 $ 2 3 . 5 6 S u p p l i e s 0 5 2 2 1 8 ( 5 0 ) US B A N K C O R P O R A T E 00 5 5 9 4 ‐ 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 2 7 5 . 8 2 S u p p l i e s 0 5 2 2 1 8 ( 5 1 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 2 2 . 6 8 S u p p l i e s 0 5 2 2 1 8 ( 6 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 9 0 . 8 3 S u p p l i e s 0 5 2 2 1 8 ( 6 ) 01 1 . 1 0 3 3 . 5 6 0 0 0 0 $ 9 2 . 9 8 C a b l e S u b s c r i p Ɵon 0 5 2 2 1 8 ( 6 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 8 8 . 8 6 H a r d w a r e S u p p l i e s 0 5 2 2 1 8 ( 7 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 5 1 . 0 0 M e d i c a l S u p p l i e s 0 5 2 2 1 8 ( 7 ) 01 1 . 1 0 0 2 . 5 7 0 0 0 0 $ 1 0 0 . 0 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 8 ) 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 1 0 . 0 0 V e h i c l e E x p e n s e 0 5 2 2 1 8 ( 8 ) 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 2 2 8 . 9 6 M e a l s / M e e Ɵng s 0 5 2 2 1 8 ( 8 ) 01 1 . 1 0 3 3 . 5 9 6 6 0 0 $ 3 8 3 . 2 6 B o o k s & P u b l i c a Ɵon s 0 5 2 2 1 8 ( 9 ) 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 3 9 4 . 2 0 S u p p l i e s 0 5 2 2 1 8 ( 9 ) 01 1 . 1 0 3 3 . 5 9 6 5 5 0 $ 1 7 5 . 0 0 M e m b e r s h i p D u e s 0 5 2 2 1 8 ( 9 ) $72,014.0007/13/20187169 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 15 of 77 82 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 4 5 0 3 4 0 $ 2 1 . 7 7 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 7 2 0 1 8 0 7 1 0 3 1 3 8 9 9 2 93 4 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 4 5 0 3 4 0 $ 1 1 8 . 0 1 R e c a l c u l a Ɵon C h a r g e s 1 2 / 1 6 2 0 1 8 0 7 1 0 3 1 3 8 9 9 2 93 4 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ ‐1. 9 0 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 2 93 4 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 2 2 , 1 8 9 . 6 9 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 4 , 3 4 6 . 7 2 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 5 8 6 . 1 0 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 2 0 9 . 4 5 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 2 , 8 1 8 . 5 4 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 7 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 , 3 9 6 . 5 4 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 7 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐1, 5 3 3 . 3 1 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 7 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐70 . 8 7 R e c a l c u l a Ɵon C h a r g e s 0 9 / 1 7 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 9 6 , 1 5 8 . 6 1 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 1 5 , 1 6 2 . 5 5 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐36 , 8 5 0 . 4 7 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 16 of 77 83 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐7, 2 8 3 . 0 6 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ ‐21 . 7 9 R e c a l c u l a Ɵon C h a r g e s 1 2 / 1 6 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐4. 8 5 R e c a l c u l a Ɵon C h a r g e s 1 2 / 1 6 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ ‐2. 3 9 R e c a l c u l a Ɵon C h a r g e s 1 2 / 1 6 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 5 6 9 . 7 9 R e c a l c u l a Ɵon C h a r g e s 1 2 / 1 6 2 0 1 8 0 7 1 0 3 1 3 8 9 9 3 01 3 $98,809.1307/17/20187170 05 5 . 9 2 0 0 . 5 9 6 5 5 0 $ 3 3 3 . 7 5 N e w Y o r k M e r c a n Ɵle E x c h a n g e 5 6 0 4 4 6 6 6 9 8 BL O O M B E R G F I N A N C E , L P 00 1 4 7 9 ‐ 05 5 . 9 2 0 0 . 5 9 6 5 5 0 $ 1 1 , 2 5 0 . 0 0 B l o o m b e r g T e r m i n a l 5 6 0 4 4 6 6 7 0 0 $11,583.7507/17/20187171 01 1 . 1 0 3 3 . 8 5 0 0 0 0 $ 1 5 8 , 0 5 9 . 4 5 R e n t a l P a y m e n t 9 7 0 7 8 PN C E Q U I P M E N T F I N A N C E , L L C 00 5 8 7 2 ‐ $158,059.4507/17/20187172 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 1 0 3 . 5 0 J o b P o s Ɵng R 3 5 9 3 5 9 6 5 YO U R M E M B E R S H I P . C O M , I N C 00 6 3 4 7 ‐ 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 2 4 7 . 5 0 J o b P o s Ɵng R 3 5 9 3 6 9 2 5 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 2 4 7 . 5 0 J o b P o s Ɵng R 3 5 9 8 2 0 1 5 $598.5007/17/20187173 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 17 of 77 84 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 , 7 8 0 . 0 0 P a r t # R 3 1 0 X 0 0 0 0 3 2 ~ C D 9 9 0 4 8 2 8 3 0 5 6 . 0 0 0 0 5 0 7 CA L T R O L , I N C 00 2 1 1 0 ‐ 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 6 5 . 0 0 P a r t # 1 D 4 6 5 1 2 7 1 4 2 ~ C D 9 9 0 4 8 2 8 3 0 5 6 . 0 0 0 0 5 0 7 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 . 4 7 F r e i g h t C D 9 9 0 4 8 2 8 3 0 5 6 . 0 0 0 0 5 0 7 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 9 5 . 2 7 S a l e s T a x 9 . 5 % C D 9 9 0 4 8 2 8 3 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 9 7 5 . 0 0 P a r t # R 3 2 A X 0 0 0 0 1 2 ~ C D 9 9 0 4 8 4 8 3 0 5 6 . 0 0 0 0 5 0 7 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 . 0 8 F r e i g h t C D 9 9 0 4 8 4 8 3 0 5 6 . 0 0 0 0 5 0 7 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 9 3 . 5 8 S a l e s T a x 9 . 5 % C D 9 9 0 4 8 4 8 3 $3,329.4007/19/20187174 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 1 0 , 5 0 0 . 0 0 C a p a c i t y C h a r g e s 0 6 / 1 8 E X 0 0 0 3 3 9 1 CI T Y O F A N A H E I M 00 2 1 7 6 ‐ $10,500.0007/19/20187175 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 3 4 , 3 3 0 . 7 9 B o u l d e r C a n y o n P r o j e c t C h a r g e s 0 6 / 1 8 G G 1 7 6 6 W 0 6 1 8 US D E P A R T M E N T O F E N E R G Y 00 2 2 2 7 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 4 , 8 7 7 . 5 1 B o u l d e r C a n y o n P r o j e c t C h a r g e s 0 6 / 1 8 G G 1 7 6 6 W 0 6 1 8 $59,208.3007/19/20187176 01 1 . 4 0 3 1 . 8 4 0 0 0 0 $ 9 4 3 . 5 0 M o n t h l y L e a s e C h a r g e s F B N 3 5 1 3 5 4 4 EN T E R P R I S E F M T R U S T 00 3 4 4 1 ‐ $943.5007/19/20187177 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 1 5 , 0 0 0 . 0 0 E n e r g y P u r c h a s e 0 6 / 1 8 9 9 8 7 6 SE M P R A G A S & P O W E R MA R K E T I N G , 00 6 2 9 2 ‐ $15,000.0007/19/20187178 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 3 , 4 0 0 . 0 0 E n e r g y P u r c h a s e 0 6 / 1 8 V E R N 0 6 2 0 1 8 SO N O M A C L E A N P O W E R 00 6 3 5 6 ‐ $23,400.0007/19/20187179 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 18 of 77 85 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 4 3 , 1 2 2 . 0 0 S t o c k # : 1 3 9 9 8 1 0 3 S e r i a l # : N H M 4 4 0 9 7 0 ~ E 0 0 4 3 6 0 3 0 5 6 . 0 0 0 0 5 0 8 SO N S R A Y M A C H I N E R Y , L L C 00 6 1 8 9 ‐ 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ ‐9, 9 8 8 . 0 0 M i s c e l l a n e o u s C h a r g e s / C r e d i t s ~ E0 0 4 3 6 0 3 0 5 6 . 0 0 0 0 5 0 8 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 3 7 5 . 0 0 M i s c e l l a n e o u s C h a r g e s / C r e d i t s ~ E0 0 4 3 6 0 3 0 5 6 . 0 0 0 0 5 0 8 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 1 , 8 2 5 . 0 0 M i s c e l l a n e o u s C h a r g e s / C r e d i t s ~ E0 0 4 3 6 0 3 0 5 6 . 0 0 0 0 5 0 8 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 3 4 , 9 0 2 . 0 0 S t o c k # : ? S e r i a l # : A d d i Ɵon a l I t e m s : E 0 0 4 3 6 0 3 0 5 6 . 0 0 0 0 5 0 8 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 6 , 4 6 3 . 4 2 S a l e s T a x 9 . 5 % E0 0 4 3 6 0 3 $76,699.4207/19/20187180 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 8 , 1 6 0 . 0 0 E n e r g y P u r c h a s e 0 7 / 1 8 IN V 0 0 0 0 0 0 7 6 HI G H D E S E R T P O W E R PR O J E C T , L L C 00 6 3 7 3 ‐ $28,160.0007/20/20187181 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 6 6 , 5 0 0 . 0 0 M i n i m u m C o s t 0 7 / 1 8 PV 0 7 1 8 SO C A L P U B L I C P O W E R AU T H O R I T Y 00 2 5 1 7 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 5 9 , 5 9 2 . 0 0 V a r i a b l e C o s t 0 6 / 1 8 PV 0 7 1 8 05 5 . 1 2 2 1 0 0 $ 1 0 , 0 0 0 . 0 0 P S F C o s t 0 7 / 1 8 PV 0 7 1 8 $336,092.0007/20/20187182 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 2 9 2 , 6 2 4 . 8 1 E n e r g y R e l a t e d P a y m e n t 62 0 1 8 0 1 BI C E N T ( C A L I F O R N I A ) MA L B U R G L L 00 3 3 3 6 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ 2 , 9 9 6 , 9 5 4 . 5 0 C a p a c i t y P a y m e n t 62 0 1 8 0 1 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ ‐2, 2 3 1 . 7 7 R e p l a c e m e n t E n e r g y P a y m e n t 62 0 1 8 0 1 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ ‐9, 5 7 7 . 8 5 F u e l B u r d e n 62 0 1 8 0 1 7183 $ 3,277,769.6907/19/2018 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 19 of 77 86 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 3 7 , 2 0 0 . 0 0 C o m m e r c i a l P r o p e r t y C o v e r a g e 8 2 0 0 0 0 0 2 4 3 1 5 8 AO N R I S K I N S U R A N C E SE R V I C E S W E 00 3 2 6 6 ‐ 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 9 2 , 5 0 0 . 0 0 S e r v i c e F e e 8 2 0 0 0 0 0 2 4 3 1 7 9 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 2 5 , 0 5 4 . 4 0 C o m m e r c i a l P r o p e r t y C o v e r a g e 8 2 0 0 0 0 0 2 4 3 1 8 2 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 5 1 , 5 9 2 . 4 5 E x c e s s L i a b i l i t y C o v e r a g e 8 2 0 0 0 0 0 2 4 3 1 8 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 4 6 , 0 6 8 . 7 5 E x c e s s L i a b i l i t y C o v e r a g e 8 2 0 0 0 0 0 2 4 3 1 8 8 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 3 3 , 7 4 9 . 2 5 E x c e s s L i a b i l i t y C o v e r a g e 8 2 0 0 0 0 0 2 4 3 1 9 1 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 7 , 9 9 6 . 8 0 B u s i n e s s A u t o P h y s i c a l D a m a g e C o v e r a g e 8 2 0 0 0 0 0 2 4 3 2 0 9 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 3 6 , 0 1 7 . 6 0 C o m m e r c i a l P r o p e r t y C o v e r a g e 9 9 0 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 4 4 , 9 4 7 . 9 5 E x c e s s W o r k e r s C o m p e n s a Ɵon C o v e r a g e 9 9 1 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 3 1 , 2 0 0 . 0 0 T e r r o r i s m C o v e r a g e 9 9 2 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 3 6 , 2 1 6 . 0 8 C o m b i n e d S p e c i a l t y I n s u r a n c e 9 9 3 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 3 , 1 2 8 . 3 0 C r i m e ‐ P r i m a r y 9 9 4 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 1 5 , 8 2 9 . 8 5 E n v i r o n m e n t a l P o l l u Ɵon S i t e L i a b i l i t y 9 9 5 0 0 0 0 1 2 3 4 5 6 01 1 . 1 0 0 4 . 5 0 3 0 3 5 $ 3 5 , 2 0 0 . 9 6 C y b e r L i a b i l i t y 9 9 6 0 0 0 0 1 2 3 4 5 6 $906,702.3907/20/20187184 05 5 . 9 2 0 0 . 5 0 0 1 5 4 $ 2 0 0 , 8 5 2 . 8 2 A s t o r i a 2 S o l a r P r o j e c t A T S P 0 7 1 8 SO C A L P U B L I C P O W E R AU T H O R I T Y 00 2 5 1 7 ‐ $200,852.8207/23/20187185 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 20 of 77 87 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 3 , 8 5 3 . 3 2 R e c a l c u l a Ɵon C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 0 . 5 7 R e c a l c u l a Ɵon C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 1 8 . 9 2 R e c a l c u l a Ɵon C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 3 7 . 7 5 R e c a l c u l a Ɵon C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 1 3 , 9 7 2 . 3 1 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 2 4 , 8 0 0 . 9 8 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ 4 1 9 . 8 6 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 1 4 1 . 0 6 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 2 4 0 $ 1 4 8 . 0 5 R e c a l c u l a Ɵon C h a r g e s 0 6 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 1 4 3 , 0 2 0 . 6 3 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 2 1 0 $ 1 6 , 0 3 7 . 3 4 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐50 , 7 3 9 . 2 9 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐86 7 . 1 8 I n i Ɵal C h a r g e s 0 7 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 5 0 $ 4 , 4 8 3 . 3 4 R e c a l c u l a Ɵon C h a r g e s 0 4 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 21 of 77 88 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ ‐19 4 . 8 6 R e c a l c u l a Ɵon C h a r g e s 0 4 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 CA L I F O R N I A I S O 00 2 4 1 2 ‐ 05 5 . 9 2 0 0 . 5 0 0 1 9 0 $ ‐52 0 . 7 1 R e c a l c u l a Ɵon C h a r g e s 0 4 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 05 5 . 9 2 0 0 . 5 0 0 1 8 0 $ ‐1, 8 3 8 . 9 1 R e c a l c u l a Ɵon C h a r g e s 0 4 / 1 8 2 0 1 8 0 7 1 7 3 2 3 9 0 6 9 17 6 $152,773.1807/24/20187186 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 9 , 1 5 0 . 8 6 A n n u a l M a i n t e n a n c e 0 7 / 1 8 ‐ 0 6 / 1 9 I N V A C C 4 0 3 2 3 AC C E L A , I N C 00 5 9 2 9 ‐ $19,150.8607/24/20187187 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 1 6 . 4 4 C o n f e r e n c i n g C h a r g e s 1 1 5 6 7 1 9 0 6 1 8 AR K A D I N , I N C 00 5 8 3 1 ‐ $116.4407/24/20187188 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 4 9 . 0 8 G o P r o H e a d S t r a p + Q u i c k C l i p ‐ s u p p o r t N C G 4 2 8 2 0 5 5 . 0 0 0 2 6 5 7 CD W G O V E R N M E N T , I N C . 00 0 4 4 7 ‐ 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 4 . 6 6 S a l e s T a x 9 . 5 % N C G 4 2 8 2 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 1 1 9 . 9 7 G o P r o C a s e y ‐ c a s e f o r c a m c o r d e r / N C N 8 8 4 2 0 5 5 . 0 0 0 2 6 5 7 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 1 1 . 4 0 S a l e s T a x 9 . 5 % N C N 8 8 4 2 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 1 , 2 9 3 . 6 9 G o P r o H E R O 6 B l a c k ‐ a c Ɵon c a m e r a ~ N C S 0 5 2 8 0 5 5 . 0 0 0 2 6 5 7 05 5 . 8 1 0 0 . 9 0 0 0 0 0 $ 1 2 2 . 9 0 S a l e s T a x 9 . 5 % N C S 0 5 2 8 $1,601.7007/24/20187189 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 1 0 5 , 4 2 3 . 0 4 N a t u r a l G a s 0 6 / 1 8 6 1 8 7 8 8 4 0 5 3 9 4 5 4 4 CI M A E N E R G Y , L P 00 6 2 9 8 ‐ $105,423.0407/24/20187190 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 22 of 77 89 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 0 0 1 6 7 $ 1 4 2 , 9 0 6 . 8 0 P r e ‐Pa i d C O V R e t a i l 71 8 5 9 3 1 CI T I G R O U P E N E R G Y , I N C 00 0 1 5 3 ‐ 05 6 . 5 6 0 0 . 5 0 0 1 6 8 $ ‐55 , 3 3 2 . 6 8 P r e ‐Pa i d S M U D 71 8 5 9 3 1 $87,574.1207/24/20187191 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 5 5 , 2 0 0 . 0 0 N a t u r a l G a s 0 6 / 1 8 22 7 1 3 1 ED F T R A D I N G N O R T H AM E R I C A , L L C 00 4 1 1 6 ‐ $55,200.0007/24/20187192 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 8 6 , 8 1 4 . 0 0 N a t u r a l G a s 0 6 / 1 8 10 4 1 1 8 CO N O C O P H I L L I P S C O M P A N Y 00 5 3 8 8 ‐ $86,814.0007/24/20187193 01 1 . 1 0 3 1 . 5 9 6 2 0 0 $ 2 1 , 1 8 4 . 0 0 S e c u r i t y S e r v i c e s 18 8 8 JR M 00 6 1 9 8 ‐ $21,184.0007/24/20187194 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 5 5 , 6 8 0 . 0 0 N a t u r a l G a s 0 6 / 1 8 22 1 2 4 4 PA C I F I C S U M M I T E N E R G Y , L L C 00 5 9 0 8 ‐ $55,680.0007/24/20187195 05 5 . 2 0 0 4 0 0 $ 1 , 0 2 9 , 7 8 5 . 8 8 E l e c t r i c S e r v i c e M a i n t e n a n c e 18 0 1 2 8 PE T R E L L I E L E C T R I C , I N C 00 3 0 4 9 ‐ 7196 $ 1,029,785.8807/24/2018 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 9 0 0 . 0 0 P a r t N o . 8 1 3 0 ‐01 8 1 3 0 ‐01 1 0 0 0 B A S E ‐LX I N V 0 0 0 2 8 3 5 1 0 0 5 5 . 0 0 0 2 6 5 4 SC H W E I T Z E R E N G I N E E R I N G LA B O R A T 00 2 4 7 6 ‐ 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 8 5 . 5 0 S a l e s T a x 9 . 5 % IN V 0 0 0 2 8 3 5 1 0 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 5 9 0 . 0 0 P a r t N o . 8 1 3 0 ‐02 8 1 3 0 ‐02 1 0 0 0 B A S E ‐LX I N V 0 0 0 2 8 5 8 8 9 0 5 5 . 0 0 0 2 6 6 1 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 5 6 . 0 5 S a l e s T a x 9 . 5 % IN V 0 0 0 2 8 5 8 8 9 $1,631.5507/24/20187197 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 23 of 77 90 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 9 5 2 1 0 $ 1 2 , 9 6 9 . 2 7 M a n a g e d N e t w o r k S e c u r i t y S e r v i c e s S W X C 1 3 1 5 0 0 2 4 3 6 SE C U R E W O R K S , I N C 00 6 0 1 9 ‐ $12,969.2707/24/20187198 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 3 5 , 0 6 9 . 7 3 N a t u r a l G a s 0 6 / 1 8 3 7 2 3 2 2 6 2 SE Q U E N T E N E R G Y MA N A G E M E N T , L P 00 5 6 0 4 ‐ $35,069.7307/24/20187199 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 8 , 2 5 0 . 0 0 N a t u r a l G a s 0 6 / 1 8 4 1 2 4 0 9 4 OC C I D E N T A L E N E R G Y MA R K E T I N G , I 00 5 8 7 0 ‐ $8,250.0007/24/20187200 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 1 3 , 1 4 6 . 5 6 D e l l s u p p o r t r e n e w a l K 0 9 9 7 7 3 2 0 1 0 1 0 1 1 . 0 0 1 3 0 8 9 ZO N E S , I N C 00 5 7 8 4 ‐ $13,146.5607/24/20187201 01 1 . 2 1 0 2 5 0 $ 1 , 8 6 1 . 7 3 P o l i c e A s s o c i a Ɵon M e m b e r D u e s : P a y m e n t B e n 2 0 8 4 7 1 VE R N O N P O L I C E O F F I C E R S BE N E F I T 00 3 4 0 7 ‐ $1,861.7307/19/20187202 01 1 . 2 1 0 2 5 0 $ 2 , 1 6 0 . 0 0 T e a m s t e r s L o c a l 9 1 1 D u e s : P a y m e n t B e n 2 0 8 4 5 9 TE A M S T E R S L O C A L 9 1 1 00 5 3 9 2 ‐ 02 0 . 2 1 0 2 5 0 $ 3 6 0 . 0 0 T e a m s t e r s L o c a l 9 1 1 D u e s : P a y m e n t B e n 2 0 8 4 5 9 05 5 . 2 1 0 2 5 0 $ 1 7 2 . 7 8 T e a m s t e r s L o c a l 9 1 1 D u e s : P a y m e n t B e n 2 0 8 4 5 9 05 7 . 2 1 0 2 5 0 $ 7 . 2 2 T e a m s t e r s L o c a l 9 1 1 D u e s : P a y m e n t B e n 2 0 8 4 5 9 $2,700.0007/19/20187203 01 1 . 2 1 0 2 5 0 $ 3 , 2 7 8 . 6 7 F i r e H o u s e F u n d : P a y m e n t B e n 2 0 8 4 7 5 VE R N O N F I R E M E N S AS S O C I A T I O N 00 3 1 4 1 ‐ 06 0 . 2 1 0 2 5 0 $ 2 0 . 3 3 F i r e H o u s e F u n d : P a y m e n t B e n 2 0 8 4 7 5 $3,299.0007/19/20187204 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 24 of 77 91 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 2 1 0 2 2 0 $ 3 3 , 4 5 0 . 0 1 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 IC M A R E T I R E M E N T T R U S T 4 5 7 00 3 1 6 8 ‐ 02 0 . 2 1 0 2 2 0 $ 8 8 1 . 4 9 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 05 5 . 2 1 0 2 2 0 $ 6 , 7 4 5 . 1 8 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 05 6 . 2 1 0 2 2 0 $ 1 , 6 3 2 . 9 5 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 05 7 . 2 1 0 2 2 0 $ 7 5 . 0 0 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 06 0 . 2 1 0 2 2 0 $ 1 7 5 . 1 0 D e f e r r e d C o m p e n s a Ɵon : P a y m e n t B e n 2 0 8 4 6 1 01 1 . 2 1 0 2 2 0 $ 1 5 , 5 8 6 . 7 8 D e f e r r e d C o m p e n s a Ɵon : R e Ɵre m e n t B e n 2 0 8 4 6 1 $58,546.5107/19/20187205 01 1 . 1 0 0 0 1 3 $ 6 2 0 . 4 5 F S A ‐ D e p e n d e n t : P a y m e n t B e n 2 0 8 4 6 9 CI T Y O F V E R N O N , F S A AC C O U N T 00 3 1 4 6 ‐ 01 1 . 1 0 0 0 1 3 $ 1 8 6 . 5 3 F S A ‐ M e d i c a l : P a y m e n t B e n 2 0 8 4 6 9 $806.9807/19/20187206 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 25 of 77 92 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 2 1 0 2 4 0 $ 2 0 5 , 2 1 1 . 8 8 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 CA L P E R S 00 0 7 1 4 ‐ 02 0 . 2 1 0 2 4 0 $ 8 , 9 5 0 . 4 7 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 05 5 . 2 1 0 2 4 0 $ 3 2 , 9 3 7 . 1 2 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 05 6 . 2 1 0 2 4 0 $ 3 , 1 7 9 . 2 1 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 05 7 . 2 1 0 2 4 0 $ 5 7 0 . 3 6 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 06 0 . 2 1 0 2 4 0 $ 2 5 4 . 0 9 P E R S C o n t r i b u Ɵon s : P a y m e n t B e n 2 0 8 4 6 3 01 1 . 2 1 0 2 4 0 $ 1 8 6 . 1 4 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 02 0 . 2 1 0 2 4 0 $ 1 4 . 2 8 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 05 5 . 2 1 0 2 4 0 $ 3 6 . 6 3 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 05 6 . 2 1 0 2 4 0 $ 3 . 7 2 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 05 7 . 2 1 0 2 4 0 $ 0 . 4 7 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 06 0 . 2 1 0 2 4 0 $ 0 . 5 6 P E R S S u r v i v o r ' s B e n e fit: P a y m e n t B e n 2 0 8 4 6 3 01 1 . 2 1 0 2 4 0 $ 3 0 8 . 8 5 P E R S B u y ‐ba c k : P a y m e n t B e n 2 0 8 4 6 3 01 1 . 1 0 1 5 . 5 3 0 0 3 4 $ ‐0. 1 7 P E R S C o n t r i b u Ɵon : R o u n d i n g A d j u s t m e n t B e n 2 0 8 4 6 3 $251,653.6107/23/20187207 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 26 of 77 93 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 2 1 0 2 1 0 $ 1 2 4 , 7 9 9 . 1 1 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 TH E D E P A R T M E N T O F T H E TR E A S U R Y 00 4 0 7 5 ‐ 02 0 . 2 1 0 2 1 0 $ 4 , 9 6 7 . 3 0 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 5 . 2 1 0 2 1 0 $ 2 1 , 2 1 2 . 7 7 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 6 . 2 1 0 2 1 0 $ 2 , 3 1 2 . 4 9 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 7 . 2 1 0 2 1 0 $ 4 0 6 . 7 4 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 06 0 . 2 1 0 2 1 0 $ 6 3 8 . 9 2 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 01 1 . 2 1 0 2 1 0 $ 2 8 , 4 9 3 . 6 8 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 02 0 . 2 1 0 2 1 0 $ 1 , 3 6 6 . 3 0 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 5 . 2 1 0 2 1 0 $ 5 , 7 7 1 . 1 6 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 6 . 2 1 0 2 1 0 $ 5 5 3 . 2 6 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 05 7 . 2 1 0 2 1 0 $ 9 5 . 1 8 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 06 0 . 2 1 0 2 1 0 $ 8 8 . 6 2 F e d e r a l W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 5 01 1 . 2 1 0 2 1 0 $ 1 , 8 4 5 . 3 2 S o c i a l S e c u r i t y T a x : P a y m e n t B e n 2 0 8 4 6 5 05 5 . 2 1 0 2 1 0 $ 1 7 2 . 3 4 S o c i a l S e c u r i t y T a x : P a y m e n t B e n 2 0 8 4 6 5 06 0 . 2 1 0 2 1 0 $ 1 7 7 . 4 6 S o c i a l S e c u r i t y T a x : P a y m e n t B e n 2 0 8 4 6 5 01 1 . 2 1 0 2 1 0 $ 1 9 , 8 0 1 . 6 5 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 02 0 . 2 1 0 2 1 0 $ 4 8 4 . 0 0 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 05 5 . 2 1 0 2 1 0 $ 3 5 . 2 0 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 05 7 . 2 1 0 2 1 0 $ 8 . 8 0 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 01 1 . 2 1 0 2 1 0 $ 3 , 3 0 1 . 6 3 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 02 0 . 2 1 0 2 1 0 $ 6 3 . 8 0 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 05 5 . 2 1 0 2 1 0 $ 4 . 6 4 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 27 of 77 94 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 7 . 2 1 0 2 1 0 $ 1 . 1 6 F e d e r a l W i t h h o l d i n g : P a y m e n t S p e c i a l P R B e n 2 0 8 4 6 5 TH E D E P A R T M E N T O F T H E TR E A S U R Y 00 4 0 7 5 ‐ $216,601.5307/20/20187208 01 1 . 2 1 0 2 1 0 $ 5 1 , 9 4 2 . 2 5 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 EM P L O Y M E N T D E V E L O P M E N T DE P T 00 1 6 3 5 ‐ 02 0 . 2 1 0 2 1 0 $ 1 , 9 7 4 . 9 9 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 05 5 . 2 1 0 2 1 0 $ 9 , 2 5 5 . 5 1 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 05 6 . 2 1 0 2 1 0 $ 9 0 6 . 6 6 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 05 7 . 2 1 0 2 1 0 $ 1 8 7 . 8 4 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 06 0 . 2 1 0 2 1 0 $ 2 6 5 . 5 6 S t a t e W i t h h o l d i n g : P a y m e n t B e n 2 0 8 4 6 7 01 1 . 2 1 0 2 1 0 $ 5 , 9 4 0 . 4 9 S t a t e W i t h h o l d i n g : S p e c i a l P R s B e n 2 0 8 4 6 7 02 0 . 2 1 0 2 1 0 $ 1 4 5 . 2 0 S t a t e W i t h h o l d i n g : S p e c i a l P R s B e n 2 0 8 4 6 7 05 5 . 2 1 0 2 1 0 $ 1 0 . 5 6 S t a t e W i t h h o l d i n g : S p e c i a l P R s B e n 2 0 8 4 6 7 05 7 . 2 1 0 2 1 0 $ 2 . 6 4 S t a t e W i t h h o l d i n g : S p e c i a l P R s B e n 2 0 8 4 6 7 $70,631.7007/20/20187209 01 1 . 2 1 0 2 6 0 $ 9 6 0 . 9 9 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 ST A T E D I S B U R S E M E N T U N I T 00 4 0 7 4 ‐ 06 0 . 2 1 0 2 6 0 $ 8 . 2 4 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 01 1 . 2 1 0 2 6 0 $ 1 , 1 9 0 . 8 3 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 06 0 . 2 1 0 2 6 0 $ 9 . 1 7 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 01 1 . 2 1 0 2 6 0 $ 7 8 . 9 2 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 05 5 . 2 1 0 2 6 0 $ 3 6 8 . 7 6 C h i l d S u p p o r t : P a y m e n t B e n 2 0 8 4 7 3 $2,616.9107/23/20187210 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 28 of 77 95 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 1 0 , 0 5 3 . 6 4 M e d i c a r e P P O R e Ɵre e s 3 1 2 2 7 8 7 7 AE T N A H E A L T H O F C A L I F O R N I A 00 3 1 5 8 ‐ 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 2 , 3 6 4 . 4 8 M e d i c a r e H M O R e Ɵre e s 3 1 2 2 8 6 7 7 $12,418.1207/24/20187211 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 29 of 77 96 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 3 2 4 . 1 8 C o b r a 4 3 1 1 9 8 E AN T H E M B L U E C R O S S 00 5 1 8 2 ‐ 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 5 , 7 4 9 . 5 0 E a r l y R e Ɵre e s 5 7 5 8 7 0 D 01 1 . 2 1 0 2 2 2 $ 2 1 , 8 5 7 . 6 4 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 02 0 . 2 1 0 2 2 2 $ 1 , 2 9 5 . 6 3 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 5 . 2 1 0 2 2 2 $ 4 , 1 8 8 . 2 9 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 6 . 2 1 0 2 2 2 $ 3 9 8 . 5 6 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 7 . 2 1 0 2 2 2 $ 6 2 . 1 8 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 06 0 . 2 1 0 2 2 2 $ 7 9 . 5 8 D e n t a l P P O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 01 1 . 2 1 0 2 2 2 $ 1 , 3 2 7 . 3 1 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 02 0 . 2 1 0 2 2 2 $ 1 3 5 . 0 6 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 5 . 2 1 0 2 2 2 $ 3 2 1 . 8 1 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 6 . 2 1 0 2 2 2 $ 4 5 . 0 2 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 05 7 . 2 1 0 2 2 2 $ 5 . 7 5 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 06 0 . 2 1 0 2 2 2 $ 1 . 9 5 D e n t a l H M O I n s u r a n c e : P a y m e n t B e n 2 0 8 4 5 5 01 1 . 1 0 2 6 . 5 0 2 0 3 0 $ 1 3 2 . 8 3 E E 1 0 4 5 B e i n g B i l l e d b y C i t y B e n 2 0 8 4 5 5 01 1 . 2 1 0 2 2 2 $ ‐74 . 4 9 E E 0 8 3 6 A d d e d D e p s t o b e A d j N e x t B i l l B e n 2 0 8 4 5 5 01 1 . 2 1 0 2 2 2 $ ‐90 . 4 2 E E 0 9 6 7 R e m o v e d D e p s & C h a n g e d P l a n t o B e n 2 0 8 4 5 5 01 1 . 2 1 0 2 2 2 $ ‐14 . 3 6 E E 1 1 0 1 N e w H i r e t o b e A d d e d N e x t B i l l B e n 2 0 8 4 5 5 05 5 . 2 1 0 2 2 2 $ ‐58 . 4 2 E E 1 1 0 2 N e w H i r e t o b e A d d e d N e x t B i l l B e n 2 0 8 4 5 5 01 1 . 1 0 1 5 . 5 3 0 0 3 4 $ 1 . 2 9 R o u n d i n g A d j u s t m e n t B e n 2 0 8 4 5 5 $35,688.8907/24/20187212 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 30 of 77 97 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 6 0 , 1 2 9 . 6 1 E a r l y R e Ɵre e s 1 8 1 6 9 0 0 0 9 1 7 5 BL U E S H I E L D O F C A L I F O R N I A 00 5 1 7 2 ‐ 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 3 , 9 9 1 . 0 3 C o b r a 1 8 1 6 9 0 0 0 9 2 2 3 01 1 . 2 1 0 2 2 1 $ 1 0 9 , 1 9 2 . 5 6 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 02 0 . 2 1 0 2 2 1 $ 7 , 6 0 4 . 9 2 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 05 5 . 2 1 0 2 2 1 $ 2 8 , 6 0 4 . 6 7 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 05 6 . 2 1 0 2 2 1 $ 4 , 7 5 3 . 8 0 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 05 7 . 2 1 0 2 2 1 $ 5 3 9 . 5 3 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 06 0 . 2 1 0 2 2 1 $ 1 6 . 5 8 M e d i c a l H i g h H M O : P a y m e n t B e n 2 0 8 4 5 7 01 1 . 2 1 0 2 2 1 $ 1 8 , 8 7 3 . 2 5 M e d i c a l H i g h P P O : P a y m e n t B e n 2 0 8 4 5 7 02 0 . 2 1 0 2 2 1 $ 2 3 9 . 0 2 M e d i c a l H i g h P P O : P a y m e n t B e n 2 0 8 4 5 7 05 5 . 2 1 0 2 2 1 $ 3 , 8 2 4 . 1 6 M e d i c a l H i g h P P O : P a y m e n t B e n 2 0 8 4 5 7 06 0 . 2 1 0 2 2 1 $ 8 . 5 7 M e d i c a l H i g h P P O : P a y m e n t B e n 2 0 8 4 5 7 01 1 . 2 1 0 2 2 1 $ 4 6 , 8 3 4 . 5 3 M e d i c a l H S A P P O : P a y m e n t B e n 2 0 8 4 5 7 02 0 . 2 1 0 2 2 1 $ 3 , 9 0 3 . 3 4 M e d i c a l H S A P P O : P a y m e n t B e n 2 0 8 4 5 7 05 5 . 2 1 0 2 2 1 $ 4 , 3 5 1 . 7 8 M e d i c a l H S A P P O : P a y m e n t B e n 2 0 8 4 5 7 05 6 . 2 1 0 2 2 1 $ 5 5 7 . 6 2 M e d i c a l H S A P P O : P a y m e n t B e n 2 0 8 4 5 7 06 0 . 2 1 0 2 2 1 $ 1 2 0 . 6 9 M e d i c a l H S A P P O : P a y m e n t B e n 2 0 8 4 5 7 01 1 . 2 1 0 2 2 1 $ 6 9 , 8 9 2 . 1 6 M e d i c a l L o w H M O : P a y m e n t B e n 2 0 8 4 5 7 02 0 . 2 1 0 2 2 1 $ 3 , 2 1 5 . 8 0 M e d i c a l L o w H M O : P a y m e n t B e n 2 0 8 4 5 7 05 5 . 2 1 0 2 2 1 $ 1 5 , 9 8 1 . 5 6 M e d i c a l L o w H M O : P a y m e n t B e n 2 0 8 4 5 7 05 7 . 2 1 0 2 2 1 $ 2 3 8 . 2 0 M e d i c a l L o w H M O : P a y m e n t B e n 2 0 8 4 5 7 01 1 . 2 1 0 2 2 1 $ ‐70 3 . 7 9 E E 0 8 3 6 A d d e d D e p s t o b e A d j N e x t B i l l B e n 2 0 8 4 5 7 01 1 . 1 0 2 6 . 5 0 2 0 3 0 $ 1 , 0 0 6 . 0 7 E E 1 0 4 5 B e i n g B i l l e d b y C i t y B e n 2 0 8 4 5 7 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 31 of 77 98 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 2 1 0 2 2 1 $ ‐1, 1 5 7 . 0 0 E E 1 1 0 1 N e w H i r e t o b e A d d e d N e x t B i l l B e n 2 0 8 4 5 7 BL U E S H I E L D O F C A L I F O R N I A 00 5 1 7 2 ‐ 05 5 . 2 1 0 2 2 1 $ ‐55 7 . 6 2 E E 1 1 0 2 N e w H i r e t o b e A d d e d N e x t B i l l B e n 2 0 8 4 5 7 01 1 . 1 0 1 5 . 5 3 0 0 3 4 $ 2 . 2 4 R o u n d i n g A d j u s t m e n t B e n 2 0 8 4 5 7 $381,463.2807/24/20187213 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 6 3 0 , 9 9 2 . 5 0 N a t u r a l G a s 0 6 / 1 8 G A S I 0 0 0 9 7 2 9 1 MA C Q U A R I E E N E R G Y , L L C 00 6 0 8 6 ‐ $630,992.5007/25/20187214 05 6 . 5 6 0 0 . 5 0 0 1 6 0 $ 2 6 7 , 9 3 6 . 8 5 N a t u r a l G a s 0 6 / 1 8 2 2 5 1 8 6 2 ME R C U R I A E N E R G Y A M E R I C A , IN C 00 6 2 6 2 ‐ $267,936.8507/25/20187215 05 5 . 1 2 2 1 0 0 $ 2 7 , 2 7 2 . 1 9 R e s o l u Ɵon B i l l i n g 7 1 8 SO C A L P U B L I C P O W E R AU T H O R I T Y 00 2 5 1 7 ‐ $27,272.1907/25/20187216 05 5 . 9 2 0 0 . 5 0 0 1 7 0 $ 2 1 , 8 7 0 . 0 0 E n e r g y P u r c h a s e 0 6 / 1 8 G A 1 9 1 5 9 1 DE P A R T M E N T O F W A T E R & PO W E R 00 2 4 6 8 ‐ 05 5 . 9 2 0 0 . 5 0 0 2 6 0 $ 5 7 5 . 0 0 E n e r g y P u r c h a s e 0 6 / 1 8 G A 1 9 1 5 9 1 $22,445.0007/27/20187217 05 5 . 2 0 0 2 3 0 $ 7 7 , 2 0 8 . 7 6 E l e c t r i c a l E n e r g y S u r c h a r g e 0 4 / 1 8 ‐06 / 1 8 0 7 2 3 1 8 CA D E P A R T M E N T O F T A X & F E E AD M 00 2 2 4 2 ‐ $77,208.7607/27/20187218 01 1 . 1 0 0 2 . 5 9 6 2 0 0 $ 2 0 , 0 0 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 5 2 0 6 8 TH E A B E R N A T H Y M A C G R E G O R GR O U P , 00 6 3 7 5 ‐ $20,000.0007/30/20187219 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 32 of 77 99 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 9 5 2 1 0 $ 7 , 3 7 5 . 0 0 E n v i s i o n C o n n e c t / E n v i s i o n C o n n e c t R e m o t e I N V A C C 4 0 0 5 4 0 1 1 . 0 0 1 2 9 8 9 AC C E L A , I N C 00 5 9 2 9 ‐ 01 1 . 9 0 1 9 . 5 9 5 2 1 0 $ 1 , 1 2 5 . 0 0 E n v i s i o n C o n n e c t / E n v i s i o n C o n n e c t R e m o t e I N V A C C 4 0 6 3 1 0 1 1 . 0 0 1 2 9 8 9 $8,500.0007/30/20187220 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 1 , 0 7 7 . 1 2 N P S 1 1 / 2 C S 4 0 0 ~ C D 9 9 0 5 0 9 3 6 A 0 5 6 . 0 0 0 0 5 1 0 CA L T R O L , I N C 00 2 1 1 0 ‐ 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 3 , 8 5 7 . 9 2 N P S 2 C S 8 0 0 ~ C D 9 9 0 5 0 9 3 6 A 0 5 6 . 0 0 0 0 5 1 0 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 7 4 . 0 2 F r e i g h t C D 9 9 0 5 0 9 3 6 A 0 5 6 . 0 0 0 0 5 1 0 05 6 . 5 6 0 0 . 9 0 0 0 0 0 $ 4 7 5 . 8 6 S a l e s T a x 9 . 5 % C D 9 9 0 5 0 9 3 6 A $5,484.9207/30/20187221 05 5 . 9 2 0 0 . 5 9 6 2 0 0 $ 1 , 2 5 0 . 0 0 O T C C o m m i s s i o n A d j u s t m e n t 6 1 8 0 0 1 6 8 8 0 8 8 IC E U S O T C C O M M O D I T Y MA R K E T S , 00 4 5 0 0 ‐ $1,250.0007/30/20187222 05 7 . 1 0 5 7 . 5 0 0 1 7 3 $ 4 , 5 5 4 . 0 5 F i b e r O p Ɵc I n t e r n e t A c c e s s C o n t r a c t ~ 7 1 5 7 2 0 0 3 0 5 7 . 0 0 0 0 0 5 1 LE V E L 3 C O M M U N I C A T I O N S , LL C 00 3 0 5 3 ‐ $4,554.0507/30/20187223 01 1 . 1 0 2 3 . 5 9 6 5 5 0 $ 5 , 0 0 0 . 0 0 A n n u a l L A E D C M e m b e r s h i p 5 1 8 0 0 1 6 3 LA E D C 00 0 8 7 5 ‐ $5,000.0007/30/20187224 05 6 . 5 6 0 0 . 5 5 0 0 2 2 $ 1 0 8 , 3 7 0 . 2 2 P e r i o d : 0 6 / 1 8 0 7 1 2 1 8 TH E G A S C O M P A N Y 00 1 5 8 1 ‐ $108,370.2207/30/20187225 05 5 . 9 2 0 0 . 5 0 0 1 5 4 $ 1 9 6 , 2 7 3 . 4 8 A n t e l o p e D S R 1 S o l a r P r o j e c t D S R 1 0 7 1 8 SO C A L P U B L I C P O W E R AU T H O R I T Y 00 2 5 1 7 ‐ $196,273.4807/30/20187226 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 33 of 77 100 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 3 3 . 5 0 2 0 2 0 $ 2 4 9 . 6 0 1 9 5 9 S u r v i v o r B i l l i n g 1 0 0 0 0 0 0 1 5 3 3 2 4 5 2 CA L P E R S 00 0 7 1 4 ‐ 01 1 . 1 0 3 3 . 5 0 2 0 2 0 $ 3 , 7 6 4 . 8 0 1 9 5 9 S u r v i v o r B i l l i n g 1 0 0 0 0 0 0 1 5 3 3 2 6 4 7 $4,014.4007/13/20187227 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 2 4 . 5 2 P e r i o d : 0 6 / 1 8 6 2 3 6 5 0 6 5 4 FE D E X 00 0 2 4 9 ‐ 05 5 . 9 0 0 0 . 5 2 0 0 0 0 $ 1 4 4 . 6 9 P e r i o d : 0 6 / 1 8 6 2 3 6 5 0 6 5 4 $169.2107/20/20187228 05 5 . 9 0 0 0 . 5 2 0 0 0 0 $ 2 4 . 6 0 P e r i o d : 0 6 / 1 8 6 2 2 1 5 8 8 4 0 FE D E X 00 0 2 4 9 ‐ $24.6007/12/20187229 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 8 4 . 1 1 S m a l l T o o l s & P l u m b i n g H a r d w a r e ~ 0 6 0 1 1 8 _ M U L T I P L E 0 1 1 . 0 0 1 2 5 1 7 HO M E D E P O T C R E D I T SE R V I C E S 00 1 5 5 2 ‐ $284.1107/11/20187230 05 6 . 5 6 0 0 . 5 2 0 0 0 0 $ 2 2 0 . 3 4 B u i l d i n g S u p p l i e s ~ 0 6 0 6 1 8 _ M U L T I P L E 0 5 6 . 0 0 0 0 4 5 7 HO M E D E P O T C R E D I T SE R V I C E S 00 1 5 5 2 ‐ 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 8 8 2 . 6 5 H a r d w a r e S u p p l i e s ~ 0 6 0 7 1 8 _ M U L T I P L E 0 5 5 . 0 0 0 2 5 5 3 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 1 6 7 . 5 1 H a r d w a r e S u p p l i e s ~ 0 6 0 7 1 8 _ M U L T I P L E 0 5 5 . 0 0 0 2 5 5 3 $1,270.5007/11/20187231 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 34 of 77 101 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 1 1 9 . 3 4 O r d e r N o . 1 3 7 6 8 4 0 9 1 0 0 1 1 3 7 6 8 4 0 9 1 0 0 1 0 1 1 . 0 0 1 3 1 0 2 OF F I C E D E P O T 00 2 1 9 0 ‐ 01 1 . 1 0 4 0 . 5 2 0 0 0 0 $ 4 8 . 7 3 O r d e r N o . 1 3 7 6 8 4 0 9 1 0 0 1 1 3 7 6 8 4 0 9 1 0 0 1 0 1 1 . 0 0 1 3 1 0 2 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 1 7 1 . 0 4 O r d e r N o . 1 3 7 6 8 4 0 9 1 0 0 1 1 3 7 6 8 4 0 9 1 0 0 1 0 1 1 . 0 0 1 3 1 0 2 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 1 1 . 3 4 S a l e s T a x 9 . 5 % 1 3 7 6 8 4 0 9 1 0 0 1 01 1 . 1 0 4 0 . 5 2 0 0 0 0 $ 4 . 6 3 S a l e s T a x 9 . 5 % 1 3 7 6 8 4 0 9 1 0 0 1 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 1 6 . 2 5 S a l e s T a x 9 . 5 % 1 3 7 6 8 4 0 9 1 0 0 1 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 1 7 . 5 2 O r d e r N o . 1 3 7 6 8 4 0 9 1 0 0 1 1 3 7 6 8 4 0 9 1 0 0 2 0 1 1 . 0 0 1 3 1 0 2 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 1 . 6 6 S a l e s T a x 9 . 5 % 1 3 7 6 8 4 0 9 1 0 0 2 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 6 3 . 6 5 O r d e r N o . 1 4 0 3 9 2 5 2 4 0 0 1 1 4 0 3 9 2 5 2 4 0 0 1 0 1 1 . 0 0 1 3 1 0 0 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 5 . 0 5 S a l e s T a x 9 . 5 % 1 4 0 3 9 2 5 2 4 0 0 1 $679.2107/11/20187232 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 35 of 77 102 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 3 3 3 . 2 1 O r d e r N o . 1 3 7 4 1 1 8 9 8 0 0 1 1 3 7 4 1 1 8 9 8 0 0 1 0 1 1 . 0 0 1 3 1 0 3 OF F I C E D E P O T 00 2 1 9 0 ‐ 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 3 1 . 6 5 S a l e s T a x 9 . 5 % 1 3 7 4 1 1 8 9 8 0 0 1 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 3 . 9 8 O r d e r N o . 1 3 9 6 9 0 9 6 8 0 0 1 1 3 9 6 9 0 9 6 8 0 0 1 0 1 1 . 0 0 1 3 1 3 3 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 . 2 8 S a l e s T a x 9 . 5 % 1 3 9 6 9 0 9 6 8 0 0 1 01 1 . 1 2 0 0 1 0 $ 7 9 . 3 4 O r d e r N o . 1 4 0 9 0 0 9 3 7 0 0 1 1 4 0 9 0 0 9 3 7 0 0 1 0 1 1 . 0 0 1 3 1 3 2 01 1 . 1 2 0 0 1 0 $ 7 . 5 4 S a l e s T a x 9 . 5 % 1 4 0 9 0 0 9 3 7 0 0 1 01 1 . 1 2 0 0 1 0 $ 5 9 . 9 9 O r d e r N o . 1 4 0 9 0 0 9 3 7 0 0 1 1 4 0 9 0 1 5 6 2 0 0 1 0 1 1 . 0 0 1 3 1 3 2 01 1 . 1 2 0 0 1 0 $ 5 . 7 0 S a l e s T a x 9 . 5 % 1 4 0 9 0 1 5 6 2 0 0 1 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 1 0 7 . 2 5 S u p p l i e s 1 5 1 2 4 1 5 6 0 0 0 1 01 1 . 9 0 1 9 . 5 2 0 0 0 0 $ 3 9 . 9 4 S u p p l i e s 1 5 1 2 4 1 5 6 0 0 0 1 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 1 0 . 1 9 S a l e s T a x 9 . 5 % 1 5 1 2 4 1 5 6 0 0 0 1 01 1 . 9 0 1 9 . 5 2 0 0 0 0 $ 3 . 7 9 S a l e s T a x 9 . 5 % 1 5 1 2 4 1 5 6 0 0 0 1 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 1 0 . 4 4 S u p p l i e s 1 5 1 2 4 1 8 3 5 0 0 1 01 1 . 1 0 0 2 . 5 2 0 0 0 0 $ 0 . 9 9 S a l e s T a x 9 . 5 % 1 5 1 2 4 1 8 3 5 0 0 1 01 1 . 9 0 1 9 . 5 2 0 0 0 0 $ 1 8 . 4 7 S u p p l i e s 1 5 1 2 4 1 8 3 6 0 0 1 01 1 . 9 0 1 9 . 5 2 0 0 0 0 $ 1 . 7 5 S a l e s T a x 9 . 5 % 1 5 1 2 4 1 8 3 6 0 0 1 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 1 2 . 2 8 S u p p l i e s 1 5 1 5 0 4 7 0 5 0 0 1 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 0 . 6 7 S a l e s T a x 9 . 5 % 1 5 1 5 0 4 7 0 5 0 0 1 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 9 . 6 2 S u p p l i e s 1 5 1 5 0 5 4 4 1 0 0 1 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 . 8 6 S a l e s T a x 9 . 5 % 1 5 1 5 0 5 4 4 1 0 0 1 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 9 2 . 4 0 S u p p l i e s 1 5 1 6 4 4 9 2 9 0 0 1 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 8 . 7 8 S a l e s T a x 9 . 5 % 1 5 1 6 4 4 9 2 9 0 0 1 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 1 6 . 8 5 S u p p l i e s 1 5 3 4 5 6 1 9 1 0 0 1 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 36 of 77 103 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 01 1 . 1 0 0 3 . 5 2 0 0 0 0 $ 1 . 6 0 S a l e s T a x 9 . 5 % 1 5 3 4 5 6 1 9 1 0 0 1 OF F I C E D E P O T 00 2 1 9 0 ‐ 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 7 1 . 8 1 S u p p l i e s 1 5 4 0 0 3 8 8 6 0 0 1 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 6 . 8 2 S a l e s T a x 9 . 5 % 1 5 4 0 0 3 8 8 6 0 0 1 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 9 6 . 9 9 S u p p l i e s 1 5 9 8 7 1 1 4 0 0 0 1 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 9 . 2 1 S a l e s T a x 9 . 5 % 1 5 9 8 7 1 1 4 0 0 0 1 $1,185.4007/20/20187233 05 5 . 9 2 0 0 . 5 6 0 0 1 0 $ 7 2 9 . 4 4 P e r i o d : 0 6 / 1 8 0 7 0 3 1 8 SO C A L E D I S O N 00 0 0 5 9 ‐ 01 1 . 1 0 4 2 . 5 6 0 0 0 0 $ 1 9 2 . 1 9 P e r i o d : 0 6 / 1 8 0 7 0 7 1 8 $921.6307/20/20187234 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 7 5 . 1 9 P e r i o d : 0 6 / 1 8 9 3 3 3 1 2 2 7 8 UP S 00 1 6 1 7 ‐ $75.1907/23/20187235 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 3 8 . 7 0 P e r i o d : 0 6 / 1 8 9 3 3 3 1 2 2 4 8 UP S 00 1 6 1 7 ‐ 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 3 . 3 9 P e r i o d : 0 6 / 1 8 9 3 3 3 1 2 2 4 8 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 8 3 . 8 9 P e r i o d : 0 6 / 1 8 9 3 3 3 1 2 2 5 8 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 1 6 . 5 0 P e r i o d : 0 6 / 1 8 9 3 3 3 1 2 2 6 8 $152.4807/13/20187236 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 7 . 3 7 P e r i o d : 0 5 / 1 8 5 8 X 0 X 7 2 1 8 UP S 00 1 6 1 7 ‐ 01 1 . 1 0 4 1 . 5 2 0 0 0 0 $ 3 7 . 9 7 P e r i o d : 0 4 / 1 8 9 3 3 3 1 2 2 2 8 $45.3407/12/20187237 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 37 of 77 104 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EL E C T R O N I C VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTPAYMENTNUMBERPAYMENTDATE 05 5 . 8 1 0 0 . 5 6 0 0 1 0 $ 4 4 . 7 5 P e r i o d : 0 6 / 1 8 06 2 9 1 8 SO C A L E D I S O N 00 0 0 5 9 ‐ 01 1 . 1 0 4 3 . 5 6 0 0 0 0 $ 3 3 . 7 9 P e r i o d : 0 6 / 1 8 06 2 9 1 8 ( 2 ) $78.5407/19/20187239 TO T A L  ELECTRONIC$10,913,968.76 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 38 of 77 105 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 8 2 5 . 0 0 9 w 7 z 6 0 5 8 a a s s e m b l y k i t 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 AN A Y A S E R V I C E C E N T E R 00 6 3 0 8 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 4 . 9 5 v c 7 a a n Ɵ f r e e z e 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 4 . 9 5 b w 1 z 1 0 a 9 3 6 a a i r b a g l i g h t 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 3 5 2 . 0 0 s u b l e t l a b o r 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 8 5 8 . 0 0 l a b o r t o d i a g n o s e a n d r e p a i r o i l l e a k s 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 7 0 . 0 0 l a b o r t o d i a g n o s e a n d r e p a i r a i r b a g 3 0 2 6 0 0 1 1 . 0 0 1 3 1 1 9 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 8 2 . 1 7 S a l e s T a x 9 . 5 % 3 0 2 6 0 $2,227.0707/10/2018600352 05 5 . 9 0 0 0 . 5 9 6 2 0 0 $ 7 6 , 1 6 3 . 0 0 M e m b e r s h i p D u e s F Y 2 0 1 8 ‐20 1 9 1 8 0 1 6 5 CA L M U N I C I P A L U T I L I T I E S AS S O C 00 1 7 8 3 ‐ $76,163.0007/10/2018600353 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 5 2 4 . 4 5 E l e c t r i c a l S u p p l i e s ~ 2 5 2 6 7 0 0 5 5 . 0 0 0 2 5 3 9 CU R R E N T W H O L E S A L E EL E C T R I C S U P 00 1 3 3 6 ‐ 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 8 4 4 . 6 7 E l e c t r i c a l S u p p l i e s ~ 2 5 2 8 8 5 0 5 5 . 0 0 0 2 5 3 9 $1,369.1207/10/2018600354 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 7 5 . 0 0 R e p a i r W i n d s h i e l d I 0 4 8 5 9 6 2 0 1 1 . 0 0 1 3 1 1 7 GT O A U T O G L A S S 00 4 0 3 5 ‐ $75.0007/10/2018600355 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 9 2 . 5 9 e l 5 7 1 4 4 6 4 w a t e r v a l v e C 4 2 9 0 2 0 1 1 . 0 0 1 3 1 1 6 HA A K E R E Q U I P M E N T CO M P A N Y 00 1 3 4 6 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 6 . 8 0 S a l e s T a x 9 . 5 % C 4 2 9 0 2 $539.3907/10/2018600356 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 39 of 77 106 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 7 0 . 8 8 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 6 8 6 9 0 1 1 . 0 0 1 2 5 0 0 LB J O H N S O N H A R D W A R E C O #1 00 0 8 0 4 ‐ 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 5 0 . 8 1 H a r d w a r e S u p p l i e s ~ 6 9 6 8 7 1 0 5 5 . 0 0 0 2 5 4 1 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 5 0 . 8 0 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 0 0 4 0 1 1 . 0 0 1 2 5 0 0 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 9 6 . 7 4 H a r d w a r e S u p p l i e s ~ 6 9 7 0 2 3 0 5 5 . 0 0 0 2 5 4 1 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 7 0 . 7 5 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 1 6 9 0 1 1 . 0 0 1 2 5 0 0 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 9 6 . 7 4 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 2 1 9 0 1 1 . 0 0 1 2 5 0 0 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 3 . 8 5 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 2 6 8 0 1 1 . 0 0 1 2 5 0 0 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 2 4 . 0 6 H a r d w a r e S u p p l i e s ~ 6 9 7 2 6 9 0 5 5 . 0 0 0 2 5 4 1 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 3 4 . 3 6 H a r d w a r e S u p p l i e s ~ 6 9 7 2 7 0 0 5 5 . 0 0 0 2 5 4 1 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ ‐24 . 0 6 H a r d w a r e S u p p l i e s ~ 6 9 7 2 7 1 0 5 5 . 0 0 0 2 5 4 1 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 5 8 . 1 7 H a r d w a r e S u p p l i e s ~ 6 9 7 2 7 9 0 5 5 . 0 0 0 2 5 4 1 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 6 . 6 4 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 2 8 0 0 1 1 . 0 0 1 2 5 0 0 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 2 4 . 1 5 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 2 8 5 0 1 1 . 0 0 1 2 5 0 0 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 4 8 . 8 8 P l u m b i n g & B u i l d i n g H a r d w a r e ~ 6 9 7 2 9 9 0 1 1 . 0 0 1 2 5 0 0 05 5 . 8 4 0 0 . 5 9 0 0 0 0 $ 5 2 . 8 7 H a r d w a r e S u p p l i e s ~ 6 9 7 3 2 8 0 5 5 . 0 0 0 2 5 4 1 $875.6407/10/2018600357 01 1 . 9 0 1 9 . 8 6 0 0 0 0 $ 2 1 0 . 0 0 R e m o t e A s s i s t a n c e ‐ p e r h o u r 6 2 5 2 5 2 ( 4 ) 0 1 1 . 0 0 1 3 1 4 9 LU C I T Y , I N C 00 4 1 4 8 ‐ $210.0007/10/2018600358 05 5 . 8 1 0 0 . 5 7 0 0 0 0 $ 3 8 . 0 0 F u l l S e r v i c e C a r W a s h ~ 1 0 1 1 0 5 5 . 0 0 0 2 5 4 2 MA Y W O O D C A R W A S H 00 0 8 7 0 ‐ $38.0007/10/2018600359 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 40 of 77 107 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 7 6 . 6 9 H a r d w a r e S u p p l i e s ~ 6 3 4 0 6 4 3 4 0 5 5 . 0 0 0 2 5 4 3 MC M A S T E R C A R R S U P P L Y CO M P A N Y 00 1 1 5 0 ‐ 05 5 . 8 0 0 0 . 5 9 0 0 0 0 $ 1 3 8 . 4 5 H a r d w a r e S u p p l i e s ~ 6 3 7 8 1 2 9 8 0 5 5 . 0 0 0 2 5 4 3 $215.1407/10/2018600360 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 6 9 4 . 8 8 e m 5 0 2 1 1 3 c l u t c h a s s e m b l y 9 3 0 8 4 1 9 8 0 1 1 . 0 0 1 3 1 1 8 MU L T I Q U I P , I N C 00 0 2 1 7 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 3 . 5 4 F r e i g h t 9 3 0 8 4 1 9 8 0 1 1 . 0 0 1 3 1 1 8 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 6 6 . 0 1 S a l e s T a x 9 . 5 % 9 3 0 8 4 1 9 8 $774.4307/10/2018600361 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 0 0 . 0 0 m i s c h a r d w a r e 2 7 9 0 7 I N 0 1 1 . 0 0 1 3 1 1 4 NA T I O N A L S I G N A L , I N C 00 3 4 9 3 ‐ 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 , 0 0 0 . 0 0 l a b o r 2 7 9 0 7 I N 0 1 1 . 0 0 1 3 1 1 4 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 9 . 0 0 S a l e s T a x 9 . 5 % 2 7 9 0 7 I N $1,219.0007/10/2018600362 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 2 . 4 8 3 0 0 8 0 0 o i l s e a l 8 0 2 3 9 9 4 0 1 1 . 0 0 1 3 1 1 2 PA P É M A T E R I A L H A N D L I N G , IN C 00 6 0 4 6 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 5 . 4 8 3 0 0 8 0 1 o i l s e a l 8 0 2 3 9 9 4 0 1 1 . 0 0 1 3 1 1 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 . 6 6 S a l e s T a x 9 . 5 % 8 0 2 3 9 9 4 $30.6207/10/2018600363 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 6 2 1 . 4 0 I t e m N o . 7 7 ‐ 8 3 ‐ 4 ~ 2 0 8 0 0 1 1 . 0 0 1 3 1 5 2 S B R O W N E S U P P L Y , L L C 00 5 7 1 2 ‐ 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 7 , 3 5 5 . 4 0 I t e m N o . X 3 0 0 U ‐ A ~ 2 0 8 0 0 1 1 . 0 0 1 3 1 5 2 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 2 , 9 7 0 . 0 0 I t e m N o . D G ‐ 1 2 ~ 2 0 8 0 0 1 1 . 0 0 1 3 1 5 2 01 1 . 1 0 3 1 . 5 4 0 0 0 0 $ 1 , 0 3 9 . 9 5 S a l e s T a x 9 . 5 % 2 0 8 0 $11,986.7507/10/2018600364 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 41 of 77 108 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 2 4 . 5 9 6 6 0 0 $ 7 3 3 . 6 5 S u b s c r i p Ɵon P r o d u c t C h a r g e s 8 3 8 3 8 8 1 1 7 TH O M S O N R E U T E R S ‐ W E S T 00 0 1 4 1 ‐ $733.6507/10/2018600365 05 5 . 8 0 0 0 . 9 0 0 0 0 0 $ 4 , 7 9 7 . 0 0 F e n c e I n s t a l l a Ɵon 1 8 2 9 0 UN I T E D S T E E L F E N C E CO M P A N Y 00 5 0 3 0 ‐ 05 5 . 8 0 0 0 . 9 0 0 0 0 0 $ 1 4 , 9 6 3 . 0 0 F e n c e I n s t a l l a Ɵon 1 8 2 9 3 05 5 . 8 0 0 0 . 9 0 0 0 0 0 $ 4 , 9 6 5 . 0 0 F e n c e I n s t a l l a Ɵon 1 8 2 9 4 $24,725.0007/10/2018600366 01 1 . 1 0 4 3 . 5 9 0 0 0 0 $ 9 , 1 4 5 . 0 0 S t r e e t S w e e p i n g S e r v i c e s 0 5 / 1 8 L B 3 9 1 2 WE B C O L B L L C 00 5 6 9 9 ‐ $9,145.0007/10/2018600367 01 1 . 1 0 2 6 . 5 0 2 0 3 1 $ 3 9 . 8 0 M e d i c a l E x p e n s e / V . M a l k e n h o r s t 0 6 2 5 1 8 WE S L E Y M K O B A Y A S H I D P M , IN C 00 1 4 1 7 ‐ $39.8007/10/2018600368 01 1 . 1 0 4 3 . 5 9 0 0 0 0 $ 1 4 , 7 5 8 . 0 0 T r e e M a i n t e n a n c e 1 3 5 7 8 4 WE S T C O A S T A R B O R I S T S , I N C 00 0 3 1 7 ‐ $14,758.0007/10/2018600369 05 6 . 5 6 0 0 . 5 2 0 0 0 0 $ 7 1 1 . 5 5 C a l i b r a Ɵon S e r v i c e s ~ 1 0 1 0 4 5 I N 0 5 6 . 0 0 0 0 4 5 8 WI L M I N G T O N I N S T R U M E N T CO M P A N Y , 00 3 1 7 7 ‐ $711.5507/10/2018600370 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 1 , 8 1 9 . 1 5 B i l l i n g S e r v i c e s 1 8 0 5 0 6 9 WI T T M A N E N T E R P R I S E S , L L C 00 4 5 2 7 ‐ $1,819.1507/10/2018600371 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 42 of 77 109 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 2 0 . 2 8 P e r i o d : 0 5 / 0 6 ‐ 0 6 / 0 5 1 1 4 5 0 1 5 3 AT & T 00 1 9 4 8 ‐ 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 2 , 5 2 6 . 4 1 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 2 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 8 . 6 1 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 3 05 5 . 9 0 0 0 . 5 6 0 0 1 0 $ 2 2 5 . 8 7 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 4 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 , 2 2 9 . 2 1 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 5 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 , 2 9 0 . 3 9 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 6 05 6 . 5 6 0 0 . 5 6 0 0 1 0 $ 5 8 2 . 8 5 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 2 3 7 05 6 . 5 6 0 0 . 5 6 0 0 1 0 $ 2 0 . 2 7 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 3 3 6 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 , 0 2 8 . 6 0 P e r i o d : 0 5 / 1 0 ‐ 0 6 / 0 9 1 1 4 6 1 6 6 8 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 8 . 6 1 P e r i o d : 0 5 / 1 5 ‐ 0 6 / 1 4 1 1 5 0 0 6 7 7 $6,961.1007/12/2018600372 01 1 . 1 0 4 3 . 5 6 0 0 0 0 $ 4 4 . 4 5 P e r i o d : 0 6 / 1 8 0 6 2 2 1 8 CA L I F O R N I A W A T E R S E R V I C E 00 0 7 7 8 ‐ $44.4507/12/2018600373 02 0 . 1 0 8 4 . 5 9 6 7 0 0 $ 8 5 . 0 0 R e i m b . W a t e r C e r Ɵfica t e F e e s 0 6 2 8 1 8 RA F A E L C A S T E L L A N O S 00 3 7 6 3 ‐ $85.0007/12/2018600374 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 4 5 3 . 2 0 T e s Ɵng S e r v i c e s S O P 4 6 8 1 6 CP S H R C O N S U L T I N G 00 1 3 4 7 ‐ $453.2007/12/2018600375 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 8 . 7 2 D i s p a t c h C u s t o m e r S e r v i c e 0 4 2 4 1 8 JE S S I C A D A V I S 00 5 7 0 1 ‐ 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 8 . 7 2 D i s p a t c h e r R o l e i n M a s s C a s u a l t y 0 4 2 4 1 8 ( 2 ) $17.4407/12/2018600376 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 43 of 77 110 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 7 1 0 0 . 5 9 0 1 1 0 $ 6 , 0 3 7 . 0 1 S o Ōwa r e M a i n t e n a n c e 4 8 7 3 1 1 IT R O N , I N C 00 0 1 9 5 ‐ $6,037.0107/12/2018600377 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 . 6 4 P a r t s t o r e p a i r 0 6 2 0 1 8 0 1 1 . 0 0 1 3 1 2 2 J & H A U T O B O D Y 00 3 1 2 2 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 9 8 . 4 0 P a i n t s u p p l i e s 0 6 2 0 1 8 0 1 1 . 0 0 1 3 1 2 2 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 5 7 6 . 0 0 B o d y l a b o r 0 6 2 0 1 8 0 1 1 . 0 0 1 3 1 2 2 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 2 4 8 . 0 0 P a i n t l a b o r 0 6 2 0 1 8 0 1 1 . 0 0 1 3 1 2 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 9 . 1 0 S a l e s T a x 9 . 5 % 0 6 2 0 1 8 $1,044.1407/12/2018600378 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 1 , 5 6 0 . 0 0 J o b A d s 1 8 1 5 0 2 8 JO B S A V A I L A B L E , I N C 00 0 4 4 5 ‐ $1,560.0007/12/2018600379 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 2 . 0 0 m a t e r i a l s 3 5 6 0 0 1 1 . 0 0 1 3 1 2 0 NI C K A L E X A N D E R RE S T O R A T I O N 00 0 6 1 0 ‐ 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 6 5 . 0 0 l a b o r t o r e u p h o l s t e r s e a t 3 5 6 0 0 1 1 . 0 0 1 3 1 2 0 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 . 0 9 S a l e s T a x 9 . 5 % 3 5 6 0 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 5 . 0 0 m a t e r i a l s 3 5 6 4 0 1 1 . 0 0 1 3 1 2 4 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 2 0 . 0 0 l a b o r 3 5 6 4 0 1 1 . 0 0 1 3 1 2 4 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 . 2 8 S a l e s T a x 9 . 5 % 3 5 6 4 $258.3707/12/2018600380 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 44 of 77 111 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 2 , 6 3 2 . 5 0 3 ‐Pa r t N o Ɵce t o A p p e a r C i t a Ɵon w r a p 1 3 5 6 4 8 0 1 1 . 0 0 1 3 1 7 9 PE G A S U S I N T E R P R I N T 00 0 1 0 4 ‐ 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 2 6 3 . 2 5 O v e r a g e 1 3 5 6 4 8 0 1 1 . 0 0 1 3 1 7 9 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 5 3 . 7 5 F r e i g h t 1 3 5 6 4 8 0 1 1 . 0 0 1 3 1 7 9 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 2 7 5 . 1 0 S a l e s T a x 9 . 5 % 1 3 5 6 4 8 $3,224.6007/12/2018600381 02 0 . 1 0 8 4 . 5 9 5 2 0 0 $ 1 , 2 6 6 . 9 0 G r o u n d w a t e r S e r v i c e s 4 4 6 1 RI C H A R D C . S L A D E & AS S O C I A T E S 00 3 1 4 9 ‐ 02 0 . 1 0 8 4 . 5 9 5 2 0 0 $ 5 5 0 . 0 0 G r o u n d w a t e r S e r v i c e s 4 4 6 3 $1,816.9007/12/2018600382 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 0 . 9 0 D i s p a t c h C u s t o m e r S e r v i c e 0 4 1 9 1 8 NO R M A R O D R I G U E Z 00 0 0 5 0 ‐ 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 1 0 . 9 0 D i s p a t c h e r R o l e i n M a s s C a s u a l t y 0 4 2 4 1 8 $21.8007/12/2018600383 05 6 . 5 6 0 0 . 5 9 6 2 0 0 $ 4 , 7 5 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 1 7 0 9 4 0 2 RI C H A R D M . S N E D A K E R 00 5 3 2 9 ‐ $4,750.0007/12/2018600384 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 1 3 . 5 0 L a u n d r y S e r v i c e s ~ 1 1 7 4 1 0 1 1 . 0 0 1 2 5 6 0 ST A T E S T R E E T L A U N D R Y 00 0 1 9 1 ‐ 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 4 . 5 0 L a u n d r y S e r v i c e s ~ 1 1 7 4 2 0 1 1 . 0 0 1 2 5 6 0 01 1 . 1 0 3 1 . 5 2 0 0 0 0 $ 6 . 3 0 L a u n d r y S e r v i c e s ~ 1 1 7 4 3 0 1 1 . 0 0 1 2 5 6 0 $24.3007/12/2018600385 02 0 . 1 0 8 4 . 5 9 6 7 0 0 $ 6 0 . 0 0 R e i m b . W a t e r C e r Ɵfica Ɵon R e n e w a l 0 6 2 8 1 8 MA U R O T R U J I L L O 00 0 7 6 6 ‐ $60.0007/12/2018600386 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 45 of 77 112 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 2 , 5 4 1 . 8 3 C E / Q I S e r v i c e s 0 3 / 1 8 2 0 7 UC R E G E N T S 00 0 4 2 9 ‐ 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 2 , 6 1 8 . 0 8 C E / Q I S e r v i c e s 0 4 / 1 8 2 7 3 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 2 , 6 1 8 . 0 8 C E / Q I S e r v i c e s 0 5 / 1 8 2 7 4 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 2 , 6 1 8 . 0 8 C E / Q I S e r v i c e s 0 6 / 1 8 2 9 8 $10,396.0707/12/2018600387 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 , 5 2 2 . 0 6 S p o t C o o l e r 1 5 4 1 9 0 8 3 0 0 0 5 UN I T E D R E N T A L S ( N O R T H AM E R I C A ) 00 0 8 8 3 ‐ 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 6 , 5 9 1 . 9 0 S p o t C o o l e r 1 5 5 9 6 3 7 5 8 0 0 3 $8,113.9607/12/2018600388 01 1 . 1 2 0 0 1 0 $ 2 , 6 0 0 . 0 0 3 5 0 0 ‐50 0 R o u n d U p P r o m a x H e r b i c i d e , 3 0 L A 6 4 6 9 6 3 0 1 1 . 0 0 1 3 1 6 2 UN I V A R U S A I N C . 00 0 7 3 3 ‐ 01 1 . 1 2 0 0 1 0 $ 2 6 0 . 0 0 S a l e s T a x 9 . 5 % L A 6 4 6 9 6 3 $2,860.0007/12/2018600389 01 1 . 1 0 2 6 . 5 9 7 0 0 0 $ 2 2 3 . 0 0 M e d i c a l S e r v i c e s 3 3 4 1 9 7 9 C A US H E A L T H W O R K S M E D I C A L GR O U P , 00 3 9 0 3 ‐ 01 1 . 1 0 2 6 . 5 9 7 0 0 0 $ 5 3 2 . 0 0 M e d i c a l S e r v i c e s 3 3 4 5 1 4 4 C A $755.0007/12/2018600390 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 3 0 0 . 0 0 D r u m s f o r R e c y c l i n g 4 f o o t l a m p s . 5 9 2 5 2 C 0 1 1 . 0 0 1 3 1 6 9 WE S T ‐LI T E S U P P L Y C O M P A N Y , IN C 00 6 1 4 6 ‐ 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 3 6 . 0 0 P i c k u p 4 5 e a c h R e c y c l e d 8 f o o t l a m p s . 5 9 2 5 2 C 0 1 1 . 0 0 1 3 1 6 9 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 9 . 5 0 F r e i g h t 5 9 2 5 2 C 0 1 1 . 0 0 1 3 1 6 9 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 2 9 . 4 0 S a l e s T a x 9 . 5 % 5 9 2 5 2 C $374.9007/12/2018600391 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 46 of 77 113 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 , 8 0 0 . 0 0 n o 6 a n d 8 p u s h o n h o s e a n d a l l 2 6 8 8 5 0 1 1 . 0 0 1 3 1 2 5 AF C H Y D R A U L I C S E A L S & RE P A I R 00 1 7 2 3 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 7 8 . 0 0 1 1 / 2 i n c h b r a s v a l v e 2 6 8 8 5 0 1 1 . 0 0 1 3 1 2 5 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 , 0 0 0 . 0 0 l a b o r t o r e m o v e a n d r e p l a c e h o s e s 2 6 8 8 5 0 1 1 . 0 0 1 3 1 2 5 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 5 0 . 0 0 l a b o r t o r e m o v e a n d r e p l a c e v a l v e 2 6 8 8 5 0 1 1 . 0 0 1 3 1 2 5 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 7 8 . 4 1 S a l e s T a x 9 . 5 % 2 6 8 8 5 $3,206.4107/17/2018600392 02 0 . 2 3 0 2 6 0 $ 1 8 7 . 7 4 R e f . C o n s t r u c Ɵon D e p o s i t 0 6 1 9 1 8 AM E R I C A N C O N S T R U C T I O N MG M T & E 00 5 7 9 4 ‐ $187.7407/17/2018600393 01 1 . 1 2 0 0 1 0 $ 4 , 2 2 5 . 5 0 2 1 5 0 ‐12 0 S e n s u s W a t e r M e t e r s , O m n i 2 " 7 0 0 6 6 I N 0 1 1 . 0 0 1 3 0 7 4 AQ U A ‐ME T R I C S A L E S CO M P A N Y 00 1 9 7 0 ‐ 01 1 . 1 2 0 0 1 0 $ 4 0 1 . 4 2 S a l e s T a x 9 . 5 % 7 0 0 6 6 I N $4,626.9207/17/2018600394 01 1 . 3 0 4 3 . 5 9 6 2 0 0 $ 1 0 0 . 5 5 F o o d & S u p p l i e s f o r C o m m u n i t y A d v i s o r y 0 7 0 3 1 8 BR A N D O N A R A U J O 00 5 9 9 7 ‐ $100.5507/17/2018600395 02 0 . 2 3 0 2 6 0 $ 7 , 7 5 9 . 8 0 R e f . C o n s t r u c Ɵon D e p o s i t 0 6 1 9 1 8 CH A L M E R S C O R P O R A T I O N 00 0 8 6 2 ‐ $7,759.8007/17/2018600396 02 0 . 1 0 8 4 . 5 9 6 2 0 0 $ 1 , 2 6 6 . 0 0 L a b S e r v i c e s 9 6 3 0 1 1 CL I N I C A L L A B O F S A N BE R N A R D I N O 00 3 0 8 8 ‐ $1,266.0007/17/2018600397 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 47 of 77 114 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 3 . 5 9 5 2 0 0 $ 4 6 9 . 1 3 T r a ffic S i g n a l M a i n t e n a n c e R E P W 1 8 0 6 1 1 0 7 1 5 5 CO U N T Y O F L O S A N G E L E S 00 1 4 4 4 ‐ $469.1307/17/2018600398 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 6 5 . 0 0 P e r i o d : 0 6 / 1 8 1 1 8 8 4 0 9 8 DE W E Y P E S T C O N T R O L 00 2 5 6 6 ‐ $65.0007/17/2018600399 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 8 8 . 2 0 P a r t N o . M Q 0 9 5 0 6 ~ 1 4 0 3 7 0 1 1 . 0 0 1 3 0 9 4 DI A M O N D B A C K F I R E & RE S C U E , I N C 00 0 3 3 0 ‐ 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 5 6 . 6 1 P a r t N o . 6 4 0 5 0 8 5 ~ 1 4 0 3 7 0 1 1 . 0 0 1 3 0 9 4 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 7 9 . 0 5 P a r t N o . 6 4 0 5 0 1 0 ~ 1 4 0 3 7 0 1 1 . 0 0 1 3 0 9 4 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 1 1 0 . 2 5 P a r t N o . M Q 0 9 9 9 2 ~ 1 4 0 3 7 0 1 1 . 0 0 1 3 0 9 4 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 6 6 . 8 2 V e n d o r M a r k ‐up 1 4 0 3 7 0 1 1 . 0 0 1 3 0 9 4 06 0 . 6 0 3 3 . 5 9 6 2 0 0 $ 3 8 . 0 9 S a l e s T a x 9 . 5 % 1 4 0 3 7 $439.0207/17/2018600400 01 1 . 1 2 0 0 1 0 $ 4 3 . 5 0 0 5 1 5 ‐47 3 M a n g o G e m U r i n a l S c r e e n s , 1 0 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 EM P I R E C L E A N I N G S U P P L Y 00 1 9 3 6 ‐ 01 1 . 1 2 0 0 1 0 $ 1 1 3 . 7 6 0 5 1 5 ‐48 1 O d o r D e f e n s e M e t e r e d A e r o s o l , 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 3 7 5 . 5 0 0 5 1 5 ‐48 2 B ‐22 L a v a t o r y M o u n t S o a p 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 9 6 . 0 0 0 5 5 2 ‐42 0 M a n g o E c o C l i p s , 1 2 p e r b o x , 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 9 1 0 . 0 8 0 5 5 2 ‐67 0 L o t u s o Ō W h i t e 2 p l y T o i l e t 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 2 , 3 2 8 . 0 0 0 5 5 2 ‐80 0 G P W h i t e M u l Ɵfo l d T o w e l s 1 0 4 4 9 1 7 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 3 6 7 . 3 5 S a l e s T a x 9 . 5 % 1 0 4 4 9 1 7 01 1 . 1 2 0 0 1 0 $ 9 2 . 4 0 0 5 1 5 ‐50 0 C h a m p i o n O v e n C l e a n e r , 1 0 4 4 9 1 7 1 0 1 1 . 0 0 1 3 1 6 5 01 1 . 1 2 0 0 1 0 $ 8 . 7 8 S a l e s T a x 9 . 5 % 1 0 4 4 9 1 7 1 $4,335.3707/17/2018600401 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 48 of 77 115 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 2 0 0 1 0 $ 4 , 5 3 8 . 1 3 3 0 6 9 ‐60 2 1 2 " X 1 0 " , S . S . T a p p i n g 6 3 6 1 7 5 0 1 1 . 0 0 1 3 1 4 7 FE R G U S O N W A T E R W O R K S 00 0 5 2 4 ‐ 01 1 . 1 2 0 0 1 0 $ 4 3 1 . 1 2 S a l e s T a x 9 . 5 % 6 3 6 1 7 5 $4,969.2507/17/2018600402 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 4 7 5 . 0 0 O p e r a t o r S i t e I n s p e c Ɵon s 0 6 / 1 8 1 3 7 4 2 FL E M I N G E N V I R O N M E N T A L , IN C 00 4 4 3 8 ‐ $475.0007/17/2018600403 01 1 . 1 0 2 6 . 5 9 6 8 0 0 $ 1 9 8 . 0 0 T u i Ɵon R e i m b u r s e m e n t 0 6 1 3 1 8 AD R I A N L O Y A 00 5 8 3 8 ‐ $198.0007/17/2018600404 01 1 . 1 0 2 6 . 5 9 6 8 0 0 $ 1 , 8 6 3 . 0 0 T u i Ɵon R e i m b u r s e m e n t 0 5 2 4 1 8 DA N I E L O N O P A 00 3 2 4 8 ‐ $1,863.0007/17/2018600405 05 6 . 5 6 0 0 . 5 9 6 7 0 0 $ 1 , 1 0 0 . 0 0 F u s i o n C e r Ɵfica Ɵon ~ 1 2 2 4 8 4 I N 0 5 6 . 0 0 0 0 5 1 2 P& F D I S T R I B U T O R S 00 3 3 3 2 ‐ $1,100.0007/17/2018600406 02 0 . 2 3 0 2 6 0 $ 2 5 7 . 0 1 R e f . C o n s t r u c Ɵon D e p o s i t 0 6 1 9 1 8 PA C I F I C I N D U S T R I A L 00 5 0 7 6 ‐ $257.0107/17/2018600407 01 1 . 1 2 0 0 1 0 $ 1 , 1 4 5 . 0 0 3 2 6 0 ‐90 0 2 " s q . 1 4 G A X 1 0 ' , P e r f o r a t e d 2 3 6 0 7 0 1 1 . 0 0 1 3 1 6 7 PA C I F I C P R O D U C T S & SE R V I C E S , L 00 1 5 0 0 ‐ 01 1 . 1 2 0 0 1 0 $ 9 8 7 . 5 0 3 2 6 0 ‐90 1 2 ‐1/ 2 " s q . 7 G A X 3 0 " H e a v y 2 3 6 0 7 0 1 1 . 0 0 1 3 1 6 7 01 1 . 1 2 0 0 1 0 $ 1 , 3 7 5 . 0 0 3 2 6 0 ‐90 2 2 " s q . 1 4 G A X 1 2 ' , P e r f o r a t e d 2 3 6 0 7 0 1 1 . 0 0 1 3 1 6 7 01 1 . 1 2 0 0 1 0 $ 9 9 3 . 7 5 3 2 6 0 ‐90 3 2 " s q . 1 4 G A X 1 5 ' , P e r f o r a t e d 2 3 6 0 7 0 1 1 . 0 0 1 3 1 6 7 01 1 . 1 2 0 0 1 0 $ 4 2 7 . 6 2 S a l e s T a x 9 . 5 % 2 3 6 0 7 $4,928.8707/17/2018600408 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 49 of 77 116 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 8 . 7 9 1 9 9 ‐09 2 9 m i r r o r P C 8 1 0 8 1 7 8 1 7 0 1 1 . 0 0 1 3 1 2 1 QU I N N C O M P A N Y 00 1 4 5 7 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 . 6 4 S a l e s T a x 9 . 5 % P C 8 1 0 8 1 7 8 1 7 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 0 . 2 0 F r e i g h t P C 8 1 0 8 1 7 8 1 8 0 1 1 . 0 0 1 3 1 2 1 $63.6307/17/2018600409 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 1 , 3 8 0 . 4 7 I n s t a l l G a t e L o o p s 5 9 8 1 4 SM I T H S O N E L E C T R I C , I N C 00 5 9 6 0 ‐ $1,380.4707/17/2018600410 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 9 . 3 8 O G I O ‐Je w e l P o l o ~ 3 0 5 2 1 8 2 0 2 8 0 1 1 . 0 0 1 3 1 3 8 UN I F I R S T C O R P O R A T I O N 00 5 2 9 6 ‐ 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 5 8 . 7 6 O G I O ‐Je w e l P o l o ~ 3 0 5 2 1 8 2 0 2 8 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 9 . 3 8 O G I O ‐Je w e l P o l o ~ 3 0 5 2 1 8 2 0 2 8 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 9 . 3 8 O G I O ‐Je w e l P o l o ~ 3 0 5 2 1 8 2 0 2 8 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 9 . 3 8 O G I O ‐ C a l i b e r 2 . 0 ~ 3 0 5 2 1 8 2 0 2 8 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 1 6 . 7 4 S a l e s T a x 9 . 5 % 3 0 5 2 1 8 2 0 2 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 0 . 9 9 O G I O ‐ C a l i b e r 2 . 0 ~ 3 0 5 2 1 8 6 6 6 5 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 2 0 . 9 9 O G I O ‐ C a l i b e r 2 . 0 ~ 3 0 5 2 1 8 6 6 6 5 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 4 1 . 9 8 O G I O ‐ C a l i b e r 2 . 0 ~ 3 0 5 2 1 8 6 6 6 5 0 1 1 . 0 0 1 3 1 3 8 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 7 . 9 7 S a l e s T a x 9 . 5 % 3 0 5 2 1 8 6 6 6 5 $284.9507/17/2018600411 01 1 . 1 0 4 3 . 5 9 0 0 0 0 $ 1 0 , 8 1 9 . 4 0 S t r e e t S w e e p i n g S e r v i c e s 0 6 / 1 8 L B 3 9 9 2 WE B C O L B L L C 00 5 6 9 9 ‐ $10,819.4007/17/2018600412 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 50 of 77 117 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 3 , 2 2 4 . 0 0 A i r C o n d i Ɵon e r M a i n t e n a n c e 2 3 4 2 7 WE S T E R N A L L I E D CO R P O R A T I O N 00 6 1 2 0 ‐ 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 6 8 6 . 4 4 R e p a i r W a t e r L e a k 6 2 2 0 8 3 $3,910.4407/17/2018600413 01 1 . 1 0 3 1 . 5 9 4 2 0 0 $ 4 3 0 . 0 8 S c h o o l C r o s s i n g G u a r d S e r v i c e s 5 5 4 5 8 AL L C I T Y M A N A G E M E N T SE R V I C E S , 00 1 4 9 0 ‐ $430.0807/19/2018600414 01 1 . 1 0 0 3 . 5 9 6 2 0 0 $ 6 1 1 . 6 8 J u n e 2 0 1 8 S ‐7 E d i Ɵng 1 2 3 0 4 8 AM E R I C A N L E G A L P U B L I S H I N G CO R P 00 4 7 2 4 ‐ $611.6807/19/2018600415 01 1 . 1 0 3 3 . 5 6 0 0 0 0 $ 1 0 5 . 1 5 P e r i o d : 0 6 / 1 8 0 6 2 2 1 8 ( 2 ) CA L I F O R N I A W A T E R S E R V I C E 00 0 7 7 8 ‐ $105.1507/19/2018600416 01 1 . 1 0 4 3 . 5 9 6 6 0 0 $ 1 0 5 . 0 0 P u b l i c a Ɵon S e r v i c e s B 3 1 3 8 9 4 1 DA I L Y J O U R N A L C O R P O R A T I O N 00 0 9 4 7 ‐ 05 5 . 9 1 0 0 . 5 9 6 6 0 0 $ 9 2 . 4 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 3 2 4 05 5 . 9 1 0 0 . 5 9 6 6 0 0 $ 9 2 . 4 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 3 3 1 05 5 . 9 1 0 0 . 5 9 6 6 0 0 $ 9 2 . 4 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 3 4 7 05 5 . 9 1 0 0 . 5 9 6 6 0 0 $ 9 2 . 4 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 3 5 5 02 0 . 1 0 8 4 . 5 5 0 0 0 0 $ 1 0 0 . 8 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 8 8 2 02 0 . 1 0 8 4 . 5 5 0 0 0 0 $ 1 0 0 . 8 0 P u b l i c a Ɵon S e r v i c e s B 3 1 4 7 8 8 7 $676.2007/19/2018600417 01 1 . 1 0 3 1 . 5 9 4 2 0 0 $ 5 7 7 . 0 0 P a r k i n g C i t a Ɵon P r o c e s s i n g S e r v i c e 9 0 7 9 9 DA T A T I C K E T , I N C 00 6 1 9 1 ‐ $577.0007/19/2018600418 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 51 of 77 118 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 2 6 . 5 9 6 9 0 0 $ 3 8 1 . 0 0 E m p l o y e e A p p r e c i a Ɵon L u n c h e o n 2 8 CH A D E L D E R 00 6 1 1 4 ‐ $381.0007/19/2018600419 01 1 . 1 0 0 4 . 5 9 5 2 0 0 $ 1 8 , 2 6 2 . 5 0 P r o f e s s i o n a l S e r v i c e s 6 1 8 0 6 8 1 EP I C L A N D S O L U T I O N S , I N C 00 0 5 2 9 ‐ $18,262.5007/19/2018600420 01 1 . 3 0 4 3 . 5 9 6 2 0 0 $ 2 0 , 6 3 4 . 2 4 P r o j e c t M a n a g e m e n t S e r v i c e s 1 8 0 0 7 2 EV A N B R O O K S A S S O C I A T E S , IN C 00 6 2 1 7 ‐ $20,634.2407/19/2018600421 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 1 , 0 4 3 . 5 5 P a r t s t o r e p a i r v a c u u m s y s t e m . A l s o W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 HA A K E R E Q U I P M E N T CO M P A N Y 00 1 3 4 6 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 0 0 . 0 0 H o s e a n d fiƫng s W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 6 6 . 5 1 S h o p s u p p l i e s W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ ‐3, 3 9 9 . 2 7 1 0 % p a r t s d i s c o u n t W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 , 3 0 0 . 0 0 F r e i g h t W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 8 , 2 5 3 . 0 0 L a b o r t o d i a g n o s e a n d r e p a i r W 5 0 7 2 1 0 1 1 . 0 0 1 3 0 2 7 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 , 0 2 1 . 9 5 S a l e s T a x 9 . 5 % W 5 0 7 2 1 $40,985.7407/19/2018600422 01 1 . 1 0 6 0 . 5 9 6 2 0 0 $ 3 , 8 3 0 . 0 0 C o n s u l Ɵng S e r v i c e s 2 1 6 3 2 HA A S T E C H , I N C 00 6 3 7 0 ‐ $3,830.0007/19/2018600423 05 5 . 8 4 0 0 . 5 9 6 2 0 0 $ 1 6 7 . 0 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 6 HA U L A W A Y R U B B I S H S E R V I C E CO , 00 5 3 5 0 ‐ 05 5 . 8 4 0 0 . 5 9 6 2 0 0 $ 4 7 1 . 2 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 7 $638.2007/19/2018600424 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 52 of 77 119 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 9 0 0 0 0 $ 8 7 5 . 0 0 R e p a i r s & M a i n t e n a n c e 3 7 8 7 2 HI ‐DE S E R T C O M M U N I C A T I O N S 00 0 3 1 3 ‐ $875.0007/19/2018600425 05 6 . 5 6 0 0 . 5 9 6 2 0 0 $ 8 , 3 6 1 . 2 3 C o n s u l Ɵng S e r v i c e s 0 6 / 1 8 7 0 2 1 4 3 3 IN T E R S T A T E G A S S E R V I C E S , I N C 00 0 9 9 9 ‐ $8,361.2307/19/2018600426 01 1 . 1 2 0 0 1 0 $ 1 , 7 0 2 . 6 0 2 7 8 0 ‐10 0 1 2 " C l o c k s , R o u n d , 8 4 9 1 5 5 7 8 0 1 1 . 0 0 1 3 1 4 5 JO H N S O N C O N T R O L S F I R E PR O T E C T I 00 6 3 5 0 ‐ 01 1 . 1 2 0 0 1 0 $ 1 6 1 . 7 5 S a l e s T a x 9 . 5 % 8 4 9 1 5 5 7 8 $1,864.3507/19/2018600427 01 1 . 1 0 3 3 . 5 9 5 2 0 0 $ 2 , 5 6 4 . 7 3 P r o f e s s i o n a l S e r v i c e s 1 8 2 0 6 JS B F I R E P R O T E C T I O N , L L C 00 1 8 0 0 ‐ $2,564.7307/19/2018600428 01 1 . 1 0 2 1 . 7 9 7 0 0 0 $ 6 0 , 0 0 0 . 0 0 V e r n o n C o m m U N I T Y F u n d G r a n t 0 7 1 7 1 8 L. A . F A M I L Y H O U S I N G 00 5 9 5 5 ‐ $60,000.0007/19/2018600429 01 1 . 1 0 3 1 . 5 9 4 2 0 0 $ 4 8 . 1 2 I n t e r p r e t a Ɵon S e r v i c e s 4 3 4 0 5 0 3 LA N G U A G E L I N E S E R V I C E S , I N C 00 3 2 7 2 ‐ $48.1207/19/2018600430 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 2 , 7 5 0 . 0 0 S H A X H D P o p ‐Up T e n t ‐ S a f e t y G r e e n , 9 3 0 5 9 2 9 3 2 4 0 1 1 . 0 0 1 3 2 0 1 LA W S O N P R O D U C T S , I N C 00 3 2 5 7 ‐ 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 2 6 1 . 2 5 S a l e s T a x 9 . 5 % 9 3 0 5 9 2 9 3 2 4 $3,011.2507/19/2018600431 01 1 . 1 0 4 8 . 5 9 6 2 0 0 $ 2 1 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 6 7 1 9 LE V I T O N L A W G R O U P , A P . C . 00 5 6 0 7 ‐ $210.0007/19/2018600432 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 53 of 77 120 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 2 4 . 9 9 F i t T e s Ɵng I N V 1 9 7 0 2 6 LN C U R T I S & S O N S 00 0 2 5 5 ‐ $24.9907/19/2018600433 01 1 . 1 0 4 0 . 5 9 5 2 0 0 $ 4 5 , 9 4 5 . 0 2 C o n s u l Ɵng S e r v i c e s 0 6 / 1 8 1 7 5 MS W C O N S U L T A N T S 00 0 1 8 6 ‐ $45,945.0207/19/2018600434 01 1 . 1 0 3 1 . 5 9 6 2 0 0 $ 5 1 . 7 4 T r a n s c r i p Ɵon S e r v i c e s 1 9 0 2 0 I N NE T T R A N S C R I P T S , I N C . 00 5 2 7 2 ‐ $51.7407/19/2018600435 05 5 . 9 2 0 0 . 5 9 5 2 0 0 $ 1 0 , 3 8 5 . 0 0 P r o f e s s i o n a l S e r v i c e s 6 7 0 2 NE W G E N S T R A T E G I E S & SO L U T I O N S 00 6 1 8 5 ‐ $10,385.0007/19/2018600436 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 5 . 0 0 m a t e r i a l s 3 5 6 7 0 1 1 . 0 0 1 3 1 2 7 NI C K A L E X A N D E R RE S T O R A T I O N 00 0 6 1 0 ‐ 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 6 3 . 0 0 l a b o r t o r e p a i r u n i t 3 5 6 7 0 1 1 . 0 0 1 3 1 2 7 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 . 2 8 S a l e s T a x 9 . 5 % 3 5 6 7 $112.2807/19/2018600437 01 1 . 1 0 0 2 . 5 9 6 2 0 0 $ 2 7 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 0 6 / 1 8 7 0 1 1 8 NI E L S E N , M E R K S A M E R , PA R R I N E L L O 00 4 2 2 6 ‐ $270.0007/19/2018600438 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 54 of 77 121 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 9 8 , 3 3 6 . 2 5 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 5 2 PE T R O C H E M M A T E R I A L S IN N O V A T I O N 00 5 0 7 2 ‐ 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 3 4 , 2 7 0 . 1 1 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 5 3 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 9 2 , 7 8 5 . 4 5 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 6 6 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 4 3 , 8 3 7 . 4 5 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 6 7 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 6 1 , 3 5 8 . 0 8 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 7 6 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 2 9 , 9 9 2 . 6 8 C i t y w i d e S l u r r y S e a l P h a s e V 1 3 7 7 $360,580.0207/19/2018600439 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 6 , 6 3 6 . 0 0 P r o d u c t # : 9 9 5 7 7 ‐00 1 9 5 7 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 PH Y S I O ‐CO N T R O L , I N C . , 00 3 7 2 8 ‐ 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 5 8 5 . 0 0 P r o d u c t # : 2 1 3 3 0 ‐00 1 1 7 6 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 3 9 . 2 0 P r o d u c t # : 2 1 3 0 0 ‐00 8 1 4 7 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 1 6 . 5 0 P r o d u c t # : 1 1 1 6 0 ‐00 0 0 1 3 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 2 . 5 0 P r o d u c t # : 1 1 1 6 0 ‐00 0 0 1 7 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 3 3 . 7 5 P r o d u c t # : 1 1 1 6 0 ‐00 0 0 1 9 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 5 4 4 . 0 0 P r o d u c t # : 1 1 1 7 1 ‐00 0 0 4 9 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 5 9 9 . 2 5 P r o d u c t # : 1 1 1 7 1 ‐00 0 0 5 0 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 5 0 . 1 5 P r o d u c t # : 1 1 2 2 0 ‐00 0 0 2 8 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 7 1 . 4 0 P r o d u c t # : 1 1 2 6 0 ‐00 0 0 3 9 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 7 7 . 9 5 P r o d u c t # : 1 1 5 7 7 ‐00 0 0 0 2 ~ 1 1 8 0 4 8 1 8 9 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 , 7 4 3 . 1 9 S a l e s T a x 9 . 5 % 1 1 8 0 4 8 1 8 9 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 , 2 9 9 . 2 5 P r o d u c t # : 1 1 6 0 0 ‐00 0 0 2 2 ~ 1 1 8 0 5 0 8 6 5 0 1 1 . 0 0 1 3 1 7 0 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 1 8 . 4 3 S a l e s T a x 9 . 5 % 1 1 8 0 5 0 8 6 5 $34,136.5707/19/2018600440 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 55 of 77 122 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 9 0 0 0 . 5 9 6 2 0 0 $ 2 0 , 5 0 0 . 0 0 C o n s u l Ɵng S e r v i c e s V E R N P V H J U N E 2 0 1 8 IN C P O R T C A N A V E R A L P W R CO N S U L T 00 2 4 5 9 ‐ 05 5 . 9 0 0 0 . 5 9 6 2 0 0 $ 1 4 , 7 5 0 . 0 0 C o n s u l Ɵng S e r v i c e s V E R N P V H M A Y 2 0 1 8 $35,250.0007/19/2018600441 01 1 . 1 0 3 3 . 5 9 6 2 0 0 $ 7 5 0 . 0 0 M e d i c a l D i r e c t o r F e e s ~ 0 7 0 1 1 8 RI C H A R D P G U E S S M D , I N C 00 3 8 6 9 ‐ $750.0007/19/2018600442 05 5 . 8 4 0 0 . 5 9 6 2 0 0 $ 4 6 4 . 0 0 J a n i t o r i a l S e r v i c e s 0 6 / 1 8 1 7 0 2 7 SA N T A F E B U I L D I N G MA I N T E N A N C E 00 4 3 3 6 ‐ 05 5 . 9 0 0 0 . 5 9 6 2 0 0 $ 1 , 6 1 1 . 0 0 J a n i t o r i a l S e r v i c e s 0 6 / 1 8 1 7 0 2 7 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 6 , 3 6 8 . 0 0 J a n i t o r i a l S e r v i c e s 0 6 / 1 8 1 7 0 2 8 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 9 1 . 7 7 J a n i t o r i a l S e r v i c e s 1 7 0 4 5 $8,634.7707/19/2018600443 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 , 7 5 0 . 0 0 C l e a n i n g & G a s k e t R e p l a c e m e n t C V 1 0 0 4 SI E R R A E N G I N E E R I N G SE R V I C E S 00 5 2 3 3 ‐ $1,750.0007/19/2018600444 05 5 . 9 0 0 0 . 9 0 0 0 0 0 $ 3 , 0 7 5 . 0 0 D a t a C o l l e c Ɵon S e r v i c e s 1 8 0 6 SI M O N W I N D , I N C 00 5 7 9 0 ‐ $3,075.0007/19/2018600445 05 5 . 9 1 0 0 . 5 9 6 2 0 0 $ 7 4 1 . 9 5 O p e r a Ɵng E x p e n s e 0 6 / 1 8 1 9 9 2 1 SO C A L J O I N T P O L E CO M M I T T E E 00 2 0 7 9 ‐ $741.9507/19/2018600446 01 1 . 1 0 3 1 . 5 9 4 2 0 0 $ 2 , 1 5 7 . 6 3 P a r k i n g C i t a Ɵon s 0 6 / 1 8 0 7 1 8 1 8 SU P E R I O R C T O F C A L O F L A 00 5 4 1 9 ‐ $2,157.6307/19/2018600447 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 56 of 77 123 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 4 0 3 1 . 5 9 6 2 0 0 $ 1 , 5 4 7 . 7 0 W e s t I n f o r m a Ɵon C h a r g e s 8 3 8 4 9 7 8 4 6 TH O M S O N R E U T E R S ‐ W E S T 00 0 1 4 1 ‐ $1,547.7007/19/2018600448 01 1 . 1 0 3 3 . 5 6 0 0 0 0 $ 1 5 7 . 5 0 P e r i o d : 0 6 / 1 8 0 7 0 1 1 8 TR I ‐CI T Y M U T U A L W A T E R CO M P A N Y 00 0 2 8 2 ‐ $157.5007/19/2018600449 01 1 . 2 1 0 2 6 0 $ 4 0 8 . 7 4 G a r n i s h m e n t : P a y m e n t B e n 2 0 8 4 5 3 U. S . D E P T O F E D U C A T I O N NA T I O N A 00 4 4 4 1 ‐ $408.7407/19/2018600450 01 1 . 1 0 0 4 . 5 9 5 2 0 0 $ 1 3 , 0 0 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 2 1 8 0 5 2 7 I N VA S Q U E Z & C O M P A N Y , L L P 00 5 1 5 2 ‐ $13,000.0007/19/2018600451 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 , 2 4 4 . 0 0 A i r C o n d i Ɵon e r M a i n t e n a n c e 6 2 1 5 9 7 WE S T E R N A L L I E D CO R P O R A T I O N 00 6 1 2 0 ‐ 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 4 , 5 7 5 . 3 3 A i r C o n d i Ɵon e r M a i n t e n a n c e 6 2 1 7 8 9 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 3 6 , 7 4 1 . 0 0 R e p l a c e B o i l e r f o r C i t y H a l l 9 0 1 4 9 2 $42,560.3307/19/2018600452 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 8 9 . 9 4 2 6 1 1 2 3 4 C 2 m o t o r c o n t r o l a c t u a t o r 6 5 3 1 9 0 1 1 . 0 0 1 3 1 2 6 WE S T E R N T R U C K E X C H A N G E 00 4 5 1 4 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 6 . 5 8 2 5 0 6 6 5 6 C 2 filt e r m i c r o f r e s h 6 5 3 1 9 0 1 1 . 0 0 1 3 1 2 6 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 9 . 9 6 r 1 3 4 a f r e o n 6 5 3 1 9 0 1 1 . 0 0 1 3 1 2 6 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 5 6 0 . 0 0 l a b o r t o r e p a i r u n i t 6 5 3 1 9 0 1 1 . 0 0 1 3 1 2 6 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 7 . 2 1 S a l e s T a x 9 . 7 5 % 6 5 3 1 9 $753.6907/19/2018600453 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 57 of 77 124 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 2 1 0 2 2 3 $ 8 , 5 2 6 . 7 3 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 AF L A C 00 3 1 4 3 ‐ 02 0 . 2 1 0 2 2 3 $ 1 , 3 0 2 . 8 7 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 05 5 . 2 1 0 2 2 3 $ 1 , 7 1 3 . 6 0 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 05 6 . 2 1 0 2 2 3 $ 9 2 . 7 8 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 05 7 . 2 1 0 2 2 3 $ 6 . 0 7 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 06 0 . 2 1 0 2 2 3 $ 1 0 . 9 9 A F L A C ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 5 1 01 1 . 2 1 0 2 2 3 $ 1 , 2 2 6 . 5 4 A F L A C ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 5 1 02 0 . 2 1 0 2 2 3 $ 7 . 9 2 A F L A C ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 5 1 05 5 . 2 1 0 2 2 3 $ 2 1 2 . 9 6 A F L A C ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 5 1 05 6 . 2 1 0 2 2 3 $ 1 4 4 . 7 2 A F L A C ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 5 1 06 0 . 2 1 0 2 2 3 $ 2 . 0 2 A F L A C ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 5 1 01 1 . 1 0 1 5 . 5 3 0 0 3 4 $ 0 . 4 1 A F L A C R o u n d i n g A d j u s t m e n t B e n 2 0 8 4 5 1 $13,247.6107/24/2018600454 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 4 1 5 . 0 0 D i s a s t e r R e c o v e r y S e r v i c e s 5 0 9 8 5 AG I L I T Y R E C O V E R Y S O L U T I O N S 00 5 3 4 8 ‐ $415.0007/24/2018600455 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 , 2 1 6 . 3 6 L o c k & K e y S e r v i c e s 0 4 0 2 1 8 AL A D D I N L O C K & K E Y S E R V I C E 00 0 3 5 2 ‐ 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 3 , 8 2 9 . 9 6 L o c k & K e y S e r v i c e s 0 5 1 5 1 8 $5,046.3207/24/2018600456 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 58 of 77 125 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 2 6 0 . 0 0 H A I X A i r p o w e r X R 1 L e a t h e r S t a Ɵon , E M S 2 0 8 1 1 9 0 1 1 . 0 0 1 3 1 6 0 AL L S T A R F I R E E Q U I P M E N T , I N C 00 1 6 2 4 ‐ 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 5 0 . 0 0 S a m B r o w n L a r g e S i l v e r O l d S t e a m e r 2 0 8 1 1 9 0 1 1 . 0 0 1 3 1 6 0 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 5 0 . 0 0 S a m B r o w n L a r g e S i l v e r F F S c r a m b l e 2 0 8 1 1 9 0 1 1 . 0 0 1 3 1 6 0 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 5 3 . 2 0 S a l e s T a x 9 . 5 % 2 0 8 1 1 9 $613.2007/24/2018600457 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 4 6 . 0 2 P e r i o d : 0 5 / 2 0 ‐ 0 6 / 1 9 0 6 2 0 1 8 AT & T 00 1 9 4 8 ‐ 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 5 5 9 . 2 2 P e r i o d : 0 5 / 2 0 ‐ 0 6 / 1 9 0 6 2 0 1 8 ( 2 ) $705.2407/24/2018600458 05 5 . 9 2 0 0 . 5 6 0 0 1 0 $ 2 4 0 . 3 8 P e r i o d : 0 6 / 1 9 ‐ 0 7 / 1 8 3 1 0 3 1 4 0 0 1 3 AT & T 00 1 9 4 8 ‐ 05 5 . 9 2 0 0 . 5 6 0 0 1 0 $ 1 5 2 . 0 0 P e r i o d : 0 5 / 1 9 ‐ 0 6 / 1 8 4 8 9 5 3 4 2 4 0 0 $392.3807/24/2018600459 01 1 . 1 0 4 1 . 5 9 5 2 0 0 $ 2 , 4 8 3 . 1 0 2 n d Q t r 0 4 / 0 1 / 1 8 ‐ 0 6 / 3 0 / 1 8 0 7 1 1 1 8 CA L I F O R N I A B U I L D I N G ST A N D A R D S 00 3 7 4 9 ‐ $2,483.1007/24/2018600460 01 1 . 1 0 3 6 . 8 5 0 0 0 0 $ 4 , 1 8 3 . 8 0 I t e m N o . 2 4 3 ‐12 0 ‐04 G ~ 1 1 9 2 0 1 1 . 0 0 1 3 0 7 6 CE N T R A L S U P P L Y IN T E R N A T I O N A L 00 6 3 0 1 ‐ 01 1 . 1 0 3 6 . 8 5 0 0 0 0 $ 1 6 . 2 7 F r e i g h t 1 1 9 2 0 1 1 . 0 0 1 3 0 7 6 01 1 . 1 0 3 6 . 8 5 0 0 0 0 $ 3 9 7 . 4 6 S a l e s T a x 9 . 5 % 1 1 9 2 $4,597.5307/24/2018600461 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 59 of 77 126 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 2 1 0 2 2 3 $ 5 , 1 8 2 . 8 0 C o l o n i a l S u p p I n s ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 4 9 CO L O N I A L L I F E 00 3 1 4 2 ‐ 02 0 . 2 1 0 2 2 3 $ 6 0 6 . 8 4 C o l o n i a l S u p p I n s ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 4 9 05 5 . 2 1 0 2 2 3 $ 1 , 1 0 8 . 1 7 C o l o n i a l S u p p I n s ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 4 9 05 6 . 2 1 0 2 2 3 $ 8 3 3 . 2 4 C o l o n i a l S u p p I n s ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 4 9 06 0 . 2 1 0 2 2 3 $ 6 1 . 1 1 C o l o n i a l S u p p I n s ( P r e ‐Ta x ) : P a y m e n t B e n 2 0 8 4 4 9 01 1 . 2 1 0 2 2 3 $ 3 8 1 . 2 6 C o l o n i a l ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 4 9 06 0 . 2 1 0 2 2 3 $ 3 4 . 9 0 C o l o n i a l ( P o s t T a x ) : P a y m e n t B e n 2 0 8 4 4 9 01 1 . 1 0 1 5 . 5 3 0 0 3 4 $ 0 . 0 5 C o l o n i a l R o u n d i n g A d j u s t m e n t B e n 2 0 8 4 4 9 $8,208.3707/24/2018600462 01 1 . 1 0 4 1 . 5 9 5 2 0 0 $ 1 7 , 5 3 7 . 2 6 M a p p i n g F e e 2 n d Q t r 2 0 1 8 0 7 1 7 1 8 DE P A R T M E N T O F CO N S E R V A T I O N 00 0 9 7 7 ‐ $17,537.2607/24/2018600463 01 1 . 2 0 0 2 3 5 $ 1 4 8 . 4 0 2 n d Q t r 2 0 1 8 S B 1 1 8 6 0 7 1 9 1 8 DI V O F T H E S T A T E A R C H I T E C T 00 4 9 9 7 ‐ $148.4007/24/2018600464 01 1 . 2 3 0 2 2 0 $ 3 6 3 . 9 0 R e f . S e c u r i t y D e p o s i t 0 7 1 1 1 8 EA R L Y , G A B R I E L J 00 4 4 9 4 ‐ $363.9007/24/2018600465 01 1 . 1 0 3 3 . 5 4 0 0 0 0 $ 2 2 1 . 1 9 T u r n o u t C l e a n i n g ~ I N V 1 9 5 3 1 4 0 1 1 . 0 0 1 2 5 1 6 EC M S , I N C 00 5 0 5 5 ‐ $221.1907/24/2018600466 05 5 . 2 3 0 2 1 0 $ 2 6 6 . 3 7 R e f . C l o s e d A c c t # 1 0 8 7 C u s t # 6 6 5 0 5 0 2 1 8 EL C A N O , I N C 00 6 3 3 0 ‐ $266.3707/24/2018600467 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 60 of 77 127 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 5 5 . 1 3 P e r i o d : 0 6 / 1 6 ‐ 0 7 / 1 5 0 6 1 6 1 8 FR O N T I E R 00 5 8 2 5 ‐ $55.1307/24/2018600468 01 1 . 1 0 4 3 . 5 0 2 0 3 0 $ 7 5 0 . 0 0 I n i Ɵal C o n t r i b u Ɵon / M . B e l t r a n 0 7 1 6 1 8 HS A B A N K 00 4 2 3 9 ‐ $750.0007/24/2018600469 01 1 . 1 0 2 3 . 5 9 6 2 0 0 $ 2 , 4 7 4 . 5 7 V e r n o n R e g u l a t o r y C o m m i Ʃee M e e Ɵng 0 7 0 2 1 8 IN D U S T R I A L E N V I R O N M E N T A L AS S O C 00 6 3 5 8 ‐ 01 1 . 1 0 2 3 . 5 9 6 2 0 0 $ 2 , 4 7 7 . 5 1 C A R B W o r k s h o p f o r A B 6 1 7 U p d a t e 0 7 0 3 1 8 $4,952.0807/24/2018600470 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 1 9 1 . 4 6 S t o r a g e S e r v i c e s 2 0 1 6 3 8 9 0 1 IR O N M O U N T A I N 00 0 8 2 9 ‐ $191.4607/24/2018600471 01 1 . 1 0 2 6 . 5 5 0 0 0 0 $ 4 5 0 . 0 0 J o b A d / D i r e c t o r o f H e a l t h & E n v 5 7 4 2 4 LE A G U E O F C A L I F O R N I A C I T I E S 00 0 8 9 7 ‐ $450.0007/24/2018600472 01 1 . 1 0 0 2 . 5 9 6 2 0 0 $ 7 , 1 6 3 . 0 0 S t a n d a r d o f C o v e r S t u d y 1 8 1 7 ( 4 ) MA T R I X C O N S U L T I N G G R O U P 00 4 7 4 1 ‐ $7,163.0007/24/2018600473 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 61 of 77 128 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 2 1 0 2 2 3 $ 3 6 3 . 2 5 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 MU T U A L O F O M A H A 00 0 5 3 4 ‐ 02 0 . 2 1 0 2 2 3 $ 2 6 . 8 9 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 05 5 . 2 1 0 2 2 3 $ 6 7 . 6 8 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 05 6 . 2 1 0 2 2 3 $ 7 . 1 5 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 05 7 . 2 1 0 2 2 3 $ 0 . 9 2 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 06 0 . 2 1 0 2 2 3 $ 0 . 4 6 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 0 5 0 01 1 . 1 0 2 6 . 5 0 2 0 3 0 $ 1 . 8 5 E E 1 0 4 5 A d j : N o P a y c h e c k B e n 2 0 8 0 5 0 01 1 . 2 1 0 2 2 3 $ 3 , 1 6 0 . 1 3 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 02 0 . 2 1 0 2 2 3 $ 4 9 2 . 3 1 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 5 . 2 1 0 2 2 3 $ 1 , 3 4 6 . 4 6 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 6 . 2 1 0 2 2 3 $ 3 6 7 . 3 2 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 7 . 2 1 0 2 2 3 $ 2 . 3 3 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 06 0 . 2 1 0 2 2 3 $ 2 0 . 7 3 L o n g ‐Te r m D i s a b i l i t y I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 01 1 . 2 1 0 2 2 3 $ 2 , 5 3 9 . 2 5 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 02 0 . 2 1 0 2 2 3 $ 1 3 8 . 2 2 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 5 . 2 1 0 2 2 3 $ 6 9 1 . 6 2 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 6 . 2 1 0 2 2 3 $ 1 3 7 . 0 0 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 05 7 . 2 1 0 2 2 3 $ 3 3 . 7 6 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 06 0 . 2 1 0 2 2 3 $ 1 6 . 1 5 V o l u n t a r y L i f e I n s u r a n c e : P a y m e n t B e n 2 0 8 4 4 7 $9,413.4807/24/2018600474 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 62 of 77 129 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 5 3 , 8 0 0 . 0 0 I t e m 1 0 ~ U S I 1 8 1 1 9 2 0 5 5 . 0 0 0 2 6 1 9 OM I C R O N E L E C T R O N I C S C O R P 00 2 4 2 1 ‐ 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 1 7 0 . 0 0 I t e m 4 0 ~ U S I 1 8 1 1 9 2 0 5 5 . 0 0 0 2 6 1 9 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 3 9 0 . 0 0 I t e m 5 0 ~ U S I 1 8 1 1 9 2 0 5 5 . 0 0 0 2 6 1 9 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 1 , 0 4 0 . 0 0 I t e m 6 0 ~ U S I 1 8 1 1 9 2 0 5 5 . 0 0 0 2 6 1 9 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 1 0 0 . 0 0 F r e i g h t U S I 1 8 1 1 9 2 0 5 5 . 0 0 0 2 6 1 9 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 5 , 2 7 2 . 5 2 S a l e s T a x 9 . 5 % U S I 1 8 1 1 9 2 $60,772.5207/24/2018600475 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 4 , 6 5 1 . 2 0 P r o d u c t # : L P 1 5 ‐SI C O M P ‐4‐PO S ‐UP ~ 4 1 8 1 6 4 3 8 0 0 1 1 . 0 0 1 3 1 8 3 PH Y S I O ‐CO N T R O L , I N C . , 00 3 7 2 8 ‐ $4,651.2007/24/2018600476 02 0 . 1 0 8 4 . 5 9 5 2 0 0 $ 4 , 9 5 0 . 0 0 G r o u n d w a t e r S e r v i c e s 4 5 3 2 RI C H A R D C . S L A D E & AS S O C I A T E S 00 3 1 4 9 ‐ $4,950.0007/24/2018600477 05 6 . 5 6 0 0 . 5 9 6 2 0 0 $ 1 0 5 . 0 0 M o n t h l y M o n i t o r i n g F e e ~ 5 3 7 0 7 M SE C U R I T Y N E T W O R K , I N C 00 6 0 5 7 ‐ $105.0007/24/2018600478 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 63 of 77 130 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 2 . 3 8 1 / 2 x 2 " B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 SM A R D A N S U P P L Y C O 00 4 2 2 9 ‐ 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 . 6 8 3 / 4 x 1 7 ‐1/ 2 " S T D B l k N i p T b e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 2 . 7 1 2 x C l o s e B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 4 . 6 8 2 x 4 " B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 7 9 . 4 4 2 x 7 B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 8 2 . 5 5 2 x 1 0 B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 2 . 1 3 2 x 1 2 " B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 6 . 0 0 3 x 1 3 S T D B l a c k N i p p l e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 7 3 . 7 2 4 S C H 4 0 B l a c k A 5 3 B P i p e P E ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 4 . 3 3 1 / 2 B l a c k 9 0 E l b o w ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 6 2 . 5 7 2 " B l a c k 9 0 E l b o w ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 3 . 1 1 2 " B l a c k P l u g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 . 8 7 3 / 4 B l a c k C a p ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 2 . 4 1 2 " B l a c k C o u p l i n g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 4 5 . 6 2 2 x 1 ‐1/ 2 B l a c k 9 0 E l b o w ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 1 . 7 2 1 / 4 B l k M a l l 9 0 S t E l b * S p e c i a l O r d e r * S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 . 5 0 1 ‐1/ 4 B l a c k 9 0 S t r e e t E l l ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 3 . 4 7 1 ‐1/ 2 B l a c k 9 0 S t r e e t E l l ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 . 9 5 2 " B l a c k 9 0 S t r e e t E l l ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 9 . 0 6 3 / 4 x 1 / 2 B l a c k B u s h i n g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 8 . 2 6 1 x 3 / 4 B l a c k B u s h i n g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 9 . 6 8 1 ‐1/ 2 x 1 / 4 B l k M a l l B u s h i n g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 2 7 . 8 1 1 ‐1/ 4 x 3 / 4 X H S w a g e N i p p l e T b e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 64 of 77 131 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 6 4 . 4 0 6 " C / S A 1 0 5 R f S o F l a n g e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 SM A R D A N S U P P L Y C O 00 4 2 2 9 ‐ 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 3 0 . 7 9 4 " S T D L . R . W e l d E l b o w ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 6 6 . 6 7 3 x 2 S T D L / R W e l d 9 0 ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 6 7 . 2 7 4 x 2 S T D C o n c S w a g e N i p p l e B x T ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 5 . 8 5 4 " S T D W e l d T e e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 3 7 . 6 4 2 " 1 5 0 # C / S A 1 0 5 R f W n F l a n g e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 4 1 . 1 5 3 " 1 5 0 # C / S A 1 0 5 R f W e l d n e c k F l g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 3 3 . 8 6 4 " 1 5 0 # C / S A 1 0 5 R f W e l d n e c k F l g ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 1 . 1 6 6 " 1 5 0 # C / S A 1 0 5 R f W e l d n e c k F l a n g e ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 5 . 9 3 1 / 2 3 6 ‐3/ 4 3 M T ‐O‐L~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 9 . 0 9 6 x 4 S T D W e l d C o n c R e d u c e r ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 8 7 . 5 0 4 1 5 0 # I V F l a n g e d F p C / S B a l l V a l v e S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 7 . 3 8 6 1 5 0 # R i n g F l a n g e G a s k e t 1 / 1 6 ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 1 0 . 4 0 8 " F l e x i t a l l i c 3 0 0 # G a s k e t ~ S 3 1 8 4 8 6 2 0 0 1 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 4 3 . 0 8 S a l e s T a x 9 . 5 % S 3 1 8 4 8 6 2 0 0 1 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 2 . 3 3 1 / 2 " B l a c k P l u g ~ S 3 1 8 4 8 6 2 0 0 2 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 1 . 3 5 1 ‐1/ 2 x 1 ‐1/ 4 B l a c k 9 0 E l b o w ~ S 3 1 8 4 8 6 2 0 0 2 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 8 8 . 0 0 2 1 5 0 # C / S C o n e S t r a i n e r ~ S 3 1 8 4 8 6 2 0 0 2 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 5 6 . 2 5 4 1 5 0 # C / S C o n e S t r a i n e r ~ S 3 1 8 4 8 6 2 0 0 2 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 6 . 9 5 6 1 5 0 # R i n g F l a n g e G a s k e t 1 / 1 6 ~ S 3 1 8 4 8 6 2 0 0 2 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 4 5 . 1 1 S a l e s T a x 9 . 5 % S 3 1 8 4 8 6 2 0 0 2 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 8 . 6 5 1 / 2 x 1 / 4 X H S w a g e N i p p l e T b e ~ S 3 1 8 4 8 6 2 0 0 3 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 4 2 . 5 0 3 / 4 x 1 / 2 X H S w a g e N i p p l e T b e ~ S 3 1 8 4 8 6 2 0 0 3 0 5 6 . 0 0 0 0 5 0 9 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 65 of 77 132 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 3 . 4 8 6 1 5 0 # R i n g F l a n g e G a s k e t 1 / 1 6 ~ S 3 1 8 4 8 6 2 0 0 3 0 5 6 . 0 0 0 0 5 0 9 SM A R D A N S U P P L Y C O 00 4 2 2 9 ‐ 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 3 . 4 6 2 " F l e x i t a l l i c 3 0 0 / 6 0 0 # G a s k e t ~ S 3 1 8 4 8 6 2 0 0 3 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 1 . 0 7 F r e i g h t S 3 1 8 4 8 6 2 0 0 3 0 5 6 . 0 0 0 0 5 0 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 5 . 4 7 S a l e s T a x 9 . 5 % S 3 1 8 4 8 6 2 0 0 3 $3,626.4407/24/2018600479 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 1 , 5 9 1 . 1 7 I n s t a l l G a t e L o o p s 5 9 8 4 7 SM I T H S O N E L E C T R I C , I N C 00 5 9 6 0 ‐ $1,591.1707/24/2018600480 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 3 4 . 1 5 P e r i o d : 0 6 / 1 8 6 7 7 9 7 5 3 1 8 2 0 0 SP R I N T 00 1 0 1 7 ‐ $34.1507/24/2018600481 01 1 . 9 0 1 9 . 5 9 0 1 1 0 $ 7 5 0 . 0 0 T M S S o Ōwa r e S u p p o r t S u b s c r i p Ɵon f o r 1 8 1 7 0 0 1 1 . 0 0 1 3 2 8 1 TR A I N I N G I N N O V A T I O N S , I N C 00 0 2 8 6 ‐ $750.0007/24/2018600482 02 0 . 1 0 8 4 . 5 9 6 2 0 0 $ 1 2 0 . 4 8 N e w T i c k e t C h a r g e s 6 2 0 1 8 0 7 7 2 UN D E R G R O U N D S E R V I C E AL E R T 00 0 4 4 9 ‐ 05 5 . 8 3 0 0 . 5 9 6 2 0 0 $ 4 2 . 9 3 N e w T i c k e t C h a r g e s 6 2 0 1 8 0 7 7 2 05 6 . 5 6 0 0 . 5 9 6 2 0 0 $ 3 4 . 6 9 N e w T i c k e t C h a r g e s 6 2 0 1 8 0 7 7 2 $198.1007/24/2018600483 01 1 . 1 0 0 4 . 5 2 0 0 0 0 $ 7 , 0 0 0 . 0 0 P o s t a g e R e p l e n i s h m e n t 0 7 1 9 1 8 UN I T E D B U S I N E S S M A I L 00 4 3 5 2 ‐ $7,000.0007/24/2018600484 01 1 . 9 0 1 9 . 5 6 0 0 1 0 $ 6 1 3 . 6 4 P e r i o d : 0 5 / 1 8 7 0 8 3 3 4 6 1 VE R I Z O N B U S I N E S S S E R V I C E S 00 1 4 8 1 ‐ $613.6407/24/2018600485 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 66 of 77 133 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 2 , 4 3 7 . 4 8 W a t e r F i l t r a Ɵon U n i t s R e n t a l 1 3 3 4 2 5 WA T E R L O G I C A M E R I C A S , L L C 00 6 2 4 7 ‐ $2,437.4807/24/2018600486 01 1 . 1 0 4 8 . 5 9 0 0 0 0 $ 6 9 3 . 4 2 A i r C o n d i Ɵon e r M a i n t e n a n c e 6 2 2 5 3 5 WE S T E R N A L L I E D CO R P O R A T I O N 00 6 1 2 0 ‐ $693.4207/24/2018600487 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 4 2 5 . 0 0 I t e m N o . S ‐20 0 1 ~ 2 0 7 9 5 8 0 1 1 . 0 0 1 3 1 6 1 AL E X E T E R T E C H N O L O G I E S 00 1 3 9 5 ‐ 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 4 2 5 . 0 0 I t e m N o . S ‐20 0 2 ~ 2 0 7 9 5 8 0 1 1 . 0 0 1 3 1 6 1 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 4 6 0 . 0 0 I t e m N o . K ‐25 0 4 ~ 2 0 7 9 5 8 0 1 1 . 0 0 1 3 1 6 1 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 5 . 0 0 F r e i g h t 2 0 7 9 5 8 0 1 1 . 0 0 1 3 1 6 1 06 0 . 6 0 3 3 . 5 2 0 0 0 0 $ 1 2 4 . 4 5 S a l e s T a x 9 . 5 % 2 0 7 9 5 8 $1,449.4507/26/2018600488 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 1 , 3 7 5 . 0 0 P a r t N o . M T ‐9P 8 8 S L ~ 4 7 0 0 7 1 8 0 1 1 . 0 0 1 3 0 7 8 BE A R C O M 00 6 0 5 4 ‐ 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 1 , 3 7 5 . 0 0 P a r t N o . R R ‐9P 8 8 S L ~ 4 7 0 0 7 1 8 0 1 1 . 0 0 1 3 0 7 8 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 5 . 0 0 F r e i g h t 4 7 0 0 7 1 8 0 1 1 . 0 0 1 3 0 7 8 01 1 . 1 0 3 6 . 5 9 6 2 0 0 $ 2 6 3 . 6 4 S a l e s T a x 9 . 5 % 4 7 0 0 7 1 8 $3,038.6407/26/2018600489 01 1 . 1 0 2 4 . 5 9 6 5 0 0 $ 8 3 . 9 9 F i n g e r p r i n Ɵng & P h o t o D e v e l o p m e n t 0 7 1 0 1 8 BR I A N B Y U N 00 5 5 2 9 ‐ $83.9907/26/2018600490 01 1 . 1 0 0 2 . 5 9 6 5 5 0 $ 5 , 0 9 0 . 0 0 M e m b e r s h i p D u e s 2 4 2 2 CA L C O N T R A C T C I T I E S A S S O C 00 2 8 4 6 ‐ $5,090.0007/26/2018600491 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 67 of 77 134 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 0 4 . 5 9 6 2 0 0 $ 1 0 , 4 7 2 . 0 1 L A F C O C h a r g e s F Y 2 0 1 8 ‐ 1 9 07 0 2 1 8 CO U N T Y O F L O S A N G E L E S 00 1 4 4 4 ‐ $10,472.0107/26/2018600492 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 0 4 . 0 0 C l o r ‐N‐Oi l 5 0 p p m 18 3 1 8 7 01 1 . 0 0 1 3 1 8 0 DE X S I L C O R P O R A T I O N 00 6 3 5 2 ‐ 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 1 1 . 9 1 F r e i g h t 18 3 1 8 7 01 1 . 0 0 1 3 1 8 0 $115.9107/26/2018600493 01 1 . 1 0 4 3 . 5 2 0 0 0 0 $ 2 , 3 7 7 . 3 6 V e n d o r t o p r o v i d e p r e s c r i p Ɵon s a f e t y 0 6 2 9 1 8 01 1 . 0 0 1 2 8 8 9 EM P I R E O P T I C A L , I N C 00 5 5 9 3 ‐ 02 0 . 1 0 8 4 . 5 2 0 0 0 0 $ 2 , 3 7 7 . 3 6 S a m e a s a b o v e e x c e p t f o r t h e W a t e r 0 6 2 9 1 8 01 1 . 0 0 1 2 8 8 9 $4,754.7207/26/2018600494 01 1 . 1 0 0 2 . 5 9 6 5 5 0 $ 1 3 , 6 5 0 . 0 0 M e m b e r s h i p D u e s F Y 2 0 1 8 ‐19 06 1 3 1 8 GA T E W A Y C I T I E S C O U N C I L O F GO V T 00 0 4 5 6 ‐ $13,650.0007/26/2018600495 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 4 9 2 , 4 0 3 . 1 0 D o w n e y R o a d I m p r o v e m e n t s 07 1 9 1 8 HA R D Y & H A R P E R , I N C 00 6 2 8 9 ‐ 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 5 2 2 , 4 9 0 . 5 0 D o w n e y R o a d I m p r o v e m e n t s 07 1 9 1 8 01 1 . 1 0 4 3 . 9 0 0 0 0 0 $ 3 5 , 3 4 0 . 0 0 D o w n e y R o a d I m p r o v e m e n t s 07 1 9 1 8 600496 $ 1,050,233.60 07/26/2018 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 68 of 77 135 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 8 . 5 9 6 2 0 0 $ 6 7 . 5 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 0 HA U L A W A Y R U B B I S H S E R V I C E CO , 00 5 3 5 0 ‐ 01 1 . 1 0 4 9 . 5 9 6 2 0 0 $ 2 1 3 . 0 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 1 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 6 7 . 5 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 2 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 6 7 . 5 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 3 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 6 7 . 5 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 4 01 1 . 1 0 3 3 . 5 2 0 0 0 0 $ 6 7 . 5 0 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 5 01 1 . 1 0 4 3 . 5 9 6 2 0 0 $ 5 , 1 3 2 . 3 5 D i s p o s a l & R e c y c l i n g S e r v i c e s 8 6 X 0 4 6 3 8 $5,682.8507/26/2018600497 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 1 , 2 8 7 . 0 0 C i t y o f V e r n o n H e a l t h D e p a r t m e n t A n n u a l 7 7 5 1 8 0 1 1 . 0 0 1 3 0 9 8 KE N N E D Y N A M E P L A T E CO M P A N Y , I N C 00 1 8 3 2 ‐ 01 1 . 1 0 6 0 . 5 2 0 0 0 0 $ 1 2 2 . 2 7 S a l e s T a x 9 . 5 % 7 7 5 1 8 $1,409.2707/26/2018600498 01 1 . 1 0 3 1 . 5 9 6 2 0 0 $ 7 3 0 . 0 0 P r o f e s s i o n a l S e r v i c e s 6 0 0 1 3 LA C + U S C M E D I C A L C E N T E R 00 0 5 1 9 ‐ $730.0007/26/2018600499 01 1 . 1 0 0 2 . 5 9 6 5 5 0 $ 9 9 2 . 2 5 L A C o u n t y D i v i s i o n D u e s F Y 2 0 1 8 ‐19 3 6 6 4 LE A G U E O F C A L I F O R N I A C I T I E S 00 0 8 9 7 ‐ $992.2507/26/2018600500 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 69 of 77 136 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 0 , 5 9 6 . 0 0 M I N I ‐MA X ‐AT X ‐MM ~ 1 9 9 0 8 9 0 5 6 . 0 0 0 0 4 8 6 ME A S U R E M E N T C O N T R O L SY S T E M S , I 00 0 8 3 9 ‐ 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 4 1 . 5 4 F r e i g h t 1 9 9 0 8 9 0 5 6 . 0 0 0 0 4 8 6 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 1 , 0 0 6 . 6 2 S a l e s T a x 9 . 5 % 1 9 9 0 8 9 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 , 2 9 8 . 0 0 M I N I ‐MA X ‐AT X ‐MM ~ 2 0 0 0 1 3 0 5 6 . 0 0 0 0 4 8 6 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 2 5 . 8 5 F r e i g h t 2 0 0 0 1 3 0 5 6 . 0 0 0 0 4 8 6 05 6 . 5 6 0 0 . 5 9 0 0 0 0 $ 5 0 3 . 3 1 S a l e s T a x 9 . 5 % 2 0 0 0 1 3 $17,471.3207/26/2018600501 05 5 . 9 1 0 0 . 5 9 6 7 0 0 $ 3 9 . 2 4 S C P P A S u b s t a Ɵon E q u i p m e n t P r o t e c Ɵon 0 7 1 6 1 8 JA C K M E G O R D E N 00 3 6 6 0 ‐ $39.2407/26/2018600502 01 1 . 1 0 0 2 . 5 9 6 5 5 0 $ 2 6 3 . 0 0 M e m b e r D u e s / M . A y a l a 1 3 7 4 1 2 NA T I O N A L L E A G U E O F C I T I E S 00 0 8 4 1 ‐ $263.0007/26/2018600503 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 2 3 . 2 6 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 NI C H O L A S P E R E Z 00 0 2 9 6 ‐ 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 9 . 2 0 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 $32.4607/26/2018600504 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 2 3 . 2 6 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 JO S E R A M O S 00 0 0 7 4 ‐ 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 9 . 2 0 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 $32.4607/26/2018600505 05 5 . 9 1 0 0 . 9 0 0 0 0 0 $ 2 0 , 7 1 5 . 0 0 3 V e r c o r d e r s , K i t C a r r y i n g C a s e , 6 0 9 9 3 0 5 5 . 0 0 0 2 6 6 2 SE N S O R L I N K C O R P O R A T I O N 00 6 3 4 8 ‐ $20,715.0007/26/2018600506 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 70 of 77 137 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 EA R L Y  CH E C K S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 8 0 0 0 . 9 0 0 0 0 0 $ 3 2 , 8 4 7 . 0 0 F e n c e I n s t a l l a Ɵon 0 6 2 9 1 8 UN I T E D S T E E L F E N C E CO M P A N Y 00 5 0 3 0 ‐ $32,847.0007/26/2018600507 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 1 , 3 7 6 . 7 0 A i r C o n d i Ɵon e r M a i n t e n a n c e 6 2 1 9 2 8 WE S T E R N A L L I E D CO R P O R A T I O N 00 6 1 2 0 ‐ 01 1 . 1 0 4 9 . 5 9 0 0 0 0 $ 3 4 4 . 0 0 A i r C o n d i Ɵon e r M a i n t e n a n c e 6 2 2 0 4 7 $1,720.7007/26/2018600508 01 1 . 1 0 3 1 . 5 9 6 5 0 0 $ 2 3 . 2 6 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 OS C A R Z O Z A Y A 00 1 9 9 7 ‐ 01 1 . 1 0 3 1 . 5 9 6 7 0 0 $ 9 . 2 0 A r r e s t & C o n t r o l / T a c Ɵca l 0 6 0 4 1 8 $32.4607/26/2018600509 TO T A L  EA R L Y  CHECKS$2,311,079.38 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 71 of 77 138 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 WA R R A N T S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 1 . 5 0 2 0 3 0 $ 4 2 5 . 0 0 V i s i o n B e n e fits / S . W i n e g a r 0 7 1 0 1 8 AN N K I M 00 4 2 3 4 ‐ 01 1 . 1 0 3 1 . 5 0 2 0 3 0 $ 4 2 5 . 0 0 V i s i o n B e n e fits / C h i l d 0 7 1 0 1 8 ( 2 ) 01 1 . 1 0 3 1 . 5 0 2 0 3 0 $ 3 9 5 . 0 0 V i s i o n B e n e fits / J . W i n e g a r 0 7 1 7 1 8 $1,245.0008/07/2018600510 05 5 . 9 1 0 0 . 5 9 6 7 0 0 $ 3 3 . 1 4 S C P P A ‐ T & D E & O M e e Ɵng 0 7 1 6 1 8 BA S E M A N D R A W O S 00 4 7 7 0 ‐ $33.1408/07/2018600511 01 1 . 1 0 1 6 . 5 0 2 0 3 0 $ 4 2 5 . 0 0 V i s i o n B e n e fits / C . L u n a 0 7 1 8 1 8 AN T H O N Y K O S T A L L A S , O . D . 00 1 6 4 4 ‐ 01 1 . 1 0 1 6 . 5 0 2 0 3 0 $ 4 2 5 . 0 0 V i s i o n B e n e fits / R . M e j i a 0 7 1 8 1 8 ( 2 ) $850.0008/07/2018600512 01 1 . 1 0 0 3 . 5 9 6 5 0 0 $ 1 4 . 2 8 C C A C R e g i o n 1 1 E d u c a Ɵon W o r k s h o p 0 7 1 7 1 8 MA R I A A Y A L A 00 5 4 7 5 ‐ $14.2808/07/2018600513 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 7 . 3 1 1 3 ‐67 3 1 / 4 " p a t c h p l u g c o m b o 1 1 4 6 6 0 9 0 1 1 . 0 0 1 3 1 2 8 CO M M E R C I A L T I R E C O M P A N Y 00 3 8 5 6 ‐ 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 1 2 . 0 0 L a b o r t o r e p a i r r i g h t r e a r Ɵre 1 1 4 6 6 0 9 0 1 1 . 0 0 1 3 1 2 8 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 0 . 6 9 S a l e s T a x 9 . 5 % 1 1 4 6 6 0 9 $20.0008/07/2018600514 05 5 . 9 1 0 0 . 5 0 2 0 3 0 $ 3 1 7 . 4 0 V i s i o n B e n e fits / L . D a c e y 0 7 0 3 1 8 JA R E D D A C E Y 00 4 5 8 4 ‐ $317.4008/07/2018600515 01 1 . 1 0 0 1 . 5 9 6 5 0 0 $ 1 9 9 . 6 9 I n d e p e n d e n t C i Ɵes A s s o c i a Ɵon S u m m e r 0 7 1 9 1 8 WI L L I A M D A V I S 00 1 9 0 6 ‐ $199.6908/07/2018600516 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 72 of 77 139 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 WA R R A N T S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 05 5 . 8 1 0 0 . 5 0 2 0 3 0 $ 4 5 0 . 0 0 V i s i o n B e n e fits / F . F l o r e s 0 7 0 9 1 8 DR D A V I D N S T E I N 00 0 7 7 3 ‐ 01 1 . 1 0 3 3 . 5 0 2 0 3 0 $ 4 5 0 . 0 0 V i s i o n B e n e fits / T . E g a n 0 7 0 9 1 8 ( 2 ) $900.0008/07/2018600517 01 1 . 1 0 3 1 . 5 0 2 0 3 0 $ 2 8 2 . 2 0 V i s i o n B e n e fits / S . E s c o b e d o 0 7 1 9 1 8 AL E X Y E S C O B E D O 00 3 2 8 5 ‐ $282.2008/07/2018600518 01 1 . 1 0 0 2 . 5 9 6 5 0 0 $ 6 3 . 9 8 C A P I O W o r k s h o p 0 7 0 8 1 8 DI A N A F I G U E R O A 00 5 2 0 7 ‐ 01 1 . 1 0 0 2 . 5 0 2 0 3 0 $ 4 2 7 . 0 1 V i s i o n B e n e fits / D . F i g u e r o a 0 7 1 7 1 8 01 1 . 1 0 0 2 . 5 0 2 0 3 0 $ 3 1 1 . 5 0 V i s i o n B e n e fits / R . F i g u e r o a 0 7 1 7 1 8 ( 2 ) $802.4908/07/2018600519 01 1 . 1 0 4 0 . 4 0 0 9 0 0 $ 3 , 2 9 4 . 5 4 R e f . 1 s t & 2 n d P a r c e l # 6 3 0 2 0 1 5 0 1 6 ~ 0 7 2 3 1 8 GA T E W A Y S A N T A F E IN T E R N A T I O N A L 00 6 3 7 9 ‐ $3,294.5408/07/2018600520 01 1 . 1 0 3 3 . 5 0 2 0 3 0 $ 2 8 4 . 9 8 V i s i o n B e n e fits / T . G r a v e s 0 7 2 3 1 8 JE F F R E Y G R A V E S 00 1 3 1 5 ‐ $284.9808/07/2018600521 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 3 8 . 6 0 A C 1 0 ‐92 4 6 f u l l s y n t h e Ɵc e n g i n e o i l 1 I N 0 2 2 8 0 7 1 0 1 1 . 0 0 1 3 1 3 0 H& H W H O L E S A L E P A R T S 00 3 4 9 0 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 4 9 . 3 0 M O T X O 5 W 2 0 Q S P m o t o r c r a Ō s y n t h e Ɵc 1 I N 0 2 2 8 0 7 1 0 1 1 . 0 0 1 3 1 3 0 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 4 6 . 3 5 S a l e s T a x 9 . 5 % 1 I N 0 2 2 8 0 7 1 $534.2508/07/2018600522 01 1 . 1 0 2 6 . 5 9 4 2 0 0 $ 2 0 0 . 0 0 A d m i n i s t r a Ɵve F e e s 1 7 9 3 2 5 IG O E & C O M P A N Y , I N C 00 0 6 8 6 ‐ $200.0008/07/2018600523 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 73 of 77 140 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 WA R R A N T S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 1 1 . 7 5 p a r t s 1 5 0 1 7 0 1 1 . 0 0 1 3 1 3 1 J & H A U T O B O D Y 00 3 1 2 2 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 7 0 . 4 0 p a i n t a n d m a t e r i a l s 1 5 0 1 7 0 1 1 . 0 0 1 3 1 3 1 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 8 8 . 0 0 p a i n t l a b o r 1 5 0 1 7 0 1 1 . 0 0 1 3 1 3 1 01 1 . 1 0 4 6 . 5 9 0 0 0 0 $ 9 6 . 0 0 b o d y l a b o r 1 5 0 1 7 0 1 1 . 0 0 1 3 1 3 1 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 6 . 1 0 S a l e s T a x 1 5 0 1 7 $492.2508/07/2018600524 01 1 . 1 0 4 0 . 4 0 0 9 0 0 $ 1 3 , 0 7 1 . 7 8 R e f . 1 s t & 2 n d P a r c e l # 6 3 0 2 0 0 7 0 2 6 ~ 0 7 2 3 1 8 JA Y J U Y E O N K I M 00 6 3 8 0 ‐ $13,071.7808/07/2018600525 01 1 . 1 0 3 3 . 5 0 2 0 3 0 $ 1 7 7 . 5 0 V i s i o n B e n e fits / C . M e t z 0 7 0 3 1 8 SC O T T M E T Z 00 1 4 4 6 ‐ $177.5008/07/2018600526 01 1 . 1 0 2 4 . 5 9 6 5 0 0 $ 5 2 . 3 2 D e p o s i Ɵon s 0 7 1 6 1 8 ZA Y N A H M O U S S A 00 5 0 1 4 ‐ $52.3208/07/2018600527 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 74 of 77 141 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 WA R R A N T S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 6 . 4 7 2 5 0 3 ‐10 ‐12 fiƫng 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 MR . H O S E , I N C 00 0 5 6 1 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 5 . 7 8 6 6 0 2 ‐06 ‐06 f o r g e d t e e 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 5 . 9 5 6 5 0 6 ‐06 ‐06 s t r a i g h t fiƫng 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 . 5 5 5 4 0 6 ‐06 ‐04 r e d u c e r b u s h i n g 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 0 . 7 5 3 0 4 ‐C‐06 c a p n u t 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 . 2 0 3 0 4 ‐C‐08 c a p n u t 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 1 . 1 7 6 0 ‐BT 2 5 D ‐2. 0 0 d r y g a u g e 1 4 1 4 7 3 0 1 1 . 0 0 1 3 2 4 2 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 3 . 2 9 S a l e s T a x 1 0 . 0 0 1 4 1 4 7 3 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 8 . 3 8 1 0 0 ‐b‐al 1 i n c h a l u m i n u m c o u p l e r 1 4 1 7 1 0 0 1 1 . 0 0 1 3 2 4 5 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 4 . 4 0 1 0 0 ‐a‐al 1 i n c h a l u m i n u m m a l e a d a p t e r 1 4 1 7 1 0 0 1 1 . 0 0 1 3 2 4 5 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 6 2 6 . 2 8 a ‐22 1 5 ‐10 0 ‐16 c a ‐16 e a ‐25 1 4 1 7 1 0 0 1 1 . 0 0 1 3 2 4 5 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 6 6 . 9 1 S a l e s T a x 1 0 . 0 0 1 4 1 7 1 0 $772.1308/07/2018600528 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 6 0 5 . 0 0 B o b r i c k 1 0 8 2 # 1 B a t h r o o m P a r ƟƟ on . S 1 2 0 4 7 0 0 0 0 1 0 1 1 . 0 0 1 3 2 8 6 PL U M B I N G & I N D U S T R I A L SU P P L Y 00 1 9 4 3 ‐ 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 6 0 5 . 0 0 B o b r i c k 1 0 8 2 # 2 B a t h r o o m P a r ƟƟ on . S 1 2 0 4 7 0 0 0 0 1 0 1 1 . 0 0 1 3 2 8 6 01 1 . 1 0 4 9 . 5 2 0 0 0 0 $ 1 1 4 . 9 5 S a l e s T a x 9 . 5 % S 1 2 0 4 7 0 0 0 0 1 $1,324.9508/07/2018600529 01 1 . 1 0 0 3 . 5 9 6 3 0 0 $ 1 , 4 7 4 . 9 7 E l e c Ɵon S e r v i c e s 1 8 2 0 4 9 RE G I S T R A R ‐RE C O R D E R / C O U N T Y C L K 00 1 9 3 1 ‐ $1,474.9708/07/2018600530 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 75 of 77 142 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 WA R R A N T S VE N D O R  NA M E  AN D  NU M B E R AC C O U N T NU M B E R IN V O I C E AM O U N T DE S C R I P T I O N IN V O I C E P. O . # PAYMENT AMOUNTCHECKNUMBERPAYMENTDATE 01 1 . 1 0 3 3 . 5 0 2 0 3 0 $ 1 5 0 . 0 0 V i s i o n B e n e fits / T . S c h o e n i g 0 7 1 7 1 8 TO D D S C H O E N I G 00 1 2 9 4 ‐ 01 1 . 1 0 3 3 . 5 0 2 0 3 0 $ 1 5 0 . 0 0 V i s i o n B e n e fits / E . S c h o e n i g 0 7 1 9 1 8 $300.0008/07/2018600531 01 1 . 1 0 6 0 . 5 0 2 0 3 0 $ 2 0 9 . 9 9 V i s i o n B e n e fits / H . S m i t h 0 7 0 3 1 8 LI N D A S M I T H 00 0 5 8 7 ‐ $209.9908/07/2018600532 01 1 . 1 0 4 0 . 4 0 0 9 0 0 $ 5 , 1 9 8 . 2 0 R e f . 1 s t & 2 n d P a r c e l # 6 3 0 4 0 1 9 0 1 0 ~ 0 7 1 6 1 8 ST A N T O N Y , L L C 00 3 8 8 1 ‐ $5,198.2008/07/2018600533 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 2 1 1 . 3 4 P 2 3 5 / 6 0 R 1 7 g o o d y e a r a s s u r a n c e f u e l m a x 4 0 3 6 6 0 5 0 1 1 . 0 0 1 3 1 2 9 TI R E H U B , L L C 00 6 3 7 1 ‐ 01 1 . 1 0 4 6 . 5 2 0 0 0 0 $ 1 1 7 . 1 6 P 2 3 5 / 7 0 R 1 7 g o o d y e a r w r a n g l e r 4 1 0 7 7 0 2 0 1 1 . 0 0 1 3 2 4 6 $328.5008/07/2018600534 01 1 . 1 0 2 6 . 5 9 7 0 0 0 $ 9 0 . 0 0 M e d i c a l S e r v i c e s 3 3 6 1 6 8 3 C A US H E A L T H W O R K S M E D I C A L GR O U P , 00 3 9 0 3 ‐ $90.0008/07/2018600535 TO T A L  WARRANTS$32,470.56 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 76 of 77 143 CI T Y  OF  VE R N O N OP E R A T I N G  AC C O U N T WA R R A N T  RE G I S T E R  NO .  4 AU G U S T  7,  20 1 8 RE C A P  BY  FU N D FU N D EL E C T R O N I C  TO T A L EA R L Y  CH E C K  TO T A L WA R R A N T  TO T A L GRAND TOTALS $ 2 , 1 2 7 , 6 6 0 . 6 9 $4,125,737.97 $ 3 1 , 6 7 0 . 0 2 $ 1 , 9 6 6 , 4 0 7 . 2 6 01 1 ‐ G E N E R A L 51 , 2 9 6 . 6 2 73,050.30 0. 0 0 21 , 7 5 3 . 6 8 02 0 ‐ W A T E R 7, 1 8 0 , 9 2 4 . 0 5 7,463,541.36 80 0 . 5 4 28 1 , 8 1 6 . 7 7 05 5 ‐ L I G H T & P O W E R 1, 5 4 4 , 8 5 0 . 5 6 1,583,261.12 0. 0 0 38 , 4 1 0 . 5 6 05 6 ‐ N A T U R A L G A S 6, 7 5 5 . 1 2 6,798.20 0. 0 0 43 . 0 8 05 7 ‐ F I B E R O P T I C 2, 4 8 1 . 7 2 5,129.75 0. 0 0 2, 6 4 8 . 0 3 06 0 ‐ H A Z A R D O U S W A S T E GR A N D  TO T A L $13,257,518.70 $ 3 2 , 4 7 0 . 5 6 $ 2 , 3 1 1 , 0 7 9 . 3 8 $ 1 0 , 9 1 3 , 9 6 8 . 7 6 TO T A L  CH E C K S  TO  BE  PR I N T E D  26 Pr i n t e d : 7 / 3 1 / 2 0 1 8 7 : 3 5 : 4 9 A M Page 77 of 77 144 City Council Agenda Item Report Agenda Item No. COV-215-2018 Submitted by: Adriana Ramos Submitting Department: Fire Department Meeting Date: August 7, 2018 SUBJECT Fire Department Activity Report for the Period of June 16 through June 30, 2018 Recommendation: A. Receive and file. Backgroud: Attached is a copy of the Vernon Fire Department Activity Report which covers the period of June 16, 2018 through June 30, 2018. 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 - 06/16/18 to 06/30/18 145 This Period Last Year This This Year Last Year To Date Period To Date ACTIVITY TYPE FIRE PREVENTION: Regular Inspections (#):18 715 64 901 Re-Inspections (#):7 100 2 90 Spec. Haz. Inspections (#):1 79 4 24 Total Inspections: 26 894 70 1015 Total Man Hours:49 1277 121 1428 TRAINING (HOURS): Firefighting 138 1333 114 1250 Hazardous Materials 44 491 55 466 Safety 135 1577 124 1544 Apparatus Operations 128 1587 109 1529 Equipment Operations 127 1588 116 1505 CPR 6 30 0 47 First Aid 26 393 32 408 Total Hours:604 6999 550 6749 PRE-INCIDENT (HOURS): Planning 83 1039 96 1124 District Familiarization 62 1039 90 1177 Total Hours:145 2078 186 2301 PERIODIC TEST (HOURS): Hose Testing 0 6 0 9 Pump Testing 0 6 0 27 Total Hours: 0 12 0 36 VERNON FIRE DEPARTMENT COMPANY ACTIVITIES June 16, 2018 to June 30, 2018 Page 1 146 PUBLIC SERVICE PROGRAMS (HOURS) School Programs 0 31 0 52 Fire Brigades 0 0 0 11 Emergency Preparedness 18 192 9 158 Total Hours:18 223 9 221 ROUTINE MAINTENANCE (HOURS): Station 117 1482 124 1376 Apparatus 118 1518 120 1388 Equipment 120 1569 131 1427 Total Hours:355 4569 375 4191 Grand Total Hours:1171 15158 1241 14926 :Fireactivity Page 2 147 City Council Agenda Item Report Agenda Item No. COV-214-2018 Submitted by: Danita Robertson Submitting Department: Police Department Meeting Date: August 7, 2018 SUBJECT Vernon Police Department Activity Log and Statistical Summary for the period of June 16 through June 30, 2018 Recommendation: A. Receive and file. Backgroud: 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 - 06/16/18 to 06/30/18 148 149 150 151 152 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 6 / 2 0 1 8 06 / 1 6 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 5 5 3 26 0 0 S S O T O , V E R N O N WE L C K GE O R G E 01 : 3 3 : 0 0 06 / 1 6 / 2 0 1 8 RP T 10 1 5 RP C B VI De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 2 1 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 6 E 01 : 3 4 : 4 5 02:32:35 01 : 3 6 : 1 5 VP D VA L E N Z U E L A , F E R N A N D O 31 01 : 3 6 : 2 1 01:58:45 01 : 3 8 : 2 6 VP D MA R T I N E Z , G A B R I E L S7 04:55:22 01 : 4 0 : 3 4 VP D EN C I N A S , A N T H O N Y / V E L E Z , M A R I S S A T8 01 : 4 4 : 2 3 05:18:39 01 : 5 0 : 3 0 20 1 8 0 6 1 2 5 5 4 E 3 7 T H / / S A N T A F E A V , V E R N O N TR A F F I C S T O P 02 : 0 1 : 2 3 06 / 1 6 / 2 0 1 8 UT L RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 2 2 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *3 1 02:11:42 02 : 0 1 : 2 3 VP D HE R N A N D E Z , M I G U E L , J R 25 W 02 : 0 3 : 1 5 02:11:41 02 : 0 5 : 0 7 VP D CA M , P A T R I C K 26 E 02:11:42 02 : 0 4 : 1 6 VP D MA R T I N E Z , G A B R I E L S7 02 : 0 2 : 5 1 02:11:42 02 : 0 4 : 1 2 20 1 8 0 6 1 2 5 8 3 42 2 5 T W E E D B L , S O U T H G A T E WR N T S V C 09 : 0 2 : 4 9 06 / 1 6 / 2 0 1 8 10 1 5 RP T VP D SW I N F O R D , P H I L L I P / V A S Q U E Z , L U I S *2 W 8 09 : 0 2 : 4 9 10:20:24 09 : 1 1 : 3 9 20 1 8 0 6 1 2 5 8 4 31 6 0 S E Q U O I A D R , S O U T H G A T E WR N T S V C 10 : 5 4 : 4 0 06 / 1 6 / 2 0 1 8 10 1 5 RP T VP D SW I N F O R D , P H I L L I P / V A S Q U E Z , L U I S *2 W 8 10 : 5 4 : 4 0 12:04:56 11 : 2 0 : 3 9 20 1 8 0 6 1 2 5 8 5 25 5 0 S A L A M E D A , V E R N O N 48 4 JE R S E Y M I K E S 11 : 0 8 : 3 7 06 / 1 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 2 3 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 1 E 11 : 1 1 : 0 0 1 1 : 1 1 : 0 1 11:41:28 11 : 1 5 : 3 0 VP D VI L L E G A S , R I C H A R D 40 11 : 1 1 : 0 2 1 1 : 1 1 : 0 3 11:39:13 11 : 1 7 : 4 1 VP D DO C H E R T Y , M I C H A E L 91 W 11 : 1 1 : 4 5 11:47:1912:45:11 11 : 1 6 : 5 6 1Page of 2 06 / 1 7 / 2 0 1 8 05 : 0 5 : 0 6 153 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 6 / 2 0 1 8 06 / 1 6 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 5 9 3 20 4 6 E 5 2 D , V E R N O N 48 7 R M W E S T T R A N S P O R T 13 : 2 9 : 3 4 06 / 1 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 2 4 CA0197300 VP D ON O P A , D A N I E L *3 1 E 13 : 3 1 : 1 2 1 3 : 3 1 : 1 3 13:32:01 VP D DO C H E R T Y , M I C H A E L 91 W 13 : 3 1 : 5 9 14:27:09 13 : 4 5 : 4 7 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 1 7 / 2 0 1 8 05 : 0 5 : 0 6 154 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 7 / 2 0 1 8 06 / 1 7 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 6 3 1 36 0 0 S S O T O , V E R N O N TR A F F I C S T O P 01 : 4 5 : 5 5 06 / 1 7 / 2 0 1 8 10 1 5 RP T VI De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 2 5 CA0197300 VP D CA M , P A T R I C K *2 6 W 03:58:42 01 : 4 5 : 5 5 VP D HE R N A N D E Z , M I G U E L , J R 38 02:21:58 02 : 1 4 : 4 4 VP D LU C A S , J A S O N 91 E 01 : 4 6 : 0 0 03:19:52 01 : 4 7 : 3 5 20 1 8 0 6 1 2 6 4 4 S S O T O / / V E R N O N A V , V E R N O N TR A F F I C S T O P 07 : 3 7 : 1 6 06 / 1 7 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 2 6 CA0197300 VP D CH A V E Z , J E R R Y , J R *S 2 08:11:56 07 : 3 7 : 1 6 VP D CE R D A , P A U L , J R 17 E 07 : 3 7 : 2 1 0 7 : 3 7 : 2 2 08:33:31 07 : 4 2 : 5 6 VP D VE L E Z , M A R I S S A 25 W 08:37:48 08 : 0 3 : 5 6 20 1 8 0 6 1 2 6 5 9 E F R O N T A G E R D / / 2 6 T H , V E R N O N VC K 14 : 4 8 : 3 1 06 / 1 7 / 2 0 1 8 VS De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 2 7 CA0197300 VP D VE L E Z , M A R I S S A *2 5 W 15:22:39 14 : 4 8 : 3 1 * D e n o t e s P r i m a r y U n i t 1Page of 1 06 / 1 8 / 2 0 1 8 04 : 5 7 : 2 3 155 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 8 / 2 0 1 8 06 / 1 8 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 7 0 6 20 1 1 E 4 9 T H , V E R N O N 48 4 R GO R I L L A A U T O P R O D U C T S 07 : 5 3 : 5 4 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 2 8 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *2 6 W 07 : 5 6 : 2 0 0 7 : 5 6 : 4 5 08:29:44 08 : 0 4 : 4 3 20 1 8 0 6 1 2 7 0 7 30 1 5 L E O N I S B L , V E R N O N 90 1 T 08 : 0 0 : 3 9 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 2 9 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 5 E 08:52:44 08 : 0 0 : 3 9 VP D CE R D A , P A U L , J R 17 E 08:52:44 08 : 2 7 : 0 5 20 1 8 0 6 1 2 7 0 9 24 0 0 2 7 T H , V E R N O N 90 2 T GL O R I A R O M E R O 08 : 2 6 : 0 5 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 1 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *2 0 W 08 : 3 0 : 3 2 0 8 : 3 0 : 3 3 08:31:50 VP D ON O P A , D A N I E L 26 W 08 : 3 1 : 4 8 09:14:55 08 : 3 5 : 3 7 20 1 8 0 6 1 2 7 1 4 35 0 1 E V E R N O N A V , V E R N O N 48 4 R PR O P O R T I O N 09 : 0 2 : 5 3 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 0 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 5 E 09 : 1 0 : 0 3 0 9 : 1 0 : 0 3 09:11:08 VP D VA L E N Z U E L A , F E R N A N D O 20 W 09 : 1 1 : 0 7 09:34:51 09 : 1 5 : 2 1 20 1 8 0 6 1 2 7 1 7 57 0 8 A L C O A A V , V E R N O N 59 4 R AL C O A A R C H I V E 09 : 4 3 : 1 7 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 2 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 5 E 09 : 4 5 : 3 4 0 9 : 4 5 : 3 5 09:45:53 VP D CE R D A , P A U L , J R 17 E 09 : 4 5 : 5 2 10:38:34 09 : 5 2 : 4 0 20 1 8 0 6 1 2 7 2 2 43 0 9 E X C H A N G E A V , V E R N O N 45 9 R CA S U A L P E R F O R M A N C E I N C . 11 : 2 1 : 2 0 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 4 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 5 E 11 : 2 3 : 4 9 12:22:56 11 : 2 8 : 1 1 VP D CE R D A , P A U L , J R 17 E 11 : 5 4 : 3 9 12:18:20 12 : 0 2 : 5 7 1Page of 2 06 / 1 9 / 2 0 1 8 01 : 5 6 : 5 6 156 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 8 / 2 0 1 8 06 / 1 8 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 7 2 4 21 1 0 E 5 1 S T , V E R N O N 48 7 R 11 : 4 0 : 3 3 06 / 1 8 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 3 3 CA0197300 VP D ON O P A , D A N I E L *2 6 W 11 : 4 3 : 0 3 1 1 : 4 3 : 0 4 11:43:3712:18:28 11 : 5 2 : 1 6 VP D VA L E N Z U E L A , F E R N A N D O 20 W 11 : 4 3 : 3 4 12:18:28 11 : 4 6 : 0 2 20 1 8 0 6 1 2 7 3 0 46 2 3 H A M P T O N , V E R N O N 24 2 R SU P E R I O R E L E C T R I C M O T O R 13 : 0 8 : 0 1 06 / 1 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 3 5 CA0197300 VP D VA L E N Z U E L A , F E R N A N D O *2 0 W 13 : 1 3 : 4 7 1 3 : 1 3 : 4 8 14:15:51 13 : 1 6 : 4 8 VP D CE R D A , P A U L , J R 17 E 13 : 1 6 : 4 5 14:15:50 VP D SW I N F O R D , P H I L L I P 25 E 13 : 1 8 : 4 9 13:44:22 13 : 2 1 : 4 2 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 1 9 / 2 0 1 8 01 : 5 6 : 5 6 157 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 9 / 2 0 1 8 06 / 1 9 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 7 6 8 44 1 5 B A N D I N I B L , V E R N O N 90 1 T R VF D 06 : 1 2 : 0 5 06 / 1 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 6 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 E 06 : 1 2 : 2 6 0 6 : 1 2 : 2 7 07:13:34 06 : 1 9 : 0 2 VP D 25 E 06 : 4 3 : 5 7 07:31:09 06 : 5 7 : 5 6 VP D QU I N O N E S , A N A 31 06 : 1 3 : 3 3 07:11:55 06 : 1 9 : 0 4 VP D 31 E 06 : 4 4 : 0 1 07:30:25 07 : 0 1 : 2 3 VP D LU C A S , J A S O N 41 W 06 : 2 0 : 2 2 07:13:32 06 : 2 8 : 5 7 20 1 8 0 6 1 2 7 8 1 48 2 5 S S O T O , V E R N O N 50 3 R UN I T E D M E R C H A N D I S I N G G R O U P 10 : 1 4 : 5 3 06 / 1 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 7 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *1 7 W 10 : 1 6 : 5 7 1 0 : 1 6 : 5 8 11:24:10 10 : 1 7 : 1 8 20 1 8 0 6 1 2 7 8 3 E 5 0 T H / / B O Y L E A V , V E R N O N 90 1 T JO H N V A R G A S 10 : 2 8 : 4 1 06 / 1 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 8 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *3 1 E 10 : 2 9 : 2 3 1 0 : 2 9 : 2 4 11:17:18 10 : 3 5 : 2 4 VP D CE R D A , E U G E N I O 25 E 10 : 3 4 : 1 2 11:36:58 10 : 3 6 : 0 7 VP D VA L E N Z U E L A , F E R N A N D O 26 W 10 : 3 0 : 0 5 11:36:58 10 : 3 2 : 4 0 VP D PE R E Z , N I C K S4 10:47:05 10 : 3 4 : 1 9 20 1 8 0 6 1 2 7 9 0 29 0 0 S S A N T A F E A V , V E R N O N 45 9 R AB C B I K E 12 : 2 6 : 2 2 06 / 1 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 3 9 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *2 6 W 12 : 2 9 : 5 7 1 2 : 2 9 : 5 7 12:30:50 VP D CE R D A , P A U L , J R 17 W 12 : 3 0 : 4 7 12:54:2213:33:00 12 : 3 5 : 3 7 20 1 8 0 6 1 2 7 9 6 42 6 0 C H A R T E R A V , V E R N O N 90 1 T R UK A S B I G S A V E R F O O D S H Q 15 : 2 4 : 2 0 06 / 1 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 0 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *2 5 E 15 : 2 5 : 5 3 1 5 : 2 6 : 1 1 17:10:42 15 : 3 0 : 4 1 20 1 8 0 6 1 2 8 0 9 1Page of 2 06 / 2 0 / 2 0 1 8 05 : 0 5 : 1 2 158 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 1 9 / 2 0 1 8 06 / 1 9 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 8 0 9 70 0 7 P A C I F I C B L , H U N T I N G T O N P A R K WA R R A N T 19 : 4 4 : 2 5 06 / 1 9 / 2 0 1 8 10 1 5 VP D MA D R I G A L , M A R I A *3 1 W 19 : 4 5 : 0 4 20:59:23 19 : 5 3 : 2 5 20 1 8 0 6 1 2 8 1 0 30 1 6 E 4 4 T H , V E R N O N 60 2 TA D A S H I 19 : 5 9 : 2 8 06 / 1 9 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 4 1 CA0197300 VP D QU I N O N E S , A N A *2 6 E 20 : 0 2 : 5 2 20:33:37 20 : 0 5 : 1 7 VP D 40 20 : 0 3 : 0 4 20:25:5920:59:55 20 : 0 7 : 3 7 20 1 8 0 6 1 2 8 1 4 30 3 0 L E O N I S B L , V E R N O N VC K 22 : 4 8 : 0 2 06 / 1 9 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 4 2 CA0197300 VP D MA D R I G A L , M A R I A *3 1 W 23:45:27 22 : 4 8 : 0 2 VP D HE R R E R A , G U S T A V O 25 22 : 4 9 : 2 9 23:23:41 22 : 5 7 : 5 0 VP D QU I N O N E S , A N A 26 E 22 : 4 8 : 0 9 23:16:24 22 : 5 1 : 4 0 20 1 8 0 6 1 2 8 1 5 SL A U S O N / / C A R M E L I T A , V E R N O N TR A F F I C S T O P 23 : 2 3 : 2 7 06 / 1 9 / 2 0 1 8 RP T CI T E 2 5 VI 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 4 3 CA0197300 VP D HE R R E R A , G U S T A V O *2 5 00:38:47 23 : 2 3 : 4 3 VP D QU I N O N E S , A N A 26 E 23 : 2 3 : 3 4 00:13:57 23 : 2 3 : 2 7 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 0 / 2 0 1 8 05 : 0 5 : 1 2 159 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 0 / 2 0 1 8 06 / 2 0 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 8 1 6 20 6 7 E 5 5 T H , V E R N O N 45 9 S ES S E N T I A L D E C O R 00 : 4 3 : 4 9 06 / 2 0 / 2 0 1 8 FA RP T 10 1 5 VS De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 4 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O *2 5 00 : 4 6 : 0 4 01:11:0706:28:19 00 : 5 5 : 4 9 VP D QU I N O N E S , A N A 26 E 00 : 4 6 : 1 4 05:24:02 00 : 5 1 : 0 0 VP D MA D R I G A L , M A R I A 31 W 01 : 2 4 : 2 9 05:03:52 01 : 2 9 : 3 2 VP D MA R T I N E Z , G A B R I E L S7 01 : 2 6 : 4 3 04:49:24 01 : 3 0 : 2 1 20 1 8 0 6 1 2 8 4 5 E D I S T R I C T B L / / M A Y W O O D A V , V E R N O N 90 2 T 13 : 0 2 : 1 6 06 / 2 0 / 2 0 1 8 RP T VS De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 5 C A 0 1 9 7 3 0 0 VP D WI N E G A R , J E R R Y *5 L 1 6 13:31:00 13 : 0 2 : 1 6 VP D CE R D A , P A U L , J R 17 13:55:12 13 : 0 3 : 4 5 VP D RE Y N A , J O S E S 26 W 13:55:12 13 : 1 8 : 3 2 VP D CE R D A , E U G E N I O 31 E 13 : 0 2 : 1 9 13:55:12 13 : 0 6 : 4 0 20 1 8 0 6 1 2 8 5 0 E 5 0 T H / / S O T O , V E R N O N GT A R SE B A S T I A N 16 : 1 3 : 4 3 06 / 2 0 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 6 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 6 W 16 : 2 8 : 5 6 17:04:05 16 : 2 9 : 0 1 VP D CE R D A , P A U L , J R 17 16 : 1 5 : 4 6 16:28:55 20 1 8 0 6 1 2 8 5 3 24 6 5 F R U I T L A N D A V , V E R N O N 90 2 T WA N G G L O B A L 16 : 4 2 : 0 7 06 / 2 0 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 7 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *3 1 E 16 : 4 3 : 4 6 1 6 : 4 4 : 0 4 18:25:25 16 : 4 8 : 3 7 VP D CE R D A , P A U L , J R 17 17:46:02 16 : 5 5 : 1 9 20 1 8 0 6 1 2 8 5 6 58 0 0 S B O Y L E A V , V E R N O N 48 4 R NO R T O N P A C K A G I N G 18 : 4 5 : 3 8 06 / 2 0 / 2 0 1 8 RP T VI AD V De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 8 C A 0 1 9 7 3 0 0 1Page of 2 06 / 2 1 / 2 0 1 8 05 : 1 9 : 2 0 160 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 0 / 2 0 1 8 06 / 2 0 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 8 5 6 58 0 0 S B O Y L E A V , V E R N O N 48 4 R NO R T O N P A C K A G I N G 18 : 4 5 : 3 8 06 / 2 0 / 2 0 1 8 RP T VI AD V De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 4 8 CA0197300 VP D *4 1 W 18 : 4 7 : 3 2 19:38:32 19 : 2 4 : 2 5 VP D 25 W 18 : 4 7 : 3 5 18:59:49 VP D RE Y N A , J O S E S 26 W 18 : 4 8 : 4 6 20:03:46 18 : 5 1 : 4 1 VP D CE R D A , E U G E N I O 31 E 19:37:10 18 : 5 4 : 0 9 VP D 38 E 19 : 2 4 : 4 1 20:53:40 19 : 3 5 : 3 7 VP D HE R R E R A , G U S T A V O 41 E 20:53:41 19 : 3 9 : 0 6 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 1 / 2 0 1 8 05 : 1 9 : 2 0 161 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 1 / 2 0 1 8 06 / 2 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 8 6 7 65 1 2 S E V I L L E A V , H U N T I N G T O N P A R K DP T A S T HP P D 01 : 4 6 : 2 7 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 4 9 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *2 5 W 01 : 4 6 : 4 9 02:36:31 01 : 5 0 : 5 6 20 1 8 0 6 1 2 8 6 9 HA R R I E T T / / 2 6 T H , V E R N O N 27 3 . 5 AN A C A S T R O 02 : 5 1 : 2 3 06 / 2 1 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 0 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *2 5 W 02 : 5 4 : 2 2 05:18:30 02 : 5 9 : 1 3 VP D QU I N O N E S , A N A 31 W 04:44:49 03 : 4 5 : 3 4 VP D MA D R I G A L , M A R I A 38 E 02 : 5 4 : 5 1 04:44:12 02 : 5 8 : 0 5 VP D HE R R E R A , G U S T A V O 41 E 02 : 5 4 : 4 5 03:48:37 02 : 5 9 : 5 6 VP D MA R T I N E Z , G A B R I E L S7 02 : 5 7 : 1 9 03:57:50 03 : 0 0 : 0 9 20 1 8 0 6 1 2 8 7 1 51 1 9 S D I S T R I C T B L , V E R N O N 90 2 T RO B E R T O 05 : 2 8 : 3 0 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 1 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 E 05 : 3 0 : 0 9 06:13:52 05 : 3 9 : 3 2 VP D QU I N O N E S , A N A 31 W 06:13:52 05 : 3 9 : 4 2 20 1 8 0 6 1 2 8 7 6 30 6 3 R A N D O L P H , V E R N O N 90 2 T IR E N E / H P P D 07 : 1 6 : 3 1 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 2 C A 0 1 9 7 3 0 0 VP D *2 6 W 07 : 1 7 : 1 1 0 7 : 1 7 : 2 6 08:14:50 07 : 2 7 : 2 4 20 1 8 0 6 1 2 8 9 3 27 2 7 S S A N T A F E A V , V E R N O N 48 4 R PE N S K E T R U C K L E A S I N G 11 : 1 8 : 5 3 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 3 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 6 W 11 : 2 2 : 3 3 1 1 : 2 2 : 3 4 11:49:03 11 : 2 8 : 2 8 VP D 31 E 11:58:11 11 : 2 6 : 5 8 20 1 8 0 6 1 2 8 9 5 PA C I F I C B L / / F R U I T L A N D A V , V E R N O N 20 0 0 2 AR M E N 12 : 0 1 : 5 3 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 4 C A 0 1 9 7 3 0 0 1Page of 3 07 / 0 3 / 2 0 1 8 09 : 0 9 : 0 9 162 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 1 / 2 0 1 8 06 / 2 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 8 9 5 PA C I F I C B L / / F R U I T L A N D A V , V E R N O N 20 0 0 2 AR M E N 12 : 0 1 : 5 3 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 4 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 6 W 12:24:55 12 : 0 3 : 5 0 20 1 8 0 6 1 2 9 0 0 S S O T O / / V E R N O N A V , V E R N O N 90 1 T 12 : 5 0 : 0 7 06 / 2 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 5 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *3 2 12 : 5 1 : 4 0 1 2 : 5 2 : 0 8 14:02:05 12 : 5 3 : 3 5 VP D VE L E Z , M A R I S S A 26 W 13:38:50 13 : 1 9 : 3 7 VP D RE Y N A , J O S E S 31 E 12 : 5 2 : 2 2 14:02:18 12 : 5 8 : 0 1 VP D CH A V E Z , J E R R Y , J R S2 13:15:13 12 : 5 7 : 3 7 20 1 8 0 6 1 2 9 1 2 S A L A M E D A / / V E R N O N A V , V E R N O N RE C ON S T A R 17 : 0 5 : 4 1 06 / 2 1 / 2 0 1 8 10 1 5 VS VR E C RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 6 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 6 W 17 : 0 6 : 5 2 18:49:44 17 : 0 9 : 0 7 VP D RE Y N A , J O S E S 31 E 17 : 0 6 : 5 7 18:33:25 17 : 3 1 : 4 7 VP D RE Y N A , J O S E S 31 W 18 : 0 5 : 4 7 18:45:38 VP D CH A V E Z , J E R R Y , J R S2 17 : 1 8 : 3 1 18:03:22 17 : 3 1 : 4 9 20 1 8 0 6 1 2 9 2 1 58 0 0 S B O Y L E A V , V E R N O N CO D E 5 19 : 4 6 : 1 5 06 / 2 1 / 2 0 1 8 RP T 10 1 5 VP D OU R I Q U E , C A R L O S *1 Z 8 20:08:25 19 : 4 6 : 2 3 VP D ZO Z A Y A , O S C A R 32 W 19 : 4 6 : 2 5 20:49:36 19 : 5 4 : 3 0 VP D HE R R E R A , G U S T A V O 41 19 : 5 4 : 3 6 20:08:27 19 : 5 5 : 1 0 20 1 8 0 6 1 2 9 2 5 2Page of 3 07 / 0 3 / 2 0 1 8 09 : 0 9 : 0 9 163 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 1 / 2 0 1 8 06 / 2 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 9 2 5 SL A U S O N / / M I L E S , V E R N O N DU I RO L A N D C A R D O N A 22 : 5 5 : 3 0 06 / 2 1 / 2 0 1 8 RP T 10 1 5 RP T VI De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 5 7 CA0197300 VP D ZO Z A Y A , O S C A R *3 2 W 04:00:43 22 : 5 7 : 4 7 VP D HE R N A N D E Z , M I G U E L , J R 31 E 23 : 3 6 : 3 5 01:05:24 23 : 4 1 : 2 2 VP D MA R T I N E Z , G A B R I E L S7 00:24:47 23 : 0 8 : 3 1 * D e n o t e s P r i m a r y U n i t 3Page of 3 07 / 0 3 / 2 0 1 8 09 : 0 9 : 0 9 164 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 2 / 2 0 1 8 06 / 2 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 9 3 3 42 2 4 E D I S T R I C T B L , V E R N O N 45 9 A AM E R I C O L D L O G I S T I C S 04 : 0 0 : 4 7 06 / 2 2 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 8 C A 0 1 9 7 3 0 0 VP D HE R N A N D E Z , M I G U E L , J R *3 1 E 04 : 0 2 : 3 5 05:59:31 04 : 0 9 : 1 6 VP D ZO Z A Y A , O S C A R 32 W 04 : 1 5 : 4 6 04:31:07 04 : 1 7 : 0 0 VP D HE R R E R A , G U S T A V O 41 04 : 1 5 : 2 5 06:33:58 04 : 1 8 : 3 1 VP D MA R T I N E Z , G A B R I E L S7 04 : 1 5 : 2 3 04:30:57 20 1 8 0 6 1 2 9 5 4 S S A N T A F E A V / / 4 9 T H , V E R N O N 20 0 0 2 R 10 : 4 5 : 3 0 06 / 2 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 5 9 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 W 11:17:17 10 : 4 5 : 3 0 20 1 8 0 6 1 2 9 5 6 29 1 4 E 4 6 T H , V E R N O N 90 2 T PA R A M O U N T I M P O R T 11 : 2 5 : 1 3 06 / 2 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 0 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 W 11 : 3 4 : 5 8 1 1 : 3 5 : 3 4 12:52:47 11 : 4 7 : 5 6 20 1 8 0 6 1 2 9 5 8 43 0 5 S S A N T A F E A V , V E R N O N 90 2 T GI S S E L L E L O P E Z 12 : 0 2 : 5 4 06 / 2 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 1 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 6 12 : 0 4 : 2 3 1 2 : 0 4 : 2 4 13:11:45 12 : 0 9 : 4 9 VP D VE L E Z , M A R I S S A 25 E 12:11:30 12 : 0 5 : 2 9 20 1 8 0 6 1 2 9 6 3 36 1 5 E V E R N O N A V , V E R N O N 90 2 T 14 : 1 3 : 3 4 06 / 2 2 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 2 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 6 14 : 1 3 : 3 4 14:15:36 VP D DO C H E R T Y , M I C H A E L 91 W 15:16:48 14 : 1 6 : 5 5 20 1 8 0 6 1 2 9 6 5 29 1 0 V A Q U E R O , L O S A N G E L E S RE C 14 : 1 6 : 2 7 06 / 2 2 / 2 0 1 8 VR E C VP D RA M O S , J O S E *5 D 3 5 18 : 3 1 : 2 1 18:43:22 14 : 1 6 : 2 7 1Page of 2 06 / 2 5 / 2 0 1 8 04 : 5 7 : 3 9 165 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 2 / 2 0 1 8 06 / 2 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 9 6 5 29 1 0 V A Q U E R O , L O S A N G E L E S RE C 14 : 1 6 : 2 7 06 / 2 2 / 2 0 1 8 VR E C VP D GA Y T A N , L O R E N Z O 5D 3 1 18 : 3 1 : 2 1 18:43:21 14 : 1 6 : 3 8 20 1 8 0 6 1 2 9 7 1 S S O T O / / B A N D I N I B L , V E R N O N 90 2 T 16 : 2 9 : 4 0 06 / 2 2 / 2 0 1 8 RP T CI T E De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 6 3 CA0197300 VP D RE Y N A , J O S E S *2 6 16 : 3 0 : 2 9 1 6 : 3 1 : 2 8 16:31:46 VP D DO C H E R T Y , M I C H A E L 91 W 16 : 3 1 : 4 3 17:24:00 16 : 4 7 : 4 1 20 1 8 0 6 1 2 9 7 3 29 1 6 S S A N T A F E A V , V E R N O N 65 3 M FA R H A N E N T E R P R I S E S 17 : 1 2 : 5 4 06 / 2 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 6 4 CA0197300 VP D RE Y N A , J O S E S *2 6 17 : 2 1 : 4 6 17:30:01 VP D DO C H E R T Y , M I C H A E L 91 W 17 : 2 3 : 3 3 18:07:15 17 : 2 7 : 2 8 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 5 / 2 0 1 8 04 : 5 7 : 3 9 166 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 3 / 2 0 1 8 06 / 2 3 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 2 9 9 1 50 0 0 A L C O A A V , V E R N O N VC K 02 : 1 3 : 0 8 06 / 2 3 / 2 0 1 8 VI De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 5 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *4 1 03:25:20 02 : 1 3 : 0 8 20 1 8 0 6 1 2 9 9 6 55 0 6 H O L M E S A V E , L O S A N G E L E S WR N T S V C 06 : 5 0 : 4 0 06 / 2 3 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 6 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P / V A S Q U E Z , L U I S *2 W 8 06 : 5 0 : 4 0 07:25:07 06 : 5 5 : 1 1 20 1 8 0 6 1 3 0 1 5 BR A O D W A Y / / 1 0 5 T H , V E R N O N WR N T S V C 11 : 0 9 : 5 1 06 / 2 3 / 2 0 1 8 RP T 10 1 5 VP D HE R R E R A , G U S T A V O / V A L E N Z U E L A , F E R N A N D O *2 W 8 12:26:31 11 : 0 9 : 5 1 20 1 8 0 6 1 3 0 1 6 51 2 1 H A M P T O N , V E R N O N 10 - 9 6 M U. S . P O S T A L S E R V I C E 11 : 2 9 : 4 3 06 / 2 3 / 2 0 1 8 10 1 5 VP D ON O P A , D A N I E L *3 1 11 : 3 0 : 4 6 1 1 : 3 0 : 4 6 12:08:05 11 : 3 1 : 3 6 20 1 8 0 6 1 3 0 2 2 57 3 3 D U A R T E S T , L O S A N G E L E S WR N T S V C 13 : 0 3 : 2 3 06 / 2 3 / 2 0 1 8 RP T 10 1 5 VP D HE R R E R A , G U S T A V O / V A L E N Z U E L A , F E R N A N D O *2 W 8 13 : 0 3 : 2 3 13:46:15 13 : 1 6 : 3 7 20 1 8 0 6 1 3 0 3 7 44 2 3 B A N D I N I B L , V E R N O N 45 9 A DO L L A R E M P I R E 19 : 1 7 : 1 9 06 / 2 3 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 6 7 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 19 : 1 9 : 0 1 20:28:15 19 : 2 7 : 3 9 VP D HE R N A N D E Z , M I G U E L , J R 31 20:54:43 19 : 3 9 : 5 8 VP D 41 W 19 : 1 9 : 0 3 20:54:44 19 : 3 3 : 5 5 20 1 8 0 6 1 3 0 3 9 1Page of 2 06 / 3 0 / 2 0 1 8 05 : 2 6 : 5 4 167 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 3 / 2 0 1 8 06 / 2 3 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 0 3 9 35 1 6 E S L A U S O N A V , V E R N O N TR A F F I C S T O P 20 : 3 1 : 3 8 06 / 2 3 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 6 8 CA0197300 VP D CA M , P A T R I C K *4 1 W 23:18:49 20 : 3 1 : 4 0 VP D HE R N A N D E Z , M I G U E L , J R 31 20 : 5 4 : 4 6 23:15:59 21 : 0 0 : 2 5 VP D LU C A S , J A S O N 91 E 20 : 3 8 : 2 1 21:16:59 20 : 3 9 : 2 9 20 1 8 0 6 1 3 0 4 2 23 2 5 E 3 8 T H , V E R N O N 92 5 SW E E T N E R P R O D U C T S 23 : 1 5 : 5 1 06 / 2 3 / 2 0 1 8 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 6 9 CA0197300 VP D LU C A S , J A S O N *9 1 E 23 : 1 7 : 5 7 2 3 : 1 8 : 2 1 01:06:18 23 : 2 1 : 0 9 VP D HE R N A N D E Z , M I G U E L , J R 31 23 : 1 7 : 5 9 2 3 : 1 8 : 2 3 00:44:57 23 : 2 1 : 0 2 VP D CA M , P A T R I C K 41 W 23 : 1 8 : 5 3 01:07:51 23 : 2 2 : 0 7 VP D ES T R A D A , I G N A C I O S5 23 : 2 7 : 0 3 00:19:50 23 : 2 8 : 3 8 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 3 0 / 2 0 1 8 05 : 2 6 : 5 4 168 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 4 / 2 0 1 8 06 / 2 4 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 0 5 0 24 4 6 E 5 2 D , V E R N O N VC K 05 : 2 4 : 3 2 06 / 2 4 / 2 0 1 8 VI De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 7 0 CA0197300 VP D CA M , P A T R I C K *4 1 W 05:53:01 05 : 2 4 : 3 3 20 1 8 0 6 1 3 0 7 8 46 0 1 E 5 0 T H , V E R N O N 45 9 R CO R E S Y S T E M S 11 : 2 5 : 4 7 06 / 2 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 7 1 CA0197300 VP D RE Y N A , J O S E S *2 6 E 11 : 2 7 : 5 7 1 1 : 2 8 : 2 1 12:42:08 11 : 3 4 : 2 4 VP D ON O P A , D A N I E L 32 W 11 : 3 9 : 2 3 12:39:37 11 : 5 3 : 0 9 20 1 8 0 6 1 3 0 8 4 49 4 9 E D I S T R I C T B L , V E R N O N 45 9 TI P S Y 15 : 5 5 : 3 9 06 / 2 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 7 2 CA0197300 VP D NE W T O N , T O D D *2 5 15 : 5 7 : 1 0 1 5 : 5 7 : 2 3 17:06:33 16 : 0 4 : 5 1 VP D RE Y N A , J O S E S 26 E 16 : 0 1 : 2 5 17:30:27 16 : 1 5 : 1 9 VP D ON O P A , D A N I E L 32 W 15 : 5 7 : 1 2 1 5 : 5 7 : 2 5 18:05:22 16 : 0 6 : 0 6 20 1 8 0 6 1 3 0 8 7 S D I S T R I C T B L / / A T L A N T I C B L , V E R N O N 90 1 T R 17 : 3 0 : 2 5 06 / 2 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 7 3 CA0197300 VP D RE Y N A , J O S E S *2 6 E 18:47:46 17 : 3 0 : 2 7 20 1 8 0 6 1 3 1 0 3 55 2 6 S S O T O , V E R N O N PA T C K 21 : 5 5 : 5 4 06 / 2 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 7 4 CA0197300 VP D RE Y N A , J O S E S *2 6 E 22:40:27 21 : 5 5 : 5 4 VP D EN C I N A S , A N T H O N Y 31 W 22:40:32 22 : 0 6 : 5 9 VP D CA M , P A T R I C K 41 23:44:22 21 : 5 5 : 5 7 VP D LU C A S , J A S O N 91 E 22:23:41 22 : 0 4 : 1 2 * D e n o t e s P r i m a r y U n i t 1Page of 1 06 / 2 5 / 2 0 1 8 04 : 5 6 : 4 2 169 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 5 / 2 0 1 8 06 / 2 5 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 1 1 6 49 4 9 E D I S T R I C T B L , V E R N O N 45 9 A TI P S Y 03 : 3 7 : 4 5 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 7 6 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 03 : 3 9 : 4 9 07:20:32 03 : 4 9 : 3 2 VP D EN C I N A S , A N T H O N Y 31 W 04 : 0 1 : 2 2 05:14:12 04 : 0 6 : 5 8 VP D CA M , P A T R I C K 41 05:14:14 04 : 1 0 : 3 9 VP D ES T R A D A , I G N A C I O S5 04 : 0 5 : 5 3 05:36:53 04 : 1 2 : 3 6 20 1 8 0 6 1 3 1 2 1 53 0 0 S B O Y L E A V , V E R N O N 48 4 R RP L A N E T E A R T H 06 : 1 1 : 4 9 06 / 2 5 / 2 0 1 8 RP T VP D CR O S S , J E R E M Y *5 D 3 0 06:21:14 06 : 2 0 : 1 0 20 1 8 0 6 1 3 1 3 2 23 1 1 E 2 7 T H , V E R N O N RE P O 08 : 1 4 : 1 3 06 / 2 5 / 2 0 1 8 VO I D De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 7 7 C A 0 1 9 7 3 0 0 VP D RE C O R D S B U R E A U *R E C D 08:22:04 08 : 1 6 : 1 2 20 1 8 0 6 1 3 1 3 4 33 4 1 E 5 0 T H , V E R N O N 91 1 A PA P A C A N T E L L A S 08 : 5 4 : 2 1 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 7 8 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *2 0 E 08 : 5 7 : 0 5 09:25:47 09 : 0 3 : 3 1 20 1 8 0 6 1 3 1 3 7 30 3 1 B A N D I N I B L , V E R N O N GT A R YE D I H O U S E W A R E 10 : 1 8 : 5 5 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 7 9 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *2 0 E 10 : 2 4 : 2 9 11:40:31 10 : 3 3 : 0 5 20 1 8 0 6 1 3 1 5 7 31 6 3 E V E R N O N A V , V E R N O N 90 2 T FA R M E R J O H N 17 : 4 9 : 4 6 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 8 0 C A 0 1 9 7 3 0 0 VP D NE W T O N , T O D D *2 5 W 17 : 5 4 : 5 4 18:30:25 17 : 5 9 : 0 2 20 1 8 0 6 1 3 1 6 9 1Page of 2 06 / 2 6 / 2 0 1 8 05 : 1 1 : 0 6 170 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 5 / 2 0 1 8 06 / 2 5 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 1 6 9 19 2 5 E V E R N O N A V , V E R N O N PA T C K WI L L I A M S W A R E H O U S E 21 : 1 8 : 2 4 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 8 1 CA0197300 VP D EN C I N A S , A N T H O N Y *3 2 21:48:49 21 : 1 8 : 2 4 VP D MA D R I G A L , M A R I A 38 E 21:42:12 21 : 1 8 : 4 3 20 1 8 0 6 1 3 1 7 2 E 5 2 D / / S A N T A F E A V , V E R N O N 45 9 V R KE N N E T H R E E S E R 22 : 4 0 : 5 6 06 / 2 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 8 2 CA0197300 VP D QU I N O N E S , A N A *4 1 W 22 : 4 2 : 3 6 23:34:11 22 : 4 7 : 0 9 VP D MA D R I G A L , M A R I A 38 E 22 : 4 2 : 3 9 22:45:26 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 6 / 2 0 1 8 05 : 1 1 : 0 6 171 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 6 / 2 0 1 8 06 / 2 6 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 2 1 2 30 0 3 L E O N I S B L , V E R N O N 48 7 R SP E C I A L T Y C O L D P A C K 11 : 3 8 : 1 7 06 / 2 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 8 3 CA0197300 VP D CE R D A , P A U L , J R *1 7 E 11 : 4 1 : 5 5 1 1 : 4 1 : 5 5 12:51:32 11 : 5 1 : 1 5 20 1 8 0 6 1 3 2 1 5 DO W N E Y R D / / 5 0 T H , V E R N O N 90 2 T VI N C E R O D R I G U E Z 13 : 2 8 : 0 3 06 / 2 6 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 8 4 CA0197300 VP D CR 2 0 1 8 1 0 8 5 CA0197300 VP D CE R D A , P A U L , J R *1 7 E 13 : 2 9 : 3 8 13:31:29 VP D NE W T O N , T O D D 31 W 16:41:16 14 : 4 6 : 1 4 VP D VA L E N Z U E L A , F E R N A N D O 32 13 : 3 1 : 2 7 16:41:16 13 : 3 7 : 0 3 20 1 8 0 6 1 3 2 1 9 29 0 0 S S A N T A F E A V , V E R N O N S / A 1 1 50 3 R MJ H D E S I G N S E R V I C E I N C 14 : 1 2 : 4 6 06 / 2 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 8 6 CA0197300 VP D CE R D A , P A U L , J R *1 7 E 14 : 1 7 : 0 1 1 4 : 1 7 : 0 2 16:25:08 14 : 4 6 : 2 1 * D e n o t e s P r i m a r y U n i t 1Page of 1 06 / 2 7 / 2 0 1 8 05 : 1 2 : 4 2 172 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 7 / 2 0 1 8 06 / 2 7 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 2 4 0 26 0 1 S S O T O , V E R N O N 92 5 JO E K ` S 01 : 0 0 : 1 1 06 / 2 7 / 2 0 1 8 10 1 5 RP T VS De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 8 7 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 W 01 : 0 1 : 3 1 05:43:29 01 : 0 3 : 5 1 VP D CE R D A , P A U L , J R 17 E 04:39:10 03 : 5 9 : 4 1 VP D HE R R E R A , G U S T A V O 31 01 : 0 3 : 4 0 03:25:03 01 : 0 5 : 5 9 VP D QU I N O N E S , A N A 32 E 01 : 0 1 : 3 4 03:25:01 01 : 0 5 : 4 4 VP D RO D R I G U E Z , F E R N A N D O S1 01 : 0 8 : 3 5 03:22:32 01 : 1 7 : 1 1 20 1 8 0 6 1 3 2 6 4 FR U I T L A N D A V / / B O Y L E A V , V E R N O N 90 1 T AT & T M O B I L I T Y 8 0 0 6 3 5 6 8 4 0 4 12 : 5 6 : 5 4 06 / 2 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 8 8 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 1 12 : 5 9 : 5 7 13:07:3813:51:47 13 : 2 1 : 0 4 VP D CA M , P A T R I C K 20 W 13 : 0 6 : 4 0 13:51:47 13 : 0 7 : 4 5 20 1 8 0 6 1 3 2 7 2 S S O T O / / V E R N O N A V , V E R N O N GT A R CE C I L I O C O R T E Z 15 : 1 5 : 1 7 06 / 2 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 8 9 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 1 15 : 1 8 : 4 3 15:46:46 15 : 2 4 : 4 3 VP D CE R D A , P A U L , J R 17 E 15 : 2 6 : 5 1 16:06:23 20 1 8 0 6 1 3 2 7 3 27 2 0 E 2 6 T H , V E R N O N PL A T E HE R C U L E S 15 : 3 9 : 5 4 06 / 2 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 0 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 1 15 : 5 7 : 3 3 1 5 : 5 7 : 4 8 17:56:06 16 : 0 6 : 1 6 20 1 8 0 6 1 3 2 7 5 E 4 6 T H / / B O Y L E A V , V E R N O N 90 1 T R AL M A 17 : 1 5 : 5 8 06 / 2 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 1 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *1 7 E 17 : 1 7 : 1 8 1 7 : 1 7 : 3 0 18:17:40 17 : 2 2 : 5 4 20 1 8 0 6 1 3 2 7 9 1Page of 2 06 / 2 8 / 2 0 1 8 04 : 5 1 : 4 3 173 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 7 / 2 0 1 8 06 / 2 7 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 2 7 9 49 0 0 S S O T O , V E R N O N 20 0 0 2 R SP R I N T 8 6 6 - 3 9 8 - 3 2 8 4 19 : 0 0 : 1 8 06 / 2 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 9 2 CA0197300 VP D *3 1 E 19 : 0 7 : 0 9 1 9 : 0 6 : 1 7 19:06:2920:17:18 19 : 3 0 : 0 1 VP D 41 W 20:17:18 19 : 4 3 : 2 1 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 8 / 2 0 1 8 04 : 5 1 : 4 3 174 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 8 / 2 0 1 8 06 / 2 8 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 3 2 4 44 4 4 A Y E R S A V , V E R N O N 48 7 R LA C U R A C A O 10 : 4 6 : 2 8 06 / 2 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 3 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 6 E 10 : 5 9 : 2 5 11:04:2312:08:55 11 : 4 0 : 1 4 20 1 8 0 6 1 3 3 2 8 S A L A M E D A / / 5 5 T H , V E R N O N 41 7 R FE L I P E 11 : 2 9 : 4 2 06 / 2 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 4 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *4 1 W 11 : 3 3 : 2 6 1 1 : 3 4 : 2 6 11:34:56 VP D DO C H E R T Y , M I C H A E L 91 W 11 : 3 5 : 0 0 11:40:3012:09:03 11 : 4 0 : 0 8 20 1 8 0 6 1 3 3 3 6 28 5 6 L E O N I S B L , V E R N O N 90 2 T CH R I S T I A N G U E R R E R O 16 : 2 5 : 2 2 06 / 2 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 5 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 1 E 16 : 2 6 : 4 6 1 6 : 2 7 : 1 1 16:59:00 16 : 3 2 : 1 7 20 1 8 0 6 1 3 3 3 8 S B O Y L E A V / / L E O N I S B L , V E R N O N 90 1 AD R I A N A 16 : 5 7 : 1 8 06 / 2 8 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 6 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 6 E 16 : 5 7 : 5 9 1 6 : 5 8 : 0 0 17:51:33 17 : 0 1 : 2 7 VP D VI L L E G A S , R I C H A R D 31 E 16 : 5 9 : 1 9 18:22:17 17 : 0 1 : 2 9 VP D VA S Q U E Z , L U I S 41 W 18:15:24 17 : 0 8 : 3 3 20 1 8 0 6 1 3 3 3 9 33 1 7 E 5 0 T H , V E R N O N ID T H E F T R P T IR I S 17 : 4 3 : 3 6 06 / 2 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 7 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 W 17 : 4 5 : 1 2 1 7 : 4 5 : 3 9 17:51:35 VP D SW I N F O R D , P H I L L I P 26 E 17 : 5 1 : 3 3 18:39:50 17 : 5 5 : 0 6 20 1 8 0 6 1 3 3 4 3 E 5 1 S T / / S A N T A F E A V , V E R N O N RE C 20 : 5 1 : 3 6 06 / 2 8 / 2 0 1 8 10 1 5 2 5 E VR E C 2 5 E VS 2 5 E RP T 3 1 W De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 0 9 8 C A 0 1 9 7 3 0 0 1Page of 2 06 / 2 9 / 2 0 1 8 03 : 0 3 : 4 5 175 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 8 / 2 0 1 8 06 / 2 8 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 3 4 3 E 5 1 S T / / S A N T A F E A V , V E R N O N RE C 20 : 5 1 : 3 6 06 / 2 8 / 2 0 1 8 10 1 5 2 5 E VR E C 2 5 E VS 2 5 E RP T 3 1 W De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 9 8 CA0197300 VP D MA R T I N E Z , G A B R I E L *S 7 22:01:29 20 : 5 1 : 3 6 VP D CE R D A , P A U L , J R 17 E 20 : 5 2 : 1 3 22:59:13 20 : 5 2 : 3 3 VP D VA L E N Z U E L A , F E R N A N D O 25 E 22:00:42 20 : 5 1 : 5 1 VP D ZO Z A Y A , O S C A R 31 W 20 : 5 2 : 1 4 22:00:28 20 : 5 6 : 3 3 * D e n o t e s P r i m a r y U n i t 2Page of 2 06 / 2 9 / 2 0 1 8 03 : 0 3 : 4 5 176 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 2 9 / 2 0 1 8 06 / 2 9 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 3 5 8 25 7 5 S S A N T A F E A V , V E R N O N 20 0 0 2 R JA V I E R E S C A M I L L A 06 : 3 8 : 2 6 06 / 2 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 0 9 9 CA0197300 VP D DO C H E R T Y , M I C H A E L *9 1 06 : 4 4 : 3 4 07:25:29 06 : 5 0 : 5 5 VP D 41 E 06 : 5 7 : 2 5 07:25:29 07 : 0 6 : 5 8 20 1 8 0 6 1 3 3 6 2 S S A N T A F E A V / / 2 6 T H , V E R N O N 90 1 T R EM M A 08 : 1 6 : 3 2 06 / 2 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 1 0 0 CA0197300 VP D VA S Q U E Z , L U I S *4 1 E 08 : 1 8 : 0 8 0 8 : 1 8 : 3 2 08:50:37 08 : 2 0 : 2 4 * D e n o t e s P r i m a r y U n i t 1Page of 1 06 / 3 0 / 2 0 1 8 02 : 5 2 : 3 1 177 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 3 0 / 2 0 1 8 06 / 3 0 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 4 0 1 33 1 1 E S L A U S O N A V , V E R N O N PE D C K 01 : 2 1 : 5 1 06 / 3 0 / 2 0 1 8 10 1 5 RP T FI AD V SO W VP D CA M , P A T R I C K *2 0 E 01:50:27 01 : 2 1 : 5 1 VP D HE R N A N D E Z , M I G U E L , J R 25 W 01:40:40 01 : 2 6 : 5 3 VP D NE W T O N , T O D D 32 02:10:10 01 : 2 1 : 5 6 20 1 8 0 6 1 3 4 0 4 E 5 5 T H / / M A L A B A R , V E R N O N TR A F F I C S T O P 02 : 0 5 : 1 4 06 / 3 0 / 2 0 1 8 DA VS RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 2 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y / V E L E Z , M A R I S S A *T 8 03:10:52 02 : 0 5 : 1 5 VP D HE R N A N D E Z , M I G U E L , J R 25 W 02 : 1 6 : 5 9 0 2 : 1 6 : 5 9 03:02:15 02 : 2 0 : 2 1 20 1 8 0 6 1 3 4 0 6 19 2 5 E V E R N O N A V , V E R N O N 45 9 A WI L L I A M S W A R E H O U S E 02 : 2 2 : 2 5 06 / 3 0 / 2 0 1 8 FA VO I D De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 1 C A 0 1 9 7 3 0 0 VP D NE W T O N , T O D D *3 2 02 : 2 3 : 2 6 0 2 : 2 4 : 0 5 02:41:06 02 : 3 0 : 5 5 VP D CA M , P A T R I C K 20 E 02 : 2 4 : 0 7 02:41:06 02 : 2 8 : 4 9 20 1 8 0 6 1 3 4 1 4 24 2 2 E 2 8 T H , V E R N O N VC K 04 : 1 2 : 1 5 06 / 3 0 / 2 0 1 8 VS RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 3 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 E 04:33:37 04 : 1 2 : 1 5 20 1 8 0 6 1 3 4 2 6 SA N T A F E / / O L Y M P I C , V E R N O N RE C 10 : 2 9 : 3 2 06 / 3 0 / 2 0 1 8 VR E C RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 4 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *X S 10:57:54 10 : 2 9 : 3 2 1Page of 2 07 / 0 1 / 2 0 1 8 00 : 5 6 : 5 1 178 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i t h O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 06 / 3 0 / 2 0 1 8 06 / 3 0 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 6 1 3 4 2 6 SA N T A F E / / O L Y M P I C , V E R N O N RE C 10 : 2 9 : 3 2 06 / 3 0 / 2 0 1 8 VR E C RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D CR 2 0 1 8 1 1 0 4 CA0197300 VP D VA S Q U E Z , L U I S 31 10 : 3 3 : 4 1 10:50:35 10 : 4 0 : 4 0 VP D DO C H E R T Y , M I C H A E L 91 W 11:24:43 10 : 3 2 : 1 4 VP D SA N T O S , D A N I E L S3 10:57:56 10 : 4 2 : 5 7 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 0 1 / 2 0 1 8 00 : 5 6 : 5 1 179 City Council Agenda Item Report Agenda Item No. COV-229-2018 Submitted by: Danita Robertson Submitting Department: Police Department Meeting Date: August 7, 2018 SUBJECT Vernon Police Department Activity Log and Statistical Summary for the period of July 1 through July 15, 2018 Recommendation: A. Receive and file. Backgroud: 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 - 07/01/18 to 07/15/18 180 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 07/01/2018 07/15/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD 10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC 104 102 10-96H PICK UP THE JAIL PAPER WORK FROM HP JAIL 1 1 10-96M 10-96 MARY (MAIL DETAIL)5 4 20001R INJURY HIT AND RUN REPORT 1 1 20002 NON-INJURY HIT AND RUN 5 2 20002R NON-INJURY HIT AND RUN REPORT 15 10 211R ROBBERY REPORT 2 1 211S SILENT ROBBERY ALARM 2 1 23110BR FELONY MISSILE THROWING AT A VEHICLE REPORT 1 1 242R BATTERY REPORT 3 3 261R RAPE REPORT 3 1 415 DISTURBING THE PEACE 15 5 422R TERRORIST THREATS REPORT 4 2 459A AUDIBLE BURGLARY ALARM 195 105 459R BURGLARY REPORT 12 5 459S SILENT BURGLARY ALARM 2 1 459V BURGLARY TO A VEHICLE 3 1 459VR BURGLARY TO A VEHICLE REPORT 13 3 476R FRAUD REPORT 2 2 484 PETTY THEFT 3 1 484R PETTY THEFT REPORT 12 10 487R GRAND THEFT REPORT 5 4 503R EMBEZZLEMENT REPORT 2 1 586 PARKING PROBLEM 18 14 594 VANDALISM 7 2 594R VANDALISM REPORT 14 6 602 TRESPASS 21 9 647F DRUNK IN PUBLIC 2 1 901T INJURY TRAFFIC COLLISION 3 1 902T NON-INJURY TRAFFIC COLLISION 46 25 902TR NON-INJURY TRAFFIC COLLISION REPORT 5 3 909E TRAFFIC ENFORCEMENT 2 2 909T TRAFFIC HAZARD 2 2 911 911 MISUSE / HANGUP 2 1 911A CONTACT THE REPORTING PARTY 21 12 917A ABANDONED VEHICLE 2 1 920PR LOST PROPERTY REPORT 2 2 925 SUSPICIOUS CIRCUMSTANCES 49 20 A484R ATTEMPT PETTY THEFT REPORT 1 1 AGTA ATTEMPT GRAND THEFT AUTO 1 1 AGTAR ATTEMPT GRAND THEFT AUTO REPORT 1 1 ASTVFD ASSIST VERNON FIRE DEPARTMENT 25 12 BOSIG BROKEN SIGNAL OR LIGHT 1 1 BOVEH BROKEN DOWN VEHICLE 9 8 CITCK CITATION CHECK 2 2 CODE5 SURVEILLANCE/STAKE-OUT 2 1 DEMOSTRA DEMONSTRATION 13 5 1Page of 207/16/201809:23:48 181 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 07/01/2018 07/15/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD DET DETECTIVE INVESTIGATION 15 6 DETAIL DETAIL 1 1 DPTAST DEPARTMENTAL ASSIST 8 7 FILING OFFICER IS 10-6 REPORT WRITING 59 58 FOUND FOUND PROPERTY REPORT 2 1 FU FOLLOW UP 4 4 GTA GRAND THEFT AUTO 3 1 GTAR GRAND THEFT AUTO REPORT 7 5 HBC HAILED BY A CITIZEN 8 6 LOCATE LOCATED VERNON STOLEN VEHICLE 1 1 MISPR MISSING PERSON REPORT 1 1 PANIC ALARM PANIC ALARM/DURESS ALARM 7 2 PAPD PUBLIC ASSIST-POLICE 7 4 PATCK PATROL CHECK 83 72 PEDCK PEDESTRIAN CHECK 60 32 PRSTRAN PRISONER TRANSPORTED 5 4 REC RECOVERED STOLEN VEHICLE 2 1 REPO REPOSSESSION 2 2 RR RAIL ROAD PROBLEM 1 1 SHOTS SHOTS 3 1 SRMET SRMET DETAIL 14 14 TEST TEST CALL 1 1 TRAFFIC STOP TRAFFIC STOP 178 132 VCK VEHICLE CHECK 81 71 VEH RELEASE VEHICLE RELEASE 2 2 VMCVIO VERNON MUNICIPAL CODE VIOLATION 2 1 WELCK WELFARE CHECK 22 9 WRNTSVC WARRANT SERVICE 8 7 Department: 1248 847 Overall: 1248 848 2Page of 207/16/201809:23:48 182 183 184 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 1 / 2 0 1 8 07 / 0 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 4 5 9 44 1 0 E D I S T R I C T B L , V E R N O N TR A F F I C S T O P 03 : 2 1 : 0 7 07 / 0 1 / 2 0 1 8 10 1 5 RP T CI T E De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 5 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *3 1 E 03:58:40 03 : 2 1 : 0 7 VP D HE R N A N D E Z , M I G U E L , J R 25 04:27:10 03 : 2 5 : 1 7 20 1 8 0 7 1 3 4 6 6 50 5 1 E S L A U S O N A V , V E R N O N 20 0 0 2 R BE L L P D 05 : 1 4 : 1 1 07 / 0 1 / 2 0 1 8 RP T VI De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 6 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *3 1 E 05 : 1 7 : 4 7 07:18:29 05 : 2 3 : 5 3 VP D HE R N A N D E Z , M I G U E L , J R 25 05 : 4 4 : 1 4 07:05:06 05 : 4 5 : 3 2 VP D LU C A S , J A S O N 91 W 05 : 1 7 : 4 8 08:54:42 05 : 2 3 : 5 1 20 1 8 0 7 1 3 4 8 4 47 3 5 E D I S T R I C T B L , V E R N O N 59 4 R WO R L D M A C H I N E R Y 16 : 4 0 : 1 9 07 / 0 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 7 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *3 2 E 16 : 4 2 : 2 4 1 6 : 4 2 : 2 5 17:08:01 16 : 5 1 : 1 9 20 1 8 0 7 1 3 4 9 5 S S A N T A F E A V / / P A C I F I C B L , V E R N O N TR A F F I C S T O P 20 : 0 0 : 1 9 07 / 0 1 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 8 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S / H E R N A N D E Z , M I G U E L , J R *1 T 8 21:51:05 20 : 0 0 : 1 9 20 1 8 0 7 1 3 4 9 6 50 5 1 E S L A U S O N A V , V E R N O N 92 0 P R 21 : 4 0 : 5 7 07 / 0 1 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 0 9 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *3 1 22:01:59 21 : 4 2 : 4 3 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 2 / 2 0 1 8 06 : 2 2 : 1 1 185 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 2 / 2 0 1 8 07 / 0 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 5 2 8 26 0 1 S S O T O , V E R N O N 59 4 R RU E B E N 04 : 4 8 : 1 3 07 / 0 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 0 C A 0 1 9 7 3 0 0 VP D *4 1 W 08:01:44 04 : 5 8 : 3 9 VP D LU C A S , J A S O N 91 E 05 : 1 6 : 2 1 05:49:19 05 : 1 8 : 0 0 VP D LU C A S , J A S O N 91 W 07:10:03 05 : 5 4 : 2 0 VP D PE R E Z , N I C K S4 08:01:44 07 : 1 6 : 5 0 VP D ES T R A D A , I G N A C I O S5 05:54:08 05 : 1 8 : 2 1 20 1 8 0 7 1 3 5 3 0 45 7 5 P A C I F I C B L , V E R N O N 48 7 R LI T T L E J O H N R E U L A N D 05 : 4 8 : 3 4 07 / 0 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 1 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *3 1 05 : 5 3 : 1 0 0 5 : 5 3 : 3 4 07:28:13 06 : 1 5 : 2 3 20 1 8 0 7 1 3 5 4 0 29 6 2 E 5 4 T H , V E R N O N 59 4 R 07 : 4 5 : 0 4 07 / 0 2 / 2 0 1 8 RP T CI T Y De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 2 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 07 : 4 6 : 3 6 0 7 : 4 6 : 3 7 07:47:07 VP D VA L E N Z U E L A , F E R N A N D O 20 07 : 4 7 : 0 4 08:13:37 07 : 4 8 : 5 6 20 1 8 0 7 1 3 5 4 8 45 7 5 P A C I F I C B L , V E R N O N GT A R LI T T L E J O H N R E U L A N D 08 : 4 7 : 4 9 07 / 0 2 / 2 0 1 8 RP T VP D VA L E N Z U E L A , F E R N A N D O *2 0 08 : 4 7 : 5 8 08:48:14 VP D VE L E Z , M A R I S S A 38 E 08 : 4 8 : 1 2 09:30:06 08 : 5 3 : 5 7 20 1 8 0 7 1 3 5 5 1 S S O T O / / 2 6 T H , V E R N O N 90 2 T SP R I N T 8 6 6 - 3 9 8 - 3 2 8 4 09 : 2 7 : 5 3 07 / 0 2 / 2 0 1 8 10 1 5 NR D NX RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 4 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 W 09 : 3 7 : 4 1 0 9 : 3 7 : 4 2 10:36:40 09 : 4 4 : 4 2 VP D VA L E N Z U E L A , F E R N A N D O 20 10:22:18 09 : 4 8 : 0 8 1Page of 2 07 / 0 3 / 2 0 1 8 05 : 0 3 : 2 1 186 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 2 / 2 0 1 8 07 / 0 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 5 5 3 24 2 4 E 2 6 T H , V E R N O N GT A R JA C O B S U P P L I E S 09 : 4 4 : 2 9 07 / 0 2 / 2 0 1 8 RP T VR E C De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 3 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 09 : 4 6 : 1 3 0 9 : 4 6 : 1 4 17:02:13 09 : 4 6 : 3 0 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 0 3 / 2 0 1 8 05 : 0 3 : 2 1 187 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 3 / 2 0 1 8 07 / 0 3 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 6 1 0 28 0 0 S S O T O , V E R N O N 60 2 FI R E S T A T I O N 7 8 07 : 0 5 : 1 0 07 / 0 3 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 5 C A 0 1 9 7 3 0 0 VP D PE R E Z , N I C K *S 4 07 : 1 0 : 1 7 07:50:39 07 : 1 2 : 5 5 VP D VE L E Z , M A R I S S A 38 E 07 : 1 8 : 3 7 07:19:0808:17:16 07 : 3 8 : 5 3 VP D OU R I Q U E , C A R L O S ME T 1 07 : 1 2 : 1 9 07:50:35 07 : 1 9 : 1 9 20 1 8 0 7 1 3 6 1 6 33 7 5 F R U I T L A N D A V , V E R N O N 90 2 T VF D 08 : 4 7 : 3 3 07 / 0 3 / 2 0 1 8 CI T Y RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 6 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 08 : 4 9 : 0 6 0 8 : 4 9 : 0 9 09:58:40 08 : 5 2 : 0 4 VP D ON O P A , D A N I E L XS 09:58:40 09 : 4 3 : 2 0 20 1 8 0 7 1 3 6 2 2 46 1 8 P A C I F I C B L , V E R N O N 48 7 R FL O R E S D E S I G N 08 : 5 8 : 4 4 07 / 0 3 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 7 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 W 09 : 0 4 : 3 3 0 9 : 0 4 : 3 7 09:05:11 VP D VA L E N Z U E L A , F E R N A N D O 20 09 : 0 5 : 0 9 10:32:47 09 : 0 7 : 4 7 20 1 8 0 7 1 3 6 2 6 29 6 0 L E O N I S B L , V E R N O N SR M E T 11 : 0 1 : 5 1 07 / 0 3 / 2 0 1 8 RP T ME T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 8 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *M E T 1 13:00:01 11 : 0 1 : 5 1 20 1 8 0 7 1 3 6 4 5 HA M P T O N / / 4 9 T H , V E R N O N 48 4 R 15 : 4 2 : 2 8 07 / 0 3 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 1 9 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 15 : 4 4 : 0 4 16:01:27 15 : 4 6 : 1 7 VP D CE R D A , P A U L , J R 41 W 15 : 4 7 : 0 6 15:53:09 20 1 8 0 7 1 3 6 4 9 30 0 3 L E O N I S B L , V E R N O N 48 7 R SP E C I A L T Y C O L D P A C K 16 : 5 7 : 3 7 07 / 0 3 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 0 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 W 17:01:27 16 : 5 7 : 5 4 1Page of 2 07 / 0 4 / 2 0 1 8 04 : 5 9 : 2 6 188 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 3 / 2 0 1 8 07 / 0 3 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 6 5 7 55 2 5 S S O T O , V E R N O N 26 1 R SE A R S 22 : 2 3 : 2 5 07 / 0 3 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 1 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *3 1 W 22 : 2 5 : 4 4 01:00:19 22 : 3 0 : 5 2 VP D MA D R I G A L , M A R I A 38 22 : 3 0 : 5 0 00:31:07 22 : 3 4 : 2 2 VP D MA R T I N E Z , G A B R I E L S7 22 : 4 5 : 2 2 23:28:03 22 : 4 7 : 3 0 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 0 4 / 2 0 1 8 04 : 5 9 : 2 6 189 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 4 / 2 0 1 8 07 / 0 4 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 6 6 3 SL A U S O N / / S O T O , V E R N O N TR A F F I C S T O P 02 : 1 4 : 2 4 07 / 0 4 / 2 0 1 8 RP T VI 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 2 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 04:55:59 02 : 1 4 : 2 4 VP D ZO Z A Y A , O S C A R 25 E 02 : 1 4 : 2 7 03:30:55 02 : 2 3 : 1 9 VP D EN C I N A S , A N T H O N Y 31 W 02 : 1 9 : 4 9 03:30:52 20 1 8 0 7 1 3 6 8 2 46 4 6 H A M P T O N , V E R N O N RE P O PA R A M O U N T R E C O V E R Y 10 : 3 2 : 5 4 07 / 0 4 / 2 0 1 8 RE P O De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 3 C A 0 1 9 7 3 0 0 VP D RE C O R D S B U R E A U *R E C D 11:07:25 10 : 3 5 : 0 5 20 1 8 0 7 1 3 6 9 7 SO T O / / V E R N O N , V E R N O N 20 0 0 2 R 16 : 2 5 : 3 8 07 / 0 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 4 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *1 7 W 16 : 2 6 : 1 1 17:14:27 16 : 3 3 : 4 4 VP D CE R D A , E U G E N I O 41 E 17:28:49 17 : 1 4 : 2 5 20 1 8 0 7 1 3 7 0 0 E 3 8 T H / / I R V I N G , V E R N O N TR A F F I C S T O P 17 : 5 2 : 2 2 07 / 0 4 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 5 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 18:18:10 17 : 5 2 : 2 2 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 5 / 2 0 1 8 04 : 5 6 : 0 7 190 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 5 / 2 0 1 8 07 / 0 5 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 7 2 0 51 2 2 S A T L A N T I C B L , V E R N O N 45 9 R PD G S E R V I C E 06 : 4 0 : 4 7 07 / 0 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 6 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *3 1 E 06 : 4 3 : 2 3 0 6 : 4 4 : 1 7 07:23:02 06 : 5 4 : 3 1 20 1 8 0 7 1 3 7 3 1 43 0 5 S S A N T A F E A V , V E R N O N 91 1 A CI T Y O F V E R N O N 11 : 3 6 : 2 5 07 / 0 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 7 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 11 : 3 7 : 1 4 1 1 : 3 7 : 4 1 15:00:47 11 : 3 7 : 4 3 20 1 8 0 7 1 3 7 3 4 S A L A M E D A / / 2 5 T H , V E R N O N 90 2 T RE E S E 14 : 0 5 : 2 2 07 / 0 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 8 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 W 14 : 0 8 : 5 3 1 4 : 0 8 : 5 4 15:43:33 14 : 1 6 : 2 1 20 1 8 0 7 1 3 7 3 6 42 8 0 M A Y W O O D A V , V E R N O N 48 4 R PR O M A T E P R O D U C E 14 : 5 1 : 0 1 07 / 0 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 2 9 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 15 : 0 8 : 5 5 1 5 : 0 9 : 4 2 15:52:58 15 : 1 3 : 2 8 20 1 8 0 7 1 3 7 3 8 22 8 8 E 2 7 T H , V E R N O N A4 8 4 R UN I R E X 16 : 5 9 : 0 2 07 / 0 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 0 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 W 17 : 0 0 : 2 0 1 7 : 0 0 : 4 1 17:06:2817:41:00 17 : 2 7 : 3 7 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 6 / 2 0 1 8 06 : 2 0 : 5 3 191 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 6 / 2 0 1 8 07 / 0 6 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 7 8 7 54 0 0 S S A N T A F E A V , V E R N O N 45 9 V R ST E V E 08 : 4 3 : 2 5 07 / 0 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 1 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 08 : 4 5 : 0 6 09:33:53 08 : 4 9 : 2 6 VP D VI L L E G A S , R I C H A R D 32 09 : 0 2 : 1 2 09:29:24 20 1 8 0 7 1 3 7 9 9 44 1 7 S S O T O , V E R N O N 48 4 R AN G U S C A M P B E L L 10 : 3 5 : 2 0 07 / 0 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 2 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 2 10 : 3 6 : 4 4 11:05:40 10 : 4 3 : 2 5 20 1 8 0 7 1 3 8 0 4 S B O Y L E A V / / 4 6 T H , V E R N O N 90 2 T TA M W A T K I N S 13 : 0 8 : 3 0 07 / 0 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 3 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 6 E 13 : 0 9 : 5 0 1 3 : 1 0 : 1 0 13:37:41 13 : 1 4 : 4 8 VP D RE Y N A , J O S E S 25 W 13:37:41 13 : 1 1 : 4 7 20 1 8 0 7 1 3 8 0 8 SA N T A F E / / 4 9 T H , V E R N O N 21 1 R 14 : 5 9 : 1 5 07 / 0 6 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 4 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 6 E 15 : 4 4 : 3 7 1 5 : 0 0 : 0 3 16:44:37 15 : 0 1 : 2 0 VP D RE Y N A , J O S E S 25 W 15 : 4 4 : 3 6 15:45:4215:39:12 15 : 1 1 : 3 4 20 1 8 0 7 1 3 8 3 2 31 5 5 L E O N I S B L , V E R N O N GT A R GU S T A V O 22 : 5 4 : 5 6 07 / 0 6 / 2 0 1 8 RP T VO I D De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 5 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 22 : 5 8 : 5 1 2 2 : 5 9 : 2 2 23:42:29 23 : 0 2 : 5 7 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 7 / 2 0 1 8 03 : 1 6 : 3 5 192 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 7 / 2 0 1 8 07 / 0 7 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 8 5 1 E 4 6 T H / / P A C I F I C B L , V E R N O N 90 2 T JA M E S 05 : 4 9 : 1 6 07 / 0 7 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 6 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 05 : 4 9 : 5 8 0 5 : 5 0 : 2 1 06:50:54 05 : 5 2 : 0 4 VP D VA S Q U E Z , L U I S 26 W 07:18:32 07 : 0 7 : 1 1 VP D HE R N A N D E Z , M I G U E L , J R 32 W 05 : 5 9 : 4 0 06:56:42 06 : 0 2 : 3 9 VP D VA L E N Z U E L A , F E R N A N D O 41 W 07:18:32 06 : 5 5 : 0 6 20 1 8 0 7 1 3 8 9 3 43 5 3 E X C H A N G E A V , V E R N O N PE D C K 19 : 5 5 : 4 9 07 / 0 7 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 7 C A 0 1 9 7 3 0 0 VP D HE R N A N D E Z , M I G U E L , J R *3 2 21:24:12 19 : 5 5 : 5 7 VP D LU C A S , J A S O N 91 E 20:37:40 19 : 5 9 : 0 1 20 1 8 0 7 1 3 8 9 8 E D I S T R I C T B L / / G I F F O R D A V , V E R N O N TR A F F I C S T O P 21 : 4 7 : 1 8 07 / 0 7 / 2 0 1 8 RP T 10 1 5 VI De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 8 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R / E N C I N A S , A N T H O N Y *1 T 8 00:50:02 21 : 4 7 : 1 8 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 8 / 2 0 1 8 01 : 0 3 : 3 2 193 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 8 / 2 0 1 8 07 / 0 8 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 9 0 3 28 4 5 E 2 6 T H , V E R N O N PE D C K 00 : 0 2 : 0 9 07 / 0 8 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 3 9 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 01:01:34 00 : 0 2 : 0 9 VP D CA M , P A T R I C K 20 W 00 : 0 2 : 1 1 01:03:35 00 : 0 3 : 0 0 VP D HE R N A N D E Z , M I G U E L , J R 32 00 : 2 9 : 0 9 01:21:59 00 : 3 2 : 4 4 20 1 8 0 7 1 3 9 2 8 54 0 1 D O W N E Y R D , V E R N O N 48 4 R J A N D J S N A C K S 05 : 1 5 : 2 2 07 / 0 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 0 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 05 : 5 0 : 5 7 0 5 : 5 1 : 2 6 06:19:10 06 : 0 2 : 4 4 20 1 8 0 7 1 3 9 4 4 24 5 4 2 7 T H , V E R N O N 45 9 V R 11 : 4 3 : 0 3 07 / 0 8 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 1 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 11 : 4 8 : 0 3 1 1 : 4 8 : 0 8 12:11:33 11 : 4 8 : 3 7 VP D RE Y N A , J O S E S 25 W 11 : 4 9 : 0 1 11:53:49 20 1 8 0 7 1 3 9 6 9 44 2 3 F R U I T L A N D A V , V E R N O N VC K 23 : 1 0 : 1 5 07 / 0 8 / 2 0 1 8 VS RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 2 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *3 2 E 00:09:17 23 : 1 0 : 1 6 20 1 8 0 7 1 3 9 7 4 S 1 S T / / 5 7 T H , V E R N O N PE D C K 23 : 4 1 : 1 7 07 / 0 8 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 3 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 01:25:09 23 : 4 1 : 1 7 VP D LU C A S , J A S O N 91 W 23 : 4 1 : 2 0 00:38:37 00 : 0 9 : 3 4 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 0 9 / 2 0 1 8 05 : 1 0 : 2 7 194 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 9 / 2 0 1 8 07 / 0 9 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 3 9 9 4 S S A N T A F E A V / / V E R N O N A V , V E R N O N TR A F F I C S T O P 06 : 0 3 : 5 3 07 / 0 9 / 2 0 1 8 VO I D RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 4 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 07:32:03 06 : 0 3 : 5 3 VP D CE R D A , E U G E N I O 25 E 08:01:21 07 : 0 0 : 5 6 VP D SW I N F O R D , P H I L L I P 26 W 07:31:41 06 : 5 6 : 5 0 VP D CR O S S , J E R E M Y 5d 3 0 07:38:37 06 : 5 6 : 1 1 VP D LU C A S , J A S O N 91 W 06 : 1 9 : 5 3 07:32:05 06 : 2 4 : 1 4 20 1 8 0 7 1 4 0 0 8 31 1 3 E 2 6 T H , V E R N O N 48 4 R SC I 08 : 4 5 : 1 5 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 8 C A 0 1 9 7 3 0 0 VP D C R 2 0 1 8 1 1 4 9 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *2 5 E 09 : 0 5 : 0 6 0 9 : 1 2 : 3 8 10:41:03 09 : 2 1 : 4 0 20 1 8 0 7 1 4 0 0 9 57 0 8 A L C O A A V , V E R N O N 59 4 R AL C O A A R C H I E V E 09 : 1 6 : 4 7 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 5 C A 0 1 9 7 3 0 0 VP D C R 2 0 1 8 1 1 4 6 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 09 : 1 8 : 2 8 0 9 : 3 9 : 0 2 09:21:5910:23:53 09 : 3 9 : 0 5 20 1 8 0 7 1 4 0 1 1 29 0 9 L E O N I S B L , V E R N O N 48 4 R EM P T Y B U I L D I N G 09 : 4 8 : 0 0 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 4 7 C A 0 1 9 7 3 0 0 VP D NE W T O N , T O D D *1 7 09 : 5 2 : 2 1 0 9 : 5 2 : 3 8 10:42:19 10 : 1 1 : 3 5 20 1 8 0 7 1 4 0 1 5 21 3 1 E 5 2 D , V E R N O N 45 9 R AM E R I C A N C O V E R D E S I G N 10 : 3 6 : 5 3 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 0 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 6 W 10 : 4 1 : 2 7 11:28:28 10 : 5 0 : 0 6 20 1 8 0 7 1 4 0 1 8 1Page of 2 07 / 1 0 / 2 0 1 8 04 : 5 3 : 1 2 195 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 0 9 / 2 0 1 8 07 / 0 9 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 0 1 8 23 0 2 E 3 8 T H , V E R N O N AG T A R UN K 11 : 3 5 : 3 0 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 1 C A 0 1 9 7 3 0 0 VP D SW I N F O R D , P H I L L I P *2 6 W 12:06:09 11 : 3 6 : 1 2 20 1 8 0 7 1 4 0 2 3 31 1 3 E 2 6 T H , V E R N O N GT A R SC I 14 : 1 8 : 3 3 07 / 0 9 / 2 0 1 8 RP T VP D CE R D A , E U G E N I O *2 5 E 14 : 1 8 : 5 0 1 4 : 1 9 : 0 0 16:01:16 14 : 3 1 : 4 4 20 1 8 0 7 1 4 0 2 4 44 4 4 A Y E R S A V , V E R N O N RE P O 15 : 1 9 : 2 5 07 / 0 9 / 2 0 1 8 RE P O De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 2 C A 0 1 9 7 3 0 0 20 1 8 0 7 1 4 0 3 3 S S U N O L D R / / B A N D I N I B L , V E R N O N 90 2 T JA S M I N E C R U Z 17 : 1 4 : 1 5 07 / 0 9 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 3 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 17 : 5 1 : 4 4 17:52:02 VP D SW I N F O R D , P H I L L I P 26 W 17 : 5 2 : 0 0 18:40:35 18 : 2 2 : 5 7 20 1 8 0 7 1 4 0 4 3 E 5 1 S T / / A L A M E D A , V E R N O N TR A F F I C S T O P 22 : 3 9 : 1 8 07 / 0 9 / 2 0 1 8 10 1 5 VS RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 4 C A 0 1 9 7 3 0 0 VP D *4 1 W 01:20:41 22 : 3 9 : 2 2 VP D MA D R I G A L , M A R I A 38 E 22 : 4 6 : 4 2 23:38:22 22 : 5 8 : 4 0 VP D LU C A S , J A S O N 91 22 : 4 6 : 1 6 00:03:05 22 : 5 1 : 3 1 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 1 0 / 2 0 1 8 04 : 5 3 : 1 2 196 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 0 / 2 0 1 8 07 / 1 0 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 0 4 8 48 0 0 E 2 6 T H , V E R N O N PA T C K 01 : 1 3 : 2 7 07 / 1 0 / 2 0 1 8 RP T VP D MA D R I G A L , M A R I A *3 8 E 01:21:30 01 : 1 3 : 2 7 20 1 8 0 7 1 4 0 6 1 58 9 9 D O W N E Y R D , V E R N O N SR M E T 07 : 4 0 : 5 0 07 / 1 0 / 2 0 1 8 ME T RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 5 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *M E T 1 09:40:05 07 : 4 0 : 5 0 20 1 8 0 7 1 4 0 6 8 43 8 2 B A N D I N I B L , V E R N O N 45 9 R LA F A Y E T T E 09 : 0 4 : 0 3 07 / 1 0 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 6 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *1 7 E 09 : 0 5 : 2 7 0 9 : 0 5 : 2 9 09:54:48 VP D CR O S S , J E R E M Y 5d 3 0 09:40:44 09 : 4 0 : 3 0 VP D GA Y T A N , L O R E N Z O 5d 3 1 10:37:52 09 : 4 0 : 4 1 VP D RA M O S , J O S E 5d 3 5 10:37:53 09 : 4 0 : 2 7 VP D NE W T O N , T O D D M1 10:37:35 09 : 1 8 : 0 8 20 1 8 0 7 1 4 0 9 1 44 2 0 S E V I L L E A V , V E R N O N 47 6 R LA N D M A R K 13 : 5 7 : 1 5 07 / 1 0 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 7 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *2 0 W 13 : 5 9 : 0 9 1 3 : 5 9 : 3 3 14:38:30 14 : 0 5 : 2 6 20 1 8 0 7 1 4 1 0 8 PA C I F I C / / 4 6 T H , V E R N O N 92 0 P R AB R A H A M Z E P E D A 20 : 4 6 : 3 0 07 / 1 0 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 8 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O *4 1 W 20 : 4 7 : 5 4 21:17:18 20 : 5 6 : 2 5 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 1 1 / 2 0 1 8 05 : 2 5 : 1 1 197 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 1 / 2 0 1 8 07 / 1 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 1 1 8 E W A S H I N G T O N B L / / I N D I A N A , V E R N O N 20 0 0 2 R LA S O E A S T L A 01 : 2 8 : 5 3 07 / 1 1 / 2 0 1 8 RP T VI VR E C De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 5 9 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 E 01 : 3 1 : 1 9 03:24:45 01 : 4 4 : 2 3 VP D HE R R E R A , G U S T A V O 41 W 03:24:45 01 : 4 4 : 5 3 20 1 8 0 7 1 4 1 2 1 E V E R N O N A V / / S A N T A F E A V , V E R N O N PE D C K 05 : 0 0 : 2 2 07 / 1 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 0 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *3 2 05 : 0 0 : 4 8 05:44:30 05 : 0 0 : 5 4 VP D MA D R I G A L , M A R I A 38 E 05 : 0 1 : 0 5 05:44:32 VP D HE R R E R A , G U S T A V O 41 W 05 : 0 0 : 5 2 06:28:42 05 : 0 6 : 5 4 VP D CR O S S , J E R E M Y 5D 3 0 05 : 0 1 : 2 5 05:03:32 05 : 0 2 : 2 4 20 1 8 0 7 1 4 1 3 4 32 5 1 E S L A U S O N A V , V E R N O N 90 2 T JO S E F I N A 09 : 1 1 : 3 2 07 / 1 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 1 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 6 E 09 : 1 3 : 1 9 09:37:02 09 : 1 6 : 1 9 20 1 8 0 7 1 4 1 3 9 32 5 1 E 2 6 T H , V E R N O N 59 4 R JI S U N Y A N G 09 : 3 3 : 1 1 07 / 1 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 2 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 2 W 09 : 3 4 : 3 9 0 9 : 3 4 : 3 9 10:42:09 09 : 4 1 : 0 7 VP D CE R D A , P A U L , J R 17 W 10 : 1 5 : 1 3 1 0 : 3 1 : 4 0 10:31:43 20 1 8 0 7 1 4 1 4 9 37 6 6 R O S S , V E R N O N RE P O RU D Y - R W A R E C O V E R Y 11 : 5 4 : 3 8 07 / 1 1 / 2 0 1 8 RE P O RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 3 C A 0 1 9 7 3 0 0 VP D RE C O R D S B U R E A U *R E C D 12:06:32 11 : 5 8 : 1 0 20 1 8 0 7 1 4 1 5 8 1Page of 2 07 / 1 2 / 2 0 1 8 05 : 0 5 : 3 8 198 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 1 / 2 0 1 8 07 / 1 1 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 1 5 8 S A T L A N T I C B L / / B A N D I N I B L , V E R N O N 20 0 0 2 LI N D S E Y H U N T 13 : 5 7 : 2 9 07 / 1 1 / 2 0 1 8 CH P N RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 4 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 13 : 5 9 : 1 6 1 3 : 5 9 : 1 7 14:56:30 14 : 0 5 : 1 1 20 1 8 0 7 1 4 1 6 1 PA C I F I C B L / / S A N T A F E A V , V E R N O N 20 0 0 2 R JE S S I E D A V I D E S C O T O 14 : 2 8 : 2 7 07 / 1 1 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 5 C A 0 1 9 7 3 0 0 VP D VI L L E G A S , R I C H A R D *3 2 W 14 : 3 6 : 1 8 15:16:27 14 : 4 2 : 3 6 20 1 8 0 7 1 4 1 6 6 11 1 6 5 B E N W E L L P I E R , L Y N W O O D LO C A T E LA S D C E N T U R Y 15 : 2 5 : 5 3 07 / 1 1 / 2 0 1 8 VR E C RP T * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 1 2 / 2 0 1 8 05 : 0 5 : 3 8 199 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 2 / 2 0 1 8 07 / 1 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 1 8 1 50 0 1 P A C I F I C B L , V E R N O N 45 9 A BC B G 00 : 0 7 : 5 9 07 / 1 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 6 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O *4 1 W 00 : 1 0 : 1 5 0 0 : 1 7 : 1 0 03:37:49 00 : 2 7 : 2 2 VP D RE Y N A , J O S E S 32 00 : 3 2 : 5 8 03:35:40 01 : 1 6 : 3 4 VP D MA D R I G A L , M A R I A 38 E 00 : 1 0 : 2 1 0 0 : 3 1 : 5 8 03:31:26 01 : 1 6 : 3 6 VP D MA R T I N E Z , G A B R I E L S7 00 : 3 2 : 1 8 03:35:47 01 : 1 6 : 3 3 20 1 8 0 7 1 4 1 8 2 DO W N E Y R D / / E X C H A N G E A V , V E R N O N 20 0 0 2 AL E J A N D R O L O P E Z 03 : 2 8 : 1 4 07 / 1 2 / 2 0 1 8 RP T VI De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 7 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *3 8 E 03 : 3 1 : 2 8 04:35:24 03 : 3 5 : 1 5 VP D RE Y N A , J O S E S 32 04:44:34 03 : 3 5 : 4 3 VP D HE R R E R A , G U S T A V O 41 W 04:55:10 03 : 3 7 : 5 9 VP D MA R T I N E Z , G A B R I E L S7 04:27:33 03 : 3 8 : 0 1 20 1 8 0 7 1 4 1 9 8 31 8 0 B A N D I N I B L , V E R N O N 90 2 T DA L E M I L L E R T R A N S P O R T 10 : 3 3 : 0 6 07 / 1 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 8 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 5 E 10 : 3 5 : 0 7 1 0 : 3 5 : 3 7 11:08:00 10 : 4 0 : 3 8 VP D DO C H E R T Y , M I C H A E L 91 E 11:47:50 10 : 3 8 : 0 8 20 1 8 0 7 1 4 2 1 9 52 5 2 S A L A M E D A , V E R N O N 90 2 T R PE K I N G N O O D L E 15 : 0 9 : 4 9 07 / 1 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 6 9 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *2 6 W 15 : 1 0 : 2 6 1 5 : 2 9 : 2 3 15:41:20 15 : 3 7 : 2 2 VP D VA L E N Z U E L A , F E R N A N D O 20 15 : 1 2 : 2 1 16:09:45 15 : 1 8 : 1 8 VP D CE R D A , P A U L , J R 32 15 : 1 1 : 3 7 16:49:09 15 : 4 2 : 1 6 20 1 8 0 7 1 4 2 2 2 E 2 6 T H / / H A R R I E T T , V E R N O N AG T A 15 : 2 3 : 5 2 07 / 1 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 0 C A 0 1 9 7 3 0 0 VP D DO C H E R T Y , M I C H A E L *9 1 E 15 : 2 3 : 5 6 16:03:41 15 : 2 3 : 5 2 1Page of 2 07 / 1 3 / 2 0 1 8 00 : 4 3 : 0 0 200 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 2 / 2 0 1 8 07 / 1 2 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 2 2 3 S S O T O / / 4 4 T H , V E R N O N 90 1 T 15 : 5 9 : 5 1 07 / 1 2 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 1 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 5 E 16 : 0 0 : 1 9 1 6 : 0 1 : 1 3 17:37:44 16 : 0 4 : 5 4 VP D CE R D A , E U G E N I O 26 W 16:45:19 16 : 0 4 : 1 3 VP D VE L E Z , M A R I S S A 38 W 16 : 0 1 : 1 2 16:45:16 16 : 0 3 : 3 0 20 1 8 0 7 1 4 2 2 7 S S A N T A F E A V / / V E R N O N A V , V E R N O N 20 0 0 2 R JO S E P L A Z A 17 : 0 6 : 2 8 07 / 1 2 / 2 0 1 8 SU P VP D VE L E Z , M A R I S S A *3 8 W 17 : 0 8 : 1 9 1 7 : 0 8 : 5 0 17:52:05 17 : 0 8 : 5 1 20 1 8 0 7 1 4 2 5 2 26 9 S A T L A N T I C B L , L O S A N G E L E S LO C A T E LA S O E L A 23 : 1 4 : 2 2 07 / 1 2 / 2 0 1 8 RP T VR E C * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 1 3 / 2 0 1 8 00 : 4 3 : 0 0 201 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 3 / 2 0 1 8 07 / 1 3 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 2 9 5 27 2 7 S S A N T A F E A V , V E R N O N 59 4 R PE N S K E T R U C K L E A S I N G 10 : 5 1 : 5 2 07 / 1 3 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 2 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 E 10 : 5 8 : 2 4 1 0 : 5 9 : 0 4 11:56:28 11 : 0 7 : 1 3 VP D VA S Q U E Z , L U I S 31 W 10 : 5 9 : 0 1 10:59:03 VP D RE Y N A , J O S E S 32 W 11:53:05 11 : 4 2 : 3 2 20 1 8 0 7 1 4 3 4 1 33 1 1 E S L A U S O N A V , V E R N O N 45 9 R ED D Y 22 : 2 4 : 4 7 07 / 1 3 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 3 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 E 22 : 2 7 : 0 6 2 2 : 2 7 : 4 8 00:55:58 22 : 3 6 : 1 0 VP D ZO Z A Y A , O S C A R 25 22 : 2 7 : 0 7 2 2 : 2 7 : 5 0 00:42:37 22 : 2 8 : 0 2 VP D HE R N A N D E Z , M I G U E L , J R 38 W 00:00:41 22 : 3 4 : 2 2 VP D ES T R A D A , I G N A C I O S5 00:42:42 22 : 3 3 : 2 5 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 1 4 / 2 0 1 8 05 : 0 1 : 0 6 202 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 4 / 2 0 1 8 07 / 1 4 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 3 4 3 21 5 0 E 3 7 T H , V E R N O N 45 9 A BE N D E R C C P 01 : 0 9 : 4 6 07 / 1 4 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 4 C A 0 1 9 7 3 0 0 VP D HE R N A N D E Z , M I G U E L , J R *3 8 W 01 : 1 1 : 1 9 0 1 : 1 1 : 3 2 02:46:11 01 : 1 5 : 1 2 VP D CA M , P A T R I C K 20 E 01 : 2 7 : 0 7 01:36:08 01 : 2 8 : 2 1 VP D ZO Z A Y A , O S C A R 25 01 : 1 8 : 4 0 01:36:16 01 : 2 2 : 4 4 VP D ES T R A D A , I G N A C I O S5 01 : 1 9 : 5 3 02:13:38 01 : 2 2 : 0 7 20 1 8 0 7 1 4 3 6 3 44 1 0 E 5 5 T H , M A Y W O O D WR N T S V C 10 : 0 4 : 4 0 07 / 1 4 / 2 0 1 8 10 1 5 VP D HE R R E R A , G U S T A V O / R E Y N A , J O S E S *W 8 10:59:24 10 : 0 4 : 4 4 20 1 8 0 7 1 4 3 6 8 33 1 1 E S L A U S O N A V , V E R N O N 45 9 A GR A M E R C Y P R O P E R T Y T R U S T 10 : 5 0 : 1 3 07 / 1 4 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 6 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 1 E 10 : 5 2 : 4 2 1 0 : 5 3 : 4 4 12:21:59 10 : 5 8 : 5 7 VP D VE L A S Q U E Z , R I C H A R D 25 E 10 : 5 2 : 4 4 1 0 : 5 3 : 4 5 12:15:04 10 : 5 8 : 5 9 VP D SA N T O S , D A N I E L S3 12:00:20 11 : 4 5 : 5 7 20 1 8 0 7 1 4 3 6 9 89 1 5 B A R I N G C R O S S S T , L O S A N G E L E S WR N T S V C 11 : 0 0 : 3 7 07 / 1 4 / 2 0 1 8 10 1 5 VP D HE R R E R A , G U S T A V O / R E Y N A , J O S E S *W 8 13:15:02 11 : 0 0 : 3 7 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 1 5 / 2 0 1 8 04 : 5 6 : 2 2 203 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 5 / 2 0 1 8 07 / 1 5 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 3 9 7 S A L A M E D A / / 3 8 T H , V E R N O N VC K 02 : 2 6 : 2 2 07 / 1 5 / 2 0 1 8 VS De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 7 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *2 6 03:30:07 02 : 2 6 : 2 2 VP D HE R N A N D E Z , M I G U E L , J R 38 W 03:30:08 03 : 2 4 : 4 9 20 1 8 0 7 1 4 4 2 5 BA N D I N I B L / / D O W N E Y R D , V E R N O N AS T V F D 11 : 1 5 : 4 2 07 / 1 5 / 2 0 1 8 RP T VS De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 8 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *2 6 E 11 : 1 6 : 1 8 11:48:04 11 : 1 7 : 0 1 VP D VE L A S Q U E Z , R I C H A R D 25 E 11 : 1 6 : 1 9 11:18:34 11 : 1 8 : 3 2 VP D ON O P A , D A N I E L 31 W 11 : 1 7 : 2 0 11:22:40 20 1 8 0 7 1 4 4 3 1 59 T H / / M A Y W O O D , H U N T I N G T O N P A R K LO C A T E HP P D 12 : 4 7 : 3 7 07 / 1 5 / 2 0 1 8 VR E C VP D RE C O R D S B U R E A U *R E C D 13:10:32 12 : 4 7 : 5 4 20 1 8 0 7 1 4 4 3 2 48 7 1 S S A N T A F E A V , V E R N O N 59 4 MA R K 12 : 5 7 : 4 3 07 / 1 5 / 2 0 1 8 10 1 5 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 7 9 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 1 W 12 : 5 9 : 1 7 14:04:31 13 : 0 1 : 4 4 VP D VE L A S Q U E Z , R I C H A R D 25 E 13 : 0 0 : 2 2 13:23:28 13 : 0 3 : 2 9 VP D VA L E N Z U E L A , F E R N A N D O 26 E 13:48:34 13 : 0 2 : 0 4 VP D RE Y N A , J O S E S 32 W 12 : 5 9 : 1 9 13:48:35 13 : 0 0 : 5 0 20 1 8 0 7 1 4 4 3 8 28 0 1 E 4 6 T H , V E R N O N 24 2 R FA S H I O N N O V A 17 : 2 1 : 3 9 07 / 1 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 8 0 C A 0 1 9 7 3 0 0 VP D VA L E N Z U E L A , F E R N A N D O *2 6 E 17 : 2 4 : 3 5 18:24:14 17 : 2 7 : 3 2 20 1 8 0 7 1 4 4 4 0 47 3 3 L O M A V I S T A A V , V E R N O N 45 9 V R AT & T M O B I L I T Y 8 0 0 6 3 5 6 8 4 0 4 18 : 1 9 : 4 6 07 / 1 5 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 8 1 C A 0 1 9 7 3 0 0 1Page of 2 07 / 1 6 / 2 0 1 8 05 : 0 1 : 2 4 204 V E R N O N P O L I C E D E P A R T M E N T Ca l l L o g R e p o r t T y p e A l l U n i t T i m e s a n d L o c a t i o n w i th O C A ' s Ju r i s d i c t i o n : Fi r s t D a t e : La s t D a t e : 07 / 1 5 / 2 0 1 8 07 / 1 5 / 2 0 1 8 Ca l l N u m b e r D i s p Te n Co d e Ca l l e r Ad d r e s s Of f i c e r Un i t De p Un i t T i m e Di s p a t c h En r o u t e De p a r t ArriveRemoveComp VE R N O N Re c e i v e d Co m p l a i n t On S c e n e 20 1 8 0 7 1 4 4 4 0 47 3 3 L O M A V I S T A A V , V E R N O N 45 9 V R AT & T M O B I L I T Y 8 0 0 6 3 5 6 8 4 0 4 18 : 1 9 : 4 6 07 / 1 5 / 2 0 1 8 RP T 10 1 5 De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 8 1 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *3 2 W 18 : 2 2 : 4 5 21:58:45 18 : 2 5 : 1 4 VP D CA M , P A T R I C K 20 20:35:26 19 : 0 2 : 2 8 VP D VA L E N Z U E L A , F E R N A N D O 26 E 18 : 2 4 : 1 8 19:51:40 18 : 2 5 : 0 6 VP D ON O P A , D A N I E L 31 W 18 : 2 2 : 4 6 19:14:18 18 : 2 5 : 2 4 VP D ZO Z A Y A , O S C A R 38 18 : 3 9 : 4 0 18:48:46 18 : 4 7 : 1 1 VP D ZO Z A Y A , O S C A R 38 W 21:45:38 18 : 4 8 : 3 3 VP D VI L L E G A S , R I C H A R D / V A L E N Z U E L A , F E R N A N D O 41 19:51:45 18 : 4 7 : 1 9 VP D LU C A S , J A S O N 91 E 20:35:28 18 : 3 4 : 0 5 VP D ES T R A D A , I G N A C I O S5 21:58:45 18 : 3 4 : 0 4 20 1 8 0 7 1 4 4 4 5 43 0 5 S S A N T A F E A V , V E R N O N MI S P R GE O R G E U R I C H 21 : 2 3 : 4 5 07 / 1 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 8 2 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 21 : 3 5 : 2 1 01:24:25 21 : 3 8 : 3 7 20 1 8 0 7 1 4 4 4 9 26 2 6 F R U I T L A N D A V , V E R N O N 20 0 0 1 R DE N N I S M O L I N A 22 : 1 0 : 2 2 07 / 1 5 / 2 0 1 8 RP T De p a r t m e n t OC A N u m b e r RMS Juris VP D C R 2 0 1 8 1 1 8 3 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *3 8 W 23:20:21 22 : 1 2 : 1 9 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 1 6 / 2 0 1 8 05 : 0 1 : 2 4 205 City Council Agenda Item Report Agenda Item No. COV-235-2018 Submitted by: Joanna Torres Submitting Department: Public Utilities Meeting Date: August 7, 2018 SUBJECT Award of Construction Contract to General Pump Company, Inc. for Modification and Installation of the Well No. 16 Pump And Motor Recommendation: A. Find that the proposed action is categorically exempt from California Environmental Quality Act (“CEQA”) review, in accordance with CEQA Guidelines 15301, because the project consists of the maintenance, repair or minor alteration of an existing facility/equipment and involves negligible or no expansion of the existing use; and B. Accept the bid from General Pump Company, Inc. as the lowest responsive and responsible bidder and reject all other bids; and C. Approve a Construction Contract with General Pump Company, Inc., in an amount not to exceed $71,000 for modification and installation of the Well No. 16 pump and motor; and D. Authorize the City Administrator to execute a Construction Contract with General Pump Company, Inc. in substantially the same form as submitted herewith with an effective day of August 7, 2018. Backgroud: The City of Vernon owns and operates eight domestic water wells. The wells provide approximately 7,000 acre feet of annual water demand throughout the City. However, due to age and deferred maintenance, the wells have become unreliable. When wells become inoperable and cannot meet system demand, imported water must be purchased. The Water Division’s Capital Improvement Program (CIP) focuses on construction of two new wells and rehabilitation of four existing wells over a two-year period. The Division’s well program ensures that the City does not have to purchase expensive imported water. During the last five months, the Division has not purchased any imported water, saving over $100,000 per month. The cost savings from not purchasing imported water is used to partially fund the CIP projects. Rehabilitation of domestic water wells entails a two-step process that consists of well development and wellhead replacement. The well development consists of exercising the hydrogeological formation and cleaning the well casing/screens of tuberculate obstructions. The wellhead replacement consists of designing and replacing the well pump, motor and control valve. Step-one of the rehabilitation process was recently performed on Well 16 and the well was fully developed. Staff prepared the pump and motor specifications and a Notice Inviting Bids (NIB) was issued on June 28, 2018. Bid responses were due on July 19, 2018. Staff solicited the NIB to the following eight well pump companies: Orange County Pump Company, Mitchell Lewis & Staver, Bakersfield Well & Pump Company, Best Drilling and Pump Inc., General Pump Company Inc., Layne Christensen Company, Southwest Pump and Drilling Company, and National Exploration & Wells & Pumps. Two companies responded, namely General Pump Company and Orange County Pump Company; the respective bid totals 206 were $71,000 and $123,234.08. Staff conducted a bid analysis and General Pump Company, Inc. was identified as the apparent lowest bidder. In the twelve months preceding the effective date of the proposed contract, the City has paid General Pump Company a total of $44,566.59 pursuant to other contracts. The proposed contract is for $71,000. Per section 2.17.02(B) of the Vernon Municipal Code, Council approval is required if the City has paid or awarded the proposed vendor more than $100,000 in the twelve months preceding the effective date of a proposed new contract. The Contract has been reviewed and approved by the City Attorney's Office. Fiscal Impact: The fiscal impact of the project is $71,000. and was budgeted in the approved FY 2018-19 Public Utilities Department budget. ATTACHMENTS 3. Well 16 Pump and Motor Contract with General Pump Company 1. Well 16 Pump and Motor Notice Inviting Bids 2. Well 16 Pump and Motor Bid Notice Addendum No. 1 207 CONTRACT BETWEEN CITY AND CONTRACTOR This Agreement is made and entered into at Vernon, California this 7th day of August, 2018, by and between the CITY OF VERNON, a chartered municipal corporation (hereinafter "City") and General Pump Company, Inc., a California corporation (hereinafter "Contractor"), for the Well No. 16 Pump and Motor Project. THE PARTIES HERETO AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS The “Contract Documents” except for modifications issued after execution of this Agreement, shall consist of the following documents which are either attached hereto as exhibits or are incorporated into this Agreement by this reference, with the same force and effect as if set forth at length herein: A. Governmental Approvals including, but not limited to, permits required for the Work B. This Agreement C. Exhibit A – General Conditions D. Exhibit 1 –Performance Bond E. Exhibit 2 – Payment Bond F. Exhibit B – Special Provisions Specific for this Project G. Exhibit C – Living Wage Provisions H. Exhibit D – Equal Employment Opportunity Practices Provisions I. Notice Inviting Bids; J. Instructions to Bidders; K. Bid Forms; L. Designation of Subcontractors; and M. Bidding Addenda No. 1. 2. REFERENCE DOCUMENTS – Not Applicable 3. SCOPE OF WORK Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract 208 Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools; equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity with the Contract Documents for: Well No. 16 Pump and Motor Project 4. TIME FOR PERFORMANCE Contract Time. Contractor shall achieve Substantial Completion of the Work within thirty (30) calendar days from the Date of Commencement established in City’s written Notice to Proceed (“Contract Time”), subject to adjustment in accordance with the Contract Documents. Contractor shall achieve Final Completion of the Work, within the time established by the Certificate of Substantial Completion issued by the City. The Contract Time may only be adjusted as permitted by this Construction Contract and the General Conditions. Time is of the essence of this Agreement. Except when the Contract Documents state otherwise, time is of the essence in the performance of the Work. Contractor acknowledges that the time limits and deadlines set forth in the Contract Documents are reasonable for Contractor to perform and complete the Work. Liquidated Damages. If Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time for Substantial Completion, Contractor shall pay City as liquidated damages the amount of seven hundred fifty dollars ($750) per day for each calendar day occurring after the expiration of the Contract Time for Substantial Completion until Contractor achieves Substantial Completion of the entire Work, as required by Article 3 of the General Conditions of Contract. Contractor Initial here: _________. 5. CONTRACT SUM In consideration of the Contractor’s full, complete, timely, and faithful performance of the Work required by the Contract Documents, City shall pay Contractor the sum of seventy-one thousand dollars/no cents ($71,000.00), payable as set forth in the General Conditions (“Contract Sum”). IN WITNESS WHEREOF, the parties have caused this Contract to be executed the date and year first 209 above written. Executed at ___________________, California. [Contractor]: By: _______________________________________ An Authorized Signatory Printed Name: ______________________________ Title: ______________________________________ Date: ______________________________________ CITY OF VERNON: APPROVED AS TO FORM: By: By: Name: Name: Title: Title: Date: ATTEST: By: Name: Title: CONTRACTOR’S SIGNATURE MUST BE NOTARIZED [Contractor’s Corporate Seal] 210 EXHIBIT A GENERAL CONDITIONS ARTICLE 1 - PRELIMINARY PROVISIONS 1.01 DEFINITIONS The following words shall have the following meanings: A. Allowance. A line item cost estimate established by the City to be carried in the Base Bid sum, Contract Sum, and Schedule of Values for Payment for a particular item of Work, which cannot be sufficiently defined so as to allow the Contractor to adequately determine fair value before the Bid Deadline. Allowances include estimated amounts established by the City for certain construction elements that have not yet been fully designed or authorized for inclusion in the Work or to permit deferred approval or selection of actual materials and equipment to a later date when additional information is available for evaluation. B. As-Builts. The documents prepared by Contractor showing the condition of the Work as actually built, including, without limitation, all changes and the exact locations of all mechanical, electrical, plumbing, HVAC or other portions of the Work that are shown diagrammatically in the Contract Documents. C. Base Bid. The total sum stated in the Bid Form for which the Bidder offers to perform Work described in the Contract Documents as the base Contract Work (e.g. not designated as part of a Bid Alternate). D. Bid. A complete and properly executed offer by the Bidder on City-prescribed forms to perform the Work for the prices stated in response to the Notice Inviting Bids. E. Bid Alternate. An item of Work described in the Contract Documents as an Alternate Bid that will be added to or deducted from the Base Bid and the Contractor’s responsibility only if the City accepts the Bid Alternate. F. Bid Forms: The City-prescribed forms which the Bidder shall complete and use to submit a Bid. The Bid Forms include: (1) Bidder’s Proposal; (2) Schedule of Bid Prices; (3) Incumbency Certificate; (4) Bid Bond – Not Applicable; (5) Bidder’s Statement of Qualifications; (6) Experience Form; (7) Trades Experience Form; (8) Contractor Safety Questionnaire; (9) Designation of Subcontractors; (10) Affidavit of Non-Collusion; (11) Insurance Requirements Affidavit; and (12) forms included in the Specification required by the type of project funding (e.g. federal, ARRA, HUD, etc.). G. Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid on these Contract Documents or any part thereof. H. Bidding Documents. Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of: (1) Notice Inviting Bids; (2) Instructions to Bidders; and (3) Bid Forms. The proposed Contract Documents consist of: (1) the Bidding Requirements; (2) the Construction Contract Between City and Contractor; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Construction Contract; (8) all Modifications issued after the execution of the Construction Contract; and (9) Governmental Approvals, if any, including but not limited to, permits. 211 I. Change Order. A Change Order is a written document prepared by the City reflecting the agreement between the City and Contractor for: a change in the terms or conditions of the Contract, if any; a specific Scope Change in the Work; the amount of the adjustment, if any, in the Contract Sum; and the extent of the adjustment, if any, in the Contract Time. J. Change Order Request (COR). A Change Order Request is a written document originated by the Contractor, which describes an instruction issued by the City after the effective date of the Contract, which Contractor believes to be a scope change that may result in changes to the Contract Sum or Contract Time or, which describes the need for or desirability of a change in the Work proposed by Contractor. K. City or Owner. The City of Vernon, California, acting through its City Council or other City officials authorized to act for the City, acting in its proprietary rather than regulatory capacity in connection with the Project. L. Construction Change Directive. A written order prepared and signed by the City directing a change in Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. M. Contract Documents. The Contract Documents are enumerated in the Construction Contract between City and Contractor and consist of: (1) the Bidding Requirements; (2) the Construction Contract; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Contract; (8) all Modifications issued after the execution of the Contract; and (9) Governmental Approvals, including, but not limited to, permits. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. N. Contract. The Contract Documents form the Contract for Construction. The Contract Represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified on by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind between any persons or entities other than the Owner and the Contractor. There shall be no third party beneficiaries of the Contract Documents. O. Contract Sum. The total amount of compensation stated in the Construction Contract that is payable to Contractor for the complete performance of the Work in accordance with the Contract Documents. P. Contract Time. The total number of days set forth in the Construction Contact within which Substantial Completion of the Work must be achieved beginning with the Date of Commencement established in the Notice to Proceed, subject to adjustments in accordance with the terms of the Contract Documents. The Contract Time for Contractor's performance of the Work is measured in calendar days (not work days). Q. Contractor. The individual, partnership, firm, corporation, joint venture or other legal entity with whom the Contract is made by City, or the agent or legal representative who may be appointed to represent such individual, partnership, firm, corporation, joint venture or other legal entity in the execution of the Contract as general contractor for construction of the Work. 212 R. Correction Period. Correction Period is synonymous with the terms of the correction guarantee period used in the Contract Documents. S. Date of Commencement. The date for commencement of the Work fixed by City in a Notice to Proceed to Contractor. T. Day. The terms “day” or “days” mean calendar days unless otherwise specifically designated in the Contract Documents. The term “Work Day” or “Working Day” shall mean any calendar day except Saturdays, Sundays and City-recognized legal holidays. City Holidays are as follows: 1. January 1st - New Year’s Day 2. The 3rd Monday in January – Martin Luther King, Jr. Day 3. The 3rd Monday in February – Presidents Day 4. March 31st – Cesar Chavez Day 5. The last Monday in May – Memorial Day 6. July 4th – Independence Day 7. The first Monday in September – Labor Day 8. The second Monday in October – Columbus Day 9. November 11th – Veterans Day 10. The 4th Thursday in November – Thanksgiving Day 11. December 24th – Christmas Eve 12. December 25th – Christmas Day 13. December 31st – New Year’s Eve U. Director. The General Manager of the Public Utilities Department of the City of Vernon or his/her duly appointed representative. V. Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. W. Extra Work. New or unforeseen work will be classified as Extra Work when determined by the City that the work is not described in, or reasonably inferable from, the Contract Documents, the work is not covered by any Bid line item or Allowance, and the work causes Contractor to incur additional and unforeseen costs. X. Field Directive. See, “Work Directive.” Y. Final Completion. Final Completion is the stage of performance of the Work when (1) all Work required by the Contract Documents has been fully completed in compliance with the Contract Documents and all applicable laws including, but not limited to, correction or completion of all punch list items noted by City upon Substantial Completion; (2) Contractor has delivered to City an Application for Final Payment and all closeout documentation required by the Contract Documents; and (3) documentation of all final Governmental Approvals has been submitted to City including, but not limited to a final Certificate of Occupancy or equivalent Building Department sign-off has been issued covering the entire Project site without exception or conditions. Z. Force Majeure. “Force Majeure” includes but is not limited to declared or undeclared war, sabotage, insurrection, riot, or other acts of civil disobedience, labor disputes, fires, explosions, floods, earthquakes or other acts of God. AA. Fragnet. The sequence of new activities that are proposed to be added to an existing schedule. 213 BB. Governmental Approval. Any approval, authorization, inspection, certification, consent, exemption, filing, permit, registration, plan check, ruling or similar authorization required by any federal, state or local law, regulation or procedures in order for Contractor to perform the Work. CC. Guarantee. Assurance to City by Contractor or product manufacturer or other specified party, as guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the warrantor. DD. Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a Change Order; or (3) a Construction Change Directive. EE. Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for Commencement for the Work. FF. Parties. The City and Contractor may be referred to in the Contract Documents from time to time as the Parties. GG. Permit Fees. The actual direct costs paid by Contractor for Governmental Approvals and Utility Fees. HH. Project. The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the City or by separate contractors. II. Project Manual/Contract Package. The volumes of Contract Documents and reference documents assembled for the Work made available to Bidders. JJ. Record Documents. The Drawings, Specifications, addenda, requests for information, bulletins, Change Orders and other modifications to the Contract Documents, approved shop drawings, product data, samples, mock-ups, permits, inspection reports, test results, daily logs, schedules, subcontracts, and purchase orders. Records Documents shall include a set of “As-Built” Drawings and Specifications, which shall be continuously updated during the prosecution of the Work. KK. Site. The physical area designated in the Contract Documents for Contractor's performance of the Work. LL. Specifications. The Specifications are the volume(s) assembled for the Work that includes, without limitation, the Bidding Documents, the Construction Contract and Exhibits, the General Conditions, Supplementary and/or Special Conditions, if any, the “GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2012 Edition), the Standard Plans for Public Works Construction (2009 Edition), State of California, Department of Transportation Standard Plans and Standard Specifications (2010 Edition), and the City of Vernon Standard Plans. MM. Specifications. The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards, and workmanship for the Work and performance of related services, including, but not limited to, the Project Technical Specifications, Standard Specifications, if any, and any applicable Trade Association Specifications. NN. Substantial Completion. Substantial Completion is defined to mean the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents as determined by the City so that the City can occupy and utilize the Work for its intended use and as further defined in the Contract Documents. OO. Unilateral Change Order. See “Work Directive.” 214 PP. Utility Fees. The fees charged by any public, private, cooperative, municipal and/or government line, facility or system used for the carriage, transmission and/or distribution of cable television, electric power, telephone, water, gas, oil, petroleum, steam, chemicals, sewage, storm water or similar commodity including, but not limited to fees for temporary utilities and refuse hauling. QQ. Warranty. Assurance to City by contractor, installer, supplier, manufacturer or other party responsible as warrantor, for the quantity, quality, performance and other representations of a product, system service of the Work. RR. Work. The term "Work" means the construction and other services required by, and reasonably inferable from the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. SS. Work Directive. A Work Directive is a unilateral written order issued by the City directing Contractor to continue performance of the Work or to perform a disputed change in the Work prior to agreement or adjustment, if any, in the Contract Sum, Contract Time, or both. 1.02 REPRESENTATIVES A. The Director shall be the representative of the City and, except as otherwise expressly provided herein, shall make all decisions and interpretations to be made by the City under the provisions of the Contract Documents. B. The Contractor shall at all times be represented on the Work in person or by a duly designated agent. Instructions and information given by the Director to the Contractor's agent on the Work shall be considered as having been given to the Contractor. 1.03 PERMITS, INSPECTIONS, PLAN CHECKS, AND SIMILAR GOVERNMENTAL APPROVALS AND UTILITIES A. Except as otherwise provided in the Notice Inviting Bids, the Contractor shall apply for, obtain, and pay for all permits including, but not limited to, building or structure permits, plumbing system permits, mechanical system permits, electrical system permits, structural system permits, demolition permits, excavation permits, street use permits, driveway permits, sidewalk, curb, sewer, gutter, crosswalk, paving or other street work grading permits, street/utility use permits, OSHA permits, fire sprinkler permits, fence permits, blasting permits, landscaping/irrigation permits, and permits to demolish, remove, or make major alterations to any designated historic resource; inspections; and plan checks obtained after the Date of Commencement of the Work. The Notice Inviting Bids contains a list of permits and other Governmental Approvals and Utility Fees obtained and paid for by the City prior to the Date of Commencement; Contractor is responsible for obtaining all Governmental Approvals and Utility Fees not listed in the Notice Inviting Bids. B. All documents evidencing Contractor’s satisfaction with all Governmental Approvals and Utility Fees must be submitted to the City prior to submission of the Application for Final Payment. C. Where requirements of the Governmental Approvals differ from those of the Drawings and Specifications, the more stringent requirements shall apply. 1.04 LICENSES The Contractor shall apply for, obtain, and pay for all licenses required by governing authorities for the Work. 215 1.05 ALLOWANCES A. Contractor shall include in the Contract Sum and Schedule of Values for Payment, the City’s estimated cost established for each Work item covered by an Allowance stated in the Contract Documents. See Paragraph 1.01 for definition of Allowance. B. The line item cost estimate established by the City for Work covered by an Allowance includes the cost to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery; handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other taxes legally chargeable; and all other costs and expenses incidental to such Work. C. Work items covered by Allowances shall be supplied with such materials and equipment and for such prices approved in advance by City. Contractor shall notify and request City’s approval of material equipment, and pricing information for Work covered by an Allowance before ordering the material or equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials, equipment, and prices with reasonable promptness. The material, equipment, and pricing information submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred by Contractor and each subcontractor associated with the performance of such Work. Contractor shall not order materials or equipment or proceed with Work covered by an Allowance until the material, equipment, and pricing information for such Work items have been submitted to the City’s Project Representative for review and the Contractor has received City’s approval to proceed with a Work item covered by an Allowance. D. All expenditures for Allowance Work shall be separately itemized in each Application for Payment. E. To the extent that the cost of Work items covered by an Allowance is less than the Allowance cost estimate established by the City, the Contact Sum shall be reduced by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. Similarly, to the extent the cost of Work items covered by an Allowance is greater than the Allowance cost estimate, the Contract Sum shall be increased by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. If Work items covered by an Allowance are not performed or the City deletes such items from the Scope of Work, the Contract Sum shall be reduced by Change Order or Construction Change Directive to deduct the Cost of the unused Allowance item. 1.06 WAIVER A waiver by City of any breach of any term, covenant, or condition contained in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained therein, whether of the same or a different character. 1.07 DATA TO BE FURNISHED BY THE CONTRACTOR The Contractor shall furnish the Director with such information as the Director may desire respecting the character of the materials and the progress and manner of the Work, including all information necessary to determine the Contractor’s costs, such as the number of persons employed, their pay, the time during which they worked on the various classes of construction, and other pertinent data. 1.08 CONTRACT DRAWINGS The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings. 216 1.09 SPECIFICATIONS AND DRAWINGS A. The Contractor shall keep on the Work Site a copy of all Specifications, Drawings, and Change Orders pertaining to the Work and shall at all times give the Director access thereto. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications shall be of like effect as though shown or mentioned in both. B. In general, the Drawings will show dimensions, positions, and kind of construction; and the Specifications will define materials, quality, and standards. Any Work not particularly detailed, marked or specified, shall be the same as similar parts that are detailed, marked or specified. C. The Drawings shall not be scaled to determine dimensions, and in all cases shall be calculated from figures shown on the Drawings. Any discrepancies between scale and figured dimensions, not marked “not to scale,” must be brought to the Director’s attention before proceeding with the Work affected by the discrepancy. D. Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the responsibility of furnishing, making, or installing all items required by law or code, or usually furnished, made or installed in a project of the scope and general character indicated by the Drawings and Specifications. E. For convenience, the Drawings and Specifications may be arranged in various trade subparagraphs, but such segregation shall not be considered as limiting the Work of any subcontract or trade. The Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the location or provision in the Drawings and Specifications. F. The City will furnish free of charge to the Contractor, a maximum of six (6) sets of Contract Drawings and Specifications. The Contractor shall pay for the costs of any additional sets or portions thereof. The Contractor shall be responsible to see that all sets are the same as the up-to-date approved set. 1.10 PRECEDENCE OF CONTRACT DOCUMENTS A. In the event of conflict between any of the Contract Documents, the provisions placing a more stringent requirement on the Contractor shall prevail. The Contractor shall provide the better quality or greater quantity of Work and/or materials unless otherwise directed by City in writing. In the event none of the Contract Documents place a more stringent requirement or greater burden on the Contractor, the controlling provision shall be that which is found in the document with higher precedence in accordance with the following order of precedence: 1. Governmental Approvals including, but not limited to, permits required for the Work 2. Modifications issued after execution of the Contract (including modifications to Drawings and Specifications) 3. The Contract, including all exhibits, attachments, appendices and Addenda, with later Addenda having precedence over earlier Addenda 4. Special Conditions, if any 5. General Conditions 217 6. Specifications 7. Drawings 8. Bidding Requirements B. With reference to the Drawings, the order of precedence is as follows: 1. Change Order Drawings 2. Addenda Drawings 3. Contract Drawings 4. Project Drawings 5. Standard Drawings 6. Detail Drawings 7. General Drawings 8. Figures 9. Scaled dimensions C. Within the Specifications, the order of precedence is as follows: 1. Change Orders 2. Special Conditions 3. Project Technical Specifications 4. Standard Specifications, if any 5. Applicable Trade Association Specifications 1.11 NOTICE OF CONFLICTS If the Contractor, in the course of the Work, becomes aware of any claimed conflicts, errors or omissions in the Contract Documents or in the City's fieldwork or work of City's separate contractors, the Contractor shall immediately notify the Director in writing. The Director shall promptly review the matter, and if the Director finds a conflict, error or omission, the Director shall determine the corrective actions and advise the Contractor accordingly. If the correction associated with a conflict, error or omission increases or decreases the amount of Work called for in the Contract, the City shall issue an appropriate Change Order in accordance with the Contract Documents. After discovery of an error or omission by the Contractor, any related additional work performed by the Contractor shall be done at the Contractor's risk unless authorized by the Director. 1.12 REPORTS A. Daily Construction Reports: The Contractor shall prepare a daily construction report recording the following information concerning events at Project site: 218 1. List of Subcontractors at Project site. 2. List of other contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events. 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial completions and occupancies. 19. Substantial Completions authorized. 20. List of visitors to Project Site. 21. List of personnel at Project Site including names and job classifications. 22. Description of Work for the day including locations, quantities and related bid items. Immediately upon discovery of a difference between field conditions and the Contract Documents, the Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a detailed description of the differing conditions, together with recommendations for a remedy. The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours (next Working Day) to the Director, and shall be made available to others as directed by City. 1.13 LINES, GRADES, AND MEASUREMENTS A. All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all survey stakes and reference points as far as possible. Should any stakes or points be removed or destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the satisfaction of the Director, at the Contractor's expense. B. The Contractor shall inform the Director 48 hours (two Work Days) in advance of the times and places at which he/she intends to Work in order that inspection may be provided, and that necessary measurements for records and payments may be made with minimum inconvenience. C. No direct payment will be made for the cost to the Contractor of any of the Work or delay occasioned by giving lines and grades, by making other necessary measurements, or by inspection. 1.14 RIGHT OF WAY A. The site for the installation of equipment or the right of way for the Work to be constructed under this Contract will be provided by the City. B. The City will provide the appropriate rights of way and property for pipelines and structures. Upon approval by the Director, the Contractor may, without cost, use portions of any of the City's rights of 219 way or property which may be suitable for working space and for storage of equipment and materials. The Contractor will be held responsible for any damage to structures, streets, and roads, trees and landscaping, and for any damage that may result from his/her use of City property. C. In case areas additional to those available on the City's rights of way or property are required by the Contractor for his/her operations, he/she shall make arrangements with the property owners for the use of such additional areas at his/her own expense. 1.15 CONTRACTOR’S OPERATIONS/STORAGE YARD In the event the Contractor requires space for the storage and/or staging of construction materials, supplies, equipment, stockpiling of debris, or any other needs required for construction operations, he/she shall acquire at his/her own expense such areas as he/she may desire. For properties within the City of Vernon, the staging area must be enclosed at Contractor’s expense with construction fencing covered with a mesh screen to limit visibility to the site. Private property used for storage of construction material or debris shall be restored to a legal condition with regard to appearance and maintenance upon conclusion of the project. Property should be graded and free of weeds and debris when project is completed. [END OF ARTICLE] 220 ARTICLE 2 - PERFORMANCE OF THE WORK 2.01 PERFORMANCE OF WORK - GENERAL Contractor shall, at its own cost and expense, furnish all necessary materials, labor, transportation, and equipment for doing and performing said Work and the materials used shall comply with the requirements of the Contract Documents. All Work shall be performed and completed as required in the Contract Documents, and subject to the approval of the Director, or his/her designated assistant. 2.02 NO ASSIGNMENT OR DELEGATION Contractor shall not assign or delegate the duties or obligations under this Contract or his/her interest therein in whole or in part without the prior written consent of the City which may be withheld at the City's sole discretion. 2.03 STANDARD OF PERFORMANCE Contractor agrees that all services performed hereunder shall be provided in a manner commensurate with the highest professional standards and shall be performed by qualified and experienced personnel; that any Work performed by Contractor under the Contract will be performed in the best manner; that any material furnished shall be subject to the approval of the Director; and that both Work and materials will meet fully the requirements of the Contract Documents. Any work deemed unacceptable by the Director, whether a cause is determined or not shall be repaired or replaced by Contractor at Contractor’s expense. The Contractor shall be responsible for the final product and shall make any quality control, adjustments and corrections necessary to obtain the final product accepted by the City Engineer. The Contractor shall perform process and quality control sampling and testing and exercise management control the work of his/her subcontractors, technicians and workers to ensure that the milling, transporting, recycling, spreading, compaction, and finishing processes conform to these Specifications. The proficiency of testing laboratories and sampling and testing personnel shall be reviewed and approved by the City Engineer prior to providing services to the project. The City Engineer shall have unrestricted access to the laboratory, sampling, testing sites, and all information resulting from mix design and quality control activities. All Quality Control testing results shall be submitted to the City Engineer on a daily basis. 2.04 DEFECTIVE WORK Within the time periods that the City specifies, the Contractor shall correct all deficient, improperly executed, or unsatisfactory Work determined by the City. The Contractor shall remove and shall repair or replace, at his/her own expense any part of the Work that is deficient, improperly executed, or unsatisfactorily executed, even though it has been included in the monthly estimates. If he/she refuses or neglects to remove, repair, or replace such defective Work, prior to the City’s acceptance of the Work, it may be replaced by the City at the expense of the Contractor, plus 15% for overhead expenses, and his/her sureties shall be liable therefor. (See Paragraph 2.15 for curing defects after acceptance of the Work.) 2.05 CITY’S RIGHT TO CARRY OUT THE WORK A. Notwithstanding other remedies available to the City, if the Contractor defaults, fails to perform Work required by the Contract Documents, or otherwise neglects to carry out the Work in accordance with the Contract Documents and fails within a 48 hour period after receipt of written notice from the City to commence and correct such default, failure to perform, or neglect with diligence and promptness, the 221 City, at its sole discretion and without obligation, may, with its own or outside forces, perform the Work Contractor has failed to perform and/or replace or correct deficiencies in the Work. In such case, a Change Order or Construction Change Directive shall be issued deducting from payments then or thereafter due to the Contractor the cost of completion, replacement or correction of such deficiencies, including compensation for additional services by the City’s project management staff, the Architect, and their respective consultants made necessary by such default, failure to perform, or neglect, plus 15% for City’s overhead expenses. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the City immediately. This remedy is cumulative. B. The City also has the right, but not the obligation, to self-perform or have outside forces perform portions of the Work previously assigned to Contractor. In such case a Change Order or Construction Change Directive shall be issued, reducing the Contract Sum by the Unit Price(s) applicable to such deleted Work or, in the absence of Unit Prices, an amount that reflects the reasonable cost of performing such deleted Work. 2.06 COMMUNICATIONS AND NOTICES REGARDING THE WORK A. Notices under the Contract Documents shall be in writing and (a) delivered personally, (b) sent by certified mail, return receipt requested, (c) sent by a recognized overnight mail or courier service, with delivery receipt requested, or (d) sent by facsimile communication followed by a hard copy and with receipt confirmed by telephone, to the following addresses (or to such other address as may from time to time be specified in writing by such Person): All correspondence with Contractor shall be sent to the following address: General Pump Company, Inc. 159 N. Acacia Street San Dimas, CA 91773 Attention: Michael Bodart Phone: (805)482-1215 Facsimile: (909)599-6238 All communications shall be copied to City and shall be delivered to City’s Director at the address set forth below, with copies to such additional persons as may be directed by City’s Director. City of Vernon Public Utilities Department 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Kelly Nguyen Phone: (323)583-8811 Facsimile: (323)826-1408 E-mail: knguyen@ci.vernon.ca.us B. Notices shall be deemed received when actually received in the office of the addressee (or by the addressee if personally delivered) or when delivery is refused, as shown on the receipt of the U. S. Postal Service, private carrier or other Person making the delivery. Notwithstanding the foregoing, notices sent by facsimile after 4:00 p.m. Pacific Standard or Daylight Time (as applicable) and all 222 other notices received after 5:00 p.m. shall be deemed received on the first business day following delivery (that is, in order for a fax to be deemed received on the same day, at least the first page of the fax must have been received before 4:00 p.m.). Any technical or other communications pertaining to the Work shall be conducted by Contractor's Project Manager and technical representatives designated by City. Contractor's representatives shall be available at all reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters concerning the Work. C. Contractor shall copy City on all written correspondence pertaining to the Contract between Contractor and any Person other than Contractor's Subcontractors, consultants and attorneys. D. Notification of Affected Residents/Businesses – The Contractor shall be responsible for distribution of the general information letter of the project to all affected residents and businesses. A project general information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution to all residents, business establishments, and institutions fronting on or directly affected by the project. The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate residences and buildings in the subject area. Distribution shall be accomplished in a manner acceptable to the City Engineer and shall be five (5) working days prior to the beginning of construction operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible for such other notifications as may be required related to necessary closures of streets, alleys, driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where the closures and access or parking restrictions required in the performance of any work under this contract preclude any resident, tenant, or property owner from utilizing the premises or conducting business thereon in a reasonable and customary manner. Additional notification to the affected businesses and residents shall be prepared by the City and distributed by the Contractor for roadway and driveway closures five (5) working days in advance of any construction work. No removal or excavation work is allowed until the additional notification has been distributed to the affected residents and businesses. If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all the affected residents and places of business shall be re-notified of the revised schedule, in writing, as indicated above. Contractor costs for all of the above notifications shall be considered as included in the appropriate items of the Bid Proposal. E. Notification of Utilities – The provisions of Section 5 entitled "Utilities" of the “Greenbook” Standard Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern California (U.S.A.) at least two working days in advance of the construction work 2.07 INDEPENDENT CONTRACTOR The Contractor in the performance of the Work hereunder will be acting in an independent capacity and not as an agent, employee, partner, or joint venture of the City. 2.08 EMERGENCY WORK A. During Working Hours: In case of an emergency which threatens loss or injury of property, and/or safety of life during working 223 hours, the Contractor shall act, without previous instructions from the City, as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. B. Outside of Working Hours: Whenever, in the opinion of the City, there shall arise outside of the regular Working hours on the Contract Work of an emergency nature which threatens loss or injury of property, or danger to public safety, the Contractor shall act, without previous instructions from the City as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. In the event the Contractor is not able to respond to an emergency outside of regular working hours, the City's forces will handle such emergency Work. If such emergency arises out of or is the result of operations by the Contractor, the cost of the corrective measures will be billed to the Contractor and deducted from his/her payment as provided in the Contract Documents. The performance of emergency Work by City forces will not relieve the Contractor of any of his/her responsibilities, obligations, or liabilities under the Contract. 2.09 SUBCONTRACTORS A. Each subcontract shall contain a reference to the Contract between the City and the principal Contractor, and the terms of the Contract and all parts thereof shall be made part of each subcontract insofar as applicable to the Work covered thereby. If, in the Director’s opinion, the Subcontractor fails to comply with the requirements of the principal Contract insofar as the same may be applicable to the Subcontractor’s Work, the Director may disqualify the Subcontractor. B. Nothing contained in these Contract Documents shall be construed as creating any contractual relationship between any Subcontractor and the City. C. The Contractor shall be considered the employer of the Subcontractors and shall be fully responsible to the City for the acts and omissions of Subcontractors and of persons employed by them as the Contractor is for the acts and omissions of persons directly employed by him/her. D. The Contractor shall be responsible for the coordination of the trades, Subcontractors, and material suppliers engaged upon the Work. It shall be the Contractor’s duty to see that all of his/her Subcontractors commence their Work at the proper time and carry it on with due diligence so that they do not delay or injure either the Work or materials; and that all damage caused by them or their workers is made good at his/her expense. E. The City will not undertake to settle differences between the Contractor and his/her Subcontractors or between subcontractors. F. The Contractor shall utilize the services of specialty Subcontractors, without additional expense to the City, on those parts of the Work which are specified to be performed by specialty contractors. 2.10 USE OF FACILITIES PRIOR TO COMPLETION OF CONTRACT A. Whenever in the opinion of the Director any Work under the Contract, or any portion(s) thereof, is in a condition suitable for use by the City, the City may, after written notice and designation from the 224 Director to the Contractor, use (which includes, but is not limited to, taking over or placing into service) any portion(s) designated by the Director. B. The use of any portion(s) by the City shall not be construed as, and will not constitute acceptance in any sense, of any portion(s) of the Work of the Contractor nor will such use trigger the running of any warranty and/or guarantee periods. C. All necessary repairs, renewals, changes, or modifications in the Work or any portion thereof so used, not due to ordinary wear and tear, but due to defective materials or workmanship, the operations of the Contractor, or any other cause, shall be made at the expense of the Contractor. D. The use of any portion(s) by the City shall not relieve the Contractor of any of his/her responsibilities or liabilities under the Contract nor constitute a waiver by the City of any of the conditions thereof. Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof, nor impair, reduce, or change the amount of liquidated damages. 2.11 COOPERATION WITH OTHER WORK FORCES A. The City reserves the right to perform other Work at or near the site at any time by the use of its own forces or other contractors. B. Other contractors, other utilities and public agencies or their contractors, other City contractors, and City personnel may be working in the vicinity during the project construction period. There may be some interference between these activities and the Work under the Contract Documents. The Contractor shall cooperate and coordinate his/her Work with that of other Work forces to assure timely Contract completion. 2.12 AGREEMENTS WITH PROPERTY OWNERS Agreements with property owners for storing excavated material, storing any other materials, or for any other purpose related to the Work shall be made in writing and a copy submitted to the Director for his/her information. All storage charges shall be at the Contractor’s sole expense. 2.13 PROTECTION OF PROPERTY All public and private property, pavement or improvement, shall be safely guarded from damage or loss in connection with this Contract by the Contractor at all times. Should any facility, structure, or property be damaged during operations of the Contractor, he/she shall immediately notify the property owners or authorities. All damages and losses incurred shall be paid by the Contractor. 2.14 CONTRACTOR'S RESPONSIBILITIES FOR LOSSES OR LIABILITIES A. Risk of Loss Except as otherwise provided in the Contract Documents and except as to the cost of repair or restoration of damage to the Work caused by force majeure, the Contractor shall bear all losses resulting to him/her on account of the amount or character of the Work, or from any unforeseen obstructions or difficulties which may be encountered, or from any encumbrances on the line of the Work, or because the nature of the ground in or on which the Work is done is different from what is assumed. The Contractor shall bear the risk for any City equipment, material, or supplies with which he/she has been entrusted. 225 B. Materials and Facilities The Contractor shall be responsible for materials and facilities as hereinafter provided and in the event of his/her failure to carry out said responsibilities, the same may be carried out by the City at the expense of the Contractor: 1. The Contractor shall be responsible for any materials so furnished and for the care of all Work until its completion and final acceptance, and he/she shall at his/her own expense replace damaged or lost materials and repair damaged parts of the Work. 2. The Contractor shall protect City facilities from damage resulting from his/her Work. City facilities damaged by, or as a result of, the Contractor's Work under this Contract shall be repaired or replaced, as directed by the Director, at the Contractor's expense. 3. The Contractor shall remove from the vicinity of the completed Work all buildings, rubbish, unused material, concrete forms, and other materials belonging or used under his/her direction during construction. If Contractor fails to completely remove such items within a reasonable time the City may do so at the Contractor’s expense. C. Laws and Regulations 1. The Contractor shall obey all laws, ordinances, and regulations in any manner affecting those engaged or employed on the Work, or the materials used in the Work, or in any way affecting the conduct of the Work, and of all court orders and decrees having any jurisdiction or authority over the same. If any discrepancy or inconsistency should be discovered in this Contract, or in the Drawings or Specifications herein referred to, in relation to any such law, ordinance, regulation, order, or decree, he/she shall immediately report the same in writing to the Director. 2. Contractor shall, at all times, cause all his/her agents and employees to observe and comply with all such applicable laws, ordinances, regulations, orders, and decrees in effect or which may become effective before Final Completion of this Contract. 3. Nothing in the Contract Documents shall be construed to permit Work not conforming to such laws, ordinances, and regulations. If the Contractor ascertains at any time that any requirement of this Contract is at variance with such applicable law requirement, he/she shall immediately notify the Director. 4. If such applicable law requirement was not in effect on the date of submission of bids, any necessary adjustment of the Contract price shall be made as provided in Article 6 herein. If such applicable law requirement was in effect on said date of bid submission, no adjustment of Contract price will be considered. 5. The Contractor, at his/her own expense, shall pay all taxes properly assessed against his/her equipment, materials, or property used or required in connection with the Work. 2.15 WARRANTY AND CORRECTIONS A. Warranty 1. Warranty. The Contractor warrants to the City that: (i) materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents; (ii) the Work will be of good quality and free from defects; (iii) the Work will conform to the requirements of the Contract Documents; and (iv) Contractor will 226 deliver the Project free of stop notice claims. Work not conforming to these requirements, including substitutions not accepted by the City, will be deemed defective. The Contractor’s warranty excludes improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the correction obligation of Paragraph 2.04 herein. 2. Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or are duplicative, Contractor will be bound by the more stringent requirements. 3. Procurement and Assignment of Warranties: Contractor shall obtain in the name of City, or transfer or assign to City or City’s designee prior to the time of Final Completion of the Work, any and all warranties or guarantees which Contractor is required to obtain pursuant to the contract Documents and which Contractor obtained from any other person or entity other than Contractor including, but not limited to, Subcontractors and manufacturers, and further agrees to perform the Work in such a manner so as to preserve any and all such warranties. Contractor shall secure written warranties from all Subcontractors. Contractor and its Subcontractors shall offer any warranty upgrades or extensions that are offered by manufacturers of any equipment or system installed in the Work to the City. Contractor shall deliver to City all warranty and guarantee documents and policies. 4. Survival of Warranties: The provisions of this paragraph 2.15 will survive Contractor’s completion of the Work or termination of Contractor’s performance of the Work. B. Correction of Work 1. Before or After Final Completion. The Contractor shall promptly correct Work rejected by the City or City’s designee, as failing to conform to the requirements of the Contract Documents, whether discovered before or after Final Completion and whether or not fabricated, installed, or completed. Costs of correcting such rejected Work, including additional testing, inspections, and compensation for the City’s services and expenses made necessary thereby, will be at the Contractor’s expense within the Contract Price. 2. After Final Completion. (a) In addition to the Contractor’s warranty obligations under Paragraph 2.15-A, if, within one (1) year after the date of Final Completion of the Work or within the time period established by any applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall commence correction or replacement of such Work within forty-eight (48) hours after receipt of written notice from the City to do so. The Contractor shall perform such corrective work without charge or cost to the City after Final Completion of the Work. The City shall give such notice promptly after discovery of the condition. (b) If the Contractor fails to commence correction or replacement of non-conforming Work within forty-eight (48) hours after receipt of written notice, the City will proceed to have defects repaired or replaced at the expense of the Contractor and its Performance Bond surety, plus fifteen percent (15%) for the City’s overhead and administrative expense. The City may charge such costs against any payment due Contractor. If, in the opinion of the City, defective work creates a dangerous or hazardous condition or requires immediate correction or attention to 227 prevent further loss to the City or to prevent interruption of operations of the City, the City may take immediate action, give notice, make such correction, or provide such attention and the cost of such correction or attention will be charged against the Contractor. Such action by the City will not relieve the Contractor of the warranties provided in this Article or elsewhere in the Contract Documents. 3. Replacement or Removal of Defective or Unauthorized Work. The Contractor shall remove from the Site and replace those portions of the Work which are not in accordance with the requirements of the Contract Documents in a manner acceptable to and as ordered by the Director. No compensation shall be allowed for such removal or replacement. Director shall have authority to cause defective work to be remedied, removed or replaced and to deduct the costs from monies due or to become due to the Contractor. 4. Destruction or Damage. In the event the Contractor destroys or damages any construction of the City or another contractor while correcting or removing Work which is not in accordance with the requirements of these Contract Documents, the Contractor shall bear the cost of repairing or reconstructing that other construction as well. 5. No Limitation. Nothing contained in Paragraph 2.15-B will be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of the one-year period for correction of Work as described in Paragraph 2.15-B relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the limitations periods established by statute for any construction defect or other causes of action. 2.16 CLEANING AND ENVIRONMENTAL CONTROLS The Contractor, Subcontractors and employees shall comply with all litter and pollution laws and it shall be the responsibility of the Contractor to ensure compliance. The Contractor shall do all of the following: A. Maintain the Site free of waste materials, debris, and rubbish and in a clean and orderly condition; and Remove waste materials, debris and rubbish from site and dispose off-site legally. B. The Contractor shall maintain at his/her disposal any and all equipment necessary to prevent and remediate any sanitary sewer overflow arising out of the Work. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles, as directed by the Director, to maintain the affected areas in a condition of cleanliness acceptable to the City at all locations affected by the Contractor’s operations. For purposes of this Paragraph, the affected areas include the project Site as well as all haul routes to and from the project Site and all areas of construction and restoration which have not been completed. C. The Contractor shall take appropriate action to ensure that no dust originates from the project Site. D. Any equipment or vehicles driven and/or operated within or adjacent to a street gutter, storm drain, runoff conveyance or ocean shall be checked and maintained daily to prevent leaks of materials that if introduced to water could be deleterious to aquatic life. E. No debris, soil, silt, sand, bark, trash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any construction, or associated activity or whatever nature shall be allowed to enter into or placed where same may be washed by rainfall or runoff into waters of the State. When operations are completed, any excess materials or debris shall be removed from the Work area. 228 2.17 WATER POLLUTION CONTROL A. The Contractor shall meet all applicable City of Vernon, state and federal clean water laws, rules and regulations including but not limited to all conditions set forth in the Vernon Municipal Code Chapter 21, Article 5 regarding stormwater and urban runoff controls as it relates to public agency activities including, but not limited to storm and/or sanitary sewer system inspection and repair, street sweeping, trash pick-up and disposal, and street and right-of-way construction and repair are required to implement and maintain the activity specific Best Management Practices (BMPs) listed in Table 2-1 below in compliance with the National Pollutant Discharge Elimination System (NPDES) requirements. Contractor shall not discharge any water containing trash, debris, pollutants, fuels, oils, soaps or other non-allowable constituents from its sweeping vehicles upon any city street, to any storm drain or any non-permitted outlet. As part of its submission, contractor shall describe its methods for preventing NPDES violations during sweeping operations within the City. In addition, Contractor shall comply with all NPDES requirements at its maintenance facilities, storage yards and company facilities. Failure to comply with this section may result in termination for cause by the City of any contract resulting from this solicitation. Table 2-1. BMPs for Public Agency Facilities and Activities General and Activity Specific BMPs General BMPs Scheduling and Planning Spill Prevention and Control Sanitary/Septic Waste Management Material Use Safer Alternative Products Vehicle/Equipment Cleaning, Fueling and Maintenance Illicit Connection Detection, Reporting and Removal Illegal Spill Discharge Control Maintenance Facility Housekeeping Practices Flexible Pavement Asphalt Cement Crack and Joint Grinding/ Sealing Asphalt Paving Structural Pavement Failure (Digouts) Pavement Grinding and Paving Emergency Pothole Repairs Sealing Operations Rigid Pavement Portland Cement Crack and Joint Sealing Mudjacking and Drilling Concrete Slab and Spall Repair Slope/Drains/Vegetation Shoulder Grading Nonlandscaped Chemical Vegetation Control Nonlandscaped Mechanical Vegetation Control/Mowing Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Fence Repair Drainage Ditch and Channel Maintenance Drain and Culvert Maintenance Curb and Sidewalk Repair Litter/ Debris/ Graffiti Sweeping Operations 229 Litter and Debris Removal Emergency Response and Cleanup Practices Graffiti Removal Landscaping Chemical Vegetation Control Manual Vegetation Control Landscaped Mechanical Vegetation Control/ Mowing Landscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Irrigation Line Repairs Irrigation (Watering), Potable and Nonpotable Environmental Storm Drain Stenciling Roadside Slope Inspection Roadside Stabilization Stormwater Treatment Devices Traction Sand Trap Devices Bridges Welding and Grinding Sandblasting, Wet Blast with Sand Injection and Hydroblasting Painting Bridge Repairs Other Structures Pump Station Cleaning Tube and Tunnel Maintenance and Repair Tow Truck Operations Toll Booth Lane Scrubbing Operations Electrical Sawcutting for Loop Installation Traffic Guidance Thermoplastic Striping and Marking Paint Striping and Marking Raised/ Recessed Pavement Marker Application and Removal Sign Repair and Maintenance Median Barrier and Guard Rail Repair Emergency Vehicle Energy Attenuation Repair Storm Maintenance Minor Slides and Slipouts Cleanup/ Repair Management and Support Building and Grounds Maintenance Storage of Hazardous Materials (Working Stock) Material Storage Control (Hazardous Waste) Outdoor Storage of Raw Materials Vehicle and Equipment Fueling Vehicle and Equipment Cleaning Vehicle and Equipment Maintenance and Repair Aboveground and Underground Tank Leak and Spill Control 230 B. Water Quality Protection Requirements for Construction Projects with Less than One (1) Acre of Disturbed Soil. All construction projects, regardless of size, will be required to implement best management practices (BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the minimum water quality protection requirements and implement all applicable set of BMPs as defined in Table 2-2. Please refer to the California Stormwater Quality Association’s Construction Handbook (available on their website: www.cabmphandbooks.com) for further information regarding the BMPs listed in Table 2-2. All construction projects with Less than One (1) Acre of Disturbed Soil shall submit to the City a signed Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit (Exhibit 5). The Contractor may self-certify that the following training was completed on an annual basis providing they certify they have received all applicable training:  The Contractor shall train all of their employees in targeted positions (whose interactions, jobs, and activities affect stormwater quality) on the requirements of the overall stormwater management program.  When the Work includes the use or have the potential to use pesticides or fertilizers, the Contractor shall train all of their employees (whether or not they normally apply pesticides or fertilizers as part of their work). Training programs shall address: 1) The potential for pesticide-related surface water toxicity 2) Proper use, handling, and disposal of pesticides Table 2-2 Minimum Water Quality Protection Requirements and Applicable Set of BMPs for All Construction Projects Category Minimum Requirements BMPs 1. Sediment Control Sediments generated on the project site shall be retained using adequate Treatment Control or Structural BMPs. Sediment Control 2. Non-Stormwater Management, Waste Management and Materials Pollution Control Construction-related materials, wastes, spills or residues shall be retained at the project site to avoid discharge to streets, drainage facilities, receiving waters, or adjacent properties by wind or runoff. Non-storm water runoff from equipment and vehicle washing and any other activity shall be contained at the project sites. Stormwater Management; Waste Management 3. Erosion Control Erosion from slopes and channels shall be controlled by implementing an effective combination of BMPs, such as the limiting of grading scheduled during the wet season; inspecting graded areas during rain events; planting and maintenance of vegetation on slopes; and covering erosion susceptible slopes. Erosion Control 231 3) Least toxic methods of pest prevention and control, including Integrated Pest Management 4) Reduction of pesticide use C. Water Quality Protection Requirements for Construction Projects with One (1) Acre (or greater) of Disturbed Soil. In addition to the minimum BMPs required in Paragraphs A and B, all construction projects where at least one (1) acre of soil will be disturbed, construction activity that results in land surface disturbances of less than one acre if the activity is part of a larger common plan of development, or the sale of one or more acres of disturbed land surface requires a Construction Activities Storm Water General Permit (2009-0009-DWQ Permit). Prior to commencement of construction activities, the Permit Registration Documents (PRDs) must be submitted electronically in the Storm Water Multi-Application Report Tracking System (SMARTS) (http://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.jsp). PRDs consist of the Notice of Intent, Risk Assessment, Post-Construction Calculations, a Site Map, the Storm Water Pollution Prevention Plan (SWPPP), a signed certification statement by the Legally Responsible Person (LRP), and the first annual fee. See: http://www.swrcb.ca.gov/water_issues/programs/stormwater/construction.shtml for more information. A Waste Discharger Identification (WDID) will be emailed to the LRP after the PRDs have been submitted and are deemed complete. Construction activities cannot begin until a WDID is issued by the State Water Resources Control Board. Contractor shall bear the costs of any delays to the Project caused by a delay in obtaining its WDID. The SWPPP shall include: 1. The name, location, period of construction, and a brief description of the project; 2. Contact information for the owner and contractor; 3. The building permit number for the project; 4. The grading permit number for the project (where applicable); 5. A list of major construction materials, wastes, and activities at the project site; 6. A list of best management practices to be used to control pollutant discharges from major construction materials, wastes, and activities; 7. A site plan (construction plans may be used) indicating the selection of BMPs and their location where appropriate; 8. Non-storm water discharges, their locations, and the BMPs necessary to prevent the discharge; 9. A maintenance and self-inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs; and 10. A certification statement that all required and selected BMPs will be effectively implemented. Within seven (7) days after the City awards the Contract, the Contractor shall submit seven (7) copies of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the plan. If revisions are required, the Contractor shall revise and re-submit the document within seven (7) days of its receipt of the City’s comments. The City shall then have seven (7) days to consider the revisions made by the Contractor and approve the SWPPP. The Contractor shall maintain a minimum of two (2) readily accessible copies of the SWPPP at the Project site. The SWPPP shall be made available upon request of a representative of the Los Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection 232 Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City. D. Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities. The plan will describe and ensure the implementation of Best Management Practices (BMPs) which will be used to reduce pollutants in the storm water discharges from the construction site. A Best Management Practice is defined as any program, technology, process, operating method, measure, or device that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development, and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and construction operations. Copies of the California Stormwater BMP Handbooks may be obtained from: California Stormwater Quality Association P.O. Box 2313 Livermore, CA 94551 www.cabmphandbooks.com Cashier Los Angeles County DPW 900 South Fremont Avenue Alhambra, CA 91803 Tel. No. (626) 458-6959 E. Implementation The Contractor will be responsible throughout the duration of the Project for the installation, monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions, contractor’s activities, or construction operations. The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP control measures to protect soil-disturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures. Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted prior to the end of the following workday, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this Paragraph 2.17. Unless otherwise directed by the City, the Contractor’s responsibility for SWPPP implementation shall continue throughout any temporary suspension of the Work. F. Sewage Spill Prevention. The Contractor’s attention is directed to the sewer bypass operation required during any sewer construction pursuant to the 2012 edition of the “Greenbook” Standard Specifications for Public Works Construction, Section 500.1.2.4 or as that section is subsequently amended. The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site. 233 The Contractor shall be fully responsible for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is damaged by the contractor shall be immediately repaired at the Contractor’s expense. The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills. G. Sewage Spill Telephone Notification Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two City Departments: Sewer Maintenance Services ...............City of Vernon Control Center: (323)826-1461 Fire Department Dispatch Center ................................................................................. 911 The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors. However, if these City representatives are not available, then the Contractor shall immediately call: Joanna Moreno (323)919-2396 H. Sewage Spill Written Notification The Contractor shall prepare and submit a written report to the Director within three (3) Working Days from the occurrence of a spill to the City. This report shall describe all of the following: 1. The exact location on the Thomas Guide map 2. The nature and volume 3. The date, time and duration 4. The cause 5. The type of remedial and/or cleanup measures taken and date and time implemented 6. The corrective and preventive action taken, and 7. The water body impacted and results of necessary monitoring I. Enforcement The City is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and private citizens. The Contractor shall indemnify, defend and hold City, its officers, agents and employees harmless from Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. Contractor shall be responsible for all costs and liabilities imposed by law as result of Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. The costs and liabilities include, but are not limited to fines, penalties and damages whether assessed against the City or the Contractor. In addition to any remedy authorized by law, any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied. 234 J. Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the SWPPP. The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure, or reinitiate any BMPs that have been discontinued. If the City identifies a deficiency in the deployment or functioning of identified control measures, the deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to by Director and if requested in writing, but not later than the onset of the subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. K. Payment All costs involved in the implementation of the SWPPP, including furnishing all labor, materials, tools, equipment and all incidentals; and for doing all the work involved in installing, constructing, maintaining, removing, and disposing of control measures, except those that were installed as a part of another structure, shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefor. 2.18 SOLID WASTE DISPOSAL AND DIVERSION The Contractor shall submit to the Director the following summary of solid waste generated by the Work, disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that specifically identify the project generating the material. Said documents must be from recyclers and/or disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the Director with each application for progress payment. Failure to submit the form and its supporting documentation will render the application for progress payment incomplete and delay progress payments. SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION Project Title: ______________________________ Specification No. ___________ Type of Material (a) Disposed in Class III Landfills (b) Diverted from Class III Landfills by Recycling (c) [Leave This Column Blank] (d) Disposed in Inert Fills Tons/CY Tons/CY Tons/CY Tons/CY Asphalt Concrete Metal Other Segregated Materials (Describe): Miscellaneous Construction Waste Total Form to be submitted to the City SIGNATURE: TITLE: 235 DATE: 2.19 RECYCLED, REUSABLE AND RECYCLABLE PRODUCTS The Contractor is encouraged to propose recycled, reusable and recyclable products for use by the City. Those items should be clearly identified. The City may require further information or documentation to ascertain the suitability/appropriateness of a proposed product. [END OF ARTICLE] 236 ARTICLE 3 - TIME OF COMMENCEMENT AND COMPLETION 3.01 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK A. Notice to Proceed The Contractor is not authorized to perform any Work the Contract Documents until he/she has received from the City an official notification to commence Work. The date on which the notification is received by the Contractor is herein referred to as the Notice to Proceed. The Contractor shall commence Work on the Date of Commencement established in the Notice to Proceed is issued. The Notice to Proceed shall be issued after the Contract is properly executed, bonds are furnished and approved, and insurance has been submitted and approved. B. Prosecution of the Work Work shall be continued at all times with such force and equipment as will be sufficient to complete it within the specified time. The Contractor expressly proposes that he/she has taken into consideration and made allowances for all ordinary delays and hindrances to the Work to be performed and that he/she will complete the Work within the specified time. C. Required Contract Completion Time is of the essence in the completion of this Contract. The Work shall be completed in its entirety and made ready for service within ninety (90) calendar days following the Date of Commencement established in the Notice to Proceed (“Contract Time”). By executing the Contract, Contractor confirms that the Contract Time is a reasonable period for performing the Work. 3.02 CITY'S DISCRETION TO EXTEND CONTRACT TIME In the event the Work required hereunder is not satisfactorily completed in all parts and in compliance with the Contract Documents, City shall have the right, in its sole discretion, to increase the number of Working Days or not, as may seem best to serve the interest of City. A change order extending the Contract Time only will be issued by the City should the City decide to increase the number of Working Days. 3.03 SUBSTANTIAL COMPLETION A. Contractor Request for Inspection and Punch List When the Contractor considers that it has achieved Substantial Completion of the Work, or designated portion thereof, Contractor shall prepare and submit to the Director a request for inspection and a comprehensive punch list of items to be completed or corrected prior to Final Payment. Failure to include an item on such punch list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. B. City Inspection Upon receipt of the Contractor's punch list, the Director will make an inspection to determine whether the Work or designated portion thereof is Substantially Complete. If the inspection discloses any item, whether or not included on the Contractor's punch list, which is not sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before City's issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by City. The 237 Contractor shall then submit a request for another inspection by City to determine Substantial Completion. C. Certificate of Substantial Completion When the Work or designated portion thereof is substantially complete, the Director will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of the City and Contractor for security, maintenance, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall finish all items on the Contractor’s punch list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work. Contractor shall deliver to City all warranty and guarantee documents and policies. 3.04 DELAYS AND EXTENSIONS OF TIME FOR CONTRACTOR A. The Contractor shall take reasonable precautions to foresee and prevent delays to the Work. In the event of any delay to the Work, the Contractor shall revise his/her sequence of operations, to the extent possible under the terms of the Contract, to offset the delay. B. If any delay to the Work is caused by circumstances within the Contractor's control, it is not excusable and not compensable, and the Contractor will not be entitled to any extension of time or to any other compensation for damages resulting directly or indirectly therefrom. C. If any delay having a direct effect on the Work is caused by circumstances beyond the control of the Contractor except for causes of delay specified in Paragraph 3.04-D., such delay may be excusable and may entitle the Contractor to an equivalent extension of time, but not to any other compensation. Excusable but not compensable causes include but are not limited to labor disputes, weather conditions unfavorable for prosecution of the Work, and force majeure. D. If any delay having a direct effect on the Work is caused by failure of the City to provide information as specified, or necessary instructions for carrying on the Work, or to provide the necessary right of way or site for installation, or failure of a utility to remove or relocate an existing facility such delay may be compensable and may entitle the Contractor to an equivalent extension of time, and to compensation for damages resulting directly from any of the causes of delay specified in this paragraph. E. The Contractor shall notify the Director in writing of any delay having a direct effect on the Work and the causes thereof within 15 days from the beginning of such delay. F. Any claim for an extension of time or for compensation for damages resulting from delay shall be made in writing to the Director not more than 30 days after the ending of such delay. The Contractor shall provide a written report evaluating the impact of the delay which shall include, at a minimum, all of the following: 1. a narrative description of the delay and its impact on the critical path to Substantial Completion of the Work or a portion of the Work designated by City; 2. a detailed breakdown of the Allowable Costs, if any, sought by Contractor due to the delay; 3. the number of days of extension sought by Contractor as an adjustment to the Contract time; 4. a statement that Contractor has complied with the requirements of the General Conditions for written notice of delays, along with the dates and copies of such notices; 238 5. the measures taken by Contractor and Subcontractors to prevent or minimize the delay; and 6. the Contactor’s recommendations for reordering or re-sequencing the Work to avoid or minimize further delay. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of the overall Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. G. The Director will investigate the facts and ascertain the extent of the delay, and his/her findings thereon shall be final and conclusive. H. Failure of the Contractor to give written notice of a delay, or to submit or document a claim for an extension of time or for damages resulting from delay in the manner and within the times stated above shall constitute a waiver of all claims thereto. I. When a Contractor experiences two concurrent delays, one compensable and the other excusable, no compensation other than an extension of time will be allowed. J. An extension of time must be approved by the Director to be effective, but an extension of time whether with or without consent of the sureties, shall not release the sureties from their obligations, which shall remain in full force until the discharge of the Contract. 3.05 CLIMATIC CONDITIONS A. The Director may suspend the Work whenever weather conditions or conditions resulting from inclement weather are unfavorable for the prosecution of the Work. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. B. If the Contractor believes that Work should be suspended under this Paragraph 3.05, he/she may request such suspension. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. C. No extension of time will be granted for suspension of Work unless the suspension affects the timely completion of all Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. Determination that the suspension for inclement weather conditions or conditions resulting from inclement weather affects timely completion and entitles the Contractor to an extension of time shall be made and agreed to in writing by the Director and the Contractor on each day that Work is suspended. In the event of failure to agree, the Contractor may protest under the provisions of Paragraph 7.07. D. If Work is suspended and an extension of time is granted under this Paragraph 3.05 the Contractor will be entitled to a one day extension of time for each day that he/she is unable to Work at least one-half of his/her current normal Work day; and if the Work is suspended at the regular starting time on any Work day and the Contractor's Workforce is dismissed as a result thereof, then he/she will be entitled to a one day extension of time whether or not conditions change thereafter and the major portion of the day is suitable for Work. 3.06 COMPLETION AND ACCEPTANCE A. Upon request by the Contractor, the Director shall conduct a final inspection of the Work. If, in the Director’s opinion, Final Completion has been achieved, the Director will accept the Work by issuing a “Notice of Completion” of the Work to the Contractor. Upon the issuance of the Notice of Completion 239 the Contractor will be relieved from responsibility to protect the Work. B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder. 3.07 LIQUIDATED DAMAGES A. Contractor and City agree to liquidate damages in the amount of seven hundred fifty dollars ($750) per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents. B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day that Substantial Completion is delayed. C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of the Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement. D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages. Contractor shall pay the difference to City. [END OF ARTICLE] 240 ARTICLE 4 - CONSTRUCTION SCHEDULES 4.01 BASELINE PROJECT SCHEDULE The Contractor shall submit his/her work Baseline Project Schedule, in electronic as well as hard-copy format, to the Director at the pre-construction meeting showing in detail how the Contractor plans to execute and coordinate the Work. The construction schedule shall show the sequence of work, critical path and estimated time for completion of each segment of work. This schedule must be reviewed and accepted by the Director before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule forecasting two (2) weeks of work describing each day’s work. This schedule shall be updated and submitted to the City every other Monday during the construction period. The Contractor shall give 48 hours notice to the City Engineer prior to the start of the work. A. Format 1. At a minimum, the Baseline Project Schedule activities shall be coded on a work discipline basis and by geographic area or location on the Project. The Baseline Project Schedule shall include a detailed description of each activity code. The Baseline Project Schedule shall be based on and incorporate contract milestone and completion dates specified in the Contract Documents. It shall depict events, jobs, and their interrelationships and shall recognize the progress that must be made on one task before subsequent tasks can begin. The schedule shall be comprehensive and shall include all logical interdependencies and interactions required to perform the Work of the Project. 2. Overall time of completion and time of completion for each milestone shown on the Schedule shall adhere to the specified Contract Time, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City and formalized by Change Order. 3. Contractor shall use the latest version of Microsoft Project or equivalent software agreed to by the parties. 4. The City will review the submitted Baseline Project Schedule for conformance with these scheduling requirements. Within fourteen (14) calendar days after receipt, the City will accept the proposed Baseline Project Schedule or will return it with comments. If the proposed Baseline Project Schedule is accepted by the City, it shall be deemed part of the Contract Documents. If the Baseline Project Schedule is not accepted by City, Contractor shall revise the Baseline Project Schedule, in accordance with the recommendations of the City, and re-submit same for acceptance, no later than seven (7) calendar days after receipt of said recommendation. 5. Acceptance of Baseline Project Schedule by City, failure to include an element of work, or inaccuracy in Baseline Project Schedule shall not relieve Contractor from the responsibility for accomplishing the Work in accordance with the Contract Documents. B. Float 1. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the scheduled completion of the milestones and/or time of completion. All other Work activities are defined as non-critical Work activities and are considered to have float. Float is defined as the time that a non-critical Work activity can be delayed or extended without delaying the scheduled completion of the milestones and/or time of completion. Float is considered a Project resource available to either party or both parties as needed. Once identified, Contractor shall monitor, account for, and maintain float in accordance with Critical Path Methodology. 241 2. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the delays consume all float associated with that non-critical Work activity and cause the Work activity to become critical. 3. It is acknowledged that City-caused time savings (i.e., critical path submittal reviews returned in less time than allowed by the Contract Documents, approval of substitution requests which result in a savings of time for Contractor, etc.) create shared float. Accordingly, City-caused delays may be offset by City-caused time savings. C. Weather (This section applies only to projects of one (1) year duration or longer) The completion time contemplated by this Contract anticipates ____________ lost days (Work Days) due to normal weather conditions annually and prorated for any duration less than twelve months. Only unusual or extreme weather conditions, as determined by the National Oceanic and Atmospheric Administration, for the time of year will be considered as justification for an extension of time to complete the Project, and only after the ____________ weather days have been utilized. Annual weather days are not cumulative, and unused days shall become “float” for the benefit of the project, and the schedule adjusted accordingly. The use of weather days by the Contractor shall be subject to all the conditions of claim for an extension of time. The Contractor shall notify the City in writing within ten (10) days of the commencement of each rain event. D. Early Completion While the Contractor may schedule completion of the Project earlier than the date established by the Contract Documents, no additional compensation shall become due the Contractor for the use of float time between the Contractor’s projected early completion date and the date for Substantial Completion established by the Contract Documents, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City, and formalized by Change Order. 4.02 SCHEDULE UPDATES A. With each Application for Payment submitted by Contractor (other than the final Application for Payment), the Contractor shall submit to the City an updated Project Schedule revised to indicate the Work completed, status of Work in progress, all progress slippages, corrective actions taken, or slippage carry-over, for all anticipated delays or difficulties, and all other information required to accurately present the actual status of the progress of the Work as of the date of the Application for Payment. If the Contractor does not submit an updated Project Schedule with an Application for Payment, City may withhold payment, in whole or in part, until the updated Project Schedule is submitted. In the event that an update to the Project Schedule indicates a delay to the Contract Time the Contractor shall propose an affirmative plan to correct each such delay, including overtime and/or additional labor, if necessary. In no event shall any Project Schedule update constitute an adjustment in the Contract Time, any deadline, or the Contract Sum unless any such adjustment is agreed to by the City and authorized pursuant to Change Order or Work Directive. B. At no time shall historical data contained within the updated Project Schedule (i.e. completed activities) be removed and/or altered in any way. This historical data is to be preserved within each of the updated Project Schedules and submitted with the final schedule update to reflect the actual start and finish dates for each activity within the Schedule. C. Any work stoppages within individual work activities that exceed seven (7) calendar days in duration shall be clearly indicated within the updated Project Schedule. In cases where unplanned activity work stoppages exceed seven (7) calendar days activities shall be added to the Project Schedule to clearly 242 indicate the work stoppage period and identify forecasted resumption and completion of the activity where work has stopped. Contractor shall clearly note all schedule revisions when Project Schedule updates are submitted, as required in this Paragraph 4.02 above. 4.03 NONCOMPENSABLE EXTRAORDINARY MEASURES A. Should the City determine, in its sole judgment, that the performance of the Work has not progressed to the level of completion required by the Contract Documents, City shall have the right to order the Contractor to take corrective measures to expedite the progress of construction, at no additional cost to the City, including, without limitation, the following: 1. Working additional shifts of overtime. 2. Supplying additional manpower, equipment, and/or facilities. 3. Reschedule activities to maximize practical concurrence of accomplishment of activities. 4. Submitting a Recovery Schedule discussed above, for resequencing performance of the Work or other similar measures. 5. Any other actions that may be necessary to mitigate delays. B. Such Extraordinary Measures shall continue until the progress of the Work is no longer behind schedule and/or reaches the stage of completion required by the Contract Documents. Contractor shall not be entitled to an adjustment in the Contract Sum in connection with the performance of any such Extraordinary Measures required by the City under this Paragraph. The City may exercise the rights furnished the City pursuant to this Paragraph as frequently as the City deems necessary to ensure that the Contractor’s performance of the Work will comply with the Contract Time or interim completion dates set forth in the Contract Documents. If Contractor or its Subcontractors fail to implement or commence Extraordinary Measures within ten (10) calendar days of City’s written demand, City may, without prejudice to other remedies, take corrective action at the expense of the Contractor which shall reduce the Contract Sum accordingly. 4.04 CONDITION OF PAYMENT Compliance by Contractor with the requirements of the Contract Documents pertaining to preparation, submission, revising and updating of the Schedule is a condition precedent to City’s obligation to make payment to Contractor of any or all sums that might otherwise be due to Contractor in the absence of such noncompliance. Payment by City under circumstances in which City, for any reason, fails or elects not to assert its right to withhold payment for noncompliance with this Paragraph shall not be construed as a waiver of the right to withhold future payments on account of such noncompliance or any other noncompliance. [END OF ARTICLE] 243 ARTICLE 5 - SUSPENSION OR TERMINATION OF CONTRACT 5.01 TERMINATION BY THE CONTRACTOR A. Contractor shall have the right to terminate its performance of the Contract only upon the occurrence of one of the following: 1. The Work is stopped for a period of ninety (90) consecutive days through no act or fault of the Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, due to: a. the issuance of an order of a court or other public authority having jurisdiction; or b. an act of government, such as a declaration of national emergency making material unavailable; and Contractor has given City written notice within ten (10) days of the occurrence of such ground for termination, then the Contractor may, upon thirty (30) additional calendar days written notice to City, unless the reason has theretofore been cured, terminate its performance of the Work. 2. The Work is stopped for a period of 120 consecutive days through no act or fault of Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, because the City has persistently failed to perform any material obligation under the Contract Documents and fails to cure such default within ninety (90) days after the receipt of notice from Contractor stating the nature of such default. B. If Contractor terminates its performance of the Contract in accordance with this Paragraph 5.01, the City shall pay Contractor for the Work executed through the date of termination as set forth in Paragraph 5.04-C below. 5.02 TERMINATION BY THE CITY FOR CAUSE A. Grounds The City shall have the right to terminate the Contractor’s performance of the Contract, in whole or in part, without liability to City if: 1. Contractor fails promptly to begin the Work under the Contract Documents; or 2. Contractor refuses or fails to supply enough properly skilled workers or proper materials; or 3. Contractor fails to perform the Work in accordance with the Contract Documents, including conforming to applicable standards set forth therein in constructing the Project, or refuses to remove and replace rejected materials or unacceptable Work; or 4. Contractor discontinues the prosecution of the Work (exclusive of work stoppage: (a) due to termination by City; or (b) due to and during the continuance of a Force Majeure event or suspension by City); or 244 5. Contractor fails to resume performance of Work which has been suspended or stopped, within a reasonable time after receipt of notice from City to do so or (if applicable) after cessation of the event preventing performance; or 6. Any representation or warranty made by Contractor in the Contract Documents or any certificate, schedule, instrument, or other document delivered by Contractor pursuant to the Contract Documents shall have been false or materially misleading when made; or 7. Contractor fails to make payment to Subcontractors or Material Suppliers for materials or labor in accordance with the respective Contract Documents and applicable law; or 8. Contractor disregards laws, ordinances, or rules, regulations, or orders of a public authority having jurisdiction; or 9. Contractor is guilty of breach of a provision of the Contract Documents; or 10. Contractor becomes insolvent, is adjudicated bankrupt, or makes a general assignment for the benefit of creditors and fails to provide City with adequate assurances of Contractor’s ability to satisfy its contractual obligations. A receiver, trustee, or other judicial officer shall not have any right, title, or interest in or to the Contract. Upon that person’s appointment, City has, at its option and sole discretion, the right to immediately cancel the Contract and declare it null and void. B. City’s Rights. When any of the reasons specified in Paragraph 5.02-A exist, the City may, in addition to and without prejudice to any other rights or remedies of the City, and after giving the Contractor five (5) calendar days written notice, terminate Contractor’s performance of the Work, in whole or in part, and may: 1. Take possession of the site and all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor; 2. Withhold from Contractor amounts unpaid hereunder and to offset such amounts against damages or losses incurred by City; 3. Accept assignment of subcontracts from Contractor, at the sole discretion of City, and 4. Finish the Work by whatever reasonable method the City may deem expedient. Upon request of the Contractor, the City shall furnish to the Contractor a detailed accounting of the costs incurred by the City in finishing the Work. C. Costs If City’s costs to complete and damages incurred due to Contractor’s default exceed the unpaid Contract balance, the Contractor shall pay the difference to the City. D. Wrongful Termination If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor for cause, then said termination shall be deemed converted to a termination for convenience as set forth in Paragraph 5.04 and Contractor’s remedy for wrongful termination in such event shall be limited 245 to the recovery of the payments permitted for termination for convenience as set forth in Paragraph 5.04. 5.03 PARTIAL DELETION OR SUSPENSION OF WORK BY THE CITY A. Contractor agrees that the City may determine whether any or all of the Work described in the Contract Documents shall be deleted or performance suspended without electing to terminate the Contractor’s performance under the Contract and without any penalty being incurred by the City. B. Any such partial deletion or suspension of the Work shall in no way void or invalidate the Contract nor shall it provide Contractor with any basis for seeking payment from City for Work deleted or suspended except to the extent such Work has already been performed and is otherwise compensable under the Contract. C. The City shall have the right to later have any such suspended or deleted Work performed by Contractor or others without any penalty to the City. D. In the event of any partial or complete deletion or suspension of Work, the City shall furnish Contractor with prompt written notice thereof, and the City shall be entitled to take possession of and have as its property all Record Documents, Accounting Records, and other data prepared by Contractor or its Subcontractors. E. Suspension for Convenience. 1. The City may at any time and from time to time, without cause, order the Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time as the City may determine. Such order shall be specifically identified as a “Work Suspension Directive” under this Section. 2. Upon receipt of a Work Suspension Directive, Contractor shall, at the City’s expense, comply with its terms and take all reasonable steps to minimize costs allocable to the Work covered by the Work Suspension Directive during the period of Work stoppage. 3. Within the period of suspension, or such extension to that period as is agreed upon by Contractor and the City, the City shall either cancel the Work Suspension Directive or delete the Work covered by such Work Suspension Directive by issuing a Change Order or Construction Change Directive. 4. If a Work Suspension Directive is cancelled or expires, Contractor shall continue the Work. A Change Order or Construction Change Directive will be issued to cover any adjustments of the Contract Sum and Contract Time necessarily caused by such suspension. No adjustment shall be made to the extent: (a) That performance is, was, or would have been so suspended, delayed, or interrupted by another cause for which the Contractor is responsible; or (b) That an equitable adjustment is made or denied under another provision of the Contract. F. Suspensions for Cause City has the authority by written order to suspend the Work, in whole or in part, without liability to City for Contractor’s failure to: 1. Correct conditions unsafe for the Project personnel or general public, or 246 2. Carry out the Contract; or 3. Carry out orders of City. G. Responsibilities of Contractor During Suspension Periods During periods that Work is suspended, Contractor shall continue to be responsible for the Work and shall prevent damage or injury to the Project, provide for drainage, and shall erect necessary temporary structures, signs or other facilities required to maintain the Project and continue to perform according to the Contract Documents. 5.04 TERMINATION BY THE CITY FOR CONVENIENCE A. Grounds Without limiting any rights which City may have by reason of any default by Contractor hereunder, City may terminate Contractor’s performance of the Contract, in whole or in part, at any time, for convenience upon fifteen (15) calendar days written notice to Contractor. B. Contractor Actions Upon receipt of such notice, Contractor shall perform the duties required by Paragraph 5.05 below. At the election of and as directed by the City, any or all of the subcontracts and purchase orders entered in to by Contractor prior to the effective date of termination shall be terminated or shall be assigned to City. C. Compensation 1. If the Parties are unable to agree on the amount of a termination settlement, the City shall pay the Contractor the following amounts: a. For Work performed before the effective date of termination, the total (without duplication of any items) of: i. The cost of the Work; and ii. A sum, as overhead and profit on the cost of the Work, determined by the City to be fair and reasonable. In no event shall Contractor be entitled to recover overhead or profit on Work not performed. b. The reasonable costs of settlement of the Work terminated, including: i. Accounting, clerical, and other expenses reasonably necessary for the preparation of termination settlement proposals and supporting data, if any; and ii. Storage, transportation, and other costs reasonably necessary for the preservation, protection, or disposition of inventory. 2. Such payment shall be Contractor’s exclusive remedy for termination for convenience and will be due and payable on the same conditions as set forth for final payment to the extent applicable. Upon receipt of such payment, the Contractor and City shall have no further obligations to each other except for Contractor’s obligations with respect to warranties, representations, indemnity, 247 maintenance of insurance, and other obligations that survive termination or Final Completion as provided for herein. 3. It is understood and agreed that no fee, anticipated profit, compensation for lost opportunity costs, or other compensation or payment of any kind or character shall be due or payable for unperformed Work regardless of the basis of termination and the inclusion of this provision within this subparagraph shall in no way limit its application to termination under this Paragraph. 4. Contractor agrees that each of its subcontracts will reserve for the Contractor the same right of termination for convenience provided by this Paragraph 5.04. D. No Consequential Damages Under no circumstances shall Contractor be entitled to anticipatory or unearned profits or consequential or other damages as a result of a termination or partial termination under this Article 5. The payment to Contractor determined in accordance with this Article constitutes Contractor’s exclusive remedy for a termination hereunder. 5.05 CONTRACTOR’S DUTIES UPON TERMINATION FOR CAUSE OR CONVENIENCE If the City terminates Contractor’s performance of Work under the Contract, for cause or convenience or if Contractor terminates a Subcontractor with the City’s approval, Contractor shall: (1) cease performance of the Work to the extent specified in the notice; (2) take actions necessary or that the City may direct, for the protection and preservation of the Work; (3) settle outstanding liabilities, as directed by City; (4) transfer title and deliver to City Work in progress, specialized equipment necessary to perform the Work; (5) submit all Record Documents, Accounting Records and other data prepared pursuant to the Contract by Contractor and/or its Subcontractors, as applicable, to the City with fifteen (15) calendar days after the City’s notice of termination in an organized, usable form, in both hard copy and electronic/digital form, with all items properly labeled to the degree of detail specified by the City; and, (6) except for Work directed by City to be performed prior to the effective date of termination stated in the notice, incur no further costs or expenses and enter into no further subcontracts and purchase orders. No compensation shall be due Contractor, if any, until Contractor complies with the requirements of this Paragraph. [END OF ARTICLE] 248 ARTICLE 6 – CHANGES 6.01 CITY'S RIGHT TO ORDER CHANGES The City, without invalidating the Contract, may authorize changes in the Work consisting of additions, deletions, or other revisions, with the Contract Sum and Contract Time being adjusted accordingly, if necessary. All such changes in the Work shall be authorized by Change Order or Construction Change Directive and Contractor shall perform such changes in the Work according to the applicable requirements of the Contract Documents. 6.02 APPLICABLE PROVISIONS Changes in the Work shall be performed under applicable provisions of the Contract Documents. The Contractor shall proceed promptly and diligently with the change, unless otherwise provided in the Change Order or Construction Change Directive. It is of the essence to this Contract that all scope changes in the Work that form the basis of an adjustment of the Contract Sum or Contract Time must be authorized in advance in writing through either a Change Order or Construction Change Directive. A change in the Contract Sum or the Contract Time shall be accomplished only by Change Order or Construction Change Directive. Accordingly, no verbal directions, course of conduct or dealings between the Parties, express or implied acceptance of alterations or additions to the Work, or claim that the Contract has been abandoned or the City has been unjustly enriched by any alteration or addition to the Work shall be the basis of any claim for an increase in any amounts due under the Contract Documents or a change in any time period provided in the Contract Documents. 6.03 NOTICE OF SCOPE CHANGE Contractor shall submit written notice of any change in scope to the Director if, in the Contractor’s opinion, any instruction, request, Drawings, Specifications, action, condition, omission, default, or other situation occurs that the Contractor believes constitutes a scope change or other matter resulting in Extra Work, for which Contractor believes it is entitled to an adjustment of the Contract Sum or Contract Time. Such notice shall be provided prior to performance of the Work affected by such occurrence and within seven (7) calendar days after the discovery date of the circumstances of such scope change or other matters. The written notice shall state the date, circumstances, extent of adjustment to the Contact Sum or the Contract Time, if any, requested. The mere presentation of such notice shall not establish the existence of any right by Contractor to adjustment of the Contract Sum or Contract Time. Failure to provide such timely written notice described herein shall constitute a waiver by Contractor of the right to any adjustment to the Contract Sum or Contract Time on account thereof. 6.04 CHANGE ORDERS A. Computation Methods used in determining adjustments to the Contract Sum by Change Order may include those listed in Paragraph 6.06 below. B. Accord and Satisfaction Agreement on any Change Order shall be a full compromise and settlement of all adjustments to Contract Time and Contract Sum, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing Site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effects of 249 said Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in the Change Order. By execution of any Change Order, Contractor agrees that the Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of whatever nature, character or kind arising out of or incidental to the Change Order. No action, conduct, omission, product failure or course of dealing by the City shall act to waive, modify, change, or alter the requirement that (i) Change Order's must be in writing, signed by the City and Contractor and; (ii) that such written Change Orders are the exclusive method for effectuating any change to the Contract Sum and/or Contract Time. 6.05 CONSTRUCTION CHANGE DIRECTIVE (FIELD DIRECTIVE) A. A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. The City may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletion, or other revisions, the Contract Sum and Contract Time being adjusted accordingly. B. If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be calculated in accordance with Paragraph 6.06 herein (Pricing Changes in the Work). C. Upon receipt of the Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the City of the Contractor’s agreement or disagreement with the method, if any, provided in the Construction Change Directive, for determining the proposed adjustment in the Contract Sum or Contract Time. D. If Contractor believes a Construction Change Directive constitutes a basis for adjustment to the Contract Sum or Contract Time, then Contractor shall give a Notice of Scope Change provided in Paragraph 6.03, followed by a submission of a Change Order Request as required by Paragraph 6.08. Contractor shall, if requested by City in such Construction Change Directive or in a subsequent Construction Change Directive, proceed with the performance of the Work as described in the Construction Change Directive. Failure of Contractor to proceed with the performance of Work, as described in the Construction Change Directive shall give the City the right to carry out the Work, as set forth in Paragraph 2.05. E. A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. F. If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the method and the adjustment shall be determined by the City on the basis of reasonable expenditures and savings of those performing the Work attributable to the change. 6.06 PRICING CHANGES IN THE WORK A. Alternative Methods of Pricing The amount of any adjustment by Change Order or Construction Change Directive increasing or decreasing the Contract Sum shall be determined by the Director using one or a combination of the following methods: 1. Lump Sum. By mutual acceptance of a lump sum proposal from Contractor properly itemized and supported by sufficient substantiating data to permit evaluation. Such proposal shall be 250 based solely on Allowable Costs, as defined in Subparagraph 6.06-C, and shall not include any costs or expense that is not permitted by the terms of any provision of the Contract Documents. 2. Unit Prices. By unit prices contained in Contractor’s original Bid and incorporated in the Contract Documents or fixed by subsequent agreement between City and Contractor. 3. Time and Materials. By calculating the actual Allowable Costs directly incurred. 4. Deletion of Work. By Unit Prices contained in Contractor’s original Bid and incorporated in the Contract Documents, or by using the Schedule of Values to determine the value of the decrease of the Contract Sum, less the value of any Work performed, plus a reasonable percentage of the decrease for the Contractor’s saved overhead unless the Schedule of Values allocates general conditions costs to individual line items, in which case no percentage of the decrease shall be added. When a change consists of both addition and deletion of Work, the added costs and deleted costs shall be calculated separately, and then added together, resulting in the net cost for the change. B. Contractor Maintenance of Daily Records for Changes 1. In the event that Contractor is directed to perform any Extra Work, or should Contractor encounter conditions which the Contractor believes would obligate the City to adjust the Contract Sum and/or the Contract Time, Contractor shall maintain detailed records of the cost of such changes on a daily basis summarized in a daily report supplemented by back-up records. Such records shall include without limitation: a. Labor. At the close of each day on which such Extra Work is performed, Contractor shall submit an Extra Work labor report, on forms provided by Director, to Director that sets forth a list of the actual hours spent in performing the Extra Work, that clearly differentiates between the labor expended on the Extra Work and other Work, and the Allowable Costs for such Extra Work performed that day showing the names of workers, their classifications, hours worked and hourly rates. b. Materials, Equipment. A list of Allowable Costs of materials and equipment consumed in the performance of the Extra Work on the day on which such Extra Work is performed, together with copies of applicable delivery tickets and unit prices for all materials and for all equipment used the type of equipment, identification number, hours of operation (including loading and transportation) and hourly/daily rates involved for that day. c. Other Services or Expenditures. A list of other services and expenditures constituting Allowable Costs incurred in performance of the Extra Work on the day on which such Extra Work is performed, along with documentation verifying the amounts thereof in such detail as Director may require. 2. In the event that more than one change to the Work is performed by the Contractor in a calendar day, Contractor shall maintain separate records of labor, construction equipment, materials, and equipment for each such change. In the event that any Subcontractor of any tier shall provide or perform any portion of any change to the Work, Contractor shall require that each such Subcontractor maintain records in accordance with this Section. 3. Each daily record maintained hereunder shall be signed by Contractor; such signature shall be deemed Contractor’s representation and warranty that all information contained therein is true, 251 accurate, complete, and relates only to the change referenced therein. All records maintained by Subcontractors of any tier, relating to the costs of a change in the Work shall be signed by such Subcontractor’s authorized project manager or superintendent. All such records shall be forwarded to the Director on the day the Work is performed (same day) for independent verification. The Director shall attempt to review and reconcile costs for changes on a daily basis. Records not available on the day on which the Extra Work is performed, such as, but not limited to, material invoices, shall be submitted as soon as they are available but not later than five (5) calendar days after the earlier of the day of delivery or incorporation of the particular item of Extra Work at the Site. 4. The Director may additionally require authentication of all time and material tickets and invoices by persons designated by the Director for such purpose. In the event that Contractor shall fail or refuse, for any reason, to maintain or make available for inspection, review, and/or reproduction such records, adjustments to the Contract Sum or Contract Time, if any, on account of any change to the Work may be deemed waived for that day. Contractor’s obligation to maintain back-up records hereunder is in addition to, and not in lieu of, any other Contractor obligation under the Contract Documents with respect to changes to the Work. 5. Waiver by Contractor. Failure to submit such records as are required by this Paragraph daily shall waive any rights for recovery of Allowable Costs incurred for Extra Work performed that day. The failure of the Contractor to secure any required authentication shall, if the City elects in its sole discretion to treat it as such, constitute a waiver by the Contractor of any right to adjustment of the Contract Sum for the Allowable Cost of all or that portion of the Extra Work covered by such non-authenticated ticket or invoice. C. Allowable Costs The term “Allowable Costs” shall mean in the case of Extra Work actual costs incurred by Contractor and/or any Subcontractor, regardless of tier, and necessarily involved in direct performance of the Extra Work, or in the case of deleted work the actual costs that would have been incurred in performing deleted work by Contractor and/or any Subcontractor, regardless of tier, and shall be limited to the following costs: 1. Labor. Straight-time wages or salaries, and overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work, based on the actual cost for wages prevailing locally for each craft or type of workers at the time the Extra Work is done or the deleted work is ordered eliminated. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The use of labor classification which would increase the Allowable Cost for Extra Work will not be permitted unless Contractor establishes the necessity for such additional costs. 2. Benefits. Payroll taxes, insurance, health and welfare, pension, vacation, apprenticeship funds and benefits required by lawful collective bargaining agreements for employees on straight-time wages or salaries, and on overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work. 252 3. Materials, Consumables. Costs of materials and consumable items which are furnished and incorporated into the Work, as approved by City, or that would have been incorporated into the Work in the case of deleted work shall be at the lowest price available to Contractor but in no event shall such costs exceed competitive wholesale prices obtainable from other Subcontractors, suppliers, manufacturers and distributors in the general vicinity of the site. If City determines, in its discretion, that the cost of materials is excessive, or if Contractor fails to furnish satisfactory evidence of the cost from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest wholesale price at which similar materials are available in the quantities required at the time they were needed. The City reserves the right to furnish such materials as it deems advisable, and Contractor shall have no claim for costs or profits on materials so furnished. Material invoices must be included with the extra work report to obtain payment. 4. Taxes. Sales taxes on the costs of materials and consumable items described in Paragraph 5.04-C.3 above. 5. Tool, Equipment Rental. Rental charges for necessary machinery and equipment, whether owned or hired, as authorized in writing by City, exclusive of hand tools, used directly in the performance of the Extra Work or that would have been used in the direct performance of the deleted work. Regardless of ownership, such rental charges shall not exceed the hourly rate derived from the most recently published “Rental Rate Blue Book for Construction Equipment” or the “Rental Rate Blue Book for Older Construction Equipment,” as published by K-111, San Jose, California, which is in effect at the time of commencement of the changed work. The Contractor shall attach a copy of the rate schedule to the daily reports required by Paragraph 6.06-B, above. The charges for any machinery and equipment shall cease when the use thereof is no longer necessary for the Extra Work or deleted work. No charge shall be allowed for use of equipment or tools which have a replacement value of $500 or less. The allowable rental rates shall include the cost of fuel, power oil, lubrication, supplies, small tools, necessary attachments, loading, transportation, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Notwithstanding the provisions of Paragraph 6.06-E below, no mark-up shall be allowed for overhead, profit or bond premiums for use of equipment if the equipment is supplied by an equipment rental firm. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to City than holding it at the Site, it shall be returned, unless Contractor elects to keep it at the Site at no expense to City. Costs incurred while equipment is inoperative due to breakdowns, regular maintenance, or for non-Working Days shall not be allowed. The rental time shall include the time required to move the equipment to the Work from the nearest available source for rental of such equipment and to return it to the source. If such equipment is not moved by its own power, then loading and transportation will be allowed. Neither moving time nor loading and transportation costs will be paid if the equipment is for use on the Project unrelated to the Extra Work. All equipment shall be acceptable to City, in good working condition, and suitable for the purpose for which it is to be used. 6. Royalties. Additional or saved costs of royalties due to the performance of the Extra Work or deleted work. 7. Insurance, Bonds. Additional or saved costs of insurance and bonds, provided, however, that for Extra Work such costs shall not exceed one percent (1%) of Items 1 through 6 above. D. Costs Not Allowed Allowable Costs shall not include any of the following: 253 1. Wages, salaries, fringe benefits and payroll taxes of Contractor’s and all Subcontractor’s non- craft labor (above a Foreman level); 2. Overhead (including home office overhead), administrative or general expenses of any kind including engineering, estimating, scheduling, drafting, detailing, etc., incurred in connection with Extra Work; 3. Vehicles not dedicated solely for the performance of the extra of deleted work; 4. Small tools (replacement value not exceeding $500); 5. Office expenses, including secretarial and administrative staff, materials and supplies; 6. On-site and off-site trailer and storage rental and expenses; 7. Site fencing; 8. Utilities, including gas, electric, sewer, water, telephone, telefax, copier equipment; 9. Computer and data processing personnel, equipment and software; 10. Federal, state of local business income and franchise taxes; 11. Losses of efficiency or productivity; and 12. Costs and expenses of any kind or item not specifically and expressly included in Paragraph 6.06-C. E. Allowable Mark-Up – Not a Part of this Contract 6.07 CITY ORIGINATED REQUEST FOR ITEMIZED CHANGE ORDER PROPOSAL REQUEST City may issue a Construction Change Directive or other written request to Contractor describing a proposed change to the Work and requesting the Contractor submit an itemized change order proposal in a format acceptable to City within ten (10) calendar days after City issues the request. The Contractor's change order proposal shall include an analysis of impacts to cost and time, if any, to perform additional work, change Work or delete Work, as applicable, including the effects and impacts, if any, on unchanged Work, estimates of costs (broken down by the cost categories listed in this Paragraph), and Contractor's proposed methods to minimize costs, delay, and disruption to the performance of the Work. If Contractor fails to submit a written change order proposal within such period of time, it shall be presumed that the change described in the City's original proposal request will not result in an increase to the Contract Sum or Contract Time and the change shall be performed by Contractor without additional compensation to Contractor. City's request for itemized change order proposal request does not authorize the Contractor to commence performance of the change. If City desires that the proposed change be performed, the Work shall be authorized according to the Change Order or Construction Change Directive procedures set forth herein. 6.08 CONTRACTOR ORIGINATED CHANGE ORDER REQUEST (COR) If the Contractor believes that instructions issued by the City after the effective date of the Contract will result in changes to the Contract Sum or Contract Time or if the Contractor otherwise becomes aware of the need for or desirability of a change in the Work, Contractor may submit a written Change Order Request ("COR") to the City in writing, in a format acceptable to City and in accordance with the notice provisions and other requirements of Article 7 below for Claims. The COR must specify the reasons for the proposed change, cost 254 impacts and relevant circumstances and impacts on the Construction Schedule. The document shall be complete in its description of the Work, its material and labor quantities and detail, and must support and justify the costs and credits claimed by the Contractor. A Critical Path Method schedule Fragnet is required to support and justify any additional time of performance requested by the Contractor. The City will not review any COR which is incomplete. The Contractor may request additional compensation and/or time through a COR but not for instances that occurred more than ten (10) calendar days prior to the notice date. Contractor's failure to initiate a COR within this ten-day period or to provide detailed back-up documentation to substantiate the COR within thirty (30) calendar days of the initial written notice shall be deemed a waiver of the right to adjustment of the Contract Sum or the Contract Time for the alleged change. Any COR that is approved by the City shall be incorporated in a Change Order or Construction Change Directive. If the COR is denied but the Contractor believes that it does have merit, the Contractor shall proceed with the disputed Work and may submit a Claim in accordance with the procedures set forth herein. 6.09 ISSUANCE OF WORK DIRECTIVE (UNILATERAL). In the event of a dispute as to whether or not Extra Work is required, City shall have the right to unilaterally issue a Work Directive; Contractor shall continue performance of disputed Work pending resolution and shall maintain and submit to City all accounting and cost data necessary to substantiate Contractor’s cost of such disputed Work. [END OF ARTICLE] 255 ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS 7.01 GENERAL A. Payment will be made at the price for each item listed on the bidding form or as Extra Work as provided in the General Conditions. B. Initial progress payment will not be made prior to approval by the Director of the Schedule of Values, the Construction Progress Schedule, and the Schedule of Submittals. C. No subsequent progress payment will be made prior to receipt by the Director of the monthly revision of the Construction Progress Schedule. 7.02 SCHEDULE OF VALUES FOR PAYMENTS A. Submission Upon City’s request, the three (3) lowest bidders shall complete and submit a Preliminary Schedule of Values, within seven (7) calendar days. In addition, Contractor shall complete and furnish within seven (7) calendar days after receiving the Notice of Award of the Construction Contract a Final Schedule of Values giving a complete breakdown of the Contract Sum for each component of the Work. B. Content The Schedule of Values shall be in sufficient detail as the Director may, in its discretion, deem necessary to evaluate progress at any point in the performance of the Work. Unless otherwise specified in the Contract Documents, the Schedule of Values shall include, without limitation, a breakdown of the general categories of Subcontractor work, direct overhead, profit and contingency, and a further breakdown of the general categories of Subcontractor work into separate trade line items of costs for Subcontractor services, labor and material, which is based on actual Subcontractor contract, subcontract, purchase order or vendor prices. If requested by Director, Contractor shall revise the Schedule of Values to allocate sums for Contractor overhead, profit and/or contingency among the individual line items for trade portions of the Work. No amounts shall be reflected in the Schedule of Values or Application for Payment for Extra Work or Deleted Work for which a Change Order has not been executed by Contractor and City or for which a Construction Change Directive has not been issued by City. Amounts that have been mutually agreed to by Change Order or unilaterally determined by City pursuant to a Construction Change Directive shall be segregated from the cost of the base Contract Work and separately listed by line item in the Schedule of Values. The Schedule of Values must be prepared in sufficient detail and supported by sufficient data to substantiate its accuracy as the Director may require. C. Applications for Payment The Schedule of Values, when approved by the Director, shall be used as a basis for Contractor's Applications for Payment and may be considered as fixing a basis for adjustments to the Contract Sum. D. Revisions If, at any time, it is determined that the Schedule of Values does not allocate the Contract Sum in a 256 manner that reasonably and fairly reflects the actual costs anticipated to be progressively incurred by Contractor, it shall be revised and resubmitted for the Director’s approval. 7.03 APPLICATIONS FOR PAYMENT A. Marked Schedule of Values Five (5) Days prior to the date set forth in Paragraph 7.03-B below for the monthly progress payment meeting, Contractor shall submit to Director a copy of the proposed Schedule of Values, marked to show the percentage of completion certified by Contractor for each line item in the Schedule of Values, including any stored materials approved for payment by City pursuant to Paragraph 7.03-D, below and any withholdings from Contractor proposed by Director. B. Monthly Review For the purpose of expediting the progress payment procedure, Contractor shall meet with the Director on or before the twentieth (20th) day of each month to review the Contractor's marked Schedule of Values prepared in accordance with Paragraph 7.03-A, above. The Director shall revise as appropriate and sign the marked Schedule of Values to verify such review. If any item in the marked Schedule of Values submitted for payment is disputed during this review, Contractor agrees to use its best efforts to resolve the disputed items with the Director before submitting its Application for Payment. If the Director and Contractor cannot agree, then the percentage completion shall be established at such percentage as the Director, in good faith, determines is appropriate to the actual progress of the Work. No inaccuracy or error in the Director’s good faith estimate shall operate to release Contractor or Surety from any responsibility or liability arising from or related to performance of the Work. The Director shall have the right subsequently to correct any error and dispute any item submitted in Contractor's Application for Payment, regardless of whether an item was identified as disputed in the review process provided for herein. C. Certification Each Application for Payment shall be signed and certified by Contractor under penalty of perjury to City that: 1. the data comprising the Application for Payment is accurate and the Work has progressed to the point indicated; 2. to the best of Contractor's knowledge, information and belief, the Work is in accordance with the Contract Documents; 3. Contractor is entitled to payment in the amount certified; and 4. all sums previously applied for by Contractor on account of Work performed by Subcontractors and that have been paid by City have been paid to the Subcontractors performing such Work, without any retention, withholding or backcharge by Contractor. D. Stored Materials Payments may be made by City, at its discretion, on account of materials or equipment not incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor or stored off-Site under the control of City. Such payments shall only be considered upon submission by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and 257 that such other procedures are in place satisfactory to City to protect City's interests. To be considered for payment, materials or equipment stored off-Site shall, in addition to the above requirements and unless otherwise specifically approved by City in writing, be stored in a bonded warehouse, fully insured, and available to City for inspection. City shall have sole discretion to determine the amount of material and equipment that may be stored on the Site at any given time. 7.04 PROGRESS PAYMENTS A. Conditions to Progress Payments Contractor shall submit its Application for Payment to the Director, using such forms as required by City, once a month on or before the first (1st) Day of the month following the month in which the Work that is the subject of such Application for Payment was performed. Without limitation to any other provisions of the Contract Documents, the following shall be conditions precedent to a proper submission and to the Director approval of each Application for Payment: 1. submission of a Schedule of Values that reflects the percentages of completion either agreed to or determined by Director in accordance with Paragraph 7.03-B, above; 2. submission of the Contractor's certification required by Paragraph 7.03-C, above; 3. submission of conditional releases of stop notice, if any, and bond rights upon progress payment, complying with California Civil Code Section 8132, for all Work performed during the time period covered by the current Application for Payment, signed by Contractor, its Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional release of stop notice and bond rights upon progress payment, complying with California Civil Code Section 8134 for all Work performed during the time period covered by the previous Application for Payment, signed by Contractor, its Subcontractors of every tier and all material suppliers to each; 4. compliance by Contractor with its obligation for maintenance of As-Builts as required by the Contract Documents; 5. compliance by Contractor with its obligation for submission of monthly and daily reports as required by the Contract Documents; 6. compliance by Contractor with its obligations for submission of scheduling information and updating of the Construction Schedule as required by Article 4, above and other provisions of the Contract Documents pertaining to preparation or updating of schedule information; 7. submission of certified payroll records as required by the Contract Documents; 8. submission of certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements certifying that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; and 9. compliance by Contractor with all of its other obligations for submission of documentation or performance of conditions which, by the terms of the Contract Documents, constitute conditions to Contractor's right to receive payment for Work performed. B. Payments by City Pursuant to California Public Contract Code Section 20104.50, City shall make progress payment of 258 undisputed sums due within thirty (30) Days after receipt by Director of an undisputed and properly submitted Application for Payment, calculated on the basis of ninety-five percent (95%) of value determined pursuant to Paragraph 7.03-B above of the following: 1. the portion of the Work permanently installed and in place; 2. plus, the value of materials delivered on the ground or in storage as approved by City pursuant to Paragraph 7.03-D, above, 3. less, the aggregate of previous payments, and 4. less, any other withholdings authorized by the Contract Documents. C. Rejection by City Any Application for Payment determined not to be undisputed, proper and suitable for payment shall be returned to Contractor as soon as practicable, but not later than seven (7) Days, after receipt by City accompanied by an written explanation of the reasons why the payment request was rejected. Failure by City or Director to either timely reject an Application for Payment or specify any grounds for rejection shall not constitute a waiver of any rights by City. Applications for Payment that are rejected shall be corrected and resubmitted within seven (7) Days after receipt by Contractor. D. Interest If City fails to make a progress payment to Contractor as required by Paragraph 7.04-B, above, City shall pay interest to Contractor equivalent to the legal rate set forth in subdivision (a) of California Code of Civil Procedure Section 685.010. The number of Days available to City to make payment pursuant to Paragraph 7.04-B, above without incurring interest pursuant to this Paragraph shall be reduced by the number of Days by which City exceeds the seven (7) Day return requirement applicable to City as set forth in Paragraph 7.04-C, above. 7.05 FINAL PAYMENT A. Retention ln addition to withholdings permitted by Paragraph 7.09 below, a sum equal to five percent (5%) of all sums otherwise due to Contractor as progress payments shall be withheld by city pursuant to Paragraph 7.04-B from each progress payment (“Retention”) and retained until such time as it is due as described herein. A higher Retention amount may be approved by the City Council where project is deemed “substantially complex” by City Council. B. Conditions to Final Payment Contractor shall submit its Application for Final Payment, using such forms as required by Director, prior to requesting a final inspection of the Work in accordance with Paragraph 3.06 above. Such Application for Final Payment shall be accompanied by all the following: 1. an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Project for which City or City's property or funds might be liable have been paid or otherwise satisfied; 2. Contractor’s certification as required by Paragraph 7.03-C, above; 259 3. consent of surety, if any, to Final Payment; 4. a certificate evidencing that the insurance required by the Contract Documents is in force; 5. Conditional Waiver and Release Upon Final Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the final payment period; 6. Unconditional Waiver and Release Upon Progress Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the previous payment period; 7. all Record Documents (including, without limitation, complete and accurate As-Built drawings which shall be kept up to date during the performance of the Work); 8. documentation that Contractor has inspected, tested, and adjusted performance if every system or facility of the Work to ensure that overall performance is in compliance with the terms of the Contract Documents; 9. four (4) copies of all warranties from vendors and Subcontractors, operation and maintenance manuals, instructions and related agreements, and equipment certifications and similar documents; 10. certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; 11. releases of rights and claims relating to patents and trademarks, as required by the Contract Documents; and 12. any other documents or information required by the Contract Documents as a condition of Final Payment or Final Completion. C. Final Payment Pursuant to the Public Contract Code Section 7107, within sixty (60) Days after City issues the Notice of Completion to Contractor, the Final Payment, including Retention, shall be released to Contractor, subject to the City’s right to withhold 150% of any disputed amounts. D. Disputed Amounts Pursuant to California Public Contract Code 7107, City may deduct and withhold from the Final Payment due under Paragraph 7.05-C, above, an amount up to 150% of any disputed amounts, including, without limitation, amounts to protect City against any loss caused or threatened as a result of Contractor's failing to fully perform all of those obligations that are required to be fulfilled by Contractor as a condition to Final Completion and Final Payment. Alternatively, City may elect, in its sole discretion, to accept the Work without correction or completion and adjust the Contract Sum pursuant to the Contract Documents. E. Acceptance of Final Payment Acceptance of Final Payment by Contractor shall constitute a waiver of all rights by Contractor against City for recovery of any loss, excepting only those Claims that have been submitted by 260 Contractor in the manner required by the Contract Documents prior to or at the time of the Final Payment. 7.06 MISCELLANEOUS A. Joint Payment City shall have the right, if deemed necessary in its sole discretion, to issue joint checks made payable to Contractor and any Subcontractor(s) of any Tier. The joint check payees shall be solely responsible for the allocation and disbursement of funds included as part of any such joint payment. Endorsement on such check by a payee shall be conclusively presumed to constitute receipt of payment by such payee. In no event shall any joint check payment be construed to create any contract between City and a Subcontractor of any Tier, any obligation from City to such Subcontractor or any third party rights against City or Director. B. Withholding/Duty to Proceed The payment, withholding or retention of all or any portion of any payment claimed to be due and owing to Contractor shall not operate in any way to relieve Contractor from its obligations under the Contract Documents. Contractor shall continue diligently to prosecute the Work without reference to the payment, withholding or retention of any payment. The partial payment, withholding or retention by City in good .faith of any disputed portion of a payment, whether ultimately determined to be correctly or incorrectly asserted, shall not constitute a breach by City of the Construction Contract and shall not be grounds for an adjustment of the Contract Sum or Contract Time. C. No Acceptance No payment by City or partial or entire use of the Work by City shall be construed as approval or acceptance of the Work, or any portion thereof. D. Contractor Payment Warranty Submission of an Application for Payment shall constitute a representation and warranty by Contractor that: 1. Title to Work covered by an Application for Payment will pass to City either by incorporation into the construction or upon receipt of payment by Contractor, whichever occurs first; and 2. Work covered by previous Applications for Payment are free and clear of liens, stop notices, claims, security interests or encumbrances imposed by the Contractor or any other person. E. Corrections No inaccuracy or error in any Application for Payment provided by Contractor shall operate to release Contractor from the error, or from losses arising from the Work, or from any obligation imposed by the Contract Documents. City retains the right to subsequently correct any error made in any previously approved Application for Payment, or progress payment issued, by adjustments to subsequent payments. 7.07 PAYMENTS BY CONTRACTOR Contractor shall not include in its Applications for Payment sums on account of any Subcontractor's portion of the Work that it does not intend to pay to such Subcontractor. Upon receipt of payment from City, Contractor 261 shall pay the Subcontractor performing Work on the Project, out of the amount paid to Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled in accordance with the terms of its contract with Contractor and applicable laws, including, without limitation, California Public Contract Code Section 7107. Contractor shall remain responsible notwithstanding a withholding by City pursuant to the terms of these Contract Documents, to promptly satisfy from its own funds sums due to all Subcontractors who have performed Work that is included in Contractor's Application for Payment. Contractor shall, by appropriate agreement, require each Subcontractor to make payments to its subcontractors and material suppliers in similar manner. City shall have no obligation to pay or be responsible in any way for payment to a Subcontractor of any tier or material supplier. 7.08 PAYMENTS WITHHELD A. Withholding by City In addition to any other amounts which City may have the right to retain under the Contract Documents, City may withhold a sufficient amount of any payment otherwise due to Contractor as City, in its sole discretion, may deem necessary to cover actual or threatened loss due to any of the following: 1. Third Party Claims. Third-party claims or stop notices filed or reasonable evidence indicating probable filing of such claims or stop notices. City shall promptly inform Contractor of any third party claims related to this Contract; 2. Defective Work. Defective Work not remedied; 3. Nonpayment. Failure of Contractor to make proper payments to its Subcontractors for services, labor, materials or equipment; 4. Inability to Complete. Reasonable doubt that the Work can be completed for the then unpaid balance of the Contract Sum or within the Contract Time; 5. Violation of Applicable Laws. Failure of Contractor or its Subcontractors to comply with applicable laws or lawful orders of governmental authorities; 6. Penalty. Any claim or penalty asserted against City by virtue of Contractor’s failure to comply with applicable laws or lawful orders of governmental authorities (including, without limitation labor laws); 7. Failure to Meet Contract Time. Any damages which may accrue as a result of Contractor failing to meet the Construction Schedule or failing to perform within the Contract Time; 8. Setoff. Any reason specified elsewhere in the Contract Documents as grounds for a withholding offset or set off or that would legally entitle City to a set-off or recoupment; 9. Consultant Services. Additional professional, consultant or inspection services required due to Contractor’s failure to comply with the Contract Documents; 10. Liquidated Damages. Liquidated damages assessed against Contractor; 11. Materials. Materials ordered by City pursuant to the Contract Documents; 12. Damages. Loss caused by Contractor or Subcontractor to City, Separate Contractors or any other person or entity under contract to City; 262 13. Clean Up. Clean up performed by City and chargeable to Contractor pursuant to the Contract Documents; 14. Employee Benefits. Failure of Contractor to pay contributions due and owing to employee benefits funds pursuant to any applicable collective bargaining agreement or trust agreement; 15. Required Documents. Failure of Contractor to submit on a timely basis, proper and sufficient documentation required by the Contract Documents, including, without limitation, Construction Schedule updates, ‘look ahead’ schedules, Submittals, Schedules of Values, information on Subcontractors, Change Orders, certifications and other required reports or documentation; and 16. Other Breach. A breach of any obligation or provision of the Contract Documents. B. Release of Withholding If and when City determines, in its sole discretion, that the above grounds for withholding have been removed and that all losses incurred or threatened have been paid, credited or otherwise satisfied, then payment shall be made for amounts withheld because of them. C. Application of Withholding City may apply sums withheld pursuant to Paragraph 7.08-A above, in payment of any loss or threatened loss as City determines, in its sole discretion, to be appropriate. Such payments may be made without a prior judicial determination of City’s actual rights with respect to such loss. Contractor agrees and hereby designates City as its agent for such purposes, and agrees that such payments shall be considered as payments made under Construction Contract by City to Contractor. City shall not be liable to Contractor for such payments made in good faith. City shall submit to Contractor an accounting of such funds disbursed on behalf of Contractor. As an alternative to such payment, city may, in its sole discretion, elect to exercise its right to adjust the Contract Sum as provided in the Contract Documents. D. Continuous Performance Provided City pays the undisputed portion, if any, of funds withheld in good faith, Contractor shall maintain continuous and uninterrupted performance of the Work during the pendency of any disputes or disagreements with City. 7.09 SUBSTITUTION OF SECURITIES A. Public Contract Code Pursuant to the requirements of California Public Contract Code Section 22300, upon Contractor’s request, City will make payment to Contractor of any funds withheld from payments to ensure performance under the Contract Documents if Contractor deposits with City, or in escrow with a California or federally chartered bank in California acceptable to City (“Escrow Agent”), securities eligible for the investment of State Funds under Government Code Section 16430, or bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City, upon the following conditions: 1. Contractor shall be the beneficial owner or any securities substituted for monies withheld for the purpose of receiving any interest thereon. 263 2. All expenses relating to the substitution of securities under Public Contract Code Section 22300 and under this Paragraph 7.04, including, but not limited to City’s overhead and administrative expenses, and expenses of Escrow Agent shall be the responsibility of Contractor. 3. Securities or certificates of deposit substituted for monies withheld shall be of a value of at least equivalent to the amounts of retention to be paid to Contractor pursuant to the Contract Documents. 4. If Contractor chooses to deposit securities in lieu of monies withheld with an Escrow Agent, Contractor, City and Escrow Agent shall, as a prerequisite to such deposit, enter into an escrow agreement, using the City’s form, “Escrow Agreement for Deposit of Securities in Lieu of Retention.” 5. Contactor shall obtain the written consent of Surety to such agreement. 6. Securities, if any, shall be returned to Contractor only upon satisfactory Final Completion of the Work. B. Substitute Security To minimize the expense caused by such substitution of securities, Contractor shall, prior to or at the time Contractor requests to substitute security, deposit sufficient security to cover the entire amount to be withheld. Should the current market value of such substituted security fall below the amount for which it was substituted, or any other amounts which the City withholds pursuant to the Contract Documents, Contractor shall immediately and at Contractor’s expense and at no cost to City deposit additional security qualifying under Public Contract Code Section 22300 until the current market value of the total security deposited is no less than the amount subject to withholding under the Contract Documents. Securities shall be valued as often as conditions of the securities market warrant, but in no case less frequently than once per month. C. Deposit of Retentions Alternatively, subject to the conditions set forth in Paragraph 7.04-A above, upon request of Contractor, City shall make payment of retentions directly to Escrow Agent at the expense of Contractor, provided that Contractor, City and Escrow Agent shall, as a prerequisite such payment, enter into an escrow agreement in the same form as prescribed in Part 4 of Paragraph A, above. At the expense of Contractor and at no cost to City, Contractor may direct the investment of the payments into securities and interest bearing accounts, and Contractor shall receive the interest earned on the investments. Escrow Agent shall hold such direct payments by City under the same terms provided herein for securities deposited by Contractor. Upon satisfactory Final Completion of the Work, Contractor shall receive from Escrow Agent all securities, interest and payments received by Escrow Agent from City, less escrow fees and charges of the Escrow Account, according to the terms of Public Contract Code Section 22300 and the Contract Documents. D. Time for Election of Substitution of Securities Notwithstanding the provision of 7.04 A, B, and C above and California Public Contract Code Section 22300, the failure of Contractor to request the Substitution of eligible securities for monies to be withheld by City within ten (10) days of the award of Contract to Contractor shall be deemed to be a waiver of all such rights. 264 7.10 CLAIMS A. Arising of Claim. 1. Scope Change. When Contractor has a claim for an increase in the Contract Sum or Contract Time due to a scope change which has not yet become final, a “claim” will be deemed to arise once the Director has issued a decision denying, in whole or in part, the Contractor’s Change Order Request. 2. Other Claims. In the case of a Claim by Contractor that does not involve an adjustment to the Contract Sum or Contract Time due to a scope change and which has not become final, the Claim may be asserted if, and only if, Contractor gives written notice to City of intent to file the Claim within three (3) days of the date of discovery relative to such circumstances (even if Contractor has not yet been damaged or delayed). Such written notice of intent to file a Claim shall be valid if, and only if, it identifies the event or condition giving rise to the Claim, states its probable effect, if any with respect to Contractor's entitlement to an adjustment of the Contract Sum or Contract Time and complies with the requirements of Paragraph 7.11-B, below. For purposes of this Paragraph 7.11, a Claim for which such written notice is required and has been given by Contractor shall be deemed to arise on the date that such written notice is received by City. B. Content of Claim A Claim by Contractor must include all of the following: 1. A statement that it is a Claim and a request for a decision on the Claim; 2. A detailed description of the act, error, omission, unforeseen condition, event or other circumstance giving rise to the Claim. 3. If the Claim involves an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that all requisite notices were provided, including, without limitation, timely written notice and a Change Order Request as required by Article 6 of these General Conditions and timely notice of delay and request for extension of time in accordance with Article 3. If the Claim does not involve an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that a notice of intent to file the Claim was timely submitted as required by Paragraph 7.10-A.2, above; 4. A detailed justification for any remedy or relief sought by the Claim including without limitation, a detailed cost breakdown in the form' required for submittal of Change Order Requests and actual job cost records demonstrating that the costs have been incurred; 5. If the Claim involves a request for adjustment of the Contract Time, written documentation demonstrating that Contractor has complied with the requirements of the Contract Documents and written substantiation (including, without limitation, a Time Impact Analysis) demonstrating that Contractor is entitled to an extension of time under the Contract Documents; and 6. A written certification signed by a managing officer of Contractor's organization, who has the authority to sign contracts and purchase orders on behalf of Contractor and who has personally investigated and confirmed the truth and accuracy of the matters set forth in such certification, in the 'following form: 265 "I hereby certify under penalty of perjury that I am a managing officer of (Contractor's name) and that I have reviewed the Claim presented herewith on Contractor's behalf and/or on behalf of (Subcontractor's name) and that, to the best of my knowledge after conducting a diligent inquiry into the facts of the Claim, the following statements are true and correct: The facts alleged in or that form the basis for the Claim are, to the best of my knowledge following diligent inquiry, true and accurate; and, (a) I do not know of any facts or circumstances, not alleged in the Claim, that by reason of their not being alleged render any fact or statement alleged in the Claim materially misleading; and, (b) I have, with respect to any request for money or damages alleged in or that forms the basis for the Claim, reviewed the job cost records (including those maintained by Contractor and by any Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed with reasonable certainty that the losses or damages suffered by Contractor and/or such Subcontractor were in fact suffered in the amounts and for the reasons alleged in the Claim; and, (c) I have, with respect to any request for extension of time or claim of delay, disruption, hindrance or interference alleged in or that forms the basis for the Claim, reviewed the job schedules (including those maintained by Contractor and the Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed on an event-by-event basis that the delays or disruption suffered by Contractor and/or such Subcontractor were in fact experienced for the durations, in the manner, and with the consequent effects on the time and/or sequence of performance of the Work, as alleged in the Claim; and, (d) I have not received payment from City for, nor has Contractor previously released City from, any portion of the Claim.” Signature: Date: Name: Title: Company C. Noncompliance Failure to submit any of the information, documentation or certifications required by Paragraph 7.10- B, above, shall result in the Claim being returned to Contractor without any decision. D. Submission of Claims 1. Director. Claims shall be first submitted to the City for decision by the Director. 2. Continuous Work. Notwithstanding the making of any Claim or the existence of any dispute regarding any Claim, unless otherwise directed by City, Contractor shall not delay, slow or stop performance of the Work, but shall diligently proceed with performance in accordance with the 266 Contract Documents and City will continue, to make undisputed payments as by the Contract Documents. 3. Time for Filing. All Claims and supporting documentation and certifications must be filed within thirty (30) days after the Claim arises. No Claims shall be filed after Final Payment. 4. Conditions Precedent. No Claim may be asserted unless Contractor has strictly complied with the requirements of this Paragraph 7.10-D, which shall be considered conditions precedent to Contractor’s right to assert the Claim and to initiate the Dispute Resolution Process with respect to such Claim. E. Response to Claims, Meet and Confer 1. Claims less than $50,000. Claims less than $50,000 shall be responded to by City in writing within forty-five (45) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within fifteen (15) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 2. Claims $50,000 or more. Claims $50,000 or more shall be responded to by City in writing within (60) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within thirty (30) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 3. Meet and Confer. If Contractor disputes City's response, or if City fails to respond within the prescribed time set forth in Paragraph 7.10-E.1 and 7.10-E.2, above, Contractor may so notify City, in writing, within fifteen (15) days of City's response, or within fifteen (15) days of City’s response due date in the event of a failure to respond, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon such demand, City shall schedule a meet and confer conference within thirty (30) days of such demand, for discussion of settlement of the dispute. F. Finality of Decision If Contractor disputes the Director’s decision under this Article, it shall commence the Dispute Resolution Process as set forth in Article 15 of these General Conditions by filing a Statement of Dispute within seven (7) days after receipt of the Director’s response. G. Continuing Contract Performance/Duty to Proceed with Disputed Work Contractor shall not delay or postpone any Work pending resolution of any claims, disputes or disagreements. Pending final resolution of a claim, the Contactor shall proceed diligently with performance of the Contract and the City shall continue to make payments for undisputed Work in accordance with the Contract Documents. In the event of disputed Work, City shall have the right to unilaterally issue a Work Directive and Contractor shall continue performance pending resolution of the dispute and shall maintain the accounting and cost data to substantiate the cost of such disputed work. [END OF ARTICLE] 267 ARTICLE 8 - MATERIALS AND EQUIPMENT 8.01 GENERAL A. The Contractor shall furnish all materials and equipment needed to complete the Work and installations required under the terms of this Contract, except those materials and equipment specified to be furnished by the City. B. The Contractor shall submit satisfactory evidence that the materials and equipment to be furnished and used in the work are in compliance with the Specifications. Materials and equipment incorporated in the Work and not specifically covered in the Specifications shall be the best of their kind. Unless otherwise specified, all materials and equipment incorporated in the Work under the Contract shall be new. 8.02 QUALITY AND WORKMANSHIP All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and imperfections, unless otherwise hereinafter specified. Workmanship shall be in accordance with the best standard practices. All materials and equipment must be of the specified quality and equal to approved samples, if samples have been required. All Work shall be done and completed in a thorough, workmanlike manner, notwithstanding any omission from the Specifications or Drawings, and it shall be the duty of the Contractor to call attention to apparent errors or omissions and request instructions before proceeding with the Work. The Director may, by appropriate instructions, correct errors and supply omissions, which instructions shall be binding upon the Contractor as though contained in the original Specifications or Drawings. All Work performed under the Specifications will be inspected by the Director as provided in Paragraph 8.04. All materials and equipment furnished and all Work done must be satisfactory to the Director. Work, material, or equipment not in accordance with the Specifications, in the opinion of the Director shall be made to conform thereto. Unsatisfactory materials and equipment will be rejected, and if so ordered by the Director, shall, at the Contractor's expense, be immediately removed from the vicinity of the Work. 8.03 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION Whenever in the Specifications or Drawings the name or brand of a manufactured article is used it is intended to indicate a measure of quality and utility or a standard. Except in those instances where the product is designated to match others in use on a particular improvement either completed or in the course of completion, the Contractor may substitute any other brand or manufacture of equal appearance, quality, and utility on approval of the Director, provided the use of such brand or manufacture involves no additional cost to the City. 8.04 APPROVAL OF MATERIALS A. The Contractor shall furnish without additional cost to the City such quantities of construction materials as may be required by the Director for test purposes. He/she shall place at the Director's disposal all available facilities for and cooperate with him in the sampling and testing of all materials and workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be submitted with the bids unless otherwise specified. B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples shall be mailed to the Director by the Contractor. Both the label on the sample and the letter of transmittal shall indicate the material represented, its place of origin, the names of the producer and the Contractor, the Specifications number and title, and a reference to the applicable Drawings and Specifications paragraphs. 268 C. Materials or equipment of which samples are required shall not be used on the Work until approval has been given by the Director in writing. Approval of any sample shall be only for the characteristics of the uses named in such approval and no other. No approval of a sample shall be taken in itself to change or modify any Contract requirement. D. Failure of any material to pass the specified tests, including life cycle maintenance data may be sufficient cause for refusal to consider under this Contract, any further sample of the same brand or make of that material. 8.05 ORDERING MATERIALS AND EQUIPMENT One copy of each of the Contractor's purchase orders for materials and equipment forming a portion of the Work must be furnished to the Director, if requested. Each such purchase order shall contain a statement that the materials and equipment included in the order are subject to inspection by the City. Materials and equipment purchased locally will, at the City’s discretion, be inspected at the point of manufacture or supply, and materials and equipment supplied from points outside the Los Angeles area will be inspected upon arrival at the job, except when other inspection requirements are provided for specific materials in other sections of the Contract Documents. 8.06 AUTHORITY OF THE DIRECTOR A. On all questions concerning the acceptability of materials or machinery, the classification of materials, the execution of the Work, and conflicting interests of Contractors performing related work, the decision of the Director shall be final and binding. B. The Director will make periodic observations of materials and completed work to observe their compliance with Drawings, Specifications, and design and planning concepts, but he/she is not responsible for the superintendence of construction processes, site conditions, operations, equipment, personnel, or the maintenance of a safe place to work or any safety in, on, or about the site of work. 8.07 INSPECTION All materials furnished and work done under this Contract will be subject to rigid inspection. The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining them, as requested by the Director. The Director, or his/her authorized agent or agents, at all times shall have access to all parts of the shop and the works where such materials under his/her inspection is being manufactured or the work performed. Work or material that does not conform to the Specifications, although accepted through oversight, may be rejected at any stage of the Work. Whenever the Contractor is permitted or directed to do night work or to vary the period during which work is carried on each day, he/she shall give the Director due notice, so that inspection may be provided. Such work shall be done under regulations to be furnished in writing by the Director. 8.08 INFRINGEMENT OF PATENTS The Contractor shall hold and save the City, its officers, agents, servants, and employees harmless from and against all and every demand or demands, of any nature or kind, for or on account of the use of any patented invention, process, equipment, article, or appliance employed in the execution of the Work or included in the materials or supplies agreed to be furnished under this Contract, and should the Contractor, his/her agents, servants, or employees, or any of them, be enjoined from furnishing or using any invention, process, equipment, article, materials, supplies or appliance supplied or required to be supplied or used under this Contract, the Contractor shall promptly substitute other inventions, processes, equipment, articles, materials, supplies, or appliances in lieu thereof, of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all 269 respects to the Director. Or in the event that the Director elects, in lieu of such substitution, to have, supplied, and to retain and use, any such invention, process, equipment, article, materials, supplies, or appliances, as may by this Contract be required to be supplied and used, in that event the Contractor shall at his/her expense pay such royalties and secure such valid licenses as may be requisite and necessary to enable the City, its officers, agents, servants, and employees, or any of them, to use such invention, process, equipment, article, materials, supplies, or appliances without being disturbed or in way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse promptly to make the substitution hereinbefore required, or to pay such royalties and secure such licenses as may be necessary and requisite for the purpose aforesaid, then in that event the Director shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due the Contractor from the City, or recover the amount thereof from him/her and his/her surety, notwithstanding final payment under this Contract may have been made. [END OF ARTICLE] 270 ARTICLE 9 – SUBMITTALS 9.01 GENERAL A. The Contractor shall submit samples, drawings, and data for the Director's approval which demonstrate fully that the construction, and the materials and equipment to be furnished will comply with the provisions and intent of the Drawings and Specifications. B. Specific items to be covered by the submittals shall include, as a minimum, the following: 1. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement drawings and schedules necessary. 2. For conduits, submit a detailed layout of the conduit with details of bends and fabricated specials and furnish any other details necessary. Show location of shop and field welds. 3. For equipment which requires electrical service, submit detailed information to show power supply requirements, wiring diagrams, control and protection schematics, shop test data, operation and maintenance procedures, outline drawings, and manufacturer's recommendation of the interface/interlock among the equipment. 4. For mechanical equipment submit all data pertinent to the installation and maintenance of the equipment including shop drawings, manufacturer's recommended installation procedure, detailed installation drawings, test data and curves, maintenance manuals, and other details necessary. 5. Samples 6. Colors 7. Substitutions 8. Manuals 9. As-built drawings 10. Safety plans required by Article 10 9.02 PRODUCT HANDLING A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the provisions of this Article. B. Submit priority of processing when appropriate. 9.03 SCHEDULE OF SUBMITTALS A. The Contractor shall prepare and submit a schedule of submittals. The schedule of submittals shall be in the form of a submittal log. Refer to Paragraph 9.12. 271 9.04 SHOP DRAWINGS A. All shop drawings shall be produced to a scale sufficiently large to show all pertinent features of the item and its method of connection to the Work. B. All shop drawing prints shall be made in blue or black line on white background. Reproductions of City/Contract Drawings are not acceptable. C. The overall dimensions of each drawing submitted to the Director shall be equal to one of the City's standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of each drawing and shall be clear of all line Work, dimensions, details, and notes. Sheet Sizes Height X Width 11" X 8 1/2" 11" X 17" 24" X 36" 30” X 42” 9.05 COLORS Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to the Director for his/her review and selection whenever a choice of color or pattern is available in a specified product. Label each chart naming the source, the proposed location of use on the project, and the project. 9.06 MANUFACTURERS' LITERATURE Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review. 9.07 SUBSTITUTIONS A. The Contract is based on the materials, equipment, and methods described in the Contract Documents. Any Contractor proposed substitutions are subject to the Director’s approval. The Director will consider proposals for substitution of materials, equipment, and methods only when such proposals are accompanied by full and complete technical data, and all other information, including life cycle maintenance data, required by the Director to evaluate the proposed substitution. B. Any requests for substitutions by the Contractor must be made within forty-five (45) calendar days from the Issuance Date on the Notice to Proceed. Otherwise, such requests will not be considered. C. Trade names and "or approved equal" provision as set forth in Paragraph 8.03. 9.08 MANUALS A. When manuals are required to be submitted covering items included in this Work, prepare and submit such manuals in approximately 8-1/2" X 11" format in durable plastic binders. In addition, manuals shall be submitted in electronic format. Manuals shall contain at least the following: 1. Identification on, or readable through, the front cover stating general nature of the manual. 2. Neatly typewritten index near the front of the manual, furnishing immediate information as to 272 location in the manual of all emergency data regarding the installation. 3. Complete instructions regarding operation and maintenance of all equipment involved. 4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name and address of nearest vendor of parts. 5. Copy of all guarantees and warranties issued. 6. Copy of drawings with all data concerning changes made during construction. B. Where contents of manuals include manufacturers' catalog pages, clearly indicate the precise items included in this installation and delete, or otherwise clearly indicate, all manufacturers' data with which this installation is not concerned. 9.09 AS-BUILT DRAWINGS A. When required to be submitted covering items included in this Work, the Contractor shall deliver to the City one complete set of final As-Built hard copy drawings together with a set of AutoCAD drawing files in electronic format showing completed building, “as-built” for City records before the Contract will be accepted by the City. B. The drawings shall be duplicates and at the same size and dimensional scale as the originals. They shall be on a polyester translucent base material with a minimum sheet thickness of .003 inch (.08mm). C. The legibility and contrast of each drawing submitted to the City shall be such that every line, number, letter, and character is clearly readable in a full size blow back from a 35 mm microfilm negative of the drawing. 9.10 SUBMITTALS QUANTITIES A. Submit seven (7) copies of all data and drawings unless specified otherwise. B. Submit all samples, unless specified otherwise, in the quantity to be returned, plus two, which will be retained by the Director. 9.11 IDENTIFICATION OF SUBMITTALS Completely identify each submittal and re-submittal by showing at least the following information: A. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. B. Name of project as it appears in the Contract Documents and Specification No. C. Drawing number and Specifications section number other than this section to which the submittal applies. D. Whether this is an original submittal or re-submittal. E. For samples, indicate the source of the sample. 273 9.12 SCHEDULE OF SUBMITTALS A. Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to Proceed. B. Submit revised schedule of submittals within five (5) Working Days after date of request from the Director. C. The Director will review schedule of submittals and will notify Contractor that schedule is acceptable or not acceptable within five (5) Working Days after receipt. 9.13 COORDINATION OF SUBMITTALS A. Prior to submittal for the Director’s review, use all means necessary to fully coordinate all material, including the following procedures: 1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data. 2. Coordinate as required with all trades and with all public agencies involved. 3. Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured. 4. Clearly indicate all deviations from the Specifications. B. Unless otherwise specifically permitted by the Director, make all submittals in groups containing all associated items; the Director may reject partial submittals as not complying with the provisions of the Specifications. 9.14 TIMING FOR SUBMITTALS A. Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and re-submittal, and for placing orders and securing delivery. B. In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from the City office. C. Manuals shall be submitted prior to performing functional tests. 9.15 APPROVAL BY CITY A. Up to three (3) copies of each submittal, except manuals, schedule of costs for progress payments, and as-built drawings will be returned to the Contractor marked "No Exceptions Taken," “Make Corrections Noted - Do Not Resubmit,” or “Make Corrections Noted - Resubmit.” Manuals, schedule of costs, and as-built drawings will be returned for re-submittal if incomplete or unacceptable. B. Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed. C. If submittal is returned for correction, it will be marked to indicate what is unsatisfactory. D. Resubmit revised drawings or data as indicated, in five (5) copies. 274 E. Approval of each submittal by the Director will be general only and shall not be construed as: 1. Permitting any departures from the Specifications requirements. 2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions, or of other nature that may exist. 3. Approving departures from additional details or instructions previously furnished by the Director. 9.16 CHANGES TO APPROVED SUBMITTALS A. A re-submittal is required for any proposed change to an approved submittal. Changes which require re-submittal include, but are not necessarily limited to, drawing revisions, changes in materials and equipment, installation procedures and test data. All re-submittals shall include an explanation of the necessity for the change. B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy". [END OF ARTICLE] 275 ARTICLE 10 – SAFETY 10.01 PROTECTION OF PERSONS AND PROPERTY A. Contractor's Responsibility: Notwithstanding any other provision of the Contract Documents, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property, during performance of the Work. This requirement will apply continuously and will not be limited to normal working hours. Safety and sanitary provisions shall conform to all applicable Federal, State, County, and local laws, regulations, ordinances, standards, and codes. Where any of these are in conflict, the more stringent requirement shall be followed. B. Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the entire construction period. C. Protection of the Public. The Contractor shall take such steps and precautions as his/her operations warrant to protect the public from danger, loss of life, loss of property or interruption of public services. Unforeseen conditions may arise which will require that immediate provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Director, a condition exists which the Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of adjacent structures or property, the Director will order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the situation within a reasonable time period as determined by the Director, or in the event of an emergency situation, the Director may provide suitable protection by causing such work to be done and material to be furnished as, in the opinion of the Director, may seem reasonable and necessary. The cost and expense of all repairs (including labor and materials) as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the final payment due to the Contractor. 10.02 PROTECTION FROM HAZARDS A. Trench Excavation Excavation for any trench four (4) feet or more in depth shall not begin until the Contractor has received approval from the Director of the Contractor's detailed plan for worker protection from the hazards of caving ground during the excavation of such trench. Such plan shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or protective system less effective than that required by the Construction Safety Orders of the Division of Occupational Safety and Health, and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an engineer who is registered as a Civil or Structural Director in the State of California. B. Confined Spaces Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Code of Regulations. Entry of a confined space shall not be allowed until the Contractor has received approval from the Director of the Contractor’s program for confined space entry. Confined space means a space that (1) Is large enough and so configured that an employee can bodily enter and perform assigned Work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry); and (3) Is not designed for continuous employee occupancy. Failure to submit a confined space entry program may result in actions as provided in Article 5: “Suspension or Termination of Contract.” 276 C. Material Safety Data Sheet Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Administrative Code. The Contractor shall submit to the Director a Material Safety Data Sheet (MSDS) for each hazardous substance proposed to be used, ten (10) days prior to the delivery of such materials to the job site or use of such materials at a manufacturing plant where the Director is to perform an inspection. For materials which are to be tested in City laboratories, the MSDS shall be submitted with the sample(s). Hazardous substance is defined as any substance included in the list (Director's List) of hazardous substances prepared by the Director, California Department of Industrial Relations, pursuant to Labor Code Section 6382. Failure to submit an MSDS for any hazardous substance may result in actions as provided in Article 5, "Suspension or Termination of Contract". 10.03 DIFFERING SITE CONDITIONS A. Differing Site Conditions Defined. The Contractor shall promptly, and before such conditions are disturbed, notify the Director in writing of any Differing Site Conditions. Differing Site Conditions are those conditions, located at the project site or in existing improvements and not otherwise ascertainable by Contractor through the exercise of due diligence in the performance of its inspection obligations in the Contract Documents, encountered by Contractor in digging trenches or other excavations(s) that extend deeper than four feet below the surface of the ground that constitute: 1. Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2. Subsurface or latent physical conditions at the site differing materially from those indicated in these Contract Documents. 3. Unknown physical conditions at the site, of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in these Contract Documents. B. Notice by Contractor. If the Contractor encounters conditions it believes constitute Differing Site Conditions, then notice of such conditions shall, before such conditions are disturbed, be promptly reported to the Director followed within twenty-four (24) hours by a further written notice stating a detailed description of the conditions encountered. C. The Director will promptly investigate the conditions and If he/she finds that such conditions do materially differ, or do involve hazardous waste, and do cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work under this Contract, an equitable adjustment will be made, as determined by the Director. D. Change Order Request. If Contractor intends to seek an adjustment to the Contract Sum or Contract Time based upon Differing Site Conditions, it must, within ten (10) Days after the Discovery Date relative to such conditions, submit a Change Order Request setting forth a detailed cost breakdown and Time Impact Analysis, in the form required by Article 6 of these General Conditions, of the additional Allowable Costs and Excusable Delay resulting from such Differing Site Conditions. E. Failure to Comply. Failure by Contractor to strictly comply with the requirements of this Paragraph 10.03 concerning the timing and content of any notice of Differing Site Conditions or request for adjustment in Contract Sum or Contract Time based on Differing Site Conditions shall be deemed waiver of any right by the Contractor for an adjustment in the Contract Sum or Contract Time by reason 277 of such conditions. F. Final Completion. No claim by the Contractor for additional compensation for Differing Site Conditions shall be allowed if asserted after Final Payment. G. In the event of disagreement between the Contractor and the Director whether the conditions do materially differ or whether a hazardous waste is involved or whether the conditions cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, the Contractor shall not be excused from any completion date required by the Contract, but shall proceed with all Work to be performed under the Contract Documents. H. The Contractor shall retain all rights provided by, and shall be subject to all requirements of, this Contract which pertain to the resolution of disputes and protests. I. Contractor Responsibility. Except as otherwise provided in this Paragraph 10.03 for Differing Site Conditions, Contractor agrees to solely bear the risk of additional cost and Delay due to concealed or unknown conditions, surface or subsurface, at the Site or in Existing Improvements, without adjustment to the Contract Sum or Contract Time. 10.04 TRAFFIC REGULATION A. During the performance of the Work the Contractor shall erect and maintain necessary temporary fences, bridges, railings, lights, signals, barriers, or other safeguards as shall be appropriate under the circumstance in his/her judgment for the prevention of accidents; and he/she shall take other precautions as necessary for public safety including, but not limited to, traffic control. Traffic control shall be conducted in accordance with the latest edition of the Work Area Traffic Control (“WATCH”) handbook, published by BNi Books, and as directed and approved by the City Traffic and Transportation Administrator. B. Contractor shall submit at least ten (10) Working Days prior to Work a detailed traffic control plan, that is approved by all agencies having jurisdiction and that conforms to all requirements of the Specifications. C. No changes or deviations from the approved detailed traffic control plan shall be made, except temporary changes in emergency situations, without prior approval of the City Traffic and Transportation Administrator and all agencies having jurisdiction. Contractor shall immediately notify the Director, the City Traffic and Transportation Administrator and the agencies having jurisdiction of occurrences that necessitate modification of the approved traffic control plan. D. Contractor’s failure to comply with this provision may result in actions as provided in Article 5: “Suspension or Termination of Contract” of these General Conditions. 10.05 TRAFFIC CONTROL DEVICES A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall conform to the requirements of the WATCH handbook or the manual of traffic control, whichever is more stringent, and as approved by the City Traffic and Transportation Administrator. 1. Portable signals shall not be used unless permission is given in writing by the agency having jurisdiction. 278 2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized signs" shall have a reflectorized background and shall conform to the current State of California Department of Transportation specification for reflective sheeting on highway signs. B. If the Contractor fails to provide and install any of the signs or traffic control devices required herby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. 10.06 EXECUTION A. The Contractor shall provide written notification to the Police Department, Traffic Bureau (323)587- 5171, at least two (2) weeks prior to the beginning of construction at any particular location. Notification will include the specific location, project dates, what lanes of the roadway will be closed and when. Also the construction project manager’s name and business phone number and the construction inspector’s name and business phone number. B. The Contractor shall notify, by telephone, the Police Department, (323)587-5171 at the completion of any posting of temporary no parking signs. Notification will include the times, dates and locations of the posting. When vehicles must be towed for violation of temporary no parking signs, the person who actually posted the signs, or on-view supervisor of that posting, will be present to answer pertinent questions that may be asked by the parking enforcement officer or police officer towing the vehicles. C. The Contractor shall notify the Vernon Fire Department, on a daily basis during the entire period that construction is in progress whenever roadways are reduced in width or blocked. Notification shall be made to the Fire Dispatch (323)583-4821 and the Contractor shall provide the information required to identify which roadways would have accessibility problems due to his/her operations. The Contractor shall submit to Fire Department schedule of Work for their use and files. D. Roads subject to interference from the Work covered by this Contract shall be kept open, and the fences subject to interference shall be kept up by the Contractor until the Work is finished. Except where public roads have been approved for closure, traffic shall be permitted to pass through designated traffic lanes with as little inconvenience and delay as possible. E. Where alternating one-way traffic has been authorized, the maximum time that traffic will be delayed shall be posted at each end of the one-way traffic section. The maximum delay time shall be approved by the agency having jurisdiction. F. Contractor shall install temporary traffic markings where required to direct the flow of traffic and shall maintain the traffic markings for the duration of need. Contractor shall remove the markings by abrasive blasting when no longer required. G. Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and kept in good condition. H. When leaving a Work area and entering a roadway carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. 10.07 FLAGGING A. Contractor shall provide flaggers to control traffic where required by the approved traffic control plan. 279 1. Flaggers shall perform their duties and shall be provided with the necessary equipment in accordance with the current "Instructions to Flaggers" of the California Department of Transportation. 2. Flaggers shall be employed full time on traffic control and shall have no other duties. 10.08 PEDESTRIAN CANOPIES OR BARRICADE IMPROVEMENTS Refer to City of Vernon for requirements for building or access road safety improvements that the Contractor shall construct during construction period. These devices or improvements, as the City deems necessary or prudent, shall be at the expense of the Contractor. [END OF ARTICLE] 280 ARTICLE 11 - INDEMNITY 11.01 INDEMNITY To the maximum extent permitted by law, the Contractor shall fully indemnify, hold harmless, protect, and defend the City, its officers, employees, agents, representatives and their successors and assigns (“Indemnitees”) from and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment, settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including any fees of accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, resulting from or related to, or claimed to be arising out of the Work performed by Contractor, or any of its officers, agents, employees, Subcontractors, Sub-Subcontractors, design consultants or any person for whose acts any of them may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by an Indemnitee, including but not limited to: A. Bodily injury, emotional injury, sickness or disease, or death to any persons; B. Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible; C. Stop notices and claims for labor performed or materials used or furnished to be used in the Work, including all incidental or consequential damages resulting to City from such stop notices and claims; D. Failure of Contractor or its Subcontractors to comply with the provisions for insurance; E. Failure to comply with any Governmental Approval or similar authorization or order; F. Misrepresentation, misstatement, or omission with respect to any statement made in or any document furnished by the Contractor in connection therewith; G. Breach of any duty, obligation, or requirement under the Contract Documents; H. Failure to provide notice to any Party as required under the Contract Documents; I. Failure to protect the property of any utility provider or adjacent property owner; or J. Failure to make payment of all employee benefits. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees, except that, to the limited extent mandated by California Civil Code Section 2782, the Contractor shall not be responsible for liabilities which arise from the sole negligence or willful misconduct of Indemnitees or arise from the active negligence of City. 11.02 ENFORCEMENT Contractor’s obligations under this Article extend to claims occurring after termination of the Contractor’s performance of the Contract or Final Payment to Contractor. The obligations apply regardless of any actual or alleged negligent act or omission of Indemnitees. Contractor, however, shall not be obligated under this Agreement to indemnify an Indemnitee for claims arising from the sole active negligence or willful misconduct of the Indemnitee or independent contractors who are directly responsible to Indemnitees. Contractor’s obligations under this Article are in addition to any other rights or remedies which the Indemnitees may have under the law or under the Contract Documents. In the event of any claim, suit or demand made against any Indemnitees, the 281 City may in its sole discretion reserve, retain or apply any monies due to the Contractor under the Contract for the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole discretion determine whether such assurances are reasonable. 11.03 NO LIMITATIONS Contractor’s indemnification and defense obligations set forth in this Article are separate and independent from the insurance provisions set forth in Article 12 herein; and do not limit, in any way, the applicability, scope, or obligations set forth in those insurance provisions. In claims, suits, or demands against any Indemnitee by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a Subcontractor under workers’ compensation acts, disability benefits acts, or other employee benefits acts. [END OF ARTICLE] 282 ARTICLE 12 – INSURANCE 12.01 CONDITION TO COMMENCEMENT Contractor shall not commence Work under this Contract until Contractor has obtained all insurance required hereunder from a company or companies acceptable to City, nor shall the Contractor allow any Subcontractor to commence Work on a subcontract until all insurance required of said Subcontractor has been obtained. Proof of insurance including insurance certificates and endorsements as set forth in Exhibit 4 must be submitted by the Contractor prior to the City’s execution of the Contract. 12.02 MINIMUM COVERAGE AND LIMITS Contractor shall maintain the insurance coverage as set forth in Exhibit 4 throughout the term of the Contract. 12.03 CONDITIONS REGARDING INSURANCE COVERAGE AND LIMITS City and Contractor agree as follows: A. All insurance coverage and limits provided pursuant to the Contract Documents shall apply to the full extent of the policies involved, available or applicable. Nothing contained in the Contract Documents or any other agreement relating to City or its operations limits the application of such insurance coverage. B. None of the policies required by this Contract shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing by the City Attorney or City’s Risk Manager. 12.04 INSURANCE OBLIGATION IS SEPARATE FROM INDEMNITY OBLIGATION This Agreement’s insurance provisions: A. Are separate and independent from the indemnification and defense provisions in Article 12 of the Agreement; and B. Do not limit, in any way, the applicability, scope, or obligations of the indemnification and defense provisions in Article 12 of the Agreement. [END OF ARTICLE] 283 ARTICLE 13 – BONDS 13.01 REQUIRED BONDS A. Contractor shall furnish the following bonds: 1. A Performance Bond in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "1" attached hereto. 2. A Payment Bond (Labor and Material) in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "2" attached hereto. 3. A Maintenance Bond in an amount equal to ten percent (10%) of the total Contract price in the form shown in Exhibit "3" attached hereto. 13.02 POWER OF ATTORNEY All bonds shall be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety shall be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.03 APPROVED SURETY All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company Financial strength rating of “A: VII”, or better. Bonds issued by a California admitted surety not listed on Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.04 REQUIRED PROVISIONS Every bond must display the surety’s bond number and incorporate the Contract for construction of the Work by reference. The terms of the bonds shall provide that the surety agrees that no change, extension of time, alteration, or modification of the Contract Documents or the Work to be performed thereunder shall in any way affect its obligations and shall waive notice of any such change, extension of time, alteration, or modification of the Contract Documents. 13.05 NEW OR ADDITIONAL SURETIES If, during the continuance of the Contract, any of the sureties, in the opinion of the City, are or become non- responsible or otherwise unacceptable to City, City may require other new or additional sureties, which the Contractor shall furnish to the satisfaction of City within ten (10) days after notice, and in default thereof the Contract may be suspended and the materials may be purchased or the Work completed as provided in Article 5 herein. 284 13.06 WAIVER OF MODIFICATIONS AND ALTERATIONS No modifications or alterations made in the Work to be performed under the Contract or the time of performance shall operate to release any surety from liability on any bond or bonds required to be given herein. Notice of such events shall be waived by the surety. 13.07 APPROVAL OF BONDS The Contract will not be executed by City nor the Notice to Proceed issued until the required bonds have been received and approved by City. City's decision as to the acceptability of all sureties and bonds is final. No substitution of the form of the documents will be permitted without the prior written consent of City. [END OF ARTICLE] 285 ARTICLE 14 - LABOR PROVISIONS 14.01 WORKING HOURS A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 7:00 p.m. No construction noise shall be permitted between the hours of 7:00 p.m. and 7:00 a.m. of the next day. B. Work in excess of eight (8) hours per day, on Saturdays, Sundays, or on City holidays requires prior consent of the Director and is subject to Cost of Overtime Construction Inspection. C. Night, Sunday and Holiday Work. No Work shall be performed at night, Sunday, or the ten (10) legal holidays to wit: New Year’s Day, Martin Luther King, Jr. Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday following Thanksgiving Day, and Christmas Day, except Work pertaining to the public safety or with the permission of the Director, and accordance with such regulations as he/she shall furnish in writing. Before performing any Work at said times, except Work pertaining to the public safety, the Contractor shall give written notice to the Director so that proper inspection may be provided. “Night” as used in this paragraph shall be deemed to include the hours from 7:00 P.M. to 7:00 A.M. of the next succeeding day. 14.02 COST OF OVERTIME CONSTRUCTION SERVICES AND INSPECTIONS A. Overtime construction Work performed at the option of, or for the convenience of, the Contractor will be inspected by the City at the expense of the Contractor. For any such overtime beyond the regular 8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be determined by the City, and submitted to the Contractor for payment. B. Equipment, materials, or services provided by the City, in connection with Contractor-initiated overtime construction Work described in Paragraph 14.02(A), will also be at the expense of the Contractor. The charges will be determined by the City, and submitted to the Contractor for payment. C. There will be no charges to the Contractor for the inspection of overtime Work ordered by the Director or required by the Contract Documents. 14.03 COMPLIANCE WITH STATE LABOR CODE A. Contractor shall comply with the provisions of the Labor Code of the State of California and any amendments thereof. 1. The time of service of any worker employed upon the Work shall be limited and restricted to eight (8) hours during any one-calendar day, and 40 hours during any one-calendar week. 2. Work performed by employees of the Contractor in excess of eight (8) hours per day, and 40 hours during any one calendar week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay. 3. The Contractor and every Subcontractor shall keep an accurate record showing the name of and the actual hours worked each calendar day and each calendar week by each worker employed by him/her in connection with the Work; the record shall be kept open at all reasonable hours to the inspection of the City and to the Division of Labor Standards Enforcement of the State of California. 4. In the event City deems Contractor is in violation of this Paragraph 14.03, the Contractor shall, as a penalty, forfeit Fifty Dollars ($50.00) for each worker employed in the execution of the Contract 286 by the Contractor or by any Subcontractor for each calendar day for which the employee was underpaid in addition to an amount sufficient to recover underpaid wages. For each subsequent violation, a (one hundred dollar) $100 penalty shall apply for each underpaid employee for each pay period for which the employee was underpaid in addition to an amount sufficient to cover underpaid wages. This subparagraph is effective to the extent it does not directly conflict with the overtime penalty provision of California Labor Code Section 558. In the event of such conflict, the California Labor Code governs over this Paragraph 14.03(A)(4). 14.04 WAGE RATES A. Prevailing Wages 1. Contractor shall comply with the general prevailing rates of per diem wages and the general prevailing rates for holiday and overtime Work in the locality in which the Work is to be performed, for each craft, classification, or type of worker needed to execute the Contract. The Director of the Department of Industrial Relations of the State of California (pursuant to California Labor Code) and the United States Secretary of Labor (pursuant to the Davis-Bacon Act) have determined the general prevailing rates of wages in the locality in which the Work is to be performed. The rates are available online at www.dir.ca.gov/DLSR/PWD/. To the extent that there are any differences in the federal and state prevailing wage rates for similar classifications of labor, the Contractor and its Subcontractors shall pay the highest wage rate. 2. The Contractor shall post a copy of the general prevailing rate of per diem wages at the job site. 3. The Contractor and any Subcontractor under him/her shall pay not less than the specified prevailing rate of wages to all workers employed in the execution of the Contract. 4. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining Contract applicable to the particular craft, classification, or type of worker employed on the project. 5. The Contractor shall, as a penalty to the State or the City, forfeit not more than Fifty Dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates for the Work or craft in which the worker is employed under the Contract by the Contractor or by any Subcontractor under him. The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which such worker was paid less than the stipulated prevailing wage rate shall be paid to such worker by the Contractor. 6. The specified wage rates are minimum rates only and the City will not consider and shall not be liable for any claims for additional compensation made by the Contractor because of payment by him/her of any wage rate in excess of the general prevailing rates. All disputes in regard to the payment of wages in excess of those specified herein shall be adjusted by the Contractor at his/her own expense. B. Payroll Records 1. Pursuant to California Labor Code Section 1776, the Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, Work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker or other employee employed in connection with the Work. The payroll records shall be certified and shall be available for inspection. 287 2. The Contractor shall inform the City of the location of the payroll records, including the street address, city and county, and shall, within five (5) Working Days, provide a notice of change in location and address. 3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records along with a statement of compliance. 14.05 APPRENTICESHIP STANDARDS A. Compliance with California Labor Code Section 1777.5 requires all public works contractors and subcontractors to: 1. Prior to commencing work on a public works contract, submit Contract Award information to the applicable joint apprenticeship committee, including an estimate of the journeyman hours to be performed under the Contract, the number of apprentices to be employed, and the approximate dates the apprentices will be employed. Use Form DAS-140 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 2. Employ apprentices for the public work at a ratio of no less than one (1) hour or apprentice work for every five (5) hours or labor performed by a journeyman. To request dispatch of apprentices, use Form DAS-142 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 3. Pay the apprentice rate on public works projects only to those apprentices who are registered, as defined in Labor Code Section 3077. 4. Contribute to the training fund in the amount identified in the Prevailing Wage Rate publication for journeyman and apprentices. Contractors who choose not to contribute to the local training trust fund must make their contributions to the California Apprenticeship Council, P.O. Box 420603, San Francisco, CA 94142. B. Failure to comply with the provisions of California Labor Code Section 1777.5 may result in the loss of the right to bid or perform work on all public works projects for a period of one to three years and the imposition of a civil penalty of One Hundred Dollars ($100.00) for each calendar day of noncompliance for the first violation and up to Three Hundred Dollars ($300.00) for each calendar day of noncompliance for a second or subsequent violation. Contractor should make a separate copy of this material for each of his/her Subcontractors. C. Payroll Records. The Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman apprentice, worker or other employee employed in connection with the work. The payroll records shall be certified and shall be submitted to the Project Manager every two weeks. D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or Subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26 from the State Department of Industrial Relations) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed 288 and the frequency of contributions. Training fund contributions shall also be reported in this form. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. 14.06 EMPLOYMENT OF APPRENTICES A. In the performance of this Contract, the Contractor and any Subcontractor shall comply with the provisions concerning the employment of apprentices in the Labor Code of the State of California and any amendments thereof. B. In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid provisions of the Labor Code, such Contractor or Subcontractor shall be subject to the penalties for noncompliance in the Labor Code of the State of California and any amendments thereof. 14.07 REGISTRATION WITH THE STATE DEPARTMENT OF INDUSTRIAL RELATIONS In the performance of this Contract, Contractor and/or any Subcontractor must be currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. 14.08 CHARACTER OF WORKERS The Contractor shall not allow his/her agents or employees, Subcontractors, or any agent or employee thereof, to trespass on premises or lands in the vicinity of the Work. Only skilled foremen and workers shall be employed on Work requiring special qualifications, and when required by the Director, the Contractor shall discharge any person who commits trespass, or in the opinion of the Director, acts in a disorderly, dangerous, insubordinate, incompetent, or otherwise objectionable manner. Any employee being intoxicated or bringing or having intoxicating liquors or controlled substances on the Work shall be discharged. Such discharge shall not be the basis of any claim for compensation of damages against the City or any of its officers, agents, and employees. 14.09 NO SMOKING – STATE LABOR CODE SECTION 6404.5 The Contractor and its agents, employees, Subcontractors, representatives, and any person under Contractor’s control, are prohibited from smoking in— or within a 20-foot distance from— the Site, which is a "place of employment" under California Labor Code § 6404.5. [END OF ARTICLE] 289 ARTICLE 15 - DISPUTE RESOLUTION 15.01 SUBMISSION OF CLAIMS A. By Contractor Contractor’s right to commence the Claims Dispute Resolution Process shall arise upon the Director’s written response denying all or part of a Claim. Contractor shall submit a written Statement of Dispute to the Director within seven (7) Days after the Director rejects all or a portion of Contractor’s Claim. Contractor’s Statement of Dispute shall be signed under penalty of perjury and shall state with specificity the events or circumstances giving rise to the Claim, the dates of their occurrence and the effect, if any, on the compensation due or performance obligations of Contractor under the Construction Contract. Such Statement of Dispute shall include adequate supporting data to substantiate the disputed Claim. Adequate supporting data for a Claim relating to the adjustment of the Contractor’s obligations relative to time of performance shall include a detailed, event-by-event description of the impact of each delay on Contractor’s time for performance. Adequate supporting data to a Statement of Dispute submitted by Contractor involving Contractor’s compensation shall include a detailed cost breakdown and supporting cost data in such form and including such detailed information and other supporting data as required to demonstrate the grounds for, and precise amount of, the Claim. B. By City City’s right to commence the Claims Dispute Resolution Process shall arise at any time following the City’s actual discovery of the circumstances giving rise to the Claim. Nothing contained herein shall preclude City from asserting Claims in response to a Claim asserted by Contractor. A Statement of Dispute submitted by City shall state the events or circumstances giving rise to the Claim, the dates of their occurrence and the damages or other relief claimed by City as a result of such events. C. Claims Defined The term “claims” as used herein shall be as defined in California Public Contract Code § 20104(b)(2). 15.02 CLAIMS DISPUTE RESOLUTION PROCESS The parties shall utilize each of the following steps in the Claims Dispute Resolution Process in the sequence they appear below. Each party shall participate fully and in good faith in each step in the Claims Dispute Resolution Process, which good faith effort shall be a condition precedent to the right of each party to proceed to the next step in the Claims Dispute Resolution Process. A. Direct Negotiations Designated representatives of City and Contractor shall meet as soon as possible (but not later than ten (10) Days after receipt of the Statement of Dispute) in a good faith effort to negotiate a resolution to the Claim. Each party shall be represented in such negotiations by an authorized representative with full knowledge of the details of the Claim or defenses being asserted by such party, and with full authority to resolve such Claim then and there, subject only to City’s right and obligation to obtain City Council [or other City official] approval of any agreed settlement or resolution. In the Claim involves the assertion of a right or claim by a Subcontractor against Contractor that is in turn being asserted by Contractor against City, then such Subcontractor shall also have a representative attend such negotiations, with the same authority and knowledge as just described. Upon completion of the meeting, if the Claim is not resolved, the parties may either continue the negotiations or either party may declare negotiations ended. All discussions that occur during such negotiations and all documents 290 prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to California Evidence Code Sections 1119 and 1152. B. Deferral of Claims Following the completion of the negotiations required by Paragraph 15.02-A., all unresolved Claims, except those that do not involve parties other than the Contractor and City, shall be deferred pending Final Completion of the Work, subject to City’s right, in its sole and absolute discretion, to require that the claims Dispute Resolution Process proceed prior to Final Completion. In the event that City does not elect to proceed with the Claims Dispute Resolution Process prior to Final Completion of the Work, all Claims that have been deferred until such Final Completion shall be consolidated within a reasonable time after such Final Completion and thereafter pursued to resolution pursuant to the Claims Dispute Resolution Process. Nothing contained in this Article 15 shall be interpreted as limiting the parties’ rights to continue informal negotiations of Claims that have been deferred until such Final Completion; provided, however, that such informal negotiations shall not be interpreted as altering the provisions of this Article 15 deferring final determination and resolution of unresolved Claims until after Final Completion of the Work. C. Legal Proceedings If the Claim is not resolved by direct negotiations then the party wishing to further pursue resolution or determination of the Claim shall submit the Claim for determination by commencing legal proceedings in a court of competent jurisdiction. 15.03 NO WAIVER Participation in the Claims Dispute Resolution Process shall not constitute a waiver, release or compromise of any defense of either party, including, without limitation, any defense based on the assertion that the rights of Contractor that are the basis of a Claim were previously waived by Contractor due to failure to comply with the Contract Documents, including, without limitation, Contractor’s failure to comply with any time periods for providing notices or for submission or supporting documentation of Claims. [END OF ARTICLE] 291 ARTICLE 16 - ACCOUNTING RECORDS 16.01 MAINTENANCE OF RECORDS Contractor shall keep, and shall include in its contracts with its Subcontractors, provisions requiring its Subcontractors to keep full and detailed books and records in accordance with the requirements of the Contract Documents, including the following: all information, materials and data of every kind and character (hard copy, as well as computer readable data if it exists), that have any bearing on or pertain to any matters, rights, duties or obligations relating to the Project or the performance of the Work, including, without limitation, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, change orders, change order requests, estimates, field orders, schedules, diaries, logs, reports, shop drawings, samples, exemplars, Drawings, Specifications, invoices, delivery tickets, receipts, vouchers, cancelled checks, memoranda; accounting records; job cost reports; job cost files (including complete documentation covering negotiated settlements); backcharge; general ledgers; documentation of cash and trade discounts earned; insurance rebates and dividends, and other documents relating in way to Claims or Change Orders, Construction Change Directives, Work Directives, or other claims for payment related to the Project asserted by Contractor or any Subcontractor (“Accounting Records”). Contractor shall exercise such controls as may be necessary for proper financial management of the Work. Such accounting and control systems shall comply with prevailing custom and practice for similar projects, be satisfactory to City and shall include preservation of such records for a period of five (5) years after approval of the Notice of Completion and Acceptance by City, or for such longer period as may be required by applicable laws. 16.02 ACCESS TO RECORDS Contractor shall allow, and shall include in its contracts with its Subcontractors provisions requiring its Subcontractors to allow, City and its authorized representative(s), auditors, attorneys and accountants, upon twenty-four (24) hours notice to Contractor, full access to inspect and copy all books and records relating to the Project that Contractor is required to maintain pursuant to Paragraph 16.01, above. 16.03 CONTRACTOR NONCOMPLIANCE, WITHHOLDING Contractor's compliance with Paragraphs 16.01 and 16.02, above, shall be a condition precedent to maintenance of any legal action or arbitration by Contractor against City. In addition to and without limitation upon City's other rights and remedies for breach, including any other provisions for withholding set forth in the Contract Documents, City shall have the right, exercised in its sole discretion, to withhold from any payment to Contractor due under a current Application for Payment an additional sum of up to ten percent (10%) of the total amount set forth in such Application for Payment, until Contractor and its Subcontractors have complied with any outstanding and unsatisfied request by City under this Article 16. Upon such compliance with this Article 16, any additional monies withheld pursuant to this Paragraph 16.03 shall be released to Contractor. 16.04 SPECIFIC ENFORCEMENT BY CITY Contractor agrees that any failure by Contractor or any Subcontractor to provide access to its books and records as required by this Article 16 shall be specifically enforceable, by issuance of a preliminary and/or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court and without the necessity of oral testimony, to compel Contractor to permit access, inspection, audits and/or reproduction of such books and records or to require delivery of such books and records to City for inspection, audit and/or reproduction. [END OF ARTICLE] 292 ARTICLE 17-MISCELLANEOUS PROVISIONS 17.01 COMPLIANCE WITH APPLICABLE LAWS A. Notices, Compliance Contractor shall give all notices required by governmental authorities and comply with all applicable laws and lawful orders of governmental authorities, including but not limited to the provisions of the California Code of Regulations applicable to contractors performing construction and all laws, ordinances, rules, regulations and lawful orders relating to safety, prevailing wage and equal employment opportunities. B. Taxes, Employee Benefits Contractor shall pay at its own expense, at no cost to the City and without adjustment to the Contract Sum, all local, state and federal taxes, including, without limitation all sales, consumer, business license, use and similar taxes on materials, labor or other items furnished for the Work or portions thereof provided by Contractor or Subcontractors, all taxes arising out of its operations under the Contract Documents and all benefits, insurance, taxes and contributions for social security and unemployment insurance which are measured by wages, salaries or other remuneration paid to Contractor's employees. If under federal excise tax law any transaction hereunder constitutes a sale on which a federal excise tax is imposed and the sale is exempt from such excise tax because it is a sale to meat for its exclusive use, then City, upon request, will execute documents necessary to show that is a political subdivision of the State for the purposes of such exemption and that the sale is for the exclusive use of the City, in which case no excise tax for such materials shall be included in the Bid or Contract Sum. C. Notice of Violations Contractor shall immediately notify the City and Director in writing of any instruction received from the City, Director, Architect or other person or entity that, if implemented, would cause a violation of any applicable law or lawful order of a governmental authority. If Contractor fails to provide such notice, then Director shall be entitled to assume that such instruction is in compliance with applicable laws and lawful orders of governmental authorities. If Contractor observes that any portion of the Drawings and Specifications or Work are at variance with applicable laws or lawful orders of governmental authorities, or should Contractor become aware of conditions not covered by the Contract Documents which will result in Work being at variance therewith, Contractor shall promptly notify Director in writing. If, without such notice to Director, Contractor or any Subcontractor performs any Work which it knew, or through the exercise of reasonable care should have known, was contrary to lawful orders of governmental authorities or applicable laws, then Contractor shall bear all resulting losses at its own expense, at no cost to City and without adjustment to the Contract Sum. 17.02 OWNERSHIP OF DESIGN DOCUMENTS A. Property of City All Design Documents, Contract Documents and Submittals (including, without limitation, all copies thereof) and all designs and building designs depicted therein are and shall remain the sole and exclusive property of the City and the City shall solely and exclusively hold all copyrights thereto. Without derogation the City’s rights under this Paragraph, the Contractor and Subcontractors are granted a limited, non-exclusive license, revocable at will of City, to use and reproduce applicable 293 portions of the Contract Documents and Submittals as appropriate to and for use in the execution of the Work and for no other purpose. B. Documents on Site Contractor shall keep on the Project site, at all times and for use by City, Director, Inspectors of Record and City’s Consultants, a complete set of the Contract Documents that have been approved by applicable Governmental Authorities. C. Delivery to City All Design Documents, Contract Documents and Submittals in the possession of Contractor or Subcontractors shall be returned to the City upon the earlier of Final Completion or termination of the Construction Contract; provided, however, that Contractor and each Subcontractor shall have the right to retain one (1) copy of the Contract Documents and Submittals for its permanent records D. Subcontractors Contractor shall take all necessary steps to assure that a provision is included in all subcontracts with Subcontractors, of every tier, who perform Work on the Project establishing, protecting and preserving the, City’s rights set forth in this Paragraph. 17.03 AMENDMENTS The Contract Documents may be amended only by a written instrument duly executed by the parties or their respective successors or assigns. 17.04 WAIVER Either party's waiver of any breach or failure to enforce any of the terms, covenants, conditions or other provisions of the Contract Documents at any time shall not in any way limit or waive that party's right thereafter to enforce or compel strict compliance with every term, covenant, condition or other provision, any course of dealing or custom of the trade notwithstanding. Furthermore, if the parties make and implement any interpretation of the Contract Documents without documenting such interpretation by an instrument in writing signed by both parties, such interpretation and implementation thereof will not be binding in the event of any future disputes. 17.05 INDEPENDENT CONTRACTOR Contractor is an independent contractor, and nothing contained in the Contract Documents shall be construed as constituting any relationship with City other than that of Project owner and independent contractor. In no event shall the relationship between City and Contractor be construed as creating any relationship whatsoever between City and Contractor's employees. Neither Contractor nor any of its employees is or shall be deemed to be an employee of City. Except as otherwise specified in the Contract Documents, Contractor has sole authority and responsibility to employ, discharge and otherwise control its employees and has complete and sole responsibility as a principal for its agents, for all Subcontractors and for all other Persons that Contractor or any Subcontractor hires to perform or assist in performing the Work. 17.06 SUCCESSORS AND ASSIGNS The Contract Documents shall be binding upon and inure to the benefit of City and Contractor and their 294 permitted successors, assigns and legal representatives. A. City may assign all or part of its right, title and interest in and to any Contract Documents, including rights with respect to the Payment and Performance Bonds, to (a) any other governmental person as permitted by governmental rules, provided that the successor or assignee has assumed all of City's obligations, duties and liabilities under the Contract Document then in effect; and (b) any other Person with the prior written approval of Contractor. B. Contractor may collaterally assign its rights to receive payment under the Contract Documents. Contractor may not delegate any of its duties hereunder, except to Subcontractors as expressly otherwise permitted in the Contract Documents. Contractor's assignment or delegation of any of its Work under the Contract Documents shall be ineffective to relieve Contractor of its responsibility for the Work assigned or delegated, unless City, in its sole discretion, has approved such relief from responsibility. Any assignment of money shall be subject to all proper set-offs and withholdings in favor of City and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by City for completion of the Work, should Contractor be in default. C. Except for the limited circumstances set forth in Paragraph 17.06-B, above, Contractor may not, without the prior written consent of City in its sole discretion, voluntarily or involuntarily assign, convey, transfer, pledge, mortgage or otherwise encumber its rights or interests under the Contract Documents. No partner, joint venturer, member or shareholder of Contractor may assign, convey, transfer, pledge, mortgage or otherwise encumber its ownership interest in Contractor without the prior written consent of City, in City’s sole discretion. 17.07 SURVIVAL Contractor’s representations and warranties, the dispute resolution provisions contained in Article 15, and all other provisions which by their inherent character should survive termination of the Contract and/or Final Acceptance, shall survive the termination of the Contract and the Final Acceptance Date. 17.08 LIMITATION ON THIRD PARTY BENEFICIARIES It is not intended by any of the provisions of the Contract Documents to create any third party beneficiary hereunder or to authorize anyone not a party hereto to maintain a suit for personal injury or property damage pursuant to the terms or provisions hereof, except to the extent that specific provisions (such as the warranty and indemnity provisions) identify third parties and state that they are entitled to benefits hereunder. The duties, obligations and responsibilities of the parties to the Contract Documents with respect to such third parties shall remain as imposed by law. The Contract Documents shall not be construed to create a contractual relationship of any kind between City and a Subcontractor or any other Person except Contractor. 17.09 PERSONAL LIABILITY OF CITY EMPLOYEES City’s authorized representatives are acting solely as agents and representatives of City when carrying out the provisions of or exercising the power or authority granted to them under the Contract. They shall not be liable either personally or as employees of City for actions in their ordinary course of employment. No agent, consultant, Council member, officer or authorized employee of City, shall be personally responsible for any liability arising under the Contract. 295 17.10 NO ESTOPPEL City shall not, nor shall any officer thereof, be precluded or estopped by any measurement, estimate or certificate made or given by the City representative or other officer, agent, or employee of City under any provisions of the Contract from at any time (either before or after the final completion and acceptance of the Work and payment therefor) pursuant to any such measurement, estimate or certificate showing the true and correct amount and character of the work done, and materials furnished by Contractor or any person under the Contract or from showing at any time that any such measurement, estimate or certificate is untrue and incorrect, or improperly made in any particular, or that the work and materials, or any part thereof, do not in fact conform to the Contract Documents. Notwithstanding any such measurement, estimate or certificate, or payment made in accordance therewith, City shall not be precluded or estopped from recovering from Contractor and its Sureties such damages as City may sustain by reason of Contractor’s failure to comply or to have complied with the Contract Documents. 17.11 GOVERNING LAW The laws of the State of California govern the construction and interpretation of the Contract Documents, without regard to conflict of law principles. Unless the Contract Documents provide otherwise, any reference to laws, ordinances, rules, or regulations include their later amendment, modifications, and successor legislation. If Contractor or City brings a lawsuit to enforce or interpret one or more provisions of the Contract Documents, jurisdiction is in the Superior Court of the County of Los Angeles, California, or where otherwise appropriate, in the United States District Court, Central District of California. Contractor and City acknowledge that the Contract Documents were negotiated, entered into, and executed—and the Work was performed—in the City of Vernon, California. 17.12 FURTHER ASSURANCES Contractor shall promptly execute and deliver to City all such instruments and other documents and assurances as are reasonably requested by City to further evidence the obligations of Contractor hereunder, including assurances regarding assignments of Subcontractors contained herein. 17.13 SEVERABILITY If any clause, provision, section, paragraph or part of the Contract is ruled invalid by a court having proper jurisdiction, then the parties shall: (a) promptly meet and negotiate a substitute for such clause, provision, section, paragraph or part, which shall, to the greatest extent legally permissible, effect the original intent of the parties, including an equitable adjustment to the Contract Price to account for any change in the Work resulting from such invalidated portion; and (b) if necessary or desirable, apply to the court or other decision maker (as applicable) which declared such invalidity for an interpretation of the invalidated portion to guide the negotiations. The invalidity or unenforceability of any such clause, provision, section, paragraph or part shall not affect the validity or enforceability of the balance of the Contract, which shall be construed and enforced as if the Contract did not contain such invalid or unenforceable clause, provision, section, paragraph or part. 17.14 HEADINGS The captions of the sections of the Contract are for convenience only and shall not be deemed part of the Contract or considered in construing the Contract. 296 17.15 ENTIRE AGREEMENT The Contract Documents contain the entire understanding of the parties with respect to the subject matter hereof and supersede all prior agreements, understandings, statements, representations and negotiations between the parties with respect to its subject matter. 17.16 COUNTERPARTS This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. [END OF ARTICLE] 297 EXHIBIT 1 Bond No.: Premium Amount: $ Bond’s Effective Date: PERFORMANCE BOND RECITALS: 1. The City of Vernon, California (“City”), has awarded to General Pump Company, Inc., 159 N. Acacia Street, San Dimas, CA 91773, (805)482-1215 (“Principal”), a Contract (the “Contract”) for the Work described as follows: Well No. 16 Pump and Motor Project in Vernon, CA. 2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s faithful performance of the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal promptly and faithfully performs the undertakings, terms, covenants, conditions, and agreements in the Contract and Contract Documents (including all their amendments and supplements), all within the time and in the manner that those documents specify, then this obligation becomes null and void. Otherwise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond: 1. This Bond specifically guarantees Principal’s performance of each obligation and all obligations under the Contract and Contract Documents, as they may be amended and supplemented— including, but not limited to, Principal’s liability for liquidated damages, Warranties, Guarantees, Correction, and Maintenance obligations as specified in the Contract and Contract Documents— except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents, the guarantees in this Bond also survive Final Completion of the Work. 3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly: (a) remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then in effect; or (c) using a procurement methodology approved by City, select a contractor or contractors— acceptable to City— to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available, as the Work progresses, sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform all obligations of Principal under the Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond— except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or 298 the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time. 5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing Principal’s faithful performance of the Work. 6. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN TRIPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manager of Vernon Public Utilities City Attorney BOND ACKNOWLEDGMENT FOR CORPORATE SEAL CORPORATE SEAL 299 SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he own name as attorney in fact. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public SEAL 300 EXHIBIT 2 Bond No.: Premium Amount: $ Bond’s Effective Date: PAYMENT BOND (LABOR AND MATERIALS) RECITALS: 1. The City of Vernon, California (“City”), has awarded to General Pump Company, Inc., 159 N. Acacia Street, San Dimas, CA 91773, (805)482-1215 (“Principal”), a Contract (the “Contract”) for the Work described as follows: Well No. 16 Pump and Motor Project in Vernon, CA. 2. Principal is required under California Civil Code Sections 3247-3248 and the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal or a subcontractor fails to pay (a) any person named in California Civil Code Section 3181, or any successor legislation; (b) any amount due under California’s Unemployment Insurance Code, or any successor legislation, for work or labor performed under the Contract or Contract Documents; or (c) any amount under Unemployment Insurance Code Section 13020, or any successor legislation, that Principal or a subcontractor must deduct, withhold, and pay over to the Employment Development Department from the wages of its employees, for work or labor performed under the Contract or Contract Documents, then Surety shall pay for the same in an amount not-to-exceed the Bonded Sum. Otherwise, this obligation becomes null and void. While this Bond remains in full force and effect, the following terms and conditions apply to this Bond: 1. This Bond inures to the benefit of any of the persons named in California Civil Code Section 3181, or any successor legislation, giving those persons or their assigns a right of action in any suit brought upon this Bond, unless California Civil Code Section 3267, or any successor legislation, applies. 2. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time. 301 3. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 4. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 5. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN TRIPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manger of Vernon Public Utilities City Attorney CORPORATE SEAL CORPORATE SEAL 302 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he own name as attorney in fact. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public SEAL 303 EXHIBIT 4 INSURANCE REQUIREMENTS 1.0 REQUIRED INSURANCE POLICIES At its own expense, Contractor shall obtain, pay for, and maintain – and shall require each of its Subcontractors to obtain and maintain – for the duration of the Agreement, policies of insurance meeting the following requirements: A. Workers’ Compensation/Employer’s Liability Insurance shall provide workers’ compensation statutory benefits as required by law. 1. Employer’s Liability insurance shall be in an amount not less than: (a) ONE MILLION DOLLARS ($1,000,000) per accident for bodily injury or disease; (b) ONE MILLION DOLLARS ($1,000,000) per employee for bodily injury or disease; and (c) ONE MILLION DOLLARS ($1,000,000) policy limit. B. Commercial General Liability (“CGL”) (primary). City and its employees and agents shall be added as additional insureds, not limiting coverage for the additional insured to “ongoing operations” or in any way excluding coverage for completed operations. Coverage shall apply on a primary, non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any employee, representative or agent of City. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall contain no contractors’ limitation or other endorsement limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 1. CGL insurance must not be written for less than the limits of liability specified as follows: (a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including accidental death) to any one person; (b) ONE MILLION DOLLARS ($1,000,000) per occurrence for personal and advertising injury to any one person; (c) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; and (d) TWO MILLION DOLLARS ($2,000,000) general aggregate limit. 2. CGL insurance must include all major divisions of coverage and must cover: (a) Premises Operations (including Explosion, Collapse, and Underground [“X,C,U”] coverages as applicable); (b) Independent Contractor’s Protective; (c) Independent Contractors; (d) Products and Completed Operations (maintain same limits as above until five (5) 304 years after recordation of Notice of Completion) (e) Personal and Advertising Injury (with Employer’s Liability Exclusion deleted); (f) Contractual Liability (including specified provision for Contractor’s obligation under Article 11 of the General Conditions); and (g) Broad Form Property Damage. 3. Umbrella or Excess Liability Insurance (over primary), if provided, shall be at least as broad as any underlying coverage. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion and no contractor’s limitation endorsement. The policy shall have starting and ending dates concurrent with the underlying coverages. The Named Insured may determine the layering of primary and excess liability insurance provided that if such layering differs from that described here, the actual coverage program meets the minimum total required limits and complies with all other requirements listed here. C. Business Automobile Liability Insurance 1. Business Automobile Liability Insurance must cover all vehicles, whether rented, leased, hired, scheduled, owned or non-owned. If Contractor does not own any vehicles, this requirement may be satisfied by a non-owned vehicle endorsement to the general and umbrella liability policies. Business Automobile Liability Insurance coverage amounts shall not be less than the following: (a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including accidental death) to any one person; and (b) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; or (c) ONE MILLION DOLLARS ($1,000,000) combined single limit. D. Contractors Pollution Liability Insurance (CPL) NOT REQUIRED FOR THIS PROJECT 1. Contractor or Subcontractor shall obtain, pay for, and maintain for the duration of the Contract Contractors Pollution Liability insurance that provides coverage for liability caused by pollution conditions arising out of the operations of the Contractor. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using Subcontractors, the policy must include work performed “by or on behalf” of the insured. 2. The policy limit shall provide coverage of no less than one million dollars ($1,000,000) per claim and in the aggregate. Coverage shall apply to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically inured; cleanup costs; and costs of defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. 3. All activities contemplated in the Contract shall be specifically scheduled on the CPL policy as “covered operations.” In addition, the policy shall provide coverage for the hauling of waste from the Project site to the final disposal location, including non-owned disposal sites. 4. The policy shall specifically provide for a duty to defend on the part of the insurer. City, its 305 officers, employees and agents shall be added to the policy as additional insureds by endorsement. E. Builder’s Risk Insurance NOT REQUIRED FOR THIS PROJECT 1. Builder’s Risk Insurance covering all real and personal property for “all risks” of loss or “comprehensive perils” coverage including but not limited to the perils of earth movement including earthquake and flood for all buildings, structures, fixtures, materials, supplies, machinery and equipment to be used in or incidental to the construction at the site, off site, or in transit, for the full replacement value of such properties. Coverage shall be included for property of others in the care, custody or control of the insured for which any insured may be liable. The City will purchase a builder’s risk policy for the Project instead of a contractor purchased policy. Bidder should not include cost for this coverage in his/her bid. 2.0 GENERAL REQUIREMENTS—ALL POLICIES A. Qualifications of Insurer. At all times during the term of this Contract, Contractor’s insurance company must meet all of the following requirements: 1. “Admitted” insurer by the State of California Department of Insurance or be listed on the California Department of Insurance’s “List of Surplus Line Insurers” (“LESLI”); 2. Domiciled within, and organized under the laws of, a State of the United States; and 3. Carry an A.M. Best & Company minimum rating of “A:VII”. B. Continuation Coverage. For insurance coverages that are required to remain in force after the Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all certificates and additional insured endorsements evidencing the continuation of such coverage. C. Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to City’s review and approval, in its sole discretion. D. Commercial General Liability and Business Automobile insurance policies must be written on an “occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as additional insureds. E. Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self- insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance. City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy. F. Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its representatives, or both. G. Separation of Insureds. Contractor’s insurance policy applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the naming of multiple insureds will not increase an insurance company’s limits of liability. H. Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising injury, or property damage. 306 I. Premiums. City is not liable for a premium payment or another expense under Contractor’s policy J. At any time during the duration of this Contract, City may do any one or more of the following: 1. Review this Agreement’s insurance coverage requirements; 2. Require that Contractor obtain, pay for, and maintain more insurance depending on City’s assessment of any one or more of the following factors: (a) City’s risk of liability or exposure arising out of, or in any way connected with, the services of Contractor under this Agreement; (b) The nature or number of accidents, claims, or lawsuits arising out of, or in any way connected with, the services of Contractor under this Agreement; or (c) The availability, or affordability, or both, of increased liability insurance coverage. 3. Obtain, pay for, or maintain a bond (as a replacement for an insurance coverage) from a California corporate surety, guaranteeing payment to City for liability, or costs, or both, that City incurs during City’s investigation, administration, or defense of a claim or a suit arising out of this Agreement; or K. Contractor shall maintain the insurance policy without interruption, from the Project’s commencement date to the Final Payment date, or until a date that City specifies for any coverage that Contractor must maintain after the Final Payment. L. Contractor shall not allow any insurance to expire, cancel, terminate, lapse, or non-renew. Contractor’s insurance company shall mail City written notice at least thirty (30) days in advance of the policy’s cancellation, termination, non-renewal, or reduction in coverage and ten (10) days before its insurance policy’s expiration, cancellation, termination, or non-renewal, Contractor shall deliver to City evidence of the required coverage as proof that Contractor’s insurance policy has been renewed or replaced with another insurance policy which, during the duration of this Agreement, meets all of this Agreement’s insurance requirements. M. At any time, upon City’s request, Contractor shall furnish satisfactory proof of each type of insurance coverage required— including a certified copy of the insurance policy or policies; certificates, endorsements, renewals, or replacements; and documents comprising Contractor’s self-insurance program— all in a form and content acceptable to the City Attorney or City’s Risk Manager. N. If Contractor hires, employs, or uses one or more Subcontractor(s) to perform work, services, operations, or activities on Contractor’s behalf, Contractor shall ensure that the Subcontractor complies with the following. 1. Meets, and fully complies with, this Agreement’s insurance requirements; and 2. Furnishes City at any time upon its request, with a complete copy of the Subcontractor’s insurance policy or policies for City’s review, or approval, or both. Failure of City to request copies of such documents shall not impose any liability on City, or its employees. O. Contractor’s failure to comply with an insurance provision in this Agreement constitutes a material breach upon which City may immediately terminate or suspend Contractor’s performance of this Agreement, or invoke another remedy that this Agreement or the law allows. At its discretion and without waiving any other rights it may have pursuant to law, City has the right but not a duty to obtain or renew the insurance and pay all or part of the premiums. Upon demand, Contractor shall repay City for all sums or monies that City paid to obtain, renew, or 307 reinstate the insurance, or City may offset the cost of the premium against any sums or monies that City may owe Contractor. 3.0 CONTRACTOR’S SUBMITTAL OF CERTIFICATES AND ENDORSEMENTS A. Contractor shall have its insurance carrier(s) or self-insurance administrator(s) complete and execute the following insurance documents and shall deliver said documents at the same time Contractor delivers this Agreement to City. City will neither sign this Agreement nor issue a “Notice to Proceed” until the City Attorney or City’s Risk Manager has reviewed and approved all insurance documents. City's decision as to the acceptability of all insurance documents is final. Sample insurance documents in the City’s approved format are set forth in this 4. B. Required Submittals for Commercial General Liability and Business Automobile Insurance and Contractor’s Pollution Liability Insurance. The following submittals must be on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. 1. “Certificate of Insurance” 2. “Additional Insured Endorsement” 3. Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others” Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon, and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of, and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30) days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.” C. Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of Exemption from Labor Code §3700” form is required. D. Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed, maintained, repaired or supplied pursuant to this Contract. E. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage. F. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. G. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 308 H. Any “self-insured retention” must be declared and approved by City. City reserves the right to require the self-insured retention to be eliminated or replaced by a deductible. Self-funding, policy fronting or other mechanisms to avoid risk transfer are not acceptable. If Contractor has such a program, Contractor must fully disclose such program to City. 309 EXHIBIT 5 Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit CITY OF VERNON Public Utilities Department Construction Stormwater Program Permit Number: Date: Applicant: Phone: Project Address: Property Owner: Contractor: Contractor’s Address: The National Pollutant Discharge Elimination System (NPDES) is a portion of the Clean Water Act that applies to the protection of receiving waters. Under permits from the Los Angeles Regional Water Quality Control Board (RWQCB), certain activities are subject to RWQCB enforcement. To meet the standards of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watershed of Los Angeles County, Except those Discharges Originating from the City of Long Beach MS4 (CAS004001), the City of Vernon has adopted minimum standards for stormwater runoff from development construction activities. These minimum standards require the implementation of an effective combination of erosion and sediment control Best Management Practices (BMPs) to prevent erosion and sediment loss, and the discharge of construction waste at each site. At a minimum, the construction activity associated with the construction project identified above shall be conducted in such a manner that:  Prevents illicit construction-related discharges of pollutants into the MS4 and receiving waters.  Implements and maintains structural and non-structural BMPs to reduce pollutants in stormwater runoff from construction sites.  Reduces construction site discharges of pollutants to the MS4 to the maximum extent practicable.  Prevents construction site discharges to the MS4 from causing or contributing to a violation of water quality standards. Note: The Stormwater BMP Construction Handbook sheets developed by the California Stormwater Quality Association shall be used as guidance in determining and implementing required BMPs. The BMP sheets may be reviewed at the Public Works counter during regular business hours. A General Construction Permit shall be obtained and maintained for all construction sites one (1) acre or greater. Additional conditions may be required for these sites. 310 I have read and understand the requirements listed above and certify that I will comply with the minimum requirements above. Signature: Print Name: Title: Property Owner: 311 EXHIBIT B SPECIAL PROVISIONS SPECIFIC FOR THIS PROJECT The City operates Well No. 16 located at 4305 S. Santa Fe Avenue, Vernon, CA. The well previously consisted of a 200 HP electrical motor and pumped approximately 1,200 GPM. Over the years, the well production dropped dramatically and in August 2013 the well was completely redeveloped. The well is located within 475 feet of City Well No. 11. Due to hydraulic interference, the two wells cannot be operated simultaneously. Therefore, the City desires to operate the well at a reduced production rate of 600 GPM with a Total Dynamic Head of 407 feet. Due to an electrical failure, the motor cannot be repaired and a new motor must be appropriately sized to properly operate a 600 GPM pump. The well head is located inside a vault 7 feet deep, therefore the TDH measurements were taken from the vault floor. The static water level measured at approximately 227 feet below ground surface (bgs) and the anticipated drawdown of 48 feet leaving a dynamic water level of approximately 274 feet bgs. The estimated water level decline due to drought conditions, specific capacity and Well 11 interference is approximately 130 feet of water level decline, therefore the pump intake level is 397 feet below surface (measured from the vault floor). The City requires modification of the existing pump to produce the desired 600 GPM. The pump is physically located at 4305 Santa Fe Avenue, Vernon, CA. The column pipe is physically located at 2070 51st Street, Vernon, CA. If you have any questions, please do not hesitate to contact Fred Cardenas at (323)583-8811 ext. 872 or Joanna H. Torres at ext. 888. 312 EXHIBIT C 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. 313 EXHIBIT D 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. 314 NOTICE INVITING BIDS for Well No. 16 Pump and Motor Project in the City of Vernon, California Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of sealed bids must be received prior to 3:00 p.m., July 19, 2018, by the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“Bid Deadline”). All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the bid and the bidder’s name address appearing on the outside. Bids should be mailed or delivered in person before 3:00 p.m. on the Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. Bids must be received in the City Clerk’s Office before that time. At the bid opening, the City Clerk shall open bid packages and acknowledge the receipt of Bids. Once all bid packages are opened and announced, the Bid Forms will be made available for public review. The bids shall be clearly titled. City of Vernon Contact Person: Vernon Public Utilities Attention: Joanna H. Torres Phone: (323) 583-8811 x888 Email: jhtorres@ci.vernon.ca.us Vernon Public Utilities Attention: Fred Cardenas Phone: (323) 583-8811 x872 Email: fcardenas@ci.vernon.ca.us General Scope of Work: Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform work involved in the Project. The Work in the Bid is defined in the Project Drawings and Specifications and will generally include the following: Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform work involved in the Project. The Work in the Bid is defined as: modification of an existing pump for a new production rate of 600 gallons per minute (GPM), motor sizing for operation of the 600 GPM pump, procurement of the motor, and installation of the pump and motor per Exhibit “B”. 315 Mandatory Qualifications for Bidder and Designated Subcontractors: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part of the Bidder’s Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California; each comparable in scope and scale to this Project. Other Bidding Information: 1. Contract Time: This Work must be completed within 90 calendar days from the date of commencement as established by the City’s written Notice to Proceed. 2. Amount of Liquidated Damages: $750.00 per calendar day 3. Required Construction Staging – Not a part of this contract. 4. Intermediate Completion Milestones – Not a part of this contract. 5. Bidding Documents. Bids must be made on the Proposal Form contained herein. 6. Engineer’s Estimate. Not Applicable 8. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to award all or any individual part/item of the bid, and to waive any informalities, irregularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 9. Contractor’s License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a California contractor’s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess one of the following license(s): C-57, Well Drilling; C-61, Limited Specialty Classification; D-21, Machinery and Pumps. The Bidder will not receive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may reject the Bid, cancel the award, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 10. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, license number, and portion of the Work). An inadvertent error in the license number will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In 316 addition, the City requires the Bidder to list the dollar value of each Subcontractor’s labor or services. The City reserves the right to review and disqualify any proposed Subcontractor. The City’s disqualification of a Subcontractor does not disqualify a Bidder. In such case, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor— without an adjustment of the Bid Amount. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor’s license must be current and active for the portion of the Work listed and shall hold all specialty certifications required for such Work. 11. Unless specified otherwise, all Governmental Approvals and Utility Fees shall be obtained and paid for by Contractor and will be reimbursed based on Contractor’s actual direct cost without markup. 12. Bid Forms and Security: Each Bid must be made on the Bid Forms contained in the “Notice Inviting Bids” package. 13. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 14. Substitution of Securities. Not applicable. 15. Prevailing Wages. This Project is a “public work” as defined in California Labor Code Section 1720. Contractor awarded this Contract and all Subcontractors of any tier shall not pay less than the minimum prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Work. The Director of Industrial Relations of the State of California, pursuant to the California Labor Code, and the rates determined by the California Director of Industrial Relations are available online at www.dir.ca.gov/DLSR/PWD/. 16. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). 17. Registration with the Department of Industrial Relations (DIR). No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. Carlos Fandino City Administrator Dated: ___________ (Approved as to form by City Attorney) Published: _______ 317 City of Vernon Instructions for Bidders Project: Well No. 16 Pump and Motor Project for the Department of Public Utilities City personnel with whom prospective bidders will deal with are: Joanna H. Torres and Fred Cardenas, Vernon Public Utilities, 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 888 and 872, respectively. Bid opening date and time: 3:00 p.m., July 19, 2018 (“Bid Deadline”) Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058 The bid must be received by the City Clerk prior to the time set for bid opening. A bid received by the City Clerk after the time set for the bid opening is a non-responsive bid and shall not be considered. GENERAL BID REQUIREMENTS To be considered, a bidder must strictly follow the format for bids in the specifications. Bids must be binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 1. CONTRACTORS LICENSE The Bidder must possess a valid State of California Contractors License and must list type in the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadline and at all times during the performance of the Work, except as otherwise provided in California Business and Professions Code Section 7028.15. 2. INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS AND ADDENDA A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of any part of the Bidding Documents, or who finds discrepancies, errors or omissions therein or who finds variances in any of the Bidding Documents with applicable law, such Bidder shall at once submit a written request for an interpretation or correction thereof to the City’s representative identified in the Notice Inviting Bids, or other designated individual. All Bidders shall submit such written requests to City not less than ten (10) calendar days prior to the Bid Deadline. The person or entity submitting the request shall be responsible for its prompt delivery to City’s Contact Person identified in the Notice Inviting Bids. 318 Any interpretation or correction will be made only by Addendum issued by the City and a copy of such Addendum will be delivered to all Interested Bidders of record. Any Addenda so issued must be acknowledged in the Bid and the cost of performing Work described in the Addenda shall be included in the Bid. Bidder’s failure to acknowledge receipt of all Addenda may result in rejection of the Bid as nonresponsive. No person is authorized to render an oral interpretation or correction of any Bidding Documents and no Bidder may rely on any such oral interpretation or correction issued by the City. The City shall not be responsible for any other explanation or interpretation of the Drawings or Specifications, or for any oral instructions. City reserves the right to extend the Bid Deadline by issuing an Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline. Bidders shall use complete sets of Bidding Documents in preparing Bids; City shall not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. B. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued and the Bidder shall acknowledge their receipt in the Bid. 3. OBTAINING DRAWINGS AND DOCUMENTS Bidder may secure Bidding Documents only from the location specified in the Notice Inviting Bids. City will maintain a list of persons who obtained a copy of these Specifications (“Interested Bidders”). Only Interested Bidders will receive Addenda, if so issued. 4. BID FORMS – SUBMITTAL A. The Bids shall be made on the forms provided herein with all blank spaces properly filled in. B. The phraseology shall not be changed, and no additions shall be made to the items mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions attached to a Bid will render it informal and may cause its rejection. All forms requiring specific information shall be completed with all applicable information for a Bid to be considered responsive. C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for" followed by the title and Specification Number and the date and time of the Bid Deadline, and the Bidder's name and address. The envelope may be mailed, hand delivered, or delivered by courier or package delivery service. D. One Original Bid and two copies shall be hand delivered, delivered by courier or package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. 319 E. Bids received after the Bid Deadline or at any place other than the Office of the City Clerk will not be considered. 5. BID FORMS – AUTHORIZED SIGNATURES A. The full name, business address, zip code, and business telephone number, with area code of the individual, partnership, joint venture, or corporation submitting the Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign the form with his/her usual wet ink signature. B. Sole Proprietorship: An individual shall sign. C. Partnership (General or Limited): A partner shall sign for a partnership; the partner shall give the names and addresses of all partners. D. Corporation: An officer shall sign for a corporation. The corporate name must be attested by the corporate seal. The names and titles of the president and all officers of the corporation who are authorized to sign the Bid Forms must be listed in an authenticated Incumbency Certificate signed by the corporate secretary. A signature other than a corporate officer’s will be accepted only if an authenticated Incumbency Certificate is attached. E. Joint Venture: Bidders shall use the appropriate section(s) listed above in B-D, based on their applicable situation. 6. BID FORMS – SCHEDULE OF BID PRICES A. The Bidder shall include in his/her Bid price(s) any and all expense or costs that may be necessary to complete the project in accordance with the requirements of the Contract. The cost of all mobilization, preparatory work and operations for the multiple movements of personnel, equipment, supplies, and incidentals to the various project sites must be included in the various bid items, and no extra compensation will be paid to Contractor. B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly legible figures, the Base Bid, the alternates, and the unit price and item total or lump sum, as the case may be, for which he/she proposes to supply labor, materials, and equipment and to perform the Work. Bids must not contain any erasures, interlineations, strike-throughs or other corrections unless the same are suitably authenticated by affixing in the margin immediately opposite such erasure or correction the initials of the person(s) signing the Bid. If any Bid, or portion thereof, is determined by the City to be illegible, ambiguous or inconsistent, City may reject such a Bid as being non-responsive. C. In the case of a unit price item, the amount set forth, as the item total shall be the product of the estimated quantity times the unit price Bid. In the event of a discrepancy between the unit price Bid and the item total, the unit price shall prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for 320 any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for more information and the list of Bid Alternates, if any. If no change in the Base Bid is required, enter “No Change.” 7. BID SECURITY – Not Applicable 8. BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OF QUALIFICATIONS A. Each Bidder shall be required to complete, execute and submit with its Bid, the form entitled "Bidder's Statement of Qualifications." Notwithstanding the provisions of Paragraph 22 herein, the Bidder’s Statement of Qualifications shall not be public records. All information required by a Bidder’s or Specialty Contractor Statement of Qualifications shall be completely and fully provided. If no information is to be filled in a blank space, then write "none." Any Bid not accompanied by a Bidder’s Statement of Qualifications form completed with all information required may render the Bid non-responsive. If the City determines that any information provided by a Bidder in the Bidder’s Statement of Qualifications is false or misleading, or is incomplete so as to be false or misleading, the City may reject the Bid submitted by such Bidder as being non- responsive. B. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the contract documents. In selecting the lowest responsible Bidder, consideration will be given not only to the Bidder’s financial standing but also to the general competency of the Bidder for the performance of the work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public buildings for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s performance of the work. 9. DESIGNATION OF SUBCONTRACTORS A. Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shall list each Subcontractor whom the Bidder must disclose under the Subletting and Subcontracting Fair Practice Act, Public Contract Code Section 4104. The Bidder 321 shall provide: each Subcontractor’s name, the trade and type of work that the Subcontractor will perform, the location (address) of the Subcontractor’s place of business, each Subcontractor’s license number, and the dollar value of each Subcontractor’s labor or services. If additive Alternate Bid Items are included in the Bidding Documents, the Bidder shall identify each Subcontractor performing additive Alternate Bid Items, when such Work — or the combination of base Contract Work and Alternate Work — exceeds one-half of one percent of the total Bid Amount. B. Subcontractors’ Licenses. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor shall possess a current and active California Contractor’s license appropriate for the portion of the Work listed for such Subcontractor, and hold all specialty certifications required for such Work. C. Disqualification of a Subcontractor. The City has the right to review the suitability and qualifications of any Subcontractor proposed by the Bidder. As part of this review, the City may request a Bidder to submit additional information about one or more of the listed Subcontractors—including, but not limited to—a statement detailing the Subcontractor’s experience with pertinent information as to similar projects and other evidence of the Subcontractor’s qualifications. If requested, the Bidder shall provide the information to the City within the time specified in the City’s written request. After due investigation, if the City has a reasonable objection to any proposed Subcontractor, the City may, before giving the notice of award, require the apparent successful Bidder to submit an acceptable substitute. The City’s disqualification of a Subcontractor does not disqualify a Bidder. However, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor without an adjustment of the Bid Price. D. Work of Subcontractors. The organization or arrangement of the Specifications and Drawings do not limit the extent of the Work for the Contract Documents. Accordingly, all Bidders are encouraged to disseminate all of the Specifications, Drawings and other Contract Documents to all persons or entities submitting sub- bids to the Bidder. The omission of any portion or item of Work from the Bid or from sub-bids, which is reasonably inferable from the Contract Documents, will not be a basis for adjustment of the Contract Price or the Contract Time. E. Ineligible Subcontractors. The successful Bidder is prohibited from performing Work on the Project with any Subcontractor who is ineligible to perform work on a public works project pursuant to California Labor Code Sections 1777.1 or 1777.7. In submitting its Bid, the Bidder certifies that it has investigated the eligibility of each and every listed Subcontractor and has determined that none is ineligible to perform work pursuant to the above code provisions. 10. CONTRACTOR’S NONCOLLUSION AFFIDAVIT A Noncollusion Affidavit in the form provided by the City shall be signed under penalty 322 of perjury, certifying that the Bid is not the result of and has not been influenced by collusion. Bidder shall submit this form with its Bid. Any Bid made without such affidavit, or believed to be made in violation of the requirements set forth in the affidavit form, may be rejected. 11. INSURANCE REQUIREMENTS The Bidder shall submit to its insurance company or insurance agent the Insurance Requirements in this Specification and the Contract Documents. The insurance company’s underwriter or agent must complete the Insurance Requirements documentation which states that the insurer’s underwriter or agent will furnish the City with the required insurance documents within fourteen (14) days after the Bidder’s having been notified of the Contract’s award. The Bidder shall submit this form with its Bid. Any Bid made without this statement, or made with an incomplete statement, may be rejected. 12. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK A. The Bidder shall examine carefully the site of the Work contemplated and the Drawings and Specifications. The submission of a Bid will be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of Work to be performed and materials to be furnished, the difficulties to be encountered, and to the requirements of the Drawings, Specifications, and other Contract Documents. The Bidder shall ascertain the locations of the existing utility services, and other underground facilities, and provide for carrying out its operations so as to cause the minimum possible inconvenience to the occupants of properties along any streets affected. All Work and costs involved in the safeguarding of the properties of others shall be at the expense of the Bidder to whom the Contract may be awarded. B. The Bidder hereby certifies that it has examined the local conditions, has read each and every clause of the Contract Documents, and that it has included all costs necessary to complete the specified Work in its Bid prices, and the Bidder agrees that if it is awarded the Contract, it will make no claim against the City based upon ignorance of local conditions or misunderstanding of any of the provisions of the Contract. Should the conditions turn out otherwise than the Bidder anticipated, the Bidder agrees to assume all risks incident thereto. 13. PRICES AND PAYMENTS Approximate quantities listed in the Schedule of Bid Prices are estimates given for comparing Bids, and no claim shall be made against the City for excess or deficiency therein, actual or relative. Payment at the prices agreed upon will be in full for the completed Work and will cover materials, supplies, labor, tools, equipment, and all other expenditures incident to a satisfactory compliance with the Contract, subject to all applicable provisions in the Contract and General Conditions. 323 14. PERMIT FEES Not applicable. 15. SUBSTITUTIONS No requests for substitution of any material, device, product, equipment, fixture, form, or type of construction shall be considered by City prior to award of the Contract. Bidders shall submit all requests for substitution and substantiating data, within fifteen (15) calendar days from the date of the Notice to Proceed. Bidder shall refer to the appropriate provisions of the General Conditions for additional information regarding substitutions. Authorization of a substitution is solely within the discretion of the City. 16. RETURN OF IMPROPER BIDS Bids submitted after the Bid Deadline are non-responsive and shall be returned to the Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted Bids shall not be considered unless the Notice Inviting Bids expressly permits such means of transmittal. 17. WITHDRAWAL OF BIDS Bidder may withdraw its Bid either personally or by written request any time prior to the scheduled Bid Deadline by notice to the City’s Contact Person designated in the Notice Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date- stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted before the Bid Deadline provided that they are in full conformance with these Instructions to Bidders. Once submitted, all Bids are irrevocable, except as otherwise provided by law. Requests for withdrawal of Bids after the Bid Deadline shall be made only in accordance with California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bid that such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, or cancelled for a period of ninety (90) days after award of the Contract. 18. OPENING AND EVALUATION OF BIDS A. Bid Opening and Tabulation. The Bids shall be opened and read in public after the Bid Deadline has expired at the time and location listed in the Notice Inviting Bids. A tabulation of all Bids received will be available for public inspection at the Office of the Public Utilities Department, 4305 Santa Fe Avenue, Vernon, CA 90058 during regular business hours for a period of not less than thirty (30) calendar days following the Bid Deadline. The City reserves the right to accept or reject any or all Bids and be the sole judge regarding the suitability of the products, services or supplies offered; and/or to waive any irregularities or informalities in any Bids or in the bidding process. The City further reserves the right to purchase all or fewer than all items or quantities of each item listed in the Bidding Documents. The award of the Contract, if made by the City, shall be to the lowest responsive and responsible Bidder. If Bid Alternate Items are called for, the lowest Bid shall 324 be determined according to Paragraph 20 below. B. Evaluation of Bids. 1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the Bidder fails to document in the Bid that Bidder meets the essential requirements for qualification described in the Notice Inviting Bids. As part of the Bidder’s Statement of Qualifications each Bidder must establish that it, as the current entity: (1) has successfully completed at least three (3) similar projects involving similar work. 2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material respects, to the Bidding Requirements and Contract Documents. 3. Responsible Bidder. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the Contract Documents. 4. Competency of Bidders. In selecting the lowest responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the Work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public works for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, safety record and protocols and other factors which could affect the Bidder’s performance of the Work. 19. AWARD OF CONTRACT The City reserves the right to reject any or all Bids and to waive any or all information or technical defects, as the interest of the City may require. Award of Contract or rejection of Bids will be made by the City within ninety (90) calendar days following the Bid Opening. 20. BASIS OF AWARD A. A Contract will be awarded to the lowest responsive and responsible Bidder meeting all requirements set forth in these Bidding Documents. The City will award the Contract based on the lowest Base Bid without consideration of the prices on the additive or deductive items. B. City reserves the right in its sole discretion to select any, all, or none of the Bid Alternates at the time of award of the Contract, regardless of whether such Bid 325 Alternates were used in the analysis to determine the lowest Bid. 21. EXECUTION OF CONTRACT Within fourteen (14) calendar days after being notified by City that it has been awarded the Contract, Contractor shall deliver to the City the following documents: A. Three (3) copies of the Contract in the form included herein, properly executed by Contractor and, if Contractor is a corporation, evidence of its corporate existence and that the persons signing the Contract are authorized to do so. All signatures must be notarized. B. Properly executed copies of the (a) Performance Bond (b) Labor and Material (Payment) Bond and (c) Maintenance Bond in accordance with the requirements set forth in Article 13 of the General Conditions and in the form shown on Exhibits 1, 2 and 3 attached thereto. All signatures must be notarized. C. Properly executed policies of all of the following: (a) the Commercial General Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional Liability, if required, and (e) the corresponding endorsements for each policy in accordance with the requirements set forth in Article 12 of the General Conditions. In the event that the fourteenth calendar day falls on Saturday, Sunday, a legal holiday for the State of California, or on days when City Hall is closed, the aforesaid documents shall be delivered by the following working day. After receipt of said documents within said time period or any extension thereof granted by the City, the City shall execute the Contract and return one (1) of said three (3) copies to Contractor for its files. 22. PUBLIC RECORDS City seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon opening, all Bids shall become a matter of public record and shall be regarded as public, with the exception of those elements of each Bid that are identified by the Bidder and plainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statement of Qualifications and financial statements to be submitted by Bidders. Each element of a Bid which a Bidder desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e. regarding entire pages, documents, or other, non-specific designations) shall not be sufficient and shall not bind the City in any way whatsoever. If City receives a request from a third party to make a Bid available for inspection and copying, the City will notify the Bidder of the request. If a Bidder instructs the City that the information is not to be released, City will withhold the information, provided, the Bidder expeditiously seeks a protective order from a court of competent jurisdiction to prevent such release. If disclosure is required under the California Public Records Act or otherwise by law (despite the Bidder’s request for confidentiality), the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof. 326 Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel for City), and hold harmless City, its officers, agents, employees, and representatives from and against all liability, claims, suits, demands, damages, fines, penalties, costs, or expenses arising out of or alleging City’s refusal to publicly disclose one or more records that Bidder identifies as protectable, or asserts is protectable. 23. PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICES A. Prevailing Wage Rates. The Bidder and all Subcontractors shall utilize the relevant prevailing wage rate determinations in effect on the first advertisement date of the Notice Calling for Bids in preparing the Bid Proposal and all component price quotations, provided, however, that when Davis Bacon wage rates apply, such rates are subject to increase by written notice, issued by Addendum not less than 10 calendar days before the Bid Deadline. Pursuant to California Labor Code Section 1770 et seq., the Director of the Department of Industrial Relations of the State of California and the United States Secretary of Labor have determined the general prevailing wage rates in the locality in which the Work is to be performed. Said rate schedules are available on the Internet at www.dir.ca.gov/DLSR/PWD/. The wage rate for any classification not listed, but which may be required to execute the Work, shall be commensurate and in accord with specified rates for similar or comparable classifications for those performing similar or comparable duties. To comply with California Labor Code Section 1773.2, Contractor shall post, at appropriate and conspicuous locations on the job site, a schedule showing all applicable prevailing wage rates and shall also comply with the requirements of California Labor Code Sections 1773 et seq. B. Apprenticeship Committee Contract Award Information. Pursuant to California Labor Code § 1777.5 and Title 8 of the California Code of Regulations § 230, Contractor and Subcontractors of any tier who are not already approved to train by an apprenticeship program sponsor shall, within ten (10) calendar days of signing the Contract or subcontract, as applicable, but in any event prior to the first day in which Contractor or Subcontractor has workers employed on the Project, submit the Public Works Contract Award Information form (DAS Form 140) to the appropriate local apprenticeship committees whose geographic area of operation include the area of the Project and who can supply apprentices to the Project. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. C. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed and the frequency of contributions. Training fund contributions shall also be reported in this form. City 327 reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. D. Notice to Subcontractors. Bidders shall notify all potential Subcontractors submitting price quotations for portions of the Work of the requirements concerning payment of prevailing wage rates, payroll records, hours of Work, and employment of apprentices. 24. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. 25. SPECIAL CITY REQUIREMENTS Special City forms and their instructions are an integral part of these specifications and failure to submit same may be grounds, in the sole discretion of the City, for rejection of any Bidder. A. Living Wage Ordinance and Prevailing Wage Where Applicable. Contractor, and Subcontractors, if any, shall comply with the terms and conditions of Ordinance No. 1187, the City’s Living Wage Ordinance. Upon request, certified payroll B. Documents shall be provided to the City. If there is a difference between the Vernon Living Wage rates and the California Prevailing wage rates for the same classification of labor, Contractor and subcontractor shall not pay less than the highest wage rate for that classification. C. Equal Employment Opportunity in Contracting. The City of Vernon is committed to a policy of equal opportunity in contracting. Qualified firms including small businesses and businesses owned by women, minorities, and disabled persons are encouraged to submit bids or proposals. Contractors expressly agree to comply with the City's ordinances and regulations regarding Equal Opportunity Employment as well as regulations that may be mandated by the source of the funds supporting the Contract. 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 age not discriminated against because of their race, religion, religious belief, color, national origin, citizenship, ancestry, disability, sex, age, 328 medical condition, pregnancy, sexual orientation or marital status. Contractor certifies that it will not maintain any segregated facilities. Contractor shall comply with all applicable Federal and California laws including, but not limited to, the California Fair Employment and Housing Act (California Government Code Section 12900, et seq.), California Labor Code Section 1735, and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.). Contractor shall require like compliance by all Subcontractors employed on the Work. 26. BID PROTEST PROCEDURES A. Any Bidder submitting a Bid directly to the City and eligible for award of the Contract may file a protest if the Bidder complies with all of the following requirements and conditions: 1. The Bid protest is in writing; 2. A protest based upon alleged defects or improprieties in the Contract Documents is filed with the City prior to the Bid Deadline; 3. All other protests are to be filed and received by the City no more than five (5) calendar days following the City’s notice of intent to award the Contract; and 4. The written Bid protest sets forth, in detail, all grounds for the Bid protest, including without limitation: all facts, supporting documentation, legal authorities, and argument in support of the grounds for the Bid protest. All factual contentions must be supported by competent, admissible, and credible evidence. B. Any matters not set forth in the written Bid protest will be deemed waived. Any Bid protest not conforming to the foregoing requirements and conditions will be rejected by the City as invalid. C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s submission of this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal, state, and local laws. [END OF DOCUMENT] 329 BIDDING FORMS 330 CTEEAC oonntr[w DUm) 159 N. ACACIA STREET * SAN DIMAS, CA 91773 PHONE: (909) 599-9606 * FAX: (909) 599-6238 CAMARILLO, CA 93010 * PHONE: (805) 482-1215 r}lr.w.genpump.com WELL & PUMP SERVICE SINCE 1952 Serving Soulhe Cofifomia ond Cenlrql Coosl l.ic. #496'765 RrQursrE,oRIIDS Well No. 16 Pump and Motor Project Jur,v 19,2018 @3:00 p.tvt. PREPARED BY MrcrHrl Booanr GrNrnal Purup ColtplNv, INC. FORTHf, Crrv oF VERNoN Origr-l 331 CEilENTL annllnrFIUTP I59 N. ACACIA STREET * SAN DIMAS, CA9I773 PHONE: (909) 599-9606 * FAX: (909) 599-6238 CAMARILLO, CA 93010 * PHONE: (805) 482-r2r5 www.genpump,com WELL & PUMP SERVICE SINCE 1952 Serving Soulhe , Cafifornia and Cenlrul Coasl Li.. #496765 July 19, 2018 Wa Hand Delivery City of Vemon Public Utilities 4305 Santa Fe Avenue Vemon, Califomia Attn: Joanna H. Torres / Fred Cardenas Subject: ll/ell No. 16 Pump and Motor Project Bid Due July 19, 2018 @3:00 p.m. General Pump Company, Inc. is pleased to submit our Bid regarding the above referenced project. Enclosed are the Bidder's Proposal forms as well as the Addendum 1. Also included with this letter is a copy ofan email submitted on July 18, 2018 listing our assumptions for clarifi cation purposes. Should you have any questions or need additional information, please do not hesitate to contact us. Thank you for the opportunity to provide you with our Bid. Sincerely, GENERAL PUMP COMPANY, INC. Bonnie Brunel Sr. Admin. Manager 332 Bonnie Brunel From: Sent: To: Cc: Subject: Mike Bodart Wednesday, July 18, 2018 '10:44 AM Bonnie Brunel Freddy Ramirez FW: Vernon Well 16 Notice lnviting Bids lnclude in our bid these clarifications Michael Bodart President / Director of EngineerinB General Pump Company, lnc. 159 North Acacia Street San Dimas, California 91773 mbodart@genpump.com Ofc: 909-599-9606, x222 Celli 909-7 27-2554 From: Mike Bodart Sent: Wednesday, July 18, 2018 10:41 AM To:'Torres, Joanna Hurtado' <jhtorres@ci.vernon.ca.us> Cc: 'Cardenas, Fred' <fcardenas@ci.vernon.ca.us>; Freddy Ramirez <framirez@genpump.com> Subject: RE: Vernon Well 15 Notice lnviting Bids Hello again, Just to be clear in our proposal, we plan to hook into the existing pipeline for your 24 hour discharge to waste. We assume that the City will handle the water from this point and monitor the pump and the discharge. lf you need us to set up temporary discharge or perform additional work, please let us know. Thanks, Michael Bodart President / Director of EnBineering General Pump Company, lnc. 159 North Acacia Street San Dimas, California 91773 mbodart@sen pump.com Ofc: 909-599-9606, x222 Cell: 909-721-2554 From: Mike Bodart Sent: Wednesday, July 18, 2018 10:29 AM To: 'Torres, Joanna Hurtado' <htorres cr.vernon.ca.us> Cc: Cardenas,Fred <fcardenas@ci.vernon ca.us> Subject: RE: Vernon Well 16 Notice tnviting Bids Good morning Joanna and Fred, General Pump will be submitting a bid for this project tomorrow. For clarity, we are submitting our assumptions 1 333 1) The existing column for well 16 will be reused. 2) There will be a small additional cost to adapt the larger pipe to the smaller pump (reducer) and we assume the City will clean and prepare the pipe and head which will be reused. 3) The existing bowl cannot be rebuilt to handle the reduced flow; therefore our bid INCLUDES the cost for a new 3550 rpm bowl rated for the design of 600 gpm at 407' TDH 4) The new 3550 rpm 100 hp motor u,/ill have a minimum of 80% efficiency and will be coupled to the new bowl 5) The new cable will be designed for the new 10O hp motor and meet IEEE standards for this pump and setting There may be some other small items to discuss if we are awarded the project, however the above items are the major ones that we wanted to make sure you understood. Michael Bodart President / 0irector of Engineering General Pump Company, lnc. L59 North Acacia Street San Dimas, California 91773 m boda rt@gen pu m o. co m Ofc: 909-599-9606, x222 Cell: 909-721-2554 From: Torres, Joanna Hurtado Imailto:ihtorres@ci.vernon.ca.us] Sent: Thursday, July 5, 2OL8 4:22 PM Cc: Cardenas,Fred <fcardenas@ci.vernon.ca.us> Subject: RE: Vernon Well 16 Notice lnviting Bids lmportance: High Good afternoon, Please find attached Addendum No. L to the RFB package for the Well No. 16 Pump and Motor Project Thank you, Joanna Hurtado-Torrcs, E. l. T. Public Utilities Department City of Vernon (323)s83-8811 x888 ihtorres(aci.vernon.ca.us E,E'ElFollow us on From: Torres, Joanna Hurtado Sent: Monday, July 2,aOLB 4:21?M 2 Cc: Cardenas, Fred <fcardenas cr.vernon.ca.us>334 Subject: Vernon Well 15 Notice lnviting Bids lmportance: HiBh Good afternoon, The City of Vernon is soliciting bids for the Well No. 16 Pump and Motor Project. The Notice lnvitinB Bids package is attached for your convenience. Please note that the bids are due prior to 3:00 p,m. on July 19, 2018. Thank you, Joanna Hurtado-To es, E.l.T. Public Utilities Department City of Vernon (323)s83-8811 x888 ihtorres@ci.vernon.ca.us Follow us on Ilr E EI coNFtDENTTALTTV NOTICE: This e-mail transmission, and any documents, files or previous e-mail messages attached to it may contain ;fidential information that is legally privileged. If you are not the intended reqpient, or a person responsible for delivering rt to the intended ;ecipient, you are hereby notified th;t;ny disctosuri, copying, distribution or use of any of the information contained in or attached to this transmission rs STRICTLi PROHIBITED. Ii you trave received this transmission rn error, please immediately notrfy the sender. Please destroy the original transmission and its attachments without reading or saving in any manner. 3 335 BIDDING FORMS Page 23 of 166 336 BIDDER'S PROPOSAL The undersigned submits this Bid in response to the Notice lnvlting Bids issued by the City to conshuct the Work of the following Project in accordance with the Contcct Documents: PROJECT: Well No. 16 Pump and Motor Poject A Enclosed herewith and by thts reference incorporated herein and made a parl of this Biddefs Bid are the following completed forms: 1. Bidder's Proposal 2. Schedule of Bid Prices 3. Incumbency Certiflcate 4. Bid Securig in lhe fottowing form (chxk one\: Not Applicabte 5. Bidder's Statement of Qualifications 5. Experience Form 7. Statement of Violations of Federal, State or Local Law, if applicable 8, ContractorSafetyQuestionnaire 9. Designation of Subcontractors 10. Contractor's Affidavit of Nonmllusion 11, InsuranceRequirementsAffidavit 12. Statement of Disqualiflcation or Debarment. 13. Pre-Bid Sile Inspection Certification. Acknowledgment of Addenda. The Bidder shall acknowledge the receipt ot all Addenda by attaching a signed copy of all Addenda, and by listing all Addenda received and attached in the space below, Addendum 1 dated 7/5/lE - Received B (, lf an Addendum orAddenda have been issued bythe City and not attached and noted above as being receivedby the Bidder, the Bid may be rejected. lnspection of the Work and Contract Documents. Bidder certifies that it has carefully examined and is fullyfamiliar with all of the provisions of the Bidding Documents and said Bidding Docum'enls contain sufficienidetail regarding the Work to be perfonned; that it has notified City of any enors or omissions in the Bidding Page 24 of 166 337 Documents and/or any unusual site conditions; and that it has carefully checked all words, prices, and statements in this Bidding Document. Bidder hereby certifies that he/she and his/her Subcontractors have inspected the site and relaled Drawings and Specifications of Work and fully acquainted themselves with all conditions and matters which may in any way affect the Work, time of completion or the costs thereof. Bidder also certffies he/she has observed the designated Contractor Work areas and access routes, il disclosed or shown, as part of the Work in this Contract, Page 25 of 166 338 PUBUC UNUTIES 4105 S. Santa Fe Avenue, Vernon. California 90058 Telephone ( 323) 583-88t I July 5.2018 Via e-mail & CiN te NOTICE TO BIDDERS - ADDf,NDUM NO. I 'WEI-I, NO, I6 PUMP AND MOTOR PROJECT This notice shall be considered as Add€ndum No. I to the Request for Bids for thc well No. l6 pump and Molor Project. This addendum modifies the original Request for Bids as noted below. All other ponions ofth€ contract- not specifically mentioned in the Addendum, remain in force. Notice lnvitine Bids: ln the R-EQUEST FOR BIDS. replace page 9 of rhe NOTICE |NVITINC BIDS. This page is to be amended as follows: L On page 9 of rhe REQUEST FOR BIDS, NOTICE INVITINC BIDS section _ orher Biddine ln lon Item No. 2 is amended as follows: a. Amount of Liquidared Damages: $750.1X) per cdendrr dey Standard Form of Contracr: ln lhe REQUEST FOR BIDS, replace page 89 of rhe STANDARD FORM OF CONTRACT. This page is to be amended as follows 2. On page t9 ofthe REQUEST FOR B|DS, STANDARD FORM OF CONTRACT secrion _ Exhibit A: General Conditions. Article 3: Time of Commencement and Completion. section 3.07 Liquidated Damages: Item A. is amended as follows: a. contractor and city agree ro liquidated damages in rhe rmount ofseveo hundrrd lifty dollrrs ($750) pcr dry, with respect to contractor's fairure to achieve subsranriar Completion of the Work within the Contracr Time. Ifyou have any questions, please contact Joanna H. Tones at phone number (323)5g3-gE I I extensiontt8 or email Itor re.'-{r ci.\ crnon.e l.us. Best Regards 2rr Kelly Nguyen General Manager of Vemon public Utilities 339 Mandatory Qualilications for Bidder and Designated Subcontracton: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part ofthe Bidder's Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California; each comparable in scope and scale to this Project. Other Bidding Information: l. Contract Time: This Work must be completed within 90 calendar days from the date of commencement as established by the City's written Notice to Proceed. 2. Amount ofL uidated Damases $750.00 per calendar dayo 3. Required Construction Stasing -Not a part of this contract. 4. Intermediate Com oletion Milestones -Not a part ofthis contract. 6. Biddins Documents. Bids must be made on the Proposal Form contained herein. Ensineer's Estimate. Not Applicable 5. 8. Acce tance or award all or any individual part/item ofthe bid, and to waive any informalities, inegularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 9. Contractor's License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a Califomia contractor's license or licenses, current and active, ofthe classification required for the Work, in accordance with the provisions ofChapter 9, Division 3, Section 7000 et seq. ofthe Business and Professions Code. ln compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess one of the following license(s): C-57, Well Drilling; C-61, Limited Specialty Classification; D-21, Machinery and Pumps. The Bidder will not receive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all ofthe required licenses, or one or more ofthe licenses are not current and active. Ifthe city discovers at the time ofthe Bid Deadline that Contractor is unlicensed, does not have all ofthe required licenses, or one or more of the licenses are not current and active, the city may reject the Bid, cancel the award, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 10. Subcontractors' Licenses and Listine. Bidders must list each Subcontractor whom the Bidder must disclose under Public contract code section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4l 04 requires (name, address, license number, and portion ofthe work). An inadvertent error in the license numberwill not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In . The City reserves the right to reject any and all bids, to Page 9 of 166 340 3.07 the Contractor will be relieved fmm responsibility to protect the Work. B. Within 15 calendar days afrer issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder, LIQUIDATED DAMAGES A Contractor and City agree to liquidate damages in the amount of seven hundred frfty dollars ($750) per day, with respect to Contracto/s failure to achieve Substantial Completion of the Work within the Contracl Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set torth in Govemment Code Sectron 53069.85. The Contractor acknowledges and agrees thalthe liquidated damages are intended to compensate City solely for the Contracto/s failure to meet the deadline for Substantial Complelion and shall not excuse &nkactor from liability trom any other breach, including any lailure of the Work to conform to the requirements of the Contract Documents, ln the event that Contractor fails to achieve Substantial Complelion of the Work within lhe Contract Time, Contractor agrees to pay City lhe amount specified in the Contract form for each calendar day that Substantial Completion is delayed. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of t|e Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed lo such liquidated damages to fix City's damages and to avoid laler disputes. lt is understood and agreed by Contractor that liquidated damages payable pursuantto thisAgreement are not a penaltyand that such amountare not manifestly unreasonable under lhe circumstances existing as of the effective date ofthis Agreement. It is further mulually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. ln the event the remaining unpaid Contract Sum is insufiicienl to cover the full amounl ol liquidaled damages. Contractor shall pay the difference to City. [END OF ARTICLE] Date: 7l5ll8 Michael Bodart President / Director of Engineering B D Page 89 of 166 341 PRE.BID SITE INSPECTION - CERTIFICATION: Person(s) who inspected site of the proposed Work for your firm Name: Michael Bodart Title: President / Director of Engineering Name Tifle: Date ot Inspection Numerous times Date of lnspection D. Bidder agrees that all costs of Work shown in the Bidding Documents, including work reasonably inferable therefrom and necessary therelo, are included in his/her Bid. All Work shown in lhe Contract Documents for which a specific line item is nol provided in the Bidding Form is included in the Bidde/s Total Base Bid price. E. Period of lnevocability. Bidder agrees that lhis Bid shall remain open and shall not be wilhdrawn for a period of not less than ninety (90) calendar days from the date of award ot Contract, or until rejecled by the City, whichever period is shorter, F. Bid Dispute lndemnification. ln the event o f a B id dispute based upon the Bidder's submission of this Bid and the City acceptance ofsame, the Bidder shall indemnifo, defend (with counsel acceptable to City), and hold hamless the city, its city council members, employees, and agents fiom liability, claims, demands, damages, and costs arising thereliom ifsuch dispute or action arises solely upon the award ofa Contract in compliance with federal, state, and local latrys. The Bidder lares that neither he/she nor anv member of his/her firm or coDoration is an officer or emplovee of the Citv of Vernon. I hereby certify under penalty of perjury under the laws of the State of Calitomia that the representations made herein are true and correcl. Executed this lTth day of July al San Dimas City California State Page 26 of 156 342 Biddeis Proposal Respectfully Submitted COMPANY NAME:General Pump Companv. Inc. ADDRESS 159 North Acacia Street San Dimas, California 91773 CONTACT pERSON. Michael Bodart TELEpHONENUMBER: 909-599-9606 FAXNU[4BERr 909-599-6238 E-MAIL: mbodart@,genpump.com / bbrunel@genpump.com CALIFORNIA STATE CONTRACTOR'S LICENSE NUMBER EXPTRATTON DATE. 8/3r/18 TAXtDENT;F1CAT;ONNO.: 95-3551E96 SURETYCOI/PANY; Traveler'sPro Casual & Surety 496765; Engr A., C57, C6l,D2l e All Bid forms must be signed where so indicaled by the person or persons duly authorized to sign on behalf of the Bidder. By signing the Bid, the person signing is deemed to represent that he or she has authority lo bind the Bidder. Failure to sign the Biddeds Poposal may invalidate the Bid. See Attached Page 21 of 166 NAIVE OF BIDDER 343 MINUTES OF SPECIAL MEETING OF SHAREHOLDERS AI\D DIRECTORS OF GENERAL PUMP COMPANY, INC. A California Corporation A special meeting of the Shareholders and Directors of GENERAL PUMP COMPANY, INC., a California corporation, was held at 159 N. Acacia Street, San Dimas, CA,91173 on March 13, 2018 at 10:00 a.m. The roll call was as follows: PRESENT:Michael Bodart, Ginger Campbell, Tom Nanchy, William Tweed, Fernando Munoz, Walter Ray Reece and Ron White ABSENT:None The meeting was called to order by the President, Michael Bodart and Ginger Campbell, who presided as Secretary ofthe meeting. The President announced that the meeting was held pursuant to the provisions ofthe By-Laws. No objection being made, a reading ofthe minutes ofthe last meeting of the corporation was dispensed with and upon motion duly made, seconded and unanimously carried, the same were approved without reading. The President stated that the first order of business was to approve signing authority on bids, bid bonds and contracts as follows: Michael Bodart, as President / Director of Engineering to a maximum value of S2,000,000 each occurrence, Walter Ray Reece, General Manager, Camarillo Branch to a maximum value $500,000 each occurrence, Thomas Nanchy, Sr. Project Manager / Project Engineer to a maximum value of $500,000 each occurrence, and Upon motion duly made, seconded and unanimously carried, the following resolution was adopted RESOLVED, that the corporation approves the authority of Michael Bodart, Walter Ray Reece, and Thomas Nanchy as representatives of General Pump Company, Inc., to sign bids, bid bonds and contracts as listed above. There being no further business to come before the meeting, said meeting was adjoumed ATTEST G er Ca bell, Secretarv Mi I Bodart,resl ent 344 BIDDER'S PROPOSAL - SIGNATURE(S): Form of Entity of Bidder: Please check the appropriate signature block below and fill in all related information Sole Proprietorship By N/A Title Prinled name of person signing Signature List all d/b/a's: Partnership: EGeneral Partner E Limited Partner By:N/A Title Printed name of person signing Signature Corporation By:Michael Bodart President / Director Corporate officerTitle En n Corporate Qeai-" 'Printed name oe Signature Joint Venture:Corporation lndividual Partnership Other By:N/A Title Printed name of person signing Signature Name of all Joint Venturers !f the Bid der is a corporation or a mited liability company, enter stale or county of incorporation in addition to the business address and include an incumbency certificate executed by a Secretary thereof in the form set forth herein listing each officer with signing authority and his/her conesponding office. lfthe Bidder is a partnership orjoinlventurer stating that the respeclive partner or joinl venlurer agrees to be held jointly and severally liable for any and all of the duties and obligations of the Bidder under the Bid and under any contract arising therefrom. Aflach evidence to the Bid Proposal Form lhat the individual signing has authority to do so,l Page 28 of 166 345 346 SCHEDULE OF BID PRICES PROJECT: Well No. 16 PumD and Motor Proiect BIDDER'S NAI\,IE: GENETAI PUM Com an Inc. Pursuant lo and in compliance with your Notice lnviting Bids and Contract Documents relating to the Prolect including all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the Contract Documents and with local conditions affecting the performance and the costs of the Work at the place where the Work is to be done, hereby proposes and agrees lofully perform the Work within the time stated in strict accordance with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment, and utility and kansportalion services necessary to fully perform the Wo* and complele it in a workmanlike manner) for the lotal Base Bid sum of: Seventy-oneThousand and no/I00------- po1lr*($ 71.000.00 ) Item No Description Units Quantity Unit Cost Amount 1 Machine existing pump to produce 600 GPM at a TDH of 407 feet LS 1 $ 5,000 s 5,000 2 Uobilization LS 1 s 9.000 $ 9,000 3 Provide new submersible electrical motor of sufficient hoEepower to operate the pump in Bid ltem 1 ( in. 80 hp at 80% efficiency) LS 1 $l r,000 sll,000 4 Disinfecl, assemble and install new submersible pump intake at a depth of 397 bs (measured from vault floor), including discharge head, column piping, column landing nipple and reducer, PVC sounding tube LS I s 8,000 $ 8,000 lnstall 400 feet of 0.25-inch stainless steel air.line with dir€ct reading water level gauge, bracket, and fittings.s 2,000 $ 2,000 6 Connect ner{ motor leads to eristing ltlco panel per manufacture/s recommendations LS 1 $ 2,000 $ 2,000 7 Startup of pump and motor and discharge to waste for 24-hour period LS 1 $ E,000 $ 8,000 8 lnstall400 feet of 350 MCM 600 volt 4 wire cable, No.4 ground wire gauge, 0.095.inch insulation thickness, U.L. listed 0.110-inch thick lacket, 75 Degrees Celcius (including 7x19r26x30 copper construclion), with 4 wire and 350 MCM splice kit LS 1 s25,000 $25,000 Page 29 of 166 BASE BID 347 o Demobilization LS 1 s 1.000 s I ^000 10 Municipal Discount Rate N/A BID TOTAL $ 71,000 WRITTEN AN,IOUNT $Seventy-one Thousand and no/100 Dollars All other work items, labor, materials, tools and incidentals which are not specifically listed in the above bid items, but are necessary to complete the project per specifications, and all other applicable standards and codes are considered to be included in the above bid items. lf there is a discrepancy between (1) the "Grand Total' shown immediately above, (2) any of the "total costs" shown in the far right column above, or (3) the individual Unit Price, then the Unit price shall control over the total cost, and the total cost shall control over the total. lf, however, the unit price is ambiguous, unintelligible, or u ncertain for any cause, or is omitted, or is the same amount as the entry for the item total, then lhe item total shall prevail and shall be divided by the estimated quantity for the ilem and the price thus obtained shall be the unit price. Page 30 of 166 348 ALTERNATE BID ITEM(S)tBIDDER: PLEASE SPECIFY lF AL TERNATE BID ITEMS ARE PRICED AS LUMP SUM OR UNIT PRICESI ADDITIVE ALTERNATE NO. 1: Pressure wash existing casing (400 feet) One Thousand Nine Hundred and no/I00-Dollars (g 1,900.00 ) SU Signature President / Director of Ensineerins (written dollar amount) TOTAL BID AMOUNT Base Bid Sum lus Additive Altemate No. 1 (written dollar amount) s (dollar amount) (dollar amount) General Pump Company, Inc. 159 N. Acacia Street, San Dimas, CA 91773 Address 7fi1/18 Seventy-two Thousand Nine Hundred and no/100--------Dollars ($ 72,900.00 ) Title 496765 Dale E/31/18 License Number (SEAL - if Bid is by a corporation) Attest Date of Expiration Page 31 of 166 349 INCUMBENCY CERTIFICATE Print legibly the names and title of the president and all officers of the Company who are authonzed to sign lhe Bid Forms: PRESIDENT'S & OFFICERS' NAME TITLE Michael Bodart President / Director qf Enqineering Ginger Campbell Secretary / Controller The undersigned hereby certifies to the City of Vernon that he/she is the duly elected and acting Secretary ol General Pump Company. Inc.(the'Company"), and that, as such, he/she is authorized to execute this lncumbency Certificate on behalf of the Company, and further certifies that the persons named above are the duly elected, qualified and acting officeE of the Company, holding on the date hereof, the titles and positions set forth opposite lheir names and are authorized lo sign the Bid Forms. lN WITNESS WHEREOF, the undersigned has executed this lncumbency Certificate 16i5 lTth 6sy qf Julv .20 18 Ginger pbell Sec a Sec ignatureS Bond No Premium Amount $_ Bond's Effective Date: Paqe 32 of 766 350 BIDDER'S STATEMENT OF QUALIFICATIONS 1. ORGAI'||ZAT|ON 1.1 How many years has your organ ization been in business as a Contractop 66 Years 1.2 How many years has your organization been in business under rts present name? 33 Years 1.2.1 Under what other names has your organization operated? General Pump Service Incorporated 1.3 lf your organization is a mrporation, answer the following 1.3.1 Date of incorporation/organization 5/2E/E5 1.3.2 Stale of incorporation/organization California 1.3,3 Corporate lD number:95-3551E96 1.3.4 Name of President:Michael Bodart 1.3,5 Agent for Service of Process 1 .4 lf your organization is a partnership, answer the following 1.4.1 Dateoforganization/formation N/A 1.4.2 Type of partnership (if applicable) 1.4.3 Name(s) of general partne(s) 1.4.4 List all states in which you are registered and state lD numbers for each 1 ,5 lf your organization is individually owned, answer the lollowing 1.5.1 Date of organization N/A 1.5.2 Name of owner: 1.6 It the form of your organization is other than those listed above, describe it and name the principals Page 33 of 1.66 351 2 LICENSING 2.1 List jurisdictions in which your organization is legally qualified to do business, indicate registration or license numbers, and category of license, if applicable. 496765, Ener A., C57, C6l, D2l 3,1 2.2 List jurisdictions in which your organization's parlnership or trade name is filed 2.3 List any licensing suspensions and/or violations assessed against your organization within the past five years. Nom 3 EXPERIENCE List the categories ol Work that your organization normally performs with its own --^""o1 Water Well & Pum Rehab Serv Well Destruction Test Pum ln 3.2 On the Experience Form, list the prqect information that establishes that Bidder meets the essential requirements for qualification set forth in the l\,'landatory Oualifications paragraph of the Notice lnviting Bids for this Project. 3,3 On a separate sheet, list projects to which your firm or business has been awarded a government contract since your firm or business has been in existence (giving the name and address of the pojecl, the govemment agency, contact name and phone number, the contract amount, and contract's starting date and ending date). 3.4 0n a separate sheet, list the experience and present commitments of the key individuals of your organization. Refer to Statement of Qualifications 4. CLAIMS; LAWSUITS; CRlllllNAL ACTS For the following questions, the term 'ownef does not include owners of stock in your firm if your firm is a publicly{raded corporation, 4.1 ln the past flve (5) years, have, you, your firm or any of ils owners, partners, officers, or employees been a defendant in court, or participated in an arbihation or mediation, on a matter related to: 4.1.1 The performance, non-performance, default, violation, or breach of a contract or agreement? Page 34 of l- 55 352 I mrl KEY PERSONNEL MICHAEL G. BODART, PRESIDENT / DIRECTOR OF ENGINEERING FI'Dqf,f,r Academic Bsckground Certifications Professional Exp€rience University of Missouri - Bachelor of Science in Civil Engineering Post Graduate C.E. Courses in Geohydrology, Univenity of Southern Califomia I 999-Blron Jackson Training Certifi cate 1998-Crade I & 2 Distribution and Treatment Certificates 1998-Engineering "A" License 1995-Dale Camegie Course 1995-Mackay Pump Rehabilitation Certificate 1992-Golden State Pump Technical Training Certificate 1990-Completed Graduate C.E. Courses in Geohydrology at U.S.C. 1986-Layne & Bowler Pump School Certification 1986-Baroid l-week Drilling Fluid Technology Course Certification 1985-National Water Work Correspondence Course Certification General Pump Companv. Inc. - President / Director of Engineering - 1993-Present Layne Western -Regional Engineering and Sales Manager (4 offices) Federal Hiehway Admiuislratiol - Civil Engineer Michael G. Bodart (Mike Bodart) is recognized as an expert in the field of pump engineering and well rehabilitation in southern California. He has been invited to speak for numerous professional water related associations and conventions. Has been speaking professionally for more than 25 years and has presented in nationally known associations such as AWWA, Tri-State, Southem Califomia Water Utility Association, Inland Water Works Association, Groundwater Resources Association and Central Coast Water Association. In 1992, Mike was part ofa selected six-p€mon panel engineers who met in Kansas City to assist in training nationwide engineen in the water well pump business. Professional Presentations OTHER KEY PEBSONNEL THOMAS A. NANCHY, SR. PROJECT MANAGER / PROJECT ENGINEER Tom Nanchy, Sr. Project Manager, has been in the well and pump industry for over thirty (30) years. Throughout his professional career, he has been involved with hundreds of well rehabilitations and is highly regarded in the industry. His wide range ofexperience allows him to solve many difficult well and pump issues and provide options. He has also sPoken at many professional organizations throughout Califomia with regards to well maintenance and well rehabilitations. Tom is AWWA certified pump installer and a certified pump installer for Large Water Systems (NCWA). He is factory trained and certified by BlT on Jackson and Cla-Valve. Tom also holds a certificate with the Mine Safety and Health Administration (MSHA). JAMES M. HINSON, SR. APPLICATION ENGINEER Over 30 years experience ofpump engineering. Conducts systems analyses, defines new and./or replacement hydraulic requirements, designs to Procurement of materials. 353 CETL OIf,f,T LUIS A. BUSSO, P.G., SR PROJECT GEOLOGIST FI'ID Professional Experience Academic Background Professional groundwater work for the past 12 years encompassing field monitoring and technical report wdting for siting, geologic log analysis, design, construction, testing, and rehabilitation of water wells. Combining geological and industry knowledge toward well project developments on behalfofwater districts, cities, farmerc, and other private owners. University of California Sarlta Barbara - Bachelor of Science in Geologic Studies MICHAEL R GARCIA, PROJECT ENGINEER Acad€mic Background Loyola Marymount University, Los Angeles-Master of Science in Mechanical Engr. Utriyersity of Redlsnds, Redlands - Bachelor of Science in Physics DANIEL J. PICHARDO, APPLICATION ENGINEER Acodemic Background Seattle University - Bschelor of Science, Ciyil Engineering, Mathematics Minor WALTER R BSBM-BSBA, GENERAL MANAGER - Camarillo Facility Professional Experience Combined 40 years ofexperience managing businesses providing well rehabilitation, maintenance, well drilling, coring, pump manufacturing, and investigative drilling in the environmental, mining, energy and water resource industries. Earned two Bachelor of Science degrees in Business Administration and Management including a Finance focus. ldentified, developed and negotiated contracts with private, public and governmental agencies to safely and successfully provide well rehabilitation technologies, pump and motor maintenance, drilling and construction services for a variety of applications. Ray has devoted time to technological transfers of information by conducting industry related seminars and guest lecturing at High Schools, Colleges, Universities, SME, AWWA, and the Califomia Nevada American Water Works Association (Cal-NV AWWA). 354 SIIITLliDOnll[ STATEMENT OF QUALIFICATIONS General Pump Company, Inc. is a Professional Well Redevelopment and Pump Equipment contractor located in San Dimas and Camarillo, California. The Engineering staff, field support and service crews, and office support staff are 100% dedicated to well evaluation and rehabilitation, and pump equipment evaluation and services. The technical staff at General Pump Company, Inc. has worked in almost every aspect of the well and pump industries. This diverse experience provided us with unique qualifications to serve our customers and provide them with solution-oriented approaches to get their system back into operation. Our engineers and Hydrogeologist have all worked in the drilling and design segment ofthe water, and/or oil and gas industries, and many of our shop and support technicians have worked for major pump manufactures. General Pump Company, Inc. employs only experienced Engineers, Hydrogeologist and Technical Field Personnel that can offer Customers assistance in the following areas: o Assess Well Yields to Minimize Operating and Maintenance Costs o Determine the Efficiency of Production and ASR Wells and Pumps. Engineered Pump and Well Equipment. Pump Facility Design and Construction / Booster Facility Design and Construction o Pipeline Design and Construction. Appropriate Mechanical and Chemical Redevelopment . Periodic Monitor and Maintenance Programso Water Quality and Production Solutions / Well System Optimization o Engineered Pump Suctions. Pump and Motor Repair / Custom Pump Design and Machining o Electrical, SCADA and Trarsducer Supporto Casing Repair and Swedging. Video and Geophysical Logging Support General Pump Company, lnc., an Engineering Service Company, is dedicated to supporting the ongoing needs of the Water Industry, and committed to providing: o Solution-oriented engineering using problem-solving techniques by degreed Engineers with diverse well system and groundwater experience, and pump application engineers from major pump manufacturing compan ies.o Full-time machine shop, staffed with experienced personnel capable of building and repairing standard and custom pump equipment and specialty products.. Self-contained chemical trailers to include safety support and operational controls.o Trained and certified operators for periodic monitoring and maintenance programs.o ln-house training facility and training programs for customers and our own personnel. . Strong project and construction management for any size project.. Instant communications with cellular radio/phones for all staff, engineering, technical, field and shop personnel, resulting in better services at a reduced risk and overall cost.o Modem, safe and reliable equipment with the Onlv Telescoping Well Rigs with Spudders in the industry which are required for effective redevelopment of wells in pump houses. CAPABILITIES 355 CETTL SAFETY Safety is paramount when men and equipment are involved. A good safety record is important along with adequate insurance and bonding. General Pump Company, Inc. has the best safety record in Southern Califomia for the water well and pump rehabilitation business. Over the past years, General Pump Company, Inc. has had minimal loss of time for work related injuries ANNUAL CONTRACTS Award ofan Annual Contract is a great honor and to have an Annual Contract renewed year after year is the greatest complement to a service company. It proves that the contractor has met or exceeded the customers' set goals and expectations. General Pump Company, Inc. has been selected by over 45 cities in Southern Califomia to maintain their well and pumping systems. We have more Annual Contracts with cities than all our competitors combined. Additionally, General Pump Company, Inc. is the primary contractor or sole-source contractor for l5 private utilities and water districts. Most of these are multi- year contracts having been renewed several times over. MACHINE SHOP CAPABILITIES General Pump Company, Inc. is the only well and pump Service Company in Southem Califomia that builds 100% ofour bowl assemblies. This level of expertise, along with our in-house machining, allows us to supply or repair with a greater level of knowledge that your pump equipment will be reliable and efficient. Our repair and fabrication facility maintains the most complete line of lathes, welding and associated machining tools. General Pump Company, Inc. has an expansive repair and fabrication facility. This facility has proven to be invaluable during our 66 years of business, since many pump and motor repairs require a strong interface between machining, welding and electrical support in order to be completed. We have three major groups within our repair and fabrication facility that allow us to serve your needs in a variety of ways: Fabrication and Machining: Including lathes, milling machines, grinders, balancing machines, flame welding, gas and electric welding, heli-arc, etc. We perform welding on steel, aluminum, brass, cast iron, resurfacing, and custom work. We repair all types of pumps by all manufacturers in our facility up to approximately 24-inch impeller diameter for single and multi-stage Horizontal Pumps and 30-inch diameter for Vertical Turbine Pumps. Assembly: In general, the pumps we supply are designed and manufactured by General Pump Company at one of our Engineering Service Centers. Assembly of pumps assures the highest quality product, with the assurance that it is built conectly and will meet the design criteria specified. I|UIDaln[ a a Field Services: This service has helped us establish ourselves as well and pump problem solvers since many operational problems can be traced to poor installation practices. Having the proper diagnostic equipment and knowing how to use it distinguishes us as "The Leader in Well and Pump Services". 356 .If,ITTL MACHINE SHOP CAPABILITIES (Continued) Precision Alignment - We've invested in the latest Precision Alignment technology and have established a growing list ofcustomers who use us for these services. Removal. Installation.Mechanical and Startuo - We perform fi eld+esting, removal, installation and machining services to offer a tumkey pump service. General Pump Company, lnc. can provide you with high quality workmanship to meet your water supply needs. Our highly skilled employees can also perform repairs on many types ofwelland booster pumps. ;r[l!Onllll Pumo Reoair Booster End Suction Horizontal Split Case Vertical Turbine Right-Angle Drive Impeller Rebuildins Balancing, Trimmed Eyes & Flanges Machine Sho Shaft Manufactured: Threads and Tapping Mechanical Seals Re-Machine Seat, High Pressure, High High Temperature Pumps & Motors, Precision Straightening, Electrical Motors Bronze, Mild Steel, Stainless Steel Electric Motors New & Overhauled, Rewound, Balanced, Custom Bases, Shaft Repaired Upgrades EOUIPMENT AND TDLDSEBYIEE General Pump Company, Inc. maintains a full service machine shop, clean and safe rigs and cranes are a minimum requirement for reliability, quality workmanship and safety. General Pump Company, Inc. has several trucks fully loaded with essential equipment to handle many urgent repairs in the field. Our well and pump service crews are always ready and willing to assist your Water Utility with making a repair to keep your well and booster facilities running. Just let us know and we will be on the way, ready to provide you with the highest quality service available. General Pump Company, Inc. has the newest fleet of rigs and equipment in Southem Califomia. Maintenance and repairs are made at our San Dimas and Camarillo Facilities to make sure our field operations can safely and elficiently respond to our customer's needs. Below are the benefits to our customers.o Reliable work - In water emergencies, it is important that this large equipment is ready to respond without breakdowns.. Safety - Our new equipment is not likely to malfunction resulting in major damage or possible injuries.. The most up-to-date equipment to assemble the Customers' pumps. General Pump Company, Inc. has the only telescoping pump rigs in Southem Califomia. Sleeves Made: 357 C!|IDTL General Pump Company, Inc. has chemical treatment equipment with fully operational safety equipment that includes eyewash and shower, along with other special redevelopment tools, which allow General Pump Company, Inc. to perform the most cost-effective cleaning to your wells. Because of General Pump Company's long history in Southem Califomia (over 65 years), we have selected six (6) cities as references. As we described above in our Proposal, General Pump Company, Inc. has been selected by 45 cities in Southern California to maintain their well and pumping systems. Upon your request, we can submit additional cities or additional information on other annual contracts. lltDOIHI.I City of Arcadia - Tom Tait Annual Contract City of Pasadena - Michele Carina Annual Contract City of Orange - Son Tran Annual Contract City of Westminster - Scott Miller Annual Contract City of Santa Monica - Gary Richinick Annual Contract City of Glendora - Steve Patton Annual Contract City of Chino Hills - Steve Setlak Annual Contract 626-256-6554 2003 - Present 626-744-7012 l9E2- Present 714-28E-2497 I 997 - Present 714-895-2876 1995 - Present 310 826-67t2 I979 - Present 626-914-8249 2002 - Present 909-364-2806 1999 - Present Please let us know if you would like contacting names and phone numbers for other General Pump Company, Inc. customers or annual contract holders. We can also supply you with a list of Engineering Companies that we consult with and who regularly contract direct with General Pump Company, Inc. -ooo- PROFESSIONAL REFERENCES 358 GENERAL PUIUP COMPANY, ll,lC LIST OF CURRENT PROJECTS Project Elescription of Bidder'B Work Completion Date Cost of Bidder's Work Contact Name, Phone Number Ontario -Well 45 Well & Pump Rehab On goirg $170,000 Tom O'N€ill 909-395-2616 Esstern Muricipal Well J6 Well & Pump Rehab July 2016 $ 165,000 Dave Erowne 95t -928-3711 Or.nge - Wcll 22 Pump Refurbishing Junc 2018 st 90,000 Son Tmn 1l+28E-2491 CDA - well l-l I Well & Pump Rehab June 2018 $80,000 lan Tillery 909-993-1778 Scr.sno water - Howilcr Boosacrs Booster Rehab May 2018 $18,000 Jerry Vilander 7r4-538-0079 Pasadena - Arroyo Well Well Rehab & Test Pumping On-going $75,000 Michele Crri]la 626-744-70t2 Wcst Vrlley WD - Wcll l8A Well Rehab & Pump June 20lE $ I30,000 Joe Schrack 909-t75-t 804 Viclorville - Well 130 Well Rchab & New Pump Equip July 2018 $ 182,000 Arrold Villarrcal 76G955-2993 Burbank - Well 15 Well Deslruction Mev 2018 $70,E00 Alben lrpez 8tE-23E-3500 Ssntr Monica - Charnock Well l3 Well & Pump Rdrab Chem Trt June 20lE $245,000 Cary Richiniak 310-E26-6? r 2 Arcadia - Baldwin Bstr Station Supply & lnstall New Equip On-going $192,8E0 Tiffany Lce 626-254-212 t S.[ta Ana - Well 37 Wcll & Pump Rehrb June 2018 $r75,000 Cesar Barrcra 7 I 4-641 -33E1 Ornrrd - 3 Wells Well & Pump Rehab On-goirg $603,600 David Birch 80r385-8145 Founlain Valley - 2 Wclls Well & Pump Rchab On going $465,000 Tom Grose 7 t4-593-46t5 Monterey Park - Well 3 Well & Pump Rehab July 2018 $160,000 Rrlph Marlinez 62G2E0-5552 General Pump Additional info i:o.prry has an aa[ Fmation can be subh itional 67 on-gfing pr"j"". ,l itted uDon req[est. ral are similar. 359 4.2 4.3 fl vrs I ruo 4.1,2 A vehicle collision or accident involving your flrm's employees? E vrs E[ uo 4.1.3 Damage to real property arising out of your services or operalions? E yEs DINo 4.1.4 Employment-related litigation brought by an employee of your firm? Eves trNo 4.1 .5 Payment to a subcontractor or supplier? Evrs B No 4.1 ,6 Defective, deficient, or substandard work? nves Eruo lf the answer to any questions in 4.1 .1 to 4.1.6 is YES, identify the name of the person or entity that sued (i.e., "lhe plaintif') or was involved in the mediation or arbitration; list the date, court, court address, and case number; describe the facts and circumslances giving rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition, Attach additional sheets as necessary. Have you or your firm ever filed a claim for damages or a lawsuit, or requesled arbitralion or mediation, against a governmenl entity or a Client? Eves truo lf YES, identify lhe govemment entity or client; list the date, court and case number; describe the facts and circumslances about the claim for damages, or the lawsuit, or bothi and set forth the outcome or disposition. Attach additional sheets as necessary. Are there any pending or outstanding judgments or liens against you, your firm, or any of its owners, partners, officers, or employees? Eves E uo lf YES, identify the name of the person or entity entitled to payment; list the date court and case number; describe the facts and circumstances giving dse to the judgment or lien; and setforlh the amount of the judgment or lien. Attach additional sheets if necessary. In the past live (5)years, has any govemment entity ever: (a) investigated, cited, disciplined, or assessed any penalties againsl you, your firm, or any of its owners, partners, officers, or employees, or (b) determined or concluded that your firm or any of ils owners, partners, Page 35 of 166 4.4 360 4.5 4.6 4.7 4.8 officers, or employees violated any laws, rules, or regulations? Evrs E ruo lf YES, identify the govemment entity; list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. ln the past five (5) years, have you, your firm or any of its owners, partners, officers or employees been convicted of a crime related to the bidding of a govemment contract, the awarding of a govemment contract, or the performance of a government contract? ('Convicted' includes a verdict of guilty by a judge or jury, a plea ofguilty, a plea of nolo contendere, or a forfeilure of bail,) EYES E No lf YES, idenlify the govemment enlily; list the date, courl and case number; describe the facts and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. ln the past five (5) years, have you, your firm, or any of its owners, parlners, oflicers or employees been convicted of a crime involving embezzlement, theft, fraud, forgery, bribery, deceptive or unlawful business practices, perjury, falsifying or destroying records or evidence, or receiving stolen properly, or making or submitting a false claim? nvrs Eruo lf YES, identify the crime or offense; list the date, court and case number; describe the facls and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. Have you or, if Bidder is a corporation, any principal of the corporalion ever been convicted of a felony? Eves trNo lf YES, please explain the details of that conviction and, if so, whether you or said officer have served his or her sentence. ln the past five (5) years, has a government entity determined or concluded that you, your firm, or any of its owners, partners, officers or employees made or submitted a false claim (including a false claim for paymenl), or made a material misrepresenlation? Evrs trno lf YES, identify the govemment entity, and describe the facts and circumstances about each inslance. Attach addilional sheets as necessary. Have you or your company ever been charged by any governmental agency for failure to follow safety procedures? lf YES, please explain, Page 35 of 166 4.9 361 Eves E uo 4.10 Has any governmenlal agency ever submitted a complaint against you or yourfirm to the Calilornia Slale Labor Commission for failure to submit certified payrolls? lf your answer is 'Yes", please provide the details of such complaint, Evrs Euo 5. FIRM'S OPERATIONAL STATUS 5.1 . ln the past seven (7) years, has your firm, or anyone else acting on behalf of your flrm, filed for bankruptcy, insolvency, receivership, or reorganization? Eves E ruo lf YES, list the filing date, identify the court and case number; describe the facts and circumstances giving rise to each instance; and set forth the disposition or current status Attach additional sheets as necessary. E'ln the past five (5) years, has your flrm had an consolidalions, mergers, acquisitions, closings, layoffs or staff reductions? EyES tsto lf YES, list the filing date, and descnbe the facts and circumstances about each inslance Attach additional sheets as necessary. 5.3 ls yourfirm in the process of, or in negotiations toward: (a)consolidating, merging, selling, or closing its business, or (b) laying off employees or reducing staff? nvrs Eruo lf YES, describe the transaction; list the anticipated date for compleling the transaclion, laying off employees, or reducing staff; and describe the facts, circumstances, and reason for taking the action, Attach additional sheets as necessary. 6. BIDDING; DEBARMENT; CONTRACT PERFORMANCE 6.1, Has a govemment entity ever debarred, disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construclion project? EYES Bno lf YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the govemment entity's Page 37 of 166 362 o.z 6.4 6.5 b.b action against your firm. Atlach additional sheels as necessary Has a government entity ever rejected your firm's Bid or Proposal on the ground that you or your firm is a 'non-responsible" bidder or proposer? tr YES EI r.ro lf YES, identify the name of the government entity, lisl the dale, describe the facts and circumstances about each instance, and slate the reason or basis for the govemment entity's determining that your firm was a 'non+esponsible" bidder. Attach additional sheets as necessary. Have you or your flrm ever failed to fulfill or perform - either partially or completely - a contract or an agreement wilh a government entity or a client? EYES E ruo lf YES, idenlify the name of lhe government entity or client, lisl the date, and describe the facls and circumstances abouleach instance. Attach addilional sheets as necessary. ln the past five (5) years, have you or any officer or principal of your flrm been an officer of another firm which failed to perform a contract or agreement? Evrs Eruo lf YES, listthe date, and describe the facts and circumstances about each inslance, Attach additional sheets as necessary. Has your firm ever advised a govemmenl entity or a client, while your firm was under contract with the govemment entity or clienl, that your firm muld not (or would not) fulfill or perform - either partially or completely - the contract or the agreement based on the prices that your firm had originally submitted in a Bid or a Proposal? Eves Eno lf YES, list the date, identity the name of lhe govemment entity or client, and describe the tacts and circumstances abouleach instance. Attach additional sheets as necessary. Has your firm ever requested a govemment entity or a client, while your firm was under contracl with the government entity or client, to renegotiate one or more lerms ofthe existing contracl or agreement? n vrs DI ruo lf YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. Has your firm ever requested a government enlity or a client, while your firm was under contract with the govemment entity or client, to: (a) cancel the contrdct or agreement, or (b) release or discharge your firm form the conkacl or agreement? Page 38 of L66 6.7 363 6.8 6,9 6.10 INSURANCE AND BONDS 7 .1. ln the past len yeaB, has an insurance company or a surety company: 7 .1.1. Refused to insure your firm for liability coverage? !ves Eruo 7 .1.2. Canceled or non+enewed your firm's insurance coverage? tr YES EIuo 7 .1.3. Refused lo issue your firm a bond? Evrs tsuo 7 .1.4. Canceled or revoked a bond obtained by your firm? Eves Euo fl vEs E ruo lf YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance, Attach add itional sheets as necessary. Has a govemment entity or a client ever terminated, suspended, or non+enewed your firm's conlract or agreement before its completion? E yes El r'ro lf YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Atlach additional sheels as necessary. Has a government entity or a client ever notified or advised your firm that your firm's performance under a contract or agreement was poor, sub-standard, deficient, or non- compliant? trvrs Eruo lf YES, identify the name of the govemment entity or client, list the date, and describe the facts and circumslances about each instance, Attach additional sheets as necessary, ln the past five (5) years, has your firm paid, or has your firm been assessed, liquidated damages on a contract or agreement? E YES tr r'ro lf YES, identify all such contracts/projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment or payment of liquidated damages. Attach additional sheets as necessary. 7 Page 39 of 165 364 7.2 lf the answer lo any questions in 7 .1 .1 lo 7 .1.4 is YES, identify the name of the insurance company or surety company, list the date, and describe the facts and circumstances about each instance, Attach addition sheets as necessary. In the past ten (10) years, has an insurance company or surety company made any payments on your firm's behalf as a result of a default, lo satisfy any claims against a performance bond, paymenl bond, or maintenance bond issued on your firm's behalf? !YES ENo lf YES, identify each contract completed or amount of each claim, lhe name and telephone number of the claimant, the date, grounds and current status of the claim, and rf resolved, the method, nature, and amount of the resolution. Attach addition sheets as necessary. 8. SURETY 8.'1 lf a performance and/or paymenl bond is required by this bid, identify the bonding company if anangements for the bond have been made; if not, identify the bonding company for the Contractofs most recent project: Traveler's Pronerty Casualtv & Suretv Comnanv of America 8.2 Name and address of aoent: Gallagher - Sa"n Francisco, California All of the above statements as to expenence, flnancial qualifications, and available plant and equipmenl are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the Bidder. I hereby certify under penalty of pequry under the laws of the state of California that the representation made herein are true and correct. C Signature of Bi lc a art Plqs!{qqt 1 Pirector of Enqr. Page 40 of L66 365 2 BIDDER'S EXPERIENCE FORM PROJECT NAME: Well No. 16 Pump and Motor Prqect SPECIFICATION NO. N/A COMPANY NAME: General Pump Company, Inc. ".Please use additional sheets if necessary lnviting Bids for this Poect. CONTRACT CONTRACT CONTRACT PROJECT NAME AND CONTACT PHONE START DATE END DATE $ AMOUNT AGENCY ADDRESS CONTACT NAI\,IE NUMBER U02/18 On Going $ l92,EEo Baldwin Booster Sta 240 W. Huntington Dr.Tiffany Lee 626-254-2721 City of Arcadia Arcadia, CA 91066 3t23/17 5t9nE $127,000 Well 6 19001 Huntington St.Steve Styles 714-37 4-1512 City of Hunt. Beach Huntington Beach, CA 6/27 /t7 9fi/17 $132,000 Well 130 14343 Civic Drive Arnold Villarreal 760-955-2993City of Victorville Victorville, CA 92392 All of the above statements as to ex nce are submitted in conjunction with lhe proposal, as a part thereof, and the huthfulness and accuracy of the information is guaranteed by the Bidder. I correct. ce er penalty of perjury under the laws of the state ot California that the representation made herein are true and Signature of Bidder Pnnt name: Michael Bodart 3 Page 41 of 166 State of California Contractor's License No. 4967 65 Contraclor's License expiration date 8/31/18 366 CONTRACTOR SAFETY QUESTIONNAIRE Company Name G".""4! Ig-! !r.!"ryrl!q Primary Type of Work Water Well & Pump Rehab Senices, Well Destruction, Test Pumping Person Completing Form Michael Bodart Title: President / Director of Engineering phoneNumber: 909-599-9606 DaF-.7nE/18 SAFETY PERFORMANCE List your company's lnterstate Expenence Rating Modifier (ERM)1 tor lhe three most recent years 20!E_ 2017 20 16 05E 059 062 2 List your clmpany's number of injuries/illnesses from your 0SHA 300 logs for the three most recent years. 20 17 2016 2015 a. Fatalities b. oSHA recordable incidents c. Lost work day incidents d. Total lost, ork days e. Total hours worked 0 0 0 0 I l9,tl5 0-r 0 0 104,01I 0 0 0 0 I15,773 Upon request from the City, the contracto(s) shall provide copies of the following items (a{); and llems (d- g) for each listed Subcontraclor a), OSHA 300 logs for the most recent three years and current year-lodate b). Verification of ERIM from your insurance carrier c). lnjury/lllnessReport d). Complete written Safety Program e). Training Plans Company Safety Contact: a. Name Fernando Munoz f). Training Certificates for Employees g). Emergency Response Training 4 b. Phone 909-599-9606 1 ERI\,| = applies to u/orters' compensation policies. lt compares the experience of this confador to others ot similar size, type and ratio. Used against annual premium. lt has a direct conelation to how much the contraclor pays in v{orkers' comp premium. Page 42 of 155 367 CONTRACTOR SAFETY QUESTIONNAIRE (continued) SAFEry PROGRAM SAFETY PROGRAM DOCUMENTATION a. Do you 1) ram manual? 0/18 have a wfltlen safety prog Last revision date 313 2 b. Do you have a written safely field manual? c. Are all workers given a booklet that contains work rules, responsibilities, and other appropriate information? POLICY AND MANAGEMENT SUPPORT a, Do you have a safety policy statement from an offlcer of the company? k. Does each level of management have assigned safety duties and responsibilities? No b. Do you have a disciplinary process for enforcement of your safety program? c, Does management set corporate safety goals? d. Does executive management review: E Accident reports? E safety statistics?! lnspection reports? e, Do you safety pre-qualify subcontractors? f. Do you have a written policy on accident reporting and investigation? g. Do you have a light-duty, return{o-work policy? h. ls safety part ol your supervisor's p€rformance evaluation? i. Do you have a personal protective equipment (PPE) policy?No Do you have a written substance abuse program? lf yes, does it include (check all applicable boxes): E Pre-employment testing ! Return{o-duty testing ffi Random testing ! Disciplinary process ! Reasonable cause testing E Alcoholtesting E Post accident testing ! National lnstitute on Drug Abuse ! Panel Screen @. (6*o No No No No No No No No 0 Page 43 of 166 No 1 Circle One G,No 368 3 TRAINING AND ORIENTATION a. Do you conduct safety orientation lraining for each employee? b. Do you conduct site safety orientation for every person new to the job site? c. Does your safety program require safety training meetings? for each supervisor (foreman and above)? How often?! Weekly E [4onthly E Quarterly ! Annually !Other d. Do you hold lool box/tailgate safety meetings Iocused on your specific work operations/exposures? How often? E Weeity E oaity E ottrer- e, Do you require EUipment operation/certilicalion training? ADIVIINISTRATION AND PROCEDURESa. Does your written safely program address administrative procedures? Ye 0 X Emergency proceduresX Audits/lnspectionsX Accidentinvestigations/reporting X Training documenlation L Hazardous work permitsX Subcontractor prequalification 0 4 No No No lf yes, check which apply:X Pre project/task planningX Record keepingx salety mmmitteesX HAZCOMX Substance abuse preventionX Return{o-work b. Do you have project safety committees? c. Do you conduct job site safety inspections? How often? El Daily n weekly E Monthly E Other Unon Arrival Do these inspections includes a routine safety inspection of equipment (e,9., scaffold, ladders, flre extinguishers, etc.)? No No Nod. Do you invesligate accidents? How are they reported? ffi Total company n By projecl! By foreman ! By superintendent! By projea manager E ln accordance with OSHA e. Do you discuss safety at all preconstruction and progress meelings? Page 44 of L66 369 f, Do you tr For personnel perform rigging and lifting checks prior to lifting?E No For equipment E Heavy I 0re than 10,000 lbs.) WORK RULESa. Do you periodically update work rules? When was the last update? b, What work practices are addressed by your work rules? 5 b E Welding and cutting (hot work) E other OSHA INSPECTIONS a. Have you been inspected by oSHA in lhe lastthree years? No E Access--+ntrances/stairs Respiratory proteclion El Material handling/storage [] Temporary heatfl Vehicle safety ffi Traffic conkol E Site visitor escorting!E Public protection Equipment guards and grounding ffi [4onitoring equipment E Flammable material handling/slorage Site sanitation! Trenching and excavating I Lockout/Tagoul ! Energized/pressurized equipment E Personal protective equipment I Tools, power and hand E Electrical power lines ves@ E CPRfiirst aid E Barricades, signs, and signals E Blastingfl CommunicationsI Compressed air and gases E Concrete workfi Confined-space entry fl Cranes/rigging and hoisting El Electrical grounding ! Environmental conlrols and Occupational health [] Emergency procedures ffi Fire protection and prevention ! Floor and wall openings E Fall protection ffi Housekeeping E Ladders and scaffoldsI Mechanical equipmenU maintenance/pre-op checks/ operation b. Were these inspections in response to complaints? c. Have you been cited as a result of these inspections?Yes lf yes, describe lhe citations (add additional sheets if necessary) Page 45 of 166 370 NAI\4E OF BIDDER: N/A DESIGNATION OF SUBCONTRACTORS General Pump Company, Inc. Each Bidder must list, on the torm provided on the next page, each Subcontractor who will perlorm work or labor or render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed in the State of Califomia who, under subcontract to the Contractor, specially fabricates and installs a porlion of the Work or improvemenl according to detailed drawings contained in the Drawings and Specifications, in an amount in excess of one-half of one percent of the Contractois Base Bid Amount. Each Subcontcctor must have an aclive and current license, and all requisite specialty certifications, when listed, Bidder must provide the following information lor EACH Subcontractor, 1, The name ofthe Subcontractor; 2. The trade and type of work lhat the Subcontractor will performi 3. Location (address) of Subcontractois place of business; 4, Subcontractor's license number; and any specialty licenses; and 5. Dollar value of the Work that the Subcontractor will perform Subletting or subcontracting of any portion of the Work in excess of one-half of one percent of the Contractor's Base Bid to which no Subcontractor was designaled in the original Bid shall only be permitted in cases of public emergency or necessity, and lhen only after a finding reduced to writing as a public record of the City setting torth the facts constituting the emergency or necessity. lf the Contractor violales any of the above provisions the Contractor may be in breach ol this Contract and the City may exercise the oplion, in its own discretion, to (1)cancellhis Contract, or (2) assess the Contractor a penally in an amounl not more than ten percent (10%) of the amount of the subcontract involved, and lhis penalty shall be deposited in the fund out of which the prime Conkact is awarded. lf the Contraclor fails lo specify a Subcontractor, or if lhe Contractor specifies more than one Subcontractor for the same tftrde or type of Work to be performed underthe Contract in excess ofone-halfofone percentof the Contracto/s Base Bid Amount, then the Contractor agrees that he/she is fully qualified to perform that Work himself/herself , and that he/she shall perform that Work himself/herself . lf afler award of Contract, the Conkactor subcontracts any such Work, the Contractor will be subject to the statutory penalties. DESIGNATION OF SUBCONTRCCTORS FORM IS ON THE FOLLOWING PAGE Page 46 of 166 371 Please type or legibly print (attach additional sheets as necessary). Name of Subcontractor Email Contact lnformation Trade and Type of Work to be Performed Business Location N/A License Number Public Works Contractor Registration Number Dollar ($) Value Page 4'7 of 166 372 The Contractor shall not A. Substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except that the City may consent to the substitution of another person as Subcontractor in any of the following situations: 1, When the Subcontractor listed in the Bid, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract ror the scope of Work specifled in the Subcontractor's bid and al lhe price specifled in the Subcontractor's bid, when that writlen contract, based upon the general terms, conditions, Drawings and Specifications for the Proiect or the terms of Contractor's written Bid, is presented to lhe Subcontraclor by the Conlractor; 2. When the listed Subcontractor becomes insolvent or the subject of an order for relie, in bankruptcy; 3. When the listed Subcontraclor fails or refuses to perform his/her subconhact; 4. When the listed Subcontractor fails or refuses lo meet the bond requirements of the Contractor as set forth in Public Contract Code Section 4108; 5. When the Contractor demonstrates lo the City that the name of the Subcontractor was listed as the result of an inadvertent clerical enor; 6. When the listed Subcontractor is not licensed pursuant to the Contractois License Law; 7. When the City determines that the Work performed by the listed Subconlractor is substantially unsatisfactory and not in substantial accordance with the Drawings and Specifications, or thal lhe Subconhactor is substantially delaying or disrupting the progress of the Worki 8. When the listed Subcontractor is ineligible to work on a public works prolect pursuant to Section 1777.1 ot 1777 .7 ol lhe Labor Code; or 9. When the City determines that the listed Subcontractor is not a responsible conlractor. B. Permit any subconlract to be voluntarily assigned or kansfened or allow it to be performed by anyone other than the original Subcontractor listed in lhe original Bid, without the consenl of lhe City. C. olher than in the performance of "change orders" causing changes or deviations from the original Contract, sublet or subcontracl any portion of lhe Work in excess of one-half of one percent of the Contractois Base Bid Amounl as to which his/her original Bid did not designate a Subcontractor. Prior to approval of the Conkactor's request for a Subconhactor substitulion, the City shall give notice in writing to the listed Subcontractor of the Contractor's request to substitule and of the reason for the request. The notice will be served by certified or regislered mail to the last known address of the Subconhaclor. The listed Subcontraclor who has been so nolmed shall have five (5) Working Days within which to kansmit lo the City written objeclions to the substitution. Failure to file these writlen objections shall constitute the listed Subcontractor's consent to the substilution. lf written objections are filed, the City shall give notice in writing of at least five (5) Working Days to the listed Subconlractor of a hearing by the City on the Contractods request for substilution. The Contractor, as a condition to asserting a claim of inadverlent clerical error in the listing of a Subcontractor, shall within two (2) Working Days after the time of the Bid Deadline, give wntten notice to the City and copies of such notice to both the Subcontractor he/she claims to have listed in enor and the intended Subcontractor who had bid to the Conkactor prior to the Bid Deadline, Page 48 of 166 373 NiA ESTIONNAIRE REGARDING BCONTRA T Bidder shall answer the following questions and submit with his/her Contract proposal. 1 , Were bid depository or registry services used in obtaining subcontraclors bid figures in order to compute yourbid? Yes E No E 2. lf the answer to No. 1 is "Yes', please ,orward a copy of the rules of each bid depository you used with this questionnaire, 3. Did you have any source of subcontractors' bids other than bid depositories? 4. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanclions to attempt to convince you to use the services or abide by the rules of one or more bid depositories?Yes! Non 5. lf the answer to No. 4 is'Yes", please explain the following detailsl (a) Date:(b) Name of person or group:(c) Job involved (if applicable):(d) Nature of the threats:(e) Additionalcomments: (Use additional paper if necessary) 6. Was a conscious effort made to recruit or provide equal opportunity for bids by minority or project areasubcontraclors? Yes E No E 7. Was a mnscious efforl made to recruit and hire project area lower-income residents?YesE NoE Please submil statement. 8. We declare under penalty of perjury that the foregoing is hue and correct. Dated this _ day of _, 20_ All of the above statements as to experience, linancial qualilications, and available plant and equipment are submitted in conjunction with the proposal, as a pa( thereof, and the truthfulness and accuracy of the information is guaranteed by the bidder. Name of Company By Tifle Page 49 of 166 374 CONTRACTOR'S AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) COUNTY OF Los AngeleJ Michael Bodart being flrst duly swom, deposes and says President / Director '1. That he/she is the of Ensine€rins (Title of office if a mrporation, "sole owner," "Partner,' or other proper title) of General Pum n Com nany. Inc. , (hereinaftercalled "Contractof) who has submitted to the City ot Vernon a Bid for the Well No. 16 Pump and Motor Project; 2. That said Bid is genuine; that the same is nol sham; that all statements of fact therein are true; 3. That said Bid is not made in the interesl or behalf of any person, partnership, company, association, organizalion, or corporation not named or disclosed; 4. That Conkactor did not, directly or indirectly induce, solicit, agree, collude, conspire or mntrive with anyone else to submit a false or sham bid, to refrain from bidding, or withdraw his/her bid, to raise or fix the Bid price of Contraclor or of anyone else, or to raise or fix any overhead profit, or cost element ot Contractods price or the price of anyone else; and did not attempt to induce action prejudicial to the interests of the City ofVernon, or of any olher Bidder, or anyone else interested in theproposed Conhact; 5. That the Contractor has not in any manner sought by collusion to secure for himself an advantage over any other Bidders or induce action prejudicial to the interests of the City of Vernon orof any other Bidder, or anyone else inlerested in the proposed Contract; 6. That the Conlraclor has not accepled any bid from any Subcontractor or material supplier through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any Subconhactor or material supplier, which is not processed through said bid depository, or which prevent any Subcontraclor or material supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository; ilt ilt lil Page 50 of 166 375 7, That the Contraclor did not, directly or indirectly, submit the Contractor's Bid price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organizalion, bid depository, or to any member or agent thereof, or to any individual or group ol individuals, except to the City of Vernon, or to any person or persons who have parlnership or other llnancial interest with said Contractor in his/her business. I declare under penalty of perjury under the laws of the State of Califomia that the foregoing is true and mrrect, Dated this 18th 6sy q1 July 2018 61 San Dimas California MonthfYear Inc. City State General Pum Com Contractor (Please Pri n ture Michael rt President / Director of Engineering s Siona Bo'da Title CONTRACTOR'S SIGNATURE MUST BE NOTARIZED Page 51 of 166 376 CALIFORf,IA JURAT wlTH AFFIA T STATE E]'IT GOVEBNMENT COOE S 8202 XSee Attached Document (Notary to cross out lines 1-6 below) X See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 Af any) A notary public or other officer completing this certilicate verifies only the identity of the individual who signed the document to which this certilicate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Subscribed and sworn to (or affkmed) before me County of Los Anseles 18th on this _ day of .Iulv 1820-., YearbyDate Month Michael Bodart SONNIEBRUiIET Notary tublr -Glifornia Los Ang€les County Commission t 2178326 My Comm. Bpir.sJan 2,2021 0) z,(and (2)), Name(s) of Signer(s) proved to me on the basis of satisfactory evidenceto be the person(s) who appeared before me. Signature Signature of Notary Public Sea/ Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description ot Attached Document Title or Type of Document:Document Date: Number of Pages: _ Signer(s) Other Than Named Above: 02014 National Notary Association . www.NationalNotary.org . 1-800-us NorABy 0-s00-876-6824 ttem #5910 377 THE BIDDER'S INSURANCE COMPANY(S) OR INSURANCE AGENT IUUST COIUPLETE THIS FORM AND THE BIDDER IUUST SUBMIT THIS CERTIFICATION WTH THE BID FORMS. l, the undersigned (Please ched one box) underwriter X agent, ce ry that land the Contredor listed belod have jointly reviewedthe"lnsurance Requirements" inthese Bidding Documents and the Contract Documents. lfthe Cityof Vemon ('City") awards the Contractor the Contract for this project, lwill be abl+within fourteen ('14) calendar days aflerthe Contractor is nolified ofthe Conlracl's award-to furnish the Citywith valid insurance forms (induding one or more insurance cerlificates and additional insured endorsements) that fully meet all ofthe lnsurance Requirements. HUB lnternational lns. Services, lnc July 19,20'18 Name of lnsurance Company Sherri Ben-Nun Date I (signature lnsurance Agents Name '16030 Ventura Blvd.#500 Encino cA 91436 Agents Address 818-257 -7 438 City State Zip Code sherri.bennun@hubinternational.com TelephoneNumberFf\XNumber EmailAddress General Pump Company, lnc. Conlractois Name City Specif ication Number Below Stale the Nane ol lnsuance Ampany Prcviding Coverage: DO NOT write "Wll Provide,"'To Be Determined," 'When Required," orsimilar phrases Travelers Property Casualty Company of America The Travelers lndemnity Co. of Connecticut Commercial General Liability Automobile Liability Travelers Property Casualty Company of Americr Wbrkers' Compensatron Liability Citv lPurchasePo licy,ifrequired Aspen Specialty lnsurance Builders Risk Pollution Liability INoTE TO C0NTRACToR: See 'lnsurance Requirements" EXHIBIT 4 of the Contract for the requirement of obtalning Pollution Liability lnsurance,l NOTE TO THE UNDERWRITER AGENT: lf lhe insuranceforms thatthe Contrador submitstothe City do notfully complywith the lnsurance Requirements, and/orif the Contrac{orfailstosubmitthe formswithin lhe 1/kaytime limit, theCitymay:(1)dedaretheContractods Bid non-responsive, and(2)awardtheContracttothenextlowestresponsible Bidder. Page 52 of ]66 378 UVING WAGE COMPLIANCE CERTIFICATION This contract is subject to the City of Vemon's Uving Wage Ordinance, Vernon Municipal Code Chapter 2, Article XVIU Cordinancel. The Ordinance requires that service contractors providing labor or services to the City by contract in excess of $25,000: . Pay no less than ten dollars and thirty cents ($10.30) per hour with medical benefits, or eleven dollars and fifty-five cents ($11.55) per hour without medical benefits to all employees, as defined in the Ordinance who, at any time, provide labor or deuvery services to the City of Vemon. Additionally, on July 1st of each year thereafter the Living Wage rate shall be adjusted by the change in the Federal Bureau of Labor Statistics Consumer Price Index, for the Los Angeles area. for the most recently available 12 month perlod. Accordingly, current City contractors will be required to adjust wage rates no later than July lst, to remain in compliance. . Notify employees who spend any of their time providing labor or delivering services to the City of Vernon who make less than twelve dollars ($12) per hour of their possible right to the federal Earned Income Tax Credit (EITC) under I 32 of the Intemal Revenue Code of 1954, 26 U.S.C. 5 32, and making available to such employees forms required to secure advance EITC payments. o If there is a difference between the Vernon Uving Wage rates and the California Prevailing wage rates for the same classification of labor, the Contractor and subcontractor shall not pay less than the highest wage rate for that classification. The selected contractor will be required to show compliance with the Living Wage Ordinance by submitting payroll records as requested by the City. Each record shall include the full name of each employee performing labor or providing services under the contracu job classification; rate of pay and benefit rate. Provisions of the Living Wage Ordinance may be waived in a bona fide collective bargaining agreement. but only if the waiver is explicitly set forth in dear and unambiguous terms. If this provision applies, you must provide a copy of the collective bargaining agreement to the City. I do hereby certiry and dedare under penalty of perjury that if awarded the contract for whidr this bid/proposal is made. General Pumn Company. Inc. will comply with the Name of Company requirements of the Vernon Living Wage Ordinance, Vernon Municipal Code Chapter 2 Article XVIII and the rules and regulations promulgated thereunder. I understand that failure to comply with the provisions of the Vernon Living Wage Ordinance may result in termination of the contract as well as other penalties as stated in Vernon Municipal Code Chapter 2 Afticle XVIII. Michael Boda President / Director of Engineering (Na ('l'iUe) 7fi8/18 (Signature)(Date) Please retum this form with your bid,/proposal. Questions conceming the Living Wage Ordinance should be directed to the Department of Finance - Purchasing Division 323.583.881 l Page 53 of 166 379 CERTIFICATE OF EQUAL OPPORTUNITY PRACTICES City of Vemon 4305 Santa Fe Avenue Vernon, CA 90058 (323) 583-8811 Fax (323) 826-143s Internet:rnon.orq Artic]e I. Affidavit of Equal Opportunity Employment & Non-segregation (Form AA-1) Article U. Vendor Ust Questionnaire (Forms AA-2 &3) In order to be placed to the City's vendor list and be eligible to receive City buslness, you must provide the following information except where indicated as "optional." By submitting this form you are declaring under penalty of perjury under the laws of the State of California and the laws of the United States that the information is true and correct. Furthermore, you are certifying that your firm will adhere to equal opportunity employment practices to assure that applicants and employees are not discriminated against because of their race, rellgion, color, national origin, ancestry, disability, sex or age. And, your firm does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permlt its employees to perform thelr services at any locatlon, under its control, where segregated facllities are maintained. Name of Company:General Pump Company, Inc. Business Telepho ne: 909-599-9606 FaxNumber: 909-599-6238 159 N. Acacia Street (optional) Address: City:San Dimas State: cA zip 91773 Contact Person Michael Bodart E-mail Address (optional) Tax ID Number (or Social Security Number)95-35sr896 Remit Address (if different) Same Please state clearly and concisely the type(s) of goods and services your company provides: Water Well & Pumo Rehabilitation I Test Pumnine: Well Destruct ioni etc. The following section is OmONAL and is for statistical reporting purposes only. Ownership (please check all that apply): African-American_ Asian_ Armenian_ Disabled_ Hispanic_ Native American_ fumale Page 54 of 166 380 Proiect WorKorce Utilization (Form M-2) This form is to be included in all bid documents for projecE involving labor or services valued at g25,000 or more Instructions:Please indicate the job titles/classifications to be used in the pedormance of this contsact should it be awarded to your firm Please indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract. Name of Company:General Pump Company, Inc,Poect:Well 16 Job Tides/Classification Estimated number of existing staff to be employed in this classification if awarded the contract Estimated number of new hires to be employed in this classification if awarded the contract QLeratinq Engineer Groun E t 0- Pumn Installer / SC-23-63-2-201 7-t aborer Grou lt -23-t t Are any current employees or potential new hires Vernon residents? If so, howmany? None Page 55 of 166 381 Current Permanent Workforce Utilization (Form AA-3) OFNOI{IL Name of Company: Project: Completion of this form is OmONAL. Any information supplied by vendors is for reporting purposes only and will not be factored into the award of any contract. Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups. White (not of Hispanic origin) African-American (not of Hispanic origin) Hispanic Aslan/Pacific Islander Native American Armenian Male Female CLASSIFICATION Officials/ Managers Professionals Technicians Office/Clerical Skilled Craft Workers Operators (semFskilled) Laborers Service Workers TOTAL Page 55 of L55 382 PUBTIC UTILITIES 4305 S. Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-881 I July 5, 2018 Via e-mail & City website NOTICE TO BIDDf,RS _ ADDENDUM NO. 1 WEI,L NO. I6 PUMP AND MOTOR PROJECT This notice shall be considered as Addendum No. I to lhe Request for Bids for the Well No. l6 Pump and Motor Project. This addendum modifies the original Request for Bids as noted below. All other portions ofthe contract, not specifically mentioned in the Addendum, remain in force. Notice Inviting Bids: In the REQUEST FOR BIDS, replace page 9 of the NOTICE INVITING BIDS. This page is to be amended as follows: l. On page 9 ofthe REQUEST FOR BIDS, NOTI Information: Item No. 2 is amended as follows: a Amount of Liouidated Damages: $750.00 per calendar day. Standard Form of Contract: In the REQUEST FOR BIDS, replace page 89 of rhe STANDARD FORM OF CONTRACT. This page is to be amended as follows: 2. On page 89 ofthe REQUEST FOR BIDS, STANDARD FORM OF CONTRACT section , Exhibit A: General Conditions, Article 3: Time of Commencement and Completion, section 3.07 Liquidated Damages: Item A. is amended as follows: a. Contractor and City agree to liquidated damages in the amount ofseven hundred fifty dollars ($750) per day, with respect to Contractor's failure to achieve Substantial Completion of the Work within the Contract Time. lfyou have any questions, please contact Joanna H. Torres at phone number (323)583-8811 extension 888 or email thtoryesfalci.vcrnon.ca.us. Besl Re CE INVITING BIDS section - Other B ln S Kelly Nguyen General Manager of Vernon Public Utilities 383 Page 9 of 166 Mandatory Qualifications for Bidder and Designated Subcontractors: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part of the Bidder’s Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California; each comparable in scope and scale to this Project. Other Bidding Information: 1. Contract Time: This Work must be completed within 90 calendar days from the date of commencement as established by the City’s written Notice to Proceed. 2. Amount of Liquidated Damages: $750.00 per calendar day 3. Required Construction Staging – Not a part of this contract. 4. Intermediate Completion Milestones – Not a part of this contract. 5. Bidding Documents. Bids must be made on the Proposal Form contained herein. 6. Engineer’s Estimate. Not Applicable 8. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to award all or any individual part/item of the bid, and to waive any informalities, irregularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 9. Contractor’s License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a California contractor’s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess one of the following license(s): C-57, Well Drilling; C-61, Limited Specialty Classification; D-21, Machinery and Pumps. The Bidder will not receive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may reject the Bid, cancel the award, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 10. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, license number, and portion of the Work). An inadvertent error in the license number will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In 384 Page 89 of 166 the Contractor will be relieved from responsibility to protect the Work. B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder. 3.07 LIQUIDATED DAMAGES A. Contractor and City agree to liquidate damages in the amount of seven hundred fifty dollars ($750) per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents. B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day that Substantial Completion is delayed. C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of the Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement. D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages. Contractor shall pay the difference to City. [END OF ARTICLE] 385 City of Vernon REQUEST FOR BIDS WELL NO. 16 PUMP AND MOTOR PROJECT FOR THE DEPARTMENT OF PUBLIC UTILITIES CITY OF VERNON, CALIFORNIA 4305 SANTA FE AVENUE VERNON, CA 90058 386 Page 2 of 166 TABLE OF CONTENTS PAGE NOTICE INVITING BIDS ................................................................................................................................ 8-10 INSTRUCTIONS TO BIDDERS ..................................................................................................................... 11-22 BIDDING FORMS Bidder’s Proposal .................................................................................................................................24 Pre-Bid Site Inspection Certification ....................................................................................................26 Schedule of Bid Prices .........................................................................................................................29 Incumbency Certificate ........................................................................................................................32 Bidder's Statement of Qualifications ....................................................................................................33 Bidder’s Experience Form ...................................................................................................................41 Contractor Safety Questionnaire..........................................................................................................42 Designation of Subcontractors .............................................................................................................46 Questionnaire Regarding Subcontractors ............................................................................................49 Contractor's Affidavit of Non-collusion .................................................................................................50 Insurance Requirement Certification....................................................................................................52 Living Wage Compliance Certification ................................................................................................53 Certificate of Equal Opportunity Practices ..........................................................................................54 Project Workforce Utilization Form ......................................................................................................55 Current Permanent Workforce Utilization Form ...................................................................................56 STANDARD FORM OF CONTRACT .................................................................................................................57 CONTRACT EXHIBITS: Exhibit A – General Conditions ARTICLE 1. PRELIMINARY PROVISIONS .......................................................................................60 1.01 Definitions 1.02 Representatives 1.03 Permits, Inspections, Plan Checks, and Similar Governmental Approvals and Utilities 1.04 Licenses 1.05 Allowances 1.06 Waiver 1.07 Data to be Furnished by the Contractor 1.08 Contract Drawings 1.09 Specifications and Drawings 1.10 Precedence of Contract Documents 1.11 Notice of Conflicts 387 Page 3 of 166 1.12 Reports 1.13 Lines, Grades, and Measurements 1.14 Right of Way 1.15 Contractor’s Operations/Storage Yard ARTICLE 2. PERFORMANCE OF THE WORK ...................................................................................70 2.01 Performance of Work-General 2.02 No Assignment or Delegation 2.03 Standard of Performance 2.04 Defective Work 2.05 City’s Right to Carry Out the Work 2.06 Communications and Notices Regarding the Work 2.07 Independent Contractor 2.08 Emergency Work 2.09 Subcontractors 2.10 Use of Facilities Prior to Completion of Contract 2.11 Cooperation with Other Work Forces 2.12 Agreements with Property Owners 2.13 Protection of Property 2.14 Contractor’s Responsibilities for Losses or Liabilities 2.15 Warranty and Corrections 2.16 Cleaning and Environmental Controls 2.17 Water Pollution Control 2.18 Solid Waste Disposal and Diversion 2.19 Recycled, Reusable and Recyclable Products ARTICLE 3. TIME OF COMMENCEMENT AND COMPLETION ................................................86 3.01 Commencement, Prosecution, and Completion of Work 3.02 City’s Discretion to Extend Time 3.03 Substantial Completion 3.04 Delays and Extensions of Time for Contractor 3.05 Climatic Conditions 3.06 Completion and Acceptance 3.07 Liquidated Damages ARTICLE 4. CONSTRUCTION SCHEDULES ............................................................................90 4.01 Baseline Project Schedule 4.02 Schedule Updates 4.03 Noncompensable Extraordinary Measures 4.04 Condition of Payment 388 Page 4 of 166 ARTICLE 5. SUSPENSION OR TERMINATION OF CONTRACT ..............................................93 5.01 Termination by the Contractor 5.02 Termination by the City for Cause 5.03 Partial Deletion or Suspension of Work by the City 5.04 Termination by the City for Convenience 5.05 Contractor’s Duties Upon Termination for Cause or Convenience ARTICLE 6. CHANGES ..............................................................................................................98 6.01 City’s Right to Order Changes 6.02 Applicable Provisions 6.03 Notice of Scope Change 6.04 Change Orders 6.05 Construction Change Directive (Field Directive) 6.06 Pricing Changes in the Work 6.07 City Originated Request for Itemized Change Order Proposal Request 6.08 Contractor Originated Change Order Request (COR) 6.09 City Originated Unilateral Work Directive (Unilateral) ARTICLE 7. CONTRACT PAYMENTS AND CLAIMS ................................................................105 7.01 General 7.02 Schedule of Values for Payments 7.03 Applications for Payment 7.04 Progress Payments 7.05 Final Payment 7.06 Miscellaneous 7.07 Payments by Contractor 7.08 Payments Withheld 7.09 Substitution of Securities 7.10 Claims ARTICLE 8. MATERIALS AND EQUIPMENT .............................................................................117 8.01 General 8.02 Quality and Workmanship 8.03 Trade Names and “Or Approved Equal” Provision 8.04 Approval of Materials 8.05 Ordering Materials and Equipment 8.06 Authority of the Director 8.07 Inspection 8.08 Infringement of Patents ARTICLE 9. SUBMITTALS ..........................................................................................................120 9.01 General 389 Page 5 of 166 9.02 Product Handling 9.03 Schedule of Submittals 9.04 Shop Drawings 9.05 Colors 9.06 Manufacturer’s Literature 9.07 Substitutions 9.08 Manuals 9.09 As-Built Drawings 9.10 Submittals Quantities 9.11 Identification of Submittals 9.12 Schedule of Submittals 9.13 Coordination of Submittals 9.14 Timing for Submittals 9.15 Approval by City 9.16 Changes to Approved Submittals ARTICLE 10. SAFETY ..................................................................................................................125 10.01 Protection of Persons and Property 10.02 Protection from Hazards 10.03 Differing Site Conditions 10.04 Traffic Regulation 10.05 Traffic Control Devices 10.06 Execution 10.07 Flagging 10.08 Pedestrian Canopies or Barricade Payments ARTICLE 11. INDEMNITY ...........................................................................................................130 11.01 Indemnity 11.02 Enforcement 11.03 No Limitations ARTICLE 12. INSURANCE ..........................................................................................................132 12.01 Condition to Commencement 12.02 Minimum Coverage and Limits 12.03 Conditions Regarding Insurance Coverage and Limits 12.04 Insurance Obligation is Separate from Indemnity Obligation ARTICLE 13. BONDS .......................................................................................................................133 13.01 Required Bonds 13.02 Power of Attorney 13.03 Approved Surety 390 Page 6 of 166 13.04 Required Provisions 13.05 New or Additional Sureties 13.06 Waiver of Modifications and Alterations 13.07 Approval of Bonds ARTICLE 14. LABOR PROVISIONS ............................................................................................135 14.01 Working Hours 14.02 Cost of Overtime Construction Services and Inspections 14.03 Compliance with State Labor Code 14.04 Wage Rates 14.05 Apprenticeship Standards 14.06 Employment of Apprentices 14.07 Character of Workers 14.08 No Smoking ARTICLE 15. DISPUTE RESOLUTION .......................................................................................139 15.01 Submission of Claims 15.02 Claims Dispute Resolution Process 15.03 No Waiver ARTICLE 16. ACCOUNTING RECORDS ....................................................................................141 16.01 Maintenance of Records 16.02 Access to Records 16.03 Contractor Noncompliance – Withholding 16.04 Specific Enforcement by City ARTICLE 17. MISCELLANEOUS PROVISIONS .........................................................................142 17.01 Compliance with Applicable Laws 17.02 Ownership of Design Documents 17.03 Amendments 17.04 Waiver 17.05 Independent Contractor 17.06 Successors and Assigns 17.07 Survival 17.08 Limitation on Third Party Beneficiaries 17.09 Personal Liability of City Employees 17.10 No Estoppel 17.11 Governing Law 17.12 Further Assurances 17.13 Severability 17.14 Headings 391 Page 7 of 166 17.15 Entire Agreement 17.16 Counterparts Exhibits to Exhibit A—General Conditions: Exhibit 1 – Performance Bond ............................................................................................................. 147 Exhibit 2 – Payment Bond ................................................................................................................... 150 Exhibit 3 – Maintenance Bond ............................................................................................................. 153 Exhibit 4 – Insurance Requirements .................................................................................................... 156 Exhibit 5 – Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit …………….. 162 Exhibit B – Special Provisions – Specific for This Project ………………………………………………..…………...164 Exhibit C – Living Wage Provisions………………………………………………………………………………………165 Exhibit D – Equal Employment Opportunity Practices Provision…………………………………………………….. 166 [END OF TABLE OF CONTENTS] 392 Page 8 of 166 NOTICE INVITING BIDS for Well No. 16 Pump and Motor Project in the City of Vernon, California Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of sealed bids must be received prior to 3:00 p.m., July 19, 2018, by the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“Bid Deadline”). All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the bid and the bidder’s name address appearing on the outside. Bids should be mailed or delivered in person before 3:00 p.m. on the Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. Bids must be received in the City Clerk’s Office before that time. At the bid opening, the City Clerk shall open bid packages and acknowledge the receipt of Bids. Once all bid packages are opened and announced, the Bid Forms will be made available for public review. The bids shall be clearly titled. City of Vernon Contact Person: Vernon Public Utilities Attention: Joanna H. Torres Phone: (323) 583-8811 x888 Email: jhtorres@ci.vernon.ca.us Vernon Public Utilities Attention: Fred Cardenas Phone: (323) 583-8811 x872 Email: fcardenas@ci.vernon.ca.us General Scope of Work: Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform work involved in the Project. The Work in the Bid is defined in the Project Drawings and Specifications and will generally include the following: Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform work involved in the Project. The Work in the Bid is defined as: modification of an existing pump for a new production rate of 600 gallons per minute (GPM), motor sizing for operation of the 600 GPM pump, procurement of the motor, and installation of the pump and motor per Exhibit “B”. 393 Page 9 of 166 Mandatory Qualifications for Bidder and Designated Subcontractors: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part of the Bidder’s Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California; each comparable in scope and scale to this Project. Other Bidding Information: 1. Contract Time: This Work must be completed within 90 calendar days from the date of commencement as established by the City’s written Notice to Proceed. 2. Amount of Liquidated Damages: $3,000.00 per calendar day 3. Required Construction Staging – Not a part of this contract. 4. Intermediate Completion Milestones – Not a part of this contract. 5. Bidding Documents. Bids must be made on the Proposal Form contained herein. 6. Engineer’s Estimate. Not Applicable 8. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to award all or any individual part/item of the bid, and to waive any informalities, irregularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 9. Contractor’s License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a California contractor’s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess one of the following license(s): C-57, Well Drilling; C-61, Limited Specialty Classification; D-21, Machinery and Pumps. The Bidder will not receive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may reject the Bid, cancel the award, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 10. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, license number, and portion of the Work). An inadvertent error in the license number will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In 394 Page 10 of 166 addition, the City requires the Bidder to list the dollar value of each Subcontractor’s labor or services. The City reserves the right to review and disqualify any proposed Subcontractor. The City’s disqualification of a Subcontractor does not disqualify a Bidder. In such case, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor— without an adjustment of the Bid Amount. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor’s license must be current and active for the portion of the Work listed and shall hold all specialty certifications required for such Work. 11. Unless specified otherwise, all Governmental Approvals and Utility Fees shall be obtained and paid for by Contractor and will be reimbursed based on Contractor’s actual direct cost without markup. 12. Bid Forms and Security: Each Bid must be made on the Bid Forms contained in the “Notice Inviting Bids” package. 13. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 14. Substitution of Securities. Not applicable. 15. Prevailing Wages. This Project is a “public work” as defined in California Labor Code Section 1720. Contractor awarded this Contract and all Subcontractors of any tier shall not pay less than the minimum prevailing rate of per diem wages for each craft, classification, or type of worker needed to perform the Work. The Director of Industrial Relations of the State of California, pursuant to the California Labor Code, and the rates determined by the California Director of Industrial Relations are available online at www.dir.ca.gov/DLSR/PWD/. 16. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). 17. Registration with the Department of Industrial Relations (DIR). No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. Carlos Fandino City Administrator Dated: ___________ (Approved as to form by City Attorney) Published: _______ 395 Page 11 of 166 City of Vernon Instructions for Bidders Project: Well No. 16 Pump and Motor Project for the Department of Public Utilities City personnel with whom prospective bidders will deal with are: Joanna H. Torres and Fred Cardenas, Vernon Public Utilities, 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 888 and 872, respectively. Bid opening date and time: 3:00 p.m., July 19, 2018 (“Bid Deadline”) Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058 The bid must be received by the City Clerk prior to the time set for bid opening. A bid received by the City Clerk after the time set for the bid opening is a non-responsive bid and shall not be considered. GENERAL BID REQUIREMENTS To be considered, a bidder must strictly follow the format for bids in the specifications. Bids must be binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 1. CONTRACTORS LICENSE The Bidder must possess a valid State of California Contractors License and must list type in the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadline and at all times during the performance of the Work, except as otherwise provided in California Business and Professions Code Section 7028.15. 2. INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS AND ADDENDA A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of any part of the Bidding Documents, or who finds discrepancies, errors or omissions therein or who finds variances in any of the Bidding Documents with applicable law, such Bidder shall at once submit a written request for an interpretation or correction thereof to the City’s representative identified in the Notice Inviting Bids, or other designated individual. All Bidders shall submit such written requests to City not less than ten (10) calendar days prior to the Bid Deadline. The person or entity submitting the request shall be responsible for its prompt delivery to City’s Contact Person identified in the Notice Inviting Bids. 396 Page 12 of 166 Any interpretation or correction will be made only by Addendum issued by the City and a copy of such Addendum will be delivered to all Interested Bidders of record. Any Addenda so issued must be acknowledged in the Bid and the cost of performing Work described in the Addenda shall be included in the Bid. Bidder’s failure to acknowledge receipt of all Addenda may result in rejection of the Bid as nonresponsive. No person is authorized to render an oral interpretation or correction of any Bidding Documents and no Bidder may rely on any such oral interpretation or correction issued by the City. The City shall not be responsible for any other explanation or interpretation of the Drawings or Specifications, or for any oral instructions. City reserves the right to extend the Bid Deadline by issuing an Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline. Bidders shall use complete sets of Bidding Documents in preparing Bids; City shall not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. B. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. Each Bidder shall ascertain prior to submitting a Bid that the Bidder has received all Addenda issued and the Bidder shall acknowledge their receipt in the Bid. 3. OBTAINING DRAWINGS AND DOCUMENTS Bidder may secure Bidding Documents only from the location specified in the Notice Inviting Bids. City will maintain a list of persons who obtained a copy of these Specifications (“Interested Bidders”). Only Interested Bidders will receive Addenda, if so issued. 4. BID FORMS – SUBMITTAL A. The Bids shall be made on the forms provided herein with all blank spaces properly filled in. B. The phraseology shall not be changed, and no additions shall be made to the items mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions attached to a Bid will render it informal and may cause its rejection. All forms requiring specific information shall be completed with all applicable information for a Bid to be considered responsive. C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for" followed by the title and Specification Number and the date and time of the Bid Deadline, and the Bidder's name and address. The envelope may be mailed, hand delivered, or delivered by courier or package delivery service. D. One Original Bid and two copies shall be hand delivered, delivered by courier or package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. 397 Page 13 of 166 E. Bids received after the Bid Deadline or at any place other than the Office of the City Clerk will not be considered. 5. BID FORMS – AUTHORIZED SIGNATURES A. The full name, business address, zip code, and business telephone number, with area code of the individual, partnership, joint venture, or corporation submitting the Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign the form with his/her usual wet ink signature. B. Sole Proprietorship: An individual shall sign. C. Partnership (General or Limited): A partner shall sign for a partnership; the partner shall give the names and addresses of all partners. D. Corporation: An officer shall sign for a corporation. The corporate name must be attested by the corporate seal. The names and titles of the president and all officers of the corporation who are authorized to sign the Bid Forms must be listed in an authenticated Incumbency Certificate signed by the corporate secretary. A signature other than a corporate officer’s will be accepted only if an authenticated Incumbency Certificate is attached. E. Joint Venture: Bidders shall use the appropriate section(s) listed above in B-D, based on their applicable situation. 6. BID FORMS – SCHEDULE OF BID PRICES A. The Bidder shall include in his/her Bid price(s) any and all expense or costs that may be necessary to complete the project in accordance with the requirements of the Contract. The cost of all mobilization, preparatory work and operations for the multiple movements of personnel, equipment, supplies, and incidentals to the various project sites must be included in the various bid items, and no extra compensation will be paid to Contractor. B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly legible figures, the Base Bid, the alternates, and the unit price and item total or lump sum, as the case may be, for which he/she proposes to supply labor, materials, and equipment and to perform the Work. Bids must not contain any erasures, interlineations, strike-throughs or other corrections unless the same are suitably authenticated by affixing in the margin immediately opposite such erasure or correction the initials of the person(s) signing the Bid. If any Bid, or portion thereof, is determined by the City to be illegible, ambiguous or inconsistent, City may reject such a Bid as being non-responsive. C. In the case of a unit price item, the amount set forth, as the item total shall be the product of the estimated quantity times the unit price Bid. In the event of a discrepancy between the unit price Bid and the item total, the unit price shall prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for 398 Page 14 of 166 any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for more information and the list of Bid Alternates, if any. If no change in the Base Bid is required, enter “No Change.” 7. BID SECURITY – Not Applicable 8. BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OF QUALIFICATIONS A. Each Bidder shall be required to complete, execute and submit with its Bid, the form entitled "Bidder's Statement of Qualifications." Notwithstanding the provisions of Paragraph 22 herein, the Bidder’s Statement of Qualifications shall not be public records. All information required by a Bidder’s or Specialty Contractor Statement of Qualifications shall be completely and fully provided. If no information is to be filled in a blank space, then write "none." Any Bid not accompanied by a Bidder’s Statement of Qualifications form completed with all information required may render the Bid non-responsive. If the City determines that any information provided by a Bidder in the Bidder’s Statement of Qualifications is false or misleading, or is incomplete so as to be false or misleading, the City may reject the Bid submitted by such Bidder as being non- responsive. B. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the contract documents. In selecting the lowest responsible Bidder, consideration will be given not only to the Bidder’s financial standing but also to the general competency of the Bidder for the performance of the work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public buildings for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s performance of the work. 9. DESIGNATION OF SUBCONTRACTORS A. Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shall list each Subcontractor whom the Bidder must disclose under the Subletting and Subcontracting Fair Practice Act, Public Contract Code Section 4104. The Bidder 399 Page 15 of 166 shall provide: each Subcontractor’s name, the trade and type of work that the Subcontractor will perform, the location (address) of the Subcontractor’s place of business, each Subcontractor’s license number, and the dollar value of each Subcontractor’s labor or services. If additive Alternate Bid Items are included in the Bidding Documents, the Bidder shall identify each Subcontractor performing additive Alternate Bid Items, when such Work — or the combination of base Contract Work and Alternate Work — exceeds one-half of one percent of the total Bid Amount. B. Subcontractors’ Licenses. At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor shall possess a current and active California Contractor’s license appropriate for the portion of the Work listed for such Subcontractor, and hold all specialty certifications required for such Work. C. Disqualification of a Subcontractor. The City has the right to review the suitability and qualifications of any Subcontractor proposed by the Bidder. As part of this review, the City may request a Bidder to submit additional information about one or more of the listed Subcontractors—including, but not limited to—a statement detailing the Subcontractor’s experience with pertinent information as to similar projects and other evidence of the Subcontractor’s qualifications. If requested, the Bidder shall provide the information to the City within the time specified in the City’s written request. After due investigation, if the City has a reasonable objection to any proposed Subcontractor, the City may, before giving the notice of award, require the apparent successful Bidder to submit an acceptable substitute. The City’s disqualification of a Subcontractor does not disqualify a Bidder. However, prior to and as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed and qualified Subcontractor without an adjustment of the Bid Price. D. Work of Subcontractors. The organization or arrangement of the Specifications and Drawings do not limit the extent of the Work for the Contract Documents. Accordingly, all Bidders are encouraged to disseminate all of the Specifications, Drawings and other Contract Documents to all persons or entities submitting sub- bids to the Bidder. The omission of any portion or item of Work from the Bid or from sub-bids, which is reasonably inferable from the Contract Documents, will not be a basis for adjustment of the Contract Price or the Contract Time. E. Ineligible Subcontractors. The successful Bidder is prohibited from performing Work on the Project with any Subcontractor who is ineligible to perform work on a public works project pursuant to California Labor Code Sections 1777.1 or 1777.7. In submitting its Bid, the Bidder certifies that it has investigated the eligibility of each and every listed Subcontractor and has determined that none is ineligible to perform work pursuant to the above code provisions. 10. CONTRACTOR’S NONCOLLUSION AFFIDAVIT A Noncollusion Affidavit in the form provided by the City shall be signed under penalty 400 Page 16 of 166 of perjury, certifying that the Bid is not the result of and has not been influenced by collusion. Bidder shall submit this form with its Bid. Any Bid made without such affidavit, or believed to be made in violation of the requirements set forth in the affidavit form, may be rejected. 11. INSURANCE REQUIREMENTS The Bidder shall submit to its insurance company or insurance agent the Insurance Requirements in this Specification and the Contract Documents. The insurance company’s underwriter or agent must complete the Insurance Requirements documentation which states that the insurer’s underwriter or agent will furnish the City with the required insurance documents within fourteen (14) days after the Bidder’s having been notified of the Contract’s award. The Bidder shall submit this form with its Bid. Any Bid made without this statement, or made with an incomplete statement, may be rejected. 12. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK A. The Bidder shall examine carefully the site of the Work contemplated and the Drawings and Specifications. The submission of a Bid will be conclusive evidence that the Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of Work to be performed and materials to be furnished, the difficulties to be encountered, and to the requirements of the Drawings, Specifications, and other Contract Documents. The Bidder shall ascertain the locations of the existing utility services, and other underground facilities, and provide for carrying out its operations so as to cause the minimum possible inconvenience to the occupants of properties along any streets affected. All Work and costs involved in the safeguarding of the properties of others shall be at the expense of the Bidder to whom the Contract may be awarded. B. The Bidder hereby certifies that it has examined the local conditions, has read each and every clause of the Contract Documents, and that it has included all costs necessary to complete the specified Work in its Bid prices, and the Bidder agrees that if it is awarded the Contract, it will make no claim against the City based upon ignorance of local conditions or misunderstanding of any of the provisions of the Contract. Should the conditions turn out otherwise than the Bidder anticipated, the Bidder agrees to assume all risks incident thereto. 13. PRICES AND PAYMENTS Approximate quantities listed in the Schedule of Bid Prices are estimates given for comparing Bids, and no claim shall be made against the City for excess or deficiency therein, actual or relative. Payment at the prices agreed upon will be in full for the completed Work and will cover materials, supplies, labor, tools, equipment, and all other expenditures incident to a satisfactory compliance with the Contract, subject to all applicable provisions in the Contract and General Conditions. 401 Page 17 of 166 14. PERMIT FEES Not applicable. 15. SUBSTITUTIONS No requests for substitution of any material, device, product, equipment, fixture, form, or type of construction shall be considered by City prior to award of the Contract. Bidders shall submit all requests for substitution and substantiating data, within fifteen (15) calendar days from the date of the Notice to Proceed. Bidder shall refer to the appropriate provisions of the General Conditions for additional information regarding substitutions. Authorization of a substitution is solely within the discretion of the City. 16. RETURN OF IMPROPER BIDS Bids submitted after the Bid Deadline are non-responsive and shall be returned to the Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted Bids shall not be considered unless the Notice Inviting Bids expressly permits such means of transmittal. 17. WITHDRAWAL OF BIDS Bidder may withdraw its Bid either personally or by written request any time prior to the scheduled Bid Deadline by notice to the City’s Contact Person designated in the Notice Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date- stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted before the Bid Deadline provided that they are in full conformance with these Instructions to Bidders. Once submitted, all Bids are irrevocable, except as otherwise provided by law. Requests for withdrawal of Bids after the Bid Deadline shall be made only in accordance with California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bid that such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, or cancelled for a period of ninety (90) days after award of the Contract. 18. OPENING AND EVALUATION OF BIDS A. Bid Opening and Tabulation. The Bids shall be opened and read in public after the Bid Deadline has expired at the time and location listed in the Notice Inviting Bids. A tabulation of all Bids received will be available for public inspection at the Office of the Public Utilities Department, 4305 Santa Fe Avenue, Vernon, CA 90058 during regular business hours for a period of not less than thirty (30) calendar days following the Bid Deadline. The City reserves the right to accept or reject any or all Bids and be the sole judge regarding the suitability of the products, services or supplies offered; and/or to waive any irregularities or informalities in any Bids or in the bidding process. The City further reserves the right to purchase all or fewer than all items or quantities of each item listed in the Bidding Documents. The award of the Contract, if made by the City, shall be to the lowest responsive and responsible Bidder. If Bid Alternate Items are called for, the lowest Bid shall 402 Page 18 of 166 be determined according to Paragraph 20 below. B. Evaluation of Bids. 1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the Bidder fails to document in the Bid that Bidder meets the essential requirements for qualification described in the Notice Inviting Bids. As part of the Bidder’s Statement of Qualifications each Bidder must establish that it, as the current entity: (1) has successfully completed at least three (3) similar projects involving similar work. 2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material respects, to the Bidding Requirements and Contract Documents. 3. Responsible Bidder. A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform fully the requirements of the Contract Documents. 4. Competency of Bidders. In selecting the lowest responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the Work covered by the Bid including, but not limited to, the experience of the Bidder in construction of public works for public agencies. By submitting a Bid, each Bidder agrees that the City, in determining the successful Bidder and its eligibility for the award, may consider the Bidder’s experience with similar types of construction projects and facilities, conduct and performance under other contracts, financial condition, reputation in the industry, safety record and protocols and other factors which could affect the Bidder’s performance of the Work. 19. AWARD OF CONTRACT The City reserves the right to reject any or all Bids and to waive any or all information or technical defects, as the interest of the City may require. Award of Contract or rejection of Bids will be made by the City within ninety (90) calendar days following the Bid Opening. 20. BASIS OF AWARD A. A Contract will be awarded to the lowest responsive and responsible Bidder meeting all requirements set forth in these Bidding Documents. The City will award the Contract based on the lowest Base Bid without consideration of the prices on the additive or deductive items. B. City reserves the right in its sole discretion to select any, all, or none of the Bid Alternates at the time of award of the Contract, regardless of whether such Bid 403 Page 19 of 166 Alternates were used in the analysis to determine the lowest Bid. 21. EXECUTION OF CONTRACT Within fourteen (14) calendar days after being notified by City that it has been awarded the Contract, Contractor shall deliver to the City the following documents: A. Three (3) copies of the Contract in the form included herein, properly executed by Contractor and, if Contractor is a corporation, evidence of its corporate existence and that the persons signing the Contract are authorized to do so. All signatures must be notarized. B. Properly executed copies of the (a) Performance Bond (b) Labor and Material (Payment) Bond and (c) Maintenance Bond in accordance with the requirements set forth in Article 13 of the General Conditions and in the form shown on Exhibits 1, 2 and 3 attached thereto. All signatures must be notarized. C. Properly executed policies of all of the following: (a) the Commercial General Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional Liability, if required, and (e) the corresponding endorsements for each policy in accordance with the requirements set forth in Article 12 of the General Conditions. In the event that the fourteenth calendar day falls on Saturday, Sunday, a legal holiday for the State of California, or on days when City Hall is closed, the aforesaid documents shall be delivered by the following working day. After receipt of said documents within said time period or any extension thereof granted by the City, the City shall execute the Contract and return one (1) of said three (3) copies to Contractor for its files. 22. PUBLIC RECORDS City seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon opening, all Bids shall become a matter of public record and shall be regarded as public, with the exception of those elements of each Bid that are identified by the Bidder and plainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statement of Qualifications and financial statements to be submitted by Bidders. Each element of a Bid which a Bidder desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e. regarding entire pages, documents, or other, non-specific designations) shall not be sufficient and shall not bind the City in any way whatsoever. If City receives a request from a third party to make a Bid available for inspection and copying, the City will notify the Bidder of the request. If a Bidder instructs the City that the information is not to be released, City will withhold the information, provided, the Bidder expeditiously seeks a protective order from a court of competent jurisdiction to prevent such release. If disclosure is required under the California Public Records Act or otherwise by law (despite the Bidder’s request for confidentiality), the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof. 404 Page 20 of 166 Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel for City), and hold harmless City, its officers, agents, employees, and representatives from and against all liability, claims, suits, demands, damages, fines, penalties, costs, or expenses arising out of or alleging City’s refusal to publicly disclose one or more records that Bidder identifies as protectable, or asserts is protectable. 23. PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICES A. Prevailing Wage Rates. The Bidder and all Subcontractors shall utilize the relevant prevailing wage rate determinations in effect on the first advertisement date of the Notice Calling for Bids in preparing the Bid Proposal and all component price quotations, provided, however, that when Davis Bacon wage rates apply, such rates are subject to increase by written notice, issued by Addendum not less than 10 calendar days before the Bid Deadline. Pursuant to California Labor Code Section 1770 et seq., the Director of the Department of Industrial Relations of the State of California and the United States Secretary of Labor have determined the general prevailing wage rates in the locality in which the Work is to be performed. Said rate schedules are available on the Internet at www.dir.ca.gov/DLSR/PWD/. The wage rate for any classification not listed, but which may be required to execute the Work, shall be commensurate and in accord with specified rates for similar or comparable classifications for those performing similar or comparable duties. To comply with California Labor Code Section 1773.2, Contractor shall post, at appropriate and conspicuous locations on the job site, a schedule showing all applicable prevailing wage rates and shall also comply with the requirements of California Labor Code Sections 1773 et seq. B. Apprenticeship Committee Contract Award Information. Pursuant to California Labor Code § 1777.5 and Title 8 of the California Code of Regulations § 230, Contractor and Subcontractors of any tier who are not already approved to train by an apprenticeship program sponsor shall, within ten (10) calendar days of signing the Contract or subcontract, as applicable, but in any event prior to the first day in which Contractor or Subcontractor has workers employed on the Project, submit the Public Works Contract Award Information form (DAS Form 140) to the appropriate local apprenticeship committees whose geographic area of operation include the area of the Project and who can supply apprentices to the Project. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. C. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed and the frequency of contributions. Training fund contributions shall also be reported in this form. City 405 Page 21 of 166 reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. D. Notice to Subcontractors. Bidders shall notify all potential Subcontractors submitting price quotations for portions of the Work of the requirements concerning payment of prevailing wage rates, payroll records, hours of Work, and employment of apprentices. 24. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS (DIR) No contractor or subcontractor may be listed on a bid proposal for a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless currently registered and qualified (including payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the DIR. 25. SPECIAL CITY REQUIREMENTS Special City forms and their instructions are an integral part of these specifications and failure to submit same may be grounds, in the sole discretion of the City, for rejection of any Bidder. A. Living Wage Ordinance and Prevailing Wage Where Applicable. Contractor, and Subcontractors, if any, shall comply with the terms and conditions of Ordinance No. 1187, the City’s Living Wage Ordinance. Upon request, certified payroll B. Documents shall be provided to the City. If there is a difference between the Vernon Living Wage rates and the California Prevailing wage rates for the same classification of labor, Contractor and subcontractor shall not pay less than the highest wage rate for that classification. C. Equal Employment Opportunity in Contracting. The City of Vernon is committed to a policy of equal opportunity in contracting. Qualified firms including small businesses and businesses owned by women, minorities, and disabled persons are encouraged to submit bids or proposals. Contractors expressly agree to comply with the City's ordinances and regulations regarding Equal Opportunity Employment as well as regulations that may be mandated by the source of the funds supporting the Contract. 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 age not discriminated against because of their race, religion, religious belief, color, national origin, citizenship, ancestry, disability, sex, age, 406 Page 22 of 166 medical condition, pregnancy, sexual orientation or marital status. Contractor certifies that it will not maintain any segregated facilities. Contractor shall comply with all applicable Federal and California laws including, but not limited to, the California Fair Employment and Housing Act (California Government Code Section 12900, et seq.), California Labor Code Section 1735, and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.). Contractor shall require like compliance by all Subcontractors employed on the Work. 26. BID PROTEST PROCEDURES A. Any Bidder submitting a Bid directly to the City and eligible for award of the Contract may file a protest if the Bidder complies with all of the following requirements and conditions: 1. The Bid protest is in writing; 2. A protest based upon alleged defects or improprieties in the Contract Documents is filed with the City prior to the Bid Deadline; 3. All other protests are to be filed and received by the City no more than five (5) calendar days following the City’s notice of intent to award the Contract; and 4. The written Bid protest sets forth, in detail, all grounds for the Bid protest, including without limitation: all facts, supporting documentation, legal authorities, and argument in support of the grounds for the Bid protest. All factual contentions must be supported by competent, admissible, and credible evidence. B. Any matters not set forth in the written Bid protest will be deemed waived. Any Bid protest not conforming to the foregoing requirements and conditions will be rejected by the City as invalid. C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s submission of this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal, state, and local laws. [END OF DOCUMENT] 407 Page 23 of 166 BIDDING FORMS 408 Page 24 of 166 BIDDER’S PROPOSAL The undersigned submits this Bid in response to the Notice Inviting Bids issued by the City to construct the Work of the following Project in accordance with the Contract Documents: PROJECT: Well No. 16 Pump and Motor Project A. Enclosed herewith and by this reference incorporated herein and made a part of this Bidder’s Bid are the following completed forms: 1. Bidder’s Proposal 2. Schedule of Bid Prices 3. Incumbency Certificate 4. Bid Security in the following form (check one): Not Applicable 5. Bidder’s Statement of Qualifications 6. Experience Form 7. Statement of Violations of Federal, State or Local Law, if applicable 8. Contractor Safety Questionnaire 9. Designation of Subcontractors 10. Contractor’s Affidavit of Noncollusion 11. Insurance Requirements Affidavit 12. Statement of Disqualification or Debarment. 13. Pre-Bid Site Inspection Certification. B. Acknowledgment of Addenda. The Bidder shall acknowledge the receipt of all Addenda by attaching a signed copy of all Addenda, and by listing all Addenda received and attached in the space below. If an Addendum or Addenda have been issued by the City and not attached and noted above as being received by the Bidder, the Bid may be rejected. C. Inspection of the Work and Contract Documents. Bidder certifies that it has carefully examined and is fully familiar with all of the provisions of the Bidding Documents and said Bidding Documents contain sufficient detail regarding the Work to be performed; that it has notified City of any errors or omissions in the Bidding 409 Page 25 of 166 Documents and/or any unusual site conditions; and that it has carefully checked all words, prices, and statements in this Bidding Document. Bidder hereby certifies that he/she and his/her Subcontractors have inspected the site and related Drawings and Specifications of Work and fully acquainted themselves with all conditions and matters which may in any way affect the Work, time of completion or the costs thereof. Bidder also certifies he/she has observed the designated Contractor Work areas and access routes, if disclosed or shown, as part of the Work in this Contract. 410 Page 26 of 166 PRE-BID SITE INSPECTION – CERTIFICATION: Person(s) who inspected site of the proposed Work for your firm: Name: _______________________________________ Date of Inspection ___________________ Title: _______________________________________ Name: _______________________________________ Date of Inspection ___________________ Title: _______________________________________ D. Bidder agrees that all costs of Work shown in the Bidding Documents, including work reasonably inferable therefrom and necessary thereto, are included in his/her Bid. All Work shown in the Contract Documents for which a specific line item is not provided in the Bidding Form is included in the Bidder’s Total Base Bid Price. E. Period of Irrevocability. Bidder agrees that this Bid shall remain open and shall not be withdrawn for a period of not less than ninety (90) calendar days from the date of award of Contract, or until rejected by the City, whichever period is shorter. F. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s submission of this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal, state, and local laws. The Bidder declares that neither he/she nor any member of his/her firm or corporation is an officer or employee of the City of Vernon. I hereby certify under penalty of perjury under the laws of the State of California that the representations made herein are true and correct. Executed this day of at , City State 411 Page 27 of 166 Bidder’s Proposal Respectfully Submitted NAME OF BIDDER COMPANY NAME: ADDRESS: ___________________________________ ___________________________________ CONTACT PERSON: ___________________________________ TELEPHONE NUMBER: FAX NUMBER: E-MAIL: ________________________________________________ CALIFORNIA STATE CONTRACTOR’S LICENSE NUMBER: _________________________ EXPIRATION DATE: _________________ TAX IDENTIFICATION NO.: __________________________________ SURETY COMPANY: ___________________________________ All Bid forms must be signed where so indicated by the person or persons duly authorized to sign on behalf of the Bidder. By signing the Bid, the person signing is deemed to represent that he or she has authority to bind the Bidder. Failure to sign the Bidder’s Proposal may invalidate the Bid. 412 Page 28 of 166 BIDDER’S PROPOSAL – SIGNATURE(S): Form of Entity of Bidder: Please check the appropriate signature block below and fill in all related information. Sole Proprietorship: By: _____________________________________ Title: _____________________________________ Printed name of person signing _____________________________________ Signature List all d/b/a’s: ______________________________________________________________________ Partnership: General Partner Limited Partner By: _____________________________________ Title: _____________________________________ Printed name of person signing _____________________________________ Signature Corporation: By: _____________________________________ Corporate Officer Title: _______________________ Printed name of person signing _____________________________________ Signature Joint Venture: Corporation Partnership Individual Other ___________ By: _____________________________________ Title: _____________________________________ Printed name of person signing _____________________________________ Signature Name of all Joint Venturers: [If the Bidder is a corporation or a limited liability company, enter state or county of incorporation in addition to the business address and include an incumbency certificate executed by a Secretary thereof in the form set forth herein listing each officer with signing authority and his/her corresponding office. If the Bidder is a partnership or joint venturer stating that the respective partner or joint venturer agrees to be held jointly and severally liable for any and all of the duties and obligations of the Bidder under the Bid and under any contract arising therefrom. Attach evidence to the Bid Proposal Form that the individual signing has authority to do so.] Corporate Seal 413 Page 29 of 166 SCHEDULE OF BID PRICES PROJECT: Well No. 16 Pump and Motor Project BIDDER’S NAME: _________________________________________________ BASE BID Pursuant to and in compliance with your Notice Inviting Bids and Contract Documents relating to the Project including all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the Contract Documents and with local conditions affecting the performance and the costs of the Work at the place where the Work is to be done, hereby proposes and agrees to fully perform the Work within the time stated in strict accordance with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment, and utility and transportation services necessary to fully perform the Work and complete it in a workmanlike manner) for the total Base Bid sum of: ________________________________________________ Dollars ($_____________________) Item No. Description Units Quantity Unit Cost Amount 1. Machine existing pump to produce 600 GPM at a TDH of 407 feet LS 1 2. Mobilization LS 1 3. Provide new submersible electrical motor of sufficient horsepower to operate the pump in Bid Item 1 (Min. 80 hp at 80% efficiency) LS 1 4. Disinfect, assemble and install new submersible pump intake at a depth of 397 fbs (measured from vault floor), including discharge head, column piping, column landing nipple and reducer, PVC sounding tube LS 1 5. Install 400 feet of 0.25-inch stainless steel air-line with direct reading water level gauge, bracket, and fittings. 6. Connect new motor leads to existing MCC panel per manufacturer’s recommendations LS 1 7. Startup of pump and motor and discharge to waste for 24-hour period LS 1 8. Install 400 feet of 350 MCM 600 volt 4 wire cable, No. 4 ground wire gauge, 0.095-inch insulation thickness, U.L. listed 0.110-inch thick jacket, 75 Degrees Celcius (including 7x19x26x30 copper construction), with 4 wire and 350 MCM splice kit LS 1 414 Page 30 of 166 9. Demobilization LS 1 10. Municipal Discount Rate % N/A BID TOTAL $ WRITTEN AMOUNT $ All other work items, labor, materials, tools and incidentals which are not specifically listed in the above bid items, but are necessary to complete the project per specifications, and all other applicable standards and codes are considered to be included in the above bid items. If there is a discrepancy between (1) the “Grand Total” shown immediately above, (2) any of the “total costs” shown in the far right column above, or (3) the individual Unit Price, then the Unit price shall control over the total cost, and the total cost shall control over the total. If, however, the unit price is ambiguous, unintelligible, or uncertain for any cause, or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. 415 Page 31 of 166 ALTERNATE BID ITEM(S): [BIDDER: PLEASE SPECIFY IF ALTERNATE BID ITEMS ARE PRICED AS LUMP SUM OR UNIT PRICES] ADDITIVE ALTERNATE NO. 1: Pressure wash existing casing (400 feet) (written dollar amount) (dollar amount) TOTAL BID AMOUNT (Base Bid Sum plus Additive Alternate No. 1) (written dollar amount) (dollar amount) Respectfully submitted: Signature Address Title Date License Number Date of Expiration (SEAL - if Bid is by a corporation) Attest Dollars ($ ) Dollars ($ ) 416 Page 32 of 166 INCUMBENCY CERTIFICATE Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Bid Forms: PRESIDENT’S & OFFICERS’ NAME: TITLE: The undersigned hereby certifies to the City of Vernon that he/she is the duly elected and acting Secretary of _______________________________________ (the “Company”), and that, as such, he/she is authorized to execute this Incumbency Certificate on behalf of the Company, and further certifies that the persons named above are the duly elected, qualified and acting officers of the Company, holding on the date hereof, the titles and positions set forth opposite their names and are authorized to sign the Bid Forms. IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this ______ day of _____________, 20__. _______________________________ Secretary’s Name-Printed _______________________________ Secretary’s Signature Bond No.: Premium Amount: $ Bond’s Effective Date: 417 Page 33 of 166 BIDDER’S STATEMENT OF QUALIFICATIONS 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present name? 1.2.1 Under what other names has your organization operated? 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation/organization: 1.3.2 State of incorporation/organization: 1.3.3 Corporate ID number: 1.3.4 Name of President: 1.3.5 Agent for Service of Process: ________________________________________ 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization/formation: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s): 1.4.4 List all states in which you are registered and state ID numbers for each: 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 418 Page 34 of 166 2. LICENSING 2.1 List jurisdictions in which your organization is legally qualified to do business, indicate registration or license numbers, and category of license, if applicable. ______________________________________________________________________________ ________________________________________________________________ 2.2 List jurisdictions in which your organization's partnership or trade name is filed. _______________________________________________________________________ 2.3 List any licensing suspensions and/or violations assessed against your organization within the past five years. ______________________________________________________________________________ ________________________________________________________________ 3. EXPERIENCE 3.1 List the categories of Work that your organization normally performs with its own personnel.______________________________________________________________________ ______________________________________________________________________________ _________________________________________________________ _______________________________________________________________________ 3.2 On the Experience Form, list the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice Inviting Bids for this Project. 3.3 On a separate sheet, list projects to which your firm or business has been awarded a government contract since your firm or business has been in existence (giving the name and address of the project, the government agency, contact name and phone number, the contract amount, and contract’s starting date and ending date). 3.4 On a separate sheet, list the experience and present commitments of the key individuals of your organization. 4. CLAIMS; LAWSUITS; CRIMINAL ACTS For the following questions, the term “owner” does not include owners of stock in your firm if your firm is a publicly-traded corporation. 4.1 In the past five (5) years, have, you, your firm or any of its owners, partners, officers, or employees been a defendant in court, or participated in an arbitration or mediation, on a matter related to: 4.1.1 The performance, non-performance, default, violation, or breach of a contract or agreement? 419 Page 35 of 166 □ YES □ NO 4.1.2 A vehicle collision or accident involving your firm’s employees? □ YES □ NO 4.1.3 Damage to real property arising out of your services or operations? □ YES □ NO 4.1.4 Employment-related litigation brought by an employee of your firm? □ YES □ NO 4.1.5 Payment to a subcontractor or supplier? □ YES □ NO 4.1.6 Defective, deficient, or substandard work? □ YES □ NO If the answer to any questions in 4.1.1 to 4.1.6 is YES, identify the name of the person or entity that sued (i.e., “the plaintiff”) or was involved in the mediation or arbitration; list the date, court, court address, and case number; describe the facts and circumstances giving rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition. Attach additional sheets as necessary. 4.2 Have you or your firm ever filed a claim for damages or a lawsuit, or requested arbitration or mediation, against a government entity or a Client? □ YES □ NO If YES, identify the government entity or client; list the date, court and case number; describe the facts and circumstances about the claim for damages, or the lawsuit, or both; and set forth the outcome or disposition. Attach additional sheets as necessary. 4.3 Are there any pending or outstanding judgments or liens against you, your firm, or any of its owners, partners, officers, or employees? □ YES □ NO If YES, identify the name of the person or entity entitled to payment; list the date court and case number; describe the facts and circumstances giving rise to the judgment or lien; and set forth the amount of the judgment or lien. Attach additional sheets if necessary. 4.4 In the past five (5) years, has any government entity ever: (a) investigated, cited, disciplined, or assessed any penalties against you, your firm, or any of its owners, partners, officers, or employees, or (b) determined or concluded that your firm or any of its owners, partners, 420 Page 36 of 166 officers, or employees violated any laws, rules, or regulations? □ YES □ NO If YES, identify the government entity; list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 4.5 In the past five (5) years, have you, your firm or any of its owners, partners, officers or employees been convicted of a crime related to the bidding of a government contract, the awarding of a government contract, or the performance of a government contract? (“Convicted” includes a verdict of guilty by a judge or jury, a plea of guilty, a plea of nolo contendere, or a forfeiture of bail.) □ YES □ NO If YES, identify the government entity; list the date, court and case number; describe the facts and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. 4.6 In the past five (5) years, have you, your firm, or any of its owners, partners, officers or employees been convicted of a crime involving embezzlement, theft, fraud, forgery, bribery, deceptive or unlawful business practices, perjury, falsifying or destroying records or evidence, or receiving stolen property, or making or submitting a false claim? □ YES □ NO If YES, identify the crime or offense; list the date, court and case number; describe the facts and circumstances about each instance; and set forth the penalty or punishment imposed. Attach additional sheets as necessary. 4.7 Have you or, if Bidder is a corporation, any principal of the corporation ever been convicted of a felony? □ YES □ NO If YES, please explain the details of that conviction and, if so, whether you or said officer have served his or her sentence. 4.8 In the past five (5) years, has a government entity determined or concluded that you, your firm, or any of its owners, partners, officers or employees made or submitted a false claim (including a false claim for payment), or made a material misrepresentation? □ YES □ NO If YES, identify the government entity, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 4.9 Have you or your company ever been charged by any governmental agency for failure to follow safety procedures? If YES, please explain. 421 Page 37 of 166 □ YES □ NO _______________________________________________________________________ _________________________________________________________________ 4.10 Has any governmental agency ever submitted a complaint against you or your firm to the California State Labor Commission for failure to submit certified payrolls? If your answer is “Yes”, please provide the details of such complaint. □ YES □ NO _______________________________________________________________________ _________________________________________________________________ 5. FIRM’S OPERATIONAL STATUS 5.1. In the past seven (7) years, has your firm, or anyone else acting on behalf of your firm, filed for bankruptcy, insolvency, receivership, or reorganization? □ YES □ NO If YES, list the filing date, identify the court and case number; describe the facts and circumstances giving rise to each instance; and set forth the disposition or current status. Attach additional sheets as necessary. 5.2. In the past five (5) years, has your firm had an consolidations, mergers, acquisitions, closings, layoffs or staff reductions? □ YES □ NO If YES, list the filing date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 5.3. Is your firm in the process of, or in negotiations toward: (a) consolidating, merging, selling, or closing its business, or (b) laying off employees or reducing staff? □ YES □ NO If YES, describe the transaction; list the anticipated date for completing the transaction, laying off employees, or reducing staff; and describe the facts, circumstances, and reason for taking the action. Attach additional sheets as necessary. 6. BIDDING; DEBARMENT; CONTRACT PERFORMANCE 6.1. Has a government entity ever debarred, disqualified, removed, suspended, or otherwise prevented you or your firm from bidding on, contracting, or completing a construction project? □ YES □ NO If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance, and state the reason for the government entity’s 422 Page 38 of 166 action against your firm. Attach additional sheets as necessary. 6.2. Has a government entity ever rejected your firm’s Bid or Proposal on the ground that you or your firm is a “non-responsible” bidder or proposer? □ YES □ NO If YES, identify the name of the government entity, list the date, describe the facts and circumstances about each instance, and state the reason or basis for the government entity’s determining that your firm was a “non-responsible” bidder. Attach additional sheets as necessary. 6.3. Have you or your firm ever failed to fulfill or perform – either partially or completely – a contract or an agreement with a government entity or a client? □ YES □ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.4. In the past five (5) years, have you or any officer or principal of your firm been an officer of another firm which failed to perform a contract or agreement? □ YES □ NO If YES, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.5. Has your firm ever advised a government entity or a client, while your firm was under contract with the government entity or client, that your firm could not (or would not) fulfill or perform – either partially or completely – the contract or the agreement based on the prices that your firm had originally submitted in a Bid or a Proposal? □ YES □ NO If YES, list the date, identify the name of the government entity or client, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.6. Has your firm ever requested a government entity or a client, while your firm was under contract with the government entity or client, to renegotiate one or more terms of the existing contract or agreement? □ YES □ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.7. Has your firm ever requested a government entity or a client, while your firm was under contract with the government entity or client, to: (a) cancel the contract or agreement, or (b) release or discharge your firm form the contract or agreement? 423 Page 39 of 166 □ YES □ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.8. Has a government entity or a client ever terminated, suspended, or non-renewed your firm’s contract or agreement before its completion? □ YES □ NO If YES, identify the name of the government entity, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.9. Has a government entity or a client ever notified or advised your firm that your firm’s performance under a contract or agreement was poor, sub-standard, deficient, or non- compliant? □ YES □ NO If YES, identify the name of the government entity or client, list the date, and describe the facts and circumstances about each instance. Attach additional sheets as necessary. 6.10. In the past five (5) years, has your firm paid, or has your firm been assessed, liquidated damages on a contract or agreement? □ YES □ NO If YES, identify all such contracts/projects by owner, owner’s address, the date of completion of the project, amount of liquidated damages assessed, and all other information necessary to fully explain the assessment or payment of liquidated damages. Attach additional sheets as necessary. 7. INSURANCE AND BONDS 7.1. In the past ten years, has an insurance company or a surety company: 7.1.1. Refused to insure your firm for liability coverage? □ YES □ NO 7.1.2. Canceled or non-renewed your firm’s insurance coverage? □ YES □ NO 7.1.3. Refused to issue your firm a bond? □ YES □ NO 7.1.4. Canceled or revoked a bond obtained by your firm? □ YES □ NO 424 Page 40 of 166 If the answer to any questions in 7.1.1 to 7.1.4 is YES, identify the name of the insurance company or surety company, list the date, and describe the facts and circumstances about each instance. Attach addition sheets as necessary. 7.2 In the past ten (10) years, has an insurance company or surety company made any payments on your firm’s behalf as a result of a default, to satisfy any claims against a performance bond, payment bond, or maintenance bond issued on your firm’s behalf? □ YES □ NO If YES, identify each contract completed or amount of each claim, the name and telephone number of the claimant, the date, grounds and current status of the claim, and if resolved, the method, nature, and amount of the resolution. Attach addition sheets as necessary. 8. SURETY 8.1 If a performance and/or payment bond is required by this bid, identify the bonding company if arrangements for the bond have been made; if not, identify the bonding company for the Contractor's most recent project: 8.2 Name and address of agent: All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the Bidder. I hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and correct. Signature of Bidder_________________________________ _________________________________ 425 Page 41 of 166 BIDDER’S EXPERIENCE FORM PROJECT NAME: Well No. 16 Pump and Motor Project SPECIFICATION NO. N/A COMPANY NAME: ***Please use additional sheets if necessary List below the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice Inviting Bids for this Project. CONTRACT START DATE CONTRACT END DATE CONTRACT $ AMOUNT PROJECT NAME AND AGENCY ADDRESS CONTACT NAME CONTACT PHONE NUMBER 1 2 3 All of the above statements as to experience are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the Bidder. I hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and correct. Signature of Bidder Print name: State of California Contractor’s License No. __________________________ Contractor’s License expiration date ________________________________ 426 Page 42 of 166 CONTRACTOR SAFETY QUESTIONNAIRE Company Name: ____________________________________________________________________________ Primary Type of Work: ________________________________________________________________________ Person Completing Form: _____________________________________________________________________ Title: _____________________________________________ Phone Number: ___________________________ Date: _________________________________ SAFETY PERFORMANCE 1. List your company’s Interstate Experience Rating Modifier (ERM)1 for the three most recent years. 20____ _______________________________ 20____ _______________________________ 20____ _______________________________ 2. List your company’s number of injuries/illnesses from your OSHA 300 logs for the three most recent years. 20_____ 20_____ 20_____ a. Fatalities _____ _____ _____ b. OSHA recordable incidents _____ _____ _____ c. Lost work day incidents _____ _____ _____ d. Total lost work days _____ _____ _____ e. Total hours worked _____ _____ _____ 3. Upon request from the City, the contractor(s) shall provide copies of the following items (a-g); and Items (d- g) for each listed Subcontractor a). OSHA 300 logs for the most recent three years e). Training Plans and current year-to-date b). Verification of ERM from your insurance carrier f). Training Certificates for Employees c). Injury/Illness Report g). Emergency Response Training d). Complete written Safety Program 4. Company Safety Contact: a. Name __________________________________________ b. Phone__________________________________________ 1 ERM = applies to workers' compensation policies. It compares the experience of this contractor to others of similar size, type and ratio. Used against annual premium. It has a direct correlation to how much the contractor pays in workers' comp premium. 427 Page 43 of 166 CONTRACTOR SAFETY QUESTIONNAIRE (continued) SAFETY PROGRAM 1. SAFETY PROGRAM DOCUMENTATION Circle One a. Do you have a written safety program manual? Yes No 1) Last revision date ______________________ b. Do you have a written safety field manual? Yes No c. Are all workers given a booklet that contains work rules, responsibilities, and other appropriate information? Yes No 2. POLICY AND MANAGEMENT SUPPORT a. Do you have a safety policy statement from an officer of Yes No the company? b. Do you have a disciplinary process for enforcement Yes No of your safety program? c. Does management set corporate safety goals? Yes No d. Does executive management review: Accident reports? Yes No Safety statistics? Yes No Inspection reports? Yes No e. Do you safety pre-qualify subcontractors? Yes No f. Do you have a written policy on accident reporting Yes No and investigation? g. Do you have a light-duty, return-to-work policy? Yes No h. Is safety part of your supervisor’s performance evaluation? Yes No i. Do you have a personal protective equipment (PPE) policy? Yes No j. Do you have a written substance abuse program? Yes No If yes, does it include (check all applicable boxes): Pre-employment testing Return-to-duty testing Random testing Disciplinary process Reasonable cause testing Alcohol testing Post accident testing National Institute on Drug Abuse Panel Screen k. Does each level of management have assigned safety Yes No duties and responsibilities? 428 Page 44 of 166 3. TRAINING AND ORIENTATION a. Do you conduct safety orientation training for each employee? Yes No b. Do you conduct site safety orientation for every Yes No person new to the job site? c. Does your safety program require safety training meetings? Yes No for each supervisor (foreman and above)? How often? Weekly Monthly Quarterly Annually Other_____________ d. Do you hold tool box/tailgate safety meetings focused on your specific work operations/exposures? Yes No How often? Weekly Daily Other_____________ e. Do you require equipment operation/certification training? Yes No 4. ADMINISTRATION AND PROCEDURES a. Does your written safety program address administrative procedures? Yes No If yes, check which apply: ___ Pre project/task planning ___ Emergency procedures ___ Record keeping ___ Audits/inspections ___ Safety committees ___ Accident investigations/reporting ___ HAZCOM ___ Training documentation ___ Substance abuse prevention ___ Hazardous work permits ___ Return-to-work ___ Subcontractor prequalification b. Do you have project safety committees? Yes No c. Do you conduct job site safety inspections? Yes No How often? Daily Weekly Monthly Other_____________ Do these inspections includes a routine safety inspection of equipment (e.g., scaffold, ladders, fire extinguishers, etc.)? Yes No d. Do you investigate accidents? Yes No How are they reported? Total company By superintendent By project By project manager By foreman In accordance with OSHA e. Do you discuss safety at all preconstruction and progress meetings? Yes No 429 Page 45 of 166 f. Do you perform rigging and lifting checks prior to lifting? Yes No For personnel For equipment Heavy lifts (more than 10,000 lbs.) 5. WORK RULES a. Do you periodically update work rules? Yes No When was the last update? ___________________________ b. What work practices are addressed by your work rules? CPR/first aid Access—entrances/stairs Barricades, signs, Respiratory protection and signals Blasting Material handling/storage Communications Temporary heat Compressed air and gases Vehicle safety Concrete work Traffic control Confined-space entry Site visitor escorting Cranes/rigging and hoisting Public protection Electrical grounding Equipment guards and grounding Environmental controls and Monitoring equipment Occupational health Emergency procedures Flammable material handling/storage Fire protection and prevention Site sanitation Floor and wall openings Trenching and excavating Fall protection Lockout/Tagout Housekeeping Energized/pressurized equipment Ladders and scaffolds Mechanical equipment/ Personal protective equipment maintenance/pre-op checks/ Tools, power and hand operation Electrical power lines Welding and cutting (hot work) Other ______________________ 6. OSHA INSPECTIONS a. Have you been inspected by OSHA in the last three years? Yes No b. Were these inspections in response to complaints? Yes No c. Have you been cited as a result of these inspections? Yes No If yes, describe the citations (add additional sheets if necessary): _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ 430 Page 46 of 166 DESIGNATION OF SUBCONTRACTORS NAME OF BIDDER: _________________________________________________________ Each Bidder must list, on the form provided on the next page, each Subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed in the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed drawings contained in the Drawings and Specifications, in an amount in excess of one-half of one percent of the Contractor's Base Bid Amount. Each Subcontractor must have an active and current license, and all requisite specialty certifications, when listed. Bidder must provide the following information for EACH Subcontractor. 1. The name of the Subcontractor; 2. The trade and type of work that the Subcontractor will perform; 3. Location (address) of Subcontractor’s place of business; 4. Subcontractor’s license number; and any specialty licenses; and 5. Dollar value of the Work that the Subcontractor will perform. Subletting or subcontracting of any portion of the Work in excess of one-half of one percent of the Contractor's Base Bid to which no Subcontractor was designated in the original Bid shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the City setting forth the facts constituting the emergency or necessity. If the Contractor violates any of the above provisions the Contractor may be in breach of this Contract and the City may exercise the option, in its own discretion, to (1) cancel this Contract, or (2) assess the Contractor a penalty in an amount not more than ten percent (10%) of the amount of the subcontract involved, and this penalty shall be deposited in the fund out of which the prime Contract is awarded. If the Contractor fails to specify a Subcontractor, or if the Contractor specifies more than one Subcontractor for the same trade or type of Work to be performed under the Contract in excess of one-half of one percent of the Contractor's Base Bid Amount, then the Contractor agrees that he/she is fully qualified to perform that Work himself/herself, and that he/she shall perform that Work himself/herself. If after award of Contract, the Contractor subcontracts any such Work, the Contractor will be subject to the statutory penalties. DESIGNATION OF SUBCONTRACTORS FORM IS ON THE FOLLOWING PAGE 431 Page 47 of 166 Please type or legibly print (attach additional sheets as necessary). Name of Subcontractor Email Contact Information Trade and Type of Work to be Performed Business Location License Number Public Works Contractor Registration Number Dollar ($) Value 432 Page 48 of 166 The Contractor shall not: A. Substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except that the City may consent to the substitution of another person as Subcontractor in any of the following situations: 1. When the Subcontractor listed in the Bid, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract for the scope of Work specified in the Subcontractor’s bid and at the price specified in the Subcontractor’s bid, when that written contract, based upon the general terms, conditions, Drawings and Specifications for the Project or the terms of Contractor's written Bid, is presented to the Subcontractor by the Contractor; 2. When the listed Subcontractor becomes insolvent or the subject of an order for relief in bankruptcy; 3. When the listed Subcontractor fails or refuses to perform his/her subcontract; 4. When the listed Subcontractor fails or refuses to meet the bond requirements of the Contractor as set forth in Public Contract Code Section 4108; 5. When the Contractor demonstrates to the City that the name of the Subcontractor was listed as the result of an inadvertent clerical error; 6. When the listed Subcontractor is not licensed pursuant to the Contractor’s License Law; 7. When the City determines that the Work performed by the listed Subcontractor is substantially unsatisfactory and not in substantial accordance with the Drawings and Specifications, or that the Subcontractor is substantially delaying or disrupting the progress of the Work; 8. When the listed Subcontractor is ineligible to work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code; or 9. When the City determines that the listed Subcontractor is not a responsible contractor. B. Permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original Subcontractor listed in the original Bid, without the consent of the City. C. Other than in the performance of "change orders" causing changes or deviations from the original Contract, sublet or subcontract any portion of the Work in excess of one-half of one percent of the Contractor's Base Bid Amount as to which his/her original Bid did not designate a Subcontractor. Prior to approval of the Contractor's request for a Subcontractor substitution, the City shall give notice in writing to the listed Subcontractor of the Contractor's request to substitute and of the reason for the request. The notice will be served by certified or registered mail to the last known address of the Subcontractor. The listed Subcontractor who has been so notified shall have five (5) Working Days within which to transmit to the City written objections to the substitution. Failure to file these written objections shall constitute the listed Subcontractor's consent to the substitution. If written objections are filed, the City shall give notice in writing of at least five (5) Working Days to the listed Subcontractor of a hearing by the City on the Contractor’s request for substitution. The Contractor, as a condition to asserting a claim of inadvertent clerical error in the listing of a Subcontractor, shall within two (2) Working Days after the time of the Bid Deadline, give written notice to the City and copies of such notice to both the Subcontractor he/she claims to have listed in error and the intended Subcontractor who had bid to the Contractor prior to the Bid Deadline. 433 Page 49 of 166 QUESTIONNAIRE REGARDING SUBCONTRACTORS Bidder shall answer the following questions and submit with his/her Contract proposal. 1. Were bid depository or registry services used in obtaining subcontractors bid figures in order to compute your bid? Yes No 2. If the answer to No. 1 is “Yes”, please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors’ bids other than bid depositories? 4. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes No 5. If the answer to No. 4 is “Yes”, please explain the following details: (a) Date: (b) Name of person or group: (c) Job involved (if applicable): (d) Nature of the threats: (e) Additional comments: (Use additional paper if necessary) 6. Was a conscious effort made to recruit or provide equal opportunity for bids by minority or project area subcontractors? Yes No 7. Was a conscious effort made to recruit and hire project area lower-income residents? Yes No Please submit statement. 8. We declare under penalty of perjury that the foregoing is true and correct. Dated this day of , 20 . All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed by the bidder. Name of Company By: Title: ______________________________________ 434 Page 50 of 166 CONTRACTOR’S AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA COUNTY OF_________ ) ) ) _________________________________________ being first duly sworn, deposes and says: 1. That he/she is the ________________________ (Title of office if a corporation, "sole owner," "Partner," or other proper title) of _______________________________________, (hereinafter called "Contractor") who has submitted to the City of Vernon a Bid for the Well No. 16 Pump and Motor Project; 2. That said Bid is genuine; that the same is not sham; that all statements of fact therein are true; 3. That said Bid is not made in the interest or behalf of any person, partnership, company, association, organization, or corporation not named or disclosed; 4. That Contractor did not, directly or indirectly induce, solicit, agree, collude, conspire or contrive with anyone else to submit a false or sham bid, to refrain from bidding, or withdraw his/her bid, to raise or fix the Bid price of Contractor or of anyone else, or to raise or fix any overhead profit, or cost element of Contractor's price or the price of anyone else; and did not attempt to induce action prejudicial to the interests of the City of Vernon, or of any other Bidder, or anyone else interested in the proposed Contract; 5. That the Contractor has not in any manner sought by collusion to secure for himself an advantage over any other Bidders or induce action prejudicial to the interests of the City of Vernon or of any other Bidder, or anyone else interested in the proposed Contract; 6. That the Contractor has not accepted any bid from any Subcontractor or material supplier through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or material supplier, which is not processed through said bid depository, or which prevent any Subcontractor or material supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository; /// /// /// /// /// /// /// /// 435 Page 51 of 166 7. That the Contractor did not, directly or indirectly, submit the Contractor's Bid 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 to the City of Vernon, or to any person or persons who have partnership or other financial interest with said Contractor in his/her business. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated this day of at , Month/Year City State Contractor (Please Print) Contractor’s Signature Title CONTRACTOR’S SIGNATURE MUST BE NOTARIZED 436 Page 52 of 166 THE BIDDER’S INSURANCE COMPANY(S) OR INSURANCE AGENT MUST COMPLETE THIS FORM AND THE BIDDER MUST SUBMIT THIS CERTIFICATION WITH THE BID FORMS. I, the undersigned (Please check one box) underwriter agent, certify that I and the Contractor listed below have jointly reviewed the “Insurance Requirements” in these Bidding Documents and the Contract Documents. If the City of Vernon (“City”) awards the Contractor the Contract for this project, I will be able—within fourteen (14) calendar days after the Contractor is notified of the Contract’s award—to furnish the City with valid insurance forms (including one or more insurance certificates and additional insured endorsements) that fully meet all of the Insurance Requirements. __________________________ Name of Insurance Company Date Insurance Agent’s Name (Printed) Insurance Agent’s Name (signature) ___________________________________ Address City State Zip Code Telephone Number FAX Number Email Address Contractor’s Name City Specification Number Below State the Name of Insurance Company Providing Coverage: DO NOT write “Will Provide,” “To Be Determined,” “When Required,” or similar phrases. Commercial General Liability Automobile Liability Workers’ Compensation Liability City Will Purchase Policy, if required Builders Risk Pollution Liability [NOTE TO CONTRACTOR: See “Insurance Requirements” EXHIBIT 4 of the Contract for the requirement of obtaining Pollution Liability Insurance.] NOTE TO THE UNDERWRITER / AGENT: If the insurance forms that the Contractor submits to the City do not fully comply with the Insurance Requirements, and/or if the Contractor fails to submit the forms within the 14-day time limit, the City may: (1) declare the Contractor’s Bid non-responsive, and (2) award the Contract to the next lowest responsible Bidder. 437 Page 53 of 166 LIVING WAGE COMPLIANCE CERTIFICATION This contract is subject to the City of Vernon’s Living Wage Ordinance, Vernon Municipal Code Chapter 2, Article XVIII (“Ordinance”). The Ordinance requires that service contractors providing labor or services to the City by contract in excess of $25,000:  Pay no less than ten dollars and thirty cents ($10.30) per hour with medical benefits, or eleven dollars and fifty-five cents ($11.55) per hour without medical benefits to all employees, as defined in the Ordinance who, at any time, provide labor or delivery services to the City of Vernon. Additionally, on July 1st of each year thereafter the Living Wage rate shall be adjusted by the change in the Federal Bureau of Labor Statistics Consumer Price Index, for the Los Angeles area, for the most recently available 12 month period. Accordingly, current City contractors will be required to adjust wage rates no later than July 1st, to remain in compliance.  Notify employees who spend any of their time providing labor or delivering services to the City of Vernon who make less than twelve dollars ($12) per hour of their possible right to the federal Earned Income Tax Credit (EITC) under § 32 of the Internal Revenue Code of 1954, 26 U.S.C. § 32, and making available to such employees forms required to secure advance EITC payments.  If there is a difference between the Vernon Living Wage rates and the California Prevailing wage rates for the same classification of labor, the Contractor and subcontractor shall not pay less than the highest wage rate for that classification. The selected contractor will be required to show compliance with the Living Wage Ordinance by submitting payroll records as requested by the City. Each record shall include the full name of each employee performing labor or providing services under the contract; job classification; rate of pay and benefit rate. Provisions of the Living Wage Ordinance may be waived in a bona fide collective bargaining agreement, but only if the waiver is explicitly set forth in clear and unambiguous terms. If this provision applies, you must provide a copy of the collective bargaining agreement to the City. I do hereby certify and declare under penalty of perjury that if awarded the contract for which this bid/proposal is made. ________________________________will comply with the (Name of Company) requirements of the Vernon Living Wage Ordinance, Vernon Municipal Code Chapter 2 Article XVIII and the rules and regulations promulgated thereunder. I understand that failure to comply with the provisions of the Vernon Living Wage Ordinance may result in termination of the contract as well as other penalties as stated in Vernon Municipal Code Chapter 2 Article XVIII. ___________________________________________________________________________ (Name) (Title) ______________________________________________________________________________ (Signature) (Date) Please return this form with your bid/proposal. Questions concerning the Living Wage Ordinance should be directed to the Department of Finance – Purchasing Division 323.583.8811. 438 Page 54 of 166 CERTIFICATE OF EQUAL OPPORTUNITY PRACTICES City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 (323) 583-8811 Fax (323) 826-1435 Internet: www.cityofvernon.org Article I. Affidavit of Equal Opportunity Employment & Non-segregation (Form AA-1) Article II. Vendor List Questionnaire (Forms AA-2 &3) In order to be placed to the City’s vendor list and be eligible to receive City business, you must provide the following information except where indicated as “optional.” By submitting this form you are declaring under penalty of perjury under the laws of the State of California and the laws of the United States that the information is true and correct. Furthermore, you are certifying that your firm will adhere to equal opportunity employment practices to assure that applicants and employees are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex or age. And, your firm does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Name of Company: Business Telephone: _______________________ Fax Number: ______________________ (optional) Address: ________________________________________ City: __________________________ State: ________ Zip ___________ Contact Person ________________________ E-mail Address ________________________ (optional) Tax ID Number (or Social Security Number) _____________________ Remit Address (if different) _____________________________________________________________ Please state clearly and concisely the type(s) of goods and services your company provides: The following section is OPTIONAL and is for statistical reporting purposes only. Ownership (please check all that apply): African-American____ Asian____ Armenian____ Hispanic____ Native American____ Disabled____ Female____ 439 Page 55 of 166 Project Workforce Utilization (Form AA-2) This form is to be included in all bid documents for projects involving labor or services valued at $25,000 or more. Instructions: Please indicate the job titles/classifications to be used in the performance of this contract should it be awarded to your firm. Please indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract. Name of Company: ________________________________________ Project: ____________________________________________ Job Titles/Classification Estimated number of existing staff to be employed in this classification if awarded the contract Estimated number of new hires to be employed in this classification if awarded the contract Are any current employees or potential new hires Vernon residents? If so, how many? 440 Page 56 of 166 Current Permanent Workforce Utilization (Form AA-3) OPTIONAL Name of Company: Project: Completion of this form is OPTIONAL. Any information supplied by vendors is for reporting purposes only and will not be factored into the award of any contract. Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups. White (not of Hispanic origin) African-American (not of Hispanic origin) Hispanic Asian/Pacific Islander Native American Armenian Male Female CLASSIFICATION Officials/ Managers Professionals Technicians Office/Clerical Skilled Craft Workers Operators (semi-skilled) Laborers Service Workers TOTAL 441 Page 57 of 166 STANDARD FORM OF CONTRACT BETWEEN CITY AND CONTRACTOR This Agreement is made and entered into at Vernon, California this day of , 20 ___, by and between the CITY OF VERNON, a chartered municipal corporation (hereinafter "City") and , a [Insert State of Incorporation] corporation (hereinafter "Contractor"), for the Well No. 16 Pump and Motor Project. THE PARTIES HERETO AGREE AS FOLLOWS: 1. CONTRACT DOCUMENTS The “Contract Documents” except for modifications issued after execution of this Agreement, shall consist of the following documents which are either attached hereto as exhibits or are incorporated into this Agreement by this reference, with the same force and effect as if set forth at length herein: A. Governmental Approvals including, but not limited to, permits required for the Work B. This Agreement C. Exhibit A – General Conditions D. Exhibit 1 –Performance Bond E. Exhibit B – Special Provisions Specific for this Project F. Exhibit C – Living Wage Provisions G. Exhibit D – Equal Employment Opportunity Practices Provisions H. Notice Inviting Bids; I. Instructions to Bidders; J. Bid Forms; K. Designation of Subcontractors; and L. Bidding Addenda Nos. _____. 2. REFERENCE DOCUMENTS – Not Applicable 3. SCOPE OF WORK Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract 442 Page 58 of 166 Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools; equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity with the Contract Documents for: Well No. 16 Pump and Motor Project 4. TIME FOR PERFORMANCE Contract Time. Contractor shall achieve Substantial Completion of the Work within ______ calendar days from the Date of Commencement established in City’s written Notice to Proceed (“Contract Time”), subject to adjustment in accordance with the Contract Documents. Contractor shall achieve Final Completion of the Work, within the time established by the Certificate of Substantial Completion issued by the City. The Contract Time may only be adjusted as permitted by this Construction Contract and the General Conditions. Time is of the essence of this Agreement. Except when the Contract Documents state otherwise, time is of the essence in the performance of the Work. Contractor acknowledges that the time limits and deadlines set forth in the Contract Documents are reasonable for Contractor to perform and complete the Work. Liquidated Damages. If Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time for Substantial Completion, Contractor shall pay City as liquidated damages the amount of ______________________ ($_______) per day for each calendar day occurring after the expiration of the Contract Time for Substantial Completion until Contractor achieves Substantial Completion of the entire Work, as required by Article 3 of the General Conditions of Contract. Contractor Initial here: _________. 5. CONTRACT SUM In consideration of the Contractor’s full, complete, timely, and faithful performance of the Work required by the Contract Documents, City shall pay Contractor the sum of _________________ dollars/no cents ($________________), payable as set forth in the General Conditions (“Contract Sum”). IN WITNESS WHEREOF, the parties have caused this Contract to be executed the date and year first 443 Page 59 of 166 above written. Executed at ___________________, California. [Contractor]: By: _______________________________________ An Authorized Signatory Printed Name: ______________________________ Title: ______________________________________ Date: ______________________________________ CITY OF VERNON: APPROVED AS TO FORM: By: By: Name: Name: Title: Title: Date: ATTEST: By: Name: Title: CONTRACTOR’S SIGNATURE MUST BE NOTARIZED [Contractor’s Corporate Seal] 444 Page 60 of 166 EXHIBIT A GENERAL CONDITIONS ARTICLE 1 - PRELIMINARY PROVISIONS 1.01 DEFINITIONS The following words shall have the following meanings: A. Allowance. A line item cost estimate established by the City to be carried in the Base Bid sum, Contract Sum, and Schedule of Values for Payment for a particular item of Work, which cannot be sufficiently defined so as to allow the Contractor to adequately determine fair value before the Bid Deadline. Allowances include estimated amounts established by the City for certain construction elements that have not yet been fully designed or authorized for inclusion in the Work or to permit deferred approval or selection of actual materials and equipment to a later date when additional information is available for evaluation. B. As-Builts. The documents prepared by Contractor showing the condition of the Work as actually built, including, without limitation, all changes and the exact locations of all mechanical, electrical, plumbing, HVAC or other portions of the Work that are shown diagrammatically in the Contract Documents. C. Base Bid. The total sum stated in the Bid Form for which the Bidder offers to perform Work described in the Contract Documents as the base Contract Work (e.g. not designated as part of a Bid Alternate). D. Bid. A complete and properly executed offer by the Bidder on City-prescribed forms to perform the Work for the prices stated in response to the Notice Inviting Bids. E. Bid Alternate. An item of Work described in the Contract Documents as an Alternate Bid that will be added to or deducted from the Base Bid and the Contractor’s responsibility only if the City accepts the Bid Alternate. F. Bid Forms: The City-prescribed forms which the Bidder shall complete and use to submit a Bid. The Bid Forms include: (1) Bidder’s Proposal; (2) Schedule of Bid Prices; (3) Incumbency Certificate; (4) Bid Bond – Not Applicable; (5) Bidder’s Statement of Qualifications; (6) Experience Form; (7) Trades Experience Form; (8) Contractor Safety Questionnaire; (9) Designation of Subcontractors; (10) Affidavit of Non-Collusion; (11) Insurance Requirements Affidavit; and (12) forms included in the Specification required by the type of project funding (e.g. federal, ARRA, HUD, etc.). G. Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid on these Contract Documents or any part thereof. H. Bidding Documents. Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of: (1) Notice Inviting Bids; (2) Instructions to Bidders; and (3) Bid Forms. The proposed Contract Documents consist of: (1) the Bidding Requirements; (2) the Construction Contract Between City and Contractor; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Construction Contract; (8) all Modifications issued after the execution of the Construction Contract; and (9) Governmental Approvals, if any, including but not limited to, permits. 445 Page 61 of 166 I. Change Order. A Change Order is a written document prepared by the City reflecting the agreement between the City and Contractor for: a change in the terms or conditions of the Contract, if any; a specific Scope Change in the Work; the amount of the adjustment, if any, in the Contract Sum; and the extent of the adjustment, if any, in the Contract Time. J. Change Order Request (COR). A Change Order Request is a written document originated by the Contractor, which describes an instruction issued by the City after the effective date of the Contract, which Contractor believes to be a scope change that may result in changes to the Contract Sum or Contract Time or, which describes the need for or desirability of a change in the Work proposed by Contractor. K. City or Owner. The City of Vernon, California, acting through its City Council or other City officials authorized to act for the City, acting in its proprietary rather than regulatory capacity in connection with the Project. L. Construction Change Directive. A written order prepared and signed by the City directing a change in Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. M. Contract Documents. The Contract Documents are enumerated in the Construction Contract between City and Contractor and consist of: (1) the Bidding Requirements; (2) the Construction Contract; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the execution of the Contract; (8) all Modifications issued after the execution of the Contract; and (9) Governmental Approvals, including, but not limited to, permits. The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. N. Contract. The Contract Documents form the Contract for Construction. The Contract Represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified on by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind between any persons or entities other than the Owner and the Contractor. There shall be no third party beneficiaries of the Contract Documents. O. Contract Sum. The total amount of compensation stated in the Construction Contract that is payable to Contractor for the complete performance of the Work in accordance with the Contract Documents. P. Contract Time. The total number of days set forth in the Construction Contact within which Substantial Completion of the Work must be achieved beginning with the Date of Commencement established in the Notice to Proceed, subject to adjustments in accordance with the terms of the Contract Documents. The Contract Time for Contractor's performance of the Work is measured in calendar days (not work days). Q. Contractor. The individual, partnership, firm, corporation, joint venture or other legal entity with whom the Contract is made by City, or the agent or legal representative who may be appointed to represent such individual, partnership, firm, corporation, joint venture or other legal entity in the execution of the Contract as general contractor for construction of the Work. 446 Page 62 of 166 R. Correction Period. Correction Period is synonymous with the terms of the correction guarantee period used in the Contract Documents. S. Date of Commencement. The date for commencement of the Work fixed by City in a Notice to Proceed to Contractor. T. Day. The terms “day” or “days” mean calendar days unless otherwise specifically designated in the Contract Documents. The term “Work Day” or “Working Day” shall mean any calendar day except Saturdays, Sundays and City-recognized legal holidays. City Holidays are as follows: 1. January 1st - New Year’s Day 2. The 3rd Monday in January – Martin Luther King, Jr. Day 3. The 3rd Monday in February – Presidents Day 4. March 31st – Cesar Chavez Day 5. The last Monday in May – Memorial Day 6. July 4th – Independence Day 7. The first Monday in September – Labor Day 8. The second Monday in October – Columbus Day 9. November 11th – Veterans Day 10. The 4th Thursday in November – Thanksgiving Day 11. December 24th – Christmas Eve 12. December 25th – Christmas Day 13. December 31st – New Year’s Eve U. Director. The General Manager of the Public Utilities Department of the City of Vernon or his/her duly appointed representative. V. Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. W. Extra Work. New or unforeseen work will be classified as Extra Work when determined by the City that the work is not described in, or reasonably inferable from, the Contract Documents, the work is not covered by any Bid line item or Allowance, and the work causes Contractor to incur additional and unforeseen costs. X. Field Directive. See, “Work Directive.” Y. Final Completion. Final Completion is the stage of performance of the Work when (1) all Work required by the Contract Documents has been fully completed in compliance with the Contract Documents and all applicable laws including, but not limited to, correction or completion of all punch list items noted by City upon Substantial Completion; (2) Contractor has delivered to City an Application for Final Payment and all closeout documentation required by the Contract Documents; and (3) documentation of all final Governmental Approvals has been submitted to City including, but not limited to a final Certificate of Occupancy or equivalent Building Department sign-off has been issued covering the entire Project site without exception or conditions. Z. Force Majeure. “Force Majeure” includes but is not limited to declared or undeclared war, sabotage, insurrection, riot, or other acts of civil disobedience, labor disputes, fires, explosions, floods, earthquakes or other acts of God. AA. Fragnet. The sequence of new activities that are proposed to be added to an existing schedule. 447 Page 63 of 166 BB. Governmental Approval. Any approval, authorization, inspection, certification, consent, exemption, filing, permit, registration, plan check, ruling or similar authorization required by any federal, state or local law, regulation or procedures in order for Contractor to perform the Work. CC. Guarantee. Assurance to City by Contractor or product manufacturer or other specified party, as guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the warrantor. DD. Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a Change Order; or (3) a Construction Change Directive. EE. Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for Commencement for the Work. FF. Parties. The City and Contractor may be referred to in the Contract Documents from time to time as the Parties. GG. Permit Fees. The actual direct costs paid by Contractor for Governmental Approvals and Utility Fees. HH. Project. The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the City or by separate contractors. II. Project Manual/Contract Package. The volumes of Contract Documents and reference documents assembled for the Work made available to Bidders. JJ. Record Documents. The Drawings, Specifications, addenda, requests for information, bulletins, Change Orders and other modifications to the Contract Documents, approved shop drawings, product data, samples, mock-ups, permits, inspection reports, test results, daily logs, schedules, subcontracts, and purchase orders. Records Documents shall include a set of “As-Built” Drawings and Specifications, which shall be continuously updated during the prosecution of the Work. KK. Site. The physical area designated in the Contract Documents for Contractor's performance of the Work. LL. Specifications. The Specifications are the volume(s) assembled for the Work that includes, without limitation, the Bidding Documents, the Construction Contract and Exhibits, the General Conditions, Supplementary and/or Special Conditions, if any, the “GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2012 Edition), the Standard Plans for Public Works Construction (2009 Edition), State of California, Department of Transportation Standard Plans and Standard Specifications (2010 Edition), and the City of Vernon Standard Plans. MM. Specifications. The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards, and workmanship for the Work and performance of related services, including, but not limited to, the Project Technical Specifications, Standard Specifications, if any, and any applicable Trade Association Specifications. NN. Substantial Completion. Substantial Completion is defined to mean the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents as determined by the City so that the City can occupy and utilize the Work for its intended use and as further defined in the Contract Documents. OO. Unilateral Change Order. See “Work Directive.” 448 Page 64 of 166 PP. Utility Fees. The fees charged by any public, private, cooperative, municipal and/or government line, facility or system used for the carriage, transmission and/or distribution of cable television, electric power, telephone, water, gas, oil, petroleum, steam, chemicals, sewage, storm water or similar commodity including, but not limited to fees for temporary utilities and refuse hauling. QQ. Warranty. Assurance to City by contractor, installer, supplier, manufacturer or other party responsible as warrantor, for the quantity, quality, performance and other representations of a product, system service of the Work. RR. Work. The term "Work" means the construction and other services required by, and reasonably inferable from the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. SS. Work Directive. A Work Directive is a unilateral written order issued by the City directing Contractor to continue performance of the Work or to perform a disputed change in the Work prior to agreement or adjustment, if any, in the Contract Sum, Contract Time, or both. 1.02 REPRESENTATIVES A. The Director shall be the representative of the City and, except as otherwise expressly provided herein, shall make all decisions and interpretations to be made by the City under the provisions of the Contract Documents. B. The Contractor shall at all times be represented on the Work in person or by a duly designated agent. Instructions and information given by the Director to the Contractor's agent on the Work shall be considered as having been given to the Contractor. 1.03 PERMITS, INSPECTIONS, PLAN CHECKS, AND SIMILAR GOVERNMENTAL APPROVALS AND UTILITIES A. Except as otherwise provided in the Notice Inviting Bids, the Contractor shall apply for, obtain, and pay for all permits including, but not limited to, building or structure permits, plumbing system permits, mechanical system permits, electrical system permits, structural system permits, demolition permits, excavation permits, street use permits, driveway permits, sidewalk, curb, sewer, gutter, crosswalk, paving or other street work grading permits, street/utility use permits, OSHA permits, fire sprinkler permits, fence permits, blasting permits, landscaping/irrigation permits, and permits to demolish, remove, or make major alterations to any designated historic resource; inspections; and plan checks obtained after the Date of Commencement of the Work. The Notice Inviting Bids contains a list of permits and other Governmental Approvals and Utility Fees obtained and paid for by the City prior to the Date of Commencement; Contractor is responsible for obtaining all Governmental Approvals and Utility Fees not listed in the Notice Inviting Bids. B. All documents evidencing Contractor’s satisfaction with all Governmental Approvals and Utility Fees must be submitted to the City prior to submission of the Application for Final Payment. C. Where requirements of the Governmental Approvals differ from those of the Drawings and Specifications, the more stringent requirements shall apply. 1.04 LICENSES The Contractor shall apply for, obtain, and pay for all licenses required by governing authorities for the Work. 449 Page 65 of 166 1.05 ALLOWANCES A. Contractor shall include in the Contract Sum and Schedule of Values for Payment, the City’s estimated cost established for each Work item covered by an Allowance stated in the Contract Documents. See Paragraph 1.01 for definition of Allowance. B. The line item cost estimate established by the City for Work covered by an Allowance includes the cost to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery; handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other taxes legally chargeable; and all other costs and expenses incidental to such Work. C. Work items covered by Allowances shall be supplied with such materials and equipment and for such prices approved in advance by City. Contractor shall notify and request City’s approval of material equipment, and pricing information for Work covered by an Allowance before ordering the material or equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials, equipment, and prices with reasonable promptness. The material, equipment, and pricing information submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred by Contractor and each subcontractor associated with the performance of such Work. Contractor shall not order materials or equipment or proceed with Work covered by an Allowance until the material, equipment, and pricing information for such Work items have been submitted to the City’s Project Representative for review and the Contractor has received City’s approval to proceed with a Work item covered by an Allowance. D. All expenditures for Allowance Work shall be separately itemized in each Application for Payment. E. To the extent that the cost of Work items covered by an Allowance is less than the Allowance cost estimate established by the City, the Contact Sum shall be reduced by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. Similarly, to the extent the cost of Work items covered by an Allowance is greater than the Allowance cost estimate, the Contract Sum shall be increased by Change Order or Construction Change Directive to reflect the actual cost of the Allowance item. If Work items covered by an Allowance are not performed or the City deletes such items from the Scope of Work, the Contract Sum shall be reduced by Change Order or Construction Change Directive to deduct the Cost of the unused Allowance item. 1.06 WAIVER A waiver by City of any breach of any term, covenant, or condition contained in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained therein, whether of the same or a different character. 1.07 DATA TO BE FURNISHED BY THE CONTRACTOR The Contractor shall furnish the Director with such information as the Director may desire respecting the character of the materials and the progress and manner of the Work, including all information necessary to determine the Contractor’s costs, such as the number of persons employed, their pay, the time during which they worked on the various classes of construction, and other pertinent data. 1.08 CONTRACT DRAWINGS The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings. 450 Page 66 of 166 1.09 SPECIFICATIONS AND DRAWINGS A. The Contractor shall keep on the Work Site a copy of all Specifications, Drawings, and Change Orders pertaining to the Work and shall at all times give the Director access thereto. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications shall be of like effect as though shown or mentioned in both. B. In general, the Drawings will show dimensions, positions, and kind of construction; and the Specifications will define materials, quality, and standards. Any Work not particularly detailed, marked or specified, shall be the same as similar parts that are detailed, marked or specified. C. The Drawings shall not be scaled to determine dimensions, and in all cases shall be calculated from figures shown on the Drawings. Any discrepancies between scale and figured dimensions, not marked “not to scale,” must be brought to the Director’s attention before proceeding with the Work affected by the discrepancy. D. Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the responsibility of furnishing, making, or installing all items required by law or code, or usually furnished, made or installed in a project of the scope and general character indicated by the Drawings and Specifications. E. For convenience, the Drawings and Specifications may be arranged in various trade subparagraphs, but such segregation shall not be considered as limiting the Work of any subcontract or trade. The Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the location or provision in the Drawings and Specifications. F. The City will furnish free of charge to the Contractor, a maximum of six (6) sets of Contract Drawings and Specifications. The Contractor shall pay for the costs of any additional sets or portions thereof. The Contractor shall be responsible to see that all sets are the same as the up-to-date approved set. 1.10 PRECEDENCE OF CONTRACT DOCUMENTS A. In the event of conflict between any of the Contract Documents, the provisions placing a more stringent requirement on the Contractor shall prevail. The Contractor shall provide the better quality or greater quantity of Work and/or materials unless otherwise directed by City in writing. In the event none of the Contract Documents place a more stringent requirement or greater burden on the Contractor, the controlling provision shall be that which is found in the document with higher precedence in accordance with the following order of precedence: 1. Governmental Approvals including, but not limited to, permits required for the Work 2. Modifications issued after execution of the Contract (including modifications to Drawings and Specifications) 3. The Contract, including all exhibits, attachments, appendices and Addenda, with later Addenda having precedence over earlier Addenda 4. Special Conditions, if any 5. General Conditions 451 Page 67 of 166 6. Specifications 7. Drawings 8. Bidding Requirements B. With reference to the Drawings, the order of precedence is as follows: 1. Change Order Drawings 2. Addenda Drawings 3. Contract Drawings 4. Project Drawings 5. Standard Drawings 6. Detail Drawings 7. General Drawings 8. Figures 9. Scaled dimensions C. Within the Specifications, the order of precedence is as follows: 1. Change Orders 2. Special Conditions 3. Project Technical Specifications 4. Standard Specifications, if any 5. Applicable Trade Association Specifications 1.11 NOTICE OF CONFLICTS If the Contractor, in the course of the Work, becomes aware of any claimed conflicts, errors or omissions in the Contract Documents or in the City's fieldwork or work of City's separate contractors, the Contractor shall immediately notify the Director in writing. The Director shall promptly review the matter, and if the Director finds a conflict, error or omission, the Director shall determine the corrective actions and advise the Contractor accordingly. If the correction associated with a conflict, error or omission increases or decreases the amount of Work called for in the Contract, the City shall issue an appropriate Change Order in accordance with the Contract Documents. After discovery of an error or omission by the Contractor, any related additional work performed by the Contractor shall be done at the Contractor's risk unless authorized by the Director. 1.12 REPORTS A. Daily Construction Reports: The Contractor shall prepare a daily construction report recording the following information concerning events at Project site: 452 Page 68 of 166 1. List of Subcontractors at Project site. 2. List of other contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events. 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial completions and occupancies. 19. Substantial Completions authorized. 20. List of visitors to Project Site. 21. List of personnel at Project Site including names and job classifications. 22. Description of Work for the day including locations, quantities and related bid items. Immediately upon discovery of a difference between field conditions and the Contract Documents, the Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a detailed description of the differing conditions, together with recommendations for a remedy. The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours (next Working Day) to the Director, and shall be made available to others as directed by City. 1.13 LINES, GRADES, AND MEASUREMENTS A. All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all survey stakes and reference points as far as possible. Should any stakes or points be removed or destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the satisfaction of the Director, at the Contractor's expense. B. The Contractor shall inform the Director 48 hours (two Work Days) in advance of the times and places at which he/she intends to Work in order that inspection may be provided, and that necessary measurements for records and payments may be made with minimum inconvenience. C. No direct payment will be made for the cost to the Contractor of any of the Work or delay occasioned by giving lines and grades, by making other necessary measurements, or by inspection. 1.14 RIGHT OF WAY A. The site for the installation of equipment or the right of way for the Work to be constructed under this Contract will be provided by the City. B. The City will provide the appropriate rights of way and property for pipelines and structures. Upon approval by the Director, the Contractor may, without cost, use portions of any of the City's rights of 453 Page 69 of 166 way or property which may be suitable for working space and for storage of equipment and materials. The Contractor will be held responsible for any damage to structures, streets, and roads, trees and landscaping, and for any damage that may result from his/her use of City property. C. In case areas additional to those available on the City's rights of way or property are required by the Contractor for his/her operations, he/she shall make arrangements with the property owners for the use of such additional areas at his/her own expense. 1.15 CONTRACTOR’S OPERATIONS/STORAGE YARD In the event the Contractor requires space for the storage and/or staging of construction materials, supplies, equipment, stockpiling of debris, or any other needs required for construction operations, he/she shall acquire at his/her own expense such areas as he/she may desire. For properties within the City of Vernon, the staging area must be enclosed at Contractor’s expense with construction fencing covered with a mesh screen to limit visibility to the site. Private property used for storage of construction material or debris shall be restored to a legal condition with regard to appearance and maintenance upon conclusion of the project. Property should be graded and free of weeds and debris when project is completed. [END OF ARTICLE] 454 Page 70 of 166 ARTICLE 2 - PERFORMANCE OF THE WORK 2.01 PERFORMANCE OF WORK - GENERAL Contractor shall, at its own cost and expense, furnish all necessary materials, labor, transportation, and equipment for doing and performing said Work and the materials used shall comply with the requirements of the Contract Documents. All Work shall be performed and completed as required in the Contract Documents, and subject to the approval of the Director, or his/her designated assistant. 2.02 NO ASSIGNMENT OR DELEGATION Contractor shall not assign or delegate the duties or obligations under this Contract or his/her interest therein in whole or in part without the prior written consent of the City which may be withheld at the City's sole discretion. 2.03 STANDARD OF PERFORMANCE Contractor agrees that all services performed hereunder shall be provided in a manner commensurate with the highest professional standards and shall be performed by qualified and experienced personnel; that any Work performed by Contractor under the Contract will be performed in the best manner; that any material furnished shall be subject to the approval of the Director; and that both Work and materials will meet fully the requirements of the Contract Documents. Any work deemed unacceptable by the Director, whether a cause is determined or not shall be repaired or replaced by Contractor at Contractor’s expense. The Contractor shall be responsible for the final product and shall make any quality control, adjustments and corrections necessary to obtain the final product accepted by the City Engineer. The Contractor shall perform process and quality control sampling and testing and exercise management control the work of his/her subcontractors, technicians and workers to ensure that the milling, transporting, recycling, spreading, compaction, and finishing processes conform to these Specifications. The proficiency of testing laboratories and sampling and testing personnel shall be reviewed and approved by the City Engineer prior to providing services to the project. The City Engineer shall have unrestricted access to the laboratory, sampling, testing sites, and all information resulting from mix design and quality control activities. All Quality Control testing results shall be submitted to the City Engineer on a daily basis. 2.04 DEFECTIVE WORK Within the time periods that the City specifies, the Contractor shall correct all deficient, improperly executed, or unsatisfactory Work determined by the City. The Contractor shall remove and shall repair or replace, at his/her own expense any part of the Work that is deficient, improperly executed, or unsatisfactorily executed, even though it has been included in the monthly estimates. If he/she refuses or neglects to remove, repair, or replace such defective Work, prior to the City’s acceptance of the Work, it may be replaced by the City at the expense of the Contractor, plus 15% for overhead expenses, and his/her sureties shall be liable therefor. (See Paragraph 2.15 for curing defects after acceptance of the Work.) 2.05 CITY’S RIGHT TO CARRY OUT THE WORK A. Notwithstanding other remedies available to the City, if the Contractor defaults, fails to perform Work required by the Contract Documents, or otherwise neglects to carry out the Work in accordance with the Contract Documents and fails within a 48 hour period after receipt of written notice from the City to commence and correct such default, failure to perform, or neglect with diligence and promptness, the 455 Page 71 of 166 City, at its sole discretion and without obligation, may, with its own or outside forces, perform the Work Contractor has failed to perform and/or replace or correct deficiencies in the Work. In such case, a Change Order or Construction Change Directive shall be issued deducting from payments then or thereafter due to the Contractor the cost of completion, replacement or correction of such deficiencies, including compensation for additional services by the City’s project management staff, the Architect, and their respective consultants made necessary by such default, failure to perform, or neglect, plus 15% for City’s overhead expenses. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the City immediately. This remedy is cumulative. B. The City also has the right, but not the obligation, to self-perform or have outside forces perform portions of the Work previously assigned to Contractor. In such case a Change Order or Construction Change Directive shall be issued, reducing the Contract Sum by the Unit Price(s) applicable to such deleted Work or, in the absence of Unit Prices, an amount that reflects the reasonable cost of performing such deleted Work. 2.06 COMMUNICATIONS AND NOTICES REGARDING THE WORK A. Notices under the Contract Documents shall be in writing and (a) delivered personally, (b) sent by certified mail, return receipt requested, (c) sent by a recognized overnight mail or courier service, with delivery receipt requested, or (d) sent by facsimile communication followed by a hard copy and with receipt confirmed by telephone, to the following addresses (or to such other address as may from time to time be specified in writing by such Person): All correspondence with Contractor shall be sent to the following address: Attention: Phone: Facsimile: All communications shall be copied to City and shall be delivered to City’s Director at the address set forth below, with copies to such additional persons as may be directed by City’s Director. City of Vernon Public Utilities Department 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Joanna H. Torres Phone: Facsimile: E-mail: B. Notices shall be deemed received when actually received in the office of the addressee (or by the addressee if personally delivered) or when delivery is refused, as shown on the receipt of the U. S. Postal Service, private carrier or other Person making the delivery. Notwithstanding the foregoing, notices sent by facsimile after 4:00 p.m. Pacific Standard or Daylight Time (as applicable) and all 456 Page 72 of 166 other notices received after 5:00 p.m. shall be deemed received on the first business day following delivery (that is, in order for a fax to be deemed received on the same day, at least the first page of the fax must have been received before 4:00 p.m.). Any technical or other communications pertaining to the Work shall be conducted by Contractor's Project Manager and technical representatives designated by City. Contractor's representatives shall be available at all reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters concerning the Work. C. Contractor shall copy City on all written correspondence pertaining to the Contract between Contractor and any Person other than Contractor's Subcontractors, consultants and attorneys. D. Notification of Affected Residents/Businesses – The Contractor shall be responsible for distribution of the general information letter of the project to all affected residents and businesses. A project general information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution to all residents, business establishments, and institutions fronting on or directly affected by the project. The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate residences and buildings in the subject area. Distribution shall be accomplished in a manner acceptable to the City Engineer and shall be five (5) working days prior to the beginning of construction operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible for such other notifications as may be required related to necessary closures of streets, alleys, driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where the closures and access or parking restrictions required in the performance of any work under this contract preclude any resident, tenant, or property owner from utilizing the premises or conducting business thereon in a reasonable and customary manner. Additional notification to the affected businesses and residents shall be prepared by the City and distributed by the Contractor for roadway and driveway closures five (5) working days in advance of any construction work. No removal or excavation work is allowed until the additional notification has been distributed to the affected residents and businesses. If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all the affected residents and places of business shall be re-notified of the revised schedule, in writing, as indicated above. Contractor costs for all of the above notifications shall be considered as included in the appropriate items of the Bid Proposal. E. Notification of Utilities – The provisions of Section 5 entitled "Utilities" of the “Greenbook” Standard Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern California (U.S.A.) at least two working days in advance of the construction work 2.07 INDEPENDENT CONTRACTOR The Contractor in the performance of the Work hereunder will be acting in an independent capacity and not as an agent, employee, partner, or joint venture of the City. 2.08 EMERGENCY WORK A. During Working Hours: In case of an emergency which threatens loss or injury of property, and/or safety of life during working 457 Page 73 of 166 hours, the Contractor shall act, without previous instructions from the City, as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. B. Outside of Working Hours: Whenever, in the opinion of the City, there shall arise outside of the regular Working hours on the Contract Work of an emergency nature which threatens loss or injury of property, or danger to public safety, the Contractor shall act, without previous instructions from the City as the situation may warrant. He/she shall notify the Director of the emergency and the action taken immediately thereafter. Any compensation claimed by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Director within 15 calendar days after the emergency. Compensation, if allowed, will be paid for as Extra Work. In the event the Contractor is not able to respond to an emergency outside of regular working hours, the City's forces will handle such emergency Work. If such emergency arises out of or is the result of operations by the Contractor, the cost of the corrective measures will be billed to the Contractor and deducted from his/her payment as provided in the Contract Documents. The performance of emergency Work by City forces will not relieve the Contractor of any of his/her responsibilities, obligations, or liabilities under the Contract. 2.09 SUBCONTRACTORS A. Each subcontract shall contain a reference to the Contract between the City and the principal Contractor, and the terms of the Contract and all parts thereof shall be made part of each subcontract insofar as applicable to the Work covered thereby. If, in the Director’s opinion, the Subcontractor fails to comply with the requirements of the principal Contract insofar as the same may be applicable to the Subcontractor’s Work, the Director may disqualify the Subcontractor. B. Nothing contained in these Contract Documents shall be construed as creating any contractual relationship between any Subcontractor and the City. C. The Contractor shall be considered the employer of the Subcontractors and shall be fully responsible to the City for the acts and omissions of Subcontractors and of persons employed by them as the Contractor is for the acts and omissions of persons directly employed by him/her. D. The Contractor shall be responsible for the coordination of the trades, Subcontractors, and material suppliers engaged upon the Work. It shall be the Contractor’s duty to see that all of his/her Subcontractors commence their Work at the proper time and carry it on with due diligence so that they do not delay or injure either the Work or materials; and that all damage caused by them or their workers is made good at his/her expense. E. The City will not undertake to settle differences between the Contractor and his/her Subcontractors or between subcontractors. F. The Contractor shall utilize the services of specialty Subcontractors, without additional expense to the City, on those parts of the Work which are specified to be performed by specialty contractors. 2.10 USE OF FACILITIES PRIOR TO COMPLETION OF CONTRACT A. Whenever in the opinion of the Director any Work under the Contract, or any portion(s) thereof, is in a condition suitable for use by the City, the City may, after written notice and designation from the 458 Page 74 of 166 Director to the Contractor, use (which includes, but is not limited to, taking over or placing into service) any portion(s) designated by the Director. B. The use of any portion(s) by the City shall not be construed as, and will not constitute acceptance in any sense, of any portion(s) of the Work of the Contractor nor will such use trigger the running of any warranty and/or guarantee periods. C. All necessary repairs, renewals, changes, or modifications in the Work or any portion thereof so used, not due to ordinary wear and tear, but due to defective materials or workmanship, the operations of the Contractor, or any other cause, shall be made at the expense of the Contractor. D. The use of any portion(s) by the City shall not relieve the Contractor of any of his/her responsibilities or liabilities under the Contract nor constitute a waiver by the City of any of the conditions thereof. Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof, nor impair, reduce, or change the amount of liquidated damages. 2.11 COOPERATION WITH OTHER WORK FORCES A. The City reserves the right to perform other Work at or near the site at any time by the use of its own forces or other contractors. B. Other contractors, other utilities and public agencies or their contractors, other City contractors, and City personnel may be working in the vicinity during the project construction period. There may be some interference between these activities and the Work under the Contract Documents. The Contractor shall cooperate and coordinate his/her Work with that of other Work forces to assure timely Contract completion. 2.12 AGREEMENTS WITH PROPERTY OWNERS Agreements with property owners for storing excavated material, storing any other materials, or for any other purpose related to the Work shall be made in writing and a copy submitted to the Director for his/her information. All storage charges shall be at the Contractor’s sole expense. 2.13 PROTECTION OF PROPERTY All public and private property, pavement or improvement, shall be safely guarded from damage or loss in connection with this Contract by the Contractor at all times. Should any facility, structure, or property be damaged during operations of the Contractor, he/she shall immediately notify the property owners or authorities. All damages and losses incurred shall be paid by the Contractor. 2.14 CONTRACTOR'S RESPONSIBILITIES FOR LOSSES OR LIABILITIES A. Risk of Loss Except as otherwise provided in the Contract Documents and except as to the cost of repair or restoration of damage to the Work caused by force majeure, the Contractor shall bear all losses resulting to him/her on account of the amount or character of the Work, or from any unforeseen obstructions or difficulties which may be encountered, or from any encumbrances on the line of the Work, or because the nature of the ground in or on which the Work is done is different from what is assumed. The Contractor shall bear the risk for any City equipment, material, or supplies with which he/she has been entrusted. 459 Page 75 of 166 B. Materials and Facilities The Contractor shall be responsible for materials and facilities as hereinafter provided and in the event of his/her failure to carry out said responsibilities, the same may be carried out by the City at the expense of the Contractor: 1. The Contractor shall be responsible for any materials so furnished and for the care of all Work until its completion and final acceptance, and he/she shall at his/her own expense replace damaged or lost materials and repair damaged parts of the Work. 2. The Contractor shall protect City facilities from damage resulting from his/her Work. City facilities damaged by, or as a result of, the Contractor's Work under this Contract shall be repaired or replaced, as directed by the Director, at the Contractor's expense. 3. The Contractor shall remove from the vicinity of the completed Work all buildings, rubbish, unused material, concrete forms, and other materials belonging or used under his/her direction during construction. If Contractor fails to completely remove such items within a reasonable time the City may do so at the Contractor’s expense. C. Laws and Regulations 1. The Contractor shall obey all laws, ordinances, and regulations in any manner affecting those engaged or employed on the Work, or the materials used in the Work, or in any way affecting the conduct of the Work, and of all court orders and decrees having any jurisdiction or authority over the same. If any discrepancy or inconsistency should be discovered in this Contract, or in the Drawings or Specifications herein referred to, in relation to any such law, ordinance, regulation, order, or decree, he/she shall immediately report the same in writing to the Director. 2. Contractor shall, at all times, cause all his/her agents and employees to observe and comply with all such applicable laws, ordinances, regulations, orders, and decrees in effect or which may become effective before Final Completion of this Contract. 3. Nothing in the Contract Documents shall be construed to permit Work not conforming to such laws, ordinances, and regulations. If the Contractor ascertains at any time that any requirement of this Contract is at variance with such applicable law requirement, he/she shall immediately notify the Director. 4. If such applicable law requirement was not in effect on the date of submission of bids, any necessary adjustment of the Contract price shall be made as provided in Article 6 herein. If such applicable law requirement was in effect on said date of bid submission, no adjustment of Contract price will be considered. 5. The Contractor, at his/her own expense, shall pay all taxes properly assessed against his/her equipment, materials, or property used or required in connection with the Work. 2.15 WARRANTY AND CORRECTIONS A. Warranty 1. Warranty. The Contractor warrants to the City that: (i) materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents; (ii) the Work will be of good quality and free from defects; (iii) the Work will conform to the requirements of the Contract Documents; and (iv) Contractor will 460 Page 76 of 166 deliver the Project free of stop notice claims. Work not conforming to these requirements, including substitutions not accepted by the City, will be deemed defective. The Contractor’s warranty excludes improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the correction obligation of Paragraph 2.04 herein. 2. Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or are duplicative, Contractor will be bound by the more stringent requirements. 3. Procurement and Assignment of Warranties: Contractor shall obtain in the name of City, or transfer or assign to City or City’s designee prior to the time of Final Completion of the Work, any and all warranties or guarantees which Contractor is required to obtain pursuant to the contract Documents and which Contractor obtained from any other person or entity other than Contractor including, but not limited to, Subcontractors and manufacturers, and further agrees to perform the Work in such a manner so as to preserve any and all such warranties. Contractor shall secure written warranties from all Subcontractors. Contractor and its Subcontractors shall offer any warranty upgrades or extensions that are offered by manufacturers of any equipment or system installed in the Work to the City. Contractor shall deliver to City all warranty and guarantee documents and policies. 4. Survival of Warranties: The provisions of this paragraph 2.15 will survive Contractor’s completion of the Work or termination of Contractor’s performance of the Work. B. Correction of Work 1. Before or After Final Completion. The Contractor shall promptly correct Work rejected by the City or City’s designee, as failing to conform to the requirements of the Contract Documents, whether discovered before or after Final Completion and whether or not fabricated, installed, or completed. Costs of correcting such rejected Work, including additional testing, inspections, and compensation for the City’s services and expenses made necessary thereby, will be at the Contractor’s expense within the Contract Price. 2. After Final Completion. (a) In addition to the Contractor’s warranty obligations under Paragraph 2.15-A, if, within one (1) year after the date of Final Completion of the Work or within the time period established by any applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall commence correction or replacement of such Work within forty-eight (48) hours after receipt of written notice from the City to do so. The Contractor shall perform such corrective work without charge or cost to the City after Final Completion of the Work. The City shall give such notice promptly after discovery of the condition. (b) If the Contractor fails to commence correction or replacement of non-conforming Work within forty-eight (48) hours after receipt of written notice, the City will proceed to have defects repaired or replaced at the expense of the Contractor and its Performance Bond surety, plus fifteen percent (15%) for the City’s overhead and administrative expense. The City may charge such costs against any payment due Contractor. If, in the opinion of the City, defective work creates a dangerous or hazardous condition or requires immediate correction or attention to 461 Page 77 of 166 prevent further loss to the City or to prevent interruption of operations of the City, the City may take immediate action, give notice, make such correction, or provide such attention and the cost of such correction or attention will be charged against the Contractor. Such action by the City will not relieve the Contractor of the warranties provided in this Article or elsewhere in the Contract Documents. 3. Replacement or Removal of Defective or Unauthorized Work. The Contractor shall remove from the Site and replace those portions of the Work which are not in accordance with the requirements of the Contract Documents in a manner acceptable to and as ordered by the Director. No compensation shall be allowed for such removal or replacement. Director shall have authority to cause defective work to be remedied, removed or replaced and to deduct the costs from monies due or to become due to the Contractor. 4. Destruction or Damage. In the event the Contractor destroys or damages any construction of the City or another contractor while correcting or removing Work which is not in accordance with the requirements of these Contract Documents, the Contractor shall bear the cost of repairing or reconstructing that other construction as well. 5. No Limitation. Nothing contained in Paragraph 2.15-B will be construed to establish a period of limitation with respect to other obligations which the Contractor might have under the Contract Documents. Establishment of the one-year period for correction of Work as described in Paragraph 2.15-B relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the limitations periods established by statute for any construction defect or other causes of action. 2.16 CLEANING AND ENVIRONMENTAL CONTROLS The Contractor, Subcontractors and employees shall comply with all litter and pollution laws and it shall be the responsibility of the Contractor to ensure compliance. The Contractor shall do all of the following: A. Maintain the Site free of waste materials, debris, and rubbish and in a clean and orderly condition; and Remove waste materials, debris and rubbish from site and dispose off-site legally. B. The Contractor shall maintain at his/her disposal any and all equipment necessary to prevent and remediate any sanitary sewer overflow arising out of the Work. The Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles, as directed by the Director, to maintain the affected areas in a condition of cleanliness acceptable to the City at all locations affected by the Contractor’s operations. For purposes of this Paragraph, the affected areas include the project Site as well as all haul routes to and from the project Site and all areas of construction and restoration which have not been completed. C. The Contractor shall take appropriate action to ensure that no dust originates from the project Site. D. Any equipment or vehicles driven and/or operated within or adjacent to a street gutter, storm drain, runoff conveyance or ocean shall be checked and maintained daily to prevent leaks of materials that if introduced to water could be deleterious to aquatic life. E. No debris, soil, silt, sand, bark, trash, sawdust, rubbish, cement or concrete or washings thereof, oil or petroleum products or other organic or earthen material from any construction, or associated activity or whatever nature shall be allowed to enter into or placed where same may be washed by rainfall or runoff into waters of the State. When operations are completed, any excess materials or debris shall be removed from the Work area. 462 Page 78 of 166 2.17 WATER POLLUTION CONTROL A. The Contractor shall meet all applicable City of Vernon, state and federal clean water laws, rules and regulations including but not limited to all conditions set forth in the Vernon Municipal Code Chapter 21, Article 5 regarding stormwater and urban runoff controls as it relates to public agency activities including, but not limited to storm and/or sanitary sewer system inspection and repair, street sweeping, trash pick-up and disposal, and street and right-of-way construction and repair are required to implement and maintain the activity specific Best Management Practices (BMPs) listed in Table 2-1 below in compliance with the National Pollutant Discharge Elimination System (NPDES) requirements. Contractor shall not discharge any water containing trash, debris, pollutants, fuels, oils, soaps or other non-allowable constituents from its sweeping vehicles upon any city street, to any storm drain or any non-permitted outlet. As part of its submission, contractor shall describe its methods for preventing NPDES violations during sweeping operations within the City. In addition, Contractor shall comply with all NPDES requirements at its maintenance facilities, storage yards and company facilities. Failure to comply with this section may result in termination for cause by the City of any contract resulting from this solicitation. Table 2-1. BMPs for Public Agency Facilities and Activities General and Activity Specific BMPs General BMPs Scheduling and Planning Spill Prevention and Control Sanitary/Septic Waste Management Material Use Safer Alternative Products Vehicle/Equipment Cleaning, Fueling and Maintenance Illicit Connection Detection, Reporting and Removal Illegal Spill Discharge Control Maintenance Facility Housekeeping Practices Flexible Pavement Asphalt Cement Crack and Joint Grinding/ Sealing Asphalt Paving Structural Pavement Failure (Digouts) Pavement Grinding and Paving Emergency Pothole Repairs Sealing Operations Rigid Pavement Portland Cement Crack and Joint Sealing Mudjacking and Drilling Concrete Slab and Spall Repair Slope/Drains/Vegetation Shoulder Grading Nonlandscaped Chemical Vegetation Control Nonlandscaped Mechanical Vegetation Control/Mowing Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Fence Repair Drainage Ditch and Channel Maintenance Drain and Culvert Maintenance Curb and Sidewalk Repair Litter/ Debris/ Graffiti Sweeping Operations 463 Page 79 of 166 Litter and Debris Removal Emergency Response and Cleanup Practices Graffiti Removal Landscaping Chemical Vegetation Control Manual Vegetation Control Landscaped Mechanical Vegetation Control/ Mowing Landscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal Irrigation Line Repairs Irrigation (Watering), Potable and Nonpotable Environmental Storm Drain Stenciling Roadside Slope Inspection Roadside Stabilization Stormwater Treatment Devices Traction Sand Trap Devices Bridges Welding and Grinding Sandblasting, Wet Blast with Sand Injection and Hydroblasting Painting Bridge Repairs Other Structures Pump Station Cleaning Tube and Tunnel Maintenance and Repair Tow Truck Operations Toll Booth Lane Scrubbing Operations Electrical Sawcutting for Loop Installation Traffic Guidance Thermoplastic Striping and Marking Paint Striping and Marking Raised/ Recessed Pavement Marker Application and Removal Sign Repair and Maintenance Median Barrier and Guard Rail Repair Emergency Vehicle Energy Attenuation Repair Storm Maintenance Minor Slides and Slipouts Cleanup/ Repair Management and Support Building and Grounds Maintenance Storage of Hazardous Materials (Working Stock) Material Storage Control (Hazardous Waste) Outdoor Storage of Raw Materials Vehicle and Equipment Fueling Vehicle and Equipment Cleaning Vehicle and Equipment Maintenance and Repair Aboveground and Underground Tank Leak and Spill Control 464 Page 80 of 166 B. Water Quality Protection Requirements for Construction Projects with Less than One (1) Acre of Disturbed Soil. All construction projects, regardless of size, will be required to implement best management practices (BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the minimum water quality protection requirements and implement all applicable set of BMPs as defined in Table 2-2. Please refer to the California Stormwater Quality Association’s Construction Handbook (available on their website: www.cabmphandbooks.com) for further information regarding the BMPs listed in Table 2-2. All construction projects with Less than One (1) Acre of Disturbed Soil shall submit to the City a signed Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit (Exhibit 5). The Contractor may self-certify that the following training was completed on an annual basis providing they certify they have received all applicable training:  The Contractor shall train all of their employees in targeted positions (whose interactions, jobs, and activities affect stormwater quality) on the requirements of the overall stormwater management program.  When the Work includes the use or have the potential to use pesticides or fertilizers, the Contractor shall train all of their employees (whether or not they normally apply pesticides or fertilizers as part of their work). Training programs shall address: 1) The potential for pesticide-related surface water toxicity 2) Proper use, handling, and disposal of pesticides Table 2-2 Minimum Water Quality Protection Requirements and Applicable Set of BMPs for All Construction Projects Category Minimum Requirements BMPs 1. Sediment Control Sediments generated on the project site shall be retained using adequate Treatment Control or Structural BMPs. Sediment Control 2. Non-Stormwater Management, Waste Management and Materials Pollution Control Construction-related materials, wastes, spills or residues shall be retained at the project site to avoid discharge to streets, drainage facilities, receiving waters, or adjacent properties by wind or runoff. Non-storm water runoff from equipment and vehicle washing and any other activity shall be contained at the project sites. Stormwater Management; Waste Management 3. Erosion Control Erosion from slopes and channels shall be controlled by implementing an effective combination of BMPs, such as the limiting of grading scheduled during the wet season; inspecting graded areas during rain events; planting and maintenance of vegetation on slopes; and covering erosion susceptible slopes. Erosion Control 465 Page 81 of 166 3) Least toxic methods of pest prevention and control, including Integrated Pest Management 4) Reduction of pesticide use C. Water Quality Protection Requirements for Construction Projects with One (1) Acre (or greater) of Disturbed Soil. In addition to the minimum BMPs required in Paragraphs A and B, all construction projects where at least one (1) acre of soil will be disturbed, construction activity that results in land surface disturbances of less than one acre if the activity is part of a larger common plan of development, or the sale of one or more acres of disturbed land surface requires a Construction Activities Storm Water General Permit (2009-0009-DWQ Permit). Prior to commencement of construction activities, the Permit Registration Documents (PRDs) must be submitted electronically in the Storm Water Multi-Application Report Tracking System (SMARTS) (http://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.jsp). PRDs consist of the Notice of Intent, Risk Assessment, Post-Construction Calculations, a Site Map, the Storm Water Pollution Prevention Plan (SWPPP), a signed certification statement by the Legally Responsible Person (LRP), and the first annual fee. See: http://www.swrcb.ca.gov/water_issues/programs/stormwater/construction.shtml for more information. A Waste Discharger Identification (WDID) will be emailed to the LRP after the PRDs have been submitted and are deemed complete. Construction activities cannot begin until a WDID is issued by the State Water Resources Control Board. Contractor shall bear the costs of any delays to the Project caused by a delay in obtaining its WDID. The SWPPP shall include: 1. The name, location, period of construction, and a brief description of the project; 2. Contact information for the owner and contractor; 3. The building permit number for the project; 4. The grading permit number for the project (where applicable); 5. A list of major construction materials, wastes, and activities at the project site; 6. A list of best management practices to be used to control pollutant discharges from major construction materials, wastes, and activities; 7. A site plan (construction plans may be used) indicating the selection of BMPs and their location where appropriate; 8. Non-storm water discharges, their locations, and the BMPs necessary to prevent the discharge; 9. A maintenance and self-inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs; and 10. A certification statement that all required and selected BMPs will be effectively implemented. Within seven (7) days after the City awards the Contract, the Contractor shall submit seven (7) copies of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the plan. If revisions are required, the Contractor shall revise and re-submit the document within seven (7) days of its receipt of the City’s comments. The City shall then have seven (7) days to consider the revisions made by the Contractor and approve the SWPPP. The Contractor shall maintain a minimum of two (2) readily accessible copies of the SWPPP at the Project site. The SWPPP shall be made available upon request of a representative of the Los Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection 466 Page 82 of 166 Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City. D. Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities. The plan will describe and ensure the implementation of Best Management Practices (BMPs) which will be used to reduce pollutants in the storm water discharges from the construction site. A Best Management Practice is defined as any program, technology, process, operating method, measure, or device that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development, and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and construction operations. Copies of the California Stormwater BMP Handbooks may be obtained from: California Stormwater Quality Association P.O. Box 2313 Livermore, CA 94551 www.cabmphandbooks.com Cashier Los Angeles County DPW 900 South Fremont Avenue Alhambra, CA 91803 Tel. No. (626) 458-6959 E. Implementation The Contractor will be responsible throughout the duration of the Project for the installation, monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions, contractor’s activities, or construction operations. The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP control measures to protect soil-disturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures. Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted prior to the end of the following workday, construction scheduling shall be modified, as required, and the Contractor shall deploy functioning control measures prior to the onset of the precipitation. The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this Paragraph 2.17. Unless otherwise directed by the City, the Contractor’s responsibility for SWPPP implementation shall continue throughout any temporary suspension of the Work. F. Sewage Spill Prevention. The Contractor’s attention is directed to the sewer bypass operation required during any sewer construction pursuant to the 2012 edition of the “Greenbook” Standard Specifications for Public Works Construction, Section 500.1.2.4 or as that section is subsequently amended. The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site. 467 Page 83 of 166 The Contractor shall be fully responsible for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is damaged by the contractor shall be immediately repaired at the Contractor’s expense. The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills. G. Sewage Spill Telephone Notification Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two City Departments: Sewer Maintenance Services ...............City of Vernon Control Center: (323)826-1461 Fire Department Dispatch Center ................................................................................. 911 The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors. However, if these City representatives are not available, then the Contractor shall immediately call: Joanna Hurtado (323)919-2396 H. Sewage Spill Written Notification The Contractor shall prepare and submit a written report to the Director within three (3) Working Days from the occurrence of a spill to the City. This report shall describe all of the following: 1. The exact location on the Thomas Guide map 2. The nature and volume 3. The date, time and duration 4. The cause 5. The type of remedial and/or cleanup measures taken and date and time implemented 6. The corrective and preventive action taken, and 7. The water body impacted and results of necessary monitoring I. Enforcement The City is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and private citizens. The Contractor shall indemnify, defend and hold City, its officers, agents and employees harmless from Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. Contractor shall be responsible for all costs and liabilities imposed by law as result of Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17. The costs and liabilities include, but are not limited to fines, penalties and damages whether assessed against the City or the Contractor. In addition to any remedy authorized by law, any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied. 468 Page 84 of 166 J. Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the SWPPP. The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure, or reinitiate any BMPs that have been discontinued. If the City identifies a deficiency in the deployment or functioning of identified control measures, the deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to by Director and if requested in writing, but not later than the onset of the subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. K. Payment All costs involved in the implementation of the SWPPP, including furnishing all labor, materials, tools, equipment and all incidentals; and for doing all the work involved in installing, constructing, maintaining, removing, and disposing of control measures, except those that were installed as a part of another structure, shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefor. 2.18 SOLID WASTE DISPOSAL AND DIVERSION The Contractor shall submit to the Director the following summary of solid waste generated by the Work, disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that specifically identify the project generating the material. Said documents must be from recyclers and/or disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the Director with each application for progress payment. Failure to submit the form and its supporting documentation will render the application for progress payment incomplete and delay progress payments. SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION Project Title: ______________________________ Specification No. ___________ Type of Material (a) Disposed in Class III Landfills (b) Diverted from Class III Landfills by Recycling (c) [Leave This Column Blank] (d) Disposed in Inert Fills Tons/CY Tons/CY Tons/CY Tons/CY Asphalt Concrete Metal Other Segregated Materials (Describe): Miscellaneous Construction Waste Total Form to be submitted to the City SIGNATURE: TITLE: 469 Page 85 of 166 DATE: 2.19 RECYCLED, REUSABLE AND RECYCLABLE PRODUCTS The Contractor is encouraged to propose recycled, reusable and recyclable products for use by the City. Those items should be clearly identified. The City may require further information or documentation to ascertain the suitability/appropriateness of a proposed product. [END OF ARTICLE] 470 Page 86 of 166 ARTICLE 3 - TIME OF COMMENCEMENT AND COMPLETION 3.01 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK A. Notice to Proceed The Contractor is not authorized to perform any Work the Contract Documents until he/she has received from the City an official notification to commence Work. The date on which the notification is received by the Contractor is herein referred to as the Notice to Proceed. The Contractor shall commence Work on the Date of Commencement established in the Notice to Proceed is issued. The Notice to Proceed shall be issued after the Contract is properly executed, bonds are furnished and approved, and insurance has been submitted and approved. B. Prosecution of the Work Work shall be continued at all times with such force and equipment as will be sufficient to complete it within the specified time. The Contractor expressly proposes that he/she has taken into consideration and made allowances for all ordinary delays and hindrances to the Work to be performed and that he/she will complete the Work within the specified time. C. Required Contract Completion Time is of the essence in the completion of this Contract. The Work shall be completed in its entirety and made ready for service within ninety (90) calendar days following the Date of Commencement established in the Notice to Proceed (“Contract Time”). By executing the Contract, Contractor confirms that the Contract Time is a reasonable period for performing the Work. 3.02 CITY'S DISCRETION TO EXTEND CONTRACT TIME In the event the Work required hereunder is not satisfactorily completed in all parts and in compliance with the Contract Documents, City shall have the right, in its sole discretion, to increase the number of Working Days or not, as may seem best to serve the interest of City. A change order extending the Contract Time only will be issued by the City should the City decide to increase the number of Working Days. 3.03 SUBSTANTIAL COMPLETION A. Contractor Request for Inspection and Punch List When the Contractor considers that it has achieved Substantial Completion of the Work, or designated portion thereof, Contractor shall prepare and submit to the Director a request for inspection and a comprehensive punch list of items to be completed or corrected prior to Final Payment. Failure to include an item on such punch list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. B. City Inspection Upon receipt of the Contractor's punch list, the Director will make an inspection to determine whether the Work or designated portion thereof is Substantially Complete. If the inspection discloses any item, whether or not included on the Contractor's punch list, which is not sufficiently complete in accordance with the Contract Documents so that the City can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before City's issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by City. The 471 Page 87 of 166 Contractor shall then submit a request for another inspection by City to determine Substantial Completion. C. Certificate of Substantial Completion When the Work or designated portion thereof is substantially complete, the Director will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall establish responsibilities of the City and Contractor for security, maintenance, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall finish all items on the Contractor’s punch list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work. Contractor shall deliver to City all warranty and guarantee documents and policies. 3.04 DELAYS AND EXTENSIONS OF TIME FOR CONTRACTOR A. The Contractor shall take reasonable precautions to foresee and prevent delays to the Work. In the event of any delay to the Work, the Contractor shall revise his/her sequence of operations, to the extent possible under the terms of the Contract, to offset the delay. B. If any delay to the Work is caused by circumstances within the Contractor's control, it is not excusable and not compensable, and the Contractor will not be entitled to any extension of time or to any other compensation for damages resulting directly or indirectly therefrom. C. If any delay having a direct effect on the Work is caused by circumstances beyond the control of the Contractor except for causes of delay specified in Paragraph 3.04-D., such delay may be excusable and may entitle the Contractor to an equivalent extension of time, but not to any other compensation. Excusable but not compensable causes include but are not limited to labor disputes, weather conditions unfavorable for prosecution of the Work, and force majeure. D. If any delay having a direct effect on the Work is caused by failure of the City to provide information as specified, or necessary instructions for carrying on the Work, or to provide the necessary right of way or site for installation, or failure of a utility to remove or relocate an existing facility such delay may be compensable and may entitle the Contractor to an equivalent extension of time, and to compensation for damages resulting directly from any of the causes of delay specified in this paragraph. E. The Contractor shall notify the Director in writing of any delay having a direct effect on the Work and the causes thereof within 15 days from the beginning of such delay. F. Any claim for an extension of time or for compensation for damages resulting from delay shall be made in writing to the Director not more than 30 days after the ending of such delay. The Contractor shall provide a written report evaluating the impact of the delay which shall include, at a minimum, all of the following: 1. a narrative description of the delay and its impact on the critical path to Substantial Completion of the Work or a portion of the Work designated by City; 2. a detailed breakdown of the Allowable Costs, if any, sought by Contractor due to the delay; 3. the number of days of extension sought by Contractor as an adjustment to the Contract time; 4. a statement that Contractor has complied with the requirements of the General Conditions for written notice of delays, along with the dates and copies of such notices; 472 Page 88 of 166 5. the measures taken by Contractor and Subcontractors to prevent or minimize the delay; and 6. the Contactor’s recommendations for reordering or re-sequencing the Work to avoid or minimize further delay. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of the overall Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. G. The Director will investigate the facts and ascertain the extent of the delay, and his/her findings thereon shall be final and conclusive. H. Failure of the Contractor to give written notice of a delay, or to submit or document a claim for an extension of time or for damages resulting from delay in the manner and within the times stated above shall constitute a waiver of all claims thereto. I. When a Contractor experiences two concurrent delays, one compensable and the other excusable, no compensation other than an extension of time will be allowed. J. An extension of time must be approved by the Director to be effective, but an extension of time whether with or without consent of the sureties, shall not release the sureties from their obligations, which shall remain in full force until the discharge of the Contract. 3.05 CLIMATIC CONDITIONS A. The Director may suspend the Work whenever weather conditions or conditions resulting from inclement weather are unfavorable for the prosecution of the Work. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. B. If the Contractor believes that Work should be suspended under this Paragraph 3.05, he/she may request such suspension. The delay caused by such suspension may entitle the Contractor to an extension of time but not to any other compensation. C. No extension of time will be granted for suspension of Work unless the suspension affects the timely completion of all Work under the Contract or the timely completion of a portion of the Work for which a time of completion is specified. Determination that the suspension for inclement weather conditions or conditions resulting from inclement weather affects timely completion and entitles the Contractor to an extension of time shall be made and agreed to in writing by the Director and the Contractor on each day that Work is suspended. In the event of failure to agree, the Contractor may protest under the provisions of Paragraph 7.07. D. If Work is suspended and an extension of time is granted under this Paragraph 3.05 the Contractor will be entitled to a one day extension of time for each day that he/she is unable to Work at least one-half of his/her current normal Work day; and if the Work is suspended at the regular starting time on any Work day and the Contractor's Workforce is dismissed as a result thereof, then he/she will be entitled to a one day extension of time whether or not conditions change thereafter and the major portion of the day is suitable for Work. 3.06 COMPLETION AND ACCEPTANCE A. Upon request by the Contractor, the Director shall conduct a final inspection of the Work. If, in the Director’s opinion, Final Completion has been achieved, the Director will accept the Work by issuing a “Notice of Completion” of the Work to the Contractor. Upon the issuance of the Notice of Completion 473 Page 89 of 166 the Contractor will be relieved from responsibility to protect the Work. B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder. 3.07 LIQUIDATED DAMAGES A. Contractor and City agree to liquidate damages in the amount of three-thousand dollars ($3,000) per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents. B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day that Substantial Completion is delayed. C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of the Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement. D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages. Contractor shall pay the difference to City. [END OF ARTICLE] 474 Page 90 of 166 ARTICLE 4 - CONSTRUCTION SCHEDULES 4.01 BASELINE PROJECT SCHEDULE The Contractor shall submit his/her work Baseline Project Schedule, in electronic as well as hard-copy format, to the Director at the pre-construction meeting showing in detail how the Contractor plans to execute and coordinate the Work. The construction schedule shall show the sequence of work, critical path and estimated time for completion of each segment of work. This schedule must be reviewed and accepted by the Director before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule forecasting two (2) weeks of work describing each day’s work. This schedule shall be updated and submitted to the City every other Monday during the construction period. The Contractor shall give 48 hours notice to the City Engineer prior to the start of the work. A. Format 1. At a minimum, the Baseline Project Schedule activities shall be coded on a work discipline basis and by geographic area or location on the Project. The Baseline Project Schedule shall include a detailed description of each activity code. The Baseline Project Schedule shall be based on and incorporate contract milestone and completion dates specified in the Contract Documents. It shall depict events, jobs, and their interrelationships and shall recognize the progress that must be made on one task before subsequent tasks can begin. The schedule shall be comprehensive and shall include all logical interdependencies and interactions required to perform the Work of the Project. 2. Overall time of completion and time of completion for each milestone shown on the Schedule shall adhere to the specified Contract Time, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City and formalized by Change Order. 3. Contractor shall use the latest version of Microsoft Project or equivalent software agreed to by the parties. 4. The City will review the submitted Baseline Project Schedule for conformance with these scheduling requirements. Within fourteen (14) calendar days after receipt, the City will accept the proposed Baseline Project Schedule or will return it with comments. If the proposed Baseline Project Schedule is accepted by the City, it shall be deemed part of the Contract Documents. If the Baseline Project Schedule is not accepted by City, Contractor shall revise the Baseline Project Schedule, in accordance with the recommendations of the City, and re-submit same for acceptance, no later than seven (7) calendar days after receipt of said recommendation. 5. Acceptance of Baseline Project Schedule by City, failure to include an element of work, or inaccuracy in Baseline Project Schedule shall not relieve Contractor from the responsibility for accomplishing the Work in accordance with the Contract Documents. B. Float 1. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the scheduled completion of the milestones and/or time of completion. All other Work activities are defined as non-critical Work activities and are considered to have float. Float is defined as the time that a non-critical Work activity can be delayed or extended without delaying the scheduled completion of the milestones and/or time of completion. Float is considered a Project resource available to either party or both parties as needed. Once identified, Contractor shall monitor, account for, and maintain float in accordance with Critical Path Methodology. 475 Page 91 of 166 2. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the delays consume all float associated with that non-critical Work activity and cause the Work activity to become critical. 3. It is acknowledged that City-caused time savings (i.e., critical path submittal reviews returned in less time than allowed by the Contract Documents, approval of substitution requests which result in a savings of time for Contractor, etc.) create shared float. Accordingly, City-caused delays may be offset by City-caused time savings. C. Weather (This section applies only to projects of one (1) year duration or longer) The completion time contemplated by this Contract anticipates ____________ lost days (Work Days) due to normal weather conditions annually and prorated for any duration less than twelve months. Only unusual or extreme weather conditions, as determined by the National Oceanic and Atmospheric Administration, for the time of year will be considered as justification for an extension of time to complete the Project, and only after the ____________ weather days have been utilized. Annual weather days are not cumulative, and unused days shall become “float” for the benefit of the project, and the schedule adjusted accordingly. The use of weather days by the Contractor shall be subject to all the conditions of claim for an extension of time. The Contractor shall notify the City in writing within ten (10) days of the commencement of each rain event. D. Early Completion While the Contractor may schedule completion of the Project earlier than the date established by the Contract Documents, no additional compensation shall become due the Contractor for the use of float time between the Contractor’s projected early completion date and the date for Substantial Completion established by the Contract Documents, unless an earlier (advanced) time of completion is requested by Contractor, agreed to by the City, and formalized by Change Order. 4.02 SCHEDULE UPDATES A. With each Application for Payment submitted by Contractor (other than the final Application for Payment), the Contractor shall submit to the City an updated Project Schedule revised to indicate the Work completed, status of Work in progress, all progress slippages, corrective actions taken, or slippage carry-over, for all anticipated delays or difficulties, and all other information required to accurately present the actual status of the progress of the Work as of the date of the Application for Payment. If the Contractor does not submit an updated Project Schedule with an Application for Payment, City may withhold payment, in whole or in part, until the updated Project Schedule is submitted. In the event that an update to the Project Schedule indicates a delay to the Contract Time the Contractor shall propose an affirmative plan to correct each such delay, including overtime and/or additional labor, if necessary. In no event shall any Project Schedule update constitute an adjustment in the Contract Time, any deadline, or the Contract Sum unless any such adjustment is agreed to by the City and authorized pursuant to Change Order or Work Directive. B. At no time shall historical data contained within the updated Project Schedule (i.e. completed activities) be removed and/or altered in any way. This historical data is to be preserved within each of the updated Project Schedules and submitted with the final schedule update to reflect the actual start and finish dates for each activity within the Schedule. C. Any work stoppages within individual work activities that exceed seven (7) calendar days in duration shall be clearly indicated within the updated Project Schedule. In cases where unplanned activity work stoppages exceed seven (7) calendar days activities shall be added to the Project Schedule to clearly 476 Page 92 of 166 indicate the work stoppage period and identify forecasted resumption and completion of the activity where work has stopped. Contractor shall clearly note all schedule revisions when Project Schedule updates are submitted, as required in this Paragraph 4.02 above. 4.03 NONCOMPENSABLE EXTRAORDINARY MEASURES A. Should the City determine, in its sole judgment, that the performance of the Work has not progressed to the level of completion required by the Contract Documents, City shall have the right to order the Contractor to take corrective measures to expedite the progress of construction, at no additional cost to the City, including, without limitation, the following: 1. Working additional shifts of overtime. 2. Supplying additional manpower, equipment, and/or facilities. 3. Reschedule activities to maximize practical concurrence of accomplishment of activities. 4. Submitting a Recovery Schedule discussed above, for resequencing performance of the Work or other similar measures. 5. Any other actions that may be necessary to mitigate delays. B. Such Extraordinary Measures shall continue until the progress of the Work is no longer behind schedule and/or reaches the stage of completion required by the Contract Documents. Contractor shall not be entitled to an adjustment in the Contract Sum in connection with the performance of any such Extraordinary Measures required by the City under this Paragraph. The City may exercise the rights furnished the City pursuant to this Paragraph as frequently as the City deems necessary to ensure that the Contractor’s performance of the Work will comply with the Contract Time or interim completion dates set forth in the Contract Documents. If Contractor or its Subcontractors fail to implement or commence Extraordinary Measures within ten (10) calendar days of City’s written demand, City may, without prejudice to other remedies, take corrective action at the expense of the Contractor which shall reduce the Contract Sum accordingly. 4.04 CONDITION OF PAYMENT Compliance by Contractor with the requirements of the Contract Documents pertaining to preparation, submission, revising and updating of the Schedule is a condition precedent to City’s obligation to make payment to Contractor of any or all sums that might otherwise be due to Contractor in the absence of such noncompliance. Payment by City under circumstances in which City, for any reason, fails or elects not to assert its right to withhold payment for noncompliance with this Paragraph shall not be construed as a waiver of the right to withhold future payments on account of such noncompliance or any other noncompliance. [END OF ARTICLE] 477 Page 93 of 166 ARTICLE 5 - SUSPENSION OR TERMINATION OF CONTRACT 5.01 TERMINATION BY THE CONTRACTOR A. Contractor shall have the right to terminate its performance of the Contract only upon the occurrence of one of the following: 1. The Work is stopped for a period of ninety (90) consecutive days through no act or fault of the Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, due to: a. the issuance of an order of a court or other public authority having jurisdiction; or b. an act of government, such as a declaration of national emergency making material unavailable; and Contractor has given City written notice within ten (10) days of the occurrence of such ground for termination, then the Contractor may, upon thirty (30) additional calendar days written notice to City, unless the reason has theretofore been cured, terminate its performance of the Work. 2. The Work is stopped for a period of 120 consecutive days through no act or fault of Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, because the City has persistently failed to perform any material obligation under the Contract Documents and fails to cure such default within ninety (90) days after the receipt of notice from Contractor stating the nature of such default. B. If Contractor terminates its performance of the Contract in accordance with this Paragraph 5.01, the City shall pay Contractor for the Work executed through the date of termination as set forth in Paragraph 5.04-C below. 5.02 TERMINATION BY THE CITY FOR CAUSE A. Grounds The City shall have the right to terminate the Contractor’s performance of the Contract, in whole or in part, without liability to City if: 1. Contractor fails promptly to begin the Work under the Contract Documents; or 2. Contractor refuses or fails to supply enough properly skilled workers or proper materials; or 3. Contractor fails to perform the Work in accordance with the Contract Documents, including conforming to applicable standards set forth therein in constructing the Project, or refuses to remove and replace rejected materials or unacceptable Work; or 4. Contractor discontinues the prosecution of the Work (exclusive of work stoppage: (a) due to termination by City; or (b) due to and during the continuance of a Force Majeure event or suspension by City); or 478 Page 94 of 166 5. Contractor fails to resume performance of Work which has been suspended or stopped, within a reasonable time after receipt of notice from City to do so or (if applicable) after cessation of the event preventing performance; or 6. Any representation or warranty made by Contractor in the Contract Documents or any certificate, schedule, instrument, or other document delivered by Contractor pursuant to the Contract Documents shall have been false or materially misleading when made; or 7. Contractor fails to make payment to Subcontractors or Material Suppliers for materials or labor in accordance with the respective Contract Documents and applicable law; or 8. Contractor disregards laws, ordinances, or rules, regulations, or orders of a public authority having jurisdiction; or 9. Contractor is guilty of breach of a provision of the Contract Documents; or 10. Contractor becomes insolvent, is adjudicated bankrupt, or makes a general assignment for the benefit of creditors and fails to provide City with adequate assurances of Contractor’s ability to satisfy its contractual obligations. A receiver, trustee, or other judicial officer shall not have any right, title, or interest in or to the Contract. Upon that person’s appointment, City has, at its option and sole discretion, the right to immediately cancel the Contract and declare it null and void. B. City’s Rights. When any of the reasons specified in Paragraph 5.02-A exist, the City may, in addition to and without prejudice to any other rights or remedies of the City, and after giving the Contractor five (5) calendar days written notice, terminate Contractor’s performance of the Work, in whole or in part, and may: 1. Take possession of the site and all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor; 2. Withhold from Contractor amounts unpaid hereunder and to offset such amounts against damages or losses incurred by City; 3. Accept assignment of subcontracts from Contractor, at the sole discretion of City, and 4. Finish the Work by whatever reasonable method the City may deem expedient. Upon request of the Contractor, the City shall furnish to the Contractor a detailed accounting of the costs incurred by the City in finishing the Work. C. Costs If City’s costs to complete and damages incurred due to Contractor’s default exceed the unpaid Contract balance, the Contractor shall pay the difference to the City. D. Wrongful Termination If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor for cause, then said termination shall be deemed converted to a termination for convenience as set forth in Paragraph 5.04 and Contractor’s remedy for wrongful termination in such event shall be limited 479 Page 95 of 166 to the recovery of the payments permitted for termination for convenience as set forth in Paragraph 5.04. 5.03 PARTIAL DELETION OR SUSPENSION OF WORK BY THE CITY A. Contractor agrees that the City may determine whether any or all of the Work described in the Contract Documents shall be deleted or performance suspended without electing to terminate the Contractor’s performance under the Contract and without any penalty being incurred by the City. B. Any such partial deletion or suspension of the Work shall in no way void or invalidate the Contract nor shall it provide Contractor with any basis for seeking payment from City for Work deleted or suspended except to the extent such Work has already been performed and is otherwise compensable under the Contract. C. The City shall have the right to later have any such suspended or deleted Work performed by Contractor or others without any penalty to the City. D. In the event of any partial or complete deletion or suspension of Work, the City shall furnish Contractor with prompt written notice thereof, and the City shall be entitled to take possession of and have as its property all Record Documents, Accounting Records, and other data prepared by Contractor or its Subcontractors. E. Suspension for Convenience. 1. The City may at any time and from time to time, without cause, order the Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time as the City may determine. Such order shall be specifically identified as a “Work Suspension Directive” under this Section. 2. Upon receipt of a Work Suspension Directive, Contractor shall, at the City’s expense, comply with its terms and take all reasonable steps to minimize costs allocable to the Work covered by the Work Suspension Directive during the period of Work stoppage. 3. Within the period of suspension, or such extension to that period as is agreed upon by Contractor and the City, the City shall either cancel the Work Suspension Directive or delete the Work covered by such Work Suspension Directive by issuing a Change Order or Construction Change Directive. 4. If a Work Suspension Directive is cancelled or expires, Contractor shall continue the Work. A Change Order or Construction Change Directive will be issued to cover any adjustments of the Contract Sum and Contract Time necessarily caused by such suspension. No adjustment shall be made to the extent: (a) That performance is, was, or would have been so suspended, delayed, or interrupted by another cause for which the Contractor is responsible; or (b) That an equitable adjustment is made or denied under another provision of the Contract. F. Suspensions for Cause City has the authority by written order to suspend the Work, in whole or in part, without liability to City for Contractor’s failure to: 1. Correct conditions unsafe for the Project personnel or general public, or 480 Page 96 of 166 2. Carry out the Contract; or 3. Carry out orders of City. G. Responsibilities of Contractor During Suspension Periods During periods that Work is suspended, Contractor shall continue to be responsible for the Work and shall prevent damage or injury to the Project, provide for drainage, and shall erect necessary temporary structures, signs or other facilities required to maintain the Project and continue to perform according to the Contract Documents. 5.04 TERMINATION BY THE CITY FOR CONVENIENCE A. Grounds Without limiting any rights which City may have by reason of any default by Contractor hereunder, City may terminate Contractor’s performance of the Contract, in whole or in part, at any time, for convenience upon fifteen (15) calendar days written notice to Contractor. B. Contractor Actions Upon receipt of such notice, Contractor shall perform the duties required by Paragraph 5.05 below. At the election of and as directed by the City, any or all of the subcontracts and purchase orders entered in to by Contractor prior to the effective date of termination shall be terminated or shall be assigned to City. C. Compensation 1. If the Parties are unable to agree on the amount of a termination settlement, the City shall pay the Contractor the following amounts: a. For Work performed before the effective date of termination, the total (without duplication of any items) of: i. The cost of the Work; and ii. A sum, as overhead and profit on the cost of the Work, determined by the City to be fair and reasonable. In no event shall Contractor be entitled to recover overhead or profit on Work not performed. b. The reasonable costs of settlement of the Work terminated, including: i. Accounting, clerical, and other expenses reasonably necessary for the preparation of termination settlement proposals and supporting data, if any; and ii. Storage, transportation, and other costs reasonably necessary for the preservation, protection, or disposition of inventory. 2. Such payment shall be Contractor’s exclusive remedy for termination for convenience and will be due and payable on the same conditions as set forth for final payment to the extent applicable. Upon receipt of such payment, the Contractor and City shall have no further obligations to each other except for Contractor’s obligations with respect to warranties, representations, indemnity, 481 Page 97 of 166 maintenance of insurance, and other obligations that survive termination or Final Completion as provided for herein. 3. It is understood and agreed that no fee, anticipated profit, compensation for lost opportunity costs, or other compensation or payment of any kind or character shall be due or payable for unperformed Work regardless of the basis of termination and the inclusion of this provision within this subparagraph shall in no way limit its application to termination under this Paragraph. 4. Contractor agrees that each of its subcontracts will reserve for the Contractor the same right of termination for convenience provided by this Paragraph 5.04. D. No Consequential Damages Under no circumstances shall Contractor be entitled to anticipatory or unearned profits or consequential or other damages as a result of a termination or partial termination under this Article 5. The payment to Contractor determined in accordance with this Article constitutes Contractor’s exclusive remedy for a termination hereunder. 5.05 CONTRACTOR’S DUTIES UPON TERMINATION FOR CAUSE OR CONVENIENCE If the City terminates Contractor’s performance of Work under the Contract, for cause or convenience or if Contractor terminates a Subcontractor with the City’s approval, Contractor shall: (1) cease performance of the Work to the extent specified in the notice; (2) take actions necessary or that the City may direct, for the protection and preservation of the Work; (3) settle outstanding liabilities, as directed by City; (4) transfer title and deliver to City Work in progress, specialized equipment necessary to perform the Work; (5) submit all Record Documents, Accounting Records and other data prepared pursuant to the Contract by Contractor and/or its Subcontractors, as applicable, to the City with fifteen (15) calendar days after the City’s notice of termination in an organized, usable form, in both hard copy and electronic/digital form, with all items properly labeled to the degree of detail specified by the City; and, (6) except for Work directed by City to be performed prior to the effective date of termination stated in the notice, incur no further costs or expenses and enter into no further subcontracts and purchase orders. No compensation shall be due Contractor, if any, until Contractor complies with the requirements of this Paragraph. [END OF ARTICLE] 482 Page 98 of 166 ARTICLE 6 – CHANGES 6.01 CITY'S RIGHT TO ORDER CHANGES The City, without invalidating the Contract, may authorize changes in the Work consisting of additions, deletions, or other revisions, with the Contract Sum and Contract Time being adjusted accordingly, if necessary. All such changes in the Work shall be authorized by Change Order or Construction Change Directive and Contractor shall perform such changes in the Work according to the applicable requirements of the Contract Documents. 6.02 APPLICABLE PROVISIONS Changes in the Work shall be performed under applicable provisions of the Contract Documents. The Contractor shall proceed promptly and diligently with the change, unless otherwise provided in the Change Order or Construction Change Directive. It is of the essence to this Contract that all scope changes in the Work that form the basis of an adjustment of the Contract Sum or Contract Time must be authorized in advance in writing through either a Change Order or Construction Change Directive. A change in the Contract Sum or the Contract Time shall be accomplished only by Change Order or Construction Change Directive. Accordingly, no verbal directions, course of conduct or dealings between the Parties, express or implied acceptance of alterations or additions to the Work, or claim that the Contract has been abandoned or the City has been unjustly enriched by any alteration or addition to the Work shall be the basis of any claim for an increase in any amounts due under the Contract Documents or a change in any time period provided in the Contract Documents. 6.03 NOTICE OF SCOPE CHANGE Contractor shall submit written notice of any change in scope to the Director if, in the Contractor’s opinion, any instruction, request, Drawings, Specifications, action, condition, omission, default, or other situation occurs that the Contractor believes constitutes a scope change or other matter resulting in Extra Work, for which Contractor believes it is entitled to an adjustment of the Contract Sum or Contract Time. Such notice shall be provided prior to performance of the Work affected by such occurrence and within seven (7) calendar days after the discovery date of the circumstances of such scope change or other matters. The written notice shall state the date, circumstances, extent of adjustment to the Contact Sum or the Contract Time, if any, requested. The mere presentation of such notice shall not establish the existence of any right by Contractor to adjustment of the Contract Sum or Contract Time. Failure to provide such timely written notice described herein shall constitute a waiver by Contractor of the right to any adjustment to the Contract Sum or Contract Time on account thereof. 6.04 CHANGE ORDERS A. Computation Methods used in determining adjustments to the Contract Sum by Change Order may include those listed in Paragraph 6.06 below. B. Accord and Satisfaction Agreement on any Change Order shall be a full compromise and settlement of all adjustments to Contract Time and Contract Sum, and compensation for any and all delay, extended or additional field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment productivity, differing Site conditions, construction interferences and other extraordinary or consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effects of 483 Page 99 of 166 said Impacts on the overall Work under the Contract arising directly or indirectly from the performance of Work described in the Change Order. By execution of any Change Order, Contractor agrees that the Change Order constitutes a complete accord and satisfaction with respect to all claims for schedule extension, Impacts, or any costs of whatever nature, character or kind arising out of or incidental to the Change Order. No action, conduct, omission, product failure or course of dealing by the City shall act to waive, modify, change, or alter the requirement that (i) Change Order's must be in writing, signed by the City and Contractor and; (ii) that such written Change Orders are the exclusive method for effectuating any change to the Contract Sum and/or Contract Time. 6.05 CONSTRUCTION CHANGE DIRECTIVE (FIELD DIRECTIVE) A. A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. The City may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletion, or other revisions, the Contract Sum and Contract Time being adjusted accordingly. B. If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be calculated in accordance with Paragraph 6.06 herein (Pricing Changes in the Work). C. Upon receipt of the Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the City of the Contractor’s agreement or disagreement with the method, if any, provided in the Construction Change Directive, for determining the proposed adjustment in the Contract Sum or Contract Time. D. If Contractor believes a Construction Change Directive constitutes a basis for adjustment to the Contract Sum or Contract Time, then Contractor shall give a Notice of Scope Change provided in Paragraph 6.03, followed by a submission of a Change Order Request as required by Paragraph 6.08. Contractor shall, if requested by City in such Construction Change Directive or in a subsequent Construction Change Directive, proceed with the performance of the Work as described in the Construction Change Directive. Failure of Contractor to proceed with the performance of Work, as described in the Construction Change Directive shall give the City the right to carry out the Work, as set forth in Paragraph 2.05. E. A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. F. If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the method and the adjustment shall be determined by the City on the basis of reasonable expenditures and savings of those performing the Work attributable to the change. 6.06 PRICING CHANGES IN THE WORK A. Alternative Methods of Pricing The amount of any adjustment by Change Order or Construction Change Directive increasing or decreasing the Contract Sum shall be determined by the Director using one or a combination of the following methods: 1. Lump Sum. By mutual acceptance of a lump sum proposal from Contractor properly itemized and supported by sufficient substantiating data to permit evaluation. Such proposal shall be 484 Page 100 of 166 based solely on Allowable Costs, as defined in Subparagraph 6.06-C, and shall not include any costs or expense that is not permitted by the terms of any provision of the Contract Documents. 2. Unit Prices. By unit prices contained in Contractor’s original Bid and incorporated in the Contract Documents or fixed by subsequent agreement between City and Contractor. 3. Time and Materials. By calculating the actual Allowable Costs directly incurred. 4. Deletion of Work. By Unit Prices contained in Contractor’s original Bid and incorporated in the Contract Documents, or by using the Schedule of Values to determine the value of the decrease of the Contract Sum, less the value of any Work performed, plus a reasonable percentage of the decrease for the Contractor’s saved overhead unless the Schedule of Values allocates general conditions costs to individual line items, in which case no percentage of the decrease shall be added. When a change consists of both addition and deletion of Work, the added costs and deleted costs shall be calculated separately, and then added together, resulting in the net cost for the change. B. Contractor Maintenance of Daily Records for Changes 1. In the event that Contractor is directed to perform any Extra Work, or should Contractor encounter conditions which the Contractor believes would obligate the City to adjust the Contract Sum and/or the Contract Time, Contractor shall maintain detailed records of the cost of such changes on a daily basis summarized in a daily report supplemented by back-up records. Such records shall include without limitation: a. Labor. At the close of each day on which such Extra Work is performed, Contractor shall submit an Extra Work labor report, on forms provided by Director, to Director that sets forth a list of the actual hours spent in performing the Extra Work, that clearly differentiates between the labor expended on the Extra Work and other Work, and the Allowable Costs for such Extra Work performed that day showing the names of workers, their classifications, hours worked and hourly rates. b. Materials, Equipment. A list of Allowable Costs of materials and equipment consumed in the performance of the Extra Work on the day on which such Extra Work is performed, together with copies of applicable delivery tickets and unit prices for all materials and for all equipment used the type of equipment, identification number, hours of operation (including loading and transportation) and hourly/daily rates involved for that day. c. Other Services or Expenditures. A list of other services and expenditures constituting Allowable Costs incurred in performance of the Extra Work on the day on which such Extra Work is performed, along with documentation verifying the amounts thereof in such detail as Director may require. 2. In the event that more than one change to the Work is performed by the Contractor in a calendar day, Contractor shall maintain separate records of labor, construction equipment, materials, and equipment for each such change. In the event that any Subcontractor of any tier shall provide or perform any portion of any change to the Work, Contractor shall require that each such Subcontractor maintain records in accordance with this Section. 3. Each daily record maintained hereunder shall be signed by Contractor; such signature shall be deemed Contractor’s representation and warranty that all information contained therein is true, 485 Page 101 of 166 accurate, complete, and relates only to the change referenced therein. All records maintained by Subcontractors of any tier, relating to the costs of a change in the Work shall be signed by such Subcontractor’s authorized project manager or superintendent. All such records shall be forwarded to the Director on the day the Work is performed (same day) for independent verification. The Director shall attempt to review and reconcile costs for changes on a daily basis. Records not available on the day on which the Extra Work is performed, such as, but not limited to, material invoices, shall be submitted as soon as they are available but not later than five (5) calendar days after the earlier of the day of delivery or incorporation of the particular item of Extra Work at the Site. 4. The Director may additionally require authentication of all time and material tickets and invoices by persons designated by the Director for such purpose. In the event that Contractor shall fail or refuse, for any reason, to maintain or make available for inspection, review, and/or reproduction such records, adjustments to the Contract Sum or Contract Time, if any, on account of any change to the Work may be deemed waived for that day. Contractor’s obligation to maintain back-up records hereunder is in addition to, and not in lieu of, any other Contractor obligation under the Contract Documents with respect to changes to the Work. 5. Waiver by Contractor. Failure to submit such records as are required by this Paragraph daily shall waive any rights for recovery of Allowable Costs incurred for Extra Work performed that day. The failure of the Contractor to secure any required authentication shall, if the City elects in its sole discretion to treat it as such, constitute a waiver by the Contractor of any right to adjustment of the Contract Sum for the Allowable Cost of all or that portion of the Extra Work covered by such non-authenticated ticket or invoice. C. Allowable Costs The term “Allowable Costs” shall mean in the case of Extra Work actual costs incurred by Contractor and/or any Subcontractor, regardless of tier, and necessarily involved in direct performance of the Extra Work, or in the case of deleted work the actual costs that would have been incurred in performing deleted work by Contractor and/or any Subcontractor, regardless of tier, and shall be limited to the following costs: 1. Labor. Straight-time wages or salaries, and overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work, based on the actual cost for wages prevailing locally for each craft or type of workers at the time the Extra Work is done or the deleted work is ordered eliminated. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The use of labor classification which would increase the Allowable Cost for Extra Work will not be permitted unless Contractor establishes the necessity for such additional costs. 2. Benefits. Payroll taxes, insurance, health and welfare, pension, vacation, apprenticeship funds and benefits required by lawful collective bargaining agreements for employees on straight-time wages or salaries, and on overtime wages and salaries specifically authorized by City in writing, for employees employed at the site, or at fabrication sites off the site, in the direct performance of the Extra Work or that would have been incurred in the direct performance of the deleted work. 486 Page 102 of 166 3. Materials, Consumables. Costs of materials and consumable items which are furnished and incorporated into the Work, as approved by City, or that would have been incorporated into the Work in the case of deleted work shall be at the lowest price available to Contractor but in no event shall such costs exceed competitive wholesale prices obtainable from other Subcontractors, suppliers, manufacturers and distributors in the general vicinity of the site. If City determines, in its discretion, that the cost of materials is excessive, or if Contractor fails to furnish satisfactory evidence of the cost from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest wholesale price at which similar materials are available in the quantities required at the time they were needed. The City reserves the right to furnish such materials as it deems advisable, and Contractor shall have no claim for costs or profits on materials so furnished. Material invoices must be included with the extra work report to obtain payment. 4. Taxes. Sales taxes on the costs of materials and consumable items described in Paragraph 5.04-C.3 above. 5. Tool, Equipment Rental. Rental charges for necessary machinery and equipment, whether owned or hired, as authorized in writing by City, exclusive of hand tools, used directly in the performance of the Extra Work or that would have been used in the direct performance of the deleted work. Regardless of ownership, such rental charges shall not exceed the hourly rate derived from the most recently published “Rental Rate Blue Book for Construction Equipment” or the “Rental Rate Blue Book for Older Construction Equipment,” as published by K-111, San Jose, California, which is in effect at the time of commencement of the changed work. The Contractor shall attach a copy of the rate schedule to the daily reports required by Paragraph 6.06-B, above. The charges for any machinery and equipment shall cease when the use thereof is no longer necessary for the Extra Work or deleted work. No charge shall be allowed for use of equipment or tools which have a replacement value of $500 or less. The allowable rental rates shall include the cost of fuel, power oil, lubrication, supplies, small tools, necessary attachments, loading, transportation, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Notwithstanding the provisions of Paragraph 6.06-E below, no mark-up shall be allowed for overhead, profit or bond premiums for use of equipment if the equipment is supplied by an equipment rental firm. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to City than holding it at the Site, it shall be returned, unless Contractor elects to keep it at the Site at no expense to City. Costs incurred while equipment is inoperative due to breakdowns, regular maintenance, or for non-Working Days shall not be allowed. The rental time shall include the time required to move the equipment to the Work from the nearest available source for rental of such equipment and to return it to the source. If such equipment is not moved by its own power, then loading and transportation will be allowed. Neither moving time nor loading and transportation costs will be paid if the equipment is for use on the Project unrelated to the Extra Work. All equipment shall be acceptable to City, in good working condition, and suitable for the purpose for which it is to be used. 6. Royalties. Additional or saved costs of royalties due to the performance of the Extra Work or deleted work. 7. Insurance, Bonds. Additional or saved costs of insurance and bonds, provided, however, that for Extra Work such costs shall not exceed one percent (1%) of Items 1 through 6 above. D. Costs Not Allowed Allowable Costs shall not include any of the following: 487 Page 103 of 166 1. Wages, salaries, fringe benefits and payroll taxes of Contractor’s and all Subcontractor’s non- craft labor (above a Foreman level); 2. Overhead (including home office overhead), administrative or general expenses of any kind including engineering, estimating, scheduling, drafting, detailing, etc., incurred in connection with Extra Work; 3. Vehicles not dedicated solely for the performance of the extra of deleted work; 4. Small tools (replacement value not exceeding $500); 5. Office expenses, including secretarial and administrative staff, materials and supplies; 6. On-site and off-site trailer and storage rental and expenses; 7. Site fencing; 8. Utilities, including gas, electric, sewer, water, telephone, telefax, copier equipment; 9. Computer and data processing personnel, equipment and software; 10. Federal, state of local business income and franchise taxes; 11. Losses of efficiency or productivity; and 12. Costs and expenses of any kind or item not specifically and expressly included in Paragraph 6.06-C. E. Allowable Mark-Up – Not a Part of this Contract 6.07 CITY ORIGINATED REQUEST FOR ITEMIZED CHANGE ORDER PROPOSAL REQUEST City may issue a Construction Change Directive or other written request to Contractor describing a proposed change to the Work and requesting the Contractor submit an itemized change order proposal in a format acceptable to City within ten (10) calendar days after City issues the request. The Contractor's change order proposal shall include an analysis of impacts to cost and time, if any, to perform additional work, change Work or delete Work, as applicable, including the effects and impacts, if any, on unchanged Work, estimates of costs (broken down by the cost categories listed in this Paragraph), and Contractor's proposed methods to minimize costs, delay, and disruption to the performance of the Work. If Contractor fails to submit a written change order proposal within such period of time, it shall be presumed that the change described in the City's original proposal request will not result in an increase to the Contract Sum or Contract Time and the change shall be performed by Contractor without additional compensation to Contractor. City's request for itemized change order proposal request does not authorize the Contractor to commence performance of the change. If City desires that the proposed change be performed, the Work shall be authorized according to the Change Order or Construction Change Directive procedures set forth herein. 6.08 CONTRACTOR ORIGINATED CHANGE ORDER REQUEST (COR) If the Contractor believes that instructions issued by the City after the effective date of the Contract will result in changes to the Contract Sum or Contract Time or if the Contractor otherwise becomes aware of the need for or desirability of a change in the Work, Contractor may submit a written Change Order Request ("COR") to the City in writing, in a format acceptable to City and in accordance with the notice provisions and other requirements of Article 7 below for Claims. The COR must specify the reasons for the proposed change, cost 488 Page 104 of 166 impacts and relevant circumstances and impacts on the Construction Schedule. The document shall be complete in its description of the Work, its material and labor quantities and detail, and must support and justify the costs and credits claimed by the Contractor. A Critical Path Method schedule Fragnet is required to support and justify any additional time of performance requested by the Contractor. The City will not review any COR which is incomplete. The Contractor may request additional compensation and/or time through a COR but not for instances that occurred more than ten (10) calendar days prior to the notice date. Contractor's failure to initiate a COR within this ten-day period or to provide detailed back-up documentation to substantiate the COR within thirty (30) calendar days of the initial written notice shall be deemed a waiver of the right to adjustment of the Contract Sum or the Contract Time for the alleged change. Any COR that is approved by the City shall be incorporated in a Change Order or Construction Change Directive. If the COR is denied but the Contractor believes that it does have merit, the Contractor shall proceed with the disputed Work and may submit a Claim in accordance with the procedures set forth herein. 6.09 ISSUANCE OF WORK DIRECTIVE (UNILATERAL). In the event of a dispute as to whether or not Extra Work is required, City shall have the right to unilaterally issue a Work Directive; Contractor shall continue performance of disputed Work pending resolution and shall maintain and submit to City all accounting and cost data necessary to substantiate Contractor’s cost of such disputed Work. [END OF ARTICLE] 489 Page 105 of 166 ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS 7.01 GENERAL A. Payment will be made at the price for each item listed on the bidding form or as Extra Work as provided in the General Conditions. B. Initial progress payment will not be made prior to approval by the Director of the Schedule of Values, the Construction Progress Schedule, and the Schedule of Submittals. C. No subsequent progress payment will be made prior to receipt by the Director of the monthly revision of the Construction Progress Schedule. 7.02 SCHEDULE OF VALUES FOR PAYMENTS A. Submission Upon City’s request, the three (3) lowest bidders shall complete and submit a Preliminary Schedule of Values, within seven (7) calendar days. In addition, Contractor shall complete and furnish within seven (7) calendar days after receiving the Notice of Award of the Construction Contract a Final Schedule of Values giving a complete breakdown of the Contract Sum for each component of the Work. B. Content The Schedule of Values shall be in sufficient detail as the Director may, in its discretion, deem necessary to evaluate progress at any point in the performance of the Work. Unless otherwise specified in the Contract Documents, the Schedule of Values shall include, without limitation, a breakdown of the general categories of Subcontractor work, direct overhead, profit and contingency, and a further breakdown of the general categories of Subcontractor work into separate trade line items of costs for Subcontractor services, labor and material, which is based on actual Subcontractor contract, subcontract, purchase order or vendor prices. If requested by Director, Contractor shall revise the Schedule of Values to allocate sums for Contractor overhead, profit and/or contingency among the individual line items for trade portions of the Work. No amounts shall be reflected in the Schedule of Values or Application for Payment for Extra Work or Deleted Work for which a Change Order has not been executed by Contractor and City or for which a Construction Change Directive has not been issued by City. Amounts that have been mutually agreed to by Change Order or unilaterally determined by City pursuant to a Construction Change Directive shall be segregated from the cost of the base Contract Work and separately listed by line item in the Schedule of Values. The Schedule of Values must be prepared in sufficient detail and supported by sufficient data to substantiate its accuracy as the Director may require. C. Applications for Payment The Schedule of Values, when approved by the Director, shall be used as a basis for Contractor's Applications for Payment and may be considered as fixing a basis for adjustments to the Contract Sum. D. Revisions If, at any time, it is determined that the Schedule of Values does not allocate the Contract Sum in a 490 Page 106 of 166 manner that reasonably and fairly reflects the actual costs anticipated to be progressively incurred by Contractor, it shall be revised and resubmitted for the Director’s approval. 7.03 APPLICATIONS FOR PAYMENT A. Marked Schedule of Values Five (5) Days prior to the date set forth in Paragraph 7.03-B below for the monthly progress payment meeting, Contractor shall submit to Director a copy of the proposed Schedule of Values, marked to show the percentage of completion certified by Contractor for each line item in the Schedule of Values, including any stored materials approved for payment by City pursuant to Paragraph 7.03-D, below and any withholdings from Contractor proposed by Director. B. Monthly Review For the purpose of expediting the progress payment procedure, Contractor shall meet with the Director on or before the twentieth (20th) day of each month to review the Contractor's marked Schedule of Values prepared in accordance with Paragraph 7.03-A, above. The Director shall revise as appropriate and sign the marked Schedule of Values to verify such review. If any item in the marked Schedule of Values submitted for payment is disputed during this review, Contractor agrees to use its best efforts to resolve the disputed items with the Director before submitting its Application for Payment. If the Director and Contractor cannot agree, then the percentage completion shall be established at such percentage as the Director, in good faith, determines is appropriate to the actual progress of the Work. No inaccuracy or error in the Director’s good faith estimate shall operate to release Contractor or Surety from any responsibility or liability arising from or related to performance of the Work. The Director shall have the right subsequently to correct any error and dispute any item submitted in Contractor's Application for Payment, regardless of whether an item was identified as disputed in the review process provided for herein. C. Certification Each Application for Payment shall be signed and certified by Contractor under penalty of perjury to City that: 1. the data comprising the Application for Payment is accurate and the Work has progressed to the point indicated; 2. to the best of Contractor's knowledge, information and belief, the Work is in accordance with the Contract Documents; 3. Contractor is entitled to payment in the amount certified; and 4. all sums previously applied for by Contractor on account of Work performed by Subcontractors and that have been paid by City have been paid to the Subcontractors performing such Work, without any retention, withholding or backcharge by Contractor. D. Stored Materials Payments may be made by City, at its discretion, on account of materials or equipment not incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor or stored off-Site under the control of City. Such payments shall only be considered upon submission by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and 491 Page 107 of 166 that such other procedures are in place satisfactory to City to protect City's interests. To be considered for payment, materials or equipment stored off-Site shall, in addition to the above requirements and unless otherwise specifically approved by City in writing, be stored in a bonded warehouse, fully insured, and available to City for inspection. City shall have sole discretion to determine the amount of material and equipment that may be stored on the Site at any given time. 7.04 PROGRESS PAYMENTS A. Conditions to Progress Payments Contractor shall submit its Application for Payment to the Director, using such forms as required by City, once a month on or before the first (1st) Day of the month following the month in which the Work that is the subject of such Application for Payment was performed. Without limitation to any other provisions of the Contract Documents, the following shall be conditions precedent to a proper submission and to the Director approval of each Application for Payment: 1. submission of a Schedule of Values that reflects the percentages of completion either agreed to or determined by Director in accordance with Paragraph 7.03-B, above; 2. submission of the Contractor's certification required by Paragraph 7.03-C, above; 3. submission of conditional releases of stop notice, if any, and bond rights upon progress payment, complying with California Civil Code Section 8132, for all Work performed during the time period covered by the current Application for Payment, signed by Contractor, its Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional release of stop notice and bond rights upon progress payment, complying with California Civil Code Section 8134 for all Work performed during the time period covered by the previous Application for Payment, signed by Contractor, its Subcontractors of every tier and all material suppliers to each; 4. compliance by Contractor with its obligation for maintenance of As-Builts as required by the Contract Documents; 5. compliance by Contractor with its obligation for submission of monthly and daily reports as required by the Contract Documents; 6. compliance by Contractor with its obligations for submission of scheduling information and updating of the Construction Schedule as required by Article 4, above and other provisions of the Contract Documents pertaining to preparation or updating of schedule information; 7. submission of certified payroll records as required by the Contract Documents; 8. submission of certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements certifying that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; and 9. compliance by Contractor with all of its other obligations for submission of documentation or performance of conditions which, by the terms of the Contract Documents, constitute conditions to Contractor's right to receive payment for Work performed. B. Payments by City Pursuant to California Public Contract Code Section 20104.50, City shall make progress payment of 492 Page 108 of 166 undisputed sums due within thirty (30) Days after receipt by Director of an undisputed and properly submitted Application for Payment, calculated on the basis of ninety-five percent (95%) of value determined pursuant to Paragraph 7.03-B above of the following: 1. the portion of the Work permanently installed and in place; 2. plus, the value of materials delivered on the ground or in storage as approved by City pursuant to Paragraph 7.03-D, above, 3. less, the aggregate of previous payments, and 4. less, any other withholdings authorized by the Contract Documents. C. Rejection by City Any Application for Payment determined not to be undisputed, proper and suitable for payment shall be returned to Contractor as soon as practicable, but not later than seven (7) Days, after receipt by City accompanied by an written explanation of the reasons why the payment request was rejected. Failure by City or Director to either timely reject an Application for Payment or specify any grounds for rejection shall not constitute a waiver of any rights by City. Applications for Payment that are rejected shall be corrected and resubmitted within seven (7) Days after receipt by Contractor. D. Interest If City fails to make a progress payment to Contractor as required by Paragraph 7.04-B, above, City shall pay interest to Contractor equivalent to the legal rate set forth in subdivision (a) of California Code of Civil Procedure Section 685.010. The number of Days available to City to make payment pursuant to Paragraph 7.04-B, above without incurring interest pursuant to this Paragraph shall be reduced by the number of Days by which City exceeds the seven (7) Day return requirement applicable to City as set forth in Paragraph 7.04-C, above. 7.05 FINAL PAYMENT A. Retention ln addition to withholdings permitted by Paragraph 7.09 below, a sum equal to five percent (5%) of all sums otherwise due to Contractor as progress payments shall be withheld by city pursuant to Paragraph 7.04-B from each progress payment (“Retention”) and retained until such time as it is due as described herein. A higher Retention amount may be approved by the City Council where project is deemed “substantially complex” by City Council. B. Conditions to Final Payment Contractor shall submit its Application for Final Payment, using such forms as required by Director, prior to requesting a final inspection of the Work in accordance with Paragraph 3.06 above. Such Application for Final Payment shall be accompanied by all the following: 1. an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Project for which City or City's property or funds might be liable have been paid or otherwise satisfied; 2. Contractor’s certification as required by Paragraph 7.03-C, above; 493 Page 109 of 166 3. consent of surety, if any, to Final Payment; 4. a certificate evidencing that the insurance required by the Contract Documents is in force; 5. Conditional Waiver and Release Upon Final Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the final payment period; 6. Unconditional Waiver and Release Upon Progress Payment in the form required by California Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material suppliers of each, covering the previous payment period; 7. all Record Documents (including, without limitation, complete and accurate As-Built drawings which shall be kept up to date during the performance of the Work); 8. documentation that Contractor has inspected, tested, and adjusted performance if every system or facility of the Work to ensure that overall performance is in compliance with the terms of the Contract Documents; 9. four (4) copies of all warranties from vendors and Subcontractors, operation and maintenance manuals, instructions and related agreements, and equipment certifications and similar documents; 10. certifications by Contractor and each Subcontractor as required by applicable collective bargaining agreements that all employee benefit contributions due and owing pursuant to any applicable collective bargaining agreement have been paid in full; 11. releases of rights and claims relating to patents and trademarks, as required by the Contract Documents; and 12. any other documents or information required by the Contract Documents as a condition of Final Payment or Final Completion. C. Final Payment Pursuant to the Public Contract Code Section 7107, within sixty (60) Days after City issues the Notice of Completion to Contractor, the Final Payment, including Retention, shall be released to Contractor, subject to the City’s right to withhold 150% of any disputed amounts. D. Disputed Amounts Pursuant to California Public Contract Code 7107, City may deduct and withhold from the Final Payment due under Paragraph 7.05-C, above, an amount up to 150% of any disputed amounts, including, without limitation, amounts to protect City against any loss caused or threatened as a result of Contractor's failing to fully perform all of those obligations that are required to be fulfilled by Contractor as a condition to Final Completion and Final Payment. Alternatively, City may elect, in its sole discretion, to accept the Work without correction or completion and adjust the Contract Sum pursuant to the Contract Documents. E. Acceptance of Final Payment Acceptance of Final Payment by Contractor shall constitute a waiver of all rights by Contractor against City for recovery of any loss, excepting only those Claims that have been submitted by 494 Page 110 of 166 Contractor in the manner required by the Contract Documents prior to or at the time of the Final Payment. 7.06 MISCELLANEOUS A. Joint Payment City shall have the right, if deemed necessary in its sole discretion, to issue joint checks made payable to Contractor and any Subcontractor(s) of any Tier. The joint check payees shall be solely responsible for the allocation and disbursement of funds included as part of any such joint payment. Endorsement on such check by a payee shall be conclusively presumed to constitute receipt of payment by such payee. In no event shall any joint check payment be construed to create any contract between City and a Subcontractor of any Tier, any obligation from City to such Subcontractor or any third party rights against City or Director. B. Withholding/Duty to Proceed The payment, withholding or retention of all or any portion of any payment claimed to be due and owing to Contractor shall not operate in any way to relieve Contractor from its obligations under the Contract Documents. Contractor shall continue diligently to prosecute the Work without reference to the payment, withholding or retention of any payment. The partial payment, withholding or retention by City in good .faith of any disputed portion of a payment, whether ultimately determined to be correctly or incorrectly asserted, shall not constitute a breach by City of the Construction Contract and shall not be grounds for an adjustment of the Contract Sum or Contract Time. C. No Acceptance No payment by City or partial or entire use of the Work by City shall be construed as approval or acceptance of the Work, or any portion thereof. D. Contractor Payment Warranty Submission of an Application for Payment shall constitute a representation and warranty by Contractor that: 1. Title to Work covered by an Application for Payment will pass to City either by incorporation into the construction or upon receipt of payment by Contractor, whichever occurs first; and 2. Work covered by previous Applications for Payment are free and clear of liens, stop notices, claims, security interests or encumbrances imposed by the Contractor or any other person. E. Corrections No inaccuracy or error in any Application for Payment provided by Contractor shall operate to release Contractor from the error, or from losses arising from the Work, or from any obligation imposed by the Contract Documents. City retains the right to subsequently correct any error made in any previously approved Application for Payment, or progress payment issued, by adjustments to subsequent payments. 7.07 PAYMENTS BY CONTRACTOR Contractor shall not include in its Applications for Payment sums on account of any Subcontractor's portion of the Work that it does not intend to pay to such Subcontractor. Upon receipt of payment from City, Contractor 495 Page 111 of 166 shall pay the Subcontractor performing Work on the Project, out of the amount paid to Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled in accordance with the terms of its contract with Contractor and applicable laws, including, without limitation, California Public Contract Code Section 7107. Contractor shall remain responsible notwithstanding a withholding by City pursuant to the terms of these Contract Documents, to promptly satisfy from its own funds sums due to all Subcontractors who have performed Work that is included in Contractor's Application for Payment. Contractor shall, by appropriate agreement, require each Subcontractor to make payments to its subcontractors and material suppliers in similar manner. City shall have no obligation to pay or be responsible in any way for payment to a Subcontractor of any tier or material supplier. 7.08 PAYMENTS WITHHELD A. Withholding by City In addition to any other amounts which City may have the right to retain under the Contract Documents, City may withhold a sufficient amount of any payment otherwise due to Contractor as City, in its sole discretion, may deem necessary to cover actual or threatened loss due to any of the following: 1. Third Party Claims. Third-party claims or stop notices filed or reasonable evidence indicating probable filing of such claims or stop notices. City shall promptly inform Contractor of any third party claims related to this Contract; 2. Defective Work. Defective Work not remedied; 3. Nonpayment. Failure of Contractor to make proper payments to its Subcontractors for services, labor, materials or equipment; 4. Inability to Complete. Reasonable doubt that the Work can be completed for the then unpaid balance of the Contract Sum or within the Contract Time; 5. Violation of Applicable Laws. Failure of Contractor or its Subcontractors to comply with applicable laws or lawful orders of governmental authorities; 6. Penalty. Any claim or penalty asserted against City by virtue of Contractor’s failure to comply with applicable laws or lawful orders of governmental authorities (including, without limitation labor laws); 7. Failure to Meet Contract Time. Any damages which may accrue as a result of Contractor failing to meet the Construction Schedule or failing to perform within the Contract Time; 8. Setoff. Any reason specified elsewhere in the Contract Documents as grounds for a withholding offset or set off or that would legally entitle City to a set-off or recoupment; 9. Consultant Services. Additional professional, consultant or inspection services required due to Contractor’s failure to comply with the Contract Documents; 10. Liquidated Damages. Liquidated damages assessed against Contractor; 11. Materials. Materials ordered by City pursuant to the Contract Documents; 12. Damages. Loss caused by Contractor or Subcontractor to City, Separate Contractors or any other person or entity under contract to City; 496 Page 112 of 166 13. Clean Up. Clean up performed by City and chargeable to Contractor pursuant to the Contract Documents; 14. Employee Benefits. Failure of Contractor to pay contributions due and owing to employee benefits funds pursuant to any applicable collective bargaining agreement or trust agreement; 15. Required Documents. Failure of Contractor to submit on a timely basis, proper and sufficient documentation required by the Contract Documents, including, without limitation, Construction Schedule updates, ‘look ahead’ schedules, Submittals, Schedules of Values, information on Subcontractors, Change Orders, certifications and other required reports or documentation; and 16. Other Breach. A breach of any obligation or provision of the Contract Documents. B. Release of Withholding If and when City determines, in its sole discretion, that the above grounds for withholding have been removed and that all losses incurred or threatened have been paid, credited or otherwise satisfied, then payment shall be made for amounts withheld because of them. C. Application of Withholding City may apply sums withheld pursuant to Paragraph 7.08-A above, in payment of any loss or threatened loss as City determines, in its sole discretion, to be appropriate. Such payments may be made without a prior judicial determination of City’s actual rights with respect to such loss. Contractor agrees and hereby designates City as its agent for such purposes, and agrees that such payments shall be considered as payments made under Construction Contract by City to Contractor. City shall not be liable to Contractor for such payments made in good faith. City shall submit to Contractor an accounting of such funds disbursed on behalf of Contractor. As an alternative to such payment, city may, in its sole discretion, elect to exercise its right to adjust the Contract Sum as provided in the Contract Documents. D. Continuous Performance Provided City pays the undisputed portion, if any, of funds withheld in good faith, Contractor shall maintain continuous and uninterrupted performance of the Work during the pendency of any disputes or disagreements with City. 7.09 SUBSTITUTION OF SECURITIES A. Public Contract Code Pursuant to the requirements of California Public Contract Code Section 22300, upon Contractor’s request, City will make payment to Contractor of any funds withheld from payments to ensure performance under the Contract Documents if Contractor deposits with City, or in escrow with a California or federally chartered bank in California acceptable to City (“Escrow Agent”), securities eligible for the investment of State Funds under Government Code Section 16430, or bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City, upon the following conditions: 1. Contractor shall be the beneficial owner or any securities substituted for monies withheld for the purpose of receiving any interest thereon. 497 Page 113 of 166 2. All expenses relating to the substitution of securities under Public Contract Code Section 22300 and under this Paragraph 7.04, including, but not limited to City’s overhead and administrative expenses, and expenses of Escrow Agent shall be the responsibility of Contractor. 3. Securities or certificates of deposit substituted for monies withheld shall be of a value of at least equivalent to the amounts of retention to be paid to Contractor pursuant to the Contract Documents. 4. If Contractor chooses to deposit securities in lieu of monies withheld with an Escrow Agent, Contractor, City and Escrow Agent shall, as a prerequisite to such deposit, enter into an escrow agreement, using the City’s form, “Escrow Agreement for Deposit of Securities in Lieu of Retention.” 5. Contactor shall obtain the written consent of Surety to such agreement. 6. Securities, if any, shall be returned to Contractor only upon satisfactory Final Completion of the Work. B. Substitute Security To minimize the expense caused by such substitution of securities, Contractor shall, prior to or at the time Contractor requests to substitute security, deposit sufficient security to cover the entire amount to be withheld. Should the current market value of such substituted security fall below the amount for which it was substituted, or any other amounts which the City withholds pursuant to the Contract Documents, Contractor shall immediately and at Contractor’s expense and at no cost to City deposit additional security qualifying under Public Contract Code Section 22300 until the current market value of the total security deposited is no less than the amount subject to withholding under the Contract Documents. Securities shall be valued as often as conditions of the securities market warrant, but in no case less frequently than once per month. C. Deposit of Retentions Alternatively, subject to the conditions set forth in Paragraph 7.04-A above, upon request of Contractor, City shall make payment of retentions directly to Escrow Agent at the expense of Contractor, provided that Contractor, City and Escrow Agent shall, as a prerequisite such payment, enter into an escrow agreement in the same form as prescribed in Part 4 of Paragraph A, above. At the expense of Contractor and at no cost to City, Contractor may direct the investment of the payments into securities and interest bearing accounts, and Contractor shall receive the interest earned on the investments. Escrow Agent shall hold such direct payments by City under the same terms provided herein for securities deposited by Contractor. Upon satisfactory Final Completion of the Work, Contractor shall receive from Escrow Agent all securities, interest and payments received by Escrow Agent from City, less escrow fees and charges of the Escrow Account, according to the terms of Public Contract Code Section 22300 and the Contract Documents. D. Time for Election of Substitution of Securities Notwithstanding the provision of 7.04 A, B, and C above and California Public Contract Code Section 22300, the failure of Contractor to request the Substitution of eligible securities for monies to be withheld by City within ten (10) days of the award of Contract to Contractor shall be deemed to be a waiver of all such rights. 498 Page 114 of 166 7.10 CLAIMS A. Arising of Claim. 1. Scope Change. When Contractor has a claim for an increase in the Contract Sum or Contract Time due to a scope change which has not yet become final, a “claim” will be deemed to arise once the Director has issued a decision denying, in whole or in part, the Contractor’s Change Order Request. 2. Other Claims. In the case of a Claim by Contractor that does not involve an adjustment to the Contract Sum or Contract Time due to a scope change and which has not become final, the Claim may be asserted if, and only if, Contractor gives written notice to City of intent to file the Claim within three (3) days of the date of discovery relative to such circumstances (even if Contractor has not yet been damaged or delayed). Such written notice of intent to file a Claim shall be valid if, and only if, it identifies the event or condition giving rise to the Claim, states its probable effect, if any with respect to Contractor's entitlement to an adjustment of the Contract Sum or Contract Time and complies with the requirements of Paragraph 7.11-B, below. For purposes of this Paragraph 7.11, a Claim for which such written notice is required and has been given by Contractor shall be deemed to arise on the date that such written notice is received by City. B. Content of Claim A Claim by Contractor must include all of the following: 1. A statement that it is a Claim and a request for a decision on the Claim; 2. A detailed description of the act, error, omission, unforeseen condition, event or other circumstance giving rise to the Claim. 3. If the Claim involves an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that all requisite notices were provided, including, without limitation, timely written notice and a Change Order Request as required by Article 6 of these General Conditions and timely notice of delay and request for extension of time in accordance with Article 3. If the Claim does not involve an adjustment to the Contract Sum or Contract Time due to a change in scope, a statement demonstrating that a notice of intent to file the Claim was timely submitted as required by Paragraph 7.10-A.2, above; 4. A detailed justification for any remedy or relief sought by the Claim including without limitation, a detailed cost breakdown in the form' required for submittal of Change Order Requests and actual job cost records demonstrating that the costs have been incurred; 5. If the Claim involves a request for adjustment of the Contract Time, written documentation demonstrating that Contractor has complied with the requirements of the Contract Documents and written substantiation (including, without limitation, a Time Impact Analysis) demonstrating that Contractor is entitled to an extension of time under the Contract Documents; and 6. A written certification signed by a managing officer of Contractor's organization, who has the authority to sign contracts and purchase orders on behalf of Contractor and who has personally investigated and confirmed the truth and accuracy of the matters set forth in such certification, in the 'following form: 499 Page 115 of 166 "I hereby certify under penalty of perjury that I am a managing officer of (Contractor's name) and that I have reviewed the Claim presented herewith on Contractor's behalf and/or on behalf of (Subcontractor's name) and that, to the best of my knowledge after conducting a diligent inquiry into the facts of the Claim, the following statements are true and correct: The facts alleged in or that form the basis for the Claim are, to the best of my knowledge following diligent inquiry, true and accurate; and, (a) I do not know of any facts or circumstances, not alleged in the Claim, that by reason of their not being alleged render any fact or statement alleged in the Claim materially misleading; and, (b) I have, with respect to any request for money or damages alleged in or that forms the basis for the Claim, reviewed the job cost records (including those maintained by Contractor and by any Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed with reasonable certainty that the losses or damages suffered by Contractor and/or such Subcontractor were in fact suffered in the amounts and for the reasons alleged in the Claim; and, (c) I have, with respect to any request for extension of time or claim of delay, disruption, hindrance or interference alleged in or that forms the basis for the Claim, reviewed the job schedules (including those maintained by Contractor and the Subcontractor, of any tier, that is asserting all or any portion of the Claim) and confirmed on an event-by-event basis that the delays or disruption suffered by Contractor and/or such Subcontractor were in fact experienced for the durations, in the manner, and with the consequent effects on the time and/or sequence of performance of the Work, as alleged in the Claim; and, (d) I have not received payment from City for, nor has Contractor previously released City from, any portion of the Claim.” Signature: Date: Name: Title: Company C. Noncompliance Failure to submit any of the information, documentation or certifications required by Paragraph 7.10- B, above, shall result in the Claim being returned to Contractor without any decision. D. Submission of Claims 1. Director. Claims shall be first submitted to the City for decision by the Director. 2. Continuous Work. Notwithstanding the making of any Claim or the existence of any dispute regarding any Claim, unless otherwise directed by City, Contractor shall not delay, slow or stop performance of the Work, but shall diligently proceed with performance in accordance with the 500 Page 116 of 166 Contract Documents and City will continue, to make undisputed payments as by the Contract Documents. 3. Time for Filing. All Claims and supporting documentation and certifications must be filed within thirty (30) days after the Claim arises. No Claims shall be filed after Final Payment. 4. Conditions Precedent. No Claim may be asserted unless Contractor has strictly complied with the requirements of this Paragraph 7.10-D, which shall be considered conditions precedent to Contractor’s right to assert the Claim and to initiate the Dispute Resolution Process with respect to such Claim. E. Response to Claims, Meet and Confer 1. Claims less than $50,000. Claims less than $50,000 shall be responded to by City in writing within forty-five (45) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within fifteen (15) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 2. Claims $50,000 or more. Claims $50,000 or more shall be responded to by City in writing within (60) days of receipt of the Claim, unless City requests additional information or documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to the Claim within thirty (30) days after receipt of the further information or documentation or within a period of time no greater than that taken by Contractor in producing the additional information or documentation, whichever is greater. 3. Meet and Confer. If Contractor disputes City's response, or if City fails to respond within the prescribed time set forth in Paragraph 7.10-E.1 and 7.10-E.2, above, Contractor may so notify City, in writing, within fifteen (15) days of City's response, or within fifteen (15) days of City’s response due date in the event of a failure to respond, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon such demand, City shall schedule a meet and confer conference within thirty (30) days of such demand, for discussion of settlement of the dispute. F. Finality of Decision If Contractor disputes the Director’s decision under this Article, it shall commence the Dispute Resolution Process as set forth in Article 15 of these General Conditions by filing a Statement of Dispute within seven (7) days after receipt of the Director’s response. G. Continuing Contract Performance/Duty to Proceed with Disputed Work Contractor shall not delay or postpone any Work pending resolution of any claims, disputes or disagreements. Pending final resolution of a claim, the Contactor shall proceed diligently with performance of the Contract and the City shall continue to make payments for undisputed Work in accordance with the Contract Documents. In the event of disputed Work, City shall have the right to unilaterally issue a Work Directive and Contractor shall continue performance pending resolution of the dispute and shall maintain the accounting and cost data to substantiate the cost of such disputed work. [END OF ARTICLE] 501 Page 117 of 166 ARTICLE 8 - MATERIALS AND EQUIPMENT 8.01 GENERAL A. The Contractor shall furnish all materials and equipment needed to complete the Work and installations required under the terms of this Contract, except those materials and equipment specified to be furnished by the City. B. The Contractor shall submit satisfactory evidence that the materials and equipment to be furnished and used in the work are in compliance with the Specifications. Materials and equipment incorporated in the Work and not specifically covered in the Specifications shall be the best of their kind. Unless otherwise specified, all materials and equipment incorporated in the Work under the Contract shall be new. 8.02 QUALITY AND WORKMANSHIP All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and imperfections, unless otherwise hereinafter specified. Workmanship shall be in accordance with the best standard practices. All materials and equipment must be of the specified quality and equal to approved samples, if samples have been required. All Work shall be done and completed in a thorough, workmanlike manner, notwithstanding any omission from the Specifications or Drawings, and it shall be the duty of the Contractor to call attention to apparent errors or omissions and request instructions before proceeding with the Work. The Director may, by appropriate instructions, correct errors and supply omissions, which instructions shall be binding upon the Contractor as though contained in the original Specifications or Drawings. All Work performed under the Specifications will be inspected by the Director as provided in Paragraph 8.04. All materials and equipment furnished and all Work done must be satisfactory to the Director. Work, material, or equipment not in accordance with the Specifications, in the opinion of the Director shall be made to conform thereto. Unsatisfactory materials and equipment will be rejected, and if so ordered by the Director, shall, at the Contractor's expense, be immediately removed from the vicinity of the Work. 8.03 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION Whenever in the Specifications or Drawings the name or brand of a manufactured article is used it is intended to indicate a measure of quality and utility or a standard. Except in those instances where the product is designated to match others in use on a particular improvement either completed or in the course of completion, the Contractor may substitute any other brand or manufacture of equal appearance, quality, and utility on approval of the Director, provided the use of such brand or manufacture involves no additional cost to the City. 8.04 APPROVAL OF MATERIALS A. The Contractor shall furnish without additional cost to the City such quantities of construction materials as may be required by the Director for test purposes. He/she shall place at the Director's disposal all available facilities for and cooperate with him in the sampling and testing of all materials and workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be submitted with the bids unless otherwise specified. B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples shall be mailed to the Director by the Contractor. Both the label on the sample and the letter of transmittal shall indicate the material represented, its place of origin, the names of the producer and the Contractor, the Specifications number and title, and a reference to the applicable Drawings and Specifications paragraphs. 502 Page 118 of 166 C. Materials or equipment of which samples are required shall not be used on the Work until approval has been given by the Director in writing. Approval of any sample shall be only for the characteristics of the uses named in such approval and no other. No approval of a sample shall be taken in itself to change or modify any Contract requirement. D. Failure of any material to pass the specified tests, including life cycle maintenance data may be sufficient cause for refusal to consider under this Contract, any further sample of the same brand or make of that material. 8.05 ORDERING MATERIALS AND EQUIPMENT One copy of each of the Contractor's purchase orders for materials and equipment forming a portion of the Work must be furnished to the Director, if requested. Each such purchase order shall contain a statement that the materials and equipment included in the order are subject to inspection by the City. Materials and equipment purchased locally will, at the City’s discretion, be inspected at the point of manufacture or supply, and materials and equipment supplied from points outside the Los Angeles area will be inspected upon arrival at the job, except when other inspection requirements are provided for specific materials in other sections of the Contract Documents. 8.06 AUTHORITY OF THE DIRECTOR A. On all questions concerning the acceptability of materials or machinery, the classification of materials, the execution of the Work, and conflicting interests of Contractors performing related work, the decision of the Director shall be final and binding. B. The Director will make periodic observations of materials and completed work to observe their compliance with Drawings, Specifications, and design and planning concepts, but he/she is not responsible for the superintendence of construction processes, site conditions, operations, equipment, personnel, or the maintenance of a safe place to work or any safety in, on, or about the site of work. 8.07 INSPECTION All materials furnished and work done under this Contract will be subject to rigid inspection. The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining them, as requested by the Director. The Director, or his/her authorized agent or agents, at all times shall have access to all parts of the shop and the works where such materials under his/her inspection is being manufactured or the work performed. Work or material that does not conform to the Specifications, although accepted through oversight, may be rejected at any stage of the Work. Whenever the Contractor is permitted or directed to do night work or to vary the period during which work is carried on each day, he/she shall give the Director due notice, so that inspection may be provided. Such work shall be done under regulations to be furnished in writing by the Director. 8.08 INFRINGEMENT OF PATENTS The Contractor shall hold and save the City, its officers, agents, servants, and employees harmless from and against all and every demand or demands, of any nature or kind, for or on account of the use of any patented invention, process, equipment, article, or appliance employed in the execution of the Work or included in the materials or supplies agreed to be furnished under this Contract, and should the Contractor, his/her agents, servants, or employees, or any of them, be enjoined from furnishing or using any invention, process, equipment, article, materials, supplies or appliance supplied or required to be supplied or used under this Contract, the Contractor shall promptly substitute other inventions, processes, equipment, articles, materials, supplies, or appliances in lieu thereof, of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all 503 Page 119 of 166 respects to the Director. Or in the event that the Director elects, in lieu of such substitution, to have, supplied, and to retain and use, any such invention, process, equipment, article, materials, supplies, or appliances, as may by this Contract be required to be supplied and used, in that event the Contractor shall at his/her expense pay such royalties and secure such valid licenses as may be requisite and necessary to enable the City, its officers, agents, servants, and employees, or any of them, to use such invention, process, equipment, article, materials, supplies, or appliances without being disturbed or in way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse promptly to make the substitution hereinbefore required, or to pay such royalties and secure such licenses as may be necessary and requisite for the purpose aforesaid, then in that event the Director shall have the right to make such substitution, or the City may pay such royalties and secure such licenses and charge the cost thereof against any money due the Contractor from the City, or recover the amount thereof from him/her and his/her surety, notwithstanding final payment under this Contract may have been made. [END OF ARTICLE] 504 Page 120 of 166 ARTICLE 9 – SUBMITTALS 9.01 GENERAL A. The Contractor shall submit samples, drawings, and data for the Director's approval which demonstrate fully that the construction, and the materials and equipment to be furnished will comply with the provisions and intent of the Drawings and Specifications. B. Specific items to be covered by the submittals shall include, as a minimum, the following: 1. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement drawings and schedules necessary. 2. For conduits, submit a detailed layout of the conduit with details of bends and fabricated specials and furnish any other details necessary. Show location of shop and field welds. 3. For equipment which requires electrical service, submit detailed information to show power supply requirements, wiring diagrams, control and protection schematics, shop test data, operation and maintenance procedures, outline drawings, and manufacturer's recommendation of the interface/interlock among the equipment. 4. For mechanical equipment submit all data pertinent to the installation and maintenance of the equipment including shop drawings, manufacturer's recommended installation procedure, detailed installation drawings, test data and curves, maintenance manuals, and other details necessary. 5. Samples 6. Colors 7. Substitutions 8. Manuals 9. As-built drawings 10. Safety plans required by Article 10 9.02 PRODUCT HANDLING A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the provisions of this Article. B. Submit priority of processing when appropriate. 9.03 SCHEDULE OF SUBMITTALS A. The Contractor shall prepare and submit a schedule of submittals. The schedule of submittals shall be in the form of a submittal log. Refer to Paragraph 9.12. 505 Page 121 of 166 9.04 SHOP DRAWINGS A. All shop drawings shall be produced to a scale sufficiently large to show all pertinent features of the item and its method of connection to the Work. B. All shop drawing prints shall be made in blue or black line on white background. Reproductions of City/Contract Drawings are not acceptable. C. The overall dimensions of each drawing submitted to the Director shall be equal to one of the City's standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of each drawing and shall be clear of all line Work, dimensions, details, and notes. Sheet Sizes Height X Width 11" X 8 1/2" 11" X 17" 24" X 36" 30” X 42” 9.05 COLORS Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to the Director for his/her review and selection whenever a choice of color or pattern is available in a specified product. Label each chart naming the source, the proposed location of use on the project, and the project. 9.06 MANUFACTURERS' LITERATURE Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents are being submitted for review. 9.07 SUBSTITUTIONS A. The Contract is based on the materials, equipment, and methods described in the Contract Documents. Any Contractor proposed substitutions are subject to the Director’s approval. The Director will consider proposals for substitution of materials, equipment, and methods only when such proposals are accompanied by full and complete technical data, and all other information, including life cycle maintenance data, required by the Director to evaluate the proposed substitution. B. Any requests for substitutions by the Contractor must be made within forty-five (45) calendar days from the Issuance Date on the Notice to Proceed. Otherwise, such requests will not be considered. C. Trade names and "or approved equal" provision as set forth in Paragraph 8.03. 9.08 MANUALS A. When manuals are required to be submitted covering items included in this Work, prepare and submit such manuals in approximately 8-1/2" X 11" format in durable plastic binders. In addition, manuals shall be submitted in electronic format. Manuals shall contain at least the following: 1. Identification on, or readable through, the front cover stating general nature of the manual. 2. Neatly typewritten index near the front of the manual, furnishing immediate information as to 506 Page 122 of 166 location in the manual of all emergency data regarding the installation. 3. Complete instructions regarding operation and maintenance of all equipment involved. 4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name and address of nearest vendor of parts. 5. Copy of all guarantees and warranties issued. 6. Copy of drawings with all data concerning changes made during construction. B. Where contents of manuals include manufacturers' catalog pages, clearly indicate the precise items included in this installation and delete, or otherwise clearly indicate, all manufacturers' data with which this installation is not concerned. 9.09 AS-BUILT DRAWINGS A. When required to be submitted covering items included in this Work, the Contractor shall deliver to the City one complete set of final As-Built hard copy drawings together with a set of AutoCAD drawing files in electronic format showing completed building, “as-built” for City records before the Contract will be accepted by the City. B. The drawings shall be duplicates and at the same size and dimensional scale as the originals. They shall be on a polyester translucent base material with a minimum sheet thickness of .003 inch (.08mm). C. The legibility and contrast of each drawing submitted to the City shall be such that every line, number, letter, and character is clearly readable in a full size blow back from a 35 mm microfilm negative of the drawing. 9.10 SUBMITTALS QUANTITIES A. Submit seven (7) copies of all data and drawings unless specified otherwise. B. Submit all samples, unless specified otherwise, in the quantity to be returned, plus two, which will be retained by the Director. 9.11 IDENTIFICATION OF SUBMITTALS Completely identify each submittal and re-submittal by showing at least the following information: A. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. B. Name of project as it appears in the Contract Documents and Specification No. C. Drawing number and Specifications section number other than this section to which the submittal applies. D. Whether this is an original submittal or re-submittal. E. For samples, indicate the source of the sample. 507 Page 123 of 166 9.12 SCHEDULE OF SUBMITTALS A. Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to Proceed. B. Submit revised schedule of submittals within five (5) Working Days after date of request from the Director. C. The Director will review schedule of submittals and will notify Contractor that schedule is acceptable or not acceptable within five (5) Working Days after receipt. 9.13 COORDINATION OF SUBMITTALS A. Prior to submittal for the Director’s review, use all means necessary to fully coordinate all material, including the following procedures: 1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data. 2. Coordinate as required with all trades and with all public agencies involved. 3. Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured. 4. Clearly indicate all deviations from the Specifications. B. Unless otherwise specifically permitted by the Director, make all submittals in groups containing all associated items; the Director may reject partial submittals as not complying with the provisions of the Specifications. 9.14 TIMING FOR SUBMITTALS A. Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and re-submittal, and for placing orders and securing delivery. B. In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from the City office. C. Manuals shall be submitted prior to performing functional tests. 9.15 APPROVAL BY CITY A. Up to three (3) copies of each submittal, except manuals, schedule of costs for progress payments, and as-built drawings will be returned to the Contractor marked "No Exceptions Taken," “Make Corrections Noted - Do Not Resubmit,” or “Make Corrections Noted - Resubmit.” Manuals, schedule of costs, and as-built drawings will be returned for re-submittal if incomplete or unacceptable. B. Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed. C. If submittal is returned for correction, it will be marked to indicate what is unsatisfactory. D. Resubmit revised drawings or data as indicated, in five (5) copies. 508 Page 124 of 166 E. Approval of each submittal by the Director will be general only and shall not be construed as: 1. Permitting any departures from the Specifications requirements. 2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions, or of other nature that may exist. 3. Approving departures from additional details or instructions previously furnished by the Director. 9.16 CHANGES TO APPROVED SUBMITTALS A. A re-submittal is required for any proposed change to an approved submittal. Changes which require re-submittal include, but are not necessarily limited to, drawing revisions, changes in materials and equipment, installation procedures and test data. All re-submittals shall include an explanation of the necessity for the change. B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy". [END OF ARTICLE] 509 Page 125 of 166 ARTICLE 10 – SAFETY 10.01 PROTECTION OF PERSONS AND PROPERTY A. Contractor's Responsibility: Notwithstanding any other provision of the Contract Documents, the Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property, during performance of the Work. This requirement will apply continuously and will not be limited to normal working hours. Safety and sanitary provisions shall conform to all applicable Federal, State, County, and local laws, regulations, ordinances, standards, and codes. Where any of these are in conflict, the more stringent requirement shall be followed. B. Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the entire construction period. C. Protection of the Public. The Contractor shall take such steps and precautions as his/her operations warrant to protect the public from danger, loss of life, loss of property or interruption of public services. Unforeseen conditions may arise which will require that immediate provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Director, a condition exists which the Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of adjacent structures or property, the Director will order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the situation within a reasonable time period as determined by the Director, or in the event of an emergency situation, the Director may provide suitable protection by causing such work to be done and material to be furnished as, in the opinion of the Director, may seem reasonable and necessary. The cost and expense of all repairs (including labor and materials) as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the final payment due to the Contractor. 10.02 PROTECTION FROM HAZARDS A. Trench Excavation Excavation for any trench four (4) feet or more in depth shall not begin until the Contractor has received approval from the Director of the Contractor's detailed plan for worker protection from the hazards of caving ground during the excavation of such trench. Such plan shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during such excavation. No such plan shall allow the use of shoring, sloping or protective system less effective than that required by the Construction Safety Orders of the Division of Occupational Safety and Health, and if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared and signed by an engineer who is registered as a Civil or Structural Director in the State of California. B. Confined Spaces Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Code of Regulations. Entry of a confined space shall not be allowed until the Contractor has received approval from the Director of the Contractor’s program for confined space entry. Confined space means a space that (1) Is large enough and so configured that an employee can bodily enter and perform assigned Work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels, silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry); and (3) Is not designed for continuous employee occupancy. Failure to submit a confined space entry program may result in actions as provided in Article 5: “Suspension or Termination of Contract.” 510 Page 126 of 166 C. Material Safety Data Sheet Contractor shall comply with all of the provisions of General Industry Safety Orders of the California Administrative Code. The Contractor shall submit to the Director a Material Safety Data Sheet (MSDS) for each hazardous substance proposed to be used, ten (10) days prior to the delivery of such materials to the job site or use of such materials at a manufacturing plant where the Director is to perform an inspection. For materials which are to be tested in City laboratories, the MSDS shall be submitted with the sample(s). Hazardous substance is defined as any substance included in the list (Director's List) of hazardous substances prepared by the Director, California Department of Industrial Relations, pursuant to Labor Code Section 6382. Failure to submit an MSDS for any hazardous substance may result in actions as provided in Article 5, "Suspension or Termination of Contract". 10.03 DIFFERING SITE CONDITIONS A. Differing Site Conditions Defined. The Contractor shall promptly, and before such conditions are disturbed, notify the Director in writing of any Differing Site Conditions. Differing Site Conditions are those conditions, located at the project site or in existing improvements and not otherwise ascertainable by Contractor through the exercise of due diligence in the performance of its inspection obligations in the Contract Documents, encountered by Contractor in digging trenches or other excavations(s) that extend deeper than four feet below the surface of the ground that constitute: 1. Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2. Subsurface or latent physical conditions at the site differing materially from those indicated in these Contract Documents. 3. Unknown physical conditions at the site, of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in Work of the character provided for in these Contract Documents. B. Notice by Contractor. If the Contractor encounters conditions it believes constitute Differing Site Conditions, then notice of such conditions shall, before such conditions are disturbed, be promptly reported to the Director followed within twenty-four (24) hours by a further written notice stating a detailed description of the conditions encountered. C. The Director will promptly investigate the conditions and If he/she finds that such conditions do materially differ, or do involve hazardous waste, and do cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work under this Contract, an equitable adjustment will be made, as determined by the Director. D. Change Order Request. If Contractor intends to seek an adjustment to the Contract Sum or Contract Time based upon Differing Site Conditions, it must, within ten (10) Days after the Discovery Date relative to such conditions, submit a Change Order Request setting forth a detailed cost breakdown and Time Impact Analysis, in the form required by Article 6 of these General Conditions, of the additional Allowable Costs and Excusable Delay resulting from such Differing Site Conditions. E. Failure to Comply. Failure by Contractor to strictly comply with the requirements of this Paragraph 10.03 concerning the timing and content of any notice of Differing Site Conditions or request for adjustment in Contract Sum or Contract Time based on Differing Site Conditions shall be deemed waiver of any right by the Contractor for an adjustment in the Contract Sum or Contract Time by reason 511 Page 127 of 166 of such conditions. F. Final Completion. No claim by the Contractor for additional compensation for Differing Site Conditions shall be allowed if asserted after Final Payment. G. In the event of disagreement between the Contractor and the Director whether the conditions do materially differ or whether a hazardous waste is involved or whether the conditions cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, the Contractor shall not be excused from any completion date required by the Contract, but shall proceed with all Work to be performed under the Contract Documents. H. The Contractor shall retain all rights provided by, and shall be subject to all requirements of, this Contract which pertain to the resolution of disputes and protests. I. Contractor Responsibility. Except as otherwise provided in this Paragraph 10.03 for Differing Site Conditions, Contractor agrees to solely bear the risk of additional cost and Delay due to concealed or unknown conditions, surface or subsurface, at the Site or in Existing Improvements, without adjustment to the Contract Sum or Contract Time. 10.04 TRAFFIC REGULATION A. During the performance of the Work the Contractor shall erect and maintain necessary temporary fences, bridges, railings, lights, signals, barriers, or other safeguards as shall be appropriate under the circumstance in his/her judgment for the prevention of accidents; and he/she shall take other precautions as necessary for public safety including, but not limited to, traffic control. Traffic control shall be conducted in accordance with the latest edition of the Work Area Traffic Control (“WATCH”) handbook, published by BNi Books, and as directed and approved by the City Traffic and Transportation Administrator. B. Contractor shall submit at least ten (10) Working Days prior to Work a detailed traffic control plan, that is approved by all agencies having jurisdiction and that conforms to all requirements of the Specifications. C. No changes or deviations from the approved detailed traffic control plan shall be made, except temporary changes in emergency situations, without prior approval of the City Traffic and Transportation Administrator and all agencies having jurisdiction. Contractor shall immediately notify the Director, the City Traffic and Transportation Administrator and the agencies having jurisdiction of occurrences that necessitate modification of the approved traffic control plan. D. Contractor’s failure to comply with this provision may result in actions as provided in Article 5: “Suspension or Termination of Contract” of these General Conditions. 10.05 TRAFFIC CONTROL DEVICES A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall conform to the requirements of the WATCH handbook or the manual of traffic control, whichever is more stringent, and as approved by the City Traffic and Transportation Administrator. 1. Portable signals shall not be used unless permission is given in writing by the agency having jurisdiction. 512 Page 128 of 166 2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized signs" shall have a reflectorized background and shall conform to the current State of California Department of Transportation specification for reflective sheeting on highway signs. B. If the Contractor fails to provide and install any of the signs or traffic control devices required herby or ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others, charge the costs therefore against the Contractor, and deduct the same from the next progress payment. 10.06 EXECUTION A. The Contractor shall provide written notification to the Police Department, Traffic Bureau (323)587- 5171, at least two (2) weeks prior to the beginning of construction at any particular location. Notification will include the specific location, project dates, what lanes of the roadway will be closed and when. Also the construction project manager’s name and business phone number and the construction inspector’s name and business phone number. B. The Contractor shall notify, by telephone, the Police Department, (323)587-5171 at the completion of any posting of temporary no parking signs. Notification will include the times, dates and locations of the posting. When vehicles must be towed for violation of temporary no parking signs, the person who actually posted the signs, or on-view supervisor of that posting, will be present to answer pertinent questions that may be asked by the parking enforcement officer or police officer towing the vehicles. C. The Contractor shall notify the Vernon Fire Department, on a daily basis during the entire period that construction is in progress whenever roadways are reduced in width or blocked. Notification shall be made to the Fire Dispatch (323)583-4821 and the Contractor shall provide the information required to identify which roadways would have accessibility problems due to his/her operations. The Contractor shall submit to Fire Department schedule of Work for their use and files. D. Roads subject to interference from the Work covered by this Contract shall be kept open, and the fences subject to interference shall be kept up by the Contractor until the Work is finished. Except where public roads have been approved for closure, traffic shall be permitted to pass through designated traffic lanes with as little inconvenience and delay as possible. E. Where alternating one-way traffic has been authorized, the maximum time that traffic will be delayed shall be posted at each end of the one-way traffic section. The maximum delay time shall be approved by the agency having jurisdiction. F. Contractor shall install temporary traffic markings where required to direct the flow of traffic and shall maintain the traffic markings for the duration of need. Contractor shall remove the markings by abrasive blasting when no longer required. G. Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and kept in good condition. H. When leaving a Work area and entering a roadway carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. 10.07 FLAGGING A. Contractor shall provide flaggers to control traffic where required by the approved traffic control plan. 513 Page 129 of 166 1. Flaggers shall perform their duties and shall be provided with the necessary equipment in accordance with the current "Instructions to Flaggers" of the California Department of Transportation. 2. Flaggers shall be employed full time on traffic control and shall have no other duties. 10.08 PEDESTRIAN CANOPIES OR BARRICADE IMPROVEMENTS Refer to City of Vernon for requirements for building or access road safety improvements that the Contractor shall construct during construction period. These devices or improvements, as the City deems necessary or prudent, shall be at the expense of the Contractor. [END OF ARTICLE] 514 Page 130 of 166 ARTICLE 11 - INDEMNITY 11.01 INDEMNITY To the maximum extent permitted by law, the Contractor shall fully indemnify, hold harmless, protect, and defend the City, its officers, employees, agents, representatives and their successors and assigns (“Indemnitees”) from and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment, settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including any fees of accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, resulting from or related to, or claimed to be arising out of the Work performed by Contractor, or any of its officers, agents, employees, Subcontractors, Sub-Subcontractors, design consultants or any person for whose acts any of them may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by an Indemnitee, including but not limited to: A. Bodily injury, emotional injury, sickness or disease, or death to any persons; B. Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible; C. Stop notices and claims for labor performed or materials used or furnished to be used in the Work, including all incidental or consequential damages resulting to City from such stop notices and claims; D. Failure of Contractor or its Subcontractors to comply with the provisions for insurance; E. Failure to comply with any Governmental Approval or similar authorization or order; F. Misrepresentation, misstatement, or omission with respect to any statement made in or any document furnished by the Contractor in connection therewith; G. Breach of any duty, obligation, or requirement under the Contract Documents; H. Failure to provide notice to any Party as required under the Contract Documents; I. Failure to protect the property of any utility provider or adjacent property owner; or J. Failure to make payment of all employee benefits. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees, except that, to the limited extent mandated by California Civil Code Section 2782, the Contractor shall not be responsible for liabilities which arise from the sole negligence or willful misconduct of Indemnitees or arise from the active negligence of City. 11.02 ENFORCEMENT Contractor’s obligations under this Article extend to claims occurring after termination of the Contractor’s performance of the Contract or Final Payment to Contractor. The obligations apply regardless of any actual or alleged negligent act or omission of Indemnitees. Contractor, however, shall not be obligated under this Agreement to indemnify an Indemnitee for claims arising from the sole active negligence or willful misconduct of the Indemnitee or independent contractors who are directly responsible to Indemnitees. Contractor’s obligations under this Article are in addition to any other rights or remedies which the Indemnitees may have under the law or under the Contract Documents. In the event of any claim, suit or demand made against any Indemnitees, the 515 Page 131 of 166 City may in its sole discretion reserve, retain or apply any monies due to the Contractor under the Contract for the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole discretion determine whether such assurances are reasonable. 11.03 NO LIMITATIONS Contractor’s indemnification and defense obligations set forth in this Article are separate and independent from the insurance provisions set forth in Article 12 herein; and do not limit, in any way, the applicability, scope, or obligations set forth in those insurance provisions. In claims, suits, or demands against any Indemnitee by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a Subcontractor under workers’ compensation acts, disability benefits acts, or other employee benefits acts. [END OF ARTICLE] 516 Page 132 of 166 ARTICLE 12 – INSURANCE 12.01 CONDITION TO COMMENCEMENT Contractor shall not commence Work under this Contract until Contractor has obtained all insurance required hereunder from a company or companies acceptable to City, nor shall the Contractor allow any Subcontractor to commence Work on a subcontract until all insurance required of said Subcontractor has been obtained. Proof of insurance including insurance certificates and endorsements as set forth in Exhibit 4 must be submitted by the Contractor prior to the City’s execution of the Contract. 12.02 MINIMUM COVERAGE AND LIMITS Contractor shall maintain the insurance coverage as set forth in Exhibit 4 throughout the term of the Contract. 12.03 CONDITIONS REGARDING INSURANCE COVERAGE AND LIMITS City and Contractor agree as follows: A. All insurance coverage and limits provided pursuant to the Contract Documents shall apply to the full extent of the policies involved, available or applicable. Nothing contained in the Contract Documents or any other agreement relating to City or its operations limits the application of such insurance coverage. B. None of the policies required by this Contract shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing by the City Attorney or City’s Risk Manager. 12.04 INSURANCE OBLIGATION IS SEPARATE FROM INDEMNITY OBLIGATION This Agreement’s insurance provisions: A. Are separate and independent from the indemnification and defense provisions in Article 12 of the Agreement; and B. Do not limit, in any way, the applicability, scope, or obligations of the indemnification and defense provisions in Article 12 of the Agreement. [END OF ARTICLE] 517 Page 133 of 166 ARTICLE 13 – BONDS 13.01 REQUIRED BONDS A. Contractor shall furnish the following bonds: 1. A Performance Bond in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "1" attached hereto. 2. A Payment Bond (Labor and Material) in an amount equal to one hundred percent (100%) of the total Contract price in the form shown in Exhibit "2" attached hereto. 3. A Maintenance Bond in an amount equal to ten percent (10%) of the total Contract price in the form shown in Exhibit "3" attached hereto. 13.02 POWER OF ATTORNEY All bonds shall be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety shall be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.03 APPROVED SURETY All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company Financial strength rating of “A: VII”, or better. Bonds issued by a California admitted surety not listed on Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California, all copies of the bonds must be countersigned by a California representative of the surety. The signature of the person executing the bond on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in the power of attorney. 13.04 REQUIRED PROVISIONS Every bond must display the surety’s bond number and incorporate the Contract for construction of the Work by reference. The terms of the bonds shall provide that the surety agrees that no change, extension of time, alteration, or modification of the Contract Documents or the Work to be performed thereunder shall in any way affect its obligations and shall waive notice of any such change, extension of time, alteration, or modification of the Contract Documents. 13.05 NEW OR ADDITIONAL SURETIES If, during the continuance of the Contract, any of the sureties, in the opinion of the City, are or become non- responsible or otherwise unacceptable to City, City may require other new or additional sureties, which the Contractor shall furnish to the satisfaction of City within ten (10) days after notice, and in default thereof the Contract may be suspended and the materials may be purchased or the Work completed as provided in Article 5 herein. 518 Page 134 of 166 13.06 WAIVER OF MODIFICATIONS AND ALTERATIONS No modifications or alterations made in the Work to be performed under the Contract or the time of performance shall operate to release any surety from liability on any bond or bonds required to be given herein. Notice of such events shall be waived by the surety. 13.07 APPROVAL OF BONDS The Contract will not be executed by City nor the Notice to Proceed issued until the required bonds have been received and approved by City. City's decision as to the acceptability of all sureties and bonds is final. No substitution of the form of the documents will be permitted without the prior written consent of City. [END OF ARTICLE] 519 Page 135 of 166 ARTICLE 14 - LABOR PROVISIONS 14.01 WORKING HOURS A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 7:00 p.m. No construction noise shall be permitted between the hours of 7:00 p.m. and 7:00 a.m. of the next day. B. Work in excess of eight (8) hours per day, on Saturdays, Sundays, or on City holidays requires prior consent of the Director and is subject to Cost of Overtime Construction Inspection. C. Night, Sunday and Holiday Work. No Work shall be performed at night, Sunday, or the ten (10) legal holidays to wit: New Year’s Day, Martin Luther King, Jr. Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday following Thanksgiving Day, and Christmas Day, except Work pertaining to the public safety or with the permission of the Director, and accordance with such regulations as he/she shall furnish in writing. Before performing any Work at said times, except Work pertaining to the public safety, the Contractor shall give written notice to the Director so that proper inspection may be provided. “Night” as used in this paragraph shall be deemed to include the hours from 7:00 P.M. to 7:00 A.M. of the next succeeding day. 14.02 COST OF OVERTIME CONSTRUCTION SERVICES AND INSPECTIONS A. Overtime construction Work performed at the option of, or for the convenience of, the Contractor will be inspected by the City at the expense of the Contractor. For any such overtime beyond the regular 8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be determined by the City, and submitted to the Contractor for payment. B. Equipment, materials, or services provided by the City, in connection with Contractor-initiated overtime construction Work described in Paragraph 14.02(A), will also be at the expense of the Contractor. The charges will be determined by the City, and submitted to the Contractor for payment. C. There will be no charges to the Contractor for the inspection of overtime Work ordered by the Director or required by the Contract Documents. 14.03 COMPLIANCE WITH STATE LABOR CODE A. Contractor shall comply with the provisions of the Labor Code of the State of California and any amendments thereof. 1. The time of service of any worker employed upon the Work shall be limited and restricted to eight (8) hours during any one-calendar day, and 40 hours during any one-calendar week. 2. Work performed by employees of the Contractor in excess of eight (8) hours per day, and 40 hours during any one calendar week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay. 3. The Contractor and every Subcontractor shall keep an accurate record showing the name of and the actual hours worked each calendar day and each calendar week by each worker employed by him/her in connection with the Work; the record shall be kept open at all reasonable hours to the inspection of the City and to the Division of Labor Standards Enforcement of the State of California. 4. In the event City deems Contractor is in violation of this Paragraph 14.03, the Contractor shall, as a penalty, forfeit Fifty Dollars ($50.00) for each worker employed in the execution of the Contract 520 Page 136 of 166 by the Contractor or by any Subcontractor for each calendar day for which the employee was underpaid in addition to an amount sufficient to recover underpaid wages. For each subsequent violation, a (one hundred dollar) $100 penalty shall apply for each underpaid employee for each pay period for which the employee was underpaid in addition to an amount sufficient to cover underpaid wages. This subparagraph is effective to the extent it does not directly conflict with the overtime penalty provision of California Labor Code Section 558. In the event of such conflict, the California Labor Code governs over this Paragraph 14.03(A)(4). 14.04 WAGE RATES A. Prevailing Wages 1. Contractor shall comply with the general prevailing rates of per diem wages and the general prevailing rates for holiday and overtime Work in the locality in which the Work is to be performed, for each craft, classification, or type of worker needed to execute the Contract. The Director of the Department of Industrial Relations of the State of California (pursuant to California Labor Code) and the United States Secretary of Labor (pursuant to the Davis-Bacon Act) have determined the general prevailing rates of wages in the locality in which the Work is to be performed. The rates are available online at www.dir.ca.gov/DLSR/PWD/. To the extent that there are any differences in the federal and state prevailing wage rates for similar classifications of labor, the Contractor and its Subcontractors shall pay the highest wage rate. 2. The Contractor shall post a copy of the general prevailing rate of per diem wages at the job site. 3. The Contractor and any Subcontractor under him/her shall pay not less than the specified prevailing rate of wages to all workers employed in the execution of the Contract. 4. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining Contract applicable to the particular craft, classification, or type of worker employed on the project. 5. The Contractor shall, as a penalty to the State or the City, forfeit not more than Fifty Dollars ($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates for the Work or craft in which the worker is employed under the Contract by the Contractor or by any Subcontractor under him. The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which such worker was paid less than the stipulated prevailing wage rate shall be paid to such worker by the Contractor. 6. The specified wage rates are minimum rates only and the City will not consider and shall not be liable for any claims for additional compensation made by the Contractor because of payment by him/her of any wage rate in excess of the general prevailing rates. All disputes in regard to the payment of wages in excess of those specified herein shall be adjusted by the Contractor at his/her own expense. B. Payroll Records 1. Pursuant to California Labor Code Section 1776, the Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, Work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker or other employee employed in connection with the Work. The payroll records shall be certified and shall be available for inspection. 521 Page 137 of 166 2. The Contractor shall inform the City of the location of the payroll records, including the street address, city and county, and shall, within five (5) Working Days, provide a notice of change in location and address. 3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records along with a statement of compliance. 14.05 APPRENTICESHIP STANDARDS A. Compliance with California Labor Code Section 1777.5 requires all public works contractors and subcontractors to: 1. Prior to commencing work on a public works contract, submit Contract Award information to the applicable joint apprenticeship committee, including an estimate of the journeyman hours to be performed under the Contract, the number of apprentices to be employed, and the approximate dates the apprentices will be employed. Use Form DAS-140 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 2. Employ apprentices for the public work at a ratio of no less than one (1) hour or apprentice work for every five (5) hours or labor performed by a journeyman. To request dispatch of apprentices, use Form DAS-142 from the State Department of Industrial Relations. The City reserves the right to require Contractor and Subcontractors to submit a copy of said forms to the City. 3. Pay the apprentice rate on public works projects only to those apprentices who are registered, as defined in Labor Code Section 3077. 4. Contribute to the training fund in the amount identified in the Prevailing Wage Rate publication for journeyman and apprentices. Contractors who choose not to contribute to the local training trust fund must make their contributions to the California Apprenticeship Council, P.O. Box 420603, San Francisco, CA 94142. B. Failure to comply with the provisions of California Labor Code Section 1777.5 may result in the loss of the right to bid or perform work on all public works projects for a period of one to three years and the imposition of a civil penalty of One Hundred Dollars ($100.00) for each calendar day of noncompliance for the first violation and up to Three Hundred Dollars ($300.00) for each calendar day of noncompliance for a second or subsequent violation. Contractor should make a separate copy of this material for each of his/her Subcontractors. C. Payroll Records. The Contractor and each Subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman apprentice, worker or other employee employed in connection with the work. The payroll records shall be certified and shall be submitted to the Project Manager every two weeks. D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract or Subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26 from the State Department of Industrial Relations) shall be completed for each Contractor and Subcontractor of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits, vacation funds or makes pension contributions. The form must contain, for each worker classification, the fund, plan or trust name, address, administrator, the amount per hour contributed 522 Page 138 of 166 and the frequency of contributions. Training fund contributions shall also be reported in this form. City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to the City. 14.06 EMPLOYMENT OF APPRENTICES A. In the performance of this Contract, the Contractor and any Subcontractor shall comply with the provisions concerning the employment of apprentices in the Labor Code of the State of California and any amendments thereof. B. In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid provisions of the Labor Code, such Contractor or Subcontractor shall be subject to the penalties for noncompliance in the Labor Code of the State of California and any amendments thereof. 14.07 REGISTRATION WITH THE STATE DEPARTMENT OF INDUSTRIAL RELATIONS In the performance of this Contract, Contractor and/or any Subcontractor must be currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. 14.08 CHARACTER OF WORKERS The Contractor shall not allow his/her agents or employees, Subcontractors, or any agent or employee thereof, to trespass on premises or lands in the vicinity of the Work. Only skilled foremen and workers shall be employed on Work requiring special qualifications, and when required by the Director, the Contractor shall discharge any person who commits trespass, or in the opinion of the Director, acts in a disorderly, dangerous, insubordinate, incompetent, or otherwise objectionable manner. Any employee being intoxicated or bringing or having intoxicating liquors or controlled substances on the Work shall be discharged. Such discharge shall not be the basis of any claim for compensation of damages against the City or any of its officers, agents, and employees. 14.09 NO SMOKING – STATE LABOR CODE SECTION 6404.5 The Contractor and its agents, employees, Subcontractors, representatives, and any person under Contractor’s control, are prohibited from smoking in— or within a 20-foot distance from— the Site, which is a "place of employment" under California Labor Code § 6404.5. [END OF ARTICLE] 523 Page 139 of 166 ARTICLE 15 - DISPUTE RESOLUTION 15.01 SUBMISSION OF CLAIMS A. By Contractor Contractor’s right to commence the Claims Dispute Resolution Process shall arise upon the Director’s written response denying all or part of a Claim. Contractor shall submit a written Statement of Dispute to the Director within seven (7) Days after the Director rejects all or a portion of Contractor’s Claim. Contractor’s Statement of Dispute shall be signed under penalty of perjury and shall state with specificity the events or circumstances giving rise to the Claim, the dates of their occurrence and the effect, if any, on the compensation due or performance obligations of Contractor under the Construction Contract. Such Statement of Dispute shall include adequate supporting data to substantiate the disputed Claim. Adequate supporting data for a Claim relating to the adjustment of the Contractor’s obligations relative to time of performance shall include a detailed, event-by-event description of the impact of each delay on Contractor’s time for performance. Adequate supporting data to a Statement of Dispute submitted by Contractor involving Contractor’s compensation shall include a detailed cost breakdown and supporting cost data in such form and including such detailed information and other supporting data as required to demonstrate the grounds for, and precise amount of, the Claim. B. By City City’s right to commence the Claims Dispute Resolution Process shall arise at any time following the City’s actual discovery of the circumstances giving rise to the Claim. Nothing contained herein shall preclude City from asserting Claims in response to a Claim asserted by Contractor. A Statement of Dispute submitted by City shall state the events or circumstances giving rise to the Claim, the dates of their occurrence and the damages or other relief claimed by City as a result of such events. C. Claims Defined The term “claims” as used herein shall be as defined in California Public Contract Code § 20104(b)(2). 15.02 CLAIMS DISPUTE RESOLUTION PROCESS The parties shall utilize each of the following steps in the Claims Dispute Resolution Process in the sequence they appear below. Each party shall participate fully and in good faith in each step in the Claims Dispute Resolution Process, which good faith effort shall be a condition precedent to the right of each party to proceed to the next step in the Claims Dispute Resolution Process. A. Direct Negotiations Designated representatives of City and Contractor shall meet as soon as possible (but not later than ten (10) Days after receipt of the Statement of Dispute) in a good faith effort to negotiate a resolution to the Claim. Each party shall be represented in such negotiations by an authorized representative with full knowledge of the details of the Claim or defenses being asserted by such party, and with full authority to resolve such Claim then and there, subject only to City’s right and obligation to obtain City Council [or other City official] approval of any agreed settlement or resolution. In the Claim involves the assertion of a right or claim by a Subcontractor against Contractor that is in turn being asserted by Contractor against City, then such Subcontractor shall also have a representative attend such negotiations, with the same authority and knowledge as just described. Upon completion of the meeting, if the Claim is not resolved, the parties may either continue the negotiations or either party may declare negotiations ended. All discussions that occur during such negotiations and all documents 524 Page 140 of 166 prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to California Evidence Code Sections 1119 and 1152. B. Deferral of Claims Following the completion of the negotiations required by Paragraph 15.02-A., all unresolved Claims, except those that do not involve parties other than the Contractor and City, shall be deferred pending Final Completion of the Work, subject to City’s right, in its sole and absolute discretion, to require that the claims Dispute Resolution Process proceed prior to Final Completion. In the event that City does not elect to proceed with the Claims Dispute Resolution Process prior to Final Completion of the Work, all Claims that have been deferred until such Final Completion shall be consolidated within a reasonable time after such Final Completion and thereafter pursued to resolution pursuant to the Claims Dispute Resolution Process. Nothing contained in this Article 15 shall be interpreted as limiting the parties’ rights to continue informal negotiations of Claims that have been deferred until such Final Completion; provided, however, that such informal negotiations shall not be interpreted as altering the provisions of this Article 15 deferring final determination and resolution of unresolved Claims until after Final Completion of the Work. C. Legal Proceedings If the Claim is not resolved by direct negotiations then the party wishing to further pursue resolution or determination of the Claim shall submit the Claim for determination by commencing legal proceedings in a court of competent jurisdiction. 15.03 NO WAIVER Participation in the Claims Dispute Resolution Process shall not constitute a waiver, release or compromise of any defense of either party, including, without limitation, any defense based on the assertion that the rights of Contractor that are the basis of a Claim were previously waived by Contractor due to failure to comply with the Contract Documents, including, without limitation, Contractor’s failure to comply with any time periods for providing notices or for submission or supporting documentation of Claims. [END OF ARTICLE] 525 Page 141 of 166 ARTICLE 16 - ACCOUNTING RECORDS 16.01 MAINTENANCE OF RECORDS Contractor shall keep, and shall include in its contracts with its Subcontractors, provisions requiring its Subcontractors to keep full and detailed books and records in accordance with the requirements of the Contract Documents, including the following: all information, materials and data of every kind and character (hard copy, as well as computer readable data if it exists), that have any bearing on or pertain to any matters, rights, duties or obligations relating to the Project or the performance of the Work, including, without limitation, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, change orders, change order requests, estimates, field orders, schedules, diaries, logs, reports, shop drawings, samples, exemplars, Drawings, Specifications, invoices, delivery tickets, receipts, vouchers, cancelled checks, memoranda; accounting records; job cost reports; job cost files (including complete documentation covering negotiated settlements); backcharge; general ledgers; documentation of cash and trade discounts earned; insurance rebates and dividends, and other documents relating in way to Claims or Change Orders, Construction Change Directives, Work Directives, or other claims for payment related to the Project asserted by Contractor or any Subcontractor (“Accounting Records”). Contractor shall exercise such controls as may be necessary for proper financial management of the Work. Such accounting and control systems shall comply with prevailing custom and practice for similar projects, be satisfactory to City and shall include preservation of such records for a period of five (5) years after approval of the Notice of Completion and Acceptance by City, or for such longer period as may be required by applicable laws. 16.02 ACCESS TO RECORDS Contractor shall allow, and shall include in its contracts with its Subcontractors provisions requiring its Subcontractors to allow, City and its authorized representative(s), auditors, attorneys and accountants, upon twenty-four (24) hours notice to Contractor, full access to inspect and copy all books and records relating to the Project that Contractor is required to maintain pursuant to Paragraph 16.01, above. 16.03 CONTRACTOR NONCOMPLIANCE, WITHHOLDING Contractor's compliance with Paragraphs 16.01 and 16.02, above, shall be a condition precedent to maintenance of any legal action or arbitration by Contractor against City. In addition to and without limitation upon City's other rights and remedies for breach, including any other provisions for withholding set forth in the Contract Documents, City shall have the right, exercised in its sole discretion, to withhold from any payment to Contractor due under a current Application for Payment an additional sum of up to ten percent (10%) of the total amount set forth in such Application for Payment, until Contractor and its Subcontractors have complied with any outstanding and unsatisfied request by City under this Article 16. Upon such compliance with this Article 16, any additional monies withheld pursuant to this Paragraph 16.03 shall be released to Contractor. 16.04 SPECIFIC ENFORCEMENT BY CITY Contractor agrees that any failure by Contractor or any Subcontractor to provide access to its books and records as required by this Article 16 shall be specifically enforceable, by issuance of a preliminary and/or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court and without the necessity of oral testimony, to compel Contractor to permit access, inspection, audits and/or reproduction of such books and records or to require delivery of such books and records to City for inspection, audit and/or reproduction. [END OF ARTICLE] 526 Page 142 of 166 ARTICLE 17-MISCELLANEOUS PROVISIONS 17.01 COMPLIANCE WITH APPLICABLE LAWS A. Notices, Compliance Contractor shall give all notices required by governmental authorities and comply with all applicable laws and lawful orders of governmental authorities, including but not limited to the provisions of the California Code of Regulations applicable to contractors performing construction and all laws, ordinances, rules, regulations and lawful orders relating to safety, prevailing wage and equal employment opportunities. B. Taxes, Employee Benefits Contractor shall pay at its own expense, at no cost to the City and without adjustment to the Contract Sum, all local, state and federal taxes, including, without limitation all sales, consumer, business license, use and similar taxes on materials, labor or other items furnished for the Work or portions thereof provided by Contractor or Subcontractors, all taxes arising out of its operations under the Contract Documents and all benefits, insurance, taxes and contributions for social security and unemployment insurance which are measured by wages, salaries or other remuneration paid to Contractor's employees. If under federal excise tax law any transaction hereunder constitutes a sale on which a federal excise tax is imposed and the sale is exempt from such excise tax because it is a sale to meat for its exclusive use, then City, upon request, will execute documents necessary to show that is a political subdivision of the State for the purposes of such exemption and that the sale is for the exclusive use of the City, in which case no excise tax for such materials shall be included in the Bid or Contract Sum. C. Notice of Violations Contractor shall immediately notify the City and Director in writing of any instruction received from the City, Director, Architect or other person or entity that, if implemented, would cause a violation of any applicable law or lawful order of a governmental authority. If Contractor fails to provide such notice, then Director shall be entitled to assume that such instruction is in compliance with applicable laws and lawful orders of governmental authorities. If Contractor observes that any portion of the Drawings and Specifications or Work are at variance with applicable laws or lawful orders of governmental authorities, or should Contractor become aware of conditions not covered by the Contract Documents which will result in Work being at variance therewith, Contractor shall promptly notify Director in writing. If, without such notice to Director, Contractor or any Subcontractor performs any Work which it knew, or through the exercise of reasonable care should have known, was contrary to lawful orders of governmental authorities or applicable laws, then Contractor shall bear all resulting losses at its own expense, at no cost to City and without adjustment to the Contract Sum. 17.02 OWNERSHIP OF DESIGN DOCUMENTS A. Property of City All Design Documents, Contract Documents and Submittals (including, without limitation, all copies thereof) and all designs and building designs depicted therein are and shall remain the sole and exclusive property of the City and the City shall solely and exclusively hold all copyrights thereto. Without derogation the City’s rights under this Paragraph, the Contractor and Subcontractors are granted a limited, non-exclusive license, revocable at will of City, to use and reproduce applicable 527 Page 143 of 166 portions of the Contract Documents and Submittals as appropriate to and for use in the execution of the Work and for no other purpose. B. Documents on Site Contractor shall keep on the Project site, at all times and for use by City, Director, Inspectors of Record and City’s Consultants, a complete set of the Contract Documents that have been approved by applicable Governmental Authorities. C. Delivery to City All Design Documents, Contract Documents and Submittals in the possession of Contractor or Subcontractors shall be returned to the City upon the earlier of Final Completion or termination of the Construction Contract; provided, however, that Contractor and each Subcontractor shall have the right to retain one (1) copy of the Contract Documents and Submittals for its permanent records D. Subcontractors Contractor shall take all necessary steps to assure that a provision is included in all subcontracts with Subcontractors, of every tier, who perform Work on the Project establishing, protecting and preserving the, City’s rights set forth in this Paragraph. 17.03 AMENDMENTS The Contract Documents may be amended only by a written instrument duly executed by the parties or their respective successors or assigns. 17.04 WAIVER Either party's waiver of any breach or failure to enforce any of the terms, covenants, conditions or other provisions of the Contract Documents at any time shall not in any way limit or waive that party's right thereafter to enforce or compel strict compliance with every term, covenant, condition or other provision, any course of dealing or custom of the trade notwithstanding. Furthermore, if the parties make and implement any interpretation of the Contract Documents without documenting such interpretation by an instrument in writing signed by both parties, such interpretation and implementation thereof will not be binding in the event of any future disputes. 17.05 INDEPENDENT CONTRACTOR Contractor is an independent contractor, and nothing contained in the Contract Documents shall be construed as constituting any relationship with City other than that of Project owner and independent contractor. In no event shall the relationship between City and Contractor be construed as creating any relationship whatsoever between City and Contractor's employees. Neither Contractor nor any of its employees is or shall be deemed to be an employee of City. Except as otherwise specified in the Contract Documents, Contractor has sole authority and responsibility to employ, discharge and otherwise control its employees and has complete and sole responsibility as a principal for its agents, for all Subcontractors and for all other Persons that Contractor or any Subcontractor hires to perform or assist in performing the Work. 17.06 SUCCESSORS AND ASSIGNS The Contract Documents shall be binding upon and inure to the benefit of City and Contractor and their 528 Page 144 of 166 permitted successors, assigns and legal representatives. A. City may assign all or part of its right, title and interest in and to any Contract Documents, including rights with respect to the Payment and Performance Bonds, to (a) any other governmental person as permitted by governmental rules, provided that the successor or assignee has assumed all of City's obligations, duties and liabilities under the Contract Document then in effect; and (b) any other Person with the prior written approval of Contractor. B. Contractor may collaterally assign its rights to receive payment under the Contract Documents. Contractor may not delegate any of its duties hereunder, except to Subcontractors as expressly otherwise permitted in the Contract Documents. Contractor's assignment or delegation of any of its Work under the Contract Documents shall be ineffective to relieve Contractor of its responsibility for the Work assigned or delegated, unless City, in its sole discretion, has approved such relief from responsibility. Any assignment of money shall be subject to all proper set-offs and withholdings in favor of City and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by City for completion of the Work, should Contractor be in default. C. Except for the limited circumstances set forth in Paragraph 17.06-B, above, Contractor may not, without the prior written consent of City in its sole discretion, voluntarily or involuntarily assign, convey, transfer, pledge, mortgage or otherwise encumber its rights or interests under the Contract Documents. No partner, joint venturer, member or shareholder of Contractor may assign, convey, transfer, pledge, mortgage or otherwise encumber its ownership interest in Contractor without the prior written consent of City, in City’s sole discretion. 17.07 SURVIVAL Contractor’s representations and warranties, the dispute resolution provisions contained in Article 15, and all other provisions which by their inherent character should survive termination of the Contract and/or Final Acceptance, shall survive the termination of the Contract and the Final Acceptance Date. 17.08 LIMITATION ON THIRD PARTY BENEFICIARIES It is not intended by any of the provisions of the Contract Documents to create any third party beneficiary hereunder or to authorize anyone not a party hereto to maintain a suit for personal injury or property damage pursuant to the terms or provisions hereof, except to the extent that specific provisions (such as the warranty and indemnity provisions) identify third parties and state that they are entitled to benefits hereunder. The duties, obligations and responsibilities of the parties to the Contract Documents with respect to such third parties shall remain as imposed by law. The Contract Documents shall not be construed to create a contractual relationship of any kind between City and a Subcontractor or any other Person except Contractor. 17.09 PERSONAL LIABILITY OF CITY EMPLOYEES City’s authorized representatives are acting solely as agents and representatives of City when carrying out the provisions of or exercising the power or authority granted to them under the Contract. They shall not be liable either personally or as employees of City for actions in their ordinary course of employment. No agent, consultant, Council member, officer or authorized employee of City, shall be personally responsible for any liability arising under the Contract. 529 Page 145 of 166 17.10 NO ESTOPPEL City shall not, nor shall any officer thereof, be precluded or estopped by any measurement, estimate or certificate made or given by the City representative or other officer, agent, or employee of City under any provisions of the Contract from at any time (either before or after the final completion and acceptance of the Work and payment therefor) pursuant to any such measurement, estimate or certificate showing the true and correct amount and character of the work done, and materials furnished by Contractor or any person under the Contract or from showing at any time that any such measurement, estimate or certificate is untrue and incorrect, or improperly made in any particular, or that the work and materials, or any part thereof, do not in fact conform to the Contract Documents. Notwithstanding any such measurement, estimate or certificate, or payment made in accordance therewith, City shall not be precluded or estopped from recovering from Contractor and its Sureties such damages as City may sustain by reason of Contractor’s failure to comply or to have complied with the Contract Documents. 17.11 GOVERNING LAW The laws of the State of California govern the construction and interpretation of the Contract Documents, without regard to conflict of law principles. Unless the Contract Documents provide otherwise, any reference to laws, ordinances, rules, or regulations include their later amendment, modifications, and successor legislation. If Contractor or City brings a lawsuit to enforce or interpret one or more provisions of the Contract Documents, jurisdiction is in the Superior Court of the County of Los Angeles, California, or where otherwise appropriate, in the United States District Court, Central District of California. Contractor and City acknowledge that the Contract Documents were negotiated, entered into, and executed—and the Work was performed—in the City of Vernon, California. 17.12 FURTHER ASSURANCES Contractor shall promptly execute and deliver to City all such instruments and other documents and assurances as are reasonably requested by City to further evidence the obligations of Contractor hereunder, including assurances regarding assignments of Subcontractors contained herein. 17.13 SEVERABILITY If any clause, provision, section, paragraph or part of the Contract is ruled invalid by a court having proper jurisdiction, then the parties shall: (a) promptly meet and negotiate a substitute for such clause, provision, section, paragraph or part, which shall, to the greatest extent legally permissible, effect the original intent of the parties, including an equitable adjustment to the Contract Price to account for any change in the Work resulting from such invalidated portion; and (b) if necessary or desirable, apply to the court or other decision maker (as applicable) which declared such invalidity for an interpretation of the invalidated portion to guide the negotiations. The invalidity or unenforceability of any such clause, provision, section, paragraph or part shall not affect the validity or enforceability of the balance of the Contract, which shall be construed and enforced as if the Contract did not contain such invalid or unenforceable clause, provision, section, paragraph or part. 17.14 HEADINGS The captions of the sections of the Contract are for convenience only and shall not be deemed part of the Contract or considered in construing the Contract. 530 Page 146 of 166 17.15 ENTIRE AGREEMENT The Contract Documents contain the entire understanding of the parties with respect to the subject matter hereof and supersede all prior agreements, understandings, statements, representations and negotiations between the parties with respect to its subject matter. 17.16 COUNTERPARTS This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. [END OF ARTICLE] 531 Page 147 of 166 EXHIBIT 1 Bond No.: Premium Amount: $ Bond’s Effective Date: PERFORMANCE BOND RECITALS: 1. The City of Vernon, California (“City”), has awarded to (Name, address, and telephone of Contractor) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s faithful performance of the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal promptly and faithfully performs the undertakings, terms, covenants, conditions, and agreements in the Contract and Contract Documents (including all their amendments and supplements), all within the time and in the manner that those documents specify, then this obligation becomes null and void. Otherwise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond: 1. This Bond specifically guarantees Principal’s performance of each obligation and all obligations under the Contract and Contract Documents, as they may be amended and supplemented— including, but not limited to, Principal’s liability for liquidated damages, Warranties, Guarantees, Correction, and Maintenance obligations as specified in the Contract and Contract Documents— except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents, the guarantees in this Bond also survive Final Completion of the Work. 3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly: (a) remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then in effect; or (c) using a procurement methodology approved by City, select a contractor or contractors— acceptable to City— to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available, as the Work progresses, sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform all obligations of Principal under the Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond— except that 532 Page 148 of 166 Surety’s total obligation, as described here, will not exceed the Bonded Sum. 4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time. 5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing Principal’s faithful performance of the Work. 6. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN TRIPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manager of Vernon Public Utilities City Attorney CORPORATE SEAL CORPORATE SEAL 533 Page 149 of 166 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he own name as attorney in fact. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public SEAL 534 Page 150 of 166 EXHIBIT 2 Bond No.: Premium Amount: $ Bond’s Effective Date: PAYMENT BOND (LABOR AND MATERIALS) RECITALS: 1. The City of Vernon, California (“City”), has awarded to __________________________________________________________________________________________ (Name, address, and telephone of Design-Builder) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under California Civil Code Sections 3247-3248 and the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) _________________________. Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal or a subcontractor fails to pay (a) any person named in California Civil Code Section 3181, or any successor legislation; (b) any amount due under California’s Unemployment Insurance Code, or any successor legislation, for work or labor performed under the Contract or Contract Documents; or (c) any amount under Unemployment Insurance Code Section 13020, or any successor legislation, that Principal or a subcontractor must deduct, withhold, and pay over to the Employment Development Department from the wages of its employees, for work or labor performed under the Contract or Contract Documents, then Surety shall pay for the same in an amount not-to-exceed the Bonded Sum. Otherwise, this obligation becomes null and void. While this Bond remains in full force and effect, the following terms and conditions apply to this Bond: 1. This Bond inures to the benefit of any of the persons named in California Civil Code Section 3181, or any successor legislation, giving those persons or their assigns a right of action in any suit brought upon this Bond, unless California Civil Code Section 3267, or any successor legislation, applies. 535 Page 151 of 166 2. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time. 3. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s paying claims, demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work. 4. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 5. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN TRIPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY AND APPROVED AS TO FORM: AMOUNT OF BONDED SUM: By By General Manger of Vernon Public Utilities City Attorney CORPORATE SEAL CORPORATE SEAL 536 Page 152 of 166 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he own name as attorney in fact. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public SEAL 537 Page 153 of 166 EXHIBIT 3 Bond No.: Premium Amount: $ Bond’s Effective Date: MAINTENANCE BOND RECITALS: 1. The City of Vernon, California (“City”), has awarded to (Name, address, and telephone of Contractor) ________________________________________________________________________________ (“Principal”), a Contract (the “Contract”) for the Work described as follows: Specification No. : in Vernon, CA. 2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)— after completion of the Work and before the filing and recordation of a Notice of Completion for the Work, to furnish a bond to secure claims for Maintenance equal to ten percent (10%) of the total amount of the Contract Which shall hold good for a period of one (1) year from the date the City’s Notice of Completion and Acceptance of the Work is filed with the County Recorder, to protect the City against the result of faulty material or workmanship during that time. 3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and made a part of it by this reference. OBLIGATION: THEREFORE, for value received, We, Principal and ______________________________________________________________________________________________ (Name, address, and telephone of Surety) ______________________________________________________________________________________ (“Surety”), a duly admitted surety insurer under California’s laws, agree as follows: By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors, and assigns to pay City the penal sum of Dollars ($ ) (“the Bonded Sum”), this amount comprising not less than the total Contract Sum, in lawful money of the United States of America. The California Licensed Resident Agent for Surety is: ______________________________________________________________________________________________ (Name, address, and telephone) Registered Agent’s California Department of Insurance License No. . THE CONDITION OF THIS BOND’S OBLIGATION IS THAT if the said Principal or any of his or her or its subcontractors, or the heirs, executors, administrators, successors, or assigns or assigns of any, all, or either of them, shall fail to execute within a reasonable amount of time, or fail to respond within seven (7) days with a written schedule acceptable to the City for same, repair or replacement of any and all Work, together with any other adjacent Work which may be displaced by so doing, that proves to be defective in its workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from the date the City’s Notice of Completion and Acceptance, or equivalent, is filed with the County Recorder, ordinary wear and tear and unusual abuse or neglect excepted with respect to such Work and labor, the Surety herein shall pay for the same, in an amount not exceeding the sum specified in this Bond. 1. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly remedy the default using a procurement methodology approved by City, select a contractor or contractors— acceptable to City to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available sufficient funds to pay the cost of repair or replacement of any and all Work and to pay and perform all obligations of Principal under the Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond except that Surety’s total obligation, as described here, will not exceed the Bonded Sum. 538 Page 154 of 166 2. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. 3. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of said Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any manner affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition. 4. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing Principal’s faithful performance of the Work. 5. No right of action accrues on this Bond to any entity other than City or its successors and assigns. 6. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay, in addition to the Bonded Sum, City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes. 7. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason. 8. Death of the Principal shall not relieve Surety of its obligations hereunder. On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed by its representative(s) under the authority of its governing body. Date: PRINCIPAL: SURETY: (Company Name) (Company Name) (Signature) (Signature) By: By: (Name) (Name) Its: Its: (Title) (Title) Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:  THIS BOND MUST BE EXECUTED IN TRIPLICATE.  EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.  THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.  A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION. APPROVED AS TO SURETY & AMOUNT OF BONDED SUM: APPROVED AS TO FORM: By By General Manager of Vernon Public Utilities City Attorney CORPORATE SEAL CORPORATE SEAL 539 Page 155 of 166 BOND ACKNOWLEDGMENT FOR SURETY’S ATTORNEY-IN-FACT STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of , 20 , before me, (name), a Notary Public for said County, personally appeared (name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of , and acknowledged to me that he/she subscribed the name of thereto as principal, and his/he own name as attorney in fact. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public SEAL 540 Page 156 of 166 EXHIBIT 4 INSURANCE REQUIREMENTS 1.0 REQUIRED INSURANCE POLICIES At its own expense, Contractor shall obtain, pay for, and maintain – and shall require each of its Subcontractors to obtain and maintain – for the duration of the Agreement, policies of insurance meeting the following requirements: A. Workers’ Compensation/Employer’s Liability Insurance shall provide workers’ compensation statutory benefits as required by law. 1. Employer’s Liability insurance shall be in an amount not less than: (a) ONE MILLION DOLLARS ($1,000,000) per accident for bodily injury or disease; (b) ONE MILLION DOLLARS ($1,000,000) per employee for bodily injury or disease; and (c) ONE MILLION DOLLARS ($1,000,000) policy limit. B. Commercial General Liability (“CGL”) (primary). City and its employees and agents shall be added as additional insureds, not limiting coverage for the additional insured to “ongoing operations” or in any way excluding coverage for completed operations. Coverage shall apply on a primary, non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any employee, representative or agent of City. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall contain no contractors’ limitation or other endorsement limiting the scope of coverage for liability arising from explosion, collapse, or underground property damage. 1. CGL insurance must not be written for less than the limits of liability specified as follows: (a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including accidental death) to any one person; (b) ONE MILLION DOLLARS ($1,000,000) per occurrence for personal and advertising injury to any one person; (c) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; and (d) TWO MILLION DOLLARS ($2,000,000) general aggregate limit. 2. CGL insurance must include all major divisions of coverage and must cover: (a) Premises Operations (including Explosion, Collapse, and Underground [“X,C,U”] coverages as applicable); (b) Independent Contractor’s Protective; (c) Independent Contractors; (d) Products and Completed Operations (maintain same limits as above until five (5) 541 Page 157 of 166 years after recordation of Notice of Completion) (e) Personal and Advertising Injury (with Employer’s Liability Exclusion deleted); (f) Contractual Liability (including specified provision for Contractor’s obligation under Article 11 of the General Conditions); and (g) Broad Form Property Damage. 3. Umbrella or Excess Liability Insurance (over primary), if provided, shall be at least as broad as any underlying coverage. Coverage shall be provided on a “pay on behalf” basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion and no contractor’s limitation endorsement. The policy shall have starting and ending dates concurrent with the underlying coverages. The Named Insured may determine the layering of primary and excess liability insurance provided that if such layering differs from that described here, the actual coverage program meets the minimum total required limits and complies with all other requirements listed here. C. Business Automobile Liability Insurance 1. Business Automobile Liability Insurance must cover all vehicles, whether rented, leased, hired, scheduled, owned or non-owned. If Contractor does not own any vehicles, this requirement may be satisfied by a non-owned vehicle endorsement to the general and umbrella liability policies. Business Automobile Liability Insurance coverage amounts shall not be less than the following: (a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including accidental death) to any one person; and (b) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; or (c) ONE MILLION DOLLARS ($1,000,000) combined single limit. D. Contractors Pollution Liability Insurance (CPL) NOT REQUIRED FOR THIS PROJECT 1. Contractor or Subcontractor shall obtain, pay for, and maintain for the duration of the Contract Contractors Pollution Liability insurance that provides coverage for liability caused by pollution conditions arising out of the operations of the Contractor. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using Subcontractors, the policy must include work performed “by or on behalf” of the insured. 2. The policy limit shall provide coverage of no less than one million dollars ($1,000,000) per claim and in the aggregate. Coverage shall apply to bodily injury; property damage, including loss of use of damaged property or of property that has not been physically inured; cleanup costs; and costs of defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. 3. All activities contemplated in the Contract shall be specifically scheduled on the CPL policy as “covered operations.” In addition, the policy shall provide coverage for the hauling of waste from the Project site to the final disposal location, including non-owned disposal sites. 4. The policy shall specifically provide for a duty to defend on the part of the insurer. City, its 542 Page 158 of 166 officers, employees and agents shall be added to the policy as additional insureds by endorsement. E. Builder’s Risk Insurance NOT REQUIRED FOR THIS PROJECT 1. Builder’s Risk Insurance covering all real and personal property for “all risks” of loss or “comprehensive perils” coverage including but not limited to the perils of earth movement including earthquake and flood for all buildings, structures, fixtures, materials, supplies, machinery and equipment to be used in or incidental to the construction at the site, off site, or in transit, for the full replacement value of such properties. Coverage shall be included for property of others in the care, custody or control of the insured for which any insured may be liable. The City will purchase a builder’s risk policy for the Project instead of a contractor purchased policy. Bidder should not include cost for this coverage in his/her bid. 2.0 GENERAL REQUIREMENTS—ALL POLICIES A. Qualifications of Insurer. At all times during the term of this Contract, Contractor’s insurance company must meet all of the following requirements: 1. “Admitted” insurer by the State of California Department of Insurance or be listed on the California Department of Insurance’s “List of Surplus Line Insurers” (“LESLI”); 2. Domiciled within, and organized under the laws of, a State of the United States; and 3. Carry an A.M. Best & Company minimum rating of “A:VII”. B. Continuation Coverage. For insurance coverages that are required to remain in force after the Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all certificates and additional insured endorsements evidencing the continuation of such coverage. C. Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to City’s review and approval, in its sole discretion. D. Commercial General Liability and Business Automobile insurance policies must be written on an “occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as additional insureds. E. Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self- insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance. City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy. F. Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its representatives, or both. G. Separation of Insureds. Contractor’s insurance policy applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the naming of multiple insureds will not increase an insurance company’s limits of liability. H. Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising injury, or property damage. 543 Page 159 of 166 I. Premiums. City is not liable for a premium payment or another expense under Contractor’s policy J. At any time during the duration of this Contract, City may do any one or more of the following: 1. Review this Agreement’s insurance coverage requirements; 2. Require that Contractor obtain, pay for, and maintain more insurance depending on City’s assessment of any one or more of the following factors: (a) City’s risk of liability or exposure arising out of, or in any way connected with, the services of Contractor under this Agreement; (b) The nature or number of accidents, claims, or lawsuits arising out of, or in any way connected with, the services of Contractor under this Agreement; or (c) The availability, or affordability, or both, of increased liability insurance coverage. 3. Obtain, pay for, or maintain a bond (as a replacement for an insurance coverage) from a California corporate surety, guaranteeing payment to City for liability, or costs, or both, that City incurs during City’s investigation, administration, or defense of a claim or a suit arising out of this Agreement; or K. Contractor shall maintain the insurance policy without interruption, from the Project’s commencement date to the Final Payment date, or until a date that City specifies for any coverage that Contractor must maintain after the Final Payment. L. Contractor shall not allow any insurance to expire, cancel, terminate, lapse, or non-renew. Contractor’s insurance company shall mail City written notice at least thirty (30) days in advance of the policy’s cancellation, termination, non-renewal, or reduction in coverage and ten (10) days before its insurance policy’s expiration, cancellation, termination, or non-renewal, Contractor shall deliver to City evidence of the required coverage as proof that Contractor’s insurance policy has been renewed or replaced with another insurance policy which, during the duration of this Agreement, meets all of this Agreement’s insurance requirements. M. At any time, upon City’s request, Contractor shall furnish satisfactory proof of each type of insurance coverage required— including a certified copy of the insurance policy or policies; certificates, endorsements, renewals, or replacements; and documents comprising Contractor’s self-insurance program— all in a form and content acceptable to the City Attorney or City’s Risk Manager. N. If Contractor hires, employs, or uses one or more Subcontractor(s) to perform work, services, operations, or activities on Contractor’s behalf, Contractor shall ensure that the Subcontractor complies with the following. 1. Meets, and fully complies with, this Agreement’s insurance requirements; and 2. Furnishes City at any time upon its request, with a complete copy of the Subcontractor’s insurance policy or policies for City’s review, or approval, or both. Failure of City to request copies of such documents shall not impose any liability on City, or its employees. O. Contractor’s failure to comply with an insurance provision in this Agreement constitutes a material breach upon which City may immediately terminate or suspend Contractor’s performance of this Agreement, or invoke another remedy that this Agreement or the law allows. At its discretion and without waiving any other rights it may have pursuant to law, City has the right but not a duty to obtain or renew the insurance and pay all or part of the premiums. Upon demand, Contractor shall repay City for all sums or monies that City paid to obtain, renew, or 544 Page 160 of 166 reinstate the insurance, or City may offset the cost of the premium against any sums or monies that City may owe Contractor. 3.0 CONTRACTOR’S SUBMITTAL OF CERTIFICATES AND ENDORSEMENTS A. Contractor shall have its insurance carrier(s) or self-insurance administrator(s) complete and execute the following insurance documents and shall deliver said documents at the same time Contractor delivers this Agreement to City. City will neither sign this Agreement nor issue a “Notice to Proceed” until the City Attorney or City’s Risk Manager has reviewed and approved all insurance documents. City's decision as to the acceptability of all insurance documents is final. Sample insurance documents in the City’s approved format are set forth in this 4. B. Required Submittals for Commercial General Liability and Business Automobile Insurance and Contractor’s Pollution Liability Insurance. The following submittals must be on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. 1. “Certificate of Insurance” 2. “Additional Insured Endorsement” 3. Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others” Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon, and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of, and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30) days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.” C. Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of, and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of Exemption from Labor Code §3700” form is required. D. Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed, maintained, repaired or supplied pursuant to this Contract. E. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage. F. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. G. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 545 Page 161 of 166 H. Any “self-insured retention” must be declared and approved by City. City reserves the right to require the self-insured retention to be eliminated or replaced by a deductible. Self-funding, policy fronting or other mechanisms to avoid risk transfer are not acceptable. If Contractor has such a program, Contractor must fully disclose such program to City. 546 Page 162 of 166 EXHIBIT 5 Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit CITY OF VERNON Public Utilities Department Construction Stormwater Program Permit Number: Date: Applicant: Phone: Project Address: Property Owner: Contractor: Contractor’s Address: The National Pollutant Discharge Elimination System (NPDES) is a portion of the Clean Water Act that applies to the protection of receiving waters. Under permits from the Los Angeles Regional Water Quality Control Board (RWQCB), certain activities are subject to RWQCB enforcement. To meet the standards of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watershed of Los Angeles County, Except those Discharges Originating from the City of Long Beach MS4 (CAS004001), the City of Vernon has adopted minimum standards for stormwater runoff from development construction activities. These minimum standards require the implementation of an effective combination of erosion and sediment control Best Management Practices (BMPs) to prevent erosion and sediment loss, and the discharge of construction waste at each site. At a minimum, the construction activity associated with the construction project identified above shall be conducted in such a manner that:  Prevents illicit construction-related discharges of pollutants into the MS4 and receiving waters.  Implements and maintains structural and non-structural BMPs to reduce pollutants in stormwater runoff from construction sites.  Reduces construction site discharges of pollutants to the MS4 to the maximum extent practicable.  Prevents construction site discharges to the MS4 from causing or contributing to a violation of water quality standards. Note: The Stormwater BMP Construction Handbook sheets developed by the California Stormwater Quality Association shall be used as guidance in determining and implementing required BMPs. The BMP sheets may be reviewed at the Public Works counter during regular business hours. A General Construction Permit shall be obtained and maintained for all construction sites one (1) acre or greater. Additional conditions may be required for these sites. 547 Page 163 of 166 I have read and understand the requirements listed above and certify that I will comply with the minimum requirements above. Signature: Print Name: Title: Property Owner: 548 Page 164 of 166 EXHIBIT B SPECIAL PROVISIONS SPECIFIC FOR THIS PROJECT The City operates Well No. 16 located at 4305 S. Santa Fe Avenue, Vernon, CA. The well previously consisted of a 200 HP electrical motor and pumped approximately 1,200 GPM. Over the years, the well production dropped dramatically and in August 2013 the well was completely redeveloped. The well is located within 475 feet of City Well No. 11. Due to hydraulic interference, the two wells cannot be operated simultaneously. Therefore, the City desires to operate the well at a reduced production rate of 600 GPM with a Total Dynamic Head of 407 feet. Due to an electrical failure, the motor cannot be repaired and a new motor must be appropriately sized to properly operate a 600 GPM pump. The well head is located inside a vault 7 feet deep, therefore the TDH measurements were taken from the vault floor. The static water level measured at approximately 227 feet below ground surface (bgs) and the anticipated drawdown of 48 feet leaving a dynamic water level of approximately 274 feet bgs. The estimated water level decline due to drought conditions, specific capacity and Well 11 interference is approximately 130 feet of water level decline, therefore the pump intake level is 397 feet below surface (measured from the vault floor). The City requires modification of the existing pump to produce the desired 600 GPM. The pump is physically located at 4305 Santa Fe Avenue, Vernon, CA. The column pipe is physically located at 2070 51st Street, Vernon, CA. If you have any questions, please do not hesitate to contact Fred Cardenas at (323)583-8811 ext. 872 or Joanna H. Torres at ext. 888. 549 Page 165 of 166 EXHIBIT C 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. 550 Page 166 of 166 EXHIBIT D 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. 551 PUBTIC UTILITIES 4305 S. Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-881 I July 5, 2018 Via e-mail & City website NOTICE TO BIDDf,RS _ ADDENDUM NO. 1 WEI,L NO. I6 PUMP AND MOTOR PROJECT This notice shall be considered as Addendum No. I to lhe Request for Bids for the Well No. l6 Pump and Motor Project. This addendum modifies the original Request for Bids as noted below. All other portions ofthe contract, not specifically mentioned in the Addendum, remain in force. Notice Inviting Bids: In the REQUEST FOR BIDS, replace page 9 of the NOTICE INVITING BIDS. This page is to be amended as follows: l. On page 9 ofthe REQUEST FOR BIDS, NOTI Information: Item No. 2 is amended as follows: a Amount of Liouidated Damages: $750.00 per calendar day. Standard Form of Contract: In the REQUEST FOR BIDS, replace page 89 of rhe STANDARD FORM OF CONTRACT. This page is to be amended as follows: 2. On page 89 ofthe REQUEST FOR BIDS, STANDARD FORM OF CONTRACT section , Exhibit A: General Conditions, Article 3: Time of Commencement and Completion, section 3.07 Liquidated Damages: Item A. is amended as follows: a. Contractor and City agree to liquidated damages in the amount ofseven hundred fifty dollars ($750) per day, with respect to Contractor's failure to achieve Substantial Completion of the Work within the Contract Time. lfyou have any questions, please contact Joanna H. Torres at phone number (323)583-8811 extension 888 or email thtoryesfalci.vcrnon.ca.us. Besl Re CE INVITING BIDS section - Other B ln S Kelly Nguyen General Manager of Vernon Public Utilities 552 Page 9 of 166 Mandatory Qualifications for Bidder and Designated Subcontractors: A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the essential requirements for qualification. As part of the Bidder’s Statement of Qualifications, each Bid must establish that: Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California; each comparable in scope and scale to this Project. Other Bidding Information: 1. Contract Time: This Work must be completed within 90 calendar days from the date of commencement as established by the City’s written Notice to Proceed. 2. Amount of Liquidated Damages: $750.00 per calendar day 3. Required Construction Staging – Not a part of this contract. 4. Intermediate Completion Milestones – Not a part of this contract. 5. Bidding Documents. Bids must be made on the Proposal Form contained herein. 6. Engineer’s Estimate. Not Applicable 8. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to award all or any individual part/item of the bid, and to waive any informalities, irregularities or technical defects in such bids and determine the lowest responsible bidder, whichever may be in the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or electronic bids be accepted by the City. 9. Contractor’s License. At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, Contractor must possess a California contractor’s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess one of the following license(s): C-57, Well Drilling; C-61, Limited Specialty Classification; D-21, Machinery and Pumps. The Bidder will not receive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may reject the Bid, cancel the award, and exercise any one or more of the remedies in the Contract Documents in addition to those provided by law. 10. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, license number, and portion of the Work). An inadvertent error in the license number will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In 553 Page 89 of 166 the Contractor will be relieved from responsibility to protect the Work. B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of Completion with the County Recorder. 3.07 LIQUIDATED DAMAGES A. Contractor and City agree to liquidate damages in the amount of seven hundred fifty dollars ($750) per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion and shall not excuse Contractor from liability from any other breach, including any failure of the Work to conform to the requirements of the Contract Documents. B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day that Substantial Completion is delayed. C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set based on an evaluation of damages that the City will incur in the event of late completion of the Work. Contractor and City acknowledge and agree that the amount of such damages are impossible to ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly unreasonable under the circumstances existing as of the effective date of this Agreement. D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress payments or retainage and that the City will issue a Construction Change Directive and reduce the Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the full amount of liquidated damages. Contractor shall pay the difference to City. [END OF ARTICLE] 554 City Council Agenda Item Report Agenda Item No. COV-240-2018 Submitted by: Fred Cardenas Submitting Department: Public Utilities Meeting Date: August 7, 2018 SUBJECT Approval of Water Rights License and Agreement with Golden State Water Company Recommendation: A. Find that approval of the proposed action is exempt under the California Environmental Quality Act (“CEQA”), 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 a Water Rights License and Agreement with Golden State Water Company, in substantially the same form as submitted herewith, to lease 1,500 acre feet from the City of Vernon’s Allocated Pumping Rights in the Central Basin for a lease unit price per acre foot of $190.00 for total revenue of $285,000 to be placed into the Public Utilities Water Fund Revenue Account; and C. Authorize the General Manager of Public Utilities to execute the Water Rights License and Agreement with Golden State Water Company. Backgroud: The City of Vernon overlies the Central Basin and is party to the Judgment dated October 11, 1965, and entered in Los Angeles County Superior Court Case No. 786656 entitled “Central and West Basin Water Replenishment District v. Charles E. Adams, et al” and subsequent amendments thereof as of July 1, 2017. As a party to the Judgement, the City was awarded an annual Allocated Pumping Rights (APA) of 7,539 acre feet. The water rights are in perpetuity and have a market value of over $90,000,000. In 1959, the Water Replenishment District (WRD) was created to manage the groundwater basin and to oversee replenishment activities of the basin. In order to increase flexibility in the use of the City’s APA, the WRD created the Carryover Program. The program allows the City to place unused water from its APA into a carryover account. For example, if the City uses 6,539 acre feet of its APA in any given year, it is allowed to put the remaining 1,000 acre feet, into its carryover account for later use. The 1,000 acre feet can be used at any time and is saved in the carryover account. The program allows the City to place a maximum of up to 60% or 4,523 acre feet into its carryover account. It is also standard practice in the Central Basin to sell, purchase, lease, and trade unused water rights among parties to the Judgement in Central Basin. Currently, the City’s carryover account is at 4,453 acre feet. Due to the ongoing rehabilitation of two existing wells, staff is estimating that not all of this year’s water rights will be used. To prevent any loss of water rights, staff is recommending that the City’s carryover account be reduced by 1,500 acre feet. Staff received an unsolicited offer from Golden State Water Company to lease out 1,500 acre feet at a per acre foot price of $190. The total anticipated revenues for the entire 1,500 acre foot leases is $285,000 for FY 2018-19. Last 555 year the City leased out water rights and received $162 and $150 per acre foot. Therefore, the unsolicited bid of $190 is above last year's value. Benefits of leasing the water rights are as follows: •Increase in Water Division revenues by $285,000 for FY 2018-19 •Relief of the City’s carry-over account •Flexibility to placed unused water rights in FY 2018-19 into the City’s carry-over account •Elimination of anticipated water rights losses in FY 2018-19 Water rights lease agreements for FY 17/18 were due to the authorizing agency, WRD, by June 30, 2018. However, for FY 17/18, the WRD extended the deadline to August 15, 2018. Therefore, the transfer of the water rights will be drawn from the City's FY 17/18 water account. The City Attorney has reviewed and approved the agreement as to form. Fiscal Impact: This amount of $285,000 will be placed into the Public Utilities Department Water Fund revenue account for use in the division’s operating and capital improvement budgets for FY 2018-19. ATTACHMENTS 1. Water Rights License and Agreement with Golden State Water Company 556 WATER RIGHT LICENSE AND AGREEMENT (Central Basin) For valuable consideration the sufficiency of which is hereby acknowledged, City of Vernon (“Licensor”) hereby grants to Golden State Water Company (“Licensee”): a license (“License”) to extract one thousand five hundred (1,500) acre-feet of Licensor’s Allowed Pumping Allocation allocated to Licensor (or predecessors in interest) under and pursuant to that certain Judgment dated October 11, 1965, and entered in Los Angeles Superior Court Case No. 786,656 entitled “Central and West Basin Water Replenishment District vs. Charles E. Adams, et al.” (the “Licensed Water Allocation”), during the period commencing July 1, 2017 until and including June 30, 2018 (the “Term”). Said License is granted subject to the following conditions: 1. Licensee shall exercise its right under the License and extract the Licensed Water Allocation on behalf of Licensor during the Term and put the same to beneficial use, and Licensee shall not by the exercise hereunder of said License right acquire any right to extract water independent of the rights of Licensor. 2. Licensee shall pay assessments levied on the pumping of the Licensed Water Allocation by the Water Replenishment District of Southern California (the “District”). 3. Licensee shall notify the District that said pumping was done pursuant to this License and provide the District with a copy of this signed document. 4. Licensee shall note, in any recording of water production for the Term that said pumping was done pursuant to this License. 5. Licensee’s Allowed Pumping Allocation shall, with flex, be increased by the amount hereby leased when computing carryover or allowable overextraction as provided by Part III, Subpart A and B in said Judgment. The City of Vernon warrants that it has one thousand five hundred (1,500) acre-feet of Allowed Pumping Allocation available for lease and that it has not pumped and will not pump or permit or license or any other person to pump any part of the Licensed Water Allocation during the Term. Dated: ____________________ LICENSOR: LICENSEE: By: _______________________ Title General Manager 557 City Council Agenda Item Report Agenda Item No. COV-241-2018 Submitted by: Jean-Marie Fanvu Submitting Department: Public Works Meeting Date: August 7, 2018 SUBJECT Public Works Department June 2018 Monthly Building Report Recommendation: A. Receive and File. Backgroud: The attached building report consists of total issued permits, major projects, and certificate of occupancy status reports for the month of June 2018. Fiscal Impact: None. ATTACHMENTS 1. Public Works Department June 2018 Building Report 558 `y~q OF ;,ER,~,o~ City of Vernon Building Department "~ Monthly Report from 61112018 to 6130!2018 t ~~hY 1M0 Value # of Permits Demolition Electrical Industrial -New Industrial -Remodel Mechanical Miscellaneous Plumbing Roof ~a0.00 0 $658,690.00 17 $50,825.00 1 $273,340.00 8 $153,000.00 3 $927,774.00 14 $27,675.00 5 $64,416.00 2 June 2018 TOTALS PERMITS: $2,155,720.00 50 PREVIOUS MONTHS TOTAL $80,369,849.31 339 YEAR TO DATE TOTAL $82,525,569.31 389 June 2017 TOTALS PERMITS: $2,484,595.71 55 PREVIOUS MONTHS TOTAL $40,856,329.12 229 PRIOR YEAR TO DATE TOTAL 43,340,924.83 284 ~~ ~- Daniel Wall Director of Public Works 559 of r~9 `.,~4 ~ , .e.H~ N0~ City of Vernon • ,: Building Department Major Projects from 6/1/2018 to 6/30/2018 n~` `4~~ ~~~'i LT tNOJ Valuations > 20,000 Permit No. Project Address Tenant Description Job Value Electrical B-2017-2295 5000 PACIFIC BLVD 614.90kw. 1892 solar panels and 22 497340 APN 6308003903 inverters. B-2018-2831 3345 SLAUSON TADIN HERB & NEW DISTRIBUTION 600 AMP 26500 APN TEA 480/277V &NEW 75 HP. COMPRESSOR B-2018-2787 2300 49TH ST DM Collective Inc Electical wiring knitting machines 30000 APN 6308015022 3 Records) $553,840.00 Industrial -New B-2018-2749 2651 45TH ST NEW 128 SF GUARD SHACK 50825 APN 6308005021 1 Records) $50,825.00 Industrial -Remodel B-2018-2774 3211 FRUITLAND AVE BARKSDALE STUD (METAL) AND DRYWALL 38590 APN 6303028013 PARTITIONS -NORTH END B-2017-2180 2465 FRUITLAND AVE Wang Globalnet Freezer addition 30000 APN 6308011011 B-2018-2596 3155 LEONIS BLVD TI -remove interior non-bearing 100000 APN 6303020009 walls, build interior non-bearing walls, upgrade van-accessible, parking stalls B-2018-2871 1840 27TH ST Proposed pump room 35000 APN 6302009028 B-2018-2791 4341 DISTRICT BLVD Epic Textiles Inc Remodel industrial space offices 30000 APN 6304022038 B-2018-2777 3211 FRUITLAND AVE Metal stud and drywall partitions 32750 APN 6303028013 (South End) 6 Records) $266,340.00 Mechanical B-2017-2181 2465 FRUITLAND AVE Wang Globalnet Refrigeration equipment and 30000 APN 6308011011 installationfor new walk-in freezer addition. B-2017-1974 1890 25TH ST New mechanical HVAC units for 120000 APN office and conditioned warehouse space. 2 Records) $150,000.00 560 Miscellaneous B-2018-2741 5300 BOYLE AVE APN 6310008020 B-2018-2742 5300 BOYLE AVE APN 6310008020 B-2018-2743 5300 BOYLE AVE APN 6310008020 B-2018-2756 5235 ALCOA AVE APN 6310008015 B-2018-2819 3651 SIERRA PINE AVI APN 6303002012 B-2018-2799 5300 BOYLE AVE APN 6310008020 B-2018-2788 2300 49TH ST APN 6308015022 B-2018-2835 5500 BOYLE AVE APN 6310007008 B-2018-2857 3049 VERNON AVE APN 6303005034 9 Records) Roof B-2018-2703 2042 VERNON AVE APN 6308013023 B-2018-2832 3420 VERNON AVE APN 6303011047 2 Records) 23 Permits) Installation of filler structure. 82000 Installation of bagging station 104000 structure weldment. Installation of baggin station 146000 Caravan Group, Storage racks: 250 bays totaling 78604 LLC 8820 sq ft. See fire permit F-2018- 0956 Concrete demo for freezer 50000 rPlanet Earth Installation of two truck scales with 184000 submirsible pump and radiation detection. DM Collective Moving Knitting Machines 35000 Fencing 24970 Remodel -extend bridge 200000 $904,574.00 Primerdown(APOC) 252 elastomeric 35500 coating, layer of polyester, another layer of 252 elastomeric. Re-roof 28916 $64,416.00 Total $1,989,995.00 aniel Wall Director of Public Works 561 of w~A ~~ V ~~M ~~ o,~ • .,. . aN ~~ t~ t`~~~'t LY IN~V` None City of Vernon Building Department Demolition Report -June 2018 ~' l ,~ Daniel Wall Director of Public Works 562 City of Vernon Building Department New Buildings Report -June 2018 2651 45TH ST OLTMANS CONSTRUCTION CO NEW 128 SF GUARD SHACK 82,559 S.F ~ ~ ~ ,~i ~' Daniel Wall Director Public Works 563 City of Vernon Certificate of Occupancy Applications Date From 6/1/2018 to 6/30/2018 Issued Permit No. Project Address Tenant Description Fees Paid Square Feet C-2018-1024 2357 49TH ST Naz Cutting Inc Cutting 0.00 6500 APN 6308015044 C-2018-1025 2900 SIERRA PINE VIG Furniture Storage and 885.00 15000 APN 6303001007 distribution C-2018-1026 2890 SIERRA PINE VIG Furniture Storage and 885.00 30000 APN 6303001007 distribution furniture C-2018-1027 3636 26TH ST T and T Foods Cold storage 385.00 2500 APN 5192025002 C-2018-1028 4697 48TH ST Narausa Inc. Warehouse general 885.00 8000 APN 6304019024 merchandise C-2018-1029 4519 EVERETT AVE Code Update Code update 1,046.00 69900 APN 6304022037 C-2018-1030 2323 52ND ST S.Y. TRADING INC WAREHOUSING OF 885.00 24000 APN 6308016015 GARMENTS C-2018-1031 4371 49TH ST PRINT &STITCH INC. SAMPLE PRINTING 385.00 4800 APN 6304025006 GARMENTS C-2018-1032 2661 46TH ST CA Derby Dools dba LA Fitness and 0.00 12322 APN 6308005009 Derby Dolls recreation -derby C-2018-1033 3140 SLAUSON AVE CLW FOODS, LLC WAREHOUSING OF 885.00 12184 APN PACKAGING MATERIALS C-2018-1034 2141 51ST ST MANUEL LIRA Produce cold storage 385.00 4500 APN 6308015017 C-2018-1035 4700 DISTRICT BLVD International Desserts Whole bakery - 885.00 10600 APN 6304015001 processing &baking items C-2018-1036 6074 MALBURG WAY Standard Fabrics InYI Fabric distribution 1,046.00 52080 APN 6310027050 C-2018-1037 2443 27TH ST K & M Meat Company Inc. Processing food 0.00 30000 APN 6302004016 dba K & M Foodservice C-2018-1038 4929 HAMPTON ST RHS Surani Inc. Photography and film 885.00 9450 APN 6308010036 studio C-2018-1040 3001 SIERRA PINE Dinasty Security Inc. Office use 385.00 275 APN 6303002028 C-2018-1041 4906 ALCOA AVE SHOPIRISBASIC, INC. WAREHOUSING OF 885.00 32000 APN 6303026010 GARMENTS 1 564 Issued Permit No. Project Address Tenant Description Fees Paid Square Feet C-2018-1042 3250 44TH ST Culinary International, LLC Food packaging 885.00 33000 APN 6303016007 C-2018-1043 4320 SANTA FE AVE Infinity Printex, Inc. Textiles &Fabric 885.00 13182 APN 6308006004 Wholesale C-2018-1044 2502 ALAMEDA ST PEPI COMPANY OF CATERING 385.00 778 APN 6302009045 CALIFORNIA DBA ALTONI CATERING C-2018-1045 2254 49TH ST RJack Balthazar, Inc. Warehousing 1,046.00 71180 APN 6308015020 furniture for client use/carpentry C-2018-1046 2850 SANTA FE AVE New Clothing Garment 885.00 11000 APN 6302005005 manufacturing C-2018-1047 4726 LOMA VISTA Civilianaire, Inc. Office use and 385.00 2000 APN 6304019025 manufacturing C-2018-1048 5700 1ST ST Wilmatex, Inc. Warehousing textile 885.00 47000 APN 6308018023 C-2018-1049 4371 49TH ST GLR Wine Cellars Wood shop 385.00 900 APN 6304025006 C-2018-1050 5301 SANTA FE AVE The Collected Group Co., Garment 1,046.00 66385 APN 6308016041 LLC dba Joie, Equipment, manufacturing Current Ellott C-2018-1051 5981 MALBURG WAY Icon Sports Group, Inc. Warehouse general 885.00 12232 APN 6310027046 goods C-2018-1052 4371 49TH ST DC Special Trading Inc. Warehousing 385.00 4800 APN 6304025006 C-2018-1053 2254 49TH ST RAGGS 2 RICHES WHOLESALE 885.00 30500 APN 6308015020 GARMENTS C-2018-1054 4697 48TH ST PETTO INC WAREHOUSING OF 385.00 4000 APN 6304019024 GARMENTS C-2018-1055 5024 HAMPTON ST Luxxel Storage garment 885.00 9945 APN 6308010028 C-2018-1056 5201 SANTA FE AVE The Collected Group Garment employee 0.00 7015 APN 6308016041 Company, LLC dba JOIE, retail Equipment, Current Elliott C-2018-1058 2825 44TH ST LINEAGE LOGISTICS TEMP -FREEZER 0.00 96968 APN 6303013042 ONLY C-2018-1059 4662 49TH ST JACOBIES INC WAREHOUSING OF 885.00 20000 APN 6304017013 SHOES WITH SHOWROOM C-2018-1039 2900 SANTE FE AVE MJH DESIGN SERVICE Once use 385.00 1200 APN INC 35 Records) Total for Certificate of Occupancy: 22,194.00 756,196.00 2 565 35 Permits(s) Total Fees Paid 22,194.00 566 City of Vernon Certificate of Occupancy Issued Date From 6/1/2018 to 6/30/2018 Issued Permit No. Project Address Tenant Description Fees Paid Square Feet 6/4/2018 C-2018-0898 5300 SANTA FE AVE KSA FASHION GROUP MANUFACTURING 1,046.00 50802 APN 6309003036 INC OF GARMENTS 6/21/2018 C-2015-0308 5107 DISTRICT BLVD NCWPCS MPL 26 Cell site 300.00 1367 APN 6304010015 6/27/2018 C-2018-0992 5035 GIFFORD AVE JB AMERICAN Warehousing of 885.00 5700 APN 6304013025 STANDARD, INC. garments Total for Certificate of Occupancy: 2,231.00 57,869.00 3 Permits~s) Total Fees Paid 2,231.00 1 567 ~~ ~ F v~R~ •.y V, • O~ '~ ,: ~`G~h'ttr 1MOV~t Request for Inspection Approved Pending Temporary Occupancies City of Vernon Building Department Status of Certificates of Occupancy Requests Month of June 2018 d ~ Daniel Wall Director of Public Works 35 403 17 568 City Council Agenda Item Report Agenda Item No. COV-244-2018 Submitted by: Lissette Melendez Submitting Department: Public Works Meeting Date: August 7, 2018 SUBJECT Acceptance of Work of Nobest Incorporated regarding Contract No. CS-0910 – PCC and Pavement Reconstruction for Fire Stations No. 76 and 78 Recommendation: A. Affirm that accepting the work of Nobest Incorporated, for the PCC and Pavement Reconstruction for Fire Stations No. 76 and 78, Contract No. CS-0910, is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with Section 15301, Existing Facilities, part (c), existing highways and streets, because the project is merely to repair existing streets; and B. Accept the work of Nobest Incorporated, as part of the PCC and Pavement Reconstruction for Fire Stations No. 76 and 78, Contract No. CS-0910, and authorize staff to submit for recordation of a Notice of Completion for the project. Backgroud: On March 20, 2018, City Council accepted the bid proposal from Nobest Incorporated, as the lowest responsive and responsible bidder and entered into a contract for the PCC and Pavement Reconstruction for Fire Stations No. 76 and 78. Construction began in late April and consisted of removal and reconstruction of the existing asphalt and concrete pavement, driveway approaches, sidewalk, longitudinal gutter, and installation of one handicap access ramp. Contract work was completed on July 18, 2018 to the satisfaction of the City. Nobest Incorporated met all the City requirements. Fiscal Impact: The PCC and Pavement Reconstruction for Fire Stations No. 76 and 78 Project (Contract CS-0910) was awarded to Nobest Incorporated for an amount not to exceed $922,011.00. The project was completed under budget for a total cost of $913,556.30. It is recommended that the project be accepted as complete and that the five percent (5%) retention of $45,677.82 be paid thirty-five (35) days after the recordation of the Notice of Completion, except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the contract to be further retained. ATTACHMENTS 1. NOC Form CS-0910 569 Recording Requested By City of Vernon, Public WorksDepartment Fee Waived Pursuant To Govt. Code 6103 When Recorded Mail To: City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 _________________________________________________________________________________________ SPACE ABOVE THIS LINE RESERVED FOR RECORDER'S USE NOTICE OF COMPLETION NOTICE OF COMPLETION IS HEREBY GIVEN that 1.The City of Vernon, whose address is 4305 Santa Fe Avenue, Vernon,California, as Ownerof the public work of improvement known as the PCC and Asphalt Pavement Reconstruction for Fire Stations 76 and 78,located at 3375 Fruitland Avenue and 2800 Soto Street respectively as improved in accordance with ContractNo. CS- 0910 between Nobest Incorporated whose address is: 7600 Acacia Avenue, Garden Grove, CA 92841 as CONTRACTOR, andthe PUBLIC WORKSDEPARTMENT of the City of Vernon for the following work, to wit: Furnish all transportation, equipment, materials, labor, supplies and services necessary forthe removal and reconstruction of existing PCC, driveway approaches, asphalt pavement, sidewalk, longitudinal gutter, ADA Ramps, cold plane existing asphalt 3-6 inches and pave back with new asphalt concrete paving, Class B-PG-70-10 at Fire Stations76 and 78,as described within the project specifications. 2.Notice isgiven that the Work of Contract No.CS-0910, as amended by Owner-approved changes,if any, was accepted on August 7, 2018 by City Council,provided, however, this notice does not alterthe responsibility of the Contractor for any failure to comply with the requirements of the Contract Documents including, but not limited to, Contractor’s liability for any unauthorized or non-conforming work and does not constitute acceptance of any disputed claims. 3.The nature of the interest or state of owner is in fee. This notice is given in accordance with the provisions of Section 3093 of the Civil Code of the State of California. Dated:PUBLIC WORKSDEPARTMENT CITY OF VERNON ATTEST:BY: Daniel Wall, P.E. Director of Public Works Maria E. Ayala, City Clerk VERIFICATION I, Daniel Wall, Director of Public Works,state that I am an officer of the City of Vernon; that I have read the foregoing Notice of Completion and know the contents thereof and that the same is true of my own knowledge, except as to the matters which are therein stated on information or belief, and as to those matters I believe them to be true. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed in the City of Vernon on the above stated date. Approved as to Form:Daniel Wall, P.E. Director of Public Works ____________________________ Zaynah Moussa Senior Deputy City Attorney 570 City Council Agenda Item Report Agenda Item No. COV-208-2018 Submitted by: Lilia Hernandez Submitting Department: City Administration Meeting Date: August 7, 2018 SUBJECT Appointment of Eligible Individuals to Serve on the Vernon Business & Industry Commission Recommendation: A. Find that the appointment of an eligible individual to serve on the Vernon Business & Industry Commission is exempt from California Environmental Quality Act (“CEQA”) review, because they are administrative actions that will not result in direct or indirect physical changes in the environment, and therefore do not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Appoint two eligible individuals to serve on the Vernon Business & Industry Commission, each in a Business Representative Seat, each with a term of July 1, 2018 to June 30, 2022. Backgroud: As one of the key elements of the City’s good governance reforms, the City Council created the Vernon Business and Industry Commission (“Commission”) to explore and develop ways for the City of Vernon to be more attractive to employees, businesses, and investors, while appropriately considering the needs and concerns of the residential communities within and in close proximity to Vernon. The Commission is the revamped consolidation of the former Ad Hoc Advisory Committees on Business Development and Electric Rates, and is intended to provide a special forum to address public concerns related to the City’s business and industrial development related costs, procedures, and activities. The Commission is comprised of seven members from the Vernon Community: Three business representatives, each of whom represents the owner or operator of a business located in Vernon; two real estate professionals, each of whom has knowledge of the Vernon real estate market; one labor representative, who is employed by a business located in Vernon or who is a member of a labor union that represents workers at a business located in Vernon; and one current member of the Vernon City Council. The terms for several of the Commissioner's on the Commission expired on June 30, 2018 and are in need of being filled. Pursuant to Section 2.174 of the Vernon Municipal Code, the City Council is expected to make an appointment to fill the current vacancies. Staff has publicized the vacancies and has placed the appointment of eligible individuals on the agenda for the August 7, 2018 City Council meeting. On or about June 20, 2018 City Staff broadly publicized the aforementioned vacancies and opportunity to serve on the Commission by posting the attached announcement and interest form on the main page of the City’s website and mailing copies to all businesses in Vernon (Attachment 1). As of the application deadline, four completed applications were received and are included as attachments to this staff report (Attachment 2). Information that may be personal has been redacted from the applications. The names of the individuals eligible to serve in the vacant seats are listed below under the respective category:571 Vernon Business Representative (must appoint two from this category) 1. Jimmy Andreoli II 2. Daniel Lee 3. Navdeep (Duncan) Sachdeva 4. Josh Shadpour At this time, the vacancies in the Real Estate Representative seat and the Employee/Labor Representative seat cannot be filled, as no interest forms for these seats were received by staff. A follow up recruitment for the expired seats noted above will be planned in order to fill the vacancies. The City Council must appoint two individuals to serve in each one of the two vacant Business Representative seats. City staff recommends the Council make such appointments from among the four candidates presented in this staff report, as each has expressed an interest to serve on the Commission. The Vernon Business & Industry Commission meets quarterly at 9:00 a.m. on the second Thursday in February, May, August, and November. Upon the City Council’s appointment of new Commission members, the City Clerk will administer the Oath of Office as necessary, prior to their participation in a Vernon Business & Industry Commission meeting. The next regular meeting of the Commission is scheduled for August 9, 2018. Fiscal Impact: There is no fiscal impact associated with the appointment of an individual to serve on the Vernon Business & Industry Commission. ATTACHMENTS 1. VBIC Announcement & Interest Form 2. VBIC Applications - Business Representative Seat 572 CITY ADMINISTRATION 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Exclusively Industrial June 20, 2018 TO: Representatives of the Vernon Business, Labor, and Real Estate Communities SUBJECT: Seeking Interested Vernon Business Owners/Operators, Labor Representatives and Real Estate Professionals to Serve on the Vernon Business and Industry Commission Background: The Vernon Business and Industry Commission (“VBIC” or “Commission”) has been established to assist City officials and staff in developing ways to make the City of Vernon more attractive to businesses, employees, and investors, while appropriately considering the needs and concerns of the residential communities within and in close proximity to Vernon. The Commission is also intended to provide a special forum to address public concerns related to the City’s business and industrial development related costs, procedures, and activities. The Commission replaces the Ad Hoc Advisory Committees on Electric Rates and Business Development and is the fulfillment of an important element of the City’s good governance reforms. Composition and Terms: The Commission is comprised of seven members from the Vernon Community: three business representatives, each of whom represents the owner or operator of a business located in Vernon; two real estate professionals, each of whom has knowledge of the Vernon real estate market; one labor representative, who is employed by a business located in Vernon or who is a member of a labor union that represents workers at a business located in Vernon; and one current member of the Vernon City Council. Commission members serve four year terms beginning in August. No member shall serve more than two (2) full consecutive terms. Upcoming Vacancies and Invitation to Apply: The City seeks to fill upcoming vacancies in the seats listed below and encourages all qualified individuals to apply. Those with an interest in good government and experience in public service and business and economic development are especially needed to devote time to this important public body. The Commission is subject to state open meeting laws and regulations related to good government such as the Ralph M. Brown Act and the Political Reform Act. Appointees will be required to submit Statements of Economic Interests (Form 700s) annually.  Business Representative  Real Estate Representative  Employee/Labor Representative For more information on the Vernon Business and Industry Commission and related responsibilities, please refer to Ordinance No. 1223 available on the City’s website (www.cityofvernon.org). To be considered for appointment to the Commission, please complete and submit the form on the reverse by Monday, July 9, 2018 at 5:00pm. 573 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 VERNON BUSINESS AND INDUSTRY COMMISSION Prospective Commission Member Interest Form June 20, 2018 Appointing Category (please circle one): Business Real Estate Labor Name: ____________________________________ Business Name: ___________________________ Title: ____________________________________ Vernon Address: ___________________________ Email: ____________________________________ Phone: ____________________________________ Qualifications and Reasons for Interest in Serving on the Commission (attach additional sheet if necessary): __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ NOTE: By signing below, you affirm that you meet the requirements of the appointing category you have indicated. Signature: ________________________________ NOTE: Please submit completed form by Monday, July 9th, 2018, at 5:00 p.m. Mail form to: 4305 Santa Fe Avenue, Vernon, CA 90058, Attn: City Administration Email form to: lhernandez@ci.vernon.ca.us 574 575 576 577 578 City Council Agenda Item Report Agenda Item No. COV-227-2018 Submitted by: Diana Figueroa Submitting Department: City Administration Meeting Date: August 7, 2018 SUBJECT 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 an eligible individual to serve on the Vernon CommUNITY Fund Grant Committee in a Legislative Representative Seat with a term of July 1, 2018 to June 30, 2020; and C. Appoint an eligible individual to serve on the Vernon CommUNITY Fund Grant Committee in a Business Representative Seat with a term of July 1, 2018 to June 30, 2020. Backgroud: The Vernon CommUNITY Fund (“VCF”) was established to provide grants that benefit the Vernon community to charitable and governmental entities for projects in the “Vernon Area,” which includes the cities of Vernon, Maywood, Bell, Huntington Park, and Commerce, the area within the City of Los Angeles known as Boyle Heights, and the unincorporated area known as East Los Angeles. The Vernon CommUNITY Fund is the fulfillment of one of the key elements of the City’s good governance reforms. On February 4, 2014 the City Council adopted Ordinance No. 1218, as amended by Ordinance No. 1238, and established the Vernon CommUNITY Fund Grant Committee (“Committee”) to provide basic guidelines and operational procedures for the review of grant applications and award of grants from the VCF. The Committee is comprised of seven members and must include: One (1) person who represents an owner or operator of a business located in Vernon; two (2) persons representing members of the California Legislature with districts that include at least a portion of the Vernon Area; three (3) persons that reside or work in the Vernon Area; and one (1) current member of the Vernon City Council. Terms for Committee members are for a period of two years (July 1 to June 30). On June 30, 2018, terms for three (3) of the seats on the Committee expired and need to be filled. Pursuant to Section 2.158 of the Vernon Municipal Code, Committee members shall be appointed by the City Council. Staff publicized the vacancies for each of these seats and has placed the appointment of eligible individuals for two (2) out of the three (3) seats on the agenda for the August 7, 2018 City Council meeting. The City Council is expected to make appointments to fill one (1) vacancy in the Legislative Representative Seat, and one (1) vacancy for the Business Representative Seat. At this time, the vacancy in the Vernon Area Representative Seat cannot be filled, as no interest forms from individuals that desire to serve were received by staff. A follow up recruitment for the single expired Vernon Area Representative Seat will be planned in order to fill the vacancy. 579 Legislative Representative Seat On or about June 27, 2018, City staff e-mailed an announcement and corresponding application form to the district offices of members of the California Legislature whose districts include at least a portion of the Vernon Area. On July 25, the deadline to receive interest forms was extended and a new announcement and corresponding application was disseminated. Both announcements and applications are included as attachments to this staff report (Attachment 1). As of the extended application deadline, one (1) completed application was received. The completed application from the individual listed below is included as an attachment to this staff report (Attachment 2). Information that may be personal has been redacted from the application. 1. David Juarez - Field Representative for Assemblymember Miguel Santiago, who represents the 53rd Assembly District, which includes the Vernon Area The City Council must appoint one (1) individual to serve in the Legislative Representative Seat. City staff recommends that Council appoint the candidate presented above in this staff report, as he has expressed an interest to serve on the Committee and meets the criteria to serve in a legislative representative capacity. The term for this seat will expire June 30, 2020. Business Representative Seat On or about June 27, 2018, City staff mailed an announcement and corresponding application form to the owners and/or operators of all businesses located in Vernon. Said application and cover letter were also posted on the City’s website and the City's social media platforms, and are included as attachments to this staff report (Attachment 3). As of the application deadline, one (1) completed application was received. The completed application is included as attachment to this staff report (Attachment 4). Information that may be personal has been redacted from the application. The name of the individual and the business they own and/or operate is listed below: 1. Juliet Goff - President/CEO, Kal Plastics The City Council must appoint one (1) individual to serve in the Business Representative Seat. City staff recommends that Council appoint the candidate presented above in this staff report, as she has expressed an interest to serve on the Committee and meets the criteria to serve in a business representative capacity. The term for this seat will expire June 30, 2020. Next Steps The Vernon CommUNITY Fund Grant Committee meets quarterly at 10:00am on the third Wednesday in the months of February, May, August and November. Upon the City Council’s appointment of new Committee members, the City Clerk will administer Oaths of Office as necessary, prior to their participation in a Vernon CommUNITY Fund Grant Committee meeting. City staff will also schedule an orientation and/or training session as required or appropriate. Fiscal Impact: There is no cost associated with the appointment of individuals to serve on the Vernon CommUNITY Fund Grant Committee. 580 ATTACHMENTS 1. Announcement to Legislative Representatives and Prospective Committee Member Interest Form 2. Completed Interest Form for the Vernon Area Legislative Representative Seat 3. Announcement to Vernon Business Representatives and Prospective Committee Member Interest Form 4. Completed Interest Form for the Vernon Business Representative Seat 581 CITY ADMINISTRATION 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Exclusively Industrial June 25, 2018 TO: Representatives from the California Legislature within the Vernon Area SUBJECT: Seeking Interested California Legislature Representatives within the Vernon Area to Serve on the Vernon CommUNITY Fund Grant Committee Background: The Vernon CommUNITY Fund (“VCF”) was established to provide grants that benefit the Vernon community to charitable and governmental entities for projects in the “Vernon Area,” which includes the cities of Vernon, Maywood, Bell, Huntington Park, and Commerce, the area within the City of Los Angeles known as Boyle Heights, and the unincorporated area known as East Los Angeles. The Vernon CommUNITY Fund is the fulfillment of one of the key elements of the City’s good governance reforms. The reforms called for the creation of an environmental and community benefit fund and an independent board to award grants to qualified applicants. Composition and Terms: The Committee is comprised of seven members and must include: One (1) person who represents an owner or operator of a business located in Vernon; two (2) persons representing members of the California Legislature with districts that include at least a portion of the Vernon Area; three (3) persons that reside or work in the Vernon Area; and one (1) current member of the Vernon City Council. Terms for Grant Committee appointees are for a period of two years (July 1 to June 30). No appointee shall serve more than three (3) consecutive terms. Invitation to Apply: The City seeks to fill an upcoming vacancy in the Grant Committee seat represented by a person representing a member of the California Legislature within the Vernon area and encourages all qualified individuals to apply. Those with an interest in good government and experience in philanthropic activities are especially needed to devote time to this important public body. The Grant Committee is subject to state open meeting laws and regulations related to good government such as the Ralph M. Brown Act and the Political Reform Act. Appointees will be required to submit Statements of Economic Interests (Form 700s) annually. For more information on the Grant Committee and related responsibilities, please refer to Sections 2.155 through 2.169 of the Vernon City Code available on the City’s website (www.cityofvernon.org). To be considered for appointment to the Vernon CommUNITY Fund Grant Committee, please completed and submit the attached form by July 19, 2018. 582 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 VERNON COMMUNITY FUND GRANT COMMITTEE Prospective Grant Committee Member Interest Form June 25, 2018 California Legislative (Vernon Area) Seat Name: ___________________________________ District Representation: ______________________ Title: ___________________________________ Address: ___________________________ Email: ___________________________________ Phone: ___________________________________ Qualifications and Reasons for Interest in Serving on the Grant Committee (attach additional sheet if necessary): ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ NOTE: By signing below, you affirm that you are a representative from the California Legislature within the Vernon area. Signature: ________________________________ NOTE: Please submit completed form by Thursday, July 19, 2018 at 5:30 p.m. Mail form to: City Administrator’s Office, 4305 Santa Fe Avenue, Vernon, CA 90058 – Attn: Diana Figueroa Email form to: dfigueroa@ci.vernon.ca.us 583 CITY ADMINISTRATION 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Exclusively Industrial July 25, 2018 TO: Representatives from the California Legislature within the Vernon Area SUBJECT: Seeking Interested California Legislature Representatives within the Vernon Area to Serve on the Vernon CommUNITY Fund Grant Committee Background: The Vernon CommUNITY Fund (“VCF”) was established to provide grants that benefit the Vernon community to charitable and governmental entities for projects in the “Vernon Area,” which includes the cities of Vernon, Maywood, Bell, Huntington Park, and Commerce, the area within the City of Los Angeles known as Boyle Heights, and the unincorporated area known as East Los Angeles. The Vernon CommUNITY Fund is the fulfillment of one of the key elements of the City’s good governance reforms. The reforms called for the creation of an environmental and community benefit fund and an independent board to award grants to qualified applicants. Composition and Terms: The Committee is comprised of seven members and must include: One (1) person who represents an owner or operator of a business located in Vernon; two (2) persons representing members of the California Legislature with districts that include at least a portion of the Vernon Area; three (3) persons that reside or work in the Vernon Area; and one (1) current member of the Vernon City Council. Terms for Grant Committee appointees are for a period of two years (July 1 to June 30). No appointee shall serve more than three (3) consecutive terms. Invitation to Apply: The City seeks to fill an upcoming vacancy in the Grant Committee seat represented by a person representing a member of the California Legislature within the Vernon area and encourages all qualified individuals to apply. Those with an interest in good government and experience in philanthropic activities are especially needed to devote time to this important public body. The Grant Committee is subject to state open meeting laws and regulations related to good government such as the Ralph M. Brown Act and the Political Reform Act. Appointees will be required to submit Statements of Economic Interests (Form 700s) annually. For more information on the Grant Committee and related responsibilities, please refer to Sections 2.155 through 2.169 of the Vernon City Code available on the City’s website (www.cityofvernon.org). To be considered for appointment to the Vernon CommUNITY Fund Grant Committee, please completed and submit the attached form by August 1, 2018. 584 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 VERNON COMMUNITY FUND GRANT COMMITTEE Prospective Grant Committee Member Interest Form July 25, 2018 California Legislative (Vernon Area) Seat Name: ___________________________________ District Representation: ______________________ Title: ___________________________________ Address: ___________________________ Email: ___________________________________ Phone: ___________________________________ Qualifications and Reasons for Interest in Serving on the Grant Committee (attach additional sheet if necessary): ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ NOTE: By signing below, you affirm that you are a representative from the California Legislature within the Vernon area. Signature: ________________________________ NOTE: Please submit completed form by Wednesday, August 1, 2018 at 5:30 p.m. Mail form to: City Administrator’s Office, 4305 Santa Fe Avenue, Vernon, CA 90058 – Attn: Diana Figueroa Email form to: dfigueroa@ci.vernon.ca.us 585 Received August 1, 2018 City Administration 586 David A Juarez 5623 Huntington Dr. N. Apt. 1, Los Angeles CA 90032 (323) 774-2559 david_juarez13@yahoo.com _____________________________________________________________________________________________________________________________________ Summary of Qualifications  Expert researcher with ability to asses, analyze and develop alternatives and solutions for challenges  Organized, and detail-oriented; focused on maintaining excellent standards  Punctual, and self-motivated to get work done in a timely manner  Fluent in English and Spanish both written and spoken  Proficient in all Microsoft Office programs and social media platforms. Education California State University Northridge Bachelor’s Degree- May 2013 Major: Political Science Minor: Marketing Member of: Los Angeles County Young Democrats, Hollenbeck Community-Police Advisory Board, North East Los Angeles Democrats, National Society of Collegiate Scholars District Representative 06/26/15-Present Office of Assemblymember Miguel Santiago , 53rd District Los Angeles, CA  Represent Assemblymember Miguel Santiago in the areas of Boyle Heights, East Hollywood, and the cities of Huntington Park and Vernon.  Develop relationships with community organizations, schools, and different government entities to better represent their needs in the state legislature.  Provide legislative and district updates at various community meetings.  Represent the Assemblymember in policy meetings when he is unavailable.  Organize community events that benefit constituents of the 53rd Assembly District which include, committee hearings, immigration workshops, back-to school movie nights, senior scam stoppers seminars, turkey and toy giveaways.  Staff the Assemblymember at community events.  Manage the Assemblymember’s mailing programs and electronic communications. Political/Policy Director and Community Organizer 01/04/15-03/06/15 Tara Bannister for Los Angeles City Council 4th District Los Angeles, CA  Researched and advised the candidate on key city issues such as Airbnb, homelessness, overdevelopment, landlord-tenant issues and the city’s minimum wage proposal.  Prepared the candidate for over 40 speaking engagements including debates, candidate forums, interviews, and other public appearances.  Researched elected officials and organizations for possible endorsements, successfully acquiring CSUN Young Democrats, Beverly Hills/Greater Los Angeles Association of Realtors, BizFed PAC “Preferred Candidate”, Apartment Association of Greater Los Angeles PAC, among others.  On behalf of the candidate, responded to incoming correspondence, drafted and edited application packages for potential endorsements  Managed the candidate’s schedule  Led efforts to gather the required number of signatures in order for a candidate to appear on the ballot.  Recruited and trained interns/volunteers for voter contact operations  Organized high propensity voters phone banks and precinct walks 587 Government Relations Manager 12/03/13-12/31/14 Apartment Association of Greater Los Angeles Los Angeles, CA  Advocated and introduced legislation on behalf of the apartment association in local government  Researched and tracked bills in the local, and state government  Scheduled interviews with political candidates  Organized fundraisers for candidates and elected officials seeking political office.  Attended legislative hearings, and maintained statistics.  Managed AAGLA’s government relations internship program.  Staff Liaison to the Political Action Committee, and Local Government Relations Committee  Organized membership events to increase political participation (City Hall Day, State Legislator Breakfast and membership meetings to discuss issues affecting the multi-housing rental industry)  Worked with similar groups to strengthen AAGLA’s overall mission of providing safe, clean and affordable housing  Represented AAGLA among business affiliates: BizFed, VICA, L.A. Area Chamber of Commerce, Culver City Chamber of Commerce and others.  Responded to member inquiries related to the association’s services and provided referrals to other agencies as needed.  Attended quarterly meetings with the Los Angeles Housing and Community Investment Department to discuss and develop legislation Community Outreach and Education Specialist 09/18/2013-02/12/14 Bienestar Human Services (Non-Profit) Los Angeles, CA  Coordinated events to do outreach and presentations for Covered California  Established a strong relationship with communities and its leaders including neighborhood councils, consulates and city council districts.  Worked with non-profits, local government, and business entities to promote Bienestar social services  Worked closely with the program director to developed strategic plans on how to better target the  assigned demographic Student Administrative Assistant 08/24/2008-08/01/2011 California State University Northridge Northridge, CA  Provide excellent customer service and top quality information to professors and university students  Collaborate with supervisors to develop a strategic plan for upcoming semesters  Worked closely with supervisor to establish stress-free work environment  Organized important department documents  Constantly learning new university procedures and applying them  Intern/Volunteer Experience Secretary 04/26/14-05/31/16 Greater Cypress Park Neighborhood Council Los Angeles, CA  Promote transparency and citizen participation in government  Outreach and engage the neighborhood in different community events  Advocate on behalf of Cypress Park  Vote on community base issues  Organize meeting agenda  Record meeting minutes 588 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Exclusively Industrial June 25, 2018 TO: Vernon Business Representatives SUBJECT: Seeking Interested Business Owners/Operators to Serve on the Vernon CommUNITY Fund Grant Committee Background: The Vernon CommUNITY Fund (“VCF”) has been established to provide grants that benefit the Vernon community to charitable and governmental entities for projects in the “Vernon Area,” which includes the cities of Vernon, Maywood, Bell, Huntington Park, and Commerce, the area within the City of Los Angeles known as Boyle Heights, and the unincorporated area known as East Los Angeles. The Vernon CommUNITY Fund is the fulfillment of one of the key elements of the City’s good governance reforms. The reforms called for the creation of an environmental and community benefit fund and an independent board to award grants to qualified applicants. Composition and Terms: The Committee is comprised of seven members and must include: One (1) person who represents an owner or operator of a business located in Vernon; two (2) persons representing members of the California Legislature with districts that include at least a portion of the Vernon Area; three (3) persons that reside or work in the Vernon Area; and one (1) current member of the Vernon City Council. Terms for Grant Committee appointees are for a period of two years (July 1 to June 30). No appointee shall serve more than three (3) consecutive terms. Invitation to Apply: The City seeks to fill the Grant Committee seat represented by the owner or operator of a business located in Vernon and encourages all qualified individuals to apply. Those with an interest in good government and experience in philanthropic activities are especially needed to devote time to this important public body. The Grant Committee is subject to state open meeting laws and regulations related to good government such as the Ralph M. Brown Act and the Political Reform Act. Appointees will be required to submit Statements of Economic Interests (Form 700s) annually. For more information on the Grant Committee and related responsibilities, please refer to Sections 2.155 through 2.169 of the Vernon City Code available on the City’s website (www.cityofvernon.org). To be considered for appointment to the Vernon CommUNITY Fund Grant Committee, please complete and submit the form on the reverse side of this letter by July 19, 2018. 589 City of Vernon, 4305 Santa Fe Avenue, Vernon, California 90058 – Telephone (323) 583-8811 VERNON COMMUNITY FUND GRANT COMMITTEE Prospective Grant Committee Member Interest Form June 25, 2018 Vernon Business Representative Seat (Business Owners/Operators) Name: _________________________________________ Business Name (if applicable): ___________________________ Title: _________________________________________ Vernon Address: _________________________________ Email: _________________________________________ Phone: _________________________________________ Qualifications and Reasons for Interest in Serving on the Grant Committee (attach additional sheet if necessary): ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ NOTE: By signing below, you affirm that you represent either the owner or operator of a business located in Vernon. Signature: ________________________________ NOTE: Please submit completed form by Thursday, July 19, 2018 at 5:30 p.m. Mail form to: City Administrator’s Office, 4305 Santa Fe Avenue, Vernon, CA 90058 – Attn: Diana Figueroa Email form to: dfigueroa@ci.vernon.ca.us 590 591 592 593 594 595 596 597 City Council Agenda Item Report Agenda Item No. COV-242-2018 Submitted by: Michael Earl Submitting Department: Human Resources Meeting Date: August 7, 2018 SUBJECT Award of a Services Agreement to California Association of Environmental Health Administrators (CAEHA) to provide Temporary Environmental Health Staffing Services Recommendation: A. Find that approval of the proposed Professional Services Agreement between the City of Vernon and California Association of Environmental Health Administrators (CAEHEA) is exempt under the California Environmental Quality Act (CEQA), 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. Determine that the direct award of the proposed agreement is in the best interest of the City and, therefore, exempt from the competitive selection process per Section 2.17.12 (B)(2) of the Vernon Municipal Code; and C. Approve a Services Agreement with California Association of Environmental Health Administrators (CAEHA) to provide temporary Environmental Health staffing services for a term of one year and an amount not to exceed $150,000; and D. Authorize the City Administrator to execute the proposed Services Agreement with CAEHA in substantially the same form as submitted herewith, with an effective date of August 3, 2018. Backgroud: Since May 14, 2018, there has been a critical temporary staffing shortage in the Health and Environmental Control Department. Human Resources has been working to recruit and hire temporary Environmental Specialists in an effort to address the temporary staffing need. To date, the City has only been able to recruit, hire, and retain one temporary employee to assist in providing service in the Health and Environmental Control Department. The California Association of Environmental Health Administrators (CAEHA) is a professional association in the field of public environmental health. CAEHA maintains an active membership of retired and active environmental health professionals in the state of California. Typically, CAEHA has provided information, training, and professional development opportunities to its members. In addition, CAEHA has assisted in coordinating an active response to environmental public health needs following natural disasters and critical emergency situations. Recently, CAEHA has implemented a direct-hire temporary placement service to provide short term staffing to public environmental health agencies in the event of emergency response or critical staffing shortages. Under the terms of the proposed contract CAEHA would provide temporary staff to perform inspection services in the various program areas under the jurisdiction of the Health and Environmental Control Department consistent with the scope of services included within the draft agreement. The contract for services is only for temporary staffing during the current critical staffing shortage and not intended as a long term permanent staffing solution. The term of the agreement 598 is proposed to be for one year should a future critical staffing need arise beyond the current emergent period. CAEHA is able to both source and place environmental public health professionals in public agencies on a temporary basis in a timely manner. Staff recommends that this agreement be awarded since it is prudent that the City immediately address the critical temporary staffing shortage in the Health and Environmental Control Department; efforts to directly hire temporary staff have not met the City's needs; CAEHA has the expertise to source and place temporary staff through a contract similar to a temporary employment service. The proposed agreement is exempt from competitive bidding pursuant to Section 2.17.12 (A)(10) of the Vernon Municipal Code ("VMC"). Staff recommends that the City Council, as authorized by VMC Section 2.17.12 (B)(3), find the proposed agreement is exempt from competitive selection based upon the determination that the best interests of the City are served by a direct award, pursuant to Section 2.17.12 (B)(2) of the VMC. The proposed agreement has been reviewed and approved as to form by the City Attorney's Office. Fiscal Impact: The total cost of the contract, should it extend for the full one year period, is not to exceed $150,000. Adequate funds are currently available in the 2018/2019 fiscal year budget for the Health and Environmental Control Department through salary savings resulting from vacancies in full-time positions. ATTACHMENTS 1. Services Agreement with CAEHA 599 July 20181 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND CALIFORNIA ASSOCIATION OF ENVIRONMENTAL HEALTH ADMINISTRATORS(CAEHA) FOR TEMPORARYENVIRONMENTAL HEALTH INSPECTION SERVICES COVER PAGE Contractor: California Association of Environmental Health Administrators Responsible Principal of Contractor:Teri Williams, President Notice Information -Contractor:California Association of Environmental Health Administrators P.O. Box 2017 Cameron Park, CA, 95682-2017 Attention: Sheryl Baldwin Phone: 530-676-0715 Facsimile: (530) 676-0515 Notice Information -City:City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Michael Earl Director of Human Resources Telephone: (323) 583-8811 ext. 239 Facsimile: (323) 826-1439 Commencement Date:August 3, 2018 Termination Date:August 3, 2019 Consideration:Total not to exceed $150,000.00(includes all applicable sales tax); and more particularly described in Exhibit A Records Retention Period Three (3) years, pursuant to Section 11.20 600 July 20182 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND CALIFORNIA ASSOCIATION OF ENVIRONMENTAL HEALTH ADMINISTRATORS (CAEHA) FOR TEMPORARY ENVIRONMENTAL HEALTH INSPECTION SERVICES ThisContract is made between the City ofVernon("City"), a California charter City and California municipal corporation (“City”), and the California Association of Environmental Health Administrators, a non-profit organization (“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 7, 2018. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in Exhibit “A”,which is 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 accordancewiththe prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its ownexpense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by itunder 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. 4.0 TERM. The term of this Contract shall commence on August 3, 2018,and it shall continue until August 3, 2019,unless terminated at an earlier date pursuant to the provisions thereof. 601 July 20183 5.0 COMPENSATION AND FEES. 5.1 Contractorhas established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities inand aroundLos 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“A” attached hereto and incorporatedherein by reference. 5.2 Contractor's grand total compensation for the entiretermofthisContract, shall notexceed$150,000.00without the prior authorization of the City,as appropriate,and written amendment of this Contract. 5.3 City shall provide all miscellaneous office supplies, standardized forms, and necessary safety equipment (with the exception of safety shoes)required for use by contracted personnelin the provision of the services under this agreement.Contractor personnel shall provide their own cell phone and email for use in the performance of the services under this agreement. 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. 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 602 July 20184 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 “A,” 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 tothe Cityan 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 expensesincurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoicethat 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. 603 July 20185 7.0 CITY'S RESPONSIBILITY. City shall cooperatewith 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 Contractorhereunder, 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.Contractor personnel are provided a City owned pooled vehicle for conducting the scope of work. The use of the vehicle is limited to inspections during normal business hours. Vehicles shall not be driven outside the city limits. (1)In the event that individual contractor personnel use their own vehicles, they are required to provide proof of insuranceprior to going out on 604 July 20186 assignment. The City is to be named as an additional insured. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. Limits less than the stipulated amount will be examined on a case by case basis. The City is to be named as an additional insured on the contract personnel’s insurance policy. ii.Contractor agrees to subrogate automobile liabilityas part ofperformance under this agreement byagreeing 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 605 July 20187 Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, includingall 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 thelaws 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. 606 July 20188 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 INDEPENDENTCONTRACTOR. 11.1.1It is understood that in the performance of the servicesherein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer oremployee of City and shall furnish such services in its own manner andmethod 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 607 July 20189 independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2Contractor acknowledges that Contractor and anysubcontractors, 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 requestedat 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 documentsfor 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. 608 July 201810 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, regardingany 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 defaultof 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 thisContract 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 benull and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original partiesfrom their obligationsor otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with allFederal, 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 VernonLiving Wage Ordinance. Violation ofany law material to performance of 609 July 201811 this Contract shall entitle the City to terminate theContract and otherwise pursue its remedies. Further, if the Contractorperforms 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 isbrought to enforce or interpret the terms of this Contract, the prevailing party shall beentitled to reasonable attorney's fees, costs,and necessary disbursements in addition toany other relief to which such party may be entitled. 11.11INTERPRETATION. 11.11.1 Applicable Law. This Contractshall 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 thejurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding itssubject matter and supersedes all prior or contemporaneousnegotiations, representations,understandings, correspondence, documentation,and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed byContractor and the City Administratoror other authorized representative of the City, subject to any requisite authorization by the CityCouncil. Any oral representations or modifications concerning this Contract shall be ofno force or effect. 11.11.4 Severability. If any provision in this Contract is held byany court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shallneverthelesscontinue in full force and effect as fully as though such invalid,illegal, orunenforceable portion had never been part of this Contract. 610 July 201812 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. 11.11.6 Duplicate Originals. There shall be two (2) fully signedcopies 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 ariseswith 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 byvirtue of the authorship of any of the provisions of this Agreement. 11.12TIME OF ESSENCE. Time is strictly of the essence of thiscontract and each and every covenant, term,and provision hereof. 11.13AUTHORITY OF CONTRACTOR. The Contractor herebyrepresents and warrants to the City that the Contractor has the right, power, legalcapacity,and authority to enter into and perform its obligations under this Contract, andits execution of this Contract has been duly authorized. 11.14ARBITRATION 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 bindingarbitration in accordance with the Commercial Rules of the American Arbitration Association atLos Angeles, California and judgment upon the award rendered by the Arbitrators may beentered in any court having jurisdiction thereof. The City does notwaive its right to object to the timeliness or sufficiency of any claim filed or required tobe filed against the City and reserves the right to conduct full discovery. 11.15NOTICES. Any notice or demand to be given by one party to the other 611 July 201813 must be given inwriting and by personal delivery or prepaidfirst-class, registered or certified mail,addressed as follows. Notice simply to the City of Vernonor any other City department is not adequate notice. If to the City: City of Vernon Attention:Michael Earl, Director of Human Resources 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: CAEHA Sheryl Baldwin, Contract Manager P.O. Box 2017 Cameron Park, CA 95682-2017 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. 11.16NO 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. 11.17TERMINATION 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. 612 July 201814 11.18DEFAULT. 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 nocost to the City, owing only for goods and services completed to that point. 11.19TERMINATION FOR CAUSE.Termination for causeshall 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, thatContractor 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. 613 July 201815 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. 11.20MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall haveaccess 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 leastthree (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 Vernonor 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. 11.21CONFLICT. 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 tothe 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. 11.23ENFORCEMENT 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 614 July 201816 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. 11.24LIVINGWAGESContractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance.The current Living Wage Standards are set forth in Exhibit “B”.Uponthe City’srequest, certified payroll records shall promptly be provided to the City. 11.25EQUAL 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 “C”. [Signatures Begin on Next Page]. 615 July 201817 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date statedon the cover page. City of Vernon, a California charter City and California municipal corporation By:____________________________ Carlos R. Fandino, Jr. City Administrator California Association of Environmental Health Administrators, a non-profit organization By: Name:Terri Williams Title:President ATTEST: _______________________________ Maria E. Ayala,City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Zaynah Moussa, Senior Deputy City Attorney 616 July 201818 EXHIBIT A SERVICES AND FEES SCOPE OF SERVICES: Contractor shall provide environmental public health inspection services on a limited and temporary basiswithin the City of Vernon as directed by the Director of Health and EnvironmentalControl. Said services shall include, but are not limited to, the following: A.Contractor shall conduct routine inspections, investigations, permitting, plan check, construction check and final construction approval, and complaint investigations of regulated and non-regulated environmental public health facilities in the City of Vernon, which include, but are not limited to, the following: food sanitation including food vehicles, wholesale warehousing and processing, rendering plants, garment and other industrial manufacturing; land use and development including plan review; public and private wells; storm water; individual onsite sewage disposal systems; public water systems; solid waste facilities; CUPA facilities; and general environmental public health services. B.Contractor shall prepare, on behalf of the City of Vernon, written inspection reports of each facility inspection or investigation. Contractor shall provide written documentation of all inspections, investigations, site visits, plan checks,or complaints for each activity performed. C.Contractor shall review facility permits, business plans, reports, correspondence, and facility files for completeness and prepare necessary reports or correspondence. D.To the extent required, Contractor shall attend mandated state training and state meetings on behalf of the City of Vernon. E.To the extent required, Contractor shall assist City with preparation of state reports, state evaluations, and special meetings that are conducted in the City of Vernon as recognized within the scope and practice of environmental public health. F.Contractor shall assist City with environmental public health program planning and evaluation. G.Contractor shall provide qualified personnel to perform the contracted services who possess and maintain all applicable certifications mandated by the state of California. FEES: Contractor shall be paid according to the following schedule based on actual hours of worked performedunder this agreement. 617 July 201819 In addition to the hourlyrates above, Contractor will bill an additional 20.3% for payroll taxes and workers compand 15% contract management charge. Position Program/Specialty # of Contractors Needed REHS Required Not-To- Exceed Hourly Rate Per Diem* Environmental Technician Housing inspection, occupancy inspection, processing well permits, well inspections 1 No $ 35.00 $ 150.00 CUPA Specialist UST, Haz Mat, Haz waste, monitoring wells, CalARP, CERS 2 No $ 40.00 $ 150.00 Environmental Health Specialist –Non CUPA Retail/wholesale food, garment, occupancy, vehicle, laundry, cross- connection, general environmental health 2 Yes $ 46.50 $ 150.00 Environmental Health Specialist -CUPA All CUPA and Non-CUPA EH program areas 2 Yes $ 51.20 $ 150.00 *Per Diem paid as reimbursement to staffing provided through contract recruited from outside Los Angeles County when working in a temporary or interim assignment due to a critical staffing shortage to cover expenses relating to lodging/housing, travel, meals, and incidentals. The rate is set at $150.00 for each day the employee physically reports to work. 618 July 201820 EXHIBIT B 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. 619 July 201821 EXHIBIT C EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A.Contractorcertifies 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.Contractoragrees 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.Contractoragrees 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.Contractoragrees 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. 620