Loading...
2018-09-04 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, September 04, 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. PRESENTATION 1.City Administration Presentation of Grantee Certificates and Report on FY 2018/2019 Docket I Grants Awarded by Vernon CommUNITY Fund Grant Committee 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 1 Regular City Council Meeting Agenda September 04, 2018 Page 2 B. Present Certificates to FY 2018/2019 Docket I Grant Recipients; and C. Receive and file this report, as it is being provided for informational purposes only pursuant to Section 2.167(e) of the Vernon Municipal Code. 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. 2.City Administration Approval of Purchase Contract with ECS Imaging, Inc. for the provision of Laserfiche Enterprise Content Management Solutions and Support Recommendation: A. Find that approval of the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because it is an administrative activity that will not result in direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Authorize the issuance of a Purchase Contract with ECS Imaging, Inc in an amount not to exceed $139,149.00 for a period of three years from August 22, 2018 through August 21, 2021; and C. Authorize the City Administrator to execute the proposed purchase contract for the provision of Laserfiche Enterprise Content Management (ECM) solutions and support services for City Hall. 1. ECS Imaging Estimate 3.City Administration Ratification of Mayor's Appointment of an Eligible Individual to Serve on the Green Vernon Commission Recommendation: A. Find that the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because the ratification of the Mayor's appointment of an eligible individual to serve on the Green Vernon Commission 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. Ratify the Mayor's appointment of Alan Franz to serve on the Green Vernon Commission in a Business Representative Seat for a four year term that will expire on June 30, 2022. 1. 2018 GVC Announcement & Application 2. 2018 GVC Applications - Business Representative Seat 2 Regular City Council Meeting Agenda September 04, 2018 Page 3 4.City Clerk Minutes of the Regular City Council Meeting held August 21, 2018 Recommendation: A. Receive and File City Council Minutes 08-21-18 5.City Clerk Claim for Damages from James R. Harbin Jr. received August 22, 2018 Recommendation: A. Receive and File Claim for Damages - J. Harbin 082218 6.Finance/ Treasury Ratification of Warrant Registers to Record Voided Checks Recommendation: A. Ratify the following warrant registers to record voided checks: 1) Operating Account Warrant Register No. 5 to record voided Check No. 600590 in the amount of $8,517.10 issued 08/07/18 to Burhenn & Gest, LLP. 7.Finance/ Treasury Approval of Operating Account Warrant Register No. 6 Covering the Period of August 14 through August 27, 2018 Recommendation: A. Approve Operating Account Warrant Register No. 6 which totals $13,796,576.80 and consists of the following: 1) Ratification of electronic payments totaling $13,426,745.09. 2) Ratification of the issuance of early checks totaling $338,876.03. 3) Authorization to issue pending checks totaling $30,955.68. 1. Operating Account Warrant Register No. 6 8.Finance/ Treasury Approval of RDA Obligation Retirement Account Warrant Register No. 45 Covering the Period of July 10 through August 27, 2018 Recommendation: A. Approve RDA Obligation Retirement Account Warrant Register No. 45 which totals $210.00 3 Regular City Council Meeting Agenda September 04, 2018 Page 4 and consists of the following: 1) Ratification of electronic payments totaling $210.00. 1. RDA Obligation Retirement Fund Account Warrant Register No. 45 9.Finance/ Treasury Approval of Federal Funds for Street Improvements Account Warrant Register No. 23 Covering the Period of August 14 through August 27, 2018 Recommendation: A. Approve Federal Funds for Street Improvements Account Warrant Register No. 23 which totals $35,426.68 and consists of the following: 1) Ratification of electronic payments totaling $35,426.68. 1. Federal Funds for Street Improvements Warrant Register No. 23 10.Finance/ Treasury Amendment No. 2 to the Services Agreement with Epic Land Solutions, Inc. for Infrastructure Valuation in Accordance with GASB 34 and 51 Recommendation: A. Find that entering into an amendment with Epic Land Solutions, who is the appraiser currently providing infrastructure valuation services, in accordance with GASB 34 and 51 is exempt under the California Environmental Quality Act (CEQA), because it is a continuing administrative activity that will not result in direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. Even if such were considered a project, it would be exempt from CEQA review in accordance with Section 15061(b)(3), the general rule is that CEQA only applies to activities that may have a significant effect on the environment; and B. Approve Amendment No. 2 with Epic Land Solutions, Inc. ("Epic") which will extend the time for the completion of the project until December 31, 2018 for an additional amount of $80,000; and C. Authorize the City Administrator to execute Amendment No. 2 with Epic in substantially the same form as submitted herewith, in order to complete phase 2 of the infrastructure valuation in accordance with GASB 34 and 51. 1. Amendment No. 2 with Epic Land Solutions, Inc. 11.Fire Department Fire Department Activity Report for the Period of July 16 through July 31, 2018 Recommendation: 4 Regular City Council Meeting Agenda September 04, 2018 Page 5 A. Receive and file. 1. Fire Department Activity Report - 07/16/18 to 07/31/18 12.Fire Department Sale of 1994 Seagrave Type 1 Pumper 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 changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Accept an offer from Rio Hondo College to purchase one (1) 1994 Seagrave Type 1 Pumper (“Engine”) in the amount of $3,000 and authorize staff to proceed with the sale of the Engine. 1. Offer Letter from Rio Hondo College 2. Rio Hondo College Liability Release Agreement 13.Fire Department Sale of 1998 American LaFrance Tractor Drawn Aerial 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 changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Accept an offer from the City of Brea to purchase one (1) surplus 1998 American LaFrance Tractor Drawn Aerial (“Truck”) in the amount of $49,999; and C. Approve a Purchase and Sale Agreement with the City of Brea ("Agreement"), for the purchase of the surplus Truck, in substantially the same form as submitted herewith; and D. Authorize the City Administrator to execute the Agreement and all related documents as necessary to carry out the sale of the surplus Truck. 1. Purchase and Sales Agreement with City of Brea 14.Police Department Vernon Police Department Activity Log and Statistical Summary for the period of July 16 through July 31, 2018 Recommendation: A. Receive and file. 1. Police Department Activity Report - 07/16/18 to 07/31/18 5 Regular City Council Meeting Agenda September 04, 2018 Page 6 15.Police Department Vernon Police Department Activity Log and Statistical Summary for the period of August 1 through August 15, 2018 Recommendation: A. Receive and file. 1. Police Department Activity Report - 08/01/18 to 08/15/18 16.Public Works Acceptance of Electrical Easement at 2959 E. 50th Street (APN 6303-024-007) 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 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. 1. Electrical Easement - 2959 50th 2. Certificate of Acceptance 17.Public Works Award of a Services Agreement to Mariposa Landscapes, Inc. for Grounds Maintenance Services Recommendation: A. Find that approval of the proposed Agreement with Mariposa Landscapes, Inc. is exempt from the California Environmental Quality Act (CEQA) review in accordance with CEQA Guidelines Section 15301 (Existing Facilities), part (h) (maintenance of existing landscaping), because the project is merely to maintain the existing landscaping and general lawn care; and B. Approve a Services Agreement with Mariposa Landscapes, Inc., in substantially the same form as submitted herewith, for a three (3) year term in an amount not-to-exceed $128,952 ($42,984 per year) for Grounds Maintenance Services; and C. Authorize the City Administrator to execute the Services Agreement with Mariposa Landscapes, Inc. with an effective date of October 1, 2018. 1. Services Agreement with Mariposa Landscapes, Inc. ORDINANCE 6 Regular City Council Meeting Agenda September 04, 2018 Page 7 18.Public Works Ordinance No. 1256 - An Ordinance of the City Council of the City of Vernon, California, adding Article VIII to Chapter 12 of the Vernon Municipal Code to Establish a Construction and Demolition Debris Recycling Program Recommendation: A. Find that approval of the proposed Ordinance is categorically exempt from California Environmental Quality Act (“CEQA”) review under CEQA Guidelines Section 15308 (“actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment”). Here, the Ordinance involves amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, and the establishment of a construction and demolition debris recycling program, which will establish procedures for protection of the environment; and B. Approve the second reading and adopt Ordinance No. 1256, amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, by adding Article VIII to establish a construction and demolition debris recycling program. 1. Notice of Public Hearing - Construction & Demolition Debris Recycling Program 2. Ordinance No. 1256 - Establishing a Construction and Demolition Debris Recycling Program NEW BUSINESS 19.Public Utilities Authorize the Issuance of Purchase Orders to Howard Industries, Inc., ERMCO Distribution Transformers, and PanAmerica Supply, Inc. to Furnish and Deliver Padmount Transformers (Bid Specification #TR3-2018-PM1 ) Recommendation: A. Find that approval of the proposed purchase of Padmount Transformers is exempt from California Environmental Quality Act ("CEQA") review, because accepting and awarding a bid 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. As to the replacement of electrical distribution transformers, the proposed action is exempt from CEQA review, in accordance with CEQA Guidelines § 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; and B. Accept the bids from Howard Industries, Inc., ERMCO Distribution Transformer, and PanAmerica Supply, Inc. as the lowest responsive and responsible bidders and reject all other bids; and C. Authorize the issuance of a purchase order to Howard Industries, Inc., to furnish and deliver 7 Regular City Council Meeting Agenda September 04, 2018 Page 8 distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 3, 4 and 5 for a three (3) year term with a not-to-exceed amount of $136,072; and D. Authorize the issuance of a purchase order to ERMCO Distribution Transformers to furnish and deliver distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 1 and 7 for a three (3) year term with a not-to-exceed amount of $222,587; and E. Authorize the issuance of a purchase order to PanAmerica Supply, Inc. to furnish and deliver distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 2 and 6 for a three (3) year term with a not-to-exceed amount of $253,275. 1. Notice Inviting Bids - Specification #TR3-2018-PM1 to Furnish and Deliver Padmount Transformers 2. Howard Industries Bid 3. ERMCO Bid 4. PanAmerica Bid 5. Bid Evaluation - Padmount Transformers Bid Specification #TR3-2018-PM1 20.Public Utilities A Resolution Approving and Authorizing the Execution of an Master Services Agreement for Upstream Internet Access Services with Centurylink Communications, LLC Recommendation: A. Find that approval of the proposed action in this staff report is exempt under the California Environmental Quality Act ("CEQA"), because it is a governmental administrative activity that will not have any effect on the environment and is therefore not a “project” as that term is defined by CEQA Guidelines section 15378; and B. Adopt a Resolution approving and authorizing the execution of an Master Services Agreement for Upstream Internet Access Services with Centurylink Communications, LLC. 1. Centurylink Quote 2. Centurylink Resolution 21.Public Utilities Authorize the Issuance of a Purchase Order to One Source Distributors to Furnish and Deliver Overhead Automatic Reclosers (Bid Specification #AR-2018-1) Recommendation: A. Find that approval of the proposed purchase of Overhead Automatic Reclosers is exempt from California Environmental Quality Act ("CEQA") review, because accepting and awarding a bid 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. As to the installation of Overhead Automatic Reclosers, the proposed action is exempt from CEQA review, in accordance with CEQA Guidelines § 15302, because the proposed project consists of the reconstruction of existing structures and facilities where the new structure will be located on the same 8 Regular City Council Meeting Agenda September 04, 2018 Page 9 site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; and B. Accept the bid from One Source Distributors as the lowest responsive and responsible bidder and reject all other bids; and C. Approve and authorize the issuance of a purchase order to One Source Distributors to furnish and deliver four (4) 15 KV and sixteen (16) 25 KV Overhead Automatic Reclosers (Bid Specification #AR-2018-1) for a three (3) year term with a not-to-exceed amount of $878,238.20. 1. Notice Inviting Bids - Overhead Automatic Reclosers Specification #AR-2018-1 2. One Source Bid 3. Bid Evaluation - Automatic Recloser Bid Specification #AR-2018-1 22.Public Works Award of a Services Agreement to Priority Building Services, LLC for Janitorial Services Recommendation: A. Find that awarding the contract to Priority Building Services, LLC 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 is not a “project’ as defined by CEQA Guidelines, Section 15378; and B. Approve a Services Agreement with Priority Building Services, LLC, in substantially the same form as submitted herewith, for a three (3) year term in an amount not-to-exceed $367,668 ($122,556 per year) for the City's janitorial services; and C. Authorize the City Administrator to execute the Services Agreement with Priority Building Services, LLC with an effective date of October 1, 2018. 1. Services Agreement with Priority Building Services, LLC 23.Public Works Authorization to Issue Payment to Western Allied Corporation for Heating and Air Conditioning Services and Establish New Blanket Purchase Contracts for Fiscal Year 2018-19 Recommendation: A. Find that the approval to paying additional expenses and issue blanket purchase contracts to Western Allied Corporation 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 is not a “project’ as defined by CEQA Guidelines, Section 15378; and B. Authorize staff to issue payment to Western Allied Corporation for an additional $36,540.66 to cover outstanding invoices on existing purchase contracts; and 9 Regular City Council Meeting Agenda September 04, 2018 Page 10 C. Authorize the Public Works Department to establish a blanket purchase contract with Western Allied Corporation for Fiscal Year 2018-19 in the amount of $25,000; and D. Authorize the Public Utilities Department to establish a blanket purchase contract with Western Allied Corporation for Fiscal Year 2018-19 in the amount of $35,000. 1. Western Allied Corporation Invoices 24.Public Works Award of a Services Agreement to Alta Planning + Design, Inc. for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Recommendation: A. Find that approval of the proposed action is categorically exempt under the California Environmental Quality Act (“CEQA”) in accordance with Section 15306, because the scope of the agreement consists of data collection, research, and preparation of a study / plan, which will not result in a serious or major disturbance to any environmental resource and which will not commit the City to any project; and B. Approve a Services Agreement with Alta Planning + Design, Inc. (“Alta”), in substantially the same form as submitted herewith, for a term of approximately eighteen (18) months in an amount not-to-exceed $229,471.00 for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan (the “Plan”); and C. Authorize the City Administrator to execute the Services Agreement with Alta. 1. Services Agreement with Alta Planning + Design, Inc. ORAL REPORTS City Administrator Reports – brief reports on activities and other brief announcements. City Council Reports – brief AB1234 reports, or report on: activities, announcements, or directives to staff. CLOSED SESSION 25.City Attorney CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION Significant exposure to litigation. Government Code Section 54956.9(d)(2) Number of potential cases: 1 26.City Attorney CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION (2) 10 Regular City Council Meeting Agenda September 04, 2018 Page 11 Government Code Section 54956.9(d)(1) Name of Case: Reina Lopez vs. City of Vernon LASC Case No. BS713375 Name of Case: Jerry Chavez vs. City of Vernon LASC Case No. BC719460 ADJOURNMENT I hereby certify under penalty of perjury under the laws of the State of California, that the foregoing agenda was posted on the bulletin board at the main entrance of the City of Vernon City Hall, located at 4305 Santa Fe Avenue, Vernon, California, and on the City’s website, not less than 72 hours prior to the meeting set forth on this agenda. Dated this 30th day of August, 2018. By: ________________________________ Maria E. Ayala City Clerk 11 City Council Agenda Item Report Agenda Item No. COV-280-2018 Submitted by: Diana Figueroa Submitting Department: City Administration Meeting Date: September 4, 2018 SUBJECT Presentation of Grantee Certificates and Report on FY 2018/2019 Docket I Grants Awarded by Vernon CommUNITY Fund Grant Committee 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. Present Certificates to FY 2018/2019 Docket I Grant Recipients; and C. Receive and file this report, as it is being provided for informational purposes only pursuant to Section 2.167(e) of the Vernon Municipal Code. Backgroud: On August 15, 2018, the Vernon CommUNITY Fund Grant Committee (“Grant Committee”) held its first grant award meeting for the 2018/2019 Fiscal Year. There were four (4) Direct Service Grant applicants included on the first docket (listed below) and all four (4) were approved by the Grant Committee at the terms recommended: 1. Dolores Mission School Original Amount Requested: $40,000 Amount Recommended: $30,000 Proposed Term: 1 year 2. East Los Angeles Women's Center (returning grantee) Original Amount Requested: $60,000 Amount Recommended: $45,000 Proposed Term: 1 year 3. Holy Angels Church of the Deaf (returning grantee) Original Amount Requested: $50,320 Amount Recommended: $45,000 Proposed Term: 1 year 4. Los Angeles Center for Law and Justice (returning grantee) Original Amount Requested: $50,000 Amount Recommended: $40,000 12 Proposed Term: 1 year Section 2.167(e) of the Vernon Municipal Code requires the Grant Committee Executive Director (City Administrator) to provide the City Council a report of the grant related actions taken by the Grant Committee within 30 days of any regular meeting and within 15 days of any special meeting at which grants are awarded. Fiscal Impact: The Fiscal Year 2018/2019 Docket I total recommended grant award amount of $160,000 is included in the 2018/2019 City Budget and, although it exceeds the recommended quarterly allocation of $154,781 for direct service grants, there are sufficient funds in the overall budget for this fiscal year. The quarterly allocation available for grant awards for the remainder of the year will be adjusted accordingly. ATTACHMENTS  13 City Council Agenda Item Report Agenda Item No. COV-276-2018 Submitted by: Alexis Amado Submitting Department: City Administration Meeting Date: September 4, 2018 SUBJECT Approval of Purchase Contract with ECS Imaging, Inc. for the provision of Laserfiche Enterprise Content Management Solutions and Support Recommendation: A. Find that approval of the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because it is an administrative activity that will not result in direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Authorize the issuance of a Purchase Contract with ECS Imaging, Inc in an amount not to exceed $139,149.00 for a period of three years from August 22, 2018 through August 21, 2021; and C. Authorize the City Administrator to execute the proposed purchase contract for the provision of Laserfiche Enterprise Content Management (ECM) solutions and support services for City Hall. Backgroud: For over fifteen years, the City has used Laserfiche ECM software to manage a variety of documents and records. Laserfiche offers digital storage and automation that simplifies document, records and business process management. Laserfiche document records are easy to locate, fully text searchable and easily accessible. Laserfiche is the world’s leading software for content management, business process automation, and productivity-boosting data analytics. Currently used by more than 34,000 organizations worldwide—including government, education, financial services and healthcare—Laserfiche solutions make organizations smarter, more collaborative, more efficient and more effective. Laserfiche is used by all departments in the City and is essential in staff's ability to effectively manage the great volume of documents and records retained by the City. For the past several years, the City has used the Laserfiche Rio ECM solution designed for large organizations that offers an unlimited number of repositories, and includes a licensing server, Laserfiche content servers, a feature-rich web interface, mobile applications, the Laserfiche Workflow system, a built-in auditing solution, high volume document capture and processing, electronic forms solution, and a fully customizable web portal. The Laserfiche Rio solution is only available through ECS Imaging, the designated Laserfiche Value Added Reseller (VAR) for the region. Pursuant to Vernon Municipal Code Section Sec. 2.17.12. (A)(2), the proposed purchase of licenses and support is therefore exempt from competitive bidding and competitive selection as the desired software and support are only available through one vendor. The proposed purchase would include the Laserfiche Rio features and support detailed in the attached estimate including product updates and enhancements as well as priority support consisting of 20 hours of on-site support and unlimited phone support. In addition to the estimate total of $109,149.00, staff is requesting an additional amount of $30,000 be included in the purchase order for the purchase of additional features, support and licenses as may become 14 necessary during the term of the contract. Upon approval by the City Council, purchasing staff will issue the purchase order accordingly. Fiscal Impact: The approximate cost per year is $36,383.00 for a total amount of $109,149.00 for the three-year term of the agreement, plus the $30,000 requested for additional necessary expenditures equates to a total not-to-exceed amount of $139,149.00 over the three-year term of the 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. ECS Imaging Estimate 15 Estimate Date 7/22/2018 Estimate # 11294 Name/Address City of Vernon Accounts Payable 4305 Santa Fe Ave Vernon, CA 90058 Ship To City of Vernon Ernesto Smith ECS Imaging, Inc. 5905 Brockton Ave. Suite C Riverside, CA 92506-2416 (951)-787-8768 (951)-787-0831 fax P.O. No. Annual Renewal Terms Net 30 Due Date 8/21/2018 Rep Debbi County 949-355-1148 LSAP= LaserFiche Software Assurance Plan includes product updates and enhancements for 12 months. Total Subtotal Sales Tax (8.75%) Description Qty Rate Total 18-19 Annual LF Rio System 1 0.00 0.00 LF Rio User (200-499) LSAP200120.0024,000.00 LF Pilot Public Portal License with 25 Weblink and Retrieval Connections (LSAP) 1 5,000.00 5,000.00 LF Quick Fields Complete LSAP13,000.003,000.00 LF Rio ScanConnect 10-pack LSAP 1 183.00 183.00 LF Rio eCopy Connector Basic LSAP4300.001,200.00 ECS Priority Support consists of 20 hours of on-line or on-site support time, unlimited phone support, and a 4 hour response time, beginning 08/22/2018 and expiring 08/21/2019. Additional on-line or on-site support will be billed at your current hourly support rate. Minimum on-site time is calculated at 4 hours. Support hours are 7:30 am – 5:00 pm, Monday – Friday. ECS may allow planned after hours support in rare circumstances. In these circumstances Priority Support will be billed at double the hourly rate. 13,000.003,000.00 19-20 Annual LF Rio System 1 0.00 0.00 LF Rio User (200-499) LSAP200120.0024,000.00 LF Pilot Public Portal License with 25 Weblink and Retrieval Connections (LSAP) 1 5,000.00 5,000.00 LF Quick Fields Complete LSAP13,000.003,000.00 LF Rio ScanConnect 10-pack LSAP 1 183.00 183.00 LF Rio eCopy Connector Basic LSAP4300.001,200.00 Page 1 16 Estimate Date 7/22/2018 Estimate # 11294 Name/Address City of Vernon Accounts Payable 4305 Santa Fe Ave Vernon, CA 90058 Ship To City of Vernon Ernesto Smith ECS Imaging, Inc. 5905 Brockton Ave. Suite C Riverside, CA 92506-2416 (951)-787-8768 (951)-787-0831 fax P.O. No. Annual Renewal Terms Net 30 Due Date 8/21/2018 Rep Debbi County 949-355-1148 LSAP= LaserFiche Software Assurance Plan includes product updates and enhancements for 12 months. Total Subtotal Sales Tax (8.75%) Description Qty Rate Total ECS Priority Support consists of 20 hours of on-line or on-site support time, unlimited phone support, and a 4 hour response time, beginning 08/22/2019 and expiring 08/21/2020. Additional on-line or on-site support will be billed at your current hourly support rate. Minimum on-site time is calculated at 4 hours. Support hours are 7:30 am – 5:00 pm, Monday – Friday. ECS may allow planned after hours support in rare circumstances. In these circumstances Priority Support will be billed at double the hourly rate. 13,000.003,000.00 20-21 Annual LF Rio System 1 0.00 0.00 LF Rio User (200-499) LSAP200120.0024,000.00 LF Pilot Public Portal License with 25 Weblink and Retrieval Connections (LSAP) 1 5,000.00 5,000.00 LF Quick Fields Complete LSAP13,000.003,000.00 LF Rio ScanConnect 10-pack LSAP 1 183.00 183.00 LF Rio eCopy Connector Basic LSAP4300.001,200.00 ECS Priority Support consists of 20 hours of on-line or on-site support time, unlimited phone support, and a 4 hour response time, beginning 08/22/2020 and expiring 08/21/2021. Additional on-line or on-site support will be billed at your current hourly support rate. Minimum on-site time is calculated at 4 hours. Support hours are 7:30 am – 5:00 pm, Monday – Friday. ECS may allow planned after hours support in rare circumstances. In these circumstances Priority Support will be billed at double the hourly rate. 13,000.003,000.00 Page 2 17 Estimate Date 7/22/2018 Estimate # 11294 Name/Address City of Vernon Accounts Payable 4305 Santa Fe Ave Vernon, CA 90058 Ship To City of Vernon Ernesto Smith ECS Imaging, Inc. 5905 Brockton Ave. Suite C Riverside, CA 92506-2416 (951)-787-8768 (951)-787-0831 fax P.O. No. Annual Renewal Terms Net 30 Due Date 8/21/2018 Rep Debbi County 949-355-1148 LSAP= LaserFiche Software Assurance Plan includes product updates and enhancements for 12 months. Total Subtotal Sales Tax (8.75%) Description Qty Rate Total All Software, Licenses and Updates will be downloaded from the Laserfiche website. 0.000.00 Page 3 $109,149.00 $109,149.00 $0.00 18 City Council Agenda Item Report Agenda Item No. COV-209-2018 Submitted by: Lilia Hernandez Submitting Department: City Administration Meeting Date: September 4, 2018 SUBJECT Ratification of Mayor's Appointment of an Eligible Individual to Serve on the Green Vernon Commission Recommendation: A. Find that the proposed action is exempt from California Environmental Quality Act (“CEQA”) review, because the ratification of the Mayor's appointment of an eligible individual to serve on the Green Vernon Commission 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. Ratify the Mayor's appointment of Alan Franz to serve on the Green Vernon Commission in a Business Representative Seat for a four year term that will expire on June 30, 2022. Backgroud: The Green Vernon Commission (“GVC” or “Commission”) was established in November of 2011 as the Sustainable Development and Energy Efficiency Commission. Renamed the Green Vernon Commission in May 2014, the Commission was created as part of the Good Governance Reform efforts to improve the environmental standards of the City and ensure open and transparent management of Vernon’s Sustainable Action Plan. In addition to conducting periodic reviews of the Sustainability Action Plan for City operations and activities, the Commission is also intended to provide a forum for addressing the public’s concerns related to sustainability and energy efficiency issues. The Commission is comprised of seven members form the Vernon Community: three representatives from Vernon’s business community; two labor representatives; and two environmental representatives, one of whom shall be from the environmental-justice community. Commission members serve four year terms beginning in July. No person shall serve more than two (2) consecutive full four-year terms. On June 30, 2018, three of the seven seats on the GVC became vacant as the terms for the respective Commissioner's expired. Pursuant to Section 2.146 of the Vernon Municipal Code, Commission Members are selected by the Mayor and their appointment is ratified by the City Council. Accordingly, staff publicized the vacancies and has placed the ratification of one necessary appointment to a Business Representative Seat on the agenda for the September 4, 2018 City Council meeting. Staff also publicized vacancies in a Labor Representative Seat and an Environmental Representative Seat, but did not receive any interest forms. Staff will conduct a new recruitment to fill those seats at a later time. On or about June 20, 2018 City Staff broadly publicized the aforementioned vacancies and opportunity to serve on the Green Vernon 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, five (5) completed applications were received and are included as attachments to this staff report (Attachment 2). Information 19 that may be personal has been redacted from the applications. The names of the individuals eligible to serve on the Commission in the vacant Business Representative Seat are listed below: 1. Jimmy Andreoli II 2. Alan Franz 3. Navdeep (Duncan) Sachdeva 4. Joshua Shadpour 5. Moshe Vanounou After reviewing the applications received, the Mayor notified staff of her selection of Mr. Alan Franz to serve on the Green Vernon Commission in the Business Representative Seat for a four year term to expire on June 30, 2022. Staff has placed the matter on the September 4, 2018 Council Meeting accordingly. The Green Vernon Commission meets quarterly at 3:30 p.m. on the third Wednesday in March, June, September and December. Upon the City Council’s ratification of a new Commission member, the City Clerk will administer the Oath of Office to the new Commissioner as necessary, prior to their participation in a Green Vernon Commission meeting. The next regular meeting of the Commission is scheduled for September 19, 2018. Fiscal Impact: There is no fiscal impact associated with the appointment of an individual to serve on the Green Vernon Commission. The Green Vernon Commission has an approved budget for meetings and education for Commissioners. ATTACHMENTS 1. 2018 GVC Announcement & Application 2. 2018 GVC Applications - Business Representative Seat 20 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 Environmental Communities SUBJECT: Seeking Interested Business Owners/Operators, Labor Representatives, and Environmental Representatives to Serve on the Green Vernon Commission Background: The Green Vernon Commission (“GVC” or “Commission”) was established in November of 2011 as the Sustainable Development and Energy Efficiency Commission. Renamed the Green Vernon Commission in May 2014, the Commission was created as part of the Good Governance Reform efforts to improve the environmental standards of the City and ensure open and transparent management of Vernon’s Sustainable Action Plan. In addition to conducting periodic reviews of the Sustainability Action Plan for City operations and activities, the Commission is also intended to provide a forum for addressing the public’s concerns related to sustainability and energy efficiency issues. Composition and Terms: The Commission is comprised of seven members form the Vernon Community: three representatives from Vernon’s business community; two labor representatives; and two environmental representatives, one of whom shall be from the environmental-justice community. Commission members serve four year terms beginning in July. No person shall serve more than two (2) consecutive full four-year terms. To be eligible for appointment, each representative shall not have, at any time within the five (5) years preceding appointment: (i) been an employee or consultant of the City; or (ii) a financial interest in any contract, other than the lease of his or her residence or the provision of municipal services available to the public generally, to which the City is a party. No member of the Commission may at any time be a member of the City Council. Upcoming Vacancies and Invitation to Apply: On June 30, 2018, three of the seven seats on the GVC will become vacant. The City seeks to fill vacancies in the seats listed below and encourages all qualified individuals to apply. Those with an interest in good government and experience or interest in sustainable development, energy efficiency, and environmental standards are especially needed to devote time to this important public body. The Commission is subject to state open meeting requirements (the Ralph M. Brown Act) and all laws and regulations related to good government. Appointees will be required to submit Statements of Economic Interests (Form 700s) annually.  Business Representative  Labor Representative  Environmental Justice Representative For more information on the Green Vernon Commission and related responsibilities, please refer to Ordinance No. 1222 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. 21 CITY ADMINISTRATION 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 GREEN VERNON COMMISSION Prospective Commission Member Interest Form June 20, 2018 Appointing Category (please circle one): Business Rep Labor Environmental Rep Name: ____________________________ Business Name: ___________________________ Title: _____________________________ Vernon Address: ___________________________ Email: _____________________________ Phone: _____________________________ Qualifications and Reasons for Serving on the Commission (attach additional sheet if necessary): __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ NOTE: By signing below, you affirm that you meet the eligibility requirements of the appointing category you have indicated. Signature: __________________________ Note: Please submit completed form by Monday, July 9 at 5:00p.m. Mail form to: 4305 Santa Fe Avenue, Vernon, CA 90058, Attn: City Administration Email form to: lhernandez@ci.vernon.ca.us 22 23 24 25 26 27 28 Page1 MINUTES OF THE REGULAR CITY COUNCIL MEETINGOF THE CITY OF VERNON HELD TUESDAY, AUGUST 21, 2018, IN COUNCIL CHAMBER OF CITY HALL LOCATED AT 4305 SANTA FE AVENUE, VERNON, CALIFORNIA CALL TO ORDER & FLAG SALUTE Members Present:Yvette Woodruff-Perez, William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra Members Absent:None The meeting was called to order at 9:00 a.m. by Mayor Yvette Woodruff-Perez;Public Works Director Daniel Wallled the flag salute. CHANGES TO THE AGENDA City Clerk Maria Ayala announced that there were no changes to the agenda. PUBLIC COMMENT No publiccomment provided. PUBLIC HEARING 1)An Ordinance of the City Council of the City of Vernon, California, adding Article VIII to Chapter 12of the Vernon Municipal Code to Establish a Construction and Demolition Debris Recycling Program Recommendation:A. Find that approval of the proposed Ordinance is categorically exempt from California Environmental Quality Act (“CEQA”) review under CEQA Guidelines Section 15308 (“actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment”). Here, the Ordinance involves amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, and the establishment of a construction and demolition debris recycling program, which will establish procedures for protection of the environment; and B. Conduct a Public Hearing; and C. Approve the first reading, and adopt at a subsequent meeting, an Ordinance amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, by adding Article VIII to establish a construction and demolition debris recycling program. Mayor Woodruff-Perez opened the Public Hearing at 9:03 a.m. Director Wall reported on the proposed. No public comment provided. Mayor Woodruff-Perez closed the Public Hearing at 9:05 a.m. It was moved by William Davis and seconded by Melissa Ybarra to: A.Findthat approval of the proposed Ordinance is categorically exempt from California Environmental Quality Act (“CEQA”) review under CEQA Guidelines Section 15308 (“actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment”). Here, the Ordinance involves amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, and the establishment of a construction and demolition 29 Regular City Council Meeting August 21, 2018 debris recycling program, which will establish procedures for protection of the environment; and B.Conduct a Public Hearing; and C.Approve the first reading, and adopt at a subsequent meeting, an Ordinance amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, by adding Article VIII to establish a construction and demolition debris recycling program. Motion carried, 5 -0. Yes:Yvette Woodruff-Perez, William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None PRESENTATION 2)Swear-In Ceremony Recommendation:No action required by City Council. This is a presentation only. City Clerk Maria Ayalaadministered the oath of office to Corporal Rafael Landa. Police Chief Anthony Miranda said a few words about the newly promoted Corporal Rafael Landa. City Clerk Ayala administered the oath of office to Sergeant Gustavo Herrera. Police Chief Miranda said a few words about the newly promoted Sergeant Gustavo Herrera. 3)Badge Presentation Ceremony Recommendation:No action required by City Council. This is a presentation only. City Clerk Ayala administered the oath of office to Fire Captain Robert Farrell. Fire Chief Bruce English said a few words about the newlypromoted Fire Captain Robert Farrell. Fire Captain Robert Farrell said a few words about his time in Vernon and his promotion. 4)Recognition of Retiring Employee -Fire Captain John A. Cusolito Recommendation:A. It is recommended that the City Council acknowledge and present a proclamation to retiring employee John A. Cusolito, Fire Captain, in recognition of his dedicated service to the City of Vernon. City Clerk Ayala read the proclamation. Fire Chief English said a few words about John A. Cusolito and his service in the City of Vernon. 5)Employee Service Pin Awards for July 2018 Recommendation:No action required by City Council. This is a presentation only. City Clerk Ayala read the service pin awardees, City Administrator Fandino presented the service pins to Javier Valdez, Angela Melgar, and Hilda Moreno, who were all in attendance. 6)Muscular Dystrophy Association (MDA) Presentation Presentation by: Fire Engineer, Paul Johnson, and MDA Representative Recommendation:No action required by City Council. This is a presentation only. Vernon Fire EngineerMatthew Holtzendorff presenteda check torepresentatives of the Muscular Dystrophy Association. The representatives thanked the Fire Department and the City for their time and donations. 30 Regular City Council Meeting August 21, 2018 Mayor Woodruff-Perez thanked the Fire Departmentfor their time and effort in volunteering for the Fill-the-Boot campaign. CONSENT CALENDAR 7)Minutes of the Regular City Council Meeting held August 7, 2018 Recommendation:A. Receiveand File 8)Ratification of Warrant Registers to Record Voided Checks Recommendation:A. Ratifythe following warrant registers to record voided checks: 1) General Account Warrant Register No. 1489 to record voided Check No. 357056 in the amount of $23.81 issued 02/15/18 to Stevenson Jr, Kent. 2) General Account Warrant Register No. 1495 to record voided Check No. 357693 in the amount of $38.15 issued 05/10/18 to Herrera, Gustavo. 9)Approval of Operating Account Warrant Register No. 5 Covering the Period of July 31 through August 13, 2018 Recommendation:A. ApproveOperating Account Warrant Register No. 5 which totals $4,011,649.26 and consists of the following: 1) Ratification of electronic payments totaling $3,370,478.76. 2) Ratification of the issuance of early checks totaling $573,052.81. 3) Authorization to issue pending checks totaling $68,117.69. 10)Approval of City Payroll Warrant Register No. 746 Covering the Period of July 01 through July 31, 2018 Recommendation:A. ApproveCity Payroll Warrant Register No. 746 which totals $2,948,641.02 and consists of the following: 1) Ratification of direct deposits, checks and taxes totaling $2,334,012.37. 2) Checks and electronic fund transfers (EFT) paid through General bank account totaling $614,628.65. 11)Fire Department Activity Report for the Period of July 1 through July 15, 2018 Recommendation:A. Receiveand file. 12)Federal Equitable Share Agreement and Annual Certification Report Recommendation:A. Find that granting authority to execute and submit the above-referenced agreement and related documents is exempt from California Environmental Quality Act (“CEQA”) review, because it is a continuing administrative activity that will not result in direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Approve the Federal Equitable Share Agreement and Annual Certification Report, in substantially the same form as submitted herewith; and C. Authorize the Police Chief and City Administrator to execute the Federal Equitable Share Agreement and Annual Certification Report and submit to the Department of Justice and the Department of the Treasury on behalfof the City of Vernon. 13)Rejection of Competitive Bids Received for Power Transformer Bid Specification No. TR3-2018-VS Recommendation:A. Findthat approval of the proposed rejection of competitive bids received for Power Transformer Bid Specification No. TR3- 2018-VS is exempt from California Environmental Quality Act ("CEQA") review, because accepting, awarding, and rejecting bids is an administrative 31 Regular City Council Meeting August 21, 2018 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. Reject all bids for "Specification No. TR3-2018-VS", a Notice Inviting Bids to furnish and deliver one (1) Power Transformer to the Public Utilities Department, due to a typographical error in technical specifications. 14)Amendment No. 1 to the Services Agreement between the City of Vernon and So Cal Land Maintenance, Inc., for Grounds Maintenance Services (Contract CS-0601) Recommendation:A. Find that approval of the proposed amendment to the Agreement with So Cal Land Maintenance is exempt from the 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 is not a “project’ as defined by CEQA Guidelines, Section 15378; and B. Approve Amendment No. 1 to Contract CS-0601 for the purpose of providing a ninety (90) day extension to the Agreement with So Cal Land Maintenance and increasing the existing not-to-exceed amount of $96,600 by an additional $8,055, for a total contract value of $104,655; and C. Authorize the City Administrator to execute Amendment No. 1 to Contract CS-0601, in substantially the same form as submitted herewith, extending the termination date of the Agreement with So Cal Land Maintenance to September 30, 2018. 15)Master Encroachment Agreement No. 428 between the City of Vernon and Time Warner Cable Information Services (California), LLC Recommendation:A. Find that the approval of the Master Encroachment Agreement (the “Agreement”) is exempt under the California Environmental Quality Act (CEQA), in accordance with CEQA Guidelines Section 15061(b)(3), the general rule that CEQA only applies to projects which have the potential for causing a significant effect on the environment; and B. Approve Master Encroachment Agreement No. 428 between the City of Vernon and Time Warner Cable Information Services (California), LLC, in substantially the same form as submitted herewith; and C. Authorize the City Administrator to execute Agreement No. 428 between the City of Vernon and Time Warner Cable Information Services (California), LLC. 16)Approval of Change Order No. 1 and Acceptance of Work related to Contract CS-0541 –Traffic Signal Maintenance FY 2015 Project Completed by Aegis ITS Recommendation:A. Affirm that the action items related to the work of Aegis ITS for the Traffic Signal Maintenance FY2015 Project are categorically exempt under the California Environmental Quality Act (CEQA) in accordance with Section 15301, because this project only consists of maintenance and repair of the City’s traffic signals and does not involve any expansion of existing facilities; and B. Approve Change Order No. 1 for the Traffic Signal Maintenance 2015 Project in the amount of $12,000 for extraordinary (emergency) work completed and extending the agreement for an additional one hundred twenty (120) days to ensure coverage of any outstanding invoices: and C. Authorize the City Administrator to execute Change Order No. 1 in substantially the same form as submitted herewith; and 32 Regular City Council Meeting August 21, 2018 D. Accept the work of Aegis ITS as related to the Traffic Signal Maintenance FY 2015 Project, Contract No. CS-0541, and authorize the staff to submit the Notice of Completion for the project to the County of Los Angeles Recorder's Office. 17)Acceptance of Work related to Contract CS-0804 -Citywide Slurry Seal, Phase V Project, Completed by Petrochem Materials Innovation, LLC (PMI) Recommendation:A. Affirm that accepting the work of Petrochem Materials Innovation, LLC, for the Citywide Slurry Seal, Phase V Project, Contract No. CS-0804, 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 Petrochem Materials Innovations, LLC (PMI) as related to the Citywide Slurry Seal, Phase V Project, Contract No. CS-0804, and authorize staff to submit the Notice of Completion for the project to the County of Los Angeles Recorder's Office. 18)Public Works Department July 2018 Monthly Building Report Recommendation:A. Receive and File. No public comment provided. It was moved by Luz Martinez and seconded by Leticia Lopez to approve Consent Calendar items 7 through 18. Motion carried, 5 -0. Yes:Yvette Woodruff-Perez, William Davis, Luz Martinez, Leticia Lopez, Melissa Ybarra No:None ORAL REPORTS City Administrator Fandino reported on the following: various Fire Department incidents throughout the City; The Battle of La Mesa Plaque Dedication Ceremony; Police Departmentparticipationin the South East Motor Coalition;Family Game Night and Open Streets Community Events. Mayor Woodruff-Perez spoke about the La Mesa Event. City Administrator Fandinospoke about upcoming Halloween and Christmas community outreachevents as pictures of the August community events were displayed. Mayor Woodruff-Perez inquired about voter registration at the events,City Clerk Ayala provided information on Voter Registration outreach and education efforts conducted by the Office of the City Clerk. The City Council entered closedsession at 9:47 a.m. CLOSED SESSION 19)CONFERENCE WITH LEGAL COUNSEL –ANTICIPATED LITIGATION Significant exposure to litigation. Government Code Section 54956.9(d)(2) Number of potential cases: 1 At 10:07 a.m. the City Council exited closed session. City Attorney Hema Patel reported that of the one item was discussed, no reportable action was taken. 33 Regular City Council Meeting August 21, 2018 City Clerk Ayala announced that a Sate Resolution No.683commemorating the Battle of La Mesa Dedication Ceremony was deliveredby Julia Juarez, representative of State Senator Ricardo Lara in recognition of the City’s recent plaque installation ceremony. ADJOURNMENT With no further business, at 10:08 a.m., Mayor Woodruff-Perez adjourned the meeting. ________________________ Yvette Woodruff-Perez Mayor ATTEST: _________________________ Maria E. Ayala City Clerk 34 CLAIM FOR DAMAGES BESEFVE FOR FILING STAMP TO PERSON OR PROPEBTY CLAIM No 1. 2. & 4. 5. 6.L TO: INSTRUCTIONS clalm6 lor b€ tiled not later than 6 ,no Ctatmi tor ct must be CITY OF VERNON CITY GOUNCIL A-VrES Z. /-Z z^/ dZ you nollces or y'orqP*rY ttnol lu'tt ror>tccD Aec.zh{atr full Give dats,bt das +/z/ z,or(/4zo )z'i on dlagram on tavorge O,U &ztarc 26@/L0- did DAMAGE or glvi street nemeg and addrosg and megguremonls trom lSndmerks: or damaga, ll knovJn TPAf*r" zze-r y' Z-+zz<o+o ,sy,r7-v,t.i-- &ze,(fat' DAMAGE or INJURIES dO you clalm resulled? Glv6 tull 6xl6nt ol lnlurles or damsges Glaimad: -torA-zt) &tAdar- '?lCvzO€O O^/ Oa;rt'r,ua Zco/zo. what AMOUNT do you cblm ol oach ltem of lnlury or damaoo as ol dat€ ol presentatlon ol thb claiit g[vlng ba3ls d computatloG =-_, ooo cntoloachltamo'pro8poG1lv6lnluryo]d8mage'gtvlnebqsbol computatlon: oJ A)? 35 lnsurance payments recelvod, ll any, and namo ol lnsurance Company /1//// -/&AC/.ts; ,f7- -rz*P=/-o 1?cff' READ CABEFULLY For all eccident ctalms ptac6 on toltowlng diagram nameg ot streets, including Norlh, East' Soulh, and West; lndicate ptace oliccldent by ")f anh by showing house numbeB or dislsnces to strsot cornerg I City vehtc by lett6r'A' locatlon ol.Clty vehlcle when you.lksl.3ew.it. and by'B' location ol yoursatt or your -iity vJtrrcle;-1ocar1gn ol Ciiy ve.lr.icte at tim-e.ot accldsnt by "A'1" and location o, ioursetl or your ldent by "81" and the polnl of lmpact by "x" NOTE ll dlagrars do nol lit the slluatio,l, etlach hereto a proper diagtam slgned by clalmanl FOR AUTOMOBILE ACCIDENTS .+" 4Y54f FOF OTHER ACCIDENTS PARKWAY Sonelur. ot Clalmrnt or po6on liling on hb behal,. giving rolsllomhlp to Clalmant: 7r., /. o/'/28""/J^ Allclslments may be roqulrod to bo eramlned as io thelr clalm under oatlL Prosentation olslalse CLAIMS MUST BE FILEO WITH CITY CLERK (GOV. COOE SEC.915A). ls a relony. 36 SIATE OF CALIFC)8NIADEPARTI'EXT OF CALIFCNNA HIGIjWAY PAIROL TRAFFIC COLLISION REPORT CHP 555 PAGE r IREV t -1t) OPfooo ?aGE I oF 9 0 n qlr ,.Ercl^r 6rrtc.r t:II}CORPOR,\Tf,D LOS A}GELf,S SUPERIOR, LOc L iEmii xuxsER 9535-2018-03893 0 n cor.i.n ittorflE 6rnc,r la^r LoSNGELES oo7 }IO\DAI'El- El* zo F- Oo BA\Dt\I BL!D. (3600 BLOCK) rO DAY YEAi 01to2n0$ll20 95J5 0179rl -coor ^rElLrnr'r! 3J.00E6llo |-ordr![ - lla20l727o irorocr ,t€ r': El * lT xrlitEcnoi uarH: oi J6 FEET EAST OF DOWNE1 RI)!'" E* I oit Er! ucljt{ rr.Efi 7 cr It c 20r6 FREI TR{CTOR /11IIT c.{ tr r xqru.r, root e LtsD JA}IES R{Y ILTRBI\ JR- 2000 HTI\TRIILER/BLK }IE ooreli^I. E trICA! oi,Er PEI'SKE Ls@REt\-T-{L CO.n .ov.rrF!!roor.!! ! uer ^s oavrr RTE IO CREE\ TIII.S R"EA.DI}iG PA 19603 LOS f,\CELES CA 900.17tr OEPosrflor ot torc.. ol oio.'' ot: f] r\..-{l'_{n Ro's TorrT:\'c - I oraor ! -r',a ! o',t In]\tBLK BR\tl0 ls0 YE^I02n3tl9t9 B ll<,NEE I I iErEi ro xrlrirrvE tr L \ri.\._'ot\:\_' vrerclr Dritr'ncrrx,r i(r.E r. ,,;:5rffixE* - ] roo I uu ! iou-owr triarcl cltE ,orjcr rirrEEi GRE_{T nEST CASLALTI. \t B.{\DL\I BLvD -'E'5oa-----l 2 2005 CENSET TR{I\ YLl\ tr s&(fris, roor,E, u-rn BRL{\ ED\}.{RD S}f\TNO or'.Er-iirr. L_.lr.tElonvEit\IO\ PTCIFICn{ .o*rrFlr^oECtt ! !^*^r oE!!x {3.ll f. $-{sHl\GTO\ BLYD. LOS A}CELES Ct 900{0coltllERct cA 90021 o,.ForrD,. o; varcLE q oiDGis 06: ! o.FcEr E on',En f]jr8ErDRMIr A\[.{ftr}T BL\BLT6-0:2r0 YE^E 0E/06/1963 pEoi xEcx^{cA]' oEFEcrs rcli! eaP, E icrErro Mxr rrrE tr \O\E vlxELE ro!ffi|;|(rnofl r( .!i L ,rl tr'II n'Eil EftiE."o E ^'lo" Tl Rou.vlr aarariclcrrEl roucYlrna S ELF-L\SUR-E D \g.I\DL\I BL\'D. 3 tr UIE(FRST, IOOLE USO orrcEtt.! tr . r: ^s Divu of,cFt ^Dorr.. ! ure rt mr,rr tr E4roiytsi 06 r,ErcrE oi oo@r or: tr oFEcti nmvEEonci tr 'EoRxEcH^^lc!t!DlFEcl!| | REFEirouiRrrvE tr iEtiql lo.lYnncrnoi l{rJriEi: I lcrfl€ !/EHCLE O^x CE !,-x !,oe ! -"' E rco nrrJoi E iou.vli ilnn xcr c^irEi FOUCr XUxaEt .q- AGT'TLER\ ()I?9]{EYE! trXO EJ^ iE]'Ettaat iAE )t .{ SANCHEZ 0lEltt 01tMn0tt 37 STATE OF CJTIFORNIA OEPAFTUENI OF CJI]FORNIA IIIGII\IIAY PATROL'TRAFFIC COLUSION CODING CHP 555 CARS PAGE2 0zt-11) OPl060 PAGE 2 OF 9o IE oF Co.usox.rc o^Y 01t02r201a SEATING POSITION r - oRivER 2TO6-PASSENGERS 7 - STATION WAGON R€AR 8 . REAR OCC TRX, OR VAN 9 - POS|TTON IJNXNOW! O.OTHER 123 !1 56 7 SAFETY EAUIPIIEt{T CHILD R€SirfuUNI A. NOiE It{ VEHCLE O. ltr VEHCLE USED8. UNK|€WN R -N lGriclE i€rr usEoC - LAP BELI USED S.INVE{CTE USE I'{$IOWNO. LAIP BEI.I NOI USEO T.IN VET CLE IMFROPER USEE . STIOUL.OER MRNESS IJSEO U . I|OI€ N VEHICLE F . SfPUIDER H'RIESS NOT IJS€OG X' C ECICLE HELf,EIH sED ontEn pAssENGER; v'r€ x. r.ro^ W.YES Y.YES AIR 8AG 8. UNKNOIVN L . A]R BAG OEROYEO M . AR EAG NO-T OEPLOYEO N. OTHER P- NOI REAUIREO INATTENTION COOES A. CELL Pf€flE MNDTELO 8. CELL F+€N€ IiANDSFREE C. EfECTRO'{rc EAUFTENT o-Moro/cD E. SIIOKNG F . EATING G - CHLDREN I. PERSOML HYGIENE J . REAONG K. OTHER EJECTED FR(X VEHICLE O. iIOT EJECTEO 1 . FULLY EJEqTED 2. PM']'IALLY EJECTEO 3 - UNKNOWN ITEMS MARXEO BELOW FOLLOWEO USI iIUMBER (') OF PARTY AT FAUI.T OT}IER ASSOCIA]ED FACTORS(ltlARK 1 TO 2IT-MSr c EGbEE B CROSSII{G IN CROSSWALK. ATINTERSECTION SXETCH FoR SI{ETCH DI.\cR{}r. sEE P.\cE {I]SCELLAXEOU3 TRAILER RO INFO: INTERPOL INC. 750 COLLEGE RO. EAST PRINCETON, NJ 08540 VIN: 3H3C412S3yTt 19782 38 STA]E OF CALIFORNIA OEPARTMENT OF CAUFOR:T[A HIGIIWAY PATROL INJURED / WITNESSES / PASSENGERS*FAGE 3 oFg55531 o rE of couJsror trs o Y YE^R) 07fi2nntt lJ20 9535 0t79J-t 95J5-2013-.0J39.) EXTENT OF INJURY(X' ONE)TNJURED WAS [X'ONE) EO tr 39 \I tr tr tr tr tr tr !tr tr NALE/ O.O.B. / AOOiESS STEVEI SIIITH (lrl8lr97t)1O.IO2 DTI\ES DR TE\tPLT CIT}'CA 9I780 TELEPTiONE (365)21+5r71 (llr.J UREO ON Ly) -tRAllSpORt ED By.IAKEN IO: DESCRIBE INJt]iIES ! ucrn or uouw cRrxEronFrED E*tr tr I tr tr tr tr tr tr tr NACE]OO g T ADORESS TELEPICNE (IIUURED O LN TRANSPORTED BY:TAKEN TO: ! vrcnr oc vourr cntrE xonaEo E*n !tr n tr tr tr tr tr n NAME/OOB./ADDRESS TELEPHOIIE {llulrRED o LY) TMr,lsPoRTED BY:TAKEN TO: OCSCEAIE I(NRCS: fl vrcnr or uounr crurE onFrEo EO tr tr tr I tr T tr tr tr I NAME/DOB /AOORESS TELEPHONE (ITUUREO OXLY) TRA,\SPORTED BY: ! ucrn or vtourl, cRrrE NonFrED EN tr tr tr tr tr tr tr n tr tr raMErDo_s,/aooREss TELEPHONE {lr.UUREO ONLY) TRATSPORfEO AY:TAXEN TO: DESCRI€E INJIJRIES ! vrnn or vrculr cRuE ilonFrED flo tr tr tr tr tr n T tr tr ! NAME/OOB ]AOORESS TELEPI]ONE {IIUURED ONLY) TRANSPORTEO BY:IAKEN TO: DESCR]BE IruURIES l-l ucru or vrerr ca* ronrro PREPAREF'S NATE I I.D. IIUMBER I rc. OAY YEARr Act TLERA I or:g loziolnors REVIET{EF3 I{AI{E lf,O. OAY YE RivAs{f\-cHEz0tErEE 107n6,2018 39 STATE OF CALIFORI.JIA SKETCH DIAGRAM LeflI']Jn*2J) Lefr Tuln #1 f Railroad Signat Solid Whrte Line Raised Concrete lsland Solid Whtte Line Raised Concrete Curb UAI E OI- INCIDENT 07t0212018 TIME 1420 NCt 953 OFFICER I,D. 017944 NUMBER 9535-201&03893 Block Raised Concrete Curb o(- 1rft 07t02t2018 M A SANCHEZ 018188 07t't6t2018 Dirt Lot _) Dirt Lot Railroad Tracks 1- Downey Rd. 40 STATE OF CALIFORNIA 1 NOTIFICATION: 2 3 lwas dispatched toacall of a property damage only collision at approximately 1510hours. I 4 responded from l-10 eastbound, west of Alameda St., and anived on scene at approximately 1524 5 hours. 6 7 All times, speeds, and measurements are approximations. All measurements were obtained by 8 roll-meter. I 10 11 STATEMENTS: 12 '13 Party #1 (P-1) (Harbin)was contacted at the scene and related the following: P-1 was driving 14 vehicle #1 (v-1) (FREI)weslbound on Bandini Btvd., east of Downey Rd., in the #t tane, at 15 approximately 35 MPH. As P-1 approached the intersection with Downey Rd., he saw the traffic 16 light phase from green to yellow and then to red. P-1 then came to a stop past the limit line, with 17 his vehicle partially resting on the train tracks. P-1 then looked io his left and noticed a train (V-2) '18 stopped on the tracks, just south of Bandini Blvd. P-1 was stopped for approximately 5 to 10 19 seconds, when he began to hear a ringing bell sound. P-'l then saw the railroad crossing gate 20 come down between the tractor and the traiter. P-1 then saw the kain begin to move slowly 21 towards him. P-1 was unable to drive off the tracks due to traffic to the front and rear of his 22 vehicle. The train continued fonrvard, at which time P-1 exited his vehicle onto Bandini Blvd. P-1 23 then saw the train collide into his vehicle. 24 25 26 27 28 29 A, AGUILERA o17944 071o2t2018 M A SANCHEZ 018188 07t16t2018 0710?j2u8 1420 9535 O't7944 9535_2018_03893 41 STATE OF CALITORNIA 1 STATEMENTS: 2 3 Party #2 (P-2) (Smatko) was contacted via telephone on 07 -12-2018 and related the following: P-2 4 was operating Vehicle #2 (V -2) (Genset) and was stopped on the train tracks, located south of 5 Bandini Blvd. and east of Downey Rd. P-2 was advised by Steven Smith (Witness #1) via radio, 6 that there was a tractor/trailer (V-1) stopped on the train tracks. W-1 then told P-2 to move the 7 train forward in order to activate the lights, bells, and railroad crossing gate. The train began to 8 move at approximately 3 MPH, when P-2 was advised by W-1 that the tractor/trailer was still on I the tracks. W-1 then told P-2 to stop the train. P-2 applied the brakes, but due to the train's size 10 and weight, it was unable to stop before colliding into the tractor/trailer. 11 12 Witness #1 (W-1) (Smith) was contacted via telephone on 07-10-2018 and related the following: 13 W-l was standing on the lead tanker car, giving the train's engineer (P-2) (Smatko), who was at 14 the tail end of the train, commands via radio. W-'l related the train was stopped approximately 1 5 1 00 to 1 50 feet south of Bandini Blvd. W-1 had the engineer move the train forward to trip the 16 sensors that activated the lights, bells, and railroad crossing gate in order to warn the 17 tractor/trailer. As the train began to move, W-1 saw a tractor/trailer was still stopped on the tracks '18 W-'l then saw the railroad crossing gate come down between the cab of the tractor and the trailer. 19 W-1 then advised the engineer that a tractor/trailer was stopped on the tracks and had him stop 20 the train. W-1 immediately heard air escaping from the brakes, which meant the emergency 21 brakes had been activated. The train did not stop and continued forward at approximately 2 to 3 22 MPH. The train was approximately 20 to 30 feet from the tractor/trailer, when W-1 noticed it was 23 not going to stop in time. W-1 reacted by jumping of the train and landing on his two feet on the 24 ground. W-1 then saw the train collide into the tractor/trailer. 25 26 27 28 29 A. AGUILERA o17944 07t02t2018 M A SANCHEZ 018188 071',t612018 PAGE 6 OF 9 42 STATE OF CALIFORNIA 1 SUMMARY: 2 3 This collision occurred when Party #2 (P-2) (Smatko) was operating Vehicle #2 (V-2) (Genset) and 4 was stopped on the train tracks, located south of Bandini Blvd. and east of Downey Rd., facing 5 northbound. Parly #1 (P-1)(Harbin) was driving Vehicle#1 (V-1)(FREI) westbound on Bandini 6 Blvd., east of Downey Rd., in the #1 lane, at approximately 35 MPH, approaching a solid green 7 traffic light. 8 9 P-2 accelerated V-2 northbound on the railroad tracks, in order to activate the lights, bells, and '10 railroad crossing gates on Bandini Blvd. At this time, P-1 came to a stop past the limit line (which 1'l was located approximately 17 feet from the nearest rail) and partially on the railroad tracks, in 12 front of V-2, as the traffic light phased to red The railroad crossing signals then activated and due 13 to the stopped traffic, P-1 was unable to drive V-1 off the tracks. P-2 having knowledge of V-1 14 stopped on the tracks applied V-2's brakes. However, due to V-2's momentum and weight, it was 15 unable to stop before the right front of V-2 collided into the left front side of V-1. 16 17 After the collision, V-2 came to a stop on the railroad tracks, blocking the eastbound and '18 westbound lanes of Bandini Blvd., east of Downey Rd. V-1 came to rest with its cab, up against 19 V-2's lead tanker car, blocking the #1 lane of westbound Bandini Blvd. 20 21 The Summary was based on statements and vehicle damage. 22 23 24 AREA OF IMPAGT (A.O.I.): 25 26 The A.O.l. (V-1 vs. V-2) was located approximately 46 feet east of the east roadway edge 27 prolongation of Downey Rd. and lTfeetsouth of the north roadway edge of Bandini Blvd. 28 29 The A.O.l. was established by statements and vehicle damage. PREPARED 8Y A. AGUILERA I.O NUMBER o17944 DATE 07 toz20't8 DATE 07116t2018 REVIEWER'S NAME M A SANCHEZ 018188 43 1 2 3 4 7 I I 10 11 GAUSE: Party #1 (P-1) (Harbin) caused this coflision by driving vehicte #1 (v-i ) (FRHT) in violation of section 22452(b) VC' which states in part,'Before traversing a railroad grade crossing, the driver of a vehicle described in subdivision (a) shall stop that vehicle not less than 15 nor more than 50 feet from the nearest rail of the track and while so stopped shall listen, and look in both directions along the track, for an approaching train or on-track equipment and for signars indicating the approach of a train or on{rack equipment, and shall not proceed untir he or she can do so safery. Upon proceeding, the gears shall not be shifted manually while crossing the tracks." The Cause was established by statements and vehicle damage. a.noutLenn otzg44 ofu 0 M A SANCHEZ O1B18B o7t16tzo1| STATE OF CALIFORNIA 44 STATE OF CALIFOFNIA OEPARTUEMI OF CIJ.jFOR;iI^ i]I6}iV.,.\Y PATROT TRUCK / BUS COLLISION SUPPLEMENTAL REPORT CHP 55sD (Rev. 1{4 OPt 062 07/02not8 95jj-20 r8-0iE9l GENERAL INSTRUCNOTS . COXPLETE THIS FORM FOR THIS FORM IS EEIiIG COMPIETEO AECIUSE THIS VEHICLE IS vEHtcLE lF THE cRAsH MEETS cRtTERta oN BACK oF THts FoRtr. TOTAL |NIOIVEO VEH|CLES tN TIE CrU:iH 2 NUMBER OF VEIiICLES TOWED FROM SCENE OUE IO EXSAAUNG OGE vEHlcLE CoirFtcualAnoit (Enirr on c.d. aEh bdoqh----t 1 - Pasdgd dt Esd) 2 - Lirn In-dr Phrrn 5 - Siingb{nn Ind( (2 d6, 6 d6) 6 - SillE-{ri In d( (3 6 nu! .16) 7 - In-dr , Tnikl, (:ii.lgb-urft Tn Er tif! T..t-{!Dt - Tn-dr / Tri.rd Fiturr Elt.r. boDtit. or r€ddt.rru-o 9 - TiEE / Strt$TElg Ldt. UCtsi!O - T..cE / Oqna. (tF !iIr!) 1I - TGE /Tdr€ (0r!. td6)g€.orErTrud>to,(Et b (rbr tlt.d.bowl AT THE TIME OF IHE CIASH THIS VEHICIE IA/AS Q Operating on a Traffcway op€n to the public (ln-Transport) E Parked on or ofi the Traffclv.ay cotrMERClAL ORI/ER UCENSE (COL)[ves lro Co( UCENSE CrAS {qfti m,I cr...e Class B Class C Clas.s D n chss M C ico gOOY IYPE lE Ir o c€d. trom bdo, F, _l O - trd Apr6cd. / no Cgp A.dy I - B|! (s..rt lE +15 ,..d., iftr.ang di6) 2 - ei! (r.a! b 16 p..d. d 'lm, iidLdng 4ivil 3 - V'l / Eftlo..d 8o! 10 - G.in OiF, @.Et 12 - v.ti.t Tdine Anor$ taolr villct€ 2 - 10,(nl - 2€,01D lb! l - Gnats lEr a @0 Ds 1 - Schftr (Arbtrc tr Pnvat.)HU ?t-Dg t 6 rErE forn drrsld d box l.rl, Cls, trm boddn ot dffin BG U.. (Ent.ro. @d. froln b.tor) lo----l 3-lrnery a - chat6 5 - OlrFr HAZAREUS f,ATEEAUI INVOLVEEI{T UO THE VEIIICLE IUVE A HAZ.UAT PI'^CAPO' lves I No IF YES, INCLUOE THE FOLIOWNG INFORMAIION FROT T8E PLACARO wa Hd{a d65.d tsn THts v.rrd.,3 a!8, ! tnterstate canier ! lntrastale canie. ! Not ln commerce - Govemmenl ! Not ln commerce - other TrudG (over 10,000 tbs. cvwR / GcwR) Carrier Name: AM-ADo TRUCKING. INC Carier Street Address (P.O. 8ox Only if no stre€t address): Itjo N tvtARIpOSA RD Phone Number: (510):81-1j60 Canier lD Number(s): NONE usDoT# 241605 MC/MX# t8ll80 State# CA xoN-coLrts€is 6 clEs Ldrr I Crrdir. coll-rsp YoLvu{G / wtrH (co knEdl 19 Wdt Zdx llrnt .Eie EqrFkt 20 OtE lao,,.de Oq.d IIOTE FOR iHIS VEI{CLE LIST UP TO FOUR EVEN]S e,"nt r'Ill--l e,entilFl-l Even o:f] su"nu I rloir4otllsloits lcqr&u.dl o EqrF { Fd'r. Oil!. e.r.. SLsrE,.tc ) coLl-tloll t{voLvtlc , t{tTH 13 Moro. V.hicl. rDlrtllport 1a P-td llolE V.hd. tvl A Sanchez 0l8lE3 A truck o. Uuck combination > 10,000 lbs. GVWR / GCWR A bus with geats for I oa more pe6ons, including driler A vehide of wilh a hazarc,ous materials placard (includes auto,truck, van, 10.000 lbs. or less) City / Slate / ZIP Code. NOG-{LES, AZ E562t 45 a n,Q&.idr";cr lgxrkl} DL 208 TRAFFIC ACCIDENT RECORD CORRECTION REOUEST fli.*r;{:lAi At :i i}\t:r{jii : ty (:.*iI i,}t ,rJ} t fi6r^/ LoS 4r&€L€35 '{fiitt)i_:! t {a{:Brit t\i:tG{Ii )rrir\< cn DA)'i{grt Pf {(}Nt \{}i{i{:ir { l:j:i}r)t !ii}: Sntiiu \ii iti. i.iai:;.i;i}t fi t' !lii_'\rt r4rri r,r,{i 4i}r,li:.,ia,) IIIFORTANT I'tIFORMATION Do nol us€ lhls torrn lo corrcct lntormatlon rsgardhg tron. Tc cofl.ect tralrb vtoialio,ts/cc,vht orrs. use t/re fi2rm DL-2a7 "Driver Liceflse E&.ard co violarioogconvictons oolyt.,. rhe Departmenl ol Molor vehietes (DMV) aill us€ rhis form onty ti) oorrec, a b$llic sccident.which was fepcrtec by thecaliJomh Highway Patrot or other iaw enlorDement agency thrc{rgh a Traflic Accident Rep*rt. tIlV wfll be unable !o correci any traftic accidcm inbrmatioo on !.our driver record uilhout the appropriale documgtgsubmiltod *lth thlrtorm. The orlglnat Trefflc Accldrnt Rrport fth thir lorm accompanled by anrnrended or 3upplemental law eI'forcerFnt Traflie Accident signed letbr o, erganaion. tt alaw enforcement ofltler did not prepate a lraltic accid€nt roport, or yor ars uncerEin wno ieportec it. call DMV,s Finanoa!Besponsibiliry uoir fit: {916i 65?-6677. This lfim and any doc{rrsenls ^,a! suppor'! your (Pquest should be sen o the tollou/ing address: DEPARTMENT OF MOTOR VEHICLES Mandalory Actions Unit. M,,S J-p33 P.O. Box 942890 Sacramerno, CA g429&0001 Plsase ,rror rour lo si.r l9odftsrrom ths clate ol submBsiofl fo/ trle Dirv to reviel, and respcnd 10 your requesr. I you havoany questons, please call: (Sl6) 65i-6S25. we recommend you heep cooies D( this compleled torm and any ac.companying dacuments lor your personal records. TRAFFIC ACCIDENT INFORilATION I was not involved in a tramc accident that ocojrred in or near: I was not at fault in the accident that occurred in or near: PEnal Gorle seclion I 1siai stales ealBry person who knowingly ers any false or forged instrument to be fiied,registered. or rBcorded in any public olfce within lhis state. w t. il g€nuine, mtgni Ue filed or regislerBd. orrecorded under any lavv o,f lhis slaie or lhe Uniled States. is gtr t certily u.t&r E.nalty ot Friury undet the lsws of the Srle d Anif;r,mia trrat rrle aoove intarn:E}tian is true andco,7ecr. t alro cerll(y that ! l:,;,va roact eN urd,erslooct att tnarructtons and ]p1arnlnga oa thls brrn tnc,ludi|tg theabove provicions al Peoal Code Section 11q4. il t_) No suppor,ting docu nEntatiofi attache€t Missing signatilre /? DUV USE ONLY SEGTIOR [.-J ffecorO correcriorl updaled on; NOTE: You may go ro any DMv field office and pay $S_OOil you wish lo gei a 6opy of your updaled driver record. n: sa tE:v :'Y.x\: wI 46 STATF/6F CALIFORNIA ryz(alnvelsuPPLEMENTAL CHP 556 (Rev 7-90)OPl 065 =--:.-Page I ot 2- OATE OF,NCiOENT:OCCURREXCE ftl,€ t2,taol- //za 'x'oarE _ Collisiofl Report E c[r", TYPE suFftErE{Ia la' aP?LTGADLE) _ BA Upd"te _ Fatal - Hitand Run Update I Hazardous Materials - sdool Bus - oth€r: I CrrYr@t NflJUOICL L OISIRICI REI'OFnNG t,|i t,-a .4. ,.---- - t'y'/t 2o1 ,trtrZA ,/2, a./t t)" Yes 1 --r7J ,f0//t6atvr,+t fttozr aJ i/Z z rr-di,,t, Z-t, € AFOs7t- TO Ll .r'.?.l/*i 7. L 9. 10. 1't. 12. 13. 't4 742)7z AP h4/ 42' "- Z,L/d 2F &4az-,92o// Z.rZfL/. 4 € {t/,A,,t/ ?.48t/ n : fr7/Ou&/ z kAJ -r- 7-6r u/4 trZreul 2- /../*5 -+7- F/+uz.r . e{Z*,Jd o*a. $ V/E CZZA/45iM/C[J - 7.$ z*FZt- Z*a*r- 4.,2€A, 2-./d 16 J-ra/il,'//Z7z-2//tl ,+/./D 17 18. .4C7'Eii lLTT-v ,|/C6CCAUC[. /uzrZy' :1//21.x/r/, z?*eez , /2.-r- .+rrg*tpnu -7-,3 DrZrc< r/Arz6/ orn-dAt6zrD; ,r/r.r/ 19 4tga,z /rarf1 7/6 nltrort u%/r 7rz4/gj ,Zeb z*tt€L /a {ZCO/I zs.2/,Ctt Zr?: a*dzo 7-z,frr//4., : -4' 30 v. DZk/tAo -t4drl fi.aazca+ /r-rz'* ,26 4?J,?e1r a.?7-2 4f RE /rEwERs NAMEPREPARER'S NAME and O NUiTEER o/a?++ Us6 previous editions untit depletgd chp556 09c9 odi t/zt/tf 44 Stzk€zat/lf _ Narrative lZ Supplementat 7:z rzt,*{Z*c/+=- r*l .zt6 OP rH- 4zzZZ-ka,,l- Z zo /./i,t //,t/r^DAt '21 22 23 24 26. 27 i- 2A 47 'x'oNE . _ Narratrve - Srrpplemental 'x'cNE . _ Coilision Repon -- Other: IYPE SUPPLEIIENTA TT APPUCABLE) , BA Update - Fatal _, Hitand Run Update - Hazardous Materials school Bus -_- oih"t'_-.-:--.-'__---------::.....=::j::- . RET}ORTING OISTR CTAEAI CIIATION NUU€€FCITY'COUIITY,JUOIC AL O STF]CT I ,7 ves C/t)d4,tcZ1 2 3 4. 6 7 I I 10. 11. 12. 13. 14. 15. --+ 16. 17. .t 8. 19 20. 2't. 22. l23. 24 25 26 27 28. 29 30 31 PREPARER'S NAME a.o O ^IUMBER OAiE A€vrEltER.S rrAME Use pravious €ditions unEldepleted o!e65o-oee pd tt/r.TzII ,. D {rzzl OATE 48 5; \l t\ -l<33>;:p>>c-::x:'i, g 49 I lt)(')oo Nx-) { 50 IJol 7\7 51 .;l: Ii' fi 52 \ l \ -.-l't/ J 53 ai \ \ I 54 \ft \_ 55 City Council Agenda Item Report Agenda Item No. COV-297-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: September 4, 2018 SUBJECT Ratification of Warrant Registers to Record Voided Checks Recommendation: A. Ratify the following warrant registers to record voided checks: 1) Operating Account Warrant Register No. 5 to record voided Check No. 600590 in the amount of $8,517.10 issued 08/07/18 to Burhenn & Gest, LLP. 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 check listed. Fiscal Impact: None. ATTACHMENTS  56 City Council Agenda Item Report Agenda Item No. COV-300-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: September 4, 2018 SUBJECT Approval of Operating Account Warrant Register No. 6 Covering the Period of August 14 through August 27, 2018 Recommendation: A. Approve Operating Account Warrant Register No. 6 which totals $13,796,576.80 and consists of the following: 1) Ratification of electronic payments totaling $13,426,745.09. 2) Ratification of the issuance of early checks totaling $338,876.03. 3) Authorization to issue pending checks totaling $30,955.68. 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. 6 covering claims and demands presented during the period of August 14 through August 27, 2018, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact: None. ATTACHMENTS 1. Operating Account Warrant Register No. 6 57 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 I hereby certify that claims and/or demands included in above listed warrant register have been audited for accuracy and availability of funds for payments and that said claims and/or demands are accurate and that the funds are available for This is to certify that the claims or demands covered by the above listed warrants have been audited by the City Council of the City of Vernon and that all of said warrants are approved for payments except Warrant Numbers: paVme ll[leDireltuι uRT毬 プつ部|ツ VV∥liam Fox Printed:8/28/201810:03100AM 58 C:TY OF VERNON OPERATING ACCOUNT WARRANT REGiSTER NO。 C17Y OF VERNON OPERATING ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 ELECrRONIC VENDOR NAME AND NUMBER 002412^ CALIFORN:A ISO lNVO:CE AMOUNT DESCRIPT]ON CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONIC VENDORINAME AND NUMBERI I■‐ 002412-CALIFORNIA ISO ACCOuNT ‐|■ CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO。 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO。 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:S「ER NO.6 SEPTEMBER 4′2018 ELECrRONiC ACCOUNT INVOiCE PAVMENT PAYMENT PAYMENT VENDOR NAME AND NUMB[R NUMBER AMOUNT DESCRlPT10N :NV01CE P.0。# DATE NUMBER AMOUNT 000209-MERRIMAC ENERGY GROUP 011.1033.570000 S 307.33 State Gasoline Excise Tax 011.1033.570000 S O.74 LustFee 011.1033.570000 S 101.31 FueiSales Tax 4.50% 2182602 011.0013291 2182602 011.0013291 2182602 08/16/2018 7288 S 31,064.37 006292-SEMPRA GAS&POWER 055.9200.500180 S 3,000.00 Energy Purchase 07/18 MARKETING′ 104708 08/16/2018 7289 5 3′000.00 005925-SH::NTERNAT!ONAL CORP 011.9019.520010 S 192.00 Havis C―DMM-2002-Mounting kit( B08544850 011.0013238 011.9019.520010 S 356.50 Havis PKG‐KB‐201‐Keyboard and B08544850 011.0013238 011.9019.520010 5 52.1l Sales Tax 9.5% B08544850 08/16/2018 7290 S 600.61 001079‐S:EMENS:NDUSTRY′INC 011.1043.590000 S 3′239.00 Tramc Signa!Maintenance 011.1043.590000 S l′358.00 Tramc Signa!RespOnse Ca∥Outs 5610126080 5620021325 08/16/2018 7291 S 4′597.00 006373- H:GH DESERT POWER 055.9200.500180 5 12′320.00 Energy Purchase 08/18 PROJEC r′LLC lNV00000088 08/20/2018 7292 5 12′320.00 Printed:8/28/201810:03:00AM Page 6 of43 64 CITY OF VERNON OPERATING ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONiC VENDOR NAME AND NUMB[R 002412-CALIFORNIA iSO Rerun 10/17 lnitial Charges 08/18 Recalculation Charges 0718 Recalculation Charges 0718 Recalculation Charges 0/18 Recalculation Charges 0/18 Recalculation Charges 0/18 Rerun 10/17 Rerun 10/17 Rerun 10/17 Rerun 10/17 lnitial Charges 08/18 lnitial Charges 08/18 lnitial Charges 08/18 躙 蒻 隋鰤 201808143239359 932 201808143239359 932 201808143239359 932 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 201808143239360 001 ACCOuNT‐・■ CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONIC VE"|IBttAIIII,IⅢⅢB111‐‐ ‐面り|||||■■■I AMOu"T,「,ぃ ,P■‐9" ■■■■■‐■lNV01CE ■RO■■■ DATE II■‐UMBER I AMOuNT 002412-CALIFORNIA ISO 055.9200500190 5 -1,235.27 inijai Charges 08/18 201808143239360 001 08/21/2018 7293 S566′152.70 003049- PETRELLI ELECTR!C′!NC 055.200400 Sl,088′73874 E:ectric Sen′ice Maintenance 180157 08/17/2018 7294 51′088′738.74 002517‐SO CAL PUBLIC POWER 055 9200 500180 S 266′500.00 Minimum Cost 08/18 AUTHORITY 055.9200.500150 S 57′622 00 Variable Cost 07/18 055122100 S 10,000.00 PSF Cost 08/18 PV0818 PV0818 PV0818 08/22/2018 7295 5334′122.00 003336‐B!CENT(CAL!FORNIA) 055.9200.500150 S 359′274.88 Energy Re!ated Pavment MALBURG LL 0559200.500180 S3′512′233.80 Capac:tv Payment 0559200.500150 S ‐557.20 FuelBurden 7201801 7201801 7201801 08/20/2018 7296 53′870′951.48 001928 - ADVANCED UT|LITY SYSTEMS 055.7100.590110 s 40,145.25 CIS lnfinity Support -MN00108131 08/23/2018 7297 5 40′145.25 002533‐BANK OF NEW YORK MELLON 055.9000 592010 S l,100.00 DepOsitory Agent&Audit Confiド mation 2522121709 0559000.592010 S 2,350.00 Depository Agent 8L Trustee Fees 2522124244 055.9000592010 S 2′300.00 Administra●on&Audit Confirma●on Fees 2522128764 08/23/2018 7298 5 5,750.00 Printed:8/28/201810:03:00AM Page 8 of 43 66 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONIC VENDOR NAME AND NUMBER 005986‐ALFREDO CARDENAS ACCOUNT ,NV01C[ PAVMENT PAVMENT PAVMENT NUMBER AMOuN「 DESCR]PT10N lNVOiCE P。0。# DATE NUMBER AMOUNF 020.1084.502030 500.00 HSA Emplover Contributlon~080818 08/23/2018 7299 S 500.00 004665- ELEMENT MARKETS RENEWABLE NATU 055.9200.500162 055.9200.500162 055.9200.500162 0559200500162 055.9200.500162 055.9200.500162 055.9200.500162 0559200500162 055.9200.500162 055.9200.500162 055.9200.500162 055.9200500162 055,9200.500162 055.9200.500162 215,105.84 115,260.44 109′738.80 151′413.89 148′51887 155,43029 139,207.82 34′491.66 184′249.11 157′426.03 219′548.32 225′585.85 201′395.88 49′481.13 Gas Purchase 04/18 Gas Purchase 01/18 Gas Purchase 02/18 Gas Purchase 03/18 Gas Purchase 04/18 Gas Purchase 05/18 Gas Purchase 06/18 Gas Purchase 07/18 Gas Purchase 01/18 Gas Purchase 02/18 Gas Purchase 03/18 Gas Purchase 05/18 Gas Purchase 05/18 Gas Purchase 07/18 RC0296 RC0916 RC0917 RC0918 RC0919 RC0920 RC0921 RC0922 RC0923 RC0924 RC0925 RC0927 RC0928 RC0929 08/23/2018 7300 S2′106′853.93 005108-JEMMOttT ROLLiNS GROUP′ :NC 7301 S 13′750.00 Printed:8/28/201810:03:00AM 011.1021.797000 13,750.00 Professional Services JUL18 08/23/2018 PaRe 9 of43 67 CilY OF VERNON OPERATING ACCOUNT WARRANT RECiSTER NO.6 SEPTEMBER 4′2018 ELECTRONIC ■|■■|■■■■■■■| ■■■■‐| ■|| |I ACCOuNT IIIIIINV01CE ■|■|■ ‐ PAVMENT■ CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSttER NO.6 SEPTEMBER 4′2018 006287-SONG N SONS GENERAL CONSTRUCrl 011.1048.900000 S 97,158.40 Progress Payment fi4-081418 08/23/2018 7307 S 97′158.40 002227-US DEPARTMENT OF ENERGY 0559200.500150 055.9200.500180 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO。 CiTY OF VERNON OPERATING ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 ELECrRONiC ACCOuNT ■ ,NVOiCE ‐ | _|I PAVMENT PAYMENT I PAVMENT VEN00RINAME ANDINUMBER I■■ NUMBER I■■ AMOINT DISCIIPT10N■■|| ■■|■ |■■■ lNV01C■ ■■lp.0.■ CiTY OF VERNON OPERATING ACCOUNTWARRAⅢ REG:STER NO.6 SEPTEMBER 4′2018 004075-THE D[PARTM[NT OF THE TREASURY 011.210210 020.210210 055.210210 056.210210 057.210210 011.210210 020.210210 055.210210 056.210210 057.210210 011.210210 055.210210 011.210210 011.210210 S 144,984.83 S 5,650.80 S 24′398.65 S 2′583.13 5 426.29 S 31,183.18 S l′467.40 S 6′271.22 5 58204 5 97.84 5 2,396.60 S 170.78 S ‐9,423.64 S -1′335.16 Ben209243 Ben209243 Ben209243 Ben209243 Ben209243 Ben209243 Ben209243 3en209243 Ben209243 Ben209243 Ben209243 Ben209243 Ben209243 Ben209243 Federal Withholding: Payment Federal withholding: Payment Federal Withholding: Payment Federal Withholding: Payment Federal Withholding: Payment Medicare: Payment Medicare: Payment Medicare: Payment Medicare: Payment Medicare: Payment Social Security Tax: Payment Social Security Tax: Payment Federal: Payment Special PR 8/2 Medi: Payment Special PR 8/2 08/17/2018 7317 5209′453.96 Printed:8/28/201810:03:00AM Page 14 of 43 72 C:TY OF VERNON OPERAT:NG ACCOUNT WARRAN『REG:STER NO。 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 004116-EDF TRAD:N6NORTH AMERICA,LLC 056.5600500160 1,671 00 Natura:Gas 07/18 228704 08/27/2018 7323 S l′671.00 006086- MACQUARI[ENERGY′LLC 0565600500160 S 941,464.20 Natural Gas 07/18 GAS100099337 08/27/2018 7324 5941,46420 005908- PACiFIC SUMMIT ENERGY′LLC 056.5600.500160 S 120,000.00 Natura:Gas 07/18 221533 08/27/2018 7325 S120,000.00 005604‐ S[QUENT ENERGY MANAGEMENT′LP 0565600.500160 S 193′616.86 Natural Gas 07/18 37447132 08/27/2018 7326 S193′616.86 006262- MERCUR:A ENERGY AMERiCA, 056.5600500160 :NC Sl′358′514.18 Natural Gas 07/18 2279902 08/27/2018 7327 51,358′514.18 000153-C!T:GROUP ENERGY′:NC 056.5600.500167 056.5600500168 149′416.85 Pre‐Pald COV Retai! -63′906.50 Pre‐Paid SMUD 7276447 7276447 08/27/2018 7328 S 85′510.35 000249‐ FEDEX 055.9000520000 0111026.520000 82.30 Period:07/18 48.12 Period:08/18 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO。 CllY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONIC VEN00R NAME AND NUMBER 002190- OFFICE DEPOT :NV01CE AMOUNr DESCR:PT10N ‐ 157563215001 157563215001 165038318001 165038318001 165043501001 165043501001 165328609001 165328609001 165346719001 165346719001 165346719001 165346719001 165346719001 165346719001 166037508001 166037508001 08/17/2018 7332 S 698.84 ACCOUNT NUMBER 011.120010 011.120010 0111002.520000 0111002520000 0119019.520000 011.9019520000 011.1033510000 011.1033.510000 0111040.520000 011.1043.520000 0111041520000 0111040520000 011.1043520000 011.1041.520000 0111004520000 0111004520000 77.94 Supplies 7.40 Sales Tax 9.5% 57.96 Supp!ies S.51 Sales Tax 9.5% 14.99 Supp:ies l.42 Sa:es Tax 9.5% 295.66 Supplies 28.09 Sa:es Tax 9 5% 29.94 Supplies 34.28 Supplies 20.27 Supplies 2.85 Sales Tax 9.5% 3.26 Sa:es Tax 9.5% 1.92 Saies Tax 9.5% 107.17 Supplies 10.18 Sales Tax 9.5% CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONIC |■■|I ACCOulNT ‐ I INVOiCt ■■■||■■■|■|‐ ‐■|■■■■■■‐||‐| | ‐ CITY OF VERNON OPERATING ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 ELECrRONiC VENDORINAME AND NUMBER ‐ 001481-VERIZON IA/IRELESS 躙 |||‐|‐1順 。■甲。_‐■‐■ 0119019560010 S 182.25 Period:Jun 14-Ju!07 011.9019.560010 S 184.79 Period:Jun 14-Ju1 07 011.9019.560010 5 292.85 Period:Jun 14-Ju1 07 011.9019 560010 5 563 03 Period:Jun 14-Ju1 07 011.9019.560010 S l′556.47 Period:Jun 14-Ju1 07 0119019560010 S 4′897 25 Period:Jun 14-Ju1 07 011.9019560010 S 258 43 Period:Jun 14-Ju1 07 011.9019.560010 S 549 34 Period:Jun 14-」u107 011.9019.560010 S 757.27 Period:Jun 14-Ju1 07 011 9019 560010 5 49 47 Period:Jun 14-Ju1 07 011.9019560010 S 259 07 Period:Ju1 08‐Aug o7 011.9019.560010 5 190 26 Period:Ju1 08‐Aug o7 011.9019 560010 5 519 16 Period:Ju1 08‐Aug o7 011.9019560010 S 546.84 Period:Ju1 08‐Aug o7 011.9019.560010 S l′626.75 Period:Ju1 08-Aug o7 0119019560010 S 3′433 80 Period:Jui 08-Aug o7 011.9019.560010 S 268.77 Period:」u108-Aug o7 011.9019560010 5 473.05 Period:Ju1 08‐Aug o7 011 9019 560010 5 726 61 Period:Ju1 08-Aug o7 011.9019 560010 5 48 67 Period:」u108-Aug o7 鰊 蒻隋鰤 070718 MULT:PLE 070718 MUビ「lPLE 070718 MULT!PLE 070718 MULTIPLE 070718 MULTIPLE 070718 MULT!PLE 070718 MULTlPLE 070718 MU[「!PLE 070718 MULTIPLE 070718 MULT!PLE 080718 MULT:PLE 080718 MULT!PLE 080718 MULTIPLE 080718 MULTIPLE 080718 MUピ「!PLE 080718 MUピ「lPLE 080718 MU[「:PLE 080718 MULTIPLE 080718 MULT:PLE 080718 MULT:PLE 08/24/2018 7338 S 17′384.13 S13′426,745.09 Printed:8/28/201810:03:00AM TOTAL ELECrRONIC PaRe 20 of 43 78 CITY OF VERNON OPERAT:NG ACCOUNT WARRAⅢ REGiSTER NO。 CITY OF VERNON OPERATlNG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 EARLY CHECKS |:|:11lAMEANDNUM:::|■1篤 淵 ∬‐ 淵 器 ::::::1:t■‐ ‐・ ・ ‐PAYMINT CHECκ ■‐PAYMFttT ‐‐■|||■1 lNV●:CE ‐ P.0。■ CilY OF VERNON OPERAT:NG ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 001457-QUINN COMPANY 011.1046.520000 S 011.1046.520000 S 011.1046.520000 S 0111046.520000 S 011.1046590000 S 0111046590000 S 011.1046.590000 S 0111046.520000 S 4,087.18 parts to rebuild unit 148.19 misc parts 50.00 misc parts 75.00 environmenta!recyc:e fee 290.00 1aborto disassemble and inspect unit l,748.63 !aborto rebui:d unit 360.00 !abor to test unit 414.24 Sa:es Tax 9.5% W0810197589 W0810197589 W0810197589 W0810197589 W0810197589 W0810197589 W0810197589 W0810197589 011.0013241 011.0013241 011.0013241 0110013241 011.0013241 011.0013241 0110013241 08/14/2018 600677 S 7′173.24 003903-US HEALTHVVORKS MEDICAL GROUP′ 011.1026.597000 78.00 Medical Services / D. Barker 3348751CA 08/14/2018 600678 S 78.00 001085-SANITAT10N D!STRICrS OF LA COU 055.8200.500230 4,360.33 Wastewater Treatment Surcharge 081418 08/14/2018 600679 5 4′360.33 Printed:8/28/201810:03:00AM Page 23 of 43 EARLY CHECKS DESCRIPT10N lNVOiCE P.0.#AMOUNT 81 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS 躙 鰊 鰤鰊鰤 001624‐ALLSTAR F:RE EQUIPMENT′:NC 011.1033.850000 S l′516.80 Phenix 1500 Series First Due He:met‐ 207956 011.0013141 011.1033.850000 S 650.00 Phenix P/N PHE 103 Ratchet Suspension 207956 011.0013141 011.1033.850000 S 285.00 Phenix P/N PHE l107 Detachable Nomex 207956 011.0013141 011.1033.850000 S 2′375.00 Thorogood Modei807‐6003 He∥■re 207956 011.0013141 011.1033.850000 S 27.00 Fre:ght 207956 011.0013141 011.1033.850000 S 458.55 Sa:es Tax 9.5% 207956 011.1033.850000 5 462.80 pe:ican 2765 LED Headiamps 208182 011.0013141 011.1033.850000 S 28.00 Frelght 208182 011.0013141 011.1033.850000 S 43.97 Sa:es Tax 9.5% 208182 011.1033.850000 S 3′700.00 ProTech Mode:PT‐8TNSC Titan Short Cuff 208630 011.0013141 011.1033.850000 S 540.00 Majestic PAC I∥Nomex Flash Hood 208630 011.0013141 011.1033.850000 S 402.80 Saies Tax 9.5% 208630 08/16/2018 600680 S 10′489.92 005662‐ANIXTER,INC 055.8000.900000 0558000.900000 055.8000.900000 2′500.00 86052~ 3′479.16 190502Rl~ 568.02 Sales Tax 9.5% 389929500 389929500 389929500 055.0002643 055.0002643 08/16/2018 600681 5 6′547.18 006303-ARiSTATEK′:NC 055.8100.900000 4′995.00 Qty:1‐PEAC―WMD WIN V63YR~2018051502 08/16/2018 600682 5 4′99500 Printed:8/28/201810:03:00AM 011.9019560010 146.04 Period:06/20-07/19 072018 0550002641 08/16/2018 600683 S PaRe 24 of 43 001948‐ AT&T 1460482 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REGISTER NO。 CITY OF VERNON OPERAT]NG ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOuNT INVO:CE PAVMENT CHECK PAYMENT VENDOR NAME AND NUMBER NUMBER AMOuNT DESCRIPT:ON ]NVOiCE P。0.■ DATE NUMBER AMOuN「 003704‐LONG BEACH BMW 011.1031.570000 S 920.26 Motorcycle Maintenance~ MOTORCYCLES 32355 0110013232 08/16/2018 600689 5 920.26 006203‐MRC SMART TECHNOLOGY 011.9019.590110 5 14′275.88 Managed Print Services SOLUT10NS lN897537 08/16/2018 600690 S 14′275.88 000629-OPEN ACCESS TECHNOLOGY 055.9200.596200 5 793.44 Electronic Tagging~ lNTし CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 EARLY CHECKS VENDOR NAME AND NUMBER 001695-CALMAT′CO ACCOuNT INVOiCE PAVMENT CHECK PAYMENT NUMBER AMOUNT DESCR:PT:ON lNVOICE PoO.# DATE NUMBER AMOuNT 020.1084.520000 S 020.1084.520000 5 020.1084520000 S 0201084.520000 S 0201084520000 S 0201084.520000 S 020.1084.520000 S 020.1084.520000 5 011.1043.520000 S 629.48 Asphalt~ 606.13 Aspha!t~ 202.91 Aspha:t~ 309.13 Aspha:t~ 309.13 Aspha:t~ 504.86 Aspha:t~ 327.61 Aspha:t~ 89.24 Aspha:t~ 87.60 Aspha!t~ 71807500 71807501 71817385 71823060 71825096 71830293 71830294 71833786 71837045 011.0012556 011.0012556 011.0012556 011.0012556 011.0012556 011.0012556 011.0012556 011.0012556 011.0012556 08/16/2018 600696 5 3′066.09 001360-WESCO DISTRIBUT!ON′INC 055.9100.900000 S 055,9100.900000 S 0559100.900000 S 055.9100.900000 S 055.9100.900000 S 2′99205 37.5KVA‐7200‐120/240~ 284.24 Saies Tax 9.5% 6′144.36 3.75KVA-7200-277~ 9′098.73 16340Y‐277V‐37.5KVA~ 1′448.09 Sales Tax 9.5% 734771 734771 734772 734772 734772 055.0002644 055.0002644 055.0002644 08/16/2018 600697 S 19,967.47 004448- BAΠ ERY SYSTEMS′lNC 011.1046.520000 011.1046.520000 011.1046.520000 648.87 Vehic:e Batteries~ 740.92 Vehic:e Batteries~ -988.50 Credit~ CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGISTER NO。 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT RECiSTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS |■■■| ‐■‐ ■|ICCOUNTI■■‐ CilY OF VERNON OPERATING ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOuNT :NVOiCE PAYMENT CHECK PAYMENT VENDOR NAME AND NUMBER NUMBER AMOUN「 DESCRIPT10N INV01CE P.0.# DATE NUMBER AMOuNr 000524-FERGUSON WATERWORKS 011.120010 S 2,125.32 Water Parts~640037 0110013219 08/21/2018 600703 S 2′125.32 006395-SANGHAK KIM 011.199999 S 308.00 Ref80%C-2018-1082 Ref000209360 08/21/2018 600704 S 308.00 000804-LBJOHNSON HARDWARE C0 011 1049 520000 S 14.49 Plumbing&Bu∥ding Hardware~ #1 011.1043.520000 S 309.52 Plumbing&Bu∥ding Hardware~ 011.1049.520000 S 21.25 P!umbing&Bu∥ding Hardware~ 011.1049.520000 S 9.23 P!umbing&Bu∥ding Hardware~ 0111049520000 S 1006 P!umbing&Building Hardware~ 0111049.520000 S 18.93 Plumbing&Building Hardware~ 011.1046520000 S 13.95 Plumbing&Building Hardware~ 011.1043.520000 S 84.17 Plumbing&Bui!ding Hardware~ 697869 011.0013208 697884 0110013208 697961 011.0013208 698099 011.0013208 698256 011.0013208 698332 011.0013208 698381 011.0013208 789497 011.0013208 08/21/2018 600705 5 481.60 000309- NAPA AUTO PARTS 011 1046 520000 S l′810.39 Auto Parts&Accessories~073118 MULTIPLE 011.0013192 08/21/2018 600706 5 1,810.39 005544-3S:SEC∪RITY SYSTEMS′INC 011.9019 590110 S l,080 00 ANNUAL USAGE TRACKING 566136 011.0013299 08/23/2018 600707 S l,080.00 Printed:8/28/201810:03:00AM PaRe 30 of 43 88 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:S「ER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOuNT :NVOiCE PAVMENT CHECK PAVMENT VENDOR NAME AND NUMBER NUMBER AMOUNT DESCR]PT10N :NVOiCE P.0。■ DATE NUMBER AMOUNT 000005‐A THRONE CO′INC 011.1043.520000 S lll.33 ,ortable Restrooms 055.8100.596200 5 84.00 Portable Restrooms 055.8100.596200 S 279.14 Portable Restrooms 055.8100.596200 S 88.95 Portable Restrooms 533887 533888 533889 533890 08/23/2018 600708 S 563.42 005348 - AGILITY RECOVERY SOLUTIONS 011.9019.590110 S 415.00 Disaster Recovery Services 54548 08/23/2018 600709 S 415.00 001624‐ALLSTAR FIRE EQU!PMENT′lNC 011.1033.850000 S 9′293.80 Llon BDU535-30 Naw B:ue Long s!eeve 138386 011.0013182 011.1033.850000 S 50.00 Set‐up Fee 138386 011.0013182 011.1033.850000 5 882.91 Sa:es Tax 9.5% 138386 08/23/2018 600710 S 10′226.71 000314 - ANGEL C|TY DATA, tNC 011.9019.590110 s 1,800.00 81.25 hours-16179 011.0012859 08/23/2018 60071l S l′800.00 001544-AREA E DiSASTER MANAGEMENT BRD 011.4031.596200 S l′656.00 Membership Dues 201924 08/23/2018 600712 5 1′656.00 001948-AT&T 055.9000.560010 S 225.87 Period:06/10-07ノ 09 056.5600.560010 5 582.85 Period:06/10-07/09 056.5600.560010 S 20.27 Period:06/10‐07/09 11601433 11601436 11601535 08/23/2018 600713 5 828.99 Printed:8′28/201810103:00AM PaRe 31 of 43 89 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOUNT :NVOICE PAVMENT CHECK PAYMENT VENDOR NAME AND NUMB[R NUMBER AMOUNT DESCRIPT:ON INV01CE P.0.# DATE NUMBER AMOUNT 001948- AT&T 011.9019560010 S 559 21 Period:06/20-07/19 072018(2) 08/23/2018 600714 S 559.21 001948- AT&T 055.9200.560010 055.9200.560010 239.38 Period:07/19‐08/18 152.00 period:06/19‐07/18 CilY OF VERNON OPERAT]NG ACCOUNT WARRANT RECISTER NO。 CITY OF VERNON OPERATING ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 EARLY CHECKS vENDOtt NAME ANo‐NUMBEll‐ ‐ 003257-LAWSON PRODUCTS,INC ACCOuNT INV01CC PAVMENT CHECK PAVMENT NUMBERI■■ ■|I AMO望 里 D甲 ぃ IPT10N■‐ ‐ ■|‐ lNVOiCE P.0.1 ■ DATE I‐ NUMBER ‐IAMOUNr 011.1043.520000 S 011.1043.520000 S 935.46 6ga∥on Pick―Up Sentry Spill RespOnse 88.87 Sales Tax 9.5% 9305988715 9305988715 011.0013276 08/23/2018 600728 S l,024.33 003908- LOPEZ&LOPEZ T!RE SERViCE 011.1046.520000 011.1046.520000 011.1046520000 011.1046.520000 0111046.520000 011.1046520000 011.1046.520000 0111046520000 011.1046.520000 011.1046.520000 011.1046.520000 0111046.520000 011.1046.520000 CITY OF VERNON OPERAT]NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOuNT :NV01CE PAVMENT CHECK PAVMENT VENDOR NAME AND NUMBER NUMB[R AMOuN「 DESCRIPT10N :NV01CE P.0。# DATE NUMBER AMOuNT 006185- NEVVGEN STRATEGIES& 055.9200.595200 5 2,390.00 Professional Services SOLUT10NS 6806 08/23/2018 600732 5 2,390.00 004226- N:ELSEN,MERKSAMER′ 011.1002.596200 5 471.50 Professional Services 07/18 PARR!NELLO 80118 08/23/2018 600733 S 471.50 006401-ON[CLOTH:NG′INC 055,7200.596702 5 12′163.95 Customerincen●ve Program 082018 08/23/2018 600734 S 12,163.95 006153- RUSS BASSETT CORP 011.4031.520000 S 2′683.68 Cabinetfor Communica●ons center 86600 08/23/2018 600735 S 2,683.68 003775-SILVAiS PRINTING NE「WORK 011.1060.520000 S 151.1l Business Cards 26619 08/23/2018 600736 S 151.11 005790‐S!MON W!ND′!NC 055.9000.900000 5 1′000.00 Data Co∥ec●on Services 1807 08/23/2018 600737 5 1′000.00 000380‐STACY MED!CAL CENTER 011.1031.596200 5 1′475.00 Medica:Services 011.1031.596200 S l′020.00 Medicai Services 521127729 521127858 08/23/2018 600738 S 2,495.00 006132‐THYSSENKRUPP ELEVATOR 055.8400.590000 5 4,794.00 Elevator Repairs DepOsit CORPORAT 08/23/2018 600739 S 4′794.00 Printed:8/28/201810103:00AM 081518 PaRe 35 of 43 93 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGiSTER NO.6 SEPTEMBER 4′2018 EARLY CHECKS AC00UNT INVO:CE PAYMENT CHECK PAVMENT VEN00R NAME AND NUMBER NUMBER AMOUNr DESCR:PT10N INV01CE P.0。# DATE NUMBER AMOUNT 006371-T:REHUB′LLC 011.1046.520000 5 523.60 P235/55R17 g00dvear eagle rs‐a tlres 4109733 011.0013247 011.1046.520000 S 181.50 P225/70R15 g00dvear wrangler sr―a●res 4212965 011 0013260 08/23/2018 600740 S 705.10 002905-TLC PET MED!CAL CENTER 011 1031.596200 S 56.00 Vete「inary Services 0111031596200 S 2′140.30 Vetennary Services 368423 371984 08/23/2018 600741 S 2′19630 005338-TNT F:REWORKS 011.1033.41021l S 500.00 Ref Fireworks Stand DepOsits 082118 08/23/2018 600742 5 500.00 006400-IMAN TORBATl 0559100.596500 5 52.32 RTAC Training 072618 08/23/2018 600743 S 52.32 000282-TR卜 CITY MUTUAL WATER 011.1033.560000 S 157.50 Period:07/18 COMPANY 080118 08/23/2018 600744 S 157.50 ooL7L4 - UNTVERSTTY OF CA 011.1024.596600 5 437.79 CA Municipal Law Handbook 10771366 08/23/2018 600745 S 437.79 003903-US HEALTHVVORKS MEDICAL 011.1026.597000 S 39.00 Medica:Services GROUP′ 3359168CA 08/23/2018 600746 5 39.00 Printed:8/28/201810:03:00AM Patte 36 of 43 94 ClTY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 EARLY CHECKS ACCOUNT INVOICE PAYMENT CHECK PAVMENT VENDOR NAME AND NUMBER NUMBER AMOUNT DESCRIPT10N INVOICE P.0。■ DATE NUMBER AMOUNr 001695‐VULCAN MAT[R:ALS C0 020.1084.520000 S 315.97 Asphait~ 020.1084.520000 5 427.24 Asphalt~ 0111043.520000 5 80.06 Asphalt~ 0201084.520000 S 86.21 Asphalt~ 0111043520000 S 662.33 Asphalt~ 71844788 011.0012556 71849858 011.0012556 71849859 011.0012556 71851759 011.0012556 71870166 011.0012556 08/23/2018 600747 5 1,571.81 TOTAL EARLY CHECKS s 338′876.03 Printed:8/28/201810:03:00AM PaRe 37 of 43 95 CiTY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 WARRANTS VE"DOR NAME AND NUMBER 000005^A THRONE CO′INC ACCOUNT NUMBER 0111043520000 0558100596200 0558100596200 0558100596200 111.33 Portable Restrooms 84.00 Portable Restrooms 279.14 Portable Restrooms 88.95 Portable Restrooms INVOiCE PAYMENT CHECK PAYMENT AMOUNF DESCRIPT10N INVOiCE PoO.# DATE NUMBER AMOUNT 537595 537596 537597 537598 09/04/2018 600748 S 563.42 004318-A―B[STINDUSTR:AL′INC 056.5600.900000 0565600.900000 0565600.900000 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REGISTER NO。 CllY OF VERNON OPERAT:NG ACCOUNT WARRANT REGISTER NO.6 SEPTEMBER 4′2018 WARRANttS |:11::|二 轟EAND Nり MIR ■眈 ‐■ 淵温[::二 凛■o「 ‐ |||■|‐晨lιicE ∴よ「|■||■WTI N淵 駆11篤諄∥ CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 WARRANTS AC∞UN「■ 困V釧 ∝ CITY OF VERNON OPERATING ACCOUNT WARRANT REG:STER NO.6 SEPTEMBER 4′2018 WARRANTS |■ ACCOUNT I I INVOiCE ■|■‐ PAVMENT CHECK PAVMENT VENDORINAME AND NUMBER I‐|■ NUMBER ‐I AMOuN「 DESCRlPT10N ]NVOiCE ■||||l p:0。# ■IDATE NUMBER ■‐IAMOUNT 005296- UNIFIRST CORPORAT!ON 011.1060.520000 S 2938 0G!O JewelPolo~ 011.1060520000 S 2.79 Sales Tax 9.5% 3052196745 0110013294 3052196745 09/04/2018 600770 S 32.17 004225- MANUEL VAZQUEZ 011.1033.596700 S 325 00 Reimb Wildland Command Operatlons 080918 09/04/2018 600771 S 325.00 006133‐JOHN PAUL VITTOR10 011.1033.596700 S l,350.00 Reimb.Truck Academy Course 080918 09/04/2018 600772 5 1,350.00 TOTAL WARRANIS s 30′955.68 Printed:8/28/201810:03:00AM Page 42 of 43 100 CITY OF VERNON OPERAT:NG ACCOUNT WARRANT REG:STER NO。 City Council Agenda Item Report Agenda Item No. COV-302-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: September 4, 2018 SUBJECT Approval of RDA Obligation Retirement Account Warrant Register No. 45 Covering the Period of July 10 through August 27, 2018 Recommendation: A. Approve RDA Obligation Retirement Account Warrant Register No. 45 which totals $210.00 and consists of the following: 1) Ratification of electronic payments totaling $210.00. 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 RDA Obligation Retirement Account Warrant Register No. 45 covering claims and demands presented during the period of July 10 through August 27, 2018, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact: None. ATTACHMENTS 1. RDA Obligation Retirement Fund Account Warrant Register No. 45 102 CilY OF VERNON RDA OBLlGAT10N RFriREMENT ACCOUNT WARRANT REGiSTER NO.45 SEPTEMBER 4′2018 I hereby certify that claims and/or demands included in above listed warrant register have been audited for accuracy and availability of funds for payments and that said claims and/or demands are accurate and that the funds are available for This is to certify that the claims or demands covered by the above listed warrants have been audited by the City Council of the City of Vernon and that all of said warrants are approved for payments except Warrant Numbers: William Fox Finance Director ハ哺GU sT 2r/ Ao\8 payments thereof. P“nted:8/28/20189:27:llAM 103 CiTY OF VERNON RDA OBL:GAT:ON RFT:REMENT ACCOUNT WARRANT RECiSTER NO。45 SEPTEMBER 4′2018 ELECrRONIC ‐‐■‐‐■■ ACCO町 CITY OF VERNON RDA OBL:GAT:ON RE「:REMENT ACCOUNT WARRANT REGiSTER NO。45 SEPTEMBER 4′2018 RECAP BV FUND ELECrRONIC TOTAL EARLY CHECK 70TAL WARRANT TOTAL 0.00 S022‐VERNON REDEVELOPMENT AGENCY S GRAND TOTAL TOTAL CHECKS TO BE PRINTED O GRAND TOTALS 210.00 S 0.00 S 21000 210.00 S 0.00 S 0.00 S 210.00 Printed:8/28ノ 20189:27:1lAM PaRe 2 of 2 105 City Council Agenda Item Report Agenda Item No. COV-295-2018 Submitted by: John Lau Submitting Department: Finance/ Treasury Meeting Date: September 4, 2018 SUBJECT Approval of Federal Funds for Street Improvements Account Warrant Register No. 23 Covering the Period of August 14 through August 27, 2018 Recommendation: A. Approve Federal Funds for Street Improvements Account Warrant Register No. 23 which totals $35,426.68 and consists of the following: 1) Ratification of electronic payments totaling $35,426.68. 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 Federal Funds for Street Improvements Account Warrant Register No. 23 covering claims and demands presented during the period of August 14 through August 27, 2018, drawn, or to be drawn, from East West Bank for City Council approval. Fiscal Impact: None. ATTACHMENTS 1. Federal Funds for Street Improvements Warrant Register No. 23 106 FEDERAL FUNDS FOR STREFriMPROVEMENTS WARRANT REGiSTER NO。23 SEPTEMBER 4′2018 I hereby certify that claims and/or demands included in above listed warrant register have been audited for accuracy and availability of funds for payments and that said claims and/or demands are accurate and that the funds are available for payments thereof. \ This is to certify that the claims or demands covered by the above listed warrants have been audited by the City Council of the City of Vernon and that all of said warrants are approved for payments except Warrant Numbers: 切肛 William Fox Finance Director t\ Date: Au Gu 5 T 28, ?o I U Printed:3/28/20189:18:24AM 107 FEDERAL FUNDS FOR STREETIMPROVEMENTS WARRANT REG:STER NO.23 SEPTEMBER 4′2018 ELECrRONIC ‐ ||■‐|‐■ 平 '9YNlll lNVOに E ‐| ‐|‐■ PAYMENT PAVMENT PAVMENT VENpOF NAMEI^","り MBER Nvvo「|||I AMOuNヤ OEScllPT10NI ‐ | |‐|‐■||■ lNVoicE I P,9111‐. DATE "|||11‐I AMOuNT 003975- CNS ENGINE[RS′INC 011 2043 900000 S 31′988 00 Consultlng Services For The Design Of 8017-43 0110004903 011.1043900000 S 892.80 Change Order#6~ 011.2043900000 5 2′545.88 Change Order#7 8017-43 0110004903 8017-43 0110004903 08/23/2018 25 S 35′42668 TOTAL ELECTRONiC s 35′426.68 Pnnted:8/28/20189:18:24AM Pase 1 of 2 108 FEDERAL FUNDS FOR STREE「lMPROVEMENTS WARRANT REG:SttER NO。23 SEPTEMBER 4′2018 RECAP BY FUND 011-GENERAL GRAND TOTAL TOTAL CHECKS TO BE PRINTED 0 ELECTRONIC TOTAL EARLY CHECK TOTAL WARRANT TOTAL 5 35′42668 5 0.00 S S 35,426.68 S 0.00 S GRAND TOTALS 0.00 S 35′426.68 0.00 S 35,426.68 Printed:8/28ノ 2018 9:18:24AM PaEe 2 ot 2 109 City Council Agenda Item Report Agenda Item No. COV-279-2018 Submitted by: William Fox Submitting Department: Finance/ Treasury Meeting Date: September 4, 2018 SUBJECT Amendment No. 2 to the Services Agreement with Epic Land Solutions, Inc. for Infrastructure Valuation in Accordance with GASB 34 and 51 Recommendation: A. Find that entering into an amendment with Epic Land Solutions, who is the appraiser currently providing infrastructure valuation services, in accordance with GASB 34 and 51 is exempt under the California Environmental Quality Act (CEQA), because it is a continuing administrative activity that will not result in direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. Even if such were considered a project, it would be exempt from CEQA review in accordance with Section 15061(b)(3), the general rule is that CEQA only applies to activities that may have a significant effect on the environment; and B. Approve Amendment No. 2 with Epic Land Solutions, Inc. ("Epic") which will extend the time for the completion of the project until December 31, 2018 for an additional amount of $80,000; and C. Authorize the City Administrator to execute Amendment No. 2 with Epic in substantially the same form as submitted herewith, in order to complete phase 2 of the infrastructure valuation in accordance with GASB 34 and 51. Backgroud: In May 2016, the City issued a Request for Proposal (“RFP”) for Infrastructure Valuation in Accordance with Government Accounting Standards Board (GASB) numbers 34 and 51 pronouncements. A thorough solicitation process was conducted. This included reaching out to twenty valuation firms and placement of the RFP on the City’s website for other interested firms to participate. A total of three proposal responses were received. The three proposal responses were reviewed and evaluated. Interviews were also conducted with the three responding firms. Epic Land Solutions, Inc. was determined to be the best overall suited firm and was unanimously selected by the review panel to undertake the assignment. The initial scope of work was to perform an asset valuation of the government type infrastructure assets in accordance with GASB 34 and 51 for a total cost not to exceed $175,000. The class of assets to be evaluated were as follows: •Streets •Curbs & Gutters •Sidewalks •Right-Of-Ways •Streetlights •Street Signs •Sewer Lines 110 •Storm Drain Lines •Catch Basin/Gates •Water Wells •Bridges •Traffic Signals •Trees The completion of the initial valuation result in $131.2 million of additional assets being added to the City's books that were previously not valued following GASB Pronouncements #34 and #51. Due to this successful outcome of the initial effort on government assets, the scope of services was expanded to incorporate the valuation of Vernon Public Utilities (VPU) assets, which could also benefit from the valuation process. The valuation of the VPU assets became phase 2 of the project. When phase 2 is complete, it will result in the full valuation of all City assets. To address the scope change to incorporate VPU assets, Amendment No. 1 was initiated that extended the project completion date to September 19, 2018 without any additional cost. The initial funding of $175,000 approved for the agreement has now been exhausted. An additional $80,000 is required in order to complete the remaining portion of the valuation of the VPU infrastructure assets. With the approval of this request, the new total contract value will be $255,000. A time extension is also required until December 31, 2018 to in order to finalize the phase 2 effort. The completion of the phase 2 effort will result in the valuation of the City's entire asset infrastructure to be in full compliance with GASB 34 and 51. The City Attorney's Office has reviewed and approved the proposed Amendment No. 2. Fiscal Impact: The approval of the $80,000 will allow the completion of the infrastructure asset valuation. The revised contract value will be $255,000. The requested funding was budgeted for in the 2018-19 fiscal budget, as it was anticipated that the additional funds would be required to finalize the effort. ATTACHMENTS 1. Amendment No. 2 with Epic Land Solutions, Inc. 111 -1 - AMENDMENT NO. 2TO THE SERVICES AGREEMENT BETWEEN THECITY OF VERNON AND EPIC LAND SOLUTIONS, INC. FOR INFRASTRUCTURE VALUATION IN ACCORDANCE WITH GASB 34 AND 51 This Amendment (“Amendment No. 2”) to that certain Agreement for infrastructure valuation in accordance with Governmental Accounting Standards Board (“GASB”)34 and 51 dated September 20, 2016, (the “Agreement”), is made as ofSeptember 4,2018, by and between the City of Vernon, a California charter city and municipal corporation (the “City”),and Epic Land Solutions, Inc.(“Contractor”),aCalifornia corporation. WHEREAS, the Cityand Contractorare parties to a written Agreement, as amended, datedSeptember 20, 2016,under which Contractor provides infrastructure valuation in accordance with GASB 34 and 51 (“the Agreement”); and WHEREAS, the City and Contractordesire to amend the Agreement to renew the Agreement for an additional one hundred and three (103) days effective September 19, 2018, throughDecember 31, 2018, for a total additional amount not to exceed $80,000.00. NOW, THEREFORE, the parties to this Amendment No. 2agree as follows: 1.The Agreement has been renewed for an additional one hundred and three (103) day period, and the Termination Date listed on the Cover Page is amended toDecember 31, 2018. 2.Contractor’s grand total consideration for the renewal term of this Amendment, from September 19, 2018, to December 31, 2018, shall not exceed the amount of Eighty ThousandDollars ($80,000.00),without prior City Council approvaland written amendment of the Agreement. 3.Except as expressly modified by this Amendment No. 2, all provisions of the Agreement, including the total compensation amount,shall remain in full force and effect. 4.The provisions of this Amendment No. 2shall constitute the entire agreement of the parties with respect to the subject matter included in this Amendment No. 2and shall supersedeany other agreement, understanding, or arrangement, whether written or oral, between the parties with respect to thesubject matter of this Amendment No. 2. 5.The person or persons executing this Amendment No. 2on behalf of each of the parties warrants and represents that he or she has the authority to execute this Amendment No. 2 on behalf of that party and has the authority to bind that party to the performance of its obligations hereunder. IN WITNESS WHEREOF, the parties have signed this Amendment No. 2as of the date stated in the introductory clause. [SIGNATURES FOLLOW ON NEXT PAGE] 112 -2 - CITYOF VERNONa California charter city and municipal corporation By:____________________________ Carlos Fandino, City Administrator Epic Land Solutions, Inc., a California corporation By: Name: Title: ATTEST: __________________________________ Maria E. Ayala,City Clerk By: Name: Title: APPROVED AS TO FORM: __________________________________ Zaynah Moussa, Senior Deputy City Attorney 113 City Council Agenda Item Report Agenda Item No. COV-269-2018 Submitted by: Adriana Ramos Submitting Department: Fire Department Meeting Date: September 4, 2018 SUBJECT Fire Department Activity Report for the Period of July 16 through July 31, 2018 Recommendation: A. Receive and file. Backgroud: Attached is a copy of the Vernon Fire Department Activity Report which covers the period of July 16, 2018 through July 31, 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 - 07/16/18 to 07/31/18 114 This Period Last Year This This Year Last Year To Date Period To Date ACTIVITY TYPE FIRE PREVENTION: Regular Inspections (#):69 822 12 933 Re-Inspections (#):31 141 0 95 Spec. Haz. Inspections (#):2 82 2 27 Total Inspections: 102 1045 14 1055 Total Man Hours:118 1462 42 1505 TRAINING (HOURS): Firefighting 109 1538 101 1450 Hazardous Materials 36 554 47 543 Safety 134 1840 132 1798 Apparatus Operations 134 1857 134 1781 Equipment Operations 133 1858 131 1762 CPR 0 39 14 61 First Aid 6 439 33 466 Total Hours:552 8125 592 7861 PRE-INCIDENT (HOURS): Planning 97 1217 99 1292 District Familiarization 90 1222 106 1367 Total Hours:187 2439 205 2659 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 July 16, 2018 to July 31, 2018 Page 1 115 PUBLIC SERVICE PROGRAMS (HOURS) School Programs 0 31 0 54 Fire Brigades 0 0 0 11 Emergency Preparedness 1 202 15 189 Total Hours:1 233 15 254 ROUTINE MAINTENANCE (HOURS): Station 125 1729 131 1630 Apparatus 130 1772 135 1648 Equipment 130 1824 136 1688 Total Hours:385 5325 402 4966 Grand Total Hours:1243 17596 1256 17281 :Fireactivity Page 2 116 City Council Agenda Item Report Agenda Item No. COV-284-2018 Submitted by: Adriana Ramos Submitting Department: Fire Department Meeting Date: September 4, 2018 SUBJECT Sale of 1994 Seagrave Type 1 Pumper 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 changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Accept an offer from Rio Hondo College to purchase one (1) 1994 Seagrave Type 1 Pumper (“Engine”) in the amount of $3,000 and authorize staff to proceed with the sale of the Engine. Backgroud: The Fire Department received approval from the Finance/Purchasing department to sell its 1994 Seagrave Type 1 Pumper (the "Engine") since it no longer fulfills the needs of the department. After a month of advertisement, the department received an offer from Rio Hondo College to purchase the Engine. In consideration of the age and current condition of the Engine, the proposed offer of $3,000 is fair, and is aligned with market value. The City Attorney’s office has reviewed and approved the executed Liability Release Agreement. If the offer is accepted by by the City Council, staff will proceed with the sale of the Engine to Rio Hondo College. Fiscal Impact: The City will receive $3,000 for the sale of the Engine. ATTACHMENTS 1. Offer Letter from Rio Hondo College 2. Rio Hondo College Liability Release Agreement 117 Rio Hondo College 3600 Workman Mill Road Whittier, CA 90601 June 25, 2018 Dear Bruce English, Thank you for the opportunity to purchase the Vernon Fire Engine 1994 Model TB50CN 1500 GPM for $3,000.00. We understand the unit will be sold “as is”. This vehicle will be for regional firefighting training. The need for an invoice to be submitted by June 28th is important as we are ending our fiscal year accounting. We also would need a W-9 please to process a check. On behalf of Rio Hondo College, thank you for supporting the training of tomorrow’s firefighters. Best; Tracy E. Rickman Tracy E. Rickman, MPA Fire Academy Coordinator 118 119 120 121 City Council Agenda Item Report Agenda Item No. COV-283-2018 Submitted by: Adriana Ramos Submitting Department: Fire Department Meeting Date: September 4, 2018 SUBJECT Sale of 1998 American LaFrance Tractor Drawn Aerial 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 changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378; and B. Accept an offer from the City of Brea to purchase one (1) surplus 1998 American LaFrance Tractor Drawn Aerial (“Truck”) in the amount of $49,999; and C. Approve a Purchase and Sale Agreement with the City of Brea ("Agreement"), for the purchase of the surplus Truck, in substantially the same form as submitted herewith; and D. Authorize the City Administrator to execute the Agreement and all related documents as necessary to carry out the sale of the surplus Truck. Backgroud: The Fire Department received approval from the Finance/Purchasing department to sell the surplus Truck since it no longer fulfills the needs of the department. After a month of advertisement, the department received an offer from the City of Brea to purchase the Truck. In consideration of the age and current condition of the Truck, the proposed offer of $49,999 is fair, and aligned with market value. The City Attorney’s office has reviewed and approved the proposed Agreement and related exhibits as to form. Fiscal Impact: The City will receive $49,999 for the sale of the Truck. ATTACHMENTS 1. Purchase and Sales Agreement with City of Brea 122 -1- PURCHASE AND SALE AGREEMENT BETWEEN THE CITY OF BREA AND CITY OF VERNON This Purchase and Sale Agreement is made and entered into this _______ day of September, 2018 between the CITY OF BREA, a municipal corporation, hereinafter referred to as “BUYER”, and CITY OF VERNON, a California charter City and California municipal corporation, hereinafter referred to as “SELLER”. BUYER and SELLER may be referred to in this Agreement individually as “Party” and jointly as “Parties.” I. Recitals A. SELLER has solicited a proposal for one 1998 American LaFrance Tractor Drawn Aerial as described in Exhibit A “Equipment”, attached hereto (Equipment); B. BUYER has submitted a proposal to purchase the Equipment from SELLER; C. Parties have heretofore signed a letter of intent to purchase the Equipment, as set forth in Exhibit C “Letter of Intent to Purchase”, attached hereto, pursuant to the terms and conditions contained in this Agreement and for the price of $49,999 as set forth in Exhibit B “Price” attached hereto; D. SELLER has provided BUYER with a Liability Release Agreement, attached hereto as Exhibit D. NOW, THEREFORE, Parties agree as follows: II. General Provisions A. Assignment Parties shall not assign all or any part of this Agreement and/or make any subcontract to perform any obligation hereunder, either in whole or in part, without the prior written consent of the Parties. B. Attorneys’ Fees In the event any legal proceeding is instituted to enforce any term or provision of this Agreement, the prevailing party in said legal proceeding shall be entitled to recover attorneys' fees and costs from the opposing party in an amount determined by the court to be reasonable. C. Compliance with Laws Parties shall perform their respective obligations as set forth in this Agreement pursuant to all applicable Federal, State, and local statutes, regulations, and ordinances whether now in force or hereinafter enacted. D. Conflicts or Inconsistencies Exhibit D shall take precedence in the event of any conflict or inconsistency between the terms of Exhibit D and this Agreement. in the event of any conflict or inconsistency between the provisions of this Agreement and any other Exhibit, the terms of this Agreement shall strictly prevail. E. Dispute Resolution 123 -2- 1. Administrative Remedies. Disputes regarding the interpretation or application of this Agreement shall first be submitted to the other Party for investigation and resolution. The Parties will make a good faith and reasonable effort to reach an agreeable resolution. Any disputes that cannot be resolved in that manner shall be submitted to non-binding arbitration as set forth in the Formal Remedies below. 2. Formal Remedies. In the event the Administrative Remedy does not resolve the dispute, the alleged injured Party may, but is not required to as a condition of pursuing any legal remedies, serve a demand for arbitration on the Party claimed to be in default ("Defaulting Party"). The Parties will continue to perform obligations under this Agreement so long as the Defaulting Party diligently commences to cure the alleged default in the event there is imminent danger to the public health, safety or general welfare resulting from the default, the Defaulting Party shall take immediate action to cure the immediate threat. Within five (5) business days of receipt of the demand, and providing the default remains uncured, the matter shall be submitted to non-binding arbitration. The Parties shall make reasonable efforts to jointly select an arbitrator using any reasonable method including selection by chance. The arbitration shall be conducted in accordance with the California Arbitration Act (Code of Civil Procedure section 1280 et seq.) The arbitrator shall render a decision with written findings. The costs of arbitration (excluding each Party’s own costs) shall be borne by the Parties equally. Either Party that is not satisfied with the arbitrator's decision shall be entitled to pursue all remedies available in a court of law or equity. F. Documentation PARTIES shall maintain complete and accurate records with respect to ownership and transfer of Equipment and the costs incurred under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment made under this Agreement. All such records shall be provided to requesting Party within ten (10) days of request. G. Effective Date and Term This Agreement is effective as of the date of mutual execution, and shall remain in full force and effect until delivery of the Equipment to BUYER, and BUYER’s removal of the Equipment from SELLER’s property whereupon this Agreement shall terminate, subject to the survival of terms as provided herein. H. Force Majeure 1. The time period(s) specified for performance pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the delayed Party if the delayed Party shall within three (3) days of the commencement of such delay notify the other Party in writing of the causes of the delay. 124 -3- 2. The sole remedy shall be termination or an extension of the Agreement pursuant to this Section and neither Party shall not be entitled to recover damages against the other Party. I. Governing Law 1. This Agreement shall be governed by and construed in accordance with the laws of the State of California. 2. Venue for any litigation arising out of this Agreement shall be the Superior Court of the County of Orange. J. Indemnity 1. To the extent permitted by law and subject to the Liability and Release Agreement attached hereto as Exhibit D, BUYER will indemnify, defend and hold SELLER, its elected officials, officers, employees, and agents, harmless with respect to any and all claims for damages for bodily injury, death, and/or property damage to the extent arising out of the BUYER’s active negligence in connection with its rights or obligations under this Agreement, as established by a final court decision or agreement of the parties. 2. To the extent permitted by law and subject to the Liability and Release Agreement attached hereto as Exhibit D, the SELLER will indemnify, defend and hold BUYER, its elected officials, officers, employees, and agents, harmless with respect to any and all claims for damages for bodily injury, death, and/or property damage to the extent arising out of the SELLER’s active negligence in connection with its rights or obligations under this Agreement, as established by a final court decision or agreement of the parties. 3. The provisions of this Section II.J shall survive the termination or expiration of this Agreement. K. Independent Contractor Parties and their respective employees, officers, and agents are independent contractors under this Agreement and shall not be construed for any purpose to be employees of the other Party. L. Entire Agreement 1. This Agreement, together with all exhibits hereto and which are incorporated by reference herein, supersedes any and all other Agreements, either oral or in writing, between the Parties with respect to the subject matter herein. 2. Each Party acknowledges that it has had the benefit of advice of competent legal counsel with respect to its decision to enter this Agreement that no representation, statement, or promise by any party which is not embodied herein shall be valid or binding. 3. Any modification of this Agreement shall be effective only if it is in writing signed by the Parties. M. Counterparts 125 -4- This Agreement 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. N. Severability If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of its terms and provisions to persons and circumstances other than those to which it has been held invalid or unenforceable shall not be affected thereby, and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. O. Termination 1. Termination for Convenience. Parties may terminate this Agreement for convenience by providing not less than ten (10) days prior,written Notice of Termination to the other Party prior to payment and delivery of the Equipment. This Agreement may be terminated at any time upon mutual agreement of the Parties. In such events, Parties shall have no further rights hereunder. 2. Cure Notice. Either Party may provide a Notice to Cure Default, therein specifying the acts or omissions constituting the alleged default, and demanding that the default be cured within ten (10) days, to the other Party. If the default remains uncured, termination for cause shall be effective, without further notice, at the end of the default cure period. 3. Termination for Cause. Either Party may terminate this Agreement for cause immediately by providing a written Notice of Termination therein specifying the acts or omissions constituting the default, to the other Party. In such event, Parties shall have all other rights and remedies as provided by law. 4. Payment. SELLER shall reimburse BUYER for all amounts paid to SELLER within a reasonable time after termination of this Agreement. 5. Release of Liability. Termination or expiration of this Agreement does not release either Party from any and all claims, damages or other liability incurred prior to termination or expiration. P. Waiver A waiver by either Party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. III. Special Provisions A. Acceptance Acceptance of the Equipment shall be deemed to occur upon delivery of the keys to BUYER and BUYER’s removal of the Equipment from the SELLER’s property. B. Insurance SELLER shall maintain and provide proof of insurance coverage on the Equipment until such time SELLER delivers the Equipment to BUYER and 126 -5- removes the Equipment from SELLER’s property. SELLER’s program of self- insurance approved by BUYER shall satisfy the requirements of this Section. C. Ownership and Authority to Sell and Purchase 1. SELLER warrants that it owns the Equipment, free and clear of any encumbrances, and that it is authorized to sell Equipment to BUYER. 2. BUYER represents that it is authorized to purchase Equipment from SELLER. D. Removal, Transportation, and Operation 1. SELLER, at its sole expense, shall provide reasonable instructions and documentation pertaining to the maintenance and operation of the Equipment to BUYER at the time of delivery and prior to BUYER removing the Equipment from SELLER’s property. 2. BUYER, at its sole liability, risk and expense, shall be responsible for removing, loading, transporting, and operating the Equipment. E. Sale of Equipment SELLER hereby sells to BUYER and BUYER hereby purchases from SELLER the Equipment for the price set forth in Exhibit B. F. Title and Risk of Loss 1. Title to and risk of loss or damage to the Equipment purchased by BUYER will pass to BUYER upon delivery and removal of the Equipment from SELLER’s property. 2. BUYER assumes all risks and liability whatsoever resulting from the possession, use or disposition of the Equipment. SELLER will have no liability with respect to the Equipment sold to BUYER, including having no liability for indirect, incidental or consequential damages. IV. Representatives and Signatories A. Notices and Designated Representatives 1. Any and all notices, demands, invoices, and written communications between the Parties shall be addressed to the invidviduals set forth below who are primarily responsible for their respective party’s performance. 2. Such notices shall be deemed as received by addressee within two working days after deposit in the United States mail or an express mail carrier or by verifiable electronic means. SELLER BUYER City of Vernon City of Brea Fire Department Fire Department 4305 Santa Fe Avenue 1 Civic Center Circle Vernon, CA 90058 Brea CA 92821 Bruce K. English, Fire Chief Wolfgang Knabe, Fire Chief 323.583.8811 ext: 287 714.990.7646 Benglish@ci.vernon.ca.us WKnabe@ci.brea.ca.us 127 -6- [SIGNATURES ON FOLLOWING PAGE] 128 -7- IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first set forth above: SELLER Contractor Name: City of Vernon Corporation Type: a California charter City and California municipal corporation Printed Name: Carlos Fandino Title: City Administrator Signature: ATTEST Printed Name: Maria E. Ayala Title: City Clerk Signature: APPROVED AS TO FORM Printed Name: Zaynah Moussa Title: Senior Deputy City Attorney Signature: BUYER City of Brea Corporation Type: a California Municipal Corporation Printed Name: William Gallardo Title: City Manager Signature: ATTEST Printed Name: Lillian Harris-Neal Title: City Clerk Signature: 129 -8- Attachments (incorporated documents): Exhibit A – Equipment Exhibit B – Price Exhibit C – Letter of Intent to Purchase Exhibit D – Liability Release Agreement 130 -9- Exhibit A – Equipment FIRE DEPARTMENT TRUCK DESCRIPTION 1998 American LaFrance Tractor Drawn 100’ Aerial Truck Engine: Detroit Diesel Series 60 470 HP Transmission: Allison 4D 4060 5 Speed GVW: 46,000 Length: 54’ 6” Height 11’ 5” VIN #: 4Z36ESEB2WR948328 Warranty Equipment is sold “AS IS, WHERE IS, WITH ALL FAULTS”. SELLER MAKES NO REPRESENTATION OR WARRANTY, STATUTORY, EXPRESS OR IMPLIED WITH RESPECT TO THE USED EQUIPMENT INCLUDING MAKING NO WARRANTY THAT THE USED EQUIPMENT WILL BE MERCHANTABLE OR FIT FOR ANY PARTICULAR PURPOSE. THE ONLY WARRANTY OR REPRESENTATION MADE BY SELLER IS A WARRANTY THAT SELLER IS THE OWNER OF THE USED EQUIPMENT. End of Exhibit A 131 -10- Exhibit B – Price I. Purchase Price As full and complete consideration for the Equipment, BUYER shall pay the sum of Forty-nine Thousand, Nine Hundred, and Ninety-nine Dollars ($49,999) USD, not including any applicable taxes and or fees to SELLER. II. Taxes and Fees BUYER is responsible to pay all applicable sales taxes and fees associated with the acquisition of Equipment. III. Payment BUYER shall make payment of the full purchase price to SELLER on or before the BUYER takes possession of the Equipment. End of Exhibit B 132 -11- Exhibit C – Letter of Intent to Purchase 133 -12- 134 -13- Exhibit D – Liability Release Agreement City of Brea (“COB”), hereby voluntarily releases, discharges, waives, and relinquishes any and all liabilities, losses, claims or causes of action against the City of Vernon (“City”), and any of its elected officials, officers, agents, employees, or volunteers, including those for personal injury, property damage, or wrongful death arising, directly or indirectly, as a result of the purchase of one (1) 1998 American LaFrance Tractor Drawn Aerial (“Truck”), described in Exhibit A On behalf of its officers, owners, agents, and employees, COB agrees not to make any claim against, sue, attach the property of, or prosecute City or its elected officials, officers, agents, employees, or volunteers, for any liabilities, losses, claims or causes of action arising, directly or indirectly, as a result of COB’s acceptance, retention, use, ownership, sale, or transfer of the Truck. COB further acknowledges that City makes no guarantee or warranty for the Truck. The Truck is accepted in an “as is” condition. COB voluntarily accepts and expressly assumes all risks, dangers, and hazards that may arise from its acceptance, retention, use, ownership, sale, or transfer of the Truck. The undersigned hereby warrants that he/she is an authorized agent of COB, whose name appears below, and by his/her signature does hereby bind it to the terms, conditions, and limitations of this release document. City of Brea _____________________________ _____________ William Gallardo Date City Manager 1 Civic Center Circle Brea, CA 92821 135 City Council Agenda Item Report Agenda Item No. COV-263-2018 Submitted by: Danita Robertson Submitting Department: Police Department Meeting Date: September 4, 2018 SUBJECT Vernon Police Department Activity Log and Statistical Summary for the period of July 16 through July 31, 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 - 07/16/18 to 07/31/18 136 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 07/16/2018 07/31/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD 10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC 124 114 10-96H PICK UP THE JAIL PAPER WORK FROM HP JAIL 3 3 10-96M 10-96 MARY (MAIL DETAIL)4 4 140 SUPPLEMENTAL REPORT 3 2 20001R INJURY HIT AND RUN REPORT 2 1 20002R NON-INJURY HIT AND RUN REPORT 12 10 242 BATTERY 3 1 242R BATTERY REPORT 4 2 245R ASSAULT WITH A DEADLY WEAPON REPORT 1 1 261R RAPE REPORT 2 1 273.5R DOMESTIC VIOLENCE REPORT 4 1 415 DISTURBING THE PEACE 16 6 415R DISTURBING THE PEACE REPORT 3 1 417 BRANDISHING A WEAPON 4 1 422R TERRORIST THREATS REPORT 4 2 459A AUDIBLE BURGLARY ALARM 166 92 459R BURGLARY REPORT 16 10 459S SILENT BURGLARY ALARM 3 1 476R FRAUD REPORT 2 2 484 PETTY THEFT 8 2 484R PETTY THEFT REPORT 17 10 487R GRAND THEFT REPORT 4 3 586 PARKING PROBLEM 18 15 586E PARKING ENFORCEMENT 1 1 594 VANDALISM 3 1 594R VANDALISM REPORT 3 3 602 TRESPASS 16 9 647F DRUNK IN PUBLIC 3 1 901T INJURY TRAFFIC COLLISION 13 5 901TR INJURY TRAFFIC COLLISION REPORT 11 5 902T NON-INJURY TRAFFIC COLLISION 60 33 902TR NON-INJURY TRAFFIC COLLISION REPORT 5 1 909E TRAFFIC ENFORCEMENT 1 1 909T TRAFFIC HAZARD 10 7 911 911 MISUSE / HANGUP 2 1 911A CONTACT THE REPORTING PARTY 23 15 917A ABANDONED VEHICLE 5 2 920PR LOST PROPERTY REPORT 1 1 925 SUSPICIOUS CIRCUMSTANCES 45 16 A211 ATTEMPT ROBBERY 3 1 A459R ATTEMPT BURGLARY REPORT 1 1 AR LOG UPDATE THE AR LOG 1 1 ASTVFD ASSIST VERNON FIRE DEPARTMENT 18 12 BOVEH BROKEN DOWN VEHICLE 18 13 CITCK CITATION CHECK 4 4 CIVIL CIVIL MATTER 3 1 COP COP DETAIL 5 4 1Page of 208/07/201814:24:01 137 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 07/16/2018 07/31/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD DEMOSTRA DEMONSTRATION 6 5 DET DETECTIVE INVESTIGATION 28 16 DPTAST DEPARTMENTAL ASSIST 1 1 DUI DRIVING UNDER THE INFLUENCE 11 4 FILING OFFICER IS 10-6 REPORT WRITING 63 60 FOUND FOUND PROPERTY REPORT 1 1 FU FOLLOW UP 5 5 GTA GRAND THEFT AUTO 4 1 GTAR GRAND THEFT AUTO REPORT 5 3 HBC HAILED BY A CITIZEN 6 3 ILLDPG ILLEGAL DUMPING 1 1 KTP KEEP THE PEACE 3 1 LOCATE LOCATED VERNON STOLEN VEHICLE 1 1 LOJACK LOJACK HIT 6 6 MISPLOCATE LOCATED MISSING PERSON REPORT 1 1 MR60 MISC REPORT 3 2 PANIC ALARM PANIC ALARM/DURESS ALARM 3 1 PAPD PUBLIC ASSIST-POLICE 14 8 PATCK PATROL CHECK 85 58 PEDCK PEDESTRIAN CHECK 56 29 PRSTRAN PRISONER TRANSPORTED 12 10 REC RECOVERED STOLEN VEHICLE 9 4 RECKLESS DRVRECKLESS DRIVING (23103)2 1 REPO REPOSSESSION 2 2 ROADRAGE ROAD RAGE 1 1 RR RAIL ROAD PROBLEM 2 1 SRMET SRMET DETAIL 18 14 TRAFFIC STOP TRAFFIC STOP 189 154 VCK VEHICLE CHECK 88 74 VEH RELEASE VEHICLE RELEASE 4 4 VIDEOCHECK VIDEO EQUIPMENT CHECK (10-96 V)1 1 VMCVIO VERNON MUNICIPAL CODE VIOLATION 2 2 WARRANT WARRANT ARREST 7 5 WELCK WELFARE CHECK 18 9 Department: 1336 913 Overall: 1336 913 2Page of 208/07/201814:24:01 138 139 140 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 6 / 2 0 1 8 07 / 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 7 1 4 4 5 9 25 0 0 S A L A M E D A , V E R N O N 90 2 T 02 : 2 2 : 3 2 07 / 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 1 8 4 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *3 8 W 03:27:09 02 : 2 2 : 3 2 20 1 8 0 7 1 4 4 7 4 50 0 8 S B O Y L E A V , V E R N O N 42 2 R LI M E B I K E 08 : 0 0 : 2 6 07 / 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 1 8 5 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 08 : 0 2 : 5 0 0 8 : 0 3 : 0 1 08:04:24 VP D VE L E Z , M A R I S S A 38 W 08 : 0 4 : 1 6 08:38:22 08 : 1 0 : 5 8 20 1 8 0 7 1 4 4 7 5 BA N D I N I B L / / A T L A N T I C B L , V E R N O N 20 0 0 1 R T- M O B I L E ( 8 7 7 ) 6 5 3 - 7 9 1 1 08 : 0 4 : 3 3 07 / 1 6 / 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 8 6 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 *1 7 E 08 : 0 8 : 0 4 0 8 : 0 8 : 0 5 09:14:12 08 : 1 2 : 3 2 VP D CE R D A , P A U L , J R 41 09:14:12 08 : 1 8 : 2 5 20 1 8 0 7 1 4 4 8 2 43 0 5 S S A N T A F E A V , V E R N O N WA R R A N T 10 : 1 7 : 2 1 07 / 1 6 / 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 8 7 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 W 11:30:25 10 : 1 7 : 2 1 20 1 8 0 7 1 4 4 8 5 CI T Y W I D E / / M I L L E R , L O S A N G E L E S LO C A T E 10 : 5 4 : 3 7 07 / 1 6 / 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 11:39:59 11 : 0 4 : 0 2 20 1 8 0 7 1 4 4 9 1 43 0 0 E D I S T R I C T B L , V E R N O N 45 9 R CL A S S I C S L I P C O V E R S 12 : 1 1 : 1 9 07 / 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 1 8 9 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 12 : 1 2 : 3 1 1 2 : 1 2 : 3 2 14:03:15 12 : 2 3 : 0 3 VP D VE L E Z , M A R I S S A 38 W 12 : 3 5 : 1 5 12:49:05 12 : 4 9 : 0 2 20 1 8 0 7 1 4 4 9 2 1Page of 2 07 / 1 7 / 2 0 1 8 05 : 4 5 : 4 7 141 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 6 / 2 0 1 8 07 / 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 7 1 4 4 9 2 21 0 0 E 3 8 T H , V E R N O N 48 7 R CR L A U R E N C E 12 : 3 5 : 3 0 07 / 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 1 8 8 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 W 12 : 4 9 : 1 0 13:11:35 12 : 5 7 : 1 7 VP D ON O P A , D A N I E L XS 12:58:29 12 : 5 4 : 5 7 20 1 8 0 7 1 4 4 9 8 AL A M E D A / / W A S H I N G T O N , V E R N O N 41 7 AN O N Y M O U S R P 16 : 1 7 : 3 9 07 / 1 6 / 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 9 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 *1 7 E 18:22:50 16 : 2 5 : 0 6 VP D VE L E Z , M A R I S S A 38 W 17:44:11 16 : 2 5 : 0 7 VP D CE R D A , P A U L , J R 41 16:32:02 16 : 2 9 : 2 6 VP D ON O P A , D A N I E L XS 16:31:42 16 : 3 0 : 0 4 20 1 8 0 7 1 4 5 0 3 48 2 0 E 5 0 T H , V E R N O N 90 2 T MA H M U D R A H M A N 18 : 5 1 : 3 1 07 / 1 6 / 2 0 1 8 RP T NR D VP D *3 1 E 18 : 5 5 : 1 4 19:24:51 19 : 1 3 : 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 7 / 2 0 1 8 05 : 4 5 : 4 7 142 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 7 / 2 0 1 8 07 / 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 7 1 4 5 2 2 E 5 2 D / / S A N T A F E A V , V E R N O N VC K 02 : 1 4 : 4 5 07 / 1 7 / 2 0 1 8 RP T VS MK 7 2 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 9 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 E 03:05:05 02 : 1 4 : 4 5 20 1 8 0 7 1 4 5 4 5 32 5 7 E 2 6 T H , V E R N O N 48 4 R CO L O R S T O R Y 09 : 4 5 : 5 6 07 / 1 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 9 2 C A 0 1 9 7 3 0 0 VP D *4 1 E 09 : 4 9 : 3 9 0 9 : 4 9 : 3 9 10:04:45 VP D CE R D A , E U G E N I O 26 E 10:42:52 10 : 0 4 : 4 4 20 1 8 0 7 1 4 5 4 8 33 3 3 D O W N E Y R D , V E R N O N GT A R UP S 10 : 5 8 : 3 7 07 / 1 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 9 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 W 11 : 0 1 : 1 8 1 1 : 0 1 : 1 9 11:55:18 11 : 0 8 : 0 1 20 1 8 0 7 1 4 5 5 4 S S O T O / / 2 6 T H , V E R N O N PE D C K 12 : 1 7 : 1 1 07 / 1 7 / 2 0 1 8 10 1 5 RP T VP D CE R D A , E U G E N I O *2 6 E 13:03:42 12 : 1 7 : 1 1 VP D VA L E N Z U E L A , F E R N A N D O 25 W 12 : 1 7 : 4 9 12:34:24 12 : 2 5 : 2 6 VP D VE L E Z , M A R I S S A 38 W 12 : 1 7 : 5 1 12:33:29 12 : 2 1 : 1 6 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 1 8 / 2 0 1 8 05 : 0 9 : 2 1 143 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 8 / 2 0 1 8 07 / 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 7 1 4 5 9 1 E 3 7 T H / / A L A M E D A , V E R N O N 90 2 T JO H N 03 : 1 5 : 0 2 07 / 1 8 / 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 9 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 *4 1 03 : 1 6 : 4 3 05:06:20 03 : 2 2 : 1 7 VP D EN C I N A S , A N T H O N Y 31 W 03 : 2 3 : 2 5 06:20:12 03 : 3 2 : 2 0 VP D MA D R I G A L , M A R I A 38 E 05:06:13 03 : 4 2 : 5 2 20 1 8 0 7 1 4 5 9 6 FR U I T L A N D A V / / C U D A H Y , V E R N O N 90 1 T R LA S O E A S T L A 06 : 2 6 : 1 6 07 / 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 1 9 5 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 : 2 7 : 1 7 0 6 : 2 7 : 4 4 07:14:10 06 : 3 7 : 3 9 VP D 25 E 06 : 4 8 : 0 0 07:14:10 06 : 5 6 : 2 9 20 1 8 0 7 1 4 6 0 1 43 0 5 S S A N T A F E A V , V E R N O N WA R R A N T 09 : 1 9 : 2 4 07 / 1 8 / 2 0 1 8 10 1 5 VP D RA M O S , J O S E *5 D 3 5 10:55:28 09 : 1 9 : 2 4 VP D VE L E Z , M A R I S S A 38 W 10 : 0 6 : 3 8 10:30:41 10 : 1 0 : 4 1 20 1 8 0 7 1 4 6 0 5 BA N D I N I B L / / S O T O , V E R N O N 90 1 T R PA T R I C K R A M O S 09 : 5 6 : 4 1 07 / 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 1 9 6 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 09 : 5 7 : 4 2 0 9 : 5 7 : 4 5 10:47:44 10 : 0 1 : 5 9 VP D SW I N F O R D , P H I L L I P 26 E 10 : 0 2 : 3 3 10:47:44 20 1 8 0 7 1 4 6 1 3 43 3 0 E D I S T R I C T B L , V E R N O N 45 9 R CL A S S I C S L I P C O V E R S 11 : 3 2 : 2 9 07 / 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 1 9 7 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 11 : 4 2 : 0 5 12:22:20 11 : 4 8 : 3 1 20 1 8 0 7 1 4 6 1 4 28 3 3 L E O N I S B L , V E R N O N B / F 1 1 7 47 6 R G S Q U A R E 11 : 4 6 : 4 6 07 / 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 1 9 8 C A 0 1 9 7 3 0 0 1Page of 3 07 / 1 9 / 2 0 1 8 04 : 5 6 : 2 9 144 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 8 / 2 0 1 8 07 / 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 7 1 4 6 1 4 28 3 3 L E O N I S B L , V E R N O N B / F 1 1 7 47 6 R G S Q U A R E 11 : 4 6 : 4 6 07 / 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 1 9 8 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *3 8 W 11 : 4 8 : 0 4 1 1 : 4 8 : 2 2 12:40:07 11 : 4 8 : 3 4 20 1 8 0 7 1 4 6 1 5 43 8 3 E X C H A N G E A V , V E R N O N 90 1 T SF F I C O M P A N Y I N C 11 : 5 9 : 3 3 07 / 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 1 9 9 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 12 : 0 0 : 0 2 1 2 : 0 1 : 1 6 13:13:04 12 : 0 1 : 2 9 VP D CE R D A , E U G E N I O 25 E 13:13:04 12 : 0 1 : 4 0 VP D DO C H E R T Y , M I C H A E L 91 W 13:13:05 12 : 0 6 : 1 3 20 1 8 0 7 1 4 6 1 6 28 4 9 L E O N I S B L , V E R N O N 59 4 R AR T O F D E N I M 12 : 0 5 : 5 4 07 / 1 8 / 2 0 1 8 RP C B 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 2 0 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 E 12 : 2 2 : 3 3 13:10:45 12 : 2 5 : 4 6 20 1 8 0 7 1 4 6 2 1 60 2 3 A L C O A A V , V E R N O N 20 0 0 2 R VE S T I N C 14 : 1 7 : 4 9 07 / 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 2 0 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 E 14 : 1 8 : 3 8 1 4 : 1 9 : 1 6 14:48:21 14 : 2 7 : 4 3 VP D CE R D A , P A U L , J R 41 14 : 3 1 : 4 0 1 4 : 3 1 : 4 2 14:48:21 20 1 8 0 7 1 4 6 3 3 13 3 0 0 H A W T H O R N E A V B L , H A W T H O R N E MI S P L O C A T E CO L L E G E H O S P I T A L 16 : 5 5 : 2 2 07 / 1 8 / 2 0 1 8 RP T VP D GA Y T A N , L O R E N Z O *5 D 3 1 18:08:09 16 : 5 5 : 2 2 20 1 8 0 7 1 4 6 3 7 26 1 9 S S A N T A F E A V , V E R N O N 90 1 T UN K 17 : 3 7 : 0 1 07 / 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 2 0 2 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 : 3 7 : 5 8 1 7 : 3 8 : 3 9 18:09:32 17 : 4 1 : 0 6 VP D SW I N F O R D , P H I L L I P 26 E 17 : 3 8 : 4 9 18:09:32 17 : 4 3 : 1 1 2Page of 3 07 / 1 9 / 2 0 1 8 04 : 5 6 : 2 9 145 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 8 / 2 0 1 8 07 / 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 7 1 4 6 4 4 32 7 8 E S L A U S O N A V , V E R N O N A2 1 1 AM P M M I N I M A R K E T 22 : 4 2 : 0 7 07 / 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 2 0 3 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 22 : 4 3 : 0 7 23:27:48 22 : 4 8 : 3 7 VP D ZO Z A Y A , O S C A R 41 W 22 : 4 3 : 0 8 23:56:21 22 : 4 8 : 0 3 VP D MA R T I N E Z , G A B R I E L S7 23 : 4 0 : 3 5 23:36:3423:56:22 22 : 4 4 : 3 5 20 1 8 0 7 1 4 6 4 5 AL C O A A V / / S L A U S O N A V , V E R N O N MR 6 0 MA R C O B A R R E R A 23 : 2 1 : 4 5 07 / 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 2 0 4 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 23 : 2 7 : 5 0 00:31:10 23 : 4 1 : 1 5 * D e n o t e s P r i m a r y U n i t 3Page of 3 07 / 1 9 / 2 0 1 8 04 : 5 6 : 2 9 146 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 9 / 2 0 1 8 07 / 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 7 1 4 6 4 8 1 W M A N C H E S T E R B L V D , I N G L E W O O D WA R R A N T IN G L E W O O D P D 01 : 3 3 : 4 8 07 / 1 9 / 2 0 1 8 10 1 5 RP T VP D ZO Z A Y A , O S C A R *4 1 W 01 : 3 4 : 1 4 02:48:49 01 : 5 6 : 4 5 20 1 8 0 7 1 4 6 4 9 28 0 1 4 6 T H , V E R N O N 20 0 0 2 R LU I S F L O R E S 04 : 5 9 : 1 2 07 / 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 2 0 5 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 W 05 : 0 2 : 2 4 05:53:41 05 : 0 9 : 2 3 20 1 8 0 7 1 4 6 5 2 44 0 0 E D I S T R I C T B L , V E R N O N 48 7 R 06 : 0 8 : 0 2 07 / 1 9 / 2 0 1 8 RP T VP D SO U S A , R O B E R T O *C 2 06:19:11 06 : 1 9 : 0 1 20 1 8 0 7 1 4 6 7 2 HA M P T O N / / F R U I T L A N D A V , V E R N O N 20 0 0 2 R GR E G O R I O 09 : 1 4 : 5 1 07 / 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 2 0 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 W 09 : 1 9 : 1 1 0 9 : 1 9 : 4 3 09:21:05 VP D VA S Q U E Z , L U I S 38 E 09 : 2 0 : 4 8 10:19:35 09 : 2 3 : 0 8 20 1 8 0 7 1 4 6 9 5 SA N T A F E / / 1 1 T H S T , V E R N O N RE C 13 : 0 6 : 3 6 07 / 1 9 / 2 0 1 8 RP T 10 1 5 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 2 0 7 C A 0 1 9 7 3 0 0 VP D CH A V E Z , J E R R Y , J R *S 2 13:49:30 13 : 0 6 : 3 6 VP D SW I N F O R D , P H I L L I P 26 W 15 : 5 4 : 3 4 1 3 : 0 6 : 3 9 17:10:56 13 : 0 8 : 3 4 VP D VA S Q U E Z , L U I S 38 E 13 : 0 9 : 3 9 13:40:32 13 : 1 4 : 3 8 VP D CE R D A , E U G E N I O 41 W 14 : 2 2 : 4 3 1 4 : 2 2 : 4 7 14:37:15 14 : 2 9 : 3 8 VP D DO C H E R T Y , M I C H A E L 91 18:34:47 13 : 0 7 : 1 2 20 1 8 0 7 1 4 7 0 6 13 2 0 L E M O N S T , L O S A N G E L E S LO C A T E CH P - B O R D E R D I V I S I O N 15 : 1 4 : 5 6 07 / 1 9 / 2 0 1 8 VR E C RP T 1Page of 2 07 / 2 0 / 2 0 1 8 00 : 1 5 : 3 8 147 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 9 / 2 0 1 8 07 / 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 7 1 4 7 0 6 13 2 0 L E M O N S T , L O S A N G E L E S LO C A T E CH P - B O R D E R D I V I S I O N 15 : 1 4 : 5 6 07 / 1 9 / 2 0 1 8 VR E C RP T 20 1 8 0 7 1 4 7 1 2 45 7 5 E D I S T R I C T B L , V E R N O N 90 1 T MA R C E L A 17 : 0 9 : 0 5 07 / 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 2 0 8 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 8 E 17 : 0 9 : 5 8 1 7 : 1 3 : 2 6 18:15:10 17 : 3 8 : 5 9 17 : 1 3 : 2 7 VP D SW I N F O R D , P H I L L I P 26 W 17 : 1 1 : 2 9 17:39:30 20 1 8 0 7 1 4 7 2 0 23 8 0 E 5 7 T H , V E R N O N 20 0 0 2 R RD M W A R E H O U S E 19 : 1 1 : 4 2 07 / 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 2 0 9 C A 0 1 9 7 3 0 0 VP D *4 1 W 19 : 1 3 : 3 7 1 9 : 1 3 : 3 8 19:43:46 19 : 2 2 : 1 8 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 0 / 2 0 1 8 00 : 1 5 : 3 8 148 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 / 2 0 / 2 0 1 8 07 / 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 7 1 4 7 3 3 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 90 1 T T- M O B I L E ( 8 7 7 ) 6 5 3 - 7 9 1 1 02 : 3 7 : 0 3 07 / 2 0 / 2 0 1 8 RP T 4 1 W 10 1 5 2 5 E VI 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 2 1 0 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 *2 5 E 02 : 3 7 : 3 8 0 2 : 3 8 : 2 9 05:03:31 02 : 4 2 : 4 7 VP D HE R R E R A , G U S T A V O 31 02 : 3 7 : 4 0 0 2 : 3 8 : 3 0 04:31:27 02 : 4 5 : 4 4 VP D ZO Z A Y A , O S C A R 41 W 02 : 4 6 : 2 8 04:31:29 02 : 5 4 : 3 5 VP D MA R T I N E Z , G A B R I E L S7 04:09:04 02 : 4 2 : 2 6 20 1 8 0 7 1 4 7 3 6 48 8 9 L O M A V I S T A A V , V E R N O N RE P O DA V E - C O A S T L I N E R E C O V E R Y 05 : 1 9 : 1 5 07 / 2 0 / 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 2 1 1 C A 0 1 9 7 3 0 0 VP D *X S 1 05:24:01 05 : 2 1 : 5 1 20 1 8 0 7 1 4 7 4 0 23 0 5 E 5 2 D , V E R N O N GT A R RE D R H I N O 06 : 3 3 : 1 4 07 / 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 2 1 2 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 W 06 : 3 4 : 4 0 06:36:37 VP D DO C H E R T Y , M I C H A E L 91 06 : 3 6 : 3 5 07:41:13 06 : 4 6 : 4 4 20 1 8 0 7 1 4 7 4 2 S S A N T A F E A V / / 4 9 T H , V E R N O N 90 2 T CA R O L A C O S T A 07 : 3 8 : 5 1 07 / 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 2 1 3 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 *2 6 W 07 : 4 0 : 2 4 0 7 : 4 0 : 2 4 08:14:47 07 : 4 0 : 2 5 VP D DO C H E R T Y , M I C H A E L 91 07:59:03 07 : 4 5 : 0 9 20 1 8 0 7 1 4 7 4 7 33 0 8 B A N D I N I B L , V E R N O N 48 4 R SP E E D Y F U E L 09 : 3 7 : 3 6 07 / 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 2 1 4 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 8 E 09 : 3 9 : 5 1 0 9 : 4 1 : 2 7 10:42:24 09 : 4 8 : 2 7 20 1 8 0 7 1 4 7 7 1 1Page of 2 07 / 2 1 / 2 0 1 8 06 : 2 3 : 0 9 149 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 / 2 0 / 2 0 1 8 07 / 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 7 1 4 7 7 1 E 2 7 T H / / A L A M E D A , V E R N O N 90 2 T GE N E J E N K I N S 20 : 5 4 : 4 2 07 / 2 0 / 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 2 1 6 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 20 : 5 7 : 2 0 23:42:56 21 : 0 4 : 5 8 VP D HE R N A N D E Z , M I G U E L , J R 17 W 20 : 5 8 : 3 7 21:33:05 21 : 0 3 : 0 1 VP D CA M , P A T R I C K 20 E 20 : 5 9 : 2 0 23:20:07 21 : 0 2 : 1 5 20 1 8 0 7 1 4 7 7 4 30 3 6 B A N D I N I B L , V E R N O N 90 2 T CH A N T E L 21 : 1 5 : 5 1 07 / 2 0 / 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 2 1 5 C A 0 1 9 7 3 0 0 VP D ES T R A D A , I G N A C I O *S 5 21 : 1 9 : 3 8 21:57:24 21 : 2 2 : 4 6 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 21:31:18 21 : 2 3 : 0 8 20 1 8 0 7 1 4 7 7 6 23 0 5 E 5 2 D , V E R N O N S / A B RE C RE D R H I N O 21 : 3 6 : 0 1 07 / 2 0 / 2 0 1 8 VR E C VP D HE R N A N D E Z , M I G U E L , J R *1 7 W 21 : 3 8 : 3 5 22:24:37 21 : 4 2 : 2 9 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 22:08:38 21 : 4 6 : 5 4 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 1 / 2 0 1 8 06 : 2 3 : 0 9 150 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 / 2 1 / 2 0 1 8 07 / 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 7 1 4 7 9 7 37 7 0 E W A S H I N G T O N B L , V E R N O N DU I LA P D 02 : 5 4 : 2 7 07 / 2 1 / 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 2 1 7 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 E 02 : 5 7 : 4 9 0 2 : 5 8 : 1 7 02:58:54 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 02 : 5 8 : 5 8 04:57:44 03 : 0 2 : 1 3 20 1 8 0 7 1 4 8 0 5 49 0 9 A L C O A A V , V E R N O N GT A CO R P O R A T E G R A P H I C S 10 : 0 0 : 4 8 07 / 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 2 1 8 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *2 6 E 10 : 0 2 : 0 1 1 0 : 0 7 : 5 3 11:49:37 10 : 1 2 : 1 8 VP D VI L L E G A S , R I C H A R D 31 W 10 : 1 7 : 4 1 11:49:37 10 : 4 4 : 5 7 VP D VA S Q U E Z , L U I S 38 10 : 0 7 : 5 2 11:09:00 10 : 1 2 : 1 5 VP D SA N T O S , D A N I E L S3 11:01:31 10 : 0 9 : 0 1 20 1 8 0 7 1 4 8 2 2 25 7 5 S S A N T A F E A V , V E R N O N 45 9 R 21 : 0 7 : 2 4 07 / 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 2 1 9 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 *2 5 W 21 : 0 9 : 0 8 21:50:20 21 : 1 5 : 1 4 VP D LU C A S , J A S O N 26 21:50:20 21 : 1 4 : 4 8 20 1 8 0 7 1 4 8 2 5 E V E R N O N A V / / A L A M E D A , V E R N O N 90 2 T JO S E 23 : 1 5 : 3 1 07 / 2 1 / 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 2 2 0 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 *2 5 W 23 : 1 7 : 3 9 02:14:27 23 : 2 0 : 2 0 VP D CA M , P A T R I C K 20 E 23 : 2 2 : 2 7 01:36:07 23 : 2 6 : 0 2 VP D LU C A S , J A S O N 26 23 : 1 7 : 4 0 23:53:17 23 : 1 8 : 2 7 VP D CH A V E Z , J E R R Y , J R S2 23:51:31 23 : 2 0 : 1 2 20 1 8 0 7 1 4 8 2 7 S S A N T A F E A V / / 5 4 T H , V E R N O N TR A F F I C S T O P 23 : 5 2 : 2 6 07 / 2 1 / 2 0 1 8 CI T E 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 2 2 1 C A 0 1 9 7 3 0 0 1Page of 2 07 / 2 2 / 2 0 1 8 05 : 1 6 : 3 8 151 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 / 2 1 / 2 0 1 8 07 / 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 7 1 4 8 2 7 S S A N T A F E A V / / 5 4 T H , V E R N O N TR A F F I C S T O P 23 : 5 2 : 2 6 07 / 2 1 / 2 0 1 8 CI T E 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 2 2 1 C A 0 1 9 7 3 0 0 VP D CH A V E Z , J E R R Y , J R *S 2 00:32:57 23 : 5 2 : 2 6 VP D LU C A S , J A S O N 26 00:16:07 23 : 5 3 : 1 7 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 2 / 2 0 1 8 05 : 1 6 : 3 8 152 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 : 07 / 2 2 / 2 0 1 8 07 / 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 7 1 4 8 5 7 33 1 1 E S L A U S O N A V , V E R N O N VC K 11 : 3 2 : 2 9 07 / 2 2 / 2 0 1 8 SO W 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 2 2 2 C A 0 1 9 7 3 0 0 VP D NE W T O N , T O D D *2 6 E 12:24:39 11 : 3 2 : 2 9 VP D VE L E Z , M A R I S S A 25 W 11:59:40 11 : 3 9 : 5 6 VP D ON O P A , D A N I E L 31 11 : 3 2 : 3 3 1 1 : 3 2 : 3 4 11:42:14 11 : 3 3 : 4 9 20 1 8 0 7 1 4 8 6 3 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 90 2 T PA S S E R B Y 12 : 5 4 : 4 0 07 / 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 2 2 3 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 5 W 12 : 5 7 : 0 1 1 2 : 5 7 : 0 2 12:57:48 VP D NE W T O N , T O D D 26 E 12 : 5 7 : 4 5 1 2 : 5 7 : 4 5 13:56:50 13 : 0 4 : 4 4 20 1 8 0 7 1 4 8 6 9 S A L A M E D A / / 2 5 T H , V E R N O N 90 1 T LA P D T R A N S F E R 14 : 0 5 : 5 7 07 / 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 2 2 4 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 1 14 : 0 8 : 1 7 1 4 : 0 8 : 1 7 14:49:38 14 : 1 0 : 5 6 VP D VE L E Z , M A R I S S A 25 W 14 : 1 5 : 4 4 14:35:08 14 : 2 1 : 0 2 VP D NE W T O N , T O D D 26 E 14 : 1 5 : 4 2 14:49:38 14 : 2 7 : 3 0 20 1 8 0 7 1 4 8 8 7 E 5 2 D / / S A N T A F E A V , V E R N O N VC K 22 : 2 0 : 4 3 07 / 2 2 / 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 2 2 5 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *4 1 W 22:54:15 22 : 2 0 : 4 3 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 2 3 / 2 0 1 8 05 : 1 4 : 2 7 153 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 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 / 2 3 / 2 0 1 8 07 / 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 7 1 4 8 9 9 24 0 0 E 5 2 D , V E R N O N RE C 05 : 5 8 : 4 5 07 / 2 3 / 2 0 1 8 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 2 2 6 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *4 1 W 06:31:41 05 : 5 8 : 4 5 20 1 8 0 7 1 4 9 1 1 47 7 0 E 5 0 T H , V E R N O N 45 9 R SA L T A N D P E P P E R 07 : 2 8 : 0 8 07 / 2 3 / 2 0 1 8 RP C B 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 2 2 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 5 E 07 : 2 9 : 1 7 0 7 : 2 9 : 1 8 12:39:15 07 : 3 0 : 4 6 20 1 8 0 7 1 4 9 2 5 58 9 9 D O W N E Y R D , V E R N O N PE D C K 09 : 1 2 : 5 0 07 / 2 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 2 2 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 5 E 11:10:42 09 : 1 2 : 5 0 VP D VE L E Z , M A R I S S A 17 W 09 : 2 3 : 4 3 0 9 : 1 8 : 0 0 09:42:14 09 : 2 4 : 4 3 VP D ON O P A , D A N I E L 26 09 : 1 3 : 1 8 09:23:43 20 1 8 0 7 1 4 9 2 7 32 5 7 E 2 6 T H , V E R N O N 48 4 R M T E X T I L E 09 : 2 1 : 0 8 07 / 2 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 2 2 9 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *2 6 09 : 4 2 : 1 2 10:32:15 09 : 4 9 : 5 6 20 1 8 0 7 1 4 9 3 0 51 0 7 S D I S T R I C T B L , V E R N O N 48 4 R 09 : 5 1 : 5 3 07 / 2 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 2 3 0 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *2 6 10 : 3 2 : 2 0 1 0 : 3 2 : 3 7 10:58:15 10 : 4 0 : 3 3 20 1 8 0 7 1 4 9 3 1 29 3 8 E 5 4 T H , V E R N O N 48 4 R YS I N D U S T R I E S 09 : 5 6 : 0 1 07 / 2 3 / 2 0 1 8 AS S 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 2 3 1 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *1 7 W 10 : 2 4 : 5 9 10:42:43 10 : 2 9 : 2 6 VP D VE L E Z , M A R I S S A 20 W 14 : 4 8 : 3 2 14:51:24 VP D VA L E N Z U E L A , F E R N A N D O 25 E 14 : 4 7 : 1 0 1 4 : 4 7 : 3 6 14:48:5415:48:07 14 : 5 4 : 5 0 1Page of 2 07 / 2 4 / 2 0 1 8 04 : 5 3 : 4 1 154 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 : 07 / 2 3 / 2 0 1 8 07 / 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 7 1 4 9 4 8 S S O T O / / 3 7 T H , V E R N O N 20 0 0 2 R JA S O N 12 : 5 5 : 5 7 07 / 2 3 / 2 0 1 8 RP T 20 1 8 0 7 1 4 9 7 1 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 HA Z E L 17 : 3 7 : 0 9 07 / 2 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 CR 2 0 1 8 1 2 3 2 CA0197300 VP D VE L E Z , M A R I S S A *2 0 W 17 : 4 1 : 3 5 18:01:20 17 : 4 3 : 2 1 20 1 8 0 7 1 4 9 7 7 13 2 N D / / B U D L O N G , G A R D E N A RE C GA R D E N A P D 19 : 1 6 : 4 0 07 / 2 3 / 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 20:50:34 19 : 1 7 : 2 5 20 1 8 0 7 1 4 9 8 5 HO L M E S / / G A G E , H U N T I N G T O N P A R K WA R R A N T HP P D 21 : 3 1 : 1 5 07 / 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 2 3 3 CA0197300 VP D DO C H E R T Y , M I C H A E L *9 1 21 : 3 1 : 3 6 21:39:01 VP D DO C H E R T Y , M I C H A E L 25 21 : 4 3 : 3 6 22:47:08 21 : 5 0 : 4 4 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 4 / 2 0 1 8 04 : 5 3 : 4 1 155 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 : 07 / 2 4 / 2 0 1 8 07 / 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 7 1 5 0 2 1 55 2 4 A L C O A A V , V E R N O N PA T C K 08 : 0 8 : 3 2 07 / 2 4 / 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 2 3 4 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 08:54:21 08 : 0 8 : 3 2 VP D CE R D A , P A U L , J R 31 W 08 : 1 8 : 3 3 0 8 : 1 8 : 3 7 08:29:38 08 : 1 9 : 1 8 VP D CE R D A , E U G E N I O 41 E 08 : 1 8 : 3 1 0 8 : 1 8 : 3 5 08:35:23 08 : 2 0 : 2 1 VP D VE L E Z , M A R I S S A 91 E 08:35:00 08 : 0 8 : 3 7 VP D NE W T O N , T O D D M1 08:28:08 08 : 2 0 : 2 0 20 1 8 0 7 1 5 0 5 9 38 5 1 S S A N T A F E A V , V E R N O N RE P O UN K 14 : 1 9 : 3 6 07 / 2 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 2 3 5 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 14:33:44 14 : 2 1 : 2 4 20 1 8 0 7 1 5 0 6 2 CO R O N A A V / / F R U I T L A N D A V , V E R N O N VC K 16 : 3 1 : 5 4 07 / 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 C R 2 0 1 8 1 2 3 6 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 E 17:21:50 16 : 3 1 : 5 4 20 1 8 0 7 1 5 0 6 4 33 3 3 D O W N E Y R D , V E R N O N FO U N D 16 : 5 8 : 4 1 07 / 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 C R 2 0 1 8 1 2 3 7 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *9 1 E 16 : 5 9 : 5 6 17:38:54 17 : 0 4 : 1 2 20 1 8 0 7 1 5 0 6 6 18 0 0 1 6 T H S T , V E R N O N LO C A T E US T O W 17 : 5 5 : 0 4 07 / 2 4 / 2 0 1 8 VR E C 20 1 8 0 7 1 5 0 6 7 45 0 5 B A N D I N I B L , V E R N O N 27 3 . 5 R CL A S S I C C O N C E P T S 17 : 5 9 : 4 6 07 / 2 4 / 2 0 1 8 NC E 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 2 3 8 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 E 18 : 0 2 : 1 3 1 8 : 0 3 : 3 9 19:30:10 18 : 1 4 : 2 2 VP D 31 E 20:32:51 19 : 3 5 : 1 2 1Page of 2 07 / 2 5 / 2 0 1 8 04 : 5 6 : 2 8 156 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 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 / 2 4 / 2 0 1 8 07 / 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 7 1 5 0 6 7 45 0 5 B A N D I N I B L , V E R N O N 27 3 . 5 R CL A S S I C C O N C E P T S 17 : 5 9 : 4 6 07 / 2 4 / 2 0 1 8 NC E 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 2 3 8 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R 31 W 18 : 0 2 : 1 5 1 8 : 0 3 : 3 7 18:42:21 18 : 1 0 : 1 5 VP D EN C I N A S , A N T H O N Y 41 W 20:32:51 20 : 0 6 : 3 9 20 1 8 0 7 1 5 0 7 6 20 5 1 E 5 5 T H , V E R N O N 48 4 R LA F A Y E T T E T E X T I L E S 23 : 0 2 : 3 4 07 / 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 C R 2 0 1 8 1 2 3 9 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 6 23 : 0 7 : 4 9 23:44:45 23 : 0 9 : 5 0 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 5 / 2 0 1 8 04 : 5 6 : 2 8 157 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 : 07 / 2 5 / 2 0 1 8 07 / 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 7 1 5 0 8 4 76 0 0 B R O A D W A Y , V E R N O N WA R R A N T LA P D - 7 7 T H 01 : 3 1 : 1 5 07 / 2 5 / 2 0 1 8 10 1 5 VP D VA S Q U E Z , L U I S *2 6 01 : 3 5 : 2 0 02:35:08 01 : 5 0 : 4 1 20 1 8 0 7 1 5 1 0 9 43 9 8 A Y E R S A V , V E R N O N 41 5 J A N D A I M P O R T S 11 : 3 2 : 5 4 07 / 2 5 / 2 0 1 8 LA P D 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 2 4 1 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 E 11 : 3 4 : 0 9 1 1 : 3 4 : 4 5 13:00:02 12 : 0 7 : 4 4 VP D OU R I Q U E , C A R L O S 26 W 11 : 4 2 : 1 0 12:28:30 11 : 4 7 : 1 3 VP D CE R D A , P A U L , J R 31 11 : 3 4 : 1 1 1 1 : 3 4 : 4 8 12:31:34 11 : 4 2 : 0 1 VP D HE R R E R A , G U S T A V O S7 13:12:34 13 : 0 0 : 1 0 20 1 8 0 7 1 5 1 1 0 WA S H I N G T O N / / S O T O , V E R N O N 90 9 T 11 : 3 9 : 1 0 07 / 2 5 / 2 0 1 8 RP T AS S 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 2 4 0 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 E 12:07:20 11 : 3 9 : 1 3 20 1 8 0 7 1 5 1 2 5 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 18 : 2 4 : 0 6 07 / 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 2 4 2 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *2 6 W 18 : 2 7 : 5 6 18:34:38 VP D CE R D A , E U G E N I O 41 E 18 : 2 9 : 2 7 19:13:30 18 : 3 4 : 3 5 20 1 8 0 7 1 5 1 3 2 25 0 1 E 2 7 T H , V E R N O N 92 5 K A N D M F O O D S E R V I C E 20 : 5 9 : 5 5 07 / 2 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 2 4 3 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 5 E 21 : 0 2 : 4 0 22:08:33 21 : 0 7 : 4 6 VP D RE Y N A , J O S E S 26 W 22:25:29 21 : 4 8 : 1 8 VP D MA D R I G A L , M A R I A 41 W 21 : 1 1 : 5 3 22:39:19 21 : 1 4 : 5 3 VP D PE R E Z , N I C K L2 22:25:35 22 : 0 1 : 4 0 VP D RO D R I G U E Z , F E R N A N D O S1 21 : 1 2 : 0 2 22:08:09 21 : 1 2 : 1 4 VP D MA R T I N E Z , G A B R I E L S6 21 : 1 2 : 0 4 22:08:07 21 : 1 2 : 1 2 20 1 8 0 7 1 5 1 3 5 1Page of 2 07 / 2 6 / 2 0 1 8 04 : 4 9 : 4 8 158 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 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 / 2 5 / 2 0 1 8 07 / 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 7 1 5 1 3 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 90 2 T R SP R I N T 8 6 6 - 3 9 8 - 3 2 8 4 22 : 2 0 : 3 3 07 / 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 2 4 4 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 5 E 22 : 2 1 : 2 5 00:34:27 22 : 2 4 : 1 3 VP D RE Y N A , J O S E S 26 W 22 : 2 5 : 3 1 23:25:01 22 : 3 6 : 5 2 VP D MA D R I G A L , M A R I A 41 W 22 : 3 9 : 2 4 23:51:07 22 : 4 2 : 3 3 VP D RO D R I G U E Z , F E R N A N D O S1 22 : 2 3 : 3 6 00:34:27 22 : 2 4 : 1 8 VP D MA R T I N E Z , G A B R I E L S6 22 : 2 3 : 3 8 00:34:27 22 : 2 4 : 1 6 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 6 / 2 0 1 8 04 : 4 9 : 4 8 159 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 : 07 / 2 6 / 2 0 1 8 07 / 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 7 1 5 1 4 1 28 2 8 S A L A M E D A , V E R N O N PA T C K 01 : 4 6 : 2 2 07 / 2 6 / 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 2 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 03:02:50 01 : 4 6 : 2 2 VP D VA L E N Z U E L A , F E R N A N D O 25 E 02 : 0 0 : 0 8 02:22:41 02 : 0 3 : 1 5 20 1 8 0 7 1 5 1 4 2 26 1 0 E 3 7 T H , V E R N O N VC K 01 : 4 7 : 5 7 07 / 2 6 / 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 2 4 5 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 E 02:16:09 01 : 4 7 : 5 7 VP D VA L E N Z U E L A , F E R N A N D O 25 E 01 : 5 9 : 2 9 02:00:05 20 1 8 0 7 1 5 1 4 6 53 0 0 S B O Y L E A V , V E R N O N A4 5 9 R RP L A N E T E A R T H 05 : 0 1 : 1 6 07 / 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 C R 2 0 1 8 1 2 4 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 5 E 05 : 0 4 : 2 8 06:27:40 05 : 1 3 : 0 0 20 1 8 0 7 1 5 1 4 9 23 2 5 E 3 8 T H , V E R N O N 90 1 T SW E E T N E R P R O D U C T S 06 : 2 8 : 3 5 07 / 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 C R 2 0 1 8 1 2 4 8 C A 0 1 9 7 3 0 0 VP D MA D R I G A L , M A R I A *4 1 W 06 : 3 0 : 0 1 0 6 : 3 0 : 1 3 07:08:16 06 : 3 6 : 5 5 VP D RE Y N A , J O S E S 26 W 06 : 3 1 : 5 0 07:08:15 06 : 3 7 : 1 8 20 1 8 0 7 1 5 1 5 1 29 0 9 L E O N I S B L , V E R N O N 45 9 R LT E L E C T R I C A L C O N S T R U C T I O N 07 : 1 9 : 3 9 07 / 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 C R 2 0 1 8 1 2 4 9 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 5 E 07 : 2 2 : 4 5 0 7 : 2 2 : 4 7 08:19:04 07 : 2 4 : 3 7 VP D CE R D A , E U G E N I O 26 07:44:55 07 : 3 7 : 1 8 20 1 8 0 7 1 5 1 5 3 37 3 7 S S O T O , V E R N O N 90 2 T MI C H A E L S T E P H A N S 08 : 2 2 : 0 6 07 / 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 C R 2 0 1 8 1 2 5 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 08 : 2 4 : 0 7 0 8 : 2 4 : 3 0 09:22:20 08 : 3 3 : 5 7 1Page of 2 07 / 2 7 / 2 0 1 8 00 : 3 9 : 0 5 160 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 : 07 / 2 6 / 2 0 1 8 07 / 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 7 1 5 1 5 5 MA Y W O O D A V / / C H A R T E R , V E R N O N 90 2 T GE R A R D O R A M I R E Z 09 : 0 2 : 3 9 07 / 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 2 5 1 CA0197300 VP D VA S Q U E Z , L U I S *2 5 E 09 : 0 3 : 5 1 09:31:27 09 : 0 5 : 3 2 VP D CE R D A , E U G E N I O 26 09:31:28 09 : 0 9 : 4 0 20 1 8 0 7 1 5 1 5 9 53 0 0 S B O Y L E A V , V E R N O N 14 0 RP L A N E T E A R T H 10 : 0 6 : 5 1 07 / 2 6 / 2 0 1 8 SU P VP D VA S Q U E Z , L U I S *2 5 E 10 : 3 8 : 4 9 1 0 : 3 8 : 5 0 11:15:11 10 : 4 8 : 5 0 20 1 8 0 7 1 5 1 6 1 23 5 7 E 4 9 T H , V E R N O N 24 5 R JU A N M O R A 10 : 4 8 : 0 5 07 / 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 2 5 3 CA0197300 VP D CE R D A , E U G E N I O *2 6 13:12:04 11 : 5 8 : 2 1 20 1 8 0 7 1 5 1 6 4 21 1 9 E 2 5 T H , V E R N O N 90 2 T US T O W R I C K 11 : 2 7 : 1 7 07 / 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 2 5 2 CA0197300 VP D DO C H E R T Y , M I C H A E L *9 1 W 11 : 2 9 : 1 2 1 1 : 2 9 : 1 8 12:18:1811:29:19 11 : 3 3 : 1 9 VP D VA S Q U E Z , L U I S 25 E 11 : 3 1 : 1 5 11:50:07 11 : 3 3 : 1 7 20 1 8 0 7 1 5 1 8 0 FR U I T L A N D A V / / G I F F O R D A V , V E R N O N MR 6 0 JU A N O R T I Z 18 : 5 4 : 1 8 07 / 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 2 5 4 CA0197300 VP D EN C I N A S , A N T H O N Y *3 1 E 18 : 5 5 : 1 8 1 8 : 5 5 : 5 6 20:00:45 19 : 0 2 : 3 1 VP D ZO Z A Y A , O S C A R 41 18 : 5 5 : 2 0 1 8 : 5 5 : 5 7 19:37:29 19 : 0 3 : 3 0 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 2 7 / 2 0 1 8 00 : 3 9 : 0 5 161 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 : 07 / 2 7 / 2 0 1 8 07 / 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 7 1 5 2 1 8 22 2 1 E 5 5 T H , V E R N O N 45 9 R 09 : 3 3 : 1 1 07 / 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 2 5 5 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 6 W 10:06:25 09 : 3 3 : 1 1 20 1 8 0 7 1 5 2 2 1 S A L A M E D A / / V E R N O N A V , V E R N O N PE D C K 10 : 0 7 : 4 8 07 / 2 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 2 5 6 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 *2 5 W 10:13:33 10 : 0 7 : 5 0 VP D RE Y N A , J O S E S 26 W 11:10:34 10 : 1 3 : 2 0 VP D VA S Q U E Z , L U I S 32 E 10 : 0 9 : 1 5 10:44:39 10 : 1 0 : 2 0 VP D DO C H E R T Y , M I C H A E L 91 10 : 0 8 : 3 3 1 0 : 0 8 : 5 0 10:44:54 20 1 8 0 7 1 5 2 3 3 48 0 0 E 2 6 T H , V E R N O N 90 2 T HO O V E R T R A D I N G 15 : 3 6 : 5 2 07 / 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 2 5 7 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 2 E 15 : 4 7 : 4 3 1 5 : 4 7 : 4 5 16:15:11 15 : 5 9 : 1 8 VP D DO C H E R T Y , M I C H A E L 91 16:17:12 15 : 5 2 : 4 3 20 1 8 0 7 1 5 2 3 6 37 0 S A V E 5 2 D , L O S A N G E L E S LO C A T E LA P D - H O L L E N B E C K 16 : 1 0 : 0 7 07 / 2 7 / 2 0 1 8 VR E C * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 3 0 / 2 0 1 8 12 : 3 8 : 0 0 162 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 : 07 / 2 8 / 2 0 1 8 07 / 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 7 1 5 2 8 5 43 0 5 S S A N T A F E A V , V E R N O N 48 7 R VE R N O N P O L I C E D E P A R T M E N T 15 : 4 9 : 3 3 07 / 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 2 5 8 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 1 E 16:35:48 15 : 4 9 : 5 8 20 1 8 0 7 1 5 3 0 2 AL C O A A V / / 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 23 : 2 4 : 3 0 07 / 2 8 / 2 0 1 8 VI 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 2 5 9 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O *3 2 00:01:27 23 : 2 4 : 3 0 VP D NE W T O N , T O D D 25 E 23 : 2 4 : 3 6 00:01:27 23 : 3 3 : 2 7 VP D ES T R A D A , I G N A C I O S4 00:01:27 23 : 2 5 : 2 3 * D e n o t e s P r i m a r y U n i t 1Page of 1 07 / 2 9 / 2 0 1 8 05 : 5 4 : 0 7 163 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 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 / 2 9 / 2 0 1 8 07 / 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 7 1 5 3 0 5 33 1 1 E S L A U S O N A V , V E R N O N PE D C K 00 : 0 9 : 3 2 07 / 2 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 C R 2 0 1 8 1 2 6 0 C A 0 1 9 7 3 0 0 VP D ES T R A D A , I G N A C I O *S 4 01:15:05 00 : 0 9 : 3 2 VP D CA M , P A T R I C K 20 W 02:26:28 00 : 3 8 : 4 3 VP D NE W T O N , T O D D 25 E 01:40:39 00 : 0 9 : 3 5 VP D HE R R E R A , G U S T A V O 32 01:15:14 00 : 0 9 : 3 7 20 1 8 0 7 1 5 3 1 2 E V E R N O N A V / / S A N T A F E A V , V E R N O N BO V E H 02 : 4 8 : 2 0 07 / 2 9 / 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 C R 2 0 1 8 1 2 6 1 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 0 W 04:41:04 02 : 4 8 : 2 5 VP D HE R R E R A , G U S T A V O 32 04:14:15 02 : 4 9 : 0 9 VP D ES T R A D A , I G N A C I O S4 04:14:17 03 : 2 4 : 4 6 20 1 8 0 7 1 5 3 2 5 28 3 8 S A L A M E D A , V E R N O N 48 4 R JC P R O D U C E 10 : 4 6 : 2 8 07 / 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 C R 2 0 1 8 1 2 6 3 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 10 : 4 7 : 5 0 1 0 : 4 7 : 5 1 10:48:33 VP D VA L E N Z U E L A , F E R N A N D O 31 W 10 : 4 8 : 3 1 12:12:48 10 : 5 6 : 1 5 20 1 8 0 7 1 5 3 2 6 28 0 0 S S O T O , V E R N O N 90 2 T VE R N O N F I R E S T A T I O N # 7 8 10 : 5 1 : 2 1 07 / 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 C R 2 0 1 8 1 2 6 2 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 5 E 10 : 5 3 : 2 1 1 0 : 5 3 : 2 2 11:27:32 10 : 5 5 : 3 0 VP D ON O P A , D A N I E L 32 10 : 5 8 : 1 8 1 0 : 5 8 : 1 9 11:26:00 11 : 0 0 : 2 8 VP D SA N T O S , D A N I E L S3 11:26:02 11 : 0 1 : 0 6 20 1 8 0 7 1 5 3 2 7 32 5 7 E 2 6 T H , V E R N O N 45 9 R M T E X T I L E 11 : 0 2 : 4 9 07 / 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 C R 2 0 1 8 1 2 6 4 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 7 : 0 1 1 1 : 4 7 : 0 2 12:21:19 11 : 5 0 : 1 6 1Page of 2 07 / 3 0 / 2 0 1 8 05 : 0 6 : 0 3 164 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 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 : 07 / 2 9 / 2 0 1 8 07 / 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 7 1 5 3 4 2 25 2 9 S S A N T A F E A V , V E R N O N 48 4 R CI R C L E K 16 : 2 8 : 0 8 07 / 2 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 2 6 5 CA0197300 VP D ON O P A , D A N I E L *3 2 16 : 2 9 : 5 5 1 6 : 2 9 : 5 6 17:07:00 16 : 3 5 : 1 1 VP D RE Y N A , J O S E S 25 E 16 : 3 1 : 2 9 17:06:57 16 : 3 2 : 5 6 VP D VA L E N Z U E L A , F E R N A N D O 31 W 16 : 3 0 : 2 3 17:36:45 16 : 3 3 : 2 3 * D e n o t e s P r i m a r y U n i t 2Page of 2 07 / 3 0 / 2 0 1 8 05 : 0 6 : 0 3 165 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 : 07 / 3 0 / 2 0 1 8 07 / 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 7 1 5 3 6 8 20 4 2 E V E R N O N A V , V E R N O N VC K 03 : 2 3 : 2 7 07 / 3 0 / 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 CR 2 0 1 8 1 2 6 6 CA0197300 VP D CA M , P A T R I C K *2 0 W 03:52:24 03 : 2 3 : 2 7 20 1 8 0 7 1 5 3 7 7 FR U I T L A N D A V / / D O W N E Y R D , V E R N O N 90 2 T MI C H A E L 05 : 4 6 : 5 7 07 / 3 0 / 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 2 6 7 CA0197300 VP D MA D R I G A L , M A R I A *3 2 E 05 : 4 8 : 2 3 06:43:24 05 : 5 2 : 1 0 VP D CE R D A , E U G E N I O 41 05 : 4 8 : 2 7 06:08:31 05 : 5 5 : 3 5 20 1 8 0 7 1 5 4 0 1 44 2 0 S E V I L L E A V , V E R N O N 45 9 R LA N D M A R K E N T E R P R I S E S 09 : 4 1 : 0 7 07 / 3 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 CR 2 0 1 8 1 2 6 8 CA0197300 VP D CE R D A , P A U L , J R *4 1 E 09 : 4 2 : 5 3 0 9 : 4 3 : 1 0 10:07:55 VP D VA L E N Z U E L A , F E R N A N D O 31 W 09 : 4 3 : 2 8 10:24:56 10 : 1 4 : 5 8 20 1 8 0 7 1 5 4 0 3 26 0 2 E 3 7 T H , V E R N O N 48 4 WE S T C O A S T D I S T R I B U T I O N 10 : 0 1 : 3 0 07 / 3 0 / 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 CR 2 0 1 8 1 2 6 9 CA0197300 VP D NE W T O N , T O D D *M 1 10 : 0 2 : 3 1 1 0 : 0 2 : 3 2 11:43:07 10 : 0 8 : 5 4 VP D VA L E N Z U E L A , F E R N A N D O 31 W 11 : 0 0 : 2 2 11:35:37 11 : 0 1 : 5 1 VP D ON O P A , D A N I E L 32 10 : 0 3 : 1 0 11:43:07 10 : 0 3 : 5 5 VP D CE R D A , P A U L , J R 41 E 10 : 2 7 : 4 7 10:27:51 10 : 0 7 : 5 8 VP D HE R R E R A , G U S T A V O S7 10 : 0 3 : 1 6 11:09:07 10 : 0 7 : 4 8 20 1 8 0 7 1 5 4 0 7 34 2 0 E V E R N O N A V , V E R N O N 92 0 P R 11 : 1 0 : 4 2 07 / 3 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 CR 2 0 1 8 1 2 7 0 CA0197300 VP D RE C O R D S B U R E A U *R E C D 12:21:23 11 : 1 1 : 3 4 20 1 8 0 7 1 5 4 1 1 1Page of 2 07 / 3 1 / 2 0 1 8 02 : 0 7 : 3 3 166 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 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 : 07 / 3 0 / 2 0 1 8 07 / 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 7 1 5 4 1 1 43 0 0 E D I S T R I C T B L , V E R N O N 45 9 R CL A S S I C S L I P C O V E R S 11 : 4 2 : 3 1 07 / 3 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 CR 2 0 1 8 1 2 7 1 CA0197300 VP D CE R D A , P A U L , J R *4 1 E 11 : 4 5 : 1 9 1 1 : 4 5 : 1 9 11:48:47 VP D NE W T O N , T O D D M1 11 : 4 8 : 4 3 1 1 : 4 8 : 4 3 12:43:22 11 : 5 5 : 3 9 20 1 8 0 7 1 5 4 1 8 28 3 8 S A L A M E D A , V E R N O N 48 4 R JC P R O D U C E 13 : 5 6 : 5 6 07 / 3 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 CR 2 0 1 8 1 2 7 2 CA0197300 VP D VA L E N Z U E L A , F E R N A N D O *3 1 W 14 : 0 7 : 5 3 14:43:23 14 : 2 2 : 4 1 20 1 8 0 7 1 5 4 2 3 42 0 1 F R U I T L A N D A V , V E R N O N 59 4 R SO U T H L A N D P A P E R B O X 16 : 0 1 : 1 8 07 / 3 0 / 2 0 1 8 RP T VP D RE C O R D S B U R E A U *R E C D 16:08:23 16 : 0 3 : 1 0 20 1 8 0 7 1 5 4 2 5 33 3 3 D O W N E Y R D , V E R N O N 91 1 A UP S 16 : 1 0 : 2 6 07 / 3 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 CR 2 0 1 8 1 2 7 3 CA0197300 VP D CE R D A , P A U L , J R *4 1 E 16 : 1 3 : 5 9 1 6 : 1 4 : 0 0 17:49:41 16 : 2 1 : 2 9 VP D VA L E N Z U E L A , F E R N A N D O 31 W 16 : 3 7 : 0 2 17:49:41 17 : 0 2 : 5 5 20 1 8 0 7 1 5 4 4 2 51 1 9 S D I S T R I C T B L , V E R N O N GT A R MA R I O 21 : 1 3 : 1 7 07 / 3 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 CR 2 0 1 8 1 2 7 4 CA0197300 VP D LU C A S , J A S O N *9 1 21 : 1 4 : 4 1 23:04:55 21 : 2 4 : 2 6 VP D CA M , P A T R I C K 25 W 21 : 1 5 : 4 1 22:04:19 20 1 8 0 7 1 5 4 4 4 11 5 0 0 B R O O K S H I R E , D O W N E Y 26 1 R PI H D O W N E Y 22 : 0 2 : 5 4 07 / 3 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 CR 2 0 1 8 1 2 7 5 CA0197300 VP D CA M , P A T R I C K *2 5 W 00 : 3 5 : 2 3 2 2 : 0 4 : 2 2 00:44:28 22 : 4 9 : 0 9 VP D EN C I N A S , A N T H O N Y 32 E 00 : 3 5 : 3 2 0 0 : 2 4 : 2 5 00:35:4400:33:46 00 : 2 9 : 4 2 2Page of 2 07 / 3 1 / 2 0 1 8 02 : 0 7 : 3 3 167 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 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 / 3 1 / 2 0 1 8 07 / 3 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 5 4 6 4 S S O T O / / V E R N O N A V , V E R N O N 90 2 T CA R L O S 05 : 4 2 : 3 9 07 / 3 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 2 7 6 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 5 W 05 : 4 5 : 2 4 05:53:52 05 : 4 7 : 3 8 VP D EN C I N A S , A N T H O N Y 32 E 05 : 4 5 : 3 9 06:26:58 05 : 5 0 : 5 1 20 1 8 0 7 1 5 4 8 3 19 2 0 M A R E N G O S T , L O S A N G E L E S SR M E T VE R I Z O N W I R E L E S S 1 - 8 0 0 - 4 5 1 - 5 2 4 2 09 : 1 8 : 3 7 07 / 3 1 / 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 2 0 1 8 0 7 1 5 4 8 3 C A 0 1 9 7 3 0 0 VP D C R 2 0 1 8 1 2 7 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 5 E 09 : 1 9 : 2 2 0 9 : 1 9 : 5 2 09:25:48 09 : 2 2 : 5 7 VP D CE R D A , P A U L , J R 31 E 09 : 1 9 : 2 4 0 9 : 1 9 : 5 5 09:55:57 09 : 3 0 : 3 0 VP D PE R E Z , N I C K L2 09 : 2 7 : 2 4 09:29:06 VP D NE W T O N , T O D D M1 09 : 3 0 : 2 7 09:31:51 09 : 3 1 : 4 8 VP D OU R I Q U E , C A R L O S ME T 1 09 : 2 0 : 5 9 11:01:03 09 : 2 5 : 5 7 20 1 8 0 7 1 5 4 9 1 43 6 1 S S O T O , V E R N O N 91 1 A GR E A T A M E R I C A N P A C K A G I N G 10 : 0 9 : 5 2 07 / 3 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 2 7 8 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *3 1 E 10 : 1 3 : 2 1 1 0 : 1 4 : 0 6 10:54:27 10 : 1 7 : 3 0 VP D CE R D A , E U G E N I O 41 W 10 : 1 3 : 2 3 1 0 : 1 4 : 0 9 11:28:15 10 : 1 5 : 0 0 20 1 8 0 7 1 5 5 3 1 61 4 0 A L C O A A V , V E R N O N 20 0 0 2 R RO Y C H A N G 21 : 1 1 : 3 4 07 / 3 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 2 7 9 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *2 6 E 21 : 1 3 : 1 0 2 1 : 1 3 : 2 6 21:32:37 21 : 1 7 : 5 2 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 0 1 / 2 0 1 8 03 : 5 2 : 5 2 168 City Council Agenda Item Report Agenda Item No. COV-288-2018 Submitted by: Danita Robertson Submitting Department: Police Department Meeting Date: September 4, 2018 SUBJECT Vernon Police Department Activity Log and Statistical Summary for the period of August 1 through August 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 - 08/01/18 to 08/15/18 169 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 08/01/2018 08/15/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD 10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC 113 103 10-96H PICK UP THE JAIL PAPER WORK FROM HP JAIL 1 1 10-96M 10-96 MARY (MAIL DETAIL)6 4 140 SUPPLEMENTAL REPORT 6 4 20001R INJURY HIT AND RUN REPORT 5 2 20002 NON-INJURY HIT AND RUN 1 1 20002R NON-INJURY HIT AND RUN REPORT 8 5 211S SILENT ROBBERY ALARM 6 1 242 BATTERY 6 2 242R BATTERY REPORT 13 4 245R ASSAULT WITH A DEADLY WEAPON REPORT 6 2 273.5 DOMESTIC VIOLENCE 3 1 314 INDECENT EXPOSURE 1 1 415 DISTURBING THE PEACE 55 21 417 BRANDISHING A WEAPON 4 1 422R TERRORIST THREATS REPORT 5 2 459 BURGLARY 4 1 459A AUDIBLE BURGLARY ALARM 144 75 459R BURGLARY REPORT 9 4 459S SILENT BURGLARY ALARM 8 2 459VR BURGLARY TO A VEHICLE REPORT 2 1 484 PETTY THEFT 3 1 484R PETTY THEFT REPORT 21 11 586 PARKING PROBLEM 17 15 594R VANDALISM REPORT 7 3 602 TRESPASS 15 5 602R TRESPASS REPORT 1 1 653MR ANNOYING PHONE CALLS REPORT 1 1 901 UNKNOWN INJURY TRAFFIC COLLISION 3 1 901T INJURY TRAFFIC COLLISION 21 7 901TR INJURY TRAFFIC COLLISION REPORT 5 2 902T NON-INJURY TRAFFIC COLLISION 72 34 902TR NON-INJURY TRAFFIC COLLISION REPORT 1 1 909E TRAFFIC ENFORCEMENT 1 1 909T TRAFFIC HAZARD 13 8 911 911 MISUSE / HANGUP 3 1 911A CONTACT THE REPORTING PARTY 28 19 917A ABANDONED VEHICLE 11 5 920PR LOST PROPERTY REPORT 1 1 925 SUSPICIOUS CIRCUMSTANCES 43 21 A459V ATTEMPT AUTO BURGLARY 2 1 AGTAR ATTEMPT GRAND THEFT AUTO REPORT 1 1 ASTVFD ASSIST VERNON FIRE DEPARTMENT 42 23 BOSIG BROKEN SIGNAL OR LIGHT 2 1 BOVEH BROKEN DOWN VEHICLE 12 8 CITCK CITATION CHECK 1 1 CIVIL CIVIL MATTER 10 4 1Page of 208/16/201804:54:18 170 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 08/01/2018 08/15/2018 Department All UnitsPrimary Unit VERNON Description Complaint VPD COP COP DETAIL 10 7 DEMOSTRA DEMONSTRATION 6 5 DET DETECTIVE INVESTIGATION 5 3 DETAIL DETAIL 4 4 DPTAST DEPARTMENTAL ASSIST 9 4 DUI DRIVING UNDER THE INFLUENCE 4 2 FILING OFFICER IS 10-6 REPORT WRITING 57 57 FOUND FOUND PROPERTY REPORT 3 3 FU FOLLOW UP 5 5 GTAR GRAND THEFT AUTO REPORT 5 4 HBC HAILED BY A CITIZEN 6 2 ILLDPG ILLEGAL DUMPING 3 2 KTP KEEP THE PEACE 2 2 LOCATE LOCATED VERNON STOLEN VEHICLE 2 2 LPR LICENSE PLATE READER 3 1 MISPR MISSING PERSON REPORT 2 1 PAPD PUBLIC ASSIST-POLICE 6 2 PATCK PATROL CHECK 120 100 PEDCK PEDESTRIAN CHECK 51 31 PLATE LOST OR STOLEN PLATES REPORT 1 1 PRSTRAN PRISONER TRANSPORTED 9 8 REC RECOVERED STOLEN VEHICLE 7 2 RECDALARM TEST THE RECORDS ALARM 1 1 RECKLESS DRVRECKLESS DRIVING (23103)3 1 REPO REPOSSESSION 4 4 SRMET SRMET DETAIL 13 13 SUICIDAL SUB SUICIDAL SUBJECT 3 1 TRAFFIC STOP TRAFFIC STOP 174 148 VCK VEHICLE CHECK 108 97 VEH RELEASE VEHICLE RELEASE 4 3 VEHFIRE VEHICLE FIRE 1 1 WARRANT WARRANT ARREST 1 1 WELCK WELFARE CHECK 10 4 Department: 1385 937 Overall: 1385 938 2Page of 208/16/201804:54:18 171 172 173 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 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 : 08 / 0 1 / 2 0 1 8 08 / 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 8 1 5 5 6 5 32 1 5 E S L A U S O N A V , V E R N O N SR M E T 08 : 3 5 : 2 5 08 / 0 1 / 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 2 8 0 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 10:51:46 08 : 3 5 : 3 0 20 1 8 0 8 1 5 6 1 2 42 5 0 S A L A M E D A , V E R N O N 45 9 R AL A M E D A S T O R A G E 17 : 0 7 : 2 5 08 / 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 2 8 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 W 17 : 0 9 : 3 1 18:04:21 17 : 2 1 : 5 3 20 1 8 0 8 1 5 6 1 4 S S O T O / / 5 4 T H , V E R N O N RE C 17 : 4 8 : 2 9 08 / 0 1 / 2 0 1 8 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 2 8 2 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O *S 7 18:28:51 17 : 4 8 : 4 4 VP D CE R D A , P A U L , J R 31 E 18:28:50 17 : 5 0 : 1 4 VP D DO C H E R T Y , M I C H A E L 91 W 18:28:50 18 : 1 5 : 2 5 20 1 8 0 8 1 5 6 1 5 17 4 1 T A M A R I N D A V E , C O M P T O N LO C A T E WA L T O N T O W 18 : 1 0 : 0 1 08 / 0 1 / 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 18:30:14 18 : 1 6 : 3 5 20 1 8 0 8 1 5 6 2 0 28 0 1 E 4 6 T H , V E R N O N 41 5 19 : 5 7 : 4 5 08 / 0 1 / 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 2 8 3 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 E 19 : 5 8 : 0 5 1 9 : 5 8 : 3 1 20:00:44 VP D RE Y N A , J O S E S 26 19 : 5 8 : 0 7 1 9 : 5 8 : 3 3 21:05:18 20 : 1 3 : 0 9 VP D 31 E 20 : 0 1 : 0 2 21:33:15 20 : 0 1 : 5 4 VP D EN C I N A S , A N T H O N Y 32 W 21:05:26 19 : 5 9 : 4 0 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 0 7 / 2 0 1 8 23 : 5 9 : 5 7 174 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 : 08 / 0 2 / 2 0 1 8 08 / 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 8 1 5 6 5 6 LO M A V I S T A A V / / F R U I T L A N D A V , V E R N O N 91 7 A CH R I S 10 : 4 2 : 4 8 08 / 0 2 / 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 2 8 4 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 10 : 4 4 : 5 6 1 0 : 4 5 : 4 8 11:48:24 10 : 4 9 : 4 1 20 1 8 0 8 1 5 6 5 8 26 7 0 L E O N I S B L , V E R N O N S / A B RE P O 11 : 3 4 : 4 3 08 / 0 2 / 2 0 1 8 RP T 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 2 8 5 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 12:06:50 11 : 3 6 : 3 5 20 1 8 0 8 1 5 6 5 9 31 5 2 B A N D I N I B L , V E R N O N 20 0 0 2 R BA N D I N I T R U C K T E R M I N A L 12 : 0 2 : 4 2 08 / 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 2 8 6 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 W 12 : 0 4 : 4 1 1 2 : 0 5 : 5 6 13:13:16 12 : 0 7 : 1 7 20 1 8 0 8 1 5 6 6 6 29 8 7 L E O N I S B L , V E R N O N IL L D P G DI R E C T P R O D U C E 14 : 5 3 : 3 4 08 / 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 2 8 8 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *2 5 14 : 5 6 : 3 2 1 4 : 5 7 : 0 6 15:03:51 VP D DO C H E R T Y , M I C H A E L 91 E 15 : 0 1 : 3 3 15:35:25 15 : 0 6 : 2 1 20 1 8 0 8 1 5 6 6 7 34 8 7 E 2 6 T H , V E R N O N RE P O 14 : 5 7 : 2 9 08 / 0 2 / 2 0 1 8 RP T 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 2 8 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 15:30:54 15 : 0 2 : 3 1 20 1 8 0 8 1 5 6 7 4 29 0 1 F R U I T L A N D A V , V E R N O N 59 4 R OW E N S B R O C K W A Y 17 : 2 4 : 5 1 08 / 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 2 9 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 17 : 5 7 : 5 8 17:58:42 VP D DO C H E R T Y , M I C H A E L 91 E 17 : 5 8 : 3 7 18:31:12 18 : 0 0 : 2 7 20 1 8 0 8 1 5 6 7 5 1Page of 2 08 / 0 3 / 2 0 1 8 05 : 1 9 : 0 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 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 : 08 / 0 2 / 2 0 1 8 08 / 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 8 1 5 6 7 5 S S A N T A F E A V / / 5 6 T H , V E R N O N 90 1 T T- M O B I L E ( 8 7 7 ) 6 5 3 - 7 9 1 1 17 : 3 2 : 3 6 08 / 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 2 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 W 17 : 3 3 : 5 6 1 7 : 3 3 : 5 7 18:36:50 17 : 3 5 : 5 1 VP D CE R D A , E U G E N I O 25 17:57:57 17 : 4 1 : 5 4 VP D DO C H E R T Y , M I C H A E L 91 E 17:58:37 17 : 3 4 : 5 9 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 0 3 / 2 0 1 8 05 : 1 9 : 0 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 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 : 08 / 0 3 / 2 0 1 8 08 / 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 8 1 5 6 9 7 E 5 2 D / / M A L A B A R , V E R N O N VC K 00 : 1 9 : 2 2 08 / 0 3 / 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 2 9 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 2 00:52:01 00 : 1 9 : 2 2 20 1 8 0 8 1 5 7 0 2 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 01 : 2 0 : 5 6 08 / 0 3 / 2 0 1 8 10 1 5 VI 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 2 9 2 C A 0 1 9 7 3 0 0 VP D MA R T I N E Z , G A B R I E L *S 6 02:13:43 01 : 2 0 : 5 7 VP D OU R I Q U E , C A R L O S 26 W 01 : 2 1 : 1 8 02:47:54 01 : 2 3 : 4 0 VP D ZO Z A Y A , O S C A R 41 E 02:29:54 01 : 4 1 : 1 3 20 1 8 0 8 1 5 7 1 8 33 1 1 E S L A U S O N A V , V E R N O N 59 4 R GR A M E C Y P R O P E R T Y T R U S T 08 : 1 0 : 4 5 08 / 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 2 9 3 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 1 E 08 : 1 3 : 2 6 0 8 : 1 4 : 0 3 08:59:26 08 : 1 8 : 2 1 VP D RE Y N A , J O S E S 26 W 08 : 1 7 : 1 1 08:59:26 08 : 2 1 : 3 9 VP D SW I N F O R D , P H I L L I P 40 E 08:59:27 08 : 3 7 : 0 7 20 1 8 0 8 1 5 7 2 0 S S O T O / / L E O N I S B L , V E R N O N 24 2 R AR L E N E 08 : 5 6 : 5 8 08 / 0 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 2 9 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 *3 2 W 08 : 5 7 : 1 3 10:03:34 08 : 5 9 : 3 2 VP D RE Y N A , J O S E S 26 W 08 : 5 9 : 3 7 10:30:45 09 : 0 3 : 1 8 VP D VA S Q U E Z , L U I S 31 E 10:30:43 08 : 5 9 : 2 9 VP D SW I N F O R D , P H I L L I P 40 E 10:47:20 09 : 0 1 : 0 7 VP D DO C H E R T Y , M I C H A E L 91 08 : 5 7 : 1 6 0 8 : 5 9 : 3 6 10:01:39 09 : 0 0 : 0 0 VP D CH A V E Z , J E R R Y , J R S2 09:29:15 09 : 0 0 : 3 2 20 1 8 0 8 1 5 7 2 2 44 8 0 P A C I F I C B L , V E R N O N 59 4 R AM E R I C A N H I F I 09 : 2 1 : 0 8 08 / 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 2 9 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 10 : 0 1 : 4 1 10:05:47 10 : 0 2 : 2 7 1Page of 2 08 / 0 4 / 2 0 1 8 04 : 5 8 : 4 0 177 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 : 08 / 0 3 / 2 0 1 8 08 / 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 8 1 5 7 2 2 44 8 0 P A C I F I C B L , V E R N O N 59 4 R AM E R I C A N H I F I 09 : 2 1 : 0 8 08 / 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 2 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 32 W 10 : 0 5 : 0 5 10:51:23 10 : 0 6 : 5 3 20 1 8 0 8 1 5 7 3 3 S S A N T A F E A V / / 3 8 T H , V E R N O N 90 2 T MI T C H E L L 12 : 3 7 : 5 5 08 / 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 2 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 *4 0 E 12 : 3 8 : 5 4 1 2 : 3 9 : 3 3 13:18:43 12 : 4 4 : 1 2 20 1 8 0 8 1 5 7 3 8 S A T L A N T I C B L / / D I S T R I C T B L , V E R N O N 90 2 T JE S U S 14 : 5 5 : 2 2 08 / 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 2 9 7 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 *4 0 E 14 : 5 6 : 4 7 1 5 : 0 8 : 3 5 15:39:02 15 : 0 8 : 3 6 20 1 8 0 8 1 5 7 4 0 35 0 1 E V E R N O N A V , V E R N O N 24 2 R PR O P O R T I O N F O O D S 15 : 5 6 : 5 9 08 / 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 2 9 9 C A 0 1 9 7 3 0 0 VP D RE Y N A , J O S E S *2 6 W 16 : 0 6 : 3 1 1 6 : 0 6 : 4 3 16:30:2317:49:22 16 : 1 5 : 4 4 VP D VI L L E G A S , R I C H A R D 32 W 16:38:01 16 : 2 8 : 3 9 20 1 8 0 8 1 5 7 4 3 44 6 1 S A N T A F E , V E R N O N IL L D P G 16 : 3 7 : 1 8 08 / 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 2 9 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 2 W 17:27:24 16 : 3 8 : 0 3 20 1 8 0 8 1 5 7 5 5 20 5 0 E 3 8 T H , V E R N O N 91 1 A SW E E T E N E R P R O D U C T S 19 : 4 4 : 1 8 08 / 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 3 0 0 C A 0 1 9 7 3 0 0 VP D *9 1 E 19 : 5 2 : 2 9 20:39:17 19 : 5 8 : 3 0 VP D CA M , P A T R I C K 32 19 : 5 3 : 1 3 20:40:58 19 : 5 8 : 2 8 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 0 4 / 2 0 1 8 04 : 5 8 : 4 0 178 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 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 : 08 / 0 4 / 2 0 1 8 08 / 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 8 1 5 7 7 0 61 6 0 M A L B U R G W Y , V E R N O N PA T C K 00 : 0 6 : 1 8 08 / 0 4 / 2 0 1 8 RP T SO W AD V 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 3 0 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 *3 1 W 01:25:06 00 : 0 6 : 1 8 VP D CA M , P A T R I C K 32 01:04:23 00 : 0 6 : 2 0 VP D LU C A S , J A S O N 91 E 01:04:32 00 : 0 6 : 2 2 VP D ES T R A D A , I G N A C I O S4 00 : 1 3 : 4 8 01:04:35 00 : 1 4 : 1 9 VP D MA R T I N E Z , G A B R I E L S6 00 : 1 3 : 4 9 01:04:33 00 : 1 4 : 1 8 20 1 8 0 8 1 5 7 8 5 S A L A M E D A / / V E R N O N A V , V E R N O N 48 4 R FE R N A N D O - S T R E E T D E P T 08 : 1 7 : 0 1 08 / 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 3 0 2 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 W 08 : 1 8 : 4 2 0 8 : 2 7 : 3 7 09:23:51 08 : 2 7 : 3 8 VP D VI L L E G A S , R I C H A R D 40 W 08 : 2 8 : 3 7 09:23:49 08 : 3 0 : 0 4 20 1 8 0 8 1 5 7 9 1 29 4 7 E 4 4 T H , V E R N O N VC K 10 : 1 8 : 5 3 08 / 0 4 / 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 3 0 3 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *3 1 E 11:03:44 10 : 1 8 : 5 3 20 1 8 0 8 1 5 8 1 2 BA N D I N I B L / / S O T O , V E R N O N 20 0 0 1 R T- M O B I L E ( 8 7 7 ) 6 5 3 - 7 9 1 1 19 : 3 5 : 5 3 08 / 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 3 0 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 19 : 3 8 : 3 1 20:03:17 19 : 4 4 : 3 8 VP D NE W T O N , T O D D 17 19 : 3 8 : 3 2 19:44:17 VP D LU C A S , J A S O N 91 E 19 : 3 9 : 0 8 19:51:42 19 : 4 0 : 0 9 VP D ES T R A D A , I G N A C I O S4 19:50:38 19 : 4 0 : 1 6 20 1 8 0 8 1 5 8 1 3 44 8 0 P A C I F I C B L , V E R N O N 48 4 R AM R I E C A N H I F I 19 : 4 2 : 1 1 08 / 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 3 0 5 C A 0 1 9 7 3 0 0 VP D *1 7 19 : 4 4 : 1 7 1 9 : 4 4 : 3 3 20:46:09 19 : 4 5 : 3 3 1Page of 2 08 / 0 5 / 2 0 1 8 05 : 1 7 : 2 0 179 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 : 08 / 0 4 / 2 0 1 8 08 / 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 8 1 5 8 1 3 44 8 0 P A C I F I C B L , V E R N O N 48 4 R AM R I E C A N H I F I 19 : 4 2 : 1 1 08 / 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 3 0 5 C A 0 1 9 7 3 0 0 VP D 32 W 20 : 0 3 : 2 4 21:13:16 20 : 1 9 : 3 2 VP D LU C A S , J A S O N 91 E 19 : 5 1 : 4 6 22:20:56 19 : 5 4 : 5 3 VP D ES T R A D A , I G N A C I O S4 19 : 5 0 : 4 1 20:53:41 19 : 5 4 : 5 1 20 1 8 0 8 1 5 8 1 6 45 5 3 S E V I L L E A V , V E R N O N VC K 21 : 3 0 : 4 1 08 / 0 4 / 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 3 0 6 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *1 7 21:58:45 21 : 3 0 : 4 1 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 0 5 / 2 0 1 8 05 : 1 7 : 2 0 180 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 : 08 / 0 5 / 2 0 1 8 08 / 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 8 1 5 8 3 1 29 0 0 S 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 00 : 3 8 : 1 0 08 / 0 5 / 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 3 0 7 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 *T 8 02:37:47 00 : 3 8 : 1 0 20 1 8 0 8 1 5 8 3 3 55 0 3 S B O Y L E A V , V E R N O N 45 9 R RA R E E D E L E C T R I C C O 00 : 5 6 : 3 3 08 / 0 5 / 2 0 1 8 RP T 10 1 5 AD V SO 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 3 0 8 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 00 : 5 7 : 5 1 0 0 : 5 8 : 2 1 00:58:2703:17:47 01 : 1 4 : 2 4 VP D OU R I Q U E , C A R L O S 17 00 : 5 7 : 5 4 0 0 : 5 8 : 2 3 02:20:06 01 : 0 3 : 4 6 VP D CA M , P A T R I C K 32 W 01 : 1 0 : 2 4 02:19:34 01 : 1 3 : 4 9 VP D ES T R A D A , I G N A C I O S4 02:20:21 01 : 1 9 : 3 1 20 1 8 0 8 1 5 8 4 3 55 0 3 S B O Y L E A V , V E R N O N PA T C K 03 : 5 2 : 2 9 08 / 0 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 3 0 9 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 E 04:42:47 03 : 5 2 : 2 9 VP D OU R I Q U E , C A R L O S 17 03 : 5 2 : 3 2 04:55:08 03 : 5 6 : 5 5 20 1 8 0 8 1 5 8 4 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 90 2 T JO H N A T H A N 04 : 1 9 : 0 0 08 / 0 5 / 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 C R 2 0 1 8 1 3 1 0 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *3 2 W 04 : 2 0 : 2 3 09:10:27 04 : 2 2 : 5 8 VP D OU R I Q U E , C A R L O S 17 04 : 5 5 : 1 2 07:25:02 05 : 1 0 : 0 3 VP D LU C A S , J A S O N 91 E 06:14:54 04 : 4 2 : 4 8 VP D ES T R A D A , I G N A C I O S4 04 : 2 6 : 1 0 06:07:39 04 : 2 8 : 2 8 20 1 8 0 8 1 5 8 5 8 27 9 7 L E O N I S B L , V E R N O N 45 9 ST E R L I N G R U B Y S T U D I O 10 : 3 8 : 1 3 08 / 0 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 3 1 1 C A 0 1 9 7 3 0 0 1Page of 2 08 / 0 6 / 2 0 1 8 01 : 5 9 : 0 9 181 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 : 08 / 0 5 / 2 0 1 8 08 / 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 8 1 5 8 5 8 27 9 7 L E O N I S B L , V E R N O N 45 9 ST E R L I N G R U B Y S T U D I O 10 : 3 8 : 1 3 08 / 0 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 3 1 1 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *3 1 E 10 : 4 0 : 2 5 1 0 : 4 0 : 3 3 12:22:24 10 : 4 0 : 5 3 VP D NE W T O N , T O D D 26 W 10 : 4 3 : 4 9 12:43:23 10 : 4 6 : 2 6 VP D RE Y N A , J O S E S 40 10 : 4 4 : 0 6 12:00:51 10 : 4 5 : 3 6 VP D ON O P A , D A N I E L 41 10 : 4 0 : 2 7 1 0 : 4 0 : 3 6 11:07:38 10 : 5 1 : 3 1 20 1 8 0 8 1 5 8 6 1 43 3 0 E 2 6 T H , V E R N O N GT A R SE V E N F O R A L L M A N K I N D 12 : 0 3 : 4 1 08 / 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 3 1 2 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *4 1 13:23:44 12 : 3 4 : 0 2 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 0 6 / 2 0 1 8 01 : 5 9 : 0 9 182 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 : 08 / 0 6 / 2 0 1 8 08 / 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 8 1 5 9 0 6 S A T L A N T I C B L / / D I S T R I C T B L , V E R N O N 90 2 T T- M O B I L E ( 8 7 7 ) 6 5 3 - 7 9 1 1 06 : 2 7 : 0 1 08 / 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 3 1 3 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *2 6 E 06 : 2 8 : 5 5 0 6 : 2 8 : 5 8 07:18:39 06 : 3 8 : 2 7 VP D VE L E Z , M A R I S S A 20 06 : 2 8 : 5 7 0 6 : 2 9 : 0 0 07:35:50 06 : 3 8 : 3 3 VP D CE R D A , P A U L , J R 31 E 07 : 0 2 : 1 4 0 7 : 0 2 : 1 5 07:13:47 07 : 1 3 : 0 3 VP D ON O P A , D A N I E L 32 07 : 0 3 : 4 8 0 7 : 0 3 : 4 9 07:39:28 07 : 0 9 : 5 0 20 1 8 0 8 1 5 9 1 4 37 7 0 E W A S H I N G T O N B L , V E R N O N 90 2 T VE R D U G O F I R E 07 : 5 9 : 0 1 08 / 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 3 1 4 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *3 1 E 08 : 0 1 : 1 4 0 8 : 0 1 : 1 5 08:44:54 08 : 1 3 : 2 5 VP D VE L E Z , M A R I S S A 20 E 08 : 0 1 : 4 6 08:41:46 08 : 0 2 : 2 6 VP D VA L E N Z U E L A , F E R N A N D O 25 W 08 : 0 2 : 2 7 08:24:22 08 : 0 5 : 3 0 VP D ON O P A , D A N I E L 32 08:24:08 08 : 0 7 : 3 7 VP D NE W T O N , T O D D M1 08:50:22 08 : 1 4 : 0 5 20 1 8 0 8 1 5 9 1 9 20 1 1 E 4 9 T H , V E R N O N DP T A S T 09 : 1 7 : 2 2 08 / 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 3 1 5 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 W 09 : 1 8 : 4 1 0 9 : 1 8 : 4 2 09:47:56 09 : 1 9 : 5 2 VP D VE L E Z , M A R I S S A 20 E 09 : 1 8 : 4 3 0 9 : 1 8 : 4 4 09:46:38 09 : 2 7 : 1 9 VP D HE R R E R A , G U S T A V O S7 09 : 2 4 : 0 4 09:43:46 09 : 2 7 : 2 9 20 1 8 0 8 1 5 9 5 1 24 0 7 E 3 8 T H , V E R N O N 92 0 P R CA L I F O R N I A S Y L E D Y N A M I C S 13 : 5 4 : 5 5 08 / 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 3 1 6 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 14:02:52 13 : 5 5 : 4 3 20 1 8 0 8 1 5 9 6 1 BA N D I N I B L / / S U N O L D R , V E R N O N TR A F F I C S T O P 16 : 0 9 : 3 2 08 / 0 6 / 2 0 1 8 CI T E 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 3 1 7 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *3 1 E 17:25:22 16 : 0 9 : 3 2 VP D VE L E Z , M A R I S S A 26 E 16 : 3 0 : 3 7 16:53:28 16 : 3 9 : 1 4 1Page of 3 08 / 0 7 / 2 0 1 8 01 : 0 1 : 0 0 183 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 : 08 / 0 6 / 2 0 1 8 08 / 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 8 1 5 9 6 1 BA N D I N I B L / / S U N O L D R , V E R N O N TR A F F I C S T O P 16 : 0 9 : 3 2 08 / 0 6 / 2 0 1 8 CI T E 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 3 1 7 C A 0 1 9 7 3 0 0 VP D HE R R E R A , G U S T A V O S7 16 : 3 0 : 0 9 1 6 : 3 0 : 1 4 16:30:39 20 1 8 0 8 1 5 9 6 4 29 3 8 E 5 4 T H , V E R N O N 48 4 R YS I N D U S T R I E S 16 : 2 3 : 4 2 08 / 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 3 1 8 C A 0 1 9 7 3 0 0 VP D CE R D A , E U G E N I O *4 1 W 16 : 3 1 : 2 5 1 6 : 3 1 : 2 6 16:32:54 VP D NE W T O N , T O D D M1 16 : 3 5 : 0 2 1 6 : 3 5 : 0 3 17:10:08 16 : 3 8 : 2 2 20 1 8 0 8 1 5 9 6 7 27 1 6 L E O N I S B L , V E R N O N 45 9 A VA C A N T B U I L D I N G 17 : 2 5 : 3 4 08 / 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 3 2 1 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 6 E 17 : 2 7 : 5 7 1 7 : 2 8 : 0 0 19:39:00 18 : 0 7 : 5 3 VP D VA L E N Z U E L A , F E R N A N D O 25 W 17 : 2 8 : 5 8 20:04:00 17 : 3 0 : 5 9 VP D CE R D A , P A U L , J R 31 E 17 : 2 7 : 5 8 1 7 : 2 8 : 0 1 17:29:00 VP D VA S Q U E Z , L U I S 40 W 18 : 5 6 : 5 1 19:48:39 19 : 0 0 : 5 9 VP D 91 18 : 3 5 : 5 2 18:39:23 VP D NE W T O N , T O D D M1 17 : 4 7 : 2 2 1 7 : 3 2 : 4 3 20:10:48 17 : 5 0 : 3 7 VP D HE R R E R A , G U S T A V O S7 19:48:43 18 : 1 3 : 2 0 20 1 8 0 8 1 5 9 6 9 DO W N E Y R D / / L E O N I S B L , V E R N O N 90 2 T 17 : 2 9 : 3 4 08 / 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 3 2 0 C A 0 1 9 7 3 0 0 VP D VE L E Z , M A R I S S A *2 6 E 17 : 3 0 : 5 6 18:01:21 17 : 3 3 : 0 4 VP D VA L E N Z U E L A , F E R N A N D O 25 W 17 : 4 4 : 4 0 18:29:51 17 : 4 5 : 5 9 20 1 8 0 8 1 5 9 7 0 56 0 1 D O W N E Y R D , V E R N O N 90 1 T NU B I A 17 : 3 0 : 0 8 08 / 0 6 / 2 0 1 8 RP T CI T E 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 3 1 9 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *3 1 E 17 : 3 1 : 3 3 1 7 : 3 1 : 3 4 18:59:32 17 : 3 3 : 3 0 VP D VA L E N Z U E L A , F E R N A N D O 25 W 17 : 3 2 : 5 0 18:55:40 17 : 3 6 : 0 9 2Page of 3 08 / 0 7 / 2 0 1 8 01 : 0 1 : 0 0 184 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 : 08 / 0 6 / 2 0 1 8 08 / 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 8 1 5 9 7 0 56 0 1 D O W N E Y R D , V E R N O N 90 1 T NU B I A 17 : 3 0 : 0 8 08 / 0 6 / 2 0 1 8 RP T CI T E 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 3 1 9 C A 0 1 9 7 3 0 0 VP D 32 E 18 : 3 3 : 3 0 18:34:04 VP D NE W T O N , T O D D M1 17 : 3 2 : 3 6 17:32:40 VP D HE R R E R A , G U S T A V O S7 17 : 5 3 : 3 1 18:13:18 18 : 0 4 : 3 9 20 1 8 0 8 1 5 9 8 2 28 2 5 S S A N T A F E A V , V E R N O N AS T V F D RI C A R D O 21 : 0 9 : 1 5 08 / 0 6 / 2 0 1 8 AS S 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 3 2 2 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *4 0 W 21 : 0 9 : 5 6 21:33:42 21 : 1 2 : 3 2 VP D LU C A S , J A S O N 91 21:33:42 21 : 1 1 : 5 0 * D e n o t e s P r i m a r y U n i t 3Page of 3 08 / 0 7 / 2 0 1 8 01 : 0 1 : 0 0 185 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 : 08 / 0 7 / 2 0 1 8 08 / 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 8 1 5 9 9 8 27 2 4 L E O N I S B L , V E R N O N 14 0 CI T Y B L D G 08 : 0 4 : 4 6 08 / 0 7 / 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 *3 1 E 08 : 0 7 : 5 0 0 8 : 0 7 : 5 0 08:47:38 08 : 1 4 : 5 2 VP D NE W T O N , T O D D M1 08 : 0 8 : 2 5 08:47:39 08 : 2 3 : 0 2 VP D HE R R E R A , G U S T A V O S7 08:47:39 08 : 1 5 : 3 0 20 1 8 0 8 1 6 0 1 1 26 3 8 E V E R N O N A V , V E R N O N FO U N D CA M I N O R E A L F O O D S 09 : 1 5 : 3 4 08 / 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 3 2 4 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 : 1 8 : 2 0 0 9 : 1 8 : 2 1 09:48:18 09 : 2 1 : 3 8 20 1 8 0 8 1 6 0 2 1 47 1 9 S B O Y L E A V , V E R N O N RE P O UN K 11 : 5 8 : 4 8 08 / 0 7 / 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 3 2 5 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 12:40:43 12 : 0 1 : 0 7 20 1 8 0 8 1 6 0 2 2 53 8 3 A L C O A A V , V E R N O N RE P O FA N T A S Y A C T I V E W E A R 12 : 0 5 : 3 5 08 / 0 7 / 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 3 2 6 C A 0 1 9 7 3 0 0 VP D DI S P A T C H *D I S P 12:13:40 12 : 1 3 : 3 5 20 1 8 0 8 1 6 0 3 0 27 1 6 L E O N I S B L , V E R N O N 91 1 A 14 : 3 9 : 0 2 08 / 0 7 / 2 0 1 8 SU P VP D VA L E N Z U E L A , F E R N A N D O *3 1 E 14 : 4 0 : 3 1 17:14:31 14 : 4 6 : 0 2 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 0 8 / 2 0 1 8 00 : 0 4 : 3 6 186 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 : 08 / 0 8 / 2 0 1 8 08 / 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 8 1 6 0 5 3 37 3 7 S S A N T A F E A V , V E R N O N 90 1 T RA Y M O N D R E Y N O S 0 04 : 1 0 : 5 6 08 / 0 8 / 2 0 1 8 RP T VI 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 3 2 7 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *4 1 W 04 : 1 2 : 0 2 0 4 : 1 2 : 2 9 05:29:52 04 : 1 4 : 2 8 VP D CA M , P A T R I C K 31 04 : 1 3 : 3 2 0 4 : 1 3 : 3 3 05:05:57 04 : 1 4 : 5 9 VP D MA D R I G A L , M A R I A 32 E 04 : 1 3 : 0 7 04:57:33 04 : 1 6 : 0 9 VP D MA R T I N E Z , G A B R I E L S6 05:29:53 04 : 1 8 : 1 1 20 1 8 0 8 1 6 0 8 7 S S A N T A F E A V / / 4 9 T H , V E R N O N 90 2 T JU A N C A R L O S 12 : 1 5 : 1 5 08 / 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 3 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 12 : 1 6 : 1 8 1 2 : 1 6 : 3 1 12:16:3612:50:32 12 : 1 9 : 5 2 VP D VE L E Z , M A R I S S A 25 W 12 : 1 6 : 3 4 12:50:32 12 : 1 9 : 0 3 VP D CE R D A , P A U L , J R 32 12 : 2 8 : 2 4 12:31:15 20 1 8 0 8 1 6 0 9 5 29 3 8 E 5 4 T H , V E R N O N 91 7 A YS I N D U S T R I E S 14 : 1 4 : 4 4 08 / 0 8 / 2 0 1 8 SG P D 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 3 2 9 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 14 : 1 6 : 0 7 1 4 : 2 0 : 2 9 15:21:19 14 : 2 1 : 1 0 VP D SW I N F O R D , P H I L L I P 41 E 14 : 1 7 : 3 6 16:12:32 14 : 2 2 : 3 9 VP D DO C H E R T Y , M I C H A E L 91 W 15:47:12 14 : 1 9 : 3 0 VP D CH A V E Z , J E R R Y , J R S2 14:53:41 14 : 3 1 : 4 4 VP D HE R R E R A , G U S T A V O S7 14:53:36 14 : 3 1 : 4 3 20 1 8 0 8 1 6 1 2 0 S S A N T A F E A V / / 3 8 T H , V E R N O N 90 1 T VE R I Z O N W I R E L E S S 1 - 8 0 0 - 4 5 1 - 5 2 4 2 20 : 5 0 : 4 8 08 / 0 8 / 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 3 3 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 *4 0 W 20 : 5 1 : 1 4 2 0 : 5 1 : 4 0 22:31:41 20 : 5 5 : 1 2 VP D MA D R I G A L , M A R I A 38 E 20 : 5 2 : 0 1 21:33:43 20 : 5 3 : 2 6 VP D EN C I N A S , A N T H O N Y 41 21:05:34 20 : 5 4 : 5 1 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 0 9 / 2 0 1 8 04 : 2 9 : 2 4 187 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 : 08 / 0 9 / 2 0 1 8 08 / 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 8 1 6 1 3 6 55 0 3 S B O Y L E A V , V E R N O N 14 0 RE E D E L E C T R I C 07 : 3 0 : 0 6 08 / 0 9 / 2 0 1 8 SU P VP D CE R D A , E U G E N I O *3 1 E 07 : 3 2 : 1 0 0 7 : 3 2 : 1 1 08:01:43 07 : 4 1 : 1 0 20 1 8 0 8 1 6 1 3 9 S S O T O / / B A N D I N I B L , V E R N O N 90 2 T FR A N C I S C O 08 : 0 6 : 4 8 08 / 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 3 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 W 08 : 0 7 : 5 4 0 8 : 0 8 : 0 8 09:00:51 08 : 1 2 : 4 3 VP D CE R D A , E U G E N I O 31 E 08 : 1 5 : 0 6 08:48:40 08 : 1 7 : 0 7 VP D VI L L E G A S , R I C H A R D 32 08:49:01 08 : 1 2 : 3 1 20 1 8 0 8 1 6 1 4 6 54 1 0 A L C O A A V , V E R N O N PL A T E WE T E X T I L E 10 : 0 6 : 2 9 08 / 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 3 3 2 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 10 : 0 8 : 1 7 1 0 : 0 8 : 3 9 10:42:09 10 : 1 4 : 1 7 20 1 8 0 8 1 6 1 4 8 23 2 3 E V E R N O N A V , V E R N O N 90 2 T 11 : 2 8 : 4 0 08 / 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 3 3 3 C A 0 1 9 7 3 0 0 VP D C R 2 0 1 8 1 3 3 4 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *4 0 W 12:38:28 11 : 2 8 : 4 1 VP D SW I N F O R D , P H I L L I P 26 E 12:24:01 11 : 2 9 : 1 2 20 1 8 0 8 1 6 1 6 7 S S A N T A F E A V / / 4 8 T H , V E R N O N HB C 16 : 1 2 : 5 9 08 / 0 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 C R 2 0 1 8 1 3 3 5 C A 0 1 9 7 3 0 0 VP D CH A V E Z , J E R R Y , J R *S 2 16:51:59 16 : 1 2 : 5 9 VP D SW I N F O R D , P H I L L I P 26 E 16 : 1 3 : 2 4 17:02:53 16 : 1 5 : 5 1 VP D VI L L E G A S , R I C H A R D 32 16:55:29 16 : 1 5 : 4 6 VP D VA S Q U E Z , L U I S 40 W 16 : 1 3 : 0 2 1 6 : 1 3 : 0 6 17:22:23 16 : 1 6 : 1 6 VP D DO C H E R T Y , M I C H A E L 91 W 16 : 2 9 : 5 6 17:02:51 16 : 3 0 : 1 0 20 1 8 0 8 1 6 1 8 0 1Page of 2 08 / 1 0 / 2 0 1 8 00 : 5 2 : 2 9 188 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 : 08 / 0 9 / 2 0 1 8 08 / 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 8 1 6 1 8 0 18 0 N L O S A N G E L E S , L O S A N G E L E S WA R R A N T 20 : 0 0 : 1 3 08 / 0 9 / 2 0 1 8 10 1 5 RP T VP D OU R I Q U E , C A R L O S *3 2 E 20 : 0 3 : 1 0 2 0 : 0 5 : 2 1 21:12:39 20 : 4 1 : 4 3 20 1 8 0 8 1 6 2 0 0 50 3 0 G I F F O R D A V , V E R N O N 48 4 R PR E M I E R M E A T C O 23 : 4 7 : 0 0 08 / 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 3 3 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 2 E 23 : 4 8 : 4 5 2 3 : 4 8 : 4 5 00:41:26 23 : 5 2 : 3 2 VP D VA L E N Z U E L A , F E R N A N D O 40 23 : 5 1 : 0 4 00:41:26 23 : 5 5 : 5 8 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 1 0 / 2 0 1 8 00 : 5 2 : 2 9 189 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 : 08 / 1 0 / 2 0 1 8 08 / 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 8 1 6 2 0 3 43 0 5 S S A N T A F E A V , V E R N O N MI S P R 00 : 5 4 : 1 6 08 / 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 3 3 7 C A 0 1 9 7 3 0 0 VP D MA R T I N E Z , G A B R I E L *S 6 01:10:50 00 : 5 4 : 1 6 VP D ZO Z A Y A , O S C A R 41 W 03:44:29 00 : 5 4 : 1 8 20 1 8 0 8 1 6 2 0 4 E S L A U S O N A V / / A L C O A A V , V E R N O N PE D C K 02 : 5 0 : 3 6 08 / 1 0 / 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 3 3 8 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *3 2 E 03:27:04 02 : 5 0 : 3 6 VP D VA L E N Z U E L A , F E R N A N D O 40 02 : 5 0 : 3 9 02:57:12 20 1 8 0 8 1 6 2 0 6 33 6 5 E 2 6 T H , V E R N O N 90 2 T UN K 03 : 5 2 : 4 9 08 / 1 0 / 2 0 1 8 CC N 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 3 3 9 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *3 2 E 03 : 5 5 : 0 9 0 3 : 5 5 : 1 2 04:48:32 03 : 5 6 : 5 9 20 1 8 0 8 1 6 2 1 0 SA N T A F E / / P O R T E R , V E R N O N RE C 06 : 0 4 : 3 4 08 / 1 0 / 2 0 1 8 RP T 10 1 5 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 3 4 0 C A 0 1 9 7 3 0 0 VP D ZO Z A Y A , O S C A R *4 1 W 07:18:04 06 : 0 4 : 3 4 VP D OU R I Q U E , C A R L O S 32 E 06:45:08 06 : 0 6 : 5 5 VP D VA L E N Z U E L A , F E R N A N D O 40 06 : 0 4 : 3 6 06:38:56 06 : 1 7 : 1 6 VP D MA R T I N E Z , G A B R I E L S6 06:33:34 06 : 1 3 : 3 2 20 1 8 0 8 1 6 2 1 7 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 90 2 T RU D Y T O V A R 08 : 4 0 : 3 5 08 / 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 3 4 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 08 : 4 2 : 1 0 0 8 : 4 2 : 3 2 08:52:46 08 : 5 1 : 3 7 VP D VA S Q U E Z , L U I S 25 W 09 : 2 7 : 1 7 09:27:25 VP D DO C H E R T Y , M I C H A E L 91 E 08 : 4 5 : 3 8 10:13:13 09 : 0 0 : 4 1 1Page of 3 08 / 1 1 / 2 0 1 8 02 : 2 9 : 3 4 190 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 : 08 / 1 0 / 2 0 1 8 08 / 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 8 1 6 2 2 3 45 0 7 M A Y W O O D A V , V E R N O N 90 1 T UN I T E D P A C I F I C D I S T 10 : 2 8 : 1 0 08 / 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 3 4 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 6 W 10 : 2 9 : 0 1 1 0 : 2 9 : 0 3 11:17:43 10 : 3 2 : 1 0 VP D VI L L E G A S , R I C H A R D 32 E 10 : 2 9 : 5 4 11:17:43 20 1 8 0 8 1 6 2 2 7 56 3 7 S D I S T R I C T B L , V E R N O N 90 2 T ST E E L S E R V I C E S 12 : 4 2 : 5 9 08 / 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 3 4 3 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 12 : 4 4 : 2 5 1 2 : 4 4 : 5 2 13:37:5013:52:45 12 : 5 2 : 5 4 20 1 8 0 8 1 6 2 3 1 42 1 5 E X C H A N G E A V , V E R N O N 20 0 0 1 R AT & T M O B I L I T Y 8 0 0 6 3 5 6 8 4 0 4 13 : 1 6 : 5 4 08 / 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 3 4 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 *3 2 E 13 : 1 9 : 0 7 14:21:17 13 : 2 9 : 0 2 20 1 8 0 8 1 6 2 3 4 25 7 5 S S A N T A F E A V , V E R N O N HB C CI R C L E K 14 : 2 2 : 3 5 08 / 1 0 / 2 0 1 8 RP T 10 1 5 Co m p 2 6 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 3 4 5 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 15:26:08 14 : 2 2 : 3 5 20 1 8 0 8 1 6 2 3 5 38 1 0 S S A N T A F E A V , V E R N O N 41 5 BA N K O F A M E R I C A 14 : 2 5 : 2 9 08 / 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 3 4 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 E 14 : 2 6 : 4 7 1 4 : 2 7 : 4 6 19:05:56 14 : 4 0 : 2 8 VP D VI L L E G A S , R I C H A R D 32 E 14 : 2 7 : 5 3 15:20:33 14 : 3 7 : 1 7 VP D CH A V E Z , J E R R Y , J R S2 16:28:45 14 : 5 9 : 5 7 20 1 8 0 8 1 6 2 3 7 AT L A N T I C / / D I S T R I C T , V E R N O N 90 1 T R LA S O 15 : 1 0 : 3 3 08 / 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 3 4 6 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 5 W 15 : 1 1 : 3 3 1 5 : 1 1 : 5 2 16:21:29 15 : 3 0 : 5 9 VP D SW I N F O R D , P H I L L I P 26 W 15 : 2 6 : 1 3 16:25:33 15 : 3 5 : 3 0 2Page of 3 08 / 1 1 / 2 0 1 8 02 : 2 9 : 3 4 191 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 : 08 / 1 0 / 2 0 1 8 08 / 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 8 1 6 2 3 7 AT L A N T I C / / D I S T R I C T , V E R N O N 90 1 T R LA S O 15 : 1 0 : 3 3 08 / 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 3 4 6 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 32 E 15 : 2 0 : 3 6 16:21:39 20 1 8 0 8 1 6 2 4 2 HA M P T O N / / F R U I T L A N D A V , V E R N O N 90 2 T PA B L O M E N D O Z A 17 : 1 6 : 5 2 08 / 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 3 4 7 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *2 5 W 17 : 2 1 : 5 0 1 7 : 2 2 : 1 1 18:02:09 17 : 2 6 : 5 7 20 1 8 0 8 1 6 2 4 3 E V E R N O N A V / / S O T O S T , V E R N O N 90 1 T R KY L E 18 : 1 4 : 4 7 08 / 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 3 4 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 2 E 18 : 1 5 : 3 6 1 8 : 1 6 : 2 2 18:53:35 18 : 1 9 : 3 7 VP D VA S Q U E Z , L U I S 25 W 18 : 1 6 : 1 0 18:53:34 18 : 2 0 : 0 7 20 1 8 0 8 1 6 2 5 5 27 0 S W A L N U T A V E , S A N D I M A S MI S P L O C A T E LA S D - S A N D I M A S 21 : 2 5 : 5 2 08 / 1 0 / 2 0 1 8 RP T 20 1 8 0 8 1 6 2 5 9 PA C I F I C B L / / 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 22 : 1 2 : 0 1 08 / 1 0 / 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 3 5 0 C A 0 1 9 7 3 0 0 VP D OU R I Q U E , C A R L O S *1 7 W 22:58:46 22 : 1 2 : 0 1 VP D VE L A S Q U E Z , R I C H A R D 31 W 22 : 1 5 : 5 2 2 2 : 1 5 : 5 2 22:50:07 22 : 1 7 : 0 3 * D e n o t e s P r i m a r y U n i t 3Page of 3 08 / 1 1 / 2 0 1 8 02 : 2 9 : 3 4 192 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 : 08 / 1 1 / 2 0 1 8 08 / 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 8 1 6 3 0 9 46 1 5 A L C O A A V , V E R N O N AS T V F D 13 : 3 6 : 5 4 08 / 1 1 / 2 0 1 8 AS S 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 3 5 1 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 13 : 3 7 : 3 8 1 3 : 3 7 : 5 5 19:03:50 13 : 4 2 : 3 6 VP D ON O P A , D A N I E L 31 E 13 : 4 1 : 4 6 19:04:20 13 : 4 4 : 1 8 VP D 40 19:40:42 19 : 0 4 : 0 1 VP D VA S Q U E Z , L U I S 41 16 : 3 3 : 4 2 16:46:52 13 : 5 8 : 0 5 VP D HE R R E R A , G U S T A V O S7 16:55:28 13 : 5 1 : 4 2 20 1 8 0 8 1 6 3 1 1 44 1 5 B A N D I N I B L , V E R N O N 48 4 R GT S 16 : 4 4 : 5 4 08 / 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 3 5 2 C A 0 1 9 7 3 0 0 VP D VA S Q U E Z , L U I S *4 1 16 : 4 6 : 5 4 17:40:43 17 : 0 5 : 3 1 20 1 8 0 8 1 6 3 3 0 S S O T O / / L E O N I S B L , V E R N O N SU I C I D A L S U B AN G E L 21 : 1 7 : 3 9 08 / 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 3 5 3 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 5 E 21 : 1 8 : 3 2 2 1 : 1 9 : 0 5 22:49:48 21 : 2 8 : 1 3 VP D ZO Z A Y A , O S C A R 31 21 : 1 8 : 3 3 2 1 : 1 9 : 0 7 21:43:32 21 : 2 2 : 2 6 VP D CH A V E Z , J E R R Y , J R S2 21:43:30 21 : 2 2 : 2 0 20 1 8 0 8 1 6 3 3 5 38 0 5 S S O T O , V E R N O N 24 5 R MI C H E L L E 23 : 4 4 : 5 9 08 / 1 1 / 2 0 1 8 VO I D NR 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 3 5 4 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 5 E 23 : 4 5 : 5 6 2 3 : 4 6 : 1 6 01:42:19 23 : 5 2 : 4 8 VP D ZO Z A Y A , O S C A R 31 23 : 4 5 : 5 7 2 3 : 4 6 : 1 9 01:42:19 23 : 5 1 : 4 8 VP D LU C A S , J A S O N 91 W 23 : 4 7 : 1 9 01:03:02 23 : 4 8 : 3 2 VP D CH A V E Z , J E R R Y , J R S2 00:14:22 23 : 4 8 : 1 3 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 1 2 / 2 0 1 8 03 : 2 3 : 3 4 193 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 : 08 / 1 2 / 2 0 1 8 08 / 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 8 1 6 3 6 0 51 0 7 S D I S T R I C T B L , V E R N O N 48 4 R AL K A M H O M E F A S H I O N 11 : 0 5 : 3 9 08 / 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 3 5 5 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 *4 0 E 11 : 0 7 : 3 9 1 1 : 0 7 : 4 2 11:51:13 11 : 1 4 : 0 6 VP D CE R D A , E U G E N I O 41 W 11:20:40 11 : 1 4 : 1 4 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 1 3 / 2 0 1 8 05 : 5 6 : 1 5 194 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 : 08 / 1 3 / 2 0 1 8 08 / 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 8 1 6 3 9 9 51 0 0 S D I S T R I C T B L , V E R N O N 45 9 S PA C I F I C C O A S T C H E M I C A L 01 : 1 8 : 5 1 08 / 1 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 3 5 7 C A 0 1 9 7 3 0 0 VP D CA M , P A T R I C K *2 5 01 : 2 0 : 4 2 0 1 : 2 1 : 2 2 02:00:47 01 : 2 7 : 0 0 VP D EN C I N A S , A N T H O N Y 41 E 01 : 2 3 : 0 8 04:25:44 01 : 2 3 : 4 3 VP D LU C A S , J A S O N 91 W 01 : 2 0 : 4 4 0 1 : 2 1 : 2 0 03:09:36 01 : 2 3 : 3 0 VP D ES T R A D A , I G N A C I O S4 01 : 2 9 : 5 1 03:23:51 01 : 5 7 : 2 0 20 1 8 0 8 1 6 4 0 1 47 2 0 E D I S T R I C T B L , V E R N O N 90 1 T 02 : 0 0 : 2 1 08 / 1 3 / 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 3 5 6 C A 0 1 9 7 3 0 0 VP D ES T R A D A , I G N A C I O *S 4 02:25:30 02 : 0 0 : 4 0 VP D CA M , P A T R I C K 25 02 : 0 0 : 4 8 04:02:45 02 : 0 7 : 5 2 20 1 8 0 8 1 6 4 0 2 44 0 1 D O W N E Y R D , V E R N O N 48 4 R GO L D E N W E S T T R A D I N G 03 : 2 1 : 4 7 08 / 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 3 5 9 C A 0 1 9 7 3 0 0 VP D EN C I N A S , A N T H O N Y *4 1 E 04 : 2 5 : 4 6 05:15:48 04 : 3 1 : 2 8 20 1 8 0 8 1 6 4 0 3 BA N D I N I B L / / A T L A N T I C B L , V E R N O N LP R 03 : 5 8 : 1 3 08 / 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 3 5 8 C A 0 1 9 7 3 0 0 VP D LU C A S , J A S O N *9 1 W 04 : 0 2 : 4 0 04:30:48 04 : 0 7 : 2 7 VP D CA M , P A T R I C K 25 04:30:47 04 : 0 2 : 4 7 VP D ES T R A D A , I G N A C I O S4 04:30:48 04 : 0 7 : 2 9 20 1 8 0 8 1 6 4 1 4 43 5 0 F R U I T L A N D A V , V E R N O N FO U N D UN K 07 : 2 6 : 1 4 08 / 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 3 6 0 C A 0 1 9 7 3 0 0 VP D NE W T O N , T O D D *4 0 W 07 : 2 9 : 2 9 0 7 : 2 9 : 3 0 08:01:32 07 : 3 9 : 4 3 20 1 8 0 8 1 6 4 1 5 22 2 1 E 5 5 T H , V E R N O N 48 4 R CI T Y O F V E R N O N R E C Y C L I N G S T A T I O N 07 : 5 3 : 5 9 08 / 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 3 6 1 C A 0 1 9 7 3 0 0 1Page of 2 08 / 1 4 / 2 0 1 8 04 : 5 1 : 2 8 195 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 : 08 / 1 3 / 2 0 1 8 08 / 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 8 1 6 4 1 5 22 2 1 E 5 5 T H , V E R N O N 48 4 R CI T Y O F V E R N O N R E C Y C L I N G S T A T I O N 07 : 5 3 : 5 9 08 / 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 3 6 1 C A 0 1 9 7 3 0 0 VP D ON O P A , D A N I E L *3 2 07 : 5 6 : 2 0 0 7 : 5 6 : 2 1 08:35:54 08 : 0 1 : 2 7 VP D NE W T O N , T O D D 40 W 08:35:55 08 : 0 7 : 0 0 20 1 8 0 8 1 6 4 2 1 30 0 7 B A N D I N I B L , V E R N O N GT A R AN N K I M F A S H I O N 08 : 5 9 : 2 8 08 / 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 3 6 2 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 E 09 : 0 1 : 1 3 0 9 : 0 1 : 1 3 09:33:32 09 : 1 2 : 4 3 20 1 8 0 8 1 6 4 6 5 28 0 1 E 4 6 T H , V E R N O N 24 5 R FA S H I O N N O V A 18 : 5 5 : 5 9 08 / 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 3 6 3 C A 0 1 9 7 3 0 0 VP D CE R D A , P A U L , J R *4 1 E 19 : 0 8 : 0 9 19:54:36 19 : 1 6 : 4 3 VP D LU C A S , J A S O N 40 19:35:09 19 : 1 6 : 4 7 20 1 8 0 8 1 6 4 7 0 S S O T O / / B A N D I N I B L , V E R N O N 90 2 T YU R I 19 : 5 5 : 5 3 08 / 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 3 6 4 C A 0 1 9 7 3 0 0 VP D RO D R I G U E Z , F E R N A N D O *S 1 20 : 0 3 : 5 5 2 0 : 0 3 : 5 9 20:27:02 20 : 1 9 : 2 1 VP D LU C A S , J A S O N 40 20:24:57 20 : 1 9 : 1 7 VP D EN C I N A S , A N T H O N Y 41 E 20 : 1 3 : 0 3 20:40:29 20 : 1 9 : 1 9 * D e n o t e s P r i m a r y U n i t 2Page of 2 08 / 1 4 / 2 0 1 8 04 : 5 1 : 2 8 196 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 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 : 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 Re c e i v e d Co m p l a i n t On S c e n e * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 1 5 / 2 0 1 8 04 : 5 9 : 1 4 08 / 1 4 / 2 0 1 8 - - N O R E P O R T S F I L E D 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 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 : 08 / 1 5 / 2 0 1 8 08 / 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 8 1 6 5 4 5 39 0 0 O L Y M P I C B L V D , L O S A N G E L E S LO C A T E CI T Y W I D E T O W 02 : 5 8 : 4 6 08 / 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 03:40:43 02 : 5 9 : 2 8 20 1 8 0 8 1 6 5 9 3 AL C O A A V / / F R U I T L A N D A V , V E R N O N 90 1 T SP R I N T 8 6 6 - 3 9 8 - 3 2 8 4 11 : 4 5 : 1 9 08 / 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 CR 2 0 1 8 1 3 6 6 CA0197300 VP D CE R D A , E U G E N I O *2 6 E 11 : 4 6 : 2 5 12:50:11 11 : 5 5 : 1 9 VP D SW I N F O R D , P H I L L I P 40 W 12:39:15 12 : 1 1 : 0 7 20 1 8 0 8 1 6 5 9 4 S B O Y L E A V / / 4 6 T H , V E R N O N 90 2 T JE R R Y 11 : 4 7 : 4 1 08 / 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 CR 2 0 1 8 1 3 6 5 CA0197300 VP D CE R D A , P A U L , J R *4 1 11 : 4 9 : 2 8 1 1 : 4 9 : 2 9 12:35:51 11 : 5 7 : 2 7 20 1 8 0 8 1 6 6 1 2 S A L A M E D A / / R O S S , V E R N O N 90 2 T TE R E S A 17 : 5 2 : 0 3 08 / 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 CR 2 0 1 8 1 3 6 8 CA0197300 VP D CE R D A , E U G E N I O *2 6 E 17 : 5 5 : 2 5 19:01:24 18 : 0 1 : 5 3 VP D SW I N F O R D , P H I L L I P 40 W 18:21:00 18 : 0 0 : 1 1 20 1 8 0 8 1 6 6 1 4 43 2 7 F U R L O N G P L , V E R N O N CI V I L VE R N O N C I T Y H O U S I N G 18 : 1 5 : 1 6 08 / 1 5 / 2 0 1 8 RP T CI 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 3 6 7 CA0197300 VP D MA R T I N E Z , G A B R I E L *S 6 18 : 1 7 : 4 7 19:32:02 18 : 1 9 : 5 6 VP D SW I N F O R D , P H I L L I P 40 W 18 : 2 1 : 0 4 18:55:15 18 : 2 3 : 3 5 * D e n o t e s P r i m a r y U n i t 1Page of 1 08 / 2 1 / 2 0 1 8 18 : 0 2 : 5 0 198 City Council Agenda Item Report Agenda Item No. COV-261-2018 Submitted by: Lissette Melendez Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Acceptance of Electrical Easement at 2959 E. 50th Street (APN 6303-024-007) 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 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. Backgroud: The property located at 2959 East 50th Street is being developed and an easement is needed for the installation and maintenance of City owned electrical conduit and equipment serving the property. The Public Works Department has received a fully executed Electrical Easement by 2959 East 50th Street, LLC, owners for the property at the above-mentioned location, Assessor’s Parcel No. 6303-024-007. The easement has been reviewed and approved by the Vernon Public Utilities Department and has been approved as to form by the City Attorney’s Office. Fiscal Impact: Acceptance of the proposed Electrical Easement has no fiscal impact. ATTACHMENTS 1. Electrical Easement - 2959 50th 2. Certificate of Acceptance 199 RECORDING REQUESTED BY and WHEN RECORDED MAIL TO: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attn: City Clerk MAIL TAX STATEMENTS TO: Exempt SPACE ABOVE THIS LINE RESERVED FOR RECORDER'S USE EASEMENT (ELECTRICAL) APN: 6303-024-007 DOCUMENTARY TRANSFER TAX IS NONE —NOT REQUIRED SEC. 11922 REVENUE TAXATION CODE. FOR VALUABLE CONSIDERATION, RECEIPT OF WHICH IS HEREBY ACKNOWLEDGED, 2959 EAST 50TH STREET, LLC, a California limited liability company ("Grantor") HEREBY GRANTS) TO: City of Vernon, a municipal corporation (the "Grantee") An easement for every purpose beneficial to the Vernon Public Utilities Department, including, but not limited to, the right to construct, lay, install, use, maintain, alter, add to, repair, replace, inspect and remove underground and overhead electric and other public utilities, consisting of pole, guys and anchors, crossarms, wires, cables, conduits, manholes, vaults, pull boxes, markers and other fixtures and appliances with the right of ingress and egress in, on, over, under, across and through that certain real property in the City of Vernon, County of Los Angeles, State of California, as described in Exhibit "A" attached hereto and incorporated herein by this reference, and as more particularly shown on the map attached hereto as Exhibit "B" and incorporated herein by this reference. This easement is on a portion of the property owned by the Grantor. The Grantee, and its employees shall have free access to said facilities and every part thereof, at all times, for the purpose of exercising the rights herein granted. [Signatures on Following Page] 200 Date: ~-►~-~ `~ , 2018 GRANTOR: 2959 EAST SOT" STREET, LLC, a California limited liability company ~~~ By: ~ ~ Charles .Dickman Member By: Charles J. Dickman and Sylvia M. Dickman, as Co-Trustees of the Charles J. Dickman and Sylvia M. Dickman Family Tt•ust dated March 17, 1982, Member B ~ v.y• Charles J. Dickman, Trustee Sylv~~I. Dickman, Trustee 2 61578794v2 201 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES f~ On J ~~''?~. ~ J ~ Z ~ ~~ ,before me, ~~~-~ ~ ~r~ ~~~-►~~ , a Notary Public, personally appeared C~~~-- ~ ` J • ~' c ~~<'~, who proved to me on the basis of satisfactory evidence to be the person(.a~j whose name( is/atesubscribed to the within instrument and acknowledged to me that he/s-~t-k~ executed the same in his/l r authorized capacity(}, and that by his/he it signature~n the instrument the person or the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ._ , ADAM S. GOLDMAN '~"' Commission # 2138816 Z ; ~a' s Notary Public -California D z ~ • Los Angeles County '"' ' ~ My Comm. Expires JaFl 13, 2020 (SEAL) 61578794v2 202 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES U Y~ p J ~. ~GJd ~ On ~ r~ e. ~ ~ Z ~ ~ ,before me, ~''/~-~-~-- ~ , a Notar y Public, personally appeared ~ " / V } ~, ~ ~ U' ~ ~'` ~~ ,who proved to me on the basis of satisfactory evidence to be the person( whose name() is/subscribed to the within instrument and acknowledged to me that he/hey executed the same in his/~5:~/their authorized capacity(i~s~, and that by his/~`~/their signature~on the instrument the persor~), or the entity upon behalf of which the person cted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ADAM S. GOLDMAN Commission # 2138816 Notary Public -California D Los Angeles County -~ My Comm. Expires Jai 13, 2020 (SEAL) 61578794v2 203 PSOMAS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 EXHIBIT A LEGAL DESCRIPTION That portion of the westerly 165.70 feet of the easterly 205.70 feet of Lot 28 of the 500 Acre Tract of the Los Angeles Fruit Land Association, in the City of Vernon, County of Los Angeles, State of California, as per Map recorded in Book 3, Pages 156 and 157 of Miscellaneous Records, in the office of the County Recorder of said County, and lying southerly of the southerly line of that certain strip of land, 17 feet wide, described as Parcel 9 in the Deed to the Central Manufacturing District Inc., recorded in Book 4752, Page 265 of Official Records of said County, more particularly described as follows: Commencing at the southeasterly corner of said Lot 28, being a point on the centerline of E. 50~' Street, 40.00 feet wide; thence northerly along the easterly line of said Lot, North 00 ° O 1' 16" West 20.00 feet to the northerly right of way line of said street; thence westerly along said right of way line, North 90 `0'00" West 40.00 feet to the easterly line of the westerly 165.70 feet of said Lot; thence northerly along said easterly line, North 00 ~ 1' 16" West 67.92 feet; thence departing said easterly line, South 89 ° 58'44" West 0.78 feet to the True Point of Beginning; thence southerly, parallel with said easterly line of the westerly 165.70 feet, South 00 ~ 1' 16" East 16.00 feet; thence South 89 ° 58'44" West 21.00 feet; thence North 00 ~ 1' 16" West 4.14 feet; thence South 89°58'44" West 19.60 feet; thence South 41°25'31" West 74.74 feet to said northerly right of way line of E. 50`}' Street; thence westerly along said right of way line, North 90 ° 00'00" West 6.67 feet to an intersection with a line parallel with and distant 5.00 feet northwesterly from previously described line having a bearing and distance of South 41°25'31" West 74.74 feet; thence departing said right of way line northeasterly along said parallel line, North 41°25'31" East 81.41 feet to a line parallel with and distant 5.00 feet northerly of previously described line having a bearing and distance of South 89 ° 58'44" West 19.60 feet; thence easterly along said parallel line, North 89 ° 58'44" East 21.85 feet; thence North 00 `~ 1' 16" West 6.86 feet; thence North 89 ° 58'44" East 21.00 feet to the True Point of Beginning. This legal description is delineated on accompanying "Exhibit B", is made a part hereof for reference purposes, and is not intended to be used in the conveyance of land in violation of the Subdivision Map Act of the State of California. Prepared u der the direction of ~o~p~ u~a s~9 7.3!• Zo/ S ~ ~~ '~° a 4 Douglas R. Howard, PLS 6169 Date ~, 8~$8 Psomas * 3' d ~~ Sheet 1 of 1 ~~jq~, i~Q~~ 1\cloudfs-la\cloudfs\CloudFS-LA~Projects\1MOY010100\SURVEY~LEGALS~L,GLOI.doc OF Cal' 7/31/2018 dlr: DRH 204 EXHIBIT B MAP TO ACCOMPANY LEGAL DESCRIPTION ELECTRICAL EASEMENT CITY OF VERNON S90'00'00"E 165.7' 20' 10' d' 20' 40' SCALE: 1 " = 20' ~ ~ ~J ~ \ ~ ~~ ~~ ~ ~ ~> > ~ J c) ~~ ~~ ~s~~cJ ~ ~~~~~ ~fi~~cr~c~ ,~~ c~ rJ r ~ , ~ r~' , \J ~ i ~i~' ~ L1 ~ PJR, N89'58 44 E J~~ ~ ~—~ 6 o ~ 21.85' z~ /~- J 19.60' J L3 / S 89' S8' 44"W ~~/ ~~ ~ ~ '~ "/ ,~~ ,~~ ~~ry~ ',~~ ~ ~h ~~ S~ ~ / N90'00'00"W LINE TABLE LINE BEARING DISTANCE L1 S89'58~44"W 0.78' L2 S00'01'16"E 16.00' L3 S89'58~44"W 21.00' L4 N00'01'16"W 4.14' L5 N00'01'16"W 6.86' L6 N 89'58' 44"E 21. QO' 6.67' N90'00'00"W 165.7' E 50TH STREET 0 N 0 N SHEEP 1 OF 1 SHEEfS DESC. /N DEED /N BK. 4752, PG 265 O.R. `r' r PJ' F~. 2~3 10 O ~R Q ~h~~~ ~.N~Qh ~VQZ Q~O~~ ~~~ ~ V 0 ~ V ~ ~ ~ W~~"~i~ 90'00'00"W 40.00' co ~o ~o 00 O O Z P.O. C. DATE: 3/28/2018 JOB N0: 1MOY010100, TASK 100 27' ADDRESS: 2959 E. 50TH AVENUE March 28, 2018 — 05:30:21 DWG Name: W:\1lAOY076100\SURVEY\LEGALS\V—LG01 By. doniel.rahe 205 CERTIFICATE OF ACCEPTANCE (California Government Code Section 27281) This is to certify that interests in real property conveyed to or created in favor of the City of Vernon by that certain Electrical EasementdatedJune 11, 2018,executed by 2959 East 50TH Street, LLC,is hereby accepted by the undersigned officer on behalf of the City pursuant to the authority conferred by Minute Orderbythe City Council of the City on September 4,2018, and the grantee consents to recordation thereof by its duly authorized officer. Dated: _______________,2018 CITY OF VERNON ________________________________ YVETTE WOODRUFF-PEREZ, Mayor ATTEST: MARIA E. AYALA,City Clerk APPROVED ASTO FORM: HEMA PATEL, City Attorney 206 City Council Agenda Item Report Agenda Item No. COV-267-2018 Submitted by: Vincent Rodriguez Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Award of a Services Agreement to Mariposa Landscapes, Inc. for Grounds Maintenance Services Recommendation: A. Find that approval of the proposed Agreement with Mariposa Landscapes, Inc. is exempt from the California Environmental Quality Act (CEQA) review in accordance with CEQA Guidelines Section 15301 (Existing Facilities), part (h) (maintenance of existing landscaping), because the project is merely to maintain the existing landscaping and general lawn care; and B. Approve a Services Agreement with Mariposa Landscapes, Inc., in substantially the same form as submitted herewith, for a three (3) year term in an amount not-to-exceed $128,952 ($42,984 per year) for Grounds Maintenance Services; and C. Authorize the City Administrator to execute the Services Agreement with Mariposa Landscapes, Inc. with an effective date of October 1, 2018. Backgroud: On May 7, 2018, the City Administrator authorized a Request for Proposals (RFP) to seek bids from qualified contractors to facilitate the Grounds Maintenance Services to the City of Vernon. Some tasks in the scope of work included: Litter Control, Lawn Care, General Landscape Maintenance and Seasonal Flower Planting. The Public Works Department issued the RFP soon thereafter. The RFP was advertised on the City's website and posted on the Blue Book Network, eBidboard, and the Huntington Park Bulletin. In addition, a few firms that specialize in these services were notified of the RFP. The Public Works Department received two (2) bids on June 18, 2018 from So Cal Landscape Maintenance ("So Cal Landscape") and Mariposa Landscapes, Inc. ("Mariposa"). Staff members from the City’s Public Works Department reviewed each proposal and interviewed all of the applicants’ references. Upon review and reference checks, City staff recommends that the subject services agreement be awarded to Mariposa. The proposed services agreement has been approved as to form by the City Attorney’s office. Fiscal Impact: This agreement will be for three years at a cost of $42,984 per year for a total cost of $128,952. Associated costs for Grounds Maintenance was budgeted in FY 2018-2019 in the Public Works-City Buildings portion of the budget and will also be budgeted in the upcoming fiscal years. ATTACHMENTS 1. Services Agreement with Mariposa Landscapes, Inc.207 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND MARIPOSA LANDSCAPES, INC. FOR GROUNDS MAINTENANCE SERVICES FOR FISCAL YEARS 2019-2021 COVER PAGE Contractor: Mariposa Landscapes, Inc. Responsible Principal of Contractor: Terry Noriega, President Notice Information - Contractor: Mariposa Landscapes, Inc. 6232 Santos Diaz Street Irwindale, CA 91702 Attention: Mr. Terry Noriega, President Phone: (800) 794-9458 Facsimile: (626) 960-8477 Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall, Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 Commencement Date: October 1, 2018 Termination Date: September 30, 2021 Consideration: Total not to exceed $128,952.00 (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 208 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND MARIPOSA LANSCAPES, INC. FOR GROUNDS MAINTENNACE SERVICES FOR FISCAL YEARS 2019-2021 This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and Mariposa Landscapes, Inc., a California corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on August 21, 2018. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals issued on or about May 30, 2018, Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated June 18, 2018, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 209 3 4.0 TERM. The term of this Contract shall commence on October 1, 2018, and it shall continue until September 30, 2021, unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed one hundred twenty-eight thousand nine hundred fifty-two dollars and no cents ($128,952.00) without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 210 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 211 5 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary 212 6 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under 213 7 the performance of the services. iv. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by 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 214 8 insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 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, 215 9 holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to 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 216 10 the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such 217 11 party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 218 12 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 219 13 If to the Contractor: Mariposa Landscapes, Inc. Attention: Mr. Terry Noriega, President 6232 Santos Diaz Street Irwindale, CA 91702 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such 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 220 14 default as a result of Force Majeure. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access 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. 221 15 The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 LIVING WAGES Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit 222 16 “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing wages on public works, and related regulations, apply to all City contracts. In addition, the selected consultant 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. If Living Wage Provisions and Prevailing Wage provisions should both apply to this Contract, Contractor and all of its Subcontractors shall pay the higher of the applicable wages to the extent required by law. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. [Signatures Begin on Next Page]. 223 17 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Yvette Woodruff-Perez, Mayor Mariposa Landscapes, Inc., a California corporation By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Brian Byun, Senior Deputy City Attorney 224 18 EXHIBIT A REQUEST FOR PROPOSALS 225 City of Vernon Request for Proposals (RFP) GROUNDS MAINTENANCE SERVICES FY 2019 - 2021 City of Vernon Department of Public Works 4305 Santa Fe Avenue, Vernon, CA 90058 Phone: (323) 583-8811 226 City of Vernon Grounds Maintenance Services Request for Proposals 1. INTRODUCTION AND PROJECT The City of Vernon is requesting proposals from contractors to conduct professional grounds maintenance services at various locations in the City. The City will select one contractor, based on demonstrated competence and a cost effective approach to delivering professional level services. 2. BACKGROUND The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is located approximately 5 miles southeast of downtown Los Angeles California. Over its long history, Vernon has been developed as an industrial community. At the turn of the 20th century the lands that make up Vernon were comprised largely of farmlands. The presence of three major rail lines in the area led influential business and property owners to encourage the railroad companies to run spur lines onto the farmlands. These rail extensions enabled the creation of an “exclusively industrial” city. By the 1920’s, Vernon was attracting large stockyards and meatpacking facilities. In the 1930’s, Vernon became the location of choice for many heavy industrial plants. As economic conditions changed over the decades, these large scale industrial operations have relocated out of Southern California and Vernon has attracted smaller, lighter industrial facilities. The City’s business friendly environment, low cost utilities and key location for trucking and rail transport continue to position Vernon as an ideal location for industrial uses. City Government: The City Council consists of five members, elected at-large, who serve five-year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro Tem from its own membership to serve one-year terms. Labor Force: Vernon has approximately 280 employees, and its departments include a Fire Department, Police Department, Finance Department, Public Works Department, Public Utilities Department and Health and Environmental Control Department. Present bargaining units recognized include the Vernon Police Officers Benefit Association, Vernon Police Management Association, Vernon Firemen’s Association, the Vernon Fire Management Association, International Brotherhood of Electrical Workers Local 47, and Teamsters Local 911. 3. SCOPE OF SERVICES REQUIRED The City of Vernon is seeking the services of a highly qualified contractor to provide Grounds Maintenance Services to the City. The contractor shall utilize green products whenever possible. A list of green products to be utilized by the contractor shall be pre-approved by the City prior to use. The Scope of Services and listed below: Litter Control 227 City of Vernon Grounds Maintenance Services Request for Proposals A. Weekly: (City Hall, Petrelli Building & Fire Station No. 77) 1. Perform comprehensive evaluation of grounds to ensure they are kept litter free. Any removed litter shall be disposed of in a designated disposal area. B. Weekly: (Public Utilities & 50th Street Apartments) 1. Perform comprehensive evaluation of grounds to ensure they are kept litter free. Any removed litter shall be disposed of in a designated disposal area. Lawn Care A. Weekly: (City Hall & Public Utilities) 1. Lawns shall be maintained in accordance with the best practices of the trade and horticultural procedures. As such, the lawns shall be kept weed free and be fertilized as needed. General Landscaping Maintenance A. Weekly: (City Hall & Fire Station No. 77) 1. Perform General Landscaping Maintenance including mowing, trimming, tree pruning, weeding, fertilization, planting, herbicide application, and irrigation maintenance. B. Weekly: (City Hall, Public Utilities, Petrelli Building, and 50th Street Apartments) 1. Perform General Landscaping Maintenance including mowing, trimming, tree pruning, weeding, fertilization, planting, herbicide application, and irrigation maintenance. 2. Clean washroom, court yard, and parking lot at 50th Street Apartments. Seasonal Flower Planting: A. Three Times Annually: (City Hall Monument Planter, First Floor City Hall Entrance, and East parking staircase.) 1. Perform Seasonal Flower planting three times annually. The variety of flowers to be planted shall be determined by the City of Vernon. 4. GENERAL REQUIREMENTS A. City staff shall not be required to inform contractor when to perform as needed maintenance/cleaning; the contractor is expected to anticipate the need and, if within the scope of the Agreement, perform the required services. B. The contractor shall provide a call out list with regularly updated telephone numbers to handle emergency or unusual grounds maintenance services. 228 City of Vernon Grounds Maintenance Services Request for Proposals C. The contractor shall provide a list of all employees and their supervisors who may work upon the City’s premises. D. A periodic meeting to review service performance will be conducted at the request of the City. Attendees shall include the City’s Public Works Project Coordinator, a representative of the contractor, and City Maintenance Supervisor or his designee. E. The contractor shall maintain a C27 California Landscape Contractor’s license, and will comply with all other license and permit requirements of the City, State and Federal Governments, as well as other requirements of the law. F. A log sheet shall be provided by the City. All employees assigned by the contractor to work in each facility shall sign in at the beginning of the work shift and upon leaving that facility. G. It is mandatory that the contractor have a supervisor on duty 7 days a week. The contractor shall provide to the City a designated cell-phone number for general and emergency correspondence. H. The contractor shall provide appropriate work uniforms for all personnel. Uniforms shall be worn at all times while performing work in City facilities. The name of the company must appear on the front of each uniform. Each employee shall have a picture identification nametag with company name pinned on front of uniform at all times. I. The contractor shall be required to assign a designated English-speaking supervisor as their Project Supervisor. J. The contractor shall provide an annual maintenance schedule outlining specific tasks to be performed. K. All equipment and supplies necessary to perform the requested services, including but not limited to tractors, lawn mowers, edgers, trucks, seed mulch, fertilizers, pesticides, and replacement plant materials shall be supplied. All supplies will be of a name brand and not privately labeled. L. Reasonable Time Frames are defined as follows: 1. Emergency service notification must be respond within two hours; 2. Areas impacted and affected by health and safety issues shall be barricaded to inform the public and City personnel of potential dangers in that area; and 3. All other issues will receive written notification (“Punch List”) giving two (2) working days for completion. If the deficiency is not corrected within the required two-day period, any item that has not been corrected may be completed by the City or by other contractual services and actual costs will be charged to the contractor without further notification. M. General Work Conditions: 229 City of Vernon Grounds Maintenance Services Request for Proposals 1. All damages that, in the City’s opinion, are due to the contractor’s operation shall be repaired at the contractor’s expense; 2. The contractor shall meet standards of local, state, and federal requirements including safety regulations for equipment. All personnel shall be equipped with proper Personal Protective Equipment; 3. It shall be the contractor’s responsibility to inspect and identify any practices and conditions that render any portion of the maintained areas unsafe; 4. If any person employed by the contractor, or any subcontractor, fails or refuses to carry out the directions of City management or, in the City’s opinion, is incompetent, disorderly, or uses threatening or abusive language to any person on the work site, that employee or subcontractor shall be discharged from the project immediately; and 5. The contractor warrants that in the performance of this Agreement, it shall comply with all Federal, State and local laws and ordinances. 5. SPECIFICATIONS FOR STANDARD WORK PRACTICES A. Mowing: 1. The contractor shall, prior to mowing, thoroughly clean their mowing equipment to ensure seeds from different species of grass do not contaminate the City’s lawns. Lawns shall be mowed at a height between 2” and 3”. The contractor shall adjust lawn mowing height if requested by the City of Vernon Grounds Maintenance Foreman. Trash and debris, if present, shall be removed and disposed of prior to mowing. All rotary mowing equipment will have the blades replaced with sharpened blades on a weekly basis, so as not to tear the grass. B. Trimming: 1. The contractor shall be responsible at every mowing for trimming around trees, sign posts, near buildings, and any other part of the lawn area where lawn mowers may not be able to reach during mowing. Trimmed areas shall be at the same level as the mowing level of the lawn. Care will be taken to avoid damaging trees, shrubs, buildings, and objects. C. Shrub and Bed Maintenance: 1. All small ornamental trees shall be pruned to remove dead, diseased, and miss-shaped limbs. All limbs that are removed shall be done so in accordance with the best practices of the trade and horticultural procedures; and 230 City of Vernon Grounds Maintenance Services Request for Proposals 2. Small flowering and multi-trunked tress shall be pruned in accordance with the standards for the particular species. 3. When ivy or any ground cover show signs of dying off for any reason, contractor shall replant and remedy the problem by adding a non-emergent herbicide. D. Tree Care: 1. The contractor shall remove dead limbs and branches from all trees on an as needed basis. Any branch perceived as a safety issue will be removed immediately. All cuts shall be in accordance with trade standards and horticultural procedures; 2. The contractor shall immediately prune trees obstructing pedestrian or automobile traffic. If the tree in question cannot be maintained in an acceptable aesthetic manner, the contractor shall recommend removal to the Grounds Maintenance Forman. The contractor shall not perform any tree removals until such time that he/she receives written approval from the Grounds Maintenance Forman; and 3. The contractor shall prune all trees on an annual basis, per horticultural acceptable standards, in order to maintain the aesthetic properties of the specific tree species. E. Weed Control: 1. All shrubs and groundcover beds shall be kept weed and liter free; 2. Broadleaf weeds shall be removed by hand and/or by application of a non-selective herbicide; 3. Weeds growing in sidewalks, curbs, gutters, medians, and parking areas shall be removed continuously during the term of this agreement; and 4. Pre-emergent shall be added to all shrubs and groundcover beds. This application shall be done on an as needed basis, which shall be determined by the Grounds Maintenance Forman, or his designee. F. Irrigation System Maintenance: 1. The contractor shall perform an audit to ensure adequate irrigation coverage is achieved; clocks, valves, and sprinkler heads are functioning as designed; and 2. The contractor shall check irrigation facilities for leaks and repair as necessary. This will include, but not limited to valves, sprinkler heads, quick couplers, broken lines including main lines. G. Ongoing Irrigation System Maintenance: 1. The contractor shall adjust heads, clean nozzles and valves, monitor all parts and irrigation schedules to make sure the system is operating correctly and efficiently. The City of Vernon Grounds Maintenance Foreman, or his designee will ensure that the irrigation system is functional at the start of this agreement. 231 City of Vernon Grounds Maintenance Services Request for Proposals 6. QUALIFICATIONS & CRITERIA A. Qualifications: The City of Vernon will select one contractor for all of the outlined Scope of Service on the basis of qualifications, experience, and cost. The following are the minimum qualifications to be used to evaluate responses to this Request for Proposals: 1. The contractor shall have three (3) years of professional experience providing Grounds Maintenance Services in a government or commercial setting. 2. Have in place all labor, equipment, materials, tools, and supervision required to perform the work associated with this service. 3. Hold the necessary City, County, State, and Federal permits or licenses to perform this service. 4. The contractor shall carry insurance in accordance with the provisions set-forth in Attachment “B” (Sample Standard Form Contract). 5. The contractor shall be registered with the California Department of Industrial Relations and qualified to perform public work pursuant to Labor Code Section 1725. B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial evaluation of proposals received in response to this RFP. All proposals received will be reviewed and evaluated by a committee of qualified personnel. The name, information, or experience of the individual members will not be made available to any proposer. The Evaluation Committee will first review and screen all proposals submitted, except for the cost proposals, according to the minimum qualifications set forth above. The following criteria will be used in reviewing and comparing the proposals and in determining the highest scoring bid: 1. 40% Qualifications, background and prior experience of the contractor in the Service Area(s) being proposed, experience of key staff assigned to oversee services provided to Vernon, evaluation of size and scope of similar work performed and success on that work. 2. 30% Cost and fees to the City for handling matters. Cost is not the sole determining factor but will be taken into consideration. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. If rates differ for different types or levels of service, or for different Service Areas, the Proposer should so state. 3. 10% Responsiveness to the RFP, and quality and responsiveness of the proposal. 4. 20% References including past performance of proposer. 7. FORMAT AND DELIVERY OF RESPONSE Respondents are asked to submit one (1) unbound original, seven (7) hard copies and one (1) electronic copy (via email to dwall@ci.vernon.ca.us) of their proposals in sufficient 232 City of Vernon Grounds Maintenance Services Request for Proposals detail to allow for a thorough evaluation and comparative analysis. The proposal should include, at a minimum, the following information in sectionalized format addressing all phases of the work in the RFP. A. Format: Limit your proposal to 20 typed 8.5” X 11” pages, or fewer, on white bond paper of at least 20-pound weight single sided (excluding cover letter and attachments. You may attach a brochure if you wish, but it must be as a separate attachment and independent from the required elements noted above. 1. Use a conventional typeface with a minimum font size of 12 points. Use a 1” margin on all boarders. 2. Organize your submittal in the order described above. 3. Prominently label the package: “Grounds Maintenance Services FY 2019- 2021 ” and include the name of the primary contact for the respondent. Deliver the response to: City of Vernon Attention: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 4. Responses are due on or before 5:00 p.m. on June 18, 2018. Late response will not be accepted. 5. If you have any questions about this RFP, please contact Vince Rodriguez at (323) 583-8811 ext. 220. Please note that any questions asked and any response provided by Vernon will be sent to every person who will be submitting a proposal, to the extent the City is aware of them. B. Cover Letter: All proposals shall include a cover letter which states that the proposal shall remain valid for a period of not less than ninety (90) days from the date of submittal. If the proposal contemplates the use of sub-contractors, the sub- contractors shall be identified in the cover letter. If the proposal is submitted by a business entity, the cover letter shall be signed by an officer authorized to contractually bind the business entity. With respect to the business entity, the cover letter shall also include: the identification of the business entity, including the name, address and telephone number of the business entity; and the name, title, address and telephone number of a contact person during the proposal evaluation period. C. Introduction: Present an introduction of the proposal and your understanding of the assignment and significant steps, methods and procedures to be employed by the proposer to ensure quality deliverables that can be delivered within the required time frames and your identified budget. D. General Scope of Work: Briefly summarize the scope of work as the proposer perceives or envisions it for each Service Area proposed. 233 City of Vernon Grounds Maintenance Services Request for Proposals E. Work Plan: Present concepts for conducting the work plan and interrelationship of all projects. Define the scope of each task including the depth and scope of analysis or research proposed. F. Fees and costs: Although an important aspect of consideration, the financial cost estimate will not be the sole justification for consideration. Negotiations may or may not be conducted with the proposer; therefore, the proposal submitted should contain the proposer’s most favorable terms and conditions, since selection and award may be made without discussion with any contractor. All prices should reflect “not to exceed” amounts per item. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. All cost proposals shall be submitted on Attachment C of this RFP. G. Ability of the Proposer to Perform: Provide a detailed description of the proposer and his/her/its qualifications, including names, titles, detailed professional resumes and past experience in similar work efforts/products of key personnel who will be working on the assignment. Provide a list of specific related work projects that have been completed by the proposer which are directly related to the assignment described in this RFP. Note the specific individuals who completed such project(s). Identify role and responsibility of each member of the project team. Include the amount of time key personnel will be involved in the respective portions of the assignment. Respondents are encouraged to supply relevant examples of their professional product. Provide a list of references. The selected contractor shall not subcontract any work under the RFP nor assign any work without the prior written consent of the City. H. Affidavit of Non-Collusion. Proposer must submit a completed and signed, “Affidavit of Non-Collusion.” (Copy attached as Attachment A). 8. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION At any time prior to the due date for responses, the City may make changes, amendments, and addenda to this solicitation, including changing the date due to allow respondents time to address such changes. Addenda, changes, and amendments, if made, will be posted on the City’s website (www.cityofvernon.org), which is deemed adequate notice. A proposer may make a request to the City’s project coordinator to be placed on a list of persons to receive notice of any such addenda, changes, or amendments. The preferred manner of communications is via e-mail due to its timeliness. 9. CONDITIONS FOR RESPONSES TO RFP The following conditions apply to this RFP process: A. Nothing contained in this RFP shall create any contractual relationship between the respondent and the City. 234 City of Vernon Grounds Maintenance Services Request for Proposals B. This RFP does not obligate the City to establish a list of service providers qualified as prime contractors, or award a contract to any respondent. The City reserves the right to amend or cancel this RFP without prior notice, at any time, at its sole discretion. C. The City shall not be liable for any expenses incurred by any individual or organization in connection with this RFP. D. No conversations or agreements with any officer, agent, or employee of the City shall affect or modify any terms of this RFP. Oral communications or any written/e-mail materials provided by any person other than designated contact staff of City shall not be considered binding. E. The City reserves the right, in its sole discretion, to accept or reject any or all Proposals without prior notice and to waive any minor irregularities or defects in a Proposal. The City reserves the right to seek clarification on a Proposal with any source. F. The dates, times, and sequence of events related to this RFP shall ultimately be determined by the City. The schedule shown above is subject to change, at the sole discretion of the City, although the City will attempt to follow it and, if it must be altered, will attempt to provide reasonable notice of the changes. G. Respondents shall not issue any news release pertaining to this RFP, or the City without prior written approval of the City. H. All submitted proposals and information included therein or attached thereto shall become public record upon delivery to the City. 10. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST The City may, at its sole discretion and for any reason whatsoever, withdraw this solicitation at any time. 11. LIVING WAGE ORDINANCE The selected contractor shall pay qualifying employees a wage of not less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. The contractor shall also provide qualifying employees at least twelve days off per year for sick leave, vacation or personnel necessity, and an additional ten days a year of uncompensated time for sick leave. There shall be a prohibition on an employer retaliation against an employee’s complaining to the City with regard to the employer’s compliance with the living wage ordinance. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D” of the standard form contract, attached hereto as 235 City of Vernon Grounds Maintenance Services Request for Proposals B. Upon the City’s request, certified payroll records shall promptly be provided to the City. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing wages on public works, and related regulations, apply to all City contracts. In addition, the selected [contractor/consultant] 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 (with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)). This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. If Living Wage Provisions and Prevailing Wage provisions should both apply to this Contract, Contractor and all of its Subcontractors shall pay the higher of the applicable wages to the extent required by law. 12. STANDARD TERMS AND CONDITIONS Prior to the award of any work hereunder, City and proposer shall enter into the written contract for services attached hereto as Attachment B. Proposers responding to this RFP are strongly advised to review all the terms and conditions of the Contract. The term of the Contract shall not exceed three (3) years. 236 ATTACHMENT A AFFIDAVIT OF NON-COLLUSION 237 City of Vernon Grounds Maintenance Services Request for Proposals AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) _______________________________________________________________, being first duly sworn deposes and says that he/she is ______________________________________________________________________ (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) of________________________________________________________________________________ ______ (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. 238 City of Vernon Grounds Maintenance Services Request for Proposals I certify under penalty of perjury that the above information is correct By:______________________________________ Title:________________________________ Date:____________________________________ 239 City of Vernon Grounds Maintenance Services Request for Proposals ATTACHMENT B STANDARD FORM CONTRACT 240 December 2017 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR [BRIEF DESCRIPTION OF SERVICES] COVER PAGE Contractor: [insert name of contractor] Responsible Principal of Contractor: [insert name, title] Notice Information - Contractor: [insert name of contractor] [insert street address] [insert city, state, zip code] Attention: [insert name, title] Phone: [insert phone number] Facsimile: [insert fax number] Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 number] Commencement Date: July 1, 2018 Termination Date: June 30, 2021 Consideration: Total not to exceed $[insert amount] (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 241 December 2017 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR [BRIEF DESCRIPTION OF SERVICES] This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and [Contractor’s Name], a [State incorporated in] corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on ____________, ____. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals dated ___________, Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated ____________, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 242 December 2017 3 4.0 TERM. The term of this Contract shall commence on July 1, 2018, and it shall continue until June 30, 2021, unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed [state amount] without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 243 December 2017 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 244 December 2017 5 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary 245 December 2017 6 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under 246 December 2017 7 the performance of the services. iv. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by 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 247 December 2017 8 insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 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, 248 December 2017 9 holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to 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 249 December 2017 10 the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such 250 December 2017 11 party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 251 December 2017 12 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 252 December 2017 13 If to the Contractor: Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall 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 253 December 2017 14 that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. 254 December 2017 15 The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 LIVING WAGES Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing 255 December 2017 16 wages on public works, and related regulations, apply to all City contracts. In addition, the selected consultant 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. If Living Wage Provisions and Prevailing Wage provisions should both apply to this Contract, Contractor and all of its Subcontractors shall pay the higher of the applicable wages to the extent required by law. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. [Signatures Begin on Next Page]. 256 December 2017 17 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Yvette Woodruff-Perez, Mayor [CONTRACTOR’S NAME, a [State incorporated in] corporation By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Hema Patel, City Attorney 257 December 2017 18 EXHIBIT A REQUEST FOR PROPOSALS 258 December 2017 19 EXHIBIT B PROPOSAL 259 December 2017 20 EXHIBIT C SCHEDULE 260 December 2017 21 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 261 December 2017 22 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 262 City of Vernon Grounds Maintenance Services Request for Proposals ATTACHMENT C UNIT PRICE PROPOSAL FORM FACILITY MONTHLY COST City Hall (4305 Santa Fe Avenue, Vernon, CA 90058) Fire Station No. 77 (4301 Santa Fe Avenue, Vernon, CA 90058) Petrelli Building (2323 E. Vernon Avenue, CA 90058) 50th Street Apartments (southwest corner of 50th Street and Downey Road) Public Utilities (4963 Soto Street, Vernon CA 90058) TOTAL COST PER MONTH In addition to the information above, the Contractor shall provide a rate schedule for labor and equipment and provide mark-up rates for materials. All repair work shall be performed on a time and materials basis; in accordance with the rate schedule provided by the Contractor; or as a negotiated lump sum cost. The City reserves the right to separately propose the repair or replacement work. Submitted by: ____________________________ Address: ________________________________ Signature: _______________________________ 263 19 EXHIBIT B PROPOSAL 264 CITY OF VERNON PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL GROUNDS MAINTENANCE SERVICES FY 2019-2021 Submitted by: Mariposa Landscapes, Inc. O~IG~I~AL CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., IRWINDALE, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 265 L A N D S June 18, 2018 City of Vernon Department of Public Works 4305 Santa Fe venue Vernon, CA 90058 ~_: ~ P r I N C RE: Request for proposals —Grounds Maintenance Services FY 2019-2021 Thank you for the invitation to submit this proposal. Mariposa Landscapes, Inc. looks forward to provide Landscape maintenance services for City of Vernon. For over 40 years, we have been in business providing similar scale services for other cities, counties and public agencies. Our depth of knowledge and level of experience in our management and supervisory personnel is unmatched by our competitors. We operate thorough most of Southern California with over 600 employees. Our many successful decades of experience in providing similar landscape maintenance services for public entities, enables us to be the most responsible firm who will be committed to provide the best level of service in the city of Vernon. We have thoroughly reviewed all the site conditions. Our price reflects necessary labor, equipment, and material to perForm the work. Our proposal addresses all requirements outlined in the RFP. This proposal shall remain valid for a period of not less than 90 days from the date of submittal. Contacts name during the proposal evaluation period: Joshua Cho, Estimator Phone: (626) 960-0196 Ext 2725 Fax: (626) 960-8477 Contacts Email; joshua(c~mariposa-ca.com Thank You, Terry f~oriega, President CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800794.9458 •FAX 626x960.8477 www.mariposa-ca.com 266 TABLE OF CONTENTS B. COVER LETTER .......................................................................................................................2 C. INTRODUCTION ....................................................................................................................... 3 D. GENERAL SCOPE OF WORK .................................................................................................5 E. WORK PLAN ............................................................................................................................6 F. FEES AND COSTS .................................................................................................................. 7 G. ABILITY OF THE PROPOSER TO PERFORM ........................................................................ 8 H. AFFIDAVIT OF NON-COLLUSION ........................................................................................16 CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 267 C. INTRODUCTION It is our intention to perform this contract per the City requirements as indicated in the proposal documents. We are confident that we will be able to improve over the current level of landscape maintenance that is being provided for the City of Vernon. Our proposal includes labor, materials and equipment to sustain a high level of landscape maintenance throughout fhe term of this contract. Understanding and Approach Project Startup anc0 Quality Control Coordination Meeting The Project Estimator and the Account Manager review the project specifications and visit the project sites) to develop a work plan for the completion of the project per specifications. A meeting including the Account Manager with key personnel responsible for carrying out the work, is held to discuss and coordinate how the project work will be performed. Documentation Prior to commencement of contract work we will thoroughly inspect and document deficiencies. After this is completed for each location, we will provide a detailed list. We will also include a proposal for restoring the area to its original condition if applicable. During the meeting, the Account Manager communicates the work task quality requirements and reinforces heightened awareness for critical requirements. Topics for the meeting include: • Project requirements per specifications. • Record keeping documents and availability of necessary forms • Review methods, sequence of work tasks and timeline. Preparatory Site Inspection The Account Manager performs a quality inspection of the work area and: • Assesses the required work to be done per specifications. o Verifies field measurements. o Assures availability of required equipment and materials to complete the project. Identifies potential problems and develops an action plan to resolve them CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 268 Scheduling Before the first Mariposa Landscapes, Inc. employee starts work, the City of Vernon will receive a detailed schedule. This schedule will document all the routine activities. After submission and approval of this schedule, we will be ready to start work. Labor and Equipment Mariposa uses full time employees on a year round basis. It is our goal to provide professional results. Therefore, we will assign the appropriate and trained crew force necessary to complete the specified activities in a professional and timely manner. To achieve the desired results, the appropriate labor will be assigned for every aspect of the work. Please see attached information titled "Work Plan/Staffing Plan Communication and Yard Location All communications will be routed through our main office and dispatch center in Irwindale. A 24- hour "800" number will be provided to the City of Vernon and will use all of the current communication methods such as two-way radios and cellular phones. Our response time will meet or exceed the city's expectations. All crews will be coming from our Gardena location. Quality Control All aspects of landscape maintenance and irrigation are attended to on a daily basis, not only with regard to performing the routine work, but also to making sure that everything is done according to specifications. This is accomplished by thoroughly briefing the foreman before the fieldwork starts on the operations, specifications and schedules necessary to be compliant in the performance of the work. The Supervisor responsible for the crew and foreman performing the work is in daily communication with the foreman personally or by phone, pager or radio communications to insure that the schedule of work operations is followed in strict accordance to the guidelines of the contact. Furthermore, the Supervisor routinely inspects the job sites by walking them with his foreman or crew, identifying areas of concern and keeping the Branch Manager in charge of landscape maintenance operations informed as to the condition of the sites in question. All work not in compliance in the opinion of the Supervisor will be addressed immediately through specific instructions to the foreman and crew to perform the corrective work. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 269 D. GENERAL SCOPE OF WORK All workers/ crews assigned to the City of Vernon contracts) will arrive at various locations within the city per the tasks and per the schedule (to be submitted upon start of confract). General/Daily Maintenance tasks such as, trash/litter, can liner change outs, visual inspections and any other daily/routine tasks shall be performed by on-site workers) and/ or by a roaming crews)/personnel. Specialty areas/tasks and less frequent tasks shall be performed by both the on-site workers and/or other Mariposa crews)/staff assigned to this contract. Genera! turf grass maintenance which includes mowing, edging, detailing along with seasonal duties such as: renovation, aeration, dethatching, fertilization and weed control shall be performed by a designated mow crew with additional personnel (if needed) as noted above. Weed Control —manual weed control along with chemicals will be utilized for this contract. Any manual weed control shall be performed by the crew designated to this contract and any chemical application requiring certifications shall be performed by crew members) with proper qualifications (ie. QAC, QAL). Landscape maintenance tasks include tree, shrub, vine and ground cover trimming and maintenance shall be performed by crew designated to the contract. The on-site crew will perform all aspects of the maintenance requirements. Fertilization shall be performed per the schedule, rates and types specified, and applied by the crews assigned to the contract or additional laborer as needed. All pre and post fertilizer application requirements will be performed to insure that the fertilizer was applied and cleaned up properly. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www. ma ri posa-ca.com 270 ~~ E.IJVORK PLAN This plan indicates the scope of each task for the contract work and how they would be assigned to the contract for the City of Vernon. Job Titles Description of Tasks Mowing e a orers assigne o is as wi e response e or a rou ine mowing. nc u ing, opera ing mowers, Laborers edging and detailing. e oreperson wi e response e or carrying ou e wee y mow sc e u e. is inc u es, opera ing equipment; supervising workers, documenting and communicating work reports and hazardous conditions. This person will be indirect contact with the Mariposa Account Manager and the city Foreperson representative(s). Shrub &Ground Cover Pruning &General Maintenance e a orers assigne tot is tas wi e response e or a routine pruning tas s. nc u ing, a pruning o Labor shrubs, vines, ground cover, edging ground cover, e oreperson wi e response e or carrying ou e wee y sc e u e. is inc u es ocumen ing an communicating work reports and hazardous conditions. They will be in direct contact with the Mariposa's Foreperson Account Manager and the city representative(s~, Irrigation enera irriga ion wor s a e pe orme y e Orman on-si e. en necessary irriga ion ec ician wi Irrigation be responsible for any irrigation repairs, monitoring and report writing as needed. This person will report Technician directly to the Mariposa Account Manager and the city representative(s). Chemical Application emica Applicator Will be responsible for all spraying of pre and post emergent, insecticides as needed and all other (if needed) spraying tasks. They will report directly to the Mariposa Account Manager and the city representative(s). Account Manager ccoun an es a pro~ec managemen , inc u ing overseeing a ariposa s personne wor ing in e ci y an wi Manager be the first direct contact with the city representative(s). Seasonall Extra Tasks easona i pe orm a seasona ex ra as s inc u ing, ess an rou ine as s. i iona a orer s wi e Extra Crew dispatched as needed. CA CONTRACTOR'S LIC ~ 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TES 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 271 F. FEES AND COSTS CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.7949458 FAX 626.960.8477 www.mariposa-ca.com 272 City of Vernon Grounds Maintenance Services Request for Pt•oposals ATTACHMENT C UIVIT PRICE PROPOSAL FORM FACILITY MO~1'HLY COST' Cifiy Hall (4305 Santa Fe Avenue, Vernon, ~ ~ ~ ~ CA 90058 •~~ Fire Station No. 77 (4301 Santa Fe ~ 2,~0.00 Avenue, Vernon, CA 90058 Petrelli Building (2323 E. Vernon Avenue, ~ 1, 3 —~ CA 90058) •Oo 50t" S~ reet Apartments (southwest corner ~ ~~ ~ ~Q of 50 Street and Downe Road) . Public Utilities (4963 Soto Street, Vernon ~ 68~ ~0 CA 90058) , TOTAL COST PER MONTH 3 $ . OO In addition to the information above, the Contractor shall provide a rafie schedule for labor and equipment and provide mark-up rates for materials. All repair work shall be performed on a time and materials basis; in accordance with the rate schedule provided by the Contractor; or as a negotiated lump sum cost. The City reserves the right to separately propose the repair or replacemenfi work. Submitted by: Mariposa Landscapes, Inc. Address: 6232 Santos Diaz St. Irwindale, CA 91702 Signature: ~~~~~-'~ v ~' 273 ~~ G. ABILITY OF THE PROPOSER TO PERFORM COMPANY INFORMATION President: Terry Noriega California Corporation: C1469653 California Employer ID: 368-4753-1 Date Incorporated: October 2, 1989 Licenses &Certificates Contractors State License: Qualified Applicators License: Pest Control Adviser License: Pest Control Business License: Irwindale Business License: Supplier Clearinghouse MBE: City of Los Angeles MBE. City of Los Angeles LBE: LA County MBE: LA Co. Agricultural Pest Control Certified Arborist: 592268 C27, A, C61 /D49 103864 ABCDEFH 74416 ABCDEG 30977 000538 94HS0050 561730 37858 43914 1000279 WE-1182A Minority Business Enterprise MBE Certification, File No. CCA-7150 for the City of Los Angeles, The Women and Minority Business Enterprise Clearing house has audited and verified our eligibility as a MBE pursuant to the California Public Utilities Commission General Order 156. Financial Resources Mariposa has been capable of meeting all financial obligations for over 40 years. A strong balance sheet supports$100 Million bonding capacity. Green Waste Processing Capability Mariposa Landscapes, Inc. has a recycling program for green waste and paper products. We implement this program at our local offices and at all job sites. Mariposa currently uses hybrid vehicles and electric equipment where required. Mariposa notifies all project managers of the green initiatives prior to the award of contract. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 274 Company History In 1977, Terry Noriega established Mariposa Landscapes in Rosemead, California, by providing landscape maintenance and installation for custom residential and small commercial clients. After five years, he created the Public Works Maintenance Division, in 1989 the Public Works Construction Division was added, and in 1987, a Tree Care Division was formed. Mariposa Landscapes reincorporated in 1989 as Mariposa Horticultural Enterprises, Inc. In 2009, the company changed their business name back to Mariposa Landscapes, Inc. The company currently has a workforce of over 600 in California and Arizona. A brief chronology: • 1977 —The Company is established in Rosemead, California. • 1982 —The Public Works Maintenance Division is formed. • 1984 —The Public Works Construction Division is added. 0 1987 —The Tree Care Division is started. ~~ 1991 —Relocates to our current facilities in Irwindale, CA. 0 1994 —Expands operations by opening a branch in Fontana, CA. o 2001 —Establishes an office in Glendale, Arizona. 0 2003 —Expands into servicing the Ventura County 0 2010 —Branch office established in Orange County 2013 —Branch Office established in Palm Springs Area 0 2017 — 40 years in Business! First Publlc Works Landscape Maintenance Project :q$z Branch Office Established In Ventura County 2003 Flat Public Works Construction Project 19~ 8rench Office Established In Orange County Corporete Locat(on Established fn Irwindale 201D ► 1°S 1 Branch Office Established In Branch Office Established In the Inland ~> Palm Spring Area Mariposa Landscapetvasfounded Empire 2013 14~i 1994 ~ 40 Years in EstablfshedTro~Dlviifo~ Operation Expanded to Arizona ~ Business ,1987 ► 2001 2017 1977 ~~ 2018 _... _ _ - 1 __ .. . Today CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 275 ~~ Organization Memberships and Staff Certification We are dedicated to having the best-trained workforce in the industry. As members of the California Landscape Contractors Association, we participate in the training programs offered by this industry organization. The CLCA sponsors a rigorous "hands-on" test administered under actual field conditions. With only a 20%first time pass rate, only the best workers are able to obtain the designation of CLT or Certified Landscape Technician. All of the managers and supervisors in our company have the CLT designation. No other contractor of our size and diversity in Southern California has achieved this many certifications. We are members of the following organizations: • CACM (California Association of Community Managers) • CAI Orange County (Community Association Institute) • CAI Los Angeles (Community Associations Institute) • CAI Greater Inland Empire (Community Association Institute) • CAI Coachella Valley (Community Association Institute) • ASA (American Subcontractors Association) • BIA Southern California (Building Industry Association) • BIA Orange County {Building Industry Association • BOMA IE (Building Owners and Managers Association) C C C I'f / California / Landscape Contractors ~w Assoaation • L A ( a i ornia Landscape Contractors BUSINE551'A0.TNER Association) community nssocinnovs iNsi~TUTe • ISA (International Society of Arboriculture) • CAPCA (California Association of Pest Control Advisors) Licensing and Certifications • California Contractor License 592268 C27-Landscaping, Class A-Engineering • Certified Arborists on staff • Certified Tree Workers on staff • Tree Work —Line Clearance Certified • Tree Work —Line Clearance Certified Instructor • Certified Playground Equipment Inspectors • Certified Water Auditor • Certified Backflow Inspectors • Licensed Pest Control Company/Pest Control Advisor • Certified Pest Control Applicators on staff BIA CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 276 OUR SERVICES Landscape Maintenance l~ ' , ~~, 5 ~~ ~ • Private, Commercial, Public Works and Homeowner Associations Large Scale Mowing Operations ~` Chemical, Mechanical, and Manual Weed Control ~~ -~ ,_ ~.: ~ Landscape Pest Control, -~ -~ -'~"°~ e Year-round Fertilization Application, • Preparation of Requests for Proposal. • On-site Estimates • Parking Lot Sweeping Tree Care • On-site Diagnosis and Tree Wo Recommendation. • Consultative Services with Cert • Development of Long-term TreE • Large-scale Tree Trimming Rer • Diagnosis and Treatment of TrE Pest Problems. • Stump Grinding and Disposal o • On-site Estimates Landscape Construction ~ 1 • Site Preparation, Demolition, Grading and Drainage. • Irrigation Systems Installation, Repairs &Upgrades. ~ Computerized Irrigation Central Control Systems. ~ Irrigation Pump Installation. Native Plant Restoration and Habitat Rehabilitation. Hydro seeding, Sod planting. Tree, Shrub, &Ground-cover planting. ,: ~~., t„ Hardscape Construction ~ Concrete Poured-in-Place, Reinforced, Stamped and Seat Walls. ~ Flagstone, Tile, Masonry and Block Walls. ~ Drainage and Overhead Construction. ~ Water Feature Pond Installation &Repair. ~ Monuments and Signage. • Low Voltage Lighting Design and Installation. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •Fax 626.960.8477 www.mariposa-ca.com 277 Indoor Plantscape Services • Take-over Existing Maintenance • Guarantee Weekly Service Custom design and installations • Blooming Plant Program (Orchids, Bromeliads, Kalanchoes and Azaleas) • Pest management ~ Seasonal Poinsettias office Locations HEADQUARTERS 1RVVIIYDAL~E ORANGE COUNTY SAN BERNARDINO COUNTY 6232 Santos Diaz St. 15529 Arrow Highway 1107 E. Walnut St 11093 Almond Avenue Irwindale, CA 91702 Irwindale, CA 91706 Santa Ana, CA 92701 Fontana, CA 92335 Phone (626) 960-0196 Phone (626) 960-0397 Phone (626)960-0196 Phone (909) 429-2546 Fax(626) 960-8477 Fax(626) 960-3809 Fax (626) 960-8477 Fax (909) 429-2749 NORTH L.A. VENTURA PALM SPRINGS ARIZONA 4790 E. Los Angeles Ave. 78355 Darby Rd 7677 N. 67th Avenue Somis, CA 93066 Bermuda Dunes, CA Glendale, AZ 85301 Phone (800) 794-9458 92203 Phone (623) 463-2200 Fax (805)386-4140 Phone (626) 960-0196 Fax (623) 463-2223 Fax (626) 960-8477 CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 278 REFERENCES Here at Mariposa Landscapes, Inc. we take pride in our work and thrive on keeping our company as one of the most recommended in the industry. Our steady record of customer satisfaction has allowed us to maintain positive relationships with our clients. Below are four cities for which we provide landscape maintenance services. Additional references are available upon request. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 279 RESUMES Mariposa has experienced dedicated professionals who make up the management and supervisory personnel. All employees receive ongoing training through a detailed training program. The combination of qualified dedicated management and well trained workers enables us to provide professional levels of landscape installation and maintenance. The following list reflects the management and supervisorial qualifications of Mariposa Landscapes, Inc. Division Manager -Luis Valenzuela 0 22 years of experience in landscape and construction operations o Qualified Applicator Certificate: Category B o Certified Landscape Technician: Irrigation o Certified Arborist: International Society of Arboriculture: # WE-8713A o Certification —Effective Business Leadership &Development — PDC/GCC o Some Municipal agencies involved with in the past three years: Counties: Los Angeles, Orange, Riverside, San Bernardino Cities: Anaheim, Arcadia, Corona, Fillmore, Fullerton, Indio, Irwindale, La Habra, Long Beach, Los Angeles, Maywood, Mission Viejo, Newport Beach, Monrovia, West Covina. Miguel Medina Account Manager O. (626) 960-0397 F. (626) 960-3809 C. (626) 991-4219 E, miquel.medina Cc~.mariposa-ca.com Miguel Medina will be the person in-charge and responsible for project management, communication with foreman and primary contact with the City of Vernon. He has over 9 years of work experience conducting and overseeing landscape work for Public Works, commercial and residential contracts within his time working with Mariposa Landscapes. Miguel is responsible for all aspects of project management; emphasizing safety, high quality work, operational efficiency, and exemplary customer service. He also conducts walk-troughs to ensure that punch lists are completed and institutes improvements to enhance the quality of work. CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •FAX 626.960.8477 www.mariposa-ca.com 280 Certifications: o CPR and Safety Trained o CLT in progress. o QAL in progress Some Municipal agencies involved with in the past three years: Counties: Los Angeles Cities: Los Angeles, Burbank, Maywood, South Gate Foreperson o Minimum of 3 years of experience in the landscape industry o Unassigned — To Be Determined Labor o Minimum of 1 year of experience in the landscape industry o Unassigned — To Be Determined *Crew size and schedule is contingent and may change upon contract signing; however, assigned employees will be of comparable experience Staffing may vary depending on seasonal needs CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 6232 Santos Diaz St., Irwindale, CA 91702 •TEL 800.794.9458 •Fax 626.960.8477 www.mariposa-ca.com 281 City of Vernon Grounds Maintenance Services Request for Proposals AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ss COUNTY OF LOS ANGELES ) Terry Noriega ,being first duly sworn deposes and says that he/she is President (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) of Mariposa Landscapes, Inc. (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bidlproposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. 282 City of Vernon Grounds Maintenance Services Request for Proposals I certify under penalty of perjury that the above information is correct g ~ Ter Noriega Title: PresidentY ry Date: 06/18/18 283 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACI~:NOWLEDGMENT State of California County of Los Angeles On June 18, 2018 before me, J. Cho, Notary Public (Here insert name acid title of the officer) Personally appeared Terry Noriega, President who proved to me on the basis of satisfactory evidence to be the person( whose name(s~ is/a~e~ subscribed to the within instrument and acknowledgement to me that he~~te—t~e~-executed the same in his/l~e~r~eir authorized capacity(ies), and that by his/lier~heir signature() on the instrument the person(, or the entity upon behalf of which the person(} acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. FORM WITNESS my hand and official seal. Signature of Notary Public DESCRIPTION OF THE ATTACHED DOCUMENT AGREEMENT SIGNATURE PAGE (Title or description of attached document) (Title or description of attached document continued) Number of Yagcs Document Date Additional Information CAPACITY CLAIMED BY THE SIGNER q Individual(s) q Corporate Officer ("Title) q Partner (s) q Attorney-in-Fact q Other J. CHO Notary Public -California '~ las Angeles County ~ Commission #~ 2114393 NO ~ M Comm. Ex fires Dec 30, 2020 ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS Any aclu:owled~men[ comple[erl i►t California must con~nirt verGia~e exac[!y as appears above in the notaiy section or a separate acknowledgment form must be property completed and attached to tlral docu»iem. Tire only exception is if a document is recorded outside of Caltfornia. bi suet: instances, any alternative acknowledgment verbiage as ma~~ be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a no[ar~~ in Cu[ifa~ria (i.e. certifying the authorized capacity ojlhe signer). Please check the document carefully for proper notnria! wording a►id nttaclt this form if required. • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signers) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. #3e/she/E~e}f, is/aye) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. v Additional information is not required but could help to ensure this acla~owledgment is not misused or attached to a different document. v Indicate title or type of attached document, number of pages and date. v Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the tide (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document. 284 20 EXHIBIT C SCHEDULE 285 City of Vernon Grounds Maintenance Services Request for Pt•oposals ATTACHMENT C UIVIT PRICE PROPOSAL FORM FACILITY MO~1'HLY COST' Cifiy Hall (4305 Santa Fe Avenue, Vernon, ~ ~ ~ ~ CA 90058 •~~ Fire Station No. 77 (4301 Santa Fe ~ 2,~0.00 Avenue, Vernon, CA 90058 Petrelli Building (2323 E. Vernon Avenue, ~ 1, 3 —~ CA 90058) •Oo 50t" S~ reet Apartments (southwest corner ~ ~~ ~ ~Q of 50 Street and Downe Road) . Public Utilities (4963 Soto Street, Vernon ~ 68~ ~0 CA 90058) , TOTAL COST PER MONTH 3 $ . OO In addition to the information above, the Contractor shall provide a rafie schedule for labor and equipment and provide mark-up rates for materials. All repair work shall be performed on a time and materials basis; in accordance with the rate schedule provided by the Contractor; or as a negotiated lump sum cost. The City reserves the right to separately propose the repair or replacemenfi work. Submitted by: Mariposa Landscapes, Inc. Address: 6232 Santos Diaz St. Irwindale, CA 91702 Signature: ~~~~~-'~ v ~' 286 21 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 287 22 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 288 City Council Agenda Item Report Agenda Item No. COV-285-2018 Submitted by: Daniel Wall Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Ordinance No. 1256 - An Ordinance of the City Council of the City of Vernon, California, adding Article VIII to Chapter 12 of the Vernon Municipal Code to Establish a Construction and Demolition Debris Recycling Program Recommendation: A. Find that approval of the proposed Ordinance is categorically exempt from California Environmental Quality Act (“CEQA”) review under CEQA Guidelines Section 15308 (“actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment”). Here, the Ordinance involves amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, and the establishment of a construction and demolition debris recycling program, which will establish procedures for protection of the environment; and B. Approve the second reading and adopt Ordinance No. 1256, amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, by adding Article VIII to establish a construction and demolition debris recycling program. Backgroud: The California Waste Management Act of 1989 (California Public Resources Code Sections 40000 et seq.) requires Cities and Counties to prepare, adopt and implement source reduction and recycling plans to reach landfill diversion goals, and to make substantial reductions in the volume of waste materials going to the landfills, or face fines up to $10,000 per day. In order to meet these goals, it is necessary that the City/County promote the reduction of solid waste, and reduces the stream of solid waste going to landfills. The waste from construction, demolition, and renovation of buildings represents a significant portion of the volume of waste in California and much of this waste is particularly suitable for recycling and reuse. The establishment of a formal construction and demolition debris recycling program will assist the City in meeting its mandated landfill diversion goal. Staff proposes the following changes to Chapter 12 Waste Management and Recycling of the Municipal Code, in salient part: • Covered projects are required to submit a waste management plan to the City at the time a permit application is submitted. • A “Covered project” is any new construction, or addition, alteration, demolition, or renovation project within the City that requires a permit, and any City project subject to the California Public Contracts Code . • Applicants for covered projects except for City projects are required to submit a diversion security deposit. 289 • Deposits are refundable upon documentation of compliance with the applicant's approved waste management plan. • Applicants that have not demonstrated compliance with the approved waste management plan within 90 days of project completion shall forfeit their diversion security deposit. • Building permits will not be finalized until demonstrated compliance with the approved waste management plan or forfeiture of the diversion security deposit. • Forfeited security deposits shall be used for recycling and waste reduction programs and activities. The above proposed changes to the Municipal Code will allow for the establishment of a formal construction and demolition debris recycling program which is aligned with the City's mandated landfill diversion goal. **Note: Item was presented for Public Hearing and First Reading to City Council at its Regular Meeting of August 21, 2018. Fiscal Impact: No fiscal impact. ATTACHMENTS 1. Notice of Public Hearing - Construction & Demolition Debris Recycling Program 2. Ordinance No. 1256 - Establishing a Construction and Demolition Debris Recycling Program 290 City of Vernon 4305 Santa Fe Avenue Vemon, CA 90058 (323) 583-881 r NOTICE OF PI,]BLIC HEARING REGARDING AN ORDINANCE OF THE CITY COUNCIL OF TTIE CITY OF VERNON, ADDING ARTICLE VIII TO CHAPTER T2 OF THE VERNON MUNICIPAL CODE TO ESTABLISH A CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING PROGRAM The City of Vemon will conduct a Public Hearing, which you may anend. PLACE:Vemon City Hall City Council Chamber 4305 Santa Fe Avenue Vemon, CA 90058 August 21, 20lt at 9:fi) am. (or as smn thereafter as the nuner can be heard) Considerthe adoption ofan ordinance adding Article VIII to Chapter 12 ofthe Vemon Municipal Code to establish a consruction and dernolition debris recycling program. Notice is hereby given that a hard copy of the proposed ordinance will be available for public review during normal business hours in the City Clerk Depannrnt, located at 4305 Santa Fe Avenue, Vemon, Califomia between the hours of 7:00 a.m. and 5:30 p.m. Monday through Thunday. Please send your comnEnts or questions lo: Daniel Wall, Director of Public Works City of Vemon 4305 Santa Fe Avenue, Vemon, CA 9058 (323) 583-881 I Ext.305 Email: dwall@ci.vemon.ca.us DATE & TIME: PURFOSE/SI,]BJECT: DOCUMENTS FOR REVIEW: PROFOSED CEQA FINDING: Staff will recomrnend that the City Council find that this action is not subject to Califomia Environnrental Quality Act (CEQA) review under CEQA Guidelines Section 15308 ("actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment"). Here, the proposed ordinance involves amending Chapter 12 of the Vemon Municipal Code, Waste Management and Recycling, and the establishment of a conslruction and demolition debris recycling program, which will establish procedures for protection of the environment. If you challenge the adoption of an ordinance adding Aticle Vm to Chapter 12 of the Vemon Municipal Code to establish a construction and demolition debris recycling progranr, or any provision thereof in coun, you may be limited to raising only those issues you or sorneone else raised at the hearing described in this notice or in written conespondence delivered to the City of Vemon at, or prior to, the rneeting. Arnericans with Disabilities Act (ADA): In compliance with ADA, if you need special assistance to participate in the nreeting, please contact the Office of the City Clerk at (323) 583-881 I 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: August 9, 2018 291 ORDINANCE NO. 1256 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF VERNON, CALIFORNIA,ADDING ARTICLE VIIITO CHAPTER 12OF THE VERNON MUNICIPAL CODE TO ESTABLISH A CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING PROGRAM 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,the California Waste Management Act of 1989 (California Public Resources Code Sections 40000 et seq.) requires Cities and Counties to prepare, adopt and implement source reduction and recycling plans to reach landfill diversion goals, and to make substantial reductions in the volume of waste materials going to landfills, or face fines; and WHEREAS,in orderto meet these goals it is necessary that the City/County promote the reduction of solid waste and reduce the stream of solid waste going to landfills; and WHEREAS, the waste from construction, demolition and renovation of buildings represents a significant portion of the volume of waste in California and much of this waste is particularly suitable for recycling and reuse; and WHEREAS, by memorandum datedAugust 21, 2018, the Director of Public Works has recommended the adoption of an ordinance adding Article VIII to Chapter 12 of the Vernon Municipal Code establishing a construction and demolition debris recycling program; and WHEREAS, the establishment of a formal construction and demolitiondebris recycling program will assist the City in meeting 292 -2 - its mandated landfill diversion goal; and WHEREAS, a duly-noticed public hearing has been held to consider the proposed ordinance changes, and public testimony has been received and considered; and WHEREAS, the City Council desires to add Article VIIIto Chapter 12of the Vernon Municipal Code to establish a construction and demolition debris recycling program. THE CITY COUNCIL OF THE CITY OF VERNON HEREBY ORDAINS: SECTION 1:The City Council of the City of Vernon hereby finds and determines that all of the foregoing recitals are true and correct. SECTION 2:The City Council finds thattheadoption of this Ordinance is categorically exempt from California Environmental Quality Act (“CEQA”)reviewunder CEQA Guidelines Section 15308 (“actions taken by regulatory agencies, as authorized by state or local ordinance, to assure the maintenance, restoration, enhancement, or protection of the environment where the regulatory process involves procedures for protection of the environment”).Here, the Ordinance involves amending Chapter 12 of the Vernon Municipal Code, Waste Management and Recycling, and the establishment of a construction and demolition debris recycling program, which will establish procedures for protection of the environment. SECTION 3:Article VIIIof Chapter 12,of the Vernon Municipal Code, is hereby addedas set forth in Exhibit A which is attached hereto and incorporated by reference. SECTION 4:Any ordinance, part of an ordinance, or code section in conflict with this Ordinance is hereby repealed. SECTION 5:Severability. If any chapter, article, section 293 -3 - subsection, subdivision, paragraph, sentence, clause, phrase, or word in this Ordinance or any part thereof is for any reason held to be unconstitutional or invalid or ineffective by any court of competent jurisdiction, such decision shall not affect the validity or effectiveness of the remaining portions of this Ordinance or any part thereof. The City Council hereby declares that it would have adopted this Ordinance and each chapter, article, section, subsection, subdivision, paragraph, sentence, clause or phrase thereof, irrespective of the fact that any one or more chapters, articles, sections, subsections, subdivisions, paragraphs, sentences, clauses, phrases or words be declared unconstitutional, or invalid, or ineffective. SECTION 6:Book of Ordinances. The City Clerkshall attest and certify to the adoption of this Ordinance and shall cause this Ordinance and the City Clerk’s certification to be entered in the Book of Ordinances of the Council of this City. The City Clerk shall cause this ordinance to be published orposted as required by law. / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / 294 -4 - SECTION 7:Effective Date. This Ordinance shall go into effect and be in full force and effect at 12:01 a.m. on the thirty- first (31st) day after its passage. APPROVED AND ADOPTED this 4th day of September,2018. Name: Title: Mayor / Mayor Pro-Tem ATTEST: Maria E. Ayala, City Clerk APPROVED AS TO FORM: Brian Byun, Senior Deputy City Attorney 295 -5- 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 Ordinance, being Ordinance No. 1256was duly and regularly introduced at a regular meeting of the City Council of the City of Vernon, held in the City of Vernon on Tuesday, August 21, 2018, and thereafter adopted at a meeting of said City Council held on Tuesday, September 4, 2018, by the following vote:: AYES:Councilmembers: NOES:Councilmembers: ABSENT:Councilmembers: And thereafter was duly signed by the Mayor or Mayor Pro-Tem of the City of Vernon. Executed this ___ day of September, 2018, at Vernon, California. Maria E. Ayala, City Clerk (SEAL) 296 City Council Agenda Item Report Agenda Item No. COV-236-2018 Submitted by: Ali Nour Submitting Department: Public Utilities Meeting Date: September 4, 2018 SUBJECT Authorize the Issuance of Purchase Orders to Howard Industries, Inc., ERMCO Distribution Transformers, and PanAmerica Supply, Inc. to Furnish and Deliver Padmount Transformers (Bid Specification #TR3-2018-PM1 ) Recommendation: A. Find that approval of the proposed purchase of Padmount Transformers is exempt from California Environmental Quality Act ("CEQA") review, because accepting and awarding a bid 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. As to the replacement of electrical distribution transformers, the proposed action is exempt from CEQA review, in accordance with CEQA Guidelines § 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; and B. Accept the bids from Howard Industries, Inc., ERMCO Distribution Transformer, and PanAmerica Supply, Inc. as the lowest responsive and responsible bidders and reject all other bids; and C. Authorize the issuance of a purchase order to Howard Industries, Inc., to furnish and deliver distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 3, 4 and 5 for a three (3) year term with a not-to-exceed amount of $136,072; and D. Authorize the issuance of a purchase order to ERMCO Distribution Transformers to furnish and deliver distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 1 and 7 for a three (3) year term with a not-to-exceed amount of $222,587; and E. Authorize the issuance of a purchase order to PanAmerica Supply, Inc. to furnish and deliver distribution padmount transformers (Bid Specification #TR3-2018-PM1) bid item numbers 2 and 6 for a three (3) year term with a not-to-exceed amount of $253,275. Backgroud: Through the normal course of providing electrical service to its customers, Vernon Public Utilities (VPU) requires distribution transformers to convert the Department’s electrical distribution high voltage electricity to lower voltages that can be used by its customers. The Department requires a means to replenish its inventory of transformers, on an as needed basis, under a secured purchase order for the next three years. On June 18, 2018, in compliance with all legal requirements, the City published Specification No. TR3-2018-PM1 on the City’s website and in newspapers requesting bids to furnish and deliver various sizes of padmount transformers. The City received bids from seven (7) vendors at the bid opening held on July 18, 2018. 297 Staff performed a thorough evaluation and closely assessed the lowest bidder based upon the Total Ownership Cost (TOC) formula and the bidders' compliance with the specifications on each item. The bid was calculated pursuant to a specified formula that is intended to assess the overall cost of the transformer over its expected lifespan. Stated differently, the lowest bidder would not necessarily be the bidder with the lowest per unit price. The attached chart shows the results of that calculation in the “total ownership cost” column. For each of the bids staff is recommending be awarded, the bidder had the lowest “total ownership cost”, as required by the bidding documents. Staff recommends the City Council accept the bids from Howard Industries, Inc., for bid item numbers 3, 4 and 5; ERMCO Distribution Transformers for bid item numbers 1 and 7; and PanAmerica Supply, Inc. for bid item numbers 2 and 6 as the lowest responsible and responsive bidders for the padmount transformers identified in the bid request. Staff also recommends that the City Council authorize the issuance of a purchase order to Howard Industries, Inc. in the not-to-exceed amount of $136,072, ERMCO Distribution Transformers in the not-to-exceed amount of $222,587, and PanAmerica Supply, Inc. in the not-to-exceed amount of $253,275 (as shown in the attachment titled Bid Results). The costs include sales taxes and fees for the life of the purchase order with provisions for price escalations as identified in the Department’s Specification. Recommended Vendor: Howard Industries, Inc. Amount Bid Price (Grand Total Not-to-Exceed): $136,072 Items Awarded: 3,4 and 5 Recommended Vendor: ERMCO Distribution Transformers Amount Bid Price (Grand Total Not-to-Exceed): $222,587 Items Awarded: 1 and 7 Recommended Vendor: PanAmerica Supply, Inc. Amount Bid Price (Grand Total Not-to-Exceed): $235,257 Items Awarded: 2 and 6 Fiscal Impact: The combined cost for all three (3) separate purchase orders, including tax, is $611,934 and has been approved in the FY 2018-2019 Public Utilities department budget and will be budgeted in subsequent years. ATTACHMENTS 1. Notice Inviting Bids - Specification #TR3-2018-PM1 to Furnish and Deliver Padmount Transformers 2. Howard Industries Bid 3. ERMCO Bid 4. PanAmerica Bid 5. Bid Evaluation - Padmount Transformers Bid Specification #TR3-2018-PM1 298 1 City of Vernon REQUEST FOR BIDS Specification No. TR3-2018-PM1 to Furnish and Deliver PADMOUNTTRANSFORMERS FOR THE DEPARTMENT OF PUBLIC UTILITIES CITY OF VERNON, CALIFORNIA 4305 SANTA FE AVENUE VERNON, CA 90058 299 2 NOTICE INVITING BIDS for the Purchase of Padmount Transformers –Specification No. TR3-2018-PM1 By the City of Vernon, California Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIESof sealed bids (“Bids” and each, a “Bid”) mustbe received prior to 2:00p.m., Wednesday July 18, 2018 (“Bid Deadline”), by the City Clerk, Cityof Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. All Bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the Bid and the bidder’s name and address appearing on the outside(each, a “Bid Package”). Bid Packages should be mailedor deliveredin person before 2:00p.m. on the Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. 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 contents (collectively, the “Completed Bid Forms” andthe uncompleted forms, the “Bid Forms”)will be made available for public review. Except as set forth in Paragraph 15(“Public Record”), the Completed Bid Forms, once removed from the Bid Packages by the City Clerk, will be a matter of public record. The Bids shall be clearly titled. Copies of the Bid Formsare available at no chargeat the Public Utilities Department Counter, City of Vernon, 4305 Santa Fe Avenue, Vernon, between7 a.m. and 5:30 p.m.,Monday through Thursday. A non-refundable fee of $20.00will be charged if mailing is requested by calling (323) 583-8811, Extension 812. City of Vernon Contact Person: Public Utilities Department Attention:Ali Nour Phone: (323) _583-8811 Ext. 316 Facsimile: (323)826-1548 Email: anour@ci.vernon.ca.us Mandatory Qualifications for Bidder: A Bid may be rejected as non-responsive if thebidder(“Bidder”) fails to meetthe essential requirements for qualification. 1.Each bidder must establish that it has completed at least three (3) similar projects involving similar work within the last three (3) years with a cost equal to or in excess of the Bidder’s Bid. 2.Bidder shall provide a list of transformer sales within past five (5) years. 300 3 General Scope: Biddersshall furnish materialsand/orequipmentas specified aboveand under the below conditions: Bidder shall furnish all work for providing three-phase, dead-front, radial, self-cooled, padmounted transformers for use on the City of Vernon’s underground distribution system. The transformer sizes that the City requires are as listed in the Unit Price Bid Form. Other Bidding Information: 1.Number of Contract daysfor delivery from date of placement of order: 100days. 2.Bidding Documents. Bids must be made on the Bid Form(s), ExhibitCcontainedherein. 3.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. 4.Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. Carlos R. Fandino, Jr. City Administrator Dated: June 18, 2018(Approved as to formby City Attorney) Published: June 28, 2018 301 4 City of Vernon Instructions for Bidders PADMOUNT TRANSFORMERS Specification No. TR3-2018-PM1 for thePublic UtilitiesDepartment City personnel with whom prospective Bidders will deal with are: Basem Andrawos, Public Utilities Department, 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 277. Bid opening date and time: July 18, 2018 at 2:00 PM(“Bid Deadline”) Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058. Bidsmust 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. Except as set forth in Paragraph 15 (“Public Record”), the Completed Bid Forms, once removed from the Bid Packages by the City Clerk, will be a matter of public record. 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 once opened and announced, Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 1.INTERPRETATION OF BIDDINGDOCUMENTS AND ADDENDA A.If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of any part of the Notice Inviting Bids, theseInstructions, the Bid Forms, or Addenda (as defined below)(together, 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 the 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 the City’s Contact Person identified in the Notice Inviting Bids. 302 5 Anyresponse(i.e., interpretation or correction)will be made only by written addendum (“Addendum”)issued by the City and a copy of such Addendum will be delivered to all Interested Bidders (defined below) of record. Any Addenda so issued must be acknowledged in the Bid and the cost of any additionalequipmentor modification thereto as a result of 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 Bidding Documents, or for any oral instructions. City reserves the right to extend the BidDeadline 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 receivedall Addenda issued and the Bidder shall acknowledge their receipt in the Bid. 2.OBTAINING BIDDING DOCUMENTS Bidder may secure Bidding Documents onlyfrom the location specified in the Notice Inviting Bids. City will maintain a list of persons who obtained a copy of these Bidding Documents(“Interested Bidders”). Only Interested Bidders will receive Addenda, if so issued. 3.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 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 mailed, hand delivered, delivered 303 6 by courier or package delivery service tothe City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. E. Bids received after the Bid Deadline or at any place other than the Office of the City Clerk will not be considered. 4.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, Exhibit Cwith 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. 5.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 deliveryin accordance with the requirements of the Purchase Contract.The cost of all mobilizationand/or preparatory work for the shipment of equipmentand/orsupplies must be included in the Bid, and no extra compensation will be paid toBidder. 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 materials and equipment. 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 portionthereof, 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 304 7 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 any cause, or is omitted, or is the same amount as the entry for the itemtotal, 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 incase of discrepancy between the two, the amount written in words shall govern. D.All requested Alternates, if any, shall be Bid. SeetheSchedule of Bid Prices for more information and the list of Bid Alternates, if any. If no change in the BaseBid is required, enter “No Change.” 6.BIDDER’S AFFIDAVITOF NON-COLLUSION AnAffidavit of Non-Collusion in the formattached to this Notice Inviting Bids as Exhibit A,shall be signed under penalty 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. 7.INSURANCE REQUIREMENTS The Bidder shall submit to its insurance company or insurance agent the Insurance Requirements in this Specification and the Purchase 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 Purchase Contract’s award. The Bidder shall submit this form with its Bidsubject to the requirements shown in AttachmentNo. 2. Any Bid made without this statement, or made with an incomplete statement, may be rejected. 8.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. 9.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 Purchase Contract. Bidders shall submit all requests for substitution and substantiating data, within five(5)calendar daysfrom the date of the notice 305 8 awarding the Purchase Contract. Authorization of a substitution is solely within the discretion of the City. (a)Brand Name or Equal. Specifications may refer one or more brand name products followed by the words “or equal.” “Or equal” submissions will not necessarily be rejected because of minor differences in design, construction, or features which do not affect the suitability of the product for its intended use, 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 burden of proof that the product is equal for the intended use is on the Bidder. (b) Items Must be New and Current. Unless otherwise specified, the items offered shall all be new and the latest model, make, or manufacture, and free from defects and imperfections. (c)Bids on Alternate Items.When any Bidder offers an alternate item for consideration, the Bidder will give complete specifications, name the brand and demonstrate that the alternate item is equal. The City reserves the right to reject any alternate item which it determines is not equally suitable for the specified purpose. The burden of proof is on the Bidder. 10.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. 11.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 submittedand opened, 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 Purchase Contract. 12.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 306 9 Notice Inviting Bids. A tabulation of all Bids received will be available for public inspection at the Office of theCity Clerk, 4305Santa Fe Avenue, Vernon, CA 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 Purchase 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 be determined according to Paragraph 15below. B.Evaluationof 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 2.Responsive Bid. A responsive Bid is a Bid which conforms, in all material respects, to the Bidding Requirements and Bidding 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 Bidding Documents. .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 delivery of the equipmentcovered by the Bid including, but not limited to, the experience of the Bidder in supplying and delivery of equipment and materials 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 delivery of equipment or materials, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s fulfillment of the request. A. Tie Bids. If two or more Bids meeting the specifications and other requirements of the Bidding Documentsare tied for low price, the Bids will be treated as follows: (i) if there is a significant difference in the responsibility of 307 10 the Bidders (includingability to deliver in the quantity and at the time required), the award will be made to the Bidder who is deemed to be the most responsible. (ii) if there is no significant difference in the responsibility of the Bidders, but there is a difference in the quality of the equipment or materials offered, the Bid offering the best quality of services will be accepted. (iii) if there is no significant difference in the responsibility of the Bidders and no difference in the quality of the items offered, the Bid offering the earliest delivery time will be accepted in any case in which the Bid information specified that the needs of the City require delivery as early as possible. In all other cases, delivery time will not be considered in making awards so long as the Bidder states delivery will occur not later than the time specified in the Bid information as the latest acceptable delivery time. (iv) if the Bids quoting the same price are equal in every respect, the award may be split or made by lot. 13.AWARD OF PURCHASE 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 the Purchase Contract or rejection of Bids will be made by the City within ninety (90) calendar days following the Bid Opening. 14.BASIS OF AWARD A.A Purchase Contract will be awarded to the lowest responsive and responsible Bidder meeting all requirements set forth in these Bidding Documents. Bidders responding to this Bid are strongly advised to review all the terms and conditions of the Purchase Contract attached hereto as Attachment No. 1. The purchase of transformers shall be evaluatedby the lowest total cost. The formula to evaluate Total Owning Cost (TOC): TOC = C + $4.53/W (PNL in Watts) + $1.1/W (PLL in Watts) TOC is the total ownership cost in dollars, C is the initial cost in dollars, PNL is the guaranteed maximum no-load loss in watts, and PLL is the guaranteed maximum load loss in watts. B.City reserves the right in its sole discretion to select any, all, or none of the 308 11 Bid Alternates at the time of award of the Purchase Contract, regardless of whether such Bid Alternates were used in the analysis to determine the lowest Bid. C.DURATION OF PURCHASE CONTRACT: The initial term for the purchasecontract resulting from these Specifications shall be three (3) years from the date of execution by the City.Approximately 60 days before the end of the purchasecontract period the Contractor may request changes in the Bid Schedule, however, any proposed price increase shall not exceed the percentage of the then applicable Producers Price Index. (PPI) for the most recently available 12-monthperiod. D.FOR DELIVERY: Supplier shall furnish MSDS and certified test reports and drawings, as listed in Section 9.1 Scope Specifications (Detail Scope Specifications) one month before transformers are shipped. These Documents shall be submitted to: City of Vernon Public UtilitiesDepartment 4305 Santa Fe Avenue Vernon,CA 90058 Phone: (323) 583-8811 Ext. 316 Attention: Ali Nour –Electrical Engineering Manager 15.PUBLIC RECORDS City seeks to conduct its business openly. 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 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. Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel for City), and hold harmless City, its officers, agents, employees, and 309 12 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. 16.SPECIAL CITY REQUIREMENTS Special City forms and their instructions arean integral part of these specifications and failure to submit samemaybe grounds, in the sole discretion of the City, for rejection of any Bidder. 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. Bidders 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. Bidder 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, religious belief, color, national origin, citizenship, ancestry, disability, sex, age, medical condition, pregnancy, sexual orientation or marital status. Biddercertifies that it will not maintain any segregated facilities. Bidder shall comply with all applicable Federaland 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.). Bidder shall require like compliance by all Subcontractors employed on the Work. 17.BID PROTEST PROCEDURES A.Any Bidder submitting a Bid directly to the City and eligible for award of the Purchase 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 Bidding Documents is filed with the City priorto the Bid Deadline; 310 13 3.All other protests areto befiled and received by the City no more than five (5) calendar days following theCity’snotice of intent to award the Purchase Contract; and 4.The written Bid protest sets forth, in detail, all grounds for the Bid protest, including without limitation: allfacts, 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’sacceptance 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 Purchase Contract in compliance with federal, state, and local laws. [END OF DOCUMENT] 311 14 DETAILED SCOPE SPECIFICATIONS SPECIFICATION NO. TR3-2018-PM1 FOR PADMOUNT TRANSFORMERS CITY OF VERNON PUBLIC UTILITIESDEPARTMENT 312 15 1.0 SCOPE Supplier shall furnish all work for providing three-phase, dead-front, radial, self- cooled, padmounted transformers for use on the City of Vernon’s underground distribution system. The transformer sizes that the City requires are as listed in the Attachment Unit Price Bid Form. FOR BID EVALUATION: Bidders shall furnish the following in their bid package. 1.Transformer delivery, F.O.B. Public Utilities Department warehouse located at 2800 Soto Street, Vernon, CA 90058 2.Guaranteed maximum no-load loss at rated voltage in watts. 3.Guaranteed maximum load loss in watts at rated voltage and kVA. 4.Percent impedance on rated voltage tap. 5.One setof dimension and outline drawings. 6.Completed Bid Form. All taxes and fees (local, state, federal, etc.) must be included in the total price. Invoices for separate charges will not be accepted. 7.Bidders must list all exceptions, clarifications, and deviations to these specifications in letterform accompanying the proposal with sufficient detail to permit evaluation of such deviations. 2.0 APPLICABLE STANDARDS A.The transformers shall conform to the applicable sections of the following standards to the extent referenced in this Specification, and as amended to the date of this Specification which, by reference, are included as part of this Specification. 1.C57.12.00 IEEE Standard General Requirements for Liquid- Immersed Distribution, Power, and Regulating Transformers. 2.C57.12.34 Standard Requirements for Padmounted Compartmental-Type, Self-Cooled, Three-Phase Distribution Transformers, 10 MVA and smaller, High Voltage,34.5 KV Nominal System Voltage and Below; Low-Voltage, 15KV Nominal System Voltage and Below 3.C57.12.28 4.C57.12.70 5.C57.12.80 Padmounted Equipment—Enclosure Integrity. Terminal Markings and Connections for Distribution and power Transformers. Terminology for Power and Distribution Transformers 6.C57.12.90 IEEE Standard Test Code for Liquid-Immersed 313 16 Distribution, Power, and Regulating Transformers and IEEE Guide for Short-Circuit Testing of Distribution and Power Transformers. 7.C57.12.91 Guide for Loading Mineral-Oil-Immersed Overhead and Padmounted Transformers Rated 500 kVA and Less with 65C or 55C Average Winding Rise. 8.C57.12.92 Guide for Loading Mineral-Oil-Immersed Power Transformers Up to and including 100 MVA with 65C or 55C Average Winding Rise. 9.C57.12.106 10.DOE 2016 IEEE Guide for Acceptance and Maintenance of Insulating Oil in Equipment. Energy Efficient Transformers. B.In the event of conflict between the codes and standards and this Specification, Supplier shall notify Public Utilities Department and secure a written clarification before proceeding with the work. 3.0 SERVICE CONDITIONS 3. 1. Environment A.The transformers shall perform in accordance with all provisions of the Specification while subject to the service conditions specified in ANSI/IEEE C57.12.00. B.The transformer shall be suitable for 30 years of use on the City of Vernon’s electric system when installed in accordance with the service conditions set forth in ANSI/IEEE C57.12.00-2015, Section 4.0, in its entirety. 3. 2. Seismic and Impact Loading A.Before and during installation, the transformers shall withstand, without damage, rough handling such as bouncing on a truck when filled with insulating medium and impacting against or upon rigid structures at speeds up to five feet per second, and being lifted by two bosses or lifting second, and being lifted by two bosses or lifting bolts at any angle. Following these conditions, the transformers shall be capable to being energized without a pre- operational test. B.After installation and during the 30-year life of transformer, transformer will be subject to occasional earthquake motions (0.2g horizontal and 0.13g vertical) along with significant vibrations from traffic and from adjacent equipment. 314 17 3.3 Pre-installation Inspection The City of Vernon will, at its discretion, provide a pre-installation inspection of each transformer. 3.4Operating Duty For its 30-year life, each transformer shall be suitable for operation under short circuit conditions as stated in ANSI/IEEE C57.12.00-2015, Section 7.1. 3.5 Shipping A.All transformers shall be shipped to the City of Vernon, Soto Yard located at 2800 Soto Street, Vernon, CA 90058. Supplier’s price shall be F.O.B. Soto Yard. B.Transformers will be delivered on a flatbed truck for side unloading by forklift at ground level. C.Delivery will be scheduled Monday through Thursday 7:00 a.m. to 3:00 p.m. Supplier shall provide City with 48 hours’ notice prior to delivery. 4.0 RATINGS 4.1 Sizes The transformers shall be sized as listed. 4.2 High Voltage Ratings Transformers shall be 60 Hz with BIL ratings as shown in the table below. 315 18 Transformer and Connector High-Voltage Ratings and Electrical Characteristics Transformer Electrical Characteristics of the Completely Assembled High-Voltage Connectors 1. High-Voltage Rating 2.BIL 60-Hz dry one minute High-Voltage Ratings (volts) Minimum BIL3.(kV) Phase-to-Ground /Phase-to- Phase (kV) (kV)withstand (kV) Single High-Voltage 7200 16340 Series-Multiple High- Voltage 7200 x 16430 75 125 75 x 125 8.3/14.4 8.3/14.4 8.3/14.4 95 95 95 34 34 34 4.3 LowVoltage Rating The secondary voltage shall be one of the following. The basic insulation level (BIL) of the secondary voltage shall be 30 kV: 480Y/277 208Y/120 4.4 Configuration All transformers shall be Delta-Wye configured with low voltage neutral having a fully insulated Xo bushing witha removable ground strap. 4.5. Impedances Transformer impedance shall not be less than those shown in the table below. All transformer testing to determine transformer impedance shall be based on the base kVA rating of the transformers at the 55 degree or 65- degreetemperature rise. The transformer impedances shall be shown on the transformer nameplate. 1For complete connector rating, see ANSI/IEEE 386. 2Transformers are suitable for connectors with phase-to-ground or phase-to-ground/phase-to-phase high-voltage ratings as listed. 3Arrester coordination may require higher BIL on multiple connection than indicated to achieve a minimum protection level of 20%.316 19 Minimum Transformer Impedance KVA %Z 300-500 4.0 750-2500 5.75 3750 6.00 5.0 CONSTRUCTION FEATURES 5.1 Coil and Core Construction A.The transformer core shall be of high efficiency rectangular wound core designed in five-leg or triplex configurations. The core shall be made from one of two processes: single-turn laminations of high quality, grain oriented silicon core steel or amorphous core (i.e.metallic glasses metal). B.The transformer coils shall be designed to maintain their nameplate KVA rating throughout the normal temperature range of operation which shall be 65oC (80oC hot spot). All materials used shall be of the 65oC, 80oC hot spot class. All materials shall be thoroughly tested for compatibility with all transformer components before being assembled. The primary coil shall be manufactured from heavy varnish or paper insulated aluminum or copper wire. The secondary coil shall be manufactured from full width aluminum strip whose edges are finished to prevent burrs and insulated with epoxy-diamond paper between layers of the conductor. 5.2.Insulating Fluid A.The transformer insulating fluid shall be standard electrical grade mineral insulating oil. The insulating oil shall be tested and degassed to assure a chemically inert oil. The padmount transformers shall be furnished with oil which meets the requirementsspecified in ASTM Standard D 3487 for mineral insulating oil, except that the DBPC content (% by weight) shall not be less than 0.15. The insulating oil in the equipment shall conform with ANSI C57.106. B.All transformer oil shall be tested for polychlorinated biphenyl’s (PCBs) per ASTM D4059 and certified as having no detectable levels of PCB. 5.3 Taps and Changers A.The transformers shall be furnished with full capacity high-voltage taps. The tap changer shall be clearly labeled to reflect that the transformer must be de-energized before operating the tap changer as required in Section 3.3 of ANSI C57.12.34 Padlocking provisions are available for 317 20 lever or hotstick operable handles.Tap changer operating mechanisms shall be permanently identified to show “De-energized Operation Only”. Decals and stencils are not acceptable. The unit shall have one of the following tap configurations: Two -2½% taps above and below rated voltage such as the following: VOLTAGE FULL CAPACITY TAPS 16,340 17,200/16,770/15,910/15,480 7,200 7,560/7,380/7,020/6,840 B.The tap changer position indicating nameplate shall have numerals or letters that are clearly legible and of permanent quality. Decals and stencils are not acceptable. 5.4 Gauges A.All transformers shall have a dial-type, magnetic, oil level gauge to provide a positive means of determining the required oil height. The preferred location of the gauge is above the switch handles, to ensure the switch remains under oil. B.All transformers shall have a dial-type, magnetic, temperature gauge to provide a positive means of determining the transformer temperature. The required location of the gauge is in the low voltage compartment above the bushings. 5.5 Drain and Replacement Provisions Insulating medium drain and replacement provisions shall be furnished as specified in ANSI C57.12.34. 5.6 Tanks and Terminal Compartment A.The transformer tanks, and all external appurtenances, shall be in accordance with ANSI C57.12.34. The overall dimensions and various appurtenances locations shall be found on each transformer. B.Transformers shall have bolted covers for all size transformers. C.The compartment depth shall be minimum in accordance with figure 7 of C57.12.34. A deeper compartment shall be provided for extended secondary bushings. The tank shall be of sufficient strength to 318 21 withstand a pressure of 7 psig without permanent distortion. The following pressure relief devices are approved: 1.Qualitrol Model No. 202-030-001 2.Qualitrol Model No. 202-032-001. 5.7 Terminations Transformer bushings shall accommodate cable terminations in accordance with ANSI/IEEE 386. 5.8 Nameplates Transformer shall be furnished with non-corrosive diagrammatic nameplate, permanently attached with non-corrosive hardware. Attached to the inside of the low voltage compartment door. The nameplate shall not be installed on the rear of the low voltage compartment area. Diagrams and numbers shall be of the size and quality such that they can be read from outside the compartment. In addition to the nameplate requirements shown in ANSI/IEE C57.12.00-2015, Section 5.12, the total weight, including oil, shall be indicated. 5.9 Coating A.Each transformer and terminal enclosure combination shall be painted a forest green color such as ANSI “Bell” Green (Munsell 7GY 3.29/1.5)or City of Vernon-approved equivalent. The primary and finishing coats shall have a combined minimum dry-film thickness of three mils. Manufacturer shall furnish 1/4 pint of touch up paint or spray paint for each transformer. B.The underside of each transformer shall be coated with an asphaltic material or with City of Vernon-approved paint system. An epoxy coat which meets ANSI C57.12.28 is acceptable. 6.0 LOADBREAK SWITCHES 6.1 Type A.Each transformer shall have a three-phase, self-contained, oil immersed, high voltage, loadbreak gang-operated sectionalizing switch. The switches shall be inside the transformer tank and be so located that current interruption occurs under oil. The loadbreak switches shall provide circuit connections as required. Operation of the switch shall be clockwise to close. 319 22 B.The operating handle shall be located in the high voltage compartment and be suitable for hot stick operation. The position of the switch, whether open or closed, shall be clearly indicated. The handle shall be located in such a manner as to be identifiable with the associated circuit-transformer. Stencils or decals to indicate switch positions are not acceptable. 6.2 Interlocks The switch shall have an interlock which will prevent removal of fuses when the switch is in the closed position and also prevent the inserting of fuses when the switch is in the closed position. 6.3 Ratings The switches shall have the following ratings when completely assembled and installed in the transformers. A.Minimum Voltage Rating: 17,000 volts. B.Loadbreak Capability: 200 rms amperes at 17,000 volts and 0.6 power factor. C.Short-time current Rating: 10,000 rms symmetrical amperes for 15 cycles. D.Closing and Holding Current Rating: 10,000 rms symmetrical amperes for 15 cycles. E.There shall be no arcing time after the switch blades have traveled from the closed position to the fully opened position. 7.0 OVERCURRENTPROTECTION 7.1 High Voltage Protection A.Transformers shall be protected against overcurrent by means of a City of Vernon-approved externally replaceable fuses in the primary circuit. The fuses shall be suitable for hot stick operation and shall have a minimum of 50,000 rms symmetrical ampere interrupting rating. The fuses shall have City of Vernon-approved safety devices which prevent insertion directly into a fault. B.The fuses shall be a Bay-O-Net type oil immersed fuses in series with oil immersed current limiter type RTE ELSP current limiting backup fuse. The fuses shall have a safety device which prevent insertion directly into a fault.320 23 The correct size of Bay-O-Net fuse for replacement shall be indicated by stencil or decal above the Bay-O-Net fuse as follows: “Caution: Use only RTE Bay-O-Net Type 353C____”(10, 12, etc.)” “___ Amps “(25, 40, etc.) C.The following table lists the appropriate fuse sizes: Transformer Ratings High Voltage Fuses4 KV KVA Rating KV FLA BAYONET ELSP MINIMUM Z% 16.34 300 15.5 11 4000353C10 3545080M51M 4.00 500 15.5 18 4000353C10 3545080M51M 4.00 750 15.5 26 4000353C12 3545125M61M 5.75 1000 15.5 35 4000353C12 3545125M61M 5.75 1500 15.5 53 4000353C16 3545150M51M5 5.75 2000 15.5 70 4000353C16 3545150M51M5 5.75 2500 15.5 88 NONE NONE 5.75 3750 15.5 132 NONE NONE 6.00 7.2 300 8.3 24 4000353C12 3543125M61M 4.00 500 8.3 40 4000353C14 3543080M51M5 4.00 750 8.3 60 4000353C16 3543200M51M 5.75 1000 8.3 80 4000353C17 3543175M51M5 5.75 1500 8.3 120 NONE NONE 5.75 E. A minimum of 6 spare Bay-O-Net fuses shall be provided with each transformer order. For instance, if we order one 7.2 kV type 300 KVA transformer we require 6 spare fuses. If we order two such transformers, we require 12 spare fuses. 7.2 Low Voltage Protection Low voltage overcurrent protection is not required. 4Cooper (Type Bay-O-Net and Current Limiting ELSP) 5Two parallel fuses per phase 321 24 8.0 BUSHINGS, BUSHING WELLS AND PARKING STANDS 8.1 Low Voltage Bushings A.Transformers shall have bushings which conform to ANSI Standard C57.12.34. On “Wye” connected transformers, the neutral shall be connected to a fully insulated bushing. An additional tank ground pad with removable neutral bushing ground strap shall be provided and suitably sized for the short circuit current rating of the transformer. B.External spade terminals shall have a heavy tin coating process. If the terminal extension is not an integral part of the bushing, it shall be securely pinned to the stud. C.External spade terminals with six holes and more shall be furnished with additional support straps, designed by the manufacturers, at the end farthest from the tank wall without interfering with the use of any of the holes. Each extension pad shall be fully rated for the maximum ampacity of the transformer. Refer to the table below for the number of terminal holes. KVA Ratings Low-Voltage Ratings (Volts) Number of 9/16" hole cable positions 75-300 ALL 4-6 500 ALL 8 750-1500 ALL 12 2000-2500 ALL 14 3750 ALL 16 8.2 High Voltage Bushing Wells Transformers shall be provided with three City of Vernon-approved, 17 kV high voltage bushing wells rated 125kV BIL, marked and located as built. 8.3 Parking Stands Transformers shall be equipped with non-load break parking stands, ESNA No. 151-PS or City of Vernon-approved equivalent. They shall be located in accordance with ANSI Standard C57.12.34. 322 25 9.0 IDENTIFICATION 9.1 Stencils & MSDS A.All bushings shall be identified by yellow paint stencils, a minimum of one-inch-high, on the tank wall adjacent to the bushings. B.A removable identification tag or sticker which shall be legible at time of receipt shall be attached to the exterior of the terminal compartment. The tag or sticker shall indicate the name of the manufacturer, serial number, kVA and voltage ratings. C.In addition to the nameplate information called for in ANSI C57.12.00, the nameplate shall identify each winding as to whether it is made of copper or aluminum. D.The vendor shall be required to provide all applicable Material Safety Data Sheets with all transformer orders. 10.0 ADDITIONAL REQUIREMENTS 10.1 Barriers A barrier shall separate the high-voltage section from the low voltage section in the terminal compartment. Barrier shall be of sufficient strength to prevent deformation which may reduce the required clearances to various components. 10.2 Conduit Entrance When specifically requested, a 2 ½ inch conduit entrance hole, with a cover which is removable only from the inside, shall be providedin the center of the low voltage sill. 10.3 Terminal Arrangements Terminal arrangements shall be as per applicable ANSI standards. 10.4 Access to Terminal and Switching Compartments A.Transformers shall be provided with hinged doors for access to the terminal and switching compartments. Access to the high voltage portion of the terminal and switching compartment shall be possible only after access has been gained to the low voltage. B.The low voltage compartment door shall be further secured by meansof a captive and recessed ½ inch pentahead bolt. A blind 323 26 bolt hole shall be provided. Bolts shall be corrosion resistant and the design shall minimize the possibility of a misalignment and cross-threading. Design of the bolting, padlocking and three-point latching provisions shall be coordinated such that, only after the padlock and bolt have been removed, shall it be possible to open the low voltage compartment door. 11.0 TESTS 11.1 General A.Transformer tests shall be performed as specified inANSI Standard C57.12.00. These test reports shall be provided to the City prior to shipping. The City will not receive any transformers without the required test reports. B.Units shall comply with routine test requirements of ANSI and certified test reports shall be furnished. The vendor shall provide with returned bids all applicable documentation of compliance with ANSI design tests. C.The following data shall be submitted with each transformer order: a.Guaranteed maximum no load (excitation) loss in Watts at rated voltage and 110% voltage. b.Guaranteed maximum load loss in Watts at rated voltage and 110% voltage. c.Guaranteed maximum total loss in Watts at rated voltage and 110% voltage. d.Exciting Current in percent at rated voltage and 110% rated voltage. e.Percent impedance on base voltage and at the maximum temperature rise. If the transformer is a 55/65-degree Celsius transformer rise, the percent impedance shall be at 65 degree Celsius. f.Efficiencies shall be provided at loading levels of 100%, 75%, 50%, and 25%. g.Regulation at rated load @ 80% and 100% Power Factor. h.Two sets of outline drawings showing dimensions, weight, gallons of oil, gauge of steel in tank walls, cover, bottom, and cooling radiators and description of accessories. After order is awarded, the vendor shall submit FINAL drawings. 324 27 12.0 OPERATING PERFORMANCE 12.1 General The Apparatus shall perform in accordance with the conditions set forth in this Specification. 325 28 BIDDER’S CHECKLIST The following list is provided to assist bidders to eliminate errors and omissions which may render your bid unacceptable. DOCUMENTS TO INCLUDE: Bid packages must include the following completed documents: o Signature Page and Legal Status, Exhibit C o Unit Price Bid Form (complete the column entitled “Bid Unit Price” –if you do not wish to bid on a particular item, write “NO BID”), Exhibit C o Affidavit of Non-Collusion by Contractor Form, Exhibit A o City of Vernon Vendor List Questionnaire Form, Exhibit B HOW TO SUBMIT THE BIDS: Bids must be signed and submitted in TRIPLICATE. Bidder must submit bids in an ORIGINAL AND TWO COPIES. 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 addressed to: City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 TIMING TO SUBMIT AND OPEN BIDS The City Clerk must have received the bids by 2:00 p.m., on the day listed in the Notice Inviting Bids. The City strongly recommends that bidders either hand deliver or mail well before that time and date to ensure that it is timely received. At the time of the bid package opening, the City Clerk will open the bid packagesand acknowledge the receipt of Unit Price Bid Form from Manufacturer/Supplier. Once all bid packages are opened,and the bids announced, the Unit Price Bid Forms will be made available for public review. 326 29 EXHIBITA AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR 327 30 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) _______________________________________________________________, being first duly sworn deposes and says that he/she is ______________________________________________________________________ (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) of______________________________________________________________________________________ (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a.Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b.Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c.Did not, in any manner, directly or indirectlyseek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d.Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. I certify under penalty of perjury that the above information is correct By:______________________________________Title:________________________________ Date:____________________________________ 328 31 EXHIBITB VENDOR LIST QUESTIONNAIRE 329 32 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Vendor List Questionnaire Affidavit of Equal Opportunity & Non Segregation In order to be placed to the City’s vendor list and be eligible to receive City business, you must provide the following information. 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______________ Address______________________________Fax Number_____________________ City ________________________________ State __________ Zip _______________ Contact Person _________________ E-mail Address _________________________ 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: _______________________________________________________________________ _______________________________________________________________________ 330 33 EXHIBIT C SIGNATURE PAGE AND LEGAL STATUS BID FORM 331 34 SIGNATURE PAGE AND LEGAL STATUS The undersigned certifies that he/she is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid. Bid by _____________________________________________________________ (Name of Firm) Legal status of bidder: ____________________________________________________________________ Please check the appropriate box Corporation/LLC_________________State of Incorporation _____________________________ Partnership List Members (attach additional sheets if necessary) ____________________________________________________ ___________________________________________________ DBA ___________________________________________________________________________ State full name _________________________________DBA __________________________________________________________________________________________ ___________________________________________________________________________________________ Other_______________________________________________________________________________________ Explain _____________________________________________________________________________________ _______________________________________________________________________________________________ ___________________________________________ Signature of Bidder ____________________________________ Title ___________________________ (Authorized Signature) Address __________________________ City _________ State ______ Zip ________ Telephone No. ( ) ________________________ Signed this ____ day of ___________________, 2018 ADDENDUM NO.___________________________________________________________________________ BIDDER’S INITIALS 1.____________________________ 2.____________________________ 3.____________________________ 332 35 SPECIFICATION NO. TR3-2018-PM1 BID FORM CITY OF VERNON PUBLIC UTILITIES - TRANSFORMERS USED THE CITY OF VERNON AND EXPECTED PURCHASING QUANTITIES Bid Item Number Primary Voltage (V) Secondary Voltage (V) Rating (kVA) City Stock Code Number of units expected to be ordered Load Losses PLL (Watts) No- Load Losses PNL (Watts) Bid Per Unit WITHOUT Taxes & Fees (a) Taxes and Fees ONLY Per Unit (b) Bid Per Unit (C) Where (C)=(a) + (b) 1 7200 277/480 500 2064 3 2 7200 277/480 750 2065 3 3 16340 120/208 150 2069 3 4 16340 120/208 500 2073 3 5 16340 277/480 750 2075 5 6 16340 277/480 1500 2077 7 7 16340 277/480 2000 2078 7 Bidders Full Name: ___________________________________________________________ Bidders Telephone Number: ____________________________________________________ Bidders Business Address: _____________________________________________________ _____________________________________________________ Bidders Signature: ___________________________________________________________ NOTE: All taxes and fees (local, state, federal, etc.) must be included in the Bid Price. Invoices for separate charges will not be accepted. 333 334 41 ATTACHMENTS 335 42 ATTACHMENT NO. 1 TERMS AND CONDITIONS OF PURCHASE ORDER/CONTRACT (FOR GOODS) CITY OF VERNON This is a government contract. The terms are not changed by any words added by Contractor, nor superseded because of any form used by Contractor in the course of business. Any change in terms must be agreed to by an authorized representative of the City, in writing. Acceptance by the City of goods, materials, or services is not an acceptance of Contractor’s other terms. 1. Parties: (a) Purchaser: City of Vernon (“City”); (b) Contactor: As set forth on the attached Purchase Order/Contract. 2. Terms: (a) the term “goods” includes goods, material, chattels, equipment, machinery, manufactured articles, merchandise, fixtures, products, software, appliances, and any other items to be supplied pursuant to this Purchase Order/Contract; (b) the term “warranty” includes, warranties, guarantees, representations, and promises. 3. Contractor agrees to furnish the goods, materials, or services described in the Purchase Order/Contract to which this is attached and subject to all terms and conditions of the Purchase Order/Contract, this Attachment to the Purchase Order/Contract, andall other attachments hereto. 4. Contractor agrees to submit all invoices to the address indicated on the Purchase Order/Contract. 5. Contractor agrees to invoice at net prices without federal excise tax or federal fuel tax. 6. Contractor agrees to show on all invoices the name of the department to which goods or services were furnished, and whether the invoice covers complete or partial delivery or performance, the Purchase Order/Contract number, and any applicable cash discount. 7. Contractor agrees to prepay transportation charges and show them separately on all invoices. 8. Contractor agrees to show applicable sales or use tax as separate items on all invoices. 9. Clear title and risk of loss to all materials furnished under the Purchase Order/Contract shall pass to the City upon delivery and loading of conforming goods or materials at the F.O.B. point designated in the Purchase Order/Contract. 10. City shall have no responsibility for payment of over-shipments, goods not delivered due to shortages, theft, or otherwise non-conforming shipments. 11. Any item ordered on the face hereof that is listed in the Safety Orders of the California Division of Industrial Safety shall fully comply with the latest revised requirements of said Safety Orders. 12. The goods shall be tendered by delivery to City at the time and place specified in the Purchase Order/Contract. Contractor is responsible for maintaining and providing proof of delivery. If transportation of the goods is undertaken by an entity otherthan Contractor, Contractor shall be responsible for and handle all claims against such entity for shortages, damages, theft, and other such occurrences. All goods, materials, and equipment ordered shall, except as otherwise noted in this Purchase Order/Contract, be delivered in a new and unused condition. Unless otherwise specified, all products and goods are to be packed in accordance with the best commercial practice. 13. All automotive equipment delivered to the City shall meet all requirements of the latest revision of the 336 43 California Vehicle Code and of the Federal Department of Transportation. 14. Contractor warrants to City that all items covered by this Purchase Order/Contract conform to any applicable samples, drawings, specifications, plans, or other descriptions provided by Contractor and expected by City (collectively, “Specifications”). Contractor is not authorized to substitute goods with different Specifications unless agreed to in writing by City. All goods shall be merchantable; fit for City’s intended purpose; of good material, workmanship and design, and free from defect. Contractor also guarantees that the goods are of sufficient size or capacity to perform as specified. This Purchase Order/Contract incorporates by reference any and all warranties (express, implied, oral, or written) made by Contractor prior to or at the time this Purchase Order/Contract is accepted, including those contained in brochures, catalogues, advertisements, owner’s manuals, etc., provided that in the event of a conflict, the warranty providing the most protection to City shall prevail. All warranties shall survive inspection, acceptance, and payment. 15. Within a reasonable time after delivery of the goods, City shall have the right to inspect the goods to determine their conformity with the Specifications. Thirty (30) days from the date of delivery or installation is deemed to be the reasonable time for City to inspect the goods. If all or any part of the goods are deemed to be non-conforming, City may reject such non-conforming goods, whereupon such rejected goods promptly shall be removed by Contractor at Contractor’s cost, and the Purchase Price with respect to such rejected goods either shall be refunded by Contractor if already paid, or shall be reduced if still owing. In either case, if City so directs in writing, Contractor shall promptly replace such non-conforming goods with goods conforming to the Specifications. All direct and incidental costs of rejecting, removing, and replacing such non-conforming goods shall be borne by Contractor. 16. Notwithstanding anything to the contrary contained in the Purchase Order/Contract, in no event shall Contractor be entitled to anypayment on account of lost profits or consequential damages in connection with any termination of the Purchase Order/Contract, or otherwise in connection with the Purchase Order/Contract. 17. Prior to the issuance of the Purchase Order/Contract, Contractor may be required to provide to City evidence of insurance. Failure to maintain the required amounts and types of coverage throughout the duration of services supplied shall constitute a material breach of this Purchase Order/Contract and shall entitle the City to terminate this Purchase Order/Contract. 18. As respects acts, errors, or omissions in the performance under this Purchase Order/Contract, the Contractor agrees to indemnify and hold harmless the City, its officers, elected officials, agents, employees, representatives, and volunteers from and against all claims, demands, defense costs, liability, or consequential damages arising out of the Contractor’s negligent acts, errors, or omissions in the performance under the terms of this Purchase Order/Contract or those of Contractor’s subcontractors or anyone for whom Contractor is legally liable. As respects all acts or omissions which do not arise directly out of the performance of this Purchase Order/Contract, including but not limited to those acts or omissions normally covered by general and automobile liability insurance, the Contractor agrees to indemnify, defend (at City’s option), and hold harmless the City, its officers, elected officials, agents, employees, representatives, and volunteers from and against all claims, demands, defense costs liability, or consequential damages arising out of or in connection with the Contractor’s (including Contractor’s employees, representatives, subcontractors or anyone for whom the Contractor is legally liable) performance or failure to perform under this Agreement: excepting those which arise out of the sole negligence of City. Contractor shall indemnify and save harmless City from laborers, mechanics’, and materialmen’s liens upon materials, equipment, work in progress, or the premises on which the work is to be performed. 19. Contractor shall not perform work on City owned property, and shall not commence work, or cause materials to be delivered to the job site, until so authorized in writing by the Headof the Department (or designee) for whom the work was ordered. 20. Contractor certifies and represents that, during the performance of this Purchase Order/Contract, 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, religion, 337 44 color, national origin, ancestry, disability, sex, age, medical condition, or marital status. Contractor further agrees that it will not maintain any segregated facilities. 21. Contractor shall obtain a City Business License under the terms and conditions of Vernon City Code, Sections 5.20, et seq., where required. 22. Contractor hereby represents, warrants, and certifies that no officer or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any board, commission, or committee, except to the extent permitted by law. 23. The City, or its authorized auditors or representatives,shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Purchase Order/Contract and/or is paying the amounts to which Contractor is properly entitled to under the Purchase Order/Contract or for other purposes relating to the Purchase Order/Contract. The Contractor shall maintain and preserve all such records for a period of at least 3 years after the termination ofthe Purchase Order/Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 24. It is understood thatin the performance of any services herein provided, for Contractor shall be, and is, and independent contractor, and is not an agent or employee of City and shall furnish such services in its own manner and method, except as required by this Purchase Order/Contract. 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. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that Contractor and any subcontractors, agents or employees are not 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. 25. Contractor shall not assign or transfer this Purchase Order/Contract or any rights hereunder without the prior written consent of the City which may be withheld in the City’s sole discretion. Any unauthorized assignment of transfer shall be null and void and shall constitute a material breach of Contractor of its obligations under this Purchase Order/Contract. 26. Time is strictly of the essence of this Purchase Order/Contract and each and every covenant, term and provision hereof. 27. The City’s waiver of any term, condition, breach or default of this Purchase Order/Contract shall not be considered to be a waiver of any other term, condition, default of breach, not of a subsequent breach of the one waived. 28. The provisions of Vernon’s Living WageOrdinance, Vernon City Code, Sections 2.131, et seq., require that contractors providing labor or services to the City pay employees in accordance with the Ordinance. 29. The City reserves the right to cancel any portion of this Purchase Order/Contractat any time prior to the delivery of goods. 30. This Purchase Order/Contract does not and is not intended to confer any benefit on or create any right exercisable or enforceable by any third party. 31. This Purchase Order/Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit 338 45 in the County of Los Angeles, shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 32. This Purchase Order/Contract, including any Exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). In case of conflict between the terms of this Purchase Order/Contract and the terms of any other document which is a part of this transaction, the terms of this Purchase Order/Contract shall strictly prevail. Any and all additional terms and conditions must be approved by the City Attorney in writing. 33. If any provision of this Purchase Order/Contract shall be determined to be invalid or unenforceable, such provision shall be deemed to be severed and the remainder of the Purchase Order/Contract shall be given full force and effect. 34. 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. “Force Majeure” shall mean an event beyond the control of either party, which prevents either party from complying with any of its obligations under this Agreement, including but not limited to: (a) any act of God (e.g., fires, explosions, earthquakes, drought); (b) riot or strikes; or (c) acts or threats of terrorism. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Purchase Order/Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Purchase Order/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 Purchase Order/Contract in its entirety at no cost to the City, owing only for goods and services completed to that point. 339 46 ATTACHMENT NO. 2 INSURANCE REQUIREMENTS CONTRACT/PURCHASE ORDER/PERMIT/ INSURANCE REQUIREMENTS Insurance policies for persons having a contract, purchase order, or permit other than for equipment purchase without installation, with the City of Vernon shall comply with the following City requirements: 1. The ACCORD Certificate of Liability Insurance form is an acceptable format for submitting insurance information. If you do not have your insurance information in this format please, contact the department below. 2. The City of Vernon shall be given 30 days written notice of cancellation or material change. The certificate submitted will not be approved if it contains "best effort" modifiers or if it relieves the insurer from responsibility for failure to give notice. (See examples on the next page). 3. City of Vernon, its councilmembers, commissioners, officers, employees and agents, shall be named as an additional insured on general commercial policies. And the City of Vernon shall be the certificate holder. 4. Minimum general liability insurance limits shall be as follows: Combined single limit of $1,000,000 per occurrence. Note: The Specification or Request for Quote may provide for lesser or greater requirements depending on the potential risk involved. 5. Minimum automobile liability insurance limits shall be $100,000 combined single limits unless vehicles are not involved. 6. Workers' compensation insurance in statutory amounts. A separate Certificate of Insurance may be submitted. City need not be endorsed as an additional insured. 7. Insurance certificate(s) shall be provided verifying required insurance. Specific inquiries should be addressed to: City of Vernon Javier Valdez, Risk Manager Risk Management Department 4305 Santa Fe Avenue Vernon, CA 90058 (323)583-8811 Ext. 825 FAX (323) 826-1491 340 47 CANCELLATION NOTICE DEFECTS Insurance certificates submitted to the City ofVernon should not contain any of the following defects in the cancellation notices: 1)"Best efforts" modifiers."Best efforts" modifiers such as: a) Company will endeavor to mail. b) It is the intention of the company to mail. c) Company intends tonotify. d) Company will make every effort to mail. The City requires a positive commitment to notify rather than a best efforts non-binding promise. 2)Exculpatory clauses. Exculpatory clauses which relieve the insurer from liability for failure to notify such as: a) but undertakes no responsibility by reason of any failure to do so. b) but failure to mail such notice shall impose no obligation or liability of any kind upon the company. c) company assumes no responsibility for any mistake, or forfailure to give such notice. 3) Unmodified Accord form.The Accord form is not acceptable unless the cancellation notice is modified as follows: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail days written notice to the certificate holder named to the left, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. 341 48 City of Vernon INSURANCE Name of Co: _________________________________ Project Title: ________________________________ 1. PLEASE PROVIDE THE BELOW LISTED DOCUMENTS TO YOUR PROJECT MANAGER. 2. PLEASE SUBMIT THESE IN ONE (1) PACKAGE WHEN YOU HAVE ALL DOCUMENTS IN HAND, ALONG WITH THIS CHECK LIST, BECAUSE THEY WILL BE FORWARDED OVER AS A GROUP TO OUR RISK MANAGER FOR APPROVAL: Include on one or two Acord forms with the coverage limits, policy numbers, and dates for: A. General Liability: Combined Single Limit of $1,000,000 per occurrence. Additional InsuredEndorsement form(s)Naming as Additional Insured (“City of Vernon, its Council Members, Commissioners, officers, employees and agents.”) Please provide either this: CG 20 10 11 85; orboth of these forms CG 20 10 XX XX (for ongoing operations) AND CG 20 37 XX XX (for completed operations). Endorsement Waiver of the Right of Subrogationfor General Liability against the City of Vernon. Coverage XCU is required if applicable B. Auto Liability: $100,000 combined single limits unless vehicles are not involved. C. Worker’s Comp in statutory amounts. A separate certificate may be submitted. The City need not be named as additional insured. Endorsement Waiver of the Right of Subrogationfor Worker’s Comp against the City of Vernon. Note: The Specification or Request for Insurance may be amended by the City, to require less or greater requirements depending on the potential risk involved. 342 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNI^ COUNTY OF LOS ANGELES (lircn 'SoL OrE . 'P!s "r F\"-"rJ E^l*s\rl<s , a^. - (lirdr rrc of Md.r) \ ho submits herewith !o fte City of vemon a bid/ptoposal; That all statements of fact in such bid/proposal are fue; That such bid/proposal was not made in thc inter€st ofor on behalfofany undisclosed person, partnershiP, csnpany, association, oryanization or corPoralioni That such bid/proposal is gcnuine and not collusivc or sham; Tha said bidder has not, dircctly or indircclty by agreement, communication or conference wi$ snyone asempted to induce action prejudicial to thc interest of orc C ity of Vernon, or ofany olher bidder or anyone else intere$ed in $e proposed conu-act; and fur$cr That prior to the public oPcning and radinB ofbidyproPosals, ssid bidder: ) )ss ) a. Did not directly or indirEctly, induce or solicit anyone else to submit a false or sham bidproposal; b. Did noi directly or indirtctly, collude, conspire, connive or agree with anyone else that said biider o, anyone else would submit a falsc or sham bid/proposal, or trat anyonc should reftain from bidding or withdraw his/her bid./proposal; c. Did not, in any manner, directly or indircctly seek by agreement, communication or mnference with anyone to raise or fix the bid/proposal price ofsaid bidder or ofanyone else, or to raise or fix any oyerhead, profit or cost elcment of hiMrer bid/Proposal price, or offtat ofanyone else; d. Did not, direclly or indirectly, submit hiyher bid/Proposal price or any brcakdolvn thereof, or the contens rhereoi or divulge information or data relative ther.to, to any corpomtion, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, excePt $e City ofVemon, or to any P€Eon or persons who I have a paftiership or other financial intcrcst with said bidder in his/her business. perjury that above infomation is correct ritb 1\€( tha':grrlBy' Date I 30 343 4305 Santa Fe Avenue, Vemon. California 90058 Teleohone (323) 583-88U vendor List ouestionnaire Affidavit of Eoual Opoortunitu a l{on Seoreoation In order to be placed to the Cityt vendor list and be eligible to receive City business, you must provide the following Information. By submitting this form, you are declaring under penalty of perjury under the laws of the State of Califomia 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 [L -o.JAlu*:Business ter:pnone bOl -Q2 t 4Zo Fax Number--lhil.ll --ll4 {:i-=-Eeji-o City L*r.l state ,I{ t ztp 5q*4rl Contact Person&o /lt-* 5-ru', OOOr.rt .C,o- Tax ID Number (or Social Security Number) RemitAddress(if different) P.0.9'Y q too l-ola{ 2r tr^., CF aUrc'o\Zzf Please state clearty and concisely the type(s) of goods and services your company provides:D:+,l[, ]l,r,^-- Ti..-*J,r-.. r r EXHIBIT C 32 344 Howard Price AdJustment Policy For DOE-compliant Distrlbution Transformer Contracts The Howard Pricing lndex (HPl) is the price adjuslment mechanism used on long-term translormer contracts to compensale for upward or downward changes in key commodity costs. Prices are adjusted quarterly using the weighted percent change in commodity cost occurring since the date of the proposal as shown in the hypothetical example belo/v. Price Adiustrnent Example tn ttris exarnple a revised transformer price is established lor orders placed in the 2d quarter of 2013, using lhe quarler-preceding March 2013 HPI as shown below, Base price as stated in the Howard proposa|,.............. $1,000.00 Vveighted change in commodity cost since date of proposal.... . . 1.24o/o Multiplier on base price.. . . .. ... ... 1.0124 Priceforordersplacesduringthe2dquarlerot2013.................... $1012.40 Ksv Commodilies The table below lists the key commodities tracked by the HPI and identmes sources of the cost data. Costs for carbon steel, copper, aluminum and oil are obtained from thir+party data sources that are readily available to the public. Costs for silicon sleel, amorphous metal and FR3 lluid are tracr(ed using confidential intemal supply chain data, since no lhir+party data sources exist for thess commodities. Docum€nl No.2-4.140 R€vision 2 Howard lnduslries. hc. 31512014 March, 2013 Howard Pricing lndex for DOE.compliant Distrlbution Translormers (Silicon core / Mineral Oil Filled) XYZ Utility Company Contract Commodity Curlent Commodity Cosl or lndex Base Commodity Cosl or lndex Percenl Change Weighting Factor (% of Price) Weighled %Change Carbon steel tB1 74 171 20 616%8(0.49o/o Srlicon sleel NiA t\24.0 4U% Copper 8214 50 $8090.2.O 0.03% Aluminum 17.61 $1998.23 0.97'10 0.10%o 101.33 $90 53 1.939 8 0 95% ler variable costs and maroin 0.48 0 00% Total percent chanoe frgm base month 1 24% Pnce multiplier 1 0124 , average for previous LME: Primary Aluminum, Cash Sellar (USS per metric ton), average for previous West Texas lntermediate Crude, Spot Price (US$ per barrel), average for previous month Page 1 ol2 Kev Commoditv Cost Data Sourca Carbon steel CRUspi: Global Steel (lnde) hfl o://cflronline cruorouo con/Sleel r, average for previous month es suoolv chain cosl dala cunenl month Silicon steel Amorohous metal Copper Aluminum Orl FR3 fluid Con.idential Howard lndustries supply chain cost data, cunent monlh 345 The table below lists the weighting taclors used in the HPI calculations. Commodtty Slllcon St€€l Cor€Amorphorrs Metal Cof6 Mln€rBl Oll Flll6d FR3 Fluld Flllsd Mlneral Oil Fillod FR3 Fluid Fifled Carbon steel 8 070 8.Aok Silicon steel or amorphous metal 24 Oo/o t1o 24 0o/o lopper 20 vo 1.00/o 2.0% num 10 0 10 5%10.0% )il or FR3 nuid 8.0,10.0%6 50k 1 other variable costs and margin 48 0,46 0%4i 4 Total 100 0,100 0%10 1 Future Revisions lo the Pricino Policv Howard tndustries reserves the right at its discteuon lo revise ihls Pricing policy, including key commodilies, adjustment lrequency, data sources and weighting factors, due to changing markel conditions. Document No 2 4 140 Revisbn 2 Howard lnduslries,lnc 3t5t201a Page 2 ol2 60% 346 JulY,2018 Howard Pricing lndex for DOE4ompllant Distribution Tran3tormers (Silicon Core / ulneral Oll Filled) Oata References: Commodity Cunent Commodity Cost or lndex Base Commodity Cost or lndex (Julv 2018 HPI) Percent Chenge Weighting Factor (% of Price) Weighted % Change Carbon sleel 194 '194 60 000 80%000 con steel 0 00%24 0 000/" )opper ,954 79 ,954 7!0 00%2 0 000/. umrnum 0 00%10 0 00% Orl s67 67 $67.87 8(0 @oh All other vanable costs and margrn 48 0"/"0 009 0 00% gase price mulliplier 1. Carbon steel eFE:@sretirroerbaprrrtour trtc,ntt htb //.ruonlina qugroup coivst€€lFenoAlloyJPnaalnexnaud,/l,lud.lbuh.rsrhorEple€.aipt Srhcon sle€l 'Colllldlnt.r Horar! iupply ch3in co,l dal,. CopFr t-rrE 6da 'COF, olrmry Avrr.lp to. pllytdl3 lrbnf', Cetn Sdbr (US3 p€r mctic loo) inpa /tecure lm coatydata/cooritnitfrndd at9r LME Prilriary Ahrninun, lro.rht Ay€Ilgr lb. p.lvbir! moirh. C.rl schr (Us3 par nEtrc lon) htlpr://!€qrc lnE corydat collYnt iMndar aaPx o ELt t/rrro0 Polrolcum StrtJa Re9o.t tpot pnc.3 b. crure dl. molot lplolioc. and taatng orl, tEraga lbr he pGvious mon$ (VS3 p€r br,!l) htlpl/(trv eb.gov/gchesnJt'JpplYr*t ilro Document No. 2.3.67. Rev 0 Ho,vard lndustries, lnc 7t10no18 347 OFtD^COFt CERTIFICATE OF LlABILITY INSURANCE 06net201E THIS CERTIFICA]E IS ISSiUED AS A IIATTER OF IXFORXATIOI{ OT{LY AIID CO'{FERS t{O RIGHTS UPOI{ THE CERTIFICATE HOLOER. THls CERTIFICAIE OOES t{OT AFFIRIIATIVELY OR T{EGANVELY AIIEI{D, EXTEND OR ALTER THE COVERAGE AFFOROEO SY IHE POLICIES SELOW. TH|S CERTTFTCATE OF tNSURAitCE OOES itol coNsTTIUTE A COI{]RACr BETVVEEI t}lE lSSUlt{G INSURER(g}, AUTHORIZEO REPRESEI{TATIVE OR PRODUCER. AI{O T}IE CERTIFICATE HOLOER. @suREo,thoPollcy(br)mu.lb..ndo6.d.tlsuBRoGA'lol{lswArvEo,!ut,Fioth. term! and conditlons oI ti,t6 poticy, c.rtrin pollcha rhay rlqulr! an andoraedrnt A 3aatam.nt on tilr cartiltcrta doot not conLr rlght! lo lho co.tmcab holdor ln lieu of such endodenEn(a). How.rd Rbk Advlaors, LLC 201 WratVarmllion, Sta. 200Lrf.y.ne. LA 70501Judl LouYler.colll lrlSUREntSt rFFOfi OirC COVER 6E risuREr ^ : Geminl lngufttnce company 10833 Ir{suREo Howardlndu3trles,lnc P.O. Bor l58E LaurEl, MS 3944'l riJsuRERE lmt erium lnsurance company 35408 ,rsu.EF c Libcrtv lns udw/creat Amerlcan 199't7 |nsuiEr o American zurich lns. co.40142 , surGn E zurich American lnsurance co 16535 HOWAR.2 OP lD: MA o 1988,2014 ACORD CORPORA COVERAGES THIS IS TO CERTIFT TBAT THE POLICIES OF INSUMNCE LISTEO EELOW HAVE BEEN ISSUED TO THE INSUREO NAMED ASOVE FOR THE INOICATED NOT!'YIIHSTAXDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACI OR OIHER POCUMENI YUTH RESPECI TO V\tiICH THIS ceiirrrcarr ne.r ee issueo OR MAy pERTAIN, THE tNSURAitcE AFFoRoEo By THE POLTCTES D€scRrBED HERETN rS SUBJECT To ALL TttE TERMS, EXCLUSIONS ANO CONOIT|ONS OF SUCII POLICIES LIMITS SHOW! MAY HAVE BEEN REOIrcEO BY PAIO CLAIMS COMT'ERCTAL GEIIEFAL LIAAIITY ",rr*rur o. @ o""r" Contractu.l LIab G€IfL AGGqSGATE UUIIAPFLIES PER ,o,"' l-l jl"t fl ,.o" ^UTO{O€IIE LIAB LITY a[otmEo f---_'lscH€ouLEo ^rrTos I lArJTC\sTv-l NoNnw{EoHrREo^urqs I ^ I^uros aooLY rrcunY(P.r@6m0 oEscRPnO OF OPEianOtS, Loclno S / VEHTCLES IACORD lor, aiSmcEl R.6tlt SCrddt, v h' ll-i" It hd lPE 11 Eqrrrdl Fa.",l'"',:,;JT'Fn""lltlf.o"'lliotSU?"t;oob,i3"ii5l1"J3*n"wh€re reiuired by tYiltren contracl SI€U!OAI{Y OF THE AAo\'E OESCREED POUCIES BE CAI{CELLEO AEFORE TT,IE EXPTRAIIOI{ DAIE TI{EREOF, IIOIICE wlLL AE DELNEREO IN ACCORO llCE tvtTti THE POUCY PRorrclots.Clty Of Vemon i1305 Santa Fe Ave. vernon, CA 9005E .l ACORO 25 (2014/01)The ACORO name and logo a7o .egtsieied marks ot ACORO rights 348 ttooo(,ot!ol! otr P=.0;9o:$.- (!tttooEeEEtrt!.- cLooA.n oo3Eco -og'6o>.E6: Eged 6' (E o t!oI ooo E (E oox(g = iiFo2+ ut.I !r)rl ^i!,):i I5s Pl 9a zio(6a.E O)o.E9A(D, o rl)!!E! 9^ ===c8+J O^L! l!t3[p96 IN ts* ,F $ 00 r.l.ft T : r{ r+t-s ? aSl(r df, C ^{ o( ob ; Jq e {lr rJ.iI r(q s 6 cil+ Eit $ 3E' a q i ! T q G:N .C + tr t, s ? o il f on Fo d\ t q q NIiIq 6(u t..rssi {t s5it9oao-E o- EE! 4t.c { (rco {,l Jo.9s + o e F se {+ $ r$ot.f il uci nN fi , o E .0,:jErg_ctn6 d dro 9 dl Ee s'ldlo sloJ + ^l\q sr s i'$:fo $fr dtretJ't F u d dtst$ ceito $Nr.l EEE "EE:A;€zo6 o (o |r)N F. 3;E s(oo(\t ro@oN o,(ooC\ (o f.-oN r.c)F-oN NF-oN aoF-oN o,^tr< E?Ev oolr) olr,F* o|r)olr) olr)i.- ootr) oooN tg'o o@$ F-FN o@s F-F* c.J @oNoN @oNoN ocos F-t-N o@st-t-N o@s i.-t-N >ro EEs.=E- o-> ooN FT ooNf.- o$(r)(o os(.) @ o$(.) @ os(o o{(r)(o b EEEz N (.)s Lr)(o t- o uJ EFz ooz6 IotJ,oF uDo = uJ !!+ E5€ JtuE =o-5 iilE-=ot-2)z 9FH: 2e=2eoYd ^E EEE ioo o> H EE-rFoulofod. IIJ =troltoz tF E:4z(5 4--e, f] (.) co0 U) o!! ii z fr o!! 349 t-r!D-.}i €J B J-.-li,, 350 City ofVernon Request for Bids Specifi cation No. TR3-2018-PM1 All Transformers have welded tank covers with bolted on hand holes. Note: Short circuit test report for similar transformers will be provided upon notification of award. Unit prices include 9.5 % taxes per bid sPecification. Prices frim for three months, then use attached HPl. Also see form 2.4.140 attached. 351 o c.t c;ooo F N F. F .iF(.{ N (,'N o' - @o .i c,iC{ j li d @o @+oo 8V4333004 dzI"ts+Eo)F r')a o lll all.,-)3=j EH 33o t!*" E EE* 5:E:8; fi ,4i238 c=84fr6ii6l :cE3qtr"HE o iozG, E o F- ro 92 =d Ae36 =9:- HI te f;E5E =5EEEg?*EE o O E. L- F lr) zotrILE() @Ldo o o- 5oI I@ J' ozI)(E doa).o-l o t! o a! 6z 3 6 I s o I f.D - oz z E r eIDo o Yz, zo J G, c' 8o 6 (Iz z to o E zloo EIoo Eef,o € 5oIo2 o =azE l zo6 oEILoz o q, ozfod,o I d,5o- oz E z e,o = Ioz E ooo 3(D 8J6 Foo d Fz o- I F5 Ft! I6 5ID o v, Z G!9tE co I I J) J = _o-.E GodI l Fzo t F = edlo oJz F6o(L o I o Ic{odo d.(t. E, H 6.L = Er J 6 ()l oI Fzo (9 3o- JI5 6 5oz I e Uz I() F Foz 6 o- e Fz Io I @ J fo eozF =f Fz IEd) c s 5( 6z F a at 15) F d! F'o N N ol-o, -{ _l_,? ----------1 cc Ez Itc c c 352 N-+ EI @Nq)6 --o+ docit rrr)+ vr 4'et)E \\\ H oooE @@oF lr)NGId F-F- F. t * E-r).A(De tl 8-I -+ Ec.t 5q.*sE cn =' '-Nfrlk -\ EE;55 E e'Ss PH r lg', l-'l o -&Zea l,r(-\ r 95lElE 'r,r-rb -oa tr)E6 C!<=EE E :E+A# ._rrJ) EH HSE EEH i =sg UJoo() v co oz. # C) LI-looO x. m -;z. M. LrJa =e5 $? )z AE d"E 55 ci ()z arI] &F.a az E ntr =o zoa LrJE J LrJLrJFo aoLrrJz Fo 353 oF ci ooI $ "i ci F t\ d(! oio d ot @o c,i NN j U'oo @ u^)*o CJ 8V4333005 AQHTdo)Er r')a =t asj a-u#3o!E oznI o F { !t t_u2E EE*:E ;rlal c=8qfriE<-6h ;z1is f;s:e i$EEE g?HEE z 9\,/?;\5 zt 0e() t6 iE o ZT Elt N N s/ 6 (, + zoF e.oaldo o o. q I IN { oz,I fdl Fdoo-.L, lrJo a, o o-oq <J dz Nd.oE 5 ! j E o I l.D i oz F 0z lr o- Ed!o o z Fzo ooo 6 ILz z F o E. zl 8 d, Bo Fdf(-) a 3oIoz - E..,] zo6,oGo-(,1 o o- ox z Ne.oL 5oI IE5o_ oz E =e.o = 5oz, E .Eo 6 5tD 5oo o@ z, (L T PI Fc J 5d) o d, = tt!gce. at) E I J F flE cEo E oE 5 F zo co I E d.d)o J 6tr oo- o I o I o d,o- E z6o- = e. E (,l 0 )oF z,(9 (J:,Jo- I5 6 5oz - e, <,zr o (-)c E t et! c c Eoz, (.) o- e z, J I ct a()zF ==Fz, e,E o cc 50q 6z \! =riF EI CE F cio l'.F o o- tr ii tr 354 J LU LLIF U) aaL!Jz Fa cOF.*@(, N@F(o -o- r- di o 'ja o'o@ (o E \\\\ 14 ooooE (060NF lr)NNO d F.NF. F. >J r t \-,/o./ro;<986E p3?: r=d+ Hs UFZ I= 5=i$ EE(,F- tk aEfrE :a ==E; E:8Fril EE ON*o-ott>q)odt,a : -N*i ;a =snsF{ # ,}-EE;56il g-Tq BH i'&ze d BeHQa (o E6 f',-)<=5a E |Ti lr-),#r m fc5 :ES*bB i{l\ ? rEE g i" UJooO x. (D oz. + (J uJoo() v. m oz E. trJ(n c = $* )z u? dE 55 d T U =v) EEFa a =E oE tso zo6 LrJv. 355 ci oi o_ l'- F co 'Ii ciN j Uioo r.)+oo 8V4333008 (.) Z aoE]T EorE< r)aD-<o g] ae _iO .-LrJtr -Lft< oE zozt E o E = 6 = P s E P @ 5rE =--hioftrrk 3: =;t=afr =E6s=ia!iEZa 5.Eg - .6E :Eep fa>a ie-Q-s: 3,,, 6 =0: nF-:Eis -J a o N Zotr -l(n lr)F E OltFa Z.oO Mo L_ Foz zo FL oaOau.lo o o- 7 :F2\ =o1I l(D E, do-l 6 o_ oc 6 z N oI oI = i l@ :r oz t- z e tt e.e o z Fzo E.oo 2o (Lz z. EoF 6 d, 0 =do o IEl id 5o =6z olJoz zoa oItso = o t! t z N oIIoI E5(L oz z E6 = ) z. I eooo d) o Fo.E Fz ! a! -) a (I) o 4 t ID I I F I = tloo o zo o- o I o I oc{o dd e Pzo.L . I (, o tr z.(, of d 5oz a E(,z I d F oz o (t c t. 6z s =n E (r d! o, E- 356 o \\\\ $l oooo = (o@oNF lr)ralN oJ NNI'\No t? 3 q$ 3 -NA; 3;gNE H s;is il g-Sq BH 1-tuzzdrrJ ,/-) r gE IBE HAE 3 =E E Ylr)#-^ Lo EH3 53N EE RN=rEs * ==e.o UJooO v. c0 oz F O UJoa) O E. m oz E. LrJ(n =98 s2 ,,,i 9vta '-E d Oz a EtrFa az E IJtr tsoE z a LJE ) LrJL!Fa oaUJJzaFa NIo@z 6g lno- Qr...J+ d ueEo *o6rartr,(oo Fl<zzo<()F 357 o c;ooo o o c'i ".iNF F.NN d oi.: (, cirl. N =(o. N @ @ @+oo cY211AOO7 C)Z aqETdoE< r.)a- BA icj aue4I 2E =-_ E EE-sc TEE=T ;!3;pg=E=6E 6=i6h isE?r ==1ed,n^ .6E EIEETHE'<f,',_6edaEarF:B..oiiui) iozI o Eo \%.ta)\s 9a99 L9 0z 916.^ 6E =E ,ll o llr)o 5?6FE N ''-)(n +' =,/ G .s €)+ 2 trd dCV Lr.c 6 .L 5oI I@ € (9 =- f(D Fd.oo-o-f o at o .Loz2 E(9 I JI or f(D oz F (,z d, o- EE)o o z Fzo J d. doo6 6cz z EoF E(,z 3o E Eo E lo .d 3oIoz I 3J 0z Ef, zodtaoao- oz o IL ozl o -i s EIIL oz v =Go = 5oz E IEoo6 5IE oJo o(D u Fzt!a!t J Fo- J 6 5.D o t = E!lEE, tr) =I 3!crth do G,odT a Fzo E F =I d,Eto o) 6F6oIL o INT Ioo u.IL d.lrlz6IL - u E 5 oI trz f)(! JII o 5oz E E,oz -(.) o- a e, = d,.E 6 o H z, o trJ a FtrJz Io I (D e zF f z EEl Fcc( occ( 6z F riF e o E'> F dI l'-N l.r o t 358 95 ts'/ )z vie =d dE 5g l' = ()z af't EFa oz E aG =o ra. -(JJ F\dtr ooOFNF.F.@ o-E qEIL LlE' F)o I rO\o.,eg46s sEgn sl11 6i6'. . Ab ufr? ::Eodbi t c "EEI E; s8x6' :F a=:$ E= 3 sH3 d;4 E, u];E il =6S'EE:irFEomEil g'RqpE i l3aT Piz2 d @E 5Q? ,i-E6 l.) *g 3 :EM q=6? ,-,?:t$i XYrv HEE ,^,9 =EEH i ;=e zoa L!t -JtrJt.lFo oautJzaFa L!ooO E. m oz F t-tlo O v. m oz v. u.Ja 359 oo o ai cici F. co_ F.o lr' oi (o .,i c.i j rioID ()+ o 8V45350r 4 C) =u1 0E]YEo)t- r.)a E6zJ El=__J-j Br'e? =]o 2o2dI o E(-) 6E -c 3vazEE H in P EAeS: zz?rfrerl?Eg=5.rE 6ii6b isPea EEteE Ei--EZ 9E5s-5 E5EE8..oB-6 H=SEe o 0? o oFOltt-a il +'I G lr) z.oF(I d.oaLrl o (L oI I $(, =- liD Eo(I o-) o- 6 IL od(9 z N I Io- = r fo I 6z oI G (L E@ o 2 zo oa_oo zo z. E,o t z =oo G,Io Etf rd oEoz I ol zF_l z,o65oEIoz o IL oc z NE,oI or u G = 6z E z d, = oz I Eooo (D oo Folo z o_ I o_ d) o e z d, d.E, (I) -I 6 E- q aI a zo ! F = EIDo o 2otr o I o I oo Eo. E Pz5o- = E E o) o F z 0 a! I o 5oz a tx Iz I c t- (Ja z tt@ o o Hoz s f F z 3 I o eozF =l z l s: € (I F. ciI o-I c l'-<l > 360 O c.llr)N <i r.NN oo rrO,(olr) d)N-@ddNN ooOl.-NF.N@ 0-E oo- UJL, F -.1E ON+ll-o+ >o,orntn : -N*j =j;sNsHff:)rtr Erob Eil g-Tq ?H r rgf-l ur "Eze6 6=HaB 3 =E 3 Fo) E= .-,?3t5., xrov HhE (@ zrE[ *I* UJooO E m oz. + O LrJooO v m oz utrlln 95 B1 )z "i9.rl a =d.a gx 5g ci oz a E'I 0iFa a E aE Fo l!F J(L LrJ z. & LrJo -J ii z z.oa LJu -JLrJ LrJFa a LrJ)z Fa rOr ge p-I sj J=g-u 5o9s! "U E* EI E:tE Ea lls =tct 6i NIo(o 2 o; oaLa<F.J+(-)e a?Eo e2o6lr)l,(oO F:zzzo<(-,F 361 o No oo o oF "iF. N.iF F |.\ '.t@F 3 ,D. oi oo N .i r.io 3 N+oo 8V4333016 z a9ESdotrna5= El= =)2j O .-trJ t3o o 2 zEI o Eo TOvt \51a6_o =dt44 *eE6 IESteol EEsii *v228ea?38frizEr6=lo* =uE=i?rtaH fi:rEi IHEee B?EE"e 'e o zf. =l \, 16\e e\ fuFazo uoLL F Z. U? ) z.oFo-dOaL!o 6 o.v) IN Fz\ =()z- lID Fd,oo-of 6 o .L o6 z N oI 3or Ig o E)ID oz o =E tt Y G@o o z F 7 ooo 6 z o G 0zf o E Eoo IElo { 5oIoz, I l oz El 1 65od,(! (9z o o.oE.o z N BI dE EI.L = oz I z Eo z 5oz E uooo 5ltt oJo Fo@ szlr,lo- EcI Fll. I6 5@ o E 4o E EG, @ I I J 3!gT o-E e, 3oI e Fz 9 I F = Ed)o o) 6F6ot! 5 IN I(!o o E tt Hz6o- - d,lrJ- (,l(, I zo (9 o- I5 6 5oz -e (9z I (L Elqz,t<t EIH EI F z. d I c) lo e (9zF f Fz q,t t: li ll.-dE ..1 5 olol>lE 9lE-l o<t > cill l'.ol s o t-\r1.. F { 362 s8 s2 )z a7 =dJEPe 1g t (.) =0 EEFV) a = @ aE =o H JL lrJ z. E.UJa J ln, z Z a L!t J UJ LtJFa aa LrJJz Fo LJoo() E. m oz F O tooO E. m oz. x. LrJU) 363 o d o .i .ol'- c,i cnF. F. F. '.tot-@ '.t oo ci .iN j N (D o+oo 8V4533017 (Jz aornY Eo)Er r-)af_'t <-oazJ El(/)_1-j ^LJdE #<o (.) 2oz o E : 5t =t-t ao >n E" t;-qEiq==': i= ggE ?ix4sfr=eo* isE?i ?$"'eE -^ .8c EIESaEE=i5 E;EE8...8-6 E-"hEE o 20 o -'l e +, zotrOltFaZ.o() G.o L.t- Foz ;) (r) \5, I ro vl zotr(Ld(_)a LrJo o o - Fzs. =(., =r fdl E tLA 6 d o (! o z NGo- o- ..) = I l(D I z = d @o o z F z,o c e,oo zo t!z E F e, z oo &. Eoo IEl ad o!oz I ol (,zF l zo to oz o IL o z. !Je,o- r d. o- oz I z E,6z oz I ooo 00 oo Fo.D z IL I F5 Fo a 5ao o d z E eE t! I I F =q 3or a F 2o 7 P = (l(D o zoF oat I o I u zo(! = = t IF o () J F z(, l (L I 6 Joz - oz - (! o d. Hz E(D o o Hoz o- l F 2 Io I 6 f l (9zF =z GE,f lg- JEt HI HIlq 9l il; =l$ + B. $ 364 LrJoo E m oz + r) F-@@lr) ci ciF. F- oo rn O)(olr) r.) (o -@|..O(o@ <F ooONNt.N(o o-f E0- TJ F)E 3 s$(D i. c.l (,r.) ---*. m : -Ng! =< - Y F.- ----r--=;:8Rp HEtr8 EJL',td PF.,-\ coHoZ? A Fi5EER A=E E :rr : (rB$ ir-r{ \lJFr-{ - rY_\ H= ESEgE N9ErEs $ +=Eo e8 s2 )z ui9aa =d-.r E B*5g d C)z aEl 0lFa z l-J IEJ otr ts E z.o LrJE -JLrJLdFa aaLdJz Fa LJooO E. co oz E.trJa 365 4305 Santa Fe Avengg, Vernon. California 90059 Telephone (3?3) 583-8811 Venslor List Queqtipn,na i re Atfidavit of Egua! OooortuniW & Non Seoreoation In order to be placed to the City's vendor list and be eligible to receive City business, you must provide the following information. 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 certifuing 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 peform their seryices at any location, under its control, where segregated facilities are maintained, Name of Company *rttvr: Raaress l'I'M \h0rilqhA4!. [$' * Bus i ness r.l epho n.-!31--{$tj |U Fax Numbe'fuItt-r,,,, citv llp'r,ih rr,f state flV zip 3SlLit Contact Person E-mailAddress Tax ID Number (or Social Security Number) ip I {i10itt Remit Address (if different) Please state clearly and concisely the type(s) of goods and services your company provides: EXHIBIT C 32 366 The undersigned certifies that helshe is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid, Bid by3rytp (Name of Firm) Legal status ofbidder: Please check the appropriate box Corporation/ LLC V/ State of Incorporation Partnership List Members (attach additional sheets if necessary) Other Explain Signature ofBidder eaaress ifi,fit lndHshril filcity rerephone ro.(ilt I l$5'WZl signed this I[dhay or L. 2. 3. 2018 ADDENDUM NO, g BIDDER'S INITIALS 34 DBA ffrtntp State full name _DBA 367 SPECIFICATION NO. TR3-201 8-PMI BID FORM CITY OF VERNON PUBLIC UTILITIES . TRANSFORMERS USED THE CITY OF VERNON AND EXPECTED PURCHASING QUANTITIES Bidders Full Name:NOTE: Alltaxes and fees (local, state, federal, etc.) must be included in the Bid Price. lnvoices for separate charges willBidders Telephone Number: r\'+l ,t'tts-4t') | Bidders Business Address: l,' ' q inrflush4a I (d --- not be accepted' Bid Item Number Primary Voltage (v) Secondary Voltage (v) Rating (kvA) City Stock Gode Number of units expected to be ordered Load Losses Puu (Watts) No- Load Losses PNr- (Watts) Bid Per Unit WITHOUT Taxes & Fees (a) Taxes and Fees ONLY Per Unit (b) Bid Per Unit (C) Where (c)=(a) + (b) 1 7200 2771480 500 2064 3 4t it btr iorar ?Gz,s'l il o?1, {,/ 2 7200 2771480 750 2065 3 r{r(t grt ?.l4qL{l / 30{,,/0 /9, h{1, ,/0 3 16340 1201208 150 2069 3 itrilrl /{q6 13k I 672so 7. dc6 30 4 16340 1201208 500 2073 3 4l;y,,flt ilbao //ozzg / z,) n{.29 5 16340 277t480 750 2075 5 Vbu'q t lr,irst-l}/3r'l ro /9, /{L/, Yo 6 16340 2771480 1 500 2077 7 fi146 it,ryl JthI LO/O,30 23, /7t,lD 7 16340 277t4BO 2000 2078 7 lrlgD A6l\,:At\#lq 23,/(o2:27, ov3. zL Bidders Signature: 35 368 ERMGO DISTRIBUTIONTRANSFORMERS ERMCO (Electric Research and Manufacturing Cooperative, Inc,) is headquartered in Dyersburg, Tennessee, and is a wholly owned subsidiary of Arkansas Electric Cooperatives, Inc. (AECI), Little Rock, Arkansas. Corporate Headquarters - 2225 Industrial Road, Dyersburg, TN 38024. With all product lines made in the USA, ERMCO is one of the largest producers of oil filled distribution transformers and transformer components in the United States. This is our core business which is supported by our engineering and design groups with service to internal manufacturing and customers. In 1999, ERMCO entered the three phase padmount market in addition the expanding the single phase facillties. The Dyersburg property is over 500,000 square feet and includes approximately 40 acres to support additional growth well into the future. Also, in 1999, ERMCO purchased the General Electric Transformer Components company. The business was renamed ERMCO components, Inc. (ECI), and an existing off shore manufacturing facility was moved back into the United States in a ptant leased from BTL Industries located in Greeneville, Tennessee. ECI components are sold to transformer manufacturers domestically and internationally. In January 2013 ERMCO acquired the AECI Specialty Transformer Plant in Litue Rock, Arkansas. This acqulsition expanded the ERMCO product offering to include small and fractional kVA units ranging in size from t12 to 3 kVA and allows for increased production capacity of single phase pole mount transformers. The plant has approximately 40,000 square feet of manufacturing area. Joey Tilley - Sales Manager, Phone 73L.288-4286, Fax 731-287-4L04, Email jtilley@ermco-eci.com 2225 Industrial Blvd., Dyersburg Tennessee 38A24 Telephone: 73 l -285-9 I 2 I Fuv: 731-2874104 369 ERTUGO DISTRIBUTIONTRANSFORMERS ERMCO Reference Contact Information Defroit Edison DTE - Brad O'Conner, Purchasing, 313-235-3592, oconnerb@dteenergy.com Basil Opara, Standards Engineering, 3 13 -23 5-5 3 I 5, oparab@dteenergy.com Xcel Enersv * David Reitz, Purchasing, 6 12-330-5692, david.a.reitz@xcelenergy._corn David Flaten, Standards Engineering, 303-57 L-3978, david.!. fl aten@xcelenergy. com First4.Serey - John Nauer, Purchasing, 3 3 0-7 6l -7 7 7 1, jnauer@firstenergycorp. co{Q Kelly D. McCloskey, Standards Engineering, 724-838-6734 krnccl o s@ fi rstener gvcorp. com Avista Utilities - Shelly Campbell, Purchasing, 509-498-4558, she_lbr. campbell@avi stacorp. com Ross Taylor, Standards Engineering, 509-495-4691, ro s s. tayl.o--r@ av i stac o rp. com 2225 Industriql Blvd., Dyercburg, Teunessee 3E024 Telephone: 731 -285-91 21 Fa:r: 731-2871104 370 ERMCO DISTRIBUTIONTRANSFORMERS American Electric Power Bob Underwood, Supply Chain Specialist, 614-7 16-67 53, rlunderwood@aep.com Fred Friend, Distribution Standards, 61 4-7 I 6-3 139, fafriend@aep.com Tucson Electric Power Susan Mores, Procurement and Contracts Supervisor, 520 -745-3447 , surores@tep.com Don McAdams, Senior Engineer Standards, 520-918-8331, dmcadams@tep.com Ng.rthwesterq, Energy Mark Bond, Supply Chain Manager, 406-497 -2897, Mark. bond@northwestern. co m Patrick Cashell, P.E., Engineer Standard s, 406-497 -2346, Patrick. cashel l@northwestern. col.u 2225 Industrial Blvd., Dyersburg, Tunessec 38024 Telephone: 73 l -285-91 2 I Fax: 731-2874104 371 7 /17 /LB 15:51:35 VERNON DF:S(iRTPTTON ERMCO QUOTE CUSTOMER COPY BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE PAGE 1 QUOTE # 507551-00 QUOTED DATE 7 /L7 /L8 VERNON cA90058 PRODUCT NUMBER OTY UNTT PRICE EXT PRICE cA9 0058 TRANSFORMER I,OSS DATA IS BASED ON ANSI C57.T2.OOZ LOSS GRT: lrlAx VOLT% : 100 NL TEMP BASIS: 85 LL TEMP BASIS: 85 FOB VERNON, CA. FREIGHT PREPA]D AND ALLOWED. LEAD TIME 8-]-O WEEKS. *QUOTED pER SPECTFTCATTON NO. TR3 -2018 -pM1 AND BrD FORM. -REFERENCE 4.2.. ERMCO WILL PROVTDE 72OO DELTA VOLTAGE AT 95 BII, RATING IN LIEU OF 75 BIL. -REFERENCE 7.1.C: QUOTING THE LATEST EQUIVAI,ENT CURRENT LIMTTING FUSTNG TO COORD]NATE WTTH REQUESTED BAYONET FUSING.--TTEM 3: REQUESTED KVA ISNIT REPRESENTED IN FUSING TABLE. QUOTING I4ANUFACTURERI S SUGGESTED FUSING.--ITEM 2: REQUESTED CURRENT L]MITING FUSE 3543200M51M rS OBSOLETE. QUOTTNG 3543165M71MIN LIEU OF REQUESTED FUSE. FOB DESTINATION PRICES ARE FIRM FOR RECEIPT OF AN ORDER WITHIN 90 DAYS FROM 7/18/1,8 AND DELIVERY WITH]N THE QUOTED LEAD TTME. DELIVERIES BEYOND THE QUOTED LEAD TIME WILL BE SUBJECT TO ESCALATTON BASED ON THE ERMCO MATERIAL PRICE INDEX AT THE TIME OF SHIPMENT. THE BASE ERMCO MATERIAL PRICE INDEX FOR THIS QUOTATION IS -L5.36%. LEAD TIMES ARE SUB.JECT TO CHANGE WITHOUT NOTICE ! ! ! ITEM ]- ERMCO 3 PHASE PAD TRANSFORMER 3PH-PAD 3 10132.00 30395.00 ITEM# : 1.00 YOUR PRODUCT 2064NL= 591- LL= 45Lt lZ=5.4001 CAN TOUCH-UP PAINT OPTIONS BEGINERMCO ERMCO STD 3PH TRANSFORMER0500 500 KVAD DELTA501D 7200 95 BrLN NO NEUTRAL GROUNDOO3 2 TAPS 2.5% ABOVE & BELOW1,27 480Y /27755 ANSI SPECIFIC K DIM=5.0 372 7 /1,7 /tB 15:51:35 ERMCO QUOTE CUSTOMER COPY PAGE 2 QUOTE # 507551-00 QUOTED DATE 7 /17 /1,8 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRIPTTON PRODUCT NUMBER OTY UNIT PRICE EXT PRICER RADIAL FEED OOO ERMCO STD FIXED STUD WEIJL OOO NO INSERTS SELECTED OOO ELBOW ARRESTERS NOT SELECTED S STAGGERED LV BUSHING ARRANGEMENT OOO ERMCO STD STUD LV BUSHINGS 8OO 8 HOLE NEMA SPADES 1 LV BUSHING SUPPORTS REQUIRED O].4 FUSE CP 4000353C14 CS 55 AIVIPccy 8.3KV 1_50 ArUp 3543080M71M (80x2)OT4 EXTRA 4000353C14 CURRENT SENSING Y YES INTERLOCK OOO MTLD STEEL TANK & PEDESTAL OOO MTLD STEEL CEBNET & SILL O STD CABINET PARTITION 1 GREEN W/2" BLACK POLYMER UIilDERCOATO STANDARD HARDWARE. ]-]- SILICON BRONZE PENTABOLT O GROUND BOSS IN PRIMARY & SECONDARYOO STANDARD AIR SPACE 05 QUAL 202-030-01, .25 10psr 5oSCFMO 1'' NPT DRAIN PLUG O 1''NPT FILL PLUG A PRI ERMCO STD LEVEL GAUGEO NO VACUUM GAGE SELECTED Z ERMCO STD TEMPERATURE GAGE2L ]. TWO POS. 38KV ERMCO STD LBORO STD TX OILA STANDARD TWO NAIUEPLATES OO STD KVA DECAL OUTSIDE OO DOES NOT REQUIRE PCB DECAL. LL DANGER "MR OUCH" GENERTC G-52-02)02 WARNING ''MR OUCH" GENERIC (3 - 52 - 01.) 99 STD PRIMARY DECAIJ INSIDE (HV) OO NO SECONDARY VOLTAGE DECALS1,6 STENCII, HV & I,V BU PER CIVIT]. NOTESN NO SPECIAL TEST NEEDED OPTIONS END.. rTEM 2 ERMCO 3 PHASE PAD TRANSFORMER 3PH-PAD ITEM# z 2.00 YOUR PRODUCT 2065 3 1_3 7 4L .00 4L223 .00 373 7 /1,7 /1"8 15:51:36 VERNON DESERTPTTON ERMCO QUOTE CUSTOMER COPY cA90058 750 KVA DELTA 7200 NO NEUTRAL GROUND 2 TAPS 2.5% ABOVE & BELOW 480Y /277ANSI SPECIFIC K DIM=5.0 RADIAL FEED ERMCO STD F]XED STUD WELL NO INSERTS SELECTED ELBOW ARRESTERS NOT SELECTED STAGGERED LV BUSHING ARRANGEMENT ERMCO STD STUD LV BUSHINGS12 HOLE NEMA SPADES LV BUSHING SUPPORTS REQUIRED FUSE CP 4000353C16 CS 1OO AMP 8.3KV 155 AMP COOPER 3543155M71M EXTRA 4000353C15 CURRENT SENSING YES INTERLOCK MILD STEEL TANK & PEDESTAL MILD STEEL CABNET & SILL STD CABINET PARTITION GREEN W/2" BLACK POLYMER UNDERCOAT STANDARD HARDWARE. SIL]CON BRONZE PENTABOLT S. S. 2HOLE GRD PAD IN PRI & SEC STANDARD AIR SPACE QUAL 202-030-07 .25 1oPSr 50SCFM ERMCO STD DRA]N VALVE W/ SAMPLER 1I'NPT FILL PLUG PRI ERMCO STD LEVEL GAUGE NO VACUUM GAGE SELECTED ERMCO STD TEMPERATURE GAGE]. TWO POS. 38KV ERMCO STD LBOR STD TX OIL STANDARD TWO NAMEPLATES STD KVA DECAL OUTSIDE DOES NOT REQUIRE PCB DECAL. DANGER "MR OUCH" GENERTC (3-52-02) WARNING ''MR OUCH'' GENERIC(3 -52 - 01) STD PRIYIARY DECAL INSTDE (HV) PAGE 3 QUOTE # 507651-00 QUOTED DATE 7 /L7 /1,8 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 PRODUCT NUMBER OTY UNTT PRICE EXT PRICENL= 872 LL= 5588 12=6.5001 CAN TOUCH-UP PAINT OPTIONS BEGIN ERMCO 0750 D 5 01D N 003 1,27 s5 R 000 000 000 S 000 1,2H l_ 0r_5 cc8 0 l_5 Y 000 000 0 1 0 1l- 1 00 05 z 0 A 0 z 2L 0 A 00 00 1_1 o2 99 ERMCO STD 3PH TRANSFORMER 95 B]L 374 7 /1,7 /tB 15:51:35 ERMCO QUOTE CUSTOMER COPY PAGE 4 QUOTE # 507551-00 QUOTED DATE 7 /L7 /18 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA9 005 8 VERNON cA90058 DESCRIPTION PRODUCT NUMBER OTY UNIT PRICE EXT PRICE OO NO SECONDARY VOLTAGE DECALS ].5 STENCIL HV & LV BU PER CIVI71 NOTES 5 BF INTLCK OR LV FRONT DS (TNK5358) N NO SPECTAL TEST NEEDED OPTTONS END.. ITEM 3 ERMCO 3 PHASE PAD TRANSFORMER 3PH-PAD ITEM# : 3.00 YOUR PRODUCT 2069 3 7351.00 22083 .00 NL= 1 CAN TOUCH-U OPTIONS BEGIN ERMCO 015 0 D 7 49D N 003 tL2 s5 R 000 000 000 S 000 500 1 006 CCM 006 Y 000 000 0 1, 0 1_1 0 00 05 0 295 LL-- 1,67 4 I-Z=4.600 P PAINT ERMCO STD 3PH TRANSFORMER 150 KVA DELTA 1534 0 125 BIL NO NEUTRAL GROUND 2 TAPS 2.5% ABOVE & BELOW 208Y /L20ANSI SPECTFIC K DIM=5.0 RADIAL FEED ERMCO STD FIXED STUD WELL NO INSERTS SELECTED ELBOW ARRESTERS NOT SELECTED STAGGERED LV BUSHING ARRANGEMENT ERMCO STD STUD LV BUSHINGS 6 HOLE NEMA SPADES LV BUSHING SUPPORTS REQU]RED FUSE CP 4OOO353CO5 CS 10 AIUP 23.oKV 30 AMP COOPER 3545030M61M EXTRA 4OO0353CO6 CURRENT SENSING YES INTERLOCK MILD STEEL TANK & PEDESTAL MILD STEEL CABNET & SILL STD CABINET PARTITION GREEN W/2" BLACK POLYMER UNDERCOAT STANDARD HARDWARE. SILICON BRONZE PENTABOLT GROITND BOSS IN PRIMARY & SECONDARY STANDARD AIR SPACE QUAL 202-030-0]- .25 1-0PSr 50SCFM1'' NPT DRAIN PLUG 375 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRTPTION PRODUCT Ni]MBER OTY UNIT PRICE EXT PRICEO ].'INPT FILL PLUG A PRI ERMCO STD LEVEIJ GAUGE O NO VACUI]M GAGE SELECTEDZ ERMCO STD TEMPERATURE GAGE 21, 1 TWO POS. 38KV ERMCO STD LBORO STD TX OILA STANDARD TWO NAMEPLATES OO STD KVA DECAL OUTSTDE OO DOES NOT REQUIRE PCB DECAL. 1]. DANGER ''MR OUCH'' GENERIC (3-52-02) 02 WARNING ''MR OUCH'' GENERIC (3 - 52 - 01) 99 STD PRIIVIARY DECAL INSIDE (HV) OO NO SECONDARY VOLTAGE DECALS 16 STENCIL HV & LV BU PER O{7]- NOTES N NO SPECIAL TEST NEEDED OPTIONS END.. ITEM 4 ERMCO 3 PHASE PAD TRANSFORMER 3PH.PAD ITEM# : 4.00 YOUR PRODUCT 2073 3 1L503.00 34809.00 7 /17 /1,8 15:51:35 ERMCO QUOTE CUSTOMER COPY 82L LL= 4023 IZ=4.700 PA]NT ERMCO STD 3PH TRANSFORMER 5OO KVA DELTA 1,6340 125 BIL NO NEUTRAL GROT]ND 2 TAPS 2.5% ABOVE & BELOW 208Y / 1,20 ANSr SPECIFIC K DIM=5.0 RAD]AL FEED ERMCO STD F]XED STUD WELIJ NO INSERTS SELECTED ELBOW ARRESTERS NOT SELECTED STAGGERED LV BUSHTNG ARRANGEMENT ERMCO STD STUD LV BUSHINGS8 HOLE NEMA SPADES LV BUSHTNG SUPPORTS REQUIRED FUSE CP 4OOO353C1O CS 25 AIVIP23.oKV 80 ArUP COOPER 3545080M71M EXTRA 4OOO353C1O CURRENT SENSING PAGE 5 QUOTE # 507551_-00 QUOTED DATE 7 /L7 /78 NL=1 CAN TOUCH-UP OPTIONS BEGIN. ERMCO 0500 D 7 49D N 003 1.L2 S5 R 000 000 000 e 000 800 1 010 CCQ 010 376 7 /17 /LB 15:51:35 ERMCO QUOTE CUSTOMER COPY YES INTERLOCK MILD STEEL TANK & PEDESTAL MTLD STEEL CABNET & SILL STD CABINET PARTITION GREEN W/2" BLACK POLYMER UNDERCOAT STANDARD HARDWARE. SILICON BRONZE PENTABOLT GROUND BOSS IN PRIMARY & SECONDARY STANDARD ATR SPACE QUAL 202-030-01 .25 l-oPsr 5oSCFM1'' NPT DRAIN PLUG 1''NPT FILL PLUG PRI ERMCO STD LEVEL GAUGE NO VACUUM GAGE SELECTED ERMCO STD TEMPERATURE GAGE]- TWO POS. 38KV ERMCO STD LBOR STD TX OTL STANDARD TWO NAIUEPLATES STD KVA DECAL OUTSIDE DOES NOT REQUIRE PCB DECAL. DANGER ''MR OUCH'' GENERIC (3.52-02) WARNING''MR OUCH" GENERIC(3-52-01) STD PRIMARY DECAL INSIDE (HV) NO SECONDARY VOLTAGE DECALS STENCIL HV & LV BU PER CM71 NOTES NO SPECIAL TEST NEEDED PAD TRANSFORMER 3PH-PAD 00 0759L6 LL= 5558 IZ=5.300 PAINT ERMCO STD 3PH TRANSFORMER750 KVA DELTA r-5340 125 BIL NO NEUTRAL GROUND2 TAPS 2.5% ABOVE & BELOW 480Y / 277 ANSI SPECIFIC K DIM=5.0 PAGE 6 QUOTE # 507551-00 QUOTED DATE 7 /17 /78 5 13840.00 59200.00 BII,I, TO : SHI P TO : CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRIPTION PRODUCT NI]MBER OTY UNIT PRICE EXT PRICE Y 000 000 0 1, 0 11 0 00 05 0 0 A 0 Z 2L 0 A 00 00 1L 02 99 00 15 N OPTIONS END. ITEM 5 ERMCO 3 PHASE ITEM# : 5. YOUR PRODUCT 2 NL=1 CAN TOUCH-UP OPTIONS BEGIN. ERMCO 0750 D 7 49D N 003 127 S5 377 7 /1-7 /.tB 15:51:36 ERMCO QUOTE CUSTOMER COPY PAGE 7 QUOrE # 507561-00 QUOTED DArE 7 /1,7 /L8 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRIPTION PRODUCT NUMBER OTY UNIT PRICE EXT PRICE R RADIAL FEED OOO ERMCO STD FIXED STUD WELL OOO NO INSERTS SELECTED OOO ELBOW ARRESTERS NOT SELECTED S STAGGERED LV BUSHING ARRANGEMENT OOO ERMCO STD STUD LV BUSHINGS L2H ]-2 HOLE NEMA SPADES ]- LV BUSHTNG SUPPORTS REQUIRED OL2 FUSE CP 4000353C1,2 CS 40 AMP CCS 23. OKV 125 AIUP COOPER 3545L25M7LM OL2 EXTRA 4OOO353CL2 CURRENT SENSTNGY YES INTERLOCK OOO MILD STEEL TANK & PEDESTAL OOO MILD STEEL CABNET & SILLO STD CABINET PARTITTON 1 GREEN W/2" BLACK POLYMER UNDERCOAT O STANDARD HARDWARE.]-1 S]LICON BRONZE PENTABOLT 1 S. S. 2HOI,E GRD PAD IN PRI & SECOO STANDARD AIR SPACE05 QUAL 202-030-01_ .25 10psr 5oSCFM Z ERMCO STD DRAIN VALVE W/ SAMPLER O 1''NPT FILL PLUGA PRI ERMCO STD LEVEL GAUGE O NO VACUUM GAGE SELECTEDZ ERMCO STD TEMPERATURE GAGE2L 1 TWO POS. 38KV ERMCO STD LBOR O STD TX OILA STANDARD TWO NAIUEPLATES OO STD KVA DECAL OUTSIDE OO DOES NOT REQUfRE PCB DECAL. 1l- DANGER "MR OUCH" GENERTC (3-52-02) 02 WARNTNG "MR OUCH" GENERTC(3-52-01) 99 STD PRII{ARY DECAL ]NS]DE (HV) OO NO SECONDARY VOLTAGE DECAI,S 1,6 STENCIL HV & I,V BU PER CM71 NOTES 5 BF INTLCK OR LV FRONT DS (TNK5358) N NO SPECIAL TEST NEEDED OPTIONS END.. ITEM 6 ERMCO 3 PHASE PAD TRANSFORMER 3PH-PAD ITEM# : 5.00 7 21161.00 1,48L27.00 378 7 /L7 /LB 15:51:35 ERMCO QUOTE CUSTOMER COPY ERMCO STD 3PH TRANSFORMER 15OO KVA DELTA 1,6340 125 BIL NO NEUTRAL GROUND2 TAPS 2.5% ABOVE & BELOW 480Y /277ANSI SPEC]F]C K DIM=5.0 RADIAL FEED ERMCO STD F]XED STUD WELL NO INSERTS SELECTED ELBOW ARRESTERS NOT SELECTED STAGGERED I,V BUSHING ARRANGEMENT ERMCO STD STUD LV BUSHINGS 12 HOLE NEMA SPADESLV BUSHING SUPPORTS REQUIRED FUSE CP 4000353C15 CS 1OO AIUP23.oKV 300 Arqp coopER ELSP (t_50x2) EXTRA 4000353C16 CURRENT SENSING YES INTERLOCK MTLD STEEL TANK & PEDESTAL MILD STEEIJ CABNET & SILL STD CAB]NET PARTTTION GREEN W/2" BLACK POLYMER UNDERCOAT STANDARD HARDWARE. STLICON BRONZE PENTABOLT S. S. 2HOLE GRD PAD IN PR] & SEC STANDARD AIR SPACE QUAL 202-030-01 .25 10PSr 5oSCFM ERMCO STD DRAfN VALVE W/ SAMPLER 1''NPT FIIJIJ PLUGPRI ERMCO STD LEVEL GAUGE NO VACUUM GAGE SELECTED ERMCO STD TEMPERATURE GAGE ]- TWO POS. 38KV ERMCO STD LBOR STD TX OTL STANDARD TWO NAMEPLATES STD KVA DECAL OUTSIDE DOES NOT REQUIRE PCB DECAL. DANGER "MR OUCH,, GENERTC (3-52-02) WARNTNG "MR OUCH" GENERTC (3 - 52 - 01_) PAGE 8 QUOTE # 507551_-00 QUOTED DATE 7 /17 /18 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRIPT]ON PRODUCT NUMBER OTY UNIT PRTCE EXT PRICE YOUR PRODUCT 2077 NL= 1639 LL=11195 IZ=7.8001 CAN TOUCH-UP PA]NT OPTIONS BEGIN ERMCO r-500 D 7 49D N 003 1,27 S5 R 000 000 000 S 000 1,2H 1 0l_ 5 CCW 016 Y 000 000 0 1, 0 1-L 1 00 05 Z 0 A 0 Z 2L 0 A 00 00 1L 02 379 7 /17 /LB 15:51:36 ERMCO QUOTE CUSTOMER COPY STD PRIIUARY DECAL INSIDE (HV) NO SECONDARY VOLTAGE DECALS STENCIL HV & LV BU PER CM71 NOTES BF INTLCK OR LV FRONT DS (TNK6368) NO SPECTAL TEST NEEDED NO NEUTRAL GROUND2 TAPS 2.59" ABOVE & BELOW 480Y /277ANS] SPECIFIC K DIM=5.0 RADIAL FEED ERMCO STD FIXED STUD WELL NO INSERTS SELECTED ELBOW ARRESTERS NOT SELECTED STAGGERED LV BUSHING ARRANGEMENT H.] ]NTG 14H SPD LV BUSHING SUPPORTS REQUIRED FUSE CP 4000353C16 CS 1OO AIUP 23.OKV 3OO AMP COOPER ELSP (150X2) EXTRA 4000353C16 CURRENT SENSING YES INTERLOCK MILD STEEL TANK & PEDESTAL M]LD STEEL CABNET & SILL STD CABTNET PARTITION GREEN W/2" BLACK POLYMER UNDERCOAT STANDARD HARDWARE. SILICON BRONZE PENTABOLTS.S. 2HOLE GRD PAD IN PRI & SEC STANDARD AIR SPACE QUAL 202-030-0L .25 l-0psr 50SCFM ERMCO STD DRAfN VALVE W/ SAMPLER PAGE 9 QUOTE # 507661-00 QUOTED DATE 7 /1,7 /L8 7 24597 .00 L72879.00 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCR]PTION PRODUCT NUMBER OTY UNIT PR]CE EXT PRICE 99 00 L5 5 N OPT]ONS END ITEM 1 ERMCO 3 PHASE PAD TRANSFORMER 3PH-PADITEM# : 7.00 YOUR PRODUCT 2078 NL= 251-9 LL=11950 IZ=7.3001 CAN TOUCH-UP PA]NT OPTIONS BEGTN. ERMCO STD 3PH TRANSFORMER 2OOO KVA DELTA 15340 125 BIL ERMCO 2000 D 7 49D N 003 127 S5 R 000 000 000 S 5L4t 016 CCW 0l_ 6 Y 000 000 0 1 0 1,1, 1 00 05 Z 380 7/17/1,8 15:51:35 ERMCO QUOTE CUSTOMER COPY PAGE 10 QUOTE # 507551_-00 QUOTED DATE 't /17 /1,8 BILL TO: SHIP TO: CITY OF VERNON CITY OF VERNON 2323 E VERNON AVE 2323 E VERNON AVE VERNON cA90058 VERNON cA90058 DESCRIPTION PRODUCT NUMBER OTY UNIT PR]CE EXT PRICEO 1'INPT FIL], PLUG A PRf ERMCO STD LEVEL GAUGEO NO VACUUM GAGE SELECTED Z ERMCO STD TEMPERATURE GAGE 2L ]- TWO POS. 38KV ERMCO STD LBORO STD TX OIL A STANDARD TI/'IO NAMEPLATES OO STD KVA DECAL OUTSIDEOO DOES NOT REQUIRE PCB DECAL. 1]- DANGER ''MR OUCH" GENERIC (3-52.02) 02 WARNING ''MR OUCH'' GENERIC (3 - 52 - 01.) 99 STD PRIMARY DECAL ]NSIDE (HV) OO NO SECONDARY VOLTAGE DECALS1,6 STENCIL HV & LV BU PER CIVI7]. NOTES 5 BF INTLCK OR LV FRONT DS (TNK5358) N NO SPECIAL TEST NEEDED OPTIONS END.. FLAT BED SIDE UNLOAD RECETVING HOURS 8 AM . 3 PM 48 HOUR NOTICE 1OO% CTR @ TTME OF SHIPMENT 381 CUSTOMER: CITY OF VERNON RFQ/Spec: ERMCO Quote#: 507661 For detail information about the transformer, refer to the ERMCO quote documents. Quote ItemkVA A B C 3 150 49 63.5 20 D E FG 45.5 N/A 36.5 26.5 HJKLM 2705276 N 5.33 STANDARD FEATURES Quote Item P 349 O Wt(lbs) oil(sn) N/A 3337 1691 HV Bushing 2 Lifting Lugs 3 Bolted Cover 4 1" Upper Fill Plug 5 Pressure Relief Valve 6 Nameplate 7 Hinged Top Cabinet B LV Bushing 9 1" Drain Plug 3 Phase Quotation Drawing For Dimensional Purposes Only All Features and Accessories Not Shown DATE: 07 t17 t18 SCALE: NTS 382 CUSTOMER: RFQ/Spec: CITY OF VERNON ERMCO Quote#: 507661 For detail information about the transformer, refer to the ERMCO quote documents. Quote ItemkVA A B C D E F G 6 1500 63 72.5 24 57.5 64.5 36.5 35.5 H 27 J 0 K 5 L 46 M 8 N 6.33 7 2000 68 75.5 59.5 66.5 39.5 35.5 27 b.JJ STANDARD FEATURES Quote Item P 668 o 88 Wt(lbs) oil(sn) 10738 4141 HV Bushing 2 Lifting Lugs 3 Bolted Cover 4 1" Upper Fill Plug 5 Pressure Relief Valve 6 Nameplate 7 Hinged Top Cabinet 8 LV Bushing 9 Drain Valve w/Sampler 1 2583 3 Phase Quotation Drawing For Dimensional Purposes Only All Features and Accessories Not Shown ERMCO SCALE NTS 383 ? tsL CUSTOMER: CITY oF VERNoN RFQ/Spec: ERMCO Quote#: 507661 For detail information about the transformer, refer to the ERMCO quote documents. Quote ItemkVA A B C D E F G 1 500 49 63.5 20 47.5 54.5 33.5 29.5 H 27 J 0 K 5 L 31 M 8 N 6.33 750 63 66.5 53.5 60.5 33.s 32.5 27 4 5 500 750 49 63 63.5 47.5 54.5 33.5 29.5 27 31 66.5 53.5 60.5 33.5 32.5 27 46 6.33 STANDARD FEATURES Quote Item P 153 o N/A Wt(lbs) oil(sn) 4812 1941 HV Bushing 2 Lifting Lugs 3 Bolted Cover 4 1" Upper Fill Plug 5 Pressure Relief Valve 6 Nameplate 7 Hinged Top Cabinet 8 LV Bushing 9 1" Drain Plug 7497 4 5 57 63 N/A N/A 190 3 Phase Quotation Drawing For Dimensional Purposes Only All Features and Accessories Not Shown ERMCO IE: 07t17t18 358 354 384 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA COUNTY OF LOS ANGELES and says that he"/she is ) )ss ) being first duly swom deposcs { o -sru, [L^.fi, (lmcn Dm of bildcr) who submits herewith to the City of Verno a bid/proposal; That all statements of fact in such bid/proposal are tnte; That strch bidfuroposal was not ma& in 6e interest of or on betralf of any nndisslosed person, partn€rship, corpany, associatioq organization or corporatioq That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prcjudhial to the interest of the City of Vemon, or of any other biddet or anlone else intercsted in the proposcd contract; and firther That prior to the public opening rrd reading of bidVproposals, said bidder a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid&,roposal; b. Did not directly or indirectly, colludg conspire, connive or agree with anlone else that said bidder or an)one else would submit a false or sham bid/proposal, or that anyone should refrain from bidding on withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreeincnt, communication or conference with anpne to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead profit or coat element of his/herbid/pro,posal price, or of that of anyone elsc; d. Did not, directly or indirectly, submit his/trer bid/proposal pricr or any breakdown thereol or the contents tlrereot or divutge information or data rclative thatto, to any corporation, partnership, company, associatiqt organization, bid dcpository, or to any mernber or agent thereof, or to any individual or group of individuals, o(cept the City of Vernon, or to any pe,rsm or persons who have a pafircrship or other financial interest with said bidder in hisAer business. I certifi under By: oEcrt'Solc Owlr ', ?rrtrct','Puilcn, Date: 30 385 CONTENTS I . Cover Letters 1) Proposal Letter 2) Warranty Letter ll. Bid Form 1) Commercial Proposal 2) Bid Form lll. Technical Data 1) Technical Specification w/ Drawing 2) Subvendor List lV. Complementary Data 1) PASI (Bidder) Reference 2) Sanil (Manufacturer) Reference 386 387 I . Cover Letters 1) Proposal letter 2) Wananty LetEr 388 389 PN' PanAmerica SUPPIY '* 21414 PROVINCIAL BLVD KATY, TEXAS 77450 lEL: QBll6a6{472 FAX : (281) 64*474 Ref No.: PASI-20180718-02 Dab: July 18, 2018 lggp3lLetGr To whom it may concern, We. PanAme.ice Supply, lnc., thank you for the opportunity to pres€nt our proposal for clty o, vsmon, Calitomia TR3-2018.PM1 Fuml!h end Dollver Padmount Trenlfo]mo]! project. ln accordance with the specification, we have full facilrty and manpower to design, manufaclure, test, and supply the equipment as mentioned above. We assure you that we can meet all your requirements with good quality, servica, and competitive prices It you have any questions or any further information or clarifications are needed. please conlacl our office reiresentati'/e, t r. Sheun Choi .t (2El) 645{472, or by .n.ll .t Ugg@!3$@@ or ilr. Ksyln Cho et (2El) 6/t6{a73, or by emall at kevln@Da3lhou3ton.com. We are looking foMard to conducting business and rendering our services to you. Sincersly youra, Shaun Choi / Managing Director PanAmerlca Supply, lnc 21414 Provincial Blvd. Katy, Texas 77450 U,S.A 390 1 Sonil Electric,Co.,Lld. 48 l, Sihwobenchedo, Donwon-gu, Anson-si, Gyeonggi-do 15665, Koreo Tel: +82-3l -31 9-2888 Fox: +82-31 -432-21 63 www.sonil.co.kr SANIL RE: City of Vernon Specification No. TR3-2018-PM1 SANIL Electric Co., Ltd. confirms that transformers offered for City of Vemon Specification No. TR3-2018-PM1 will comply with the bid specification with no deviation. 391 SAML Standard Warranty for Padmount Transformers sanil Electric co., Ltd. (hereinafter "supplier") warrants that power transformers (hereinafter "Equipment") manufactured by Supplier shall be free from defecs in material and workmanship under normal use for a period of twelve (12J months from the date of delivery' If within such period, it shall be proven to Seller's reasonable satisfaction that any Equipment is defective, it shall, at Seller's option, be repaired or replaced. The warranty shall be inapplicable to any loss or damage resulting from any ofthe followings; 1. Normal wear and tear 2. Alteration, misuse, abuse or improper installa6on, operation or maintenance by Buyer or a third party 3. Accident, fire, flood, or acts of God 4. Inaccurate or incomplete information or data supplied or approved by Buyer 392 I 393 II. Bid Form 1) Commercial Proposal 2) Bid Form 394 395 \- Pnri PanAmerica SuPPIY "' TO City of Vernon/ Department of Public Utilities t1305 Santa Fe Avenue Vernon, CA 90058 Attn: AIi Nour / Utilities Engineering Manager FROM Name Location Tel No. E-ntail Offer No Date PanAmerica Supply, lnc. Katy, Texas 281-ffi4472,3 shaun@pasihouston. com PASI-20180718{2 JuIy 18,2018 SUBIECT : TR&201&PM1 Padmount Transformers [Bidder: PanAmerica Supply, Inc.][Manufacturer: Sanil Electric, South Korea] We, PanAmerica Supply, Inc., thank you very much for your invitation to bid for the subiect transformer and are pleased to submit our proposal as follows; A. Bid Price : DDP |ob Site in Vernon, CA attached sup€rvision B. Commercial Terms and conditions 1. Scope of Supply 1.1 Our offer covers the design, manufacturing testing at factory, exPort sea-worthy packing, and delivery of nansformer to DDLIqLQIqiLYggE/e{ according to the conditions noted hereunder. #Item o'ty Unit Price Tax (9.5%)ExtsndEd (Unit) ,|7 2kV-2771480V 500kVA 3EA us$ 14,300 us$ 1.359 us$ 15.659 2 7.2kV-277t480V 750kVA 3EA us$ 16,900 us$ I .606 us$ 18,506 3 16 34kV-120/208V 150kVA 3EA us$ 9,300 USS 884 us$ 10,184 4 16 34kV-120/208V 500kVA 3EA us$ 14,600 us$ 1,387 us$ 15,987 5 16 34kV-277l480V 75okVA 5EA uss 17,600 us$ 1 ,672 us$ 19,272 6 't6.34kV-27 7 I 480V 1 500kVA 7EA us$ 25,800 us$ 2,451 us$ 28,251 7 't6.34kV-27 7 I 480V 2000kVA 7EA us$ 33,000 us$ 3, 135 us$ 36,1 35 1) Manufacturer's Supervision Cost (Manday) 2) Manufacturer's Supervision: Round trips (Airfare) 396 1.2 Should the Purchaser wishes to attend tests and hsPect requirement before shipment, 1.3 bid as it is the Ov"ne/s roPe. 7.4 the base bid above as these factory for shipmenL 1.5 Supervision on field services/commissioning is not induded in the base bid as it is optional. 2 Price terms 2.1 The local sales tax (9.5%) is included onl]r in the quoted price above. 2.2 The U.S. imoort dutv is included. 3. Terms of Payment NegoHable 100% Net 30 days after Delivery to Job Site (Vemoq CA) 4. Delivery Pronosed: We comply with the Orvnels requirement 4.1 We will be able to ddiver the transformers within 100 days after receipt of order. 4.2 Delivery cornmitsrent is based upon l-week tum-around of acceptance of approval drawings and documents. After 1 week delivery will be extended on a day-forday basis. 5. Offer Validity 5.1 Our Proposal is valid for 90 davs after bid ooening date. 5.2 Any extension beyond this date must be explicitly agreed upon by supplier and prices shall be adjusted as stated above 6. Warranty 6.1 One (1) year from the date of shipment 6.2 Refer to attached Manufacturer's warranty letter for details. 7. Remarke The proposal is based on your tender specificatiorl our technical specificatioo and &awings as attached herewith- We hope our bid proposal will be in line with your expectation and look forward to hearing good news from you soon. Sincerely yours, Shaun Choi / Managing Director PanAmerica Supply, Inc. 1 397 City of Vernon REQUEST FOR BIDS Specification No. TR3-2018-PMl to Furnish and Deliver PADMOUNT TRANSFORMERS FOR THE DEPARTMENT OF PI]BLIC I]TILITIES CITY OF VERNON, CALIFORNIA 4305 SANTA FE AVEI{UE VERNON, CA 90058 398 l 399 EXHIBIT A AFFIDAVIT OF NON.COLLUSION BY CONTRACTOR 29 400 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALTFORNIA ) )ss COUNTY OF LOS ANGELES ) Shaun Choi being first duly swom deposes and says tha he/she is of Managing Director (tEt 'Soh OeEf, ?rtE', 'P6'll.i. 'S.er.ry', d dnd poF l,k) PanAmerica Supply, lnc. (lEt ll.m of b'd&r) who submits herewilh ro the City of Vernon a bid/proposal; That all statements of faar in such bid/pmposal arc tnie; That $rch bid/proposal was not made in the ints€st ofor on behalfofany undisclmed perrcn, pafinership, company, a$ociation, organization or corporation; Tha such bid/proposal is g€nuine and not collusive or sham; That said bidder has not, direc-tly or indirectly by agreernent, communication or conference with anyone attempted ro induce aclion prejudicial to the interest of the C ity of vemon, or ofany other bidder or anyone else interrsted in the propmed cont'act; and further Thar prior to the public opening and rcading of bidvpmposals, said bidder: a- Did not directly or indircdly, induce or solicit anyone else to submit a false or sham bid/propovl; b, Did not dir€ctly or indircctly, collude, canspire, connive oI agree with anyone else that said bidder or anyone else would submit a fals€ or sham bid/proposal, or that anyone should re6'ain ftom bidding or withdraw hiMrer bid/pmposal; c. Did not, in any manner, dircctly or indirccdy seek by agreement, communicalion or confercnce with anyone to raise or fix the bid/prcposal price ofsaid bidder or ofanyone else, or to raise or fix any overhead, pmfit or cost element ofhiJher bid/proposa.l price, or ofthat ofanyone else; d. Did not, dir€ctly or indirE lly, $bmit his/her bid/proposal price or any brcakdovm lhercol', or the contenb theI€ot, or diwlge infrmarion or dara relarive thereto, !o any corporadon, pafircrship, company, asociatioq orgaliztiorl bid depository, or to any member or agent theieof, or to any individual or group of individualq cJrcept the City of Vemon, or to any person or p€rsons who have a pannenhip or o6er financial interc$ wirh said bidder in hivher business. I c€rtiry uder penalty ofperjury that tlte above information is conect Title . Managing Direcior pu6. July 12,2018 30 401 EXHIBIT B VENDOR LIST OUESTIONNAIRE CITY OF VERNON 3t 402 4305 Santa Fe Avenue. Vernon. Califomia 9OO58 Teleohone (323) 583-8811 Vendor List ouestionnaire Affidavit of Eoual Opoortunitv & on Seoreoation In order to be placed to the City's vendor list and be eligible to receive City business, you must provide the following information. 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 PanAmerica Supplv. lnc Business Telephore-zB1#U72 Address 21414 Prouincial Blvd Fax Number_2816a$&aZ1 State r-x Zip 77450 COntaCt PerSOn Shaun Choi E-mail AddreSS shaun@pasihouston.com Tax ID Number (or Social Security Number) 20'3531322 Remit Address (if different) same as above Please state clearly and concisely the type(s) of goods and services your company provides: Supply electrical and mecianical equipment, rncludrng transicrmer, cabley'vvire, and heat exchanger KatyCity EXHIBIT C 32 403 SIGNATURE PAGE AND LEGAL STATUS BID FORM SIGNATURE PAGE AND LEGAL STATUS 33 404 The undersigned cerdfles thathe/she ts an official legally autlorlzed to bind his/her flrm and to enter lnto r contractshould the Clty acceptthls bid. Bid by PanAmerica SuPPlY, lnc' (Name ofFirm) Legal status ofbidder Corporation PIease check the appropriate box corporatlon/LlC-Y-stateoflncorporation Texas Partnership Llst Mernbers (attach additioDal sheets lfnecessary) N/A DBA PanAmerica Supply, lnc. State full name odler N/A Explain \/ (AuthodzedHeg!4) Address ?]MEEY!I93LEIY9 city Katv state TX ne 77450 Telephone No. (2811 6472 sigDed this'12lhday of Julv .2018 ADDENDUM NO BIDDER'S INITIALS 1. NoIe 2. 3. 34 405 -ii =$r g j.- .!(!t Egs; oE g si Ftr- g|goo -.r 3r-t,otrur0)x-{r=ra€ [ao-:H EE€*z,g o- tr olr)\tF.t-xF i.(IY I' 6f,6 tr'5o(!\t tf N u !! c0 'o in NF-*@(os(o @N .a E z a qI F =EO otcl _t oloJrlU'Iolot'=lolEI<tct(El'li; Ez g- g ! in ai o0 'oE u,UIFtrz fa (9z6 Iotf.Lo IJJFo UJo-x IJJoz zozt Lu IIo Eo UJIFo IJJolod uJEtol!oz tF 3atr9+JO^LE Ot=Epg @ o,lr)(o lr) (ooro CO vco o F.@o, 'I) NF.No lr)N CON |r)(f) (o @ E!=oOl6 I g&- Ft! o,lr)(.)- (oo(o- s@@ t-@(fr_ NIr(o- @ lr)s-ol @ ro(.) (f) 55$a9oao-E o- E=! oo(ot ooo)^ (o oo(rr- o) oo(o-\t oo @_ F. e, oo@ lr)(\ ooo (?,(v) .oE 6:ggfg LO$o lr)t-(Y) l.r)rt rf,$o $(o @ LT'o,@ o E .6r! o i.P3!og O@N. (.) (o(o |r) o(o(\t_ olr)(oo o$olr) lr)o,o tr)(o(oo EEE "E= tr o! t5I eetzo5 o (.)(?)lr)F-F. z.i €rr#3 s@oN lr)(ooN o)(ooc! (.)FoN |r)troN F-FoN @t*oC! cD^tr<E>tE --tv o LO olr)f.* olr)oo|f) O LOF. ootr) oooN ;g'o o@sF.t-c! o@<l t-NN @oNoN cooN N o(o$ F.t-N o@$t-F- C\I o@* F.NN Es'o-> oo(\lf.- ooNt- scO o$ @ os(.)(o o$ @ o (9(o o EEEz N $LN (o F- -; =uJqtr (pJ oFqDpo ==J',tdl 9Pazol969kEY>ErrooHrut-o 406 407 ATTACHMENTS 4l 408 City of Vernon INSURANCE Name of Co: Project Title: PanAmerica Supply, lnc. TR3-2018-PM1 / Furnish and Deliver Padmount Transformers 1. PLEASE PROVIDE THE BELOW LISTED DOCUMENTS TO YOUR PROJECT MANAGER. FORWARDED OVER AS A GROUP TO OUR RISK MANAGER FOR APPROVAL: lnclude on one ortwo Acord forms with the covorage limits, policy numbeB, and dates for: A.E General Liabiri44 combined Single Limit of $1 ,000,000 per occurrence. E Additional lnsur6d EndoEoment form(s) Naming as Additional lnsured ("City of Vemon, its Council Members, Commissioners, officers, employees and agents.") Please provide either lhis:E CG 20 10 11 85; glboth of these fo*r E cGzoloxxxx (fot ongoing opeations) AND E co zo ez xx xx (for complered operations). Q Endorcement Waiver of the Right of Subrogauon fot General Uabilw against the City of Vernon. E Coverage XCU is required if applicable A.E nuto tiaOnity, $1OO,OO0 combined single limits unless vehicles are not involved. C.E Wor*efs Comp in statutory amounts. A separate certificate may be submitted. The City need not be named as additional insured, E Endorcement Waiver of the Right of Subrogation fot Wor*els Comp against the City of Vemon. Note: The Specification or Request for lnsurance may be amended by the City, to require less or greater requirements depending on the potential risk involved. * Refer to attached certificate of insurance on the following page for details. 48 409 A,C<)RD"CERTIFICATE OF LIABILITY INSURANCE CANCELLATIONCERTIFICATE HOLDER @ 1988-2014 ACORD CORPORA]ION. All rights reaerved. The ACORO name and logo lre reglltared marks ofACORD THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOR'TATIO}I ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AIIEI,ID, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESSELOW. THIS CERTIFICATE OF INSURANCE OOES NOT CONST|TUTE A CONTRACT BETWEEN THE |SSU|NG II{SURER(S), AUTHORTZEOREPRESENTATIVE OR PROOUCER, AND ]HE CERTIFICATE HOLDER. the te.m! and conditions of the pollcy, ccrtain must be endorsod. tl SUBROGATION lS WAMD, subiect topolicle3 may requirr .n erdortoment A statement on thla certlfcete does not conter right! to the lnaurancaPart Ten Place. St€ m0 on, TX 7708,1tr Schrad.r IHIS IS TO CERTIFY THAI THE POLICIES OF INSURANCE LISTEO BELOW liAVE BEEN ISSUED TO IHE INSURED NAIIED AEOVE FOR THE POLICY PERIOT)INDICATEO NOTVIITHSTANDING ANY REQUIREMENT, IERM OR CONDMON OF ANY CONTRACT OR OTHER OOCUMEMT WIH RESPECT TO WHICH THISCERNFrcAIE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES T)ESCRIBED HEREIN IS SUBJECT TO AIL IHE IERMSEXCLUSIONS AND CONDITIONS OF SUCH POTICIES LIMITS SHOINA MAY HA\E BEEN REDI.JCED BY PA]O CLAIMS x I COXIEICIA GEr{EFn u surY I aousv^oe X occrrn L 103GL00t008903 06111t201A o6t14t20'19 1,000,00( O RENTEO 100.00( MEO tlP (A.y om Fen)5,00( PERSONAL E AOV II]JURY 1,000,00( GEI{L AGGREGATE LII'IT APPLIES PER 2,000,00( x PROOLrcTS . COIIP/OP AGG 2,000,00( IOIOEI LIAEUTY ALOYT'{ED T ''] SCI€CIJLEDAIJT6 I I ^L'IOSf Y I xo{-cx$rEDHTREOAUTOS l^ l^urosn 103GL001008903 06rlrU20l8 06/14/2019 COUBINEOS]NGLE LIXTT 1,000,00( BOOILY ITUURY (P..F,s) aoorLY llrruiY (P.. e<h.o 5 x s s uxBe ruaB LX ] occuR EICEITS UAA HFF0007r38 o6t14t2014 06/1,U2019 4,000,00( x 4,000,00( oeo I lagrer.no*r B AXO E PTOYERS' TJABIUTY OFFICER/iIEMBER EXCLUOED' s8P0001239165 06/18/20t8 06/18/2019 EL E^CH ACCIOENT 1,000,00( E L OISEASE, EA EMPLOYET 1,000,00( E L OSEASE. POLICY LIMIT 1,000,00( o PROFESSIONAL LIAB EONTXF136326012002 061142019 o6/14/2019 aGG/OCC r,Oqr,Oo(RETEI{TION 5,OO( {acoRD rol, addni@l R.drt. sdi.tuh. yb..G.ch.d noc rp.c. b nqurnd} Soe attachod forms for Additional lnsur€d and Waiver of Subrogation wording. SAMPCOI SAMPLE CERTIFICATE ONLY SHOi'LO ANYOF THE AAOVE OESCRIBED POUCIES BECANCELLEO BEFORE THE EXPIRATTON IIATE THEREOF, NOTICE YYTLL BE OET.JVEREO IN ACCORDANCE WIH IHE POLICY PROVISIONS, AU'IXORIZEO REPRESENTANVE %ir///e4 ACORD 25 (2014/01) s s 410 411 III. Technical Data 1) Technical Specification w/ Drawing 2) 9rbvendor LiSt 412 413 III. Technical Data 1) Technical Specification w/ Drawing 414 415 E3I EEg-HrE EEasilsEE;i;E 2 oF6o9:!! H I il E E T 3 E 9{ l 3 t g I gt ! a E E I t d 6t 416 417 E I iE g- Hr E iEaliErEE;itE I oFoo9:!2 iJ 3 .1 3T E 9, t 3 T 8 i s , E $ I d 3 418 419 E E EE $- Ir I sEaEiEsEH;i;E 6Foo9:!! : E 6 2I J E 9, E 3 t! i qjI ! a E $ .9I fi 420 421 E 3 ts 3 =f 6 a9 6aEE g E P- us E> 5P d3 Ed ?3s Eq 6 1 egEiEEEEE:EE 2 N@o9:!2 x 3 d aI J E 3 R 6 E Ei E a s E 3 II , 3 i: $ ! 3 E EI 3 E59 B 3 422 423 dB ts iE$,H:E sEnEiEsEE;i;E ?6Foa9:S! I 3 .1 III 3 E c E I 9{ E i 3 5 F II I J dt !g E Et 3 q 1 424 425 e I 3 iI 1 q Eg}Hdl'ui:-EE696ael8e rF tl aEq EE 1 * IigEEEIEE oFoo9:!! ti =z.l e =i B E a atds 6 Ii a E E TI i )j qt , E E Ia 9 426 427 aI ts "e E r fg E' 3l A EEariEqEEs:eE 2 oFooP=I2 ril E E aT 3 E s 8 E.9 6 g p 9i l t E I T $ ! 3 E f; 9I F 428 429 III. Technical Data 2) Subvendor Ust 430 431 SAN'L SANIL Electric Co . Ltd Sub Vendor List Doc No stT18-105 Rev 0 Page I of t PADMOUNT TRANSFORMERS FOR TR3-201 8-PM1 No DESCRIPTION MAKER REMARKS I H V BUSHING COOPER / USA 2 LOAOBREAK SWTCHES COOPER / USA 3 PRESSURE RELIEF DEVICE OUALITROL / USA 4 BAY-O-NET FUSE COOPER / USA 5 CURRENT LIMITING FUSE COOPER / USA 6 DE-ENERGIZED TAP CHANGER ABB 432 433 IV. Complementary Data 1) PASI (Bidder) Reference a) Service Network b) A/S Procedure c) Rpair Service Plan d) Certificate of Insurance e) Bond Capability f) Supply Records g) Satisfactory Letter 2) Sanil (Manufacturer) Reference a) Company Presentation b) Product Catalog c) Quality Management System d) Cerfficate e) Supply Record 434 435 1) PASI (Bidder) Reference a) Service Network b) A/S Procedure c) Rpair Service Plan d) Certificate of Insurance e) Bond Capability f) Supply Records g) Satisfactory Letter 436 437 .Illrcc ()zlr( xti R.{ xnrro>)ba3 .J- ()g Fr{ N E2lr{e zt 438 .t1PCo+) oL) o o -o.(oF ; cc)ubC!; =HE .^ gE EEeE ;",U ,so ;E*EFe Eq";€ E EEsEEH Ee;IEi$CO6E - r.t 6 s ..i li F 61 6 s rrl \oo- o- 439 Ic(,to E'o =,8.E'.X"$ s'=6.-:EdJAEg;! E;EE*;gE.e':,tJiS3 F.u;+,,i6 u,ri' S0'6ll.= E Egfi U'ig-^ €o91u 3 s4EES FEEEE #Ei^''-3 "J d:E: gE E.EE IEE;€ :Ei3'E ood€.; ; E+ ;*$Eii;; Eg; filEr E€u; 3;E SEEE Eo;o.6-a .9 E cl @t)q L;c -v->gso- I ;=o- d 55 ='od6tlt n.pe jir! 9.Es-SS!r>f_-^.=EPt-=Fb i5r-seEi5.)JxLr-,:crrJ< o'o =ErgiE Eo9o()=o! e, 440 6f, oco (U Uo 441 '8*cs P* E E9€5 Y*=f ! a,oJ 5 E.ii.E(u Et-o tnC(o F o s o =oz. oU t- €Jtt 3 a o it53 FEEE E 5: F_ r.l p 6-E B q5*+ 2I €E6'iE ,.,J9 ,=E ^ it E9 5 EU = if el5 T9=i 6- O.; a;Es5g ^d. - E zvz 7 ^ .c. E dol s iirI tit.- .oJE.o.f,tt'l =o .9P(t, =lrlc OJ C(I,o- Eo(J .=(u o_qJ d. ri .oclI,o- EoU co (! (E C 442 vtol-fEoUo o- ro-+ Fo th U =Eo o- t-f1fl o a .II. ! @ E.o a o Eo) a'9 Esa40- 'oE Ic c,, = E9E3 b? 5Eo.r *Esyt' s i g.ei.cbi TE E t9bio = >S- A= a 3:sE q) 'a o ] i,P -o ll,)r!c E8E} 46us 0,, I !! t' E'Oaz !Eg 9-3 ts!-,- E ',Eo;rJ-o;|Ec-! >.g EEEdg-6 q ;d g .:4 Ei oiEc -c'= o 'o.. :6 e; oJ69i'i ErEB Ee' qLE6.rS bi,=x:..1, !U= EF! rt9q FtsE.5E E: g E >-c Hn-'^u 6!::r l! 9-gA gE al! ,= rtr Er -.4C,U €:i{, -c r! 4sEL - ,''l BES ;RE8; ei,e t ,1, F. dJ 443 I 3 ! E E G tt o E I l,) a, o,l'iuq. I ii,i'rirlI ,iii!;iiiliEiifuii U)c Ec(6 n)pc =o EfEcIE o Eq) = 444 @ E T::E!o.GO 8- E= -Yt-o =q) E (o U t-o E .C, l-oz. lrl(, ,o(, (, o oo 445 N. P EL, Hg \d o- RB Yg "E g J E6 ZA ;9 E>ii(tr 9E Eu p: z;69t-oH'^o +6 EEiE L(o o- G .g -C o_o E OJ -Eo3 (IJZa oo (E Etr OJTJ 446 EEE. q 8E T Eq'i = E .EE' E EE3gEEEfieEiai.Eg€€€!E-'-c.98d EssE E5 Is gE Esc 5. i. s. i. E ul(Jz ulo ;tJo Jtto UJF .J FEgJ .J EiB s;g UE!,E: r!I E ! I:i ; E t I E 447 Eoo s oFo - !60(D (D0' 9oE€ €!* ea=. rEE E:E; !;t '969o 9H:€ I;;3H ;EE; ;;rE3 fr:i e.= !;g Es. E;i Ei irii: fEi EEs ai:,s= nE-a $" : 'H E=,xa i:E' Ig ftaiH Ele g5 i:Ssr ;=i n ! 9 -oro r .e.E E 6> E ;; t:€tE teE E rEiEEiiEiEEiEEiEi Q Fo =U) ooooooooooo^o^ NS o0, on i6cdli;E 00oo E(o o-(o L) ECo6 448 JF ts o -o F { ->po f i: a \, C-9:p J€ e- E6 Bi?U EE6 P \4 Ep AE a* adUAdE a :E 3E 5 C z; AE d- -ai>Eg3 orE ! df, 5v P59o eE E:) F- E3' F9. zoI a. 6 E e e 6 6 e o e €€e e e €e e I e e e €6 6 o €e Ei 8 E E E =; ..i ==8 t = ^i 2 ; ..i 2 u a {=; ..j a n = ; .i , n € di ..i =.i { (, l- o e s B ts I o oz ! oU0)d,>d-=o0J-; E5-.96ou:.^ C i'i(r,(!d =Fe =zF o 449 E otJ 0.)d. O-gO-qJ^fF>L.t IZ, ooo i.9.^ClY(d(!i =FE ! ouIUd, o- -;O- 0., =:, troL/I CL E€E.-Co-c, (o= =Fs a ,sP*g6g -E .E#E ---\ F t,Iz.a 5E ,=t=S = 5A f ata fif 9:BE I ,, f F b 6 g { -E 5 ]i- Ll t e = F b =z E o E aY = =I 3 Y - r a. l4] = 'c q Y - E ,E I r TzF o 2 i ,E E F q fF E= tsd i E e ts5qE FH s ts z. F Ed 2 F F E I o e e e e o e e e e e e e €e e € E t 9 =2 I ==E = .i 2 E =E f =E == (, l- o ; IIo .i a.i a.i .i N' E .i o ta E 8 8 8 I 8 8 o oz 450 ! oUo)d,>O-Lo 0.,fE . O.Eo !nts(t64 =F!a p ou OJd o-Ldo- (/t =l. o-6to'EEE =Fd- F I = ! s uq6h a -:o6 l =ot J14 q F E^ dot; d, .99-o a .9 .92 d(, EE ETbY 2A s -ze -io6 E HY=*<g 5 T} P=g3 E,E Ig E =.q '= {z F o I; =ii4 E e F 4 -E dE <e n: !o g a = E F e =zF o =,' E € I = , ] za F-q F d zoF a F d e e e g 6 e e €e I e e e € E 8 =5 =E E N = 2 E =.., di == I \o "i (, 5o t 8 I o oz 451 F o e E l, E (, E II E E E E F F F F {za .:o6 f 3 F (,o 4 o r 9 I =o :==F F . zF o F t F ! F i F ; F ;F F F F F , F I F i F i F 3 F ; F ] F 3 F 3 ! Uts Eo f zo a o F I E E e e e e e e e e e e e I e e e 6 6 6 e e t-o a +=E +=8 a a = 2;=f ..; = ,1 ^i ==, (,to ;ci ..i $ F;; d ; R ; I Fi ;I o a H oz ! oU(ud. E- so-o c =Fo(^EE. o<o9-<. 6.6x =Fa 452 :o oL)od.>o_o- = oo:s E oU OJd o.o-f o t6 r/l =E -g oU GJd >C,o-co. roa=6gr- LrJo!'efl =i I E - Ito6 , dr5!<:tE-: oa Eg -E FE . F o E ,ra; E a -2 zoF a F Ed -I (, F o F f o !!(,(, = o E = F { l ts ,lJ E E I I€z,e 6s =z =oF z;o It ! - 2F o g P. E UZ =E.O,9Eib<EE< 8 E Et ; e ig Ld ob F F =I..1 a8 F oo !o 8 8 i o 8 > 8 i I = 6 8 E 56 =8 I =8 (, F o 8 E e= I .* j) ) g f = I 8 oz o2 453 2I t2..oo E9cF u, u,oo t0oFoz _6zc 9a q' E .Q o .9 ,9E E e E !e9b 6E ur= E:E*Ei SEbesabo:aiE<EEsB.Bou Ps&; t{Fs,: bTrrrE $eE.:Ets iEa;i5E -tt: EE*_E*E r !- {EEE t;i eg #E:-, ;:: EI ;8Fg Ef3 I rPr;E*EEsEtiir 3iI "o I IE !ii r-d ...8= igbfo !Irria< E9Eu1 3SEEE ; =HP sr!d .o2 3 zo U'.n ==oo Fq trFoluJ uJo(9 ooFoz o ez dF Ic- tJJ a a-{t Q t_td = lt8 E IE8 o-f,F*olo gJ.u=>PP (J r- 9e..l Xt, trJ ;iEF ..riu dJ 'rF =454 2 4 =E 3EEl. erg \ ltJ. iri L rro: :9-h EEtE i5\E ,:Z S:5EE j;EiE F s =rusE_ E >P#6.= A (J r- ..gJ :EH N.fE o t*i:t ! Eos,< b $EE}::33*Ei: T;EI:ET: fEiiilii::E>a " ;Fi!.Ed c e \ r a ,Eii , iiliE e:ti:iiiiE:i! i! r Icg t ;3tl;?r tIi i: II !ii iE{ir, - 2otsE tUF{a i EgEE E frHEE i*Er 9a! l+ i_q z 'J ,- .i Y z z rai lr{ iei* !E 455 i! i$Iat ! tl! ttiiiI t;r irEiliii !ril : T It = c Ie ! t t II IItT!ti I iriil,iI il:f t E Edhc =H4 EF srr,.l frbE n jJ = \o3u sad E HF AEE Bi=#* .456 E i I J, )E- 4E1E# .8"!-!iIii3BRt?aI isg ?EI 3!! !l l, il IE Ii Ii!ir 6 € E!F i tE c d . e E.! EEE€"? EE 'ilr iE ii,.E I?E. iE ! iHE iiiEiitiii d.F s =gx ;ir t- .!olod i -l :>o- aEe tL'<.{EE ts .TE O 457 d € E E Ej EE ""o 8ea -.gNa-6' Eb- dEI !SE t5B <=? rr E I b EcE;er 6Ep B(! B Io lr!9T- EeE>g- H $ alt $ c Et*E- !E: r{p tc Hirgii; B!g t, Et;!3ti P: =I- sHl FEf;65t ,P s; =I;()IJJ() N \ N' s N\ o'-oo.iao- E, =oc o to(J> d.F s =o\\ot ,^J Eb'! ::ot S_eH ?>E=5g r.a = .r'rUr:(!L Ibo I't >' ..r6:r/r (J = E,5 E 458 cieO cN xF YA.\oE'S>\o @F-€r!N'CJc lrJ o- N S o-o- =t1 6U l- OJ E t-(6o- .9C'a -.o =tt(J (IJ E?o0,Pr-+ro 'E ur =EgE.=6qits.:< =(!Oo>\ t':uq: -I- 0JFg o) (!q o- 459 2) Sanil (Manufacturer) Reference a) Company Presentation b) Product Catalog c) Quality Management System d) Certificate e) Supply Record 460 461 IE NE Lo)LIJIt CJ GUrh I -,e -G' -=L-q) t-I- -LoIts cr)F -G'LF o) -EIG't-I o)E *,cno)rlEE'a-, rE, L.'-cn orr _,,462 aofo = geE e o 3 E'Hr3 6aEioc= aE iEEf;E E#q q qE-r ),9 EEE g? EEo-o-o-a-@ oc) a)+,(U+tU) Coo eEE q.oo F=i =.0 E>9,3 dL- rr, -r(EF(J !o.J- L- (Jtrh o s2r u, '=r I_6ES9 IIIIIIItrtl ooCo ) U) U) =(E Jo =o Eo oa () JEo (L o o (L cGo- Eoo 3r,FzI!Fzoo ul *I E P 463 r s= or()t\\ l'U =E(oo Lrta[.lJzi#OFlLz9.a1U#rr-F aoo c .o 9or;o- E8o-(, .C co ooN. tuoo$_!t t-o Et-oaCoLF co ts9?EE9<(L -oeboo trE^c9.(E9btrtbqbo EbFA N Eo (9 (o o)c =fm N EoN o)_ o) EcoJ (r) oc{ +too o@ toe co0).Coc E=oo,toaaOE =9.= rtsE-ofC'):9o E5 =o F- CJo -t l'-@O) o, = !0)-c.aE(! atu r-] c;Eo1' o)co =o) --or: 0)coXNi !Eo_ -LC. Q)!N3$ GD'tr.4 =o:O) Xc) =>\aE GI co= NPo=NU) o rtsoLo- ? (E CL Eoo 464 (E +ib;04l/,o-.4s.x-oH=fr = :Boagg* 8 .=EEN ; ,3H .#6 a o 3bodqp6 E - eg + bEE 9 = EE ff EEnr H r- =g E E'-'[Li . E !? E E EEgt t ; ,'E E + tc#H E ? 9€. H EE#EE5FEIE E8-#EPE OSI; a E a 8; - i; EE * H ; * 'n peeeri;EEaggIi?r ; * ; * d f E e;€ ir e E E IE H = 6 J t|: = :P :* E d C ;EEEEz H S E .'E 4 EE ; E€ EE H B E t2 e e t s : Ei C rE :s J 8 t t; e s e e : 0 =: g E; 3p V ; e :i 3 3 3 3 fi f g'. E; E[ E fi 3 E€ 3 3 3 3: 8+ 3 AH BE 3 E 3 3-o O O 0, O o O; (E oO o-o o o O oao+, .9 .L rtsot-o ut #,9 E E = N6(rt rio aD @c,O) riol! o)@o) a)o t(D o) rioII t6)(D {G = root(D U:)o)g) doal, @o)or tr tr;ct)o) oo t\(n(D F .i NO)o) doo €o)o) G-) @o)o) doo 465 b Eooc.o2"FEp;c.9o:fiEfi2nPpZ.Ein E ! E =E39BBI5a5e6coi tsa E"! E 63 rilE' sqE it k-E* XRg sgE E o = 6ui; EtE P ds i2 f sAE R =B tE Z_.q,i EiE I CH 5* ESeE EEf i=:i I gtggEggil;Egiiir e; e : I s = E e + e; ie i + €; HEEiE}EEFEEEHAEEEE ooN Joz (\t C)o(\I c(E E GOC'oN L,'(E = ItooN .E-, lfooN CL oooN >(l, E oooN >6 = 466 -olur9Y-tout-L-898=x8.Ed ; uJE-.? 5 ;EE '; "J=a-oo- EC fr Et 6EE u 9E sE Ef Eb< t ;= b: oo* tr.::do:<Ebi5Feto.='=;EE*fiaPE i :E EE A s€Eq:E€i;EEooor EE E E? i= 5 EiE#eegb>eE;:.=<){),.cLFs s HEsT* E EEE:E E ::E3E rsEn= u frE E*fifiiEEtE=5;cD0. rocDPqgE =E *s4 =b t$= =eF:^ =4:E iE€ EEEE#*f EEE${ S r.; rg E Eg ! re f € fi q re eE eg e 16 g Ev EE E; E "- 'g-F "-p "- 39 ,t'gE :g g = g E Et' E E E Et E PH E= P * $a F F3 FF F E5 F gE E6 g E Fg@@r(D,coilo+, .9I lhot- m t ut agE E : rOoo6l (E-t lOooN .E - @oo(\a i.! (ooo(\I tr -) l\ooN rioat, €ooN >.EE @ooN ? @oo6t E; coooN dog, @oo(\t ,o2 o)oo6t L:(E E 467 ae c >LrJ O. .o P5 E E g^ oro P 8 EE g8E * aufrseBE H IiBEi >.Ao-[JJA!.y.r1;i P : E EE4gSE^E -H E 9=tt' F-E; FSgT TH;EB9E EEIS EEHq.eEE _sEH; EEE$:€i Es9fi FfiHpEs;EH;PEE F:$s{fiEaa ;EdE ?SEgE;E.CS EEEE EbZJgEE I*EEFag,*EEEEiIN c\r - X Y (l) (5& sE = s EeE EB E x i 8.8 ii { H ; E i g1= -r-= tsa>NEEEfE; fr !S: EE a ; pE E : E E s g E e,f EEHif;f;E{BEEgEgEBao+, .9t q-ot-o 468 ?r Hocs,g6t:oo(, ijrrrgF;# UE EEq-g:oOco+o(/)!E(/).=(/,:\: 3 => S i)-=o(Uu)O-0 6- ots b Ex+EfllJ N c{ (, = (JE S ?3 a- g5 = {a 6 E e- or .Y5 E to o- t(o o oc ,) E\ Y 6g Z tH e d t & >r.rJ i.E,20E 3 EE g 9H F TH e EI + 5t : ;E , ig s =6 tL ;tu E Hh or 6.c q >FCOF..- E > 5!2 6 0)E . 6H fi Oq f s,'ji e EP; E ;t g P6E E 3e o 6Ei E EE = gi; E 5s p eic^r*oioeo;o.;_E ;g tr'ojj E EE + 3 qE b Eo- LIJ a F(E (J:io+. .2 Iltso Lo 14 *,! E : (\I ooa doa NoN doUI (\a o(\a toz N o$t Joz GI o(\' doo 469 E @ E(BoF tro Eoo)oc(E ==(Efa tr .9 .9.zoo o(, uJ Eo+, G' .Ntr (E cnl-o 470 or\ - IJIt ( 0 J ENE =60ztr-F>fi?oJlllzIJJ I IJJooozzzlffutoo ===o.lro d 21E CEF :! ',a3 ?1e E2 = Ee?oo9*Hfifi==6a<a<<ooooozzzz2fllll I-IEI ?, o? o (,J @ Uq UJ oo}YUJ UJ68 E,FU' =o z_ z.?z o it_ IT:(!:qt AE tcta E')E 6Etrtrc, uJ ';..tz duJ Y uJ IIJooooooooooooooooo- o- o- o- ooooo- R u N\ rN A ir) aaz = l. .ltI(l v ab d rE EE!r .l s,l gI ! ^/ deOr.o ol-o Eo+,o =o o+,oo Eoo l-o (E = ut *e P! b7 471 E=sa == =E--: C-)rr.l _ Cr<.= ==E==s=c.]<o!-P<o5d3c:9H=H<. - rra cl c,c)t- qicto lftxFu) =?nj U' c) trt l4,l C5 l4JBtrEG=< EY sv) -l = !FG' =o)6<.l 4 cA v) l4r =t! =o j c) --Ecr .I l\l a.Jdv).J C,:Icr) '- eo) <E uJ@= 2cn -2, oLo Eo{.,o Jo o(Eool-o o Lo G = 472 I o o L_) o o o o U tt o o o o o (,tru.lzlrJ tuo oouloIo IJJU) oo E. lrJ Bo =lUo tr lrJ IJJtrY f, ooo ooo fi Jtrt UI LL o uJolotodl a (,o oo(/) o a F z =oil IJJoz trLL !f co i'{; EtoIFl oozo l<ru (\r at zo trFIo OL <utz0trFl-U, o UJ otq o- z GEoo tFz Joo oz afF f,a zoF 9II J fo tooz IJJ q *,cI = = 473 o o o o o o o o tI Y o(LzY ooY E IJJ Ctroo -Y62 5trco>(rru t-\@fiOtrzu<o>ooo o)--o oo I,JJ-oo 1!-Eo oz oo o UJzo (, lJJol'JtIN (,J TJJzoa Io tr kzoo tr ka Fa =lY z =o ooooto uJtr ]JJ(,J \t ro (o F.€ zoF E,F.2 o tr U'U' uJzl)-otro- < r.llzotrs k6 oul oto.o- z o-Eoo t zfo(, oz U'fFfa zo -F o -lL J- Do tooz UJ 474 o o o o o o o o U) -l E. -)tr I.JJYz kst a zotF IJJ(L z uJ otFoutJ lJJ =a d)l-?a =k<td)oTo-6uooF() zo l_ to(Ltoo = atr uJ uJza(,tzoutF7rJ -Jn<F 12 28@d E,olJIL o f,otF tJJ(L a 1 zF UJ z tr - o z o @. l lrl f \zj (,)o c\(t)!t zotr trFIo t .t) an uJz<)-otro- <uJzotrf,)-O o uJ oE0-L z o-Eoo tFzfoo oz afF f,a zo -F Ilr J fo tooz IIJ r4 E E E 475 =o Eo o o+.o JE'oL o- 476 tr, lll6= E9l-ooz ()E, uJir f;E =36 E, IIJts8,tro<oirGtsol.t. o0oo E,oFo UJ EgLu *='^. t6Poz E,F B6 fr0h Iil o C')trG E, ? o+,o JE'ol-o- ut + E E I I 477 (o B 6 .= -.Ct G CL G' () tro Po )ttol-o. 478 F 9c)!LU odA OYl:O =UJ :() o) oEo o LL zIz zo N-orr) NIo(o \z(o @o o-f s orr)I o-f l-o El-ortsoc fttLF f-o =o o- =o(Eo-(U O o)o)o =I oco =uo!rlr Eo o o) :=ooo c .ooocco C) Eo-c o) o)'a c(U O o-(EF E (5!c(Ea o)5(E .9 -o-o 479 U) o)E o U) GtLF ttt =(tlE, at) Cr7 OJ ctxIJ.J co oY O uJ CD.ggoftrlo(EoNOr+':60 I,ro {N =lR?olr)lo m '6 (Uo-(Eo oo)o =o ()c(!) =u ELL oo- F o, .C -l-U' =m - ELoEc(EaoEo.9 E-o_ Hq? *oi? !LbL=othotrGLF G EGt oooL CLx UJ l-o El-oq-otr(ul-F o+, ) (E'6 o CLo 480 oooo o q) E o oCoF (! _Eotooo o.x UJ Or o TU U' o TU o).g -!-of coo(Uoo o N-olr, NiIo(o COx oos .Yro1r) s lf) :i * Lo =rh o +,o t-orF tro+,(Jo+,oL o- .9tro EL G ! Lola- Lo ELorFotr(ELt- (E'6 oo. U' ul *I E E E =() c,o-(E C) o)a(E -t-(L oo)(U =o ()c0))oot- LL q) o- t- o).= of co - ! (ItEc G U)o =(U .9E.o co Go 'o oo. U) 06 oo,co E,c .9 ofEot-IL 481 o.\I-T-T N-otr) Ni-o(o .:z Cf)(t) o o-f s PI o-f Ir ,t, I a iI Otz OtU-, o IU Lo ELorFotr (ELF Lo+,oL eF t-o ELoIFotr Gl-F o C)Gtrl- J lJ. I I '6 oo-(E() octo=o oc o)foo tL Eo o o, .Eo)co -.i-o o- F E oEEoao -o(E .9 E-o- c .o oo 'o oo-a 06 oo)Cotrc .9oJ1'oL. TL 482 a o E ooc(! F'r.lo auo)f oo .\J (J tu- U;Y () tu NIolr) NiIo@ .Y(f) (f) o o_l s NI o-f =o(Uo-(Eo oo)(E =o (Jco =o 0) LL p .-.(E+Ph6r-6BoE-o o)(5=()F =o <ts9 H r4 E E'o 3 l-o ELorhotr(El-F tro+, J -o L{-, ,9o Co (Eo '6 oo-a od oo)Eotco ofrooL(L 483 o 0) E oac(! F E o !o o_ N 6z N-oro NiIo(o .YNNo o- = s (oI o- =i,l =o(U o_(E C) o)o)o =o oColoo LL aoooco.F (5 )oc Et-o'oco U) o -o(s .9E-o- fro El-olhotr(El-F E'o+,tr Jo =E' G'o- 484 a o Eooc(E F 'o otr oo C) ^t U)Y O LU lr o d] N-otr) N -O@ .Y(o(.) o o-f t I t-o ELortsotr(uLF tr ootr I+,o(Eo ul * Eg ! 6 = =o(Eo.(Eo oo)(I, =o oco oo tL oo(Eo o (U =oc E (EoCoa c)E(U .9ao- 485 oc (E o o c) E ooc(U Fc'U' o)x ooo a\i -tt! o = co U'(D LL1L>oz(Do'*a P=99o- o-ff Y 'L ''l t 14 *ur;o-E>'l t IIJJooot lJJF =otr l- G =Lolts Lo ELoItsotr Gt-F .=ootr I*,o(Eo =(J (E CLo() -J o oJo0)l-lr Eo o o) .EEoo ao(E6co (E os o (E C) EoOoo,(U =s co Go 'o oo- U) 06 oo)cGtco ())EoL CL 486 o o) E oocoF o C\J aY Otu NIo|r, r.iIo@ lzol NNo o-l s PI o- = =o(Eo-oO oo)(! =o\ oco =oo lJ- E o Ga 0,Eo.9 CL Lo ELolFotrGLF o CL +,io co oo '6 oo-a oo o(,)c(o E, -o ofEot-o- 487 ooo oo(E 0)tr (o oooot o)cE C'a oo I LooGoto o) oa oU'C o)EcoO a Loo(Eot oEo C I Loo(E 0)t oooo- =o- (s'6 oo_a a 1l1 t I oo) (o E,co oJEo (L ooo t-o+,o(Uot 488 I -J .-.-a Fa\l o6 EE I'u uJEo =o6Pto(DabE, =I oocoa E =oo9bb9ae:.9o-c<6)rT ooCCooEaooE gH-.'-cE ;O.gL 6@-oo>> oOOX F= fi r $cll-' + o(U= (E -CE!b I .S)g<a < T u) \\* I 1N\ [\ f- o artc 0)a Eoo co )-'=oca N6is) oocoa o LL (l)!oocuJ 489 J I 0)E(tra oa @ t-o.i,'!:Oli == s t E EH E 3 H E R E $s =: =3te I ot,) (Etco o JEo (L oo,(I,of :=5(Eo-(Eo J o = ct!d-sss Ego-of(5Eo_O(Udo oCofoo) lJ- 490 .v,oo)-cb_ a f fr R FEEb;=a.s,.N=doSEE\EAEEES aa3 Eaat (J(U d50t Co oE8- =oECo9i ; c=8(59 o.9 -vgE i od)oYo)o-N J!oE6o.q E.c 6 =E - o X(Eoo)d6=L @ \y \-,, Eaa bg06 EaE(/)oEo+ !ootrE ^.s E b_* dthSE-,-xBEIIgEFFl- = r- - lf y.='=5.oqOio € P E E gE Q>ii]=(Uo)G= E={EHHEof o c>Fo .E(g E. Eooo oaH EE E^r (, b.-= Ht;eii i 3E qU o,o .= ,.9 .tri 3o Eo6og()>(r(L -'A,f.\). q3i @E (9r L-o (E .oCf E Eoo t-o Eoofo o) Eo ot-o- Ea =o =C CoO Lo Eo{-,o Jo ao (oo (, o.CF Eo+,o a+,co Eo ct)Gtr G = .= (E Jo -gtr Ga ut EI! bE E 0)a a C 0) Eo(,)(u C.(o E Eo (ut-(,)o C 491 =o(=Ecr=B=tr==B=tr IIIIIITIIIIITI aa aaoaaoo ao ao o q)o-. o.)o- o) Et!cef;o.9(!i:Eo6qE563-o)X' O (D >.ai;^9(!o aj ti EEE5 :? 3,!t=! dr EI o I E:,EbE?o-=* dr tr lu o # = E € o :93EE=jrEEE:96H5g ;frE -7EE53:;EH t3;:_ H,=HfrleE=B+ siEEE gg,HgEHq:Eo^gi-.r-EH ;,8,j;'a -BEE$Eg:t "o;F,";oZEi:-zEEEA;EEstrPEisE?3HE:R,o;EE;i&5:EE:t:i3E PExPili € ; 3 E E E Lg= ES = € E Es,"gfE E = ij = = X E o- o y o (! (E I>g=Qo < o i a o = ;'i = n c ; ^- .i .. ..ioo, t o_ ! z . P E I - ? -q ? ;B;&5 -c.i c.i+LOroNdo-i3:::: oo oo- EC(U (o'o oo-o ao oc Jo o o oa =o I .E fo t- C'oc(Eo Co U) t+_! If-- lL- lt!,(a t!.s(, E(E o- o Eo ofo GU' oCL F ooF Eoooo o CL F o fod Eo ooF ca,g .9 oo CLoc +.og E'trG tro+.oo CLa Eio+,o(EII 492 G A g E BBB.2 .? ^.':: ^: ^^ L - tr -> i" g g$gE gg;5EE; $ g EEE- g;;;E ;=Eg q q q = = eE6 i!'6irJ 6 (! (E(!8=.S.g.c I'u uJ E6 E oo (5co t-o =oo--o)6p'6o'-()U9 o-(Ef(UOE(EOl-Lof EEg)oogotaecEl- c(U(ubooo >-'PE o(E.E6 E)(L (JC.O0)-c+,L EE P3 =Por- =AoctrFO9:tre i't g {EHg EH3 H$ aH*E li:e E o) ESRE; +E; EC E'<oii+l P ci+l .rlEE p;[B-e +B: : - q + rsHd=id= aeg, E ib ? (oIa,.r \<.ds): < Y 3 = o-< rl >ai-'?;;- B ? ? = p 3 36 b=r:i83^*-oor r oo = -F6q? 6oq? I o o '1) o o Id tU 6O(,C) --@o (c) e F- c',1 Lo o C-.bE g gt-Eo-. E E*9b-3 -# - .Eh -E ,p.eg>E -c__tlE-.___zo)E =E*S{E.gEEggT; g EE f lE>.E ti€E; Y + d e 36 E.sb"oH 3.oHq 3 3 9; b o) g E*f=q*?9+E'EP,B g R E;EE;;9F flE u P .. E- 5 39 g 6 or $ c) =EH ;d ; sE,E ;;g > ie ii g 9 e B- E E"E€ E[ g E*E!#E fiLE ; E O E i < O fi ,-E .9q-E'*. qE I gi!;€H iE! E HEg5s gE E E"FE;Eg F N<.)\t'rr(oNooro +,oJ+,tro E.g J E ltJ+,ooF ut !I : 493 artiltl \B oiJ lUUv'=Ehts@*IJC roos o U) \ i@ (o at(n I! roo O) oa $ ir tiii tilii ii[Ei lii:i tiiiil at {I I !rih rtrf I I,:!i , ll iiriEhi !ii @ 0 @ i:ci 6!Ettl iiiii, iit,*r'lfiilH o2 a a, E co oE l!i, 'f El =o,tEOrFrJo ffi tl4E,L#o;*,io9>\a {i.co Eo cnGtr G = (E*,tro Ecol- c lJl .= (U Jo IFo o+,(Eo lh.E Loo 494 o COEti,og E6fi E,y'6 I =O EtrE EOrr 2tJo I Et 8 oo@ a aIo 5ll Iil !!,il FGt I iF. iF 1U lsl TU ko lLtrt l.Uo 9(L TUY t- a ( I ut E E : o -o- IJJsY =od(ttotIO+,EEbu,r-g --Eb -t-JL(ro(J ct,oE bEo=E}(JiD EE$o / 495 co 3 : - - ri l. f N I ,ft: T{. o) ( R R-5t dil : : :-,'c. x\F) o -]. E :: ,1 :floiE! ?tlFTt E s F t:89IB Eg gt aE t3 ES ;;;;ilr a: gi rciH :,,o1 f a x = i' ? !ttJrl5rlr.,8T? r!5i?E t i' ,, tI a ;.T;rrEUtE t: ;i;; E-:Irr?r t l'!i1 Elt .r i,i5s + r. lI rF rtr; .rt :.+ i, iF rF ooo Lo El-ortsotr GLF C)tr .go rtstts IJJ F .9I tho o+,clorhELoo 496 I Ii ItI III II I t 5 t E 1 E & E ':-' i,- a:t I.l iti r;:::ll; : ;iililt iilr lti!iiiiiiii i!!r lii E:o3 BI Hi e E< ,ii E E Eo E;! 3 3 .*: igP'r tEli; "li ! :litr: ;E ii i:li+ ErE Ba I3!Fl8 Ii ! <'i ot F 2 qliz=: v ..E!r ir : v :! t l:l.r'iii' < -:rH F U :,i !I E II, O. F.i lti\ll lwl!t \rc @ oYE IJJo o+, GIo tFEt-oo IJJo ut *I E g 497 4H9!E!tE 5{{ lb cEt:r;iri =i ! i ji "ii!t 3EE:EEI}B !l 'i iE EIEI I t I I t II!!nl !i q se.-s d lr lfi!eti ist'l[ !I!l >- ! lu tu (t tst,O \ iIirl c o f\t$ i,, rilid1i:,'i tr! Irl ilii lt:t ti:l, il r I'il*iii !ii 1 tu o+,(uo rtsELoo 498 E !,E t!a 'li !r EEhE!J x.LJJ iY ttJY I.JJY ir;:i,!II T iir!ilii iIili! li,!ili !IJ I I I I I iI i I I !iil rlIt Ii I I il Ii!tlr irlltllrl!rll!i ti ll:1,'riftfi 6a bE i ! t lr ii: r{H AE!$ t 9 I { I fuE lrl il! E iil: I E t liiE E: EIi r= !Ett ili i !E t_ iii t ut *,! Eitr lJJ =trolroz uFJ o +,o P o CLF o+,o CL EoorFo o+.(Eolts.E l-oo 499 : _q i ! t ri; ' l' ii,, l: li iiii ritila!l ilil liit:ttr *l {,1N tl i ! iieii : i;j Ei!:ii,i::i E illi :i,i :iii ::Eii::ill!!: !=iili iii! ii;;i iiii!i,!i!!,itiii I E, 2.tA t zt l:Ei, r! rFdE , ii,: ;ii!$iEE rEraitil! tttt93c ! i !:E :t! - :'= !:eqt= dier i tt a It s 8 +!t6tt II f=E: o-IJ CE FatlJF 0 :{+ zo o 9 tr tUY lift frEtEa.!a. 61rrl xtuY EItY ;r,-l 65 iiiiiiir iliiiiiiii Ii -tI! l!ilrit ri!l!i I!ri!!glEi .t!!!i ;t EI -t E SaN IIJU= E,*o;tJ.Eaz trFz6 IJJtr!Fa o +.oI o CLF o*,o CL Eoortso o+.(Eo rts.Et-oo 500 II,til I Irl tl ,,!tl rI:llii!r IrII ! ! I;rt t !r I E Tt B Ei at lr ,ltat i!u lt, ili t I!: a co si II Tot!r(rpi o .9(r)otoE o J I tII II I iI lrrl tllir! rl t.! II il!tlr lur*,lllll I t.rla iEr ,hi!i': tii iiri I,tr rlIlt riii {ii ltl ! drlItttl t I t;iiri "l +, .9ooa tro+,Goq- '-o oGo .Ct o*,g CL Eoo taro o+. G'o IF.E Loo 501 o sz E. II I I I II il it EIdE di,g! IfIII zo BE; IIII II 1 ;{,$ Eri ,i,illliiiii !!l iftr i,,!'r!at !eii!Iirl iiltl ;t;i:liiil lnIu;!itri!ttr r!tt itir iiii EiII 't'irllt ifi <p,zil- Eiui' Ir +, .9ooa co+,(EorF'6 oGo .ct o+,g CL Eoo rtso o*,(uo rts'i3Loo 502 I I I I II I o rft It!l tI t ,^!E,q ! I!iii5I IE:t I ii.: t c'- lr Er it EEl{ lliEi EiliiiiiEi:l:!tiJ I tt r I \tt ite , U Irtl9!E' tEili "t l!r ll.l f ii iiii it'lli:iI E E at!O irrrr#i*li II \ I l;infi::emAE-a] f E! l:-3 ! I I I a r.uo 503 !J o(J uo UI c Go z I z zo zo(J ;a o Fz Fz E Fz 5f oF{oU F loz =o I b o oF z FzI (9zoo = Fz5 oz F 6 o f o 5 o Fz 6 o For (9z Io o I E o!Ff o =trz o I oE o uz zo zoU =o (J !, 2 l F (,z Io o a zo F F @! 5o t - (J z f F 5dt (9z Ia o(, a Fz5 5 (Jz Io o a FzI oU z Io o a zoF l 5o Iu F I E oIFf o =z o ort o zOF EE 8C.r6 ea z\ z U zo E F ctf so I EI (Jo lN ot- u(,z z z zf z N l\ 't q d ni 9 q 1 q 1 ri q q .i> c;t q I q t I \o 1 i: ! q F: q ol q q 1 q q 1 q u]ul d z 6 E 1..a =ui d; 6 Q a = a =z E E a e E = q o o = a a E l-s Q e o a = o E"l e E o HVt ocllJ Edottoz d,F ouIocllrEE IJl-lolto Fth J UJuzur4 IIJE uJ4 od, c9 q4 o Eo a(, .(,: o i, oo !o !{) Gc t o a oz 504 ! J o!:. toltl tt0o U (9zl =(,z = lzo zo(J =o (9 ot- oU F loz (JaF oz) F r otFf o3 l!z fr o zo F o o 3o b o E oIF o Ftrz o o Uoo o E ozf I L () 2 o ou F foz E! o F ciI o E Ioo FzI Fz (,z !o o(J o zo F I o o o o -HaO dE 2> izzgoilz_ o9 =<-23 ',/t5 6 r.i .O 6 U;9 q ci q 9 F; 1 Fi l- q > N 1 q ri d 1 I 1 1 d; 1 Fi a di I o) 9 6 I > d d t c; F:o)d> d> q d 6 d E o E o e E E E o E e E o E 6:=a E 6 s =.i a =s E!) a E = F; e E 6i a 2 o =o E = o E ;'ri o = e e a H Vt odul Edolt(iz d olrrthduJEEl-a J olto Fo ut(Jzurd uJltuJd Eod, Eo 4B a, o aI t: o o o !o !o c o q oz 505 !J o(J (J I(, UJ =Eoo zoF o o(J E F l zoF IoQ F U 6) UQ Iz oI:oU F foz = o fF t- !,z zotr, Fz (J 4 z 2 (Jz F (9z E zo F o o E LJ l () z z FoD Fzou z z (9z F Quzl E z 5! UY 7zYUJFF >o z96..z2 oUz zotr o oU Eo LJ a l zotrfia o o o o U o? .FciS uE2dE9 =z(,<Zzuo oz <xaut- o F19 oz FuUJ zoF o o E F 6l i rl,loz FU zoF 1.o o E tJ =@f oF z I F NF o oz F o z =o F zo F(J\: --z ^oiio cl d, =c'dg -UE 36 >II<tDz = fl- zo l ot oUzo F) zo (,z z (9z oztr I I e q q 1 ,"i !: > 1 1 l..I c;>.i 9 > 1 1 4 = a E o = E E .i Q o = a G Q a a E & E r.o e E a = s E o E Q z e a o o o Hut u,d UJEcol!oz dFoulod uJ- El-l J olto Fq J UI(,zt!dt!lt IIJE Ea)c c9 =Eo o Eo:I tIU2 6 o og o !., E ! 4 I oz 506 HVt EJ ou^ IJ U{, UI Eoo odltrEdoltoz dFoUI U)dur EEF' J olto ol-a gI(Jzutdt! llrd l z *cr UY YUJFF a6 4iUB Ee z06Hzz ou = 5 ciozoFD za)o. >6 z(,z (-) o\dUzo Fl hszl)8: ,6 z z o a zo F o oU(,z )a oz5 o z =5UYz-Ytu au\hE64v(J >o z06r-z2 oUE z l F 5dt z (9z =(, o I (, o o p Efz I F N tso z I r-r*.oUY7zYruq9 eu\ 5E =H zo6Hz2 o(, = zo tJ oo o9f.: (J ciu\JEooZTdG z*(,6zu otr <o (J o Fl o oI I E I (, z =o 7z i'jF 2i,F> =eL'd u1 z06Hz2 o()z 5r d; q q I .; 1 t q ? d q q d 1 I c; d 1 d q lo I o) 9 .i ,'i 9 1 ui q qi q e a z a E e = a = a E a a e z o Q a E q E o a a s a a e E d, .!,: o o IUo o !., t!c, ot!(J oz 507 Hvl t J oI IJ Iot! CGo odllrEdoltoz dF outodurEEtiIt-{o EoFotiJ ur()zlltdllrlt UJc z F !, z ot- d F l6z E: o zo F 9 oUo o o o5 oU =I 9 lrJ F NF z l F ofo 6F o z z z ozl ! I f F lrJz E(., E F o E z ?E Fz 5 =a F Ioz EoU cia oU E E (, F ciF o Er o oIFl F =z = E 5 F - = (9z ro U a r l F d z (J =F E = F z Iu E F o q c q q I c; j t..ri 5r. 1 1 FJ <: di F.d .i .; 9 ? q >;q q ol q ,o o: j >>>>> E a E n j o = Ne : e q E a E a n a a s s E ;. z E s = e E a s s a e E s E E!)c Eo ! A !, Eo )I io: oo o oo !o ! 4 ! o (,, oz 508 Hq EJ o(J -\. ot! El!o odurEdoltqz GFo l,uod IIJ E EI olto Fthl-aJ llrIz u,td uJltgJc o Fz I (9z oz =(9 o o ozol-EO<(9d2ov Oz(JE oo. 6i trz E l l F zr z NF ciF o E I o zo F o o o o F lo =ozoo o zot- I o o o o zoF o o(J 6 o o zo F o oUo o o zo o o o o o zo o zotr I o o o o 'a E l -9 oN z E ciI o(-, E I (, oa 8$<6 EE)z FJ 6.'"vidk z2 H9zO z_2<tI] =eI !(-, Fz3e ra o*F6z=d HEZJu" F zo F o ouo o o ci 6 oi q oi >> ? d ?q 9 d o) >li N > Fl I d l-o i: ? q e d d q !: i'; 1 cl r: E a i o a o a e a E F:o = E E t-a E ; a z ") E Na E a E Q E Q = c e E N s a a = Q IDd, Ec c 4 o Eo aIJ I: o i, o 2o ttt0 E a I oz 509 Hvt E J o(J 9L o ltl coo odurEdottoz dF orJod u,t E =l-a JFIoltoFol-aJ urIzludurlt lrJd E9a LJa OE>\ E,B =E-E f,EO-! Nvtr F ot- o(.)zo FUf Fzoo (9z z z F o(J t o z z (9z oz E t cto =to(,j E F o z uz =o o CtJ EH ctaoi2J u,t oEEo1zo 5s =oiot2le Uz oh2fr F6 55 zdog o$odZa ur= =x(,=zv U oF :o(J oll'itr rEtrO= lztcI 6t2(Jur= d=< Y2Z =uJ14 zZG63u I =z E F f (,z zoU o o tJ ,i{Fz =(J z ot o d,F foz i Iz z I U2t - dt 6 o o oz E u; o o\ q; oi oi ^i o j d t. I 1 I c; > q d o: q q di d q o)d t R d; <i q I q q I o)q ol q = a E .i & E n .i ^io =E a E o o =.i e =e a a o = E o E : a E E E a E s E o a c cI c-cA Eo II tlu': o d t0o =o !a, c .E r!A I oz 510 !J out ^lJ IJo ur Eoo ot ci :'.u69H !tno fr# 63zfr o\ =I(JI zoF o u zo F o ouo o o ot- ci oz z z o2f I ot o(-,) (9z zoz ozl I oIezo 2o F zoFf I oI io zoF =oF = /. o 5- o (,z z (9z az, I ot- ci F loz I z) E ob E I Fzs zo F l F =zo =f z = (9z 6 I (,zoo z) o 5. o(J F loz t(,zl z F25 zo F ) 3zo:i, ozo ot du F fo2 I (92l = z E (9z 6 l I (9zoo(,zl o\ oU F)oz i Iozl E z I) F loo - o = F = ,o I F o o(,IJt Izo IUzf ol- fzo I o d,F loz IU o 5- ciU F-oz I Iz I o d ..; l{ oi F:l- d l. F:d N 1.. q ci 9 U r,l F: q d d ct ol o)d al q o) d q > d d o) I d q =d .,) o 2 ,'i Q e o a a = a = s e a o s e e a o o e S a a s H Vt od lrJEnolroz dFoltlodul E E Il-ao ILo o ql()zltrdullturd tc EI : A o Eo a(J t .: o d o !o E cq oz 511 E J o(,g Ltq, ul Eot5 zo F o o () otr F = o z E (9z o lo T (9zoo(9z- lo F L3 (,zoo o UooI E ozl I Fz 5 Fz =F F = (,zooz o I z I o z zoz z oo oF o(JzotrUlhb Ec0-zEiiY cY tIJ z (9z aozf I o I ozoo(,z, zotr o o fF =U o o o\ oU (9zc 2 z ozf I o E Izo6(,zf zoF o o U o |- = o zo o o(J o o o zoF o JFf,U (9 s o oI o U tJ UJ d) z F loz I (9zl = t-z5 zoF l F =E z i i l.N. l. d d; 6 oi: d> q q q d di q ,.j q _! d d g .': ni q q d; o) c o: I I q l-ri q Fi .,) q E o e a E a Q E 6i e a E a s E E Q a o E a e a z a Hvt odulEdoltoz dF a!Jod ITJE- IFIolto Ft5F'J q,tIzlrt d,UItt lr,ld od, c9 sEAr( i, EcI (,, o: o e oo:o ! I o (, oz 512 H v1 !J ou^rr' o t|l EGo od UJEdolloz dF o UJ6dtg- El-a Jl-aolto Fol-aJ u,tIz lr.tcuJIL uJc o I o E ozf I o 5- o (9 F)oz o zo F o ouo o o zo F o o(, (, o z 5 zo l F =a z 6 zo F o o(J o o o oF o F loz I zo F a ,t(, I o o\ oU (9 z (9z ozl I I Fo z 3 ot o z z(,z ozfr o, o (92 z(,z UJ ozl L zo F I oU (J)o F = o Fz5 zotr6tr f u',F =z f Fz5 zot- l F =(,z z o 5. o U b z z oz z o 5 o (,z z (9z ozl I zoF I o o o o E(J =o E z ! o qi 6 Ui I ! o oi .i .j ci q I'i l.'9 q o: l- I > ol d; di rt d q d o: I o) di q j u; F. q d q q e E o 6 o a o o a e Q e Q e a o q o o Q IUc Eo =4B Eo a(J t IU.: a o o!o I o (J oz 513 Hut !J oI TJ L oo ut Eoo qz ui (9zl =T ot o (,z z (9z ozlr zo F o o o z (, o E z t =o U tJ o d;Fi di c; d; F;.i d q q <; Q o o o a odgJ E0loltttz d,F o UIod!JE Et-. J o lto Fttt J uJ(Jz ll,td u,tltuId E d, g .9 =Bd o Ec 5I tl,': o o oo:c !., d, t o I oz 514 1 515 Vernon Public Utilities Notice Inviting Bids Results Spec. No. TR3-2018-PM1 BIDDERS Loss (L)Loss (NL)Purchase Price Total Ownership Cost Quantity to be ordered Lead Weeks ERMCO 4611 691 $11,095 $19,297 3 8-10 Howard Industries 3845 837 $11,805 $19,826 3 12 PanAmerica Supply - Sanil 3280 345 $15,659 $20,830 3 14 Onesource Distributor - Central Moloney 4022 751 $13,293 $21,120 3 12 Pacific Utilities - ABB 3772 759 $13,912 $21,499 3 8-12 Onesource Distributor - GE 4344 314 $18,007 $24,208 3 No Info PanAmerica Supply - Powermax 4081 1268 $15,002 $25,237 3 14 PanAmerica Supply - Sanil 5035 375 $18,506 $25,743 3 14 ERMCO 6688 872 $15,046 $26,353 3 8-10 Howard Industries 5772 1038 $15,329 $26,380 3 12 Pacific Utilities - ABB 5947 901 $19,075 $29,698 3 8-12 Onesource Distributor - GE 6420 392 $22,455 $31,293 3 No Info Onesource Distributor - Central Moloney 5585 1020 $21,309 $32,073 3 12 PanAmerica Supply - Powermax 6050 1586 $18,944 $32,781 3 14 Howard Industries 1571 310 $7,321 $10,454 3 12 ERMCO 1674 295 $8,060 $11,238 3 8-10 PanAmerica Supply - Sanil 1260 145 $10,184 $12,227 3 14 Onesource Distributor - GE 1795 150 $10,690 $13,344 3 No Info Pacific Utilities - ABB 1629 262 $11,291 $14,270 3 8-12 PanAmerica Supply - Powermax 1925 566 $9,855 $14,538 3 14 Onesource Distributor - Central Moloney 1487 311 $12,469 $15,513 3 12 Howard Industries 3816 717 $12,922 $20,368 3 12 ERMCO 4023 821 $12,705 $20,850 3 8-10 PanAmerica Supply - Sanil 3650 345 $15,987 $21,565 3 14 Onesource Distributor - GE 4889 293 $17,725 $24,430 3 No Info Pacific Utilities - ABB 4063 702 $16,852 $24,501 3 8-12 PanAmerica Supply - Powermax 4180 1427 $16,206 $27,268 3 14 Onesource Distributor - Central Moloney 4716 579 $23,258 $31,068 3 -12 Howard Industries 5648 1082 $15,068 $26,183 3 12 ERMCO 6558 916 $15,155 $26,518 3 8-10 PanAmerica Supply - Sanil 5040 400 $19,272 $26,628 3 14 Pacific Utilities - ABB 5480 1024 $19,583 $30,250 3 8-12 PanAmerica Supply - Powermax 6050 1721 $19,163 $33,616 3 14 Onesource Distributor - GE 7635 378 $23,852 $33,963 3 No Info Onesource Distributor - Central Moloney 5373 1043 $23,353 $33,988 3 12 Furnish & Deliver Padmount Transformers ITEM # 1 - 2064 - THREE PHASE - 7200/12470 Y - 277/480 V - 500 KVA ITEM # 2 - 2065 - THREE PHASE - 7200/12470 Y - 277/480 V - 750 KVA ITEM # 3 - 2069 - THREE PHASE - 7200/12470 Y - 120/208 V - 150 KVA ITEM # 4 - 2073 - THREE PHASE - 16,340 V - 120/208V - 500 KVA ITEM # 5 - 2075 - THREE PHASE - 16,340 V - 277/480 V - 750 KVA 516 PanAmerica Supply - Sanil 9095 660 $28,251 $41,245 5 14 ERMCO 11195 1639 $23,171 $42,910 5 8-10 Howard Industries 10287 1682 $25,611 $44,546 5 12 Onesource Distributor - GE 9845 1712 $28,847 $47,432 5 No Info Pacific Utilities - ABB 9721 1703 $29,995 $48,402 5 8-12 PanAmerica Supply - Powermax 13200 3398 $28,142 $58,053 5 14 Onesource Distributor - Central Moloney 14131 475 $40,409 $58,105 5 12 ERMCO 11950 2519 $27,043 $51,599 7 8-10 PanAmerica Supply - Sanil 10665 895 $36,135 $51,921 7 14 Howard Industries 13286 1682 $30,863 $53,097 7 12 Onesource Distributor - GE 13942 1998 $32,846 $57,233 7 No Info Pacific Utilities - ABB 13766 1736 $35,353 $58,360 7 8-12 Onesource Distributor - Central Moloney 17340 719 $47,469 $69,800 7 12 PanAmerica Supply - Powermax 19250 3873.15 $31,755 $70,475 7 14 ITEM # 7 - 2078 - THREE PHASE - 16,340 V - 277/480 V - 2000 KVA ITEM # 6 - 2077 - THREE PHASE - 16,340 V - 277/480 V - 1500 KVA 517 City Council Agenda Item Report Agenda Item No. COV-210-2018 Submitted by: Ali Nour Submitting Department: Public Utilities Meeting Date: September 4, 2018 SUBJECT A Resolution Approving and Authorizing the Execution of an Master Services Agreement for Upstream Internet Access Services with Centurylink Communications, LLC Recommendation: A. Find that approval of the proposed action in this staff report is exempt under the California Environmental Quality Act ("CEQA"), because it is a governmental administrative activity that will not have any effect on the environment and is therefore not a “project” as that term is defined by CEQA Guidelines section 15378; and B. Adopt a Resolution approving and authorizing the execution of an Master Services Agreement for Upstream Internet Access Services with Centurylink Communications, LLC. Backgroud: The City’s Fiber Optics based Internet Access Service receives dedicated wholesale internet circuits from two upstream service providers. Having two providers allows the City to deliver commercial internet access services to residences and businesses in Vernon using Vernon’s fiber optic network infrastructure in a reliable and redundant manner. The redundant circuits ensure system reliability and customer service uptime. Staff contacted a number of potential providers, including XO Communications and AT&T. Vernon Public Utilities ("VPU") was unable to secure firm pricing from these vendors because they requested for the City to first enter into an agreement prior to investigating the physical connectivity, preparing construction cost estimates and identifying a timeline to deliver the services. This process was not an option for the City given that staff did not have the ability to determine when services could be delivered and at what cost, and could not compare providers' offerings. Moreover, replacing any of the existing circuits with circuits from a new provider would require substantial system downtime and the construction of new fiber optic infrastructure from a remote central office leading into City Hall. A construction stage of this magnitude would reduce Fiber Optic Internet Access Service reliability and potentially create customer service interruptions. For these reasons, staff believes that it would be “commercially unreasonable” to procure these telecommunications services through standard bidding or the request for proposal procedure. The City is currently connected to the Level 3 network, which is now owned by Centurylink Communications, LLC ("Centurylink"). Historically, Level 3 service delivery has met the City’s Internet Access Services reliability requirements in a responsible manner. Centurylink's proposed Master Services Agreement will decrease the city’s existing pre-tax monthly bill by $325, from a monthly charge of $3,900 to $3,575, and more than double the transmission speeds from 200 Mbps to 500 Mbps. The Agreement with Centurylink is exempt from both the competitive bidding and competitive selection requirements pursuant to Vernon Municipal Code § 2.17.12(A)(6) and 2.17.12(B)(1) because this is a contract for the acquisition or transmission of telecommunications for the Public Utilities Department and it would be commercially unreasonable to 518 procure these services through standard bidding or the request for proposal procedure. Due to the fact that the City is currently connected to the Level 3 network and switching carriers would be costly and could potentially disrupt service, staff believes that it is in the best interest of the City to commit to a new three-year term agreement with Centurylink. As a part of this agreement, the City is able to establish firm monthly rates that are not subject to increases throughout the entire term of thirty-six (36) months, thereby ensuring that the City is not only capable of providing valuable and reliable internet service to its residents and business customers, but is also able to manage this expenditure as a fixed cost for a longer term. The cost savings will benefit the rate structure the City is able to offer to its constituents. Centurylink has provided a Service Order Form, standard Terms and Conditions and Service Level Agreement, which all constitute the Master Services Agreement between the City and the provider. The City Attorney’s Office has reviewed all documents and approved each as to form. Fiscal Impact: The not to exceed amount of $150,000, which includes estimated taxes and fees, covers a 36 month service commitment with Centurylink. This expense has been approved in the Vernon Public Utilities budget for fiscal year 2018-2019 and will be charged to account 057.1057.500173. ATTACHMENTS 1. Centurylink Quote 2. Centurylink Resolution 519 Quote # 11061506 Proposal prepared for CITY OF VERNON - Quote# 11061506 - S Proposal Pricing Prepared For Prepared On Price Valid Until Currency Total Mrc Total Nrc CITY OF VERNON 08/02/2018 09/18/2018 USD 3,575.00 0.00 Dedicated Internet Access Term Total Mrc Total Nrc # Sites 3 Years 3,575.00 .00 1 Location Universal Service Fund Summary Dedicated Internet Services Local Access Coordinated Services Site Name Countr y Site Address USF Mrc Nrc # Mb Mrc Nrc Mrc Nrc Coordinated Service Type Asset/Circuit ID Santa Fe USA 4305 S SANTA FE AVE VERNON, CA 90058 Interstate 3575.00 .00 500.00 0 2000.00 .00 1575.00 .00 Product Details Description Qty Mrc Nrc Priced Amount Mrc Per Nrc Per Usage Mrc Usage Nrc Vendor Pop Distance(km) A - 4305 S SANTA FE AVE VERNON, CA 90058 Off Net Access - Gig-Ethernet (1000 Mb) - [Quantity = 1, Bandwidth = Gig-Ethernet (1000 Mb), Quoted Sub-bandwidth = 500] 1 1575.00 0.00 A - 4305 S SANTA FE AVE VERNON, CA 90058 IP Port - Gig-Ethernet (1000 Mb) - [Quantity = 1, Bandwidth = Gig- Ethernet (1000 Mb)] 1 0.00 0.00 A - 4305 S SANTA FE AVE VERNON, CA 90058 IP Logical - [Billing Method = Fixed, Committed Data Rate (CDR) = 500.000] 1 2000.00 0.00 500.000 4.00/Mb Primary DNS Registration 1 0.00 0.00 Page 1 of 2 520 Proposal prepared for CITY OF VERNON - Quote# 11061506 - S Order Terms and Conditions 1. This confidential Order may not be disclosed to third parties and is non-binding until accepted by Level 3 Communications, LLC ("Level 3"), a CenturyLink affiliate, as set forth in section 4. 2. Pricing is valid for 90 calendar days from the date indicated unless otherwise specified herein. Prior to installation Level 3 may notify Customer in writing (including by e-mail) of price increases due to off-net vendors. Customer has 2 business days following notice to terminate this Order without liability or otherwise Customer is deemed to accept the increase. Level 3 provides Services in the United States. Services provided internationally may require a Local Country Agreement that will identify the CenturyLink affiliate providing Services. 3. If a generic demarcation point (such as a street address) is provided, the demarcation point for on-net services will be Level 3's Minimum Point of Entry (MPOE) at such location (as determined by Level 3). Off-net demarcation points will be the off-net vendor's MPOE. If this Order identifies aspects of services that are procured by Customer directly from third parties, Level 3 is not liable for such services. 4. Customer places this Order by signing (including electronically or digitally) or otherwise acknowledging (in a manner acceptable to Level 3) this document and returning it to Level 3. (a) The Service in this Order is subject to the CenturyLink Master Service Agreement entered into after March 16, 2018 and any applicable Service Schedule(s) between CenturyLink Communications, LLC and Customer. If Customer has not executed a CenturyLink Master Service Agreement but has executed a services agreement (including Standard Terms and Conditions) with Level 3 or an affiliate of Level 3 ("Affiliate Agreement"), then the terms of the most recent Affiliate Agreement will govern this Order. If there are any inconsistencies between the Affiliate Agreement and this Order, the current standard Level 3 Service Schedule will apply. If Level 3 and Customer have not executed a CenturyLink Master Service Agreement or applicable Service Schedule(s) with respect to such Service and have not executed an Affiliate Agreement, CenturyLink's standard Master Service Agreement and Service Schedule(s) as of the date of this Order will govern this Order. Copies are available upon request. The Level 3 entity invoicing the Services is the contracting party. (b) Notwithstanding anything in any Affiliate Agreement to the contrary, Level 3 will notify Customer of acceptance of requested Service in this Order by delivering (in writing or electronically) the date by which Level 3 will install Service (the "Customer Commit Date"), by delivering the Service, or by the manner described in a Service Schedule. Service will continue month-to-month at the expiration of the Service Term, and rates are subject to change upon 30 days' notice from Level 3. (c) "Affiliate Agreement" for CenturyLink Communications, LLC or any companies that were affiliates of CenturyLink Communications, LLC before the merger between CenturyLink and Level 3 means only an applicable Interexchange Carrier (IXC) network agreement, e.g. CenturyLink Total Advantage Agreement, CenturyLink Total Advantage Express Agreement, or CenturyLink Wholesale Services Agreement, for non-government customers (each, a CenturyLink Affiliate Agreement). In the event of a CenturyLink Affiliate Agreement, (i) Level 3 will deliver a written or electronic notice that the Service is installed (a "Connection Notice"), at which time billing will commence, and (ii) if Customer cancels or terminates Service for any reason other than Level 3's uncured default or if Level 3 terminates due to Customer's uncured default, Customer will pay Level 3's standard early termination liability charges as identified in Level 3's ancillary charge summary, a copy of which is available upon request. 5. Neither party will be liable for any damages for lost profits, lost revenues, loss of goodwill, loss of anticipated savings, loss of data or cost of purchasing replacement service, or any indirect, incidental, special, consequential, exemplary or punitive damages arising out of the performance or failure to perform under this Order. Customer's sole remedies for any nonperformance, outages, failures to deliver or defects in Service are contained in the service levels applicable to the affected Service. 6. All transport services ordered from Level 3 will be treated as interstate for regulatory purposes. Customer may certify transport service as being intrastate (for regulatory purposes only) in a format as required by Level 3, but only where the transport services are sold on a stand-alone basis, the end points for the service are located in the same state and neither end point is a Level 3 provided IP port ("Intrastate Services"). Where Customer requests that services be designated as Intrastate Services, Customer certifies to Level 3 that not more than 10% of Customer's traffic utilizing the Intrastate Services will be originated or terminated outside of the state in which the Intrastate Services are provided. Such election will apply prospectively only, and will apply to all Intrastate Services stated in this Order. 7. Charges for certain Services are subject to (a) a property tax surcharge of 3.75% and (b) a cost recovery fee of 4.25% per month to reimburse Level 3 for various governmental taxes and surcharges. Such charges are subject to change by Level 3 and shall be applied regardless of whether Customer has delivered a valid tax exemption certificate. For additional details on taxes and surcharges that are assessed, visit www.level3.com/taxes. 8. Customer will pay Level 3's standard: (a) expedite charges (added to the NRC) if Customer requests a delivery date inside Level 3's standard interval duration (available upon request or at https://MyLevel3.net) and (b) ancillary charges for additional activities, features or options as set forth in Level 3's ancillary charge summary, a copy of which is available upon request. If Level 3 cannot complete installation due to Customer delay or inaction, Level 3 may begin charging Customer and Customer shall pay such charges. 9. Equipment provided by Level 3 to be located in Customer's premises ("CPE") is subject to the terms of the Customer Premise Equipment Addendum, a copy of which is available upon request. For colocation, data center and/or hosting services, pre-arranged escorted access may be required at certain locations, and cross connect services are subject to whether facilities are available at the particular location to complete the connection. 10. For Level 3 Internet Services provided in certain countries in the Asia-Pacific region where Level 3 does not currently hold a license to provide such Services Customer consents to Level 3 providing Service by procuring services of third-party carriers as Customer's agent, and Customer appoints Level 3 as its agent to the extent necessary to obtain such Service. Level 3 is licensed in Hong Kong, Japan, Singapore and Australia. Declarations and Signatures Customer submits this document as a Customer Order. Authorized Signature: Name: Title: Date: Page 2 of 2 521 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON APPROVING AND AUTHORIZING THE EXECUTION OF AN MASTER SERVICES AGREEMENT FOR UPSTREAM INTERNET ACCESS SERVICES BY AND BETWEEN THE CITY OF VERNON AND CENTURYLINK COMMUNICATIONS, LLC WHEREAS, the City of Vernon (“Vernon” or the “City”) has installed a fiber-optic cable network around the perimeter of the City and is providing excess inactivated or dark fibers to businesses in the City to enable such businesses to have access to voice, data and/or video services; and WHEREAS, Vernon desires to lease internet bandwidth from internet content providers in order to provide dedicated internet access services to Vernon businesses using Vernon’s fiber optic network infrastructure; and WHEREAS, on January 7, 2008, the City Council of the City of Vernon adopted Resolution No. 9518 approving a Business Markets Master Service Agreement and Service Order Form (the “Master Agreement”) with Level 3 Communications, LLC (“Level 3”), formerly Wiltel Communications LLC, for dedicated internet access service (“DIA Services”); and WHEREAS, on October 5, 2009, the City Council of the City of Vernon adopted Resolution No. 10,076 approving an agreement for continuation of DIA Services for a 12-month period; and WHEREAS, on March 22, 2011, the City Council of the City of Vernon adopted Resolution No. 2011-42 approving an agreement for continuation of DIA Services for a 12-month period; and WHEREAS, on June 19, 2012, the City Council of the City of Vernon adopted Resolution No. 2012-109 approving an agreement for 522 - 2 - continuation of DIA Services for a two-year period; and WHEREAS, on June 17, 2014, by minute order, the City Council of the City of Vernon approved an agreement for continuation of DIA Services for a two-year period; and WHEREAS, following the end of the term set forth in the Agreement executed on or about June 30, 2014, Level 3 continued to provide DIA Services to the City on a month-to month-basis pursuant to the Master Agreement; and WHEREAS, on June 5, 2018, the City Council of the City of Vernon adopted Resolution No. 2018-21 approving an agreement for upgrade and continuation of DIA Services for a one-year period, effective as of July 1, 2017; and WHEREAS, Level 3 is one of the City’s two upstream internet service providers that delivers large internet bandwidth circuits to the City’s fiber optic network system; and WHEREAS, having two providers allows the City to deliver commercial internet access services to residences and businesses within the City in a reliable and redundant manner; and WHEREAS, City staff contacted a number of potential providers, namely XO Communications and AT&T, which were unable to secure firm pricing because the providers wanted to investigate the physical connectivity, prepare construction cost estimates and identify a timeline to deliver the services provided with the request of the City first entering into an agreement; and WHEREAS, this process was not an option for the City given that staff did not know when the services would be delivered and at what cost; and WHEREAS, replacing any of the existing circuits with a new 523 - 3 - provider’s circuit would have required substantial system downtime and construction of new fiber optic infrastructure from a remote central office leading into the City Hall basement; and WHEREAS, such construction would have reduced the City’s system reliability and potentially created customer service interruptions; and WHEREAS, for those reasons, it was “commercially unreasonable” to procure such telecommunications services through standard bidding or request for proposal procedures; and WHEREAS, meanwhile, the City is currently connected to Level 3 network, which is now owned by Centurylink Communications, LLC (“Centurylink”); and WHEREAS, historically, Level 3 service delivery has met the City’s Internet Access Services reliability requirements in a responsible manner; and WHEREAS, Centurylink's proposed Master Services Agreement (the “Centurylink MSA”) will decrease the city’s existing pre-tax monthly bill by $325, from a monthly charge of $3,900 to $3,575, and more than double the transmission speeds from 200 Mbps to 500 Mbps; and WHEREAS, the City Council of the City of Vernon has determined that, pursuant to the provisions of Sections 2.17.12(A)(6) and 2.17.12(B)(1) of the Vernon Municipal Code, neither competitive bidding nor competitive selection is necessary to enter into the Centurylink MSA to provide fiber optic DIA Services to the City. 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 524 - 4 - 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 direct or indirect physical changes in the environment and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. SECTION 3: The City Council of the City of Vernon hereby approves the Centurylink MSA, in substantially the same form as the copy which is attached hereto as Exhibit A. SECTION 4: The City Council of the City of Vernon hereby authorizes the Mayor or Mayor Pro-Tem to execute said Centurylink MSA for, and on behalf of, the City of Vernon and the City Clerk is hereby authorized to attest thereto. SECTION 5: The City Council of the City of Vernon hereby instructs the City Administrator, or his designee, to take whatever actions are deemed necessary or desirable for the purpose of implementing and carrying out the purposes of this Resolution and the transactions herein approved or authorized, including but not limited to, any non-substantive changes to the Centurylink MSA attached herein. SECTION 6: The City Council of the City of Vernon hereby directs the City Clerk, or the City Clerk’s designee, to send a fully executed Centurylink MSA to Centurylink. / / / / / / / / / / / / 525 - 5 - SECTION 7: The City Clerk of the City of Vernon shall certify to the passage, approval and adoption of this resolution, and the City 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 4th day of September, 2018. Name: Title: Mayor / Mayor Pro-Tem ATTEST: Maria E. Ayala, City Clerk APPROVED AS TO FORM: Brian Byun, Senior Deputy City Attorney 526 - 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, September 4, 2018, and thereafter was duly signed by the Mayor or Mayor Pro-Tem of the City of Vernon. Executed this day of September, 2018, at Vernon, California. Maria E. Ayala, City Clerk (SEAL) 527 EXHIBIT A 528 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION Op ID #: 55749104 Page 1 of 9 © CenturyLink. All Rights Reserved. CGT v1.052318 . This Master Service Agreement ("Agreement") is between CENTURYLINK COMMUNICATIONS, LLC (“CenturyLink”) and CITY OF VERNON (“Customer”) and is effective on the date the last party signs it (the “Effective Date”). This Agreement provides the terms and conditions applicable to Customer’s purchase of products and services (“Service”) from CenturyLink. 1. Term. The term of the Agreement will commence on the Effective Date and continue for three years from the Effective Date, unless earlier terminated in accordance with the Agreement (“Term”). 2. Service. CenturyLink will provide Service in accordance with the Agreement, including all applicable Service Schedules, Service Exhibits, Statements of Work, Order(s), pricing attachments, and any other documents that are attached or expressly incorporated into the Agreement (“Service Attachments”). The following Service Attachments, if any, are initially attached and incorporated into the Agreement. At CenturyLink’s discretion, additional Service Attachments may be added by Amendment or by Customer placing an Order.  Level 3® Internet Services 3. Order(s). Customer may submit requests for Service in a form designated by CenturyLink (“Order”). The term for a Service is defined in the applicable Service Attachment (“Service Term”). The parties agree that any Order issued under this Agreement will not have a Service Term that extends beyond the Term of the Agreement, even if stated otherwise in an Order. If a Service Term expires before the expiration of the Term of the Agreement, the Order will continue on a month to month basis until the expiration or termination of the Agreement.. CenturyLink will notify Customer of acceptance of requested Service in the Order by delivering (in writing or electronically) the date by which CenturyLink will install Service (the “Customer Commit Date”), by delivering the Service, or by the manner described in a Service Attachment. Renewal Orders will be accepted by CenturyLink’s continuation of Service. For moves, adds or changes agreed to by CenturyLink, Customer will pay CenturyLink’s then current charges unless otherwise specifically stated in a Service Attachment. 4. Billing and Payment. 4.1 Commencement of Billing. Unless otherwise set forth in a Service Attachment, CenturyLink will deliver written or electronic notice (a “Connection Notice”) to Customer when Service is installed, at which time billing will commence ("Service Commencement Date"). If Customer notifies CenturyLink within three days after delivery of the Connection Notice that Service is not functioning properly, CenturyLink will correct any deficiencies and, upon Customer’s request, credit Customer’s account in the amount of 1/30 of the applicable monthly recurring charge (MRC) for each day the Service did not function properly. If CenturyLink cannot complete installation due to Customer delay or inaction, CenturyLink may begin charging Customer for the Service, and Customer will pay such charges. 4.2 Payment of Invoices and Disputes. Invoices are delivered or made available monthly and due 30 days after the invoice date. Fixed charges are billed in advance and usage-based charges are billed in arrears. Customer’s payments to CenturyLink must be made via an ACH transfer or any CenturyLink approved payment portal (e.g., CenturyLink Control Center) in the currency stated on the invoice. CenturyLink may charge administrative fees where Customer’s payment and invoice preferences deviate from CenturyLink’s standard practices. Past due amounts bear interest at 1.5% per month or the highest rate allowed by law (whichever is less). CenturyLink may charge Customer reasonable attorneys' fees and any third-party collection costs CenturyLink incurs in collecting such amounts. Customer is responsible for all charges regarding the Service, even if incurred as the result of unauthorized use. If Customer reasonably disputes an invoice, Customer must pay the undisputed amount and submit written notice of the disputed amount (with details of the nature of the dispute and the Services and invoice(s) disputed). Disputes must be submitted in writing within 90 days from the date of the invoice. If CenturyLink determines in good faith that a disputed charge was billed correctly, Customer must pay such amounts within 10 days after CenturyLink provides notice of such determination. Customer may not offset disputed amounts from one invoice against payments due on the same or another account. 4.3 Taxes and Fees. Excluding taxes based on CenturyLink's net income, Customer is responsible for all taxes and fees arising in any jurisdiction imposed on or incident to the provision, sale or use of Service. This includes value added, consumption, sales, use, gross receipts, withholding, excise, access, bypass, ad valorem, franchise or other taxes, fees, duties or surcharges (e.g., regulatory and 911 surcharges), whether imposed on CenturyLink or a CenturyLink affiliate, along with similar charges stated in a Service Attachment (collectively “Taxes and Fees”). Some Taxes and Fees, and costs of administering the same, are recovered through imposition of a percentage surcharge(s) on the charges for Service. If Customer is required by law to make any deduction or withholding of withholding Taxes from any payment due hereunder to CenturyLink, then, notwithstanding anything to the contrary in this Agreement, the gross amount payable by Customer will be increased so that, after any such deduction or withholding for such withholding Taxes, the net amount received by CenturyLink will not be less than CenturyLink would have received had no such deduction or withholding been required. Charges for Service are exclusive of Taxes and Fees. Customer may present CenturyLink with an exemption certificate eliminating CenturyLink’s liability to pay certain Taxes and Fees. The exemption will apply prospectively. 4.4 Non-Appropriations. Customer intends to continue this Agreement for its entire Term and to satisfy its obligations hereunder. For each fiscal period for Customer: (a) Customer agrees to include in its budget request appropriations sufficient to cover Customer's obligations under this Agreement; (b) Customer agrees to use all reasonable and lawful means to secure these appropriations; (c) Customer agrees it will not use non-appropriations as a means of terminating this Agreement in order to acquire functionally equivalent products or services from a third party. Customer reasonably believes that sufficient funds to discharge its obligations can and will lawfully be appropriated and made available for this purpose. In the event that Customer is appropriated insufficient funds, by appropriation, appropriation limitation or grant, to continue payments under this Agreement and has no other funding source lawfully available to it for such purpose (as evidenced by notarized documents provided by Customer and agreed to by CenturyLink), Customer may terminate this 529 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION Op ID #: 55749104 Page 2 of 9 © CenturyLink. All Rights Reserved. CGT v1.052318 Agreement without incurring any termination charges by giving CenturyLink not less than 30 days’ prior written notice. Upon termination and to the extent of lawfully available funds, Customer will remit all amounts due and all costs reasonably incurred by CenturyLink through the date of termination. 4.5 Regulatory and Legal Changes. If changes in applicable law, regulation, rule or order materially affect delivery of Service, the parties will negotiate appropriate changes to this Agreement. If the parties cannot reach agreement within 30 days after CenturyLink’s notice requesting renegotiation, CenturyLink may, on a prospective basis after such 30-day period, pass any increased delivery costs on to Customer. If CenturyLink does so, Customer may terminate the affected Service on notice to CenturyLink delivered within 30 days of the cost increase taking effect. 4.6 Cancellation and Termination Charges. Unless otherwise set forth in a Service Attachment: (a) Customer may cancel an Order (or portion thereof) prior to the delivery of a Connection Notice upon written notice to CenturyLink identifying the affected Order and Service. If Customer does so, Customer will pay CenturyLink a cancellation charge equal to the sum of: (1) for “off-net” Service, third party termination charges for the cancelled Service; (2) for “on-net” Service, one month’s monthly recurring charges for the cancelled Service; (3) the non-recurring charges for the cancelled Service; and (4) CenturyLink’s out-of-pocket costs (if any) incurred in constructing facilities necessary for Service delivery. (b) Customer may terminate a specified Service after the delivery of a Connection Notice upon 30 days’ written notice to CenturyLink. If Customer does so, or if Service is terminated by CenturyLink as the result of Customer’s default, Customer will pay CenturyLink a termination charge equal to the sum of: (1) all unpaid amounts for Service actually provided; (2) 100% of the remaining monthly recurring charges for months 1-12 of the Service Term; (3) 50% of the remaining monthly recurring charges for month 13 through the end of the Service Term; and (4) if not recovered by the foregoing, any termination liability payable to third parties resulting from the termination and any out-of-pocket costs of construction to the extent such construction was undertaken to provide Service hereunder. The charges in this Section represent CenturyLink’s reasonable liquidated damages and are not a penalty. 5. Default. If (a) Customer fails to make any payment when due and such failure continues for five business days after CenturyLink’s written notice, or (b) either party fails to observe or perform any other material term of this Agreement and such failure continues for 30 days after the other party’s written notice, then the non-defaulting party may: (i) terminate this Agreement and/or any Order, in whole or in part, and/or (ii) subject to Sections 6.1 (Damages Limitations) and 6.3 (Service Levels), pursue any remedies it may have at law or in equity. 6. Liabilities and Service Levels. 6.1 Damages Limitations. Neither party will be liable for any damages for lost profits, lost revenues, loss of goodwill, loss of anticipated savings, loss of data or cost of purchasing replacement services, or any indirect, incidental, special, consequential, exemplary or punitive damages arising out of the performance or failure to perform under this Agreement or any Order. 6.2 Disclaimer of Warranties. CENTURYLINK MAKES NO WARRANTIES OR REPRESENTATIONS, EXPRESS OR IMPLIED, EITHER IN FACT OR BY OPERATION OF LAW, STATUTORY OR OTHERWISE, INCLUDING WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR USE, EXCEPT THOSE EXPRESSLY SET FORTH IN THIS AGREEMENT OR ANY APPLICABLE SERVICE ATTACHMENT. 6.3 Service Levels. (a) Any “Service Level” commitments applicable to Services are contained in the Service Attachments applicable to each Service. If CenturyLink does not meet a Service Level, CenturyLink will issue to Customer a credit as stated in the applicable Service Attachment on Customer’s request. CenturyLink’s maintenance log and trouble ticketing systems are used to calculate Service Level events. Scheduled maintenance under Section 8 and force majeure events are considered Excused Outages. (b) Unless otherwise set forth in a Service Attachment, to request a credit, Customer must contact Customer Service (contact information is located at http://www.level3.com) or deliver a written request with sufficient detail to identify the affected Service. The request for credit must be made within 60 days after the end of the month in which the event occurred. Total monthly credits will not exceed the charges for the affected Service for that month. Customer's sole remedies for any nonperformance, outages, failures to deliver or defects in Service are contained in the Service Levels applicable to the affected Service. 6.4 Right of Termination for Installation Delay. Unless otherwise set forth in a Service Attachment, in lieu of installation Service Level credits, if CenturyLink’s installation of Service is delayed by more than 30 business days beyond the Customer Commit Date, Customer may terminate the affected Service without liability upon written notice to CenturyLink, provided such written notice is delivered prior to CenturyLink delivering a Connection Notice for the affected Service. This Section will not apply where CenturyLink is constructing facilities to a new location not previously served by CenturyLink. 7. Customer Premises; Title to Equipment. If access to non-CenturyLink facilities is required for the installation, maintenance, grooming, movement, upgrade and/or removal of CenturyLink network or equipment, Customer will, at its expense: (a) secure such right of access and (b) arrange for the provision and maintenance of power and HVAC as needed for the proper operation of such equipment 530 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION Op ID #: 55749104 Page 3 of 9 © CenturyLink. All Rights Reserved. CGT v1.052318 and network. Title to CenturyLink-provided equipment (including software) remains with CenturyLink. Customer will not create or permit to be created any encumbrances on CenturyLink-provided equipment. 8. Scheduled Maintenance and Local Access. Scheduled maintenance will not normally result in Service interruption. Unless otherwise set forth in a Service Attachment, if scheduled maintenance requires Service interruption CenturyLink will: (1) provide Customer seven days’ prior written notice, (2) work with Customer to minimize interruptions and (3) use commercially reasonable efforts to perform such maintenance between midnight and 6:00 a.m. local time. If third-party local access services are required for the Services, Customer will: (1) provide CenturyLink with circuit facility and firm order commitment information and design layout records to enable cross-connects to CenturyLink Service(s) (provided by CenturyLink subject to applicable charges), (2) cooperate with CenturyLink (including changing demarcation points and/or equipment and providing necessary LOAs) regarding circuit grooming or re-provisioning, and (3) where a related Service is disconnected, provide CenturyLink a written disconnection firm order commitment from the relevant third-party provider. CenturyLink may re-provision any local access circuits from one off-net provider to another or to the CenturyLink owned and operated network (on-net), and such changes will be treated as scheduled maintenance. 9. General Terms. 9.1 Force Majeure. Neither party will be liable, nor will any credit allowance or other remedy be extended, for any failure of performance or equipment due to causes beyond such party’s reasonable control (“force majeure event”). 9.2 Assignment and Resale. Neither party may assign its rights or obligations under this Agreement or any Service Attachment without the prior written consent of the other party, which will not be unreasonably withheld. However, either party may assign its rights and obligations under this Agreement or any Order without the consent of the other party: (1) to any subsidiary, parent, or affiliate that controls, is controlled by, or is under common control with that party; (2) pursuant to the sale or transfer of substantially all of the business or relevant assets of that party; or (3) pursuant to any financing, merger, or reorganization of that party. This Agreement and all Service Attachments will apply to any permitted transferees or assignees. Any assignee of Customer must have a financial standing and creditworthiness equal to or better than Customer's. Unless otherwise set forth in a Service Attachment, Customer may provide Service to third parties or use the Services in connection with goods or services provided by Customer to third parties (“Customer Provided Services”). To the extent permitted under law, Customer will be responsible for any claims arising from or related to any Customer Provided Services. If Customer sells telecommunications services, Customer certifies that it has filed all required documentation and will at all times have the requisite authority with appropriate regulatory agencies respecting the same. Nothing in this Agreement confers upon any third party any right, benefit or remedy hereunder. 9.3 Affiliates. CenturyLink may use a CenturyLink affiliate or a third party to provide Service to Customer, but CenturyLink will remain responsible to Customer for Service delivery and performance. Customer’s affiliates may purchase Service under this Agreement, and Customer will be jointly and severally liable for all claims and liabilities related to Service ordered by any Customer affiliate. 9.4 Notices. Notices will be in writing and deemed received if delivered personally, sent via facsimile, pre-paid overnight courier, electronic mail (if an e-mail address is provided below) or sent by U.S. Postal Service or First Class International Post. Unless otherwise provided for in a Service Attachment, requests for disconnection of Service (other than for default) must be submitted to CenturyLink via Customer’s portal at https://www.centurylink.com/business/login/ or via the following website / link: http://www1.level3.com/disco/disco.html and will be effective 30 days after receipt (or such longer period set forth in a Service Attachment). Notices for billing inquiries/disputes or requests for Service Level credits must be submitted to CenturyLink via Customer’s portal at https://www.centurylink.com/business/login/ or via Email at: billing@centurylink.com. Customer failure to follow this process and/or provide complete information may result in continued charges that will not be credited. All legal notices will be addressed to CenturyLink at: 931 14th Str., #900, Denver, CO 80202; Fax: 888-778-0054; Attn.: Notice Coordinator; and to any electronic or physical address of Customer as provided in the Agreement or in its absence, to Customer’s address identified on the Order or as reflected in CenturyLink's records, Attn. General Counsel. 9.5 Acceptable Use Policy and Data Protection. Customer must conform to an applicable Acceptable Use Policy (“AUP”) for Services purchased under this Agreement and to the CenturyLink Privacy Policy, which is available at http://www.centurylink.com/aboutus/legal/privacy-policy.html. Unless otherwise set forth in a Service Attachment, the applicable AUP is available at http://www.level3.com/en/security-law-enforcement-and-acceptable-use-policy/acceptable-use-policy/. 9.6 Confidentiality; California Public Records Act. (a) Except as provided in subsection 9.6(b) below, neither party will: (a) disclose any of the terms of the Agreement; or (b) disclose or use (except as expressly permitted by, or required to achieve the purposes of, the Agreement) the confidential information received from the other party. Confidential information will not include (i) this Agreement or the terms thereof; or (ii) Customer Data except as may be described in a Service Attachment. A party may disclose confidential information if required to do so by a governmental agency, by operation of law, or if necessary in any proceeding to establish rights or obligations under the Agreement. Each party will limit disclosure and access to confidential information to those of its employees, contractors, attorneys or other representatives who reasonably require such access to accomplish the Agreement’s purposes and who are subject to confidentiality obligations at least as restrictive as those contained herein. (b) Notwithstanding anything to the contrary herein in subsection 9.6(a) above, CenturyLink acknowledges that Customer is subject to the requirements of the California Public Records Act (“CPRA”), codified at California Government Code § 6250 to 6276.48, and that certain information in the possession of Customer is subject to public release. CenturyLink recognizes that Customer will comply with its legal obligations under CPRA and authorizes Customer, in its reasonable discretion, to determine if public records, including, but not 531 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION Op ID #: 55749104 Page 4 of 9 © CenturyLink. All Rights Reserved. CGT v1.052318 limited to, records that include information provided to Customer by CenturyLink, are subject to an exclusion to CPRA’s mandatory disclosure provisions. CenturyLink authorizes Customer to release such records (or portions thereof) as required by CPRA if Customer determines that such records, either in whole or in part, are not subject to an exclusion, subject to the processes applicable under the CPRA. 9.7 Intellectual Property Ownership; Use of Name and Marks. Nothing in the Agreement or the performance thereof will convey, license, or otherwise transfer any right, title, or interest in any intellectual property or other proprietary rights held by either party or its licensors. Neither party will use the name or marks of the other party or any of its affiliates for any purpose or issue any press release or public statement relating to this Agreement without the other party’s prior written consent. 9.8 Governing Law; Amendment. This Agreement will be governed and construed in accordance with the laws of the State in which Customer’s principal office is located, without regard to its choice of law rules. Each party will comply with all applicable laws, rules and regulations associated respectively with CenturyLink’s delivery or Customer’s use of the Service under the Agreement. This Agreement, including any Service Attachments, constitutes the entire and final agreement and understanding between the parties with respect to the Service and supersedes all prior agreements relating to the Service. CenturyLink is not subject to any obligations that are not explicitly identified in this Agreement. This Agreement may only be modified or supplemented by an instrument executed by an authorized representative of each party. No failure by either party to enforce any right(s) hereunder will constitute a waiver of such right(s). 9.9 Critical 9-1-1 Circuits. The Federal Communications Commission’s 9-1-1 reliability rules mandate the identification and tagging of certain circuits or equivalent data paths that transport 9-1-1 calls and information (“9-1-1 Data”) to public safety answering points. These circuits or equivalent data paths are defined as Critical 911 Circuits in 47 C.F.R. Section 12.4(a)(5). CenturyLink policies require tagging of any circuits or equivalent data paths used to transport 9-1-1 Data. Customer will cooperate with CenturyLink regarding compliance with these rules and policies and will notify CenturyLink of all Services Customer purchases under this Agreement utilized as Critical 911 Circuits or for 9-1-1 Data. 9.10 International Services. For Services provided outside the United States, Customer or its local affiliate may be required to enter into a separate local country addendum/agreement (as approved by local authorities) (“LCA”) with the respective CenturyLink affiliate that provides the local Service(s). Such CenturyLink affiliate will invoice Customer or its local affiliate for the respective local Service(s). 9.11 Relationship and Counterparts. The relationship between the parties is not that of employer-employee, partners, agents, or joint venturers. This Agreement may be executed in one or more counterparts, all of which taken together will constitute one instrument. Digital signatures and electronically exchanged copies of signed documents will be sufficient to bind the parties to this Agreement. CENTURYLINK COMMUNICATIONS, LLC CITY OF VERNON \1q\1 \s2\ |1s| \s1\ Authorized Signature Authorized Signature \n2\ |1n| \n1\ Name Typed or Printed Name Typed or Printed \t2\ |1t| \t1\ Title Title \d2\ |1d| \d1\ Date Date Customer’s Address for Notices: Person Designated for Notices: 532 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION LEVEL 3® INTERNET SERVICES SERVICE SCHEDULE Op ID #: 55749104 Page 5 of 9 © CenturyLink. All Rights Reserved. CGT v1.071816 1. Applicability. This Service Schedule is applicable where Customer orders Level 3® Internet Services (which may also be called Dedicated Internet Access, Internet Services, High Speed IP, or IP Transit Services on ordering, invoicing or other documentation). The Service is also subject to the Master Service Agreement executed between Level 3 and Customer, and if none, Level 3’s standard Master Service Agreement (the “Agreement”). Level 3 may subcontract the provision of the Service in whole or part, provided that Level 3 remains responsible for the Service to Customer as set forth herein. Capitalized terms used but not defined herein have the definitions given to them in the Agreement. 2. Service Description. Level 3® Internet Services are high speed symmetrical Internet services providing access to the Level 3 IP network and the global Internet (“Service”). The Service is generally available via Ethernet connections from 10/100 Mbps ports to 100Gbps ports, as well as T1/E1, DS3/E3, and SONET connections from OC3/STM1 to OC48/STM16. Additional features and functionality may include: a. IP Addresses. IP Address space with proper justification. b. Primary DNS / Secondary DNS. Primary or Secondary DNS as requested. c. Static routing / BGP peering. Static routing or BGP peering options available. d. On-line bandwidth utilization reports. On-line bandwidth utilization reports available through the customer portal. e. Basic security service. Subject to Customer having Level 3-approved routers, included as part of the Services is a one-time per 12-month period ability to request Level 3 to temporarily (i.e. for up to 24 hours): (i) apply a temporary access control list (ACL) with up to 10 rules on such routers; (ii) set up firewall filters specifying IPs, subnets, ports and protocols, and (iii) configure null routes. Requests that exceed this duration or frequency will be charged at $1000 per hour with a minimum charge of $4000. Customer is encouraged to order additional Services as outlined below. The following services may be available at an additional charge to be set forth in an Order and pursuant to the separate Service Schedules for such services: a. Level 3 MPLS (IPVPN and VPLS) VPN Service. As part of a Converged Service, Customer may order Level 3 MPLS VPN Service, which provides private site-to-site communications over Level 3’s MPLS network. b. Level 3 Enterprise Voice SIP Based Services. As part of a Converged Service or a Converged Voice-Internet Service, Customer may order SIP based enterprise voice for Public Switched Telephone Network connectivity, outbound (1+) access to U.S. (interstate and intrastate) and international locations, inbound (8XX) service, and international toll free calling. c. Managed Router. Managed Router Service provides for Internet access Customer Premises Equipment (“CPE”) management by Level 3. d. Site Readiness. Level 3 will extend cabling from the minimum point of entry (MPOE) to CPE suite. e. MSS-Cloud & MSS-Premise. Managed Firewall, Intrusion Prevention, Managed Web Filtering, Antivirus, Antispam, and Log Management are available as a cloud-based service (“MSS-Cloud”) or as a managed device on premises service (“MSS- Premises”). f. Distributed Denial of Service (DDoS) Mitigation Service. Level 3’s DDoS Mitigation Service provides layers of defense through network routing, rate limiting and filtering that can be paired with advanced network-based detection and mitigation scrubbing center solutions. g. Network Protection Service. Network Protection Service (NPS) is additional Internet security which may be provided in conjunction with Internet Services and provides Customer the ability to request basic Distributed Denial of Service (DDoS) mitigation. h. Dynamic Capacity. Dynamic Capacity provides the ability to augment bandwidth on a near real-time basis via self-service tools. 3. Charges. Customer shall be billed non-recurring charges (“NRC”) and monthly recurring charges (“MRC”) for Service as set forth in Order(s). NRC includes applicable installation charges for local-access circuit, port connection and bandwidth. MRC includes local- access charges, port connection charges, and bandwidth charges. Other charges, including but not limited to usage-based charges, may apply as stated in Order(s). The Services are available with fixed-rate or burstable billing types. Fixed-rate. Service with fixed-rate billing provide a set amount of bandwidth at a fixed-rate MRC. No usage element applies. Customer will not be permitted to exceed the contracted bandwidth level, provided that if Customer also orders Dynamic Capacity (where available) bandwidth and the associated charges may be adjusted as set forth in the separate terms for Dynamic Capacity. Burstable. For Service provided with burstable bandwidth, the MRC is based on Committed Information Rate (“CIR”) (which is also called a Committed Data Rate (“CDR”)). The CIR/CDR is the minimum Internet bandwidth that will be billed to Customer each month regardless of lower actual usage. Usage charges for any usage in excess of the CIR/CDR (burstable usage) will apply on a per Mbps basis at the rate stated in the Order. Burstable usage is billed on a 95th percentile basis. Usage levels are sampled every five minutes, for the previous 5-minute period, on both inbound and outbound traffic. At the end of the bill cycle, the highest 5% of the traffic samples for each inbound and outbound, will be discarded, and the higher of the resulting inbound and outbound values will be used to calculate any applicable usage. If available and identified in the applicable Order, a Peak Information Rate (PIR) or Peak Data Rate (PDR) may apply, which is the maximum available bandwidth. Burstable Services may also be provided on an aggregated basis. For aggregate burstable Service the bandwidth MRC is based on the aggregate Committed Information Rate (“ACIR”) (which is also called an aggregate Committed Data Rate (“ACDR”)). The ACIR/ACDR is the minimum bandwidth that will be charged to Customer each month, regardless of lower actual usage. Usage 533 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION LEVEL 3® INTERNET SERVICES SERVICE SCHEDULE Op ID #: 55749104 Page 6 of 9 © CenturyLink. All Rights Reserved. CGT v1.071816 charges for any usage in excess of the ACIR/ACDR (burstable usage) will apply on a per Mbps basis at the rate stated in the Order. Burstable usage is calculated on a 95th percentile basis across all included ports. If available and identified in the applicable Order, an aggregated Peak Information Rate (APIR) or aggregated Peak Data Rate (APDR) may apply, which is the maximum available bandwidth across all included ports. 4. Customer Responsibilities. Customer is solely responsible for all equipment and other facilities used in connection with the Service which are not provided by Level 3. All IP addresses, if any, assigned to Customer by Level 3 shall revert to Level 3 upon termination of Service, and Customer shall cease using such addresses as of the effective date of termination. 5. On-Net and Off-net Access. Access services provided entirely on the Level 3 owned and operated network (“Network”) are “On-Net Access Services”. Additionally, Level 3 may use third parties to reach Customer’s site from the Level 3 Network (“Off-Net Access Services”). 6. Converged Voice-Internet Service. Where Customer orders Internet Services bundled with Level 3 Enterprise Voice SIP Based Services such charges will show on the invoice as Converged Voice-Internet Service. For clarification, the Converged Voice-Internet Service is treated as a single Service and if Customer wishes to unbundle or terminate a part of the Converged Voice-Internet Service, early termination liability may apply and Customer will be required to execute new orders for the desired stand-alone Service. 7. Service Levels and Service Credits. The following service level agreements (SLAs) apply as set forth below. When Converged Voice-Internet Service is ordered the SLAs below apply in lieu of any SLAs identified in the applicable Level 3 Enterprise Voice SIP Based Service Schedule as referenced above in Section 2. a. Availability Service Level. Level 3’s availability SLA in the United States and Canada is 99.99%. Outside the United States and Canada, the availability SLA is 99.98% for On-Net Access Services and 99.9% for Off-Net Access Service. b. Network Packet Delivery Service Level. The packet delivery SLA on the Level 3 Network is 99.95%. c. Network Latency Service Levels. The latency SLAs on the Level 3 Network are set forth below and are average round-trip. Table A: Network Latency Route Network Latency Metrics Round-Trip Intra-North America < 50 ms* Intra-Europe < 35 ms Intra-Asia < 110 ms Intra-Latin America < 120 ms North America to Europe < 80 ms** North America to Asia < 185 ms** North America to Latin America < 140ms** Europe to Asia < 345 ms** Europe to Latin America < 210 ms** Asia to Latin America < 315 ms** * Additionally, add 90ms from/to the Mexico IP Hub and add 30ms from/to Hawaii to the west coast of the continental United States. ** Additionally, add the applicable “intra-region” latency parameter for the region in which the applicable Customer Site is located d. Credits for SLAs above: All SLA credits will be calculated after deducting any discounts and other special pricing arrangements. Credit percentages are applied to the MRC of the CIR/CDR rate, port charge, and local access circuits for applicable sites only. In no event will SLA credits in any calendar month exceed 100% of the total MRCs for Services hereunder for the affected site(s). i. Availability Service Credit: Service is “Unavailable” (except in the case of an Excused Outage) if the Customer port at a Customer site is unable to pass traffic. Service Unavailability is calculated from the timestamp Level 3 opens a trouble ticket following the report of a problem by the Customer until the time the ticket is closed. If credits are due under this SLA, no other SLAs apply to the same event. If Service is Unavailable for reasons other than an Excused Outage, Customer will be 534 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION LEVEL 3® INTERNET SERVICES SERVICE SCHEDULE Op ID #: 55749104 Page 7 of 9 © CenturyLink. All Rights Reserved. CGT v1.071816 entitled to a service credit off of the MRC for the affected Service based on the cumulative Unavailability of the Service in a given calendar month as set forth in the tables below. Table B: Availability Service Credit - United States and Canada Cumulative Unavailability (hrs:mins:secs) Service Level Credit 00:00:01 – 00:05:00 No Credit 00:05:01 – 00:43:00 5% 00:43:01 – 04:00:00 10% 04:00:01 – 8:00:00 20% 08:00:01 – 12:00:00 30% 12:00:01 – 16:00:00 40% 16:00:01 – 24:00:00 50% 24:00:01 or greater 100% Table C: Availability Service Credit - On-Net Access Services outside the U.S. and Canada Cumulative Unavailability (hrs:mins:secs) Service Level Credit 00:00:01 – 00:10:00 No Credit 00:10:01 – 00:43:00 5% 00:43:01 – 04:00:00 10% 04:00:01 – 8:00:00 20% 08:00:01 – 12:00:00 30% 12:00:01 – 16:00:00 40% 16:00:01 – 24:00:00 50% 24:00:01 or greater 100% Table D: Availability Service Credit- Off-Net Access Services outside the U.S. and Canada Cumulative Unavailability (hrs:mins:secs) Service Level Credit 00:00:01 – 00:43:00 No Credit 00:43:01 – 04:00:00 10% 04:00:01 – 8:00:00 20% 08:00:01 – 12:00:00 30% 12:00:01 – 16:00:00 40% 16:00:01 – 24:00:00 50% 24:00:01 or greater 100% 535 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION LEVEL 3® INTERNET SERVICES SERVICE SCHEDULE Op ID #: 55749104 Page 8 of 9 © CenturyLink. All Rights Reserved. CGT v1.071816 ii. Network Packet Delivery Service Credits. Packet Delivery SLAs are based on monthly average performance between Level 3 designated points of presence (“POPs”). Customer will be entitled to a service credit off of the MRC for the affected Service as set forth below for the Service parameter(s) not met for reasons other than an Excused Outage. Customer will not be entitled to credits under the packet delivery SLA for the affected Service where such failure is related to Unavailability under the Availability SLA. Table E: Packet Delivery Service Credit Packet Delivery Metrics Percentage Credit 99.95% or greater No Credit 99.94% - 99.0% 10% 98.99% - 96.0% 30% 95.99% or less 50% iii. Network Latency Service Credits. Network latency SLAs are based on monthly average performance between Level 3 designated points of presence (“POPs”). Customer will be entitled to a service credit off of the MRC for the affected Service as set forth below for the Service parameter(s) not met for reasons other than an Excused Outage. Customer will not be entitled to credits under the network latency SLA for the affected Service where such failure is related to Unavailability under the Availability SLA. Table F: Network Latency Service Credit Delay Exceeding Network Latency Metrics Percentage Credit 1- 10 ms 10% 11- 25 ms 30% 26 ms or greater 50% e. Chronic Outage. As its sole remedy, Customer may elect to terminate an affected Service, or if applicable an affected Converged Voice-Internet Service, hereunder prior to the end of the Service Term without termination liability if, for reasons other than an Excused Outage, such Service becomes Unavailable (as defined in Section 7(d)(i) above) twice during a 30-day period, and becomes Unavailable a third time within 30 days following the second event. Customer may only terminate such Service that is Unavailable as described above, and must exercise its right to terminate the affected Service under this Section, in writing, within 30 days after the event giving rise to the termination right. For clarification, termination of a Converged Voice-Internet Service will result in termination of all applicable Services bundled together as the Converged Voice-Internet Service under the Order. f. Installation Service Level. Level 3 will exercise commercially reasonable efforts to install any Service on or before the Customer Commit Date for the particular Service. This installation SLA shall not apply to Orders that contain incorrect information supplied by Customer or Orders that are altered at Customer's request after submission and acceptance by Level 3. In the event Level 3 does not meet this installation SLA for reasons other than an Excused Outage, Customer will be entitled to a service credit for each day of delay equal to the charges for 1 day of the pro rata share of the MRC associated with the affected Service up to a monthly maximum credit of 10 days. For Services billed on an Aggregate CIR/CDR basis, the charges for 1 day of the pro rata share of the MRC will be calculated based on the average MRC per port for the aggregate. 8. Resale Restriction. Notwithstanding anything to the contrary in the Agreement, Customer is prohibited from reselling any Internet Service or any ports provided hereunder as a stand-alone service to a third party without the express written consent of Level 3, provided, however that Customer may bundle any Internet Service or any ports provided pursuant to this Service Schedule with any other Level 3 services (to the extent resale of those service is allowed) or the services of Customer and resell such bundled service to Customer’s subscribers and its customers. The Parties agree that the preceding is not applicable to Converged Voice-Internet Service, 536 CENTURYLINK MASTER SERVICE AGREEMENT STATE, LOCAL AND EDUCATION GOVERNMENT AGENCIES VERSION LEVEL 3® INTERNET SERVICES SERVICE SCHEDULE Op ID #: 55749104 Page 9 of 9 © CenturyLink. All Rights Reserved. CGT v1.071816 and Customer is prohibited from reselling any Converged Voice-Internet Service unless the parties enter into an amendment signed by authorized representatives of both parties. 9. Latin American Services. With respect to Services provided in Latin America, Customer agrees that it (or its local Affiliate) will enter into a separate local country addendum/agreement (as approved by local authorities) (“LCA”) with the respective Level 3 Affiliate which provides the local Service(s), containing terms necessary to comply with local laws/regulations, and such Level 3 Affiliate will invoice the Customer (or its local Affiliate) party to the LCA for the respective local Service(s). 10. Level 3 Arranged Third Party Procured Internet Services. For certain Service locations (including but not limited to where Level 3 may lack relevant licenses to provide such service), Level 3 may agree to arrange Internet services using third party providers (“Third Party Internet Service”). Service options vary on a country by country basis and may include access to the Internet via overbooked and/or non-overbooked connections, DSL technology, private leased circuits (fixed or wireless) and/or Satellite. Specific service details (access type, e.g. downstream/upstream speed, customer premises equipment requirements and number of IP addresses) also differ on a country by country basis. Customer understands and acknowledges that Third Party Internet Service will, if requested by Customer, be provided by third party subcontractor(s) to Level 3 and accordingly, is provided on a best effort and as-is basis. Notwithstanding the foregoing, Customer may report faults and/or outages in Third Party Internet Access to Level 3 on a 24x7 basis and in such circumstances Level 3 will contact the applicable third party service provider with a view to restoring service as quickly as possible. Customer will reasonably cooperate with the requests of such providers of Third Party Internet Service to enable installation, maintenance, repair and disconnection of Services. 537 City Council Agenda Item Report Agenda Item No. COV-264-2018 Submitted by: Ali Nour Submitting Department: Public Utilities Meeting Date: September 4, 2018 SUBJECT Authorize the Issuance of a Purchase Order to One Source Distributors to Furnish and Deliver Overhead Automatic Reclosers (Bid Specification #AR-2018-1) Recommendation: A. Find that approval of the proposed purchase of Overhead Automatic Reclosers is exempt from California Environmental Quality Act ("CEQA") review, because accepting and awarding a bid 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. As to the installation of Overhead Automatic Reclosers, the proposed action is exempt from CEQA review, in accordance with CEQA Guidelines § 15302, because the proposed project consists of the reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; and B. Accept the bid from One Source Distributors as the lowest responsive and responsible bidder and reject all other bids; and C. Approve and authorize the issuance of a purchase order to One Source Distributors to furnish and deliver four (4) 15 KV and sixteen (16) 25 KV Overhead Automatic Reclosers (Bid Specification #AR-2018-1) for a three (3) year term with a not-to-exceed amount of $878,238.20. Backgroud: Overhead Automatic Reclosers are recognized by electric utilities as an essential device for achieving their prime goal of providing maximum continuity of electric service to their customers simply and economically. Reclosers sense and interrupt fault currents and automatically restore service after a momentary outage. The continuity of power supply for consumers will result in less customer complaints, minimize customer down time and revenue loss, and reduce the cost of fault finding. It is beneficial for the City to purchase Overhead Automatic Reclosers to improve electric system reliability. On March 8, 2018, in compliance with all legal requirements, the City published Specification No. AR-2018-1 on the City’s website and in newspapers requesting bids to furnish and deliver Overhead Automatic Reclosers. The City received bids from five (5) vendors and held the bid opening on April 4, 2018. Staff performed a thorough evaluation of the bids based upon their compliance with the specifications. Bids were evaluated based on the technical functionality of the devices offered over the expected lifespan. Stated differently, the lowest bidder would not necessarily be the bidder with the lowest per unit price. Staff recommends the City Council accept the bid from One Source Distributors, as the lowest responsible and responsive bidder for the Overhead Automatic Reclosers. Staff also recommends that the City Council authorize the issuance of a purchase order with One Source Distributors in the not to exceed amount of $878,238.20 (as shown in 538 Bid Evaluation, attachment 3). The cost includes sales taxes and fees for the life of the purchase order with provisions for price escalations as identified in the Bid Specification. Fiscal Impact: The total cost including tax is $878,238.20 and has been approved in the FY 2018-2019 Public Utilities budget and will be budgeted in subsequent years. ATTACHMENTS 1. Notice Inviting Bids - Overhead Automatic Reclosers Specification #AR-2018-1 2. One Source Bid 3. Bid Evaluation - Automatic Recloser Bid Specification #AR-2018-1 539 - 1 - City of Vernon REQUEST FOR BIDS OVERHEAD AUTOMATIC RECLOSERS SPECIFICATION NO. AR -2018-1 FOR THE DEPARTMENT OF PUBLIC UTILITIES CITY OF VERNON, CALIFORNIA 4305 SANTA FE AVENUE VERNON, CA 90058 540 - 2 - NOTICE INVITING BIDS for the Purchase of Overhead Automatic Reclosers by the City of Vernon, California Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of sealed bids (“Bids” and each, a “Bid”) must be received prior to 2:00 p.m., April 18, 2018 (“Bid Deadline”), by the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. All Bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the Bid and the bidder’s name and address appearing on the outside (each, a “Bid Package”). Bid Packages should be mailed or delivered in person before 2:00 p.m. on the Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. 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 contents (collectively, the “Completed Bid Forms” and the uncompleted forms, the “Bid Forms”) will be made available for public review. Except as set forth in Paragraph 17 (“Public Record”), the Completed Bid Forms, once removed from the Bid Packages by the City Clerk, will be a matter of public record. The Bids shall be clearly titled. Copies of the Bid Forms are available at no charge at the Public Utilities Department Counter, City of Vernon, 4305 Santa Fe Avenue, Vernon, between 7 a.m. and 5:30 p.m., Monday through Thursday. A non-refundable fee of $20.00 will be charged if mailing is requested by calling (323) 583-8811, Extension 316. City of Vernon Contact Person: Public Utilities Department Attention: Ali Nour Phone: (323) 583-8811 Ext. 316 Facsimile: (323) 826-1548 Email: anour@ci.vernon.ca.us Mandatory Qualifications for Bidder: A Bid may be rejected as non-responsive if the bidder (“Bidder”) fails to meet the essential requirements for qualification. General Scope: Bidders shall furnish materials and/or equipment as specified above and under the below conditions: Other Bidding Information: 1. Number of Contract days for delivery from date of placement of order: 110 days. 541 - 3 - 2. Bidding Documents. Bids must be made on the Bid Form(s) contained herein. 3. 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. 4. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. Carlos R. Fandino, Jr. City Administrator Dated: 03/12/18 (Approved as to form by City Attorney) Published: 03/22/18 542 4 City of Vernon Instructions for Bidders Equipment or Supplies: Overhead Automatic Reclosers AR -2018-1 for the Department Public Utilities City personnel with whom prospective Bidders will deal with are: Basem Andrawos Public Utilities Department, 4305 Santa Fe Avenue, Vernon, CA 90058 (323) 583-8811 Ext. 277 Bid opening date and time: 2:00 p.m., April 18, 2018, (“Bid Deadline”) Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058. Bids 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. Except as set forth in Paragraph 17 (“Public Record”), the Completed Bid Forms, once removed from the Bid Packages by the City Clerk, will be a matter of public record 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 once opened and announced, Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline. 1. INTERPRETATION OF BIDDING DOCUMENTS AND ADDENDA A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of any part of the Notice Inviting Bids, these Instructions, the Bid Forms, or Addenda (as defined below) (together, 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 the 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 the City’s Contact Person identified in the Notice Inviting Bids. 543 5 Any response (i.e., interpretation or correction) will be made only by written addendum (“Addendum”) issued by the City and a copy of such Addendum will be delivered to all Interested Bidders (defined below) of record. Any Addenda so issued must be acknowledged in the Bid and the cost of any additional equipment or modification thereto as a result of 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 Bidding Documents, 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. 2. OBTAINING BIDDING 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 Bidding Documents (“Interested Bidders”). Only Interested Bidders will receive Addenda, if so issued. 3. 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 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 mailed, hand delivered, delivered 544 6 by courier or package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058. E. Bids received after the Bid Deadline or at any place other than the Office of the City Clerk will not be considered. 4. 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. 5. 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 delivery in accordance with the requirements of the Contract. The cost of all mobilization and/or preparatory work for the shipment of equipment and/or supplies must be included in the Bid, and no extra compensation will be paid to Bidder. 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 materials and equipment. 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 545 7 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 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.” 6. BIDDER'S 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." 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. 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 furnishing and delivery performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s fulfillment of the request. 7. BIDDER’S AFFIDAVIT OF NON-COLLUSION An Affidavit of Non-Collusion in the form attached to this Notice Inviting Bids as Exhibit A, shall be signed under penalty 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. 8. 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 546 8 incomplete statement, may be rejected. 9. 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. 10. 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 five (5) calendar days from the date of the notice awarding the Contract. Authorization of a substitution is solely within the discretion of the City. (a) Brand Name or Equal. Specifications may refer one or more brand name products followed by the words “or equal.” “Or equal” submissions will not necessarily be rejected because of minor differences in design, construction, or features which do not affect the suitability of the product for its intended use, 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 burden of proof that the product is equal for the intended use is on the Bidder. (b) Items Must be New and Current. Unless otherwise specified, the items offered shall all be new and the latest model, make, or manufacture, and free from defects and imperfections. (c) Bids on Alternate Items. When any Bidder offers an alternate item for consideration, the Bidder will give complete specifications, name the brand and demonstrate that the alternate item is equal. The City reserves the right to reject any alternate item which it determines is not equally suitable for the specified purpose. The burden of proof is on the Bidder. 11. 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. 12. 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 547 9 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 and opened, 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. 13. 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 City Clerk, 4305 Santa Fe Avenue, Vernon, CA 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 be determined according to Paragraph 15 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 2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material respects, to the Bidding Requirements and Bidding 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 Bidding 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 delivery of the equipment covered by the Bid including, but not limited to, the experience of the Bidder in supplying and delivery of equipment and 548 10 materials 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 delivery of equipment or materials, conduct and performance under other contracts, financial condition, reputation in the industry, and other factors which could affect the Bidder’s fulfillment of the request. A. Tie Bids. If two or more Bids meeting the specifications and other requirements of the Bidding Documents are tied for low price, the Bids will be treated as follows: (i) if there is a significant difference in the responsibility of the Bidders (including ability to deliver in the quantity and at the time required), the award will be made to the Bidder who is deemed to be the most responsible. (ii) if there is no significant difference in the responsibility of the Bidders, but there is a difference in the quality of the equipment or materials offered, the Bid offering the best quality of services will be accepted. (iii) if there is no significant difference in the responsibility of the Bidders and no difference in the quality of the items offered, the Bid offering the earliest delivery time will be accepted in any case in which the Bid information specified that the needs of the City require delivery as early as possible. In all other cases, delivery time will not be considered in making awards so long as the Bidder states delivery will occur not later than the time specified in the Bid information as the latest acceptable delivery time. (iv) if the Bids quoting the same price are equal in every respect, the award may be split or made by lot. 14. 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. 15. BASIS OF AWARD A. A Contract will be awarded to the lowest responsive and responsible Bidder 549 11 meeting all requirements set forth in these Bidding Documents. 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 Alternates were used in the analysis to determine the lowest Bid. 16. EXECUTION OF CONTRACT Within fourteen (14) calendar days after being notified by City that it has been awarded the Contract, Bidder shall deliver to the City the following documents: A. One (1) copy of the City’s Purchase Contract, in the form included herein as Exhibit B, properly executed by Bidder and, if Bidder is a corporation, evidence of its corporate existence and that the persons signing the Contract are authorized to do so. B. 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 Bidder for its files. 17. PUBLIC RECORDS City seeks to conduct its business openly. 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 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. 550 12 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. 18. 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. 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. Bidders 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. Bidder 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, religious belief, color, national origin, citizenship, ancestry, disability, sex, age, medical condition, pregnancy, sexual orientation or marital status. Bidder certifies that it will not maintain any segregated facilities. Bidder 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.). Bidder shall require like compliance by all Subcontractors employed on the Work. 19. 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 Bidding Documents is filed with the City prior to the Bid Deadline; 551 13 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’s 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] 552 14 PART II – DETAILED SCOPE SPECIFICATIONS SPECIFICATION NO. AR-2018-1 FOR OVERHEAD AUTOMATIC RECLOSERS CITY OF VERNON PUBLIC UTILITIES DEPARTMENT 553 15 1. SCOPE Supplier shall furnish all work for providing three-phase, Automatic Recloser, use on the City of Vernon’s overhead distribution system. The Recloser sizes that the City requires are as listed in the Attachment Unit Price Bid Form. 2. APPLICABLE STANDARDS 2.1 The Recloser shall conform to the applicable sections of the following standards to the extent referenced in this Specification, and as amended to the date of this Specification which, by reference, are included as part of this Specification. 1. ANSI C37.60 High Voltage Switchgear and Control Gear Part 111: Overhead, Pad-Mounted, Dry Vault, and Submersible Automatic Circuit Reclosers and Fault Interrupters for alternating current systems up to 38 kV. 2. ANSI C62.41 IEEE Recommended Practice for Surge Voltages in Low-Voltage AC Power Circuits 3. ANSI C37.90 IEEE Standard for Relays and Relay Systems Associated with Electric Power Apparatus. 2.2 In the event of conflict between the codes and standards and this Specification, Supplier shall notify City of Vernon Public Utilities Department and secure a written clarification before proceeding with the work. 3. GENERAL The automated distribution fault interrupting system shall conform to the following specification. 3.1. The fault interrupting system shall be an outdoor, three-pole device incorporating vacuum fault interrupters, individually operated by magnetic latching actuators capable of 2 milliseconds close-open (pulse) operation; an integral power module(s); an integral protection and control module; an integral communication module; and integral sensors. 3.2. All metallic housing components shall be stainless steel or corrosion resistant non- painted materials, and all components shall be mounted on a unitized stainless-steel base. 554 16 3.3. The unitized base shall be furnished with single-point lifting means to facilitate installation. 3.4. The unitized base shall include provisions for mounting and grounding three surge arresters on each side. No additional grounding connections shall be required for the surge arresters. 3.5. Polymer-housed metal-oxide surge arrestors shall be factory-installed and wired on both sides of the fault interrupting system. 3.6. Appropriate venting shall be provided to prevent gas and moisture buildup within the unitized base. Vents and seals shall prevent insects, dust, wind-driven rain, and fluid from pressure-washing from entering the base, protection and control module, and communication module. 3.7. The fault interrupting system shall be furnished in the Disconnect Style, in the Upright-Cross arm mounting configuration. With two phases on one side of the pole, and one phase on the other side of the pole. The integral three-pole group- operated disconnect shall provide a visible air gap and can be operated with a hot stick from below the unit. It shall be interlocked to permit operation only when the fault interrupters are open. The disconnect shall be capable of the full load current capacity and the fault current capability of the unit. The disconnect shall include: a. Maintenance-free wiping contacts to prevent operational difficulties arising from corrosion or frost. b. Maintenance-free bearings. c. Low-resistance contacts indicating the open and Closed positions of the disconnect. 3.8. Control power shall be derived from two integral power modules, each fed from a different phase on both sides of the fault interrupting system. 3.9. The integral power module(s) shall provide all control power for the fault- interrupting system in standalone (non-communicating) applications. No batteries shall be required but ac line voltage must be available to the integral power module(s). 3.10. Wildlife protection shall be furnished for the fault interrupting system to reduce wild-life-related nuisance outages. 3.11. The fault interrupting system shall be suitable for application in an ambient temperature range of -40°C to +40°C. 555 17 The manufacturer shall have a minimum of 10 years’ experience in the production of distribution automation and protection equipment. 4. FAULT INTERRUPTERS 4.1. Each fault interrupter shall be furnished with a magnetic latching actuator, described in Section 3.0, providing a close-open (pulse) of 2 millisecond or less. 4.2. The fault interrupter housing shall be molded from cycloaliphatic epoxy resin. 4.3. The fault interrupter and actuator shall be maintenance-free. They shall have been tested and rated for at least 10,000 mechanical close-open operations. 4.4. A color-coded open/close indicator shall be provided for each fault interrupter, on the underside of the unitized base that indicates red for open and green for closed. The indicator shall be readily visible from the ground. 4.5. Mechanical loading from jumpers to the fault interrupter terminal pads shall not exceed 90 lbs. in-line, and 30 lbs. perpendicular to the terminal pads, per IEEE Standard ANSI C37.32-1996 Section 8.8.2.2. 5. RATINGS Voltage KV BIL Continuous Amp Interrupting, Sym. Amp 7.20 16.34 110 125 630 16,000 12,500 6. MAGNETIC LATCHING ACTUATORS, OPERATING MECHANISM, AND EXTERNAL CONTROL LEVERS 6.1. The magnetic latching actuators shall be capable of electrically opening and reclosing the fault interrupters, as well as performing pulse closing circuit testing. 6.2. The actuator shall utilize direct drive magnetic actuation or solenoid actuation. No solenoid shall remain energized when either in the open or closed position. 6.3. Pulse closing circuit testing shall rapidly close and open the interrupters to produce a current pulse of 2 to 8 millisecond duration. Detection algorithms shall 556 18 analyze the current pulse to determine if a fault is present. The fault interrupting system shall not close if the fault is still present. 6.4. The operating mechanism shall provide three-phase tripping of the vacuum interrupters and three-phase lockout. The unit shall be configurable to allow single phase or three phase operation. 6.5. An external open/close/ready lever shall be provided, allowing manual three-phase tripping of the vacuum interrupters using a standard or extendible hook stick. Control power shall not be required. 6.6. When the interrupters have been tripped by means of the open/close/ready lever, electrical closing of the interrupters by the magnetic latching actuators shall be mechanically blocked until the lever is returned to its ready position. The open/close/ready lever shall have provision for tagging or locking in the open position. 6.7. The magnetic latching actuators shall be electrically interlocked with the integral disconnect discussed in Section 1.07, when furnished, such that the magnetic actuators can only be operated when the disconnect is in the fully open or fully closed position. The disconnect shall be mechanically interlocked such that it can only be operated when the fault interrupters are open. 6.8. An external lever shall be provided to allow manual application of a hot line tag, to mechanically prevent reclosing functions and allow quick trip operation while hot- line work is being performed. The lever shall have provision for tagging or locking in the hot line tag active position. It shall only be possible to remove a manually applied hot line tag using this lever. If the lever is operated to give a second “remove” command, it shall also remove a hot line tag applied by a SCADA or secure WiFi command. 6.9. The unit shall incorporate a Ground defeat mechanism, mechanically and electronically, to allow defeat of the ground relay during paralleling operations. 7. CONTROL AND COMMUNICATION 7.1. Control group, consisting of a protection and control module and a communication module, shall be located in the base of the fault interrupting system. The modules shall be removable while the unit is energized with a module-handling fitting attached to a standard 8-foot hookstick. 557 19 7.2. The communication module shall communicate, via a secure WiFi connection, to a user-furnished laptop computer within range. Required configuration software shall be provided with the fault interrupting system. The unit shall not transmit a WiFi signal until an encrypted wake-up message is sent by the securely recognized laptop. All wireless communications shall be adequately encrypted with user definable encryption keys and password protected for security purposes. The control program shall permit the selection of local or remote operation. It shall also indicate the open/closed position of each fault interrupter, phase voltages and currents, reason for a phase trip, etc. When local operation has been selected, the control program shall command local electrical opening and closing of the fault interrupters. 7.3. Trip curves shall be permanently resident in control memory, even upon loss of all ac or dc power. Trip curves shall be selectable from a library of Industry standard recloser Time Current Curves. 7.4. The control program shall feature selectable programming for a minimum of four cycles for recloser control (i.e. three openings) with separate and different programmable timing for each cycle. 7.5. The control program shall indicate the position of the integral disconnect discussed in Section 1.07, when furnished 7.6. The communication module shall include an integrated Global Positioning System clock for 1 millisecond accurate event time-stamping of events. 7.7. A status light on the protection and control module shall provide local indication of normal operation, WiFi connection and disconnection, and loss of control voltage. The status light shall also provide local indication that the open/close/ready lever has been moved from the ready position to the open position, from the open position to the ready position, and from the ready position to the closed position. 7.8. A hot line tag light on the protection and control module shall provide local indication of hot line tag application or removal. 7.9. An integrated communication antenna mounting system consisting of a female N- Type antenna connector with integral surge suppressor shall be mounted to the unitized base, for use with a radio in SCADA applications. The connector shall permit installation of a remotely located antenna. 558 20 7.10. Non-volatile memory module installed in the unitized base shall back up configuration data and site-specific information such as the device identifier, sensor calibration data, and operation counter reading. If the protection and control module is replaced, site-specific information shall be loaded in the new module, and as an option, the module shall be fully configured automatically, upon insertion in the base. Sensor calibration data and the operation counter reading shall not change when new set points are loaded in the memory module. 7.11. The IntelliTEAM II® SpeedNet control group shall be furnished with an S&C SpeedNet™ Radio, providing communication via DNP 3.0 Protocol, and IntelliTEAM II software. User-replaceable batteries in the communication module shall support operation for a minimum of four hours after loss of ac line voltage on both sides of the fault interrupting system, permitting extended dead-line switching and SCADA communication. Or similar. 7.12 The control group shall be furnished with fiber optic RTU. 7.13 The control shall include the following protection and control elements: I. Simultaneous independent directional phase, ground, and negative- Sequence time-overcurrent elements. II.Simultaneous independent directional phase, ground, and negative- Sequence instantaneous-overcurrent elements. III.Simultaneous independent directional phase, ground, and negative- Sequence definite-time elements. IV.Directional blocking overcurrent elements. V. Intelligent fuse saving overcurrent elements. VI.Overvoltage/under voltage elements. The protection and control elements shall enable sequence coordination, Phase unbalance detection, and synchronization check functions, and include a cold-load pickup modifier. 8. SENSORS 8.1 Voltage and current sensors shall be integrally molded into the fault interrupter housings. 8.2 The sensors shall provide three-phase monitoring of line current and three-phase monitoring of system line voltage on both sides of the fault interrupting system. 559 21 8.3 Total system voltage sensing accuracy shall be within ±2% across the tested temperature range of -40°C to +40°C. 8.4 Total system current sensing accuracy shall be within ±2% across the tested temperature range of -40°C to +40°C, and linear over the full range of load and fault current. 9. TESTS The following design tests shall have been performed on the fault interrupter, and certified test reports shall be provided upon request: a. Interrupting: ANSI C37.60-2003 b. Dielectric: ANSI C37.60-2003 c. Temperature Rise: ANSI C37.60-2003 d. Short Time: ANSI C37.60-2003 e. Fault Closing: ANSI C37.60-2003 f. Mechanical Endurance: ANSI C37.60-2003 The following design tests shall have been performed on the control, and certified test reports shall be provided upon request: a. Electrostatic Discharge: IEC 801.2 (IEC 1000-4-2) b. Fast Transient: IEC 801.4 c. Power Line Surge: ANSI C62.41 d. Surge Withstand: ANSI C37.90.1 e. Radio-Frequency Interference: ANSI C37.90.2 f. Electromagnetic Interference: FCC Part 15 Class B g. Electromagnetic Compatibility: EN 61000-4-3 h. Dielectric: ANSI C37.90 10. OPERATING PERFORMANCE The Apparatus shall perform in accordance with the conditions set forth in This Specification. 560 22 BIDDER’S CHECKLIST The following list is provided to assist bidders to eliminate errors and omissions which may render your bid unacceptable. DOCUMENTS TO INCLUDE: Bid packages must include the following completed documents: o Signature Page and Legal Status o Unit Price Bid Form (complete the column entitled “Bid Unit Price” – if you do not wish to bid on a particular item, write “NO BID”) o Affidavit of Non-Collusion by Contractor Form o City of Vernon Vendor List Questionnaire Form HOW TO SUBMIT THE BIDS:  Bids must be signed and submitted in TRIPLICATE. Bidder must submit bids in an ORIGINAL AND TWO COPIES.  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 addressed to: City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 TIMING TO SUBMIT AND OPEN BIDS The City Clerk must have received the bids by 2:00 p.m., on the day listed in the Notice Inviting Bids. The City strongly recommends that bidders either hand deliver or mail well before that time and date to ensure that it is timely received. At the time of the bid package opening, the City Clerk will open the bid packages and acknowledge the receipt of Unit Price Bid Form from Manufacturer/Supplier. Once all bid packages are opened, and the bids announced, the Unit Price Bid Forms will be made available for public review. 561 23 SIGNATURE PAGE AND LEGAL STATUS The undersigned certifies that he/she is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid. Bid by _____________________________________________________________ (Name of Firm) Legal status of bidder: Please check the appropriate box _____ Corporation/LLC State of Incorporation _____________________________ _____ Partnership List Members (attach additional sheets if necessary) __________________________ __________________________ __________________________ __________________________ _____ DBA State full name _________________________________DBA ___________________________________________ ___________________________________________ _____ Other Explain ___________________________________________ ___________________________________________ ___________________________________________ Signature of Bidder ___________________ Title ___________________________ (Authorized Signature) Address __________________________ City _________ State ______ Zip ________ Telephone No. ( ) ________________________ Signed this __ day of ___________________, 2013 ADDENDUM NO. BIDDER’S INITIALS 1. _____________ _______________ 2. _____________ _______________ 3. _____________ _______________ 562 24 UNIT PRICE BID FORM SPECIFACTION NO. AR -2018-1 UNIT PRICE BID FORM VERNON PUBLIC UTILITIES DEPARTMENT AUTOMATIC RECLOSERS USED THE CITY OF VERNON AND EXPECTED PURCHASING QUANTITIES NOTE: All taxes and fees (local, state, federal, etc.) must be included in the Bid Price. Invoices for separate charges will not be accepted. ALTERNATIVES TO REQUESTED DESIGN, IF ANY: Bid Item Number Maximum Voltage (kV) Continuous Current Rating (Amps) Interrupting, Sym. Amp Number of units expected to be ordered Unit Bid Price ($) Excluding ALL taxes & fees Taxes and Fees ($) Unit Bid Price ($) Including ALL taxes & Fees Item Total ($) Including ALL taxes & Fees 1 15 600 16,000 4 2 27 600 12,500 16 Bid Item Number Maximum Voltage (kV) Continuous Current Rating (Amps) Interrupting, Sym. Amp Number of units expected to be ordered Unit Bid Price ($) Excluding ALL taxes & fees Taxes and Fees ($) Unit Bid Price ($) Including ALL taxes & Fees Item Total (4) Including ALL taxes & Fees 1 15 600 16,000 4 2 27 600 12,500 16 563 25 EXHIBIT A AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR 564 26 AFFIDAVIT OF NON-COLLUSION AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) _______________________________________________________________, being first duly sworn deposes and says that he/she is ______________________________________________________________________ (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) of______________________________________________________________________________________ (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. I certify under penalty of perjury that the above information is correct By: ______________________________________ Title: ________________________________ Date: ___________________________________ 565 27 EXHIBIT B TERMS AND CONDITIONS OF PURCHASE ORDER/CONTRACT (FOR GOODS) 566 28 TERMS AND CONDITIONS OF PURCHASE ORDER/CONTRACT (FOR GOODS) - CITY OF VERNON This is a government contract. The terms are not changed by any words added by Contractor, nor superseded because of any form used by Contractor in the course of business. Any change in terms must be agreed to by an authorized representative of the City, in writing. Acceptance by the City of goods, materials, or services is not an acceptance of Contractor’s other terms. 1. Parties: (a) Purchaser: City of Vernon (“City”); (b) Contactor: As set forth on the attached Purchase Order/Contract. 2. Terms: (a) the term “goods” includes goods, material, chattels, equipment, machinery, manufactured articles, merchandise, fixtures, products, software, appliances, and any other items to be supplied pursuant to this Purchase Order/Contract; (b) the term “warranty” includes, warranties, guarantees, representations, and promises. 3. Contractor agrees to furnish the goods, materials, or services described in the Purchase Order/Contract to which this is attached and subject to all terms and conditions of the Purchase Order/Contract, this Attachment to the Purchase Order/Contract, and all other attachments hereto. 4. Contractor agrees to submit all invoices to the address indicated on the Purchase Order/Contract. 5. Contractor agrees to invoice at net prices without federal excise tax or federal fuel tax. 6. Contractor agrees to show on all invoices the name of the department to which goods or services were furnished, and whether the invoice covers complete or partial delivery or performance, the Purchase Order/Contract number, and any applicable cash discount. 7. Contractor agrees to prepay transportation charges and show them separately on all invoices. 8. Contractor agrees to show applicable sales or use tax as separate items on all invoices. 9. Clear title and risk of loss to all materials furnished under the Purchase Order/Contract shall pass to the City upon delivery and loading of conforming goods or materials at the F.O.B. point designated in the Purchase Order/Contract. 10. City shall have no responsibility for payment of over-shipments, goods not delivered due to shortages, theft, or otherwise non-conforming shipments. 11. Any item ordered on the face hereof that is listed in the Safety Orders of the California Division of Industrial Safety shall fully comply with the latest revised requirements of said Safety Orders. 567 29 12. The goods shall be tendered by delivery to City at the time and place specified in the Purchase Order/Contract. Contractor is responsible for maintaining and providing proof of delivery. If transportation of the goods is undertaken by an entity other than Contractor, Contractor shall be responsible for and handle all claims against such entity for shortages, damages, theft, and other such occurrences. All goods, materials, and equipment ordered shall, except as otherwise noted in this Purchase Order/Contract, be delivered in a new and unused condition. Unless otherwise specified, all products and goods are to be packed in accordance with the best commercial practice. 13. All automotive equipment delivered to the City shall meet all requirements of the latest revision of the California Vehicle Code and of the Federal Department of Transportation. 14. Contractor warrants to City that all items covered by this Purchase Order/Contract conform to any applicable samples, drawings, specifications, plans, or other descriptions provided by Contractor and expected by City (collectively, “Specifications”). Contractor is not authorized to substitute goods with different Specifications unless agreed to in writing by City. All goods shall be merchantable; fit for City’s intended purpose; of good material, workmanship and design, and free from defect. Contractor also guarantees that the goods are of sufficient size or capacity to perform as specified. This Purchase Order/Contract incorporates by reference any and all warranties (express, implied, oral, or written) made by Contractor prior to or at the time this Purchase Order/Contract is accepted, including those contained in brochures, catalogues, advertisements, owner’s manuals, etc., provided that in the event of a conflict, the warranty providing the most protection to City shall prevail. All warranties shall survive inspection, acceptance, and payment. 15. Within a reasonable time after delivery of the goods, City shall have the right to inspect the goods to determine their conformity with the Specifications. Thirty (30) days from the date of delivery or installation is deemed to be the reasonable time for City to inspect the goods. If all or any part of the goods are deemed to be non-conforming, City may reject such non-conforming goods, whereupon such rejected goods promptly shall be removed by Contractor at Contractor’s cost, and the Purchase Price with respect to such rejected goods either shall be refunded by Contractor if already paid, or shall be reduced if still owing. In either case, if City so directs in writing, Contractor shall promptly replace such non-conforming goods with goods conforming to the Specifications. All direct and incidental costs of rejecting, removing, and replacing such non- conforming goods shall be borne by Contractor. 16. Notwithstanding anything to the contrary contained in the Purchase Order/Contract, in no event shall Contractor be entitled to any payment on account of lost profits or consequential damages in connection with any termination of the Purchase Order/Contract, or otherwise in connection with the Purchase Order/Contract. 17. Prior to the issuance of the Purchase Order/Contract, Contractor may be required to provide to City evidence of insurance. Failure to maintain the required amounts and types of coverage throughout the duration of services supplied shall constitute a material breach of this Purchase Order/Contract and shall entitle the City to terminate this Purchase Order/Contract. 568 30 18. As respects acts, errors, or omissions in the performance under this Purchase Order/Contract, the Contractor agrees to indemnify and hold harmless the City, its officers, elected officials, agents, employees, representatives, and volunteers from and against all claims, demands, defense costs, liability, or consequential damages arising out of the Contractor’s negligent acts, errors, or omissions in the performance under the terms of this Purchase Order/Contract or those of Contractor’s subcontractors or anyone for whom Contractor is legally liable. As respects all acts or omissions which do not arise directly out of the performance of this Purchase Order/Contract, including but not limited to those acts or omissions normally covered by general and automobile liability insurance, the Contractor agrees to indemnify, defend (at City’s option), and hold harmless the City, its officers, elected officials, agents, employees, representatives, and volunteers from and against all claims, demands, defense costs liability, or consequential damages arising out of or in connection with the Contractor’s (including Contractor’s employees, representatives, subcontractors or anyone for whom the Contractor is legally liable) performance or failure to perform under this Agreement: excepting those which arise out of the sole negligence of City. Contractor shall indemnify and save harmless City from laborers, mechanics’, and materialmen’s liens upon materials, equipment, work in progress, or the premises on which the work is to be performed. 19. Contractor shall not perform work on City owned property, and shall not commence work, or cause materials to be delivered to the job site, until so authorized in writing by the Head of the Department (or designee) for whom the work was ordered. 20. Contractor certifies and represents that, during the performance of this Purchase Order/Contract, 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, religion, color, national origin, ancestry, disability, sex, age, medical condition, or marital status. Contractor further agrees that it will not maintain any segregated facilities. 21. Contractor shall obtain a City Business License under the terms and conditions of Vernon City Code, Sections 5.20, et seq., where required. 22. Contractor hereby represents, warrants, and certifies that no officer or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any board, commission, or committee, except to the extent permitted by law. 23. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Purchase Order/Contract and/or is paying the amounts to which Contractor is properly entitled to under the Purchase Order/Contract or for other purposes relating to the Purchase Order/Contract. The Contractor shall maintain and preserve all such records for a period of at least 3 years after the termination of the Purchase Order/Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit 569 31 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. 24. It is understood that in the performance of any services herein provided, for Contractor shall be, and is, and independent contractor, and is not an agent or employee of City and shall furnish such services in its own manner and method, except as required by this Purchase Order/Contract. 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. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that Contractor and any subcontractors, agents or employees are not 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. 25. Contractor shall not assign or transfer this Purchase Order/Contract or any rights hereunder without the prior written consent of the City which may be withheld in the City’s sole discretion. Any unauthorized assignment of transfer shall be null and void and shall constitute a material breach of Contractor of its obligations under this Purchase Order/Contract. 26. Time is strictly of the essence of this Purchase Order/Contract and each and every covenant, term and provision hereof. 27. The City’s waiver of any term, condition, breach or default of this Purchase Order/Contract shall not be considered to be a waiver of any other term, condition, default of breach, not of a subsequent breach of the one waived. 28. The provisions of Vernon’s Living Wage Ordinance, Vernon City Code, Sections 2.131, et seq., require that contractors providing labor or services to the City pay employees in accordance with the Ordinance. 29. The City reserves the right to cancel any portion of this Purchase Order/Contract at any time prior to the delivery of goods. 30. This Purchase Order/Contract does not and is not intended to confer any benefit on or create any right exercisable or enforceable by any third party. 31. This Purchase Order/Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the County of Los Angeles, shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 32. This Purchase Order/Contract, including any Exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, 570 32 documentation, and agreements (written or oral). In case of conflict between the terms of this Purchase Order/Contract and the terms of any other document which is a part of this transaction, the terms of this Purchase Order/Contract shall strictly prevail. Any and all additional terms and conditions must be approved by the City Attorney in writing. 33. If any provision of this Purchase Order/Contract shall be determined to be invalid or unenforceable, such provision shall be deemed to be severed and the remainder of the Purchase Order/Contract shall be given full force and effect. 34. 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. “Force Majeure” shall mean an event beyond the control of either party, which prevents either party from complying with any of its obligations under this Agreement, including but not limited to: (a) any act of God (e.g., fires, explosions, earthquakes, drought); (b) riot or strikes; or (c) acts or threats of terrorism. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Purchase Order/Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Purchase Order/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 Purchase Order/Contract in its entirety at no cost to the City, owing only for goods and services completed to that point. 571 33 ATTACHMENTS 572 34 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Vendor List Questionnaire Affidavit of Equal Opportunity & Non Segregation In order to be placed to the City’s vendor list and be eligible to receive City business, you must provide the following information. 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______________ Address______________________________ Fax Number_____________________ City ________________________________ State __________ Zip _______________ Contact Person _________________ E-mail Address _________________________ 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: ______________________________________________________________________________ ______________________________________________________________________________ 573 35 STANDARD INSURANCE REQUIREMENTS Please refer to the insurance requirements listed below. We suggest that you provide your insurance broker/agent with a copy of these requirements and request that they provide Certificates of Insurance complete with copies of all the required endorsements. 1. Certificate of Insurance for Automobile Liability with coverage as indicated: • $1,000,000 combined single limit including owned, hired, and non-owned liability coverage. 2. Certificate of Insurance for Workers Compensation with coverage as indicated: • $1,000,000 per accident; or • Provide a “waiver” form certifying that no employees subject to the Labor Code’s Workers’ Compensation provision will be used in performance of Contract; or • Provide a copy of permissive self-insurance certificate approved by the State of California. 3. Certificate of Insurance for General Liability with coverage as indicated: • 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. 4. Certificate of Insurance for Professional Errors/Omissions with coverage as indicated: • $1,000,000 combined single limits. 5. Additional Insured Endorsement: • Endorsement must include reference to the Policy Number and the Insured as they appear on the Certificate. Blanket endorsements are also acceptable. • The City of Vernon, its director, 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. *If employing other contractors as part of the services rendered, Contractor’s Protective Coverage is required. All subcontractors may be included as insured under Contractors own policy or the Contractor shall furnish proof of separate insurance for each subcontractor, meeting the requirements set forth herein. CERTIFICATE HOLDER MUST BE LISTED ON CERTIFICATE AS: City of Vernon Risk Management 4305 Santa Fe Avenue Vernon, CA 90058 574 S ~ c ~lec.~°~ SIGNATURE PAGE AIVD LEGAL STATUS The undersigned certifies that he/she is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid. /~ . ~ i'~ I J_ . ~ :•• (Name of Firm) Legal status of bidder: Please check the appropriate box 1~ Corporation/LLC State of Incorporation Partnership List Members (attach additional sheets if necessary) DBA State full name Other Explain ~> Signature of Bidder ~~ /~~./1'1 Title (A thorized Signature) Address ~~.JQI j,(,~~~ ~r'J'~ City '" ~''Cc,State (~ Zip ~~ Telephone No. (jj~) ~ ~U ~ ~~f Signed thisl U ~ciay of ) i ! , 2018 ADDENDUM N0. BIDDER'S INITIALS 1. 2. 3. ~._ 23 575 UNIT PRICE BID FORM SPECIFACTION NO. AR -2018-1 UNIT PRICE BID FORM VERNON PUBLIC UTILITIES DEPARTMENT AUTOMATIC RECLOSERS USED THE CITY OF VERNON AND EXPECTED PURCHASING QUANTITIES NOTE: All taxes and fees (local, state, federal, etc.) must be included in the Bid Price. Invoices for separate charges will not be accepted. ~~% Bid Maximum Continuous Interruptin;, Number of Unit Bid Price Taxes and Unit Bid Price Item Total Item Voltage Current units ($} Fees ($) ($) Svm. Amp Number (kV) Rating expected to Excluding ($) Including Including (Amps) be ordered ALL taxes & ALL taxes & ALL taxes & fees Fees Fees 1 15 600 16,000 4 p~ 3(oy3o3 ~ r~ 3 ~~$ ~ r~~ 3~, 751. 15 ~j, Cb'I 2 2~ 60o i2,soo ~6 4~o5~.p°3sRR~`~ ~~q51.~~ 19,1• ALTERNATIVES TO REQUESTED DESIGN, IF ANY: ~t.~°~0 Bid Maximum Continuous Interrupting Number of Unit Bid Price Taxes and Unit Bid Price Item Total Ttem Voltage Current units ($} Fees ($) (4) 5vm. Amy Number (kV} Rating expected to Excluding ($) Including Including (Amps} be ordered ALL taxes & ALL taxes & ALL taxes & fees Fees Fees 1 15 600 16,000 4 pb 3Sf ~R1~ 33~~. 3~)~~~~~` (~!`~54, 2 27 600 12,500 16 po yo,~5a• 3g~~~~~ 4~3,~~~~ ~03,~~~• ~~ 24 576 EXHIBIT A ATFIDAVIT OI' NON-COLLUSION BY CONTRACTOR 25 577 AFFIDAVIT OF NON-COLLUSION AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ss COUNTY OF LOS ANGELES ) t~ ~ ,being first duly sworn deposes and says that he/she is C?~/1 ~ ( /'!/,t11~z~p~/'' (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit afalse orsham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. I certify un r penalty of perjury that the above information is correct ~~~ By: Title: Date: ~/ ~ ~, p~,0f ~6 26 578 EXHIBIT B TERMS AND CONDITIONS OF PURCHASE ORDER/CONTRACT (FOR GOODS) 27 579 ~Q~~~~~~~~~ ~~3 580 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Vendor List Questionnaire Affidavit of Epual Opportunity &Non Segregation In order to be placed to the City's vendor list and be eligible to receive City business, you must provide the following information. 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 ~ ~ ~~~ss Telephone ~1 ~600"`~(0~7" Fax Number City. ~(y ~~~ ~~ State Zip ~,~ Contact Person f ~ E-mail Address ~ ~$~ ~~ Tax ID Number (or Social Security Number) ~Sl 5 gQ f~0 ~I Remit Address (if different) x ~Q ~o~, ~.l~7 < d o ?~ 0 S~-~ Please state clearly and concisely the types) of foods and services your company provides: 34 581 STANDARD INSURANCE REQUIREMENTS Please refer to the insurance requirements listed below. We suggest that you provide your insurance broker/agent with a copy of these requirements and request that they provide Certificates of Insurance complete with copies of all the required endorsements. 1. Certificate of Insurance for Automobile Liability with coverage as indicated: • $1,000,000 combined single limit including owned, hired, and non-owned liability coverage. 2. Certificate of Insurance for Workers Compensation with coverage as indicated: • $1,000,000 per accident; or • Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of Contract; or • Provide a copy of permissive self-insurance certificate approved by the State of California. 3. Certificate of Insurance for General Liability with coverage as indicated: • 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. 4. Certificate of Insurance for Professional Errors/Omissions with coverage as indicated: • $1,000,000 combined single limits. 5. Additional Insured Endorsement: Endorsement must include reference to the Policy Number and the Insured as they appear on the Certificate. Blanket endorsements are also acceptable. The City of Vernon, its director, 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. *If employing other contractors as part of the services rendered, Contractor's Protective Coverage is required. All subcontractors may be included as insured under Contractors own policy oY the Contractor shall furnish proof of separate insurance for each subcontractor, meeting the requiYements set forth herein. CERTIFICATE HOLDER MUST BE LISTED ON CERTIFICATE AS: City of Vernon Risk Management 4305 Santa Fe Avenue Vernon, CA 90058 35 582 April 18, 2018 PRESENTED TO OneSource Distributors For City of Vernon IntelliRupter° PulseCloser Fault Interrupters Equipment S&C ELECTRIC COMPANY Excellence Through Innovation 5&C Electric Company 6601 North Ridge Blvd. Chicago, IL60626-3997 www.sandc.com 583 TITLE PAGE 1. Scope of Work &Pricing 3 2. Terms &Conditions 9 3. Clarifications 11 Appendix A Optional Accessories Appendix B S&C Price Sheets 150 & 181 Appendix C S&C Price Sheet 155 Appendix D Upcoming S&CAutomation Equipment Workshops The information contained in this document is proprietary, and is not to be used, reproduced, copied, or Page ~ 2 distributed without the express written consent of S&C Electric Company. ~<~~2018 S&C ELECTRIC COMPANY 584 ~~.o Scope of Work &Pricing OneSource Distributors and is pleased to provide a proposal for S&C IntelliRupter° PulseCloser° Fault Interrupters for the City of Vernon, CA. S&C's IntelliRupter PulseCloser is a unitized package of fault interrupting and control components that provides fault isolation and circuit restoration functions on an overhead distribution system. The IntelliRupter can operate as a standalone fault interrupter or, with appropriate options, can be integrated into a SCADA system and/or S&C IntelliTeam° SG Automatic Restoration System. PulseClosing TechnologyTM is a unique system that tests for line faults, without stressing system components or causing voltage sags for customers upstream of a fault. The IntelliRupter is available with an optional hookstick-operated visible disconnect that is interlocked with the vacuum interrupters so the disconnect can be opened or closed only when the pole-units are open. S&C's scope of work will include the following: 1.1 Equipment • ~- ~ • Radio Communications Option —With S&C SpeedNet Radio 1 4 IntelliRupter PulseCloser Fault Interrupter $36,303 $145,212 S&C Catalog No. 248122R1-P300C1B1N1T1R80W2 Mounted Per ED-851 S&C IntelliRupter PulseCloser, Upright Crossarm Model, Disconnect Style rated 15.5kV max, 110 kV BIL, 630 amperes rms continuous, 16 kA interrupting rating, with IntelliTEAM SG Bronze Level Software (standard), for use on a 7.2kV system, with the following options: P300 —External Power Supply only (to work on customer's 7.2kV operating system voltage) 0 C1—Standard Control Group with Battery Back-up for Communicating Installations. For IntelliTEAM SG Automatic Restoration, Automatic Source-Transfer, Automatic Loop Restoration, and SCADA ~ N1—MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal-oxide surge arresters, factory installed and wired on both sides of the IntelliRupter, 9 kV, 7.65 kV M COV ~ T1—Ten-year IntelliRupter Fault Interrupter warranty — in lieu of standard two-year warranty. Matches standard 10- yearwarranty for control groups. The information contained in this document is proprietary, and is not to be used, reproduced, copied, or page ~ 3 distributed without the express written consent of S&C Electric Company. 02018 5&C ELECTRIC COMPANY 585 o R80 — Factory Installed and wired S&C SpeedNet radio, provising high-speed network communication via DNP 3.0 protocol, and 900-MHz, 5-dBi gain antenna with male N- Type connector m W2 —Wildlife Protection for Disconnect Style IntelliRupter ~ Qty 6 Connectors Cat. No. 4741R2 A S&C Catalog No. 4450 — IntelliRupter Module Handing Fitting Tool e S&C Catalog No. 4435 — IntelliRupter Module Stub Handle Radio Topology Pre-Design Study and Radio Validation Survey Radio Topology Pre-Design Study and Radio Validation Survey services are required for IntelliRupters equipped with S&C SpeedNet radios and are included in this equipment price. For more details on these services, please refer to section 1.2 below. 2 16 IntelliRupter PulseCloser Fault Interrupter $41,052 $656,832 S&C Catalog No. 248123R1-P264C1B1N6T1R80W2 Mounted Per ED-851 S&C IntelliRupter PulseCloser, Upright Crossarm Model, Disconnect Style rated 27 I<V max, 125 kV BIL, 630 amperes rms continuous, 12.5 !<A interrupting rating, with IntelliTEAM SG Bronze Level Software (standard), with the following options: • P264 —Two integral power modules fed from a different phase on both sides, Voltage Range 16.0 — 22.0 kV • C1—Standard Control Group with Battery Back-up for Communicating Installations. For IntelliTEAM SG Automatic Restoration, Automatic Source-Transfer, Automatic Loop Restoration, and SCADA ~ N6 —MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal-oxide surge arresters, factory installed and wired on both sides of the IntelliRupter, 21 kV, 17.0 kV M COV • T1—Ten-year IntelliRupter Fault Interrupter warranty — in lieu of standard two-year warranty. Matches standard 10- yearwarranty for control groups. R80 — Factory -Installed and wired S&C SpeedNet radio, providing high-speed network communication via DNP 3.0 protocol, and 900-MHz, 5-dB I gain antenna with male N- Type connector The information contained in this document is proprietary, and is not to be used, reproduced, copied, or Page ~ 4 distributed withUut the express written consent of S&C Electric Company. 0<2018 S&C ELECTRIC COMPANY 586 • W2 —Wildlife Protection for Disconnect Style IntelliRupter ~ Qty 6 Connectors Cat. No. 4741R2 o S&C Catalog No. 4450 — IntelliRupter Module Handing Fitting Tool ~ S&C Catalog No. 4435 — IntelliRupter Module Stub Handle Radio Topology Pre-Design Study and Radio Validation Survey Radio Topology Pre-Design Study and Radio Validation Survey services are required for IntelliRupters equipped with S&C SpeedNet radios and are included in this equipment price. For more details on these services, please refer to section 1.2 below. Fiber Communications Option -with iS5 Comm. Inc. — iES6 Module, Single Mode 1A 4 IntelliRupter PulseCloser Fault Interrupter $35,491 $141,964 S&C Catalog No. 248122R1-P300C1N1T1R281W2 Mounted Per ED-851 S&C IntelliRupter PulseCloser, Upright Crossarm Model, Disconnect Style rated 15.5kV max, 110 kV BIL, 630 amperes rms continuous, 16 I<A interrupting rating, with IntelliTEAM SG Bronze Level Software (standard), for use on a 7.2kV system, with the following options: 0 P300 —External Power Supply only (to work on customer's 7.2kV operating system voltage) C1 —Standard Control Group with Battery Back-up for Communicating Installations. For IntelliTEAM SG Automatic Restoration, Automatic Source-Transfer, Automatic Loop Restoration, and SCADA ~ N1—MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal-oxide surge arresters, factory installed and wired on both sides of the IntelliRupter, 9 kV, 7.65 I<V MCOV e T1 —Ten-year IntelliRupter Fault Interrupter warranty — in lieu of standard two-year warranty. Matches standard 10- yearwarranty for control groups. • R281 —Factory-Installed and wired iS5 Comm. Inc. — iES6 module with 2-SFP 100-Mbps single mode LC transceiver 30 KM, 1310 nm, low-voltage (input 9-36 Vdc) a W2 —Wildlife Protection for Disconnect Style IntelliRupter ~ Qty 6 Connectors Cat. No. 4741R2 e S&C Catalog No. 4450 — IntelliRupter Module Handing Fitting Tool ~ S&C Catalog No. 4435 — IntelliRupter Module Stub Handle The information contained in this document is F~roprietary, and is not to be used, reproduced, copied, or page ~ 5 distributed without the express written consent of S&C Electric Company. ~~2018 S&C ELECTRIC COMPANY 587 2A 16 IntelliRupter PulseCloser Fault Interrupter $40,152 $642,432 S&C Catalog No. 248123-P264C1N6T1R281W2 Mounted Per ED-851 S&C IntelliRupter PulseCloser, Upright Crossarm Model, Disconnect Style rated 27 kV max, 125 kV BIL, 630 amperes rms continuous, 12.5 kA interrupting rating, with IntelliTEAM SG Bronze Level Software (standard), with the following options: • P264 —Two integral power modules fed from a different phase on both sides, Voltage Range 16.0 — 22.0 kV ~ C1 —Standard Control Group with Battery Back-up for Communicating Installations. For IntelliTEAM SG Automatic Restoration, Automatic Source-Transfer, Automatic Loop Restoration, and SCADA o N6 —MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal-oxide surge arresters, factory installed and wired on both sides of the IntelliRupter, 21 kV, 17.0 I<V MCOV • T1 —Ten-year IntelliRupter Fault Interrupter warranty — in lieu of standard two-year warranty. Matches standard 10- yearwarranty for control groups. • R281 —Factory-Installed and wired iS5 Comm. Inc. — iES6 module with 2-SFP 100-M bps single mode LC transceiver 30 KM, 1310 nm, low-voltage (input 9-36 Vdc) • W2 —Wildlife Protection for Disconnect Style IntelliRupter o Qty 6 Connectors Cat. No. 4741R2 ~ S&C Catalog No. 4450 — IntelliRupter Module Handing Fitting Tool • S&C Catalog No. 4435 — IntelliRupter Module Stub Handle 1.2 Radio Topology Pre-Design Study &Radio Validation Survey Radio Topology Pre-Design Study S&C's field service representatives) will perform an EDX study and radio network design for City of Vernon. S&C will create acomputer-aided design for Radio Frequency (RF) propagation utilizing EDX's SignalPro software. SignalPro employs inputs to include City of Vernon's provided switch locations, associated terrain and clutter data. Pricing includes formal written report with a summary, results and recommendations. Notes: • Customer is to provide latitude and longitude locations of all switching devices, including substation locations. The information contained in this document is proprietary, and is not to be used, reproduced, copied, or page ~ 6 distributed without the express written consent of S&C Electric Company. ~~~2018 S&C ELECTRIC COMPANY 588 Radio Validation Survey S&C will provide one (1) Field Service Technologist for a duration of three (3) eight-hour service days to perform a radio validation survey encompassing all the locations utilizing S&C's SpeedNet Radios to properly identify locations for repeater radios to ensure optimum system startup and performance. The scope of work will include a written report of recommendations. S&C will conduct a field survey to determine individual links that will make up the mesh network. The field survey requires customer assistance to guide S&C's Technologist to the various locations, and temporarily install radios while measurements are made. Prior to start of field work, the customer should complete the following: o Provide planned antenna mounting (distance to ground) at each switching location. o Provide Distribution Feeder map &coordinates for each S&C Control switching location. o Location of head-end antenna including height limitation at planned locations. Location of structures (towers or buildings) to mount repeaters a Customer to provide the following: o Identify Program Manager responsible for project. o Provide access to planned radio locations. o Crew with truck to temporarily hang test radios near planned switch location. o Provide (3) week notification to S&C for scheduling field work. (Votes: • SpeedNet radios will require an IP addressing scheme for the deployment phase of the project. Survey radios use a predefined IP addressing scheme. Customer will need to install software to interface with S&C SpeedNet. radio. o Following completion of the radio survey, S&C will provide a report that identifies the quantity and type of repeater radios required. • Pricing assumes work is to be performed Monday-Friday during normal business hours includes all travel charges, travel time, per-diem, and onsite labor. Any additional days or overtime work required will be billed at the following rates. o $1,900 Monday —Friday, Overtime rate is $300 per hour o $2,700 Saturday, Overtime rate is $400 per hour o $3,500 Sunday and Holidays, overtime rate is $400 per hour o Daily rates assume 8-hour workdays 1..~ Training One day of training is included as part of this equipment offer. Training will be performed at customer's site and will cover the following: IntelliRupter Fault Interrupter Basic features and operation • Troubleshooting and settings validation The information contained in this document is proprietary, and is not to be used, reproduced, copied, or Page ~ ~ distributed without the express written consent of S&C Electric Company. X2018 S&C ELECTRIC COMPANY 589 IntelliTeam SG Automatic Restoration System o IntelliTeam SG basic operation and setup ~ Detailed training on IntelliTeam SG interface o Maintenance and troubleshooting SpeedNet Radios (If required) • Features and operation o Software overview &system setup o Maintenance &troubleshooting If additional days of training are required, they will be billed at S&C's daily service rates: o $1,900 Monday —Friday, Overtime rate is $300 per hour o $2,700 Saturday, Overtime rate is $400 per hour o $3,500 Sunday and Holidays, overtime rate is $400 per hour o Daily rates assume 8-hour workdays The information contained in this document is proprietary, and is not to be used, reproduced, copied, or Page ~ 8 distributed without the express written consent of S&C Electric Company. t~2018 S&C ELECTRIC COMPANY 590 2. Terms &Conditions ,~. ~ Special Warranty Provisions The standard warranty contained in seller's standard conditions of sale, asset forth in Price Sheet 150 dated May 27, 2014, applies to S&C IntelliRupter PulseCloser and associated options except that, for the Integrated Control Unit, Integrated Radio Module and SpeedNet Radio (if applicable), the first paragraph of said warranty is replaced by the following: (1) General: Seller warrants to immediate purchaser for a period of ten (10) years from the date of shipment that the equipment delivered will be of the kind and quality specified in the contract description and will be free of defects of workmanship and material. Should any failure to conform to this warranty appear under proper and normal use within ten years after the date of shipment the seller agrees, upon prompt notification thereof and confirmation that the equipment has been stored, installed, operated, and maintained in accordance with recommendations of the seller and standard industry practice, to correct the nonconformity either by repairing any damaged or defective parts of the equipment or (at seller's option) by shipment of necessary replacement parts. The seller's warranty does not apply to any equipment that has been disassembled, repaired, or altered by anyone other than the seller. This limited warranty is granted only to the immediate purchaser or, if the equipment is purchased by a third party for installation in third-party equipment, the end user of the equipment. The seller's duty to perform under any warranty may be delayed, at the seller's sole option, until the seller has been paid in full for all goods purchased by the immediate purchaser. No such delay shall extend the warranty period. Replacement parts provided by seller or repairs performed under the warranty for the original equipment will be covered by the original-equipment warranty for one (1) year from date of repair or the remainder of the original ten (10) year warranty period. The information contained iii this document is proprietary, and is not to be used, reproduced, copied, or Page ~ 9 distributed without the express written consent of S&C Electric Company. 02018 S&C ELECTRIC COMPANY 591 Replacement parts purchased separately will be covered by the warranty contained in seller's standard conditions of sale, as set forth in Price Sheet 150. Seller warrants to immediate purchaser for a period of two years from the date of shipment that the SpeedNetT'^ Radios will be of the kind and quality specified in the contract description and will be free of defects of workmanship and material. Should any failure to conform to this warranty appear under proper and normal use within two years after the date of shipment the seller agrees, upon prompt notification thereof and confirmation that the equipment has been stored, installed, operated, and maintained in accordance with recommendations of the seller and standard industry practice, to correct the nonconformity either by repairing any damaged or defective parts of the equipment or (at seller's option) by shipment of necessary replacement parts. The seller's warranty does not apply to any equipment that has been disassembled, repaired, or altered by anyone other than the seller. This limited warranty is granted only to the immediate purchaser or, if the equipment is purchased by a third party for installation in third-party equipment, the end user of the equipment. The seller's duty to perform under any warranty may be delayed, at the seller's sole option, until the seller has been paid in full for all goods purchased by the immediate purchaser. No such delay shall extend the warranty period. This warranty does not apply to non-S&C electronic devices, e.g. communication devices, provided within the control, however, S&C will make every effort to pass the original equipment warranty to the purchaser. Seller warrants to the end user that for a period of two years from the date of shipment the Software will perform substantially in accordance with the then-current release of specifications if properly used in accordance with the procedures described in seller's instructions. Seller's liability regarding any of the Software is expressly limited to exercising its reasonable efforts in supplying or replacing any media found to be physically defective or in correcting defects in the software during the warranty period. Seller does not warrant the use of the Software will be uninterrupted or error-free. ~.2 End User License Agreement End user is granted a nontransferable, non-sublicensable, nonexclusive license to use the LinkStart Connection Management Software, IntelliLink° Remote Setup Software, IntelliTeam° Automatic Restoration Software, Loop Restoration Software, and other Software features of the IntelliRupter PulseCloser listed in this document only upon acceptance of all the terms and conditions of the seller's end user license agreement set forth in Price Sheet 155. Shipment will be 18-20 weeks after receipt of a purchase order with complete information, with production space subject to prior sale. The information containrcl in this document is proprietary, ai d is not to be used, reproduced, copied, or page ~ 10 distributed without the exE~re55 written consent of S&C Electric Company. 02018 S&C ELECTRIC COMPANY 592 ~,~ Terms of Delivery Prices are F.O.B. delivered, with cheapest transportation prepaid (allowed) to common carrier delivery point nearest first destination on shipments with net invoice value of $6,000.00 or more. 2.5 1/alidity This proposal is valid for a period of 90 days from date of quotation. 2.F Terms of Payment 100% -Net 30 days after receipt of the invoice. ~.7 Purchase Order Please send a purchase order to: OneSource Distributors 12101 Western Ave. Garden Grove, CA 92841 Attn: Mary Bertao MaryB@lsourcedist.com 3. Clarification • Clarification to Section 3.8 in Part II -Detailed Scope Specifications: Forthe 7.2kV system, an external powersupplyinput will be furnished and a 120VAC source needs to be connected. The 120VAC source, commonly an overhead control power transformer, is not provided. For the 16.341<V system integral control power is provided; therefore, no other power source is needed. Page ~ 11 593 t ~ ~ , ~ ~ t Optional Accessories . .. ~. ~ ~- 3 20 IntelliTeamSG Gold Level Software $2,500 $50,000 S&C Catalog No. 008-007101-01 When furnished with optional IntelliTeam SG Gold-level software, the standard control group software allows multiple IntelliRupter fault interrupters to be used in applications with three or more sources. 4 TBD Repeater Radio $3,224 TBD S&C Catalog No. 908-0009XX-OX. Catalog no. to be confirmed by customer at time of order based on Mounting Type, Power Source, and Band Pass Filter requirement. Qty to be determined after the completion of a Radio Site Survey (if needed). 594 End User License Agreement This End User License Agreement ("License") sets forth the terms and conditions controlling an end user's right to use, and manner of use of, a seller's product. USE CONSTITUTES ACCEPTANCE: BY USING OR KEEPING THE PRODUCT, END USER ACKNOWLEDGES READING, UNDERSTANDING, AND ACCEPTING ALL THE TERMS AND CONDITIONS OF THIS LICENSE. IF YOU DO NOT ACCEPT ALL THE TERMS AND CONDI- TIONS, DO NOT USE THE PRODUCT. PROMPTLY RETURN IT UNUSED TO THE SELLER. GENERAL: The terms and conditions contained in this License and seller's Price Sheet 150 and/or Price Sheet 181 (for customers in the United States) or Price Sheet 153 and/or Price Sheet 182 (for customers outside the United States) constitute the entire agreement and understanding between the end user and the seller, and supersede any prior or contemporaneous agreement or understanding concerning those particular terms and conditions. The seller is not bound by any provision of any purchase order, receipt, acceptance, confiriYiation, correspondence, or other instrument or action relating to those particular teens and conditions, unless the seller specifically agrees in a subsequent written instrument indicating that such instrument is to have preference with regard to identified ones of those particular terms and conditions. End user may not assign or transfer this License or any rights or obligations under this License without prior writ- ten approval from the seller. Any assignment or transfer of this License made in contravention of the terms hereof sha11 be null and void. Subject to the foregoing, this License shall be binding on, and inure to, the benefit of the parties' respective suc- cessors and permitted assigns. The seller may assign its rights under this License to (i) its affiliates and (ii) any successor by way of merger, acqui- sition, consolidation, reorganization, sale, or other transfer in which case references to the seller herein shall be deemed to refer to the seller's assignee. End user is responsible for the payment of any taxes, including personal property taxes, arising from this License, or delivery or use of the product. DEFINITIONS: • "Hardware" is the portion of the product in the configuration as provided. • "Software" is the set of computer programs and files used to process data in the manner set forth by procedures, algorithms, and documentation, which provide instructions to the Haxdware or other Software with which it may interact. Software is embedded, is provided as a Virtual Machine application, or installed in the Hardware by the seller in binary executable object code form, or readable and interpretative form. Software includes updates and upgrades, if any, provided to end user by the seller. • "Documentation" is the portion of the product in electronic, printed, or other form that accompanies the product, or is otherwise available, to provide information about installation, operation, and use of the product. • "Operating System" is the environment in which the Software executes. The Operating System resides between the Hardware and the Software. Some products do not have an Operating System. GRANT OF LICENSE: Upon acceptance of the terms and conditions contained in this License by the end user, the seller grants a nontransferable, non-sublicensable, nonexclusive license to use the Software and its associ- ated product in the approved environment, for the life of the product. The approved environment includes, among other considerations, the appropriate operating frequen- cies, operating licenses, Hardware, Operating System, configuration, location, and application approved by the seller and its successors and assigns. The License and the right to use the Software and its associated product sha11 terminate automatically if the end user violates any Conditions of Use set forth herein or any other part of this License. Upon termination of the License, the end user shall promptly (i) destroy the Soft- ware embedded in the product and terminate all use of the product or (ii) return the product including all embedded Software and Documentation to the seller. Seller and the seller's licensors reserve all rights in the product not expressly granted to end user in this License. CONDITIONS OF USE: • End user sha11 use the product, including the Hardware, Software, or Documentation, only in the country of purchase. • End user shall not remove, alter, cover or obfuscate any copyright notices, any other proprietary rights notices and any other notices or marlangs placed or embedded by the seller on or in the product, including on or in the Hardware, Software, or Documentation. End user sha11 not publish any information that compares the performance of the product with products created or distributed by others without the prior written consent of the seller. End user shall hold in confidence all unpublished information and trade secrets about the product of which the end user becomes aware. February 9, 20150 S&C Electric Company Price Sheet 155 595 End User License Agreement • End user shall not sell, sublicense, distribute, or otherwise transfer the product, including the Hardware, Software, or Documentation, to anyone or any entity. • End user sha11 not, and sha11 not authorize or engage anyone else to, copy, modify, translate, alter, adapt, reverse engineer, disassemble, create derivative works of, decompile, or attempt to derive source code for, the Software for any purpose. • End user sha11 only use Software through direct use of the S&C provided human-machine interface. Using eternal programs or scripts to interface, capture, or manipulate data. from the Software directly or from the provided human-machine interface is not permitted. • End user shall not export any data collected by the software to external systems or applications via unsupported or undocumented Software interfaces. Importing or e~orting data, to or from external systems or applications is only permitted and supported through S&C-engineered interfaces. UPDATES, UPGRADES, AND SUPPOR1ti Unless other- wise agreed to in the form of an Annual Software License Fee and Support Plan, seller has no obligation to provide updates and/or upgrades for the product. Such a plan, fur- nished for an annual fee, maybe mandatory for continued use of the Software and includes updates and support. The seller may, from time to time, at the seller's sole dis- cretion, make updates and/or upgrades to the product available via the Internet or via other sources. Any updates and/or upgrades provided by the seller may result in func- tional or other changes to the product. The end user assumes all risk resulting from installing, or from failing to install, updates and/or upgrades made available by the seller. The seller has no obligation under this License to provide any assistance, maintenance, or other support for the product, the Hardware, Software, or Documentation. DISCLAIMER OF WARRANTIES: Except as set forth in the seller's Price Sheets 150 and/or 181 (for customers in the United States) or Price Sheets 153 and/or 182 (for cus- tomers outside the United States) in effect when the product is delivered to the end user, the seller disclaims all warranties for the product and, specifically, the seller dis- claimsall warranties, whether express, implied, statutory, or otherwise, including, but not limited to, warranties of merchantability, non-infringement, or fitness fora particu- larpurpose. Some jurisdictions do not allow the disclaimer of par- ticular warranties and, to the extent that such laws are controlling, one or more of the foregoing disclaimers may not apply to the end user. EXCLUSION AND LIMITATION OF LIABILITY: In no event will the seller be liable for any special, incidental, consequential, punitive, or indirect damages whatsoever (including, without limitation, damages for loss of profits, loss of revenue, business interruption, loss of information including loss of data, or other pecuniary loss) arising out of the use or inability to use the product or the perfor- mance, interruption, or failure of the product, irrespective of the cause of action, even if the seller has been advised of the possibility of such damages. Some jurisdictions do not allow the exclusion or limita- tion of particular liabilities and, to the extent that such laws are controlling, one or more of the foregoing exclu- sions or limitations may not apply to the end user. Notwithstanding anything else in this agreement or oth- erwise, the seller's cumulative liability for all claims arising out of, or in connection with, this agreement, including, without limitation from, or in connection with, the use or improper functioning of the product including the Hardware, Software, or Documentation (each, a "claim"), shall not exceed the amount paid by the end user for the product. Notwithstanding anything else, the seller's suppliers and licensors shall have no liability for any claims in con- nection with the product or this agreement. EXPORT CONTROLS: The product, including the Hard- waxe, Software, and Documentation, and any technical data related thereto and any direct product thereof may not be exported or re-exported contrary to the laws and regulations of the United States and of other countries. The end user may not export or re-export the product from the country in which it was originally delivered. LEGAL PROTECTION AND TITLE: The product and use of the product, including Hardware, Software, and Documentation, are protected by United States and inter- national laws and regulations, including those related to copyright, patent, trade secret, and other intellectual property, and those related to international trade laws and regulations. The product contains unpublished informa- tion and embodies valuable trade secrets proprietary to the seller and the seller's licensors. Notwithstanding that the Hardware portion of the product may be sold to the end user, the Software and Documentation portions are not sold to the end user and title to the Software and Docu- mentationremains in the seller and the seller's licensors. U.S. GOVERNMENT RESTRICTED RIGHTS: The product, including the Hardware, Software, and Docu- mentation, and any technical data related thereto, is a "Commercial Item" as defined in 48 C.F.R. § 2.101. If the end user is the U.S. Government or any agency or depart- ment thereof, the product is only delivered as a Commercial Item subject to the license grant and other terms and conditions as set forth in this License. Acquisi- tion of the product by the U.S. Government or any agency or department thereof shall only be under FAR or DFAR provisions for ACQUISITION OF COMMERCIAL ITEMS and shall not alter the terms and conditions of this License. S&C Price Sheet 155 596 '!1JJa►~1~1►:~~ Upcoming S&C Automation Equipment Workshops S&C hosts various workshops to familiarize customers with the benefits and functions of S&C's distribution automation equipment. Below is a list of Distribution Automation workshops that are applicable to the equipment quoted in this proposal. Visit the links below or contact your S&C sales representative to learn more. Distribution Automation Workshop: SpeedNet'M Radio ~ April 24 to 25, 2018 ~ Chicago, IL Distribution Automation Workshop: IntelliRupter% Fault Interrupter ~ May 15 to 17, 2018 ~ Chicago. IL Distribution Automation Workshop: Advanced IntelliRupterA Fault Interrupter ~ May 18, 2018 ~ Chicago, IL A complete list of upcoming workshops is available at the link below: https://www.sandc.com/en/products--services/services/workshops/ The information contained in this document is proprietary, and is not to be used, reproduced, copied, ar distributed without the express written consent of S&C Electric Company. X2018 S&C ELECTRIC COMPANY 597 S&C 15.5-kV and 27-kV IntelliRupter~ PulseCloser~ Faust Interrupter 6tuick Operating Guide C Interrupter Open/Close/Ready Lever L ~ To open interrupters: 0 P Pull down on right lever.ln down position, closing is blocked. $ ,,. E To close interrupters: E " `' N Power must be available from batteries (if furnished) or ener-„ _~, gized distribution line. Remove hot line tags, it applicable. ...,;,,;~'~~~-.,~,L~ Push up on right Iever.7hen pull down once on left lever for First Closing Profile. Or quickly pull down twice on left lever for Second Closing Profile. Hot Line Tag Lever /~~ '~~ y l To manually apply a hot Une tag: Pull down on hot Ifne tag lever. ~,; ~ ~. ~ ~ ~ _ ~ ' To clear a manually appNed hot line tag: H O~~ Push up on hot lino tag lever. ~.~NE G TRIP D To dear an electronieally applied hot line s~ocK_ tag wh N a hot Une teg has been applied ~: TAG - ~ manual . Push up on hot line tag lever. Then pull down ^-"'~ ~~~ ~ -"~~"~ and push up on hot line tag lever once, with- Ground T1rip Block Lever out delay. (if furnished) To clear an electronically applied hot To manually apply ground trip block• line tag when a hot line tag has not been Pull down on ground trip block lever. (When in applied manually: the applied position the selected olements will Pull down and push up on hot line tag lever be blocked or change as indicated in the setup, twico, without delay. see S&C Instruction Sheet 766530.) To remove a manually applied GTB: Push up on ground trip block Inver. (Placing the ground trip block lever in the up position will not enable any elements that have not been enabled in the active protection profile.) r ~ d' ~` ~c Disconnect Operating Lever ,~ (if furnished) ,~ To open dlsconnecL Place the open/close/ready lever in the Lock open position. Then pull down on right side of disconnect i!> operating lever. Interrupters can now be closed and ~` ~' opened for testing. ~~~ To Gose disconnect: ~ ~ Place the opeNclose/ready lever in the Lock open ~~ +E ,,~~, position. Then pull down on left side of disconnect operating lever. WARNING IntelliRupter PulseCloser Fault Interrupter must be installed, operated, and maintained by qualified persons who are knowledgeable in overhead electric power distribution equipment and the associated hazards. This guide is not a replacement for adequate train- ing and experience in safety procedures for this type of equipment. Read S&C Instruction Sheets 766-510, 766-530, and 766-540 thoroughy and carefully before installing and operating your IntelliRupter PulseCloser Fault Interrupter. Integral disconnect on Disconnect Style IntelliRupter fault Interrupter Lower terminal pad (X) Pole 1 ,~~ f~+►' . ., ~ ~ ~ r ~'~ w s; r i -- -- 1'; - ~'f1 " ~- ,~~; 4~ -. ~. - --. , ---._.---- E - - ~~ y.-- .--r _.._~ E ~ N f ~ as < ; T Communication ~ ,., ,, t module f: i`'. ~ i If status indicator is off: If IntelliRupter fault interrupter does • It line is not energized, energize the side with not ►@spOnd to SCADA commands: integral power module. Enable remote operation (see "IntelliLlNK Setup • If line is energized, replace protection and control Software Operation—Main" screen). Remove all hot module. line tags and push up on right interrupter opeNclose/ If status indicator does not indicate ready sever. WI•Fi connection: APpN local hot line tag.lf IntelliRupter fault interrupter does notsendahotlinetagstatuspointtoSCADA,replace • I( line is energized, move computer at least 20 feet communication module. cbser. • Try another computer furnished with IntelliLinkC~9 Setup Software and appropriate security keys. • Replace communication module. Hot Line Tag Indicate (amber LED) Flashes for ~h second every 2 seconds: Hot line tag applied Off: All hot line tags removed Upper terminal pad (Y) on Upper terminal pad (Y) Non-Disconnect Style on Disconnect Style Inte111Rupter fault Interrupter IntelliRupter fault interrupter Pole 2 _ Pole 3 _ /integral power modules) Protection and Control Module Interrupter Open/Closed Indicator (one per pole) `~"' Green: Interrupter open—"O' Red: Intertupterclosed—"I" ~ : Colors are reversed on an IntelliRupter fault interrupter furnished with Option "-F2" Status Indicator (white LED) Flashes for 34 second every 30 seconds: Normal operation Pulsates dtm to bNght: Wi-Fi connected Flashes for ~h second every second: Any error state, or a settings mismatch is active Flashes 3 times (~fi second on-14 second ofQ every 30 seconds: Loop Restoration is timing or Ready, or IntelliTEAM is Ready On 10 seconds, then flashes tor'h second every 30 seconds: Wi-Fi disconnected, opeNctose command from interrupter opeNctose/ready lever, Wi-Fi, or SCADA, or ground trip block lever moved Solid On: Remote Operation disabled Ott: IntelliRupter fault interrupter not powered, or not functioning properly May ~, Zo» Instruction Sheet 766-545 m S&C Elecfric Company 2013-2017, dll rights reserved 598 e,a~~~w~~ H,,,, ~..,. ~.:n ~ , , irua~rwv:~ t`ca~n.n.aa bw~~ ~«.noe wneC+cs~r j--oaeroGon U 2 Inlouiie9m SG ~~ FMtonng i:sov Y+ iraav n~'t ~~nav n a~,~r,~ Zpa 17aov %f 170ov ~ # Vo Ov I %f tUA )OA 2CA ~ ~~ ~~I ~n~ ~ ~ 0 '`...~~J` ~CLJSCU ~CL0.11:D~ '~CLO'+CD ~J __~ tawa su.. i~., D~w~nea Not :m4Nd c~~t.o„ Enna<oE (:tw6nrion ~I NM UM Tp 6~... _'i Pts.. Gew~N Rdl~ flwny~ ~ i ~ ~~ ' `~ o~' ) t ~ i gppYdY/ t~.a MMa..YI SCnOn rrw~. , ~~ ~1w/Mrgwws~~sw 6~wMiOp llMtiwa: M M.~CwY~p VioW Cn~ Gk+nO~ .~ I ~. ............ '. i 1J7W~OOMNbn C~aM 1~s3n0 j[Mw~ IL~MUOMDPtri '. GW11RMySp Tlb~ Sor~vWe EnN ~iIV ~~J iT SO p~UYMm Ty1 en9W~N0 ~ CVM /MUMJ OrMOnn1 ~, t.w~n intellif.ink~ Setup Software: Operation Screen Match the location of the interrupter open/close/ready lever on the IntelliRupter fault interrupter to the open/close/ready lever on this screen. m Poles are labeled left to right, configured here as A, B, and C. • X and Y terminal designations are configurable and affect direc- tionality.The default configuration is: Upper terminals pads (Y1, Y2, and Y3) are labeled Y, and Lower terminal pads (X1, X2, and X3) are labeled X. ° Voltage is shown for the three poles at each terminal pad. Phase- to-ground voltage (1-grd, 2-grd, and 3-grd), or phase-to-phase voltage (1-2, 2-3, and 3-1) can be selected. Interrupter opeNciose indicators match the indicators on IntelliRupter fault interrupter, in this case they are OPEN. m When IntelliRupter fault interrupter has tripped open, the state of each pole is shown, for example: TESTING-SEF, LOCKOUT VOLTS (lockout on voltage trip), or LOCKOUT FREQ (lockout on frequency trip). For LOCKOUT-OC (lockout on overcurrent trip), a lightning bolt indicates the faulted phases) on the side the fault occurred. The current on each pole at the time of tripping is also shown. When IntelliRupter fault interrupter is closed, load current and cur- rent direction are shown for each pole. Congo! Status shows the status of the protection and control 2 S&C Instruction Sheet 76545 • To disable automatic load restoration through the IntelliTeam~ SG Automatic Restoration System (if furnished), select: IT SG Operation —Disabled. To disable Loop Restoration (if furnished), select: Loop Restoration —Disabled. module (in this case ALARM). It may also display: OKAY, WARNING, ERROR, MAINT MODE, or SETTINGS MISMATCH. Disconnect shows the position of the visual disconnect: OPEN, CLOSED, or Not Installed. Loop Resioratron or Communication Enhanced Coordination status is displayed when when either feature is furnished and Enabled. ° OPEN and CLOSE buttons trip and close the interrupters. A single phase can be operated if Single Phase Operation is Active. Single Phase Operation, Ground Trip Block, and Test on Backfeed can be enabled or disabled. Hot Line Tag can be enabled or disabled, and the application method is indicated. Circuit Testing, and Sensitive Earth Trip can be enabled or disabled. Clear Latched Overcu~rent can be executed. • Active General Profile and Active Closing Profile can be selected. ° Remote Operation can be enabled or disabled. ° IT SG Restoration can be enabled or disabled. ° Connected to: and Location:—at the top of the screen, show the name and address of the ~ntelliRupter fault interrupter con- nected through IntelliLink or IntelliLink Remote software. j ~ t,.~ -~ ... .. _ _ i y~ i'~ w s.eno+~a+a sw. o.ww ' '~~~ WiLiYWL1i 1 ~ L. ln:xuifonm SG ca~we~s.~ ~aaw taw wa... uow ~~a oa.w c~o~c~u.v::w roc t~.~iw wo«w Goxra' u«.w.wgs.a r.y P~0(OCYrJII Vw V~owr1N~~~p IOW t~i~C+. Caxw Rns~welan Uk.w i.0 a. B.~fMa Eiuwa Bbaw ^.«„mmLcurWns Tai ~ wa+..e .~nf A/appinp Uw r•.i on 6~ww [n.ae uioa. w~ou~aaevry c.:~~z«sw o~.yn c.~wT..y e~.ew ewae ~'i !.klonrp Uaa Crcw i.~wu kn.wr Nb.1 ciepnom~cs o«,a s...w.t«niro e~.a.a ewuw L~4s &.wa~o e.ro~ np Uw lmni6vo inn Tnp IoaIW~ IJ~v~ OdN 1~FIYN OpM1Y09 E~VMM aONN JInpN P1uH ~W~~An ___—____'__. _.__._-___._'____ _.. .. .. I Ue« ~~VOn~Opwaeon Erob Bba VfJI ~'~IP N1::. iTU' H/ ~wiY Mt: CO~I.la~G r~Y' S]{001 Trry0ut: lm 1 NMr~t: y C~fwN Moor: AMO. N 10Wn. M~w1~t l}A:S6 OM 0.Nr~A IntelliLink Setup Software: Setup—General—User Commands Screen Enter a Command Label, an Active Label, and an Inactive Label—for every User Command. These will be displayed on the Operation screen. Text entered for Acfive or Inactive Labels does not change their functionality. ~ Ground Trip Blocked Functions--check to enable desired functionality. Local Battery Indication—select On if a battery is installed, then the Status Indicator on the Control Module will flash %second every second when the battery is Low, Bad, or Disconnected. If no battery is installed, select Oh. Remote Off Indication—the Status Indicator on the Control Module can be configured to display solid on when Remote Operation is disabled. ~ Connected to: and Location:—at the top of the screen, show the name and address of the IntelliRupter fault interrupter connected through IntelliLink or IntelliLink Remote Software. _7"',_ Refer to S&C Instruction Sheet 766-530 for detailed information about IntelliRupter fault interrupter configuration. 599 S&C IntelliRuptero PulseClosero Fault Interrupter Outdoor Distribution (15.5 kV through 38 kV) Specifications Conditions of Sale STANDARD: The seller's standard conditions of sale set forth in Price Sheets 150 and 181 apply, except as modified by the "SPECIAL WARRANTY PROVISIONS" and "WARRANTY QUALIFICATIONS" on pages 6 and 7. SPECIAL TO THIS PRODUCT AND ASSOCIATED SERVICES: INCLUSIONS: The IntelliRupter PulseCloser Fault Interrupter is a unitized package of fault-interrupting and control components that provides fault-isolation and circuit- restoration functions on an overhead distribution system. It can operate as a stand-alone fault interrupter or, with appropriate options, be integrated into a SCADA system and/ or an S&C IntelliTeam~ SG Automatic Restoration System. The IntelliRupter fault interrupter features Pulse-Closing Technology—a unique means for verifying the line is clear of faults before initiating a close operation. PulseClosing Technology is superior to conventional reclosing techniques. It greatly reduces stress on system components as well as voltage sags experienced by customers upstream of the fault. The IntelliRupter fault interrupter provides full live- switching performance under all ice conditions. The circuit making, circuit breaking, and circuit testing done using S&C's PulseClosing Technology are accomplished within the inter- rupters; there are no external moving parts. Each IntelliRupter fault interrupter is factory assembled on a single stainless steel base with: • Three-pole vacuum interrupters rated 630 amperes con- tinuous,16,000amperes interrupting for 15-kV models and 12,500 amperes interrupting for 27-kV and 38-kV models (A rating of 800 amperes continuous applies with a 2 ft./ sec. wind, similar to conductor ratings.) • Unique magnetic latching actuators that provide single- phase tripping/single-phase lockout, single-phase tripping/three-phase lockout, or three-phase tripping/ three-phase lockout of the interrupters (The interrupters can also be manually tripped by means of a manual lever operable from the ground with an extendostick.) • Sensors for three-phase monitoring of line current and three-phase monitoring of line voltage on both sides of the interrupters that provide high accuracy sensing (Total sensing system accuracy is t0.5%for steady-state current and t2%for fault current.) • One or two integral power modules, which derive the nec- essary energy directly from the distribution line (Control power can alternately be derived from an external power supply.) • An OPEN/CLOSED indicator for each phase • An external power supply connector that permits prein- stallation uploading and downloading of configuration settings, plus radio programming and battery charging, as applicable, indoors in user's service center or lab A manually actuated OPEN/CLOSE/READY lever operable from the ground with an extendostick A manually actuated GROUND TRIP BLOCK lever operable from the ground with an extendostick • A manually actuated HOT-LINE TAG lever, also operable from the ground with an extendostick, to enable or disable a hot line tag or to disable an electronically set hot line tag • A control group featuring a hookstick-removable protec- tion and control module and a communication module mounted in the base (The IntelliRupter fault interrupter is easily configured and operated from the safety and security of a vehicle parked near the base of the pole by means of a secure Wi-Fi communication link to a laptop computer.) • A unique multifunction status light indicates control group operation. The blink rate changes if a Wi-Fi connection is made, control power is lost, or the OPEN/ CLOSE/READY lever is operated. A separate HOT LINE TAG indicator shows a "set" tag. • An integrated Global Positioning System provides 1-ms accurate time-stamping of events to speed post-event analysis as well as IntelliRupter fault interrupter location data for entry in the user's graphical information system. ~ Provisions for three surge arresters on each side of IntelliRupter fault interrupter (MacLean Power Systems ZforceT`~ Type ZHP (Heavy Duty) polymer-housed metal- oxide surge arresters can be optionally factory- installed and wired.) • Single-point lifting for convenient rigging and hoisting of an IntelliRupter fault interrupter during installation The IntelliRupter fault interrupter is available in the upright-crossarm and compact-crossarm mounting con- figurations, with or without an integral hookstick-operated disconnect for visible air-gap isolation of switched-open circuits. The disconnect is interlocked with the interrupters to ensure pole-units are open before opening or closing the disconnect; a status point for remote monitoring of the dis- connect position is included. Interrupters may be operated with the disconnect in the open position. Septembers, 20~ ~ Specification Bulletin 766-31 OS&C Electric Company 2006-2017, all rights reserved 600 S&C IntelliRuptero PulseClosero Fault Interrupter Conditions of Sale—Continued An IntelliRupter fault interrupter may be mounted on a utility pole or, in substation applications, on an S&C Mount- ing Pedestal that is available separately. IntelliRupter fault interrupter pole-units are molded of S&C CypoxyT"material. The sensors are embedded, eliminating the cost, clutter, and complexity associated with separately mounted sensors. Sensing accuracy is t0.5% for both voltage and current, and total system accuracy for fault detection, including sensing, control, and interrupting time, is t2.0%. IntelliRupter fault interrupters include on-site user train- ing on setup, configuration, and operation. These services apply to first-time orders only; they can be provided for sub- sequent orders as indicated in Table 14 on page 18. Control Groups The IntelliRupter fault interrupter is available with a variety of control groups. Eacl► features easy configuration and operation—and examination of waveforms and events— using secure Wi-Fi communication to a nearby laptop computer. The protection and control module and the communication module are easily removed from the base with a module han- dling fitting on a hookstick. This flexible, low-maintenance arrangement offers excellent immunity to surges and noise induced by normal power line events, such as faults and light- ning strikes, and minimizes pole clutter. The IntelliRupter fault interrupter is powered from the distribution line through the integral power modules) or the external power supply, if furnished. The protection and control module provides point-on-wave closing to minimize asymmetric fault current and inrush current. It features a complete set of protection and control functions, including: • Simultaneous independent directional phase, ground, negative-sequence, and sensitive-earth time-overcurrent, instantaneous-overcurrent, and definite-time elements • Directional blocking of overcurrent elements • Over/under voltage elements • Over/under frequency elements • Phase unbalance detection • A synchronization check • A cold-load pickup iuodifier • User-selectable single-phase or three-phase tripping at any point in the test sequence, with single-phase or three- phase lockout • Comprehensive diagnostics, including data and wave-form capture The protection group is automatically selected in response to the system configuration for optimized protection. The protection and control module provides sophisticated remote terminal unit functionality, including remote reporting of IntelliRupter fault interrupter status points and operations, as well as current, voltage, watts, and vars. A 20-channel Global Positioning System receiver in the communication module provides 1-ms accurate time- stamping of events to speed post-event analysis as well as IntelliRupter fault interrupter location data to help maintain your graphical information system. Select the control group that meets the requirements of your distribution system. Standard Control Group The Standard Control Group is suitable for the following applications: The IntelliTeam SG Automatic Restoration System (Teams use peer-to-peer communication, real-time data, and distributed intelligence to make automatic operating decisions. No central processing or SCADA is required, though fully supported. Each IntelliRupter fault interrupter must be furnished with an S&C SpeedNetT" Radio, or other approved communication device.) Automatic source transfer using two IntelliR,upter fault interrupters (The IntelliRupter fault interrupters ensure a high degree of critical-load continuity by minimizing interruptions resulting from the loss of one source. Each IntelliRupter fault interrupter must be furnished with an S&C SpeedNet Radio, or other approved communication device.) Automatic loop restoration using normally closed IntelliRupter fault interrupters or conventional reclos- ers, with a normally open IntelliRupter fault interrupter switching point (The feeder on either side of the switching point can be fed from a different source. If a fault occurs on either feeder, the normally closed devices in that feeder open and then test the circuit using PulseClosing Technol- ogy (or reclosing) sequentially to sectionalize and isolate the fault. Service is automatically restored to unfaulted line segments by closing the normally open IntelliRupter fault interrupter.) • Wide-area SCADA, when equipped with an S&C SpeedNet Radio, or other approved communication device • Stand-alone (non-communicating) applications Approved communication devices permit configuration, operation, interrogation, and software maintenance of an IntelliRupter fault interrupter from any location having access to the communication system using optional IntelliLink~ Remote Setup Software. No batteries are required for stand-alone applications and applications with operating times of 30 seconds or less; ac line voltage must be available on the side of the IntelliRupter fault interrupter with the integral power module, or control power must be available from the external power supply, if furnished. The Standard Control Group includes IntelliTeam SG Bronze Level Software. When furnished with optional Intel- liTeamO SG Silver Level Software, the Standard Control Group is additionally suitable for basic closed-loop applica- tions. When furnished with optional IntelliTeam SG Gold Level Software, the Standard Control Group is additionally suitable for basic closed-loop applications and applications on systems with three or more sources. IntelliTeam Designer Configuration and License Management Software is required to activate IntelliTeam SG Software. 2 S&C Specification Bulletin 766-31 601 S&C IntelliRuptero PulseClosero Fault Interrupter Standard Control Group with Battery Backup This control group is identical to the Standard Control Group and is suitable for the same applications. It additionally includes batteries that support operation for a minimum of four hours after loss of ac line voltage on both sides of the IntelliRupter fault interrupter, permitting extended dead-line switching. Universal Control Group This control group is identical to the Standard Control Group with Battery Backup but includes either IntelliTeam SG Gold Level Software and IntelliTeaiti Designer Configuration and License Management Software or an IntelliTeam II Software License, as specified. When the former is specified, the Universal Control Group is suitable for all applications of the Standard Control Group with Battery Backup, as well as basic closed-loop applications and applications on systems with three or more sources. When the latter is specified, the Universal Control Group is suitable for all IntelliTeam II applications. Equipment/Services Packages Complete equipment/services packages are available for three- through 12-member IntelliRupter fault interrupter teams, as listed in Table 14 on page 18. Each team member includes the IntelliTeam SG Automatic Restoration System, and a SpeedNet Radio. One SpeedNet Repeater Radio is also included with the team. Each package includes the following services: • A communication site survey • IntelliTeam SG factory acceptance testing • IntelliTeam SG training • IntelliTeam SG commissioning • IntelliRupter fault interrupter training Services-Only Packages Services-only packages are also available for the IntelliRupter fault interrupter, as listed in Table 14 on page 18. Offerings include: • Communication site surveys • Overcurrent protective device coordination studies • IntelliTeam SG device settings determination • IntelliRupter fault interrupter secondary injection testing • IntelliTeam SG factory-acceptance testing • IntelliTeam SG training • IntelliTeam SG commissioning • IntelliTeam SG SCADA integration • IntelliTeam SG monitoring • Loop Restoration training • IntelliRupter fault interrupter training • IntelliRupter fault interrupter maintenance • IntelliRupter fault interrupter project and construction management Communication Site Surveys A communication site survey is required for new IntelliTeam SG applications and is critical to ensure acceptable signal strength between the IntelliRupter fault interrupters in the team and the head-end SCADA radio, if applicable. A site survey includes: • An engineering review of selected team member sites that considers distance, topological constraints, and other fac- tors that can affect signal strength • An on-site survey of team member sites to confirm feasi- bility and, if necessary, determination of alternative sites that will provide better signal strength • A detailed report defining the GPS coordinates of all team and repeater radios • Establishment of baseline communication statistics for monitoring communication system performance • Training on installation and configuration of SpeedNet Radios, or UtiliNet Radios The user will need to supply a line truck and the engineer/ technician responsible for the project. S&C Specification Bulletin 766-31 3 602 S&C IntelliRuptero PulseClosero Fault Interrupter The site survey ensures optimal communication when the system is commissioned. However, building construction, relocation of lines, vegetation growth, and other factors can degrade communication over time. A subsequent "tune-up" site survey maybe desirable. Overcurrent Protective Device Coordination Studies A coordination study is used to select appropriately rated protective devices and their settings, including those of IntelliRupter fault interrupters. Proper protective device coordination minimizes the impact of short-circuits by isolating faults as quickly as possible while maintaining power to the rest of the system. IntelliTeam SG Device Settings Determination Appropriate device settings are essential to the successful implementation of the IntelliTeam SG Automatic Restoration System. These settings must be documented before factory acceptance testing and commissioning of the IntelliTeam SG Automatic Restoration System. IntelliRupter Fault Interrupter Secondary Injection Testing Secondary injection testing validates the settings, functions and logic of an IntelliRupter fault interrupter protection and control module before installation, and it helps ensure successful commissioning. It can also be performed when the user's operating practices require periodic testing of installed equipment to validate control and coordination settings. The procedure uses Omicron testing equipment with a specially designed interface to the IntelliRupter fault interrupter docking station. The user must provide the following a minimum of two weeks before commencement of this service: • Availability of the user's designee, who will be the point of contact for S&Cs field service specialist • Proposed settings for each protection and control module to be tested; determination of these settings is the respon- sibility of the user's designee, or it can be provided by S&C • A written description of the desired test plan • Indoor access to each protection and control module to be tested S&C will prepare a report detailing the results of the test- ing for each protection and control module. IntelliTeam SG Factory Acceptance Testing Factory acceptance testing ensures all information required for a successful IntelliTeam SG implementation is gathered and understood before commissioning and is strongly recommended if there are any unusual system characteristics or loading limitations. It provides significant insight into how the IntelliTeam SG Automatic Restoration System will work on the user's system—with specific system-protection settings, available fault currents, connected loads, etc. To perform this testing, the user must furnish the following: • Substation breaker data, including overcurrent pickup levels and relay timer settings • Available fault current at each IntelliRupter fault inter- rupter location or—if S&C is providing an overcurrent protective device coordination study and/or determination of IntelliTeam SG device settings—information that will allow S&C to calculate these values • Any substation capacity limitations, conductor loading limitations, or system operating rule limitations • A written description of the desired system functionality • A single-line diagram of the circuits on which the Intel- liTeam SG Automatic Restoration System will be applied • Completed IntelliTeam SG Settings Sheets; determination of device settings is the customer's responsibility, or it can be provided by S&C Factory acceptance testing is performed at S&C's Intel- liLab facility in Chicago. S&C will provide a detailed test plan. After testing has been completed, users will receive a CD-ROM containing the results of each simulation, which they can use for training. IntelliTeam SG Training IntelliTeam SG training is conducted onsite and ensures the user's personnel fully understand IntelliTeam SG functioning. Both operations and engineering sessions are provided. Operations training is geared toward persons who will encounter the equipment in the field, dispatch personnel, or create switching orders. A typical agenda includes: An IntelliTeam SG Automatic Restoration System— what it is, how it works, and examples • Operation of IntelliRupter fault interrupters in an IntelliTeam SG system • Real-world examples of IntelliTeam SG operation using IntelliTeam Designer in Instant Keplay mode • Engineering training is geared toward engineers and technicians who will configure the controls and radios. A typical agenda includes: • A detailed look at how IntelliTeam SG Automatic Restoration System works • Explanation of all control settings • Software screens useful for troubleshooting • Configuration of the radios • Creation of a DNP lookup table 4 S&C Specification Bulletin 766-31 603 S&C IntelliRuptero PulseClosero Fault Interrupter IntelliTeam SG Commissioning IntelliTeam SG commissioning ensures the IntelliRupter fault interrupters in the team have been set up correctly and are ready to be put into service. These services include: • Assistance with configuring the IntelliRupter fault inter- rupters; determination of device settings is the customer's responsibility, or it can be provided by S&C • Verification of acceptable peer-to-peer communication • Verification of acceptable communication with the SCADA system • Checking each IntelliRupter fault interrupter for confor- mance with installation recommendations • Verification that each team is capable of achieving Ready status (Upon user request, the teams will be disabled after verification.) IntelliTeam SG SCADA Integration If the IntelliTeam SG Automatic Restoration System is to communicate with a SCADA system, integration services may be desirable. These services include: • Working with the SCADA supplier • Designing and installing the communication infrastruc- ture linking the IntelliTeam SG Automatic Restoration System with the user's LAN • Developing the protocol conversion necessary to change DNP into the native language of the SCADA master • Developing optimal SCADA settings and polling sequence IntelliTeam SG Monitoring Ongoing remote system monitoring ensures IntelliTeam SG operation meets agreed-upon service levels. It requires a SpeedGateT`~ Radio Interface with a wireless telephone modem. If wireless telephone service is not available, a telephone modem and user-supplied telephone line must be installed at the SpeedGate Radio Interface. System monitoring allows S&C's engineers to assist with any required troubleshooting, update configurations, and provide weekly "health reports" on the status of the system. Such reports can include: Team Ready status • IntelliTeam SG operational status • Battery system status • Active trouble conditions or alarms The scope and format of the reports can be customized to meet specific user needs. Loop Restoration Training This training is conducted onsite and ensures the user's personnel know how to properly set up, configure, and operate IntelliRupter fault interrupters in a loop application comprised of normally closed IntelliRupter fault interrupters or conventional reclosers, with a normally open IntelliRupter fault interrupter switching point. IntelliRupter Fault Interrupter Training This training is conducted onsite and ensures the user's personnel know how to properly set up, configure, and operate IntelliRupter fault interrupters. These services for first-time orders include the following: • Training on use of IntelliLink Setup Software • Configuring the IntelliRupter fault interrupter for use in a loop restoration system, if applicable • Use of security keys • IntelliRupter fault interrupter operation, including Pulse- Closing Technology IntelliRupter Fault Interrupter Maintenance IntelliRupter fault interrupter maintenance includes periodic field inspection and testing on athree-year interval. Services provided for each team member include: • Visual inspection of the IntelliRupter fault interrupter, antennas, grounding, arresters, and wiring connections • Verification of IntelliLink Setup Software operation through secure Wi-Fi connection Downloading of a full report from the IntelliRupter fault interrupter, review of the data, and execution of any cor- rective actions necessary • Replacement of the battery • Operation of the IntelliRupter fault interrupter (if it can be bypassed) locally, manually, and from SCADA • Inspection of the repeater radio and replacement of its battery • Monitoring of communication statistics and comparison against the initial baseline. Identification of recommended communication enhancements All system maintenance is coordinated with the user's designee. To facilitate the inspection process and ensure consistent and accurate reporting, S&C will work with the designee to develop an inspection checklist and train inspec- tion crews on its importance and use. S&C Specification Bulletin 766-31 5 604 S&C IntelliRuptero PulseClosero Fault Interrupter IntelliRupter Fault Interrupter Project and Construction Management S&C's highly trained, experienced staff will assist the user's automation team in the areas of project and construction management, working closely with them to assure on-time completion of the project. Services may include working with the user's contractor or crew to: • Ensure proper installation of the IntelliRupter fault interrupters • Supply the automation system as a complete turnkey or Engineer-Procure-Construct (EPC) project EXCLUSIONS: Intelliftupter fault interrupters do not include terminal-pad connectors. Various connectors are available as listed in Table 12 on page 16. Equipment/services packages and services-only packages do not include field installation or construction labor. IntelliRupter fault interrupters furnished with Standard Control Group or Standard Control Group with Battery Backup do not include optional IntelliTeam SG Silver Level Software, IntelliTeam SG Gold Level Software, or IntelliTeam Designer Configuration and License Management Software. For non-IntelliTeam SG applications, S&C maybe able to furnish and install in the communication module, or make provision for, acustomer-specified communication device not listed in Table 9 on page 14. S&C will need to evaluate the physical and electrical requirements of the communica- tiondevice and its performance characteristics, and conduct qualification testing to verify its suitability for the desired application. Refer to the nearest S&C Sales Office for schedul- ing information. S&C cannot furnish or install any commu- nication device for which the supplier requires S&C to offer Tier I (i.e., "help desk") support. If a licensed radio is required for a SCADA interface, the frequency selection and FCC license application are to be provided by others. S&C can provide a radio propagation study as well as a general system review to ensure optimal application of distribution automation components. APPLICATION NOTES: The following factors should be considered when applying IntelliRupter fault interrupters: System voltage restrictions. For adequate power to be available from the integral power module(s), an IntelliRupter fault interrupter must be applied on a system that is solidly grounded, uni-grounded, grounded through a grounding trans- former, or resonant-grounded through a Peterson coil. The base of the IntelliRupter fault interrupter must be grounded, and the line-to-line voltage must be in the range shown in the table below. Range, kV, at 60 Hz Range, kV, at 50 Hz 11.43 through 15.5 9 through 19.2 18.81 through 27 20 through 24 23.8 through 38 29.7 through 38 When furnished with the external power supply, an IntelliRupter fault interrupter may be applied at line-to-line voltage as low as 4.13 kV, 50/60 Hz. For application on a completely ungrounded system, the external power supply must be specified, less integral power module(s). Integral power modules cannot be applied on completely ungrounded systems. Application of surge a~~reste~s. Surge arresters are required on both sides of IntelliRupter fault interrupter to protect it from surges beyond its ratings. An IntelliRupter fault inter- rupter includes provisions for mounting three user-furnished surge arresters on each side of the device. Alternately, an IntelliRupter fault interrupter can be optionally furnished with MacLean Power Systems Zforce Type ZHP (Heavy Duty) polymer-housed metal-oxide surge arresters factory-installed and wired. SPECIAL WAR,ftANTY PROVISIONS: The standard warranty contained in seller's standard conditions of sale, as set forth in Price Sheets 150 and 181, applies to the IntelliRupter fault interrupter and its associated options except for the control group as applicable. For these devices, the first and second paragraphs of said warranty are replaced by the following: (1) General: Seller warrants to the immediate purchaser or end user for a period of 10 years from the date of shipment that the equipment delivered, with the exception of a S&C SpeedNet Radio, will be of the kind and quality specified in the contract description and will be free of defects of worinnanship and mate- ria1. The S&C SpeedNet Radio is similarly warranted for a period of two years from the date of shipment. Should any failure to conform to this warranty appear under proper and normal use within 10 years after the date of shipment (two years for S&C SpeedNet Radios) the seller agrees, upon prompt notification thereof and confirmation that the equipment has been stored, installed, operated, and maintained in accor- dance with recommendations of the seller and stan- dard industry practice, to correct the nonconformity either by repairing any damaged or defective parts of the equipment or (at seller's option) by shipment of necessary replacement parts. The seller's warranty does not apply to any equipment that has been disas- sembled, repaired, or altered by anyone other than the seller. This limited warranty is granted only to the unmediate purchaser or, if the equipment is pur- chased by a third party for installation in third-party equipment, the end user of the equipment. The seller's duty to perform under any warranty may be delayed, at the seller's sole option, until the seller has been paid in full for all goods purchased by the immediate purchaser. No such delay sha11 emend the warranty period. 6 S&C Specification Bulletin 766-31 605 S&C IntelliRuptero PulseClosero Fault Interrupter The seller further warrants to the immediate pur- chaser or end user that for a period of two years from the date of shipment the software will perform sub- stantially in accordance with the then-current release of specifications if properly used in accordance with the procedures described in seller's instructions. Sell- er's liability regarding any of the software is expressly limited to exercising its reasonable efforts in sup- plying or replacing any media found to be physically defective or in correcting defects in the software dur- ing the warranty period. Seller does not warrant the use of the software will be uninterrupted or error-free. For equipment/services packages, the seller warrants, for a period of one year after commissioning, that the IntelliRupter fault interrupters will provide automatic fault isolation and system reconfiguration per agreed-upon service levels. The remedy shall be additional system analysis and reconfigura- tion ofthe IntelliTeam SG Automatic Restoration System until the desired result is achieved. WARRANTY QUALIFICATIONS: The standard warranty contained in seller's standard conditions of sale, asset forth in Price Sheets 150 and 181, does not apply to major components not of S&C manufacture, such as batteries, customer-specified remote terminal units and communication devices, as well as hardware, software, resolution of protocol-related matters, and notification of upgrades or fixes for those devices. The seller will assign to the immediate purchaser or end user all manufacturers' warranties that apply to such major components. The seller's standard warranty does not apply to any components not of S&C manufacture that are supplied and installed by the purchaser or to the ability of seller's equip- ment to work with such components. Warranty of equipment/services packages is contingent upon receipt of adequate information on the user's distri- bution system, sufficiently detailed to prepare a technical analysis. The seller is not liable if an act of nature or parties beyond S&C's control negatively impact performance of equip- ment/services packages; for example, new construction that impedes radio communication, or changes to the distribution system that affect protection systems, available fault currents, or system loading characteristics. END USER LICENSE AGREEMENT:: The end user is granted a nontransferable, non-sublicensable, nonexclusive license to use the LinkStart Connection Management Software, IntelliLink Remote Setup Software, IntelliTeam Automatic Restoration Software, Loop Restoration Software, and/or other software furnished with an IntelliRupter PulseCloser Fault Interrupter only upon acceptance of all the terms and conditions of the seller's end user license agreement set forth in Price Sheet 155. How to Order 1. Obtain the catalog number of the desired IntelliRupter fault interrupter from Tables 1 and 2 on pages 8 and 9. 2. Add the suffix of the desired control power source option from Table 3 on page 10. 3. Add the suffix of the desired control group option from Table 6 on page 11. 4. Add the suffix(s) of desired optional features and special optional features from Tables 7 and 8 on pages 12 through 14. 5. If wide-area network capability is desired for the Standard Control Group, Standard Control Group with Battery Backup, or Universal Control Group, add the suffix of the desired communication device from Table 9 on page 14. 6. If a mounting pedestal is desired for a substation application, obtain the catalog numbers of the desired mounting pedestal and anchor bolts from Table 11 on page 15. Four anchor bolts are required per mounting pedestal. 7. Obtain the catalog number of the desired connectors from Table 12 on page 16. Six connectors are required per IntelliRupter fault interrupter. 8. Obtain the catalog numbers of desired accessories from Table 13 on pages 16 and 17. S&C Specification Bulletin 766-31 606 S&C IntelliRuptero PulseClosero Fault Interrupter Table 1. Non-Disconnect Style InteiliRupter PulseCloser Fault Interrupterspp Standard Ratings kV Amperes, RMS Mounting Configuration Mounting/ Operating Catalog NumberQ ArrangementQ Max BIL Cont.Q Interrupting Symmetrical Upright-Crossarm ~ 15.5 110 16 OOOQQ 248112 ED-856 27 38 125 170 630 12 500QQ 12 500Q 248113 248114 L.__J Compact-CrossarmQ6 ~~ C ~~ r 4 ~ ~ - — — - — - ED-855 15.5 110 16 000Q 248612 ~ ~~ ' 0 --- ED-855 27 125 630 12 500Qs 248613 . ~ ~~~ --~ -- ----~ --~ g _.. ~ ~. QQ For adequate power to be available from the integral power module(s), the base of the IntelliRupter fault interrupter must be grounded. Q2 When applied on a system that is not solidly grounded, uni-grounded, grounded through a grounding transformer, or resonant-grounded through a Peterson coil, total system phase-to-ground capacitance must be sufficient to reduce the neutral-voltage shift produced by the integral power module(s). Refer to the nearest S&C Sales Office. Q3 The Standard Mounting arrangement is designated by the erection drawing (ED) number shown. Q4 Allowable continuous current capability: 800 amperes with a minimum wind velocity of 2 ft./sec. ~5 Includes on-site user training on setup, configuration, and operation of IntelliRupter fault interrupter. These services apply to first-time orders only; they can be provided for subsequent orders as indicated in Table 14 on page 18. ~6 Required external power supply, catalog number suffix "-P300" or "-P350" ~7 24.8-kA asymmetrical interrupting and making. Q8 20-kA asymmetrical interrupting and making. ~ ED-850 for pole mounting, ED-852 for pedestal mounting. S&C Specification Bulletin 766-31 607 S&C IntelliRuptero PulseClosero Fault Interrupter Table 2. Disconnect Style IntelliRupter PulseCloser Fault Interrupters00 Standard Ratings kV Amperes, RMS Mounting Configuration Mounting/ Catalog Max BIL Cont.Q Interrupting Operating ArrangementQ NumberQ Symmetrical Upright-Crossarm F- --~ ~' 15.5 110 16 OOOQQ 248122 * 27 125 630 12 500QQ 248123 ED-857 38 170 12 500QQ 248124 ::: s : L-_.J QQ For adequate power to be available from the integral power module(s), the base of the IntelliRupter fault interrupter must be grounded. ~2 When applied on a system that is not solidly grounded, uni-grounded, grounded through a grounding transformer, or resonant-grounded through a Peterson coil, total system phase-to-ground capacitance must be sufficient to reduce the neutral-voltage shift produced by the integral power module(s). Refer to the nearest S&C Sales Office. Q3 The Standard Mounting arrangement is designated by the erection drawing (ED) number shown. Q4 Allowable continuous current capability: 800 amperes with a minimum wind velocity of 2 ft./sec. Q5 Includes on-site user training on setup, configuration, and operation of IntelliRupter Fault Interrupter. These services apply to first-time orders only; they can be provided for subsequent orders as indicated in Table 14 on page 18. Q6 24.8-kA asymmetrical interrupting and making. ~7 20-kA asymmetrical interrupting and making. * ED-851 for pole mounting, ED-853 for pedestal mounting. S&C Specification Bulletin 766-31 608 S&C IntelliRuptero PulseClosero Fault Interrupter Table 3. Control Power Source—One Control Power Source Must Be Specified Control Power Source Voltage Range, kV L-L Suffix to be Added to Catalog Number Integral power modules for use on 60-Hz systems One integral power module fed from one phase on one side 7.5-9.2 -P161 10.8-15.9 -P162 18.7-27.4 -P163 16.0-22.0 -P164 23.8-38.0 -P165 One integral power module fed from one phase on one side plus an external power supplyQQ 7.5-9.2 -P361 10.8-15.9 -P362 18 ~_2~ 4 -P363 16.0-22.0 -P364 23.8-38.0 -P365 Two integral power modules fed from a different phase on both sides 7.5-9.2 -P261 10.8-15.9 -P262 18.7-27.4 -P263 16.0-22.0 -P264 23.8-38.0 -P265 Two integral power modules fed from a different phase on both sides plus an external power supplyQQ 7.5-9.2 -P461 10.8-15.9 -P462 18.7-27.4 -P463 16.0-22.0 -P464 23.8-38.0 -P465 External power supply only~i — -P300 Integral power modules for use on 50-Hz systems One integral power module fed from one phase on one side 9.0-12.1 -P151 13.5-19.6 -P152 1g.0-26.0 -P153 23.0-33.0 -P154 29.7-38.0 -P155 One integral power module fed from one phase on one side plus an external power supply Qi 9.0-12.1 -P351 13.5-19.6 -P352 1g.0-26.0 -P353 23.0-33.0 -P354 29.7-38.0 -P355 Two integral power modules fed from a different phase on both sides 9.0-12.1 -P251 13.5-19.6 -P252 1g,0-26.0 -P253 23.0-33.0 -P254 29.7-38.0 -P255 Two integral power modules fed from a different phase on both sides plus an external power supplyQ 9.0-12.1 -P451 13.5-19.6 -P452 18.0-26.0 -P453 23.0-33.0 -P454 29.7-38.0 -P455 External power supply only~i — -P350 Field-installed power source—Choose options from Table 5. -P000 QQ The external power supply accepts 90 Vac to 259 Vac, 50/60-Hz, primary source input; and accepts 90 Vac to 259 Vac, 50/60 Hz; 19 Vdc to 60 Vdc; or 100 Vdc to 360 Vdc, secondary source input. Table 4. Interrupter Options Item Suffix to be Added to Catalog Number 15.5-kV IntelliRupter fault interrupter furnished with interrupters tested and certified to meet 27 kV -Z3 15.5-kV IntelliRupter fault interrupter furnished with interrupters tested and certified to meet 38 kV 27.0-kV IntelliRupter fault interrupter furnished with interrupters tested and certified to meet 38 kV 10 S&C Specification Bulletin 766-31 609 S&C IntelliRuptero PulseClosero Fault Interrupter Table 5. Integral Power Modules for field installation Description Voltage Range, kV L-L, 50 Hz Voltage Range, kV L-L, 60 Hz Catalog Number Integral power module kit 29.7-38 23.8-38 SDA-5758-1 Integral power module kit 23-33 18.72-27 SDA-5758-2 Integral power module kit 18-26 16-22 SDA-5758-3 Integral power module kit 13.5-19.6 10.8-15 SDA-5758-4 Integral power module kit 9-12.1 7.5-9.2 SDA-5758-5 External power supply—Use when system voltage is below 7.5 kV 60Hz, 9 kV 50Hz, or with apedestal-mounted IntelliRupter fault Interrupter in a substation. Enables use of preferred and alternate control power sources, and can be installed in combination with integral power modules. Preferred source input voltage range is 90-159 Vac, 50/60 Hz, alternate source input voltage range is 90-159 Vac, 50/60 Hz, 19-60 Vdc, or 100-360 Vdc SDA-4910 Table 6. Control Groups—One Control Group Must Be Specified Item Suffix to be Added to Catalog Number Standard Control Grou~For IntelliTeam SG Automatic Restoration, automatic source transfer, automatic loop restoration, SCADA, and stand-alone (non-communicating) applications. Includes IntelliTeam SG Bronze Level Software. Optional IntelliTeam SG Silver Level Software provides suitability for basic closed-loop applications. Optional IntelliTeam SG Gold Level Software provides suitability for basic closed-loop applications and applications on systems with three or more sources. No batteries are required for stand-alone applications and application with operating times of 30 seconds or less; ac line voltage must be available on the side of the IntelliRupter fault interrupter with the integral power module or control power must be available from the -CO external power supply, if furnished. Specify communication device, if required for the application, from Table 9 on page 14. All team devices must be furnished with the same type of communication device. IntelliTeam Designer Configuration and License Management Software is required to activate IntelliTeam SG software Standard Control Group with Battery Backup—Identical to the Standard Control Group but additionally includes batteries that support operation for a minimum of four hours after loss of ac line voltage on both sides of IntelliRupter Fault Interrupter, permitting extended dead-line switching. Specify communication device, if required for the application, from Table 9 on page 14. All team devices must be furnished with the 'C1 same type of communication device. IntelliTeam Designer Configuration and License Management Software is required to activate IntelliTeam SG Software Universal Control Group—Identical to the Standard Control Group with Battery Backup. Includes either IntelliTeam SG Gold Level Software and IntelliTeam Designer Configuration and License Management Software or IntelliTeam II Software License, as specified. For IntelliTeam SG Automatic Restoration System specify one IntelliTeam Design Slot part number 008-007006-01 and one IntelliRupter PulseCloser Fault Interrupter Gold License part number 008-007101-01. This license requires an IntelliTeam SG qualified communication device from the communication device options listed in Table 9 on page 14. For IntelliTeam II Automatic Restoration System specify one IntelliTeam Design Slot part number 008-007006-03~ and one IntelliRupter -~~ PulseCloser Fault Interrupter IntelliTeam II License part number 008-007106-01. This license requires an IntelliTeam II qualified communication device from the communication device options listed in Table 9 on page 14. When ordering enter the selected licenses as separate line items as included in the above and specify communication device, if required for the application, from Table 9 on page 14. All team devices must be furnished with the same type of communication device ¨ The 008-007106-01 license should not to be confused with IntelliTeam SG Automatic Restoration System operating in IntelliTeam II mode. Intel- IiTeam SG Automatic Restoration System operating in IntelliTeam II mode requires an IntelliTeam SG Automatic Restoration System qualified commu- nication device. S&C Specification Bulletin 766-31 11 610 S&C IntelliRuptero PulseClosera Fault Interrupter Table 7. Optional Features Item Suffix to be Added to Catalog Number Bracket-mounted antenna—Bracket extends Includes 900-MHz, 3-d6d gain, omnidirectional 25-inch (635-mm) fiberglass antenna with female N-Type connector, coax cable, and mounting hardware _B1 Includes 900-MHz, 9-dBd gain, directional Yagi antenna with female N-Type connector, coax cable, and mounting hardware B2four feet (1219 mm) horizontally from the bottom of InteiliRupter fault interrupter base. Can be mounted on either side of the base Bracket only, suitable for mounting a variety of user-furnished antennas. Includes coax cable with male N-Type connector and mounting hardware _B3 Spanish -L51 Portuguese -L52 Foreign language labels and screens French -L53 Chinese -L54 Arabic -L55 International crating—Wood products used in packaging are either hardwood or certified by the wood supplier as being "heat treated" (kiln dried) to a core temperature of 133°F (56°C) for a minimum of 30 minutes L71 Shipping crate with increased fork space -L72 3 kV, 2.55 kV MCOVQQ -M9 6 kV, 5.1 kV MCOV Q4 -M10 MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal-oxide surge arresters—factory-installed and wired on the 9 kV, 7.65 kV MCOVQa -M1 10 kV, 8.4 kV MCOVQa -M2 load side of the compact-style IntelliRupter fault interrupter. Arresters include insulated mounting brackets and integral ground-lead disconnects. 12 kV, 10.2 kV MCOV Qa -M3 15 kV, 12.7 kV MCOV~ -M4 18 kV, 15.3 kV MCOV~a -M5 Arresters are solidly grounded to IntelliRupter fault interrupter base; a separate ground scrap between arresters is not neededQQ 21 kV, 17.0 kV MCOV Qa -M6 24 kV, 19.5 kV MCOVQQ -M7 27 kV, 22.0 kV MCOV~ -M8 FOR FOOTNOTES SEE PAGE 13 ► 12 S&C Specification Bulletin 766-31 611 S&C Intellil2uptero PulseClosero Fault Interrupter Table 7.Optional Features—Continued Item Suffix to be Added to Catalog Number MacLean Power Systems Zforce Type ZHP (heavy duty) polymer-housed metal- oxide surge arresters—factory-installed and wired on both sides of the IntelliRupter fault interrupter. Arresters include insulated mounting brackets and integral ground-lead disconnects. Arresters are solidly grounded to IntelliRupter fault interrupter base; a separate ground strap between arresters is not neededQS 3 kV, 2.55 kV MCOV Q4 -N9 6 kV, 5.1 kV MCOV Q4 -N10 9 kV, 7.65 kV MCOV Q4 -N1 10 kV, 8.4 kV MCOV Qa -N2 12 kV, 10.2 kV MCOVQa -N3 15 kV, 12.7 kV MCOV Qa -N4 18 kV, 15.3 kV MCOV Qa -N5 21 kV, 17.0 kV MCOVQa -N6 24 kV, 19.5 kV MCOV~a -N7 27 kV, 22.0 kV MCOVQ4 -N8 30 kV, 24.0 kV MCOVQ4 -N11 36 kV, 29.0 kV MCOVQ -N12 Ten-year IntelliRupter fault interrupter warranty—In lieu of standard twr~-year warranty. Matches standard 10-year warranty for control groups _T1 Wildlife protection For Non-Disconnect Style IntelliRupter fault interrupter -W1 For Disconnect Style IntelliRupter fault interrupter -W2 Q A whip antenna is not provided when this option is specified. If a whip antenna is needed for testing or temporary use, specify catalog number 904-000071-00. Q All labels are available. Contact the nearest S&C Sales Office for screen availability. Q The "-M" option suffixes are only used with compact-style units catalog numbers 248612 and 248613. Compact-style units rely on the substation bus for protection on the source side, and the "-M" option suffix only provides arresters on the load side. Q MCOV=Maximum Continuous Operating Voltage, RMS. MCOV must >_ 1.2 x actual line-to-ground voltage, RMS. Q The "-N" option suffixes are not used with compact-style units Catalog Numbers 248612 and 248613. S&C Specification Bulletin 766-31 13 612 S8cC IntelliRuptero PulseClosero Fault Interrupter Table 8. Special Optional Feature Item Suffix to be Added to Catalog Number Reversed colors for interrupter OPEN/CLOSED indicators and OPEN/CLOSE/READY lever (green for closed, red for open) -F2 Table 9. Communication Devices for IntelliTeam SG, IntelliTeam II, Automatic Source Transfer, and SCADA Applications Suffix to be Item Added to Catalog Number Communication Devices Suitable for IntelliTeam SG, IntelliTeam II, Automatic Source Transfer, and SCADA Applications Factory-installed and wired S&C SpeedNet Radio, providing high-speed network communication via DNP 3.0 protocol, and 900-MHz, R80 5-dBi gain antenna with male N-Type connector~2 ~3 Factory-installed and wired SpeedNet SDR 4 Software Defined RadioQQ -R254 Factory-installed and wired SpeedNet SDR 4x4 Software Defined Radio Q6 -R256 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps multi-mode LC transceiver 550 m, 850 nm, low-voltage (input 9-36 Vdc) -R2~8 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps multi-mode LC transceiver 2K M, 1310 nm, low-voltage (input 9-36 Vdc) -R279 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps single mode LC transceiver 10 KM, 1310 nm, low-voltage (input 9-36 Vdc) -R280 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps single mode LC transceiver 30 KM, 1310 nm, low-voltage (input 9-36 Vdc) -R281 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps single mode LC transceiver 60 KM, 1310 nm, low-voltage (input 9-36 Vdc) _R282 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 120-Mbps single mode LC transceiver 100 KM, 1550 nm, low-voNage (input 9-36 Vdc) _R283 Factory-installed and wired iS5 Comm. Inc. - iES6 module with 2-SFP 100-Mbps single mode LC transceiver 120 KM, 1550 nm, low-voltage (input 9-36 Vdc) -R284 Factory-installed and wired SpeedNetT~•' Radio and SpeedNetT~~' Cell Edge Gate~vay~ -R322 Provisions only for SpeedNet SDR 4 Software Defined RadioQQ -R255 Provisions only for SpeedNet SDR 4x4 Software Defined RadioQQ -R257 Provision only for iS5 Comm. Inc. - iES6 module — multimode LC transceiver use -Customer must provide an iES6 module with 2-SFP LC _R276 transceivers. Provision only for iS5 Comm. Inc. - iES6 module —single-mode LC transceiver use -Customer must provide an iES6 module with 2-SFP _R2~~ LC transceivers. Communication Devices Suitable for Automatic Source Transfer and SCADA Applications Only Factory-installed and wired UtiliNet Series IV IWR Radio, providing communication via DNP 3.0 protocol, and 900-MHz, 5-dBi gain -R67 antenna with male N-Type connectorOQ Communication Devices Suitable for Automatic Source Transfer and SCADA Applications Only Factory-installed and wired SpeedNet ME Mesh End-Point Radio -R240 Factory-installed and wired SpeedNetT"' Cell Edge Gateway -R320 Provisions only for SpeedNet ME Mesh End-Point Radio -R241 Factory-installed and wired single-mode Dymec 5843SHRT fiber-optic modemQ -R44 Factory-installed and wired multi-mode Dymec 5843HRT fiber-optic modemQ -R45 Provision only for single-mode Dymec 5843SHRT fiber-optic modemQ -R42 Provision only for multi-mode Dymec 5843HRT fiber-optic modemQ -R43 Factory-installed and wired MDS SD9 Radio ~ Factory-installed and wired MDS TransNET 900 transceiver and 900-MHz, 5-dBi gain antenna with male N-Type connectorQQ -R18 Factory-installed and wired MDS TransNET 900 transceiver with diagnostics and 900-MHz, 5-dBi gain antenna with male N-Type R19 connector~z Q3 FOOTNOTES CONTINUED ► 14 S&C Specification Bulletin 766-31 613 S&C IntelliRuptero PulseClosero Fault Interrupter FOOTNOTES CONTINUED FROM PREVIOUS PAGE Q These are the only wide-area network communication devices approved for use with IntelliRupter fault interrupter. For other communication devices, refer to the nearest S&C Sales Office. Qz Antenna mounts directly to IntelliRupter fault interrupter base. If a bracket-mounted antenna is desired instead, see Tabie 7 on page 12. Qs A female N-Type antenna connector, with integral surge suppressor, is mounted to InteiliRupter fault interrupter base. Qa A Singie-Mode Mating Connector and Termination Kit or a Single-Mode Liquid-Tight Cable Assembly must be specified. See Table 10. e Specify the appropriate catalog number suffix based on the frequency band range and application for the radio, from the following table. For exam- ple, fora 928- to 960-MHz MDS SD9 Radio for Ethernet and serial applica- tion, specify catalog number suffix "-R216CL." Frequency Band Range, MHz Application Suffix to be Added to Catalog Number 820 to 870 Serial -R216AK 928 to 960 -R216CK 928 to 960, 50-kHz Channel -R216DK 880 to 915 -R216EK 880 to 915, 50-kHz Channel _R216FK 850 to 860 / 926 to 936, -R216GK Transmit Low 850 to 860 / 926 to 936, -R216HK Transmit High Table 10. Fiber-Optic Connection Accessories Qs A Multi-Mode Mating Connector and Termination Kit or a Multi-Mode Liquid-Tight Cable Assembly must be specified. See Table 10. Q Please see Specification Bulletin 1075-31 for SpeedNet SDR and Speed- Net SDR 4x4 antenna options. Please see Specification Bulletin 1072-31 for SpeedNet Radio antenna options and 1076-31 for SpeedNet Cell Edge Gateway antenna options Qs Please see Specification Bulletin 1076-31 for SpeedNet Cell Edge Gate- wayantenna options. Frequency Band Range, MHz Application Suffix to be Added to Catalog Number 820 to 870 Ethernet and Serial -R216AL 928 to 960 -R216CL 928 to 960, 50-kHz Channel -R216DL 880 to 915 -R216EL 880 to 915, 50-kHz Channel -R216FL 850 to 860 / 926 to 936, -R216GL Transmit Low 850 to 860 / 926 to 936, -R216HL Transmit High 820 to 870 9710 Emulation -R216AM 928 to 960 -R216CM 928 to 960, 50-kHz Channel -R216DM 880 to 915 -R216EM 880 to 915, 50-kHz Channel -R216FM 850 to 860 / 926 to 936, -R216GM Transmit Low 850 to 860 / 926 to 936, -R216HM Transmit High Item Catalog Number Single-mode mating connector and termination kit—Includes connector hood, inserts, and fiber termination componentsQQ SD-6607 Multi-mode mating connector and termination kit—Includes connector hood, inserts, and fiber termination componentsQQ SD-6608 48-foot (1463-cm) single-mode liquid-tight cable assembly—Includes pre-terminated mating connector on one end and ST connector on other endQQ SD-6609 48-foot (1463-cm) multi-mode liquid-tight cable assembly—Includes pre-terminated mating connector on one end and ST connector on other endQQ SD-6610 Qi Requires Harting crimping tool for fiber-optic connector (glass fiber) SW 6.5, 4.95, and 3.0 mm, catalog number 20 99 000 1033. Q2 Custom-length cable assemblies can be furnished. Refer to the nearest S&C Sales Office for more information. Table 11. Mounting Pedestals and Anchor Bolts—For Substation Applications Item Catalog Number 9.5 feet (2896 mm) SDA-4813-1 Mounting Pedestal-8-inch x 8-inch (203 mm x 203 mm) galvanized steel tube construction 12 feet (3658 mm) SDA-4813-2 Anchor Bolts-1 pcs 1Ya-7 UNC-2A, 3 feet-8 inches (1118 mm). Four required per mounting pedestal S-81365-1 QQ Galvanized steel. Furnished with t~vo hex nuts and two flat washers to facilitate leveling the mounting pedestal. S&C Specification Bulletin 766-31 15 614 S&C IntelliRuptera PulseClosero Fault Interrupter Table 12. Connectors Illustration Description Accommodating Conductor Catalog Number ~~~ Bronze Body, Tin Plated, Single'/z-13 x 2'/z Galvanized Steel Bolt No. 2 solid (33.6 mm2) through 500 kc mil (335 mm2) stranded copper or aluminum 4740R1• ~~ . . ~.~ Aluminum-Alloy Body, Tin Plated, No. 2 solid (33.6 mm2) through 500 kc mil 4741 R2~ j' Two Yz-13 x 23/a Galvanized Steel Bolts (335 mm2) stranded copper or aluminum Provision only for compression connectors. Includes two Yz-13 x 2 Galvanized Steel Bolts 4581* • Connector suitable for hookstick handling. * Four-bolt compression connectors cannot be used with Wildlife Protection, catalog number suffix "-Wi" or "-W2" Table 13. Accessories Descrlptlon Catalog Number Battery charger output harness—For connecting battery pack to an 800-mA, current-limited 12-Vdc lead-acid 007-001551-01 battery charger Module handling fitting—For field installation and removal of protection and control module, and communication module, in IntelliRupter fault interrupter base. Attaches to hookstick with universal fitting. Includes prong for operating IntelliRupter 4450 fault interrupter levers Module stub handle—For installation and removal of protection and control module, and communication module, in IntelliRupter fault interrupter base—in user's service center or lab. When permitted by utility operating practice, this handle can be used by a gloved 4435 individual to install and remove modules in the field Pre-configured laptop computer—l4-inch Dell computer with 2-MB RAM, 80-GB hard drive, and factory-loaded IntelliLink Setup SDA-5697 Software (not available for sale outside the United States) Wi-Fi tester. Simulates connection to communication module. Confirms user's laptop computer is properly configured to establish secure Wi-Fi connection to IntelliRupter fault interrupter. Also demonstrates use of Wi-Fi security keys. For indoor use only, in user's service 908-000961-01 center or lab Detailed instruction manual—Binder containing printed copies of all IntelliRupter fault interrupter instruction sheets, erection drawings, RD-6949 and reference drawings (detailing, for example, installation of optional features such as surge arresters and bracket-mounted antennas) Spare protection and control module SDA-4540R2 Spare communication module—Less battery pack and radio SDA-4554-1 Spare 12-Vdc, 8-ampere-hour battery pack for communication module SDA-4605 SEL AutoRANGER Model AR8-OH faulted-circuit indicators, set of three—Detects and provides visible indication SDA-4625 of fault current passage. User-installed on each phase conductor. Eight-hour reset time Docking station—Powers protection and control module, and communication module, removed from IntelliRupier fault interrupter base. Permits uploading and downloading of configuration settings, plus programming of radio and charging of radio batteries, as applicable, SDA-4650R2 in user's service center or lab Indoor power supply—Attaches to external power supply connector in base. Powers protection and control module, and communication module, for pre-installation uploading and downloading of configuration settings, plus radio programming and battery charging, as TA-3221 applicable. For indoor use only, in user's service center or lab. Input voltage range is 88-264 Vac, 50/60 Hz TABLE CONTINUED ► 16 S&C Specification Bulletin 766-31 615 SPCC IntelliRuptero PulseClosero Fault Interrupter Table 13. Accessories—Continued Description Catalog Number 900-MHz 5-dBi gain antenna, N-type male connector 904-000071-00 LinkStart security dongle 904-002216-01 iS5 Comm. Inc. - iES6 module only with conformal coating, power terminal block and OB9 console cable, low-voltage 9-36 Vdc, LC connector 110-003780-01 SFP 100-Mbps multimode LC transceiver 550 m, 850 nm 110-003774-01 SFP 100-Mbps multimode LC transceiver 2 km, 1310 nm 110-003774-02 SFP 100-Mbps single-mode LC transceiver 10 km, 1310 nm 110-003774-04 SFP 100-Mbps single-mode LC transceiver 30 km, 1310 nm 110-003774-05 SFP 100-Mbps single-mode LC transceiver 60 km, 1310 nm 110-003774-06 SFP 100-Mbps single-mode LC transceiver 100 km, 1550 nm 110-003774-07 SFP 100-Mbps single-mode LC transceiver 120 km, 1550 nm 110-003774-08 iS5 Comm. Inc. — iES22GF industrial Ethernet switch, High voltage (input 130-370 Vdc or 90-264 Vac), 8 - 10/100/1000 base TX RJ45 ports, 4 - GSFP 110-003777-01 iS5 Comm. Inc. — iES22GF industrial Ethernet switch, low-voltage (input 9-36 Vdc), 8 - 10/100/1000 base TX RJ45 ports, 4 - GSFP 110-003778-01 iS5 Comm. Inc. — iDS3 industrial single port RS232/422/485 to Ethernet serial device server, low-voltage (input 9-36 Vdc), 1-serial port, 2-10/100 base TX RJ45 Ports 110-003779-01 S&C Specification Bulletin 766-31 17 616 S&C IntelliRuptero PulseClosero Fault Interrupter Table 14. IntelliRupter PulseCloser Fault Interrupter/Services Packages Item 15.5-kV InteiliRupter PulseCloser Fault Interrupter/Services Packages Each package includes Non-Disconnect Style IntelliRupter PulseCloser Fault Interrupters Catalog Number 248112-P262-C1-N4-R80-W1 or 248112-P262-C1-N4-R201-W 1. Each IntelliRupter fault interrupter includes two Integral Power Modules for use on 11.43-kV to 15.5-kV, 60-Hz systems, Standard Control Group with Battery Backup, with SpeedNet Radio, six 15-kV Surge Arresters, and Wildlife Protection. One SpeedNet Extension-Arm-Mounted Repeater Radio is also included. Services furnished include communication site survey, IntelliTeam SG factory acceptance testing, IntelliRupter fault interrupter training, IntelliTeam SG training, and IntelliTeam SG commissioning Three-Member Team Four-Member Team Five-Member Team Six-Member Team Seven-Member Team Eight-Member Team Nine-Member Team Ten-Member Team Eleven-Member Team Twelve-Member Team 25-kV IntelliRupter PulseCloser Fault Interrupter/Service Packages Each package includes Non-Disconnect Style IntelliRupter PulseCloser Fault Interrupters Catalog Number 248113-P263-C1-N8-R80-W1 or 248113-P263-C1-N8-R201-W1. Each IntelliRupter fault interrupter includes two Integral Power Modules for use on 18.81-kV to 27-kV, 60-Hz systems, Standard Control Group with Battery Backup, with SpeedNet Radio, six 27-kV Surge Arresters, and Wildlife Protection. One SpeedNet Extension-Arm-Mounted Repeater Radio is also included. Services furnished include communication site survey, IntelliTeam SG factory acceptance testing, IntelliRupter fault interrupter training, IntelliTeam SG training, and IntelliTeam SG commissioning Three-Member Team Four-Member Team Five-Member Team Six-Member Team Seven-Member Team Eight-Member Team Nine-Member Team Ten-Member Team Eleven-Member Team Twelve-Member Team 38-kV IntelliRupter PulseCloser Fault Interrupter/Service Packages Each package includes Non-Disconnect Style IntelliRupter PulseCloser Fault Interrupters Catalog Number 248114-P265-C1-N12-R80-W1 or 248114-P265-C1-N12-R201-W 1. Each IntelliRupter fault interrupter includes two Integral Power Modules for use on 23.8-kV to 38-kV, 60-Hz systems, Standard Control Group with Battery Backup, with SpeedNet Radio, six 36-kV Surge Arresters, and Wildlife Protection. One SpeedNet Extension-Arm-Mounted Repeater Radio is also included. Services furnished include communication site survey, IntelliTeam SG factory acceptance testing, IntelliRupter fault interrupter training, IntelliTeam SG training, and IntelliTeam SG commissioning Three-Member Team Four-Member Team Five-Member Team Six-Member Team Seven-Member Team Eight-Member Team Nine-Member Team Ten-Member Team Eleven-Member Team Twelve-Member Team 18 S&C Specification Bulletin 766-31 617 S&C IntelliRuptero PulseClosero Fault Interrupter Table 15. IntelliRupter Fault Interrupter Services Packages Item Catalog Number Communication site survey. Field testing to confirm that user-proposed IntelliRupter fault interrupter locations will provide acceptable communication between team members and head-end SCADA radio, if applicable. User should make available their engineer/technician AS100 responsible for the project IntelliTeam SG training. On-site training on functioning of the IntelliTeam SG Automatic Restoration System. Includes operations and AS101 engineering training sessions IntelliTeam SG commissioning. Ensures that IntelliRupter fault interrupters have been set up correctly and IntelliTeam SG is ready to be AS102 put into service IntelliTeam SG SCADA integration. Includes review of user's SCADA system, development of DNP points lists, coordination with the AS103 user's SCADA supplier, and review of SCADA database IntelliTeam SG factory-acceptance testing. Factory testing ensures that all information required for successful IntelliTeam SG implementation is gathered and understood prior to commissioning, Provides insight on how the IntelliTeam SG Automatic Restoration AS104 System will work on the user's system. User must travel to Chicago to witness the testing IntelliTeam SG monitoring. Ongoing remote monitoring ensures that IntelliTeam SG operation meets agreed-upon service levels. AS105 Minimum monitoring period is six months InteIllRupter Fault Interrupter maintenance. Includes inspection, testing, and battery replacement on a three-year interval AS106 IntelliRupter Fault Interrupter project and construction management. Includes IntelliRupter fault interrupter installation, construction AS107 oversight, and EPC projects Overcurrent protective device coordination study. Determination of appropriately rated protective devices and their settings, including those of IntelliRupter fault interrupters. Proper coordination minimizes the impact of short-circuits, by isolating faults as quickly as possible, AS108 while maintaining power to the rest of the system IntelliTeam SG device settings determination. Determination of these settings is essential to the successful implementation of AS109 IntelliTeam SG system and must be documented before factory acceptance testing and commissioning Loop-restoration training. Covers setup, configuration, and operation of IntelliRupter fault interrupters in a loop application comprised of AS110 normally closed IntelliRupter fault interrupters or conventional reclosers, with a normally open IntelliRupter fault interrupter switching point IntelliRupter Fault Interrupter training. Covers IntelliLink Setup Software; configuring IntelliRupter fault interrupter for use in an AS111 IntelliTeam SG, source-transfer, or loop-restoration system, as appropriate; use of security keys; and operation IntelliRupter Fault Interrupter secondary injection testing. Validates settings, functions, and logic of IntelliRupter fault interrupter AS112 protection and control module using Omicron testing equipment S&C Specification Bulletin 766-31 19 618 S&C IntelliRuptero PulseClosero Fault Interrupter IntelliRupter Fault Interrupter Ratings Table 16. Voltage Ratings Voltage Rating IntelliRupter Fault Interrupter Maximum Voltage Rating, kV 15.5 27 38 Lightning impulse withstand voltage, kV 110 125 170 Power frequency withstand voltage, dry, kV 50 60 70 Power frequency withstand voltage, wet, kV 45 50 60 Table 17. Current Ratings Current Rating IntelliRupter Fault Interrupter Maximum Voltage Rating, kV 15.5 27 38 Continuous current, amperes 630 630 630 Maximum continuous current with 2 ft./sec. minimum wind velocity, amperes 800 800 800 Short-circuit current, symmetrical, amperes 16 000 12 500 12 500 Making current, amperes, asymmetrical peak 31 000 31 000 31 000 Making current, amperes, asymmetrical, RMS 21 600 21 600 21 600 Loop-switching current, amperes 2 400 2 400 2 400 Cable charging current, amperes 10 25 40 Table 18. Number of Operations Operations Rating IntelliRupter Fault Interrupter Maximum Voltage Rating, kV 15.5 27 38 Number of operations at percent of interrupting rating 15-20 44 44 44 45-55 56 56 56 90-100 16 16 16 Number of load-switching operations, C-O 10 10 10 Number of line-charging operations, C-O 20 20 20 Number of cable-charging operations, C-O 20 20 20 Number of mechanical operations without maintenance, PulseClosing0 Technology disabled 10 000 10 000 2 000 20 S&C Specification Bulletin 766-31 619 S&C IntelliRuptero PulseClosero Faulfi Interrupter Table 19. Other Ratings Rating IntelliRupter Fault Interrupter Maximum Voltage Rating, kV 15.5 27 38 Operating temperature range, °C -40 to +40 -40 to +40 -40 to +40 Voltage sensor accuracy, % ±0.5 ±0.5 ±0.5 Current sensor accuracy, % t0.5 ±0.5 ±0.5 Time-current coordination curve accuracy, % ±2.0 ±2.p ±2.0 Ice breaking rating, inch (mm) .75 (19) .75 (19) .75 (19) Radio noise limit, FCC class A A A Table 20. IntelliRupter Fault Interrupter Certified Test Abstracts and Engineering Test Reports Description Description Standard CERT-696 Temperature rise IEEE C37.60-2003, IEC 62271-111:2005 CERT-697 Dielectric ratings, 15.5 and 27 kV IEEE C37.60-2003, IEC 62271-111:2005, IEEE C37.34-1994, IEEE 1291-1993, ANSI C93.1-1999 CERT-698 Symmetrical interrupting ratings, 15.5 kV, without PulseClosing Technology IEEE C37.60-2003, IEC 62271-111:2005 CERT-699 Switching current ratings IEEE C37.60-2003, IEC 62271-111:2005 CERT-700 Symmetrical interrupting ratings, 15.5 and 27 kV, with PulseClosing Technology IEEE C37.60-2003, IEC 62271-111:2005 CERT-701 Mechanical endurance ratings IEEE C37.60-2003, IEC 62271-111:2005 CERT-705 Loop switching capability IEEE C37.60-2003, IEC 62271-111:2005 CERT-706 Extreme ambient temperature IEEE C37.60-2003, CERT-719 Surge immunity ratings IEEE C37.60-2003, IEEE C37.90-1989, IEEE C37.90.2-2004, IEC 61000-4-4, -4, FCC Part 15, Subpart B, Section 15.109b CERT-722 Lightning arrester grounding, 15 kV IEEE C37.60-2003, CERT-766 Voltage and current metering accuracy IEEE C37.60-2003, IEEE C57.13 CERT-772 Symmetrical interrupting ratings, 15.5 kV, with PulseClosing Technology IEEE C37.60-2003, IEC 62271-111:2005 CERT-896 Symmetrical interrupting ratings, 38 kV IEEE C37.60-2012, IEC 62271-111:2012-09 CERT-897 Temperature rise ratings, 38 kV IEEE C37.60-2012, IEC 62271-111:2012-09 CERT-898 Dielectric ratings, 38 kV IEEE C37.60-2012, IEC 62271-111:2012-09 CERT-900 Mechanical endurance ratings, 38 kV IEEE C37.60-2012, IEC 62271-111:2012-09 TR 13737-A1 Instantaneous time-current curve determination, 27 kV IEEE C37.60-2003 TR 14893 Short circuiUshort time withstand current, 15 kV IEEE 1247-2005 S&C Specification Bulletin 766-31 21 620 SPCC Infelli~2uptero PulseClosero ~a~alt Interrupter Terminal Pad Detail 15-kV and 27-kV Non-Disconnect Style IntelliRupter Faulf Interrupter (shown without optional Wildlife Protection, Catalog Number Suffix "-W1") Dimensions in inches (mm) Terminal Pad Detail 38-kV Non-Disconnect Sfyle IntelliRupter Fault Interrupter (shown without optional wildlife protection, catalog number suffix "-W1") Dimensions in inches (mm} 13/a (44) TYP. /, s 13) '/a (6) 22 S&C Specification Bulletin 766-31 621 SAC InfelliRuptero ~ulseClosero fault Interrupter Terminal Pad Detail 15~kV and 27-kV Disconnecfi Style IntelliRupter Fault Interrupter (shown without optional wildlife protection, catalog number suffix "-W2") Dimensions in inches (mm) 3/4 ~. 13/a 5/a (16) 1 Yz (38) 13/a (44) S&C Specification Bulletin 766-31 23 622 S&C IntelliRuptero PulseClosero Fault Interrupter Terminal Pad Detail 38-kV Disconnect Style IntelliRupter Fault Interrupter (shown without optional wildlife protection, catalog number suffix "-W2") Dimensions in inches (mm) ~ — —~ 24 S&C Specification Bulletin 766-31 623 S~C~ IntelliRuptero PulseClosero Fault Interrupter Non-Disconnect Style 15-kV and 27 kV IntelliRupter Fault Interrupter Upright-Crossarm Mounting Configuration ED-850, for pole mounting, is illustrated; ED-852, for pedestal mounting, is similar (top and front views shown with optional wildlife protection, catalog number suffix "-W1") Dimensions in inches (mm) T"OP VIEW Dimensions in inches (mm) FRONT VIEW 22~~8 (581) 493/$ (1254) 1 16'/a (410) S&C Specification Bulletin 766-31 25 624 SBcC intelli~uptero PulseClosero Faulf Interrupter Ratings Catalog Number Net Wt., Assembled, Lbs. (kg) kV Amperes, RMS Max BIL ContinuousQ Interrupting Symmetrical 15.5 110 16 000 248112 630 835 (379) 27 125 12 500 248113 Q 800 amperes with a minimum wind velocity of 2 ft./sec. Dimensions in inches (mm) '/a (6 213/s (543) '/a (6) ~~ Ir 12'/s 42'h ~318~ (1080) 29'h (749) ~ _ ~ .-~._ SIDE VIEW 26 S&C Specification Bulletin 766-31 625 SAC IntelliRuptero PulseClosero Fault Interrupter (Von-Disconnect Style 3~~kV IntelliRupfer Fault Interrupter Upright-Crossarm Mounting Configuration, ED-856 (top and front views shown with optional wildlife protection, catalog number suffix "-W1") Dimensions in inches (mm) a~ ,~Gus~ TOP VIEW Dimensions in inches (mm) ~v.~ (15~ aQ FRONT VIEW ~~ S&C Specification Bulletin 766-31 27 626 S&C IntelliRuptero PulseClosero Faulf Inferrupfer Ratings Catalog Number Net Wt., Assembled, Lbs. (kg) kV Amperes, RMS Max BIL Continuous Qi Interrupting Symmetrical 38 170 630 12 500 248114 890 (404) Q1 800 amperes with a minimum wind velocity of 2 ft./sec. Dimensions in inches (mm) SIDE VIEW 28 S&C Specification Bulletin 766-31 627 S&C IntelliRuptero PulseClosero Fault Interrupter Non-Disconnect Style 15-kV and 25-kV IntelliRupter Fault Interrupter Compact-Crossarm Mounfing Configuration, ED-855 (top and front views shown with optional wildlife protection, catalog number suffix "-W1"} Dimensions in inches (mm) 10'/a PEDESTAL ANGLES (2) (260) 3/gx 4x4 (9.5 x 102 x 102) O PEDESTAL ,: oar I ~ I 1 TOP VIEW Dimensions in inches (mm) 513/a (1314) 18 7'/a (457) ~4 $~►I (200) 4'/is ~~113)~ -~ ~' .D . 0 0 0 o A o ~,~. ~ a, ~ ~ e b D rZ3~4 r. ii i l I' ~I- - 4 ti ~i ii ~i ~~ ~I F~o~~-vi~w S&C Specification Bulletin 766-31 29 628 SPCC IntelliRuptero PulseClosero Fault Interrupter Ratings Catalog Number Net Wt., Assembled, Lbs. (kg) kV Amperes, RMS Max BIL Continuous Interrupting Symmetrical 15.5 110 16 000 248612 630 700 (318) 27 125 12 500 248613 QQ 800 amperes with a minimum wind velocity of 2 ft./sec. Dimensions in inches (mm) 40 (1( ~, s 0) 30 S&C Specification Bulletin 766-31 629 SAC Intelli~uptero PulseClosero Fault Interrupter Disconnect Style 15-kV and 27-kV In4elliFtupter Fault Interrupter Upright-Crossarm Mounting Configuration ED-851, for pole mounting, is illustrated; ED-853, for pedestal mounting, is similar (top and front views shown with optional wildlife protection, catalog number suffix "-W2") Dimensions in inches (mm) TOP VIEW Dimensions in inches (mm) S&C Specification Bulletin 7b6-31 31 630 S&C IntelliRupfera PulseClosero Fault Interrupter Ratings Catalog Number Net Wt., Assembled, Lbs. (kg) kV Amperes, RMS Max BIL Continuous~i Interrupting Symmetrical 15.5 110 16 000 248122 630 1033 (469) 27 125 12 500 248123 QQ 800 amperes with a minimum wind velocity of 2 ft./sec. Dimensions in inches (mm) SIDE VIEW rt ~/a (6) i-' 12y$ 433/a (3pg) (1111) 29'/2 (749) 32 S&C Specification Bulletin 766-31 631 S~cC Intelli~uptero PulseClosero Fault Interrupter Disconnec4 Style 3~~kV Intelli~upter Faulf Interrupter Upright~Crossarm Mounting Configuration, ED-~57 (top and front views shown with optional wildlife protection, catalog number suffix "-W2") Dimensions in inches (mm) as (2 ~E ~~u~~ (51) TOP VIEW Dimensions in inches (mm) 48 ~~ ~~9N~' VIEW S&C Specification Bulletin 766-31 33 632 S&C Intellil2uptero PulseClosero Fault Inferrupfer Ratings Catalog Number Net Wt., Assembled, Lbs. (kg) kV Amperes, RMS Max BIL ContlnuousQQ Interrupting Symmetrical 38 170 630 12 500 248124 1063 (482) QQ 800 amperes with a minimum wind velocity of 2 ft./sec. Dimensions in inches (mm) ~ — ^~ $IDE VIEW {76) 34 S&C Specification Bulletin 766-31 633 ~~CC IntelliRuptero Pulse~losero Faulf Interrupter Pole-Saddle Dimensions in inches (mm) 10'/s (257) ~~~ n u 2 DIA. (51) 25~/a (641) —~~ yo—' 13/,s (21) 223/s (568) S&C Specification Bulletin 766-31 35 634 S&C IntelliRuptero PulseClosero Fault Interrupter 15-kV and 25-kV IntelliRupter Fault Interrupter D Dimension Description Dry Arcing Distance, inches Leakage Distance, Leakage at 15 kV, Leakage at 27 kV, (mm)~ inches (mm) QZ mm/kVQQ mm/kVQz A Integral power module 14Ya (359) 34 (864} 575/a 32 B Interrupter 11~/z (292) 38 (965) 64~/a 353/a C Insulator 18 (457) 37 (940) 625/a 343/a D Push rod 15~s (389) 31Ya (794) 53 293/a QQ Dry arcing distance is the shortest distance between the metal surfaces separated by the insulator. QQ Leakage is the distance along the surface of the insulator. 36 S&C Specification Bulletin 766-31 635 SPCC IntelliRuptero ~ulse~l~sero Faulf Interrupter 38-kV IntelliRupter Fault Interrupter Dimensions in inches (mm) Dimension Description Dry Arcing Distance, inches (mm)Q Leakage Distance, inches (mm)~ Leakage at 38 kV, mm/kVQ A Integral power module 18 (457) 463/a (1178) 31 B Interrupter 12 (305) 463/a (1178) 31 C Insulator 16 (406) 463/s (1178) 30Ya D Push rod 18 (457) 47'/~ (1207) 313/a Q Dry arcing distance is the shortest distance between the metal surfaces separated by the insulator. 636 S&C IntelliRuptero PulseClosero Fault Interrupter SDA-4540 Protection and Control Module Weight 21 Ibs. (9.53 Kg) SDA-4554 Communication Module Weight 26 Ibs. (11.79 Kg) (with battery, less communication device) Requirements for Communication Device Maximum size, including connectors: 9'/z inches (241.3 mm) deep, 6'/a inches (158.8 mm) wide, 33/a inches (95.3 mm) high Voltage: 10.5-15.9 Vdc Maximum allowable average continuous power: s12 watts over a 10-second interval Peak transient current: 2 amperes for 500 milliseconds 14 (356) -.a e _~\\ e 63/a r (I \~\t (171), ~1`~ ° ~ ~ D ~,~v ~' Dimensions in inches (mm) 23~sa (52) 13~'/sa (341) 11 ~/2 (292) ?~ 38 S&C Specification Bulletin 766-31 637 3 Pacific Utilities c/o ABB $22,505.54 4 $90,022.16 14 Does not meet specifications 4 G&W Electric Company $27,650.00 4 $110,600.00 18 Does not meet specifications 5 One source Distributors c/o Cooper $30,981.32 4 $123,925.28 12 Does not meet specifications 1 One source Distributors c/o S&C $39,751.79 4 $159,007.16 18-20 Meets Specifications 2 S&C Electric Company $40,310.80 4 $161,243.20 18-20 Meets Specifications 3 Pacific Utilities c/o ABB $20,706.45 16 $331,303.20 14 Does not meet specifications 4 G&W Electric Company $26,405.00 16 $422,480.00 18 Does not meet specifications 5 One source Distributors c/o Cooper $34,801.64 16 $556,826.24 12 Does not meet specifications 1 One source Distributors c/o S&C $44,951.94 16 $719,231.04 18-20 Meets Specifications 2 S&C Electric Company $45,585.10 16 $729,361.60 18-24 Meets Specifications BID EVALUATION FORM CITY OF VERNON DEPARTMENT OF PUBLIC UTILITIES Automatic Reclosers AR-2018-1 7KV NOTESDELIVERY WEEKS TOTAL PRICE INCLUDING ALL TAXES & FEES $ BIDDER NAME NUMBER OF UNITS TOTAL PRICE INCLUDING ALL TAX & FEES Automatic Reclosers AR-2018-1 16KV DELIVERY WEEKS NOTESBIDDER NAME TOTAL PRICE INCLUDING ALL TAXES & FEES $ NUMBER OF UNITS TOTAL PRICE INCLUDING ALL TAX & FEES 638 City Council Agenda Item Report Agenda Item No. COV-273-2018 Submitted by: Anthony Zarate Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Award of a Services Agreement to Priority Building Services, LLC for Janitorial Services Recommendation: A. Find that awarding the contract to Priority Building Services, LLC 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 is not a “project’ as defined by CEQA Guidelines, Section 15378; and B. Approve a Services Agreement with Priority Building Services, LLC, in substantially the same form as submitted herewith, for a three (3) year term in an amount not-to-exceed $367,668 ($122,556 per year) for the City's janitorial services; and C. Authorize the City Administrator to execute the Services Agreement with Priority Building Services, LLC with an effective date of October 1, 2018. Backgroud: On April 18, 2018, the City Administrator authorized the release of a Request for Proposals (RFP) for janitorial services. The RFP was posted on the City’s website and advertised in the Huntington Park Bulletin. On May 31, 2018, the City received six (6) proposals in response to the RFP. The proposals were evaluated based on the rating criteria outlined in the RFP. The rating criteria takes into account the following factors: Price, qualifications, responsiveness to the RFP, and references. Ultimately, Priority Building Services, LLC. (“Priority”), was deemed as the most qualified firm based on the ranking criteria. Upon City Council approval, Priority shall provide janitorial services for City Hall, Petrelli Electric, the Power Plant and the Leonis Building. Staff recommends that Priority be awarded the contract for janitorial services. The proposed agreement has been reviewed and approved as to form by the City Attorney’s office. Fiscal Impact: Costs for the proposed agreement will be $122,556 annually or $367,668 for the entire three-year duration of the contract. Funds to cover the first year of service have been included in the 2018-2019 fiscal year budget adopted by the City Council and shall be included in the budget for subsequent years. ATTACHMENTS 1. Services Agreement with Priority Building Services, LLC 639 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND PRIORITY BUILDING SERVICES, LLC FOR JANITORIAL SERVICES COVER PAGE Contractor: Priority Building Services, LLC. Responsible Principal of Contractor: David Kraushaar, Vice President of Sales Notice Information - Contractor: Priority Building Services, LLC. 521 Mercury Lane Brea, CA 92821 Attention: David Kraushaar, V.P. of Sales Phone: (714) 255-2940 Facsimile: (714) 255-2952 Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall, Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 Commencement Date: October 1, 2018 Termination Date: September 30, 2021 Consideration: Total not to exceed $367,668.00 (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 640 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND PRIORITY BUILDING SERVICES, LLC FOR JANITORIAL SERVICES This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and Priority Building Services, LLC., a California limited liability company, (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on September 4, 2018. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals issued on or about April 26, 2018, Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated May 31, 2018, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 641 3 4.0 TERM. The term of this Contract shall commence on October 1, 2018, and it shall continue until September 30, 2021, unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed $367,668.00 without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 642 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 643 5 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary 644 6 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under 645 7 the performance of the services. iv. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. v. 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. vi. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. vii. 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. viii. 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 646 8 insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 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. 647 9 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to 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. 648 10 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 11.11 INTERPRETATION. 649 11 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if 650 12 drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Daniel Wall, Public Works Director 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: Priority Building Services Attention: David Kraushaar, V.P. of Sales 521 Mercury Lane Brea, CA 92821 651 13 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such 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 652 14 not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or 653 15 reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure 654 16 that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. [Signatures Begin on Next Page]. 655 17 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Carlos R. Fandino Jr., City Administrator Priority Building Services, LLC, a California limited liability company By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Brian Byun, Senior Deputy City Attorney 656 18 EXHIBIT A REQUEST FOR PROPOSALS 657 City of Vernon Request for Proposals (RFP) FOR JANITORIAL SERVICES City of Vernon PUBLIC WORKS DEPARTMENT 4305 Santa Fe Avenue, Vernon, CA 90058 Phone: (323) 583-8811 658 City of Vernon Janitorial Services Request for Proposals Page 2 of 32 June 2017 1. INTRODUCTION AND PROJECT The City of Vernon is requesting proposals from qualified contractors to conduct professional cleaning services at various locations in the City. The City will select one contractor, based on demonstrated competence and a cost effective approach to delivering professional level janitorial services. 2. BACKGROUND The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is located approximately 5 miles southeast of downtown Los Angeles California. Over its long history, Vernon has been developed as an industrial community. At the turn of the 20th century the lands that make up Vernon were comprised largely of farmlands. The presence of three major rail lines in the area led influential business and property owners to encourage the railroad companies to run spur lines onto the farmlands. These rail extensions enabled the creation of an “exclusively industrial” city. By the 1920’s, Vernon was attracting large stockyards and meatpacking facilities. In the 1930’s, Vernon became the location of choice for many heavy industrial plants. As economic conditions changed over the decades, these large scale industrial operations have relocated out of Southern California and Vernon has attracted smaller, lighter industrial facilities. The City’s business friendly environment, low cost utilities and key location for trucking and rail transport continue to position Vernon as an ideal location for industrial uses. City Government: The City Council consists of five members, elected at-large, who serve five-year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro Tem from its own membership to serve one-year terms. Labor Force: Vernon has approximately 280 employees, and its departments include a Fire Department, Police Department, Finance Department, Public Works Department, Public Utilities Department and Health and Environmental Control Department. Present bargaining units recognized include the Vernon Police Officers Benefit Association, Vernon Police Management Association, Vernon Firemen’s Association, the Vernon Fire Management Association, International Brotherhood of Electrical Workers Local 47, and Teamsters Local 911. 3. SCOPE OF SERVICES REQUIRED The City of Vernon is seeking the services of a highly qualified contractor to assist in: Providing janitorial services, as described below, at City Hall, Petrelli Building, Public Utilities Building, and the Public Works Building. The contractor shall utilize “green” (designed to preserve human health and environmental quality) cleaning products and methods whenever possible. A list of green products and/or methods to be utilized by the contractor shall be pre-approved by the City prior to use. 659 City of Vernon Janitorial Services Request for Proposals Page 3 of 32 June 2017 1. TOILET & LOCKER ROOMS: (Includes private toilet rooms) A. Daily: 1. Sweep and wet mop or scrub floors utilizing a cleaner - disinfectant. Sweeping, Damp Mopping Scrubbing: The floors shall be cleaned with a germicidal detergent solution, be free of dirt, water streaks, mop marks, string, gum, grease, tar, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and the corners clean. The contractor shall use designated mops for bathrooms, hallways, and break rooms. 2. Clean and sanitize all fixtures, including metal and chrome surface water closets, urinals, washbasins, shower stalls, mirrors, waste receptacles, shelving, dispensers, door knobs and wall surfaces, utilizing a germicidal detergent solution. Fixture Cleaning: All fixtures and metal surfaces (washbasins, urinals, toilets, lockers, shower stalls, etc.) shall be cleaned with an approved germicidal detergent solution. There shall be no dust, spots, stains, rust, green mold, encrustation, or excess moisture. 3. Empty waste receptacles and refill service/supplies, paper towel, soap, toilet paper and seat cover dispensers. Empty, clean and disinfect sanitary napkin receptacles; replace soiled bags with new ones. Collect soiled bags in separate containers for disposal. Black trash bags shall be used for regular trash dispensers and clear bags shall be used for recycled materials. Servicing: All supplies shall be provided, and waste receptacles and sanitary napkin dispenser’s emptied, cleaned, disinfected and new bags inserted. 4. Spot-clean other surfaces and dust horizontal surfaces. Spot-Cleaning: Smudges, marks or spots shall be removed without causing unsightly discoloration. Thorough Dusting: There shall be no dust streaks. Corners, crevices, moldings and ledges shall be free of all dust. There shall be no oils, spots or smudges on dusted surfaces caused by dusting tools. When inspected with a flashlight, there shall be no traces of dust on any surface. B. Weekly: 1. Wet mop and spray buff all resilient floors. Wet Mopping and Spray Buffing: Floors shall be free of streaks and mop- strand marks. There shall be no skipped areas. All walls, baseboards and other surfaces shall be free of splashing and markings from the equipment. The finished area shall have a uniform luster. 660 City of Vernon Janitorial Services Request for Proposals Page 4 of 32 June 2017 2. Wet wipe the full surface area of all stall partitions, doors, countertops, shelves, and wastepaper receptacles utilizing a multipurpose germicidal cleaner. Wet Wiping: All dirt, dust, water stains, spots, streaks, and smudges shall be removed from the surfaces. Prime and Treat Floor Drains: 3. Prime and treat floor drains with an approved liquid enzyme treatment to reduce odors and gas smells. C. Monthly: 1. Wet mop and wax all hard and resilient flooring in remaining room areas. Wet Mopping and Waxing: Damp mop and wax all hard and resilient flooring. The finished area shall have a uniform luster. Walls, baseboards and other surfaces shall be free of residue. Grout Lines: All grout lines shall be free of all stains and discoloration. The contractor shall use the proper cleaning agents and removal techniques to ensure the grout lines are kept in pristine condition. D. Quarterly: 1. Strip and apply four coats of floor finish to resilient floors using a non-slip floor wax. Stripping: All old finish or wax shall be removed. There shall be no evidence of gum, rust, burns or scuffmarks. There shall be no buildup of old finish or wax in corners or crevices. Finishing: Walls, baseboards and other surfaces shall be free of finish or waxy residue and marks from the equipment. Floors shall be free of streaks, mop strand marks. There shall be no skipped areas. 2. ROOM CLEANING: Includes all office areas, file rooms, conference rooms, kitchens, city council chambers, lounges, health units, executive gym, City yard gym and the corridor space adjacent to these areas. A. Daily: 1. Empty wastebaskets and remove trash to designated disposal area. Clean washbasins and mirrors, as necessary; supply paper towels where dispensers are provided. Clean the areas used for the collection of solid wastes. Wash or steam clean all cans used for collection of food remnants, inside and out. No chemicals or cleaners shall be used without the prior written consent of the Public Works Director. (Note: Carts and containers 661 City of Vernon Janitorial Services Request for Proposals Page 5 of 32 June 2017 used for the collection and/or storage of waste material shall be of non- combustible or flame resistant construction). Recyclable Waste Collection: All recyclable waste disposed of in designated recycling bins throughout the buildings shall be collected and removed to an area designated by the City. Lunch Rooms: Thoroughly germa-clean lunchroom floors including tables, chairs and counter tops with approved disinfectant. Solid Waste Collection: All solid waste generated in the building shall be collected and removed to an area designated for trash by the City. Porcelain Ware Cleaning: Washbasins shall be clean and bright; there shall be no dust, spots, stains, rust, green mold, encrustation, or excess moisture. Damp Wiping Mirrors: Mirrors shall be clean and free of dirt, dust, streaks and spots. 2. Clean interior of microwaves, sinks, ovens, stoves, refrigerators and coffee- pots. 3. Clean both sides of plate glass within the building: Interior Glass Cleaning: Glass shall be clean and free of dirt, dust, streaks, watermarks, spots and grime and shall not be cloudy. Cleaners shall be non- abrasive and special care shall be taken so that glass treatments (tinting) are not scratched. The contractor shall use a specified cleaner and towels, supplied by the City, to clean the bullet resistant glass in the Vernon Police Department. 4. In office areas, file rooms, conference rooms, and lounge areas sweep floors, vacuum carpet and extend the sweep or vacuum to remove obvious dirt from around and under furniture. Remove gum from under desks and workstations. Hepa Vacuuming: Carpet surfaces shall be free of obvious dirt, dust and other debris utilizing a Hepa equipped vacuum. Note: For the purpose of this contract, whenever the term carpet or carpeting is used, it is intended to include wall-to-wall carpeting as well as room size rugs and area rugs. Sweeping: Floor surfaces shall be free of obvious dirt or debris. Sweep with a chemically treated mop. Dusting: Available horizontal surfaces shall be free of obvious dust. Dust all blinds. Dust with a treated dust cloth all horizontal surfaces that are readily available and visibly require dusting. 662 City of Vernon Janitorial Services Request for Proposals Page 6 of 32 June 2017 Carpet Spotting: Excessive buildup spillages or crusted material shall be removed along with spots, smears and stains. There shall be no evidence of fuzzing caused by harsh rubbing or brushing. Cleaned areas shall blend with adjacent areas of carpeting. Spot cleaning shall be done according to manufacturer recommendations. 5. Damp mop and spray buff lounge areas, including kitchens. Damp Mopping and Spray Buffing: Floors shall be free of streaks, mop strand marks and skipped areas. Walls, baseboards and other surfaces shall be free of splashing and markings from the equipment. The finished area shall have a uniform luster. B. Weekly: 1. In office areas, file rooms, city council chambers, conference rooms and lounge areas thoroughly dust horizontal surfaces of furniture and all wall surfaces within approximately 70 inches of the floor and vertical surfaces and under surfaces (knee wells, chair rungs, table legs, etc.). Clean glass desktops. Vacuum all carpets. Thorough Dusting: There shall be no dust streaks. Corners, crevices, moldings and ledges shall be free of all dust. There shall be no oils, spots or smudges on dusted surfaces caused by dusting cycle. Wet Wiping (Glass Desk Top): Glass desktops shall be free of dirt, dust, streaks and spots. Thorough Vacuuming: Carpets, including corners, shall be clean and free from dust balls, dirt and other debris; nap on carpets shall lie in one direction upon completion of the vacuuming task. 2. Sweep full floor area. Thorough Sweeping: Floors shall be clean and free of trash and foreign matter. No dirt shall be left in corners, under furniture or behind doors. 3. Spot clean wall surfaces within approximately 70 inches of the floor. Spot Cleaning: Smudges, marks or spots shall be removed without causing unsightly discoloration. C. Monthly: 1. Wet mop and wax all hard and resilient flooring in remaining room areas: Wet Mopping and Waxing: Damp mop and wax all hard and resilient flooring. The finished area shall have a uniform luster. Walls, baseboards and other surfaces shall be free of residue. 663 City of Vernon Janitorial Services Request for Proposals Page 7 of 32 June 2017 Telephones: Use germicidal cleaner to clean all telephones. 2. In office areas, file rooms, and conference rooms, damp wipe glass in interior office doors, partitions and bookcases. D. Quarterly: 1. Strip and apply four coats of floor finish to all flooring using a non-slip wax. Stripping: All old finish or wax shall be removed. There shall be no evidence of gum, rust burns or scuffmarks. Finishing: Walls, baseboards and other surfaces shall be free of finish residue and marks from equipment. Floors shall be free of streaks, mop strand marks and skipped areas. The finished area shall have a uniform luster. 3. MAIN ENTRANCES, MAIN LOBBIES AND MAIN CORRIDORS A. Daily: 1. Sweep and damp mop bare floors, and vacuum carpeted floor areas. Clean and polish metal doorknobs, push bars, kick plates, railings and other metal surfaces; clean and polish wood handrails, doors and other wood surfaces; clean spots and marks off walls, dust all surfaces within approximately 70 inches from the floor. Thorough Sweeping: Floors shall be clean and free of trash and foreign matter. No dirt shall be left in corners, under furniture or behind doors. Thorough Vacuuming: Carpets shall be clean and free from dust balls, dirt and other debris; nap on carpets shall lie in one direction upon completion of the vacuuming task. Metal Polishing: Metal surfaces shall be free of smears, stains and finger marks. They shall be clean and bright and polished to a uniform luster. Wood Polishing: Wood surfaces shall be clean and free of smudges and residue. Spot Cleaning: Smudges, marks or spots shall be removed without causing unsightly discoloration. Thorough Dusting: There shall be no dust streaks. Corners, crevices, moldings and ledges shall be free of all dust. There shall be no oils, spots or smudges on dusted surfaces caused by dusting tools. 2. Damp mop and spray buff all hard and resilient floors. 664 City of Vernon Janitorial Services Request for Proposals Page 8 of 32 June 2017 Damp Mopping and Spray Buffing: Floors shall be free of streaks, and mop strands marks. There shall be no skipped areas. Walls, baseboards and other surfaces shall be free of splashing and markings from the equipment. The finished area should have a uniform luster. 3. Clean both sides of entrance door glass and glass surrounding entrance doors within reach. Glass Cleaning: All glass shall be clean and free of dirt, grime, dust, streaks, watermarks and spots and shall not be cloudy. B. Monthly: 1. All grout lines shall be clean and free of stains and discoloration utilizing proper cleaning agents and techniques to ensure they remain in pristine condition. C. Quarterly: 1. Clean and polish all door thresholds. Cleaning Thresholds: Thresholds shall be clean and free of oil, grease, dirt and grime. 2. Strip and apply four coats of floor finish to all hard and resilient floors using a non-slip wax. Stripping: All old finish or wax shall be removed. There shall be no evidence of gum, rust, burns or scuffmarks. Water solutions shall not be used on wood flooring. Note: Additional coats of finish may be required between quarterly applications in order to meet the quality requirements identified in Part 3 (Main Entrances, Main Lobbies and Main Corridors). Finishing: Walls, baseboards and other surfaces shall be free of finish residue and marks from equipment. Floors shall be free of streaks, mop strand marks and skipped areas. The finished area shall have a uniform luster. 4. STAIRWAYS: A. Three Times Weekly: (Mon-Wed-Fri) 1. Sweep or vacuum stair landings and steps; dust railings and ledges. Sweeping or Vacuuming Stairways: Landings and treads shall be free of dirt, dust, and other loose foreign matter. The contractor shall take precautions to ensure the non-slip tape is not damaged during cleaning operations. B. Monthly: 665 City of Vernon Janitorial Services Request for Proposals Page 9 of 32 June 2017 1. Wet mop or scrub steps, risers and landings; clean glass surfaces and polish bright metal and woodwork. Spot clean walls to a height of approximately 70 inches. Wet Mopping or Scrubbing: Steps, risers and landings shall be clean and free of dirt, water streaks, mop marks, string, gum, grease, tar, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and the corners clean. Cleaning (Glass): Glass shall be clean and free of dirt, dust, streaks and spots. Bright Metal Polishing: Bright metal surfaces shall have a polished and lustrous appearance. Spot Cleaning: Smudges, marks, or spots shall have been removed without causing unsightly discoloration. 5. PASSENGER ELEVATORS: A. Daily: 1. Clean all surfaces in the interior of the car, including floor track, and polish bright metal surfaces. Clean exterior surfaces of all doors and frames. Dusting (Interior Elevator Surfaces): All vertical and horizontal surfaces shall be clean and free of dirt and dust. Damp Wiping: Damp wipe interior and exterior elevator surfaces using a multipurpose germicidal cleaner. All surfaces shall be clean and free of finger marks and smudges. Cleaning (Elevator floor track): Floor tracks shall be free and clean of dirt and grime, including miscellaneous debris. Bright Metal Polishing: Bright metal surfaces shall have a polished and lustrous appearance. Vacuuming: Elevator carpets shall be free of dust balls, dirt and other debris. Spot Clean Carpets: Carpets shall be kept free of any stains or spots. 6. DRINKING FOUNTAINS A. Daily: 1. Clean drinking fountains using appropriate cleaning agents. 666 City of Vernon Janitorial Services Request for Proposals Page 10 of 32 June 2017 Cleaning Drinking Fountains: The surfaces shall be clean and bright, and they shall be free of dust, spots, stains and streaks. Metal Polishing: Metal surfaces shall have a polished and lustrous appearance. 7. STORAGE SPACE/JANITORIAL ROOMS A. Monthly: 1. Sweep the full floor area: Thorough Sweeping: Floors shall be clean and free of trash and foreign matter. No dirt shall be left in corners, under furniture, or behind doors. 8. ENTRANCE A. Every Two Months: 1. No less than six times a year, clean and shampoo entrance rugs as required to maintain quality standards. Shampooing: Entrance rugs shall be clean and free of dirt, grime, stains, and excessive buildup and crusted material. 9. EXTERIOR WINDOWS A. ANNUALLY: 1. The exterior windows of City Hall, Public Works Building, Power Plant (first floor), Fire Station No. 77, and Petrelli Building shall be cleaned one (1) time annually on the following month:  June 10. MINI AND VERTICAL BLINDS A. ANNUALLY: 1. Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Washing: Both sides of blind slats shall be clean and free of dust and water. 2. Dust or vacuum all blinds at a 6-month interval from washing cycle. Dusting: Both sides of blind slats shall be free of dust. 11. HIGH CLEANING A. Monthly: 667 City of Vernon Janitorial Services Request for Proposals Page 11 of 32 June 2017 1. Clean surfaces and objects in the building approximately 70 inches or more from the floor. This includes but is not limited to the wall and ceiling areas, ventilating and air conditioning outlets, transoms, clocks, ceiling moldings, tops of partitions, overhead pipes, wall fans, pictures, plaques, wall or ceiling diffusers, file cases, bookcases, lockers, etc. Damp wipe and dry high surfaces such as transoms, clock glass, picture frames and glass, smudged areas surrounding air grilles, diffusers, etc. Drapes shall be vacuumed in place. High Cleaning: Surfaces shall be clean and free of dust. Where glass is present, both sides shall be clean and free of streaks. 12. MISCELLANEOUS REQUIREMENTS 1. Lights shall be used only in areas where and at the time when work is actually being performed. 2. Mechanical equipment controls for heating, ventilation, and air-conditioning systems shall not be adjusted by the workers. 3. Water faucets or valves shall be turned off after the required usage has been accomplished. 4. Windows shall be closed and lights and fans turned off when not in use. 5. Organize and train employees to participate in building fire and civil defense drills. 6. Report fires, hazardous conditions, and items in need of repair to the contracting officer's representative. 7. Lights shall be turned off in each location where nobody is remaining, including unoccupied restrooms and offices. Modular and/or Systems Furniture and Upholstered Furniture A. Monthly: 1. Thoroughly vacuum to remove embedded dirt and dust. Thorough Vacuuming: All modular systems and upholstered furniture shall be vacuumed completely to remove all dirt and dust. Spot Cleaning: Check and spot clean all modular desks and upholstered furniture with approved cleaner. All spot cleaning shall be done according to manufacture recommendations. 13. CARPET SHAMPOOING REQUIREMENTS 668 City of Vernon Janitorial Services Request for Proposals Page 12 of 32 June 2017 A. Weekly: 1. During the week, check and spot clean corridors, lobbies, individual areas, conference rooms, and all other carpeted areas on the floors as needed. Spot clean as per manufacturer recommendation. B. Bi-Annually: 1. All Carpeted areas in the City Hall, Power Plant offices and Petrelli building will be shampooed following the manufacturer’s recommended procedures. Carpet Shampooing: All carpets shall be clean, free of spots, spillages and removable stains. There shall be no evidence of fuzzing caused by harsh rubbing or brushing. Note: Furnishings moved during carpet shampooing shall be replaced in their original position. 4. QUALIFICATIONS & CRITERIA A. Qualifications: The City of Vernon will select one contractor for all of the outlined Scope of Service on the basis of qualifications, experience, and cost. The following are the minimum qualifications to be used to evaluate responses to this Request for Proposals: 1. The contractor shall have three (3) years of professional experience providing Janitorial Services in a government or commercial office space. 2. Have in place all labor, equipment, materials, tools, and supervision required to perform the work associated with this service. 3. Hold the necessary City, County, State, and Federal permits or licenses to perform this service. 4. The contractor shall carry insurance in accordance with the provisions set- fourth in Exhibit B (Sample Standard Form Contract). 5. The contractor shall provide a call out list with regularly updated telephone numbers to handle emergency or unusual janitorial services. 6. The contractor shall provide a schedule for monthly and yearly cleaning activities. 7. The contractor shall provide a list of all employees and their supervisors who may work upon the City’s premises. All of contractor’s employees must successfully complete a background investigation by the Vernon Police Department, which includes a fingerprint Live-Scan process. The Live-Scan cost will be incurred by the contractor. 669 City of Vernon Janitorial Services Request for Proposals Page 13 of 32 June 2017 8. The following products will be supplied by the City of Vernon for janitorial use and dispensing: Urinal tabs, paper towels, toilet paper, seat covers, liquid hand soap, trash bags and sanitary napkins. All other products required to perform the janitorial service as outlined shall be supplied by the contractor. The City reserves the right to specify the cleaning products to be supplied by the contractor. 9. A log sheet shall be provided by the City for each facility. All employees assigned by the contractor to work in each facility shall sign in at the beginning of the work shift and upon leaving that facility. 10. It is mandatory that the contractor have a night-time supervisor on duty 7 days a week and that a pager be issued to him/her. The pager number must be given to the Facilities Foreman or his/her designee on the effective date of the Agreement or before services under the Agreement are performed. 11. During and after janitorial services are performed, the contractor’s employees shall enter and leave only through specified locations. Contractor’s personnel shall check to be sure all doors and windows are closed and locked, so that the area is left in a secure condition to protect against unauthorized entry. 12. The contractor shall provide appropriate work uniforms for all personnel. Uniforms shall be worn at all times while performing work in City facilities. The name of the company Logo and the words “Janitorial Service” in large white letters must appear on the uniform. Each employee shall have a picture identification nametag with company name pinned on front of uniform at all times. 13. The work hours for each area shall be as follows: a) Public Works Building, City Yard Gym, City Hall 2nd and 3rd Floors: Monday through Thursday 1730 – 0400 hours. b) City Hall 1st and Basement Floors: Monday through Sunday 1730 – 0400 hours. c) Leonis Building: Monday through Friday 1200 – 1500 hours. d) Petrelli and Power Plant: Monday through Friday 1730 – 0400 hours. B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial evaluation of proposals received in response to this RFP. All proposals received will be reviewed and evaluated by a committee of qualified personnel. The name, information, or experience of the individual members will not be made available to any proposer. The Evaluation Committee will first review and screen all proposals submitted, except for the cost proposals, according to the minimum qualifications set forth above. The following criteria will be used in reviewing and comparing the 670 City of Vernon Janitorial Services Request for Proposals Page 14 of 32 June 2017 proposals and in determining the highest scoring bid: 1. 40% Qualifications, background and prior experience of the contractor in the Service Area(s) being proposed, experience of key staff assigned to oversee services provided to Vernon, evaluation of size and scope of similar work performed and success on that work. 2. 30% Cost and fees to the City for handling matters. Cost is not the sole determining factor but will be taken into consideration. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. If rates differ for different types or levels of service, or for different Service Areas, the Proposer should so state. 3. 10% Responsiveness to the RFP, and quality and responsiveness of the proposal. 4. 20% References including past performance of proposer. 5. FORMAT AND DELIVERY OF RESPONSE Respondents are asked to submit one (1) unbound original, five (5) hard copies and one (1) electronic copy (via email to azarate@ci.vernon.ca.us) of their proposals in sufficient detail to allow for a thorough evaluation and comparative analysis. The proposal should include, at a minimum, the following information in sectionalized format addressing all phases of the work in the RFP. A. Format: Limit your proposal to 20 typed 8.5” X 11” pages, or fewer, on white bond paper of at least 20-pound weight single sided (excluding cover letter and attachments. You may attach a firm brochure if you wish, but it must be as a separate attachment and independent from the required elements noted above. 1. Use a conventional typeface with a minimum font size of 12 points. Use a 1” margin on all boarders. 2. Organize your submittal in the order described above. 3. Prominently label the package: “RFP FOR JANITORIAL SERVICES” and include the name of the primary contact for the respondent. Deliver the response to: City of Vernon Attention: Anthony Zarate, Administrative Analyst 4305 Santa Fe Avenue Vernon, CA 90058 4. A non-mandatory job-walk will be held on Thursday, May 17, 2018 at 10:00am. Responses are due on or before 5:00 p.m. on May 31, 2018. Late responses will not be accepted. 671 City of Vernon Janitorial Services Request for Proposals Page 15 of 32 June 2017 5. If you have any questions about this RFP, please contact Anthony Zarate at (323) 583-8811 ext. 221. Please note that any questions asked and any response provided by Vernon will be sent to every person who will be submitting a proposal, to the extent the City is aware of them. B. Cover Letter: All proposals shall include a cover letter which states that the proposal shall remain valid for a period of not less than ninety (90) days from the date of submittal. If the proposal contemplates the use of sub-contractors, the sub- contractors shall be identified in the cover letter. If the proposal is submitted by a business entity, the cover letter shall be signed by an officer authorized to contractually bind the business entity. With respect to the business entity, the cover letter shall also include: the identification of the business entity, including the name, address and telephone number of the business entity; and the name, title, address and telephone number of a contact person during the proposal evaluation period. C. Introduction: Present an introduction of the proposal and your understanding of the assignment and significant steps, methods and procedures to be employed by the proposer to ensure quality deliverables that can be delivered within the required time frames and your identified budget. D. General Scope of Work: Briefly summarize the scope of work as the proposer perceives or envisions it for each Service Area proposed. E. [DELETED]. F. Fees and costs: Although an important aspect of consideration, the financial cost estimate will not be the sole justification for consideration. The Miscellaneous Janitorial Services on Page Nos. 24 through 29, items one (1) through twenty one (21), shall be submitted as part of the proposal. Negotiations may or may not be conducted with the proposer; therefore, the proposal submitted should contain the proposer’s most favorable terms and conditions, since selection and award may be made without discussion with any contractor. All prices should reflect “not to exceed” amounts per item. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. G. Ability of the Proposer to Perform: In addition to completing and submitting Attachments 1-4, provide a detailed description of the proposer and his/her/its qualifications, including names, titles, and past experience in similar work efforts/products of key personnel who will be working on the assignment. Provide a list of references. The selected contractor shall not subcontract any work under the RFP nor assign any work without the prior written consent of the City. H. Affidavit of Non-Collusion. Proposer must submit a completed and signed, “Affidavit of Non-Collusion.” (Copy attached as Exhibit A). 672 City of Vernon Janitorial Services Request for Proposals Page 16 of 32 June 2017 7. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION At any time prior to the due date for responses, the City may make changes, amendments, and addenda to this solicitation, including changing the date due to allow respondents time to address such changes. Addenda, changes, and amendments, if made, will be posted on the City’s website (www.cityofvernon.org), which is deemed adequate notice. A proposer may make a request to the City’s project coordinator to be placed on a list of persons to receive notice of any such addenda, changes, or amendments. The preferred manner of communications is via e-mail due to its timeliness. 8. CONDITIONS FOR RESPONSES TO RFP The following conditions apply to this RFP process: A. Nothing contained in this RFP shall create any contractual relationship between the respondent and the City. B. This RFP does not obligate the City to establish a list of service providers qualified as prime contractors, or award a contract to any respondent. The City reserves the right to amend or cancel this RFP without prior notice, at any time, at its sole discretion. C. The City shall not be liable for any expenses incurred by any individual or organization in connection with this RFP. D. No conversations or agreements with any officer, agent, or employee of the City shall affect or modify any terms of this RFP. Oral communications or any written/e-mail materials provided by any person other than designated contact staff of City shall not be considered binding. E. The City reserves the right, in its sole discretion, to accept or reject any or all Proposals without prior notice and to waive any minor irregularities or defects in a Proposal. The City reserves the right to seek clarification on a Proposal with any source. F. The dates, times, and sequence of events related to this RFP shall ultimately be determined by the City. The schedule shown above is subject to change, at the sole discretion of the City, although the City will attempt to follow it and, if it must be altered, will attempt to provide reasonable notice of the changes. G. Respondents shall not issue any news release pertaining to this RFP, or the City without prior written approval of the City. H. All submitted proposals and information included therein or attached thereto shall become public record upon delivery to the City. 673 City of Vernon Janitorial Services Request for Proposals Page 17 of 32 June 2017 9. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST The City may, at its sole discretion and for any reason whatsoever, withdraw this solicitation at any time. 10. LIVING WAGE ORDINANCE The selected contractor shall pay qualifying employees a wage of not less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. The contractor shall also provide qualifying employees at least twelve days off per year for sick leave, vacation or personnel necessity, and an additional ten days a year of uncompensated time for sick leave. There shall be a prohibition on an employer retaliation against an employee’s complaining to the City with regard to the employer’s compliance with the living wage ordinance. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D” of the standard form contract, attached hereto as Exhibit B. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11. STANDARD TERMS AND CONDITIONS Prior to the award of any work hereunder, City and proposer shall enter into the written contract for services attached hereto as Exhibit B. Proposers responding to this RFP are strongly advised to review all the terms and conditions of the Contract. The term of the Contract shall not exceed three (3) years. 674 City of Vernon Janitorial Services Request for Proposals Page 18 of 32 June 2017 ATTACHMENTS 1. Attachment No. 1 – Proposer Checklist 2. Attachment No. 2 – Signature Page and Legal Status 3. Attachment No. 3 – Unit Price Proposal Form 4. Attachment No. 4 – Vendor List Questionnaire 675 City of Vernon Janitorial Services Request for Proposals Page 19 of 32 June 2017 ATTACHMENT NO. 1 PROPOSER’S CHECKLIST TO THE PROPOSER: The following list is provided for the convenience of both you and the City and help eliminate errors and omissions which may render your proposal unacceptable. Please check all appropriate boxes and submit with your proposal. ATTACHMENT NO. 1 - PROPOSER CHECK LIST ATTACHMENT NO. 2 - SIGNATURE PAGE AND LEGAL STATUS ATTACHMENT NO. 3 - UNIT PRICE PROPOSAL FORM ATTACHMENT NO. 4 - VENDOR LIST QUESTIONNAIRE FORM Proposals must submit ONE (1) UNBOUND ORIGINAL, FIVE (5) COPIES AND ONE (1) ELECTRONIC COPY of all proposal documents. All proposals shall be enclosed in sealed envelopes, distinctly marked ““RFP FOR JANITORIAL SERVICES” and the proposer’s name and address appearing on the outside. 676 City of Vernon Janitorial Services Request for Proposals Page 20 of 32 June 2017 ATTACHMENT NO. 2 SIGNATURE PAGE, LEGAL STATUS AND ACKNOWLEDGEMENT OF ADDENDA The Proposal shall be signed by an authorized signatory with his/her usual wet ink signature. An authorized signatory shall be one of the following: (1) Sole Proprietorship: An individual shall sign. (2) Partnership (General or Limited): A partner shall sign for a partnership; the partner shall give the names and addresses of all partners. (3) 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 Proposal 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 and corporate resolution conferring signature authority is attached. (4) Joint Venture: Proposers shall use the appropriate section(s) listed above based on their applicable situation. The undersigned certifies that he/she is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this proposal. Proposal by _____________________________________________________ (Name of Firm) Legal status of proposer: Please check the appropriate box _____Corporation State of Incorporation ______________________________ _____Partnership List Names _______________________________________ _____________________________________ _____ DBA State full name _________________________________DBA _____________________________________ ______________________________________ 677 City of Vernon Janitorial Services Request for Proposals Page 21 of 32 June 2017 _____Other Explain ___________________________________________ ___________________________________________ ___________________________________________ Respectfully submitted: Signature of Proposer_____________________ Title_________________________ (Authorized Signature) Address __________________________ City _________ State ______ Zip ______ Telephone No. ( ) ________________________________________________ License Number: _____________________ Date of Expiration: _______________ Date: ______________________ (SEAL - if Proposal is by a corporation) ADDENDUM NO. PROPOSER’S INITIALS 1. _____________ _______________ 2. _____________ _______________ 3. _____________ _______________ 678 City of Vernon Janitorial Services Request for Proposals Page 22 of 32 June 2017 INCUMBENCY CERTIFICATE Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Proposal Forms: PRESIDENT’S AND OFFICERS’ NAMES: 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 Proposal Forms. IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this ______ day of _____________, 20_____. _______________________ Print Secretary’s Name _______________________ Secretary’s Signature 679 City of Vernon Janitorial Services Request for Proposals Page 23 of 32 June 2017 ATTACHMENT NO. 3 UNIT PRICE PROPOSAL FORM INCLUDES ALL MISCELLANEOUS SERVICES For proposal comparison purposes, the total cost including the Leonis Building will be used. Submitted by: __________________________________ Address: ______________________________________ Signature: _____________________________________ FACILITY AREA IN SQUARE FEET MONTHLY COST City Hall Basement 5,250 $ City Hall First Floor 9,800 $ City Hall Second Floor 27,600 $ City Hall Third Floor 7,876 $ Petrelli Building 3,058 $ Power Plant 3,162 $ Public Works Building 3,895 $ City Yard Gym 750 $ TOTAL COST PER MONTH $ Leonis Building 2,812 $ TOTAL COST PER MONTH INCLUDING LEONIS BUILDING $ 680 City of Vernon Janitorial Services Request for Proposals Page 24 of 32 June 2017 MISCELLANEOUS JANITORIAL SERVICES (Not Additional Cost Items) The following items shall be deducted from the base proposal in the event the City determines, in its sole opinion, that the below scheduled maintenance events are not necessary. Modifications in Scope of Services must be authorized by City of Vernon prior to the commencement of work. In weighing proposals, the City will make that calculation based upon proposed price, before any deductions. 1. FLOORING: Strip and apply four (4) coats of floor finish to flooring. Flooring costs shall be inclusive to Item Nos. three (3) through twenty one (21), where applicable.  ITEM 1: Ceramic Tile: Cost Per Quarter Per Square Foot: ________  ITEM 2: Vinyl Tile: Cost Per Quarter Per Square Foot: ________  ITEM 3: Rubber Tile: Cost Per Quarter Per Square Foot: ________ 2. ENTRANCE AND ELEVATOR RUGS  ITEM 1: Clean and shampoo entrance and elevator rugs as required to maintain quality standards. This task shall be performed not less than six times a year. Cost Bi-Monthly: _________ 3. CITY HALL FIRST FLOOR - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 4. CITY HALL FIRST FLOOR - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. 681 City of Vernon Janitorial Services Request for Proposals Page 25 of 32 June 2017 Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: ________ 5. CITY HALL FIRST FLOOR - CARPET SHAMPOOING REQUIREMENTS (Bi- Annually)  ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: ________ 6. CITY HALL SECOND FLOOR - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 7. CITY HALL SECOND FLOOR - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: ________ 8. CITY HALL SECOND FLOOR - CARPET SHAMPOOING REQUIREMENTS (Bi- Annually)  ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: ________ 9. CITY HALL SECOND FLOOR - OUTDOORS 682 City of Vernon Janitorial Services Request for Proposals Page 26 of 32 June 2017  ITEM 1: Exterior Patio: Wipe down tables, remove trash and debris. Cost Daily:  ITEM 2: Exterior Patio: Mop floor. Cost Weekly:  ITEM 3: West Exterior Bridge: Remove debris from concrete ledges; sweep walkway, and vacuum entry doormat. Cost Daily:  ITEM 4: East Exterior Bridge: Remove debris from concrete ledges; sweep walkway, and vacuum entry doormat. Cost Daily: 10. CITY HALL THIRD FLOOR - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 11. CITY HALL THIRD FLOOR - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: ________ 12. CITY HALL THIRD FLOOR - CARPET SHAMPOOING REQUIREMENTS (Bi- Annually) 683 City of Vernon Janitorial Services Request for Proposals Page 27 of 32 June 2017  ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: ________ 13. PETRELLI BUILDING - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 14. PETRELLI BUILDING - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: ________ 15. PETRELLI BUILDING - CARPET SHAMPOOING REQUIREMENTS (Bi- annually)  ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: ________ 16. GAS & ELECTRIC - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 684 City of Vernon Janitorial Services Request for Proposals Page 28 of 32 June 2017 17. GAS & ELECTRIC - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: ________ 18. PUBLIC WORKS BUILDING - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 19. LEONIS BUILDING - WINDOWS AND GLASS  ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _________  ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _________ 20. LEONIS BUILDING - MINI AND VERTICLE BLINDS  ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _________  ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. 685 City of Vernon Janitorial Services Request for Proposals Page 29 of 32 June 2017 Cost Bi-Annually: ________ 21. LEONIS BUILDING - CARPET SHAMPOOING REQUIREMENTS (Bi- Annually)  ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: ________ 686 City of Vernon Janitorial Services Request for Proposals Page 30 of 32 June 2017 ATTACHMENT NO. 4 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Vendor List Questionnaire Affidavit of Equal Opportunity & Non Segregation 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_____________ Address______________________________ Fax ___________________ Number_____________________ (optional) City ________________________________ State __________ Zip _______________ Contact Person _________________ E-mail Address _________________________ 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: ______________________________________________________________________ ______________________________________________________________________ 687 City of Vernon Janitorial Services Request for Proposals Page 31 of 32 June 2017 EXHIBIT A AFFIDAVIT OF NON-COLLUSION 688 March 2013 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) _______________________________________________________________, being first duly sworn deposes and says that he/she is ______________________________________________________________________ (Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title) of______________________________________________________________________________________ (Insert name of bidder) who submits herewith to the City of Vernon a bid/proposal; That all statements of fact in such bid/proposal are true; That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such bid/proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his/her bid/proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with said bidder in his/her business. I certify under penalty of perjury that the above information is correct By:______________________________________ Title:________________________________ Date:____________________________________ 689 City of Vernon Janitorial Services Request for Proposals Page 32 of 32 June 2017 EXHIBIT B STANDARD FORM CONTRACT 690 December 2017 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR [BRIEF DESCRIPTION OF SERVICES] COVER PAGE Contractor: [insert name of contractor] Responsible Principal of Contractor: [insert name, title] Notice Information - Contractor: [insert name of contractor] [insert street address] [insert city, state, zip code] Attention: [insert name, title] Phone: [insert phone number] Facsimile: [insert fax number] Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: [insert department head] [insert department head title] Telephone: (323) 583-8811 ext. [insert] Facsimile: [insert fax number] Commencement Date: [insert commencement date] Termination Date: [insert termination date] Consideration: Total not to exceed $[insert amount] (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 691 December 2017 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR [BRIEF DESCRIPTION OF SERVICES] This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and [Contractor’s Name], a [State incorporated in] corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on ____________, ____. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals dated ___________, Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated ____________, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 692 December 2017 3 4.0 TERM. The term of this Contract shall commence on [state date], and it shall continue until [state date which may not be more than three years from the commencement date], unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed [state amount] without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 693 December 2017 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 694 December 2017 5 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary 695 December 2017 6 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under 696 December 2017 7 the performance of the services. iv. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. v. 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. vi. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. vii. 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. viii. 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 697 December 2017 8 insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 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. 698 December 2017 9 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to 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. 699 December 2017 10 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 11.11 INTERPRETATION. 700 December 2017 11 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if 701 December 2017 12 drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: 702 December 2017 13 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such 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 703 December 2017 14 not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or 704 December 2017 15 reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure 705 December 2017 16 that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. [Signatures Begin on Next Page]. 706 December 2017 17 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ [Insert Name and Title] [CONTRACTOR’S NAME, a [State incorporated in] corporation By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Hema Patel, City Attorney 707 December 2017 18 EXHIBIT A REQUEST FOR PROPOSALS 708 December 2017 19 EXHIBIT B PROPOSAL 709 December 2017 20 EXHIBIT C SCHEDULE 710 December 2017 21 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 711 December 2017 22 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 712 19 EXHIBIT B PROPOSAL 713 PRIORITY BUILDING SERVICES, LLC CITY OF VERNON JANITORIAL SERVICES REQUEST FOR PROPOSALS Priority Building Services 521 Mercury Lane Brea CA 92821 (714) 255-2940 David Kraushaar 521 M ERCURY L ANE, B REA, CA 92821 714 Priority Building Services, LLC (714) 255-2940 3 Intro Letter CITY OF VERNON 4305 Santa Fe Avenue Vernon, CA 90058 Thank you for the opportunity to provide you with a janitorial service proposal for CITY OF VERNON. Priority Building Services prides itself in the quality of its services, and that pride has carried over since our inception. Your acceptance of this proposal will have us strive to ensure that this same pride will go into maintaining your CITY OF VERNON sites with the highest quality of housekeeping services. We appreciate the opportunity to submit this proposal and look forward to working with you soon. Should you have any questions or require any clarification on any aspect of our proposal, please do not hesitate to contact me. Sincerely, David Kraushaar Vice President of Sales Priority Building Services 521 Mercury Lane Brea, CA 92821 Office: (714) 255-2940 Fax: (714) 255-2952 David@priorityservices.net 715 Priority Building Services, LLC (714) 255-2940 4 Company Profile Established: April 2000 Owners: Simon C. Rocha, President Scott Nankervis, Vice President Office Locations: Corporate Headquarters 521 Mercury Lane Brea, CA. 92821 (714) 255-2940 Phone (714) 255-2952 Fax Trade and Services Associations: Building Owners and Managers Association International Facility Managers Association Building Service Contractors Association US Green Building Council Liability Insurance and Workers Compensation: Proof of insurance - available upon request General : $5,000,000 Auto: $1,000,00 Worker’s Comp. $1,000,000 Dun & Bradstreet: 84-481-7143 2010 Annual Sales: Over $14 Million 24 hour Response Center: Toll Free (877) 508-0770 716 Si m o n C . R o c h a Pr e s i d e n t Ma n a g e m e n t Sc o Ʃ N . N a n k e r v i s Vi c e P r e s i d e n t Ma n a g e m e n t Ed d i e R o c h a Re g i o n a l M a n a g e r Op e r a Ɵon s En r i q u e T a p i a Ar e a M a n a g e r Op e r a Ɵon s Da m i a n M o r a l e s Ar e a M a n a g e r Op e r a Ɵon s Ar e a M a n a g e r Op e r a Ɵon s Ra m o n C a s t r e j o n O l i v i a N a v a Ar e a M a n a g e r Op e r a Ɵon s Lu c i a V a r g a s Br a n c h M a n a g e r S D Op e r a Ɵon s Ni c k i S t e w a r t Sa l e s & M a r k e Ɵng Sa l e s Ma Ʃ P r i y a Bu s i n e s s De v e l o p m e n t Sa l e s Ev e l y n R o d r i g u e z - Br a v o SD O F C A s s i s t a n t Ad m i n i s t r a Ɵon Ma r g a r i t a P a n k r a t z Ar e a M a n a g e r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Ar e a M a n a g e r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Da v i d K r a u s h a a r Sa l e s & M a r k e Ɵng Sa l e s Al i s h a S u Ʃle Bu s i n e s s De v e l o p m e n t Sa l e s Do m i n g o S o r i a n o En v i r o n m e n t a l H e a l t h & S a f e t y Ke l l y S . R o c h a Office M a n a g e r Ad m i n i s t r a Ɵon Lu c e r o T e r m i n e l OC O F C H R & P a y r o l l Ad m i n i s t r a Ɵon Is a b e l P o z o OC O F C A c c o u n t s Ad m i n i s t r a Ɵon La u r i e B i z a r r o Qu a l i t y C o n t r o l Qu a l i t y A s s u r a n c e Ja n i t o r s Ja n i t o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Le g e n d Ad m i n i s t r a Ɵon Ma n a g e m e n t Op e r a Ɵon s Qu a l i t y A s s u r a n c e Sa f e t y Sa l e s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Fl o o r C r e w Fl o o r T e c h n i c i a n Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s Si t e S u p e r v i s o r s Su p e r v i s o r Op e r a Ɵon s Ja n i t o r s Ja n i t o r Op e r a Ɵon s An t o n i o B r a v o Op e r a Ɵon s M a n a g e r Op e r a Ɵon s Ju a n E s t r a d a Br a n c h M a n a g e r O C Op e r a Ɵon s St e v e n C e r v a n t e s 717 03/01/2018 Issued Date SC04371 Certificate Number 03/01/2019 Expiration Date Virginia Gomez, President THIS CERTIFIES THAT Priority Building Services, LLC * Nationally certified by the: SOUTHERN CALIFORNIA MINORITY SUPPLIER DEVELOPMENT COUNCIL *NAICS Code(s): 561720; 238990 * Description of their product/services as defined by the North American Industry Classification System (NAICS) Louis Green By using your password (NMSDC issued only), authorized users may log into NMSDC Central to view the entire profile: http://nmsdc.org Certify, Develop, Connect, Advocate. * MBEs certified by an Affiliate of the National Minority Supplier Development Council, Inc.® 718 Statement of Qualifications (Key Personnel) Name Location Role for Project Scott Nankervis City of Torrance: 2002-2011 City of Brea: 2004-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Vice President/ Contract Manager Antonio Bravo City of Torrance: 2002-2011 City of Brea: 2004-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Operations Manager Eddie Rocha City of Torrance: 2002-2011 City of Brea: 2004-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Regional Manager Diego Morales City of Torrance: 2002-2011 City of Brea: 2004-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Floor Care Specialist Laurie Mendoza City of Torrance: 2006-2011 City of Brea: 2006-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Quality Control Domingo Soriano City of Torrance: 2002-2011 City of Brea: 2004-2014 City of Buena Park: 2007-2008 City of Fullerton: 2008-2013 Environmental Heals & Safety 719 Priority Building Services, LLC (714) 255-2940 6 Thinking Different Priority Building Services, a Partner in Your Recycling Program As you may know California Bill AB 341 (the Mandatory Recycling Ordinance) required that Commercial and Mixed use facilities divert at least 50% of the waste from their landfill disposal by the year 2000 and at least 75% by the year 2020. As a partner in your recycling program Priority Building Services looks forward to assisting you in reaching your sustainability goals through diversion and cost savings and we understand the importance of recycling your broken pallets, white paper, mixed paper, cardboard, shrink-wrap, waste metal, cans and bottles, etc. Thinking different differentiates Priority: Although, we face a number of competitors in the marketplace none have been able to compete with Priority’s customer service, simplicity and availability. Why would you switch janitorial maintenance from Priority Building Services? There are building service companies that are larger than we are, but it ultimately turns out that our customer’s value performance over promises and the trust that has come from our reliability. Our goal is to provide the most effective and efficient service from the start so our customers recognize the quality of our company as well as our integrity. Priority Building Services is in process of updating our business plan for the CITY OF VERNON contract which we consider a road map that provides directions to help avoid bumps in the road. The time we spend making our business plan thorough and accurate, and keeping it up-to-date, we consider an investment that pays big dividends in the long term for CITY OF VERNON a Priority. 720 Priority Building Services, LLC (714) 255-2940 8 Company Information Introduction Priority Building Services is a progressive, quality conscious, customer driven Service Company with an on-going commitment to professional, affordable and personalized service. We provide housekeeping service to facilities in the commercial, industrial, manufacturing, corporate headquarters, educational, and retail markets throughout Southern California. With our office centrally located in Southern California, we are able to conveniently serve our growing family of satisfied customers. Priority Building Services primary goal is to achieve a long-term relationship with our customers by being one of the best equipped janitorial companies to design, implement, and properly supervise all our job sites. Company Philosophy We at Priority Building Services believe that our clients, current and prospective, deserve our strongest commitment to provide them with the highest quality of service. We are committed to provide our customers with service that meet or exceed their expectations of quality at a reasonable cost. By providing the highest quality of services we are able to successfully develop long-term relationships with our customers. As competitive as this industry is, consistent growth can only be achieved by recognizing that our employees are our greatest assets. Our Management We attribute our continued success to the ongoing development and retention of quality management. This aspect sets us apart from our competition. All of our managers and supervisors are developed internally and through our growth have excellent opportunities for promotions. With a solid reputation for dependability and quality service, our management team believes that for continuous growth and success in an extremely competitive janitorial service industry, we must serve our customers by understanding their requirements and becoming their prime source for all services. Our Supervision We at Priority are very proud of our full-time, professional supervisors, because they are the keys to the successful performance of our night cleaning operations. Their skills in employee training and motivation, along with the on-site inspections of our customer’s facilities, ensure that the highest level of service is provided, and all of our customer and management expectations are met. Our supervisors are constantly in your building checking the work and training our employees. Each of our field and site supervisors participates in a monthly bonus program where he/she has the opportunity to earn substantial bonuses, based on the level of customer satisfaction and safe working practices. 721 Priority Building Services, LLC (714) 255-2940 9 Company Information (continued) Safety Priority Building Services complies fully with health and safety regulations wherever we operate, emphasizing collaboration among employees and management. Our employees’ safety is a top priority and concern. We have written health and safety programs and policies, many of which exceed regulatory requirements. Employees are provided ongoing health and safety training based on their job function. Training Priority Building Services provides exceptional training for its employees. It begins with an initial session and continues with monthly training to comply with all OSHA SB198 requirements. The janitors are instructed in the following: • Proper use of equipment • Proper labeling of cleaning products • Proper cleaning techniques • Appropriate application and handling of cleaning products • Proper use of protective equipment • Correct lifting techniques • Suitable dress code • Correct use of the Material Safety Data Sheets • Housekeeping requirements • Work safety and work site emergency procedures • Compliance with CAL-OSHA SB198 requirements All training is provided by our skilled supervisory staff and reviewed by our Safety Coordinator and Management. Quality Assurance Our Quality Assurance Program begins with a well-trained, stable and reliable work force. This allows for consistent job performance and a low turnover rate. Priority will initiate a proactive quality control plan with onsite visits from our management and supervisory staff. The visits will be announced as well as unannounced (where permitted). Priority provides a lead person at each location where there are two (2) or more employees. Each account is assigned a fully qualified and trained Q.A. Representative. Inspections will be made a minimum of once a month. The frequency of the visits can increase dependent upon each individual account and by a request made by the facilities manager or Priority’s management team. 722 Priority Building Services, LLC (714) 255-2940 10 Company Information (continued) Communication Priority provides a 24 hour toll free response center (877) 508-0770 that will connect you with our management within minutes. Account supervisor’s cell numbers will be provided in case of emergencies. For a rapid response all of our management and supervisory staff are equipped with Blackberry and iPhones. For our customers convenience we use fax machines and e-mail for receiving and sending contracts, inspection reports, follow-ups, sign offs, work request, work approvals, purchase orders, letters, and other work related documents. At the jobsite, Lead personnel and Day Porters are issued pagers, and in some cases radios, so they can respond to any spills or emergencies that may take place throughout the course of the day or night. A log book may or will be stationed at a mutually agreed upon area for the purpose of special instructions and requests Human Resources Priority is an equal opportunity employer. Once a candidate fills out an application for employment our Human Resource Department does a complete pre-employment screening of all prospective employees that includes:  Employment eligibility I-9 Verification  Employment background check  Criminal records check  Drug testing (Where requested)  DMV check At the conclusion of these checks, Priority management reviews the reports to determine the best candidates. Interviews are conducted and recruitment begins for employee’s who prove trustworthy, reliable and have a propensity for detail. 723 Priority Building Services, LLC (714) 255-2940 12 People, Planet Profit Priority Building Services will be providing “green cleaning” where possible. Green cleaning takes into consideration People, Planet and Profit. People – Green cleaning contributes to safer and healthier work environments Planet – Green cleaning reduces environmental impacts of the cleaning process Profit – Green cleaning contributes to increased workplace wellness and productivity Priority Building Services will utilize Dilution Control for the CITY OF VERNON project. Thanks to dilution control, concentrated cleaning chemicals are effectively diluted according to manufacturer specs by a device that automatically measures out the concentrate and the water at certain proportions. These devices can range from wall-mounted units to hand-held miniature dilution systems for the smaller or outlying areas. Why Dilution Control? Safety The closed-loop system help ensure no chemical contact. Permanently secured inserts, locking cabinets and racks create a tamper-resistant system. Our Solution Station products have simple descriptive names and are color- and number-coded at every step of the dispensing process helping to ensure that our employees never dispense the wrong chemical into the wrong bottle. Accuracy The metering tip is safely locked away in the concentrate bottle using a color-coded closed-loop insert to prevent tampering with the dilution ratio and to ensure end user cost per usable gallon. Economical and Effective Highly effective products, precise dilution, increased worker safety, and simplicity in use all add up to the most effective dilution control system you can find. 724 Priority Building Services, LLC (714) 255-2940 13 CIMS & CIMS –GB Certified with Honors Priority Building Services is CIMS & CIMS-GB Certified with Honors!! The first consensus-based management standard for the cleaning industry. Priority Building Services is certified with Honors the CIMS and CIM-GB certification. Only a handful of companies in CA. have been awarded this honor. And only a CIMS-certified organization can say that an independent third party has actually performed an assessment of their systems, processes, and policies and agreed that they have instituted the management framework required by CIMS and demanded by those individuals responsible for selecting a cleaning service provider. Created by the Industry, for the Industry The Standard was created through a true consensus-based process that brought together representatives of the cleaning, facilities management, and purchasing communities. In total, more than 100,000 constituents were represented in the process, which included full peer review, and was administered, by ISSA and the American Institute for Cleaning Sciences (AICS). What is CIMS-Green Building or CIMS-GB? (1) Quality Systems (2) Service Delivery (3) Human Resources (4) Health, Safety & Environmental Stewardship (5) Management Commitment (6) CIMS-GB Green Buildings and Service Green Cleaning Policy Green/High Performance Cleaning program Custodial Effectiveness Assessment (Quality System) Purchase of Cleaning Products and Materials Cleaning Equipment Indoor Chemical and Pollutant Source Control Saving Money Ultimately, the CIMS program is all about saving money. By implementing an effective management framework and green cleaning program, organizations are positioned to improve operational efficiency and better serve their customers, which naturally lead to cost savings. What is our competitive advantage, you ask? Building service contractors that are CIMS GB Certified: § Distinguish themselves from their competitors § Improve their bottom line, allowing savings to be passed on to you, the customer. § Better meet the demands of their customers, like we would for you. § Improve the overall quality of their services, so you the customer ultimately benefits. 725 Priority Building Services, LLC (714) 255-2940 14 Green Cleaning: LEED and Green Cleaning Policies What is the LEED EB Rating System The LEED 2009 Green Building Rating System for Existing Buildings: Operations & Maintenance is a set of performance standards for certifying the operations and maintenance of existing commercial or institutional buildings and high-rise residential buildings of all sizes, both public and private. The intent is to promote high performance, healthful, durable, affordable, and environmentally sound practices in existing buildings. Green Mission Statement Priority Building Services is committed in maintaining a high standard of cleanliness in our client's facilities as well as promoting indoor air quality by implementing a thorough Green Clean Program. We will accomplish this level of commitment by incorporating Green Seal Certified chemicals that meet (GS-37) standards, as well as, certified equipment that meet CRI Green Label standards or the standards set forth in LEED IEQ Credit 10.6. We utilize proper custodial training, procedures and agreements for Green Cleaning in our client’s facilities. We are determined to provide healthy high performance cleaning and a more productive indoor environment with fewer burdens to our natural resources. In essence, this will provide products that effectively clean and are environmentally friendly to the working environment. GREEN and Recommended Products “Green” Paper Products: Priority Building Services is committed to providing Green Seal products that meet the standards GS-09 and GS-01. Priority Building Services ensures that the paper which is provided to the site is chlorine free (PCF), hypo-allergenic, contains no dyes or fragrances, and safe for use in microwave ovens. Roll and hand towels are made from a minimum of 40% post-consumer content, toilet tissue has 20% post-consumer content, and facial tissue has10% post-consumer content. Micro-fiber Cleaning Products: Priority Building Services will incorporate a variety of micro-fiber commercial products. Micro-fiber dusting cloths and flat mops will be implemented in the facility because of its ability to remove soils, pick up dust and bacteria without the need for chemical compounds. By using these products, cleaning will be made simpler, faster and more effective. Priority Building Services will provide proper directions to its cleaning staff in the proper use of micro-fiber products. GREEN Equipment: Priority Building Services is dedicated to ensuring that all the equipment used in the client's facilities meets the standards of Indoor Environmental Quality (IEQ) credit 10.6 of Leadership in Energy and Environmental Design (LEED). CRI Green Label Program for vacuums assures the efficiency of vacuums for removing soil, and rates the ability to contain that soil within the vacuum without sweeping it back into the environment. Green equipment also requires noise levels during operation to be low and non-disturbing, at no more than 70dba for vacuums and 90dba for propane powered equipment. To ensure the success of our Green Clean Program, green cleaning practices must be shown to our cleaning staff. Basic principles of green cleaning procedures will include, but will not be limited, the following: 726 Priority Building Services, LLC (714) 255-2940 15 Green Cleaning: (continued) An annual Green Clean training will be performed by manager, supervisors or Safety Training staff of proper procedures in cleaning and safety practices. o Cleaners must focus on entryways inside and out. Trapping and removing dirt and pollutants before they enter the building is the green goal. Cleaners will be directed to frequently clean entrances and entryway mats. o Cleaner must be trained in procedures for minimizing particles of dust and chemicals in the air. To achieve this goal, cleaners will be trained to apply the cleaner to the cloth rather than spraying the surface to be cleaned. o Cleaners should be trained in the proper use of chemical management systems for accurate product dilution. Maximizing cleaning efficiency and minimizing waste should be the green goal. o Cleaners should empty HEPA bags at the end of shifts or when they are half full. o Training in proper vacuuming, extraction, rinsing and drying. o Focusing on preventative measures. Our janitorial staff should wash their hands however many times is necessary, and also keep equipment clean and well maintained. o Our cleaning staff will be trained to focus on cleaning touch points such as door knobs, handles, bright work, fixtures and any other common areas in the building where occupants come in contact. o Cleaning staff must properly apply disinfectant in restrooms by following the proper dwell time for chemical to work on the surface. The main purpose is to disinfect or remove any spot by using less and fewer products. o Cleaning staff must be trained in preventing cross-contamination by using the proper micro-fiber cloth and mop codes set by the facility. *On-site supervisors will make sure that all products and chemicals will be stored properly. Recordkeeping & Cleaning Staff Agreement Keeping records is crucial for the successful management of our Green Clean Program. A comprehensive program will be developed for maintaining accurate reports directed to show the status of equipment and periodic employee training. After completing Green Clean training, employees will sign the cleaning staff agreement and cleaning codes to ensure that Green Clean requirements are met and understood. Feedback Plan Priority Building Services encourages building management, occupants and cleaning staff to develop open lines of communication in order to ensure the success of the green clean program. Creating a green communication line will help building occupants to understand that they are part of the process. The cooperation of building occupants is vital in reaching the goal of healthy indoor environment. Building occupants, for example, will be encouraged to notify the cleaning staff of spills, and will also be encouraged to use green cleaning chemicals inside the facility that are approved by the building. Continued Improvement Priority Building Services will continue to evaluate new environmentally friendly products as they are introduced to the market. We understand that the cleaning industry frequently makes advances in technology, and we plan to incorporate these advances in our cleaning services as they become available. At a minimum, all new products must meet EPA minimum guidelines, Green Seal Standards, EPA Design for the Environment specifications, Environmental Choice Standards, CRI Standards, or standards and requirements set forth by the USGBC LEED program. 727 728 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” HIRING PROCEDURE Priority is an equal opportunity employer. When a position opens up management must follow the following guidelines in order to find the best suited person for the job: 1) Review the job description of the position that is to be filled. 2) Post job opening in ads and online. Walk-ins and candidates who have been referred are also welcome. 3) Candidates must then complete the pre-hire application. 4) Once candidates fill out an application for employment our Human Resource Department does a complete pre-employment screening of all prospective employees which includes:  Employment eligibility I-9 Verification  Employment background check  Criminal records check  Drug testing (Where requested)  DMV check 5) Review the application and the screening reports to determine the best candidates. 6) Interviews are conducted and call references. 7) Pick the best qualified candidate according to the job description and who proves to trustworthy, reliable and have a propensity for detail. 8) Have chosen candidate complete a full application and begin hiring process. 9) Employees must then be given an orientation and trained according to their job duties. 10) Retention of personnel is of high importance and is accomplished using the following benefits or perks:  Health benefits for eligible full-time employees  Vacation time for full-time employees  Employee picnics  Safety incentives  Turkey cards during the holidays  Holiday dinners  Continued education, training and employee development. There are a few ways to encourage employees to grow within the company. These include:  Employees are trained throughout the year on different industry specific standards and methods.  Encouraging employees to attend seminars which relate to their responsibilities and duties.  Employees are encouraged to attend trade shows. 11) Promotions help retain employees where opportunities arise. 729 Priority Building Services, LLC (714) 255-2940 16 Employee Background Screening Reducing risk and ensuring candidates are qualified is an important part of the hiring process. LexisNexis® Screening Solutions offers products and services to help us automate this process and speed the hiring process while ensuring a candidate meets our company's employment standards. Reviewing past behavior helps us predict future behavior and verify fraud. Available Checks: 1. Identity Verification including SSNs (Social Security Numbers) a. An important first step in a background search, this search allows us to verify if the applicant is who he or she portrays herself as being. 2. Education, Employment References and Professional License Verification 3. National Criminal File, Statewide Criminal Database, Worker's Compensation or Sex Offender Registry Searches a. National database of criminal records instantly, and check for records against alias names. 4. Criminal or Credit Record Searches a. Verify criminal records at the source (or lack thereof) to show due diligence in keeping our workforce and your facility safe. b. Check credit history of candidates through major bureau credit reports and comply with the Fair Credit Reporting Act. 5. Motor Vehicle Records Search a. Ensures our drivers are licensed and without incidence. 6. Sanction Searches (FDIC, OFAC, FDA, OIG) a. Obtain peace of mind and meet possible regulatory requirements about who we employ to work at your facility. 730           Priority Building Services, LLC (877) 508‐0770 11        Personnel Program     Priority has always been highly selective in the hiring of our employees. From the recruitment of a  Operation Manager to the hiring of a member of the custodial staff, nothing is left to chance.    Hiring New Employees:  From the time an applicant fills out an employment application, he or she is covered by  a formalized personnel program administered by an experienced staff. Each applicant is subject to an extensive  three‐point background check prior to permanent employment.    Employee Orientation: To give the new employee a sense of belonging, Provide necessary  job related information, Introduce the worker to his job, Assess his initial performance, periodic follow‐up  interview, coupled with quarterly performance ratings, afford Priority the opportunity to appraise and scrutinize  each employee’s job performance, work attitude and reliability. Our company’s Personnel Program has resulted  in low employee turnover and an extremely low accident rate and the reassuring knowledge that every our  employees are honest, well‐trained and reliable professional.    Appearance: Priority personnel will work in neat and clean uniforms. Company will furnish employees with a  sleeve shirt, or some other type of upper body wear, bearing the company I.D. badge. Appropriate uniforms will  be worn at all times, including personnel who are being trained.        Communication Skills: We will ensure that all member of custodial crew, on‐site, will be able to communicate  in English both verbally and in writing.  Security Precautions: Custodial personnel will not allow anyone on the premises unless they are specially  assigned by the Vice President to do custodial services at the facility. This rule will be strictly enforced.  Employee Theft/Fraud Prevention Program:  We have implemented a routine background check through a contracted agency on every employee which  consists of criminal and past employment history. We also keeps a signed non‐ disclosure statement protecting  clients of any exposure to trade marks. In compliance with enforcement, we have a fidelity bond along with an  employee dishonest policy.      731 Priority Building Services, LLC (714) 255-2940 17 References AT&T Services Mr. Jim Lee Facilities Coordinator 217 N. Lemon Street Anaheim, CA 92805 (714) 284-3348 Fax: (714) 521-2229 Jl1912@att.com Janitorial Services for Southern California locations 750,000+ Square Feet of Cleaning Nightly $672,000 Annually Leach International Mr. Roy Powell Purchasing Administrator 6900 Orangethorpe Avenue Buena Park, CA 90622 (714) 736-7346 Fax: (714) 522-8124 rpowell@leachintl.com Janitorial and Day Porter Services 1,000,000+ Square Feet of cleaning Nightly $194,500 Annually Inland Empire Utilities Agency Mr. Dave Hein Facilities Specialist 6075 Kimball Avenue Chino, CA 91708 (909) 993-1687 Fax: (909) 993-1684 dhein@ieua.org Janitorial Services for all locations 100,000 Square Feet of Cleaning Nightly $177,000 Annually 732 Priority Building Services, LLC (714) 255-2940 18 Southern California Gas Company Mr. Ron Fowler Facilities Coordinator 8101 S. Rosemead Blvd Pico Rivera, CA 90660 (562) 806-4392 Fax: (562) 806-4328 rfowler@semprautilities.com Janitorial Services for 25 locations in Southern California $697,000 Annually 200,000+ Square Feet of Cleaning Nightly Sanitation Districts of Los Angeles Mr. Steve Krai Supervising Operations Engineer 24501 S. Figueroa Street Carson, CA 90745 (310) 830-2400 Ext. 5255 Fax: (310) 834-9013 skrai@lacsd.org Janitorial and Day Porter Services for 11 locations 420,000+ Square Feet of Cleaning Nightly $446,000 Annually Golden State Water District Mr. Larry Fordham Contract Administrator 2143 Convention Center Way Suite #100 Ontario, CA 91761 (909) 937-0111 Ext 319 Fax: (909) 937-0222 ldfordha@gswater.com Janitorial Services for all locations 250,000 Square Feet of Cleaning Nightly $53,000 Annually 733 Priority Building Services, LLC (714) 255-2940 19 San Gabriel Valley Water District 10/15 to Present Nightly cleaning at all facilities. Services include General Janitorial, trash, vacuuming and floor care 100,000+ Square Feet of Cleaning Nightly 11142 S. Garvey Avenue South El Monte, CA 91734 Rick Swift (626) 448-6183 Moulton Niguel Water District 7/16 to Present Nightly cleaning at all facilities. Services include General Janitorial, trash, vacuuming and floor care 100,000+ Square Feet of Cleaning Nightly 26161 Gordon Road Laguna Hills, CA 92653 Larry Ballew (949) 831-2500 Santa Margarita Water District 11/03 to Present Nightly cleaning at all facilities. Services include General Janitorial, trash, vacuuming and floor care 75,000+ Square Feet of Cleaning Nightly 26111 Antonio Parkway Rancho Santa Margarita, CA 92688 Jorge Bergara (949) 459-6511 734 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” QUALITY PLAN Quality Assurance: Our Quality Assurance Program begins with a well-trained, stable and reliable work force. This allows for consistent job performance and a low turnover rate. Priority initiates a proactive and preventative quality assurance plan with on-site visits and inspections from our management and supervisory staff. The visits will be announced as well as unannounced (where permitted). Priority provides a lead person at each location where there are two (2) or more employees; this lead person also plays an important role in Priority’s quality assurance plan. Cleaning personnel follows the building specifications that are posted in the janitor’s closets. The specifications show the services and frequencies expected at each account and serve as a self check. Each account is assigned a fully qualified and trained QA Representative. Inspections are based on the specifications of each individual building. These inspections will be made a minimum of once a month. The frequency of the visits can increase dependent upon each individual account and by a request made by the facilities manager or Priority’s management team. Quality Control: Although Priority prides itself in providing quality service, we understand that mistakes happen which may lead to lapses in service. The way in which we respond (re-training, follow up inspections and QC inspections) to such mistakes/lapses is what sets Priority apart from the competition. Priority has a quality control plan in place to help control customer complaints, whether called in, e-mailed or requested in person. The source of the complaints is kept as confidential as possible. Priority uses WinTeam, industry specific software, to input customer complaints/requests, which creates a “work ticket.” Work tickets are then printed and reviewed by the Regional Manager, who turns them over to the Branch Managers for scheduling. Once scheduled with the Area Managers, they communicate them to the cleaning personnel. Once the work has been completed and verified, the Area Managers turn the completed work tickets into our Quality Control Manager. The tickets are then closed out by the QC Manager and feedback is given to the customers if requested, as part of the work ticket cycle. 735 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” Customer Involvement: Meeting our customers’ needs and requirements is our priority and we are always looking for ways to improve. Our customer feedback program allows us to always meet or exceed our customers’ expectations. We provide our customers with surveys in which they can rate all levels of service provided throughout their facility. If the customers would like to submit these surveys anonymously they are provided with a mailing address, they can submit them directly to their QA Representatives or through our website. Customers may also perform self-evaluations of their facility. They are given access to our website where they can obtain a checklist with the frequencies of the services rendered at their facility which they can rate our services and comment on service in need of improvement if they wish to do so. These evaluations are turned in to their QA Representative or done through the website, after which the work ticket cycle is initiated. Customers are encouraged to walk their facility with their QA Representative during their on-site visit and inspection. Any feedback given to their QA Representative will also initiate the work ticket cycle. All surveys, self-evaluations and complaints are reviewed with the customers. Their feedback helps our QA Representatives see what procedures or processes need to be reviewed for improvement. Improvement Plan: Together with the customer’s involvement and all levels of Priority’s personnel, from the cleaning staff to the QA Representatives, we can make necessary improvements and continue to offer the best possible service to our customers. With the ability to track all requests and complaints in WinTeam, Priority can run reports on a daily, weekly, monthly, quarterly or yearly basis, by building or area. These reports help correct any mistakes before they become an ongoing problem. Most reports are printed on a monthly basis by the Quality Control Manager. The following is what the QC Manager looks for in these reports: - Aging work tickets - Special requests made by customers that are additional services. These tickets are checked to make sure that they have been completed and are sent to Accounts Receivable for invoicing. - A separate report is printed for complaints by Area Manager. This report is checked for the following: o If complaints are taken care of in a timely manner. o QC can see what items are recurring issues o QC can see what areas need improvement 736 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” Once these reports are checked the QC Manager works with the Regional Manager to correct any issues that may have come up. They can implement changes if the procedure or processes demonstrate to be faulty. Corrective action is also carried out immediately and is communicated to the customer should certain procedures change. Service issues are corrected by re-training our cleaning personnel and reiteration of our quality assurance plan. Cleaning personnel involved or responsible for any given service issue are given time to improve. If after re-training the problems persist, the Area Manager proceeds to take disciplinary action. Area Managers document all disciplinary action which is tracked and filed in individual personnel files. In order to stop service issues from becoming a reoccurring problem, disciplinary action may include verbal and written warnings, suspensions and may lead up to termination. If at any point in time, the cleaning personnel assigned to a customer’s facility is changed, the customer is notified of the change immediately. The QA Representatives follow up with the customer to ensure satisfaction. All corrections, procedure implementations and re-training is documented on the work tickets and noted in WinTeam. 737 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” SERVICE DELIVERY PLAN Priority Building Services, LLC utilizes a proven, team-oriented process for delivering high-performance cleaning services to industry leaders who simply demand excellence and real value. Our teams are compromised with our specialists on: Rest Rooms, Vacuuming, Light Duty and Utility Services. Our system of cleaning Specialists simplifies employee training, balances workloads, minimizes worker complaints, and makes it easier to hire, train and retain excellent employees. We provide our customers with information of the staffing via a cost analysis form in which they can see the number of hours allocated per day, service days per week, number of employees, etc. Customers may request change task frequencies, add/delete areas, etc. to better suit their needs. Work-loading methodology is based on scope of work. Labor is also allocated based on type of facility, square footage, size of facility, days of service, station cleaning vs. team cleaning. Facilities which are required to be staffed with four or more employees, each employee will be assigned to a specialty: light duty, vacuuming, restrooms and utility services. Facilities which are required to be staffed with three or less employees will receive training on all specialty work and work on the different areas. Priority carefully assigns production rates according to the industry standards (square footage, type of facility, size of facility and day of service) to determine the time needed to complete each task on scope of work. Our process has been validated across millions of square feet in class-A multi-tenant office buildings, corporate environments, government facilities, schools, medical facilities, retail centers. Priority believes and applies a truly effective process for cleaning and is rooted in proper work-loading of all tasks, building logistics, employee training, and supervision and management of the cleaning teams. Light Duty Specialist: Dusting and Trash Light Duty Specialist is responsible for emptying trash and recycling bins and reinstalling liners. Light Duty Specialist also cleans telephones, dusts all horizontal and vertical surfaces. Finally, they spot clean all other surfaces as needed such as kick plates, switch plates, walls, and fixtures. The Specialist is also responsible to clean the Kitchens. Vacuum Specialist: Vacuuming The Vacuum Specialist follows the Light Duty Specialist. Using the backpack vacuum, this individual vacuums all traffic areas and spot vacuums other areas per they job duties. She/he makes certain each trash can have been emptied, the furniture is positioned correctly, lights are out, and the area is secured. Rest Room Specialist: Restrooms The Rest Room Specialist is responsible for all rest rooms cleaning and refilling the dispensers. The Specialist uses tools that designed to prevent cross-contamination, eliminate contact with blood borne pathogens, and kill pathogen-laden micro organisms. We train and provide the proper tools so that the rest rooms are cleaned and disinfected daily. 738 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” Utility Specialist: Trash, Glass & Carpets The Utility Specialist is responsible for policing stairs and vacuuming stairwells, cleaning glass and brass, carpet spotting, cleaning first impression areas, and hauling all trash to the dumpster. In most cases, Utility Specialists are also assigned project work, which may include carpet care, floor maintenance, etc. Budgetary Controls Using industry specific software, Priority can control labor costs as well as supply costs. Priority Management is responsible to review all payroll budgetary reports, including the budget comparison report and the overtime report. When there is a discrepancy the Regional Manager reviews the budget for the facility in question. Area Managers have to move shifts around to get the account within budget, if possible. If the budget is not adequate, the Regional Manager will re-work the contract with the customer. Contingency Plan Priority Building Services has a Contingency Plan which allows us to restore and resume operations when company faces absenteeism. Priority maintains an effective system to continue services in case the Company runs into staffing shortages or any other service interruptions. Priority’s employees are provided with proper contact information including the Company’s phone number, their Area Manager’s phone number and any other emergency contact number. The Company maintains the following protocol as part of the contingency plan: 1. Employee notifies their respective Area Manager or the Company that they will be absent. 2. The Area Manager completes an Absence Report for the employee and notifies the office immediately via phone or e-mail. 3. The office personnel are to notify the customer and the facility’s assigned QA representative immediately. 4. The Area Manager will take action depending on the facility and the service performed as follows: o The Area Manager will send a replacement from employees who have the day off on that particular day (for smaller facilities with two or less employees) o The Area Manager will cover the shift with employees who only work as part-time (All Area Mangers have a list of employees ready to cover in case of an emergency) o Or the Area Manager will request that the employees assigned to the facility will cover for the absent employee and will able to maintain a consistent level of service (for larger facilities with three or more employees) 5. The QA representative will follow up with the customer for their feedback when the contingency plan is used at their facility. If there were any questions or concerns the QA representative is responsible to initiate the work ticket process for correction. The work ticket is reviewed with the Regional and Branch Managers for improvement. 739 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” Customer Special Requests Priority has the capacity and ability to assist our customers with special requests. All of our customers are provided with our contact information during business hours and after business hours on a 24/7 basis. The customer may choose to reach us via phone, e-mail or fax with any special requests. These requests initiate the work ticket process and are scheduled for completion. There is a two-person floor crew which is trained in all cleaning specialties. The floor crews assist with fulfilling our customers’ requests. Emergency Response Our automated phone system will direct any emergency calls to the proper representative from the company within minutes. On an unplanned request by a customer due to an emergency or special request, the Company is prepared with contact information for employees with emergency respond specialties: operating special equipment (auto scrubbers, machine extractors, wet/dry vacuums). Each Area Manager maintains a list of part-time employees who are willing to work extra hours when the floor crews are overwhelmed. Any emergency requests will initiate the work ticket process as well. Disaster Action Plan In the event of a natural or man-made disaster, including but not limited to flood, earthquakes, fire, explosions, bomb threats or workplace violence, the employee(s) involved must remain calm. They must notify their Area Manager immediately. It is the responsibility of the Area Manager to determine the best suitable plan of action, whether it be relocation or complete evacuation. If the disaster requires the assistance of law enforcement of the fire department, they must be alerted immediately. All employees must NOT, under any circumstances, attempt to put themselves in any danger. There will be an assigned “safe area” where all employees must meet when an evacuation is requested. Area Managers must take roll call of all individuals. All personnel will be aware of the location of the fire extinguishers, first-aid equipment and emergency numbers. A map and evacuation route will be available in all buildings. Training on emergency procedures is conducted once every year. Invoicing Chargeback to the customers is controlled through the Accounts Receivable Department. Services which are performed on a monthly basis are automatically billed at the beginning of the month (please refer to the invoice process). However, when services which are not included in the contract are performed, they are tracked using the work ticket process and are billed back to the customer. Product/Equipment Performance Evaluation Priority Building Services provides high quality work by acquiring the best tools and equipment available in the janitorial industry to perform the needs of our business. PBS uses vacuum cleaners, carpet extraction equipment, and powered floor maintenance equipment, which meet the Carpet and Rug Institute (CRI) requirements. All equipment 740 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” is compliant with OSHA’s standards of acceptable noise exposure. PBS includes a variety of microfiber products to deliver the best service for our customers; included in our line of color-coded microfiber products are dust mops, wet mops, dusters, rags, etc. PBS utilizes certified green seal chemicals as the main core of chemicals, as well as Environmental Protection Agency (EPA) products. All these products are carefully selected and are proven by janitorial industry for maximizing performance while accomplishing each cleaning task. When new products (cleaning products or consumable) are being considered they must be evaluated and compared to the products which they would be replacing before PBS can make a change. We look to get the best product available for the best price. Standardization PBS utilizes the same products at all facilities, unless customers specify a particular product to be used at their facility. Priority is consistent with providing every customer with similar products for best training, ordering, and inventory purposes. Inventory Control PBS keeps inventory of all cleaning equipment, products, and consumables and evaluates the equipment for every facility. PBS Area Managers are responsible to take inventory at their assigned facilities at least once per month. They must have a clear picture of what they have in stock before they place an order for more supply. The inventory forms and order forms are provided to the Regional Manager for review. Once approved, the orders are sent Accounts Payable/Purchasing for fulfillment. Area Managers are to keep copies of the inventory forms with them at all times. Copies are also kept at our office and are available upon request. Equipment Maintenance & Repair PBS has in place a maintenance and repair program for all the equipment. On site employees are responsible to notify their supervisors of any damage or repairs needed on any of the equipment. Area Managers must inspect all equipment and must request repairs, if needed, according to Manufacturer recommendations as part of our Preventive Maintenance Program. Repairs or maintenance that needs to be performed on a piece of equipment follows the following procedure: 1) Area Manager will pick up the piece of equipment and complete the Maintenance Request Form. 2) The equipment and the form are dropped off in our shop for our in-house technician. 3) The in-house technician will track the time, the price and any recommendations for future prevention. (If the machine is going to be in the shop for a period of time a substitute or similar machine will be taken to the customer’s facility so that there is no disruption of service until the original machine returns to the facility) Contractor/Sub-Contractors 741 PRIORITY BUILDING SERVICES, LLC 521 MERCURY LANE BREA, CA 92821 V: 714-255-2940 F: 714-255-2952 “Clean for you, while protecting the environment” When using the services of contractors and/or sub-contractors, the Company must use the following criteria for selecting them: 1. Contractor/Sub-Contractor must comply with Priority Quality and Service policies. 2. Contractor/Sub-Contractor must satisfy all industry specific insurance requirements and show proof. 3. Contractor/Sub-Contractor must submit a proposal and which is evaluated by the Regional Manager and Vice President for selection Vendors/Order Processing There is an approved list of vendors that we order supplies or equipment from. All vendors have provided price lists and order forms. In keeping all aspects of our business as standardized as possible, we use the same order form throughout the company for each vendor. However, if there are customers who request special items we will create a specific order form for them. This helps facilitate the ordering process helps minimize mistakes. Supply orders are completed by the Area Managers of Site Supervisors. They are submitted to upper management until they reach the Regional Manager, who will review them and approve them. The Regional Manager will submit all approved orders to the Accounts Payable/Purchasing Department for fulfillment. Only the AP/Purchasing Department is authorized to place the orders with our vendors. A proof of delivery (POD) is required to be signed for all supplies delivered. All vendors are required to provide a copy of the POD with their invoicing. Once AP/Purchasing receives the invoice, it is their responsibility to confirm that the POD was included and they must also attach the original order form to the invoice. All invoices are cross referenced with the price list and if there are any discrepancies, AP is responsible to request credit memos and to adjust the amount due. The invoices are then coded and submitted to the Office Manager for review. Once the invoices are reviewed they are entered into WinTeam for payment. Check runs are done once per week or as needed. 742 City of Vernon Janitorial Services Request for Proposals ATTACHMENT NO. 1 PROPOSER'S CHECKLIST TO THE PROPOSER: The following list is provided for the convenience of both you and the City and help eliminate errors and omissions which may render your proposal unacceptable. Please check all appropriate boxes and submit with your proposal. X ATTACHMENT NO. 1 -PROPOSER CHECK LIST ~ATTACHMENT NO.2-SIGNATURE PAGE AND LEGAL STATUS ~ATTACHMENT NO.3-UNIT PRICE PROPOSAL FORM ~ATTACHMENT NO.4-VENDOR LIST QUESTIONNAIRE FORM Proposals must submit ONE (1) UNBOUND ORIGINAL, FIVE (5) COPIES AND ONE (1) ELECTRONIC COPY of all proposal documents. . All proposals shall be enclosed in sealed envelopes, distinctly marked ""RFP FOR JANITORIAL SERVICES" and the proposer's name and address appearing on the outside. Page 19 of32 June 2017 •. 743 City of Vernon Janitorial Services Request for Proposals ATTACHMENT NO.2 SIGNATURE PAGE, LEGAL STATUS AND ACKNOWLEDGEMENT OF ADDENDA The Proposal shall be signed by an authorized signatory with his/her usual we~ ink signature. An authorized signatory shall be one of the following: (1) Sole Proprietorship: An individual shall sign. (2) Partnership (General or Limited): A partner shall sign for a partnership; the partner shall give the names and addresses of all partners. (3) 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 Proposal 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 and corporate resolution conferring signature authority is attached. (4) Joint Venture: Proposers shall use the appropriate section(s) listed above based on their applicable situation. The undersigned certifies that he/she is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this proposal. Proposal by Priority Building Services (Name of Firm) Legal status of proposer: Please check the appropriate box _x_Corporation State of Incorporation __ ca_l_i_f_or_n_i_a _______ _ __ Partnership List Names ------------------ .. DBA State full name _______________ .DBA Page 20 of32 June 2017 744 City of Vernon Janitorial Services Request for Proposals __ Other Explain------------------- Respectfully submitted: .I Signature of Propos~~~ (Authorized Signature) Title VP of~ les Address 521 Mercury Lane City _B_r_e_a __ State _c_A __ Zip 92821 Telephone No. ( 714 ) _25_5_-_29_4_o _________________ _ License Number: Od,39 £5 Date: '\1a1 ~~ ci)ol8 (SEAL -if Proposal is by a corporation) ADDENDUM NO. 1. 2. 3. Date of Expiration:Deceh\~r 3(. ~Lfr I PROPOSER'S INITIALS Page 21 of32 June 2017 745 City of V em on Janjtorial Services Request for Proposals INCUMBENCY CERTIFICATE Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Proposal Forms: PRESIDENT'S AND OFFICERS' NAMES: TITLE: Simon Rocha President Scott Nankervis Vice President Eddie Rocha Vice President David Kraushaar Vice President of Sales 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 Proposal Forms. IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this ~~-t"-"'day of ~~ , 20__l!Q__. 41~o.V (;.. ~ Print Secretary's Name ~ Page 22 of32 June 2017 746 20 EXHIBIT C SCHEDULE 747 City of Vernon Janitorial Servi~es Request for Proposals ATTACHMENT NO.3 UNIT PRICE PROPOSAL FORM INCLUDES ALL MISCELLANEOUS ·SERVICES FACILITY AREA IN SQUARE F,EET City Hall Basement 5,250 City Hall First Floor 9,800 City Hall Second Floor . 27,600 City Hall Third Floor 7,876 Petrelli Building 3,058 ( Power Plant 3,162 Public Works Building 3,895 City Yard Gym 750 TOTAL COST PER MONTH ' Leonis Building 2,812 TOTAL COST PER MONTH INCLUDING LEONIS BUILDING MONTHLY COST S:, s9~-· q.~ $:1,275.00 $i3,801.00 ...... $._1,195 .00 $ :,546. 00 $\659 .00 $\.546 .00 $, 546.00 ; $i, 9,460.00 .. -··· ., -~ $ 753 .00 $ ,1o, 213. oo For proposal comparison p1Jrposes, the total cost including the Leon·is Building will be used. · Submitted by: David Kraushaar Priority B'\;lilding Services Address: 521 Mercury Lane Brea CA 92821 ~ Signature~d f{d:;;;{ Au, v;.-f (5' ,R D L8 Page 23 of32 June 2017 748 City of Vernon Janitorial Services Request for Proposals MISCELLANEOUS JANITORIAL SERVICES (Not Additional Cost Items) The following items shall be deducted from the base proposal in the event the City determines, in its sole opinion, that the below scheduled maintenance events are not necessary. Modifications in Scope of Services must be authorized by City of Vernon prior to the commencement of work. In weighing proposals, the City will make that calculation based upon proposed price, before any deductions. 1. FLOORING: Strip and apply four (4) coats of floor finish to flooring. Flooring costs shall be inclusive to Item Nos. three (3) through twenty one (21), where applicable. • ITEM 1: Ceramic Tile: Cost Per Quarter Per Square Foot: o · 3 o • ITEM 2: Vinyl Tile: Cost Per Quarter Per Square Foot: _0_·_30 __ • ITEM 3: Rubber Tile: Cost Per Quarter Per Square Foot: o .2s 2. ENTRANCE AND ELEVATOR RUGS • ITEM 1: Clean and shampoo entrance and elevator rugs as required to maintain quality standards. This task shall be performed not less than six times a year. Cost Bi-Monthly: $120. oo 3. CITY HALL FIRST FLOOR -WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$-"----- • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: $ __ _ 4. CITY HALL FIRST FLOOR-MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Page 24 of32 June 2017 749 City of Vernon Janitorial Services Request for Proposals Cost Annually: ~$l_· __ • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: _$.__. -"'-'-- 5. CITY HALL FIRST FLOOR-CARPET SHAMPOOING REQUIREMENTS (Bi- Annually) • ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: $625 · 00 6. CITY HALL SECOND FLOOR-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$~: __ _ • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _$~· __ _ 7. CITY HALL SECOND FLOOR-MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually:_$_\ ____ _ • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: $3oo. oo 8. CITY HALL SECOND FLOOR-CARPET SHAMPOOING REQUIREMENTS (Bi- Annually) • ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: $565 • 00 9. CITY HALL SECOND FLOOR -OUTDOORS Page 25 of32 June 2017 750 City of Vernon Janitorial Services Request for Proposals • ITEM 1: Exterior Patio: Wipe down tables, remove trash and debris. Cost Daily: $75 · 00 • ITEM 2: Exterior Patio: Mop floor. Cost Weekly: _$...:...: __ • ITEM 3: West Exterior Bridge: Remove debris from concrete ledges; sweep walkway, and vacuum entry doormat. Cost Daily: $75 · 00 • ITEM 4: East Exterior Bridge: Remove debris from concrete ledges; sweep walkway, and vacuum entry doormat. Cost Daily: $75 · oo 10. CITY HALL THIRD FLOOR-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$. __ .;...._ • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: _$ __ _ 11. CITY HALL THIRD FLOOR-MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _$:_. __ _ • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: $250. oo 12. CITY HALL THIRD FLOOR-CARPET SHAMPOOING REQUIREMENTS (Bi- Annually) Page 26 of32 June 2017 751 City of Vernon Janitorial Services Request for Proposals • ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: $550 · oo 13. PETRELLI BUILDING-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: $5oo. oo • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: $75 · 00 14. PETRELLI BUILDING -MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: $425. oo • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: $350. oo 15. PETRELLI BUILDING-CARPET SHAMPOOING REQUIREMENTS (Bi- annually) • ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: $385. oo 16. GAS & ELECTRIC-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$-_':. __ _ • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: $75 · oo Page 27 of32 June 2017 752 City of Vernon Janitorial Services Request for Proposals I 17. GAS & ELECTRIC-MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: $400 · 00 • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Cost Bi-Annually: $200 · 00 18. PUBLIC WORKS BUILDING-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$_( __ _ • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: $75 · 00 19. LEONIS BUILDING-WINDOWS AND GLASS • ITEM 1: Exterior Glass: Wash all exterior windows leaving no visible streaking. Cost Annually: _$_~~---'-- • ITEM 2: Interior Glass: Wash all interior windows leaving no visible streaking. Cost Daily: $75. oo 20. LEONIS BUILDING-MINI AND VERTICLE BLINDS • ITEM 1: Remove from the building premises all mini and vertical blinds and wash. Blinds shall be returned and hung within 3 working days. Clean tapes and cords. Cost Annually: _$_3_5_0_· 0_0_ • ITEM 2: (Bi-Annually) Dust or vacuum all blinds at a bi-annual interval from washing cycle. Both sides of blind slats shall be free of dust. Page 28 of32 June 2017 753 City of Vernon Janitorial Services Request for Proposals Cost Bi-Annually: _$_35_0_·_00_ 21. LEONIS BUILDING -CARPET SHAMPOOING REQUIREMENTS (Bi- Annually) • ITEM 1: All carpeted areas shall be shampooed as per the manufacturers recommended procedures. Cost Bi-Annually: $425. oo Page 29 of32 June 2017 754 21 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 755 22 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 756 City of Vernon Janitorial Services Request for Proposals ATTACHMENT NO.4 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (323) 583-8811 Vendor List Questionnaire Affidavit of Equal Opportunity & Non Segregation 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 Priority Building Services Business T elephone_7_14_-_2_5_5_-_2 9_4_0_ Address 521 Mercury Lane Fax 714-255-2952 Number _________ _ (optional) City Brea State _cA ____ Zip 92s21 Contact Person David Kraushaar E-mail Address David®priorityservices .net Tax ID Number (or Social Security Number) _9_5_-_4_79_6_2_1_5 __________ _ Remit Address (if different) --------------------- Please state clearly and concisely the type(s) of goods and services your company provides: Janitorial Services, Floor Care, Window Washing Page 30 of32 June 2017 757 City Council Agenda Item Report Agenda Item No. COV-277-2018 Submitted by: Anthony Zarate Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Authorization to Issue Payment to Western Allied Corporation for Heating and Air Conditioning Services and Establish New Blanket Purchase Contracts for Fiscal Year 2018-19 Recommendation: A. Find that the approval to paying additional expenses and issue blanket purchase contracts to Western Allied Corporation 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 is not a “project’ as defined by CEQA Guidelines, Section 15378; and B. Authorize staff to issue payment to Western Allied Corporation for an additional $36,540.66 to cover outstanding invoices on existing purchase contracts; and C. Authorize the Public Works Department to establish a blanket purchase contract with Western Allied Corporation for Fiscal Year 2018-19 in the amount of $25,000; and D. Authorize the Public Utilities Department to establish a blanket purchase contract with Western Allied Corporation for Fiscal Year 2018-19 in the amount of $35,000. Backgroud: In July 2017, the City of Vernon secured the services of Western Allied Corporation (“Western Allied”) for maintenance of the City’s air conditioning and heating equipment. Blanket purchase contracts in the amount of $20,276 and $8,784, for the departments of Public Works and Vernon Public Utilities, respectively, were approved by the Finance Director. On March 29, 2018, the chiller that maintains the internal temperature for much of the first level of City Hall, including the network server room, reached the end of its life and was placed out of service. In order to maintain ambient temperatures, the department of Public Works is renting five (5) mobile HVAC units from Western Allied at a cost of approximately $7,675 per month until installation of a new chiller is completed. Pursuant to Section 2.17.36 of the Vernon Municipal Code ("VMC"), the City Administrator granted authorization for Public Works to expedite the installation of a new chiller through emergency purchasing procedures. The City Administrator also granted VPU authorization to utilize Western Allied on an emergency basis for the rental of an air conditioner necessary to return Well No. 21 to service without having to purchase imported water while necessary parts for the permanent repair are secured. City Administration will provide further information regarding each of the emergency expenditures mentioned above at a future meeting. 758 Since approval of the emergency services, Western Allied continued to provide air conditioning units to the City, thus overrunning the not-to-exceed amount threshold of the existing blanket purchase contract. Additionally, a prolonged summer heat wave created greater demand on HVAC equipment, resulting in the need for additional repairs throughout City Hall and in City-owned housing units which were performed by Western Allied. As a result, staff issued additional purchase contracts to Western Allied. Corrective repairs have consisted of restoring air compressors and chillers, and replacing HVAC units in some City-owned homes. The most significant service call was performed in July when extreme weather caused most of the air conditioning services to be impacted at City Hall and systems failed. With respect to the Public Utilities Department, Western Allied provides maintenance and repair to air conditioning units that cool critical electrical and mechanical equipment at Station A, electric substations and ground water wells. In the past twelve (12) months, Western Allied has been awarded $108,239.67 for their services. The City is now holding unpaid invoices in the amount of $36,540.66. The amount consists of the following invoices: Proposal No. 8137 (CS-0941) $5,840.00; Proposal No. 8469 (LP-0427) $7,347.00; Proposal No. 8360 (CS-0996) $12,988.00; Invoice No. 622692 (CS-1013) $2,446.01; Invoice No. 622736 (CS-1014) $1,765.21; Invoice No. 622672 (CS-1015) $3,211.23; Invoice No. 622798 (CS-1018) $2,943.21. Additionally, the departments of Public Works and Vernon Public Utilities are requesting authorization for blanket purchase contracts in the amounts of $25,000 and $35,000, respectively. Once approved, the subject purchase orders will be used to address any further heating and air conditioning maintenance repairs. Pursuant to Section 2.17.02 (B) of the VMC, staff is requesting authorization from the City Council to pay the outstanding dollar amount and to authorize the requested blanket purchase contracts as these actions will result in payments to Western Allied beyond the $100,000 threshold. Fiscal Impact: In the past twelve (12) months, a total of $108,239.67 has been awarded to Western Allied. Even though service costs have been higher than usual, Public Works allocated sufficient funds under its City Buildings portion of the budget. Additionally, both Public Works and Vernon Public Utilities have budgeted sufficient funds in their respective FY 2018-19 budgets to accommodate each request for a blanket purchase contract. Upon approval, a total of $60,000 will be made available for the requested blanket purchase contracts, plus an additional $36,540.66 in outstanding invoices noted above, for a total dollar amount being requested of $96,540.66. ATTACHMENTS 1. Western Allied Corporation Invoices 759 760 761 W E ST E RN ALLIE D C O RPO RATI O N The Building Relationship People Fostering a Culture that Appreciates the Entire Life Cycle of a Building Celebrating 58 years; 1960-2018 www.wasocal.com PO Box 3628 (use PO Box for mail) Santa Fe Springs, CA 90670 12046 E. Florence Avenue 562/944-6341 Fax 562/944-7092 Contraclors License No. 198821 Air Conditioning Service, Maintenance, & System Correction July 31,2018 Proposal # 8469 City of Vemon 4305 S. Santa Fe Avenue Vemon, CA 90058 Re: Well 21 ; Electronic Cabinet Cooling Unit Attn.: Mr.RonBustamante RBustamante@ci.vemo[.ca.us Mr. Brian Montoya Dear Ron & Brian: BMontova@ci.vemon.ca.us Since this concems a well site, I am sending it to both of you to be sure that it goes to the right person. This letter is to follow up on our service call, which will be invoiced separately. We found that the electronic cabinet cooling unit would not stay on line. Further investigation showed that the three phase compressor motor does not have equal resistance on all three legs of the motor. Damage has occurred. We need to either perform repairs or replace the unit. The same unit is available for replacement with a lead time of 4 weeks manufacturing, plus shipping time (estimated at 7-10 days). If you choose to go with a repair, the parts are available from factory inventory with a 7-10 day ground freight lead time. The repair would involve replacing the compressor, compressor contactor and liquid line filter-drier. Because this unit is not really built to be repaired, we would also need to add suction and liquid side gage connections and some other related parts. Our price to perform this work during regular working hours using standard ground freight for parts shipment is $7,347.00, including sales taxes. I have requested expedited freight options in case you are interested in that, but have not yet gotten an answer from the vendor. Repairs are performed with one year parts and 60 days labor warranty. The other approach would be to replace the unit. It is quoted as being available with 4 weeks manufacturing lead time plus the same 7-10 days ground freight. Our price to replace the unit using standard ground freight for unit shipment is $11,557.00, including sales taxes. A new unit would carry a full one year parts and labor warranty.762 Please let me know if you have any questions, or if we are authorized to proceed with one of the above options. Best Regards, Mike Gallagher 763 764 765 766 767 768 City Council Agenda Item Report Agenda Item No. COV-278-2018 Submitted by: Brandon Araujo Submitting Department: Public Works Meeting Date: September 4, 2018 SUBJECT Award of a Services Agreement to Alta Planning + Design, Inc. for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Recommendation: A. Find that approval of the proposed action is categorically exempt under the California Environmental Quality Act (“CEQA”) in accordance with Section 15306, because the scope of the agreement consists of data collection, research, and preparation of a study / plan, which will not result in a serious or major disturbance to any environmental resource and which will not commit the City to any project; and B. Approve a Services Agreement with Alta Planning + Design, Inc. (“Alta”), in substantially the same form as submitted herewith, for a term of approximately eighteen (18) months in an amount not-to-exceed $229,471.00 for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan (the “Plan”); and C. Authorize the City Administrator to execute the Services Agreement with Alta. Backgroud: On December 15, 2017, the City received a grant of State funds from the Caltrans Sustainable Transportation Planning Grant Program. With funding in place at the state level to design and construct a new 8-mile gap closure of the LA River, including a 3-mile segment of the LA River Path through Vernon, this grant will provide the funding needed to study the east-west connections through the City of Vernon to establish a cross-town active transportation network that will connect the river path to transit stops and employment centers in Vernon. It is anticipated that creating convenient and safe options for active transportation will help Vernon residents, commuters, and those in nearby communities incorporate more physical activity into their daily routines. On March 6, 2018, the City Council adopted Resolution No. 2018-08 accepting the FY 2017-18 Caltrans Sustainable Transportation Planning Grant and authorizing the City Administrator to execute and enter into a Restricted Grant Agreement No. 74A0996 with Caltrans. In accordance with the grant agreement, the City initiated the procurement of a third-party consultant that specializes in creating similar planning documents. The City Administrator authorized issuance of the Request for Proposals (“RFP”) for Professional Services on May 29, 2018 and the City issued the RFP soon thereafter. The City advertised the RFP on its website and posted the RFP on GovernmentBids.com and Govdirections.com. In addition, a number of firms that specialize in creating similar planning documents were directly notified of the RFP. Alta responded to the RFP on June 21, 2018. Their proposal was one of four received. Staff members from the City’s Public Works departments formed an Evaluation Committee and evaluated all of the proposals the week of June 25, 2018. Upon completing their evaluations, the Evaluation Committee scheduled interviews with the three highest-rated 769 Proposers. The three highest-rated Proposers, in alphabetical order, were Alta, Gruen Associates, and KOA Corporation. The Evaluation Committee interviewed the three highest-rated Proposers on July 11, 2018. Upon review of Alta’s proposal and their performance during the interview, the Evaluation Committee rated Alta the highest of the three remaining Proposers. City staff recommend the selection of Alta for this Services Agreement. The Services Agreement has been approved as to form by the City Attorney’s office. Fiscal Impact: The total cost of the proposed Services Agreement is $229,471.00. The Caltrans Sustainable Communities Grant will reimburse the City 85% of the cost of the agreement, or $195,050.35. The City will pay the remaining balance of $34,420.65 which is included in the City’s 2018-2019 budget. ATTACHMENTS 1. Services Agreement with Alta Planning + Design, Inc. 770 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND ALTA PLANNING + DESIGN, INC. FOR PROFESSIONAL SERVICES FOR PREPARATION OF THE VERNON LOS ANGELES RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN COVER PAGE Contractor: Alta Planning + Design, Inc. Responsible Principal of Contractor: Emily Duchon, Principal-in-Charge Notice Information - Contractor: Alta Planning + Design, Inc. 711 SE Grand Ave. Portland, OR 97214 Attention: Emily Duchon, C/O Contract Administrator Phone: (213) 489-7443 Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall, Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 Commencement Date: September 4, 2018 Termination Date: April 28, 2020 Consideration: Total not to exceed $229,471.00 (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 771 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND ALTA PLANNING + DESIGN, Inc. FOR PROFESSIONAL SERVICES FOR PREPARATION OF THE VERNON LOS ANGELES RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and Alta Planning + Design, Inc., a California corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on September 4, 2018. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals issued on or about May 24, 2018, as amended by Addendum No. 1, dated June 7, 2018, and Addendum No. 2, dated June 14, 2018, collectively referenced as Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated June 21, 2018 and revised on July 19, 2018, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent and professional manner in accordance with the prevailing industry standards for such discipline of services practicing in the same or similar locality under the same or similar circumstances during the same period of time, herein after referred to as the “Standard of Care.” 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 772 3 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 Contractor shall commence the delivery of services on receipt of a written notice to proceed and shall complete the services on the schedule set forth in Exhibit “F”. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed $229,471.00 without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of a quality consistent with Section 2.3. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the 773 4 services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 5.7 Cost Principles. 5.7.1 Contractor agrees to comply with Title 2, Code of Federal Regulations (CFR), Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 5.7.2 Contractor agrees, and will assure that its subcontractors will be obligated to agree, that (a) Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual Project cost items and (b) and (b) all parties shall comply with Federal 774 5 administrative procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. Every subrecipient receiving Project funds as a sub-recipient, contractor, or subcontractor under this RGA shall comply with Federal administrative procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards to the extent applicable. 5.7.3 Prior to Contractor seeking reimbursement of indirect costs, Contractor must prepare and submit annually to Caltrans for review and approval an indirect cost rate proposal and a central service cost allocation plan (if any) in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards and Chapter 5 of the Local Assistance Procedures Manual which may be accessed at: http://www.dot.ca.gov/hq/LocalPrograms/lam/lapm.htm. 6.0 PAYMENT. 6.1 Monthly, after scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance, as described in Section 6.8, will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced and approved within thirty (30) days after the City receives the invoice. 775 6 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 6.7 Travel expenses and per diem rates are not to exceed the rate specified by the State of California Department of Human Resources for similar positions unless written verification is supplied that government hotel rates were not then commercially available to the Contractor and/or its subcontractors, at the time and location required as specified in the California Department of Transportation's Travel Guide Exception Process at the following link: http://www.dot.ca.gov/hq/asc/travel/ap_b/bu1.htm Also see website for summary of travel reimbursement rules. 6.8 Invoices shall include the following information: 1) Names of the Contractor’s personnel performing work 2) Dates and times of project work 3) Locations of project work 4) Itemized costs as set forth in Attachment II of the Restricted Grant Agreement, Exhibit “G”, including identification of each employee or subcontractor staff that provided services during the period of the invoice, the number of hours and hourly rates for each employee or subcontractor staff member, authorized travel expenses with receipts, receipts for authorized materials or supplies, and subcontractor invoices. 5) The Contractor shall submit written progress reports with each set of invoices to allow the Caltrans’ Contract Manager to determine if the City is performing to expectations, is on schedule, is within funding cost limitations, to communicate interim findings, and to afford occasions for airing difficulties respecting special problems encountered so that remedies can be developed. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 776 7 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. 9.1 CITY INDEMNIFICATION. To the extent allowable by law, Contractor agrees to indemnify City, its officers, elected officials, employees and agents against 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 or subcontractors, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, , except to the extent such claims or liabilities arise from the negligence or willful misconduct of City, its officers, elected officials, agents or employees. 9.2 CALTRANS INDEMNIFICATION. Neither Caltrans nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by Contractor, its officers, employees, agents or its subcontractors under or in connection with any work, authority or jurisdiction conferred upon the City under the Restricted Grant Agreement, Exhibit “G”. It is understood and agreed that Contractor, its officers, employees, agents, or subcontractors shall fully defend, indemnify and save harmless Caltrans and all its officers and employees from all claims, suits or actions of every name, kind and description brought forth under, including, but not limited to, tortuous, contractual, inverse condemnation or other theories or assertions of liability occurring by reason of anything done or omitted to be done by Contractor, its officers, employees, agents or subcontractors under this Agreement. 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 777 8 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from its performance under this agreement by agreeing to defend, and indemnify 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”). 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, and indemnify 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”). 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 778 9 coverage for at least one (1) year after the termination of this Agreement. v. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by 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 779 10 insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 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. 780 11 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be reasonably required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design drawings, estimates and other Contractor professional services necessary to rectify and correct the matter to the Standard of Care of City and to participate in any meeting required with regard to the correction. 781 12 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall use the reasonable Standard of Care to comply with all applicable Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 782 13 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 783 14 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 784 15 If to the Contractor: Alta Planning + Design, Inc. Attention: Emily Duchon C/O Contract Administrator 711 SE Grand Ave. Portland, OR 97214 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such 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 785 16 default as a result of Force Majeure. Contractor must notify the City promptly upon knowing that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in accordance with the Standard of Care, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement (“Work Product”). Contractor shall be required to provide such document and other information within fifteen (15) days of the request. City indemnifies and holds harmless Contractor, its officers, directors, employees, and subconsultants against any damages, liabilities, or costs, including reasonable attorneys’ fees and defense costs, arising from or allegedly arising from or in any way connected with the use or modification of Work Product not complete upon termination of this Agreement but which City may possess. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access 786 17 to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon 787 18 compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. 11.26 NON-DISCRIMINATION CLAUSE. 11.26.1 During the performance of this Agreement, the Contractor, and its Subcontractors shall not deny the contract's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. 11.26.2 Contractor shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code, § 12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2, § 11000 et seq.), the provisions of Article 9.5, Chapter 1, 788 19 Part 1, Division 3, Title 2 of the Government Code (Gov. Code, §§ 11135-11139.5), and the regulations or standards adopted by Caltrans to implement such article. 11.26.3 Contractor shall permit access by representatives of the Department of Fair Employment and Housing and Caltrans upon reasonable notice at any time during the normal business hours, but in no case less than twenty four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Caltrans shall require to ascertain compliance with this clause. 11.26.4 Contractor and its Subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 11.26.5 Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Agreement. 11.27 RETENTION OF RECORDS/AUDITS 11.27.1 The Contractor and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate incurred Project costs and matching funds by line. The accounting system of the Contractor and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. All accounting records and other supporting papers of the Contractor and its subcontractors and sub-recipients connected with Project performance under this Agreement shall be maintained for a minimum of three (3) years from the date of final reimbursement to the City and shall be held open to inspection, copying, and audit by representatives of Caltrans, the California State Auditor, and auditors representing the federal government. Copies thereof will be furnished by the Contractor and its subcontractors upon receipt of any request made by Caltrans or its agents. In conducting an audit of the costs and match credits claimed under this Agreement, Caltrans will rely to the maximum extent 789 20 possible on any prior audit of the City pursuant to the provisions of State and City law. In the absence of such an audit, any acceptable audit work performed by the City’s external and internal auditors may be relied upon and used by Caltrans when planning and conducting additional audits. 11.27.2 For the purpose of determining compliance with applicable State and City law in connection with the performance of the City’s contracts with third parties pursuant to GC Section 8546.7, the City, its contractors and their subcontractors, and Caltrans shall each maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts. All of the above referenced parties shall make such materials available at their respective offices at all reasonable times during the entire Project period and for three (3) years from the date of final reimbursement to the City under the Restricted Grant Agreement. Caltrans, the California State Auditor, or any duly authorized representative of Caltrans or the United States Department of Transportation, shall each have access to any books, records, and documents that are pertinent to a Project for audits, examinations, excerpts, and transactions, and the City shall furnish copies thereof if requested. 11.27.3 The Contractors and its subcontractors will permit access to all records of employment, employment advertisements, employment application forms, and other pertinent data and records by the State Fair Employment Practices and Housing Commission, or any other agency of the State of California designated by Caltrans, for the purpose of any investigation to ascertain compliance with the Restricted Grant Agreement. 11.27.4 Additionally, all agreements may be subject to a pre-award audit prior to execution of the agreement to ensure the Contractor has an adequate financial management system in place to accumulate and segregate reasonable, allowable and allocable costs. 11.28 THIRD-PARTY CONTRACTS 790 21 11.28.1 Any subcontract entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to the Contractor’s subcontractors. Copies of all agreements with subcontractors must be submitted to the Caltrans Contract Manager. 11.28.2 Caltrans does not have a contractual relationship with the City’s sub- recipients, contractors, or subcontractors and the City shall be fully responsible for all work performed by its sub-recipients, contractors, or subcontractors. 11.28.4 Any subcontract entered into by the Contractor as a result of this Agreement shall mandate that travel and per diem reimbursements and third-party contract reimbursements to subcontractors will be allowable as Project costs only after those costs are incurred and paid for by the subcontractors. Travel expenses and per diem rates for subcontractors shall be reimbursed pursuant to Section 6.7, above. 12.0 OWNERSHIP OF PROPRIETARY PROPERTY CLAUSE 12.1. DEFINITIONS 12.1.1 Work: The work to be directly or indirectly produced by the Contractor under this Agreement. 12.1.2 Work Product: All deliverables created or produced from Work under this Agreement including but not limited to, all Work and Deliverables conceived or made, or made hereafter conceived or made, either solely or jointly with others during the term of this Agreement and during a period of six (6) months after the termination thereof, which relates to the Work commissioned or performed under this Agreement. “Work Product” includes all deliverables, inventions, innovations, improvements, or other works of authorship Contractor may conceive of or develop in the course of this Agreement, whether or not they are eligible for patent, copyright, trademark, trade secret, or other legal protection. 12.1.3 Inventions: Any idea, methodologies, design, concept, technique, invention, discovery, improvement or development regardless of patentability made solely by 791 22 the Contractor or jointly with the Contractor’s Subcontractor and/or the Contractor’s Subcontractor’s employee’s with one or more employees of Caltrans during the term of this Agreement and in performance of any Work under this Agreement, provided that either the conception or reduction to practice thereof occurs during the term of this Agreement and in performance of Work issued under this Agreement. 12.2 OWNERSHIP OF WORK PRODUCT AND RIGHTS 12.2.1 Ownership of work product: Except in regard to Pre-existing Works, all Work Product derived by the Work performed by the Contractor, its employees or by any of the Contractor’s Subcontractor’s employees under this Agreement, shall be owned by Caltrans and shall be considered to be works made for hire by the Contractor’s Subcontractor for Caltrans. Caltrans shall own all United States and international copyrights in the Work Product. As such, all Work Product shall contain, in a conspicuous place, a copyright designation consisting of a “c” in a circle followed by the four-digit year in which the Work Product was produced, followed by the words “California Department of Transportation.” For example, a Work Product created in the year 2012 would contain the copyright designation © 2012 California Department of Transportation. 12.2.2 Vesting of copyright rights: Contractor, its employees, and/or any of Contractor’s Subcontractor’s employees agree to perpetually assign, and upon creation of each Work Product automatically assigns, to Caltrans, its successors and assigns, ownership of all United States and international copyrights in each and every Work Product, insofar as any such Work Product, by operation of law, may not be considered work made for hire by the Contractor’s Subcontractor from Caltrans. From time to time upon Caltrans’s request, the Contractor’s Subcontractor and/or its employees, shall confirm such assignments by execution and delivery of such assignments, confirmations or assignment, or other written instruments as Caltrans may request. Caltrans, its successors and assigns, shall have the right to obtain and hold in its or their own name(s) all copyright registrations and other evidence of rights that may be available for Work Product. Contractor hereby agrees to waive all moral rights relating to 792 23 identification of authorship restriction or limitation on use, or subsequent modifications of the Work. 12.3 INVENTIONS 12.3.1 Vesting of patent rights: The Contractor, its employees and any Contractor’s Subcontractor hereby agrees to assign to Caltrans, its successors, and assigns, all Inventions, together with the right to seek protection by obtaining patent rights therefore and to claim all rights or priority there under, and the same shall become and remain the Department’s property regardless of whether such protection is sought. The Contractor, its employees and Contractor’s Subcontractor shall promptly make a complete written disclosure to Caltrans of each Invention not otherwise clearly disclosed to Caltrans in the pertinent Work Product, specifically pointing out features or concepts that the Contractor, its employees and Contractor’s Subcontractor believes to be new or different. The Contractor, its employees and Contractor’s Subcontractor shall, upon Caltrans’s request and at Caltrans’s expense, cause patent applications to be filed thereon, through solicitors designated by the Department, and shall sign all such applications over to Caltrans, its successors, and assigns. The Contractor, its employees and Contractor’s Subcontractor shall give Caltrans and its solicitors all reasonable assistance in connection with the preparation and prosecution of any such patent applications and shall cause to be executed all such assignments or other instruments or documents as Caltrans may consider necessary or appropriate to carry out the intent on this Agreement. 12.3.2 Agency: In the event that Caltrans is unable for any reason whatsoever to secure the Contractor’s, its employees’ and/or Contractor’s Subcontractor’s signature to any lawful or necessary document required or desirable to apply for or prosecute any United States application (including renewals or divisions thereof), Contractor, its employees and Contractor’s Subcontractor hereby irrevocably designates and appoints Caltrans and its duly authorized officers and agents, as its agent and attorney-in-fact, to act for and on Contractor, its employees and Contractor’s Subcontractor’s behalf and stead, to execute and file such applications and to do all other lawfully permitted acts to further the prosecution and 793 24 issuance of any copyrights, trademarks or patents thereon with the same legal force and effect as if executed by Contractor, its employees and/or Contractor’s Subcontractor. Caltrans shall have no obligations to file any copyright, trademark or patent applications. 12.4 ADDITIONAL PROVISIONS 12.4.1 Avoidance of infringement: In performing services under this Agreement, Contractor and its employees agree to avoid designing or developing any items that infringe one or more patents or other intellectual property rights of any third party. If Contractor or its employees becomes aware of any such possible infringement in the course of performing any Work under this Agreement, Contractor or its employees shall immediately notify Caltrans in writing. 12.4.2 Pre-existing works and license: Contractor acknowledges that all Work Product shall be the sole and exclusive property of Caltrans, except that any pre-existing works created by Contractor and third parties outside of the Agreement but utilized in connection with the Agreement (the “Preexisting Works”) shall continue to be owned by Contractor or such parties. Contractor agrees to notify Caltrans in writing of any Pre-existing Works used in connection with any Work Product produced under this Agreement and hereby grants to Caltrans a non-exclusive, perpetual, royalty-free license to utilize the Pre-existing Works in connection with the Work Product. 12.4.3 Subcontractors: Contractor shall affirmatively bind by contract any of its subcontractors or service vendors (hereinafter “Contractor’s Subcontractor”) providing services under this Agreement to conform to the provisions of this Clause. Contractor’s Subcontractor shall then provide the signed contract to the Contractor, who shall provide it to Caltrans’s Contract Manager prior to the commencement of any work. In performing services under this Agreement, Contractor’s Subcontractor agrees to avoid designing or developing any items that infringe one or more patents or other intellectual property rights of any third party. If Contractor’s Subcontractor becomes aware of any such possible infringement in the course of 794 25 performing any Work under this Agreement, Contractor’s Subcontractor shall immediately notify the Contractor in writing, Contractor will then immediately notify Caltrans in writing. 12.5 OWNERSHIP OF DATA 12.5.1 Upon completion of all work under this Agreement, all intellectual property rights, ownership and title to all reports, documents, plans, specifications, and estimates, produced as part of this Agreement will automatically be vested in Caltrans and no further agreement will be necessary to transfer ownership to Caltrans. The Contractor shall furnish Caltrans all necessary copies of data needed to complete the review and approval process. 12.5.2 It is understood and agreed that all calculations, drawings, and specifications, whether in hard copy of machine readable form, are intended for one-time use in the construction of the project for which this Agreement has been entered into. 12.5.3 The Contractor is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by Caltrans of the machine readable information and data provided by the Contractor under this Agreement; further, the Contractor is not liable for claims, liabilities or losses arising out of, or connected with, any use by Caltrans of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by the Contractor. 12.5.4 Any sub-agreement in excess of $25,000.00, entered, into as a result of this Agreement, shall contain all of the provisions of this clause. [Signatures Begin on Next Page]. 795 26 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Carlos Fandino, City Administrator Alta Planning + Design, Inc. a California corporation By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Brian Byun, Senior Deputy City Attorney 796 27 EXHIBIT A REQUEST FOR PROPOSALS 797 June 2017 City of Vernon Request for Proposals (RFP) Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan City of Vernon Public Works Department 4305 Santa Fe Avenue, Vernon, CA 90058 Phone: (323) 583-8811 798 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 2 of 22 June 2017 1. INTRODUCTION AND PROJECT The Los Angeles County Metropolitan Transportation Authority (“Metro”) has identified $365 million for the design and construction of the Los Angeles River Bike Path Gap Closure project from Elysian Valley to the City of Vernon (“the City”). This funding will cover the costs of constructing the trail along the river corridor, however, the funding does not cover the critical connections to/from local City destinations. In December 2017, the City was awarded Caltrans’ Sustainable Communities Grant to prepare the Vernon Los Angeles River Path Active Transportation Access Plan (“the Plan”) that will address critical connection needs between local destinations within the City and the Los Angeles River Bike Path. The City’s application can be found in Attachment “E” of this RFP. Specifically, the Plan will assess the feasibility of three bikeway corridors within the City of Vernon (37th Street between Santa Fe Avenue and Soto Street, Vernon Avenue between Santa Fe Avenue and Downey Road, and Leonis Street between Pacific Boulevard and Atlantic Boulevard) and four gateways leading to the Los Angeles River Bike Path (26th at the Los Angeles River, Soto and Bandini, Downey and Vernon, and Atlantic and District). See Figure 1-1 on page 21 of the City’s grant application for more information. In addition, the City intends to gather public input through interactive community workshops which will be the driving factor of the planning process. The City is requesting proposals for professional services and will select one firm based on demonstrated competence and a cost-effective approach to research existing conditions, perform outreach to the project’s stakeholders, prepare the Plan, and adhere to all of the applicable conditions of the Restricted Grant Agreement (“the RGA”) between the City and Caltrans. The RGA can be found in Attachment “D” of this RFP. 2. BACKGROUND The City of Vernon was founded in 1905, is approximately 5.2 square miles in size and is located approximately 5 miles southeast of downtown Los Angeles California. Over its long history, Vernon has been developed as an industrial community. At the turn of the 20th century the lands that make up Vernon were comprised largely of farmlands. The presence of three major rail lines in the area led influential business and property owners to encourage the railroad companies to run spur lines onto the farmlands. These rail extensions enabled the creation of an “exclusively industrial” city. By the 1920’s, Vernon was attracting large stockyards and meatpacking facilities. In the 1930’s, Vernon became the location of choice for many heavy industrial plants. As economic conditions changed over the decades, these large scale industrial operations have relocated out of Southern California and Vernon has attracted smaller, lighter industrial facilities. The City’s business friendly environment, low cost utilities and key location for trucking and rail transport continue to position Vernon as an ideal location for industrial uses. 799 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 3 of 22 June 2017 City Government: The City Council consists of five members, elected at-large, who serve five-year staggered terms. The City Council annually appoints a Mayor and a Mayor Pro Tem from its own membership to serve one-year terms. Labor Force: Vernon has approximately 280 employees, and its departments include a Fire Department, Police Department, Finance Department, Public Works Department, Public Utilities Department, and Health and Environmental Control Department. Present bargaining units recognized include the Vernon Police Officers Benefit Association, Vernon Police Management Association, Vernon Firemen’s Association, the Vernon Fire Management Association, International Brotherhood of Electrical Workers Local 47, and Teamsters Local 911. Contract Administrator: The contract will be administered by Felix Velasco and/or Brandon Araujo with the City’s Public Works Department. 3. KEY RFP DATES: a) Issue Date: May 24, 2018 b) Deadline for Requests for Information: June 7, 2018 c) Response to Requests for Information: June 11, 2018 d) Proposal Due: June 14, 2018 e) Interview (if applicable): Week of June 18, 2018 f) Award (if applicable) July 3, 2018 4. REQUESTS FOR INFORMATION A) All questions must be submitted in writing to the City of Vernon no later than June 7, 2018. Responses to verbal questions will not be given. B) Requests for clarifications, questions and comments must be clearly labeled, "Written Questions Re: " Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan." The City is not responsible for failure to respond to a request that has not been labeled as such. C) Any of the following methods of delivering written questions are acceptable as long as the questions are received no later than the date and time specified above:  U.S. Mail or Personal Courier: Attention: Brandon Araujo, P.E. Public Works Department City of Vernon 4305 Santa Fe Avenue Vernon, California 90058  Facsimile: 323-826-1435 Attention: Brandon Araujo, P.E. Public Works Department City of Vernon 4305 Santa Fe Avenue 800 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 4 of 22 June 2017 Vernon, California 90058  E-mail: baraujo@ci.vernon.ca.us D) Responses from the City of Vernon to Requests for Information will be delivered to all interested parties no later than June 11, 2018. 5. SCOPE OF WORK The Plan’s entire Scope of Work is described below. In order to clearly define the roles and responsibilities of the consultant and the City each task is delegated to a Responsible Party. The City is seeking the services of a highly-qualified consulting firm to perform those tasks below delegated to “Consultant.” 1. Project Initiation and Coordination Task 1.1 Project Kick-Off Meeting w/ Caltrans At the outset of the project, the City will hold a kick-off meeting with Caltrans staff to discuss grant procedures and project expectations including invoicing, quarterly reporting, and all other relevant project information. Meeting summary will be documented. Responsible Party: City of Vernon Deliverable: Minutes from the Project Kick-Off Meeting w/ Caltrans within five business days of the meeting Task 1.2 RFP for Consultant Services The City will complete an RFP process for the selection of a consultant using the proper procurement procedures. Responsible Party: City of Vernon Deliverable: RFP for Consultant Services Task 1.3 Project Coordination Coordination will include monthly face-to-face project team meetings with consultants to ensure good communication on upcoming tasks and to confirm the project deliverables are on schedule and within budget. In addition, there will be regular (e.g. bi-weekly) check-in calls with the City of Vernon and consultants, as well as periodic progress reports to ensure coordination between all parties involved to help deliver a plan that will meet or exceed expectations. Caltrans staff will be invited to all team meetings and project check-in calls. Responsible Party: City of Vernon 801 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 5 of 22 June 2017 Deliverable: Minutes of monthly face-to-face project team meetings, notes of regular check-in calls, invitations to Caltrans staff to all team meetings and project check-in calls Task 1.4 Project Kick-Off Meeting w/ Project Team Once the consultant team has been procured, the City and consultant will hold a kick-off meeting to discuss project management, goals and objectives, and all other relevant project information. Meeting summary will be documented. Responsible Party: Consultant Deliverable: Minutes from the Project Kick-Off Meeting w/ Project Team within five business days of the meeting 2. Outreach and Engagement Task 2.1 Community-Based Action Plan The development of a Community-Based Meeting Action Plan will include a detailed outreach plan to the community and advisory groups. Responsible Party: City of Vernon Deliverable: Community-Based Action Plan Task 2.2 Advisory Committee Meetings The consulting team will facilitate and attend up to four advisory group meetings. These meetings will coincide with the weeks prior to major outreach events and plan drafts. The advisory group will be formed by the City of Vernon and composed of community, business, and government stakeholders. The consultant will facilitate discussion to develop list of key stakeholders, problem or challenge areas to study, and strategies for engaging residents, in particular underrepresented residents. Responsible Party: Consultant Deliverable: Minutes from the Advisory Committee Meetings within five business days of the meeting, list of key stakeholders, list of problem or challenge areas to study, strategies for engaging underrepresented residents Task 2.3 Publicity In order to reach a broad audience, flyers, posters, and digital marketing materials will be coordinated in advance of all outreach events, surveys, and release of draft plans with information on the project/events. All outreach materials will be produced in both Spanish and English. Responsible Party: Consultant Deliverable: Flyers, posters, digital marketing materials, surveys, other outreach materials Task 2.4 “Pop-Up” Events 802 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 6 of 22 June 2017 To make it easier for people to learn about and provide input, the consulting team will bring the project to the Vernon community. The consulting team will facilitate two (2) mobile, "Pop-Up" workshops that will present key information on the planning effort and allow participants to share information and feedback. These events will be strategically located to engage the large daytime working population in Vernon and may include a booth near major employers or food trucks. Responsible Party: Consultant Deliverable: "Pop Up" Events, survey forms documenting feedback from participants Task 2.5 Community Survey A simple bilingual survey will be developed by the consulting team. It will be available online through the city website, distributed with help of the Advisory Group members, and hardcopies will be available at “Pop-Up” events. The survey will solicit input on desired location and type of active transportation improvements along the project corridors and at Los Angeles River Path Gateways. The online survey will allow users to place pins to identify current barriers and recommendations for suggested improvements. Responsible Party: Consultant Deliverable: Community Survey, survey results Task 2.6 Community Feedback Summary The consulting team will periodically summarize and document findings from the outreach events and survey. The findings will be presented at advisory committee meetings and will be incorporated into the final plan. Responsible Party: Consultant Deliverable: Community Feedback Summary 3. Inventory and Analysis Task 3.1 Review Relevant Plans and Studies The consulting team will collect and review available information for the project area, including the Vernon General Plan, Vernon Bicycle Master Plan, Los Angeles County Bicycle Master Plan, Los Angeles River Path Feasibility Studies, infrastructure master plans, and other relevant studies and policies. Responsible Party: Consultant Deliverable: A thorough understanding of the documents listed above as demonstrated in the Existing Conditions Report and the Opportunities and Constraints Report. Task 3.2 Field Visit The consulting team will conduct a one-day visit to coincide with the first advisory group meeting to meet with the project partners and selected 803 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 7 of 22 June 2017 stakeholders, and tour and photograph some of the neighborhoods to assess existing conditions. Responsible Party: Consultant Deliverable: Notes and photographs from the Field Visit Task 3.3 Traffic and Bike/Pedestrian Counts The consulting team will collect traffic and bike/pedestrian counts over a multi-day period. This data will be collected along key corridors, near Los Angeles River Path access points, and at key intersections within the project area. This data will be used to complement existing data collected. The consulting team will analyze collision history and recommend actions to address the walking and bicycling communities' safety concerns Responsible Party: Consultant Deliverable: Motorist, bicyclist, and pedestrian counts over a minimum three-day period collected along key corridors, intersections, and access points. Analysis of collision history, list of recommended actions to address safety concerns Task 3.4 Existing Conditions The consulting team will collect extensive existing conditions data including existing/planned land uses, census/population characteristics, existing/planned bike/pedestrian facilities, travel projections, traffic volume, collisions, employment, property ownership, utilities, aerial imagery, and topography. Key data within the project areas will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan. Responsible Party: Consultant Deliverable: Existing Conditions Report addressing all items described in Task 3.4. Task 3.5 Opportunities and Constraints Following field visits (3.2), traffic and bike/pedestrian counts (3.3), and collection of existing conditions (3.4), the consulting team will identify opportunities and constraints for major corridors and gateways. Consideration will be given to bicycle and pedestrian routes, intersection conditions, the existing and future land use, traffic volumes, ownership, topography, public right-of-way availability, and physical barriers; bicycle, pedestrian, transit, and vehicular functional/spatial requirements for lane striping, sidewalk improvements, ADA accessibility, transit stops, landscaping, and other conditions for access or enhancement. For the three corridors, the consulting team will conduct detailed traffic studies at signalized intersections and study what infrastructural elements might need to be relocated, such as storm drains, fire hydrants, and sign posts, to add this protected facility. Identify locations for new improvements such as protected turn movements, bike signals, curb extensions, leading pedestrian intervals, and high visibility crosswalks. For the four 804 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 8 of 22 June 2017 gateways, determine the feasibility for: 1) new sidewalks, crosswalks, and signal enhancements, 2) bike racks, bike fix-it stations, seating, and other amenities that will strengthen Vernon’s active transportation network, 3) opportunities for trees and plants to provide shade and improve stormwater, 4) opportunities for pocket parks with public art and interpretive elements to create much needed park space in a disadvantaged community, and 5) scenic overlook points to the Los Angeles River and downtown Los Angeles that will become destinations and desirable locations that may spur economic development in Vernon. Findings will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan. Responsible Party: Consultant Deliverable: Opportunities and Constraints Report addressing all items described in Task 3.5. Task 3.6 Develop Evaluation Criteria The consulting team will develop evaluation criteria for the project in close coordination with the City of Vernon, advisory committee, and outreach events. The criteria will be based on community priorities, site-specific conditions, connections to existing and proposed forms of public transportation, and will be utilized during the evaluation of concepts (4.2) Responsible Party: Consultant Deliverable: Evaluation Criteria 4. Alternatives Task 4.1 Develop Corridor and Gateway Concepts Preliminary Corridor and Gateway Concepts will be developed based on the existing conditions report and input from advisory committee meetings and outreach events. They will include alternative infrastructure alignments for each of the corridors and gateways, standard sections, maps, and supporting graphics. The concepts will be circulated to selected stakeholders including City of Vernon, Caltrans staff, and the advisory group for comment. Any bikeways proposed on the corridors shall reflect the City's Bicycle Master Plan. Preliminary corridor concepts shall implement use of complete streets strategies, systematically assess security and safety threats and may propose pedestrian lighting, shorter, high-visibility crossings, and bikeway designs that minimize collisions.

 Responsible Party: Consultant Deliverable: Corridor and Gateway Concepts addressing all of the items described in Task 4.1. Task 4.2 Evaluation of Concepts The corridor and gateway concepts (4.1) will be analyzed based on evaluation criteria (3.6). Proposed alternatives will be ranked side-by-side 805 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 9 of 22 June 2017 to evaluate how well each concept responds to community needs and goals. Responsible Party: Consultant Deliverable: Evaluation of Concepts Task 4.3 Develop Preferred Corridor and Gateway Concepts Concepts (4.1) will be synthesized into primary concepts for all corridors and gateways based on community feedback, advisory committee feedback, and evaluation of concepts. Final sections, maps, and supporting graphics will be developed and shared with the public online and at outreach events for review. Responsible Party: Consultant Deliverable: Preferred Corridor and Gateway Concepts Task 4.4 Implementation Strategy Provide an implementation strategy including phasing and funding that coordinates with the implementation of the Los Angeles River Path in Vernon. Identify sources for funding, including the funding for land acquisition, final design, and construction. Provide list of funding sources to the consultant for inclusion in the draft plan. Responsible Party: City of Vernon Deliverable: Implementation Strategy 5. Active Transportation Access Plan Task 5.1 Administrative Draft Plan Based on preferred design alternatives (4.3) advanced through advisory committee meetings and outreach, an administrative draft plan featuring an overall layout of work to-date will be prepared and presented for comment and feedback from the City, Caltrans, and relevant councils and commissions. Responsible Party: Consultant Deliverable: Administrative Draft Plan, presentations to the City, Caltrans, and relevant councils and commissions. Task 5.2 Draft Plan Based on comments to and expanding upon the administrative draft plan, the draft plan will include existing plan reviews, inventory and analysis, concept alternatives, preferred concepts, and implementation strategies. The Plan will be presented for final comment and feedback from the City, Caltrans, relevant councils and commissions, and the community both online and at the final outreach event. Responsible Party: Consultant 806 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 10 of 22 June 2017 Deliverable: Draft Plan, presentations to the City, Caltrans, and relevant councils and commissions. Task 5.3 Final Plan Based on comments to the Draft Plan, a Final Plan will be developed and made publicly available. Responsible Party: Consultant Deliverable: Final Plan Task 5.4 Plan Adoption Final Plan will be presented at the City Council meeting for adoption. The City of Vernon and consulting team will address any critical issues that arise. Responsible Party: City of Vernon Deliverable: City Resolution adopting the Plan 6. Fiscal Management Task 6.1 Invoicing Caltrans The City of Vernon will submit complete invoice packages to Caltrans district staff based on milestone completion at least quarterly, but no more frequently than monthly 

 Responsible Party: City of Vernon Deliverable: Invoices to Caltrans Task 6.2 Quarterly Reports to Caltrans The City of Vernon will submit quarterly report to Caltrans district staff providing a summary of project progress and grant/local match expenditures. Responsible Party: City of Vernon Deliverable: Quarterly Reports to Caltrans 6. QUALIFICATIONS & CRITERIA A. Qualifications: The City of Vernon will select one firm for all of the outlined Scope of Service on the basis of qualifications, experience, and cost. The following are the minimum qualifications to be used to evaluate responses to this Request for Proposals:  Experience delivering at least one other active transportation related plan with a similar scope of work through Caltrans’ Sustainable Communities Grant within budget and on schedule  Experience delivering at least two other active transportation related plans with a similar scope of work to municipalities within budget 807 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 11 of 22 June 2017 and on schedule  A demonstrated familiarity with Metro’s Los Angeles River Bike Path Gap Closure Project  A demonstrated familiarity with the City of Vernon’s Los Angeles River Path Feasibility Study  A demonstrated familiarity with the City of Vernon’s Bicycle Master Plan B. Selection Criteria: The City will conduct a comprehensive, fair, and impartial evaluation of proposals received in response to this RFP. All proposals received will be reviewed and evaluated by a committee of qualified personnel. The name, information, or experience of the individual members will not be made available to any proposer. The Evaluation Committee will first review and screen all proposals submitted according to the minimum qualifications set forth above. The following criteria will be used in reviewing and comparing the proposals and in determining the highest scoring proposal: Criterion Weight Responsiveness to the RFP and quality of the proposal. 15% Qualifications, background, and prior experience of the firm, experience of key staff assigned to oversee services provided to the City, evaluation of size and scope of similar work performed and success on that work. 20% Cost and fees to the City for handling matters. Cost is not the sole determining factor but will be taken into consideration. proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the proposer. If rates differ for different types or levels of service, the proposer should so state. 30% References including past performance of proposer. 20% In-person interview. The three highest proposers will be invited to attend a mandatory interview with the City’s Evaluation Committee and will be asked a series of questions in order to elicit the proposer’s understanding of the scope of services and their ability to communicate this understanding effectively. Only the three highest proposers will be invited to participate and only those proposers will be considered for contract award. All other proposers will be not be considered further in the evaluation process. 15% 7. THE PROPOSAL The proposal should include, at a minimum, the following information in sectionalized 808 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 12 of 22 June 2017 format addressing all phases of the work in the RFP: A. Cover Letter: All proposals shall include a cover letter which states that the proposal shall remain valid for a period of not less than ninety (90) days from the date of submittal. If the proposal contemplates the use of sub-contractors, the sub- contractors shall be identified in the cover letter. If the proposal is submitted by a business entity, the cover letter shall be signed by an officer authorized to contractually bind the business entity. With respect to the business entity, the cover letter shall also include: the identification of the business entity, including the name, address and telephone number of the business entity; and the name, title, address and telephone number of a contact person during the proposal evaluation period. B. Introduction: Present an introduction of the proposal and your understanding of the assignment and significant steps, methods, and procedures to be employed by the proposer to ensure quality deliverables will be delivered within the required time frames and within your identified budget. C. General Scope of Work: Briefly summarize the scope of work as the proposer perceives or envisions it. D. Consultant Project Manager: Name the project who will be the primary point of contact for the project and list his/her qualifications, roles, and responsibilities. E. Methodology: Describe the work and overall approach, specific techniques that will be used, and specific administrative and operations expertise to be used F. Work Plan and Work Schedule: The section shall include activities and tasks and their delivery schedule. Present concepts for conducting the work plan and interrelationship of all tasks. Define the scope of each task including the depth and scope of analysis or research proposed and how you plan to deliver each task’s deliverable on schedule and within budget. G. Personnel: Provide a detailed description of the proposer and his/her/its qualifications, including names, titles, detailed professional resumes and past experience in similar work efforts/products of key personnel who will be working on the assignment. Provide a list of specific related work projects that have been completed by the proposer which are directly related to the assignment described in this RFP. Note the specific individuals who completed such project(s). Identify role and responsibility of each member of the project team. Include the amount of time key personnel will be involved in the respective portions of the assignment. Respondents are encouraged to supply relevant examples of their professional product. H. Sub-contracts: Identify all sub-contracts that are to be used, description of each and the work by each sub-consultant/sub-contractor. No work shall be subcontracted unless listed in the technical proposal. Sub-consultant resumes shall be provided. 809 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 13 of 22 June 2017 F. Fees and costs: Although an important aspect of consideration, the financial cost estimate will not be the sole justification for consideration. Negotiations may or may not be conducted with the proposer; therefore, the proposal submitted should contain the proposer’s most favorable terms and conditions, since selection and award may be made without discussion with any firm. All prices should reflect “not to exceed” amounts per item. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. All cost proposals shall be submitted on Exhibit 10-H of the Caltrans Local Assistance Procedures Manual, herein attached as Attachment “C” of this RFP. G. References: The proposal should provide at least three (3) clients for whom the proposer has performed work of similar nature to the request. H. Affidavit of Non-Collusion. Proposer must submit a completed and signed, “Affidavit of Non-Collusion.” (Copy attached as Attachment “A”). 8. FORMAT AND DELIVERY OF PROPOSAL Respondents are asked to submit one (1) unbound original, three (3) hard copies and one (1) electronic copy (via email to baraujo@ci.vernon.ca.us) of their proposals in sufficient detail to allow for a thorough evaluation and comparative analysis. Limit your proposal to 20 typed 8.5” X 11” pages, or fewer, on white bond paper of at least 20-pound weight single sided (excluding cover letter and attachments. You may attach a firm brochure if you wish, but it must be as a separate attachment and independent from the required elements noted above. 1. Use a conventional typeface with a minimum font size of 12 points. Use a 1” margin on all boarders. 2. Organize your submittal in the order described above. 3. Prominently label the package: “Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan” and include the name of the primary contact for the respondent. Deliver the response to: City of Vernon Attention: Daniel Wall, Director 4305 Santa Fe Avenue Vernon, CA 90058 4. Responses are due on or before 5:00 p.m. on June 14, 2018. Late response will not be accepted. 810 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 14 of 22 June 2017 5. If you have any questions about this RFP, please send them in writing to Brandon Araujo at baraujo@ci.vernon.ca.us. Please note that any questions asked and any response provided by Vernon will be sent to every person who will be submitting a proposal, to the extent the City is aware of them. 7. ADDENDA, CHANGES, AND AMENDMENTS TO THIS SOLICITATION At any time prior to the due date for responses, the City may make changes, amendments, and addenda to this solicitation, including changing the date due to allow respondents time to address such changes. Addenda, changes, and amendments, if made, will be posted on the City’s website (www.cityofvernon.org), which is deemed adequate notice. A proposer may make a request to the City’s Contract Administrator to be placed on a list of persons to receive notice of any such addenda, changes, or amendments. The preferred manner of communications is via e-mail due to its timeliness. 8. CONDITIONS FOR RESPONSES TO RFP The following conditions apply to this RFP process: A. Nothing contained in this RFP shall create any contractual relationship between the respondent and the City. B. This RFP does not obligate the City to establish a list of service providers qualified as prime contractors, or award a contract to any respondent. The City reserves the right to amend or cancel this RFP without prior notice, at any time, at its sole discretion. C. The City shall not be liable for any expenses incurred by any individual or organization in connection with this RFP. D. No conversations or agreements with any officer, agent, or employee of the City shall affect or modify any terms of this RFP. Oral communications or any written/e-mail materials provided by any person other than designated contact staff of City shall not be considered binding. E. The City reserves the right, in its sole discretion, to accept or reject any or all Proposals without prior notice and to waive any minor irregularities or defects in a Proposal. The City reserves the right to seek clarification on a Proposal with any source. F. The dates, times, and sequence of events related to this RFP shall ultimately be determined by the City. The schedule shown above is subject to change, at the sole discretion of the City, although the City will attempt to follow it and, if it must be altered, will attempt to provide reasonable notice of the changes. 811 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 15 of 22 June 2017 G. Respondents shall not issue any news release pertaining to this RFP, or the City without prior written approval of the City. H. All submitted proposals and information included therein or attached thereto shall become public record upon delivery to the City. 9. RIGHT BY THE CITY TO WITHDRAW THIS REQUEST The City may, at its sole discretion and for any reason whatsoever, withdraw this solicitation at any time. 10. LIVING WAGE ORDINANCE The selected consultant shall pay qualifying employees a wage of not less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. The consultant shall also provide qualifying employees at least twelve days off per year for sick leave, vacation or personnel necessity, and an additional ten days a year of uncompensated time for sick leave. There shall be a prohibition on an employer retaliation against an employee’s complaining to the City with regard to the employer’s compliance with the living wage ordinance. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D” of the standard form contract (“the Contract”), attached hereto as Attachment “B”. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11. STANDARD TERMS AND CONDITIONS Prior to the award of any work hereunder, City and proposer shall enter into the written contract for services attached hereto as Attachment “B”. Proposers responding to this RFP are strongly advised to review all the terms and conditions of the Contract. The term of the Contract shall not exceed three (3) years. 812 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 16 of 22 June 2017 ATTACHMENT A AFFIDAVIT OF NON-COLLUSION 813 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 17 of 22 June 2017 AFFIDAVIT OF NON-COLLUSION CONTRACTOR STATE OF CALIFORNIA }SS COUNTY OF LOS ANGELES} _________________________________________________________________, being first duly sworn deposes and says that he/she is __________________________________________________________________ (Insert “Sole Owner”, “Partner”, “President”, “Secretary”, or other proper title) of _____________________________________________________________________ (Insert name of Proposer) who submits herewith to the City of Vernon a proposal; That all statements of fact in such proposal are true; That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such proposal is genuine and not collusive or sham; That said Proposer has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other Proposer or anyone else interested in the proposed contract; and further That prior to the public opening and reading of proposals, said Proposer: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said Proposer or anyone else would submit a false or sham proposal, or that anyone should refrain from proposing or withdraw his proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the proposal price of said Proposer or of anyone else, or to raise of fix any overhead profit or cost element of this proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his/her proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to nay corporation, partnership, company, association, organization, or to any member or agent thereof, or to 814 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 18 of 22 June 2017 any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with Proposer in his/her business. I certify under penalty of perjury that the above information is correct By: ___________________________________ Title:_______________________________________ Date: _________________________________ 815 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 19 of 22 June 2017 ATTACHMENT B STANDARD FORM CONTRACT 816 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR PROFESSIONAL SERVICES FOR PREPARATION OF THE VERNON LOS ANGELES RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN COVER PAGE Contractor: [insert name of contractor] Responsible Principal of Contractor: [insert name, title] Notice Information - Contractor: [insert name of contractor] [insert street address] [insert city, state, zip code] Attention: [insert name, title] Phone: [insert phone number] Facsimile: [insert fax number] Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 Commencement Date: [insert commencement date] Termination Date: [insert termination date] Consideration: Total not to exceed $[insert amount] (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 11.20 817 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR’S NAME] FOR PROFESSIONAL SERVICES FOR PREPARATION OF THE VERNON LOS ANGELES RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and [Contractor’s Name], a [State incorporated in] corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on ____________, ____. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the Request for Proposals dated ___________, Exhibit “A”, and Contractor's proposal to the City ("Proposal") dated ____________, Exhibit “B”, both of which are attached to and incorporated into this Contract, by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 818 3 4.0 TERM. The Contractor shall commence the delivery of services on receipt of a written notice to proceed and shall complete the services on the schedule set forth in Exhibit “F”. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “C” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed [state amount] without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 819 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “C,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 5.7 Cost Principles. 5.7.1 Contractor agrees to comply with Title 2, Code of Federal Regulations (CFR), Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 5.7.2 Contractor agrees, and will assure that its subcontractors will be obligated to agree, that (a) Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31, et seq., shall be used to determine the allowability of individual Project cost items and (b) and (b) all parties shall comply with Federal administrative procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. Every subrecipient receiving Project funds as a sub-recipient, contractor, or subcontractor under this RGA shall 820 5 comply with Federal administrative procedures in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards to the extent applicable. 5.7.3 Prior to Contractor seeking reimbursement of indirect costs, Contractor must prepare and submit annually to Caltrans for review and approval an indirect cost rate proposal and a central service cost allocation plan (if any) in accordance with 2 CFR, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards and Chapter 5 of the Local Assistance Procedures Manual which may be accessed at: http://www.dot.ca.gov/hq/LocalPrograms/lam/lapm.htm. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 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. 821 6 6.7 Travel expenses and per diem rates are not to exceed the rate specified by the State of California Department of Human Resources for similar employees (i.e. non- represented employees) unless written verification is supplied that government hotel rates were not then commercially available to the Contractor and/or its subcontractors, at the time and location required as specified in the California Department of Transportation's Travel Guide Exception Process at the following link: http://www.dot.ca.gov/hq/asc/travel/ap_b/bu1.htm Also see website for summary of travel reimbursement rules. 6.8 Invoices shall include the following information: 1) Names of the Contractor’s personnel performing work 2) Dates and times of project work 3) Locations of project work 4) Itemized costs as set forth in Attachment II of the Restricted Grant Agreement, Exhibit “G”, including identification of each employee or subcontractor staff that provided services during the period of the invoice, the number of hours and hourly rates for each employee or subcontractor staff member, authorized travel expenses with receipts, receipts for authorized materials or supplies, and subcontractor invoices. 5) The Contractor shall submit written progress reports with each set of invoices to allow the Caltrans’ Contract Manager to determine if the City is performing to expectations, is on schedule, is within funding cost limitations, to communicate interim findings, and to afford occasions for airing difficulties respecting special problems encountered so that remedies can be developed. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 822 7 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. 9.1 CITY INDEMNIFICATION. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 9.2 Caltrans INDEMNIFICATION. Neither Caltrans nor any officer or employee thereof is responsible for any injury, damage or liability occurring by reason of anything done or omitted to be done by Contractor, its officers, employees, agents or its subcontractors under or in connection with any work, authority or jurisdiction conferred upon the City under the Restricted Grant Agreement, Exhibit “G”. It is understood and agreed that Contractor, its officers, employees, agents, or subcontractors shall fully defend, indemnify and save harmless Caltrans and all its officers and employees from all claims, suits or actions of every name, kind and description brought forth under, including, but not limited to, tortuous, contractual, inverse condemnation or other theories or assertions of liability occurring by reason of anything done or omitted to be done by Contractor, its officers, employees, agents or subcontractors under this Agreement. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain 823 8 policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. (1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. (2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, 824 9 injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000, where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. v. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: (1) Provide copy of permissive self-insurance certificate approved by the State of California; or (2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or (3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a 825 10 certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by City. City may require complete, certified copies of any or all policies at any time. ix. Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately notify City and cease all performance under this Contract until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 826 11 11.1.2 Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this 827 12 Agreement at no additional cost to City. In the event that an error or omission attributable to Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design drawings, estimates and other Contractor professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 828 13 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise 829 14 incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. 830 15 If to the City: City of Vernon Attention: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of 831 16 default by Contractor, the City reserves the right to procure the goods or services from other sources and to hold the Contractor responsible for any excess costs occasioned to the City thereby. Contractor shall not be held accountable for additional costs incurred due to delay or default as a result of Force Majeure. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access 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 832 17 and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 833 18 11.24 LIVING WAGES. Contractor, and any Subcontractor(s), shall comply with the City’s Living Wage Ordinance. The current Living Wage Standards are set forth in Exhibit “D”. Upon the City’s request, certified payroll records shall promptly be provided to the City. 11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “E”. 11.26 NONDISCRIMINATION CLAUSE. 11.26.1 During the performance of this Agreement, the Contractor, and its Subcontractors shall not deny the contract's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. 11.26.2 Contractor shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code, § 12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2, § 11000 et seq.), the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code (Gov. Code, §§ 11135-11139.5), and the regulations or standards adopted by Caltrans to implement such article. 834 19 11.26.3 Contractor shall permit access by representatives of the Department of Fair Employment and Housing and Caltrans upon reasonable notice at any time during the normal business hours, but in no case less than twenty four (24) hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Caltrans shall require to ascertain compliance with this clause. 11.26.4 Contractor and its Subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. 11.26.5 Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under this Agreement. 11.27 RETENTION OF RECORDS/AUDITS 11.27.1 The Contractor and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate incurred Project costs and matching funds by line. The accounting system of the Contractor and its subcontractors shall conform to Generally Accepted Accounting Principles (GAAP), enable the determination of incurred costs at interim points of completion, and provide support for reimbursement payment vouchers or invoices. All accounting records and other supporting papers of the Contractor and its subcontractors and sub-recipients connected with Project performance under this Agreement shall be maintained for a minimum of three (3) years from the date of final reimbursement to the City and shall be held open to inspection, copying, and audit by representatives of Caltrans, the California State Auditor, and auditors representing the federal government. Copies thereof will be furnished by the Contractor and its subcontractors upon receipt of any request made by Caltrans or its agents. In conducting an audit of the costs and match credits claimed under this Agreement, Caltrans will rely to the maximum extent possible on any prior audit of the City pursuant to the provisions of State and City law. In the absence of such an audit, any acceptable audit work performed by the City’s external and 835 20 internal auditors may be relied upon and used by Caltrans when planning and conducting additional audits. 11.27.2 For the purpose of determining compliance with applicable State and City law in connection with the performance of the City’s contracts with third parties pursuant to GC Section 8546.7, the City, its contractors and their subcontractors, and Caltrans shall each maintain and make available for inspection all books, documents, papers, accounting records, and other evidence pertaining to the performance of such contracts, including, but not limited to, the costs of administering those various contracts. All of the above referenced parties shall make such materials available at their respective offices at all reasonable times during the entire Project period and for three (3) years from the date of final reimbursement to the City under the Restricted Grant Agreement. Caltrans, the California State Auditor, or any duly authorized representative of Caltrans or the United States Department of Transportation, shall each have access to any books, records, and documents that are pertinent to a Project for audits, examinations, excerpts, and transactions, and the City shall furnish copies thereof if requested. 11.27.3 The Contractors and its subcontractors will permit access to all records of employment, employment advertisements, employment application forms, and other pertinent data and records by the State Fair Employment Practices and Housing Commission, or any other agency of the State of California designated by Caltrans, for the purpose of any investigation to ascertain compliance with the Restricted Grant Agreement. 11.27.4 Additionally, all agreements may be subject to a pre-award audit prior to execution of the agreement to ensure the Contractor has an adequate financial management system in place to accumulate and segregate reasonable, allowable and allocable costs. 11.28 THIRD-PARTY CONTRACTS 11.28.1 Any subcontract entered into as a result of this Agreement shall contain all the provisions stipulated in this Agreement to be applicable to the Contractor’s 836 21 subcontractors. Copies of all agreements with subcontractors must be submitted to the Caltrans Contract Manager. 11.28.2 Caltrans does not have a contractual relationship with the City’s sub- recipients, contractors, or subcontractors and the City shall be fully responsible for all work performed by its sub-recipients, contractors, or subcontractors. 11.28.4 Any subcontract entered into by the Contractor as a result of this Agreement shall mandate that travel and per diem reimbursements and third-party contract reimbursements to subcontractors will be allowable as Project costs only after those costs are incurred and paid for by the subcontractors. Travel expenses and per diem rates for subcontractors shall be reimbursed pursuant to Section 6.7, above. 12.0 OWNERSHIP OF PROPRIETARY PROPERTY CLAUSE 12.1. Definitions 12.1.1 Work: The work to be directly or indirectly produced by the Contractor under this Agreement. 12.1.2 Work Product: All deliverables created or produced from Work under this Agreement including but not limited to, all Work and Deliverables conceived or made, or made hereafter conceived or made, either solely or jointly with others during the term of this Agreement and during a period of six (6) months after the termination thereof, which relates to the Work commissioned or performed under this Agreement. “Work Product” includes all deliverables, inventions, innovations, improvements, or other works of authorship Contractor may conceive of or develop in the course of this Agreement, whether or not they are eligible for patent, copyright, trademark, trade secret, or other legal protection. 12.1.3 Inventions: Any idea, methodologies, design, concept, technique, invention, discovery, improvement or development regardless of patentability made solely by the Contractor or jointly with the Contractor’s Subcontractor and/or the Contractor’s Subcontractor’s employee’s with one or more employees of Caltrans during the term of this 837 22 Agreement and in performance of any Work under this Agreement, provided that either the conception or reduction to practice thereof occurs during the term of this Agreement and in performance of Work issued under this Agreement. 12.2 OWNERSHIP OF WORK PRODUCT AND RIGHTS 12.2.1 Ownership of work product: Except in regard to Pre-existing Works, all Work Product derived by the Work performed by the Contractor, its employees or by any of the Contractor’s Subcontractor’s employees under this Agreement, shall be owned by Caltrans and shall be considered to be works made for hire by the Contractor’s Subcontractor for Caltrans. Caltrans shall own all United States and international copyrights in the Work Product. As such, all Work Product shall contain, in a conspicuous place, a copyright designation consisting of a “c” in a circle followed by the four-digit year in which the Work Product was produced, followed by the words “California Department of Transportation.” For example, a Work Product created in the year 2012 would contain the copyright designation © 2012 California Department of Transportation. 12.2.2 Vesting of copyright rights: Contractor, its employees, and/or any of Contractor’s Subcontractor’s employees agree to perpetually assign, and upon creation of each Work Product automatically assigns, to Caltrans, its successors and assigns, ownership of all United States and international copyrights in each and every Work Product, insofar as any such Work Product, by operation of law, may not be considered work made for hire by the Contractor’s Subcontractor from Caltrans. From time to time upon Caltrans’s request, the Contractor’s Subcontractor and/or its employees, shall confirm such assignments by execution and delivery of such assignments, confirmations or assignment, or other written instruments as Caltrans may request. Caltrans, its successors and assigns, shall have the right to obtain and hold in its or their own name(s) all copyright registrations and other evidence of rights that may be available for Work Product. Contractor hereby agrees to waive all moral rights relating to identification of authorship restriction or limitation on use, or subsequent modifications of the Work. 838 23 12.3 INVENTIONS 12.3.1 Vesting of patent rights: The Contractor, its employees and any Contractor’s Subcontractor hereby agrees to assign to Caltrans, its successors, and assigns, all Inventions, together with the right to seek protection by obtaining patent rights therefore and to claim all rights or priority there under, and the same shall become and remain the Department’s property regardless of whether such protection is sought. The Contractor, its employees and Contractor’s Subcontractor shall promptly make a complete written disclosure to Caltrans of each Invention not otherwise clearly disclosed to Caltrans in the pertinent Work Product, specifically pointing out features or concepts that the Contractor, its employees and Contractor’s Subcontractor believes to be new or different. The Contractor, its employees and Contractor’s Subcontractor shall, upon Caltrans’s request and at Caltrans’s expense, cause patent applications to be filed thereon, through solicitors designated by the Department, and shall sign all such applications over to Caltrans, its successors, and assigns. The Contractor, its employees and Contractor’s Subcontractor shall give Caltrans and its solicitors all reasonable assistance in connection with the preparation and prosecution of any such patent applications and shall cause to be executed all such assignments or other instruments or documents as Caltrans may consider necessary or appropriate to carry out the intent on this Agreement. 12.3.2 Agency: In the event that Caltrans is unable for any reason whatsoever to secure the Contractor’s, its employees’ and/or Contractor’s Subcontractor’s signature to any lawful or necessary document required or desirable to apply for or prosecute any United States application (including renewals or divisions thereof), Contractor, its employees and Contractor’s Subcontractor hereby irrevocably designates and appoints Caltrans and its duly authorized officers and agents, as its agent and attorney-in-fact, to act for and on Contractor, its employees and Contractor’s Subcontractor’s behalf and stead, to execute and file such applications and to do all other lawfully permitted acts to further the prosecution and issuance of any copyrights, trademarks or patents thereon with the same legal force and effect 839 24 as if executed by Contractor, its employees and/or Contractor’s Subcontractor. Caltrans shall have no obligations to file any copyright, trademark or patent applications. 12.4 ADDITIONAL PROVISIONS 12.4.1 Avoidance of infringement: In performing services under this Agreement, Contractor and its employees agree to avoid designing or developing any items that infringe one or more patents or other intellectual property rights of any third party. If Contractor or its employees becomes aware of any such possible infringement in the course of performing any Work under this Agreement, Contractor or its employees shall immediately notify Caltrans in writing. 12.4.2 Pre-existing works and license: Contractor acknowledges that all Work Product shall be the sole and exclusive property of Caltrans, except that any pre-existing works created by Contractor and third parties outside of the Agreement but utilized in connection with the Agreement (the “Preexisting Works”) shall continue to be owned by Contractor or such parties. Contractor agrees to notify Caltrans in writing of any Pre-existing Works used in connection with any Work Product produced under this Agreement and hereby grants to Caltrans a non-exclusive, perpetual, royalty-free license to utilize the Pre-existing Works in connection with the Work Product. 12.4.3 Subcontractors: Contractor shall affirmatively bind by contract any of its subcontractors or service vendors (hereinafter “Contractor’s Subcontractor”) providing services under this Agreement to conform to the provisions of this Clause. Contractor’s Subcontractor shall then provide the signed contract to the Contractor, who shall provide it to Caltrans’s Contract Manager prior to the commencement of any work. In performing services under this Agreement, Contractor’s Subcontractor agrees to avoid designing or developing any items that infringe one or more patents or other intellectual property rights of any third party. If Contractor’s Subcontractor becomes aware of any such possible infringement in the course of performing any Work under this Agreement, Contractor’s Subcontractor shall immediately notify the Contractor in writing, Contractor will then immediately notify Caltrans in writing. 840 25 12.5 OWNERSHIP OF DATA 12.5.1 Upon completion of all work under this Agreement, all intellectual property rights, ownership and title to all reports, documents, plans, specifications, and estimates, produced as part of this Agreement will automatically be vested in Caltrans and no further agreement will be necessary to transfer ownership to Caltrans. The Contractor shall furnish Caltrans all necessary copies of data needed to complete the review and approval process. 12.5.2 It is understood and agreed that all calculations, drawings, and specifications, whether in hard copy of machine readable form, are intended for one-time use in the construction of the project for which this Agreement has been entered into. 12.5.3 The Contractor is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by Caltrans of the machine readable information and data provided by the Contractor under this Agreement; further, the Contractor is not liable for claims, liabilities or losses arising out of, or connected with, any use by Caltrans of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by the Contractor. 12.5.4 Any sub-agreement in excess of $25,000.00, entered, into as a result of this Agreement, shall contain all of the provisions of this clause. [Signatures Begin on Next Page]. 841 26 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Carlos Fandino, City Administrator [CONTRACTOR’S NAME, a [State incorporated in] corporation By: Name: Title: ATTEST: _______________________________ Maria E. Ayala, City Clerk By: Name: Title: APPROVED AS TO FORM: _______________________________ Brian Byun, Senior Deputy City Attorney 842 27 EXHIBIT A REQUEST FOR PROPOSALS 843 28 EXHIBIT B PROPOSAL 844 29 EXHIBIT C PAYMENT SCHEDULE 845 30 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 846 31 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 847 32 EXHIBIT F SCHEDULE 848 33 EXHIBIT G RESTRICTED GRANT AGREEMENT BETWEEN CALTRANS AND THE CITY OF VERNON 849 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 20 of 22 June 2017 ATTACHMENT C COST PROPOSAL 850 Local Assistance Procedures Manual EXHIBIT10-H1 Cost Proposal Page1of 3 January 2018     EXHIBIT 10-H1 COST PROPOSAL Page 1 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Note: Mark-ups are Not Allowed ☐ Prime Consultant ☐ Subconsultant Consultant Project No. DIRECT LABOR Contract No. Date Classification/Title Name Hours Actual Hourly Rate Total (Project Manager) $ $ (Sr. Civil Engineer) $ $ (Envir. Scientist) $ $ (Inspector) $ $ LABOR COSTS a) Subtotal Direct Labor Costs $ b) Anticipated Salary Increases (see page 2 for calculation) $ c) TOTAL DIRECT LABOR COSTS [(a) + (b)] $ INDIRECT COSTS d) Fringe Benefits (Rate: %) e) Total Fringe Benefits [(c) x (d)] $ f) Overhead (Rate: %) g) Overhead [(c) x (f)] $ h) General and Administrative (Rate: %) i) Gen & Admin [(c) x (h)] $ j) TOTAL INDIRECT COSTS [(e) + (g) + (i)] $ FIXED FEE k) TOTAL FIXED FEE [(c) + (j)] x fixed fee %] $ l) CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Description of Item Quantity Unit UnitCost Total Mileage Costs $$ Equipment Rental and Supplies $$ Permit Fees $$ Plan Sheets $$ Test $$ l) TOTAL OTHER DIRECT COSTS $ m) SUBCONSULTANTS’ COSTS (Add additional pages if necessary) n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)] $ TOTAL COST [(c) + (j) + (k) + (n)] $ NOTES: 1. All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates should be based on consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. 3. Anticipated salary increases calculation (page 2) must accompany. Subconsultant 1: $ Subconsultant 2: $ Subconsultant 3: $ Subconsultant 4: $ m)TOTALSUBCONSULTANTS’COSTS $ 851 Local Assistance Procedures Manual EXHIBIT10-H1 Cost Proposal Page2of 3 January 2018     EXHIBIT 10-H1 COST PROPOSAL Page 2 of 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours) Direct Labor Subtotal per Cost Proposal Total Hours per Cost Proposal  Avg Hourly Rate 5 Year Contract Duration $250,000.00 5000 = $50.00 Year 1 Avg Hourly Rate 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %)  Avg Hourly Rate  Proposed Escalation     Year 1 $50.00 + 2% = $51.00 Year 2 Avg Hourly Rate Year 2 $51.00 + 2%=$52.02Year 3 Avg HourlyRate Year 3 $52.02 + 2%=$53.06Year 4 Avg HourlyRate Year 4 $53.06 + 2%=$54.12Year 5 Avg HourlyRate 3. Calculate estimated hours per year (Multiply estimate % each year by total hours)  Estimated % Completed Each Year  Total Hours per Cost Proposal  Total Hours per Year   Year 1 20.0% * 5000=1000Estimated Hours Year 1 Year 2 40.0% * 5000=2000Estimated Hours Year 2 Year 3 15.0% * 5000=750Estimated Hours Year 3 Year 4 15.0% * 5000=750Estimated Hours Year 4 Year 5 10.0% * 5000=500Estimated Hours Year 5 Total 100%  Total=5000   4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours)  Avg Hourly Rate Estimated hours  Cost per   (calculated above) (calculatedabove)Year Year 1 $50.00 * 1000 =$50,000.00Estimated HoursYear 1 Year 2 $51.00 * 2000 =$102,000.00Estimated HoursYear 2 Year 3 $52.02 * 750 =$39,015.00Estimated HoursYear 3 Year 4 $53.06 * 750 =$39,795.30Estimated HoursYear 4 Year 5 $54.12 * 500 =$27,060.80Estimated HoursYear 5 Total Direct Labor Cost with Escalation = $257,871.10 Direct Labor Subtotal before Escalation = $250,000.00 Estimated total of Direct Labor Salary Increase = $7,871.10 Transfer to Page 1 NOTES: 1. This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. 2. An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) 3. This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. 4. Calculations for anticipated salary escalation must be provided. 852 Page3of 3 January 2018 Local Assistance Procedures Manual EXHBIT10-H3 Cost Proposal     EXHIBIT 10-H1 COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1. Generally Accepted Accounting Principles (GAAP) 2. Terms and conditions of the contract 3. Title 23 United States Code Section 112 - Letting of Contracts 4. 48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5. 23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6. 48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying: Name: Title *: Signature : Date of Certification (mm/dd/yyyy): Email: Phone Number: Address: *An individual executive or financial officer of the consultant’s or subconsultant’s organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: 853 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 21 of 22 June 2017 ATTACHMENT D RESTRICTED GRANT AGREEMENT BETWEEN CALTRANS AND THE CITY OF VERNON 854 855 856 857 858 859 860 861 862 863 864 865 866 867 868 869 870 871 872 873 874 875 876 877 878 879 880 881 882 883 884 885 886 887 888 889 890 891 892 893 894 895 896 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 22 of 22 June 2017 ATTACHMENT E THE CITY OF VERNON’S FY 2017-18 SUSTAINABLE COMMUNITIES GRANT APPLICATION 897 Page 1 of 11 APPLICANT SUB-APPLICANT SUB-APPLICANT Organization Mailing Address City Zip Code Executive Director/designe e and title Mr. Ms. Mrs. Mr. Ms. Mrs. Mr. Ms. Mrs. E-mail Address Contact Person and title Mr. Ms. Mrs. Mr. Ms. Mrs. Mr. Ms. Mrs. Contact E-mail Address Phone Number FUNDING INFORMATION Use the Match Calculator to complete this section. Match Calculator Grant Funds Requested Local Match - Cash Local Match - In-Kind Total Project Cost $ $ $ $ Specific Source of Local Cash Match (i.e., local transportation funds, local sales tax, special bond measures, etc.) FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION PROJECT TITLE PROJECT LOCATION (city and county) 898 Page 2 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION LEGISLATIVE INFORMATION* Information in this section must directly be tied to the applicant’s address. All legislative members in the project area do not need to be listed. State Senator(s) Assembly Member(s) Name(s) District Name(s) District *Use the following link to determine the legislators. http://findyourrep.legislature.ca.gov/ (search by address) Please identify the best practices cited in the 2017 Regional Transportation Plan (RTP) Guidelines, Appendices K and L, that would be employed in the proposed transportation planning grant project. Select only those that apply and provide an explanation. For future grant cycles, this section may be considered for points and/or threshold requirements. For now, these items are for tracking and reporting purposes only and are not associated with points, and may not result in a higher score. Coordination with Other Planning Processes Please explain how: Regional Travel Demand Modeling and Analysis Please explain how: RTP Consultation and Coordination Please explain how: Integrating Ecological Considerations into Transportation Planning Please explain how: RTP Financial Overview Please explain how: 899 Page 3 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION RTP Modal Discussion Please explain how: Transportation System Management and Operations Please explain how: Future of Transportation and New Technology Please explain how: Sustainable Communities Strategy (SCS) Contents and Development Please explain how: Land Use and Transportation Strategies to Address Regional GHG Emissions Please explain how: Adaptation of the Regional Transportation System to Climate Change Please explain how: Performance Measures Please explain how: Policies and Programs that Promote Health and Health Equity Please explain how: 900 Page 4 of 11 Please identify the Grant Program Overarching Objectives (Grant Application Guide, Page 3) that the proposed transportation planning grant project will address. Select all that apply and provide an explanation. Sustainability – Promote reliable and efficient mobility for people, goods, and services, while meeting the State’s GHG emission reduction goals, preserving the State’s natural and working lands, and preserving the unique character and livability of California’s communities. Please explain how: Preservation – Preserve the transportation system through protecting and/or enhancing the environment, promoting energy conservation, improving the quality of life, and/or promoting consistency between transportation improvements and State and Local planning growth and economic development patterns. Please explain how: Mobility – Increase the accessibility of the system and mobility of people and freight. Please explain how: Safety – Increase the safety and/or security of the transportation system for motorized and active transportation users. Please explain how: Innovation – Promote the use of technology and innovative designs to improve the performance and social equity of our transportation system and provide sustainable transportation options. Please explain how: Economy – Support the economic vitality of the area (i.e. enables global competitiveness, enables increased productivity, improves efficiency, increases economic equity by enabling robust economic opportunities for individuals with barriers to employment and for Disadvantaged Business Enterprises, etc.). Please explain how: 901 Page 5 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION Health – Decrease exposure to local pollution sources, reduce serious injuries and fatalities on the transportation system, and promote physical activity especially through transportation means. Please explain how: Social Equity – All of these overarching objectives should promote transportation solutions that focus on and prioritize the needs of communities most affected by poverty, air pollution and climate change, and promote solutions that integrate community values with transportation safety and performance while encouraging greater than average public involvement in the transportation decision making process. Please explain how: 902 Page 6 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION 1. Project Description (100 words maximum) (15 points): Briefly summarize project. 903 Page 7 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION 2. Project Justification (Do not exceed the space provided.) (25 points): Describe the problems or deficiencies the project is attempting to address, as well as how the project will address the identified problems or deficiencies. Additionally, list the ramifications of not funding this project. 904 Page 8 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION 3. Grant Specific Objective (Do not exceed the space provided.) (30 points): Explain how the proposed project addresses the grant specific objective of the Sustainable Communities grant program: to encourage local and regional multimodal transportation and land use planning that furthers the region’s RTP SCS (where applicable), contributes to the State’s GHG reduction targets and other State goals, including but not limited to, the goals and best practices cited in the 2017 RTP Guidelines, address the needs of disadvantaged communities, and also assist in achieving the Caltrans Mission and Grant Program Overarching Objectives (Grant Application Guide, Page 3). 905 Page 9 of 11 FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION Grant Specific Objective (Continued - Do not exceed the space provided.) 906 Page 10 of 11 See Scope of Work and Project Timeline samples and checklists for requirements (Grant Application Guide, Pages 36-42), also online at: http://www.dot.ca.gov/hq/tpp/grants.html FY 2017-18 CALTRANS SUSTAINABLE TRANSPORTATION PLANNING SUSTAINABLE COMMUNITIES GRANT APPLICATION 4. Project Management (30 points) A. Scope of Work in required Microsoft Word format (15 points) B. Project Timeline in required Microsoft Excel format (15 points) 907 908 Scope of Work Checklist The Scope of Work is the official description of the work that is to be completed during the contract. The Scope of Work must be consistent with the Project Timeline. Applications with missing components will be at a competitive disadvantage. Please use this checklist to make sure your Scope of Work is complete. The Scope of Work must:  Use the Fiscal Year 2017-18 template provided and in Microsoft Word format  List all tasks and sub-tasks using the same title as stated in the project timeline  Include task and sub-task numbers in accurate and proper sequencing; consistent with the project timeline  List the responsible party for each task and subtask and ensure that it is consistent with the project timeline (i.e. applicant, sub-applicant, or consultant)  Include a thorough Introduction to describe the project and project area demographics, including a description of the disadvantaged community involved with the project, if applicable  Include a thorough and accurate narrative description of each task and sub-task  Include a task for a kick-off meeting with Caltrans at the start of the grant  Include a task for procurement of consultants, if consultants are needed  Include a task for invoicing  Include a task for quarterly reporting to Caltrans  Include detailed public participation and services to diverse communities  Include project implementation/next steps  List the project deliverable for each task in a table following each task and ensure that it is consistent with the project timeline  EXCLUDE environmental, complex design, engineering work, and other ineligible activities 909 SCOPE OF WORK: Vernon LA River Active Transportation Access Plan INTRODUCTION: The Los Angeles Metro has identified $365 million for design and construction of the Los Angeles River Path. This funding will cover the costs of constructing the trail along the river corridor, however, the funding does not cover the critical connections to/from local destinations. The Vernon Los Angeles River Path Active Transportation Access Plan (the Plan) will address critical connection needs between local destinations within the City of Vernon (the City) and the Los Angeles River Path. Specifically, the Plan will assess the feasibility of three bikeway corridors within the City of Vernon (37th Street between Violet and Soto, Vernon Avenue between Santa Fe and Downey, and Leonis Street between Pacific and Atlantic) and five gateways leading to the Los Angeles River Bikeway (26th at the LA River, Soto and Bandini, Downey and Vernon, and Atlantic and District) See attached map for locations. The city intends to gather public input through interactive community workshops which will be the driving factor of the planning process. RESPONSIBLE PARTIES: The City Vernon, with the assistance of a consulting firm, will perform this work. The City has not yet selected a consulting firm and the proper procurement procedures will be used through a competitive RFP process. City staff anticipates these figures will not differ substantially and will not exceed the grant request amount. The Plan will address planning and conceptual design only. It is the City of Vernon’s intent that once this plan is complete, it will lead to implementation and development. The scope of work shown below reflects the anticipated process and deliverables for the Vernon Los Angeles River Path Active Transportation Access Plan. While tasks are presented in a linear progression, work on some tasks will happen concurrently with others. OVERALL PROJECT OBJECTIVES:  Increase non-motorized connectivity within the City of Vernon and to the LA River Path  Facilitate the movement of people without negatively impacting the movement of freight through the City  Create safe transportation corridors to access work, schools and shopping  Reduce greenhouse gas emissions and reduce vehicle miles traveled  Encourage physical activity by increasing the use of active transportation 910 1. Project Initiation & Coordination Task 1.1 Project Kick-Off Meeting w/ Caltrans At the outset of the project, the City will hold a kick-off meeting with Caltrans staff to discuss grant procedures and project expectations including invoicing, quarterly reporting, and all other relevant project information. Meeting summary will be documented.  Responsible Party: City of Vernon Task 1.2 RFP for Consultant Services The City will complete an RFP process for the selection of a consultant using the proper procurement procedures.  Responsible Party: City of Vernon Task 1.3 Project Coordination Coordination will include monthly face-to-face project team meetings with consultants to ensure good communication on upcoming tasks and to confirm the project deliverables are on schedule and within budget. In addition, there will be regular (e.g. bi-weekly) check-in calls with the City of Vernon and consultants, as well as periodic progress reports to ensure coordination between all parties involved to help deliver a plan that will meet or exceeds expectations. Caltrans staff will be invited to all team meetings and project check-in calls.  Responsible Party: City of Vernon Task 1.4 Project Kick-Off Meeting w/ Project Team Once the consultant team has been procured, the City & consultants will hold a kick-off meeting to discuss project management, goals & objectives, and all other relevant project information. Meeting summary will be documented.  Responsible Party: Consultant Task Deliverable 1.1 Project Kick-Off Meeting w/ Caltrans 1.2 RFP for Consultant Services 1.3 Project Coordination 1.4 Project Kick-Off Meeting w/ Project Team 2. Outreach & Engagement Task 2.1 Community-Based Action Plan The development of a Community Based Meeting Action Plan will include a detailed outreach plan to the community and advisory groups.  Responsible Party: City of Vernon 911 Task 2.2 Advisory Committee Meetings The consulting team will facilitate and attend up to four advisory group meetings. These meetings will coincide with the weeks prior to major outreach events and plan drafts. The advisory group will be formed by the City of Vernon and composed of community, business, and government stakeholders. The consultant will facilitate discussion to develop list of key stakeholders, problem or challenge areas to study, and strategies for engaging residents, in particular underrepresented residents.  Responsible Party: Consultant Task 2.3 Publicity In order to reach a broad audience, flyers, posters, and digital marketing materials will be coordinated in advance of all outreach events, surveys, and release of draft plans with information on the project/events. All outreach materials will be produced in both Spanish and English.  Responsible Party: Consultant Task 2.4 “Pop-Up” Events People live increasingly busy lives, and fewer people today have the opportunity to attend conventional public meetings. To make it easier for people to learn about and provide input, the consulting team will bring the project to the Vernon community. The consulting team will facilitate two (2) mobile workshops that will present key information on the planning effort and allow participants to share information and feedback. These events will be strategically located to engage the large daytime working population in Vernon, and may include a booth near major employers or food trucks.  Responsible Party: Consultant Task 2.5 Community Survey A simple survey will be developed by the consulting team. It will be available online through the city website, distributed with help of the Advisory Group members, and hardcopies will be available at “Pop-Up” events. The survey will solicit input on desired location and type of active transportation improvements along the project corridors and at LA River Path Gateways. The online survey will allow users to place pins to identify current barriers and recommendations for suggested improvements.  Responsible Party: Consultant Task 2.6 Community Feedback Summary The consulting team will periodically summarize and document findings from the outreach events and survey. The findings will be presented at advisory committee meetings and will be incorporated into the final plan.  Responsible Party: Consultant 912 Task Deliverable 2.1 Community-Based Action Plan 2.2 Advisory Committee Meetings 2.3 Publicity 2.4 "Pop Up" Events 2.5 Community Survey 2.6 Community Feedback Summary 3. Inventory & Analysis Task 3.1 Review Relevant Plans and Studies The consulting team will collect and review available information for the project area, including the Vernon General Plan, Vernon Bicycle Master Plan, LA County Bicycle Master Plan, LA River Path Feasibility Studies, infrastructure master plans, and other relevant studies and policies.  Responsible Party: Consultant Task 3.2 Field Visit The consulting team will conduct a one-day visit to coincide with the first advisory group meeting to meet with the project partners and selected stakeholders, and tour and photograph some of the neighborhoods to assess existing conditions.  Responsible Party: Consultant Task 3.3 Traffic & Bike/Ped Counts The consulting team will collect traffic and bike/ped counts over a multi-day period. This data will be collected along key corridors, near LA River Path access points, and at key intersections within the project area. This data will be used to complement existing data collected (3.4 Existing Conditions).  Responsible Party: Consultant Task 3.4 Existing Conditions The consulting team will collect extensive existing conditions data including existing/planned land uses, census/population characteristics, existing/planned bike/pedestrian facilities, travel projections, traffic volume, collisions, employment, property ownership, utilities, aerial imagery, and topography. Key data within the project areas will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan.  Responsible Party: Consultant Task 3.5 Opportunities and Constraints Following field visits (3.2), traffic & bike/ped Counts (3.3), and collection of existing conditions (3.4), the consulting team will identify opportunities and constraints for major corridors and gateways. Consideration will be given to bicycle and pedestrian routes, intersection conditions, the existing and future land use, traffic volumes, ownership, 913 topography, public right-of-way availability, and physical barriers; bicycle, pedestrian, transit, and vehicular functional/spatial requirements for lane striping, sidewalk improvements, ADA accessibility, transit stops, landscaping, and other conditions for access or enhancement. Findings will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan.  Responsible Party: Consultant Task 3.6 Develop Evaluation Criteria The consulting team will develop evaluation criteria for the project in close coordination with the City of Vernon, advisory committee, and outreach events. The criteria will be based on community priorities and site-specific conditions and will be utilized during the evaluation of concepts (4.3)  Responsible Party: Consultant Task Deliverable 3.1 Review Relevant Plans and Studies 3.2 Field Visit 3.3 Traffic & Bike Ped Counts 3.4 Existing Conditions 3.5 Opportunities & Constraints 3.6 Develop Evaluation Criteria 4. Alternatives Task 4.1 Develop Corridor & Gateway Concepts Preliminary Corridor & Gateway Concepts will be developed based on the existing conditions report and input from advisory committee meetings and outreach events. They will include alternative infrastructure alignments for each of the corridors and gateways, standard sections, maps, and supporting graphics. The concepts will be circulated to selected stakeholders including City of Vernon, Caltrans staff, and the advisory group for comment. 

  Responsible Party: Consultant Task 4.2 Evaluation of Concepts The corridor and gateway concepts (4.1) will be analyzed based on evaluation criteria (3.6). Proposed alternatives will be ranked side-by-side to evaluate how well each concept responds to community needs and goals.  Responsible Party: Consultant Task 4.3 Develop Preferred Corridor & Gateway Concepts Concepts (4.1) will be synthesized into primary concepts for all corridors and gateways based on community feedback, advisory committee feedback, and evaluation of 914 concepts. Final sections, maps, and supporting graphics will be developed and shared with the public online and at outreach events for review.  Responsible Party: Consultant Task 4.4 Implementation Strategy Provide an implementation strategy including phasing and funding that coordinates with the implementation of the LA River Path in Vernon. Identify sources for funding, including the funding for land acquisition, final design, and construction. Provide list of funding sources to the consultant for inclusion in the draft plan.  Responsible Party: City of Vernon Task Deliverable 4.1 Develop Corridor & Gateway Concepts 4.3 Evaluation of Concepts 4.2 Develop Preferred Corridor & Gateway Concepts 4.4 Implementation Strategy 5. Active Transportation Access Plan Task 5.1 Administrative Draft Plan Based on preferred design alternatives (4.3) advanced through advisory committee meetings and outreach, an administrative draft plan featuring an overall layout of work to- date will be prepared and presented for comment and feedback from the City, Caltrans, and relevant councils and commissions.  Responsible Party: Consultant Task 5.2 Draft Plan Based on comments to and expanding upon the administrative draft plan, the draft plan will include existing plan reviews, inventory & analysis, concept alternatives, preferred concepts, and implementation strategies. The plan will be presented for final comment and feedback from the City of Vernon, Caltrans, relevant councils and commissions, and the community both online and at the final outreach event.  Responsible Party: Consultant Task 5.3 Final Plan Based on comments to the Draft Plan, a Final Plan will be developed and made publicly available.  Responsible Party: Consultant 915 Task 5.4 Plan Adoption Final Plan will be presented at the City Council meeting for adoption. The City of Vernon and consulting team will address any critical issues that arise.  Responsible Party: City of Vernon Task Deliverable 5.1 Administrative Draft Plan 5.2 Draft Plan 5.3 Final Plan 5.4 Plan Adoption 6. Fiscal Management Task 6.1 Invoicing The City of Vernon will submit complete invoice packages to Caltrans district staff based on milestone completion at least quarterly, but no more frequently than monthly 

  Responsible Party: City of Vernon Task 6.2 Quarterly Reports The City of Vernon will submit quarterly report to Caltrans district staff providing a summary of project progress and grant/local match expenditures.  Responsible Party: City of Vernon Task Deliverable 6.1 Invoicing 6.2 Quarterly Reports 916 Pr o j e c t T i t l e Ta s k Nu m b e r Re s p o n s i b l e Pa r t y To t a l Co s t Gr a n t Am o u n t Loc a l Ca s h Ma t c h Loc a l In - K i n d Ma t c h JA S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J D e l i v e r a b l e 1 $13,400 1. 1 Pr o j e c t K i c k - O f f M e e t i n g w / C a l t r a n s C i t y o f V e r n o n $ 1 , 2 0 0 $ 1 , 0 2 0 $ 18 0 $ 0 Kickoff meeting notes 1. 2 RF P f o r C o n s u l t a n t S e r v i c e s C i t y o f V e r n o n $ 1 , 0 0 0 $ 8 5 0 $ 1 5 0 $ 0 1. 3 Pr o j e c t C o o r d i n a t i o n C i t y o f V e r n o n $ 1 0 , 0 0 0 $ 8 , 5 0 0 $ 1 , 5 0 0 $ 0 Monthly meeting notes 1. 4 Pro jec t Kick-Of f Mee t ing w / Pro jec t Te a m Cit y o f V e r n o n $ 1 , 2 0 0 $ 1 , 0 2 0 $ 1 8 0 $ 0 2 $75,600 2. 1 Co m m u n i t y - B a s e d A c t i o n P l a n Cit y o f V e r n o n $ 2 , 0 0 0 $ 1 , 7 0 0 $ 3 0 0 $ 0 Community-based action plan 2. 2 Ad v i s o r y C o m m i t t e e M e e t i n g s Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 $ 0 2. 3 Pu b l i c i t y Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 $ 0 2. 4 "P o p U p " E v e n t s Co n s u l t a n t $ 2 8 , 6 0 0 $ 2 4 , 3 1 0 $ 4 , 2 9 0 $ 0 2. 5 Co m m u n i t y S u r v e y Co n s u l t a n t $ 1 0 , 0 0 0 $ 8 , 5 0 0 $ 1 , 5 0 0 $ 0 2. 6 Co m m u n i t y F e e d b a c k S u m m a r y Co n s u l t a n t $ 5 , 0 0 0 $ 4 , 2 5 0 $ 7 5 0 $ 0 3 $49,000 3. 1 Re v i e w R e l e v a n t P l a n s a n d S t u d i e s Co n s u l t a n t $ 5 , 0 0 0 $ 4 , 2 5 0 $ 7 5 0 $ 0 3. 2 Fie l d V i s i t Co n s u l t a n t $ 2 , 0 0 0 $ 1 , 7 0 0 $ 3 0 0 $ 0 3. 3 Tr a f f i c & B i k e / P e d C o u n t s Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 3. 4 Ex i s t i n g C o n d i t i o n s Co n s u l t a n t $ 1 0 , 0 0 0 $ 8 , 5 0 0 $ 1 , 5 0 0 $ 0 3. 5 Op p o r t u n i t i e s & C o n s t r a i n t s Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 $ 0 3. 6 De v e l o p E v a l u a t i o n C r i t e r i a Co n s u l t a n t $ 2 , 0 0 0 $ 1 , 7 0 0 $ 3 0 0 $ 0 4 $70,000 4. 1 De v e l o p C o r r i d o r & G a t e w a y Co n c e p t s Co n s u l t a n t $ 3 0 , 0 0 0 $ 2 5 , 5 0 0 $ 4 , 5 0 0 $ 0 4. 2 Ev a l u a t i o n o f C o n c e p t s Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 4. 3 De v e l o p P r e f e r r e d C o r r i d o r & Ga t e w a y C o n c e p t s Co n s u l t a n t $ 2 0 , 0 0 0 $ 1 7 , 0 0 0 $ 3 , 0 0 0 $ 0 4. 4 Im p l e m e n t a t i o n S t r a t e gy Cit y o f V e r n o n $ 5 , 0 0 0 $ 4 , 2 5 0 $ 7 5 0 $ 0 5 $37,000 5. 1 Ad m i n i s t r a t i v e D r a f t P l a n Co n s u l t a n t $ 1 5 , 0 0 0 $ 1 2 , 7 5 0 $ 2 , 2 5 0 $ 0 5. 2 Dr a f t P l a n Co n s u l t a n t $ 1 0 , 0 0 0 $ 8 , 5 0 0 $ 1 , 5 0 0 $ 0 5. 3 Fin a l P l a n Co n s u l t a n t $ 1 0 , 0 0 0 $ 8 , 5 0 0 $ 1 , 5 0 0 $ 0 5. 4 Pl a n A d o p t i o n Cit y o f V e r n o n $ 2 , 0 0 0 $ 1 , 7 0 0 $ 3 0 0 $ 0 6 $3,000 6. 1 In v o i c i n g C i t y o f V e r n o n $ 1 , 5 0 0 $ 1 , 2 7 5 $ 2 2 5 $ 0 6. 2 Qu a r t e r l y R e p o r t s Cit y o f V e r n o n $ 1 , 5 0 0 $ 1 , 2 7 5 $ 2 2 5 $ 0 Quarterly reports TO T A L S $2 4 8 , 0 0 0 $ 2 1 0 , 8 0 0 $ 3 7 , 2 0 0 $ 0 Pr o j e c t I n i t i a t i o n & C o o r d i n a t i o n Ou t r e a c h & E n g a g e m e n t In v e n t o r y & A n a l y s i s Ca l i f o r n i a D e p a r t m e n t o f T r a n s p o r t a t i o n Tr a n s p o r t a t i o n P l a n n i n g G r a n t s Fi s c a l Y e a r 2 0 1 7 - 2 0 1 8 Pr o j e c t T i m e l i n e Ve r n o n L o s A n g e l e s R i v e r P a t h A c t i v e T r a n s p o r t a t i o n A c c e s s P l a n Gr a n t e e Ci t y o f V e r n o n Fu n d S o u r c e Fis c a l Y e a r 2 0 1 7 / 1 8 F Y 2 0 1 8 / 1 9 F Y 2 0 1 9 / 2 0 Fis c a l M a n a g e m e n t Ac t i v e T r a n s p o r t a t i o n A c c e s s P l a n Al t e r n a t i v e s Re i m b u r s e m e n t o f i n d i r e c t c o s t s i s a l l o w a b l e u p o n a p p r o v a l o f a n I n d i r e c t C o s t A l l o c a t i o n P l a n f o r e a c h y e a r o f p r o j e c t a c t i v i tie s . Pr o v i d e r a t e i f i n d i r e c t c o s t s a r e i n c l u d e d i n t h e p r o j e c t b u d g et. Ap p r o v e d I n d i r e c t C o s t R a t e : _ _ _ _ _ _ % No t e : E a c h t a s k m u s t c o n t a i n a g r a n t a m o u n t a n d a l o c a l c a s h m a tc h a m o u n t . L o c a l c a s h m a t c h m u s t b e p r o p o r t i o n a l l y d i s t r i b u t e d b y t h e s a m e p e r c e n t a g e t h r o u g h o u t e a c h t a s k . L o c a l i n - k i n d m a t ch needs to be indicated wh e r e i n - k i n d s e r v i c e s w i l l b e u s e d . P l e a s e r e v i e w t h e g r a n t p r og r a m s e c t i o n t h a t y o u a r e a p p l y i n g t o f o r d e t a i l s o n l o c a l m a t ch r e q u i r e m e n t s . T h e p r o j e c t t i m e l i n e m u s t b e c o n s i s t a n t w i t h t he scope of work. 917 V 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th Slauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon S O U T HGATE BELL EASTLOSANGELES HUNTINGTON PARK BELL COMMERCE WALNUT PARK LOS ANGELES MAYWOOD VERNON FLORENCE -FIRESTONE Los Angeles River Los A n g e l e s R i v e r VERNONCITY HALL RETAILCORE RAIL TO RIVER SA N P E D R O S U B D I V I S I O N HA R B O R S U B D I V I S I O N Project Study Area ACCESS POINTS/FUTURE GATEWAY PROJECT STUDY AREAS SCHOOL TRANSIT ROUTES PROPOSED REGIONAL BIKE PATH/ BIKE ROUTE EXISTING BIKE PATH/BIKE ROUTE PROPOSED CITY OF VERNON SEPARATED BIKEWAY PROPOSED ECO-RAPID TRANSIT STOP I VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-1: PrOJeCT AreA MAP 918 VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-2: VerNON eMPLOYMeNT STATiSTiCS VERNONVERNON 106106 22322337,44237,442 LONG BEACH LONG BEACH DOWNTOWN LOS ANGELES DOWNTOWN LOS ANGELES EXISTING LA RIVER BIKEWAY EXIS T I N G L A R I V E R BIKEWAY LEGEND I 45-75 EMPLOYEES >75 EMPLOYEES NUMBER OF EMPLOYEES THAT WORK IN VERNON (BY CENSUS TRACT) 5-20 EMPLOYEES 20-45 EMPLOYEES VerNON iS AN eMPLOYMeNT CeNTer: 37,442 WOrK iN VerNON AND LiVe OuTSiDe VerNON 106 WOrK AND LiVe iN VerNON 223 LiVe iN VerNON AND WOrK OuTSiDe VerNON THe MAJOriTY OF VerNON eMPLOYeeS LiVe NeArBYe: <1 MILE: 8.7% <2 MILES: 17.1% <5 MILES: 37.8% <10 MILES: 57.9% Source: US Census LEHD Origin-Destination Employment Statistics (LODES); 2015 919 VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-3: LOCAL eMPLOYMeNT & eMPLOYerS 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th Slauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon S O U T HGATE BELL EASTLOSANGELES HUNTINGTON PARK BELL COMMERCE WALNUT PARK LOS ANGELES MAYWOOD VERNON FLORENCE -FIRESTONE Los Angeles River Los A n g e l e s R i v e r BCBG MAXAZRIA RAIL TO RIVER SA N P E D R O S U B D I V I S I O N HA R B O R S U B D I V I S I O N Employment 0-50 MAJOR EMPLOYERS EMPLOYEE COUNT 51-200 201-500 501+ I 920 VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-4: reSiDeNTiAL DeNSiTY 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th Slauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon 26th So t o District St a t e Band i n i Al c o a Bo y l e 46th Vernon 50th 27th Leonis Fruitland 38th 44th Se v i l l e 55th 25th 26th Atlant i c 48th 51st 49th 57th Pa c i fi c 52nd 54th 28th Ro s s 45th SlausonSlausonSlauson Ayers Ma l b u r g Exchange Ma y w o o d 1s t Ha m p t o n Co r o n a Charter Vi o l e t Gi o r d 2n d De k a l b Sears Un i o n P a c i fi c 30th In d i a n a Si e r r a P i n e Bi c k e t t Su n o l P e n n i n g t o n Sa c o Lo m a V i s t a 56th 46th Je w e l Aye r s Ev e r e t t 52nd 45th Bandini Al a m e d a Al a m e d a Al a m e d a 45th 52 n d Do w n e y Sa n t a F e Was h i n g t o n Was h i n g t o n Was h i n g t o n Fruitland Un i o n P a c i fi c 55 t h Union Pacific 48th49th 37th Vernon S O U T HGATE BELL EASTLOSANGELES HUNTINGTON PARK BELL COMMERCE WALNUT PARK LOS ANGELES MAYWOOD VERNON FLORENCE -FIRESTONE Los Angeles River Los A n g e l e s R i v e r RAIL TO RIVER SA N P E D R O S U B D I V I S I O N HA R B O R S U B D I V I S I O N Density <14,645 14,646 - 22,336 22,337 - 29,083 29,084 PEOPLE PER SQUARE MILE I Source: US Census; 2016 921 VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-5: DiSADVANTAgeD COMMuNiTieS Per CALiFOrNiA eNVirOSCreeN 3.0 Source: CalEnviroScreen 3.0; 2017 VERNONVERNON DOWNTOWN LOS ANGELES DOWNTOWN LOS ANGELES 1 M I L E B U F F E R CalEnviroScreen I 95% TO 90% 100% TO 95% CALENVIROSCREEN PERCENTILE 85% TO 80% 90% TO 85% <75% 80% TO 75% LOW POPULATION COMMUNITY VerNON iS SurrOuNDeD BY DiSADVANTAgeD COMMuNiTieS. 922 VERNON LA RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN Figure 1-6: COLLiSiONS 1 M I L E B U F F E R VERNON M A Y W O O D C O M M E R C E S O U T H G A T E C U D A H Y B E L LGARDEN S H U N T I N G T O NPARK BELL L O SANGEL E S EAST LOS ANGELES S A T L A N TIC B L V D SATLANTICAVE E GAGE AVE BANDINI BLVD E VERNON AVE WHITTIER BLVD E FLORENCE AVE T ELE G R APH R D EASTERN AVE E BEVERLY BLVD E 7TH ST E 23RD ST S LORENA ST E WASHINGTON BLVD E 3RD ST E 4TH ST CALIFORNIA AVE E 37TH ST PACIFIC BLVD SALAMEDA ST SANTA FE AVE S SOTO ST E SLAUSON AVE E O LY M PIC BLVD Ã60 £101 ¥710 ¥10 ¥5 LO S A N G E L E S R I V E R LOS ANGELESCOUNTY SAN BERNARDINO COUNTY RIVERSIDE COUNTY VENTURA COUNTY ORANGE COUNTY P A C IFIC OCEAN 0 ½1MILESFMap produced Oct 2016Data Sources: US Census, CalTrans,City of Vernon, SWITRS Collision Data 1 - 3 Collisions 4 - 7 Collisions 8 - 14 Collisions COLLISION HISTORY Vernon, CA There were 3 collisions within 250ft of the proposed project and 159 collisions within 1 mile of the proposed project between 2011 and 2015. Pedestrian & BicycleCollisions LA River Bikeway PROJECT LOCATION Serious Injury of a Bicylist Minor Injury of a Bicylist Project Area Collisions Proposed Project Extent City of Vernon 1 M I L E B U F F E R VERNON M A Y W O O D C O M M E R C E S O U T H G A T E C U D A H Y B E L LGARDEN S H U N T I N G T O NPARK BELL L O SANGEL E S EAST LOS ANGELES S A T L A N TIC B L V D S ATLANTICAVE E GAGE AVE BANDINI BLVD E VERNON AVE WHITTIER BLVD E FLORENCE AVE TELE G R A P H R D EASTERN AVE E BEVERLY BLVD E 7TH ST E 23RD ST S LORENA ST E WASHINGTON BLVD E 3RD ST E 4TH ST CALIFORNIA AVE E 37TH ST PACIFIC BLVD S ALAMEDA ST SANTA FE AVE S SOTO ST E SLAUSON AVE E O LY M PIC BLVD Ã60 £101 ¥710 ¥10 ¥5 LO S A N G E L E S R I V E R LOS ANGELESCOUNTYSAN BERNARDINO COUNTY RIVERSIDE COUNTY VENTURA COUNTY ORANGE COUNTY P A C I FIC OCEAN 0 ½1 MILESFMap produced Oct 2016Data Sources: US Census, CalTrans,City of Vernon, SWITRS Collision Data 1 - 3 Collisions 4 - 7 Collisions 8 - 14 Collisions COLLISION HISTORY Vernon, CA There were 3 collisions within 250ft of the proposed project and 159 collisions within 1 mile of the proposed project between 2011 and 2015. Pedestrian & Bicycle Collisions LA River Bikeway PROJECT LOCATION Serious Injury of a Bicylist Minor Injury of a Bicylist Project Area Collisions Proposed Project Extent City of Vernon Source: SWITRS Collision Data; 2011 to 2015 923 City of Vernon Request for Proposals (RFP) Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Addendum 1 City of Vernon Public Works Department 4305 Santa Fe Avenue, Vernon, CA 90058 Phone: (323) 583-8811 924 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 1 Addendum 1: Response to Requests for Information June 7, 2018 To allow more time for proposers to respond and to provide more clarity, the following key dates are provided: a) Issue Date: May 24, 2018 b) Deadline for Requests for Information: June 7, 2018 c) Response to Requests for Information: June 11, 2018 d) Proposal Due: June 21, 2018 (revised) e) Interview (if applicable): Week of July 9, 2018 (revised) f) Award (if applicable): August 7, 2018 (revised) g) Notice to Proceed (tentative): August 31, 2018 (new) h) Final Draft Due: January 14, 2020 (new) Question 1: Should Proposers adhere to the schedule and cost allocations by task presented in the City’s contract with Caltrans? If not, is there an anticipated timeline and date for when the City expects the project to conclude? Answer 1: The plan must be completed and adopted via resolution by the City of Vernon no later than February 28, 2020. In order for the plan to be adopted via resolution, the Final Draft of the Plan must be received by the City’s Contract Administrator no later than January 14, 2020. Per the City’s grant agreement with Caltrans, no extensions will be given. The schedule can be modified to best suit the Proposer provided a realistic amount of time is devoted to each task. The budget can be modified to best suit the Proposer provided a realistic amount of money is devoted to each task and that the Proposer’s total budget does not exceed $222,600. Question 2: Please explain the intent of sections C, E, and F of the proposal? How is each section different? Should C, E, and F instead be labeled “Project Understanding,” “Approach,” and “Scope of Work,” respectively? Answer 2: The City recognizes that sections C, E, and F, among others, are less than clear and considerable overlap exists between them. Please revise Section 7 of the RFP, titled “The Proposal”, to read as follows: 7. THE PROPOSAL 925 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 1 The proposal should include, at a minimum, the following information in sectionalized format addressing all phases of the work in the RFP: A. Cover Letter: All proposals shall include a cover letter which states that the proposal shall remain valid for a period of not less than ninety (90) days from the date of submittal. If the proposal contemplates the use of sub-contractors, the sub-contractors shall be identified in the cover letter. If the proposal is submitted by a business entity, the cover letter shall be signed by an officer authorized to contractually bind the business entity. With respect to the business entity, the cover letter shall also include: the identification of the business entity, including the name, address and telephone number of the business entity; and the name, title, address and telephone number of a contact person during the proposal evaluation period. B. Scope of Work, Budget, and Schedule For each sub-task, define the scope of each task including the depth and scope of analysis or research proposed. Discuss specific administrative and operations expertise to be used. For each sub-task, list the responsible party. If the sub-task is proposed to be subcontracted, identify the subcontractor. No work shall be subcontracted unless listed in the technical proposal. Provide a budget for each task and sub-task. Show the start and finish dates for each sub-task. Show the duration of each sub-task and each sub-task’s predecessor and successor. Identify each sub-task’s deliverable. Discuss methods, specific techniques, and procedures to be employed to ensure quality deliverables will be delivered within the required time frame and within your identified budget. Summarize the above information in an exhibit similar to the “Project Timeline” exhibit shown on page 120 of this RFP. C. Consultant Project Manager: Name the project who will be the primary point of contact for the project and list his/her qualifications, roles, and responsibilities. D. Personnel: Identify the project team. Identify role and responsibility of each member of the project team. Include the amount of time key members will be involved in the respective portions of the assignment. For each key team member listed, provide a detailed description of their qualifications, including their title, licenses, and a detailed professional resume 926 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 1 noting past experiences in similar work efforts. E. References and Previous Experience: The proposal should provide at least three (3) clients for whom the proposer has performed work of similar nature to this request. For those clients, identify the specific work projects that were completed by the proposer which are directly related to the assignment described in this RFP. Note the specific individuals who completed those projects. Respondents are encouraged to supply relevant examples of their professional product. F. Fees and Costs: Although an important aspect of consideration, the financial cost estimate will not be the sole justification for consideration. Negotiations may or may not be conducted with the proposer; therefore, the proposal submitted should contain the proposer’s most favorable terms and conditions, since selection and award may be made without discussion with any firm. All prices should reflect “not to exceed” amounts per task. Proposer must offer services at a rate comparable to the rate proposer offers to other governmental entities for similar work. Offering a higher rate to the City than the comparable rate is grounds for disqualification of the Proposer. All cost proposals shall be submitted on Exhibit 10-H of the Caltrans Local Assistance Procedures Manual, herein attached as Attachment “C” of this RFP. G. Affidavit of Non-Collusion. Proposer must submit a completed and signed, “Affidavit of Non-Collusion.” (Copy attached as Attachment “A”). Question 3: Does the City have recent traffic counts for all or some of the signalized intersections along the three corridors indicated in the RFP? Answer 3: The City does not have recent traffic counts for the signalized intersections along the three corridors indicated in the RFP. Question 4: Are firms currently working on related projects such as Metro’s Los Angeles River Bike Path Gap Closure Project precluded from pursuing the Vernon LA River Path Active Transportation Access Plan? 927 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 1 Answer 4: Firms currently working on related projects are not precluded by the City of Vernon from pursuing this project. Question 5: When should the traffic studies be performed? Task 3.5 “Opportunities and Constraints” states that “For the three corridors, the consulting team will conduct detailed traffic studies at signalized intersections and study what infrastructural elements might need to be relocated…” Should the traffic studies instead be part of Tasks 4.2 “Evaluation of Concepts,” as a key factor to determine the impact of draft concepts on congestion? Answer 5: The Opportunities and Constraints Report will drive the development of Corridor and Gateway Concepts. Please keep Task 3.5 where it is currently located. Question 6: Is form 10-H available to download online? Answer 6: Yes. Exhibit 10-H can be found at: http://www.dot.ca.gov/hq/LocalPrograms/lam/forms/lapmforms.htm Question 7: Is the City able to provide a copy of the Vernon Los Angeles River Path Feasibility Study to Proposers? Answer 7: The Vernon Los Angeles River Path Feasibility Study will be sent to all prospective proposers to the extent that the City is aware of them. Question 8: Page 13 of the RFP states that proposals should be limited to "20 typed 8.5" x 11" pages, or fewer, on white bond paper of at least 20-pound weight single sided (excluding cover letter and attachments)." Can you please clarify the required pieces of information listed on pages 12-13 of the RFP that qualify as "attachments" and thus do not count towards the 20-page limit? Answer 8: 928 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 1 All sections other than the “Cover Letter”, “References and Previous Experience,” and the “Affidavit of Non-Collusion,” count toward the 20-page limit. If the proposer chooses to includes a general brochure of their firm, this material will not count toward the 20- page limit. Question 9: Which sections count as an attachment? Answer 9: See Answer 8 above. Question 10: Which sections count towards the 20-page limit? Do qualifications (resumes and project sheets), fees and costs, references, and forms count towards this limit? Answer 10: See Answer 8 above. Question 11: The RFP states that the page limit excludes cover letter and attachments. Does this mean that Section F (Fees and Costs), which is Caltrans' standard 10-H form, and Section H (Affidavit of Non-Collusion) will not count toward the page limit? Answer 11: See Answer 8 above. Question 12: Section G (Personnel) is a required component of the proposal. It requests "detailed professional resumes." Given the page limit, will brief 1/2 page resumes of key staff suffice or can we include full resumes as an Appendix? Answer 12: See Answer 8 above. The “Personnel” section will count toward the page limit. Proposers should use their best judgment in determining its length. 929 City of Vernon Request for Proposals (RFP) Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Addendum 2 City of Vernon Public Works Department 4305 Santa Fe Avenue, Vernon, CA 90058 Phone: (323) 583-8811 930 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Addendum 2: Change in Scope June 14, 2018 The responsible party for Task 2.1 and Task 4.4 has changed from “City of Vernon” to “Consultant.” The total budget has increased accordingly from $222,600 to $229,600. Section 5 of the RFP has been revised accordingly. The revised Section 5 is attached hereon. 931 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 5. SCOPE OF WORK The Plan’s entire Scope of Work is described below. In order to clearly define the roles and responsibilities of the consultant and the City each task is delegated to a Responsible Party. The City is seeking the services of a highly-qualified consulting firm to perform those tasks below delegated to “Consultant.” 1. Project Initiation and Coordination Task 1.1 Project Kick-Off Meeting w/ Caltrans At the outset of the project, the City will hold a kick-off meeting with Caltrans staff to discuss grant procedures and project expectations including invoicing, quarterly reporting, and all other relevant project information. Meeting summary will be documented. Responsible Party: City of Vernon Deliverable: Minutes from the Project Kick-Off Meeting w/ Caltrans within five business days of the meeting Task 1.2 RFP for Consultant Services The City will complete an RFP process for the selection of a consultant using the proper procurement procedures. Responsible Party: City of Vernon Deliverable: RFP for Consultant Services Task 1.3 Project Coordination Coordination will include monthly face-to-face project team meetings with consultants to ensure good communication on upcoming tasks and to confirm the project deliverables are on schedule and within budget. In addition, there will be regular (e.g. bi-weekly) check-in calls with the City of Vernon and consultants, as well as periodic progress reports to ensure coordination between all parties involved to help deliver a plan that will meet or exceed expectations. Caltrans staff will be invited to all team meetings and project check-in calls. Responsible Party: City of Vernon Deliverable: Minutes of monthly face-to-face project team meetings, notes of regular check-in calls, invitations to Caltrans staff to all team meetings and project check-in calls Task 1.4 Project Kick-Off Meeting w/ Project Team Once the consultant team has been procured, the City and consultant will hold a kick-off meeting to discuss project management, goals and objectives, and all other relevant project information. Meeting summary will be documented. 932 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Responsible Party: Consultant Deliverable: Minutes from the Project Kick-Off Meeting w/ Project Team within five business days of the meeting 2. Outreach and Engagement Task 2.1 Community-Based Action Plan The development of a Community-Based Meeting Action Plan will include a detailed outreach plan to the community and advisory groups. Responsible Party: Consultant Deliverable: Community-Based Action Plan Task 2.2 Advisory Committee Meetings The consulting team will facilitate and attend up to four advisory group meetings. These meetings will coincide with the weeks prior to major outreach events and plan drafts. The advisory group will be formed by the City of Vernon and composed of community, business, and government stakeholders. The consultant will facilitate discussion to develop list of key stakeholders, problem or challenge areas to study, and strategies for engaging residents, in particular underrepresented residents. Responsible Party: Consultant Deliverable: Minutes from the Advisory Committee Meetings within five business days of the meeting, list of key stakeholders, list of problem or challenge areas to study, strategies for engaging underrepresented residents Task 2.3 Publicity In order to reach a broad audience, flyers, posters, and digital marketing materials will be coordinated in advance of all outreach events, surveys, and release of draft plans with information on the project/events. All outreach materials will be produced in both Spanish and English. Responsible Party: Consultant Deliverable: Flyers, posters, digital marketing materials, surveys, other outreach materials Task 2.4 “Pop-Up” Events To make it easier for people to learn about and provide input, the consulting team will bring the project to the Vernon community. The consulting team will facilitate two (2) mobile, "Pop-Up" workshops that will present key information on the planning effort and allow participants to share information and feedback. These events will be strategically located to engage the large daytime working population in Vernon and may include a booth near major employers or food trucks. Responsible Party: Consultant 933 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Deliverable: "Pop Up" Events, survey forms documenting feedback from participants Task 2.5 Community Survey A simple bilingual survey will be developed by the consulting team. It will be available online through the city website, distributed with help of the Advisory Group members, and hardcopies will be available at “Pop-Up” events. The survey will solicit input on desired location and type of active transportation improvements along the project corridors and at Los Angeles River Path Gateways. The online survey will allow users to place pins to identify current barriers and recommendations for suggested improvements. Responsible Party: Consultant Deliverable: Community Survey, survey results Task 2.6 Community Feedback Summary The consulting team will periodically summarize and document findings from the outreach events and survey. The findings will be presented at advisory committee meetings and will be incorporated into the final plan. Responsible Party: Consultant Deliverable: Community Feedback Summary 3. Inventory and Analysis Task 3.1 Review Relevant Plans and Studies The consulting team will collect and review available information for the project area, including the Vernon General Plan, Vernon Bicycle Master Plan, Los Angeles County Bicycle Master Plan, Los Angeles River Path Feasibility Studies, infrastructure master plans, and other relevant studies and policies. Responsible Party: Consultant Deliverable: A thorough understanding of the documents listed above as demonstrated in the Existing Conditions Report and the Opportunities and Constraints Report. Task 3.2 Field Visit The consulting team will conduct a one-day visit to coincide with the first advisory group meeting to meet with the project partners and selected stakeholders, and tour and photograph some of the neighborhoods to assess existing conditions. Responsible Party: Consultant Deliverable: Notes and photographs from the Field Visit Task 3.3 Traffic and Bike/Pedestrian Counts The consulting team will collect traffic and bike/pedestrian counts over a multi-day period. This data will be collected along key corridors, near Los 934 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Angeles River Path access points, and at key intersections within the project area. This data will be used to complement existing data collected. The consulting team will analyze collision history and recommend actions to address the walking and bicycling communities' safety concerns Responsible Party: Consultant Deliverable: Motorist, bicyclist, and pedestrian counts over a minimum three-day period collected along key corridors, intersections, and access points. Analysis of collision history, list of recommended actions to address safety concerns Task 3.4 Existing Conditions The consulting team will collect extensive existing conditions data including existing/planned land uses, census/population characteristics, existing/planned bike/pedestrian facilities, travel projections, traffic volume, collisions, employment, property ownership, utilities, aerial imagery, and topography. Key data within the project areas will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan. Responsible Party: Consultant Deliverable: Existing Conditions Report addressing all items described in Task 3.4. Task 3.5 Opportunities and Constraints Following field visits (3.2), traffic and bike/pedestrian counts (3.3), and collection of existing conditions (3.4), the consulting team will identify opportunities and constraints for major corridors and gateways. Consideration will be given to bicycle and pedestrian routes, intersection conditions, the existing and future land use, traffic volumes, ownership, topography, public right-of-way availability, and physical barriers; bicycle, pedestrian, transit, and vehicular functional/spatial requirements for lane striping, sidewalk improvements, ADA accessibility, transit stops, landscaping, and other conditions for access or enhancement. For the three corridors, the consulting team will conduct detailed traffic studies at signalized intersections and study what infrastructural elements might need to be relocated, such as storm drains, fire hydrants, and sign posts, to add this protected facility. Identify locations for new improvements such as protected turn movements, bike signals, curb extensions, leading pedestrian intervals, and high visibility crosswalks. For the four gateways, determine the feasibility for: 1) new sidewalks, crosswalks, and signal enhancements, 2) bike racks, bike fix-it stations, seating, and other amenities that will strengthen Vernon’s active transportation network, 3) opportunities for trees and plants to provide shade and improve stormwater, 4) opportunities for pocket parks with public art and interpretive elements to create much needed park space in a disadvantaged community, and 5) scenic overlook points to the Los Angeles River and downtown Los Angeles that will become destinations and desirable locations that may spur economic development in Vernon. 935 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Findings will be mapped for outreach events, advisory committee meetings, and for inclusion in the final plan. Responsible Party: Consultant Deliverable: Opportunities and Constraints Report addressing all items described in Task 3.5. Task 3.6 Develop Evaluation Criteria The consulting team will develop evaluation criteria for the project in close coordination with the City of Vernon, advisory committee, and outreach events. The criteria will be based on community priorities, site-specific conditions, connections to existing and proposed forms of public transportation, and will be utilized during the evaluation of concepts (4.2) Responsible Party: Consultant Deliverable: Evaluation Criteria 4. Alternatives Task 4.1 Develop Corridor and Gateway Concepts Preliminary Corridor and Gateway Concepts will be developed based on the existing conditions report and input from advisory committee meetings and outreach events. They will include alternative infrastructure alignments for each of the corridors and gateways, standard sections, maps, and supporting graphics. The concepts will be circulated to selected stakeholders including City of Vernon, Caltrans staff, and the advisory group for comment. Any bikeways proposed on the corridors shall reflect the City's Bicycle Master Plan. Preliminary corridor concepts shall implement use of complete streets strategies, systematically assess security and safety threats and may propose pedestrian lighting, shorter, high-visibility crossings, and bikeway designs that minimize collisions.

 Responsible Party: Consultant Deliverable: Corridor and Gateway Concepts addressing all of the items described in Task 4.1. Task 4.2 Evaluation of Concepts The corridor and gateway concepts (4.1) will be analyzed based on evaluation criteria (3.6). Proposed alternatives will be ranked side-by-side to evaluate how well each concept responds to community needs and goals. Responsible Party: Consultant Deliverable: Evaluation of Concepts Task 4.3 Develop Preferred Corridor and Gateway Concepts Concepts (4.1) will be synthesized into primary concepts for all corridors and gateways based on community feedback, advisory committee 936 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 feedback, and evaluation of concepts. Final sections, maps, and supporting graphics will be developed and shared with the public online and at outreach events for review. Responsible Party: Consultant Deliverable: Preferred Corridor and Gateway Concepts Task 4.4 Implementation Strategy Provide an implementation strategy including phasing and funding that coordinates with the implementation of the Los Angeles River Path in Vernon. Identify sources for funding, including the funding for land acquisition, final design, and construction. Provide list of funding sources to the consultant for inclusion in the draft plan. Responsible Party: Consultant Deliverable: Implementation Strategy 5. Active Transportation Access Plan Task 5.1 Administrative Draft Plan Based on preferred design alternatives (4.3) advanced through advisory committee meetings and outreach, an administrative draft plan featuring an overall layout of work to-date will be prepared and presented for comment and feedback from the City, Caltrans, and relevant councils and commissions. Responsible Party: Consultant Deliverable: Administrative Draft Plan, presentations to the City, Caltrans, and relevant councils and commissions. Task 5.2 Draft Plan Based on comments to and expanding upon the administrative draft plan, the draft plan will include existing plan reviews, inventory and analysis, concept alternatives, preferred concepts, and implementation strategies. The Plan will be presented for final comment and feedback from the City, Caltrans, relevant councils and commissions, and the community both online and at the final outreach event. Responsible Party: Consultant Deliverable: Draft Plan, presentations to the City, Caltrans, and relevant councils and commissions. Task 5.3 Final Plan Based on comments to the Draft Plan, a Final Plan will be developed and made publicly available. Responsible Party: Consultant Deliverable: Final Plan 937 City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals, Addendum 2 Task 5.4 Plan Adoption Final Plan will be presented at the City Council meeting for adoption. The City of Vernon and consulting team will address any critical issues that arise. Responsible Party: City of Vernon Deliverable: City Resolution adopting the Plan 6. Fiscal Management Task 6.1 Invoicing Caltrans The City of Vernon will submit complete invoice packages to Caltrans district staff based on milestone completion at least quarterly, but no more frequently than monthly 

 Responsible Party: City of Vernon Deliverable: Invoices to Caltrans Task 6.2 Quarterly Reports to Caltrans The City of Vernon will submit quarterly report to Caltrans district staff providing a summary of project progress and grant/local match expenditures. Responsible Party: City of Vernon Deliverable: Quarterly Reports to Caltrans 938 28 EXHIBIT B PROPOSAL 939 CITY OF VERNON Professional Services for the Preparation of the VERNON LOS ANGELES RIVER PATH ACTIVE TRANSPORTATION ACCESS PLAN June 21, 2018 Revised July 19, 2018 PREPARED BY: Alta Planning + Design IN ASSOCIATION WITH: Fehr & Peers 940 Table of Contents A. Cover Letter.................................................i B. Scope of Work, Budget, and Schedule............................1 Project Understanding and Approach ..........................1 Scope of Work............................................2 Schedule ................................................10 Budget..................................................11 C. Consultant Project Manager ...................................11 D. Personnel..................................................12 E. References and Previous Experience............................A F. Fees and Costs .............................................15 G. Affidavit of Non-Collusion......................................I 941 transportation | recreation | innovation 617 W. 7th Street, Suite 1103 Los Angeles, CA 90017 (213) 489-7443 www.altaplanning.com June 21, 2018 Revised: July 19, 2018 City of Vernon Attention: Daniel Wall, Director 4305 Santa Fe Avenue Vernon, CA 90058 Re: Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Dear Mr. Wall and Members of the Selection Committee: Congratulations on winning a Caltrans Sustainable Transportation Planning Grant! Alta Planning + Design (Alta) is pleased to submit this proposal to help the City develop feasible recommendations to improve connec- tivity and safety to the upcoming Los Angeles River Path. Alta is the leading active transportation planning and design firm in California, having developed numerous active transportation, Complete Streets, and streetscape projects throughout the state, including the recently completed Vernon Bicycle Master Plan and City of Vernon LA River Path Feasibility Study. The Alta team includes subconsultant Fehr & Peers, who bring expertise in freight and goods movement as well as in the evaluation of potential traffic impacts, and will provide defensible data and metrics to support design decisions. We understand the importance of using context-sensitive, creative solutions to reflect the unique industrial character of Vernon. Our project team’s local experience and understanding of the city, its communities, priorities, and connectivity to the LA River will allow us to begin this project from an advanced stage, and we are excited to continue our work with the City of Vernon. In addition to meeting all of the minimum requirements listed on pages 10-11 of the RFP, there are several unique benefits Alta offers to this project: Ū Unparalleled Active Transportation Plan Experience: The Alta team includes tested leaders of active transportation planning, project development, trail design, and public outreach. Alta is working with Metro on the design of the 8-mile LA River path gap closure, and will see to it that there is strong coordination throughout this project when evaluating access points and on-street connections. As part of their work on the Interstate 710 Livability Initiative and the Rail to River Active Transportation Corridor EIR, Fehr & Peers brings the experience of local intersection evaluation and on-street routing options. Ū Community Engagement: Alta excels at reaching a diverse range of community members through outreach events, in-person and online surveys, canvassing, social media, and one-on-one discussions with key stakeholders. We will listen to Vernon’s residents, business owners, and commuters to determine design implementation strategies that prioritize community-centric projects, minimize disruption to busi- ness operations, and provide clearly delineated access to the Los Angeles River. The Alta team includes staff who have previously worked with Vernon’s community and stakeholders, who will attend community events where visitors will have the opportunity to ask questions, provide feedback, and discuss the plan. Our outreach staff are bilingual (Spanish and English) and we will provide printed outreach materials in both languages. The team will help identify key stakeholders for one-on-one outreach, who can help multiply our efforts by becoming representatives of the larger community. A. COVER LETTER 942 ii Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Ū Innovative Design and Implementation: Alta’s design staff excel at assisting agencies with bicycle and pedestrian facility design, developing multifunctional infrastructure, and implementation. From city-wide master plans to small-scale plazas and tactical urbanism events, Alta is adept at designing projects that connect people and places, creating lively urban spaces reflective of place and community. Alta’s active transportation designs combine established best practices with a forward-thinking approach that helps create the best practices of tomorrow. As Principal-in-Charge, I will oversee the work of the Alta team, guiding effective review and quality control measures. Project Manager James Powell, ASLA, will manage the day-to-day operations of the project. James was a key team member in the development of the Vernon LA River Path Feasibility Study and understands firsthand the challenges involved in balancing community values with policies, design recommendations, and project objectives. We are well positioned to provide Vernon with an access plan that reflects community values, improves walking and bicycling safety and connectivity, and is based on best practices with a focus on implementation. We look forward to the next steps of your selection process. If you have any questions, please feel free to contact me at (213) 437-3064 or at emilyduchon@altaplanning.com, or Project Manager James Powell at (213) 437-3336 or jamespowell@altaplanning.com. This proposal shall remain valid for a period of 90 calendar days after the date of submittal. Sincerely, Emily Duchon, LEED AP, ASLA Principal-in-Charge, Alta Planning + Design Primary Contact Greg Maher, PLA, ASLA Vice President, Alta Planning + Design Officer Authorized to Bind the Firm A conceptual gateway example helps envision the potential for a pocket park at the Atlantic Avenue entrance to the LA River Path. 943 1 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Downey Road, and ends at Atlantic Boulevard, where the existing LA River path currently termi- nates. It is centrally located in the city, and has four lanes with on-street parking and a center turn lane. Three of the four access points to be evaluated in the plan are at the eastern terminus of each of the above corridors. The fourth access point is the inter- section of 26th Street and the River. The southern- most access point at Atlantic Boulevard is adjacent to a property that the City of Vernon has consid- ered purchasing to develop into a park. This parcel provides a great opportunity to join the existing LA River path to the new portion that will pass through Vernon. Evaluating these access points will involve study of potential connections between the ends of these corridors and the river itself, and possibilities for developing these access points into iconic gate- ways for the City, with opportunities for landscape areas, wayfinding, and public amenities. Alta’s work includes all stages of planning, design, engineering, and implementation. Our team leaders bring many years of experience implementing transportation facilities and managing community outreach and environmental concerns. We take special pride in our ability to generate effective and realistic designs that can reflect, motivate, and inspire movement towards a more beautiful, sustain- able public realm. Alta will leverage its previous work with the City of Vernon and current work with Metro on the LA River Gap Closure Project to bring a well-estab- lished context to the project, and to ease coordi- nation between LA River design efforts and in-city connectivity. The Alta team includes frequent teaming partner, Fehr & Peers, who will conduct vehicular, bicycle, and pedestrian counts, support stakeholder meet- ings, and, most importantly, evaluate the impacts of proposed designs on existing traffic patterns. The Alta team understands that the safety and connectivity of these protected bikeway corridors is a priority for residents, workers, and visitors to the city, but must be balanced with a careful study of potential impacts to business operators, freight operations, and all forms of mobility within the city. B. SCOPE OF WORK, BUDGET, AND SCHEDULE Project Understanding and Approach The goal of this plan is the evaluation of three bikeway corridors and four access points to the LA River. The plan will coordinate with stakeholders, agencies, residents, and businesses, combine this feedback with a thorough review of existing conditions and previous planning documents, and a robust evalu- ation process that balances traffic impacts, safety, cost, constructability, and local needs. Findings will be summarized throughout the project, design alter- natives will be both conceptualized and evaluated, and the results of these processes will ultimately be combined into a final plan for adoption by the City. The Vernon Los Angeles River Path Active Transportation Access Plan (Plan) will build upon two recent efforts undertaken by the City of Vernon to improve active transportation: the Vernon Bicycle Master Plan and the City of Vernon LA River Path Feasibility Study. These two projects, both completed by Alta, identified priority corridors throughout the city and key access points to the LA River from the city’s street network. While Metro has recently secured funding to design and construct the LA River path through the city, connections to the river, gate- ways at access points, and key linkages between these access points and destinations within the city are not included in that project. The corridors have the following characteristics: Ū 37th Street, from Santa Fe Avenue to Soto Street, spans two major north-south thoroughfares, and intersects the Harbor Subdivision, a poten- tial future active transportation corridor. At Soto Street, the corridor meets one of the only nodes of services in the city, with several restaurants, and Farmer John, one of the largest employers in the city. Access to the LA River is anticipated at this node. 37th Street has four to six travel lanes through this area, with center turn lanes, on-street parking, right and left turn lanes, and merge lanes. Ū Vernon Avenue connects to City Hall at Santa Fe Avenue at the west and is one block south of the LA River where Vernon Avenue ends at Downey Road on the east. It has four total travel lanes without a center turn lane. Ū Leonis Boulevard begins at Pacific Boulevard on the west, becomes District Boulevard east of 944 2 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design review by principals, and (3) in-house scheduling and management tools. The QA/QC process will be led by Principal-in-Charge Emily Duchon, whose primary role will be to see to the integration of goals of the project for Vernon and to verify the accuracy and consistency of project deliverables. Time and Budget Management Alta Project Managers use Deltek Vision software to manage the complete lifecycle of a project. Time commitments, project costs, and fees are captured in real time for accurate and complete client budgeting and billing. Project cost control will benefit from our strong, experienced project management team with a proven track record, and open lines of communica- tion between the project team and the City. Outreach will take a multifaceted approach, using stakeholder meetings to address key local repre- sentatives, on-site pop-up events to meeting the community where they live and work, and surveys to cover a broader reach. Design alternatives and recommendations will be based upon established best practices and consider Vernon’s unique context. Considerations will be made to accommodate driveways, turning radii, high levels of truck traffic, and city-specific street sections. Access points will engage nearby busi- nesses to balance ease of access, employee needs, safety, and security. Outreach, site analysis, recommended design, eval- uation results, and implementation strategies will be synthesized into a concise, well-documented, and visually appealing plan for adoption by the City. Producing a high-quality project that meets the City’s needs, schedule, and budget requires an understanding of the concerns of the City, the local business and residential communities, and relevant stakeholders and agencies. Alta uses the following approaches for delivery of quality projects to our clients. Effective Communication with Strong Project Management Ū Regular Team Calls. Alta believes in effective coordination and communication with our clients. Throughout the project, Alta will host bi-weekly coordination calls to keep the project moving forward on schedule and budget. Ū Monthly Progress Reports. We will produce monthly progress reports that summarize tasks completed, and outline tasks to be completed in the coming month. Ū Meeting Summaries and Action Items. Alta will produce detailed meeting summaries covering the discussion items and will include a list of follow-up tasks and the responsible party for each task. Quality Assurance/Quality Control Alta maintains a quality assurance/quality control system along with strict adherence to established business procedures. Our team employs a three-tier quality control system that includes (1) an in-house editor who reviews all materials, (2) independent SCOPE OF WORK The following work plan and scope provides detail for the specific tasks, meetings, and deliverables required to bring this project to completion in a timely and fiscally responsible manner. The responsible party is identified for each subtask in parentheses. Any tasks identified as the sole responsibility of the City are listed as such below. A detailed schedule for each subtask has been included after the work plan. Task 1. Project Initiation and Coordination Tasks 1.1 and 1.2 are solely the responsibility of the City. TASK 1.3 PROJECT COORDINATION (City and Consultant) Alta will participate in monthly in-person meetings with City staff to report on project progress, discuss work to-date, review upcoming deliverables, and provide any schedule updates. To accompany project meetings, Alta will provide monthly progress reports to the City, to include: work completed to date; potential problems and resolutions; work remaining; anticipated challenges; budget status and analysis; schedule status/update (tracking actual versus planned progress). 945 3 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design For efficiency, monthly meetings will, when feasible, take place in conjunction with other project meet- ings or site visits. Biweekly check-in calls will occur between progress meetings to maintain ongoing project communication. TASK 1.4 PROJECT KICK-OFF MEETING WITH PROJECT TEAM (City and Consultant) The Alta Team will attend a project kick-off meeting with City staff to establish project communication channels, confirm project goals and objectives, discuss any necessary modifications to project scope or schedule, and exchange other key project information. Alta will provide a project management work plan (PMWP) that includes objectives, organi- zation, scope of services, schedule, budget, QA/ QC procedures, communications, document control, cost controls, invoicing, and reporting for the devel- opment of the plan. Task 1 Deliverables: Ū Task 1.1 »Project Kick-Off Meeting with Caltrans and City of Vernon (no consultant involvement) Ū Task 1.2 »RFP for Consultant Services (no consultant involvement) Ū Task 1.3 »Attendance at monthly project team meetings »Monthly agendas and project progress reports »Monthly progress reports, budget update, and invoices »Meeting notes with action items for each monthly meeting »Facilitation of bi-weekly status update phone calls Ū Task 1.4 »Attendance at project kick-off meeting »Kick-off meeting agenda, sign in sheet, and project management work plan »Meeting summary and action items Task 2. Outreach and Engagement TASK 2.1 COMMUNITY-BASED ACTION PLAN (Consultant) Alta will work closely with City staff to see that the five project objectives identified in the grant appli- cation are carried through for the project duration. One of the key components of the outreach and engagement process is ensuring stakeholders are aware of the project and have the opportunity to provide input. The Alta team will bring forward an innovative outreach toolkit that includes: on-site pop-up events; a core working group; in-person, online, and paper surveys; site walks; and interac- tive online mapping tools. Alta will work closely with the City of Vernon to see that the outreach and engagement process addresses key compo- nents of business vitality, vehicle infrastructure and efficiency, mobility, safety and preservation, and health and social equity, particularly in regards to residents and employees who are often underrep- resented in planning processes. Alta will provide a draft Community-Based Action Plan for review by the City as well as key stakeholders and other agencies. The revised final Community-Based Action Plan will be prepared in response to comments on the draft, and will guide the project’s outreach efforts through its duration. Alta will provide revisions to the action plan as needed, should modifications to the project’s outreach strategy occur, and will include the action plan in the final plan prepared in Task 5. TASK 2.2 ADVISORY COMMITTEE MEETINGS (Consultant) The Alta team will work with the City Project Manager to develop an Advisory Committee Group (ACG) consisting of community organizations, businesses, and government stakeholders, including representa- tives from Vernon Chamber of Commerce, Vernon City Elementary School, Vernon Village Apartments, mobility advocates, homeowners’ associations, emergency responders, warehouse and manu- facturing advocates, utility companies, and others who may have been underrepresented in other planning processes. The City Project Manager will guide the development of the ACG and identify key City departments who will have a role on the ACG, including Public Works & Development Services, Health, Public Utilities, and Police Department. Four ACG meetings are anticipated over the life of the project. These meetings will coincide with major outreach events and plan drafts. This task includes conducting planning sessions between Alta and City staff approximately one month in advance of each ACG meeting to define meeting objectives and agenda, presentation content and materials, and the facilitation approach. The purpose of these meetings is for the ACG to provide information and guidance to the project team but also for the ACG to encourage participation from their representative 946 4 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design groups when possible. Alta will also report findings from the outreach and engagement processes and share project progress. Alta will lead development of the technical informa- tion, presentation materials, and facilitation tools/ materials for up to four meetings. Discussion points and outcomes will be documented along with a concise written summary after each ACG meeting. Alta will conduct all notification and ACG outreach, as well as coordination of meeting venues. ACG meetings will be varied in terms of location, topic, and format. The first meeting will coincide with the field visit in Task 3.2. Subsequent meetings may include additional site visits and opportunities to observe behaviors and issues, meetings to tour local business activities, or walk audits of conditions surrounding residential areas. When meetings occur in traditional settings, Alta will, for members unable to attend in person, facilitate conference calls or screenshares and provide any meeting materials subsequently as a virtual meeting. Alta will work closely with the City to development meeting content. TASK 2.3 PUBLICITY (Consultant) Alta will develop public facing materials in Spanish and English in collaboration with the City. The purpose will be to reach a broad audience and inform the community about the project purpose and latest developments, and to collect input on community priorities for the City’s programs and projects for trail access in the near and long- term. Public facing materials will take the form of one flyer, one poster, one fact sheet, and digital marketing materials that will be customized for up to four social media outlets as part of each publicity campaign. Materials will promote each ACG meeting and pop-up event. Alta will develop highly graphic, easy to read, public facing materials in both Spanish and English for City Project Manager review. Alta will post details and updates to the existing bikevernon.org website and social media accounts, otherwise it is assumed that City staff will secure the details related to digital release. In the beginning of the outreach and engagement process, Alta will collaborate with the City Project Manager to create one visual language that includes a logo, color, and font palette to create branding for the Vernon Los Angeles River Path Active Transportation Access Plan and give consistency for public-facing materials. Alta will provide a draft of all materials and respond to one written set of comments from the City Project Manager. TASK 2.4 “POP-UP” EVENTS (Consultant) Alta will host two “pop-up” or mobile outreach events. The outreach will take place in two different locations in the project area to reach the greatest number of businesses and employees. Alta will be responsible for identifying the locations and promoting the two events using the flyers, posters, and digital materials created in Task 2.3. Alta will develop public input materials specific to each event. The format will have a clear, bilingual display of information and input methods/forms that allow participants to quickly learn about the project, and to provide meaningful input in a short timeframe. Comment cards will also be provided for written feedback and take-home use. The City may consider conducting one of these events concurrently with the forthcoming Vernon + Huntington Park Open Streets event on August 19, 2018, or staffing a booth at this event to expand outreach possibilities. The goal of these events is to increase knowledge about the Access Plan, increase visibility and partici- pation from employees and businesses throughout the city. Additionally, the “pop up” events can occur at distinct phases of the project to provide unique opportunities for feedback and public comment. Following each event, the Alta team will develop a one page graphic and written summary of the key comments and driving ideas observed. Alta’s experience working with the Vernon commu- nity will be leveraged to help elicit valuable feedback from residents, employees, and business owners. As a continuation of his role on the Feasibility Study, Rodrigo Garcia-Resendiz will be the lead staff member at the community events.947 5 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design The Alta Team will conduct one additional targeted focus group meeting with the business community. Commercial and industrial uses in Vernon are a big component of what makes up the daytime popula- tion and traffic. Key businesses and trucking compa- nies in Vernon can be engaged for this meeting, which will leverage the goods movement experience of Fehr & Peers to discuss the plan with business owners and employees, to find ways the plan can benefit the everyday users of Vernon’s streets and that greater business interests are supported. The Alta Team will work with the advisory committee to secure the venue and date, determine the list of key stakeholders and strategize on effectively engaging the business population in Vernon. Effective commu- nication and engagement is of upmost importance to our Team; Spanish-speaking staff can be provided. TASK 2.5 COMMUNITY SURVEY (Consultant) Alta will develop a bilingual survey (Spanish and English) that will be graphic and easy to understand, to solicit feedback on desired access points and the types of active transportation improvements along the project corridors and at the LA River gateways. Alta will provide recommendations to the City on how to best integrate the survey into the overall outreach and engagement process. The survey will be available in both online and print formats, and distributed via the City’s social media outlets, at outreach events, and with the help of ACG members. The online component of the survey will include an interactive map with the project areas clearly delin- eated, allowing users to visually identify barriers to travel and desired improvement locations. The City Project Manager will be responsible for posting the survey to the City’s website. Following the survey period, Alta will develop a brief two page summary that highlights common themes from the survey, concerns from the participants, and any desired outcomes beyond the scope of this project. TASK 2.6 COMMUNITY FEEDBACK SUMMARY (Consultant) Alta will take the collected outreach materials and results from the above tasks and develop a graphical outreach summary document that for incorporation into the final plan. The summary will feature maps of identified issues, high-level summary analyses, and photos from events. Comment card comments will be compiled into a Microsoft Excel matrix for City use. The two “pop up” summary memos and survey summary will be folded into this high level summary. Alta will provide interim summaries of outreach events and survey responses at each ACG meeting. Task 2 Deliverables: Ū Task 2.1 »Draft Community Based Action Plan »Final Community Based Action Plan Ū Task 2.2 »Facilitation of four ACG meetings »Agenda, presentation content/materials »One page graphic and written summary of each ACG meeting Ū Task 2.3 »English and Spanish publicity materials »Two flyers, two posters, one fact sheet, eight social media posts Ū Task 2.4 »Set up and breakdown of “pop up” events »Two sets of English and Spanish display boards »Two sets of English and Spanish feedback forms »English and Spanish Comment Cards »Two pop-up event summary memos »One focus group event with trucking companies »Summary of focus group meeting Ū Task 2.5 »Online and paper-based bilingual survey »Interactive online map »Periodic summaries of survey results »Survey summary Ū Task 2.6 »Community feedback summary »Summaries of outreach-to-date at each ACG meeting Task 3. Inventory and Analysis TASK 3.1 REVIEW RELEVANT PLANS AND STUDIES (Consultant) The Alta team will conduct a review of previous studies and planning efforts, and seamlessly carry forward work completed on the Vernon Bicycle Master Plan and City of Vernon LA River Feasibility Study. Other documents to review will include the Vernon General Plan, freight plans, infrastructure master plans, the LA County Bicycle Master Plan, produced by Alta, and Metro’s Active Transportation Strategic Plan, produced by Alta and Fehr & Peers. Other relevant plans and studies will be discussed at the project kick-off meeting. This document review 948 6 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design will be summarized in memo format, for inclusion in the administrative draft plan. Alta will respond to one round of consolidated written project from the City to revise this memo. TASK 3.2 FIELD VISIT (Consultant) The Alta team will conduct a field visit that will also serve as the first ACG meeting, allowing key project stakeholders to meet the project team and each other and witness project locations, opportunities, and constraints firsthand. Existing conditions will be noted for both the built environment and for observed travel modes and behaviors. Alta will provide base- maps for attendees, an agenda, and an overview of the project’s goals, objectives, and scope. Alta will document this visit with maps, photos, and notes. TASK 3.3 TRAFFIC AND BIKE/PED COUNTS (Consultant) Fehr & Peers will conduct vehicular, bicycle, and pedestrian counts at key locations along the Class IV separated bike lanes planned for 37th Street, Vernon Ave and Leonis Blvd. Fehr & Peers will collect PM peak period traffic counts (4:00 PM to 7:00 PM) at 11 locations for three weekdays. The counts will include vehicular traffic, including people riding bicycles and walking. Locations will include the project’s four access points to the LA River and major intersections along the three primary corridors. This data will build upon counts conducted during the Vernon Bicycle Master Plan, will be added to the existing conditions report in Task 3.4, and will directly contribute to the evaluation of proposed designs. TASK 3.4 EXISTING CONDITIONS (Consultant) Alta’s existing conditions evaluation will take the form of maps illustrating project area characteristics, including both physical and socioeconomic levels. Data to be mapped include: population density, income, means of transportation to work, vehicle ownership; existing and planned land uses; existing and planned bicycle and pedestrian facilities; employment density and major employers; utilities along the corridors; existing and projected traffic demand; land ownership; right-of-way; and lane and intersection configurations. Traffic conditions will be captured via field observa- tions of the project location and surrounding roadway network to verify existing intersection control, lane configurations, and other roadway characteristics. Field observations of infrastructural elements such as storm drains, fire hydrants, sign posts, bus stops, and driveways will be collected. Observations will be made of existing peak PM hour traffic volumes, turning movements, vehicle queue lengths, and traffic signal timings. Traffic analysis and LOS for 11 intersections will be based on the methodology in the Highway Capacity Manual. Maps will use aerial imagery and topography base layers as appropriate, and will tell the story of the project’s purpose and need. Maps will be formatted for display at ACG meetings and outreach events, as well as for inclusion in the final plan. An accompa- nying summary memo will provide an overview of existing conditions. Alta will provide maps and the memo in draft format to the City, and will respond to one round of consolidated, written comments. TASK 3.5 OPPORTUNITIES AND CONSTRAINTS (Consultant) Alta will build upon information gathered in tasks 3.2, 3.3, and 3.4 to form an opportunities and constraints analysis for the project area. This process will identify significant challenges to the project’s three corridors and four access points, as well as key opportuni- ties to enhance the project by leveraging adjacent land uses. This analysis will include connections to transit, physical barriers, gaps in pedestrian facilities and ADA routes, opportunities for roadway recon- figuration, and locations for enhancements beyond transportation, such as landscape, gateway features, benches, bike racks, signage, and others. Fehr & Peers will evaluate intersection operations, intersection configurations, signal phasing, multi- modal traffic counts, and multi-modal interac- tions. This could include a discussion of locations with excellent/failing levels of service, observed Alta’s previous efforts in Vernon have included agency and stakeholder walking tours to help the project team understand site conditions and build upon institutional knowledge.949 7 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design interactions between freight vehicles and people bicycling, and identifying tradeoffs associated with potential corridor concepts. Left-turn movements for larger transport vehicles accessing adjacent proper- ties will be observed. Fehr & Peers can also conduct an AutoTurn analysis to assist with the identification of potential turning movement conflicts that will inform the concept development. Maps produced for this task will be formatted for display at ACG meetings and outreach events, and for inclusion in the final plan. An accompanying summary memo will provide detailed descriptions of mapped items. Alta will provide maps and the memo in draft format to the City, and will respond to one round of consolidated, written comments. TASK 3.6 DEVELOP EVALUATION CRITERIA (Consultant) The Alta Team will develop evaluation criteria in response to information gathered throughout Tasks 2 and 3. The criteria will be formulated collaboratively with City staff, the ACG, and other partners identi- fied through the outreach process, and feedback received from outreach will help determine commu- nity priorities. Traffic-oriented evaluation criteria will focus on peak hour LOS, peak and/or daily multi- modal activity levels, and potential for mode shift and associated benefits. Because Vernon’s built environment is primarily industrial/commercial and many development projects are likely to focus on vehicular-oriented land uses and improvements, we also propose to offer a checklist of considerations that relate to the quality of the multimodal envi- ronment for City staff to review when evaluating proposed improvements/mitigations to the City’s roadway system. Among these criteria will be direct traffic impacts, which will be based upon measured and historical traffic and modeled with industry best practices. The draft evaluation criteria will be presented to the City and at one of the ACG meetings for discussion, feed- back, and prioritization, and revised to form the final criteria. The final criteria will be applied in Task 4.2 to concepts developed in Task 4.1. Task 3 Deliverables: Ū Task 3.1 »Memo summarizing document review »One round of edits based on written comments from the City Ū Task 3.2 »Facilitation of field visit with ACG members »Agenda, basemap, and project info sheet »Written summary of field visit with accompa- nying map and photos Ū Task 3.3 »Traffic, bicycle, and pedestrian counts at 11 locations »Traffic count maps and summary, as well as raw count data Ū Task 3.4 »Existing conditions maps and memo »One round of edits based on written comments from the City Ū Task 3.5 »Opportunities/constraints maps and memo »One round of edits based on written comments from the City Ū Task 3.6 »Draft evaluation criteria with accompanying presentation to ACG »Final evaluation criteria Task 4. Alternatives TASK 4.1 DEVELOP CORRIDOR & GATEWAY CONCEPTS (Consultant) Alta will build upon analysis conducted in Task 3, and feedback received in Task 2, to create two concept designs for each corridor. Designs will include proposed street cross sections, intersection treat- ments, photo simulations, and representative photos of recommended features. Three concept designs Alta designed the Stocker Trailhead at Park to Playa with the goal of providing a recognizable, iconic gateway to this regional trail, complete with native plantings, community amenities, parking, and storm- water catchment areas.950 8 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design will be presented for each gateway, showing a varied approach to landscape, amenities, , and city identity. Coordination with the LA River design team will be key in developing access point designs, as the location of ramps, gates, and transitions will directly influence access point design. This design process will be guided through an outreach process that will include the ACG, businesses, residents, City and Caltrans staff, and other stakeholders identi- fied as the project progresses. Alta will present the concept designs at one of the four ACG meetings, and provide a design memo to the City for distribu- tion to stakeholders, Caltrans, and the ACG. TASK 4.2 EVALUATION OF CONCEPTS (Consultant) The corridor and gateway concepts from Task 4.1 will be analyzed based on the evaluation criteria devel- oped in Task 3.6. Concepts will be ranked side-by- side to evaluate how well each concept responds to community needs and goals, project objectives, traffic impacts, and constructability. The traffic operations analysis will utilize the projected traffic forecasts to determine the resulting traffic operations at the 11 study intersections. An assessment will be made of projected oper- ating conditions under two scenarios: the existing scenario will evaluate the counts obtained for this effort to establish baseline LOS and operating condi- tions; the future plus project scenario will evaluate the project’s performance in a future year scenario and compare to the no project scenario to under- stand how the evaluation criteria established in prior tasks applies to the proposed projects. The Alta team will work with City staff to establish the growth parameters for establishing the future traffic scenario and PM peak hour traffic operations will be reported under each scenario. It is anticipated that in the design alternatives, inter- sections will be reconfigured to accommodate the bikeway facility. The operations analysis will help evaluate determine the overall changes in perfor- mance resulting from the proposed bikeway design alternatives in a way that considers vehicular opera- tions and potential changes to circulation patterns and mode shift. Additional improvements including the relocation of infrastructural facilities will be iden- tified if found necessary to achieve the City’s opera- tional goals. New improvements such as protected turn signal phases, dedicated bike signal phase, and leading pedestrian intervals can be evaluated as part of the traffic operations analysis. A preferred concept will be selected and developed further in Task 4.3, and a memo describing the eval- uation process will be produced for the final plan. TASK 4.3 DEVELOP PREFERRED CORRIDOR AND GATEWAY CONCEPTS (Consultant) The outcomes of Task 4.2 will determine a set of preferred concepts for the project corridors and gateways. A preferred concept will be refined for each corridor and gateway, with updated graphics, maps, sections, and photo simulations produced to share with the ACG, stakeholders, and commu- nity. Alta will provide these graphics in formats appropriate for sharing via email, on social media, PowerPoint presentations, and presentation boards. Graphics will be provided to the City in draft format for one round of revisions before public distribution. TASK 4.4 IMPLEMENTATION STRATEGY (Consultant) Alta will provide an implementation strategy memo, to include project phasing and funding opportuni- ties. This strategy will closely align with the design and implementation of the LA River Path through Vernon, and will leverage Alta’s involvement in that project to create a coordinated effort that enhances both projects. Cost estimates will be provided for the preferred concept designs, including design, construction, potential environmental review, ROW acquisition or easements, and contingencies. Funding opportunities will be listed and linked to specific phases of project development. The memo will be provided to the City in draft form, for one round of revisions, then included in the final plan. Task 4 Deliverables: Ū Task 4.1 »Two concepts for each corridor »Three concepts for each gateway »Supporting maps and graphics for all concepts »Formatting of materials for presentation and distribution Ū Task 4.2 »Evaluation matrix and results »Memo of evaluation process and findings Ū Task 4.3 »Refinement of one preferred concept for each corridor and gateway 951 9 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design »Graphic materials formatted for public presen- tation and distribution »One round of edits based on written comments from the City Ū Task 4.4 »Implementation strategy memo »One round of edits based on written comments from the City Task 5. Active Transportation Access Plan TASK 5.1 ADMINISTRATIVE DRAFT PLAN (Consultant) Alta will compile the memos and supporting maps and graphics produced to-date into an Administrative Draft Plan. This document will present a draft graph- ical template for the final plan, and will provide the ACG and other stakeholders an opportunity to give feedback on the content, presentation, and order of information to be included in the final plan. At the City’s discretion, Alta will present this draft at one of the ACG meetings, and will provide the draft in PDF format for the City to distribute to councils, commis- sions, Caltrans, and other interested parties. Alta will meet with the City to discuss comments received on this draft, and determine the format of the Draft Plan to be produced in Task 5.2. TASK 5.2 DRAFT PLAN (Consultant) Based on comments received and expanding upon the Administrative Draft Plan, the Draft Plan will include existing plan reviews, inventory and analysis, concept alternatives, preferred concepts, and imple- mentation strategies. The plan will be presented for final comment and feedback from the City of Vernon, Caltrans, relevant councils and commissions, and to the community both online and at the final outreach event. Alta will provide the Draft Plan to City staff for one round of revisions before submitting a revised draft plan for public review. TASK 5.3 FINAL PLAN (Consultant) Alta will incorporate comments received on the Draft Plan to produce a Final Plan. This document will be provided to the City in PDF format, at resolutions suitable for both online posting and printing. Alta will respond to one additional round of comments, consolidated by City staff, including any comments received during the public review period prior to final adoption in Task 5.4. TASK 5.4 PLAN ADOPTION (City) Alta will, at the City’s request, attend a City Council meeting to present the Final Plan or support a City staff presentation. Any critical issues that may arise from this meeting will be addressed through a revi- sion to the plan, an amendment to the plan, or by answering questions from the Council. Task 5 Deliverables: Ū Task 5.1 »Administrative Draft Plan in PDF format »One round of revisions based upon consoli- dated comments received from the City, Caltrans, other agencies, commissions, coun- cils, and the community. Ū Task 5.2 »Draft Plan in PDF format for online distribution »PowerPoint presentation summarizing key elements of the plan »One round of revisions based upon consoli- dated comments received from the City, Caltrans, other agencies, commissions, coun- cils, and the community. Ū Task 5.3 »Final Plan in PDF format, in online and press- ready formats »One additional round of revisions to the Final Plan in response to City Council comments during Task 5.4 »Up to five (5) printed and bound copies of the adopted Final Plan Ū Task 5.4 »PowerPoint presentation summarizing key plan elements »Attendance at one City Council meeting (Optional) Task 6. Fiscal Management Tasks 6.1 and 6.2 are solely the responsibility of the City. Task 6 Deliverables: Ū Task 6.1 »Invoicing (no consultant involvement) Ū Task 6.2 »Quarterly reports (no consultant involvement) 952 10 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Pr o j e c t S c h e d u l e Ta s k 1 : P r o j e c t I n i t i a t i o n a n d C o o r d i n a t i o n 1. 1 P r o j e c t K i c k - O f f M e e t i n g w / C a l t r a n s 1. 2 R F P f o r C o n s u l t a n t S e r v i c e s 1. 3 P r o j e c t C o o r d i n a t i o n X X X X X X X X X X X X X X X X X 1. 4 P r o j e c t K i c k - O f f M e e t i n g w / P r o j e c t T e a m X Ta s k 2 : O u t r e a c h a n d E n g a g e m e n t 2. 1 : C o m m u n i t y - B a s e d A c t i o n P l a n 2. 2 : A d v i s o r y C o m m i t t e e M e e t i n g s X X X X 2. 3 : P u b l i c i t y 2. 4 : " P o p U p " E v e n t s 2. 5 : C o m m u n i t y S u r v e y 2. 6 : C o m m u n i t y F e e d b a c k S u m m a r y Ta s k 3 : I n v e n t o r y a n d A n a l y s i s 3. 1 R e v i e w R e l e v a n t P l a n s a n d S t u d i e s 3. 2 F i e l d V i s i t X X 3. 3 T r a f f i c a n d B i k e / P e d e s t r i a n C o u n t s 3. 4 E x i s t i n g C o n d i t i o n s 3. 5 O p p o r t u n i t i e s a n d C o n s t r a i n t s 3. 6 D e v e l o p E v a l u a t i o n C r i t e r i a Ta s k 4 : A l t e r n a t i v e s 4. 1 D e v e l o p C o r r i d o r a n d G a t e w a y C o n c e p t s 4. 2 E v a l u a t i o n o f C o n c e p t s 4. 3 D e v e l o p P r e f e r r e d C o r r i d o r a n d G a t e w a y C o n c e p t s 4. 4 I m p l e m e n t a t i o n S t r a t e g y Ta s k 5 : A c t i v e T r a n s p o r t a t i o n A c c e s s P l a n 5. 1 A d m i n i s t r a t i v e D r a f t P l a n 5. 2 D r a f t P l a n 5. 3 F i n a l P l a n 5. 4 P l a n A d o p t i o n X Ta s k 6 : F i s c a l M a n a g e m e n t 6. 1 I n v o i c i n g C a l t r a n s 6. 2 Q u a r t e r l y R e p o r t s t o C a l t r a n s Ta s k 20 1 8 AU G SE P OC T NO V DE C 20 2 0 NO V 20 1 9 AU G SE P OC T DE C JA N FE B MA R AP R MA Y JU N JU L JA N Th e s c h e d u l e b e l o w h a s b e e n c a r e f u l l y o r g a n i z e d t o s e q u e n c e k e y t a s k s , m e e t i n g s , a n d d e l i v e r a b l e s , p r o v i d i n g a n e f f i c i e n t p r o c e s s a n d th o r o u g h r e v i e w o f a l l p r o d u c t s a s t h e y a r e d e v e l o p e d . Ta s k 1 : P r o j e c t I n i t i a t i o n a n d C o o r d i n a t i o n 1.1 P r o j e c t K i c k - O f f M e e t i n g w / C a l t r a n s 1.2 R F P f o r C o n s u l t a n t S e r v i c e s 1.3 P r o j e c t C o o r d i n a t i o n X X X X X X X X X X X X X X X X X 1.4 P r o j e c t K i c k - O f f M e e t i n g w / P r o j e c t T e a m X Ta s k 2 : O u t r e a c h a n d E n g a g e m e n t 2.1 : C o m m u n i t y - B a s e d A c t i o n P l a n 2.2 : A d v i s o r y C o m m i t t e e M e e t i n g s X X X X 2.3 : P u b l i c i t y 2.4 : " P o p U p " E v e n t s 2.5 : C o m m u n i t y S u r v e y 2.6 : C o m m u n i t y F e e d b a c k S u m m a r y Ta s k 3 : I n v e n t o r y a n d A n a l y s i s 3.1 R e v i e w R e l e v a n t P l a n s a n d S t u d i e s 3.2 F i e l d V i s i t X X 3.3 T r a f f i c a n d B i k e / P e d e s t r i a n C o u n t s 3.4 E x i s t i n g C o n d i t i o n s 3.5 O p p o r t u n i t i e s a n d C o n s t r a i n t s 3. 6 D e v e l o p E v a l u a t i o n C r i t e r i a Ta s k 4 : A l t e r n a t i v e s 4.1 D e v e l o p C o r r i d o r a n d G a t e w a y C o n c e p t s 4.2 E v a l u a t i o n o f C o n c e p t s 4.3 D e v e l o p P r e f e r r e d C o r r i d o r a n d G a t e w a y C o n c e p t s 4.4 I m p l e m e n t a t i o n S t r a t e g y Ta s k 5 : A c t i v e T r a n s p o r t a t i o n A c c e s s P l a n 5.1 A d m i n i s t r a t i v e D r a f t P l a n 5.2 D r a f t P l a n 5.3 F i n a l P l a n 5.4 P l a n A d o p t i o n X Ta s k 6 : F i s c a l M a n a g e m e n t 6.1 I n v o i c i n g C a l t r a n s 6.2 Q u a r t e r l y R e p o r t s t o C a l t r a n s LE G E N D Ta s k P r o g r e s s X Me e t i n g / W o r k s h o p De l i v e r a b l e Cli e n t R e v i e w 20 2 0 NO V 20 1 9 AU G SE P OC T DE C JA N FE B MA R AP R MA Y JU N JU L JA N Ta s k 20 1 8 AU G SE P OC T NO V DE C 953 11 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Project Budget Project Budget Vernon Los Angeles River Path Active Transportation Access Plan Principal-in- Charge Project Manager Outreach Lead Senior Planner Planner Designer Admin Principal-in- Charge Project Manager Project Planner Admin Emily Duchon James Powell Jenny An Rodrigo Garcia-Resendiz Kevin Johnson Matthew Wild Vesna Petrin Matt Benjamin Miguel Nunez Melody Wu Lizzie Paschal 2018 Hourly Rate*$184 $120 $202 $102 $95 $100 $87 $238 $166 $100 $73 Task 1: Project Initiation and Coordination 12 42 0 0 0 0 10 0 4 6 0 74 $9,389 1.1 Project Kick-Off Meeting w/ Caltrans n/a n/a 1.2 RFP for Consultant Services n/a n/a 1.3 Project Coordination 6 36 9 51 $6,212 1.4 Project Kick-Off Meeting w/ Project Team 6 6 1 4 6 23 $3,177 Task 2: Outreach and Engagement 18 56 124 46 84 40 22 2 36 60 2 490 $66,278 2.1: Community-Based Action Plan 2 4 24 8 16 2 56 $8,207 2.2: Advisory Committee Meetings 6 24 24 8 4 12 2 80 $12,083 2.3: Publicity 2 8 20 16 4 40 4 4 98 $12,377 2.4: "Pop Up" Events 4 8 40 16 40 2 2 16 40 168 $22,529 2.5: Community Survey 2 4 12 4 8 8 4 20 62 $7,806 2.6: Community Feedback Summary 2 8 4 2 8 2 26 $3,277 Task 3: Inventory and Analysis 12 52 4 10 76 58 12 16 30 100 12 382 $44,020 3.1 Review Relevant Plans and Studies 2 4 4 16 4 30 $3,131 3.2 Field Visit 4 6 8 2 20 $2,023 3.3 Traffic and Bike/Pedestrian Counts 4 4 8 60 8 84 $9,346 3.4 Existing Conditions 4 8 2 30 20 4 12 22 40 4 146 $18,109 3.5 Opportunities and Constraints 2 20 2 16 24 2 66 $7,063 3. 6 Develop Evaluation Criteria 4 12 2 4 8 6 36 $4,348 Task 4: Alternatives 16 94 4 12 62 136 2 12 32 114 4 488 $55,760 4.1 Develop Corridor and Gateway Concepts 2 30 4 8 60 104 $11,114 4.2 Evaluation of Concepts 4 16 4 4 20 8 12 32 114 4 218 $26,449 4.3 Develop Preferred Corridor and Gateway Concepts 6 16 10 48 80 $8,757 4.4 Implementation Strategy 4 32 4 24 20 2 86 $9,440 Task 5: Active Transportation Access Plan 12 70 6 8 120 78 26 10 0 40 12 382 $41,366 5.1 Administrative Draft Plan 6 24 2 4 48 30 12 4 130 $13,699 5.2 Draft Plan 4 24 2 4 40 24 6 4 108 $11,446 5.3 Final Plan 2 16 2 24 16 8 10 40 4 122 $13,942 5.4 Plan Adoption 6 8 8 22 $2,279 Task 6: Fiscal Management 0 0 0 0 0 0 0 0 0 0 0 0 $0 6.1 Invoicing Caltrans 0 $0 6.2 Quarterly Reports to Caltrans 0 $0 Staff Hours 70 314 138 76 342 312 72 40 102 320 30 1816 $216,812 Escalation $4,336 Reimbursable Expenses & Travel $8,322 Project Total $12,874.60 $37,695.34 $27,843.80 $7,760.05 $32,603.52 $31,063.21 $6,290.52 $9,513.86 $16,982.80 $32,004.57 $2,180.03 $229,471 GENERAL NOTES: * Hours and staff assignments can be adjusted by the consultant as needed to implement the tasks described during the course of the project. * Hourly rates are for calendar year 2018, and will be adjusted if work is continued into subsequent year(s). TASK Total Task Fee Alta Planning + Design Fehr & Peers Task Hours Project BudgetVernon Los Angeles River Path Active Transportation Access PlanPrincipal-in-Charge Project Manager Outreach Lead Senior Planner Planner Designer Admin Principal-in-Charge Project Manager Project Planner AdminEmily Duchon James Powell Jenny An Rodrigo Garcia-Resendiz Kevin Johnson Matthew Wild Vesna Petrin Matt Benjamin Miguel Nunez Melody Wu Lizzie Paschal2018 Hourly Rate*$184 $120 $202 $102 $95 $100 $87 $238 $166 $100 $73Task 1: Project Initiation and Coordination 12 42 0 0 0 0 10 0 4 6 0 74 $9,3891.1 Project Kick-Off Meeting w/ Caltrans n/a n/a1.2 RFP for Consultant Services n/a n/a1.3 Project Coordination 6 36 9 51 $6,212 1.4 Project Kick-Off Meeting w/ Project Team 6 6 1 4 6 23 $3,177 Task 2: Outreach and Engagement 18 56 124 46 84 40 22 2 36 60 2 490 $66,278 2.1: Community-Based Action Plan 2 4 24 8 16 2 56 $8,207 2.2: Advisory Committee Meetings 6 24 24 8 4 12 2 80 $12,083 2.3: Publicity 2 8 20 16 4 40 4 4 98 $12,377 2.4: "Pop Up" Events 4 8 40 16 40 2 2 16 40 168 $22,529 2.5: Community Survey 2 4 12 4 8 8 4 20 62 $7,806 2.6: Community Feedback Summary 2 8 4 2 8 2 26 $3,277 Task 3: Inventory and Analysis 12 52 4 10 76 58 12 16 30 100 12 382 $44,020 3.1 Review Relevant Plans and Studies 2 4 4 16 4 30 $3,131 3.2 Field Visit 4 6 8 2 20 $2,023 3.3 Traffic and Bike/Pedestrian Counts 4 4 8 60 8 84 $9,346 3.4 Existing Conditions 4 8 2 30 20 4 12 22 40 4 146 $18,109 3.5 Opportunities and Constraints 2 20 2 16 24 2 66 $7,063 3. 6 Develop Evaluation Criteria 4 12 2 4 8 6 36 $4,348 Task 4: Alternatives 16 94 4 12 62 136 2 12 32 114 4 488 $55,760 4.1 Develop Corridor and Gateway Concepts 2 30 4 8 60 104 $11,114 4.2 Evaluation of Concepts 4 16 4 4 20 8 12 32 114 4 218 $26,449 4.3 Develop Preferred Corridor and Gateway Concepts 6 16 10 48 80 $8,757 4.4 Implementation Strategy 4 32 4 24 20 2 86 $9,440 Task 5: Active Transportation Access Plan 12 70 6 8 120 78 26 10 0 40 12 382 $41,366 5.1 Administrative Draft Plan 6 24 2 4 48 30 12 4 130 $13,699 5.2 Draft Plan 4 24 2 4 40 24 6 4 108 $11,446 5.3 Final Plan 2 16 2 24 16 8 10 40 4 122 $13,942 5.4 Plan Adoption 6 8 8 22 $2,279 Task 6: Fiscal Management 0 0 0 0 0 0 0 0 0 0 0 0 $0 6.1 Invoicing Caltrans 0 $0 6.2 Quarterly Reports to Caltrans 0 $0 Staff Hours 70 314 138 76 342 312 72 40 102 320 30 1816 $216,812 Escalation $4,336 Reimbursable Expenses & Travel $8,322 Project Total $12,874.60 $37,695.34 $27,843.80 $7,760.05 $32,603.52 $31,063.21 $6,290.52 $9,513.86 $16,982.80 $32,004.57 $2,180.03 $229,471 GENERAL NOTES: * Hours and staff assignments can be adjusted by the consultant as needed to implement the tasks described during the course of the project. * Hourly rates are for calendar year 2018, and will be adjusted if work is continued into subsequent year(s). TASK Total Task FeeAlta Planning + Design Fehr & Peers Task Hours Alta has prepared a proposed fee breakdown by task below. We are flexible in developing an allocation of work effort and budget that best meets the needs of the City. Project Manager James Powell, ASLA, has managed a variety of complex projects, including Complete Streets plans, trail master plans at local and countywide scales, concept design, feasibility studies, construc- tion support, and engineering PS&E. James served as Assistant Project Manager on the City of Vernon LA River Path Feasibility Study, where he provided the following services: developed maps and exhibits for existing conditions; analyzed opportunities and constraints; formulated evaluation criteria and evaluated alignment C. CONSULTANT PROJECT MANAGER alternatives; produced design concepts; helped facilitate project team and stakeholder meetings; and coordinated with City, LA County Flood Control, Metro, and Army Corps staff. In his capacity as Project Manager, James will commu- nicate information, direct completion of required tasks and deliverables, report and control project cost and schedule performance, and coordinate day-to-day with the City and project stakeholders. 954 12 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Team Member Core Responsibilities Kevin Johnson, LCI Planner Assist in the review of relevant plans and studies and attend site visits. Matthew Wild Designer Provide design support for existing conditions/opportunities and constraints analysis. Matt Benjamin, AICP Principal Transportation Planner Provide project guidance and quality assurance for Fehr & Peers tasks. Miguel Núñez Associate Transportation Planner Direct completion of Fehr & Peers tasks and attend stakeholder meetings. Melody Wu Transportation Planner Assist in the preparation of traffic studies. D. PERSONNEL Please refer to the chart below for key staff roles and to the full staff resumes included below and on the following pages for staff experience and qualifications. Please refer to the project budget included on page 11 to view the amount of project hours assigned to each team member. Alta will lead the consultant team in the prepara- tion of the Vernon Los Angeles River Path Active Transportation Access Plan. Fehr & Peers will serve as a subconsultant to Alta on this project to assist Alta in conducting vehicular, bicycle, and pedestrian counts; support stakeholder meetings; and evaluate the impacts of proposed bicycle facilities on traffic patterns. Team Member Core Responsibilities Emily Duchon, ASLA Principal-in-Charge Provide project guidance and quality assurance. James Powell, ASLA Project Manager Lead project team, meet day-to-day project needs. Jenny An, LEED AP, CPF Senior Design Associate Lead outreach strategy and provide Spanish translation. Rodrigo Garcia-Resendiz, LCI Senior Planner Assist with outreach strategy, attend pop-up events, and provide Spanish translation. Emily Duchon, ASLA, LEED AP PRINCIPAL-IN-CHARGE Emily leads projects that help communities design and implement innovative active transportation solutions, taking projects from master plans through concept design and construction drawings and administration. Her project expe- rience includes bicycle, pedestrian and trail master plans as well as Complete Street, multi-use trails and wayfinding design. Emily’s creativity, energy, and experience in ecological design give her the tools to create vibrant public spaces and transportation networks in communities. Emily’s ability to conduct successful community outreach efforts is a valuable asset for building project support and community investment in her projects. Emily is skilled in leading consulting teams through construction document development. RELEVANT EXPERIENCE EDUCATION Masters of Landscape Architecture, University of Michigan, School of Natural Resources, 2007 Bachelors in Environmental Policy, University of Michigan, School of Natural Resources, 2001 »Vernon LA River Bikeway Feasibility Study »LA River Bike Path Gap Closure Project »Santa Monica 17th St. Pedestrian and Bicycle Improvement Project »Park to Playa Trail, Baldwin Hills, Los Angeles »LADOT Vision Zero Design and Community Outreach Support Key Staff Resumes 955 13 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design James Powell, ASLA PROJECT MANAGER James has managed a variety of complex projects, including Complete Streets plans, trail master plans at local and countywide scales, concept design, feasi- bility studies, construction support, and engineering PS&E. His recent projects have included design of Complete Streets, on-street bicycle and pedestrian facilities, drafting of construction documents, and planting and landscape plans. He has extensive experience with design software including AutoCAD, ArcGIS, Adobe Creative Suite, and a range of 3-D design and visualization techniques. EDUCATION Master of Landscape Architecture, California State Polytechnic University, Pomona, 2013 Bachelor of Arts, Humanities, New College of Florida, 2001 RELEVANT EXPERIENCE »Vernon LA River Bikeway Feasibility Study »LA Metro Rail to River Active Transportation Corridor Study »Bellflower-Paramount Joint Bicycle Master Plan »Park to Playa Trail, Baldwin Hills, Los Angeles »LA Metro Active Transportation Strategic Plan »Monterey Park South Garfield Transit Village Specific Plan »San Gabriel Valley Active Transportation Initiative Jenny An, LEED AP, CPF OUTREACH LEAD Jenny leads mobility planning and placemaking projects that help communities create visions and implement innovative design solutions to create transforma- tive places. Her project experience includes community planning, bicycle and pedestrian master plans, community facilitationas well as Complete Streets and public space design. Jenny’s creativity, energy, and experience in both commu- nity planning, urban design, and street design give her the tools to create vibrant public spaces and transportation networks in diverse communities. Jenny’s ability to conduct successful community outreach efforts is a valuable asset for building project support and community investment in her projects. Jenny is passionate about creating consensus and leading stakeholders through a multi- disciplinary design process. RELEVANT EXPERIENCE EDUCATION MArch, Andrews University, School of Architecture, 2005 BS, Architecture and Architectural History, Andrews University, School of Architecture, 2004 »City of LA Great Streets Initiative* »City of LA Vision Zero Traffic Impact Studies* »San Diego Town and Country Hotel Revitalization* »City of San Marcos Armorlite Drive* *Completed prior to joining Alta 956 14 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Rodrigo Garcia-Resendiz, LCI SENIOR PLANNER Rodrigo brings a range of skills including project management, multimodal master planning, Safe Routes to School program coordination, and community outreach. With a Master of Urban and Regional Planning and fluency in Spanish, Rodrigo brings research experience in the intersection of health and urban planning, with a focus on active transportation planning, Vision Zero, and social justice. RELEVANT EXPERIENCE EDUCATION Master of Urban and Regional Planning, University of California, Los Angeles, 2015 BS, Accounting and Entrepreneurial Management, Universidad Iberoamericana, 2010 »Vernon Bicycle Master Plan »LA River Bike Path Gap Closure Project »Bell Bicycle Master Plan »LADOT Vision Zero Design and Community Outreach Support »Kern Region Active Transportation Plan Matt Benjamin, AICP PRINCIPAL TRANSPORTATION PLANNER Matt offers forward-thinking solutions that are ahead of their time but on the cusp of mainstream adoption. Matt leads the bicycle and pedestrian planning practice for Fehr & Peers in Southern California. He has the expertise to lead policy, plan- ning and design projects. He is an experienced public speaker, having presented in both English and Spanish to diverse audiences in a variety of settings. RELEVANT EXPERIENCE EDUCATION Master of Urban Planning, University of California, Los Angeles, 2003 PROFESSIONAL REGISTRATIONS American Institute of Certified Planners (025952) »LA Metro Rail to Rail Active Transportation Corridor »Santa Monica Colorado Esplanade and Cycle Track »OCTA Union Pacific Trail Implementation Plan »LA Metro Active Transportation Strategic Plan »LA Metro Bike/Bus Interface Study »Downey Citywide Bicycle Master Plan Miguel Núñez, AICP ASSOCIATE TRANSPORTATION PLANNER Miguel has over 10 years of experience in transportation planning, with areas of expertise in pedestrian and bicycle planning, Complete Streets, and multi- modal planning. Miguel has led projects with a multimodal emphasis, complex and controversial traffic impact studies, and numerous regional transportation plans, and helps communities expand transport options for their stakeholders. RELEVANT EXPERIENCE EDUCATION Master of Urban Planning, University of California, Los Angeles, 2007 PROFESSIONAL REGISTRATIONS American Institute of Certified Planners (024917) »Randolph Rails to Trails Feasibility Study, Huntington Park »LA Metro Active Transportation Strategic Plan »Huntington Park Complete Streets Plan »Downey Citywide Bicycle Master Plan 957 A Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design E. REFERENCES AND PREVIOUS EXPERIENCE VERNON LA RIVER BIKE PATH FEASIBILITY STUDY VERNON BICYCLE MASTER PLAN LOS ANGELES RIVER PATH GAP CLOSURE PROJECT Alta worked with the City of Vernon, in partnership with the Southern California Association of Governments (SCAG), to deliver a pathway study that explored alignment options and design solutions for a region- ally connected path on the City’s 3-mile portion of the Los Angeles River. This project presents a rare opportunity to create an off-street path and community resource through the heart of Los Angeles County, connecting residential neighborhoods to jobs, schools, transit and other destinations and closing a gap in the LA River path’s continuity. The study developed preferred alignment options that best serve the Vernon community, providing the groundwork for Metro’s upcoming design work on the LA River path. Date: 2016-2018 | Client: Southern California Association of Governments | Reference: Alan Thompson, Senior Regional Planner, (213) 236-1940, thompson@scag.ca.gov With only 100 residents and 50,000 employees, Vernon is a community of businesses; its streets are used by heavy trucks, employees, and clients. Alta worked to provide the City of Vernon with bicycle trans- portation strategies that would connect Vernon’s’ thriving industrial businesses to surrounding residential communities, harness the Los Angeles River Path, and identify strategic connections along surface streets. Additionally, it would create independent travel lanes for heavy trucks and bicycles to separate people working from people traveling to or from work. Finally, it would introduce new options for Vernon trav- elers to leave their cars at home and get daily exercise. Date: 2015-2017 | Client: City of Vernon Reference: Felix Velasco, Assistant Engineer,Public Works, Water, & Development Services, (323) 583-8811 x318, fvelasco@ci.vernon.ca.us Alta is co-leading the team selected by the Los Angeles County Metropolitan Transportation Authority (LA Metro) to design the land- mark Los Angeles River Bike Path Gap Closure project. This $365M project—one of the largest active transportation trail projects in the country—will close an eight-mile gap in the path along the Los Angeles River (LA River) in downtown Los Angeles and Vernon. Alta will be leading design development, assisting with the CEQA/NEPA process, developing construction documents, supporting Army Corps and local agency permitting, and providing construction support. Date: 2018-ongoing | Client: LA Metro Reference: Julia Salinas, PE, LEED AP, Transportation Planning Manager, Active Transportation, (213) 922-7413, SalinasJu@metro.net Key Staff: Emily Duchon (Project Manager); James Powell (Design Lead); Rodrigo Garcia-Resendiz (Outreach Lead) Key Staff: Rodrigo Garcia- Resendiz (Project Manager) Key Staff: Emily Duchon (Design Lead); Rodrigo Garcia-Resendiz (Outreach Lead)958 B Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design BELL BICYCLE MASTER PLAN LA METRO RAIL TO RIVER ACTIVE TRANSPORTATION CORRIDOR FEASIBILITY STUDY SANTA MONICA 17TH STREET PEDESTRIAN AND BICYCLE IMPROVEMENT PROJECT Alta was part of the project team that led the integration of a Bicycle Master Plan into the City of Bell’s General Plan update. The City sought a bikeway network that would seamlessly connect people to one another and to surrounding communities, attractions, high schools, parks, transit stops, downtown Bell and the Los Angeles River Bike Path. As the City of Bell is geographically small, with a number of major arte- rials, a special emphasis was placed on the feasibility of constructing protected bikeways on major streets. Regional connections were also explored –particularly the interface between Randolph Street and the Los Angeles River. Date: 2015-2016 | Client: City of Bell / Blodgett Baylosis Environmental Planning (Prime) | Reference: Marc Blodgett, Principal, Blodgett Baylosis Environmental Planning, (626) 336-0033, blodgett.marc@gmail.com Alta led a feasibility study for the Rail to River Active Transportation Corridor Project for LA Metro. The project involved a rare opportunity to create an off-street facility and community resource for pedestrians and bicyclists through the heart of South Los Angeles, connecting resi- dential neighborhoods to schools, transit, and other destinations. Alta led a multi-disciplinary team through project area analysis, alternatives review, targeted stakeholder facilitation, and preliminary streetscape concept design to provide enhanced travel choices for the surrounding community. Date: 2013-2014, | Client: Los Angeles County Metropolitan Transportation Authority | Reference: Alice Tolar, Transportation Planner, (213) 922-2218, tolara@metro.net Alta is assisting the City of Santa Monica to improve walking and biking along 17th Street between Wilshire and Pico Boulevards. This project will enhance first-last mile transit connections by creating safe and comfortable active transportation connections between the Metro Expo Station at 17th and Colorado Blvd. to Santa Monica City College. Alta developed 30% plans which included new pedestrian lighting and ADA crossing improvements, one-way protected bikeways, Big Blue Bus transit station upgrades, and two protected intersections along 17th Street. Date: 2017-ongoing | Client: City of Santa Monica Reference: Carlos Morales, Senior Transportation Planner -Mobility Division, (310) 434-2670, Carlos.Morales@smgov.net Key Staff: James Powell (Design Lead) Key Staff: Rodrigo Garcia- Resendiz (Project Manager) Key Staff: Emily Duchon (Principal-in-Charge)959 C Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design RAIL TO RAIL ACTIVE TRANSPORTATION CORRIDOR ENVIRONMENTAL REVIEW Fehr & Peers was part of a team working on 30% engineering design and environmental clearance for Segment A of the Rail to Rail active transportation corridor project. The project entails the conversion of the Harbor Subdivision rail right-of-way in South Los Angeles into an active transportation corridor providing a safe and comfortable bicycle and pedestrian connection between the existing Metro Blue Line station in the east to the future Metro Crenshaw Line Fairview Heights station in the west. Fehr & Peers was tasked with designing intersection cross- ings and signal modifications, conducting an analysis of any poten- tial project-related traffic impacts, and assisting in the selection and design of possible on-street routing options from the intersection of the rail right-of-way and 11th Avenue to the Fairview Heights light rail station. This on-street segment forms a critical first/last mile connection between the station and the off-street corridor. To further our under- standing of the project area and context, Fehr & Peers conducted a detailed existing conditions analysis including collisions, access and circulation, traffic, and signals and crossings. Date: 2016-2017 | Client: Cityworks Design (Prime) | Reference: Lisa Padilla, Principal, (626) 304-9034, lpadilla@cityworksdesign.com Key Staff: Matt Benjamin (Principal Transportation Planner) RANDOLPH RAILS TO TRAILS FEASIBILITY STUDY Fehr & Peers is led a consultant team to conduct a feasibility study for the City of Huntington Park for a regionally significant bicycle facility along Randolph Street. The project area is a 4.3-mile segment of Randolph Street and provides a direct connection between the Slauson Avenue Metro Blue Line Station and Los Angeles River bicycle trail. These direct connections will greatly expand regional bicycle and bike-to-transit accessibility for individuals living, working, or recreating near the study corridor. The ultimate goal of the feasibility study was to conduct feasi- bility analysis for three alignments that included a combination of on- and off-street bicycle facilities and bicycle facility types, and develop an implementation plan. The corridor includes active freight and there is a planned transit line, resulting in additional considerations, chal- lenges, and opportunities for the Randolph corridor. The implementa- tion plan identifies potential funding sources and ways of leveraging local resources to secure external funding. Date: 2016-2017 | Client: City of Huntington Park | Reference: Manuel Acosta, Housing and Community Development Manager, (323) 584-6210, macosta@hpca.gov Key Staff: Miguel Núñez (Associate Transportation Planner) 960 D Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design HUNTINGTON PARK COMPLETE STREETS PLAN Fehr & Peers led the City of Huntington Park’s Complete Streets Plan. Following an existing conditions analysis, Fehr & Peers conducted a series of outreach meetings to familiarize themselves with project part- ners, local stakeholders, problem areas, opportunity areas, and identify strategies for enhancing community engagement for all stakeholders. A significant component of the community engagement process included a bilingual community charrette process that was intended to create a digestible, implementable, and easily understandable plan for the City. This included recommendations for making local streets complete through conceptual designs, recommendations and development stan- dards for specific improvements, streetscape recommendations, and policies and programs to enhance the capacity of local streets to serve various travel modes. Date: 2014-2016 | Client: City of Huntington Park | Reference: Rodrigo Pelayo, Planning Technician, (323) 584-6210, rpelayo@hpca.gov Key Staff: Miguel Núñez (Associate Transportation Planner) 961 15 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design F. FEES AND COSTS ALTA PLANNING + DESIGN 10-H Local Assistance Procedures Manual Exhibit 10-H1 X Prime Consultant Subconsultant 2nd Tier Subconsultant Note: Mark-ups are Not Allowed Consultant Project No.Contract No. Date 6/18/2018 DIRECT LABOR LABOR COSTS 1324 a) Subtotal Direct Labor Costs $47,249.44 b) Anticipated Salary Increases (see page 2 for calculations)$944.99 c) TOTAL DIRECT LABOR COSTS [(a) + (b)]$48,194.43 INDIRECT COSTS d) Fringe Benefits (Rate: )e) Total Fringe Benefits [(c) x (d)]0 f) Overhead (Rate: 200.40%)g) Overhead [(c) x (f)]$96,581.64 h) General and Administrative (Rate:0.00%) Gen & Admin [(c) x (h)]0 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]$96,581.64 FIXED FEE k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10.00%]$14,477.61 l)CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Unit Cost $1 $1,100 $1 $60 $58 l)TOTAL OTHER DIRECT COSTS $3,329 m) SUBCONSULTANTS’ COSTS (Add additional pages if necessary) $66,888 Subconsultant 2: $0 Subconsultant 3: $0 Subconsultant 4: $0 m) TOTAL SUBCONSULTANTS’ COSTS $66,888 n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]$70,217 TOTAL COST [(c) + (j) + (k) + (n)]$229,471 NOTES: 3. Anticipated salary increases calculation (page 2) must accompany. Planner Kevin Johnson 342 $28.85 $9,866.70 Designer Matt Wild 312 $30.13 $9,400.56 Rodrigo Garcia-Resendiz Principal-in-Charge Emily Duchon Project Manager James Powell Outreach Lead Jenny An EXHIBIT 10-H1 COST PROPOSAL PAGE 1 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Classification/Title Name LA River Path Active Transportation Access Plan Alta Planning + Design, Inc. hours Actual Hourly Rate Total Description of Item Quantity Unit Total Mileage Costs ea $3,896.20 $11,407.62 $8,426.28 $2,348.40 $55.66 $36.33 $61.06 $30.90 70 314 138 76 Project Coordinator Vesna Petrin 72 $26.44 $1,903.68 Senior Planner 1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. ls ea eaea $107 $1,100 $450 $1,440 $232 Equipment Rental and Supplies Small format printing Large format printing Transit 200 1 900 24 Fehr and Peers 4 962 16 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures Manual Exhibit 10-H1 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)43269 Avg Hourly 5 Year Contract Rate Duration $47,249.44 =35.68688822 Year 1 Avg Hourly Rate Avg Hourly Rate Year 1 $35.69 +=$37.47 Year 2 Avg Hourly Rate Year 2 $37.47 +=$39.34 Year 3 Avg Hourly Rate Year 3 $39.34 +=$41.31 Year 4 Avg Hourly Rate Year 4 $41.31 +=$43.38 Year 5 Avg Hourly Rate Total Hours per YearYear 1 60.00%*=794.4 Estimated Hours Year 1 Year 2 40.00%*=529.6 Estimated Hours Year 2 Year 3 0.00%*=0.0 Estimated Hours Year 3 Year 4 0.00%*=0.0 Estimated Hours Year 4 Year 5 0.00%*=0.0 Estimated Hours Year 5 Total 100%=1324.0 Year 1 $35.69 *=28349.664 Estimated Hours Year 1 Year 2 $37.47 *=19844.7648 Estimated Hours Year 2 Year 3 $39.34 *=0 Estimated Hours Year 3 Year 4 $41.31 *=0 Estimated Hours Year 4 Year 5 $43.38 *=0 Estimated Hours Year 5 =$48,194.43 =$47,249.44 =$944.99 Transfer to Page 1 NOTES: 1 This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. 2 An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) 3 This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. 4 Calculations for anticipated salary escalation must be provided. EXHIBIT 10-H1 COST PROPOSAL PAGE 2 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %) Cost per Year Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase 0 0 0 (calculated above) Avg Hourly Rate (calculated above) 794 530 Estimated hours 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Total Hours 1324 Proposed Escalation 5% 5% 5% 5% Direct Labor Subtotal per Cost Proposal per Cost Proposal Total Hours per Cost ProposalCompleted Each YearEstimated % 1324.0 1324.0 1324.0 1324.0 Total 1324.0 963 17 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures Manual EXHIBIT 10-H1Cost Proposal Page 3 of 9 January 2018 EXHIBIT 10-H1COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable,and allocable to the contract in accordance with the contract terms andthe following requirements: 1.Generally Accepted Accounting Principles (GAAP) 2.Terms and conditions of the contract 3.Title 23 United States Code Section 112 - Letting of Contracts 4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration ofEngineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying: Name:Title*: Signature :Date of Certification (mm/dd/yyyy): Email:Phone Number: Address: *An individual executive or financial officer of the consultant’s or subconsultant’sorganization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: GregMaher VicePresident 06/18/2018 gregmaher@altaplanning.com (213)437-3303 617W.7thStreet,Ste.1103,LosAngeles,CA90017 Transportationplanning,bicycleandpedestrianfacilitydesign,publicoutreach 964 18 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design FEHR & PEERS 10-H Local Assistance Procedures Manual Exhibit 10-H1 Cost Proposal Prime Consultant X Subconsultant 2nd Tier Subconsultant Note: Mark-ups are Not Allowed Consultant Project No.Contract No. Date 6/6/2018 DIRECT LABOR LABOR COSTS 492 a) Subtotal Direct Labor Costs $22,078.76 b) Anticipated Salary Increases (see page 2 for calculations)$441.58 c) TOTAL DIRECT LABOR COSTS [(a) + (b)]$22,520.34 INDIRECT COSTS d) Fringe Benefits (Rate 74.40%)e) Total Fringe Benefits [(c) x (d)]16755.12939 f) Overhead (Rate 100.44%)g) Overhead [(c) x (f)]22619.42467 h) General and Administrative (Rate:0.00%) Gen & Admin [(c) x (h)]0 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]$39,374.55 FIXED FEE k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 0.00%]$0.00 l) CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Unit Cost $0.535 $450 $0 $0 $0 l) TOTAL OTHER DIRECT COSTS $4,993 m) SUBCONSULTANTS’ COSTS (Add additional pages if necessary) Subconsultant 1:N/A $0 m) TOTAL SUBCONSULTANTS’ COSTS $0 n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]$4,993 TOTAL COST [(c) + (j) + (k) + (n)]$66,888 NOTES: 3. Anticipated salary increases calculation (page 2) must accompany. Principal in Charge Matt Benjamin Project Manager Miguel Nunez Project Planner Melody Wu EXHIBIT 10-H1 COST PROPOSAL PAGE 1 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Classification/Title Name Fehr & Peers hours Actual Hourly Rate Total LA River Path Active Transportation Description of Item Quantity Unit Total Mileage Costs $3,461.60 $6,179.16 $11,644.80 $793.20 $0.00 $86.54 $60.58 $36.39 $26.44 $0.00 40 102 320 30Admin Support Lizzie Paschal 1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. $43 $4,950 $0 $0 $0 Pedestrian/Bike/Vehicle Counts Permit Fees Plan Sheets Test 80 11 965 19 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures Manual Exhibit 10-H1 Cost Proposal 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)43257 Avg Hourly 5 Year Contract Rate Duration $22,078.76 =44.87552846 Year 1 Avg Hourly Rate Avg Hourly Rate Year 1 $44.88 +=$47.12 Year 2 Avg Hourly Rate Year 2 $47.12 +=$49.48 Year 3 Avg Hourly Rate Year 3 $49.48 +=$51.95 Year 4 Avg Hourly Rate Year 4 $51.95 +=$54.55 Year 5 Avg Hourly Rate Total Hours per YearYear 1 60.00%*=295.2 Estimated Hours Year 1 Year 2 40.00%*=196.8 Estimated Hours Year 2 Year 3 0.00%*=0.0 Estimated Hours Year 3 Year 4 0.00%*=0.0 Estimated Hours Year 4 Year 5 0.00%*=0.0 Estimated Hours Year 5 Total 100%=492.0 Year 1 $44.88 *=13247.256 Estimated Hours Year 1 Year 2 $47.12 *=9273.0792 Estimated Hours Year 2 Year 3 $49.48 *=0 Estimated Hours Year 3 Year 4 $51.95 *=0 Estimated Hours Year 4 Year 5 $54.55 *=0 Estimated Hours Year 5 =$22,520.34 =$22,078.76 =$441.58 Transfer to Page 1 NOTES: 1 This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. 2 An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) 3 This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. 4 Calculations for anticipated salary escalation must be provided. EXHIBIT 10-H1 COST PROPOSAL PAGE 2 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation % Cost per Year Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase 0 0 0 (calculated above) Avg Hourly Rate (calculated above) 295 197 Estimated hours 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Total Hours 492 Proposed Escalation 5% 5% 5% 5% Direct Labor Subtotal per Cost Proposal per Cost Proposal Total Hours per Cost ProposalCompleted Each YearEstimated % 492.0 492.0 492.0 492.0 Total 492.0 966 20 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design 967 I Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 17 of 22 June 2017 AFFIDAVIT OF NON-COLLUSION CONTRACTOR STATE OF CALIFORNIA }SS COUNTY OF LOS ANGELES} _________________________________________________________________, being first duly sworn deposes and says that he/she is __________________________________________________________________ (Insert “Sole Owner”, “Partner”, “President”, “Secretary”, or other proper title) of _____________________________________________________________________ (Insert name of Proposer) who submits herewith to the City of Vernon a proposal; That all statements of fact in such proposal are true; That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such proposal is genuine and not collusive or sham; That said Proposer has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other Proposer or anyone else interested in the proposed contract; and further That prior to the public opening and reading of proposals, said Proposer: a.Did not directly or indirectly, induce or solicit anyone else to submit a false or sham proposal; b.Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said Proposer or anyone else would submit a false or sham proposal, or that anyone should refrain from proposing or withdraw his proposal; c.Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the proposal price of said Proposer or of anyone else, or to raise of fix any overhead profit or cost element of this proposal price, or of that of anyone else; d.Did not, directly or indirectly, submit his/her proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to nay corporation, partnership, company, association, organization, or to any member or agent thereof, or to Greg Maher Vice President Alta Planning + Design G. AFFIDAVIT OF NON-COLLUSION 968 II Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design City of Vernon Professional Services for Preparation of the Vernon Los Angeles River Path Active Transportation Access Plan Request for Proposals Page 18 of 22 June 2017 any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with Proposer in his/her business. I certify under penalty of perjury that the above information is correct By: ___________________________________ Title:_______________________________________ Date: _________________________________ Greg Maher Vice President, Alta Planning + Design 6/7/2018 969 III Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design 970 IV Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design 971 29 EXHIBIT C PAYMENT SCHEDULE 972 15 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design F. FEES AND COSTS ALTA PLANNING + DESIGN 10-H Local Assistance Procedures Manual Exhibit 10-H1 XPrime ConsultantSubconsultant2nd Tier Subconsultant Note: Mark-ups are Not Allowed Consultant Project No.Contract No. Date6/18/2018 DIRECT LABOR LABOR COSTS 1324 a) Subtotal Direct Labor Costs $47,249.44 b) Anticipated Salary Increases (see page 2 for calculations)$944.99 c) TOTAL DIRECT LABOR COSTS [(a) + (b)]$48,194.43 INDIRECT COSTS d) Fringe Benefits (Rate: )e) Total Fringe Benefits [(c) x (d)]0 f) Overhead (Rate: 200.40%)g) Overhead [(c) x (f)]$96,581.64 h) General and Administrative (Rate:0.00%)Gen & Admin [(c) x (h)]0 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]$96,581.64 FIXED FEE k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 10.00%]$14,477.61 l)CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Unit Cost $1 $1,100 $1 $60 $58 l)TOTAL OTHER DIRECT COSTS $3,329 m) SUBCONSULTANTS’ COSTS (Add additional pages if necessary) $66,888 Subconsultant2: $0 Subconsultant3: $0 Subconsultant4: $0 m) TOTAL SUBCONSULTANTS’ COSTS $66,888 n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]$70,217 TOTAL COST [(c) + (j) + (k) + (n)]$229,471 NOTES: 3. Anticipated salary increases calculation (page 2) must accompany. PlannerKevin Johnson342$28.85$9,866.70 DesignerMatt Wild312$30.13$9,400.56 Rodrigo Garcia-Resendiz Principal-in-ChargeEmily Duchon Project ManagerJames Powell Outreach LeadJenny An EXHIBIT 10-H1 COST PROPOSAL PAGE 1 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Classification/TitleName LA River Path Active Transportation Access Plan Alta Planning + Design, Inc. hoursActual Hourly Rate Total Description of ItemQuantityUnitTotal Mileage Costs ea $3,896.20 $11,407.62 $8,426.28 $2,348.40 $55.66 $36.33 $61.06 $30.90 70 314 138 76 Project CoordinatorVesna Petrin72$26.44$1,903.68 Senior Planner 1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. ls ea ea ea $107 $1,100 $450 $1,440 $232 Equipment Rental and Supplies Small format printing Large format printing Transit 200 1 900 24 Fehr and Peers 4 973 16 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures Manual Exhibit 10-H1 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)43269 Avg Hourly 5 Year Contract RateDuration $47,249.44 =35.68688822Year 1 Avg Hourly Rate Avg Hourly Rate Year 1$35.69+=$37.47Year 2 Avg Hourly Rate Year 2$37.47+=$39.34Year 3 Avg Hourly Rate Year 3$39.34+=$41.31Year 4 Avg Hourly Rate Year 4$41.31+=$43.38Year 5 Avg Hourly Rate Total Hours per Year Year 160.00%*=794.4Estimated Hours Year 1 Year 240.00%*=529.6Estimated Hours Year 2 Year 30.00%*=0.0Estimated Hours Year 3 Year 40.00%*=0.0Estimated Hours Year 4 Year 50.00%*=0.0Estimated Hours Year 5 Total100%=1324.0 Year 1$35.69 *=28349.664Estimated Hours Year 1 Year 2$37.47 *=19844.7648Estimated Hours Year 2 Year 3$39.34 *=0Estimated Hours Year 3 Year 4$41.31 *=0Estimated Hours Year 4 Year 5$43.38 *=0Estimated Hours Year 5 =$48,194.43 =$47,249.44 =$944.99 Transfer to Page 1 NOTES:  This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. Calculations for anticipated salary escalation must be provided. EXHIBIT 10-H1 COST PROPOSAL PAGE 2 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation %) Cost per Year Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase 0 0 0 (calculated above) Avg Hourly Rate (calculated above) 794 530 Estimated hours 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Total Hours 1324 Proposed Escalation 5% 5% 5% 5% Direct Labor Subtotal per Cost Proposal per Cost Proposal Total Hours per Cost ProposalCompleted Each YearEstimated % 1324.0 1324.0 1324.0 1324.0 Total 1324.0 974 17 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures ManualEXHIBIT 10-H1 Cost Proposal EXHIBIT 10-H1COST PROPOSAL Page 3 of 3 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal(s) in this contract are actual, reasonable, allowable,and allocable to the contract in accordance with the contract terms andthe following requirements: 1.Generally Accepted Accounting Principles (GAAP) 2.Terms and conditions of the contract 3.Title 23 United States Code Section 112 - Letting of Contracts 4.48 Code of Federal Regulations Part 31 - Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 - Procurement, Management, and Administration of Engineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 - Cost Accounting Standards Board (when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Local governments are responsible for applying only cognizant agency approved or Caltrans accepted Indirect Cost Rate(s). Prime Consultant or Subconsultant Certifying: Name:Title*: Signature :Date of Certification (mm/dd/yyyy): Email:Phone Number: Address: *An individual executive or financial officer of the consultant’s or subconsultant’sorganization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. List services the consultant is providing under the proposed contract: GregMaher VicePresident 06/18/2018 gregmaher@altaplanning.com (213)437-3303 617W.7thStreet,Ste.1103,LosAngeles,CA90017 Transportationplanning,bicycleandpedestrianfacilitydesign,publicoutreach mahhhhher@alta 975 18 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design FEHR & PEERS 10-H Local Assistance Procedures Manual Exhibit 10-H1 Cost Proposal Prime ConsultantXSubconsultant2nd Tier Subconsultant Note: Mark-ups are Not Allowed Consultant Project No.Contract No. Date6/6/2018 DIRECT LABOR LABOR COSTS 492 a) Subtotal Direct Labor Costs$22,078.76 b) Anticipated Salary Increases (see page 2 for calculations)$441.58 c) TOTAL DIRECT LABOR COSTS [(a) + (b)]$22,520.34 INDIRECT COSTS d) Fringe Benefits (Rate 74.40%)e) Total Fringe Benefits [(c) x (d)]16755.12939 f) Overhead (Rate 100.44%)g) Overhead [(c) x (f)]22619.42467 h) General and Administrative (Rate:0.00%)Gen & Admin [(c) x (h)]0 j) TOTAL INDIRECT COSTS [(e) + (g) + (i)]$39,374.55 FIXED FEE k) TOTAL FIXED FEE [(c) + (j)] x fixed fee 0.00%]$0.00 l) CONSULTANT’S OTHER DIRECT COSTS (ODC) – ITEMIZE (Add additional pages if necessary) Unit Cost $0.535 $450 $0 $0 $0 l) TOTAL OTHER DIRECT COSTS $4,993 m) SUBCONSULTANTS’ COSTS (Add additional pages if necessary) Subconsultant1:N/A $0 m) TOTAL SUBCONSULTANTS’ COSTS $0 n) TOTAL OTHER DIRECT COSTS INCLUDING SUBCONSULTANTS [(l)+(m)]$4,993 TOTAL COST [(c) + (j) + (k) + (n)]$66,888 NOTES: 3. Anticipated salary increases calculation (page 2) must accompany. Principal in ChargeMatt Benjamin Project ManagerMiguel Nunez Project PlannerMelody Wu EXHIBIT 10-H1 COST PROPOSAL PAGE 1 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (DESIGN, ENGINEERING AND ENVIRONMENTAL STUDIES) Classification/TitleName Fehr & Peers hoursActual Hourly RateTotal LA River Path Active Transportation Description of ItemQuantityUnitTotal Mileage Costs $3,461.60 $6,179.16 $11,644.80 $793.20 $0.00 $86.54 $60.58 $36.39 $26.44 $0.00 40 102 320 30Admin SupportLizzie Paschal 1. Key personnel must be marked with an asterisk (*) and employees that are subject to prevailing wage requirements must be marked with two asterisks (**). All costs must comply with the Federal cost principles. Subconsultants will provide their own cost proposals. 2. The cost proposal format shall not be amended. Indirect cost rates shall be updated on an annual basis in accordance with the consultant’s annual accounting period and established by a cognizant agency or accepted by Caltrans. $43 $4,950 $0 $0 $0 Pedestrian/Bike/Vehicle Counts Permit Fees Plan Sheets Test 80 11 976 19 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Local Assistance Procedures Manual Exhibit 10-H1 Cost Proposal 1. Calculate Average Hourly Rate for 1st year of the contract (Direct Labor Subtotal divided by total hours)43257 Avg Hourly 5 Year Contract RateDuration $22,078.76 =44.87552846Year 1 Avg Hourly Rate Avg Hourly Rate Year 1$44.88+=$47.12Year 2 Avg Hourly Rate Year 2$47.12+=$49.48Year 3 Avg Hourly Rate Year 3$49.48+=$51.95Year 4 Avg Hourly Rate Year 4$51.95+=$54.55Year 5 Avg Hourly Rate Total Hours per Year Year 160.00%*=295.2Estimated Hours Year 1 Year 240.00%*=196.8Estimated Hours Year 2 Year 30.00%*=0.0Estimated Hours Year 3 Year 40.00%*=0.0Estimated Hours Year 4 Year 50.00%*=0.0Estimated Hours Year 5 Total100%=492.0 Year 1$44.88 *=13247.256Estimated Hours Year 1 Year 2$47.12 *=9273.0792Estimated Hours Year 2 Year 3$49.48 *=0Estimated Hours Year 3 Year 4$51.95 *=0Estimated Hours Year 4 Year 5$54.55 *=0Estimated Hours Year 5 =$22,520.34 =$22,078.76 =$441.58 Transfer to Page 1 NOTES:  This is not the only way to estimate salary increases. Other methods will be accepted if they clearly indicate the % increase, the # of years of the contract, and a breakdown of the labor to be performed each year. An estimation that is based on direct labor multiplied by salary increase % multiplied by the # of years is not acceptable. (i.e. $250,000 x 2% x 5 yrs = $25,000 is not an acceptable methodology) This assumes that one year will be worked at the rate on the cost proposal before salary increases are granted. Calculations for anticipated salary escalation must be provided. EXHIBIT 10-H1 COST PROPOSAL PAGE 2 OF 3 ACTUAL COST-PLUS-FIXED FEE OR LUMP SUM (FIRM FIXED PRICE) CONTRACTS (CALCULATIONS FOR ANTICIPATED SALARY INCREASES) 3. Calculate estimated hours per year (Multiply estimate % each year by total hours) 2. Calculate hourly rate for all years (Increase the Average Hourly Rate for a year by proposed escalation % Cost per Year Total Direct Labor Cost with Escalation Direct Labor Subtotal before Escalation Estimated total of Direct Labor Salary Increase 0 0 0 (calculated above) Avg Hourly Rate (calculated above) 295 197 Estimated hours 4. Calculate Total Costs including Escalation (Multiply Average Hourly Rate by the number of hours) Total Hours 492 Proposed Escalation 5% 5% 5% 5% Direct Labor Subtotal per Cost Proposal per Cost Proposal Total Hours per Cost ProposalCompleted Each Year Estimated % 492.0 492.0 492.0 492.0 Total 492.0 977 20 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design 978 30 EXHIBIT D LIVING WAGE PROVISIONS Minimum Living Wages: A requirement that Employers pay qualifying employees a wage of no less than $10.30 per hour with health benefits, or $11.55 per hour without health benefits. Paid and Unpaid Days Off: Employers provide qualifying employees at least twelve compensated days off per year for sick leave, vacation, or personal necessity, and an additional ten days a year of uncompensated time for sick leave. No Retaliation: A prohibition on employer retaliation against employees complaining to the City with regard to the employer’s compliance with the living wage ordinance. Employees may bring an action in Superior Court against an employer for back pay, treble damages for willful violations, and attorney’s fees, or to compel City officials to terminate the service contract of violating employers. 979 31 EXHIBIT E EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 980 32 EXHIBIT F SCHEDULE 981 10 Vernon Los Angeles River Path Active Transportation Access Plan | Alta Planning + Design Pr o j e c t S c h e d u l e Ta s k 1 : P r o j e c t I n i t i a t i o n a n d C o o r d i n a t i o n 1. 1 P r o j e c t K i c k - O f f M e e t i n g w / C a l t r a n s 1. 2 R F P f o r C o n s u l t a n t S e r v i c e s 1. 3 P r o j e c t C o o r d i n a t i o n X X X X X X X X X X X X X X X X X 1. 4 P r o j e c t K i c k - O f f M e e t i n g w / P r o j e c t T e a m X Ta s k 2 : O u t r e a c h a n d E n g a g e m e n t 2. 1 : C o m m u n i t y - B a s e d A c t i o n P l a n 2. 2 : A d v i s o r y C o m m i t t e e M e e t i n g s X X X X 2. 3 : P u b l i c i t y 2. 4 : " P o p U p " E v e n t s 2. 5 : C o m m u n i t y S u r v e y 2. 6 : C o m m u n i t y F e e d b a c k S u m m a r y Ta s k 3 : I n v e n t o r y a n d A n a l y s i s 3. 1 R e v i e w R e l e v a n t P l a n s a n d S t u d i e s 3. 2 F i e l d V i s i t X X 3. 3 T r a f f i c a n d B i k e / P e d e s t r i a n C o u n t s 3. 4 E x i s t i n g C o n d i t i o n s 3. 5 O p p o r t u n i t i e s a n d C o n s t r a i n t s 3. 6 D e v e l o p E v a l u a t i o n C r i t e r i a Ta s k 4 : A l t e r n a t i v e s 4. 1 D e v e l o p C o r r i d o r a n d G a t e w a y C o n c e p t s 4. 2 E v a l u a t i o n o f C o n c e p t s 4. 3 D e v e l o p P r e f e r r e d C o r r i d o r a n d G a t e w a y C o n c e p t s 4. 4 I m p l e m e n t a t i o n S t r a t e g y Ta s k 5 : A c t i v e T r a n s p o r t a t i o n A c c e s s P l a n 5. 1 A d m i n i s t r a t i v e D r a f t P l a n 5. 2 D r a f t P l a n 5. 3 F i n a l P l a n 5. 4 P l a n A d o p t i o n X Ta s k 6 : F i s c a l M a n a g e m e n t 6. 1 I n v o i c i n g C a l t r a n s 6. 2 Q u a r t e r l y R e p o r t s t o C a l t r a n s Ta s k 20 1 8 AU G SE P OC T NO V DE C 20 2 0 NO V 20 1 9 AU G SE P OC T DE C JA N FE B MA R AP R MA Y JU N JU L JA N Th e s c h e d u l e b e l o w h a s b e e n c a r e f u l l y o r g a n i z e d t o s e q u e n c e k e y t a s k s , m e e t i n g s , a n d d e l i v e r a b l e s , p r o v i d i n g a n e f f i c i e n t p r o c e s s a n d th o r o u g h r e v i e w o f a l l p r o d u c t s a s t h e y a r e d e v e l o p e d . Ta s k 1 : P r o j e c t I n i t i a t i o n a n d C o o r d i n a t i o n 1.1 P r o j e c t K i c k - O f f M e e t i n g w / C a l t r a n s 1.2 R F P f o r C o n s u l t a n t S e r v i c e s 1.3 P r o j e c t C o o r d i n a t i o n X X X X X X X X X X X X X X X X X 1.4 P r o j e c t K i c k - O f f M e e t i n g w / P r o j e c t T e a m X Ta s k 2 : O u t r e a c h a n d E n g a g e m e n t 2.1 : C o m m u n i t y - B a s e d A c t i o n P l a n 2.2 : A d v i s o r y C o m m i t t e e M e e t i n g s X X X X 2.3 : P u b l i c i t y 2.4 : " P o p U p " E v e n t s 2.5 : C o m m u n i t y S u r v e y 2.6 : C o m m u n i t y F e e d b a c k S u m m a r y Ta s k 3 : I n v e n t o r y a n d A n a l y s i s 3.1 R e v i e w R e l e v a n t P l a n s a n d S t u d i e s 3.2 F i e l d V i s i t X X 3.3 T r a f f i c a n d B i k e / P e d e s t r i a n C o u n t s 3.4 E x i s t i n g C o n d i t i o n s 3.5 O p p o r t u n i t i e s a n d C o n s t r a i n t s 3. 6 D e v e l o p E v a l u a t i o n C r i t e r i a Ta s k 4 : A l t e r n a t i v e s 4.1 D e v e l o p C o r r i d o r a n d G a t e w a y C o n c e p t s 4.2 E v a l u a t i o n o f C o n c e p t s 4.3 D e v e l o p P r e f e r r e d C o r r i d o r a n d G a t e w a y C o n c e p t s 4.4 I m p l e m e n t a t i o n S t r a t e g y Ta s k 5 : A c t i v e T r a n s p o r t a t i o n A c c e s s P l a n 5.1 A d m i n i s t r a t i v e D r a f t P l a n 5.2 D r a f t P l a n 5.3 F i n a l P l a n 5.4 P l a n A d o p t i o n X Ta s k 6 : F i s c a l M a n a g e m e n t 6.1 I n v o i c i n g C a l t r a n s 6.2 Q u a r t e r l y R e p o r t s t o C a l t r a n s LE G E N D Ta s k P r o g r e s s X Me e t i n g / W o r k s h o p De l i v e r a b l e Cli e n t R e v i e w 20 2 0 NO V 20 1 9 AU G SE P OC T DE C JA N FE B MA R AP R MA Y JU N JU L JA N Ta s k 20 1 8 AU G SE P OC T NO V DE C 982 33 EXHIBIT G RESTRICTED GRANT AGREEMENT BETWEEN CALTRANS AND THE CITY OF VERNON 983 984 985 986 987 988 989 990 991 992 993 994 995 996 997 998 999 1000 1001 1002 1003 1004 1005 1006 1007 1008 1009 1010 1011 1012 1013 1014 1015 1016 1017 1018 1019 1020 1021 1022 1023 1024 1025