20210316 City Council Agenda Packet
Agenda
City of Vernon
Regular City Council Meeting
Tuesday, March 16, 2021, 09:00 AM
City Hall, Council Chamber
4305 Santa Fe Avenue
Vernon, California
Leticia Lopez, Mayor
Melissa Ybarra, Mayor Pro Tem
William Davis, Council Member
Carol Menke, Council Member
Diana Gonzales, Council Member
SPECIAL REMOTE PROTOCOLS
In accordance with Governor Newsom's Executive Order N -29-20, this will be a teleconference
meeting without a physical location to help stop the spread of COVID -19. This meeting will be
conducted entirely by remote participation via Zoom Webinar.
The public is encouraged to view the meeting at http://www.cityofvernon.org/webinar-cc or by
calling (408) 638-0968, Meeting ID 926-9566-4815#.
You may submit comments to PublicComment@ci.vernon.ca.us with the subject line “March 16,
2021 City Council Meeting Public Comment Item #__.” Comments received prior to 8 a.m.,
Tuesday, March 16, 2021, will be read into the record.
CALL TO ORDER
FLAG SALUTE
ROLL CALL
APPROVAL OF 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 Coun cil deliberation on those specific
matters.
Regular City Council Meeting Agenda
March 16, 2021
Page 2 of 6
PRESENTATIONS
1. Human Resources
Employee Service Pin Awards for February 2021
Recommendation:
No action required by City Council. This is a presentation only.
2. City Administration
Proclamation Declaring March 2021 as Red Cross Month
Recommendation:
Proclaim the month of March 2021 as Red Cross Month in the City of Vernon.
1. Proclamation - American Red Cross Month
3. Finance/Treasury
Fiscal Year 2019-2020 Audited Financial Results
Recommendation:
No action required by City Council. This is a presentation only.
4. City Administration
Update on City Council Goals
Recommendation:
No action required by the City Council. This is a presentation only.
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.
5. City Clerk
Second Reading of Ordinance No. 1275 - Electric Vehicle Charging Stations
Recommendation:
Waive full reading and conduct second reading and adopt Ordinan ce No. 1275
amending Chapter 26 of the Municipal Code to include electric vehicle charging.
1. Ordinance No. 1275
6. Finance/Treasury
City Payroll Warrant Register
Recommendation:
Approve City Payroll Warrant Register No. 777, for the period of February 1 through
February 28, 2021, totaling $2,798,059.82 and consisting of ratification of direct
deposits, checks and taxes totaling $1,926,292.32 and ratification of checks and
electronic fund transfers (EFT) for payroll related disbursements totaling $871,767.50
paid through operating bank account.
1. City Payroll Account Warrant Register No. 777
Regular City Council Meeting Agenda
March 16, 2021
Page 3 of 6
7. Finance/Treasury
Operating Account Warrant Register
Recommendation:
Approve Operating Account Warrant Register No. 63, for the period of February 14
through February 27, 2021, totaling $11,255,072.34 and consisting of ratification of
electronic payments totaling $11,097,583.93 and ratification of the issuance of early
checks totaling $157,488.41.
1. Operating Account Warrant Register No. 63
8. Public Works
City Housing Quarterly Report
Recommendation:
Receive and file the March 2021 City Housing Quarterly Report
1. 20210310 Housing Commission Quarterly Report
9. Fire Department
Fire Department Activity Report
Recommendation:
Receive and file the December 2020 Report.
1. Fire Department Activity Report - December 2020
10. Police Department
Police Department Activity Report
Recommendation:
Receive and file the January 2021 Report.
1. Police Department Activity Report - January 2021
11. Police Department
Operational Agreement between the Los Angeles County District Attorney's Office and
the City of Vernon for the Implementation and Use of the Electronic Charge Evaluation
Request portal (eCER)
Recommendation:
Approve and authorize the City Administrator and Chief of Police to execute an
operational agreement between the Los Angeles County District Attorney's Office and
the City of Vernon for the implementation and use of the Electronic Charge Evaluation
Request portal (eCER), effective as of December 1, 2020 through November 30, 2025.
1. eCER Agreement and Appendix
12. City Administration
Report on Emergency Purchases Secured by the City Administrator
Recommendation:
Receive and file the report.
Regular City Council Meeting Agenda
March 16, 2021
Page 4 of 6
13. City Administration
COVID-19 Resident Grant Assistance Program Update
Recommendation:
Receive and file the report.
1. GAP Announcement and Application (English)
2. GAP Announcement and Application (Spanish)
3. Premature Application Communication dated March 5, 2021
14. Public Works
State Rental Assistance Program
Recommendation:
Approve the recommendation from the Vernon Housing Commission to authorize the
City, as a landlord, to apply for funding directly from the California State Rental
Assistance Program administered by the California Department of Housing and
Community Development (HCD) which is available to tenants in City-owned housing
that are experiencing COVID-19 related financial hardship and who owe rental arrears.
1. State Rental Assistance Program FAQ
15. Police Department
Agreement for Police Services between the City of Vernon and California State
University Los Angeles
Recommendation:
Approve and authorize the City Administrator to enter into an agreement with California
State University Los Angeles (University), in substantially the same form as submitted,
to provide the University with temporary law enforcement services during events
related to administering the COVID-19 vaccine.
1. Agreement for Police Services
16. Public Works
Los Angeles County Possessory Interest Tax for City-owned Housing
Recommendation:
Approve the recommendation from the Vernon Housing Commission to pay tenants'
Possessory Interest Tax directly to the County Assessor on behalf of residents in City-
owned housing units.
1. Assessor's Guide to Possessory Interest Tax
Regular City Council Meeting Agenda
March 16, 2021
Page 5 of 6
NEW BUSINESS
17. Public Works
Contract Award for City Contract No. CS-1303: Citywide Traffic Signal Maintenance
and Repair FY 2021
Recommendation:
A. Find that approval of the proposed action is categorically exempt under the
California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines
Section 15301, Existing Facilities, Class 1, maintenance, because this project only
consists of maintenance and repair of the City’s traffic signals and involves negligible
or no expansion of an existing use;
B. Accept the bid from Bear Electrical Solutions, Inc. as the lowest responsive and
responsible bidder;
C. Approve and authorize the City Administrator to execute a contract, in substantially
the same form as submitted, in an amount not to exceed $116,000.00 per year for a
three-year term (a total of $348,000) for the Citywide Traffic Signal Maintenance and
Repair FY 2021 Project (CS-1303); and
D. Authorize a contingency of $50,000 in the event of an unexpected changed
condition or additional extraordinary maintenance and grant authority to the City
Administrator to issue a change order for an amount up to the contingency amount, if
necessary.
1. CS-1303 - Citywide Traffic Signal Maintenance and Repair FY 2021
18. Finance/Treasury
Fiscal Year 2020-2021 Mid-Year Financial Update
Recommendation:
Adopt Resolution No. 2021-04 approving Mid-Year Budget Appropriations and
amending the Fiscal Year 2020-2021 Budget.
1. Resolution No. 2021-04
ORAL REPORTS
City Administrator Reports on Activities and Other Announcements.
City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff.
ADJOURNMENT
I hereby certify under penalty of perjury under the laws of the State of California, that the foregoing
agenda was posted in accordance with applicable legal requirements. Regular and Adjourned
Regular meeting agendas may be amended up to 72 hours prior to the meeting.
Dated this 11th day of March, 2021.
By: __________________________________
Sandra Dolson, Administrative Secretary
Regular City Council Meeting Agenda
March 16, 2021
Page 6 of 6
Guide to City Council Proceedings
Meetings of the City Council are held the first and third Tuesday of each month at 9:00 a.m. and
are conducted in accordance with Rosenberg's Rules of Order (Vernon Municipal Code Section
2.1-1).
Copies of all agenda items and back-up materials are available for review in the City Clerk
Department, Vernon City Hall, 4305 Santa Fe Avenue, Vernon, California, and are available for
public inspection during regular business hours, Monday through Thursday, 7:00 a.m. to 5:30 p.m.
Agenda reports may be reviewed on the City's website at www.cityofvernon.org or copies may be
purchased for $0.10 per page.
Disability-related services are available to enable persons with a disability to participate in this
meeting, consistent with the Americans with Disabilities Act (ADA). In compliance with ADA, if you
need special assistance, please contact the City Clerk department at C ityClerk@ci.vernon.ca.us
or (323) 583-8811 at least 48 hours prior to the meeting to assure arrangements can be made.
The Public Comment portion of the agenda is for members of the public to present items, which
are not listed on the agenda but are within the subject matter jurisdiction of the City Council. The
City Council cannot take action on any item that is not on the agenda but matters raised under
Public Comment may be referred to staff or scheduled on a future agenda. Comments are limited
to three minutes per speaker unless a different time limit is announced. Speaker slips are available
at the entrance to the Council Chamber.
Public Hearings are legally noticed hearings. For hearings involving zoning matters, the applicant
and appellant will be given 15 minutes to present their position to the City Council. Time may be
set aside for rebuttal. All other testimony shall follow the rules as set for under Public Comment. If
you challenge any City action in court, you may be limited to raising only thos e issues you or
someone else raised during the public hearing, or in written correspondence delivered to the City
Clerk at or prior to the public hearing.
Consent Calendar items may be approved by a single motion. If a Council Member or the public
wishes to discuss an item, it may be removed from the calendar for individual consideration.
Council Members may indicate a negative or abstaining vote on any individual item by so declaring
prior to the vote on the motion to adopt the Consent Calendar. Items exc luded from the Consent
Calendar will be taken up following action on the Consent Calendar. Public speakers shall follow
the guidelines as set forth under Public Comment.
New Business items are matters appearing before the Council for the first time for fo rmal action.
Those wishing to address the Council on New Business items shall follow the guidelines for Public
Comment.
Closed Session allows the Council to discuss specific matters pursuant to the Brown Act,
Government Code Section 54956.9. Based on the advice of the City Attorney, discussion of these
matters in open session would prejudice the position of the City. Following Closed Session, the
City Attorney will provide an oral report on any reportable matters discussed and actions taken. At
the conclusion of Closed Session, the Council may continue any item listed on the Closed Session
agenda to the Open Session agenda for discussion or to take formal action as it deems
appropriate.
City Council Agenda Item Report
Agenda Item No. COV-528-2021
Submitted by: Veronica Avendano
Submitting Department: Human Resources
Meeting Date: March 16, 2021
SUBJECT
Employee Service Pin Awards for February 2021
Recommendation:
No action required by City Council. This is a presentation only.
Background:
The following employees are eligible to receive their service pin based on the number of service years
with the City of Vernon:
FIVE YEARS OF SERVICE
Richard Cimarusti, Electric Operator, Hired February 2016
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
City Council Agenda Item Report
Agenda Item No. COV-547-2021
Submitted by: Lilia Hernandez
Submitting Department: City Administration
Meeting Date: March 16, 2021
SUBJECT
Proclamation Declaring March 2021 as Red Cross Month
Recommendation:
Proclaim the month of March 2021 as Red Cross Month in the City of Vernon.
Background:
As one of the nation's premier humanitarian organizations, the American Red Cross is dedicated to
helping people in need throughout the United States and, in association with other Red Cross networks,
throughout the world. Since 1943, the President of the United States has proclaimed March as
"American Red Cross Month" recognizing the organization as a true reflection of the humanitarian and
volunteer spirt. Founded by Clara Barton in 1881, the organization’s mission is to prevent and alleviate
human suffering in the face of emergencies by mobilizing the power of volunteers and the generosity of
donors. The dedication of its volunteers touches millions of lives each year as they carry out this mission.
During the trying times of the coronavirus pandemic, volunteers form the American Red Cross serving
Greater Long Beach, South Bay, Metro & Southeast Los Angeles have supported local families in need
through meal distributions and by providing shelter, comfort and grief counseling. The American Red
Cross also supplied local hospitals with blood and convalescent plasma as a treatment for COVID-19.
This lifesaving work is vital to strengthening our community’s resilience.
In support of their pursuit to prevent, prepare for, respond to and assist in the recovery from emergencies,
staff recommends that the City Council proclaim the month of March 2021 as "Red Cross Month" in the
City of Vernon.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. Proclamation - American Red Cross Month
;{ r
~~
..~f ~ f
{`
.~
A PROCLAIVIATI01~ Off' Td~"~' 1VIA ~'OR A1VD ~H~' CITY COUNCIL OF
THE CITY OF VERNON DECLA.R'l1VG THE MONTH OF MARCH 2021 AS
`AMERICA.N d~ED CROSS MO.1l~~"l~"
I~HE~AS, March is American Aed Cross Month, a special time to honor the Kindness of our neighbors zvho
aid families in need every day in the City of Tlernon, across the United States and around the Zvorld. Their dedication
touches millions of lives each year as they Cary out the organisation's 740 year mission of~ireventing and alleviating
suffering,• and
IYIHEK~AS, during the trying times of the coronavirus pandemic•, people have stepped up to help others in need,
aa~hether it vas responding to thisyear's record-brewing disasters across the country or rolling up their sleeves to give blood
when our country faced a severe blood shortage; and
I~HEI~EAS, volunteers from the American Ked Cross serving Greater Long Beach, South Bay, Metro ~'
Southeast Los Angeles have supported local families in need through meal distributions and by providing shelter, comfort
and grief counseling. The American A.ed Cross also assisted by supplying local hospitals with blood and convalescent plasma
as a treatment for Covid-79. This lifesaving u~or.~ is vital to strengthening our community's resilience. Nearly 200 years
.rinse the birth of American K.ed Cross founder Clara Barton, ~e dedicate this month of March to all those a~ho continue to
advance her noble legal, and eve ask others to join in their commitment to care for~ieople in need; and
I~HEA..F.~.AS, the City of Vernon wishes to invite all residents and businesses within the City of Tlernon to
participate in American A.ed Cross Month, and encourages individuals, families and businesses to join in the American Ked
Cross's commitment to care for people in need.
NOWT, THEKE~OKE, THE MAYOK. AND THE CITY COUNCIL OF THE CITY OF
VEI~NON, ON~ BEH. ~I~F OF ITS EMPLOYEES, KESIDE.ZVTS AND B USI.NESSES HEKEBY
DECLAKES THE MONTH. OF MAKCH 202 ~ AS AMERICAN- AED CKOSS MONfiH. THIS
Pl~O~Z,AMATION IS BELNG PKESENTED TO TH. E AMERICAN KED CKOSS BY TH. E
H. ONOKABLE MAYOK LET. ICIA LOPEZ FO.K.AND ON BEHALF OF THE CITY COUNCIL OF
THE CITY OF VEI3NO.N TH. IS ~6T11 DAY OF MAK.CH 'TWIO TH. OUS.AND AND T1.YlENTY O~TE.
CITY OF VERNO.N
LETICIA LOPEZ, Mayor
City Council Agenda Item Report
Agenda Item No. COV-523-2021
Submitted by: Scott Williams
Submitting Department: Finance/Treasury
Meeting Date: March 16, 2021
SUBJECT
Fiscal Year 2019-2020 Audited Financial Results
Recommendation:
No action required by City Council. This is a presentation only.
Background:
Audits are to be performed in accordance with the standards set forth for financial audits by the
Governmental Accounting Standards Board (GASB), in the General Accounting Office (GAO). In
addition, Article VIII Section 8.11 of the City Charter requires City Council to appoint a California certified
public accounting firm to provide an independent, annual audit of all City accounts, including the accounts
of all departments, officers, and employees who receive, handle or disburse public funds.
The City's contracted audit firm, CliftonLarsonAllen (CLA) will present the City audited financial results for
Fiscal Year 2019-2020.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
City Council Agenda Item Report
Agenda Item No. COV-546-2021
Submitted by: Carlos Fandino
Submitting Department: City Administration
Meeting Date: March 16, 2021
SUBJECT
Update on City Council Goals
Recommendation:
No action required by the City Council. This is a presentation only.
Background:
As part of strategic planning and goal-setting, the City Council has identified a number of short-term and
long-term goals for the City.
These goals represent a general framework for the City Council's priorities in the following areas of
focus:
*Beautification/Revitalization
*Community Engagement
*Economic Development
*Fiscal Health and Sustainability/Organizational Performance
*Green Vernon/Sustainability
*Networking/Advocacy
*Service/Infrastructure Quality
Categories listed above identify the objectives for which the City is striving in order to deliver quality
services to the community and plan for its future. The City Administrator's presentation will provide
information on these major areas of focus including the status and/or timeline for accomplishing priority
objectives.
Fiscal Impact:
There is no direct fiscal impact associated with this report. Expenditures associated with individual
goals and/or tasks will be budgeted as necessary.
Attachments:
City Council Agenda Item Report
Agenda Item No. COV-530-2021
Submitted by: Lisa Pope
Submitting Department: City Clerk
Meeting Date: March 16, 2021
SUBJECT
Second Reading of Ordinance No. 1275 - Electric Vehicle Charging Stations
Recommendation:
Waive full reading and conduct second reading and adopt Ordinance No. 1275 amending Chapter 26 of
the Municipal Code to include electric vehicle charging.
Background:
At the March 2, 2021 Regular City Council Meeting, the Vernon City Council introduced and conducted
first reading of Ordinance No. 1275 which amends Chapter 26 of the Municipal Code to include electric
vehicle charging.
The ordinance summary was posted on the City's website on March 8, 2021, and will be published
pursuant to legal requirements.
Staff requests the City Council waive full reading of the ordinance, and conduct second reading and
adopt Ordinance No. 1275.
Fiscal Impact:
The ordinance summary will be published pursuant to legal requirements. Adequate funds are available
in the Publication/Advertisement Account No. 011-1003-550000.
Attachments:
1. Ordinance No. 1275
ORDINANCE NO. 1275
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF VERNON
AMENDING TABLES 26.5.1-6(B) AND 26.5.3-3 OF ARTICLE 5 OF
CHAPTER 26 OF THE VERNON MUNICIPAL CODE TO INCLUDE
ELECTRIC VEHICLE CHARGING
SECTION 1. Recitals.
A.Transportation is the leading cause of smog-forming pollutants and greenhouse
gas emissions in California (California Air Resources Board, 2017).
B.California’s zero emission vehicle (ZEV) infrastructure must support 1.5 million
vehicles by 2025 and 5 million vehicles by 2030.
C.Nonresidential building standards that facilitate installation of electric vehicle (EV)
charging infrastructure provide a unique low-cost opportunity to reduce barriers to
clean transportation access in the workplace.
THE CITY COUNCIL OF THE CITY OF VERNON HEREBY ORDAINS:
SECTION 2. The City Council of the City of Vernon hereby finds and determines
that the above recitals are true and correct and are a substantial part of this ordinance.
SECTION 3. Table 26.5.1-6(b), of Article 5 of Chapter 26 of the Vernon Municipal
Code is hereby amended to read as follows:
Table 26.5.1-6(b)
Minimum Number of Required Automobile Parking Spaces
(1)
Use Type Required Spaces
Industrial Use, Industrial Gas
Manufacturing, and Recycling
Facility (Including Floor Area
Used for Ancillary Uses)
One (1) space per 1,000 square feet of gross Floor Area.
For new building construction, six percent of required parking spaces,
rounded up to the nearest whole number, shall be equipped with a Level
2 or higher Electric Vehicle (EV) charger.
Commercial Uses One (1) space per 250 square feet of gross Floor Area For new building
construction, six percent of required parking spaces, rounded up to the
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Incidental Uses One (1) space per 250 square feet of Floor Area of Incidental Use. For
new building construction, six percent of required parking spaces,
rounded up to the nearest whole number, shall be equipped with a Level
2 or higher EV charger.
Data Centers One (1) space per 1,250 square feet of gross Floor Area. For new
building construction, six percent of required parking spaces, rounded
Ordinance No. 1275
Page 2 of 7
_______________________
up to the nearest whole number, shall be equipped with a Level 2 or
higher EV charger.
Emergency Shelter One (1) space for each five (5) beds plus two (2) additional spaces. For
new building construction, six percent of required parking spaces,
rounded up to the nearest whole number, shall be equipped with a Level
2 or higher EV charger.
Health Clubs (gyms)One (1) space per 200 square feet of gross Floor Area. For new building
construction, six percent of required parking spaces, rounded up to the
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Religious Uses One (1) space for each three (3) fixed seats, or where no fixed seats are
provided, one (1) space for every 35 gross square feet of gross Floor
Area. For new building construction, six percent of required parking
spaces, rounded up to the nearest whole number, shall be equipped with
a Level 2 or higher EV charger.
Residential Uses Parking Determined Pursuant to Development Agreement, but no less
than one (1) space for each unit. For new building construction, six
percent of required parking spaces, rounded up to the nearest whole
number, shall be equipped with a Level 2 or higher EV charger.
Restaurant (Take out)Eight (8) spaces per 1,000 square feet of gross Floor Area. For new
building construction, six percent of required parking spaces, rounded
up to the nearest whole number, shall be equipped with a Level 2 or
higher EV charger.
Restaurant (Sit down)One (1) space per 100 square feet of gross Floor Area. For new building
construction, six percent of required parking spaces, rounded up to the
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Retail (less than 25,000 square
feet) and multiple tenant Retail
One (1) space per 250 square feet of gross Floor Area. For new building
construction, six percent of required parking spaces, rounded up to the
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Retail (25,000 square feet or
greater) - Single tenant only
One (1) space per 250 square feet for the first 25,000 square feet of
gross Floor Area and then one (1) space per each additional 500 square
feet of gross Floor Area For new building construction, six percent of
required parking spaces, rounded up to the nearest whole number, shall
be equipped with a Level 2 or higher EV charger.
Studios (dance, etc.)One (1) space per 200 square feet of gross Floor Area. For new building
construction, six percent of required parking spaces, rounded up to the
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Trade Schools One (1) space per 50 square feet of gross Floor Area. For new building
construction, six percent of required parking spaces, rounded up to the
Ordinance No. 1275
Page 3 of 7
_______________________
nearest whole number, shall be equipped with a Level 2 or higher EV
charger.
Truck Terminals and Freight
Terminals
Parking shall be provided as determined by a parking study prepared
for the specific use. For new building construction, six percent of
required parking spaces, rounded up to the nearest whole number, shall
be equipped with a Level 2 or higher EV charger.
Warehouse Use, General One (1) space per 1,000 square feet of gross Floor Area. For new
building construction, six percent of required parking spaces, rounded
up to the nearest whole number, shall be equipped with a Level 2 or
higher EV charger.
Warehouse Use, Cold Storage One (1) space per 1,000 square feet of gross Floor Area for the first
50,000 square feet, and one (1) space per 5,000 square feet of gross
Floor Area above 50,000 square feet. For new building construction, six
percent of required parking spaces, rounded up to the nearest whole
number, shall be equipped with a Level 2 or higher EV charger.
Note
(1) Through the Conditional Use Permit and Minor Conditional Use Permit processes, the City may
require additional parking for a specific use or application.
SECTION 4. Table 26.5.3-3, of Article 5 of Chapter 26 of the Vernon Municipal
Code is hereby amended to read as follows:
Table 26.5.3-3
Right to Continue Nonconforming Uses and Buildings
Required Compliance
Event That Triggers
Compliance
Conformity
with Use
Requirements
Conformity with Development
Standards and Site Planning
Standards
(Including Parking, Access, and
Maneuvering)
Conformity with
the City’s
Building Code
and the
California
Building
Standards
Commission
Over 25% of the Building is
vacant for more than Two
Years [subject to tolling
permitted in Section 26.5.3-
2(c)].
Uses within the
portion of the
Building that
was vacant for
over two years
must be
Permitted Uses
Prior to the use of the portion of
the Building that was vacant for
over two years, the entire Lot on
which the Building is located
must comply with all
Development Standards and Site
Planning Standards in accordance
Prior to the use of
the portion of the
Building that was
vacant for over two
years, the proposed
use must comply
with the change of
Ordinance No. 1275
Page 4 of 7
_______________________
in accordance
with this
Chapter.
with this Chapter. A minimum of
one parking space shall be
equipped with a Level 2 or higher
EV Charger.
use requirements
of the Existing
Structures Chapter
of the City’s
current Building
Code and relevant
sections of the
California Building
Standards
Commission.
Increase in the Floor Area of
a Building per Section 26.5.3-
1(a) that does not constitute
New Construction or a Major
Alteration or Repair.
All uses on the
Lot must be
Permitted Uses,
Conditionally
Permitted Uses,
or Temporary
Permitted Uses
in accordance
with this
Chapter.
The Lot must comply with all
Development Standards and Site
Planning Standards in accordance
with this Chapter, except that the
Lot does not have to comply with
the Building Setback
requirements in Section 26.4.1-
8(c), “Building Setback,” so long
as the increase in Floor Area does
not encroach into the Building
Setback area.
A minimum of one parking space
shall be equipped with a Level 2
or higher EV Charger.
New construction
must comply with
the City’s current
Building Code and
relevant sections of
the California
Building Standards
Commission.
Existing
construction that is
unreinforced
masonry must
comply with
Article IX Existing
Building Code
of Chapter 24,
“Building and
Construction,” of
the Code
(concerning
seismic
requirements), and
relevant sections of
the California
Building Standards
Commission.
IF THE ABOVE EVENT OCCURS, IT TAKES PRECEDENCE OVER ANY OTHER EVENT, AND
THE NONCONFORMITY MUST CONFORM AS SET FORTH ABOVE. IF ONE OF THE
FOLLOWING EVENTS OCCURS IN THE ABSENCE OF THE ABOVE DESCRIBED EVENT, THE
NONCONFORMITY SHALL COMPLY WITH THE FOLLOWING PROVISIONS:
Change of Use to a category
that has
greater parking, maneuvering,
or loading requirement
Not applicable The parking, maneuvering, and
loading capacities on the Lot on
which the use has changed must
comply with all of the
Not applicable
Ordinance No. 1275
Page 5 of 7
_______________________
requirements of Section 26.5.1,
“Off-Street Parking and Loading
Facilities.” A minimum of one
parking space shall be equipped
with a Level 2 or higher EV
Charger.
Minor Alteration or Repair Uses permitted
on the Lot on
the date of the
Minor Repair
may continue.
Not required to bring the Lot into
compliance with the
Development Standards or Site
Planning Standards of this
Ordinance
New construction
must comply with
the City’s current
Building Code and
relevant section of
the California
Building Standards
Commission.
Existing
construction that is
unreinforced
masonry must
comply with
Article IX Existing
Building Code
of Chapter 24,
“Building and
Construction,” of
the Code
(concerning
seismic
requirements) and
relevant sections of
the California
Building Standards
Commission
New Construction or Major
Alteration or Repair that is
Voluntary
All uses on the
Lot must be
Permitted Uses,
Conditionally
Permitted Uses,
or Temporary
Permitted Uses,
in accordance
with this
Chapter.
The Lot must comply with all
Development Standards and Site
Planning Standards in accordance
with this Chapter, except that the
Lot does not have to comply with
the Building Setback
requirements in Section 26.4.1-
8(c), “Building Setback,” so long
as the New Construction does not
encroach into the Building
Setback area.
Entire Building
being constructed
or altered or
repaired must
comply with the
City’s current
Building Code and
relevant sections of
the California
Building Standards
Commission
Ordinance No. 1275
Page 6 of 7
_______________________
Major Alteration or Repair
that is due to Force Majeure
Uses permitted
on the Lot on
the date of the
Force Majeure
Event may
continue
If improvements have not
commenced within one (1) year
of the force majeure event, the
Lot must comply with all
Development Standards and Site
Planning Standards in accordance
with this Chapter, or, if none
exist for such use, then as
required by a Conditional Use
Permit.
Further, if construction
commences within one (1) year
of the force majeure event, then
the Building may be constructed
as it existed prior to the event,
except that no portion of the
Building shall be constructed
within any Street right-of-way as
shown on the Master Plan of City
Streets.
Entire Building
being altered or
repaired must
comply with the
City’s current
Building Code and
relevant sections of
the California
Building Standards
Commission.
SECTION 5. Any provision of the Vernon Municipal Code or appendices thereto
inconsistent with the provisions of this Ordinance, to the extent of such inconsistencies
and no further are repealed or modified to that extent necessary to affect the provisions
of this Ordinance.
SECTION 6. If any section, subsection, paragraph, sentence, clause, phrase, or
portion thereof, of this Ordinance is declared by a court of competent jurisdiction to be
unconstitutional or otherwise invalid, such decision shall not affect the validity of the
remaining portions of this Ordinance. The City Council hereby declares that it would have
adopted this Ordinance, and each section, subsection, paragraph, sentence, clause,
phrase, or portion thereof, irrespective of the fact that any one or more sections,
subsections, paragraphs, sentences, clauses, phrases, or portions thereof, be declared
invalid or unconstitutional. To this end, the provisions of this Ordinance are declared to
be severable.
/ / /
/ / /
/ / /
/ / /
/ / /
Ordinance No. 1275
Page 7 of 7
_______________________
SECTION 7. The City Clerk shall certify the adoption and publish this ordinance as
required by law.
APPROVED AND ADOPTED this __ day of _____, 2021.
_____________________________
LETICIA LOPEZ, Mayor
ATTEST:
LISA POPE, City Clerk
(seal)
APPROVED AS TO FORM:
_________________________________
ARNOLD M. ALVAREZ-GLASMAN,
Interim City Attorney
City Council Agenda Item Report
Agenda Item No. COV-537-2021
Submitted by: John Lau
Submitting Department: Finance/Treasury
Meeting Date: March 16, 2021
SUBJECT
City Payroll Warrant Register
Recommendation:
Approve City Payroll Warrant Register No. 777, for the period of February 1 through February 28, 2021,
totaling $2,798,059.82 and consisting of ratification of direct deposits, checks and taxes totaling
$1,926,292.32 and ratification of checks and electronic fund transfers (EFT) for payroll related
disbursements totaling $871,767.50 paid through operating bank account.
Background:
Section 2.13 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall
prepare warrants covering claims or demands against the City which are to be presented to City Council
for its audit and approval. Pursuant to the aforementioned code section, the City Treasurer has prepared
City Payroll Account Warrant Register No. 777 covering claims and demands presented during the
period of February 1 through February 28, 2021, drawn, or to be drawn, from East West Bank for City
Council approval.
Fiscal Impact:
The fiscal impact of approving City Payroll Warrant Register No. 777, totals $2,798,059.82. The Finance
Department has determined that sufficient funds to pay such claims/demands, are available in the
respective accounts referenced on City Payroll Warrant Register No. 777.
Attachments:
1. City Payroll Account Warrant Register No. 777
Raquel Franco | 3/9/2021 9:26 AMPAYROLL WARRANT REGISTERCity of VernonNo.777Month ofMarch 2021I hereby Certify: that claims or demands covered by the This is to certify that the claims or demandsabove listed warrants have been audited as to accuracycovered by the above listed warrants have beenand availability of funds for payments thereof; and that audited by the City Council of the City of Vernonsaid claims or demands are accurate and that funds are and that all of said warrants are approved for pay-available for payments thereof. mentsScott A. WilliamsDATEDirector of Finance / City TreasurerDATEDate:Page 1 of 1Payroll Warrant Register Memo (002) : Warrant3/9/2021
Payrolls reported for the month of February:
01/17/2021 - 01/30/2021, Paydate 02/11/2021
01/19/2021 - 01/19/2021, Paydate 02/11/2021
01/31/2021 - 02/13/2021, Paydate 02/25/2021
02/13/2021 - 02/13/2021, Paydate 02/25/2021
Payment
Method Date Payment Description Amount
CHECKS 02/11/21 Net payroll, checks 10,818.01$
ACH 02/11/21 Net payroll, direct deposits 568,784.83
ACH 02/11/21 Payroll taxes 149,806.20
ACH 02/11/21 Net payroll, direct deposits 11,541.75
ACH 02/11/21 Payroll taxes 5,197.50
ACH 02/25/21 Net payroll, checks 12,383.72
ACH 02/25/21 Net payroll, direct deposits 562,736.52
ACH 02/25/21 Payroll taxes 145,432.32
CHECKS 02/25/21 Net payroll, checks 8,625.97
ACH 02/25/21 Net payroll, direct deposits 307,101.86
ACH 02/25/21 Payroll taxes 143,863.64
Total net payroll and payroll taxes 1,926,292.32
10934 02/11/21 ICMA 26,630.91
606992 02/11/21 Franchise Tax Board 242.31
10933 02/11/21 IBEW Dues 3,173.46
10932 02/11/21 Vernon Police Officers' Benefit Association 2,084.18
10937 02/24/21 CalPERS 182,794.30
10938 02/12/21 California State Disbursement Unit 110.76
10949 03/01/21 Mutual of Omaha 10,293.71
10947 02/19/21 AFLAC 9,853.59
10948 02/18/21 Colonial 5,816.17
10854 02/04/21 Blue Shield of California 316,006.91
10855 02/04/21 Metlife - Group Benefits 26,920.87
10946 02/09/21 MES Vision 3,611.03
10941 02/25/21 ICMA 95,356.63
10940 02/25/21 Teamsters Local 911 2,178.00
606992 02/25/21 Franchise Tax Board 242.31
10939 02/25/21 Vernon Police Officers' Benefit Association 2,084.18
10944 03/03/21 CalPERS 184,257.42
10945 02/26/21 California State Disbursement Unit 110.76
Payroll related disbursements, paid through
Operating bank account 871,767.50
Total net payroll, taxes, and related disbursements 2,798,059.82$
Page 1 of 1
City Council Agenda Item Report
Agenda Item No. COV-536-2021
Submitted by: John Lau
Submitting Department: Finance/Treasury
Meeting Date: March 16, 2021
SUBJECT
Operating Account Warrant Register
Recommendation:
Approve Operating Account Warrant Register No. 63, for the period of February 14 through February 27,
2021, totaling $11,255,072.34 and consisting of ratification of electronic payments totaling
$11,097,583.93 and ratification of the issuance of early checks totaling $157,488.41.
Background:
Section 2.13 of the Vernon Municipal Code indicates the City Treasurer, or an authorized designee, shall
prepare warrants covering claims or demands against the City which are to be presented to City Council
for its audit and approval. Pursuant to the aforementioned code section, the City Treasurer has prepared
Operating Account Warrant Register No. 63 covering claims and demands presented during the period
of February 14 through February 27, 2021, drawn, or to be drawn, from East West Bank for City Council
approval.
Fiscal Impact:
The fiscal impact of approving Operating Account Warrant Register No. 63, totals $11,255,072.34. The
Finance Department has determined that sufficient funds to pay such claims/demands, are available in
the respective accounts referenced on Operating Account Warrant Register No. 63.
Attachments:
1. Operating Account Warrant Register No. 63
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021I hereby cerƟfy that claims and/or demands included in above listed warrantregister have been audited for accuracy and availability of funds for payments andthat said claims and/or demands are accurate and that the funds are available forpayments thereof.____________________________________________________________ScoƩ WilliamsDirector of Finance / City TreasurerDate: _______________________________________________________This is to cerƟfy that the claims or demands covered by the above listed warrantshave been audited by the City Council of the City of Vernon and that all of saidwarrants are approved for payments except Warrant Numbers:________________________________________________________________________________________________________________________Printed: 3/8/2021 4:00:41PM3/9/2021
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1070.797000 $ 75,155.31 Mercedes‐Benz Sprinter modified to 221 011.0014730TEXINO006994 ‐ 011.1070.797000 $ 17,604.94 Service Charge 221 011.0014730011.1070.797000 $ 7,139.75 Sales Tax 9.5% 221$ 99,900.0002/11/2021 10882011.1043.560000 $ 51.95 Period: 12/30/20 ‐ 01/29/21 013021SO CAL EDISON000059 ‐ 055.8100.560010 $ 22.29 Period: 12/30/20 ‐ 01/29/21 013021(2)$ 74.2402/26/2021 10883Printed: 3/8/2021 4:00:41PMPage 1 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ ‐143.96 RecalculaƟon Charges 04/20 202102093148126522CALIFORNIA ISO002412 ‐ 055.9200.500180 $ ‐5.30 RecalculaƟon Charges 04/20 202102093148126522055.9200.500190 $ ‐95.06 RecalculaƟon Charges 04/20 202102093148126522055.9200.500170 $ 1,119.74 RecalculaƟon Charges 04/20 202102093148126522055.9200.500150 $ ‐507.68 RecalculaƟon Charges 07/19 202102093148126522055.9200.500170 $ ‐13,513.79 RecalculaƟon Charges 07/19 202102093148126522055.9200.500180 $ ‐8.02 RecalculaƟon Charges 07/19 202102093148126522055.9200.500190 $ ‐509.62 RecalculaƟon Charges 07/19 202102093148126522055.9200.500170 $ ‐6,900.56 IniƟal Charges 01/21 202102093148126522055.9200.500150 $ 239,366.17 IniƟal Charges 01/21 202102093148126522055.9200.500190 $ 4,650.71 IniƟal Charges 01/21 202102093148126522055.9200.500210 $ 14,470.20 IniƟal Charges 01/21 202102093148126522$ 237,922.8302/16/2021 10884Printed: 3/8/2021 4:00:41PMPage 2 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500170 $ 21,870.00 Electric Energy TransacƟons GA198326DEPARTMENT OF WATER & POWER002468 ‐ 055.9200.550022 $ 575.00 Electric Energy TransacƟons GA198326$ 22,445.0002/18/2021 10885011.9019.590110 $ 1,396.56 IvanƟ Security Controls Patch for 90015847 011.0014719IVANTI, INC006190 ‐ 011.9019.590110 $ 794.76 IvanƟ Security Controls Patch for 90015847011.0014719$ 2,191.3202/18/2021 10886011.1021.797000 $ 8,100.00 Professional Services~ JAN21JEMMOTT ROLLINS GROUP, INC005108 ‐ $ 8,100.0002/18/2021 10887011.1004.520000 $ 234.60 Postage 779659NDS006687 ‐ $ 234.6002/18/2021 10888055.8200.596200 $ 712.50 Technical Design Services 1791NORTHWEST ELECTRICAL SERVICES,005614 ‐ 020.1084.900000 $ 60,828.76 Technical Design Services 1791$ 61,541.2602/18/2021 10889055.9200.500154 $ 257,286.91 Antelope DSR 1 Solar Project DSR10221SO CAL PUBLIC POWER AUTHORITY002517 ‐ $ 257,286.9102/18/2021 10890055.9200.500180 $ 29,212.33 Boulder Canyon Project Charges 01/21 GG1766W0121US DEPARTMENT OF ENERGY002227 ‐ 055.9200.500150 $ 13,642.22 Boulder Canyon Project Charges 01/21 GG1766W0121$ 42,854.5502/18/2021 10891Printed: 3/8/2021 4:00:41PMPage 3 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1003.596200 $ 375.00 Storage Services 537419WILLIAMS DATA MANAGEMENT003584 ‐ $ 375.0002/18/2021 10892056.5600.520000 $ 318.65 Equipment Parts & Materials~ 118731IN 056.0000615WILMINGTON INSTRUMENT COMPANY,003177 ‐ $ 318.6502/18/2021 10893011.1033.596200 $ 379.84 Billing Services 01/21 2101069WITTMAN ENTERPRISES, LLC004527 ‐ $ 379.8402/18/2021 10894011.9019.520010 $ 974.10 Panasonic Public Sector Service Package K16151460106 011.0014594ZONES, LLC005784 ‐ 011.9019.520010 $ 487.05 Panasonic Public Sector Service Package K16208260104 011.0014601$ 1,461.1502/18/2021 10895055.9200.450340 $ ‐51.80 RecalculaƟon Charges 04/20 202102093148126237CALIFORNIA ISO002412 ‐ 055.9200.500150 $ ‐11.48 IniƟal Charges 01/21 202102093148126237055.9200.450340 $ 302.12 RecalculaƟon Charges 07/19 202102093148126237$ 238.8402/17/2021 10896Printed: 3/8/2021 4:00:41PMPage 4 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ 355,847.39 Monthly Energy Related Payment 1202101BICENT (CALIFORNIA) MALBURG, L003336 ‐ 055.9200.500180 $ 3,700,262.60 Monthly Capacity Payment 1202101055.9200.500150 $ 8,308.08 COV Calculated Monthly Heat Rate 1202101055.9200.500150 $ ‐5,080.62 Fuel Burden 1202101$ 4,059,337.4502/19/2021 10897Printed: 3/8/2021 4:00:41PMPage 5 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ 115,774.37 IniƟal Charges 01/21 202102163148169431CALIFORNIA ISO002412 ‐ 055.9200.500170 $ 1,280,392.20 IniƟal Charges 01/21 202102163148169431055.9200.500190 $ 3,911.69 IniƟal Charges 01/21 202102163148169431055.9200.500210 $ 6,544.78 IniƟal Charges 01/21 202102163148169431055.9200.500240 $ 7,816.27 IniƟal Charges 01/21 202102163148169431055.9200.500180 $ ‐1,505.52 IniƟal Charges 01/21 202102163148169431055.9200.500150 $ 112,250.08 IniƟal Charges 02/21 202102163148169431055.9200.500190 $ 954.76 IniƟal Charges 02/21 202102163148169431055.9200.500210 $ 6,161.17 IniƟal Charges 02/21 202102163148169431055.9200.500170 $ ‐8,288.98 IniƟal Charges 02/21 202102163148169431$ 1,524,010.8202/22/2021 10898055.9200.500162 $ 30,158.49 Biomethane Gas 01/21 RC4446ELEMENT MARKETS RENEWABLE NATU004665 ‐ 055.9200.500162 $ 43,449.46 Biomethane Gas 01/21 RC4447$ 73,607.9502/23/2021 10899Printed: 3/8/2021 4:00:41PMPage 6 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1049.900000 $ 96,560.72 Fire StaƟon #76 Improvements 8033FASONE CONSTRUCTION, INC006919 ‐ $ 96,560.7202/23/2021 10900055.9200.596200 $ 1,250.00 OTC Commission Adjustment 121001688088ICE US OTC COMMODITY MARKETS,004500 ‐ $ 1,250.0002/23/2021 10901055.9000.596200 $ 5,921.85 Env Compliance Support Services D3404500007JACOBS ENGINEERING GROUP, INC006886 ‐ $ 5,921.8502/23/2021 10902011.1049.590000 $ 3,582.00 Landscape Maintenance 91941MARIPOSA LANDSCAPES, INC006422 ‐ $ 3,582.0002/23/2021 10903011.1060.595200 $ 1,500.00 Health Officer Services V016LAURENE MASCOLA006869 ‐ $ 1,500.0002/23/2021 10904011.1043.520000 $ 468.40 Small Tools, Plumbing, Electrical & 48829422 011.0014461MCMASTER‐CARR SUPPLY COMPANY001150 ‐ 055.8400.590000 $ 913.76 Hardware Supplies~ 52313680 055.0002802$ 1,382.1602/23/2021 10905056.5600.900000 $ 1,665.00 Part No. 055211‐011~ 218678 056.0000626MEASUREMENT CONTROL SYSTEMS, I000839 ‐ 056.5600.900000 $ 2,508.00 Part No. AC630‐25~ 218678 056.0000626056.5600.900000 $ 171.46 Freight 218678 056.0000626056.5600.900000 $ 427.73 Sales Tax 10.25 218678$ 4,772.1902/23/2021 10906Printed: 3/8/2021 4:00:41PMPage 7 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.596200 $ 867.00 Charges: 1/1/21‐6/30/21 (Includes 3% 161154 055.0002815OPEN ACCESS TECHNOLOGY INTL, I000629 ‐ $ 867.0002/23/2021 10907055.9200.500154 $ 219,703.71 Puente Hills Landfill Gas Project PHL0221SO CAL PUBLIC POWER AUTHORITY002517 ‐ $ 219,703.7102/23/2021 10908055.9000.596200 $ 8,861.23 ResoluƟon Billing 221SO CAL PUBLIC POWER AUTHORITY002517 ‐ 055.9000.596550 $ 11,460.00 ResoluƟon Billing 221055.9200.596200 $ 3,366.73 ResoluƟon Billing 221$ 23,687.9602/23/2021 10909057.1057.450050 $ 112.19 Reimb. Internet Charges 10/20‐12/20 022321WILLIAM DAVIS001906 ‐ $ 112.1902/23/2021 10910057.1057.450050 $ 112.19 Reimb. Internet Charges 10/20‐12/20 022321DIANA MORALES GONZALES005365 ‐ $ 112.1902/23/2021 10911057.1057.450050 $ 112.19 Reimb. Internet Charges 10/20‐12/20 022321MELISSA YBARRA004856 ‐ $ 112.1902/23/2021 10912055.9000.592010 $ 1,060.00 AdministraƟon Fee 2522351741BANK OF NEW YORK MELLON002533 ‐ 055.9000.592010 $ 1,060.00 AdministraƟon Fee 2522351742$ 2,120.0002/25/2021 10913Printed: 3/8/2021 4:00:41PMPage 8 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1043.540000 $ 64.23 Uniforms 4072385615CINTAS CORPORATION005490 ‐ 011.1046.540000 $ 42.81 Uniforms 4072385615011.1047.540000 $ 42.81 Uniforms 4072385615011.1049.540000 $ 64.23 Uniforms 4072385615020.1084.540000 $ 144.19 Uniforms 4072385744055.8000.540000 $ 41.10 Uniforms 4072385744055.8100.540000 $ 210.81 Uniforms 4072385744056.5600.540000 $ 52.63 Uniforms 4072385744011.1043.540000 $ 95.62 Uniforms 4073005505011.1046.540000 $ 63.75 Uniforms 4073005505011.1047.540000 $ 63.75 Uniforms 4073005505011.1049.540000 $ 95.62 Uniforms 4073005505020.1084.540000 $ 140.49 Uniforms 4073005605055.8000.540000 $ 41.10 Uniforms 4073005605055.8100.540000 $ 161.64 Uniforms 4073005605056.5600.540000 $ 52.64 Uniforms 4073005605011.1043.540000 $ 72.74 Uniforms 4073677245011.1046.540000 $ 48.50 Uniforms 4073677245011.1047.540000 $ 48.50 Uniforms 4073677245011.1049.540000 $ 72.74 Uniforms 4073677245020.1084.540000 $ 140.49 Uniforms 4073677251055.8000.540000 $ 41.10 Uniforms 4073677251055.8100.540000 $ 161.64 Uniforms 4073677251Printed: 3/8/2021 4:00:41PMPage 9 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE056.5600.540000 $ 52.64 Uniforms 4073677251CINTAS CORPORATION005490 ‐ 011.1047.540000 $ 237.77 Uniforms 4074332925020.1084.540000 $ 142.53 Uniforms 4074333115055.8000.540000 $ 41.10 Uniforms 4074333115055.8100.540000 $ 161.65 Uniforms 4074333115056.5600.540000 $ 57.98 Uniforms 4074333115$ 2,656.8002/25/2021 10914055.9200.500160 $ 15,565.00 Natural Gas 30014151CITY OF PASADENA002143 ‐ $ 15,565.0002/25/2021 10915011.1033.596200 $ 1,187.65 BaƩalion Chief Services C0009629COUNTY OF LOS ANGELES001444 ‐ $ 1,187.6502/25/2021 10916011.1033.596200 $ 1,165,929.57 Fire ProtecƟon Services~ C0009687COUNTY OF LOS ANGELES001444 ‐ 011.1033.596200 $ 112,025.47 Fire ProtecƟon Services~ C0009687011.1033.596200 $ 27,517.60 Fire ProtecƟon Services~ C0009687$ 1,305,472.6402/25/2021 10917Printed: 3/8/2021 4:00:41PMPage 10 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1003.550000 $ 510.00 PublicaƟon Services B3433929DAILY JOURNAL CORPORATION000947 ‐ 011.1003.550000 $ 215.00 PublicaƟon Services B3434735011.1003.550000 $ 80.00 PublicaƟon Services B3434737011.1003.550000 $ 90.00 PublicaƟon Services B3434739011.1043.550000 $ 50.00 PublicaƟon Services B3436302020.1084.550000 $ 110.00 PublicaƟon Services B3437211$ 1,055.0002/25/2021 10918055.9200.500160 $ 265,264.75 Natural Gas 01/21 1241581EDF TRADING NORTH AMERICA, LLC004116 ‐ $ 265,264.7502/25/2021 10919055.9200.500160 $ 1,129,138.25 Natural Gas 01/21 GASI00152179MACQUARIE ENERGY, LLC006086 ‐ $ 1,129,138.2502/25/2021 10920055.9200.500160 $ 96,975.00 Natural Gas 01/21 280166MIECO, LLC006318 ‐ $ 96,975.0002/25/2021 10921011.1043.900000 $ 37,377.00 Purchase 2021 Chevrolet 2500HD 4WD Crew WC8195 011.0014578NATIONAL AUTO FLEET GROUP005632 ‐ 011.1043.900000 $ 8.75 Tire Fee WC8195 011.0014578011.1043.900000 $ 3,550.82 Sales Tax 9.5% WC8195$ 40,936.5702/25/2021 10922011.9019.590110 $ 4,100.00 GeoViewer Mobile for the iPAD and 14991 011.0014725NOBEL SYSTEMS, INC005709 ‐ $ 4,100.0002/25/2021 10923Printed: 3/8/2021 4:00:41PMPage 11 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500160 $ 31,696.40 Natural Gas 01/21 231096PACIFIC SUMMIT ENERGY, LLC005908 ‐ $ 31,696.4002/25/2021 10924055.9000.596200 $ 21,000.00 ConsultaƟon & Support Services VERNPVHJANUARY2021PORT CANAVERAL PWR CONSULTANTS002459 ‐ $ 21,000.0002/25/2021 10925055.9200.550022 $ 205,029.35 ReservaƟon & Transmission Charges~ 020921THE GAS COMPANY001581 ‐ $ 205,029.3502/25/2021 10926011.1060.595200 $ 97.35 Syncta Backflow Test Mgmt ApplicaƟon 14588164WATTS REGULATOR COMPANY006666 ‐ $ 97.3502/25/2021 10927011.1043.590000 $ 10,250.00 Street Sweeping Services 01/21 LB5674WEBCO LB, LLC005699 ‐ $ 10,250.0002/25/2021 10928011.1003.596200 $ 1,303.81 Storage Services 537927WILLIAMS DATA MANAGEMENT003584 ‐ $ 1,303.8102/25/2021 10929055.9200.500160 $ 162,373.13 Natural Gas 01/21 3373227MERCURIA ENERGY AMERICA, LLC006262 ‐ $ 162,373.1302/25/2021 10930Printed: 3/8/2021 4:00:41PMPage 12 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500180 $ 225,608.00 Minimum Cost 02/21 PV0221SO CAL PUBLIC POWER AUTHORITY002517 ‐ 055.9200.500150 $ 54,379.00 Variable Cost 01/21 PV0221055.122100 $ 10,000.00 PSF Cost 01/21 PV0221$ 289,987.0002/25/2021 10931Printed: 3/8/2021 4:00:41PMPage 13 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1001.502020 $ 1,407.01 Monthly Expense of UAL~ 100000016317296CALPERS000714 ‐ 011.1002.502020 $ 9,185.37 Monthly Expense of UAL~ 100000016317296011.1003.502020 $ 5,282.91 Monthly Expense of UAL~ 100000016317296011.1004.502020 $ 19,485.72 Monthly Expense of UAL~ 100000016317296011.1024.502020 $ 4,672.32 Monthly Expense of UAL~ 100000016317296011.1026.502020 $ 9,557.03 Monthly Expense of UAL~ 100000016317296011.1031.502020 $ 16,485.87 Monthly Expense of UAL~ 100000016317296011.1033.502020 $ 3,743.17 Monthly Expense of UAL~ 100000016317296011.1040.502020 $ 6,636.83 Monthly Expense of UAL~ 100000016317296011.1041.502020 $ 8,787.16 Monthly Expense of UAL~ 100000016317296011.1043.502020 $ 27,025.15 Monthly Expense of UAL~ 100000016317296011.1046.502020 $ 5,123.63 Monthly Expense of UAL~ 100000016317296011.1047.502020 $ 4,884.70 Monthly Expense of UAL~ 100000016317296011.1048.502020 $ 2,468.90 Monthly Expense of UAL~ 100000016317296011.1049.502020 $ 5,309.46 Monthly Expense of UAL~ 100000016317296057.1057.502020 $ 1,035.34 Monthly Expense of UAL~ 100000016317296011.1060.502020 $ 11,415.34 Monthly Expense of UAL~ 100000016317296020.1084.502020 $ 21,954.62 Monthly Expense of UAL~ 100000016317296056.5600.502020 $ 9,875.60 Monthly Expense of UAL~ 100000016317296055.7100.502020 $ 5,070.53 Monthly Expense of UAL~ 100000016317296055.7200.502020 $ 584.04 Monthly Expense of UAL~ 100000016317296055.8000.502020 $ 8,972.99 Monthly Expense of UAL~ 100000016317296055.8100.502020 $ 23,096.15 Monthly Expense of UAL~ 100000016317296Printed: 3/8/2021 4:00:41PMPage 14 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.8400.502020 $ 929.16 Monthly Expense of UAL~ 100000016317296CALPERS000714 ‐ 055.9000.502020 $ 18,344.17 Monthly Expense of UAL~ 100000016317296011.9019.502020 $ 9,079.18 Monthly Expense of UAL~ 100000016317296055.9100.502020 $ 16,220.40 Monthly Expense of UAL~ 100000016317296055.9200.502020 $ 8,840.25 Monthly Expense of UAL~ 100000016317296011.1031.502020 $ 188,509.00 Monthly Expense of UAL~ 100000016317302011.1033.502020 $ 770.00 Monthly Expense of UAL~ 100000016317308011.1033.502020 $ 300,854.00 Monthly Expense of UAL~ 100000016317317011.1024.502020 $ 54.00 Monthly Expense of UAL~ 100000016317324011.1031.502020 $ 296.00 Monthly Expense of UAL~ 100000019317314$ 755,956.0002/23/2021 10950011.1043.520000 $ 781.05 Small Tools & Plumbing Hardware~ 012821_MULTIPLE 011.0014456HOME DEPOT CREDIT SERVICES001552 ‐ 011.1048.520000 $ 790.98 Small Tools & Plumbing Hardware~ 012821_MULTIPLE 011.0014456011.1049.520000 $ 1,322.58 Small Tools & Plumbing Hardware~ 012821_MULTIPLE 011.0014456$ 2,894.6102/19/2021 10951055.9000.520000 $ 10.08 Supplies 135541301001OFFICE DEPOT002190 ‐ 055.9000.520000 $ 32.29 Supplies 135541380001056.5600.520000 $ 312.97 Supplies 137795591001011.1031.520000 $ 204.68 Supplies 147131410001011.1031.520000 $ 120.03 Supplies 147163530001$ 680.0502/26/2021 10952Printed: 3/8/2021 4:00:41PMPage 15 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATETOTAL ELECTRONIC$ 11,097,583.93Printed: 3/8/2021 4:00:41PMPage 16 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1043.520000 $ 111.33 Portable Restrooms 674770A THRONE CO, INC000005 ‐ 011.1043.520000 $ 111.33 Portable Restrooms 679323020.1084.520000 $ 84.95 Portable Restrooms 681149$ 307.6102/16/2021 606910011.9019.590110 $ 415.00 Disaster Recovery Services 149495AGILITY RECOVERY SOLUTIONS005348 ‐ $ 415.0002/16/2021 606911011.9019.560010 $ 22.56 Period: 10/06/20 ‐ 11/05/20 15594787AT&T001948 ‐ 011.9019.560010 $ 2,464.52 Period: 10/10/20 ‐ 11/09/20 15599166011.9019.560010 $ 43.94 Period: 10/10/20 ‐ 11/09/20 15599167011.9019.560010 $ 2,091.58 Period: 10/10/20 ‐ 11/09/20 15599169011.9019.560010 $ 1,064.43 Period: 10/10/20 ‐ 11/09/20 15599170011.9019.560010 $ 21.25 Period: 10/15/20 ‐ 11/14/20 15620639$ 5,708.2802/16/2021 606912020.1084.900000 $ 3,704.00 6061‐T6 Diamond Plate~ 154026 011.0014663CALTIME METALS, INC006964 ‐ 020.1084.900000 $ 379.66 Sales Tax 10.25 154026$ 4,083.6602/16/2021 606913011.1060.595200 $ 3,549.38 Animal Control Services~ 234879CITY OF DOWNEY001473 ‐ $ 3,549.3802/16/2021 606914011.1031.594200 $ 2,482.46 Inmate Housing 12/20 19726CITY OF HUNTINGTON PARK003846 ‐ $ 2,482.4602/16/2021 606915Printed: 3/8/2021 4:00:41PMPage 17 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1026.596200 $ 2,265.00 TesƟng Services SOP52423CPS HR CONSULTING001347 ‐ $ 2,265.0002/16/2021 606916011.1048.590000 $ 60.00 Pest Control Services 13788912DEWEY PEST CONTROL002566 ‐ 011.1048.590000 $ 100.00 Pest Control Services 13788917011.1048.590000 $ 95.00 Pest Control Services 13788918011.1048.590000 $ 135.00 Pest Control Services 13788919011.1048.590000 $ 75.00 Pest Control Services 13788920011.1049.590000 $ 62.00 Pest Control Services 13788921011.1049.590000 $ 67.00 Pest Control Services 13788922011.1049.590000 $ 42.00 Pest Control Services 13788923011.1048.590000 $ 60.00 Pest Control Services 13992718011.1048.590000 $ 100.00 Pest Control Services 13992723011.1048.590000 $ 95.00 Pest Control Services 13992724011.1048.590000 $ 135.00 Pest Control Services 13992725011.1048.590000 $ 75.00 Pest Control Services 13992726011.1049.590000 $ 62.00 Pest Control Services 13992727011.1049.590000 $ 67.00 Pest Control Services 13992728$ 1,230.0002/16/2021 606917011.1060.595200 $ 14,799.68 Mosquito Control Services~ 2117GREATER L.A. COUNTY VECTOR CON006130 ‐ $ 14,799.6802/16/2021 606918Printed: 3/8/2021 4:00:41PMPage 18 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1026.596800 $ 1,215.00 TuiƟon Reimbursement 123020GUSTAVO HERRERA000201 ‐ $ 1,215.0002/16/2021 606919011.1049.590000 $ 13,779.00 Wolf Range Gas 60" 6 Burner & 24" 176457 011.0014597L&D APPLIANCE CORPORATION006931 ‐ 011.1049.590000 $ 905.00 Wolf Riser 20" x 60" for Range819084176457 011.0014597011.1049.590000 $ 2,709.00 Wolf Hood 60" Wall PW602718SS 176457 011.0014597011.1049.590000 $ 1,115.00 Wolf Remote VenƟlator 1500CFM804701176457 011.0014597011.1049.590000 $ 1,897.07 Sales Tax 10.25 176457$ 20,405.0702/16/2021 606920011.9019.590110 $ 64.00 SBF Abstract 21ASRE131LA COUNTY ASSESSOR OFFICE001792 ‐ $ 64.0002/16/2021 606921011.1048.530015 $ 314.80 Possessory Interest Tax~ 020821LA COUNTY TAX COLLECTOR000762 ‐ $ 314.8002/16/2021 606922011.1048.520000 $ 27.35 Small Tools, Plumbing & Building 112262 011.0014465LB JOHNSON HARDWARE CO #1000804 ‐ 011.1048.520000 $ 23.63 Small Tools, Plumbing & Building 112407 011.0014465011.1048.520000 $ 30.64 Small Tools, Plumbing & Building 112490 011.0014465011.1046.520000 $ 22.73 Small Tools, Plumbing & Building 112550 011.0014465$ 104.3502/16/2021 606923Printed: 3/8/2021 4:00:41PMPage 19 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1002.596550 $ 81.00 Membership Dues~ 640963LEAGUE OF CALIFORNIA CITIES000897 ‐ $ 81.0002/16/2021 606924011.1031.590000 $ 389.00 Range Maintenance 286LIBERTY MANUFACTURING, INC003342 ‐ $ 389.0002/16/2021 606925055.8400.590000 $ 1,134.00 CalibraƟon Services LA90049348MICRO PRECISION CALIBRATION, I005089 ‐ $ 1,134.0002/16/2021 606926011.9019.595210 $ 1,975.00 Computer Programming Services 331MILLSOFT, LLC006228 ‐ $ 1,975.0002/16/2021 606927011.9019.590110 $ 1,278.10 Managed Print Services IN1805879MRC SMART TECHNOLOGY SOLUTIONS006203 ‐ $ 1,278.1002/16/2021 606928Printed: 3/8/2021 4:00:41PMPage 20 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 74.67 Auto Parts & Accessories~ 65232 011.0014435NAPA AUTO PARTS000309 ‐ 011.1046.520000 $ 33.38 Auto Parts & Accessories~ 65751 011.0014435011.1046.520000 $ 89.88 Auto Parts & Accessories~ 65827 011.0014435011.1046.520000 $ 54.70 Auto Parts & Accessories~ 66087 011.0014435011.1046.520000 $ 43.78 Auto Parts & Accessories~ 66587 011.0014435011.1046.520000 $ 18.35 Auto Parts & Accessories~ 66588 011.0014435011.1046.520000 $ 256.13 Auto Parts & Accessories~ 66704 011.0014435011.1046.520000 $ 30.62 Auto Parts & Accessories~ 66866 011.0014435011.1046.520000 $ 72.25 Auto Parts & Accessories~ 66867 011.0014435011.1046.520000 $ 854.20 Auto Parts & Accessories~ 67403 011.0014435011.1046.520000 $ 31.86 Auto Parts & Accessories~ 67409 011.0014435$ 1,559.8202/16/2021 606929011.1046.520000 $ 792.00 LED Lamps~ 33910IN 011.0014689NATIONAL SIGNAL, INC003493 ‐ 011.1046.520000 $ 75.24 Sales Tax 9.5% 33910IN$ 867.2402/16/2021 606930011.1031.570000 $ 23.15 Car Wash Services 10045NCM CARWASH006613 ‐ $ 23.1502/16/2021 606931011.1026.597000 $ 243.00 Medical Services 69413304OCCUPATIONAL HEALTH CENTERS OF006586 ‐ 011.1026.597000 $ 138.00 Medical Services 70164022$ 381.0002/16/2021 606932Printed: 3/8/2021 4:00:41PMPage 21 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 37.44 Auto Parts & Accessories~ 3049317581 011.0014436O'REILLY AUTO PARTS005934 ‐ 011.1046.520000 $ 35.20 Auto Parts & Accessories~ 3049317629 011.0014436011.1046.520000 $ 23.65 Auto Parts & Accessories~ 3049319676 011.0014436011.1046.520000 $ 272.87 Auto Parts & Accessories~ 3049319804 011.0014436$ 369.1602/16/2021 606933011.1031.520000 $ 270.89 Supplies 433433PROFORCE LAW ENFORCEMENT001234 ‐ 011.1031.520000 $ 219.00 Supplies 438142$ 489.8902/16/2021 606934055.9000.540000 $ 150.00 Steel Toe Work Boots~ 15280IN 055.0002820SHOETERIA000171 ‐ $ 150.0002/16/2021 606935055.9100.596200 $ 745.32 OperaƟng Expense 01/21 20929SO CAL JOINT POLE COMMITTEE002079 ‐ $ 745.3202/16/2021 606936011.1026.597000 $ 400.00 Psychological EvaluaƟons 2012084SUSAN SAXE‐CLIFFORD, PH.D.001159 ‐ $ 400.0002/16/2021 606937011.1046.520000 $ 689.28 275/70r18 Tires 18378512 011.0014638TIREHUB, LLC006371 ‐ 011.1046.590000 $ 7.00 Tire fee 18378512 011.0014638011.1046.520000 $ 64.98 Sales Tax 9.5% 18378512$ 761.2602/16/2021 606938Printed: 3/8/2021 4:00:41PMPage 22 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE056.5600.596700 $ 3,300.00 FaƟgue Training 1511TYNER CONSULTING SERVICES, INC006619 ‐ $ 3,300.0002/16/2021 606939020.1084.596200 $ 117.25 New Ticket Charges 120210787UNDERGROUND SERVICE ALERT000449 ‐ $ 117.2502/16/2021 606940055.8400.590000 $ 3,216.00 Fencing & Repairs 19249UNITED STEEL FENCE COMPANY005030 ‐ $ 3,216.0002/16/2021 606941011.9019.560010 $ 629.12 Period: 09/20 71631298VERIZON BUSINESS SERVICES001481 ‐ 011.9019.560010 $ 627.42 Period: 11/20 71682737$ 1,256.5402/16/2021 606942020.1084.900000 $ 2,263.00 Design ID: 682053~ 30961 011.0014592VERSATUBE BUILDING SYSTEMS006933 ‐ 020.1084.900000 $ 231.96 Sales Tax 10.25 30961$ 2,494.9602/16/2021 606943055.9000.596550 $ 9,189.25 DEED Program Annual Dues~ 061520AMERICAN PUBLIC POWER ASSOC.005035 ‐ $ 9,189.2502/23/2021 606944Printed: 3/8/2021 4:00:41PMPage 23 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1049.520000 $ 237.50 24"Hx24"W, Wall Panel ‐Clear Acrylic 3228 011.0014665AMERICAN SAFETY PRODUCTS006934 ‐ 011.1049.520000 $ 550.00 24"Hx36"W, Wall Panel, Clear 3228 011.0014665011.1049.520000 $ 335.00 24"Hx48" W, Wall Panel, clear Acrylic 3228011.0014665011.1049.520000 $ 140.00 Slide On brackets for Cubicle wall 3228 011.0014665011.1049.520000 $ 155.00 MulƟ‐Purpose Shield with Adhesive 3228 011.0014665011.1049.520000 $ 31.75 180 Degree H Connectors‐ Pack of 6 3228 011.0014665011.1049.520000 $ 31.75 90 Degree L Connectors ‐ Pack of 6 3228 011.0014665011.1049.520000 $ 179.00 Freight 3228 011.0014665011.1049.520000 $ 151.80 Sales Tax 10.25 3228$ 1,811.8002/23/2021 606945055.8000.590000 $ 1,420.70 316D804G39~ 453252700 055.0002787ANIXTER, INC005662 ‐ 055.8000.590000 $ 145.62 Sales Tax 10.25 453252700$ 1,566.3202/23/2021 606946011.1049.520000 $ 89.19 Plumbing Supplies & Building Hardware~ S1345179002 011.0014459ASTRO PLUMBING SUPPLY CO006305 ‐ $ 89.1902/23/2021 606947055.9000.560010 $ 247.26 Period: 12/10/20 ‐ 01/09/21 15864781AT&T001948 ‐ 056.5600.560010 $ 661.35 Period: 12/10/20 ‐ 01/09/21 15864784056.5600.560010 $ 22.98 Period: 12/10/20 ‐ 01/09/21 15864883$ 931.5902/23/2021 606948Printed: 3/8/2021 4:00:41PMPage 24 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE056.5600.590000 $ 175.00 Gas Supplies~ 146787 056.0000621BASIN VALVE COMPANY002177 ‐ $ 175.0002/23/2021 606949011.1031.570000 $ 240.00 Remove & Install New Dock 3841BLACK & WHITE EMERGENCY VEHICL005366 ‐ $ 240.0002/23/2021 606950020.1084.593200 $ 109.06 ProporƟonal Amount~ 5238CITY OF LAKEWOOD003511 ‐ $ 109.0602/23/2021 606951011.1049.520000 $ 330.20 Electrical Supplies & Hardware~ 266067 011.0014462CURRENT WHOLESALE ELECTRIC SUP001336 ‐ 011.1049.520000 $ 37.37 Electrical Supplies & Hardware~ 266230 011.0014462011.1049.520000 $ 59.31 Electrical Supplies & Hardware~ 266298 011.0014462011.1049.520000 $ 78.94 Electrical Supplies & Hardware~ 266299 011.0014462$ 505.8202/23/2021 606952056.5600.590000 $ 65.00 Pest Control Services 14020578DEWEY PEST CONTROL002566 ‐ $ 65.0002/23/2021 606953Printed: 3/8/2021 4:00:41PMPage 25 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1070.550000 $ 1,125.00 C‐9 Commercial #18AWG, green wire, 8170 011.0014642EXTERIOR PRODUCTS CORP006179 ‐ 011.1070.550000 $ 990.00 C‐9 LED Cool White Bulbs ‐~ 8170 011.0014642011.1070.550000 $ 360.00 Clips & Socket fasteners: Shingle Tabs 8170 011.0014642011.1070.550000 $ 360.00 Clips & Socket fasteners: Parapet Clips 8170 011.0014642011.1070.550000 $ 87.10 GE Silicone II adhesive SCS1000 Silicone 8170 011.0014642011.1070.550000 $ 196.00 Digital Ɵmers with baƩery back up 8170 011.0014642011.1070.550000 $ 360.00 50' 12/3 AWG outdoor extension cords 8170 011.0014642011.1070.550000 $ 356.51 Sales Tax 10.25 8170$ 3,834.6102/23/2021 606954011.1033.590000 $ 521.31 Flow Test 96546EXTREME SAFETY, INC004730 ‐ $ 521.3102/23/2021 606955011.1033.570000 $ 1,920.75 Vehicle Maintenance & Repairs 18331FIRE APPARATUS SOLUTIONS003796 ‐ $ 1,920.7502/23/2021 606956011.1060.595200 $ 100.00 AƩendance SƟpend~ 121620ALAN FRANZ006423 ‐ $ 100.0002/23/2021 606957011.1004.596200 $ 1,250.00 Contract Services Property Tax~ SIN006506HDL COREN & CONE003065 ‐ $ 1,250.0002/23/2021 606958011.1004.596200 $ 912.35 Audit Services ‐ Sales Tax~ SIN005093HINDERLITER DELLAMAS & ASSOC003076 ‐ $ 912.3502/23/2021 606959Printed: 3/8/2021 4:00:41PMPage 26 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1031.502030 $ 1,250.00 Employer ContribuƟon 02/01/21~ 010621HSA BANK004239 ‐ 011.1002.502030 $ 500.00 Employer ContribuƟon 03/01/21 021621011.1003.502030 $ 500.00 Employer ContribuƟon 03/01/21 021621011.1004.502030 $ 1,500.00 Employer ContribuƟon 03/01/21 021621011.1024.502030 $ 1,000.00 Employer ContribuƟon 03/01/21 021621011.1026.502030 $ 2,000.00 Employer ContribuƟon 03/01/21 021621011.1031.502030 $ 7,500.00 Employer ContribuƟon 03/01/21 021621011.1040.502030 $ 1,000.00 Employer ContribuƟon 03/01/21 021621011.1041.502030 $ 1,000.00 Employer ContribuƟon 03/01/21 021621011.1043.502030 $ 2,500.00 Employer ContribuƟon 03/01/21 021621011.1049.502030 $ 1,000.00 Employer ContribuƟon 03/01/21 021621011.1060.502030 $ 1,500.00 Employer ContribuƟon 03/01/21 021621011.9019.502030 $ 1,500.00 Employer ContribuƟon 03/01/21 021621020.1084.502030 $ 4,000.00 Employer ContribuƟon 03/01/21 021621056.5600.502030 $ 500.00 Employer ContribuƟon 03/01/21 021621055.8100.502030 $ 500.00 Employer ContribuƟon 03/01/21 021621055.9000.502030 $ 1,500.00 Employer ContribuƟon 03/01/21 021621055.9100.502030 $ 1,500.00 Employer ContribuƟon 03/01/21 021621$ 30,750.0002/23/2021 606960Printed: 3/8/2021 4:00:41PMPage 27 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 92.50 Materials 16973 011.0014692J&H AUTO BODY003122 ‐ 011.1046.590000 $ 572.00 Labor to remove decal 16973 011.0014692011.1046.520000 $ 9.48 Sales Tax 10.25 16973$ 673.9802/23/2021 606961055.8400.590000 $ 40.50 Small Tools, Plumbing, & Building 112185 055.0002803LB JOHNSON HARDWARE CO #1000804 ‐ 020.1084.900000 $ 196.08 Plumbing & Building Hardware~ 112277 011.0014442020.1084.900000 $ ‐65.15 Credit~ 112282 011.0014442020.1084.900000 $ 65.15 Plumbing & Building Hardware~ 112283 011.0014442020.1084.900000 $ 92.63 Plumbing & Building Hardware~ 112304 011.0014442020.1084.900000 $ 34.49 Plumbing & Building Hardware~ 112328 011.0014442020.1084.900000 $ 81.73 Plumbing & Building Hardware~ 112371 011.0014442020.1084.900000 $ 150.14 Plumbing & Building Hardware~ 112393 011.0014442020.1084.900000 $ 100.66 Plumbing & Building Hardware~ 112547 011.0014442020.1084.900000 $ 16.39 Plumbing & Building Hardware~ 112624 011.0014442055.8400.590000 $ 28.36 Small Tools, Plumbing, & Building 112632 055.0002803055.8000.590000 $ 39.70 Small Tools, Plumbing, & Building 112757 055.0002803$ 780.6802/23/2021 606962057.1057.450050 $ 112.19 Reimb. Internet Charges 10/20‐12/20 022321LETICIA LOPEZ005863 ‐ $ 112.1902/23/2021 606963011.1002.596200 $ 5,000.00 Strategic CommunicaƟons~ 022321FRED MACFARLANE004259 ‐ $ 5,000.0002/23/2021 606964Printed: 3/8/2021 4:00:41PMPage 28 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE057.1057.450050 $ 112.19 Reimb. Internet Charges 10/20‐12/20 022321CAROL MENKE006592 ‐ $ 112.1902/23/2021 606965011.1060.595200 $ 100.00 AƩendance SƟpend~ 121620HECTOR MORFIN006927 ‐ $ 100.0002/23/2021 606966011.1046.520000 $ 95.00 Materials to Upholster Seat 3835 011.0014691NICK ALEXANDER RESTORATION000610 ‐ 011.1046.590000 $ 170.00 Labor to Upholster Seat 3835 011.0014691011.1046.520000 $ 9.74 Sales Tax 10.25 3835$ 274.7402/23/2021 606967011.1046.590000 $ 760.00 Labor to move and brace up arrowboard 26843 011.0014688PACIFIC COMMERCIAL TRUCK BODY,004111 ‐ $ 760.0002/23/2021 606968011.1060.595200 $ 100.00 AƩendance SƟpend~ 121620MARTIN PEREZ006998 ‐ $ 100.0002/23/2021 606969011.1048.520000 $ 595.35 Plumbing Supplies & Building Hardware~ S1245187001 011.0014466PLUMBING & INDUSTRIAL SUPPLY001943 ‐ 011.1049.520000 $ 376.08 Plumbing Supplies & Building Hardware~ S1245198001 011.0014466020.1084.520000 $ 36.14 Plumbing Hardware & Supplies~ S1245231001 011.0014445011.1049.520000 $ 47.62 Plumbing Supplies & Building Hardware~ S1245474001 011.0014466011.1049.520000 $ 34.72 Plumbing Supplies & Building Hardware~ S1245486001 011.0014466011.1049.520000 $ 20.42 Plumbing Supplies & Building Hardware~ S1245563001 011.0014466$ 1,110.3302/23/2021 606970Printed: 3/8/2021 4:00:41PMPage 29 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.8300.596200 $ 641.43 Janitorial Services 02/21~ 74451PRIORITY BUILDING SERVICES, LL006416 ‐ 055.8400.596200 $ 774.18 Janitorial Services 02/21~ 74451056.5600.596200 $ 884.62 Janitorial Services 02/21~ 74451$ 2,300.2302/23/2021 606971011.1049.520000 $ 2,329.07 Water FiltraƟon Units INV02680038QUENCH USA, INC006486 ‐ $ 2,329.0702/23/2021 606972011.1033.596200 $ 750.00 Medical Director Fees~ 120120RICHARD P GUESS MD, INC003869 ‐ $ 750.0002/23/2021 606973011.1031.520000 $ 12.60 Laundry Services~ 11966 011.0014447STATE STREET LAUNDRY000191 ‐ 011.1031.520000 $ 33.50 Laundry Services~ 11969 011.0014447011.1031.520000 $ 6.30 Laundry Services~ 11973 011.0014447011.1031.520000 $ 5.40 Laundry Services~ 11974 011.0014447011.1031.520000 $ 4.50 Laundry Services~ 11975 011.0014447$ 62.3002/23/2021 606974011.1049.520000 $ 549.00 Miracle Box LeƩer/Legal 12W x 15L x 277073011.0014716THE PAIGE COMPANY, INC.003873 ‐ 011.1049.520000 $ 20.00 Freight 277073 011.0014716011.1049.520000 $ 52.16 Sales Tax 10.25 277073$ 621.1602/23/2021 606975Printed: 3/8/2021 4:00:41PMPage 30 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1024.596600 $ 235.00 West InformaƟon Charges 843768900THOMSON REUTERS ‐ WEST000141 ‐ 011.4031.596200 $ 1,610.22 West InformaƟon Charges 843787897$ 1,845.2202/23/2021 606976011.1046.520000 $ 152.60 Gloves 6mm Green XL 118407201 011.0014687W.I.S.E., INC000404 ‐ 011.1046.520000 $ 14.50 Sales Tax 9.5% 118407201$ 167.1002/23/2021 606977020.1084.900000 $ 3,373.99 OMNI B85353 535MCM DLO 2KV UL~ S117007119001 011.0014664WALTERS WHOLESALE ELECTRIC, CO002886 ‐ 020.1084.900000 $ 345.82 Sales Tax 10.25 S117007119001$ 3,719.8102/23/2021 606978011.1043.520000 $ 2,344.00 Green 32 Gallon Metal Trash Receptacle INV364514VER100 011.0014669WORTHINGTON DIRECT HOLDINGS, L004798 ‐ 011.1043.520000 $ 408.00 PL‐32 Black PlasƟc Liner 32 Gallon~ INV364514VER100 011.0014669011.1043.520000 $ 920.00 PL‐32 Black PlasƟc Liner 32 INV364514VER100 011.0014669011.1043.520000 $ 716.00 Freight INV364514VER100 011.0014669011.1043.520000 $ 376.38 Sales Tax 10.25 INV364514VER100$ 4,764.3802/23/2021 606979TOTAL EARLY CHECKS$ 157,488.41Printed: 3/8/2021 4:00:41PMPage 31 of 32
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 63MARCH 16, 2021RECAP BY FUNDFUNDELECTRONIC TOTALEARLY CHECK TOTALWARRANT TOTALGRAND TOTALS$ 2,224,363.14$ 2,339,427.95$0.00$ 115,064.81011 ‐ GENERAL83,461.0898,779.030.0015,317.95020 ‐ WATER8,772,892.508,794,164.820.0021,272.32055 ‐ LIGHT & POWER15,495.3021,104.250.005,608.95056 ‐ NATURAL GAS1,371.911,596.290.00224.38057 ‐ FIBER OPTICGRAND TOTAL$11,255,072.34$0.00$157,488.41$11,097,583.93TOTAL CHECKS TO BE PRINTED 0Printed: 3/8/2021 4:00:41PMPage 32 of 32
City Council Agenda Item Report
Agenda Item No. COV-551-2021
Submitted by: Jazmine Hooks
Submitting Department: Public Works
Meeting Date: March 16, 2021
SUBJECT
City Housing Quarterly Report
Recommendation:
Receive and file the March 2021 City Housing Quarterly Report
Background:
The attached update was provided to the Housing Commission at its Regular Meeting on March 10
2021, and is presented to the Council for its information.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. 20210310 Housing Commission Quarterly Report
Vernon Housing Commission Agenda Item Report
Agenda Item No. COV-534-2021
Submitted by: Daniel Wall
Submitting Department: Public Works
Meeting Date: March 10, 2021
SUBJECT
Quarterly City Housing Report
Recommendation:
Receive and file the March 2021 Quarterly City Housing Report
Background:
Staff will present the Quarterly City Housing Report for the period from December 2020 through February
2021. The report highlights rent, occupancy, inspections and repairs, and advertising.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. March 2021 Quarterly City Housing Report
Housing Commission
March 10, 2021
Daniel Wall - Director of Public Works
Quarterly Report
2
Housing Commision Visit
3361 Fruitland - 10/14/2020
Full Remodel
12/11/2020
Overview
1.Rent Register
2.Occupancy
3.Inspections
4.Advertising
5.Closing
4
Rent Register
5
With the exception of one unit, rents are
current.
City undertaking a COVID-19 compliant
notice process and evaluating next steps.
Outstanding balance as of 3/1/2021
$9,412.46.
Rent Increase
Rent increase notices were mailed on
11/9/2020. A CPI based increase of 1.1%
applied across all month-to-month
occupancies will take effect January 1, 2020.
Reminder notices scheduled for 12/15/2020.
6
Occupancy
Block Properties Occupied Unoccupied
Furlong 10 9 4324 Furlong*
50th 8 8 0 - Full
Fruitland 6 5 3361 Fruitland**
Vernon 2 2 0 - Full
Notes.
*Furlong property pending relocation of existing tenant and remodeling. This unit is expected to
become available for lease in Fall 2021.
**Fruitland property currently in the leasing process.
Inspections
The inspections scheduled for April 2020 were
postponed due to COVID-19 concerns and
were later performed in November 2020.
Starting February 2021, crews addressed the
items identified in the November inspections.
As of 3/1/2021, the repairs on the 50th Street
units have been completed. Work is on-going
on the Furlong and Fruitland units.
8
Advertising
●Advertising Continues...
○City Website
○Craigslist
○Chamber of Commerce
○Got Housing Campaign
■Social Media
■Bus Stops
■Direct Outreach / Banners
●Interest Forms Received – 48
(+17 since last reported)
●Housing Transfer Requests - 2
9
Public Works actively manages City of Vernon owned
housing. Public Works...
1. mitigates COVID-19 financial impact and maintains proactive,
legally compliant and humanitarian communications with
tenants,
2. refurbishes housing as it becomes vacant,
3. fills vacancies,
4. performs bi-annual property inspections, and
5.manages properties within budget.
...Providing Outstanding Service to the City of Vernon
Housing Community.
10
In Closing
City Council Agenda Item Report
Agenda Item No. COV-539-2021
Submitted by: Diana Figueroa
Submitting Department: Fire Department
Meeting Date: March 16, 2021
SUBJECT
Fire Department Activity Report
Recommendation:
Receive and file the December 2020 Report.
Background:
Attached is a copy of the Fire Department Activity Report which covers the period of December 1
through December 31, 2020. This report is provided by Los Angeles County Fire and consists of incident
details and a summary for the month.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. Fire Department Activity Report - December 2020
Los Angeles County Fire Department
CSL - Report City Details
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
12/01/20 LAC20362920 SICKB 600 - Good intent call,
other
3770 East
WASHINGTON
VERNON CA
90023
3770 East
WASHINGTON
Boulevard
E27
12/01/20 LAC20362977 HM 672 - Biological hazard
investigation, none
found
3398 East LEONIS
VERNON CA
90058
3398 East
LEONIS
Boulevard
T13
12/01/20 LAC20363225 INVO 150 - Outside rubbish
fire, other
East
WASHINGTON
VERNON CA
90023
East
WASHINGTON
Boulevard
E52 0 0
12/01/20 LAC20363345 ALREMS 735 - Alarm system
sounded due to
malfunction
3226 East 44TH
VERNON CA
90058
3226 East
44TH Street
E13
12/01/20 LAC20363458 TCB 321 - EMS call,
excluding vehicle
accident with injury
FRUITLAND
VERNON CA
90058
FRUITLAND
Avenue
E13
12/01/20 LAC20363466 UNC 321 - EMS call,
excluding vehicle
accident with injury
4401 South
DOWNEY VERNON
CA 90058
4401 South
DOWNEY
Road
S13
12/01/20 LAC20363528 ALRWF 2300 East 57TH
VERNON CA
90058
2300 East
57TH Street
E164
12/01/20 LAC20363670 ALRWF 735 - Alarm system
sounded due to
malfunction
2300 East 57TH
VERNON CA
90058
2300 East
57TH Street
E52
12/02/20 LAC20363817 ALRWF 744 - Detector
activation, no fire -
unintentional
3137 East 26TH
VERNON CA
90023
3137 East
26TH Street
E52
12/02/20 LAC20363960 UNC 321 - EMS call,
excluding vehicle
accident with injury
2775 East 26TH
VERNON CA
90023
2775 East
26TH Street
E52
12/02/20 LAC20364090 TCP 321 - EMS call,
excluding vehicle
accident with injury
4229 CHARTER
VERNON CA
90058
4229
CHARTER
Street
E13
12/02/20 LAC20364391 DB 321 - EMS call,
excluding vehicle
accident with injury
2831 South SANTA
FE VERNON CA
90058
2831 South
SANTA FE
Avenue
E52
12/02/20 LAC20364620 TCB 600 - Good intent call,
other
East 37TH
VERNON CA
90058
East 37TH
Street
E52
12/02/20 LAC20364646 INJA 321 - EMS call,
excluding vehicle
accident with injury
3049 East
VERNON VERNON
CA 90058
3049 East
VERNON
Avenue
S164
12/02/20 LAC20364704 MISC1 600 - Good intent call,
other
East
WASHINGTON
VERNON CA
90023
East
WASHINGTON
Boulevard
E52
12/02/20 LAC20364892 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
2325 East 37TH
VERNON CA
90058
2325 East
37TH Street
E52
12/03/20 LAC20365044 DB 321 - EMS call,
excluding vehicle
accident with injury
5563 South
ALCOA VERNON
CA 90058
5563 South
ALCOA
Avenue
E13
12/03/20 LAC20365347 UNC 600 - Good intent call,
other
3480 East 26TH
VERNON CA
90023
3480 East
26TH Street
E52
12/03/20 LAC20365682 MISC1 143 - Grass fire South SANTA FE
VERNON CA
90058
South SANTA
FE Avenue
BC13
12/03/20 LAC20365692 INJB 311 - Medical assist,
assist EMS crew
2099 East 27TH
VERNON CA
90058
2099 East
27TH Street
T13
Printed On: 01/05/2021 12:51:37 PM1 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
12/03/20 LAC20365783 SZR 321 - EMS call,
excluding vehicle
accident with injury
3501 East
VERNON VERNON
CA 90058
3501 East
VERNON
Avenue
E52
12/04/20 LAC20366277 GASI 4333 MAYWOOD
VERNON CA
90058
4333
MAYWOOD
Street
E163
12/04/20 LAC20366389 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
South DOWNEY
VERNON CO CA
90023
South
DOWNEY
Road
E13
12/04/20 LAC20366493 ALRWF 300 - Rescue, EMS
incident, other
2241 East 49TH
VERNON CA
90058
2241 East
49TH Street
E13
12/04/20 LAC20367279 EMS 321 - EMS call,
excluding vehicle
accident with injury
2045 East
VERNON VERNON
CA 90058
2045 East
VERNON
Avenue
E52
12/05/20 LAC20367279 EMS 321 - EMS call,
excluding vehicle
accident with injury
2045 East
VERNON VERNON
CA 90058
2045 East
VERNON
Avenue
S13
12/05/20 LAC20367404 TCA 300 - Rescue, EMS
incident, other
Santa Fe South
SANTA FE
VERNON CA
90058
Santa Fe
South SANTA
FE Avenue
E52
12/05/20 LAC20367585 GRS 143 - Grass fire 1999 25TH
VERNON CA
90058
1999 25TH
Street
E52 0 0
12/05/20 LAC20367643 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
3031 East
VERNON VERNON
CA 90058
3031 East
VERNON
Avenue
T13
12/05/20 LAC20367996 ALRWF 522 - Water or steam
leak
2042 East
VERNON VERNON
CA 90058
2042 East
VERNON
Avenue
E52
12/05/20 LAC20368297 UNC 321 - EMS call,
excluding vehicle
accident with injury
South PACIFIC
VERNON CA
90058
South PACIFIC
Boulevard
E52
12/06/20 LAC20368519 EMS 321 - EMS call,
excluding vehicle
accident with injury
BANDINI VERNON
CA 90040
BANDINI
Boulevard
E27
12/06/20 LAC20368660 INVO 150 - Outside rubbish
fire, other
South SOTO
VERNON CA
90023
South SOTO
Street
E13 0 0
12/06/20 LAC20368951 TCB 300 - Rescue, EMS
incident, other
Banding South
DOWNEY VERNON
CA 90023
Banding South
DOWNEY
Road
E52
12/06/20 LAC20369322 STAB 321 - EMS call,
excluding vehicle
accident with injury
5685 South
ALCOA VERNON
CA 90058
5685 South
ALCOA
Avenue
E13
12/07/20 LAC20370320 ALRWF 735 - Alarm system
sounded due to
malfunction
2226 East 38TH
VERNON CA
90058
2226 East
38TH Street
E52
12/08/20 LAC20371132 SICKB 321 - EMS call,
excluding vehicle
accident with injury
2700 FRUITLAND
VERNON CA
90058
2700
FRUITLAND
Avenue
E52
12/08/20 LAC20371212 TCB 321 - EMS call,
excluding vehicle
accident with injury
25 Santa Fe
VERNON CA
90058
25 Santa Fe
Street
E52
12/08/20 LAC20371668 TCB 322 - Motor vehicle
accident with injuries
1 LOMA VISTA
VERNON CA
90058
1 LOMA VISTA
Avenue
E163
12/09/20 LAC20372456 INJA 321 - EMS call,
excluding vehicle
accident with injury
3033 BANDINI
VERNON CA
90023
3033 BANDINI
Boulevard
S13
12/09/20 LAC20372466 TCA 321 - EMS call,
excluding vehicle
accident with injury
0000 South SANTA
FE VERNON CA
90058
0000 South
SANTA FE
Avenue
E164
12/09/20 LAC20372509 SPILL 410 -
Combustible/flammable
gas/liquid condition,
5107 South
DISTRICT
VERNON CA
5107 South
DISTRICT
Boulevard
E13
Printed On: 01/05/2021 12:51:37 PM2 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
other 90058
12/09/20 LAC20372692 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
5119 DISTRICT
VERNON CA
90058
5119
DISTRICT
Boulevard
E163
12/10/20 LAC20373832 GASO 412 - Gas leak (natural
gas or LPG)
2914 East LEONIS
VERNON CA
90058
2914 East
LEONIS
Boulevard
E13
12/10/20 LAC20374122 EMS 321 - EMS call,
excluding vehicle
accident with injury
3737 South SOTO
VERNON CA
90058
3737 South
SOTO Street
E52
12/11/20 LAC20374402 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
3333 South
DOWNEY VERNON
CA 90023
3333 South
DOWNEY
Road
E52
12/11/20 LAC20374404 TCB 321 - EMS call,
excluding vehicle
accident with injury
South DOWNEY
VERNON CA
90058
South
DOWNEY
Road
E13
12/11/20 LAC20374438 UNC 321 - EMS call,
excluding vehicle
accident with injury
3345 FRUITLAND
VERNON CA
90058
3345
FRUITLAND
Avenue
E13
12/11/20 LAC20374629 INVO 600 - Good intent call,
other
South GRANDE
VISTA VERNON CA
90023
South
GRANDE
VISTA Avenue
E13
12/12/20 LAC20375668 ALRWF 735 - Alarm system
sounded due to
malfunction
2050 East 49TH
VERNON CA
90058
2050 East
49TH Street
E52
12/12/20 LAC20375795 ALRA 745 - Alarm system
activation, no fire -
unintentional
2141 East 52ND
VERNON CA
90058
2141 East
52ND Street
E52
12/12/20 LAC20376611 ARREST 321 - EMS call,
excluding vehicle
accident with injury
3560 East
VERNON VERNON
CA 90058
3560 East
VERNON
Avenue
E52
12/13/20 LAC20377231 VEH 622 - No incident
found on arrival at
dispatch address
South ATLANTIC
VERNON CA
90040
South
ATLANTIC
Boulevard
E163
12/13/20 LAC20377326 HM 423 - Refrigeration
leak
2727 East
VERNON VERNON
CA 90058
2727 East
VERNON
Avenue
E52
12/13/20 LAC20377518 INJB 321 - EMS call,
excluding vehicle
accident with injury
South SOTO
VERNON CA
90058
South SOTO
Street
E52
12/14/20 LAC20378605 INVO 611 - Dispatched and
cancelled en route
South ALAMEDA
VERNON CA
90058
South
ALAMEDA
Street
E13
12/14/20 LAC20378623 TCB 600 - Good intent call,
other
East 57TH
VERNON CA
90058
East 57TH
Street
E52
12/14/20 LAC20378740 TCA 321 - EMS call,
excluding vehicle
accident with injury
N/a FRUITLAND
VERNON CA
90058
N/a
FRUITLAND
Avenue
S13
12/14/20 LAC20378752 ALRA 744 - Detector
activation, no fire -
unintentional
1925 East
VERNON VERNON
CA 90058
1925 East
VERNON
Avenue
E52
12/14/20 LAC20378963 ASSLTA 321 - EMS call,
excluding vehicle
accident with injury
4305 South SANTA
FE VERNON CA
90058
4305 South
SANTA FE
Avenue
E52
12/15/20 LAC20379565 ALRA 744 - Detector
activation, no fire -
unintentional
3001 South
SIERRA PINE
VERNON CA
90023
3001 South
SIERRA PINE
Avenue
E52
12/15/20 LAC20380166 DB 321 - EMS call,
excluding vehicle
accident with injury
5119 DISTRICT
VERNON CA
90058
5119
DISTRICT
Boulevard
E16
12/16/20 LAC20381541 TCT 322 - Motor vehicle
accident with injuries
1713 South
ALAMEDA
VERNON CA
90058
1713 South
ALAMEDA
Street
Q164
Printed On: 01/05/2021 12:51:37 PM3 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
12/16/20 LAC20381626 ALRWF 744 - Detector
activation, no fire -
unintentional
2638 East
VERNON VERNON
CA 90058
2638 East
VERNON
Avenue
E52
12/16/20 LAC20381687 EMS 321 - EMS call,
excluding vehicle
accident with injury
4305 South SANTA
FE VERNON CA
90058
4305 South
SANTA FE
Avenue
E52
12/17/20 LAC20382035 ALRA 611 - Dispatched and
cancelled en route
5353 South
DOWNEY VERNON
CA 90058
5353 South
DOWNEY
Road
E13
12/17/20 LAC20382375 SICKA 300 - Rescue, EMS
incident, other
South ATLANTIC
VERNON CA
90040
South
ATLANTIC
Boulevard
E27
12/17/20 LAC20382969 STRC 651 - Smoke scare,
odor of smoke
5801 South 2ND
VERNON CA
90058
5801 South
2ND Street
E16
12/18/20 LAC20383271 TCB 600 - Good intent call,
other
South PACIFIC
VERNON CA
90058
South PACIFIC
Boulevard
E52
12/18/20 LAC20383293 HYD 600 - Good intent call,
other
5119 DISTRICT
VERNON CA
90058
5119
DISTRICT
Boulevard
E163
12/18/20 LAC20384089 TCB 600 - Good intent call,
other
South ALAMEDA
VERNON CA
90058
South
ALAMEDA
Street
E52
12/19/20 LAC20384562 RUB 151 - Outside rubbish,
trash or waste fire
4700 South
BOYLE VERNON
CA 90058
4700 South
BOYLE
Avenue
E13 0 0
12/19/20 LAC20385669 INJA 321 - EMS call,
excluding vehicle
accident with injury
3055 East 44TH
VERNON CA
90058
3055 East
44TH Street
E52
12/20/20 LAC20386539 MISC1 150 - Outside rubbish
fire, other
South ATLANTIC
VERNON CA
90040
South
ATLANTIC
Boulevard
Q27 0 0
12/20/20 LAC20387069 SICKB 321 - EMS call,
excluding vehicle
accident with injury
East 52ND
VERNON CA
90270
East
52ND DR
E163
12/21/20 LAC20387166 STRC 151 - Outside rubbish,
trash or waste fire
5015 DISTRICT
VERNON CA
90058
5015
DISTRICT
Boulevard
E163
12/21/20 LAC20387248 ALRWF 600 - Good intent call,
other
2970 East 50TH
VERNON CA
90058
2970 East
50TH Street
E13
12/21/20 LAC20387309 HYD 600 - Good intent call,
other
5119 DISTRICT
VERNON CA
90058
5119
DISTRICT
Boulevard
E13
12/21/20 LAC20387441 WIRES 611 - Dispatched and
cancelled en route
3345 East
SLAUSON
VERNON CA
90058
3345 East
SLAUSON
Avenue
T13
12/21/20 LAC20387449 INVO 151 - Outside rubbish,
trash or waste fire
3365 East
SLAUSON
VERNON CA
90058
3365 East
SLAUSON
Avenue
E52 0 0
12/21/20 LAC20387464 MISC1 150 - Outside rubbish
fire, other
5764 South
ALCOA VERNON
CA 90058
5764 South
ALCOA
Avenue
E13 0 0
12/21/20 LAC20387469 ALRA 611 - Dispatched and
cancelled en route
3365 East
SLAUSON
VERNON CA
90058
3365 East
SLAUSON
Avenue
E165
12/21/20 LAC20387602 ALRA 745 - Alarm system
activation, no fire -
unintentional
3170 East
SLAUSON
VERNON CA
90058
3170 East
SLAUSON
Avenue
E13
12/21/20 LAC20387619 ALRWFR 735 - Alarm system
sounded due to
malfunction
2410 East 38TH
VERNON CA
90058
2410 East
38TH Street
E52
Printed On: 01/05/2021 12:51:37 PM4 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
12/21/20 LAC20387624 ALRWF 745 - Alarm system
activation, no fire -
unintentional
4900 CORONA
VERNON CA
90058
4900
CORONA
Avenue
E13
12/21/20 LAC20388121 ALRWF 735 - Alarm system
sounded due to
malfunction
5801 South 2ND
VERNON CA
90058
5801 South
2ND Street
E52
12/21/20 LAC20388272 ALRWF 745 - Alarm system
activation, no fire -
unintentional
4900 CORONA
VERNON CA
90058
4900
CORONA
Avenue
E13
12/21/20 LAC20388357 JUMPER 600 - Good intent call,
other
BANDINI VERNON
CA 90040
BANDINI
Boulevard
BC3
12/22/20 LAC20388601 STRC FRUITLAND
VERNON CA
90270
FRUITLAND
Avenue
E164
12/22/20 LAC20388667 ALERGY 321 - EMS call,
excluding vehicle
accident with injury
2600 East 28TH
VERNON CA
90058
2600 East
28TH Street
S164
12/22/20 LAC20389299 911 520 - Water problem,
other
East 51ST
VERNON CA
90058
East 51ST
Street
S164
12/22/20 LAC20389424 SICKB 321 - EMS call,
excluding vehicle
accident with injury
2615 South SANTA
FE VERNON CA
90058
2615 South
SANTA FE
Avenue
T13
12/22/20 LAC20389608 GRS 151 - Outside rubbish,
trash or waste fire
2035 East 37TH
VERNON CA
90058
2035 East
37TH Street
E52 0 0
12/22/20 LAC20389733 INVO 400 - Hazardous
condition, other
3435 East
VERNON VERNON
CA 90058
3435 East
VERNON
Avenue
E52
12/23/20 LAC20390112 TCA 321 - EMS call,
excluding vehicle
accident with injury
2801 East 46TH
VERNON CA
90058
2801 East
46TH Street
E52
12/23/20 LAC20390791 ASSLTA 321 - EMS call,
excluding vehicle
accident with injury
4462 South
PACIFIC VERNON
CA 90058
4462 South
PACIFIC
Boulevard
E52
12/23/20 LAC20390961 TCB 600 - Good intent call,
other
4801 South
PACIFIC VERNON
CA 90058
4801 South
PACIFIC
Boulevard
E52
12/23/20 LAC20391046 ALRWF 745 - Alarm system
activation, no fire -
unintentional
4900 CORONA
VERNON CA
90058
4900
CORONA
Avenue
E13
12/23/20 LAC20391200 ALRWF 745 - Alarm system
activation, no fire -
unintentional
4900 CORONA
VERNON CA
90058
4900
CORONA
Avenue
E13
12/25/20 LAC20393427 INVO 611 - Dispatched and
cancelled en route
BANDINI VERNON
CA 90040
BANDINI
Boulevard
Q27
12/26/20 LAC20394123 ALRWF 611 - Dispatched and
cancelled en route
4133 BANDINI
VERNON CA
90023
4133 BANDINI
Boulevard
E27
12/26/20 LAC20394303 GRS 600 - Good intent call,
other
South SANTA FE
VERNON CA
90058
South SANTA
FE Avenue
E52
12/26/20 LAC20394445 INJA 300 - Rescue, EMS
incident, other
4623 MAYWOOD
VERNON CA
90058
4623
MAYWOOD
Avenue
E13
12/26/20 LAC20394666 INJA 321 - EMS call,
excluding vehicle
accident with injury
South SANTA FE
VERNON CA
90058
South SANTA
FE Avenue
E52
12/26/20 LAC20395145 MISC1 600 - Good intent call,
other
East 50TH
VERNON CA
90058
East 50TH
Street
E52
12/27/20 LAC20395273 UNC 321 - EMS call,
excluding vehicle
accident with injury
3300 East
VERNON VERNON
CA 90058
3300 East
VERNON
Avenue
E52
12/27/20 LAC20395407 MISC1 154 - Dumpster or
other outside trash
South ATLANTIC
VERNON CA
South
ATLANTIC
E163 500
Printed On: 01/05/2021 12:51:37 PM5 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
receptacle fire 90040 Boulevard
12/27/20 LAC20395731 BEHAVB 600 - Good intent call,
other
5820 South
ALAMEDA
VERNON CA
90058
5820 South
ALAMEDA
Street
E52
12/28/20 LAC20396654 UNC 300 - Rescue, EMS
incident, other
4305 South SANTA
FE VERNON CA
90058
4305 South
SANTA FE
Avenue
E52
12/28/20 LAC20397206 CP 321 - EMS call,
excluding vehicle
accident with injury
2833 East LEONIS
#205 VERNON CA
90058
2833 East
LEONIS #205
Boulevard
E52
12/28/20 LAC20397297 TCA 321 - EMS call,
excluding vehicle
accident with injury
South DOWNEY
VERNON CA
90058
South
DOWNEY
Road
E13
12/28/20 LAC20397417 ALRWF 735 - Alarm system
sounded due to
malfunction
4900 CORONA
VERNON CA
90058
4900
CORONA
Avenue
E13
12/28/20 LAC20397605 ALRWFR 611 - Dispatched and
cancelled en route
2845 East 26TH
VERNON CA
90023
2845 East
26TH Street
E52
12/28/20 LAC20397624 ALRAR 744 - Detector
activation, no fire -
unintentional
2845 East 26TH
VERNON CA
90023
2845 East
26TH Street
E52
12/28/20 LAC20397716 INJB 600 - Good intent call,
other
2444 South
ALAMEDA
VERNON CA
90058
2444 South
ALAMEDA
Street
E52
12/29/20 LAC20398255 ASSLTB 321 - EMS call,
excluding vehicle
accident with injury
3030 South
ATLANTIC
VERNON CA
90040
3030 South
ATLANTIC
Boulevard
E27
12/29/20 LAC20398513 ALRWF 611 - Dispatched and
cancelled en route
4408 BANDINI
VERNON CA
90023
4408 BANDINI
Boulevard
E27 100
12/29/20 LAC20398739 ALRWF 735 - Alarm system
sounded due to
malfunction
3015 East LEONIS
VERNON CA
90058
3015 East
LEONIS
Boulevard
E52
12/29/20 LAC20398778 UNC 321 - EMS call,
excluding vehicle
accident with injury
2764 East LEONIS
VERNON CA
90058
2764 East
LEONIS
Boulevard
E52
12/29/20 LAC20399072 MISC1 151 - Outside rubbish,
trash or waste fire
East
WASHINGTON
VERNON CA
90023
East
WASHINGTON
Boulevard
E52
12/29/20 LAC20399172 TCA 321 - EMS call,
excluding vehicle
accident with injury
Downey South
DOWNEY VERNON
CO CA 90058
Downey South
DOWNEY
Road
S13
12/30/20 LAC20399556 SICKA 300 - Rescue, EMS
incident, other
5525 South SANTA
FE VERNON CA
90058
5525 South
SANTA FE
Avenue
S164
12/30/20 LAC20399568 SPILL South ALAMEDA
VERNON CA
90058
South
ALAMEDA
Street
E52
12/31/20 LAC20400855 MISC1 3056 BANDINI
VERNON CA
90023
3056 BANDINI
Boulevard
E52
12/31/20 LAC20401078 CP 321 - EMS call,
excluding vehicle
accident with injury
4401 South
DOWNEY VERNON
CA 90058
4401 South
DOWNEY
Road
E13
12/31/20 LAC20401125 CP 321 - EMS call,
excluding vehicle
accident with injury
4305 South SANTA
FE VERNON CA
90058
4305 South
SANTA FE
Avenue
S13
12/31/20 LAC20401515 GRS 611 - Dispatched and
cancelled en route
East
WASHINGTON
VERNON CA
90023
East
WASHINGTON
Boulevard
E52
12/31/20 LAC20401751 INJA 321 - EMS call,4305 South SANTA 4305 South E52
Printed On: 01/05/2021 12:51:37 PM6 of 7
Alarm
Date
Time
Basic
Incident
Number
(FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic
Incident Full
Street
Address
Basic First
Arrived At
Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
Basic Incident Date Time:
Cad Basic Incident City Name:
excluding vehicle
accident with injury
FE VERNON CA
90058
SANTA FE
Avenue
12/31/20 LAC20401865 UNC 321 - EMS call,
excluding vehicle
accident with injury
FRUITLAND
VERNON CA
90058
FRUITLAND
Avenue
E13
Count: 129
Report Filters
is between '12/1/2020' and '12/31/2020'
contains 'Vernon'
Printed On: 01/05/2021 12:51:37 PM7 of 7
Elite lac CSL - Incident Type and Totals By City and Date
Cad Initial Cad Incident Type
Description
Basic Incident Type Code And Description
(FD1.21)
Number of
incidents
Property
Loss
Content
Loss
Acres
Burned
Basic Incident Type Category (FD1.21): (None)
ALRWF 1
GASI 1
MISC1 1
SPILL 1
STRC 1
Total: 5 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 1 - Fire
GRS 143 - Grass fire 1 $0 0
GRS 151 - Outside rubbish, trash or waste fire 1 $0 0
INVO 150 - Outside rubbish fire, other 2 $0 0
INVO 151 - Outside rubbish, trash or waste fire 1 $0 0
MISC1 143 - Grass fire 1
MISC1 150 - Outside rubbish fire, other 2 $0 0
MISC1 151 - Outside rubbish, trash or waste fire 1
MISC1 154 - Dumpster or other outside trash receptacle
fire
1 $500
RUB 151 - Outside rubbish, trash or waste fire 1 $0 0
STRC 151 - Outside rubbish, trash or waste fire 1
Total: 12 Total: $500 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 3 - Rescue & Emergency Medical Service Incident
ALERGY 321 - EMS call, excluding vehicle accident with
injury
1
ALRWF 300 - Rescue, EMS incident, other 1
ARREST 321 - EMS call, excluding vehicle accident with
injury
1
ASSLTA 321 - EMS call, excluding vehicle accident with
injury
2
ASSLTB 321 - EMS call, excluding vehicle accident with
injury
1
BEHAVB 321 - EMS call, excluding vehicle accident with
injury
5
CP 321 - EMS call, excluding vehicle accident with
injury
3
DB 321 - EMS call, excluding vehicle accident with
injury
3
EMS 321 - EMS call, excluding vehicle accident with
injury
5
INJA 300 - Rescue, EMS incident, other 1
INJA 321 - EMS call, excluding vehicle accident with
injury
5
INJB 311 - Medical assist, assist EMS crew 1
INJB 321 - EMS call, excluding vehicle accident with
injury
1
SICKA 300 - Rescue, EMS incident, other 2
SICKB 321 - EMS call, excluding vehicle accident with
injury
3
STAB 321 - EMS call, excluding vehicle accident with
injury
1
SZR 321 - EMS call, excluding vehicle accident with
injury
1
TCA 300 - Rescue, EMS incident, other 1
TCA 321 - EMS call, excluding vehicle accident with
injury
5
TCB 300 - Rescue, EMS incident, other 1
TCB 321 - EMS call, excluding vehicle accident with
injury
3
TCB 322 - Motor vehicle accident with injuries 1
Printed On: 01/05/2021 01:07:29 PM1 of 2
Cad Initial Cad Incident Type
Description
Basic Incident Type Code And Description
(FD1.21)
Number of
incidents
Property
Loss
Content
Loss
Acres
Burned
TCP 321 - EMS call, excluding vehicle accident with
injury
1
TCT 322 - Motor vehicle accident with injuries 1
UNC 300 - Rescue, EMS incident, other 1
UNC 321 - EMS call, excluding vehicle accident with
injury
7
Total: 58 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 4 - Hazardous Condition (No Fire)
GASO 412 - Gas leak (natural gas or LPG)1
HM 423 - Refrigeration leak 1
INVO 400 - Hazardous condition, other 1
SPILL 410 - Combustible/flammable gas/liquid
condition, other
1
Total: 4 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 5 - Service Call
911 520 - Water problem, other 1
ALRWF 522 - Water or steam leak 1
Total: 2 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 6 - Good Intent Call
ALRA 611 - Dispatched and cancelled en route 2
ALRWF 600 - Good intent call, other 1
ALRWF 611 - Dispatched and cancelled en route 2 100
ALRWFR 611 - Dispatched and cancelled en route 1
BEHAVB 600 - Good intent call, other 1
GRS 600 - Good intent call, other 1
GRS 611 - Dispatched and cancelled en route 1
HM 672 - Biological hazard investigation, none found 1
HYD 600 - Good intent call, other 2
INJB 600 - Good intent call, other 1
INVO 600 - Good intent call, other 1
INVO 611 - Dispatched and cancelled en route 2
JUMPER 600 - Good intent call, other 1
MISC1 600 - Good intent call, other 2
SICKB 600 - Good intent call, other 1
STRC 651 - Smoke scare, odor of smoke 1
TCB 600 - Good intent call, other 5
UNC 600 - Good intent call, other 1
VEH 622 - No incident found on arrival at dispatch
address
1
WIRES 611 - Dispatched and cancelled en route 1
Total: 29 Total: $0 Total: 100 Total: 0
Basic Incident Type Category (FD1.21): 7 - False Alarm & False Call
ALRA 744 - Detector activation, no fire - unintentional 2
ALRA 745 - Alarm system activation, no fire -
unintentional
2
ALRAR 744 - Detector activation, no fire - unintentional 1
ALREMS 735 - Alarm system sounded due to malfunction 1
ALRWF 735 - Alarm system sounded due to malfunction 6
ALRWF 744 - Detector activation, no fire - unintentional 2
ALRWF 745 - Alarm system activation, no fire -
unintentional
4
ALRWFR 735 - Alarm system sounded due to malfunction 1
Total: 19 Total: $0 Total: 0 Total: 0
Total: 129 Total: $500 Total: 100 Total: 0
Printed On: 01/05/2021 01:07:29 PM2 of 2
City Council Agenda Item Report
Agenda Item No. COV-525-2021
Submitted by: Donna Aggers
Submitting Department: Police Department
Meeting Date: March 16, 2021
SUBJECT
Police Department Activity Report
Recommendation:
Receive and file the January 2021 Report.
Background:
The Vernon Police Department's activity report consists of activity during the specified reporting period,
including a summary of calls for service, and statistical information regarding arrests, traffic collisions,
stored and impounded vehicles, recovered stolen vehicles, the number of citations issued, and the
number of reports filed.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. Police Department Activity Report - January 2021
Type VERNON POLICE DEPARTMENTDepartment Activity ReportJurisdiction:First Date:Last Date:01/01/202101/31/2021DepartmentAll Units Primary UnitVERNONDescriptionComplaintVPD10-6OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC28426010-96C10-96 CHARLES (CITY HALL SECURITY CHECK)4410-96HPICK UP THE JAIL PAPER WORK FROM HP JAIL54140SUPPLEMENTAL REPORT1611166RCOURT ORDER VIOLATION REPORT11187RMURDER REPORT11120002NON-INJURY HIT AND RUN5220002RNON-INJURY HIT AND RUN REPORT2312207RKIDNAPPING REPORT51242BATTERY41242RBATTERY REPORT51243RASSAULT ON A PEACE OFFICER REPORT61415DISTURBING THE PEACE4415417BRANDISHING A WEAPON153422TERRORIST THREATS62422RTERRORIST THREATS REPORT74459AAUDIBLE BURGLARY ALARM341156459RBURGLARY REPORT3513459SSILENT BURGLARY ALARM144459VRBURGLARY TO A VEHICLE REPORT108476RFRAUD REPORT32484PETTY THEFT104484RPETTY THEFT REPORT105487GRAND THEFT93487RGRAND THEFT REPORT2314503REMBEZZLEMENT REPORT21586PARKING PROBLEM4532586EPARKING ENFORCEMENT21594VANDALISM83594RVANDALISM REPORT2814602TRESPASS4719647FDRUNK IN PUBLIC621Page of 302/01/2021 04:42:56
Type VERNON POLICE DEPARTMENTDepartment Activity ReportJurisdiction:First Date:Last Date:01/01/202101/31/2021DepartmentAll Units Primary UnitVERNONDescriptionComplaintVPD901UNKNOWN INJURY TRAFFIC COLLISION11901TINJURY TRAFFIC COLLISION196901TRINJURY TRAFFIC COLLISION REPORT113902TNON-INJURY TRAFFIC COLLISION7132902TRNON-INJURY TRAFFIC COLLISION REPORT104909CTRAFFIC CONTROL21909ETRAFFIC ENFORCEMENT21909TTRAFFIC HAZARD85911911 MISUSE / HANGUP1810911ACONTACT THE REPORTING PARTY4028917AABANDONED VEHICLE73920PRLOST PROPERTY REPORT11925SUSPICIOUS CIRCUMSTANCES9638927UNKNOWN TROUBLE11A211RATTEMPT ROBBERY REPORT11A484RATTEMPT PETTY THEFT REPORT43A487ATTEMPT GRAND THEFT21A487RATTEMPT GRAND THEFT REPORT94AGTARATTEMPT GRAND THEFT AUTO REPORT43ASSISTFDASSIST FIRE DEPARTMENT3213BOSIGBROKEN SIGNAL OR LIGHT43BOVEHBROKEN DOWN VEHICLE138CIVILCIVIL MATTER107CODE5SURVEILLANCE/STAKE-OUT11COPCOP DETAIL64DETDETECTIVE INVESTIGATION6627DETAILDETAIL63DPTASTDEPARTMENTAL ASSIST3212FILINGOFFICER IS 10-6 REPORT WRITING109102FOUNDFOUND PROPERTY REPORT22FUFOLLOW UP98GTAGRAND THEFT AUTO312Page of 302/01/2021 04:42:56
Type VERNON POLICE DEPARTMENTDepartment Activity ReportJurisdiction:First Date:Last Date:01/01/202101/31/2021DepartmentAll Units Primary UnitVERNONDescriptionComplaintVPDGTARGRAND THEFT AUTO REPORT4026HBCHAILED BY A CITIZEN115ID THEFT RPTIDENTITY THEFT REPORT21KTPKEEP THE PEACE11LOCATELOCATED VERNON STOLEN VEHICLE / PLATES VIA TELETYPE119LOJACKLOJACK HIT11LPRLICENSE PLATE READER179MR60MISC REPORT52PANIC ALARMPANIC ALARM/DURESS ALARM123PAPDPUBLIC ASSIST-POLICE2012PATCKPATROL CHECK538456PEDCKPEDESTRIAN CHECK11460PRSTRANPRISONER TRANSPORTED65RECRECOVERED STOLEN VEHICLE IN THE FIELD6727RECKLESS DRVRECKLESS DRIVING (23103)63ROADRAGEROAD RAGE11RRRAIL ROAD PROBLEM43SPEEDSPEED CONTEST OR SPEEDING (23109)103SRMETSRMET DETAIL21TRAFFIC STOPTRAFFIC STOP217143UNATTACHEDTRUNATTACHED TRAILER77VCKVEHICLE CHECK195144VEH RELEASEVEHICLE RELEASE44WARRANTWARRANT ARREST11WELCKWELFARE CHECK5621Department: 29821889Overall: 298218893Page of 302/01/2021 04:42:56
VERNON POLICE DEPARTMENT
Police Activity Report
Period Ending: 01/31/21
TRAFFIC COLLISIONS NO. PROPERTY RECOVERED
TOTAL 24 VEHICLES: $268,100
NON-INJURY 16
INJURY 8
Persons Injured 8
Pedestrian 1
Fatalities 0
City Property Damage 5
Hit & Run (Felony) 0
Hit & Run (Misdemeanor) 7
VEHICLES STORED PROPERTY RECOVERED FOR
Unlicensed Driver/Impounded Vehicle 15 OTHER DEPARTMENTS
Unattached Trailer 0 VEHICLES: $205,800
Abandoned/Stored Vehicle 8
Traffic Hazard 0
CITATIONS
Citations Iss (Prisoner Release) 35
Citations Iss (Other Violations) 0
Parking 71
Hazardous 38
Non-Hazardous 25
Citations Iss (Moving) 63
Citations Iss (Total) 134
CASES CLEARED BY ARREST
AR21-001 CR21-0007 594.2(A) PC AR21-023 CR21-0115 417 PC
AR21-002 CR21-0008 23109(A)VC AR21-024 CR20-2126 487 PC
AR21-003 CR21-0011 14601.2(A) VC AR21-026 CR21-0120 487 PC
AR21-006 CR21-0038 243(B) PC AR21-028 CR21-0133 11364 HS
AR21-007 CR21-0041 11364(A) HS AR21-029 CR21-0144 14601.2(A) VC
AR21-008 CR21-0054 11377(A) HS AR21-031 CR21-0128 10851 VC
AR21-010 CR21-0060 23247(E) VC AR21-032 CR21-0163 11364 HS
AR21-011 CR21-0066 4140 BP AR21-034 CR21-0181 148 PC
AR21-013 CR21-0076 11364 HS AR21-035 CR21-0185 25850(C)6 PC
AR21-014 CR21-0077 11364 HS AR21-036 CR21-0187 11364 HS
AR21-015 CR21-0078 11364 HS
AR21-016 CR21-0091 11364 HS
AR21-020 CR21-0099 647(F) PC
AR21-021 CR21-0106 11364 HS
AR21-022 CR21-0107 11364 HS
MALE FEMALE TOTAL
BURGLARY (& ATTEMPTED)0
DRIVING UNDER THE INFLUENCE w/ INJURY 0
DOMESTIC VIOLENCE 0
GRAND THEFT: AUTO (& ATTEMPTED)11
GRAND THEFT: PROPERTY (& ATTEMPTED)112
RESISTING ARREST 0
ROBBERY 0
WARRANT (VERNON CASE)33
WARRANT (OUTSIDE AGENCY)0
TOTAL FELONY ARRESTS 5 1 6
MALE FEMALE TOTAL
BATTERY ON PEACE OFFICER 1 1
BRANDISHING A FIREARM 1 1
CARRYING A LOADED FIREARM 11
DRUNK IN PUBLIC 1 1
DRIVING UNDER THE INFLUENCE 3 1 4
DRIVING WITH A SUSPENDED LICENSE 2 2
IGNITION INTERLOCK DEVICE REQUIRED 1 1
POSSESSION OF NARCOTICS 1 1
POSSESSION OF PARAPHERNALIA 10 1 11
RESISTING ARREST 1 1
SPEED CONTEST 1 1
VANDALISM 1 1
WARRANT (VERNON CASE) 2 1 3
WARRANT (OUTSIDE AGENCY) 1 1
TOTAL MISD. ARRESTS 26 4 30
MALE FEMALE TOTAL
BURGLARY 0
CARRY LOADED FIREARM IN PUBLIC 0
ROBBERY 0
VANDALISM 0
WARRANT 0
TOTAL JUVENILES DET. 0 0 0
6
30
0
0
TOTAL FELONY ARRESTS (ADULT) TO DATE:
TOTAL MISDEMEANOR ARRESTS (ADULT) TO DATE:
TOTAL JUVENILES DETAINED (FELONY AND MISDEMEANOR) TO DATE:
TOTAL ARRESTS AND DETAINED JUVENILES (FELONY AND MISDEMEANOR) TO DATE:
VERNON POLICE DEPARTMENT
REPORT FOR PERSONS ARRESTED
ADULT FELONY ARRESTS AND DISPOSITIONS
PERIOD ENDING: 01/31/2021
ADULT MISDEMEANOR ARRESTS AND DISPOSITIONS
JUVENILES DETAINED --- FELONY AND MISDEMEANOR
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/01/202101/01/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101000054383 FRUITLAND AV, VERNON594RNU LABEL01:25:4701/01/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210001 CA0197300VPDSANTOS,DANIEL*S202:48:5901:25:48VPDARANA,ANDRE20W01:25:5902:48:5701:26:32VPDMANNINO,NICHOLAS31E02:48:5801:58:32VPDMADRIGAL,ALFONSO3802:48:5801:25:5220210100037120 S LOS ANGELES, LOS ANGELESLOCATELAPD/PROPERTY17:04:5901/01/2021RPTVPDRECORDS BUREAU*RECD21:44:4317:07:02* Denotes Primary Unit1Page of 101/04/202105:58:16
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/02/202101/02/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101000574440 E DISTRICT BL, VERNON459VR00:10:3301/02/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210003 CA0197300VPDCAM,PATRICK*43E00:12:39 00:13:1300:36:3000:17:32202101000903311 E SLAUSON AV, VERNON459RADS LOGISTICS LLC13:31:1101/02/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210004 CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*41W13:35:14 13:35:2714:32:4813:38:42202101000932825 E 54TH, VERNONAGTARMELISSA`S14:14:2301/02/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210005 CA0197300VPDGODOY,RAYMOND*31E14:16:41 14:16:4215:02:1614:20:35202101001064575 PACIFIC BL, VERNON459ALITTLEJOHN REULAND CORP19:45:3101/02/20211015CITERPTVOIDDepartmentOCA NumberRMS JurisVPD CR20210006 CA0197300VPD CR20210007 CA0197300VPDSALDANA,CARLOS*20E19:56:07 19:56:0821:16:2819:59:46VPD31E21:16:3020:05:01VPDFLORES,TERESA38W20:04:3022:17:1720:05:12VPDREDONA,BRYAN41W19:56:52 19:56:5302:27:5219:58:54VPD4320:02:5821:12:2620:08:37VPDONOPA,DANIELS720:03:0221:26:0420:08:3820210100109PACIFIC BL // FRUITLAND AV, VERNONTRAFFIC STOP21:30:4301/02/20211015VICITERPTDepartmentOCA NumberRMS JurisVPD CR20210008 CA0197300VPDCAM,PATRICK*4322:25:4721:30:44VPDSALDANA,CARLOS20E21:30:4722:13:0221:34:331Page of 201/03/202105:37:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/02/202101/02/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100109PACIFIC BL // FRUITLAND AV, VERNONTRAFFIC STOP21:30:4301/02/20211015VICITERPTDepartmentOCA NumberRMS JurisVPD CR20210008 CA0197300VPDARANA,ANDRE31E21:46:1521:33:39VPDREDONA,BRYAN41W22:19:4621:45:12VPDONOPA,DANIELS722:25:4721:33:29* Denotes Primary Unit2Page of 201/03/202105:37:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/03/202101/03/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101001463864 S SANTA FE AV, VERNONGTARUNK10:32:3501/03/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210009 CA0197300VPDLUCAS,JASON*21W10:32:3511:17:0610:35:34202101001555400 ALCOA AV, VERNON594RROSE AND SHORE12:10:4001/03/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210010 CA0197300VPDMADRIGAL,ALFONSO*41E12:11:23 12:11:5414:15:1912:13:43VPDLUCAS,JASON21W12:12:0012:17:11 14:15:1912:15:54VPDVILLEGAS,RICHARD4312:11:24 12:11:5612:45:1112:25:15VPDMARTINEZ,GABRIELS512:45:1312:25:1720210100169S SOTO // VERNON AV, VERNONTRAFFIC STOP17:24:3601/03/20211015RPTCITEDepartmentOCA NumberRMS JurisVPD CR20210011 CA0197300VPDLUCAS,JASON*21W17:50:2917:24:38VPDVILLEGAS,RICHARD4317:50:2917:26:08202101001745119 S DISTRICT BL, VERNON594RAMAZON FULLFILMENT18:50:4701/03/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210012 CA0197300VPDVILLEGAS,RICHARD*4318:54:2619:20:2919:18:28VPD31W19:10:5119:26:2719:19:12VPD38E19:00:11 19:00:1219:46:0619:07:11VPD41E19:00:4219:47:5119:04:35VPDONOPA,DANIELS719:14:3819:47:5119:24:46* Denotes Primary Unit1Page of 101/04/202104:05:33
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/04/202101/04/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101002134625 E DISTRICT BL, VERNON459VRHORN FOOD04:48:0101/04/2021RPTRPCBDepartmentOCA NumberRMS JurisVPD CR20210014 CA0197300VPDFLORES,TERESA*38E04:51:36 04:51:3705:35:1204:57:18VPDCERDA,PAUL,JR43E06:46:5009:19:14 07:10:2506:55:5520210100216S DISTRICT BL // ATLANTIC BL, VERNON207RAMAZON FULLFILMENT SERVICE05:26:5901/04/2021RPTFISOWDepartmentOCA NumberRMS JurisVPD CR20210013 CA0197300VPDMANNINO,NICHOLAS*41E05:31:37 05:31:3807:05:2705:36:58VPDSALDANA,CARLOS20W05:36:1506:39:2405:38:24VPDARANA,ANDRE31W06:39:2105:38:36VPDFLORES,TERESA38E07:05:2705:35:17VPDONOPA,DANIELS706:31:0805:36:51202101002264800 E 26TH, VERNON487RHOOVER TRADING08:53:0301/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210015 CA0197300VPDARANA,ANDRE*3108:55:25 08:55:2709:29:1009:03:39VPDZOZAYA,OSCAR38W09:17:2409:19:02VPDVILLEGAS,RICHARD4109:36:5409:25:32VPDCERDA,PAUL,JR43E09:19:1609:25:35202101002282939 S SUNOL DR, VERNON487RGREENLAND FOODS09:29:2101/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210016 CA0197300VPDVILLEGAS,RICHARD*4109:37:21 09:37:2110:13:2709:44:29VPDCERDA,PAUL,JR43E09:54:4309:54:45202101002314575 PACIFIC BL, VERNON140LITTLEJOHN REULAND CORP09:43:2201/04/2021SUP1Page of 301/05/202104:32:39
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/04/202101/04/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101002314575 PACIFIC BL, VERNON140LITTLEJOHN REULAND CORP09:43:2201/04/2021SUPVPDCERDA,PAUL,JR*43E09:54:49 09:54:5009:55:20VPDZOZAYA,OSCAR38W09:55:1810:13:39 10:55:4710:02:46202101002344320 MAYWOOD AV, VERNONGTARUNK11:03:0901/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210017 CA0197300VPDCERDA,PAUL,JR*43E11:05:28 11:05:2911:42:3111:09:04202101002371945 E 55TH, VERNONGTARUNK11:48:1901/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210018 CA0197300VPDZOZAYA,OSCAR*38W11:48:53 11:48:5312:44:4611:49:1920210100241RANDOLPH // BOYLE AV, VERNON484HPPD OPER CASILLAS13:56:0101/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210019 CA0197300VPDCERDA,PAUL,JR*43E13:58:3216:32:1414:09:51VPDZOZAYA,OSCAR38W15:59:1316:04:55VPDVILLEGAS,RICHARD4113:58:3414:57:4014:06:1520210100244BANDINI BL // ATLANTIC BL, VERNON902TNATHAN15:45:2301/04/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210020 CA0197300VPDVILLEGAS,RICHARD*4115:47:51 15:47:5116:52:3515:58:01VPDZOZAYA,OSCAR38W16:05:0916:44:0216:07:46VPDCROSS,JEREMYS415:58:1715:59:15 16:52:3616:33:32202101002505610 ALCOA AV, VERNONREC19:58:5101/04/2021RPTVRECDepartmentOCA NumberRMS JurisVPD CR20210021 CA0197300VPDFLORES,TERESA*38E20:34:2219:58:512Page of 301/05/202104:32:39
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/04/202101/04/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101002505610 ALCOA AV, VERNONREC19:58:5101/04/2021RPTVRECDepartmentOCA NumberRMS JurisVPD CR20210021 CA0197300VPDMANNINO,NICHOLAS31W19:59:43 19:59:4420:06:1120:01:12VPDFINO,MARCUS4119:58:54 19:58:5420:34:1920:01:16* Denotes Primary Unit3Page of 301/05/202104:32:39
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/05/202101/05/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101002786062 ALCOA AV, VERNON594RA RUDIN10:04:4401/05/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210022 CA0197300VPDZOZAYA,OSCAR*38E10:06:36 10:06:3610:54:4010:14:30202101002871945 E 55TH, VERNON14011:52:5901/05/2021SUPVPDZOZAYA,OSCAR*38E11:52:5912:43:0012:00:3020210100293S ALAMEDA // 38TH, VERNON902TAT&T MOBILITY 800 635 6840 413:50:4501/05/2021RPTORDepartmentOCA NumberRMS JurisVPD CR20210023 CA0197300VPDSWINFORD,PHILLIP*43W13:51:5315:15:2913:54:10VPDVILLEGAS,RICHARD3113:51:5914:42:5614:02:22* Denotes Primary Unit1Page of 101/06/202100:21:41
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/06/202101/06/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101003312131 E 52D, VERNON459RAMERICAN COVER DESIGNS08:02:2701/06/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210025 CA0197300VPDZOZAYA,OSCAR*38W08:11:4709:30:3108:17:08VPDSTEVENSON,KENT,JR2208:12:1109:30:1708:13:45VPDCERDA,EUGENIO/MACIEL,CYNTHIA31E08:46:4710:53:0608:53:30VPDSWINFORD,PHILLIP32W08:11:5309:30:2908:13:45VPDCERDA,PAUL,JR43E08:12:4509:30:3208:19:15VPDCROSS,JEREMYS409:30:3408:12:13202101003346250 BOYLE, VERNON925HPPD09:38:1501/06/2021RPTVICITEDepartmentOCA NumberRMS JurisVPD CR20210027 CA0197300VPDCERDA,PAUL,JR*43E09:40:2209:55:12 10:27:2409:45:02VPDSWINFORD,PHILLIP32W09:41:5709:55:1409:47:54202101003354560 LOMA VISTA AV, VERNONGTARPARAMOUNT EXPORT09:40:3301/06/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210026 CA0197300VPDZOZAYA,OSCAR*38W09:42:2410:39:4709:48:3120210100352BANDINI BL // ATLANTIC BL, VERNON902TRJEFF HANEX14:24:3901/06/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210028 CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*31E14:26:3015:53:0214:38:22VPDSTEVENSON,KENT,JR2215:00:3514:40:06VPDSWINFORD,PHILLIP32W14:27:0515:00:4314:34:53202101003552865 E 26TH, VERNONGTARALPERT AND ALPERT15:12:3201/06/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210029 CA0197300VPDZOZAYA,OSCAR*38W15:17:0115:57:1515:22:331Page of 201/07/202103:45:20
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/06/202101/06/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100363E 37TH // SANTA FE AV, VERNON901T-Mobile USA 888-662-4662 opt 416:41:5901/06/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210030 CA0197300VPDSWINFORD,PHILLIP*32W16:43:0817:12:0716:45:10VPDZOZAYA,OSCAR38W17:12:0816:46:1220210100368JESSE // RIO, LOS ANGELESLOCATEABSOLUTE TOWING17:56:0701/06/2021VRECVPDRECORDS BUREAU*RECD18:32:1317:57:2120210100375INDUSTRIAL WAY // WASHINGTON BL, VERNON484RANONYMOUS22:08:0101/06/2021RPTVREC1015DepartmentOCA NumberRMS JurisVPD CR20210031 CA0197300VPDSANTOS,DANIEL*S222:12:5123:47:0822:16:24VPDCAM,PATRICK20W22:14:5100:18:0022:18:39VPDNEWTON,TODD31E22:14:4623:44:3823:05:01VPDLANDA,RAFAEL4322:12:5500:53:1322:16:22* Denotes Primary Unit2Page of 201/07/202103:45:20
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/07/202101/07/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100380180 N LOS ANGELES ST, LOS ANGELESWARRANTLAPD METRO00:43:3101/07/20211015VPDLANDA,RAFAEL*4300:53:1603:22:0901:11:33202101003934833 FRUITLAND AV, VERNON459RPREMIER MEATS07:32:4401/07/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210032 CA0197300VPDSTEVENSON,KENT,JR*22E08:23:1007:32:44VPDCERDA,PAUL,JR44E08:23:1107:43:17202101004173030 S ATLANTIC BL, VERNONREC14:28:2901/07/2021RPTVRECDepartmentOCA NumberRMS JurisVPD CR20210033 CA0197300VPDCERDA,PAUL,JR*44E14:32:59 14:33:2916:07:0514:35:58VPDRAMOS,JOSE31W14:35:05 14:35:0816:00:1114:44:03VPDSWINFORD,PHILLIP32W14:44:5714:46:51VPDCHAVEZ,JERRY,JRS114:42:4315:41:5714:48:4520210100418ESPERANZA // NOAKES, LOS ANGELESLOCATELAPD/ABSOLUTE TOW14:35:4001/07/2021VRECVPDRECORDS BUREAU*RECD15:39:2014:37:37202101004315000 E DISTRICT BL, VERNON459VR16:27:4201/07/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210034 CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43W16:31:02 16:31:1016:56:0916:37:27* Denotes Primary Unit1Page of 101/08/202105:27:36
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/08/202101/08/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101004625563 ALCOA AV, VERNONUNATTACHEDTR07:55:0401/08/2021RPTVIDepartmentOCA NumberRMS JurisVPD CR20210035 CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*32W08:23:3607:55:04202101004654940 E DISTRICT BL, VERNON902TRLA COUNTY FIRE08:42:2901/08/2021ORRPTCITYDepartmentOCA NumberRMS JurisVPD CR20210036 CA0197300VPDSTEVENSON,KENT,JR*22E08:43:2009:47:0208:46:12VPDCERDA,PAUL,JR31E09:47:0208:57:12VPDCERDA,EUGENIO/MACIEL,CYNTHIA32W08:44:4209:32:3108:52:04VPDGODOY,RAYMOND38W09:15:5008:46:17202101004714500 PACIFIC, VERNON242RCELIA REVOLORIO11:04:2001/08/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210037 CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*32W11:07:12 11:07:1412:25:1011:11:14VPDSTEVENSON,KENT,JR22E11:59:4411:14:55VPDCERDA,PAUL,JR31E11:59:5011:07:35VPDGODOY,RAYMOND38W11:59:4911:09:04VPDRAMOS,JOSE4411:07:2611:59:4511:07:58202101004823333 DOWNEY RD, VERNON243RUPS14:15:3001/08/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210038 CA0197300VPDCERDA,PAUL,JR*31E14:16:38 14:17:0715:02:3814:20:42VPDSTEVENSON,KENT,JR22E14:21:3917:47:1414:27:07VPDCERDA,EUGENIO/MACIEL,CYNTHIA32W14:21:3616:16:0414:24:31VPDGODOY,RAYMOND38W16:15:4514:19:39VPDRAMOS,JOSE4414:16:40 14:17:1015:19:0214:27:04VPDHERNANDEZ,EDWARD5D3216:56:3414:30:46202101004851Page of 201/09/202107:13:13
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/08/202101/08/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100485IRVING // 38TH, VERNON48716:07:4401/08/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210039 CA0197300VPDGODOY,RAYMOND*38W16:15:5016:44:1916:17:59VPDCERDA,EUGENIO/MACIEL,CYNTHIA32W16:16:0716:44:1916:18:01VPDRAMOS,JOSE4416:16:2016:44:2016:18:02202101004995353 DOWNEY RD, VERNON459RJ AND J SNACKS21:26:3101/08/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210040 CA0197300VPDCAM,PATRICK*20E21:29:5922:44:5721:33:33* Denotes Primary Unit2Page of 201/09/202107:13:13
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/09/202101/09/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101005225111 HAMPTON, VERNON925UNITED FINISHING06:49:4201/09/2021RPT1015DepartmentOCA NumberRMS JurisVPD CR20210041 CA0197300VPD*31W06:55:01 06:55:0307:50:0107:05:14VPD2207:50:0107:03:56VPDCERDA,EUGENIO/MACIEL,CYNTHIA32E07:43:4807:14:49VPD38W07:07:2307:50:0207:10:55202101005253051 WASHINGTON BL, LOS ANGELESLOCATEABSOLUTE TOW08:40:3301/09/2021VRECVPDRECORDS BUREAU*RECD09:45:0708:43:27VPDVELASQUEZ,RICHARD4409:45:0609:32:1820210100540S SOTO // LEONIS BL, VERNONREC12:00:3501/09/2021VRECDepartmentOCA NumberRMS JurisVPD CR20210043 CA0197300VPDVELASQUEZ,RICHARD*4414:06:1012:00:35VPDSTEVENSON,KENT,JR2212:07:0214:06:0112:10:55VPDMADRIGAL,ALFONSO31W12:02:0414:06:0312:04:06VPDCERDA,EUGENIO/MACIEL,CYNTHIA32E12:03:3314:23:2412:05:20VPDGODOY,RAYMOND38W12:00:4014:06:0612:02:01VPDDOCHERTY,MICHAEL43E14:06:0812:15:54VPDMARTINEZ,GABRIELS514:06:1212:05:41* Denotes Primary Unit1Page of 101/10/202105:35:56
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/10/202101/10/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101005954621 E 50TH, VERNONGTARNIGHT LIFE DECOR13:03:5901/10/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210044 CA0197300VPDLUCAS,JASON*21E13:05:36 13:05:3715:04:2313:17:17202101005982537 E 27TH, VERNON187RANONYMOUS14:08:5001/10/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210045 CA0197300VPDDOCHERTY,MICHAEL*43W14:11:3819:06:1614:15:00VPDLUCAS,JASON21E18:18:3715:04:26VPDVILLEGAS,RICHARD31W14:19:0523:49:0314:33:04VPDMADRIGAL,ALFONSO38E00:57:11 14:19:3301:40:4214:19:48VPDMANNINO,NICHOLAS44W23:14:3418:51:07VPDHERRERA,GUSTAVO5D3003:50:4716:10:38VPDHERNANDEZ,EDWARD5D3203:50:4816:10:34VPDVELEZ,MARISSA5D3403:50:5116:10:30VPDMARTINEZ,GABRIELS514:19:0418:51:3714:32:34202101006045685 ALCOA AV, VERNONGTARQX LOGISTICS19:18:1701/10/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210046 CA0197300VPD*38E19:20:02 19:20:0419:24:39VPDSALDANA,CARLOS20E19:24:2220:18:4319:28:07* Denotes Primary Unit1Page of 101/11/202104:51:52
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/11/202101/11/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101006221801 BLUFF RD, MONTEBELLO911AMONTEBELLO PD01:41:1701/11/2021VIFIVPDSALDANA,CARLOS*20E01:43:50 01:43:5103:28:3301:50:46202101006352900 S SANTA FE AV, VERNON459RABC BIKE06:06:2001/11/2021RPTVRECDepartmentOCA NumberRMS JurisVPD CR20210047 CA0197300VPDARANA,ANDRE*31W07:37:0106:06:57VPDSALDANA,CARLOS20E07:03:3806:06:58VPDLUCAS,JASON21W08:51:0907:02:26VPDMADRIGAL,ALFONSO3207:33:5706:55:44VPDFLORES,TERESA38E06:07:0007:05:0106:09:42VPDCROSS,JEREMYS408:51:1007:50:07VPDONOPA,DANIELS706:22:5006:26:4106:26:40202101006514371 E 49TH, VERNON487RLATIGO10:53:0801/11/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210048 CA0197300VPDMADRIGAL,ALFONSO*3810:55:09 10:55:0910:55:47 11:20:1411:09:09VPDVILLEGAS,RICHARD44E10:55:5311:20:1511:02:27202101006525950 ALCOA AV, VERNONGTARARAMARK11:07:2201/11/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210049 CA0197300VPDZOZAYA,OSCAR*4311:09:31 11:09:3211:10:24VPDLUCAS,JASON21W11:10:2311:39:2411:11:28202101006573851 S SOTO, VERNON594RCONCENTRA12:41:3701/11/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210050 CA0197300VPDLUCAS,JASON*21W13:54:0712:43:57202101006621Page of 201/12/202103:42:14
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/11/202101/11/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101006622300 E 57TH, VERNON20002RJETRO14:10:4201/11/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210051 CA0197300VPDLUCAS,JASON*21W14:12:43 14:12:5814:13:37VPDMADRIGAL,ALFONSO3814:13:2914:48:2514:18:29202101006733088 E 46TH, VERNONGTARBRETWOOD APPLIANCES17:10:5401/11/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210052 CA0197300VPDZOZAYA,OSCAR*4317:13:2317:58:4117:16:05202101006763088 E 46TH, VERNONRECBRETWOOD APPLIANCES17:55:0801/11/2021VRECDepartmentOCA NumberRMS JurisVPD CR20210053 CA0197300VPDZOZAYA,OSCAR*4317:58:4419:08:0418:18:48VPDSALDANA,CARLOS20E18:53:5219:42:0619:01:4220210100694ALCOA AV // FRUITLAND AV, VERNONPEDCK21:29:3601/11/2021RPT1015DepartmentOCA NumberRMS JurisVPD CR20210054 CA0197300VPDOURIQUE,CARLOS*4322:20:0921:29:36VPDFLORES,TERESA20E21:31:52 21:31:5321:32:15VPDMANNINO,NICHOLAS21E21:32:0822:04:3021:33:31VPDARANA,ANDRE31W22:07:5921:33:3320210100701INDUSTRIAL WAY // WASHINGTON BL, VERNONREC22:35:0701/11/2021VRECRPTDepartmentOCA NumberRMS JurisVPD CR20210055 CA0197300VPDFLORES,TERESA*20E23:17:04 00:34:2522:35:07VPDFINO,MARCUS38W22:46:43 22:46:4323:46:5322:50:05* Denotes Primary Unit2Page of 201/12/202103:42:14
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/12/202101/12/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100722S SOTO // VERNON AV, VERNON586KURTIS03:52:3601/12/20211015RPTVIDepartmentOCA NumberRMS JurisVPD CR20210056 CA0197300VPDARANA,ANDRE*31W03:54:32 03:55:0304:20:4203:56:33VPDFLORES,TERESA20E04:06:4605:06:2404:11:11VPDFINO,MARCUS38W03:54:34 03:55:0906:16:46 05:18:3103:55:12VPDOURIQUE,CARLOS4304:06:4406:55:3004:16:0320210100728HOLABIRD AV // GRANDE VISTA, VERNONRECUNK06:14:3701/12/2021VRECRPTDepartmentOCA NumberRMS JurisVPD CR20210057 CA0197300VPDFLORES,TERESA*20E06:18:47 06:19:3707:30:0006:24:10VPDMANNINO,NICHOLAS21E06:18:49 06:19:3906:40:2306:23:38VPDZOZAYA,OSCAR38E06:57:2407:25:0907:05:32VPDFINO,MARCUS38W06:19:5806:40:1606:26:14VPDLANDA,RAFAEL4406:23:4106:35:3606:33:1520210100729E 26TH // AYERS AV, VERNON901T06:34:3201/12/2021RPTORDepartmentOCA NumberRMS JurisVPD CR20210058 CA0197300VPDLANDA,RAFAEL*4406:35:41 06:38:5906:44:2806:40:27VPDMANNINO,NICHOLAS21E07:14:1306:40:23VPDVILLEGAS,RICHARD31W06:54:0107:38:4706:57:47VPDFINO,MARCUS38W06:44:2206:40:1620210100732HOLABIRD AV // GRANDE VISTA, VERNONREC07:18:5301/12/2021VRECRPTDepartmentOCA NumberRMS JurisVPD CR20210059 CA0197300VPDMADRIGAL,ALFONSO2008:19:3207:32:21VPDZOZAYA,OSCAR38E08:12:1107:25:09202101007461Page of 301/13/202104:11:25
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/12/202101/12/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100746E 26TH // SANTA FE AV, VERNONTRAFFIC STOP09:30:2201/12/2021CITEVSRPT1015DepartmentOCA NumberRMS JurisVPD CR20210060 CA0197300VPDCROSS,JEREMY*S410:26:3609:30:22VPDMADRIGAL,ALFONSO2010:35:2209:36:05VPDSWINFORD,PHILLIP44W10:26:3509:36:07202101007474355 DOWNEY RD, VERNON459RCONTROL RM OCHOA09:33:4601/12/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210061 CA0197300VPDLUCAS,JASON*21E09:36:18 09:36:1809:37:07VPDZOZAYA,OSCAR38E09:37:0410:26:1609:41:3120210100748CORONA AV // 49TH, VERNON459VRRODRIGO SOTELO11:09:5901/12/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210063 CA0197300VPDZOZAYA,OSCAR*38E11:11:53 11:11:5411:53:4711:31:16202101007494601 E 50TH, VERNON594RCORE SYSTEMS DISTRIBUTIONS11:17:5701/12/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210062 CA0197300VPDLUCAS,JASON*21E11:19:14 11:19:1613:23:5011:27:1320210100755S BOYLE AV // SLAUSON AV, VERNONUNATTACHEDTR13:52:2901/12/2021VIRPTDepartmentOCA NumberRMS JurisVPD CR20210064 CA0197300VPDZOZAYA,OSCAR*38E15:11:1913:52:29202101007733333 DOWNEY RD, VERNONFOUNDUPS20:04:0501/12/2021RPTDepartmentOCA NumberRMS JurisVPD CR20210065 CA0197300VPDFINO,MARCUS*38E20:06:28 20:07:3120:42:3120:17:292Page of 301/13/202104:11:25
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/12/202101/12/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101007833200 E SLAUSON AV, VERNONPEDCK21:50:1501/12/2021RPT1015DepartmentOCA NumberRMS JurisVPD CR20210066 CA0197300VPDLANDA,RAFAEL*4422:29:1921:50:15VPDFLORES,TERESA20W21:50:2222:29:1822:01:52VPDVASQUEZ,LUIS4321:50:1922:29:1921:53:53* Denotes Primary Unit3Page of 301/13/202104:11:25
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/13/202101/13/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101008002081 E 25TH, VERNONPEDCK00:21:3101/13/2021RPT1015VPDLANDA,RAFAEL*4400:48:2800:21:31VPDFLORES,TERESA20W00:21:33 00:21:4701:31:0900:23:22VPDMANNINO,NICHOLAS21W00:48:1600:24:35202101008182425 E 37TH, VERNON594RBRUNNER AND LAY08:30:4201/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210067CA0197300VPDSWINFORD,PHILLIP*32W08:33:0308:59:4508:34:29202101008292119 E 25TH, VERNONFU10:52:0001/13/2021VSVPDZOZAYA,OSCAR*38E10:52:0012:06:3511:01:54VPDSWINFORD,PHILLIP32W11:29:4911:16:51202101008313805 S SOTO, VERNON487RZ`S PLACE11:39:5701/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210068CA0197300VPDCERDA,PAUL,JR*43E11:41:3812:16:2212:14:11202101008355403 S SANTA FE AV, VERNONGTARPEACOCK CHEESE12:50:2201/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210069CA0197300VPDZOZAYA,OSCAR*38E12:58:0212:58:18VPDSWINFORD,PHILLIP32W12:59:5813:15:0013:00:55VPDCERDA,PAUL,JR43E12:58:1614:04:2313:16:14202101008373653 SIERRA PINE AV, VERNON487RSUPERIOR FARMS12:56:4501/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210070CA0197300VPDZOZAYA,OSCAR*38E12:58:4213:59:2713:05:251Pageof201/14/202101:42:01
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/13/202101/13/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101008434250 S ALAMEDA, VERNON459RAMERICAN SELF STORAGE14:12:0101/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210071CA0197300VPDSWINFORD,PHILLIP*32W14:20:5814:46:3414:21:44202101008505000 E DISTRICT BL, VERNONAGTARBNA COLOR INDUSTRY15:31:5101/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210072CA0197300VPDCERDA,PAUL,JR*43E16:00:1015:33:5220210100855PACIFIC BL // LEONIS BL, VERNONGTARALEJANDRO17:53:3201/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210073CA0197300VPDSWINFORD,PHILLIP*32W18:12:3117:55:16202101008593152 BANDINI BL, VERNON20002RBANDINI TRUCK TERMINAL19:05:3501/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210074CA0197300VPDMANNINO,NICHOLAS*21E19:08:3919:47:2419:12:4120210100868E VERNON AV // SOTO ST, VERNON902T21:45:5601/13/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210075CA0197300VPDVASQUEZ,LUIS*43E21:47:43 21:48:0322:19:1221:52:40VPDFINO,MARCUS38W21:48:3022:41:3621:51:1720210100876PACIFIC BL // FRUITLAND AV, VERNONPEDCK23:38:4501/13/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210076CA0197300VPDFINO,MARCUS*38W00:07:2523:38:45VPDOURIQUE,CARLOS31W23:39:2200:07:2523:45:27VPDLANDA,RAFAEL4423:38:48 23:38:4823:39:122Pageof201/14/202101:42:01
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/14/202101/14/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100883E 46TH // SOTO, VERNONPEDCK02:53:4701/14/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210077CA0197300VPDOURIQUE,CARLOS*31W03:23:3502:53:58VPDMANNINO,NICHOLAS21E02:57:2103:23:3503:02:3220210100887S SANTA FE AV // 38TH, VERNONPEDCK03:26:3601/14/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210078CA0197300VPDFINO,MARCUS*38W03:54:1403:26:36VPDLANDA,RAFAEL4403:26:39 03:26:4003:54:1503:27:3020210100904S ATLANTIC BL // DISTRICT BL, VERNON902TJOSE HUERTA11:44:4301/14/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210079CA0197300VPDCERDA,PAUL,JR*31W11:47:4911:51:10VPDSTEVENSON,KENT,JR22E11:51:0712:50:2011:52:18VPDCERDA,EUGENIO/MACIEL,CYNTHIA43E11:51:0412:50:2011:52:17202101009144615 ALCOA AV, VERNONGTARCCM15:43:3301/14/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210080CA0197300VPDSTEVENSON,KENT,JR*22E15:45:0116:12:4815:47:5120210100919S SOTO // LEONIS BL, VERNON20002RBRENDA VILLAFANA17:45:0801/14/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210081CA0197300VPDMACIEL,CYNTHIA*43E17:48:4818:37:5017:55:57VPDSTEVENSON,KENT,JR22E18:11:3217:55:27VPDCERDA,PAUL,JR31W17:48:4917:57:1617:48:53VPDSWINFORD,PHILLIP44W17:49:2518:11:3817:55:59202101009341Pageof 201/15/202104:52:55
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/14/202101/14/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100934INDUSTRIAL WAY // WASHINGTON BL, VERNONREC22:49:0301/14/2021VRECVPDREDONA,BRYAN*31W23:20:4922:49:03VPDSALDANA,CARLOS20E23:14:0322:49:31VPDVASQUEZ,LUIS4323:20:5022:49:40* Denotes Primary Unit2Pageof 201/15/202104:52:55
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/15/202101/15/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101009672939 S SUNOL DR, VERNON487RGREENLAND FOODS09:50:3401/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210082CA0197300VPDCERDA,PAUL,JR*31E10:35:15 09:53:0710:49:3409:58:21VPDGODOY,RAYMOND32W10:14:5310:16:43202101009814511 EVERETT AV, VERNON503ROCEAN QUEEN12:45:0901/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210083CA0197300VPDSTEVENSON,KENT,JR*22W12:51:1612:54:55VPD4412:54:5013:20:1913:16:58202101009935010 LOMA VISTA AV, VERNON487RARLETTE JACQUEZ17:47:3901/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210084CA0197300VPDCERDA,PAUL,JR*31E17:50:1818:23:0917:57:3220210100994LEONIS BL // PACIFIC BL, VERNON901TR18:08:2901/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210085CA0197300VPDGODOY,RAYMOND*32W18:10:19 18:10:2018:55:2518:17:31VPD20E18:47:1219:02:16VPDSTEVENSON,KENT,JR22W18:59:2018:16:13VPDSALDANA,CARLOS31W18:52:3719:19:2818:54:2120210100995DOWNEY RD // BANDINI BL, VERNONBOVEHUS TOW19:04:3201/15/2021VSDepartmentOCA NumberRMS JurisVPDCR20210086CA0197300VPD*20E19:05:41 19:05:5419:44:2619:16:51VPDREDONA,BRYAN40E19:33:1319:22:4120210100999S ATLANTIC BL // BANDINI BL, VERNON901TT-Mobile USA 888-662-4662 opt 419:59:5801/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210087CA01973001Pageof 201/16/202105:00:10
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/15/202101/15/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210100999S ATLANTIC BL // BANDINI BL, VERNON901TT-Mobile USA 888-662-4662 opt 419:59:5801/15/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210087CA0197300VPDCAM,PATRICK*20E20:01:38 20:01:3920:47:2620:04:55VPDSALDANA,CARLOS31W20:24:0720:11:54VPDARANA,ANDRE32W20:03:0520:21:3920:05:18VPDREDONA,BRYAN40E20:02:40 20:02:4120:22:5320:05:1320210101007E SLAUSON AV // BOYLE AV, VERNON902THPPD21:03:1101/15/2021RPTCITYDepartmentOCA NumberRMS JurisVPDCR20210088CA0197300VPDREDONA,BRYAN*40E21:04:17 21:04:3621:49:1021:07:16VPDCAM,PATRICK20E21:04:5421:49:1021:08:05VPDSALDANA,CARLOS31W21:11:06 21:11:0821:46:5221:14:49VPDARANA,ANDRE32W21:11:07 21:11:1021:47:3221:21:06* Denotes Primary Unit2Pageof 201/16/202105:00:10
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/16/202101/16/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101022E WASHINGTON BL // INDIANA, VERNONVCK01:36:1001/16/2021VSDepartmentOCA NumberRMS JurisVPDCR20210089CA0197300VPDCAM,PATRICK*20E02:09:0901:36:10VPDREDONA,BRYAN40E01:36:1401:55:0801:40:53VPDNEWTON,TODD4301:59:5001:40:4520210101025INDUSTRIAL WAY // WASHINGTON BL, VERNONREC02:12:0801/16/2021VRECRPTVRECDepartmentOCA NumberRMS JurisVPDCR20210090CA0197300VPDCAM,PATRICK*20E02:43:1902:12:09VPDREDONA,BRYAN40E02:14:4902:43:1902:16:37202101010353049 E VERNON AV, VERNON602HORMEL FOODS CORPORATION AND ITS08:28:0301/16/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210091CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*40W08:30:27 08:30:5610:16:0608:35:06VPDMARTINEZ,GABRIELS510:02:3108:50:14202101010563632 S SOTO, LOS ANGELES594REL PRIMO13:47:4301/16/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210092CA0197300VPDMADRIGAL,ALFONSO*31E13:57:0313:58:29VPDGODOY,RAYMOND32E13:58:2614:51:5914:06:3020210101057S SOTO // 54TH, VERNONPEDCK14:17:0601/16/2021RPTMETDepartmentOCA NumberRMS JurisVPDCR20210093CA0197300VPDMARTINEZ,GABRIEL*S514:41:1114:17:06VPDCERDA,EUGENIO/MACIEL,CYNTHIA40W14:17:2215:57:5614:17:20VPDDOCHERTY,MICHAEL43W15:04:4214:21:07202101010641Pageof 201/17/202105:47:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/16/202101/16/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101010644767 E 50TH, VERNONPEDCK17:37:0601/16/20211015RPTVPDMADRIGAL,ALFONSO*31E18:25:1017:37:06VPDGODOY,RAYMOND32E17:37:3418:25:1017:39:1520210101081INDUSTRIAL WAY // WASHINGTON BL, VERNONPATCK21:34:1601/16/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210094CA0197300VPDFLORES,TERESA*38E21:51:1721:34:1720210101090S SOTO // BANDINI BL, VERNON902TTOMAS ROJAS - PASSERBY22:44:3301/16/20211015VICITYRPTDepartmentOCA NumberRMS JurisVPDCR20210095CA0197300VPDARANA,ANDRE*32W22:45:29 22:46:0800:06:4622:52:10VPDCAM,PATRICK2002:07:0022:57:24VPDSALDANA,CARLOS31E23:53:1922:59:22VPDFLORES,TERESA38E22:49:3400:59:5222:53:34VPDREDONA,BRYAN40W22:47:1023:58:5723:06:59* Denotes Primary Unit2Pageof 201/17/202105:47:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/17/202101/17/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101010944424 E 49TH, VERNON459AARELY`S FURNITURE01:01:5201/17/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210096CA0197300VPDSALDANA,CARLOS*31E01:03:29 01:04:0902:30:1501:06:00VPDARANA,ANDRE32W01:03:31 01:04:1102:17:0801:26:49VPDFLORES,TERESA38E01:11:3301:57:3301:19:04VPDREDONA,BRYAN40W01:10:53 01:10:5401:54:3801:12:54VPDONOPA,DANIELS702:30:1501:20:2620210101121LEONIS BL // BOYLE AV, VERNON901TT-Mobile USA 888-662-4662 opt 408:57:3301/17/20211015VIRPTCITEDepartmentOCA NumberRMS JurisVPDCR20210097CA0197300VPDGODOY,RAYMOND*32W08:58:1811:37:0808:59:35VPDMADRIGAL,ALFONSO40E08:59:3012:25:4309:01:35VPDDOCHERTY,MICHAEL4310:45:1509:09:00202101011242305 E 52D, VERNON S/A B459RTHE TAC ROOM11:32:2901/17/2021NRDVOIDDepartmentOCA NumberRMS JurisVPDCR20210098CA0197300VPDGODOY,RAYMOND*32W11:37:08 11:37:0812:31:3311:44:0920210101130E 57TH // SANTA FE AV, VERNON242SPRINT 866-398-328416:21:3201/17/20211015RPTDepartmentOCA NumberRMS JurisVPDCR20210099CA0197300VPDGODOY,RAYMOND*32W16:24:41 16:25:4516:57:4816:31:45VPDMADRIGAL,ALFONSO40E16:31:5816:57:3916:33:14VPDDOCHERTY,MICHAEL4316:24:42 16:25:5317:26:4616:33:16VPDMARTINEZ,GABRIELS517:26:4716:28:05* Denotes Primary Unit1Pageof 101/23/202105:30:50
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/18/202101/18/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101172E 25TH // ALAMEDA, VERNON10-603:31:0201/18/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210100CA0197300VPDCAM,PATRICK*2004:05:0703:31:02VPDONOPA,DANIELS704:05:0803:31:0520210101179S SOTO // 26TH, VERNONLPR06:01:2401/18/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210101CA0197300VPDMANNINO,NICHOLAS*31W06:20:1806:05:26VPDFLORES,TERESA38E06:20:1906:06:57VPDONOPA,DANIELS706:06:5206:20:1906:10:45202101011882916 S SANTA FE AV, VERNON484RFARHAN ENTERPRISES09:41:1801/18/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210102CA0197300VPDZOZAYA,OSCAR*40W09:43:29 09:43:3010:44:3109:54:22202101011963768 BANDINI BL, VERNONREC11:10:5901/18/2021VRECRPTDepartmentOCA NumberRMS JurisVPDCR20210103CA0197300VPDCERDA,PAUL,JR*32E11:23:07 11:23:0713:42:2211:34:21202101012072055 E 51ST, VERNON459RDAVAR INC15:52:3401/18/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210104CA0197300VPDZOZAYA,OSCAR*40W15:54:39 15:55:0216:54:4615:56:1820210101211LEONIS BL // PACIFIC BL, VERNON902TNOE GRADE16:13:4801/18/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210105CA0197300VPDDOCHERTY,MICHAEL*4316:15:0216:48:3716:16:291Pageof 201/19/202100:17:33
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/18/202101/18/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101012452231 E 49TH, VERNONPEDCK22:31:3901/18/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210106CA0197300VPDLANDA,RAFAEL*4423:06:1922:31:39VPDMANNINO,NICHOLAS31W22:59:0422:31:4320210101247SLAUSON // MALBURG, VERNONPEDCK22:40:2901/18/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210107CA0197300VPDOURIQUE,CARLOS*43E23:13:3222:40:30VPDFINO,MARCUS32E22:40:33 22:40:3422:59:1422:42:40* Denotes Primary Unit2Pageof 201/19/202100:17:33
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/19/202101/19/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101012583055 E 44TH, VERNON484ROVERHILL FARMS01:50:0701/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210108CA0197300VPDFINO,MARCUS*32E01:51:42 01:55:5602:24:07 02:50:3702:29:56202101012854305 S SANTA FE AV, VERNONGTAR09:16:4401/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210109CA0197300VPDHERNANDEZ,EDWARD*5D3210:48:1709:17:03VPDSALDANA,CARLOS38E10:43:4910:27:19202101012892055 E 51ST, VERNON459VRDAVAR INC11:13:3701/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210110CA0197300VPDNEWTON,TODD*32w11:20:0912:31:5511:22:31VPDZOZAYA,OSCAR4012:18:1212:11:09202101013003056 BANDINI BL, VERNONGTAPACIFIC COAST TIRE14:27:5001/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210111CA0197300VPDZOZAYA,OSCAR*4014:32:0214:59:2214:33:30VPDNEWTON,TODD32W14:38:4714:51:45VPDSALDANA,CARLOS38E14:38:4515:47:5114:38:5820210101304E 52D // SANTA FE AV, VERNON20002BLANCA AGUILAR15:48:5101/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210112CA0197300VPDNEWTON,TODD*32W15:51:4416:37:1916:03:24VPDSALDANA,CARLOS38E16:19:0016:10:24VPDZOZAYA,OSCAR4015:52:2716:19:0416:04:2120210101314E VERNON AV // FURLONG PL, VERNONFOUND18:59:3701/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210113CA01973001Pageof 201/20/202102:58:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/19/202101/19/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101314E VERNON AV // FURLONG PL, VERNONFOUND18:59:3701/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210113CA0197300VPD*4019:46:0918:59:39202101013212101 E 38TH, VERNON487R19:53:2701/19/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210114CA0197300VPDFINO,MARCUS*32W19:54:25 19:55:0320:26:3619:57:22VPDVASQUEZ,LUIS31W19:54:27 19:55:0520:26:3519:56:26202101013403737 S SOTO, VERNON41722:09:0601/19/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210115CA0197300VPDFINO,MARCUS*32W22:11:48 22:11:5100:02:2122:12:52VPDVASQUEZ,LUIS31W22:12:0723:26:4522:13:22VPDMANNINO,NICHOLAS38E22:11:49 22:11:5300:02:2122:13:54VPDLANDA,RAFAEL4023:59:2322:12:58VPDOURIQUE,CARLOS43E23:26:3922:25:36VPDSANTOS,DANIELS223:24:4422:15:59VPDESTRADA,IGNACIOS323:24:4522:16:00* Denotes Primary Unit2Pageof 201/20/202102:58:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/20/202101/20/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101013792828 S ALAMEDA, VERNONGTARSOOFER CO05:41:2701/20/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210116CA0197300VPDFINO,MARCUS*32W05:44:25 05:44:5506:55:5905:50:57202101013932828 S ALAMEDA, VERNON140SOOFER CO11:20:3801/20/2021SUPVPDZOZAYA,OSCAR*4311:23:2311:24:45VPDSWINFORD,PHILLIP40W11:24:4311:36:0511:29:24202101013992678 CALIFORNIA ST, HUNTINGTON PARKLOCATECITY WIDE TOW15:27:5301/20/2021VRECVPDRECORDS BUREAU*RECD16:05:2215:28:50202101014023300 E VERNON AV, VERNONA487RINTERFESH INC15:51:0401/20/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210117CA0197300VPDZOZAYA,OSCAR*4315:54:0315:55:06VPDSTEVENSON,KENT,JR22E15:55:0416:11:41 17:04:5015:58:20VPDSWINFORD,PHILLIP40W15:58:5016:24:0016:11:382021010140811008 WILLOWBROOK AVE, LOS ANGELESLOCATELAPD-SOUTHEAST17:42:4301/20/2021VRECVPDRECORDS BUREAU*RECD18:36:5017:50:58202101014092900 S SANTA FE AV, VERNON415A B C BIKES,18:05:2601/20/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210118CA0197300VPDSWINFORD,PHILLIP*40W18:05:4019:08:0818:08:33VPDZOZAYA,OSCAR4318:05:4318:51:0518:10:061Pageof101/21/202102:47:27
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/21/202101/21/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101014365610 ALCOA AV, VERNONREC03:25:1101/21/2021RPTVRECDepartmentOCA NumberRMS JurisVPDCR20210119CA0197300VPDOURIQUE,CARLOS*43E03:49:4503:25:11MR C TOWMR C TO03:27:2703:49:3603:35:19202101014433001 SIERRA PINE, VERNONRECVIG FURNITURE08:30:1101/21/2021VRECRPTDepartmentOCA NumberRMS JurisVPDCR20210120CA0197300VPDCERDA,PAUL,JR*31E08:36:3810:13:5408:42:46USTOWUS TOW09:34:49 09:35:1510:13:5409:56:03202101014482832 E 54TH, VERNONA484RCARRILLOS CUTTING10:46:0801/21/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210121CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43W10:48:3811:32:3811:18:59202101014622601 S SANTA FE AV, VERNON S/A 7RECVICENTE NUNEZ15:21:1001/21/2021VRECDepartmentOCA NumberRMS JurisVPDCR20210122CA0197300VPDCERDA,PAUL,JR*31E15:26:46 15:26:4715:50:0515:36:15VPDCERDA,EUGENIO/MACIEL,CYNTHIA43W15:42:4617:44:4915:46:48202101014653341 E 50TH, VERNONGTARPAPA CANTELLAS17:01:1101/21/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210123CA0197300VPDSWINFORD,PHILLIP*40E17:06:54 17:07:1417:40:3817:15:55* Denotes Primary Unit1Pageof 101/22/202100:19:40
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/22/202101/22/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101014914755 E DISTRICT BL, VERNON487RWELL SITE 2000:00:2601/22/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210124CA0197300VPDNEWTON,TODD*43E00:00:52 00:02:3801:04:1900:07:55VPDCAM,PATRICK20E00:00:54 00:02:4001:04:1900:07:5420210101498WASHINGTON // CENTRAL, LOS ANGELESLOCATELAPD02:44:2601/22/2021VRECFIVPDVASQUEZ,LUIS*40W02:52:03 02:53:5504:26:3003:03:39VPDREDONA,BRYAN31W02:52:06 02:53:5604:23:0603:02:19202101015113800 BANDINI BL, VERNONUNATTACHEDTR09:09:4001/22/2021VIRPTDepartmentOCA NumberRMS JurisVPDCR20210125CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43E10:24:1509:09:40202101015145201 S DISTRICT BL, VERNON487RGANDER AND WHITE SHIPPING09:25:3101/22/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210126CA0197300VPDSTEVENSON,KENT,JR*22W09:27:47 09:28:0310:24:0709:40:31202101015186101 BROADWAY, LOS ANGELESDET10:49:1601/22/20211015VSRPTDepartmentOCA NumberRMS JurisVPDCR20210127CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43E10:58:23 10:58:2412:37:0611:16:28VPDENCINAS,ANTHONY5D3112:00:0511:29:11VPDHERNANDEZ,EDWARD5D3212:36:4011:29:1620210101523S ATLANTIC BL // DISTRICT BL, VERNONA211RRAUL PEREZ12:21:3401/22/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210128CA0197300VPDCERDA,PAUL,JR*40W12:25:09 12:25:1113:03:0212:30:211Pageof 201/23/202105:29:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/22/202101/22/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101015245524 ALCOA AV, VERNON459VRTHE WORK ROOM LA12:29:5301/22/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210129CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43E12:39:26 12:44:4213:29:1312:49:26202101015315525 S SOTO, VERNONGTARCONQUER NATION15:10:3101/22/2021RPCBRPTDepartmentOCA NumberRMS JurisVPDCR20210130CA0197300VPDCERDA,PAUL,JR*40W15:15:2815:32:33VPDSTEVENSON,KENT,JR22W15:16:0217:54:1515:30:1220210101550INDUSTRIAL WAY // WASHINGTON BL, VERNONREC19:53:0001/22/2021VRECVPDCAM,PATRICK*20E20:18:4219:53:00VPDREDONA,BRYAN40E20:18:4419:58:51202101015521700 S SOTO, LOS ANGELESRECUNK20:18:5801/22/2021VREC1015FICITEDepartmentOCA NumberRMS JurisVPDCR20210131CA0197300VPDCAM,PATRICK*20E22:02:4920:18:58VPDREDONA,BRYAN40E20:19:00 20:19:0221:56:1020:21:18VPDVASQUEZ,LUIS4420:23:05 20:23:0621:33:3321:10:55202101015674300 MAYWOOD AV, VERNONREC23:38:0901/22/2021VRECRPTDepartmentOCA NumberRMS JurisVPDCR20210132CA0197300VPDREDONA,BRYAN*40E00:22:5923:38:09VPDNEWTON,TODD4323:44:25 23:44:2600:14:1623:46:50* Denotes Primary Unit2Pageof 201/23/202105:29:37
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/23/202101/23/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101015714300 MAYWOOD AV, VERNONREC00:14:3601/23/2021VRECVPDNEWTON,TODD*4300:42:5500:14:36202101015852900 S SANTA FE AV, VERNONPEDCK04:24:1601/23/20211015RPTCITEDepartmentOCA NumberRMS JurisVPDCR20210133CA0197300VPDSALDANA,CARLOS*31W04:55:4004:24:16VPDARANA,ANDRE32W04:55:4104:24:23202101015945831 S SANTA FE AV, VERNON594RANDY`S08:17:0701/23/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210134CA0197300VPDCERDA,PAUL,JR*32W08:20:40 08:20:5708:42:2908:25:34202101016064250 S ALAMEDA, VERNON140AMERICAN SELF STORAGE14:31:0301/23/2021SUPVPDCERDA,PAUL,JR*32W14:33:15 14:33:1514:57:0914:37:3320210101611E SLAUSON AV // BOYLE AV, VERNONPATCKHPPD16:56:5701/23/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210135CA0197300VPDDOCHERTY,MICHAEL*40E16:57:5117:50:0817:00:12202101016353056 BANDINI BL, VERNONREC23:44:3401/23/2021RPTVIDepartmentOCA NumberRMS JurisVPDCR20210136CA0197300VPDFLORES,TERESA*38E01:24:0023:44:34VPDREDONA,BRYAN40E23:44:3600:39:1023:47:00* Denotes Primary Unit1Pageof 101/24/202105:54:49
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/24/202101/24/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101016412263 E VERNON AV, VERNON459AREFORMATION01:16:1401/24/2021RPTRPCBDepartmentOCA NumberRMS JurisVPDCR20210137CA0197300VPDARANA,ANDRE*32W01:19:26 01:20:0803:15:2501:22:18VPDSALDANA,CARLOS31W01:19:27 01:20:1002:59:1101:22:20VPDFLORES,TERESA38E01:24:03 01:24:2802:41:0601:28:15VPDREDONA,BRYAN40E01:24:1302:40:3801:27:21VPDONOPA,DANIELS701:56:2202:59:1302:13:2320210101668S SOTO // 46TH, VERNONREC12:18:4401/24/2021VRECRPTDepartmentOCA NumberRMS JurisVPDCR20210138CA0197300VPDMARTINEZ,GABRIEL*S513:13:4412:20:23VPDLUCAS,JASON21W12:25:4613:13:0812:28:12VPDGODOY,RAYMOND40E12:25:5213:13:4712:28:49* Denotes Primary Unit1Pageof 101/25/202105:17:33
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/25/202101/25/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101017162131 E 52D, VERNON459AAMERICAN COVER DESIGN02:47:3401/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210139CA0197300VPDSALDANA,CARLOS*38W02:48:50 02:49:3103:58:0702:55:16VPDFLORES,TERESA20W02:48:51 02:49:3204:44:5502:52:35VPDARANA,ANDRE31E04:02:3103:06:07VPDMANNINO,NICHOLAS32E03:08:2003:49:5603:08:56202101017194553 SEVILLE AV, VERNON459REL COCO CHOCOLATE03:54:0401/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210140CA0197300VPDMANNINO,NICHOLAS*32E03:55:51 03:55:5106:08:1404:00:23VPDFLORES,TERESA20W05:45:2204:44:56VPDARANA,ANDRE31E04:02:3206:02:5304:05:43VPDSALDANA,CARLOS38W03:58:1606:03:2704:02:51VPDSANTOS,DANIELS206:05:1704:47:21202101017396118 ALCOA AV, VERNON594RTHERMO KING07:49:2801/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210141CA0197300VPDVILLEGAS,RICHARD*44E07:51:02 07:51:0308:30:1007:57:25202101017442838 LEONIS BL, VERNONGTARPRICE ZONE TRADING08:25:4201/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210142CA0197300VPDZOZAYA,OSCAR*32E08:27:35 08:27:3509:50:4408:36:21202101017574368 BANDINI BL, VERNON487RLA LIFT SERVICES10:06:3001/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210143CA0197300VPDVILLEGAS,RICHARD*31E10:16:1211:27:5910:23:40202101017701Pageof201/26/202101:08:30
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/25/202101/25/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101770S ALAMEDA // 38TH, VERNON902TCRUZ LOPEZ11:38:3401/25/20211015RPTCITEVIDepartmentOCA NumberRMS JurisVPDCR20210144CA0197300VPDGODOY,RAYMOND*21W11:39:36 11:40:2713:17:1911:43:08VPDMADRIGAL,ALFONSO38W11:39:37 11:40:2813:17:1911:45:01VPDLUCAS,JASONXS11:41:2513:05:0811:42:49202101017896172 S BOYLE AV, VERNONGTARALEJANDRA FASHION15:08:1501/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210145CA0197300VPDVILLEGAS,RICHARD*31E15:10:48 15:18:3415:51:1115:23:00202101017985030 GIFFORD AV, VERNON484RPREMIER MEAT CO16:48:5201/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210146CA0197300VPDZOZAYA,OSCAR*32E16:51:2217:49:2417:02:5720210101802E 25TH // SANTA FE AV, VERNON902TCARL PALACIOS17:40:1601/25/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210147CA0197300VPDGODOY,RAYMOND*21W17:53:07 17:53:5818:47:4418:00:0920210101808INDUSTRIAL WAY // WASHINGTON BL, VERNONREC19:48:2101/25/2021VRECRPTDepartmentOCA NumberRMS JurisVPDCR20210148CA0197300VPDMADRIGAL,ALFONSO*38E20:53:2119:48:21VPDOURIQUE,CARLOS4019:53:00 19:53:0019:58:2020210101817FRUITLAND AV // MAYWOOD AV, VERNONVCK22:38:4301/25/2021RPTVSDepartmentOCA NumberRMS JurisVPDCR20210149CA0197300VPDOURIQUE,CARLOS*4023:05:1922:38:492Pageof201/26/202101:08:30
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/26/202101/26/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101836S SOTO // 26TH, VERNON415CHRISTIAN06:11:4201/26/20211015RPTDepartmentOCA NumberRMS JurisVPDCR20210150CA0197300VPDMADRIGAL,ALFONSO*38E06:13:35 06:13:3909:03:5306:23:29VPDMANNINO,NICHOLAS31W06:15:2707:00:2906:23:51VPDOURIQUE,CARLOS4006:13:37 06:13:4107:00:2806:22:33VPDVILLEGAS,RICHARD40E09:04:5907:23:40202101018395831 S SANTA FE AV, VERNON140ANDYS SUPER BURGER07:25:4101/26/2021SUPVPDZOZAYA,OSCAR*43W07:59:19 07:59:1908:02:47 08:20:2408:10:40202101018402301 E 38TH, VERNONA487FINE BRANDS07:26:1401/26/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210151CA0197300VPDZOZAYA,OSCAR*43W07:27:4907:59:1407:32:18VPDSWINFORD,PHILLIP31W07:27:5007:59:1307:30:1520210101849SANTA ANA // ATLANTIC, CUDAHYREC08:52:1001/26/20211015RPTVRECVIVRECVPDHERRERA,GUSTAVO*5D3008:56:5114:25:4009:28:49VPDGODOY,RAYMOND21E09:04:0709:07:39VPDVILLEGAS,RICHARD40E09:05:0511:16:29 15:17:3409:14:52VPDHERNANDEZ,EDWARD5D3214:25:3609:28:52VPDVELEZ,MARISSA5D3414:25:3809:28:55VPDLUCAS,JASONXS09:04:0809:45:2809:28:07202101018511Pageof 301/27/202100:34:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/26/202101/26/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101018514166 BANDINI BL, VERNONGTARVOLUME ONE COCOMO APPAREL09:06:3701/26/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210152CA0197300VPDGODOY,RAYMOND*21E09:14:0110:40:4309:18:3020210101865S SOTO // 26TH, VERNONREC12:18:5301/26/2021VRECDepartmentOCA NumberRMS JurisVPDCR20210153CA0197300VPDLUCAS,JASON*XS12:48:2112:19:33VPDGODOY,RAYMOND21E12:22:0112:48:5412:24:39VPDSWINFORD,PHILLIP31W12:21:5312:48:5412:23:45VPDVILLEGAS,RICHARD40E12:48:5412:20:47202101018743050 LEONIS BL, VERNON476R15:07:5901/26/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210154CA0197300VPDGODOY,RAYMOND*21E15:08:1316:32:3715:32:12VPDVILLEGAS,RICHARD40E16:32:3715:38:5020210101880S SOTO // 26TH, VERNONLPR17:28:4701/26/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210155CA0197300VPDSWINFORD,PHILLIP*31W18:54:5917:29:39VPDGODOY,RAYMOND21E18:10:3917:29:57VPDVILLEGAS,RICHARD40E18:10:4317:31:41VPDZOZAYA,OSCAR43W18:11:3917:32:32VPDLUCAS,JASONXS17:29:4417:41:3317:32:4520210101885E 57TH // SANTA FE AV, VERNON487RTAYANA ORTIZ19:12:1401/26/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210156CA0197300VPDZOZAYA,OSCAR*43W19:16:51 19:16:5119:37:2919:35:10202101018912Pageof 301/27/202100:34:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/26/202101/26/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101018914305 S SANTA FE AV, VERNON459R21:08:1001/26/2021VOIDDepartmentOCA NumberRMS JurisVPDCR20210157CA0197300VPDSANTOS,DANIEL*S221:09:4121:09:15VPDLANDA,RAFAELXS22:01:2321:09:39* Denotes Primary Unit3Pageof 301/27/202100:34:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/27/202101/27/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210101905E 48TH // ALAMEDA, VERNONUNATTACHEDTR02:41:3701/27/2021VICITERPTDepartmentOCA NumberRMS JurisVPDCR20210158CA0197300VPDVASQUEZ,LUIS*43W04:02:1302:41:37202101019196200 MALBURG WY, VERNON594RVACANT BUILDING08:34:4201/27/2021RPCBRPTDepartmentOCA NumberRMS JurisVPDCR20210159CA0197300VPDSTEVENSON,KENT,JR*22W08:42:1609:30:2508:54:43202101019205600 RICKENBACKER RD, BELLDPTASTBELL PD09:54:1701/27/2021RPTASSTDepartmentOCA NumberRMS JurisVPDCR20210160CA0197300VPDCERDA,PAUL,JR*31E09:56:25 09:56:5411:52:5410:07:01VPDSWINFORD,PHILLIP4309:56:27 09:56:5610:41:5310:12:07VPDVILLEGAS,RICHARDXS10:04:0910:26:2810:13:59202101019224735 E DISTRICT BL, VERNON14010:46:3701/27/2021SUPVPDSWINFORD,PHILLIP*4310:50:35 10:50:5311:14:5510:56:44202101019275088 FRUITLAND AV, VERNON917AHARBOR MARINE12:28:3701/27/2021VSDepartmentOCA NumberRMS JurisVPDCR20210161CA0197300VPDCERDA,PAUL,JR*31E12:30:01 12:30:4012:38:49VPDSWINFORD,PHILLIP4313:06:0214:50:0613:13:12VPDVILLEGAS,RICHARDXS12:53:4313:37:5413:01:12202101019343500 RANDOLPH, HUNTINGTON PARKRECMR. C`S TOW15:56:0301/27/2021VRECVPDRECORDS BUREAU*RECD16:10:4315:56:381Pageof 201/28/202101:50:44
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/27/202101/27/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101019392150 E 25TH, VERNONA487RHIGH STAR17:00:4401/27/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210162CA0197300VPDSTEVENSON,KENT,JR*22W17:02:5718:53:5117:03:2920210101957E VERNON AV // SOTO ST, VERNONPEDCK22:34:1901/27/2021RPT1015CITEDepartmentOCA NumberRMS JurisVPDCR20210163CA0197300VPDLANDA,RAFAEL*4323:03:1922:34:19VPDNEWTON,TODD31W22:34:23 22:34:2323:00:19VPDVASQUEZ,LUIS40E23:00:2222:35:40* Denotes Primary Unit2Pageof 201/28/202101:50:44
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/28/202101/28/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101019803310 LEONIS BL, VERNON902TT-Mobile USA 888-662-4662 opt 409:25:0601/28/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210164CA0197300VPDRAMOS,JOSE*26E09:26:55 09:27:1209:27:23VPDCERDA,EUGENIO/MACIEL,CYNTHIA3209:27:1910:25:5009:30:35202101019843278 E SLAUSON AV, VERNON901TT-Mobile USA 888-662-4662 opt 410:08:3601/28/2021RPTVSVIDepartmentOCA NumberRMS JurisVPDCR20210165CA0197300VPDCERDA,PAUL,JR*31W10:09:3510:57:4510:14:55VPDRAMOS,JOSE26E10:16:2410:57:4510:24:14VPDCERDA,EUGENIO/MACIEL,CYNTHIA3210:25:5410:57:4510:29:19202101019872550 E 28TH, VERNON484RSAIA MOTOR11:19:0901/28/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210166CA0197300VPDCERDA,PAUL,JR*31W11:32:23 11:32:3811:32:56VPDRAMOS,JOSE26E11:32:5212:26:1811:34:07VPDCERDA,EUGENIO/MACIEL,CYNTHIA3211:32:4311:32:48202101019952454 E 27TH, VERNONA487RDOMESTIC MEDICAL SUPPLY13:37:3401/28/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210167CA0197300VPDCERDA,PAUL,JR*31W13:48:4914:21:09VPDRAMOS,JOSE26E14:20:1615:17:3814:29:18VPDCERDA,EUGENIO/MACIEL,CYNTHIA3214:21:2515:44:4314:30:05202101019964250 S ALAMEDA, VERNON140ALAMEDA STORAGE13:46:3501/28/2021SUPVPDCERDA,EUGENIO/MACIEL,CYNTHIA*3214:20:43 14:20:4414:21:18VPDCERDA,PAUL,JR31W14:21:1315:06:1314:34:501Pageof 201/29/202105:38:40
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/28/202101/28/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101020022825 E 44TH, VERNON459VRLINEAGE16:00:3501/28/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210168CA0197300VPDRAMOS,JOSE*26E16:02:42 16:03:0416:32:3016:06:52202101020055610 ALCOA AV, VERNONASSISTFD16:37:2201/28/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210169CA0197300VPDRAMOS,JOSE*26E16:37:46 16:37:5118:41:0716:45:13VPDCERDA,PAUL,JR31W16:37:49 16:37:5318:07:5316:41:50VPDCERDA,EUGENIO/MACIEL,CYNTHIA3217:15:3118:41:0717:22:32VPDENCINAS,ANTHONY5D3118:01:3717:25:20VPDHERNANDEZ,EDWARD5D3218:20:2817:25:22VPDSANTOS,DANIELS217:13:53 17:13:5517:55:58202101020165275 S DISTRICT BL, VERNONRECUNK22:54:0901/28/2021VRECVPDNEWTON,TODD*40E23:35:0422:54:1020210102018INDUSTRIAL WAY // WASHINGTON BL, VERNONREC23:27:0601/28/2021VRECDepartmentOCA NumberRMS JurisVPDCR20210170CA0197300VPDCAM,PATRICK*20E00:33:0823:27:07* Denotes Primary Unit2Pageof 201/29/202105:38:40
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/29/202101/29/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210102033S SANTA FE AV // FRUITLAND AV, VERNON901T03:28:0501/29/2021RPTCITYDepartmentOCA NumberRMS JurisVPDCR20210171CA0197300VPDREDONA,BRYAN*31W03:29:18 03:29:5104:31:2703:32:28VPDVASQUEZ,LUIS41W03:29:1904:29:4203:32:06202101020424166 BANDINI BL, VERNONGTARVOLUME COCOMO APPAREL07:48:3501/29/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210172CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43E07:51:0108:31:4407:52:09202101020474415 BANDINI BL, VERNONGTARGTS11:46:3801/29/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210173CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*43E11:49:1512:53:5212:07:13202101020512034 E 27TH, VERNON20002RSHAGAL13:10:5201/29/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210174CA0197300VPDDOCHERTY,MICHAEL*40W13:13:0114:13:2713:38:1620210102054RICHMOND // MISSION ROAD, LOS ANGELESLOCATEABSOLUTE TOWING15:33:3101/29/2021VRECVPDRECORDS BUREAU*RECD16:10:0315:38:3520210102070INDUSTRIAL WAY // WASHINGTON BL, VERNONREC20:36:4601/29/2021VRECDepartmentOCA NumberRMS JurisVPDCR20210175CA0197300VPDREDONA,BRYAN*32E21:11:0220:36:46202101020871Pageof 201/30/202105:36:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/29/202101/29/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20210102087S SANTA FE AV // SLAUSON AV, VERNONTRAFFIC STOP22:56:4901/29/20211015VIRPTDepartmentOCA NumberRMS JurisVPDCR20210176CA0197300VPDOURIQUE,CARLOS*2T801:10:0522:56:50VPDLUCAS,JASON1T801:10:0423:08:11VPDSALDANA,CARLOS26W01:10:0523:12:51VPDREDONA,BRYAN32E23:15:5823:08:10* Denotes Primary Unit2Pageof 201/30/202105:36:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/30/202101/30/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101020885232 ALCOA AV, VERNON487RROSE AND SHORE00:21:0501/30/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210177CA0197300VPDCAM,PATRICK*20E00:23:32 00:23:3201:01:2000:27:54VPDARANA,ANDRE31W00:29:4701:01:2100:36:04202101021322716 E VERNON AV, VERNONVCK17:48:5401/30/2021VSRPTDepartmentOCA NumberRMS JurisVPDCR20210178CA0197300VPDCERDA,EUGENIO/MACIEL,CYNTHIA*32E18:14:4317:48:55USTOWUS TOW17:50:58 17:50:5918:14:4417:56:3520210102138INDUSTRIAL WAY // WASHINGTON BL, VERNONREC20:25:1101/30/2021RPTVRECDepartmentOCA NumberRMS JurisVPDCR20210179CA0197300VPDFLORES,TERESA*38E21:23:1820:25:11VPDCAM,PATRICK20E21:18:4020:50:25MR C TOWMR C TO20:38:1321:23:1820:43:00202101021482035 E 49TH, VERNONMR6022:45:0601/30/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210180CA0197300VPDONOPA,DANIEL*S722:46:1622:45:12VPDARANA,ANDRE41W22:46:1622:45:4120210102150S 2ND // ANDERSON, VERNONPATCK23:18:0501/30/2021RPT1015DepartmentOCA NumberRMS JurisVPDCR20210181CA0197300VPDSALDANA,CARLOS*40W23:18:07VPDCAM,PATRICK20E23:21:3423:36:0923:23:28VPD32W23:20:18 23:23:39VPDFLORES,TERESA38E23:21:2423:27:2623:24:03VPDONOPA,DANIELS723:26:541Pageof101/31/202100:19:28
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/31/202101/31/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101021713737 S SOTO, VERNON594RMCDONALD`S RESTAURANTS05:07:1701/31/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210182CA0197300VPDARANA,ANDRE*32W05:13:0405:41:0205:20:04202101021794310 MAYWOOD AV, VERNONGTARUNK09:16:3801/31/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210183CA0197300VPDCR20210184CA0197300VPDMADRIGAL,ALFONSO*38E09:19:0710:56:5009:26:5720210102194S SOTO // 26TH, VERNONTRAFFIC STOP15:21:0201/31/2021VSFI1015RPTDepartmentOCA NumberRMS JurisVPDCR20210185CA0197300VPDMADRIGAL,ALFONSO*38E19:25:5815:21:02VPDGODOY,RAYMOND31E15:21:0617:12:3415:59:34VPDVELASQUEZ,RICHARD32W15:21:3116:34:0015:24:02VPDVILLEGAS,RICHARD43W15:33:2517:02:5615:38:35VPDMARTINEZ,GABRIELS515:28:0317:12:3615:34:28USTOWUS TOW16:11:44 16:11:5717:12:3216:31:29202101022033152 BANDINI BL, VERNON20002RBANDINI TRUCK TERMINAL20:42:3401/31/2021RPTDepartmentOCA NumberRMS JurisVPDCR20210186CA0197300VPDMANNINO,NICHOLAS*40E20:44:2220:48:32VPDSALDANA,CARLOS4320:48:3021:43:1920:50:47202101022062800 E 54TH, VERNON459ACURRENT WAREHOUSE ELECTRIC22:29:1701/31/20211015RPTDepartmentOCA NumberRMS JurisVPDCR20210187CA0197300VPDARANA,ANDRE*2022:30:5923:10:3422:37:14VPDMANNINO,NICHOLAS40E22:40:1023:10:3422:42:421Pageof 202/01/202104:38:55
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:01/31/202101/31/2021Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202101022062800 E 54TH, VERNON459ACURRENT WAREHOUSE ELECTRIC22:29:1701/31/20211015RPTDepartmentOCA NumberRMS JurisVPDCR20210187CA0197300VPDSALDANA,CARLOS4322:38:4323:10:3522:42:18* Denotes Primary Unit2Pageof 202/01/202104:38:55
City Council Agenda Item Report
Agenda Item No. COV-538-2021
Submitted by: Robert Sousa
Submitting Department: Police Department
Meeting Date: March 16, 2021
SUBJECT
Operational Agreement between the Los Angeles County District Attorney's Office and the City of Vernon
for the Implementation and Use of the Electronic Charge Evaluation Request portal (eCER)
Recommendation:
Approve and authorize the City Administrator and Chief of Police to execute an operational agreement
between the Los Angeles County District Attorney's Office and the City of Vernon for the implementation
and use of the Electronic Charge Evaluation Request portal (eCER), effective as of December 1, 2020
through November 30, 2025.
Background:
The Los Angeles County District Attorney’s Office has transitioned into an Electronic Charge Evaluation
Request portal (eCER). The eCER portal is a web application through which law enforcement agencies
may submit crime reports and other supporting documentation for charge evaluation. Submission of
criminal cases for charge evaluation through eCER will allow the Investigating Officer (IO/Detectives) to
remain in the field during the initial review process, thereby eliminating downtime while waiting to meet
with a Deputy District Attorney (Filing Deputy).
The District Attorney’s Office has provided the City with an Operational Agreement and associated
Appendix to be signed by the City Administrator and Chief of Police. The purpose of this Agreement is
to set forth the terms and guidelines for the implementation and use of the Electronic Charge Evaluation
Request portal (eCER). The duration of the Agreement, December 1, 2020 through November 30, 2025,
has been determined by the District Attorney's Office and is the same for all agencies that opt to utilize
the eCER portal. A 30-day written notice is required should the City wish to terminate the Agreement
prior to the expiration date.
City legal staff has reviewed and approved the Agreement and Appendix as to form.
Fiscal Impact:
There is no fiscal impact associated with this agreement.
Attachments:
1. eCER Agreement and Appendix
eCER Operational Agreement City of Vernon
11-25-2020
OPERATIONAL AGREEMENT BETWEEN
THE LOS ANGELES COUNTY DISTRICT ATTORNEY’S OFFICE AND
THE CITY OF VERNON
1. PARTIES
This Operational Agreement (Agreement) is entered into by the Los Angeles County
District Attorney’s Office (District Attorney) and the City of Vernon (City), a municipal
corporation, and its Police Department (VPD).
2. PURPOSE
The purpose of this Agreement is to set forth the terms and guidelines for the implementation
and use of the Electronic Charge Evaluation Request portal (eCER).
eCER is a web application through which law enforcement agencies may submit crime
reports and other supporting documentation for charge evaluation. Submission of criminal
cases for charge evaluation through eCER will allow the Investigating Officer (IO) to remain
in the field during the initial review process, thereby eliminating time waiting to meet with a
deputy district attorney (Filing Deputy).
eCER does not eliminate the requirement that all criminal complaints must be signed by the
IO, or the IO’s designee.1 eCER also does not alter the Superior Court filing deadlines or the
procedures for filing the criminal complaint with the Superior Court. These deadlines and
procedures, which are unique to each courthouse, must still be followed, and will be set forth
in the appendix.
If a case submitted for charge evaluation through eCER results in the filing of a criminal
complaint, the IO, or the IO’s designee, must bring the required number of filing packets to
the District Attorney’s Office, sign the criminal complaint, and file the paperwork according
to the relevant Superior Court procedures, as set forth in the appendix.
Effective communication between an IO and the Filing Deputy is essential to the efficient
and proper review of all criminal cases.
Not all cases are appropriate for eCER submission. The District Attorney and the VPD each
retain the option to determine that a particular case should be personally presented by the IO
to the Filing Deputy. Provisions for how each party shall be informed that an in-person
charge evaluation is required shall be set forth in the appendix.
1 If the Superior Court implements an electronic filing program, the requirement for a wet signature on the criminal
complaint will be reviewed.
eCER Operational Agreement City of Vernon
11-25-2020
3. RESPONSIBILITIES OF THE DISTRICT ATTORNEY
a) Filing Deputies who are reviewing cases submitted through eCER will be available to
consult with the IO via telephone and email throughout the charge evaluation process.
b) The District Attorney, as the Host Agency, will be deemed the owner of the information
entered into the application by eCER users in accordance with CJIS Security Policy
version 5.6, section 5.1.1.
c) The District Attorney, as the Host Agency, shall conform to federal and state laws
relating to criminal justice information.
d) The District Attorney shall provide training to VPD as set forth in the appendix.
e) The District Attorney shall provide Help Desk technical assistance regarding use of the
eCER Portal Monday through Friday, 7:00 a.m. to 5:00 p.m.
f) The District Attorney, in conjunction with the Los Angeles County Internal Services
Department, will provide the necessary computer infrastructure to host the eCER
application which will be accessible to VPD via an internet browser.
4. RESPONSIBILITIES OF THE VERNON POLICE DEPARTMENT
a) All IOs submitting cases for charge evaluation through eCER must be available by direct
telephone line during the evaluation process.
b) If requested, IOs must be available to meet in person with the Filing Deputy during the
charge evaluation process.
c) VPD will be responsible for the appropriate security measures as applicable to physical
security of terminals and telecommunications lines within the VPD’s Data Network.
d) VPD personnel will meet background screening requirements.
e) VPD will supply workstations equipped with internet browsers.
f) VPD will supply Help Desk support of the physical hardware within the VPD’s computer
network.
5. PRIVACY AND DATA SECURITY
a) The term "personal information” shall have the same meaning as set forth in subdivision
(g) of California Civil Code section 1798.29
eCER Operational Agreement City of Vernon
11-25-2020
b) The District Attorney, as the Host Agency, acknowledges the privacy rights of
individuals to their personal information, as defined in California Civil Code section
1798.29, that are expressed in the Information Practices Act (California Civil Code
section 1798 et seq.) and in Article 1, Section 1 of the California Constitution.
c) The District Attorney represents and warrants that its access, collection, use, storage,
disposal, and disclosure of personal information does and will comply with all applicable
federal and state privacy and data protection laws.
d) The District Attorney shall implement administrative, physical and technical safeguards
to protect personal information that are no less rigorous than accepted industry practices,
and shall ensure that all such safeguards, including the manner in which confidential
information is collected, accessed, used, stored, processed, disposed of and disclosed,
comply with applicable data protection and privacy laws, as well as the terms of this
Agreement.
e) The District Attorney shall maintain the privacy of personal information and shall be
responsible for any notifications to affected persons (after prompt consultation with City
and VPD) whose personal information is disclosed by any security breach relating to the
confidential information resulting from the acts or omissions of the District Attorney or
of its personnel.
f) A “security breach” means unauthorized acquisition of computerized data that
compromises the security, confidentiality, or integrity of personal information maintained
by the District Attorney.
g) The District Attorney shall be responsible for providing such notification in the most
expedient time possible consistent with the methods prescribed in California Civil Code
section 1798.29.
h) The District Attorney is required to maintain an Information Security Program sufficient
to protect personal information.
6. INDEMNIFICATION
a) The District Attorney shall defend, indemnify and hold harmless the City, its officers,
employees, agents (each a City Indemnitee) from and against all losses, damages,
liabilities, deficiencies, actions, judgments, interest, awards penalties, fines, costs or
expenses of whatever kind, including reasonable attorney’s fees, and the cost of enforcing
any right to indemnification hereunder, arising out of or resulting from any third-party
claim against any City Indemnitee arising out of or resulting from the District Attorney’s
failure to comply with any of its obligations in this Agreement.
b) The City shall defend, indemnify and hold harmless the District Attorney, its officers,
employees, agents (each a District Attorney Indemnitee) from and against all losses,
eCER Operational Agreement City of Vernon
11-25-2020
damages, liabilities, deficiencies, actions, judgments, interest, awards penalties, fines,
costs or expenses of whatever kind, including reasonable attorney’s fees, and the cost of
enforcing any right to indemnification hereunder, arising out of or resulting from any
third-party claim against any District Attorney Indemnitee arising out of or resulting from
the City’s failure to comply with any of its obligations in this Agreement.
7. DURATION OF THE AGREEMENT
This Operational Agreement shall be effective December 1, 2020. This Operational Agreement
may be terminated by either party with thirty (30) days’ notice by issuing a written Notice of
Termination.
This Operational Agreement shall expire on November 30, 2025 unless terminated sooner, in
whole or in part.
8. AMENDMENT OF THE AGREEMENT
Should this Operational Agreement require modification, such changes shall be added by mutual
agreement of the VPD, the City and the District Attorney, in writing, and affixed to this
Operating Agreement as the next Appendix in order.
9. CONTACTS
The day-to-day contacts for each phase of the implementation of eCER shall be set forth in the
appendix. Questions regarding the eCER project should be addressed to:
For Operational Issues:
District Attorney’s Office Vernon Police Department
James Garrison, Director G. Herrera, Detective Sergeant
Bureau of Fraud and Corruption Prosecutions gherrera@covpd.org
jgarrison@da.lacounty.gov 213-414-5595
213-257-3036
For Technical Issues:
District Attorney’s Office Vernon Police Department
Systems Division, Technical Lead Information Technology Manager
Richard Dai Ernesto Smith
rdai@da.lacounty.gov esmith@ci.vernon.ca.us
eCER Operational Agreement City of Vernon
11-25-2020
WE, THE UNDERSIGNED, AGREE TO THE PROVISIONS AND INTENT OF THIS
OPERATIONAL AGREEMENT AND APPENDIX A.
Dated: _______________________ __________________________
Anthony Miranda, Chief of Police
Vernon Police Department
Dated: _______________________ __________________________
Carlos R. Fandino
Vernon City Administrator
City of Vernon
Dated: _______________________ __________________________
Arnold Alvarez-Glasman
Attorney for City of Vernon
Dated: _______________________ __________________________
George Gascon
District Attorney
Los Angeles County
District Attorney’s Office
eCER Operational Agreement Appendix A City of Vernon
11-25-2020
APPENDIX A
OPERATIONAL AGREEMENT BETWEEN
THE LOS ANGELES COUNTY DISTRICT ATTORNEY’S OFFICE AND
THE CITY OF VERNON
I. SCOPE OF AGREEMENT
Use of eCER under Appendix A shall be limited to cases originating from the Vernon Police
Department (VPD) and submitted for charge evaluation to the District Attorney’s Downey and
East Los Angeles Area Offices.
Appendix A shall apply to in-custody filings, bonds, cites, and warrants.
II. EFFECTIVE DATE
Appendix A shall be effective December 1, 2020 and shall remain in effect until either party
terminates the Operational Agreement or it expires, or the Appendix is superseded by another
Appendix.
III. AMENDMENTS
Any modifications to this Appendix shall be made in writing and by mutual agreement of the
parties.
IV. TRAINING
The District Attorney’s Office will coordinate with VPD staff and Investigating Officers (IO) to
ensure that participants receive the necessary initial in-person training for the use of eCER.
Thereafter, VPD shall be responsible for training any additional personnel on the use of eCER.
V. PROCEDURES
IOs submitting any case through eCER shall be available for consultation with the Filing Deputy
by telephone during the entire charge evaluation process.
Upon request of the Filing Deputy, IOs submitting cases through eCER shall be present at the
Downey or East Los Angeles Area Office during the charge evaluation process. Filing Deputies
shall notify the IO via telephone that the IO shall be present for the charge evaluation process,
allowing sufficient time for the IO to travel to the District Attorney’s Office and complete the
process within the timeframe established by the Superior Court.
eCER Operational Agreement Appendix A City of Vernon
11-25-2020
The IO must be present at the time of the charge evaluation process for the following criminal
offenses submitted electronically via the eCER portal, unless the Filing Deputy indicates
otherwise:
• Murder and Manslaughter
• Stalking or cases related to Stalking
• Sexual Assault or cases involving the threat of Sexual Assault
• Domestic Violence or cases related to Domestic Violence1
• Child Abuse, cases involving the threat of Child Abuse, and cases related to Child Abuse2
• Child Abduction, cases involving the threat of Child Abduction, and cases related to
Child Abduction
• Elder and Dependent Adult Physical Abuse, cases involving the threat of Elder Abuse,
and cases related to Elder Abuse
• Any Significant Case3 or case attracting significant media attention
• Cases involving 4 or more defendants
• Cases involving 4 or more distinct incidents or crime locations
• Cases involving Complex Fraud
• Cases involving Complex Gang Allegations
Although a case may be eligible for charge evaluation through eCER, an IO may choose to bring
the case to the District Attorney’s Office for an in-person charge evaluation.
If the eCER portal is down during the submission process, submission of a case for review shall
be accomplished in the pre-eCER manner.
All cases submitted through eCER shall contain the following, where applicable:
Documents
a. Crime Report
b. Supplemental Reports
c. Arrest Report
d. Probable Cause Determination (PCD), if applicable
e. Property Report
f. Booking Slip
g. CHP 180
h. Lab Reports
i. Written Statements by the victim, witnesses, and/or suspects
1 Domestic Violence includes any felony or alternative felony/misdemeanor charge involving the threat or use of
physical force in which the suspect and victim are current or former cohabitants, dating partners, or parents of a
child in common, or in which the suspect and victim are relatives who normally reside in the same household.
2 Child Abuse includes any felony or alternative felony/misdemeanor charge in which a child is a victim regardless
of the child’s relationship to the perpetrator(s).
3 A Significant Case is any crime, felony or misdemeanor, of significant public interest.
eCER Operational Agreement Appendix A City of Vernon
11-25-2020
j. Photographs of the crime scene, evidence, injuries, suspects, victims, and/or
witnesses
k. Expert Reports
l. Criminal History, including, but not limited to CII, DMV, JAI, CCHRS and FBI,
if available, for all suspects
m. Related and/or prior Crime Reports
n. All Priors and Predicates that are required to support the charges and/or conduct
allegations
o. All body-worn camera and other video footage depicting the crime or events
associated with the crime report, as practicable, unless otherwise specifically
requested by the Filing Deputy as being necessary for an assessment of whether
criminal charges may be filed.
Required Information
p. Name, date of birth, CII number, and gender for all suspects
q. Name, date of birth, CII number (if available), and available contact information
for all witnesses and victims, including guardian [legal representative]
information if the witness or victim is a minor
r. Agency Report Number or Citation Number
s. Booking Number, if applicable
t. Appearance Date
u. Notation of the existence of any other evidence not submitted through eCER (i.e.,
dashboard camera or body-worn camera video, security, surveillance or other
video footage, 911 calls, taped interviews or witness statements)
v. Name, serial number, work cell phone number, and email of IO
w. Name, serial number, work cell phone number, and email of Filing Officer, if
different from IO
x. Name and serial number of each law enforcement personnel
y. Contact information for SDT purposes.
The IO is responsible for redacting all financial information (including, but not limited to, any
personal identifying information), minors’ full names, the names of victims who seek to maintain
confidentiality pursuant to Penal Code section 293.5 (victims of sex crimes, hate crimes,
domestic violence, and stalking), the full names and addresses of victims who might be subjected
to threats or intimidation, and any other information the IO feels should be redacted. These
redacted documents shall contain the word “redacted” in the file name and the IO must inform
the filing deputy specifically what has been redacted. The IO must submit the original,
unredacted documents via the eCER portal as well as the fully redacted versions of the
documents at the time of filing.
eCER will notify the IO by email that the case has been reviewed and either filed, declined, or
declined for further investigation.
eCER Operational Agreement Appendix A City of Vernon
11-25-2020
VI. FILING DEADLINES
All in-custody filings for the Downey Branch Office of the Superior Court submitted through
eCER must be transmitted to the Downey Area Office by 8:30 a.m. the day the suspect is due in
court.
When an in-custody case has been filed in the Downey Area Office, the IO or Liaison shall print
and prepare the necessary filing packets, either at VPD or using the Downey Area Office
photocopying machines. The IO, or the IO’s designee, shall sign the complaint at the Downey
Area Office prior to 11:00 a.m.
When an out-of-custody case is filed, the IO, or the IO’s designee, shall bring to Downey Area
Office at least three (3) copies of the felony filing packet. If the filing is for a warrant, four (4)
copies of the filing packet should be provided. These filing packets must be brought to the
Downey Area Office at least two (2) weeks before the initial court date. For multiple defendant
cases, the IO must bring an additional packet for each defendant. The IO, or the IO’s designee,
shall sign the complaint. The IO will be responsible for ensuring that all necessary redactions
have been made in reports.
VII. DECLINATIONS
If an in-custody case has been declined, the IO shall receive a copy of the declination form by
1:00 p.m. Because the police report is stored in the PIMS system, there is no need to bring hard
copies of the reports to the District Attorney’s Office for declined cases.
If the case has been declined for further investigation, the IO shall receive a copy of the
declination form and proceed accordingly. If further investigation results in the resubmission of
the case, the case can be resubmitted through eCER. To ensure that a resubmitted case is filed in
a timely manner, the IO shall contact the Filing Deputy to make appropriate arrangements.
VIII. CONTINUING TECHNICAL SUPPORT AND TRAINING
After the initial training provided by the District Attorney’s Office, VPD shall be responsible for
training any additional personnel on the use of eCER. A step-by-step User’s Guide for all law
enforcement users is available on the eCER portal itself.
VPD shall designate a person to provide technical support to assist VPD staff and IOs with the
use of eCER. The designated technical support person shall be consulted, in the event that
assistance is needed, before contacting the District Attorney’s Office. Thereafter, VPD staff and
IOs are to contact the District Attorney’s Office through the Help Desk.
In addition, VPD shall be responsible for ensuring that only authorized, trained personnel are
given access to eCER.
eCER Operational Agreement Appendix A City of Vernon
11-25-2020
IX. CONTACTS
For purposes of Appendix A, the contacts shall be as follows:
District Attorney’s Office – Downey Area Office
Deputy-in Charge Kraig St. Pierre
kstpierr@da.lacounty.gov
562-803-7100
District Attorney’s Office – East Los Angeles Area Office
Deputy-in-Charge John Harlan
jharlan@da.lacounty.gov
323-780-2033
District Attorney’s Office, Systems Division Technical Lead
Help Desk Richard Dai
Helpdesk@da.lacounty.gov rdai@da.lacounty.gov
213-725-5340 562-403-6640
Vernon Police Department
Detective Sergeant G. Herrera
gherrera@covpd.org
213-414-5595
Vernon Police Department, Information Systems
Ernesto Smith
Information Technology Manager
esmith@ci.vernon.ca.us
213-447-0630
City Council Agenda Item Report
Agenda Item No. COV-544-2021
Submitted by: Lilia Hernandez
Submitting Department: City Administration
Meeting Date: March 16, 2021
SUBJECT
Report on Emergency Purchases Secured by the City Administrator
Recommendation:
Receive and file the report.
Background:
Since November 2020, the Health and Environmental Control Department (HECD) worked to become a
designated COVID-19 inoculation partner with the County of Los Angeles. Given the vast number of
workers in high-density job settings in businesses located in Vernon, the HECD recognized the need for
and potential significant impact of inoculating Vernon workers.
ln preparation for this COVID-19 vaccination effort in the City of Vernon, on February 8, 2021, the Health
and Environmental Control Department requested the purchase of a vehicle to serve as a mobile health
clinic. An immediate purchase of a mobile health vehicle was necessary in order to avoid any delays in
the distribution and administration of the COVID-19 vaccine to the local community. Accordingly, the City
Administrator approved the purchase of a Mercedes-Benz Sprinter from Boondock, Inc. ("Texino") with
branded graphic vehicle wrap installation by LA Vinyl to be utilized as a mobile health clinic. To date, the
mobile health clinic has visited and inoculated over 2,800 workers at about 17 Vernon businesses.
The purchase and customization of the vehicle were deemed exempt from competitive bidding and
competitive selection pursuant to Vernon Municipal Code Section 2.17.36 as the COVID-19 health
pandemic poses a significant risk to the health and life of those who live and work in Vernon and the
surrounding communities. Moreover, the purchase of a mobile health vehicle is in line with the City's
proclamation of a local emergency declared on March 14, 2020, as it would assist in a coordinated
public health response to reduce transmission and illness severity and mitigate the effects of this
pandemic on the citizens, businesses, and employees of the City.
Fiscal Impact:
The fiscal impact associated with this purchase is a total of $103,212.67 including $99,900.00 for the
vehicle purchase and $3,312.67 for the graphic wrap. This purchase was not budgeted, but funds were
available under the City's Community Development account number 011.1070.797000. The City will also
seek reimbursement from FEMA, as this is a COVID-19 related expense.
Attachments:
City Council Agenda Item Report
Agenda Item No. COV-545-2021
Submitted by: Diana Figueroa
Submitting Department: City Administration
Meeting Date: March 16, 2021
SUBJECT
COVID-19 Resident Grant Assistance Program Update
Recommendation:
Receive and file the report.
Background:
At its meeting on March 2, 2021, City Council approved the COVID-19 Resident Grant Assistance
Program (GAP) to provide financial aid to Vernon residents who are experiencing COVID-19 related
economic hardship. At the time of approval, City Council directed staff to revise and translate the
program documentation prior to conducting outreach to Vernon residents, and to provide an update on
the program implementation at its March 16, 2021 City Council meeting.
Program Materials
City Council recommended updates to the COVID-19 GAP documents were completed and all revised
forms were translated into Spanish. The program overview, Self-Attestation Form, and a cover letter
summarizing the program were packaged for electronic and physical delivery to each Vernon resident
(attachments 1 and 2 provided for reference).
Premature Application Submissions
Since draft program materials were disseminated to several Vernon residents, the City was in receipt of
a total of 16 applications prior to finalizing the documents as per City Council's direction. Applications
were logged and residents who submitted the applications prematurely received a letter from the City on
March 5, 2021 (attachment 3) to advise of the need to resubmit their application materials upon formal
notification from the City about its official GAP application period.
Vernon Resident Outreach
On March 9, 2021, City staff initiated a multi-tiered outreach plan which included hand delivery of GAP
application materials to each residence, individual phone calls to each residence, email and text
message Everbridge notifications, and posting on the City's website. Vernon residents were advised of
the following details:
*The application period will open at 7:00 a.m. March 11, 2021 and will close at 5:30 p.m. on April 29,
2021.
*Applicants must live in a residence located within the City of Vernon.
*Applications will be reviewed on a first come first served basis (one per household) and applicants are
encouraged to apply early.
*Applicants must demonstrate a financial need and impact due to COVID-19; award amounts are based
on demonstrated need and not amounts requested.
*Eligibility is not affected by immigration status.
Additionally, a reminder notification about GAP fund availability was broadcast through the City's social
media platforms on March 11, 2021.
Application Evaluation
Intake of applications will be monitored closely, with each receiving a date/time stamp. Finance
Department staff have developed an objective, comprehensive method to evaluate applications and
assess household need. A points-based assessment tool will be utilized to score qualified applicants
and determine a dollar amount based upon quantifiable demonstrated COVID-19 related hardship.
GAP Funding
City staff will track all applications and requested dollar amounts, and will provide City Council with
additional updates as necessary throughout the application period. Should staff find that there is
overwhelming financial distress in the Vernon community that is not entirely addressed by the $50,000
allocation for the GAP, staff will inform the City Council. If desired, City Council may advise staff to
agenize an item at a future City Council meeting that will offer an opportunity to deliberate on the
possibility of increasing the GAP allocation to support the needs of more City residents.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. GAP Announcement and Application (English)
2. GAP Announcement and Application (Spanish)
3. Premature Application Communication dated March 5, 2021
CITY ADMINISTRATION
4305 Santa Fe Avenue, Vernon, California 90058
Telephone (323) 583-8811
Exclusively Industrial
March 9, 2021
Re: City of Vernon Resident COVID-19 Grant Assistance Program
Dear Resident:
The City of Vernon consistently strives to protect the health, safety, and public welfare of its
residents. As part of the City’s response to the ongoing COVID-19 pandemic, the Vernon City
Council recently approved a need-based grant program for its residents. The Vernon Resident
COVID-19 Grant Assistance Program (“GAP”) aims to provide financial aid to Vernon residents
who are experiencing COVID-19 related economic hardship. The City is excited to announce
the availability of funds to aid Vernon’s residents and invites those affected to apply.
Although the re-opening process is underway in the region, Southeast Los Angeles County
remains disproportionately impacted by the pandemic, and the City recognizes many residents
may continue to face economic challenges due to COVID-19 related circumstances experienced
over the past year. Vernon’s GAP funding provides an opportunity for residents in need to
receive financial support by way of a one-time grant. Below are a few notable highlights about
GAP:
•Application period: 7:00 a.m. March 11, 2021 to 5:30 p.m. April 29, 2021
•Applicants must live in a residence located within the City of Vernon
•Applications will be reviewed on a first come first served basis (one per household) and
applicants are encouraged to apply early
•Applicants must demonstrate a financial need and impact due to COVID-19; award
amounts will be based on demonstrated need and not amount requested
•Eligibility is not affected by immigration status
Enclosed with this communication is the program overview and information on how to apply for
GAP.
If you have any questions, please contact Diana Figueroa at (323) 583-8811 Ext. 570, or by
email at DFigueroa@ci.vernon.ca.us.
Sincerely,
Carlos R. Fandino, Jr.
City Administrator, City of Vernon
RESIDENT COVID-19 GRANT ASSISTANCE PROGRAM
www.cityofvernon.org Page 1 of 2
The Vernon Resident COVID-19 Grant Assistance Program (GAP) will provide one-time need -
based grants to individuals and families who occupy a residential property in Vernon as their
primary residence and have been financially impacted due to COVID-19.
Qualified COVID-19 financial impacts include the following:
•Workplace closure or reduced hours due to COVID-19, including layoff, termination, loss of
working hours.
•Business closure or other economic impacts of COVID-19.
•Sickness with COVID-19 or caring for a household or family member who is or has been
sick with COVID-19.
•Medical costs for you or a household member who is or has been ill with COVID-19.
•Extraordinary out-of-pocket childcare expenses due to school closures.
•A working parent who has stayed home from work to care for a school-age child during the
COVID-19 pandemic.
•Compliance with a recommendation from a government health authority to stay home, self-
quarantine, or avoid congregating with others during the state of emergency.
•Other reasonable expenditures stemming from government-ordered emergency measures.
•Any additional factors relevant to your or a household member’s reduction of income as a
result of COVID-19.
One-time financial assistance is available to aid Vernon households negatively impacted by
COVID-19. The Vernon Resident COVID-19 GAP will offer qualified residents up to a maximum
amount of $3,000 in grant funds to use to cover household expenses during the health
emergency, based on actual need.
Immigration status does not affect eligibility. The City will not request or transmit any
information from applicant(s) related to immigration status.
To be eligible, Vernon Resident GAP applicants must:
•Occupy an apartment or single-family home located in the City of Vernon as their primary
residence
•Submit a COVID-19 Impact Self-Attestation Form for the Vernon Resident Grant
Assistance Program (only one application per household will be accepted). The form will
require you to:
o Calculate the grant amount that is most appropriate to cover your household’s
immediate needs
o Describe the type of COVID-19 hardship impacting your household
o Certify that all information provided to the City is true and accurate
•Upon request, provide documentation to the City to verify and describe your COVID-19
related hardship
o Acceptable documentation includes, but is not limited to, unemployment checks,
COVID-19 related medical bills, letter from an employer documenting reduced
hours or layoff, and/or letter from a doctor indicating COVID-19 illness or exposure
and inability to work.
Program Overview
Eligibility Requirements
RESIDENT COVID-19 GRANT ASSISTANCE PROGRAM
www.cityofvernon.org Page 2 of 2
Please note that residents who are serving in the capacity of Council Member for the City of
Vernon are not eligible to receive grant funds.
Applications for the Vernon Resident COVID-19 GAP will be accepted beginning at 7:00 a.m.
March 11, 2021 through 5:30 p.m. April 29, 2021. Applicants must submit application
documentation within the application period indicated in order to be considered for a grant. Grant
funds are limited and applications will be reviewed and approved on a first-come, first-served
basis until funds are depleted.
If you are experiencing a COVID-19 related financial hardship and are interested in the Vernon
Resident COVID-19 GAP, please follow the instructions below:
1.Complete the Vernon Resident COVID-19 Impact Self-Attestation Form in its entirety.
2.Submit the form by 5:30 p.m. on April 29, 2021 along with any supporting documents.
You may email the form to dfigueroa@ci.vernon.ca.us, or hand-deliver or mail the form to:
Vernon City Hall
4305 Santa Fe Ave.
Vernon, CA 90058
Attn: Diana Figueroa
3.Upon request, provide additional supporting documentation to the City to verify and
describe your COVID-19 related hardship.
If you are qualified for Vernon Resident COVID-19 Grant Assistance, any award amount will be
based on demonstrated need and not amount requested. The City will provide you with a grant
check. You do not need to provide a social security number to have the check issued to you.
You do not need to repay the City for the grant funds provided to you.
The City cannot not provide legal, financial, or tax advice to recipients of grant funds. You should
consult your own tax advisor or visit www.irs.gov to determine the effect that COVID-19 grant
assistance may have on your particular tax situation.
If you have any questions about the grant program or the application process, please contact
(323)583-8811, ext. 570.
Program Deadline
Instructions to Apply
Resident COVID-19 Grant Assistance Program
COVID-19 IMPACT SELF-ATTESTATION FORM
Page 1 of 2
IDENTIFYING INFORMATION
Applicant’s Name
Address
COVID-19 IMPACT CATEGORY
My household income was impacted by COVID-19 (on or after March 1, 2020) for the following reason(s):
Workplace closure or reduced hours due to
COVID-19, including layoff, termination, loss of
working hours
Compliance with a recommendation from a
government health authority to stay home, self-
quarantine, or avoid congregating with others during
the state of emergency
Medical costs for you or a household member
who is or has been ill with COVID-19
Business closure or other economic impacts of
COVID-19
Other factors relevant to a household member’s
reduction in income as a result of the COVID-19
emergency. (Please describe.)
Sickness with COVID-19 or caring for a
household or family member who is or has been sick
with COVID-19
Extraordinary out-of-pocket childcare expenses
due to school closures
Other reasonable expenditures stemming from
government-ordered emergency measures. (Please
describe.)
Self-employed business closure or economic impact due to COVID-19. (Please describe.)
The City reserves the right to request supporting documentation from applicants as necessary to
determine eligibility. Any misrepresentation of financial need will be grounds for disqualification.
Event above is a result of COVID-19 Yes No
For approximately how long has your household been impacted by COVID-19:
EMPLOYMENT INFORMATION
Employer Name Employer Contact
Employer Address Employer Phone
Job Title Layoff Date (Optional)
Resident COVID-19 Grant Assistance Program
COVID-19 IMPACT SELF-ATTESTATION FORM
Page 2 of 2
COVID-19 HARDSHIP DESCRIPTION (Attach additional pages if necessary)
GRANT AMOUNT AND PURPOSE (Attach additional pages if necessary)
My household income was impacted by COVID-19 and I am requesting a grant in the amount of:
$
The grant will be used to cover the following household expenses:
APPLICANT INFORMATION
Email Address Cell Phone
Preferred Method of Communication Home Phone
Number of Household Members Ages of Household Members
APPLICANT CERTIFICATION
I hereby certify under penalty of perjury that the information on this form and any documentation
submitted in support thereof is true and accurate, and I understand that the above information, if
misrepresented or incomplete, may be grounds for immediate program termination and/or penalties as
specified by law.
Applicant Signature Date
CITY ADMINISTRATION
4305 Santa Fe Avenue, Vernon, California 90058
Telephone (323) 583-8811
Exclusively Industrial
9 de marzo de 2021
Re: Programa de Asistencia de Subvención COVID-19 Para Residentes de Vernon
(Vernon Resident COVID-19 Grant Assistance Program – GAP)
Estimado residente:
La ciudad de Vernon constantemente se esfuerza por proteger la salud, la seguridad y el bienestar público de
sus residentes. Como parte de la respuesta de la Ciudad a la pandemia de COVID -19, el Consejo Municipal de
Vernon recientemente aprobó un programa de subvenciones basado en las necesidades de sus residentes. El
Programa de Asistencia de Subvención COVID-19 para Residentes de Vernon (“GAP”) tiene como objetivo
brindar ayuda financiera a los residentes de Vernon que están pasando por dificultades económicas
relacionadas con el COVID-19. La Ciudad se complace en anunciar la disponibilidad de fondos para ayudar a
los residentes de Vernon e invita a los afectados a postularse.
Aunque el proceso de reapertura está en marcha en la región, el sureste del condado de Los Ángeles sigue
afectado de manera desproporcionada por la pandemia y la Ciudad reconoce que muchos residentes pueden
seguir enfrentando desafíos económicos debido a las circunstancias relacionadas con COVID -19 durante el
año pasado. Los fondos GAP de Vernon brindan una oportunidad a los residentes que necesitan recibi r apoyo
financiero a través de una subvención única. A continuación, se muestran algunos aspectos notables sobre
GAP:
•El período de solicitud: 7:00 a.m. 11 de marzo de 2021 a 5:30 p.m. 29 de abril de 2021
•Los solicitantes deben vivir en una residencia ubicada dentro de la ciudad de Vernon
•Las solicitudes se revisarán por orden de llegada (una por hogar) y se alienta a los solicitantes a que
presenten su solicitud con anticipación
•Los solicitantes deben demostrar una necesidad financiera y un impacto debido a COVID-19; la
cantidad de subvención se basará en la necesidad demostrada y no en la cantidad solicitada.
•La elegibilidad no será afectada por el estatus migratorio
Adjunto a esta comunicación se encuentra la descripción general del programa y la información sobre cómo
solicitar fondos de GAP.
Si tiene alguna pregunta, comuníquese con Diana Figue roa al (323) 583-8811 Ext. 570, o por correo
electrónico a DFigueroa@ci.vernon.ca.us.
Atentamente,
Carlos R. Fandino, Jr.
Administrador de la ciudad, Ciudad de Vernon
RESIDENT COVID-19 GRANT ASSISTANCE PROGRAM
www.cityofvernon.org Page 1 of 2
Descripción General
El Programa de Asistencia de Subvenciones COVID-19 para Residentes de Vernon (“Vernon
Resident COVID-19 Grant Assistance Program – GAP”) proporcionará subvenciones una vez,
basados en necesidad, a individuos y familias que ocupan una propiedad residencial en Vernon
como su residencia principal y han sido afectados financieramente debido a COVID-19.
Los impactos financieros calificados de COVID-19 incluyen los siguientes:
•Cierre de lugar de trabajo o reducción de horas debido a COVID-19, incluidos despidos, pérdida
de horas de trabajo.
•Cierre de negocios u otros impactos económicos de COVID-19.
•Enfermedad con COVID-19 o el cuidado de un miembro del hogar o de la familia que está o ha
estado enfermo con COVID-19.
•Costos médicos para usted o un miembro de su hogar que esté o haya estado enfermo con
COVID-19.
•Gastos extraordinarios de cuidado de niños debido al cierre de escuelas.
•Un padre que trabaja y que se ha quedado en casa sin ir al trabajo para cuidar a un niño de
edad escolar durante la pandemia de COVID-19.
•Cumplir con una recomendación de una autoridad de salud del gobierno de quedarse en casa,
ponerse en cuarentena o evitar reunirse con otras personas durante el estado de emergencia.
•Otros gastos razonables derivados de las medidas de emergencia ordenadas por el gobierno.
•Cualquier factor adicional relevante a la reducción de ingresos suya o de un miembro de su
hogar como resultado de COVID-19.
La asistencia financiera única está disponible para ayudar a los hogares de Vernon afectados
negativamente por COVID-19. El GAP para residentes de Vernon ofrecerá a los residentes
calificados hasta una cantidad máxima de $ 3,000 en fondos de subvención para cubrir los gastos
del hogar durante la emergencia de salud, según la necesidad real.
Requisitos de Eligibidad
El estatus de inmigración no afecta la elegibilidad. La Ciudad no solicitará ni transmitirá
información de los solicitantes relacionada con el estatus migratorio.
Para ser elegibles, los solicitantes de GAP Residentes de Vernon deben:
•Ocupar un apartamento o una casa unifamiliar ubicada en la ciudad de Vernon como su
residencia principal.
•Enviar un formulario de autodeclaración de impacto COVID-19 para el Programa de
asistencia de subvenciones para residentes de Vernon (solo se aceptará una solicitud por
hogar). El formulario requerirá que:
o Calcule la cantidad de la subvención que sea más apropiada para cubrir las
necesidades inmediatas de su hogar.
o Describa el tipo de dificultad de COVID-19 que afecta a su hogar
o Certifique que toda la información proporcionada a la Ciudad es verdadera y precisa
•Si lo solicita, proporcione documentación a la Ciudad para describir y verificar sus
dificultades relacionadas con COVID-19.
o La documentación aceptable incluye, entre otros, cheques de desempleo, facturas
médicas relacionadas con COVID-19, carta de un empleador que documente horas
reducidas o despido, y / o carta de un médico que indique enfermedad o exposición
al COVID-19 e incapacidad para trabajar.
RESIDENT COVID-19 GRANT ASSISTANCE PROGRAM
www.cityofvernon.org Page 2 of 2
Tenga en cuenta que los residentes que se desempeñan como miembros del consejo de la ciudad
de Vernon no son elegibles para recibir fondos de subvención.
Periodo de Aplicación
Las solicitudes para el GAP COVID-19 para residentes de Vernon se aceptarán desde las 7:00am
el 11 de marzo hasta las 5:30pm el 29 de abril del 2021. Los solicitantes deben presentar
la documentación de la solicitud antes de esta fecha para ser considerados para una subvención.
Los fondos de la subvención son limitados y las solicitudes se revisarán y aprobarán por
orden de llegada.
Instrucciones Para Aplicar
Si está experimentando una dificultad financiera relacionada con COVID-19 y está interesado en el
GAP de COVID-19 para residentes de Vernon, siga las instrucciones a continuación:
1.Complete el formulario de autodeclaración de impacto COVID-19 para residentes de Vernon
en su totalidad.
2.Envíe el formulario antes de las 5:30pm del 29 de abril del 2021 adjunto con documentación
respaldante. Puede enviar el formulario por correo electrónico a dfigueroa@ci.vernon.ca.us,
o entregarlo personalmente o enviarlo por correo a:
Vernon City Hall
4305 Santa Fe Ave.
Vernon, CA 90058
Attn: Diana Figueroa
3.Si lo solicita, proporcione documentación adicional de respaldo a la Ciudad para describir y
verificar sus dificultades relacionadas con COVID-19.
Si reúne los requisitos para la asistencia de subvención COVID-19 para residentes de Vernon,
la cantidad de subvención se basará en la necesidad demostrada y no en la cantidad
solicitada. La Ciudad le proporcionará un cheque de subvención. No es necesario que
proporcione un número de seguro social para que se le emita el cheque. No es necesario que
reembolse a la Ciudad los fondos de la subvención que se le proporcionaron.
La Ciudad no puede brindar asesoramiento legal, financiero o fiscal a los beneficiarios de los
fondos de la subvención. Debe consultar a su propio asesor fiscal o visitar www.irs.gov para
determinar el efecto que la asistencia de la subvención COVID-19 puede tener en su situación
fiscal particular.
Si tiene alguna pregunta sobre el programa de subvenciones o el proceso de solicitud,
comuníquese al (323) 583-8811, ext. 570.
Resident COVID-19 Grant Assistance Program
COVID-19 IMPACT SELF-ATTESTATION FORM
Page 1 of 2
INFORMACIÓN IDENTIFICATIVA
Nombre
Domicilio
CATEGORÍA DE IMPACTO COVID-19
Los ingresos de mi hogar se vieron afectados por COVID-19 (a partir del 1 de marzo de 2020) por las siguientes razones:
Cierre del lugar de trabajo o reducción de
horas debido a COVID-19, incluidos despidos,
despidos, pérdida de horas de trabajo
Cumplimiento de una recomendación de una
autoridad de salud del gobierno de quedarse en
casa, ponerse en cuarentena o evitar reunirse
con otros durante el estado de emergencia
Costos médicos para usted o un miembro de
su hogar que esté o haya estado enfermo con
COVID-19
Cierre de negocios u otros impactos
económicos de COVID-19
Otros factores relevantes para la reducción de
ingresos de un miembro del hogar como resultado
de la emergencia COVID-19. (Por favor describa.)
Enfermedad con COVID-19 o el cuidado de un
miembro del hogar o de la familia que está o ha
estado enfermo con COVID-19
Gastos extraordinarios de cuidado de niños
debido al cierre de escuelas
Otros gastos razonables derivados de las
medidas de emergencia ordenadas por el
gobierno. (Por favor describa.)
Cierre de negocio autónomo o impacto económico por COVID-19. (Por favor describa.)
La Ciudad se reserva el derecho de solicitar la documentación de respaldo de los solicitantes
según sea necesario para determinar la elegibilidad. Cualquier tergiversación o falseamiento de
la necesidad económica será motivo de descalificación.
El evento anterior es el resultado de COVID-19 Sí No
Aproximadamente durante cuánto tiempo ha sido afectado su hogar por COVID-19:
INFORMACION DE EMPLEO
Nombre del empleador Contacto del empleador
Dirección del empleador Teléfono del empleador
Título profesional Fecha de despido (opcional)
Resident COVID-19 Grant Assistance Program
COVID-19 IMPACT SELF-ATTESTATION FORM
Page 2 of 2
DESCRIPCIÓN DE LAS DIFICULTADES A CAUSA DE COVID-19 (Adjunte página adicional si es necesario)
CANTIDAD Y FINALIDAD DE LA SUBVENCIÓN (Adjunte página adicional si es necesario)
El COVID-19 afectó los ingresos de mi hogar y solicito una subvención por la cantidad de:
$
La subvención se utilizará para cubrir los siguientes gastos del hogar:
INFORMACIÓN DEL APLICANTE
Correo Electronico Cellular
Metodo preferido de contacto Numero de teléfono de casa
Número de miembros del hogar Edades de miembros del hogar
CERTIFICACIÓN DEL SOLICITANTE
Por la presente certifico bajo pena de perjurio que la información en este formulario y cualquier
documentación presentada en apoyo del mismo es verdadera y precisa, y entiendo que la información
anterior, si se tergiversa o está incompleta, puede ser motivo para la terminación inmediata del
programa y / o sanciones como especificado por la ley.
Firma del solicitante Fecha
CITY ADMINISTRATION
4305 Santa Fe Avenue, Vernon, California 90058
Telephone (323) 583-8811
Exclusively Industrial
Via E-mail: (Insert Email)
March 5, 2021
(Insert Name)
(Insert Address)
Vernon, CA 90058
Re: Premature Grant Application
Dear Mr./Ms. (Insert Name):
We are in receipt of documents submitted on your behalf related to the Vernon Resident
COVID-19 Grant Assistance Program (“GAP”). We have been informed that Vernon Village
Apartment residents may have been given copies of purported GAP application forms on March
2, 2021 by property management and/or printed documents from the City Council agenda packet.
Unfortunately, the GAP application process is not yet open, and the documents submitted on
your behalf on March 2, 2021 will not be reviewed or considered. The application and program
description documents included in the March 2, 2021 City Council agenda packet were drafts
presented to Council for review and input, and City staff is currently updating the documents and
requirements based on direction received from City Council.
Once the application forms and program requirements are finalized, City staff will reach out to
all residents with information on how to apply. Information on GAP applications will be hand
delivered to each residence, disseminated via Everbridge email and text, and posted on the City
website (www.cityofvernon.org).
Thank you for your understanding and we apologize for any confusion or false impression that
may have occurred by those distributing premature applications and information.
If you have any questions, please contact Diana Figueroa at City Hall at (323) 583-8811 Ext.570
or by email at DFigueroa@ci.vernon.ca.us.
Sincerely,
Carlos Fandino
City Administrator, City of Vernon
CITY ADMINISTRATION
4305 Santa Fe Avenue, Vernon, California 90058
Telephone (323) 583-8811
Exclusively Industrial
Vía E-mail: (Insert Email)
5 de marzo del 2021
(Insert Name)
(Insert Address)
Vernon, CA 90058
Re: Solicitud Prematura de Programa de Asistencia Económica
Estimado Sr./Ms. (Insert Name):
Emos recibido documentos presentados en su nombre relacionados con el Programa de Asistencia
Económica de COVID-19 para residentes de Vernon ("GAP"). Se nos ha informado que los residentes
de “Vernon Village Park Apartments” recibieron copias de los supuestos formularios de solicitud de
GAP el 2 de marzo de 2021 por parte de la administración de la propiedad y/o documentos impresos del
paquete de la agenda del Ayuntamiento.
Lamentablemente, el proceso de solicitud de GAP aún no está abierto y los documentos presentados en
su nombre el 2 de marzo de 2021 no serán revisados ni considerados. Los documentos de solicitud y
descripción del programa incluidos en el paquete de la agenda del Concejo Municipal del 2 de marzo de
2021 fueron borradores presentados al Concejo para su revisión y aportes, y el personal de la Ciudad
está actualizando los documentos y requisitos según las instrucciones recibidas del Concejo Municipal.
Una vez finalizados los formularios de solicitud y los requisitos del programa, el personal de la ciudad
se comunicará con todos los residentes con información sobre cómo aplicar. La información sobre las
solicitudes de GAP se entregará personalmente en cada residencia, se difundirá por correo electrónico y
mensaje de texto de Everbridge y se publicará en el sitio web de la ciudad (www.cityofvernon.org).
Gracias por su comprensión y nos disculpamos por cualquier confusión o falsa impresión que puedan
haber ocurrido por parte de quienes distribuyeron solicitudes e información prematuras.
Si tiene alguna pregunta, comuníquese con Diana Figueroa en el Ayuntamiento al (323) 583-8811 Ext.
570 o por correo electrónico a DFigueroa@ci.vernon.ca.us.
Atentamente,
Carlos Fandino
Administrador de la Ciudad de Vernon
City Council Agenda Item Report
Agenda Item No. COV-550-2021
Submitted by: Daniel Wall
Submitting Department: Public Works
Meeting Date: March 16, 2021
SUBJECT
State Rental Assistance Program
Recommendation:
Approve the recommendation from the Vernon Housing Commission to authorize the City, as a landlord,
to apply for funding directly from the California State Rental Assistance Program administered by the
California Department of Housing and Community Development (HCD) which is available to tenants in
City-owned housing that are experiencing COVID-19 related financial hardship and who owe rental
arrears.
Background:
On March 10, 2021, the Vernon Housing Commission (VHC) discussed the matter of the state rental
assistance available to tenants in City-owned housing that are experiencing COVID-19 related financial
hardship and who owe rental arrears. Because the COVID-19 pandemic has had a significant effect on
the national, regional, and local economy resulting in economic hardship related to layoffs, COVID-19
affected quarantines, and/or reduced work hours for a significant percentage of the nation’s workforce,
the State has taken action to protect residential renters. The COVID-19 Tenant Relief Act of 2020
(CTRA), enacted by Assembly Bill (AB) 3088, was passed by the California Legislature and signed by
Governor Gavin Newsom on August 31, 2020. The CTRA enacted substantial protections from evictions
for all residents, including prohibitions on ever evicting a resident who has failed to make specified rental
payments provided certain requirements are met. Since, there has been additional legislation -
specifically Senate Bill (SB) 91 - that builds upon AB 3088 requirements and restrictions.
SB 91 Overview
*Passed January 28, 2021, signed January 29, 2021.
*Extends key tenant and property owner protection provisions provided by AB 3088 (Chapter 37,
Statutes of 2020).
*Provides new protections for tenants impacted by COVID-19, including debt treatment and civil
procedures.
*Appropriates $1.5 billion for the State Rental Assistance Program.
As noted above, among the many provisions of state policy is the requirement for landlords to offer their
tenants help in obtaining rental assistance. Per SB 91, California Civil Code section 1947.3 now
requires that Landlords make “a good faith effort to investigate whether governmental rental assistance is
available to the tenant, seek governmental rental assistance for the tenant, or cooperate with the tenant’s
efforts to obtain rental assistance from any governmental entity or other third party.” Direct funding from
the California State Rental Assistance Program administered by the California Department of Housing
and Community Development (HCD) is available to tenants in City-owned housing that are experiencing
COVID-19 related financial hardship and who owe rental arrears. Localities that serve a population
under 200,000 must seek rental assistance through the HCD which will begin accepting applications in
March of 2021.
Over the course of the emergency, there have been instances where residents in City-owned properties
have encountered difficulties with paying their rent. SB 91 allows the City to seek rental assistance from
the state on behalf of any tenant that has rental debt, and may recover 80% of the back rent payment that
is due. It is important to note that if a landlord accepts an 80% back rent payment directly from the State
Rental Assistance Program, the remaining 20% must be waived and the landlord must consider the 80%
as payment in full. Tenants may also apply directly for rental assistance, but they can only receive 25% of
their rent in arrears from April 1, 2020 through March 31, 2021.
Fiscal Impact:
If successful in its pursuit for state rental assistance, the City may receive up to 80% of the total amount of
back rent owed by tenants in City-owned housing who are experiencing COVID-19 related financial
hardship.
Attachments:
1. State Rental Assistance Program FAQ
1
State Rental Assistance Program FAQs for Local Government
February 9, 2021
Eviction Protection
What does a tenant need to do to be protected from eviction for non-payment
of rent under SB 91?
• Return a declaration of COVID-19 related financial distress, signed under
penalty of perjury, and returned within 15 business days of receiving a
notice to "pay or quit." The landlord may request that the declaration be
filled out monthly with every notice to “pay or quit.”
• Pay 25% of the total rental arrears owed between September 2020 and
June 2021 by June 30, 2021.
• Please note, this payment does NOT need to be made monthly. The
tenant household only needs to pay 25% or more of the total rental
arrears owed between September 2020 and June 2021 by June 30, 2021.
What type of eviction(s) does SB 91 protect against?
• Tenants who both pay 25% of their rent owed between September 2020
and June 2021 by June 30, 2021 and provide their landlord a declaration of
COVID-19 financial distress are forever protected from eviction for non-
payment of rent for their rent due between September 2020 and June 2021.
• SB 91 does not protect tenants against lawful "Just Cause" evictions for
legally valid reasons other than non-payment of rent (for example: health
and safety violations or destruction of property).
Eligible Grantees for State Block Grants
Which jurisdictions are eligible to request a State Block Grant?
• California cities or counties with populations above 200,000.
Can cities and counties with populations under 200K request a State Block Grant?
• No. Counties under 200,000, and the cities within them, will be served via
the State’s Rental Assistance Program. A city within a county under
200,000 does not need to take any action to ensure they are served by
the State’s Rental Assistance Program.
2
• For more information about how much assistance a given city or county
under 200,000 can expect, please consult the following resource
https://www.bcsh.ca.gov/covidrelief/assistance_reservation_table.pdf.
My city and county both have populations above 200K, and we both received
direct federal allocations. Do we both have to select a State Block Grant if one
or both of us want one?
• No, each eligible city and county with a population above 200,000 can
make their own decision as to whether they want a State Block Grant.
How does an eligible city or county request a State Block Grant?
• Please review the following resource
https://www.bcsh.ca.gov/covidrelief/emerg_rental_asst_eoi.pdf.
Why has the State encouraged jurisdictions to choose Option A (State Rental
Assistance Program) or B (Block Grant Option) over Option C (Having the state
allocation distributed through the Emergency Rental Assistance Program and
having the jurisdiction distribute their federal allocation themselves)?
• While Option C may be preferred by some jurisdictions, it also poses
considerable drawbacks for California residents, including the following:
o Jurisdictions that choose Option C may run into a delay in
processing of applications for state assistance due to the need to
avoid the duplication of financial assistance as provided under
federal law.
o It is challenging for those most in need of assistance to get clear,
accurate, consistent, and accessible information about assistance
available to them. Having multiple rental assistance programs with
different requirements, compensation, messaging, and application
portals is likely to add an additional barrier to these households’
ability to access assistance.
What are the risks associated with choosing Option C?
• Every federal program must adhere to the following three levels of review:
3
o Does the proposed activity meet the requirements under the
Uniform Guidance per 2CRF 200 that is applicable to all federal
funds (Office of Management and Budget)?
o Does the proposed activity meet the requirements to prevent
duplication of benefit?
o Does the proposed activity meet the requirements to prevent
fraud?
• Option C creates an option for a locally run program to run concurrently
with the State run program. By choosing this option, this means that two
federal recipients (local and State) are running two separate programs
with differing rules. If there is not a way to differentiate the eligible
populations served, or the time period of service, or geographical
location of eligible recipients, this creates a competition that then must
demonstrate explicitly how such an activity meets the above
requirements. In most cases, running two such programs targeting the
same population, running at the same time, in the same geography will
fail to meet the first requirement under the Uniform Guidance.
• The State cannot (nor the locality), knowingly, disburse funds that fail any
of the three tests above. This would mean the delay of the deployment of
funds at minimum. Given the timelines involved, a delay in the
deployment of funds likely means that the locality cannot realize the full
value of the funds assigned to its geography as the state must ensure
overall compliance with the commitment and expenditure requirements.
This means funds will be reallocated where they can be committed and
expended in other locations throughout the State. The paramount goal
of the State Rental Assistance Program is to ensure the full compliance of
the program with the federal provisions and to not allow any recapture of
funds that could serve an eligible state recipient.
Rules and Guidelines Around State Block Granted Funds
What rules and restrictions must an eligible grantee follow to administer State
funds from a State Block Grant?
• All requirements provided in the federal Consolidated Appropriations Act,
2021.
4
• All current and future program guidance from the U.S Department of the
Treasury.
• All requirements provided in SB 91.
• All current and future program guidance provided by the Department of
Housing and Community Development.
• All other applicable federal and state laws.
Can my eligible city or county administer our direct funds from the U.S
Department of the Treasury under different rules and guidelines than the State
Rental Assistance Program and still receive and utilize a State Block Grant?
• No. Pursuant to SB 91, a local jurisdiction may only receive a state block
grant if it agrees to operate its local rental assistance program in
conformity with the state’s rental assistance program. The intent of this
requirement is to create program alignment throughout the state,
including clarity of messaging and requirements, to the benefit of both
households and landlords alike. Additional details on state guidance for a
conforming local rental assistance program can be found here.
Utility Arrears
Are Utility arrears covered by the Emergency Rental Assistance program or for
block granted funds?
• Yes. Utility assistance, both for arrears and prospective payments, are an
eligible use. Additional details on the administration of utility assistance will
be provided in HCD program guidelines that will be available soon.
Geographic and Racial Equity
How will the State’s Rental Assistance Program serve the most vulnerable
households?
• Accepting inclusive documentation to help applicants that are most in
need qualify for assistance.
• Robust technical assistance, including a call center and multilingual
assistance
• Robust public outreach and education campaign
5
• Robust fraud protections to ensure resources are not wasted.
• Prioritization of households at or below 50% AMI
• Clear program structure informed by extensive communication with
stakeholders and designed to ensure those most in need are prioritized for
assistance.
• Data driven targeting of funds to individuals and communities hardest hit
by COVID-19 cases and COVID-19 related job losses.
If a jurisdiction joins the Statewide program, how will funding be distributed?
• Funds administered through the State’s Rental Assistance Program will be
reserved and solely expended on behalf of eligible households within the
participating jurisdiction for that jurisdiction, as outlined in the Funding
Distribution Table. The State will distribute funds within the three round
structure established by SB 91.
How is 'disproportionately impacted by COVID-19' defined?
• This factor will be based on data driven tools such as the “Geographies of
Need” mapping system that is publicly available on the Office of Planning
Research (OPR) website. The map factors in cost-burdened renters,
unemployment, race, CA Hard to Count Index, among other factors.
Local jurisdictions may also have localized data and information that can
support this determination.
• The map and additional information can be found here https://gov-
opr.maps.arcgis.com/apps/MapSeries/index.html?appid=f66e0eeb84a54
4719ae2f1fbbf9df55f.
Administrative Fees
How does participation in the Block Grant Program impact an eligible grantee's
administrative fee from their State allocation?
• Under Option B (Block Grant/ Self-Administered Program) HCD retains 1.5%
of the state share for administration and distributes the remaining 8.5% to
the City/County to administer the Block Grant.
6
How does participation in the State’s Rental Assistance Program impact an
eligible grantees administrative fee provided from their federal allocation?
• Under Option A (State Administered Rental Assistance Program), the City
or County retains 1.5% of their direct federal allocation to support local
administration, coordination, communication, technical assistance, etc.
Duplication of Benefits
How will the State’s Rental Assistance Program coordinate duplication of benefits
for in progress rental assistance programs?
• Tackling this will require coordination between our contracted Program
Implementer and the given jurisdiction to ensure no duplication of
assistance.
• We also anticipate that screening questions would be added to the
application process to identify whether applicants have received other
local, state or federal housing assistance (and the costs they were applied
to).
Will the Cities and Counties have access to the State Rental Assistance database
or portal?
• To ensure personally identifiable information is protected, jurisdictions who
choose Option C will not be given direct access to the State Rental
Assistance Program’s database or portal.
Landlord and Tenant Eligibility under the State’s Rental Assistance Program and
State Block Grant Program
Are undocumented or less documented landlords and tenants available for
rental assistance?
• Yes. The tenant household must only meet program eligibility
requirements, which does not include a prohibition based on citizenship
status.
Are mobilehome renters and landlords eligible for rental assistance?
• Yes. The tenant household must only meet program eligibility
requirements, which does not include a prohibition based on property
type.
7
How can I determine the Area Median Income (AMI) to evaluate eligibility for
assistance?
• The following document contains AMI guidelines to assist you in evaluating
eligibility:
• https://www.huduser.gov/portal/datasets/il.html
What timeframe is income eligibility for the program based on?
• For prospective (payments of future rent), income eligibility is based both
on the tenant's current income and monthly income when they are
applying for assistance.
• For arrears, income eligibility is the tenant's 2020 income.
Landlord and Tenant Rental Assistance Program Payment Receipt or Refusal
Is there any requirement that a property owner must accept compensation for
80% of their tenant arrears and forgive the additional amount?
• No.
State Rental Assistance Program Rounds
The State’s Rental Assistance Program uses three 'rounds' of applications and
payments. How will these rounds work?
• Landlords and tenants can begin applying to the program in mid-March
and continue to apply throughout the duration of the program.
• The funding rounds organize the applications based on household Area
Median Income (AMI) to help ensure those most in need receive
assistance.
• The focus of round 1 is individuals under 50% AMI. In comparison,
applicants from eligible households 50-80% AMI will have their application
placed in Round 3.
• Because the program takes applications on a rolling basis, eligible
households under 50% AMI may also receive assistance in Round 3.
City Council Agenda Item Report
Agenda Item No. COV-553-2021
Submitted by: Nicholas Perez
Submitting Department: Police Department
Meeting Date: March 16, 2021
SUBJECT
Agreement for Police Services between the City of Vernon and California State University Los Angeles
Recommendation:
Approve and authorize the City Administrator to enter into an agreement with California State University
Los Angeles (University), in substantially the same form as submitted, to provide the University with
temporary law enforcement services during events related to administering the COVID-19 vaccine.
Background:
The Federal Emergency Management Agency (FEMA) and the State of California through the Governor's
Office of Emergency Services is operating a COVID-19 Vaccination Center at Cal State University Los
Angeles. The center has the capacity to vaccinate 6,000 people each day and is following the
distribution system mandated by the State of California.
The University's Department of Public Safety provides law enforcement services on campus, but is
understaffed to effectively manage public safety services for the scale of this event and has requested
Los Angeles County police agencies to assist.
The proposed agreement sets forth the terms, guidelines, and reimbursement of overtime to the City of
Vernon in order for the Vernon Police Department to provide temporary law enforcement services to the
University for the events related to administering the COVID-19 vaccine and security. Assisting in this
effort does not impact the services provided by the Police Department within the City.
City legal staff has reviewed and approved the Agreement as to form.
Fiscal Impact:
The University will reimburse the City incurred overtime costs based on rates included as an exhibit to the
Agreement.
Attachments:
1. Agreement for Police Services
Contract 4920-0085
-1-
AGREEMENT
FOR POLICE SERVICES
BETWEEN
THE CITY OF VERNON AND
THE CALIFORNIA STATE UNIVERSITY,
LOS ANGELES
This AGREEMENT is entered into this 23rd day of February, 2021, by and between the CITY OF
VERNON, a California municipal corporation and California charter city (“City”) and
CALIFORNIA STATE UNIVERSITY, LOS ANGELES, established in accordance with
Education Code § 89001 (“UNIVERSITY”; collectively, CITY and UNIVERSITY are the
“Parties”). The Parties agree as follows:
1. RECITALS. This Agreement is entered into with reference to the following facts and
objectives:
A. UNIVERSITY requested that CITY provide it with temporary law enforcement
services during events related to administering the COVID-19 vaccine;
B. CITY believes that providing such services will assist UNIVERSITY and is part
of intergovernmental good will;
C. This Agreement is permissible in accordance with Government Code §§ 54980(c)
and 54981; and
D. Both Parties believe it is in the public interest to enter into this Agreement to
protect public health, safety, and welfare.
2. CITY’S RESPONSIBILITIES. CITY agrees to provide to UNIVERSITY law enforcement
services as set forth below.
A. CITY agrees to provide law enforcement services to UNIVERSITY upon request
in accordance with this Agreement. The Parties contemplate such services will
include fixed or roving traffic control and general protective law enforcement
services within UNIVERSITY’s campus or adjacent city streets surrounding the
campus, to supplement the efforts of UNIVERSITY’s law enforcement officers.
CITY will provide these services, as requested by the UNIVERSITY, specifically
during the COVID Vaccination event(s) currently being held on the campus. The
Parties agree as follows:
i. CITY will provide VERNON POLICE DEPT. officer(s) with vehicle(s)
and to assist the CSULAPD with traffic control and/or general law
enforcement protective services.
Contract 4920-0085
-2-
ii. The traffic control and/or general law enforcement protective services
performed by VERNON POLICE DEPT. under this Agreement, including
the standards of performance, discipline and control thereof, is CITY’s
responsibility.
iii. It is understood by the UNIVERSITY that billing of VERNON POLICE
DEPT. officer(s) time is from portal to portal (VERNON POLICE DEPT.
station to the service location and return to VERNON POLICE DEPT.
station) except as otherwise provided below.
iv. If VERNON POLICE DEPT. officer(s) has reported to the assigned
location and has worked less than (4) four hours, UNIVERSITY agrees to
pay every assigned VERNON POLICE DEPT. officer(s) a minimum of
four (4) hours overtime. Exception: This does not apply to those cases
when the hours worked is part of an extended shift.
v. If the VERNON POLICE DEPT. officer(s) report to the assigned service
location and if for any reason VERNON POLICE DEPT. reassigns the
personnel away from the service location, UNIVERSITY will be billed
only for the officer(s) actual time incurred from the VERNON POLICE
DEPT. office to the service location and for the time spent at the assigned
service location covered under this Agreement.
vi. UNIVERSITY will not be charged for service cancellations made more
than 24 hours before the scheduled assignment.
vii. UNIVERSITY agrees that if service cancellation is made within 24 hours
before the scheduled assignment and the assigned VERNON POLICE
DEPT. officer(s) cannot be notified of such service cancellation, a
minimum of four (4) hours overtime will be charged for each assigned
VERNON POLICE DEPT. officer.
viii. UNIVERSITY agrees that if service cancellation is made within 24 hours
before the scheduled assignment and VERNON POLICE DEPT. officer(s)
is notified of such service cancellation, UNIVERSITY must only be
charged a short notice service cancellation fee of $50.00 per assigned
VERNON POLICE DEPT. officer(s).
ix. All service cancellation notices to VERNON POLICE DEPT. will be
made during normal VERNON POLICE DEPT. business hours of 8:00 am
to 5:00 pm, Monday through Friday, excluding state holidays by calling
(323) 587-5171.
x. The VERNON POLICE DEPT. agrees to make reasonable efforts to
notify the assigned VERNON POLICE DEPT. officer(s) of any service
cancellation.
Contract 4920-0085
-3-
B. CITY must provide UNIVERSITY with an itemized invoice which details all
VERNON POLICE DEPT. costs for services provided under this Agreement.
Monthly itemized invoices will be submitted in duplicate to:
California State University, Los Angeles
ATTN: Larry Bohannon
5151 State University Drive, ADM 514
Los Angeles, CA 90032
Email: lbohannon@calstatela.edu
C. The hours of duty performed by CITY personnel under this Agreement are those
mutually agreed upon by the Project Representatives listed below, or designees.
Any changes to the proposed plan such as additional hours, dates, and sites for
traffic control and/or protective services can be requested and/or on an “as
needed” basis, and must be mutually agreed upon by CITY and UNIVERSITY.
D. CITY designates Lieutenant Nicholas Perez (VERNON POLICE DEPT. Contact)
to supervise law enforcement services under this Agreement. UNIVERSITY
acknowledges that the VERNON POLICE DEPT. Contact will periodically be
unavailable to work due to training or scheduled vacations. VERNON POLICE
DEPT. Contact may be reached at (323) 587-5171 or nperez@covpd.org.
3. UNIVERSITY’S RESPONSIBILITIES. UNIVERSITY will compensate CITY for
providing law enforcement services as follows:
A. UNIVERSITY agrees to reimburse CITY for costs incurred by the VERNON
POLICE DEPARTMENT associated with providing the services described above.
B. In the event of termination by either CITY or UNIVERSITY, CITY is entitled to
payment for the services performed as of the date of termination, to the extent any
payment is due and owing.
C. Notwithstanding any other provision of this section, UNIVERSITY will only be
charged and be required to pay for the law enforcement services provided by
CITY.
D. The UNIVERSITY agrees to pay CITY within 30 days after the date of the
invoice.
E. In consideration for traffic control and/or protective services contained herein,
UNIVERSITY agrees to reimburse CITY upon receipt of an itemized invoice.
The UNIVERSITY agrees to reimburse CITY for the actual costs incurred at the
Contract 4920-0085
-4-
time services are provided. The rates indicated in this agreement are for estimate
purposes only. It is understood by both parties that rate increases in salary and
benefits are governed by collective bargaining agreements and/or statute and that
no advance written notification is necessary before implementing the increased
rates. In the event VERNON POLICE DEPT. is granted a rate increase,
UNIVERSITY agrees to pay the increased rate. The following rates are the
VERNON POLICE DEPT. officer, corporal, and sergeant overtime rates effective
Fiscal Year 2020/2021, until superseded:
CLASSIFICATION OVERTIME RATE
See Exhibit 1, Vernon Police Department Office Memorandum, for rates.
UNIVERSITY designates Chief Larry Bohannon (UNIVERSITY Contact) to coordinate
law enforcement services under this Agreement. DISTRCT Contact may be reached at
(323) 343-3700 or Lbohannon@calstatela.edu.
4. EMPLOYMENT OF PERSONNEL. The VERNON POLICE DEPT. employees providing
services under this Agreement cannot be deemed UNIVERSITY employees for any purpose.
CITY is solely responsible for all salary, benefits, workers’ compensation, and insurance for
such personnel, and for all supervisory, disciplinary and other employment related purposes.
5. PUBLIC RECORDS ACT. The Parties acknowledge that they are public entities subject to
the Public Records Act (Government Code §§ 6250-6276.48) and that this Agreement, and
documents ancillary to this Agreement, must generally be disclosed upon request.
6. TERM. The initial term of this Agreement will be retroactively effective from February 16,
2021 to August 1, 2021, unless terminated earlier pursuant to Section 7 of this Agreement.
7. TERMINATION. Except as otherwise provided, the Parties may terminate this Agreement
at any time with or without cause. CITY will be compensated on a pro-rated basis for all services
rendered and all necessarily incurred costs performed in good faith in accordance with the terms
of this Agreement that were not previously reimbursed up to the date of termination. Termination
will occur automatically should UNIVERSITY fail to compensate CITY in accordance with this
Agreement because of a lapse of any applicable grant funds.
8. INDEMNITY.
A. Except as otherwise provided, each Party releases the other Party from all
Liability to itself, its officials, officers, employees, agents, and volunteers, for any
claims, damage, or demands for personal injury, death, or property damage, for
their performance under this Agreement. Each Party bears sole responsibility for
any loss arising from their performance under this Agreement.
B. It is expressly understood and agreed that the foregoing provisions will survive
Contract 4920-0085
-5-
termination of this Agreement.
9. LIMITED INDEMNIFICATION. Notwithstanding anything to the contrary in this
Agreement:
A. Each Party will indemnify and hold harmless the other Party from any and all
costs, liabilities, claims and expenses, including those from death or injury to any
Person or from a loss or damage to any real, personal or other property, to the
extent arising from any claim against a Party arising from the breach of such
Party’s representations and warranties set forth in this Agreement.
B. To be indemnified and held harmless under this Agreement, a Party must
promptly notify the other Party of the existence of any matters to which that
Party’s indemnity obligations apply. Upon demand by a Party pursuant to this
Section, the other Party must defend at its own expense with mutually acceptable
counsel any such matter; provided that the Party seeking indemnification and
defense also has the right to fully participate in the defense and consent to any
settlement or compromise.
C. It is expressly understood and agreed that this Section will survive termination of
this Agreement. The Parties expressly intend that this Section will apply, without
limitation, to claims for latent defects that may arise under applicable law.
D. In contemplation of the provisions of Government Code § 895.2, imposing certain
tort liability jointly upon public entities solely by reason of such entities being
parties to an agreement, the Parties, as between themselves, pursuant to
Government Code §§ 895.4 and 895.6, each assume the full liability imposed on
them, or any of their officers, agents or employees, by law for injury caused by
negligent or wrongful act or omission occurring in the performance of this
Agreement to the same extent that such Party would be responsible under Section
8 (Indemnity). The provisions of Civil Code § 2778 are made a part of this
Agreement as if fully set out.
10. INSURANCE.
Each party agrees to either self-insure in an amount not less than specified below or shall procure
and maintain in force during the term of this Agreement, at its sole cost and expense, insurance
in amounts that are reasonably necessary to protect it against liability arising from any and all
negligent acts or incidents caused by its employees. Coverage under such professional and
commercial general liability insurance shall be not less than one million dollars ($1,000,000) for
each occurrence and three million dollars ($3,000,000) in the aggregate. Such coverage is to be
obtained from a carrier rated A:VII or better by AM Best or a qualified program of self-
insurance. The Parties shall also maintain and provide evidence of workers’ compensation and
disability coverage for its employees as required by law. The Contractor shall provide University
with evidence of the insurance coverage required by this paragraph, which shall provide for not
less than thirty (30) days-notice of cancellation to University. The Contractor shall promptly
Contract 4920-0085
-6-
notify University of any cancellation, reduction, or other material change in the amount or scope
of any coverage required hereunder.
11. ASSIGNABILITY. UNIVERSITY’s attempts to assign the benefits or burdens of this
Agreement without CITY’s written approval are prohibited and will be null and void.
12. NOTICES. All communications to either party by the other party will be deemed made when
received by such party at its respective name and address as follows:
If to UNIVERSITY:
Larry Bohannon
If to CITY:
Carlos Fandino
Chief, Cal State LA City Administrator, City of Vernon
5151 State University Drive 4305 S. Santa Fe Avenue
Los Angeles, CA 90032 Vernon, CA 90058-1714
Any such written communications by mail will be conclusively deemed to have been received by
the addressee upon deposit thereof in the United States Mail, postage prepaid and properly
addressed as noted above. In all other instances, notices will be deemed given at the time of actual
delivery. Changes may be made in the names or addresses of persons to whom notices are to be
given by giving notice in the manner prescribed in this paragraph.
13. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
14. ENTIRE AGREEMENT. This Agreement sets forth the entire understanding of the parties.
There are no other understandings, terms or other agreements expressed or implied, oral or written.
This Agreement will bind and inure to the benefit of the parties to this Agreement and any
subsequent successors and assigns.
15. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review
this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a
whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against
either Party.
16. SEVERABILITY. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent
necessary in the opinion of the court to render such portion enforceable and, as so modified, such
portion and the balance of this Agreement will continue in full force and effect.
17. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action
has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage
in the actions described herein. This Agreement may be modified by written amendment. CITY’s
City Administrator, or designee, may execute any such amendment on behalf of CITY.
Contract 4920-0085
-7-
18. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
19. COUNTERPARTS. This Agreement may be executed in counterparts, each of which so
executed will irrespective of the date of its execution of delivery be deemed an original, and all
such counterparts together constitute one and the same instrument.
20. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
IN WITNESS WHEREOF the parties hereto have executed this contract the day and year
first hereinabove written.
CITY OF VERNON CALIFORNIA STATE UNIVERSITY
LOS ANGELES
_________________________________ ____________________________
Carlos Fandino, Thomas Johnson,
City Administrator Director of Procurement and Contracts
ATTEST: ATTEST:
_____________________________ _____________________________
Lisa Pope,
City Clerk
APPROVED AS TO FORM: APPROVED AS TO FORM:
_____________________________ _____________________________
Arnold M. Alvarez-Glasman,
Interim City Attorney
EXHIBIT 1
EMPLOYEE’S MONTHLY STRAIGHT OVERTIME
NAME SALARY HRLY. RATE HRLY. RATE
7445.00 42.95 64.43
8208.00 47.35 71.03
9850.00 56.83 85.24
9850.00 56.83 85.24
10670.00 61.56 92.34
12046.00 69.50 104.25
10670.00 61.56 92.34
10260.00 59.19 88.79
9850.00 56.83 85.24
12046.00 69.50 104.25
7817.00 45.10 67.65
7445.00 42.95 64.43
10260.00 59.19 88.79
6602.00 38.09 57.14
7445.00 42.95 64.43
9439.00 54.46 81.69
9850.00 56.83 85.24
11972.00 69.07 103.60
9850.00 56.83 85.24
9439.00 54.46 81.69
7090.00 40.91 61.36
9439.00 54.46 81.69
7817.00 45.10 67.65
7817.00 45.10 67.65
12046.00 69.50 104.25
9439.00 54.46 81.69
11274.00 66.19 99.29
9029.00 52.09 78.14
9850.00 56.83 85.24
7817.00 45.10 67.65
9850.00 56.83 85.24
7445.00 42.95 64.43
12570.00 72.52 108.78
9439.00 54.46 81.69
9850.00 56.83 85.24
9439.00 54.46 81.69
9439.00 54.46 81.69
8618.00 49.72 74.58
9850.00 56.83 85.24
Employee 1
Employee 2
Employee 3
Employee 4
Employee 5
Employee 6
Employee 7
Employee 8
Employee 9
Employee 10
Employee 11
Employee 12
Employee 13
Employee 14
Employee 15
Employee 16
Employee 17
Employee 18
Employee 19
Employee 20
Employee 21
Employee 22
Employee 23
Employee 24
Employee 25
Employee 26
Employee 27
Employee 28
Employee 29
Employee 30
Employee 31
Employee 32
Employee 33
Employee 34
Employee 35
Employee 36
Employee 37
Employee 38
Employee 39
Employee 40 9439.00 54.46 81.69
SUBJECT: Overtime Rates for Group 2
VERNON POLICE DEPARTMENT
OFFICE MEMORANDUM
City Council Agenda Item Report
Agenda Item No. COV-515-2021
Submitted by: Jazmine Hooks
Submitting Department: Public Works
Meeting Date: March 16, 2021
SUBJECT
Los Angeles County Possessory Interest Tax for City-owned Housing
Recommendation:
Approve the recommendation from the Vernon Housing Commission to pay tenants' Possessory Interest
Tax directly to the County Assessor on behalf of residents in City-owned housing units.
Background:
On December 9, 2020, the Vernon Housing Commission (VHC) discussed the matter of Possessory
Interest Tax payments for residents in City-owned housing. Government agencies do not pay property
taxes on property owned within their jurisdiction. When a person leases or rents government owned real
estate, a taxable possessory interest is created. The taxation of this interest is similar to the property tax
that a private owner would pay, and is used to help pay for government services provided to the tenant.
The City of Vernon currently reimburses tenants for payment of the possessory interest tax in accordance
with Section 45 of the Vernon Housing Commission (VHC) approved lease, which reads as follows:
“POSSESSORY INTEREST TAX: Landlord hereby informs Tenant that a form of property tax called a
‘possessory interest tax’ may apply to Tenant’s interest under this Lease. Tenant shall pay all such
possessory interest taxes, as assessed to Tenant, before they become delinquent, and may submit proof
of payment of such tax to Landlord for prompt reimbursement.”
Over the past three years, Tenants from 20 housing units have requested reimbursement for this tax.
During this period, reimbursements have ranged from a low of $164.09 to a high of $1,177.84, with an
average annual reimbursement per tenant of $525.03. For the sake of administrative efficiencies and
convenience for tenants, the VHC recommended that the City Council approve and authorize the City to
pay the Possessory Interest Tax directly to the County Assessor on behalf of tenants upon presentation of
the bill, rather than reimbursing the tenant after the bill has been paid.
Fiscal Impact:
There is no fiscal impact associated with this report. No additional fiscal impact would result from the
proposed change as the Possessory Interest Tax paid by tenants is already being reimbursed by the
City. Reimbursements for Possessory Interest Tax are budgeted in and paid out of the Municipal
Housing budget account 011.1048.530015.
Attachments:
1. Assessor's Guide to Possessory Interest Tax
When a person or entity leases, rents, or uses
real estate owned by a government agency for
its exclusive use, a taxable possessory interest
occurs.1 The taxation of this interest is similar
to the taxation of owners of privately owned
property. However, a holder of a possessory
interest frequently pays significantly less prop-
erty tax than the private owner of a similar
property.
Taxable Possessory Interest (PI) – What is It?
Possessory Interest Property Tax
Possessory interest tax helps pay the holders fair share of services and benefits that
owners of similar taxable properties enjoy. These services and benefits include fire and
police protection, schools, and local government.
The person or entity in possession of the property on the lien date (January 1) is liable
for the entire subsequent fiscal year’s taxes. Unfortunately, no provision is made for the
Assessor to prorate the taxes if the possessory interest is terminated after the lien date.
Inside this issue:
Possessory Interest—
What is it?
1
Assessor’s Responsibility 1
Three Approaches to
Value
2
Examples 3
Additional Information 4
OFFICE OF THE ASSESSOR LOS ANGELES COUNTY
Guide to Taxable Possessory InterestGuide to Taxable Possessory Interest
Special points of inter-
est:
Three Approaches to Value
are Utilized:
Income
Comparative Sales
Cost
For Publicly -Owned Real Property
Assessor’s Responsibility
By law, every governmental agency in the county must respond to the Assessor’s annual
request for information. The information assists the Assessor in conducting fair and
accurate possessory interest assessments.
By law, every governmental agency in the county must respond to the Assessor’s annual
request for information. The information assists the Assessor in conducting fair and
accurate possessory interest assessments.
Valuing Taxable Possessory Interest
A base year value is established for taxable possessory interests upon a change in own-
ership or completion of new construction under the guidelines of Proposition 13.2 This
value, by law, will only increase by a maximum of 2% per year, until a new reappraisable
event (change of ownership or completion of new construction) occurs, or the property
suffers a decline-in-value.
The valuation of possessory interests is different from other forms of property tax ap-
praisal in two ways:
1. Only the rights held by the private user are valued.
2. The Assessor must not include the value of the lessor’s retained rights in the prop-
erty or any rights that will revert back to the public owner (the “reversionary inter-
est”) at the end of the lease.
As a result, possessory interest assessments are frequently less than the assessments of
similar privately-owned property.
1. For an expanded definition see Revenue and Taxation (R&T) Code Section 61, 107-107.9, 480.6 and Property Tax Rules 20,21-22, and 27-28 available
online at www.boe.ca.gov/info/links.htm.
2. A change in ownership occurs when a possessory interest is created, assigned, or upon the expiration of the lease per Revenue & Taxation Code Section
61 available online at www.boe.ca.gov/info/links.htm.
APPROACHES TO VALUE
Income Approach.
This is the most commonly used method for valuing a possessory interest.
Using this approach, the PI value is estimated by first determining the net income. The net income results
from subtracting the anticipated vacancy rate, collection loss, and management expenses from the eco-
nomic income. The net income is then multiplied by a present worth factor to arrive at the PI value.
Using the economic net income for the term of possession allows the Assessor to value only the rights
“possessed” by the tenant and exclude any non-taxable rights retained by the government landlord.
“(The Income
Approach) is the
most commonly
used method for
valuing a
possessory
interest…”
Page 2 GUIDE TO TAXABLE POSSESSORY INTEREST
When a new base year value is computed for a
possessory interest property, the Assessor uses
the income, comparative sales, or cost ap-
proach.3
The quality and quantity of the available mar-
ket information, the type of interest being
valued, and the estimated reasonable term of
possession will determine which of the three
valuation approaches is most appropriate to
use.
Comparative Sales Approach.
In this approach to value, the sales price of the property or similar possessory interest properties is used to
determine possessory interest value. Rent paid on the property and any other obligations assumed by the
buyer are valued at present worth and added to the sales price.
In the cost approach, the land and improvement values are
determined separately. The land value is determined using
the comparative sales approach or the income approach.
Consideration is given for the reversionary value of the
land at the end of the anticipated term of possession. The
improvement value is estimated by subtracting the accrued
depreciation from the replacement cost.
Consideration is given for the estimated value of the im-
provements at the end of the anticipated term of posses-
sion. The total value of the PI is determined by adding the
estimated land value to the estimated improvement value.
Cost Approach
3. Base year value computation is fully explained in Property Tax Rule 21 available online at www.boe.ca.gov/info/links.htm.
Examples of Possessory Interests
Page 3
“Possessory
interest tax
helps pay the
holders fair
share of
services and
benefits that
owners of
similar taxable
properties
enjoy”
Taxable PI's are created by almost any use of government-owned real proper-
ty including the following examples.
Boat slips on public lakes, rivers, or ocean marinas
Mini-storage facilities under freeways
Private walkways above city streets
Airplane tie-downs and hangars at county airports
Cattle grazing rights on government land
Private entities leasing government-owned buildings
Concession spaces at convention centers and fairgrounds
Cabins and campgrounds on U.S. Forestry-owned lands
Ski resorts on public lands
Pro shops or golf operators at a public golf course on tax-exempt land
Terminal and cargo spaces at airports
Container operations at harbors
Cable television right-of-way easements
Retail business operations in a publicly-owned building
Rental car facilities at airport
Farming on community college district land
Mining operations on public land
Privately owned medical clinics operating in a county hospital
Adult/night schools operating in a public school
Christmas tree lots on a freeway underpass
Stables on river annex
Concert or air show on public land
Employee housing
Page 4
You may also contact us for any other general property tax questions, on a 24 hours a day basis, in the
following ways:
Assessor’s Website: To research comparable sales, verify valuations, download forms, learn how
appraisals are made, and more, visit: http://assessor.lacounty.gov
Assessor’s Email: Send your questions, comments, and suggestions to:
helpdesk@assessor.lacounty.gov
Los Angeles County Property Tax Website: General information regard-
ing property taxes, including how to read your tax bill and where to find
answers to your questions. Visit: http://www.lacountypropertytax.com
Property Information Hotline: Minimal wait times, averaging less than a
minute. Fast transfers to expert staff during normal business hours. Just
call toll free 1.888.807.2111.
Automated Interactive Voice System: Information on valuations and
taxes can be obtained by entering the Assessor Identification Number
from a property tax bill.
Call 213.974.3838 or the toll free number above.
Si desea ayuda en Espanol, llame al numero 1.888.807.2111
For More Information:
Assessor’s Public Service Locations
Main Office
Kenneth Hahn Hall of Administration
500 West Temple Street, Room 225
Los Angeles, CA 90012-2770
1.888.807.2111
North District Office
13800 Balboa Boulevard
Sylmar, CA 91342
818.833.6000
South District Office
1401 E. Willow Street
Signal Hill, CA 90755
562.256.1701
East District Office
1190 Durfee Avenue
South El Monte, CA 91733
626.258.6001
West District Office
6120 Bristol Parkway
Culver City, CA 90230
310.665.5300
Lancaster Regional Office
251 East Avenue K-6
Lancaster, CA 93535
661.940.5700
E-29P Revised 1/2013
City Council Agenda Item Report
Agenda Item No. COV-529-2021
Submitted by: Lissette Melendez
Submitting Department: Public Works
Meeting Date: March 16, 2021
SUBJECT
Contract Award for City Contract No. CS-1303: Citywide Traffic Signal Maintenance and Repair FY 2021
Recommendation:
A. Find that approval of the proposed action is categorically exempt under the California Environmental
Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301, Existing Facilities, Class 1,
maintenance, because this project only consists of maintenance and repair of the City’s traffic signals
and involves negligible or no expansion of an existing use;
B. Accept the bid from Bear Electrical Solutions, Inc. as the lowest responsive and responsible bidder;
C. Approve and authorize the City Administrator to execute a contract, in substantially the same form as
submitted, in an amount not to exceed $116,000.00 per year for a three-year term (a total of $348,000)
for the Citywide Traffic Signal Maintenance and Repair FY 2021 Project (CS-1303); and
D. Authorize a contingency of $50,000 in the event of an unexpected changed condition or additional
extraordinary maintenance and grant authority to the City Administrator to issue a change order for an
amount up to the contingency amount, if necessary.
Background:
The City of Vernon currently owns and operates 41 traffic signals. The City is seeking a contractor to
inspect and perform maintenance on the traffic signals on a monthly basis. In addition, the contractor
must be capable of performing emergency repairs on damaged or non-functioning equipment at all
locations, including the repair or replacement of failed components and the emergency replacement of
equipment damaged by vehicular accidents. This extraordinary work will be performed on an on-call
basis available 24 hours a day, 7 days a week.
On January 20, 2021, the City Administrator authorized the advertisement of the Notice Inviting Sealed,
Competitive Bids for the Citywide Traffic Signal Maintenance and Repair FY 2021 Project. The Notice
Inviting Bids was advertised in Planetbids and published in the Huntington Park Bulletin. The Notice
Inviting Bids included the City’s standard contract template as approved by the City Council. The bids for
Contract No. CS-1303, Citywide Traffic Signal Maintenance and Repair FY 2021 Project, were received
and opened on February 16, 2021. The calculated results were as follows:
1. Bear Electrical Solutions, Inc. - $297,906.00
2. Siemens Industry, Inc. - $356,125.00
3. Crosstown Electrical & Data - $381,556.50
4. Belco Elcnor Group - $3,060,540.00
The Public Works Engineering division staff has analyzed the bid and is now recommending that a
contract agreement be awarded to Bear Electrical Solutions, Inc. in the amount of $348,000. Bids were
used for comparison purposes only, as the actual scope of work is not definitively known. Staff defined
an assortment of general services to determine a low bidder because exact quantities and types of
services needed are unpredictable. Under the proposed contract, the City of Vernon will pay $43,296.00
per year for preventative maintenance. The remaining funds will be used towards necessary
repair/replacement work which will be based on actual time and materials established by the unit prices
provided. Additionally, staff recommends the authorization of a $50,000 contingency in the event of
unexpected changed conditions or extraordinary maintenance.
The proposed contract has been reviewed and approved as to form by the City Attorney’s Office.
Fiscal Impact:
This contract will be for three (3) years at an estimated cost of $116,000 per year for a total of $348,000.
The cost for traffic signal maintenance is budgeted in the Street Operations-Public Works budget for
FY2020-2021 and will be expensed to account 011.1043.590000.
Attachments:
1. CS-1303 - Citywide Traffic Signal Maintenance and Repair FY 2021
STANDARD FORM OF
CONSTRUCTION CONTRACT BETWEEN
CITY AND CONTRACTOR
This Agreement is made and entered into at Vernon, California this day of , 2021, by and
between the CITY OF VERNON, a chartered municipal corporation (hereinafter "City") and Bear Electrical Solutions,
Inc., a California corporation (hereinafter "Contractor"), for construction of Citywide Traffic Signal Maintenance &
Repair FY 2021, Contract CS-1303.
THE PARTIES HERETO AGREE AS FOLLOWS:
1. CONTRACT DOCUMENTS
The “Contract Documents” except for modifications issued after execution of this Agreement, shall consist of the
following documents which are either attached hereto as exhibits or are incorporated into this Agreement by this
reference, with the same force and effect as if set forth at length herein:
A. Governmental Approvals including, but not limited to, permits required for the Work
B. This Agreement
C. Exhibit A – General Conditions
D. Exhibit 1 – Performance Bond
E. Exhibit 2 – Payment Bond
F. Exhibit 3 – Maintenance Bond
G. Exhibit 4 – Insurance Requirements
H. Exhibit 5 – Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit
I. Exhibit A6 – Statement of Intent to Comply with Minimum Requirements of the California Covid-19
Industry Guidance
J. Exhibit B – Special Provisions Specific for this Project
K. Exhibit C – Equal Employment Opportunity Practices Provisions
L. Attachment A – Traffic Signals Map
M. Attachment B – Intersections
N. Attachment C - Tasks
O. Notice Inviting Bids;
P. Instructions to Bidders;
Q. Bid Forms;
R. Designation of Subcontractors; and
S. Bidding Addenda Nos. 1 .
2. SCOPE OF WORK
Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract
Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools;
equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental
Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity
with the Contract Documents for:
Citywide Traffic Signal Maintenance & Repair FY2021
Contract CS-1303
3. TIME FOR PERFORMANCE
Contract Time. Contractor shall achieve Substantial Completion of the Work within 365 calendar days from
the Date of Commencement established in City’s written Notice to Proceed (“Contract Time”), subject to adjustment in
accordance with the Contract Documents. Contractor shall achieve Final Completion of the Work, within the time
established by the Certificate of Substantial Completion issued by the City. The Contract Time may only be adjusted
as permitted by this Construction Contract and the General Conditions.
Time is of the essence of this Agreement. Except when the Contract Documents state otherwise, time is of
the essence in the performance of the Work. Contractor acknowledges that the time limits and deadlines set forth in
the Contract Documents are reasonable for Contractor to perform and complete the Work.
Liquidated Damages. If Contractor fails to achieve Substantial Completion of the entire Work within the
Contract Time for Substantial Completion, Contractor shall pay City as liquidated damages the amount of five-hundred
dollars ($ 500) per day, with respect to Contractor’s non-completion of the monthly Routine Maintenance Inspection
and Cleaning work, for each day past the first and last seven (7) working days each month. In addition, the Contractor
shall pay to the City the amount of one-hundred dollars ($100) for each hour late when responding to emergency, as
required by Article 3 of the General Conditions of Contract.
Contractor Initial here: _________.
4. CONTRACT SUM
In consideration of the Contractor’s full, complete, timely, and faithful performance of the Work required by the
Contract Documents, City shall pay Contractor the sum of T hree-hundred forty-eight thousand dollars/no cents
($ 348,000), payable as set forth in the General Conditions (“Contract Sum ”)
IN WITNESS WHEREOF, the parties have caused this Contract to be executed the date and year first
above written.
Executed at ___________________, California.
[Contractor]:
By: _______________________________________
An Authorized Signatory
Printed Name: ______________________________
Title: ______________________________________
Date: ______________________________________
CITY OF VERNON: APPROVED AS TO FORM:
By: By:
Name: Name:
Title: Title:
Date:
ATTEST:
By:
Name:
Title:
CONTRACTOR’S SIGNATURE MUST BE NOTARIZED
[Contractor’s Corporate Seal]
EXHIBIT A
GENERAL CONDITIONS
ARTICLE 1 - PRELIMINARY PROVISIONS
1.01 DEFINITIONS
The following words shall have the following meanings:
A. Allowance. A line item cost estimate established by the City to be carried in the Base Bid sum, Contract
Sum, and Schedule of Values for Payment for a particular item of Work, which cannot be sufficiently
defined so as to allow the Contractor to adequately determine fair value before the Bid Deadline.
Allowances include estimated amounts established by the City for certain construction elements that
have not yet been fully designed or authorized for inclusion in the Work or to permit deferred approval
or selection of actual materials and equipment to a later date when additional information is available
for evaluation.
B. As-Builts. The documents prepared by Contractor showing the condition of the Work as actually
built, including, without limitation, all changes and the exact locations of all mechanical, electrical,
plumbing, HVAC or other portions of the Work that are shown diagrammatically in the Contract
Documents.
C. Base Bid. The total sum stated in the Bid Form for which the Bidder offers to perform Work described
in the Contract Documents as the base Contract Work (e.g. not designated as part of a Bid Alternate).
D. Bid. A complete and properly executed offer by the Bidder on City-prescribed forms to perform the
Work for the prices stated in response to the Notice Inviting Bids.
E. Bid Alternate. An item of Work described in the Contract Documents as an Alternate Bid that will be
added to or deducted from the Base Bid and the Contractor’s responsibility only if the City accepts
the Bid Alternate.
F. Bid Forms: The City-prescribed forms which the Bidder shall complete and use to submit a Bid. The
Bid Forms include: (1) Bidder’s Proposal; (2) Schedule of Bid Prices; (3) Incumbency Certificate; (4)
Bid Bond; (5) Bidder’s Statement of Qualifications; (6) Experience Form; (7) Trades Experience
Form; (8) Contractor Safety Questionnaire; (9) Designation of Subcontractors; (10) Affidavit of Non-
Collusion; (11) Insurance Requirements Affidavit; and (12) forms included in the Specification
required by the type of project funding (e.g. federal, ARRA, HUD, etc.).
G. Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid
on these Contract Documents or any part thereof.
H. Bidding Documents. Bidding Documents include the Bidding Requirements and the proposed Contract
Documents. The Bidding Requirements consist of: (1) Notice Inviting Bids; (2) Instructions to Bidders;
and (3) Bid Forms. The proposed Contract Documents consist of: (1) the Bidding Requirements; (2)
the Construction Contract Between City and Contractor; (3) the Conditions of the Contract (General,
Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the
Specifications; (7) all Addenda issued prior to the execution of the Construction Contract; (8) all
Modifications issued after the execution of the Construction Contract; and (9) Governmental Approvals,
if any, including but not limited to, permits.
I. Change Order. A Change Order is a written document prepared by the City reflecting the agreement
between the City and Contractor for: a change in the terms or conditions of the Contract, if any; a
specific Scope Change in the Work; the amount of the adjustment, if any, in the Contract Sum; and
the extent of the adjustment, if any, in the Contract Time.
J. Change Order Request (COR). A Change Order Request is a written document originated by the
Contractor, which describes an instruction issued by the City after the effective date of the Contract,
which Contractor believes to be a scope change that may result in changes to the Contract Sum or
Contract Time or, which describes the need for or desirability of a change in the Work proposed by
Contractor.
K. City or Owner. The City of Vernon, California, acting through its City Council or other City officials
authorized to act for the City, acting in its proprietary rather than regulatory capacity in connection with
the Project.
L. Construction Change Directive. A written order prepared and signed by the City directing a change in
Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both.
M. Contract Documents. The Contract Documents are enumerated in the Construction Contract
between City and Contractor and consist of: (1) the Bidding Requirements; (2) the Construction
Contract; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4)
all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the
execution of the Contract; (8) all Modifications issued after the execution of the Contract; and (9)
Governmental Approvals, including, but not limited to, permits. The intent of the Contract Documents
is to include all items necessary for the proper execution and completion of the Work by the
Contractor. The Contract Documents are complementary, and what is required by one shall be as
binding as if required by all; performance by the Contractor shall be required to the extent consistent
with the Contract Documents and reasonably inferable from them as being necessary to produce the
indicated results.
N. Contract. The Contract Documents form the Contract for Construction. The Contract Represents
the entire and integrated agreement between the parties hereto and supersedes prior negotiations,
representations, or agreements, either written or oral. The Contract may be amended or modified
on by a Modification. The Contract Documents shall not be construed to create a contractual
relationship of any kind between any persons or entities other than the Owner and the Contractor.
There shall be no third party beneficiaries of the Contract Documents.
O. Contract Sum. The total amount of compensation stated in the Construction Contract that is payable
to Contractor for the complete performance of the Work in accordance with the Contract Documents.
P. Contract Time. The total number of days set forth in the Construction Contact within which
Substantial Completion of the Work must be achieved beginning with the Date of Commencement
established in the Notice to Proceed, subject to adjustments in accordance with the terms of the
Contract Documents. The Contract Time for Contractor's performance of the Work is measured in
calendar days (not work days).
Q. Contractor. The individual, partnership, firm, corporation, joint venture or other legal entity with whom
the Contract is made by City, or the agent or legal representative who may be appointed to represent
such individual, partnership, firm, corporation, joint venture or other legal entity in the execution of the
Contract as general contractor for construction of the Work.
R. Correction Period. Correction Period is synonymous with the terms of the correction guarantee period
used in the Contract Documents.
S. Date of Commencement. The date for commencement of the Work fixed by City in a Notice to
Proceed to Contractor.
T. Day. The terms “day” or “days” mean calendar days unless otherwise specifically designated in the
Contract Documents. The term “Work Day” or “Working Day” shall mean any calendar day except
Saturdays, Sundays and City-recognized legal holidays. City Holidays are as follows:
1. January 1st - New Year’s Day
2. The 3rd Monday in January – Martin Luther King, Jr. Day
3. The 3rd Monday in February – Presidents Day
4. March 31st – Cesar Chavez Day
5. The last Monday in May – Memorial Day
6. July 4th – Independence Day
7. The first Monday in September – Labor Day
8. The second Monday in October – Columbus Day
9. November 11th – Veterans Day
10. The 4th Thursday in November – Thanksgiving Day
11. December 24th – Christmas Eve
12. December 25th – Christmas Day
13. December 31st – New Year’s Eve
U. Director. The Director of the Public Works Department of the City of Vernon or his/her duly appointed
representative.
V. Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents showing the
design, location, and dimensions of the Work, generally including plans, elevations, sections, details,
schedules, and diagrams.
W. Extra Work. New or unforeseen work will be classified as Extra Work when determined by the City
that the work is not described in, or reasonably inferable from, the Contract Documents, the work is
not covered by any Bid line item or Allowance, and the work causes Contractor to incur additional
and unforeseen costs.
X. Field Directive. See, “Work Directive.”
Y. Final Completion. Final Completion is the stage of performance of the Work when (1) all Work
required by the Contract Documents has been fully completed in compliance with the Contract
Documents and all applicable laws including, but not limited to, correction or completion of all punch
list items noted by City upon Substantial Completion; (2) Contractor has delivered to City an
Application for Final Payment and all closeout documentation required by the Contract Documents;
and (3) documentation of all final Governmental Approvals has been submitted to City including, but
not limited to a final Certificate of Occupancy or equivalent Building Department sign-off has been
issued covering the entire Project site without exception or conditions.
Z. Force Majeure. “Force Majeure” includes but is not limited to declared or undeclared war, sabotage,
insurrection, riot, or other acts of civil disobedience, labor disputes, fires, explosions, floods,
earthquakes or other acts of God.
AA. Fragnet. The sequence of new activities that are proposed to be added to an existing schedule.
BB. Governmental Approval. Any approval, authorization, inspection, certification, consent, exemption,
filing, permit, registration, plan check, ruling or similar authorization required by any federal, state or
local law, regulation or procedures in order for Contractor to perform the Work.
CC. Guarantee. Assurance to City by Contractor or product manufacturer or other specified party, as
guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the
warrantor.
DD. Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a
Change Order; or (3) a Construction Change Directive.
EE. Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for
Commencement for the Work.
FF. Parties. The City and Contractor may be referred to in the Contract Documents from time to time as
the Parties.
GG. Permit Fees. Governmental Approvals and Utility Fees as required by any agency to be paid by the
City of Vernon.
HH. Intentionally omitted.
II. Project. The Project is the total construction of which the Work performed under the Contract
Documents may be the whole or a part and which may include construction by the City or by separate
contractors.
JJ. Project Manual/Contract Package. The volumes of Contract Documents and reference documents
assembled for the Work made available to Bidders.
KK. Record Documents. The Drawings, Specifications, addenda, requests for information, bulletins,
Change Orders and other modifications to the Contract Documents, approved shop drawings,
product data, samples, mock-ups, permits, inspection reports, test results, daily logs, schedules,
subcontracts, and purchase orders. Records Documents shall include a set of “As-Built” Drawings
and Specifications, which shall be continuously updated during the prosecution of the Work.
LL. Site. The physical area designated in the Contract Documents for Contractor's performance of the
Work.
MM. Specifications. The Specifications are the volume(s) assembled for the Work that includes, without
limitation, the Bidding Documents, the Construction Contract and Exhibits, the General Conditions,
Supplementary and/or Special Conditions, if any, the “GREENBOOK” STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2012 Edition), the Standard Plans for
Public Works Construction (2009 Edition), State of California, Department of Transportation
Standard Plans and Standard Specifications (2010 Edition), and the City of Vernon Standard Plans.
NN. Specifications. The Specifications are that portion of the Contract Documents consisting of the
written requirements for materials, equipment, systems, standards, and workmanship for the Work
and performance of related services, including, but not limited to, the Project Technical
Specifications, Standard Specifications, if any, and any applicable Trade Association Specifications.
OO. Substantial Completion. Substantial Completion is defined to mean the stage in the progress of the
Work when the Work is sufficiently complete in accordance with the Contract Documents as
determined by the City so that the City can occupy and utilize the Work for its intended use and as
further defined in the Contract Documents.
PP. Unilateral Change Order. See “Work Directive.”
QQ. Utility Fees. The fees charged by any public, private, cooperative, municipal and/or government line,
facility or system used for the carriage, transmission and/or distribution of cable television, electric
power, telephone, water, gas, oil, petroleum, steam, chemicals, sewage, storm water or similar
commodity including, but not limited to fees for temporary utilities and refuse hauling.
RR. Warranty. Assurance to City by contractor, installer, supplier, manufacturer or other party responsible
as warrantor, for the quantity, quality, performance and other representations of a product, system
service of the Work.
SS. Work. The term "Work" means the construction and other services required by, and reasonably
inferable from the Contract Documents, whether completed or partially completed, and includes all
other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill
the Contractor's obligations. The Work may constitute the whole or a part of the Project.
TT. Work Directive. A Work Directive is a unilateral written order issued by the City directing Contractor
to continue performance of the Work or to perform a disputed change in the Work prior to agreement
or adjustment, if any, in the Contract Sum, Contract Time, or both.
1.02 REPRESENTATIVES
A. The Director shall be the representative of the City and, except as otherwise expressly provided
herein, shall make all decisions and interpretations to be made by the City under the provisions of the
Contract Documents.
B. The Contractor shall at all times be represented on the Work in person or by a duly designated agent.
Instructions and information given by the Director to the Contractor's agent on the Work shall be
considered as having been given to the Contractor.
1.03 PERMITS, INSPECTIONS, PLAN CHECKS, AND SIMILAR GOVERNMENTAL APPROVALS AND
UTILITIES
A. City of Vernon shall obtain all Governmental Approvals and Utility Fees required for the construction of
the project.
B. Contractor shall obtain a no-fee encroachment permit from the City of Vernon’s Public Works
Department.
C. All documents evidencing Contractor’s satisfaction with all Governmental Approvals and Utility Fees
must be submitted to the City prior to submission of the Application for Final Payment.
D. Where requirements of the Governmental Approvals differ from those of the Drawings and
Specifications, the more stringent requirements shall apply.
1.04 LICENSES
The Contractor shall apply for, obtain, and pay for all licenses required by governing authorities for the Work.
Contractor shall apply and pay for a City of Vernon business license.
1.05 ALLOWANCES
A. Contractor shall include in the Contract Sum and Schedule of Values for Payment, the City’s estimated
cost established for each Work item covered by an Allowance stated in the Contract Documents. See
Paragraph 1.01 for definition of Allowance.
B. The line item cost estimate established by the City for Work covered by an Allowance includes the cost
to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery;
handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other
taxes legally chargeable; and all other costs and expenses incidental to such Work.
C. Work items covered by Allowances shall be supplied with such materials and equipment and for such
prices approved in advance by City. Contractor shall notify and request City’s approval of material
equipment, and pricing information for Work covered by an Allowance before ordering the material or
equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials,
equipment, and prices with reasonable promptness. The material, equipment, and pricing information
submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data
and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred
by Contractor and each subcontractor associated with the performance of such Work. Contractor shall
not order materials or equipment or proceed with Work covered by an Allowance until the material,
equipment, and pricing information for such Work items have been submitted to the City’s Project
Representative for review and the Contractor has received City’s approval to proceed with a Work item
covered by an Allowance.
D. All expenditures for Allowance Work shall be separately itemized in each Application for Payment.
E. To the extent that the cost of Work items covered by an Allowance is less than the Allowance cost
estimate established by the City, the Contact Sum shall be reduced by Change Order or Construction
Change Directive to reflect the actual cost of the Allowance item. Similarly, to the extent the cost of
Work items covered by an Allowance is greater than the Allowance cost estimate, the Contract Sum
shall be increased by Change Order or Construction Change Directive to reflect the actual cost of the
Allowance item. If Work items covered by an Allowance are not performed or the City deletes such
items from the Scope of Work, the Contract Sum shall be reduced by Change Order or Construction
Change Directive to deduct the Cost of the unused Allowance item.
1.06 WAIVER
A waiver by City of any breach of any term, covenant, or condition contained in the Contract Documents shall
not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained therein, whether of the same or a different character.
1.07 DATA TO BE FURNISHED BY THE CONTRACTOR
The Contractor shall furnish the Director with such information as the Director may desire respecting the
character of the materials and the progress and manner of the Work, including all information necessary to
determine the Contractor’s costs, such as the number of persons employed, their pay, the time during which
they worked on the various classes of construction, and other pertinent data.
1.08 CONTRACT DRAWINGS
The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings.
1.09 SPECIFICATIONS AND DRAWINGS
A. The Contractor shall keep on the Work Site a copy of all Specifications, Drawings, and Change
Orders pertaining to the Work and shall at all times give the Director access thereto. Anything
mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not
mentioned in the Specifications shall be of like effect as though shown or mentioned in both.
B. In general, the Drawings will show dimensions, positions, and kind of construction; and the
Specifications will define materials, quality, and standards. Any Work not particularly detailed,
marked or specified, shall be the same as similar parts that are detailed, marked or specified.
C. The Drawings shall not be scaled to determine dimensions, and in all cases shall be calculated from
figures shown on the Drawings. Any discrepancies between scale and figured dimensions, not
marked “not to scale,” must be brought to the Director’s attention before proceeding with the Work
affected by the discrepancy.
D. Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the
responsibility of furnishing, making, or installing all items required by law or code, or usually
furnished, made or installed in a project of the scope and general character indicated by the Drawings
and Specifications.
E. For convenience, the Drawings and Specifications may be arranged in various trade subparagraphs,
but such segregation shall not be considered as limiting the Work of any subcontract or trade. The
Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the
location or provision in the Drawings and Specifications.
F. The City will furnish free of charge to the Contractor, a maximum of six (6) sets of Contract Drawings
and Specifications. The Contractor shall pay for the costs of any additional sets or portions thereof.
The Contractor shall be responsible to see that all sets are the same as the up-to-date approved set.
1.10 PRECEDENCE OF CONTRACT DOCUMENTS
A. In the event of conflict between any of the Contract Documents, the provisions placing a more
stringent requirement on the Contractor shall prevail. The Contractor shall provide the better
quality or greater quantity of Work and/or materials unless otherwise directed by City in writing. In
the event none of the Contract Documents place a more stringent requirement or greater burden
on the Contractor, the controlling provision shall be that which is found in the document with higher
precedence in accordance with the following order of precedence:
1. Governmental Approvals including, but not limited to, permits required for the Work
2. Modifications issued after execution of the Contract (including modifications to Drawings
and Specifications)
3. The Contract, including all exhibits, attachments, appendices and Addenda, with later
Addenda having precedence over earlier Addenda
4. Special Conditions, if any
5. General Conditions
6. Specifications
7. Drawings
8. Bidding Requirements
B. With reference to the Drawings, the order of precedence is as follows:
1. Change Order Drawings
2. Addenda Drawings
3. Contract Drawings
4. Project Drawings
5. Standard Drawings
6. Detail Drawings
7. General Drawings
8. Figures
9. Scaled dimensions
C. Within the Specifications, the order of precedence is as follows:
1. Change Orders
2. Special Conditions
3. Project Technical Specifications
4. Standard Specifications, if any
5. Applicable Trade Association Specifications
1.11 NOTICE OF CONFLICTS
If the Contractor, in the course of the Work, becomes aware of any claimed conflicts, errors or omissions in
the Contract Documents or in the City's fieldwork or work of City's separate contractors, the Contractor shall
immediately notify the Director in writing. The Director shall promptly review the matter, and if the Director
finds a conflict, error or omission, the Director shall determine the corrective actions and advise the Contractor
accordingly. If the correction associated with a conflict, error or omission increases or decreases the amount
of Work called for in the Contract, the City shall issue an appropriate Change Order in accordance with the
Contract Documents. After discovery of an error or omission by the Contractor, any related additional work
performed by the Contractor shall be done at the Contractor's risk unless authorized by the Director.
1.12 REPORTS
A. Daily Construction Reports: The Contractor shall prepare a daily construction report recording the
following information concerning events at Project site:
1. List of Subcontractors at Project site.
2. List of other contractors at Project site.
3. Approximate count of personnel at Project site.
4. Equipment at Project site.
5. Material deliveries.
6. High and low temperatures and general weather conditions, including presence of rain or
snow.
7. Accidents.
8. Meetings and significant decisions.
9. Unusual events.
10. Stoppages, delays, shortages, and losses.
11. Meter readings and similar recordings.
12. Emergency procedures.
13. Orders and requests of authorities having jurisdiction.
14. Change Orders received and implemented.
15. Construction Change Directives received and implemented.
16. Services connected and disconnected.
17. Equipment or system tests and startups.
18. Partial completions and occupancies.
19. Substantial Completions authorized.
20. List of visitors to Project Site.
21. List of personnel at Project Site including names and job classifications.
22. Description of Work for the day including locations, quantities and related bid items.
Immediately upon discovery of a difference between field conditions and the Contract Documents, the
Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a
detailed description of the differing conditions, together with recommendations for a remedy.
The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours
(next Working Day) to the Director, and shall be made available to others as directed by City.
1.13 LINES, GRADES, AND MEASUREMENTS
A. All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all
survey stakes and reference points as far as possible. Should any stakes or points be removed or
destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the
satisfaction of the Director, at the Contractor's expense.
B. The Contractor shall inform the Director 48 hours (two Work Days) in advance of the times and places
at which he/she intends to Work in order that inspection may be provided, and that necessary
measurements for records and payments may be made with minimum inconvenience.
C. No direct payment will be made for the cost to the Contractor of any of the Work or delay occasioned
by giving lines and grades, by making other necessary measurements, or by inspection.
1.14 RIGHT OF WAY
A. The site for the installation of equipment or the right of way for the Work to be constructed under this
Contract will be provided by the City.
B. The City will provide the appropriate rights of way and property for pipelines and structures. Upon
approval by the Director, the Contractor may, without cost, use portions of any of the City's rights of
way or property which may be suitable for working space and for storage of equipment and
materials. The Contractor will be held responsible for any damage to structures, streets, and roads,
trees and landscaping, and for any damage that may result from his/her use of City property.
C. In case areas additional to those available on the City's rights of way or property are required by the
Contractor for his/her operations, he/she shall make arrangements with the property owners for the use
of such additional areas at his/her own expense.
1.15 CONTRACTOR’S OPERATIONS/STORAGE YARD
In the event the Contractor requires space for the storage and/or staging of construction materials, supplies,
equipment, stockpiling of debris, or any other needs required for construction operations, he/she shall acquire at
his/her own expense such areas as he/she may desire. For properties within the City of Vernon, the staging
area must be enclosed at Contractor’s expense with construction fencing covered with a mesh screen to limit
visibility to the site. Private property used for storage of construction material or debris shall be restored to a legal
condition with regard to appearance and maintenance upon conclusion of the project. Property should be graded
and free of weeds and debris when project is completed.
[END OF ARTICLE]
ARTICLE 2 - PERFORMANCE OF THE WORK
2.01 PERFORMANCE OF WORK - GENERAL
Contractor shall, at its own cost and expense, furnish all necessary materials, labor, transportation, and
equipment for doing and performing said Work and the materials used shall comply with the requirements of the
Contract Documents. All Work shall be performed and completed as required in the Contract Documents, and
subject to the approval of the Director, or his/her designated assistant.
2.02 NO ASSIGNMENT OR DELEGATION
Contractor shall not assign or delegate the duties or obligations under this Contract or his/her interest therein in
whole or in part without the prior written consent of the City which may be withheld at the City's sole discretion.
2.03 STANDARD OF PERFORMANCE
Contractor agrees that all services performed hereunder shall be provided in a manner commensurate with the
highest professional standards and shall be performed by qualified and experienced personnel; that any Work
performed by Contractor under the Contract will be performed in the best manner; that any material furnished
shall be subject to the approval of the Director; and that both Work and materials will meet fully the requirements
of the Contract Documents. Any work deemed unacceptable by the Director, whether a cause is determined or
not shall be repaired or replaced by Contractor at Contractor’s expense.
The Contractor shall be responsible for the final product and shall make any quality control, adjustments and
corrections necessary to obtain the final product accepted by the City Engineer. The Contractor shall perform
process and quality control sampling and testing and exercise management control the work of his/her
subcontractors, technicians and workers to ensure that the milling, transporting, recycling, spreading,
compaction, and finishing processes conform to these Specifications. The proficiency of testing laboratories
and sampling and testing personnel shall be reviewed and approved by the City Engineer prior to providing
services to the project. The City Engineer shall have unrestricted access to the laboratory, sampling, testing
sites, and all information resulting from mix design and quality control activities. All Quality Control testing
results shall be submitted to the City Engineer on a daily basis.
2.04 DEFECTIVE WORK
Within the time periods that the City specifies, the Contractor shall correct all deficient, improperly executed, or
unsatisfactory Work determined by the City.
The Contractor shall remove and shall repair or replace, at his/her own expense any part of the Work that is
deficient, improperly executed, or unsatisfactorily executed, even though it has been included in the monthly
estimates. If he/she refuses or neglects to remove, repair, or replace such defective Work, prior to the City’s
acceptance of the Work, it may be replaced by the City at the expense of the Contractor, plus 15% for overhead
expenses, and his/her sureties shall be liable therefor. (See Paragraph 2.15 for curing defects after acceptance
of the Work.)
2.05 CITY’S RIGHT TO CARRY OUT THE WORK
A. Notwithstanding other remedies available to the City, if the Contractor defaults, fails to perform Work
required by the Contract Documents, or otherwise neglects to carry out the Work in accordance with
the Contract Documents and fails within a 48 hour period after receipt of written notice from the City to
commence and correct such default, failure to perform, or neglect with diligence and promptness, the
City, at its sole discretion and without obligation, may, with its own or outside forces, perform the Work
Contractor has failed to perform and/or replace or correct deficiencies in the Work. In such case, a
Change Order or Construction Change Directive shall be issued deducting from payments then or
thereafter due to the Contractor the cost of completion, replacement or correction of such deficiencies,
including compensation for additional services by the City’s project management staff, the Architect,
and their respective consultants made necessary by such default, failure to perform, or neglect, plus
15% for City’s overhead expenses. If payments then or thereafter due the Contractor are not sufficient
to cover such amounts, the Contractor shall pay the difference to the City immediately. This remedy is
cumulative.
B. The City also has the right, but not the obligation, to self-perform or have outside forces perform portions
of the Work previously assigned to Contractor. In such case a Change Order or Construction Change
Directive shall be issued, reducing the Contract Sum by the Unit Price(s) applicable to such deleted
Work or, in the absence of Unit Prices, an amount that reflects the reasonable cost of performing such
deleted Work and the Allowable Mark-Up applicable to such deleted Work.
2.06 COMMUNICATIONS AND NOTICES REGARDING THE WORK
A. Notices under the Contract Documents shall be in writing and (a) delivered personally, (b) sent by
certified mail, return receipt requested, (c) sent by a recognized overnight mail or courier service,
with delivery receipt requested, or (d) sent by facsimile communication followed by a hard copy and
with receipt confirmed by telephone, to the following addresses (or to such other address as may
from time to time be specified in writing by such Person):
All correspondence with Contractor shall be sent to the following address:
Bear Electrical Solutions, Inc.
1341 Archer Street, PO Box 924
Alviso, CA 95002-0924
Attention:
Robert Asuncion
Phone: (408) 449-5178
Facsimile: (408) 449-5147
Email: robert@bear-electrical.com
All communications shall be copied to City and shall be delivered to City’s Director at the address
set forth below, with copies to such additional persons as may be directed by City’s Director.
City of Vernon
Public Works Department
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Lissette Melendez, Project Engineer
Phone: (323) 583-8811 ext. 246
Facsimile: (323) 826-1435
E-mail: lmelendez@ci.vernon.ca.us
B. Notices shall be deemed received when actually received in the office of the addressee (or by the
addressee if personally delivered) or when delivery is refused, as shown on the receipt of the U. S.
Postal Service, private carrier or other Person making the delivery. Notwithstanding the foregoing,
notices sent by facsimile after 4:00 p.m. Pacific Standard or Daylight Time (as applicable) and all
other notices received after 5:00 p.m. shall be deemed received on the first business day following
delivery (that is, in order for a fax to be deemed received on the same day, at least the first page of
the fax must have been received before 4:00 p.m.). Any technical or other communications
pertaining to the Work shall be conducted by Contractor's Project Manager and technical
representatives designated by City. Contractor's representatives shall be available at all
reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters
concerning the Work.
C. Contractor shall copy City on all written correspondence pertaining to the Contract between
Contractor and any Person other than Contractor's Subcontractors, consultants and attorneys.
D. Notification of Affected Residents/Businesses – The Contractor shall be responsible for distribution of
the general information letter of the project to all affected residents and businesses. A project general
information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution
to all residents, business establishments, and institutions fronting on or directly affected by the project.
The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate
residences and buildings in the subject area. Distribution shall be accomplished in a manner
acceptable to the City Engineer and shall be five (5) working days prior to the beginning of construction
operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible
for such other notifications as may be required related to necessary closures of streets, alleys,
driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where
the closures and access or parking restrictions required in the performance of any work under this
contract preclude any resident, tenant, or property owner from utilizing the premises or conducting
business thereon in a reasonable and customary manner.
Additional notification to the affected businesses and residents shall be prepared by the City and
distributed by the Contractor for roadway and driveway closures five (5) working days in advance of
any construction work. No removal or excavation work is allowed until the additional notification has
been distributed to the affected residents and businesses.
If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all the
affected residents and places of business shall be re-notified of the revised schedule, in writing, as
indicated above.
Contractor costs for all of the above notifications shall be considered as included in the appropriate
items of the Bid Proposal.
E. Notification of Utilities – The provisions of Section 5 entitled "Utilities" of the “Greenbook” Standard
Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern
California (U.S.A.) at least two working days in advance of the construction work
2.07 INDEPENDENT CONTRACTOR
The Contractor in the performance of the Work hereunder will be acting in an independent capacity and not
as an agent, employee, partner, or joint venture of the City.
2.08 EMERGENCY WORK
A. During Working Hours:
In case of an emergency which threatens loss or injury of property, and/or safety of life during working
hours, the Contractor shall act, without previous instructions from the City, as the situation may
warrant. He/she shall notify the Director of the emergency and the action taken immediately
thereafter. Any compensation claimed by the Contractor, together with substantiating documents in
regard to expense, shall be submitted to the Director within 15 calendar days after the emergency.
Compensation, if allowed, will be paid for as Extra Work.
B. Outside of Working Hours:
Whenever, in the opinion of the City, there shall arise outside of the regular Working hours on the
Contract Work of an emergency nature which threatens loss or injury of property, or danger to public
safety, the Contractor shall act, without previous instructions from the City as the situation may
warrant. He/she shall notify the Director of the emergency and the action taken immediately
thereafter. Any compensation claimed by the Contractor, together with substantiating documents in
regard to expense, shall be submitted to the Director within 15 calendar days after the emergency.
Compensation, if allowed, will be paid for as Extra Work. In the event the Contractor is not able to
respond to an emergency outside of regular working hours, the City's forces will handle such
emergency Work. If such emergency arises out of or is the result of operations by the Contractor, the
cost of the corrective measures will be billed to the Contractor and deducted from his/her payment as
provided in the Contract Documents. The performance of emergency Work by City forces will not
relieve the Contractor of any of his/her responsibilities, obligations, or liabilities under the Contract.
2.09 SUBCONTRACTORS
A. Each subcontract shall contain a reference to the Contract between the City and the principal
Contractor, and the terms of the Contract and all parts thereof shall be made part of each subcontract
insofar as applicable to the Work covered thereby. If, in the Director’s opinion, the Subcontractor fails
to comply with the requirements of the principal Contract insofar as the same may be applicable to the
Subcontractor’s Work, the Director may disqualify the Subcontractor.
B. Nothing contained in these Contract Documents shall be construed as creating any contractual
relationship between any Subcontractor and the City.
C. The Contractor shall be considered the employer of the Subcontractors and shall be fully responsible
to the City for the acts and omissions of Subcontractors and of persons employed by them as the
Contractor is for the acts and omissions of persons directly employed by him/her.
D. The Contractor shall be responsible for the coordination of the trades, Subcontractors, and material
suppliers engaged upon the Work. It shall be the Contractor’s duty to see that all of his/her
Subcontractors commence their Work at the proper time and carry it on with due diligence so that
they do not delay or injure either the Work or materials; and that all damage caused by them or their
workers is made good at his/her expense.
E. The City will not undertake to settle differences between the Contractor and his/her Subcontractors or
between subcontractors.
F. The Contractor shall utilize the services of specialty Subcontractors, without additional expense to the
City, on those parts of the Work which are specified to be performed by specialty contractors.
2.10 USE OF FACILITIES PRIOR TO COMPLETION OF CONTRACT
A. Whenever in the opinion of the Director any Work under the Contract, or any portion(s) thereof, is in a
condition suitable for use by the City, the City may, after written notice and designation from the
Director to the Contractor, use (which includes, but is not limited to, taking over or placing into
service) any portion(s) designated by the Director.
B. The use of any portion(s) by the City shall not be construed as, and will not constitute acceptance in
any sense, of any portion(s) of the Work of the Contractor nor will such use trigger the running of any
warranty and/or guarantee periods.
C. All necessary repairs, renewals, changes, or modifications in the Work or any portion thereof so used,
not due to ordinary wear and tear, but due to defective materials or workmanship, the operations of
the Contractor, or any other cause, shall be made at the expense of the Contractor.
D. The use of any portion(s) by the City shall not relieve the Contractor of any of his/her responsibilities
or liabilities under the Contract nor constitute a waiver by the City of any of the conditions thereof.
Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof,
nor impair, reduce, or change the amount of liquidated damages.
2.11 COOPERATION WITH OTHER WORK FORCES
A. The City reserves the right to perform other Work at or near the site at any time by the use of its own
forces or other contractors.
B. Other contractors, other utilities and public agencies or their contractors, other City contractors, and
City personnel may be working in the vicinity during the project construction period. There may be
some interference between these activities and the Work under the Contract Documents. The
Contractor shall cooperate and coordinate his/her Work with that of other Work forces to assure
timely Contract completion.
2.12 AGREEMENTS WITH PROPERTY OWNERS
Agreements with property owners for storing excavated material, storing any other materials, or for any other
purpose related to the Work shall be made in writing and a copy submitted to the Director for his/her
information. All storage charges shall be at the Contractor’s sole expense.
2.13 PROTECTION OF PROPERTY
All public and private property, pavement or improvement, shall be safely guarded from damage or loss in
connection with this Contract by the Contractor at all times. Should any facility, structure, or property be damaged
during operations of the Contractor, he/she shall immediately notify the property owners or authorities. All
damages and losses incurred shall be paid by the Contractor.
2.14 CONTRACTOR'S RESPONSIBILITIES FOR LOSSES OR LIABILITIES
A. Risk of Loss
Except as otherwise provided in the Contract Documents and except as to the cost of repair or
restoration of damage to the Work caused by force majeure, the Contractor shall bear all losses
resulting to him/her on account of the amount or character of the Work, or from any unforeseen
obstructions or difficulties which may be encountered, or from any encumbrances on the line of the
Work, or because the nature of the ground in or on which the Work is done is different from what is
assumed. The Contractor shall bear the risk for any City equipment, material, or supplies with which
he/she has been entrusted.
B. Materials and Facilities
The Contractor shall be responsible for materials and facilities as hereinafter provided and in the
event of his/her failure to carry out said responsibilities, the same may be carried out by the City at the
expense of the Contractor:
1. The Contractor shall be responsible for any materials so furnished and for the care of all
Work until its completion and final acceptance, and he/she shall at his/her own expense
replace damaged or lost materials and repair damaged parts of the Work.
2. The Contractor shall protect City facilities from damage resulting from his/her Work. City
facilities damaged by, or as a result of, the Contractor's Work under this Contract shall be
repaired or replaced, as directed by the Director, at the Contractor's expense.
3. The Contractor shall remove from the vicinity of the completed Work all buildings, rubbish,
unused material, concrete forms, and other materials belonging or used under his/her
direction during construction. If Contractor fails to completely remove such items within a
reasonable time the City may do so at the Contractor’s expense.
C. Laws and Regulations
1. The Contractor shall obey all laws, ordinances, and regulations in any manner affecting those
engaged or employed on the Work, or the materials used in the Work, or in any way affecting
the conduct of the Work, and of all court orders and decrees having any jurisdiction or authority
over the same. If any discrepancy or inconsistency should be discovered in this Contract, or in
the Drawings or Specifications herein referred to, in relation to any such law, ordinance,
regulation, order, or decree, he/she shall immediately report the same in writing to the Director.
2. Contractor shall, at all times, cause all his/her agents and employees to observe and comply with
all such applicable laws, ordinances, regulations, orders, and decrees in effect or which may
become effective before Final Completion of this Contract.
3. Nothing in the Contract Documents shall be construed to permit Work not conforming to such laws,
ordinances, and regulations. If the Contractor ascertains at any time that any requirement of this
Contract is at variance with such applicable law requirement, he/she shall immediately notify the
Director.
4. If such applicable law requirement was not in effect on the date of submission of bids, any
necessary adjustment of the Contract price shall be made as provided in Article 6 herein. If such
applicable law requirement was in effect on said date of bid submission, no adjustment of Contract
price will be considered.
5. The Contractor, at his/her own expense, shall pay all taxes properly assessed against his/her
equipment, materials, or property used or required in connection with the Work.
2.15 WARRANTY AND CORRECTIONS
A. Warranty
1. Warranty. The Contractor warrants to the City that: (i) materials and equipment furnished
under the Contract will be of good quality and new unless otherwise required or permitted by
the Contract Documents; (ii) the Work will be of good quality and free from defects; (iii) the
Work will conform to the requirements of the Contract Documents; and (iv) Contractor will
deliver the Project free of stop notice claims. Work not conforming to these requirements,
including substitutions not accepted by the City, will be deemed defective. The Contractor’s
warranty excludes improper or insufficient maintenance, improper operation, or normal wear
and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory
evidence as to the kind and quality of materials and equipment. This warranty is not limited
by the correction obligation of Paragraph 2.04 herein.
2. Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or
are duplicative, Contractor will be bound by the more stringent requirements.
3. Procurement and Assignment of Warranties: Contractor shall obtain in the name of City, or
transfer or assign to City or City’s designee prior to the time of Final Completion of the Work,
any and all warranties or guarantees which Contractor is required to obtain pursuant to the
contract Documents and which Contractor obtained from any other person or entity other than
Contractor including, but not limited to, Subcontractors and manufacturers, and further agrees
to perform the Work in such a manner so as to preserve any and all such warranties.
Contractor shall secure written warranties from all Subcontractors. Contractor and its
Subcontractors shall offer any warranty upgrades or extensions that are offered by
manufacturers of any equipment or system installed in the Work to the City. Contractor shall
deliver to City all warranty and guarantee documents and policies.
4. Survival of Warranties: The provisions of this paragraph 2.15 will survive Contractor’s
completion of the Work or termination of Contractor’s performance of the Work.
B. Correction of Work
1. Before or After Final Completion. The Contractor shall promptly correct Work rejected by
the City or City’s designee, as failing to conform to the requirements of the Contract
Documents, whether discovered before or after Final Completion and whether or not
fabricated, installed, or completed. Costs of correcting such rejected Work, including
additional testing, inspections, and compensation for the City’s services and expenses
made necessary thereby, will be at the Contractor’s expense within the Contract Price.
2. After Final Completion.
(a) In addition to the Contractor’s warranty obligations under Paragraph 2.15-A, if,
within one (1) year after the date of Final Completion of the Work or within the time
period established by any applicable special warranty required by the Contract
Documents, any of the Work is found to be not in accordance with the
requirements of the Contract Documents, the Contractor shall commence
correction or replacement of such Work within forty-eight (48) hours after receipt
of written notice from the City to do so. The Contractor shall perform such
corrective work without charge or cost to the City after Final Completion of the
Work. The City shall give such notice promptly after discovery of the condition.
(b) If the Contractor fails to commence correction or replacement of non-conforming
Work within forty-eight (48) hours after receipt of written notice, the City will
proceed to have defects repaired or replaced at the expense of the Contractor and
its Performance Bond surety, plus fifteen percent (15%) for the City’s overhead
and administrative expense. The City may charge such costs against any
payment due Contractor. If, in the opinion of the City, defective work creates a
dangerous or hazardous condition or requires immediate correction or attention to
prevent further loss to the City or to prevent interruption of operations of the City,
the City may take immediate action, give notice, make such correction, or provide
such attention and the cost of such correction or attention will be charged against
the Contractor. Such action by the City will not relieve the Contractor of the
warranties provided in this Article or elsewhere in the Contract Documents.
3. Replacement or Removal of Defective or Unauthorized Work. The Contractor shall remove
from the Site and replace those portions of the Work which are not in accordance with the
requirements of the Contract Documents in a manner acceptable to and as ordered by the
Director. No compensation shall be allowed for such removal or replacement. Director
shall have authority to cause defective work to be remedied, removed or replaced and to
deduct the costs from monies due or to become due to the Contractor.
4. Destruction or Damage. In the event the Contractor destroys or damages any construction
of the City or another contractor while correcting or removing Work which is not in
accordance with the requirements of these Contract Documents, the Contractor shall bear
the cost of repairing or reconstructing that other construction as well.
5. No Limitation. Nothing contained in Paragraph 2.15-B will be construed to establish a
period of limitation with respect to other obligations which the Contractor might have under
the Contract Documents. Establishment of the one-year period for correction of Work as
described in Paragraph 2.15-B relates only to the specific obligation of the Contractor to
correct the Work, and has no relationship to the limitations periods established by statute
for any construction defect or other causes of action.
2.16 CLEANING AND ENVIRONMENTAL CONTROLS
The Contractor, Subcontractors and employees shall comply with all litter and pollution laws and it shall be the
responsibility of the Contractor to ensure compliance. The Contractor shall do all of the following:
A. Maintain the Site free of waste materials, debris, and rubbish and in a clean and orderly condition;
and Remove waste materials, debris and rubbish from site and dispose off-site legally.
B. The Contractor shall maintain at his/her disposal any and all equipment necessary to prevent and
remediate any sanitary sewer overflow arising out of the Work. The Contractor shall furnish and operate
a self-loading motor sweeper with spray nozzles, as directed by the Director, to maintain the affected
areas in a condition of cleanliness acceptable to the City at all locations affected by the Contractor’s
operations. For purposes of this Paragraph, the affected areas include the project Site as well as all
haul routes to and from the project Site and all areas of construction and restoration which have not
been completed.
C. The Contractor shall take appropriate action to ensure that no dust originates from the project Site.
D. Any equipment or vehicles driven and/or operated within or adjacent to a street gutter, storm drain,
runoff conveyance or ocean shall be checked and maintained daily to prevent leaks of materials that
if introduced to water could be deleterious to aquatic life.
E. No debris, soil, silt, sand, bark, trash, sawdust, rubbish, cement or concrete or washings thereof, oil or
petroleum products or other organic or earthen material from any construction, or associated activity or
whatever nature shall be allowed to enter into or placed where same may be washed by rainfall or
runoff into waters of the State. When operations are completed, any excess materials or debris shall
be removed from the Work area.
2.17 WATER POLLUTION CONTROL
A. The Contractor shall meet all applicable City of Vernon, state and federal clean water laws, rules and
regulations including but not limited to all conditions set forth in the Vernon Municipal Code Chapter
21, Article 5 regarding stormwater and urban runoff controls as it relates to public agency activities
including, but not limited to storm and/or sanitary sewer system inspection and repair, street
sweeping, trash pick-up and disposal, and street and right-of-way construction and repair are
required to implement and maintain the activity specific Best Management Practices (BMPs) listed
in Table 2-1 below in compliance with the National Pollutant Discharge Elimination System (NPDES)
requirements. Contractor shall not discharge any water containing trash, debris, pollutants, fuels,
oils, soaps or other non-allowable constituents from its sweeping vehicles upon any city street, to
any storm drain or any non-permitted outlet. As part of its submission, contractor shall describe its
methods for preventing NPDES violations during sweeping operations within the City. In addition,
Contractor shall comply with all NPDES requirements at its maintenance facilities, storage yards and
company facilities. Failure to comply with this section may result in termination for cause by the City
of any contract resulting from this solicitation.
Table 2-1. BMPs for Public Agency Facilities and Activities
General and Activity Specific BMPs
General BMPs
Scheduling and Planning
Spill Prevention and Control
Sanitary/Septic Waste Management
Material Use
Safer Alternative Products
Vehicle/Equipment Cleaning, Fueling and Maintenance
Illicit Connection Detection, Reporting and Removal
Illegal Spill Discharge Control
Maintenance Facility Housekeeping Practices
Flexible Pavement
Asphalt Cement Crack and Joint Grinding/ Sealing
Asphalt Paving
Structural Pavement Failure (Digouts) Pavement Grinding and Paving
Emergency Pothole Repairs
Sealing Operations
Rigid Pavement
Portland Cement Crack and Joint Sealing
Mudjacking and Drilling
Concrete Slab and Spall Repair
Slope/Drains/Vegetation
Shoulder Grading
Nonlandscaped Chemical Vegetation Control
Nonlandscaped Mechanical Vegetation Control/Mowing
Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub
Removal
Fence Repair
Drainage Ditch and Channel Maintenance
Drain and Culvert Maintenance
Curb and Sidewalk Repair
Litter/ Debris/ Graffiti Sweeping Operations
Litter and Debris Removal
Emergency Response and Cleanup Practices
Graffiti Removal
Landscaping
Chemical Vegetation Control
Manual Vegetation Control
Landscaped Mechanical Vegetation Control/ Mowing
Landscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal
Irrigation Line Repairs
Irrigation (W atering), Potable and Nonpotable
Environmental
Storm Drain Stenciling
Roadside Slope Inspection
Roadside Stabilization
Stormwater Treatment Devices
Traction Sand Trap Devices
Bridges
Welding and Grinding
Sandblasting, Wet Blast with Sand Injection and Hydroblasting
Painting
Bridge Repairs
Other Structures
Pump Station Cleaning
Tube and Tunnel Maintenance and Repair
Tow Truck Operations
Toll Booth Lane Scrubbing Operations
Electrical Sawcutting for Loop Installation
Traffic Guidance
Thermoplastic Striping and Marking
Paint Striping and Marking
Raised/ Recessed Pavement Marker Application and Removal
Sign Repair and Maintenance
Median Barrier and Guard Rail Repair
Emergency Vehicle Energy Attenuation Repair
Storm Maintenance Minor Slides and Slipouts Cleanup/ Repair
Management and Support
Building and Grounds Maintenance
Storage of Hazardous Materials (Working Stock)
Material Storage Control (Hazardous Waste)
Outdoor Storage of Raw Materials
Vehicle and Equipment Fueling
Vehicle and Equipment Cleaning
Vehicle and Equipment Maintenance and Repair
Aboveground and Underground Tank Leak and Spill Control
B. Water Quality Protection Requirements for Construction Projects with Less than One (1) Acre of
Disturbed Soil.
All construction projects, regardless of size, will be required to implement best management practices
(BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the
minimum water quality protection requirements and implement all applicable set of BMPs as defined
in Table 2-2.
Please refer to the California Stormwater Quality Association’s Construction Handbook (available on their website:
www.cabmphandbooks.com) for further information regarding the BMPs listed in Table 2-2.
All construction projects with Less than One (1) Acre of Disturbed Soil shall submit to the City a
signed Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit (Exhibit
5).
The Contractor may self-certify that the following training was completed on an annual basis providing they
certify they have received all applicable training:
• The Contractor shall train all of their employees in targeted positions (whose
interactions, jobs, and activities affect stormwater quality) on the requirements of
the overall stormwater management program.
• When the Work includes the use or have the potential to use pesticides or fertilizers,
the Contractor shall train all of their employees (whether or not they normally apply
pesticides or fertilizers as part of their work). Training programs shall address:
1) The potential for pesticide-related surface water toxicity
2) Proper use, handling, and disposal of pesticides
3) Least toxic methods of pest prevention and control, including Integrated Pest
Management
Table 2-2
Minimum Water Quality Protection Requirements and Applicable Set of BMPs for All Construction Projects
Category Minimum Requirements BMPs
1. Sediment Control Sediments generated on the project site shall be retained
using adequate Treatment Control or Structural BMPs.
Sediment Control
2. Non-Stormwater
Management, Waste
Management and
Materials Pollution
Control
Construction-related materials, wastes, spills or residues
shall be retained at the project site to avoid discharge to
streets, drainage facilities, receiving waters, or adjacent
properties by wind or runoff.
Non-storm water runoff from equipment and vehicle washing
and any other activity shall be contained at the project sites.
Stormwater
Management; Waste
Management
3. Erosion Control Erosion from slopes and channels shall be controlled by
implementing an effective combination of BMPs, such as the
limiting of grading scheduled during the wet season;
inspecting graded areas during rain events; planting and
maintenance of vegetation on slopes; and covering erosion
susceptible slopes.
Erosion Control
4) Reduction of pesticide use
C. Water Quality Protection Requirements for Construction Projects with One (1) Acre (or greater) of
Disturbed Soil. In addition to the minimum BMPs required in Paragraphs A and B, all construction
projects where at least one (1) acre of soil will be disturbed, construction activity that results in land
surface disturbances of less than one acre if the activity is part of a larger common plan of development,
or the sale of one or more acres of disturbed land surface requires a Construction Activities Storm
Water General Permit (2009-0009-DWQ Permit).
Prior to commencement of construction activities, the Permit Registration Documents (PRDs) must be
submitted electronically in the Storm Water Multi-Application Report Tracking System (SMARTS)
(http://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.jsp). PRDs consist of the Notice
of Intent, Risk Assessment, Post-Construction Calculations, a Site Map, the Storm Water Pollution
Prevention Plan (SWPPP), a signed certification statement by the Legally Responsible Person (LRP),
and the first annual fee.
See: http://www.swrcb.ca.gov/water_issues/programs/stormwater/construction.shtml for more
information. A Waste Discharger Identification (WDID) will be emailed to the LRP after the PRDs have
been submitted and are deemed complete. Construction activities cannot begin until a WDID is issued
by the State Water Resources Control Board. Contractor shall bear the costs of any delays to the
Project caused by a delay in obtaining its WDID.
The SWPPP shall include:
1. The name, location, period of construction, and a brief description of the project;
2. Contact information for the owner and contractor;
3. The building permit number for the project;
4. The grading permit number for the project (where applicable);
5. A list of major construction materials, wastes, and activities at the project site;
6. A list of best management practices to be used to control pollutant discharges from major
construction materials, wastes, and activities;
7. A site plan (construction plans may be used) indicating the selection of BMPs and their
location where appropriate;
8. Non-storm water discharges, their locations, and the BMPs necessary to prevent the
discharge;
9. A maintenance and self-inspection schedule of the BMPs to determine the effectiveness
and necessary repairs of the BMPs; and
10. A certification statement that all required and selected BMPs will be effectively
implemented.
Within seven (7) days after the City awards the Contract, the Contractor shall submit seven (7) copies
of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the
plan. If revisions are required, the Contractor shall revise and re-submit the document within seven (7)
days of its receipt of the City’s comments. The City shall then have seven (7) days to consider the
revisions made by the Contractor and approve the SWPPP.
The Contractor shall maintain a minimum of two (2) readily accessible copies of the SWPPP at the
Project site. The SWPPP shall be made available upon request of a representative of the Los
Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection
Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City.
D. Best Management Practices
The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect
the quality of storm water discharge associated with construction activities. The plan will describe
and ensure the implementation of Best Management Practices (BMPs) which will be used to
reduce pollutants in the storm water discharges from the construction site. A Best Management
Practice is defined as any program, technology, process, operating method, measure, or device
that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate
BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development,
and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and
construction operations. Copies of the California Stormwater BMP Handbooks may be obtained
from:
California Stormwater Quality Association
P.O. Box 2313
Livermore, CA 94551
www.cabmphandbooks.com
Cashier
Los Angeles County DPW
900 South Fremont Avenue
Alhambra, CA 91803
Tel. No. (626) 458-6959
E. Implementation
The Contractor will be responsible throughout the duration of the Project for the installation,
monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and
disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a
result of changes in actual field conditions, contractor’s activities, or construction operations.
The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP
control measures to protect soil-disturbed areas of the project site before the onset of precipitation
and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully
deploy these control measures.
Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected
at the end of each day with these control measures unless fair weather is predicted through the
following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted
prior to the end of the following workday, construction scheduling shall be modified, as required,
and the Contractor shall deploy functioning control measures prior to the onset of the precipitation.
The City may order the suspension of construction operations which are creating water pollution if
the Contractor fails to conform to the requirements of this Paragraph 2.17. Unless otherwise directed
by the City, the Contractor’s responsibility for SWPPP implementation shall continue throughout any
temporary suspension of the Work.
F. Sewage Spill Prevention. The Contractor’s attention is directed to the sewer bypass operation
required during any sewer construction pursuant to the 2012 edition of the “Greenbook” Standard
Specifications for Public Works Construction, Section 500.1.2.4 or as that section is subsequently
amended.
The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a
sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an
emergency response unit comprised of emergency response equipment and trained personnel to
be immediately dispatched to the project site.
The Contractor shall be fully responsible for preventing and containing sewage spills as well as
recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any
fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is
damaged by the contractor shall be immediately repaired at the Contractor’s expense. The
Contractor shall take all measures necessary to prevent further damage or service interruption and
to contain and clean up the sewage spills.
G. Sewage Spill Telephone Notification
Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two
City Departments:
Sewer Maintenance Services ........................................ City of Vernon Control Center
(323) 826-1461
Fire Department Dispatch Center ................................................................................. 911
The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone
numbers of City representatives such as Project Managers and Inspectors. However, if these City
representatives are not available, then the Contractor shall immediately call:
Lissette Melendez, Project Engineer (323) 974-1705
H. Sewage Spill Written Notification
The Contractor shall prepare and submit a written report to the Director within three (3) Working
Days from the occurrence of a spill to the City. This report shall describe all of the following:
1. The exact location on the Thomas Guide map
2. The nature and volume
3. The date, time and duration
4. The cause
5. The type of remedial and/or cleanup measures taken and date and time
implemented
6. The corrective and preventive action taken, and
7. The water body impacted and results of necessary monitoring
I. Enforcement
The City is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and
private citizens. The Contractor shall indemnify, defend and hold City, its officers, agents and
employees harmless from Contractor’s failure to comply and/or fulfill the requirements set forth in
this Paragraph 2.17. Contractor shall be responsible for all costs and liabilities imposed by law as
result of Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17.
The costs and liabilities include, but are not limited to fines, penalties and damages whether
assessed against the City or the Contractor.
In addition to any remedy authorized by law, any money due to the Contractor under this contract
shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor
have been satisfied.
J. Maintenance
The Contractor shall ensure the proper implementation and functioning of BMP control measures
and shall regularly inspect and maintain the construction site for the BMPs identified in the
SWPPP. The Contractor shall identify corrective actions and time frames in order to properly
address any damaged measure, or reinitiate any BMPs that have been discontinued.
If the City identifies a deficiency in the deployment or functioning of identified control measures, the
deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to
by Director and if requested in writing, but not later than the onset of the subsequent precipitation
events. The correction of deficiencies shall be at no additional cost to the City.
K. Payment
All costs involved in the implementation of the SWPPP, including furnishing all labor, materials,
tools, equipment and all incidentals; and for doing all the work involved in installing, constructing,
maintaining, removing, and disposing of control measures, except those that were installed as a
part of another structure, shall be included in the unit prices bid for the various related items of
work and no additional compensation will be made therefor.
2.18 SOLID WASTE DISPOSAL AND DIVERSION
The Contractor shall submit to the Director the following summary of solid waste generated by the Work,
disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill
separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that
specifically identify the project generating the material. Said documents must be from recyclers and/or
disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the
Director with each application for progress payment. Failure to submit the form and its supporting
documentation will render the application for progress payment incomplete and delay progress payments.
SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION
Project Title: ______________________________ Specification No. ___________
Type of Material (a)
Disposed in Class III Landfills
(b)
Diverted from Class III
Landfills by Recycling
(c)
[Leave This Column Blank]
(d)
Disposed in Inert Fills
Tons/CY Tons/CY Tons/CY Tons/CY
Asphalt
Concrete
Metal
Other Segregated Materials
(Describe):
Miscellaneous Construction
Waste
Total
Form to be submitted to the City
SIGNATURE:
TITLE:
DATE:
2.19 RECYCLED, REUSABLE AND RECYCLABLE PRODUCTS
The Contractor is encouraged to propose recycled, reusable and recyclable products for use by the City.
Those items should be clearly identified. The City may require further information or documentation to
ascertain the suitability/appropriateness of a proposed product.
[END OF ARTICLE]
ARTICLE 3 - TIME OF COMMENCEMENT AND COMPLETION
3.01 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK
A. Notice to Proceed
The Contractor is not authorized to perform any Work the Contract Documents until he/she has
received from the City an official notification to commence Work. The date on which the notification is
received by the Contractor is herein referred to as the Notice to Proceed. The Contractor shall
commence Work on the Date of Commencement established in the Notice to Proceed is issued. The
Notice to Proceed shall be issued after the Contract is properly executed, bonds are furnished and
approved, and insurance has been submitted and approved.
B. Prosecution of the Work
Work shall be continued at all times with such force and equipment as will be sufficient to complete it
within the specified time. The Contractor expressly proposes that he/she has taken into consideration
and made allowances for all ordinary delays and hindrances to the Work to be performed and that
he/she will complete the Work within the specified time.
C. Required Contract Completion
Time is of the essence in the completion of this Contract. The Work shall be completed in its entirety
and made ready for service within three hundred sixty-five (365) calendar days following the Date of
Commencement established in the Notice to Proceed (“Contract Time”). By executing the Contract,
Contractor confirms that the Contract Time is a reasonable period for performing the Work.
3.02 CITY'S DISCRETION TO EXTEND CONTRACT TIME
In the event the Work required hereunder is not satisfactorily completed in all parts and in compliance with the
Contract Documents, City shall have the right, in its sole discretion, to increase the number of Working Days or
not, as may seem best to serve the interest of City. A change order extending the Contract Time only will be
issued by the City should the City decide to increase the number of Working Days.
3.03 SUBSTANTIAL COMPLETION
A. Contractor Request for Inspection and Punch List
When the Contractor considers that it has achieved Substantial Completion of the Work, or
designated portion thereof, Contractor shall prepare and submit to the Director a request for
inspection and a comprehensive punch list of items to be completed or corrected prior to Final
Payment. Failure to include an item on such punch list does not alter the responsibility of the
Contractor to complete all Work in accordance with the Contract Documents.
B. City Inspection
Upon receipt of the Contractor's punch list, the Director will make an inspection to determine whether
the Work or designated portion thereof is Substantially Complete. If the inspection discloses any
item, whether or not included on the Contractor's punch list, which is not sufficiently complete in
accordance with the Contract Documents so that the City can occupy or utilize the Work or
designated portion thereof for its intended use, the Contractor shall, before City's issuance of the
Certificate of Substantial Completion, complete or correct such item upon notification by City. The
Contractor shall then submit a request for another inspection by City to determine Substantial
Completion.
C. Certificate of Substantial Completion
When the Work or designated portion thereof is substantially complete, the Director will prepare a
Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall
establish responsibilities of the City and Contractor for security, maintenance, utilities, damage to the
Work, and insurance, and shall fix the time within which the Contractor shall finish all items on the
Contractor’s punch list accompanying the Certificate. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work. Contractor shall
deliver to City all warranty and guarantee documents and policies.
3.04 DELAYS AND EXTENSIONS OF TIME FOR CONTRACTOR
A. The Contractor shall take reasonable precautions to foresee and prevent delays to the Work. In the
event of any delay to the Work, the Contractor shall revise his/her sequence of operations, to the
extent possible under the terms of the Contract, to offset the delay.
B. If any delay to the Work is caused by circumstances within the Contractor's control, it is not excusable
and not compensable, and the Contractor will not be entitled to any extension of time or to any other
compensation for damages resulting directly or indirectly therefrom.
C. If any delay having a direct effect on the Work is caused by circumstances beyond the control of the
Contractor except for causes of delay specified in Paragraph 3.04-D., such delay may be excusable
and may entitle the Contractor to an equivalent extension of time, but not to any other compensation.
Excusable but not compensable causes include but are not limited to labor disputes, weather
conditions unfavorable for prosecution of the Work, and force majeure.
D. If any delay having a direct effect on the Work is caused by failure of the City to provide information
as specified, or necessary instructions for carrying on the Work, or to provide the necessary right of
way or site for installation, or failure of a utility to remove or relocate an existing facility such delay
may be compensable and may entitle the Contractor to an equivalent extension of time, and to
compensation for damages resulting directly from any of the causes of delay specified in this
paragraph.
E. The Contractor shall notify the Director in writing of any delay having a direct effect on the Work and
the causes thereof within 15 days from the beginning of such delay.
F. Any claim for an extension of time or for compensation for damages resulting from delay shall be
made in writing to the Director not more than 30 days after the ending of such delay. The Contractor
shall provide a written report evaluating the impact of the delay which shall include, at a minimum,
all of the following:
1. a narrative description of the delay and its impact on the critical path to Substantial Completion of
the Work or a portion of the Work designated by City;
2. a detailed breakdown of the Allowable Costs, if any, sought by Contractor due to the delay;
3. the number of days of extension sought by Contractor as an adjustment to the Contract time;
4. a statement that Contractor has complied with the requirements of the General Conditions for
written notice of delays, along with the dates and copies of such notices;
5. the measures taken by Contractor and Subcontractors to prevent or minimize the delay; and
6. the Contactor’s recommendations for reordering or re-sequencing the Work to avoid or minimize
further delay.
No extension of time or compensation for damages resulting from delay will be granted unless the
delay affects the timely completion of the overall Work under the Contract or the timely completion
of a portion of the Work for which a time of completion is specified.
G. The Director will investigate the facts and ascertain the extent of the delay, and his/her findings
thereon shall be final and conclusive.
H. Failure of the Contractor to give written notice of a delay, or to submit or document a claim for an
extension of time or for damages resulting from delay in the manner and within the times stated
above shall constitute a waiver of all claims thereto.
I. When a Contractor experiences two concurrent delays, one compensable and the other excusable,
no compensation other than an extension of time will be allowed.
J. An extension of time must be approved by the Director to be effective, but an extension of time
whether with or without consent of the sureties, shall not release the sureties from their obligations,
which shall remain in full force until the discharge of the Contract.
3.05 CLIMATIC CONDITIONS
A. The Director may suspend the Work whenever weather conditions or conditions resulting from
inclement weather are unfavorable for the prosecution of the Work. The delay caused by such
suspension may entitle the Contractor to an extension of time but not to any other compensation.
B. If the Contractor believes that Work should be suspended under this Paragraph 3.05, he/she may
request such suspension. The delay caused by such suspension may entitle the Contractor to an
extension of time but not to any other compensation.
C. No extension of time will be granted for suspension of Work unless the suspension affects the timely
completion of all Work under the Contract or the timely completion of a portion of the Work for which
a time of completion is specified. Determination that the suspension for inclement weather conditions
or conditions resulting from inclement weather affects timely completion and entitles the Contractor
to an extension of time shall be made and agreed to in writing by the Director and the Contractor on
each day that Work is suspended. In the event of failure to agree, the Contractor may protest under
the provisions of Paragraph 7.07.
D. If Work is suspended and an extension of time is granted under this Paragraph 3.05 the Contractor
will be entitled to a one day extension of time for each day that he/she is unable to Work at least
one-half of his/her current normal Work day; and if the Work is suspended at the regular starting time
on any Work day and the Contractor's Workforce is dismissed as a result thereof, then he/she will
be entitled to a one day extension of time whether or not conditions change thereafter and the major
portion of the day is suitable for Work.
3.06 COMPLETION AND ACCEPTANCE
A. Upon request by the Contractor, the Director shall conduct a final inspection of the Work. If, in the
Director’s opinion, Final Completion has been achieved, the Director will accept the Work by issuing a
“Notice of Completion” of the Work to the Contractor. Upon the issuance of the Notice of Completion
the Contractor will be relieved from responsibility to protect the Work.
B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of
Completion with the County Recorder.
3.07 LIQUIDATED DAMAGES
A. Contractor and City agree to liquidate damages in the amount of five hundred dollars ($500) per day,
with respect to Contractor’s non-completion of the monthly Routine Maintenance-Inspection and
Cleaning work for each day past the first seven (7) working days for half of the intersections listed in
Attachment B and the last seven (7) working days for the other half of the intersections each month. In
addition, the Contractor shall pay to the City, or have withheld from the monies due it, the sum
of $100.00 for each hour late when responding to emergency situations. The Parties intend for
the liquidated damages set forth herein to apply to this Contract as set forth in Government Code
Section 53069.85. The Contractor acknowledges and agrees that the liquidated damages are intended
to compensate City solely for the Contractor’s failure to meet the deadline for Substantial Completion
and shall not excuse Contractor from liability from any other breach, including any failure of the Work
to conform to the requirements of the Contract Documents.
B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract
Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day
that Substantial Completion is delayed.
C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set
based on an evaluation of damages that the City will incur in the event of late completion of the Work.
Contractor and City acknowledge and agree that the amount of such damages are impossible to
ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s
damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated
damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly
unreasonable under the circumstances existing as of the effective date of this Agreement.
D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress
payments or retainage and that the City will issue a Construction Change Directive and reduce the
Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the
full amount of liquidated damages. Contractor shall pay the difference to City.
[END OF ARTICLE]
ARTICLE 4 - CONSTRUCTION SCHEDULES
4.01 BASELINE PROJECT SCHEDULE
The Contractor shall submit his/her work Baseline Project Schedule, in electronic as well as hard-copy format,
to the Director at the pre-construction meeting showing in detail how the Contractor plans to execute and
coordinate the Work. The construction schedule shall show the sequence of work, critical path and estimated
time for completion of each segment of work. This schedule must be reviewed and accepted by the Director
before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule
forecasting two (2) weeks of work describing each day’s work. This schedule shall be updated and submitted to
the City every other Monday during the construction period. The Contractor shall give 48 hours’ notice to the City
Engineer prior to the start of the work.
A. Format
1. At a minimum, the Baseline Project Schedule activities shall be coded on a work discipline basis
and by geographic area or location on the Project. The Baseline Project Schedule shall include a
detailed description of each activity code. The Baseline Project Schedule shall be based on and
incorporate contract milestone and completion dates specified in the Contract Documents. It shall
depict events, jobs, and their interrelationships and shall recognize the progress that must be made
on one task before subsequent tasks can begin. The schedule shall be comprehensive and shall
include all logical interdependencies and interactions required to perform the Work of the Project.
2. Overall time of completion and time of completion for each milestone shown on the Schedule shall
adhere to the specified Contract Time, unless an earlier (advanced) time of completion is
requested by Contractor, agreed to by the City and formalized by Change Order.
3. Contractor shall use the latest version of Microsoft Project or equivalent software agreed to by
the parties.
4. The City will review the submitted Baseline Project Schedule for conformance with these
scheduling requirements. Within fourteen (14) calendar days after receipt, the City will accept the
proposed Baseline Project Schedule or will return it with comments. If the proposed Baseline
Project Schedule is accepted by the City, it shall be deemed part of the Contract Documents. If
the Baseline Project Schedule is not accepted by City, Contractor shall revise the Baseline Project
Schedule, in accordance with the recommendations of the City, and re-submit same for
acceptance, no later than seven (7) calendar days after receipt of said recommendation.
5. Acceptance of Baseline Project Schedule by City, failure to include an element of work, or
inaccuracy in Baseline Project Schedule shall not relieve Contractor from the responsibility for
accomplishing the Work in accordance with the Contract Documents.
B. Float
1. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the
scheduled completion of the milestones and/or time of completion. All other Work activities are
defined as non-critical Work activities and are considered to have float. Float is defined as the
time that a non-critical Work activity can be delayed or extended without delaying the scheduled
completion of the milestones and/or time of completion. Float is considered a Project resource
available to either party or both parties as needed. Once identified, Contractor shall monitor,
account for, and maintain float in accordance with Critical Path Methodology.
2. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the
delays consume all float associated with that non-critical Work activity and cause the Work activity
to become critical.
3. It is acknowledged that City-caused time savings (i.e., critical path submittal reviews returned in
less time than allowed by the Contract Documents, approval of substitution requests which result
in a savings of time for Contractor, etc.) create shared float. Accordingly, City-caused delays may
be offset by City-caused time savings.
C. Weather (This section applies only to projects of one (1) year duration or longer)
The completion time contemplated by this Contract anticipates fifteen (15) lost days (Work Days) due
to normal weather conditions annually and prorated for any duration less than twelve months. Only
unusual or extreme weather conditions, as determined by the National Oceanic and Atmospheric
Administration, for the time of year will be considered as justification for an extension of time to complete
the Project, and only after the fifteen (15) weather days have been utilized. Annual weather days are
not cumulative, and unused days shall become “float” for the benefit of the project, and the schedule
adjusted accordingly. The use of weather days by the Contractor shall be subject to all the conditions
of claim for an extension of time. The Contractor shall notify the City in writing within ten (10) days of
the commencement of each rain event.
D. Early Completion
While the Contractor may schedule completion of the Project earlier than the date established by the
Contract Documents, no additional compensation shall become due the Contractor for the use of float
time between the Contractor’s projected early completion date and the date for Substantial Completion
established by the Contract Documents, unless an earlier (advanced) time of completion is requested
by Contractor, agreed to by the City, and formalized by Change Order.
4.02 SCHEDULE UPDATES
A. With each Application for Payment submitted by Contractor (other than the final Application for
Payment), the Contractor shall submit to the City an updated Project Schedule revised to indicate the
Work completed, status of Work in progress, all progress slippages, corrective actions taken, or
slippage carry-over, for all anticipated delays or difficulties, and all other information required to
accurately present the actual status of the progress of the Work as of the date of the Application for
Payment. If the Contractor does not submit an updated Project Schedule with an Application for
Payment, City may withhold payment, in whole or in part, until the updated Project Schedule is
submitted. In the event that an update to the Project Schedule indicates a delay to the Contract Time
the Contractor shall propose an affirmative plan to correct each such delay, including overtime and/or
additional labor, if necessary. In no event shall any Project Schedule update constitute an adjustment
in the Contract Time, any deadline, or the Contract Sum unless any such adjustment is agreed to by
the City and authorized pursuant to Change Order or Work Directive.
B. At no time shall historical data contained within the updated Project Schedule (i.e. completed activities)
be removed and/or altered in any way. This historical data is to be preserved within each of the updated
Project Schedules and submitted with the final schedule update to reflect the actual start and finish
dates for each activity within the Schedule.
C. Any work stoppages within individual work activities that exceed seven (7) calendar days in duration
shall be clearly indicated within the updated Project Schedule. In cases where unplanned activity work
stoppages exceed seven (7) calendar days activities shall be added to the Project Schedule to clearly
indicate the work stoppage period and identify forecasted resumption and completion of the activity
where work has stopped. Contractor shall clearly note all schedule revisions when Project Schedule
updates are submitted, as required in this Paragraph 4.02 above.
4.03 NONCOMPENSABLE EXTRAORDINARY MEASURES
A. Should the City determine, in its sole judgment, that the performance of the Work has not progressed
to the level of completion required by the Contract Documents, City shall have the right to order the
Contractor to take corrective measures to expedite the progress of construction, at no additional cost
to the City, including, without limitation, the following:
1. Working additional shifts of overtime.
2. Supplying additional manpower, equipment, and/or facilities.
3. Reschedule activities to maximize practical concurrence of accomplishment of activities.
4. Submitting a Recovery Schedule discussed above, for resequencing performance of the Work or
other similar measures.
5. Any other actions that may be necessary to mitigate delays.
B. Such Extraordinary Measures shall continue until the progress of the Work is no longer behind schedule
and/or reaches the stage of completion required by the Contract Documents. Contractor shall not be
entitled to an adjustment in the Contract Sum in connection with the performance of any such
Extraordinary Measures required by the City under this Paragraph. The City may exercise the rights
furnished the City pursuant to this Paragraph as frequently as the City deems necessary to ensure that
the Contractor’s performance of the Work will comply with the Contract Time or interim completion
dates set forth in the Contract Documents. If Contractor or its Subcontractors fail to implement or
commence Extraordinary Measures within ten (10) calendar days of City’s written demand, City may,
without prejudice to other remedies, take corrective action at the expense of the Contractor which shall
reduce the Contract Sum accordingly.
4.04 CONDITION OF PAYMENT
Compliance by Contractor with the requirements of the Contract Documents pertaining to preparation,
submission, revising and updating of the Schedule is a condition precedent to City’s obligation to make payment
to Contractor of any or all sums that might otherwise be due to Contractor in the absence of such noncompliance.
Payment by City under circumstances in which City, for any reason, fails or elects not to assert its right to withhold
payment for noncompliance with this Paragraph shall not be construed as a waiver of the right to withhold future
payments on account of such noncompliance or any other noncompliance.
[END OF ARTICLE]
ARTICLE 5 - SUSPENSION OR TERMINATION OF CONTRACT
5.01 TERMINATION BY THE CONTRACTOR
A. Contractor shall have the right to terminate its performance of the Contract only upon the occurrence
of one of the following:
1. The Work is stopped for a period of ninety (90) consecutive days through no act or fault of the
Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other
persons or entities performing portions of the Work under direct or indirect contract with the
Contractor, due to:
a. the issuance of an order of a court or other public authority having jurisdiction; or
b. an act of government, such as a declaration of national emergency making material
unavailable;
and Contractor has given City written notice within ten (10) days of the occurrence of such ground
for termination, then the Contractor may, upon thirty (30) additional calendar days written notice to
City, unless the reason has theretofore been cured, terminate its performance of the Work.
2. The Work is stopped for a period of 120 consecutive days through no act or fault of Contractor,
any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities
performing portions of the Work under direct or indirect contract with the Contractor, because the
City has persistently failed to perform any material obligation under the Contract Documents and
fails to cure such default within ninety (90) days after the receipt of notice from Contractor stating
the nature of such default.
B. If Contractor terminates its performance of the Contract in accordance with this Paragraph 5.01, the
City shall pay Contractor for the Work executed through the date of termination as set forth in Paragraph
5.04-C below.
5.02 TERMINATION BY THE CITY FOR CAUSE
A. Grounds
The City shall have the right to terminate the Contractor’s performance of the Contract, in whole or in
part, without liability to City if:
1. Contractor fails promptly to begin the Work under the Contract Documents; or
2. Contractor refuses or fails to supply enough properly skilled workers or proper materials; or
3. Contractor fails to perform the Work in accordance with the Contract Documents, including
conforming to applicable standards set forth therein in constructing the Project, or refuses to
remove and replace rejected materials or unacceptable Work; or
4. Contractor discontinues the prosecution of the Work (exclusive of work stoppage: (a) due to
termination by City; or (b) due to and during the continuance of a Force Majeure event or
suspension by City); or
5. Contractor fails to resume performance of Work which has been suspended or stopped, within a
reasonable time after receipt of notice from City to do so or (if applicable) after cessation of the
event preventing performance; or
6. Any representation or warranty made by Contractor in the Contract Documents or any certificate,
schedule, instrument, or other document delivered by Contractor pursuant to the Contract
Documents shall have been false or materially misleading when made; or
7. Contractor fails to make payment to Subcontractors or Material Suppliers for materials or labor in
accordance with the respective Contract Documents and applicable law; or
8. Contractor disregards laws, ordinances, or rules, regulations, or orders of a public authority having
jurisdiction; or
9. Contractor is guilty of breach of a provision of the Contract Documents; or
10. Contractor becomes insolvent, is adjudicated bankrupt, or makes a general assignment for the
benefit of creditors and fails to provide City with adequate assurances of Contractor’s ability to
satisfy its contractual obligations.
A receiver, trustee, or other judicial officer shall not have any right, title, or interest in or to the Contract.
Upon that person’s appointment, City has, at its option and sole discretion, the right to immediately
cancel the Contract and declare it null and void.
B. City’s Rights.
When any of the reasons specified in Paragraph 5.02-A exist, the City may, in addition to and without
prejudice to any other rights or remedies of the City, and after giving the Contractor five (5) calendar
days written notice, terminate Contractor’s performance of the Work, in whole or in part, and may:
1. Take possession of the site and all materials, equipment, tools, construction equipment, and
machinery thereon owned by the Contractor;
2. Withhold from Contractor amounts unpaid hereunder and to offset such amounts against damages
or losses incurred by City;
3. Accept assignment of subcontracts from Contractor, at the sole discretion of City, and
4. Finish the Work by whatever reasonable method the City may deem expedient.
Upon request of the Contractor, the City shall furnish to the Contractor a detailed accounting of the
costs incurred by the City in finishing the Work.
C. Costs
If City’s costs to complete and damages incurred due to Contractor’s default exceed the unpaid
Contract balance, the Contractor shall pay the difference to the City.
D. Wrongful Termination
If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor
for cause, then said termination shall be deemed converted to a termination for convenience as set
forth in Paragraph 5.04 and Contractor’s remedy for wrongful termination in such event shall be limited
to the recovery of the payments permitted for termination for convenience as set forth in Paragraph
5.04.
5.03 PARTIAL DELETION OR SUSPENSION OF WORK BY THE CITY
A. Contractor agrees that the City may determine whether any or all of the Work described in the Contract
Documents shall be deleted or performance suspended without electing to terminate the Contractor’s
performance under the Contract and without any penalty being incurred by the City.
B. Any such partial deletion or suspension of the Work shall in no way void or invalidate the Contract nor
shall it provide Contractor with any basis for seeking payment from City for Work deleted or suspended
except to the extent such Work has already been performed and is otherwise compensable under the
Contract.
C. The City shall have the right to later have any such suspended or deleted Work performed by Contractor
or others without any penalty to the City.
D. In the event of any partial or complete deletion or suspension of Work, the City shall furnish Contractor
with prompt written notice thereof, and the City shall be entitled to take possession of and have as its
property all Record Documents, Accounting Records, and other data prepared by Contractor or its
Subcontractors.
E. Suspension for Convenience.
1. The City may at any time and from time to time, without cause, order the Contractor, in writing, to
suspend, delay, or interrupt the Work in whole or in part for such period of time as the City may
determine. Such order shall be specifically identified as a “Work Suspension Directive” under this
Section.
2. Upon receipt of a Work Suspension Directive, Contractor shall, at the City’s expense, comply with
its terms and take all reasonable steps to minimize costs allocable to the Work covered by the
Work Suspension Directive during the period of Work stoppage.
3. Within the period of suspension, or such extension to that period as is agreed upon by Contractor
and the City, the City shall either cancel the Work Suspension Directive or delete the Work covered
by such Work Suspension Directive by issuing a Change Order or Construction Change Directive.
4. If a Work Suspension Directive is cancelled or expires, Contractor shall continue the Work. A
Change Order or Construction Change Directive will be issued to cover any adjustments of the
Contract Sum and Contract Time necessarily caused by such suspension. No adjustment shall be
made to the extent:
(a) That performance is, was, or would have been so suspended, delayed, or interrupted by
another cause for which the Contractor is responsible; or
(b) That an equitable adjustment is made or denied under another provision of the Contract.
F. Suspensions for Cause
City has the authority by written order to suspend the Work, in whole or in part, without liability to City
for Contractor’s failure to:
1. Correct conditions unsafe for the Project personnel or general public, or
2. Carry out the Contract; or
3. Carry out orders of City.
G. Responsibilities of Contractor During Suspension Periods
During periods that Work is suspended, Contractor shall continue to be responsible for the Work and
shall prevent damage or injury to the Project, provide for drainage, and shall erect necessary temporary
structures, signs or other facilities required to maintain the Project and continue to perform according
to the Contract Documents.
5.04 TERMINATION BY THE CITY FOR CONVENIENCE
A. Grounds
Without limiting any rights which City may have by reason of any default by Contractor hereunder, City
may terminate Contractor’s performance of the Contract, in whole or in part, at any time, for
convenience upon fifteen (15) calendar days written notice to Contractor.
B. Contractor Actions
Upon receipt of such notice, Contractor shall perform the duties required by Paragraph 5.05 below.
At the election of and as directed by the City, any or all of the subcontracts and purchase orders
entered in to by Contractor prior to the effective date of termination shall be terminated or shall be
assigned to City.
C. Compensation
1. If the Parties are unable to agree on the amount of a termination settlement, the City shall pay
the Contractor the following amounts:
a. For Work performed before the effective date of termination, the total (without duplication of
any items) of:
i. The cost of the Work; and
ii. A sum, as overhead and profit on the cost of the Work, determined by the City to be
fair and reasonable. In no event shall Contractor be entitled to recover overhead or
profit on Work not performed.
b. The reasonable costs of settlement of the Work terminated, including:
i. Accounting, clerical, and other expenses reasonably necessary for the preparation
of termination settlement proposals and supporting data, if any; and
ii. Storage, transportation, and other costs reasonably necessary for the preservation,
protection, or disposition of inventory.
2. Such payment shall be Contractor’s exclusive remedy for termination for convenience and will be
due and payable on the same conditions as set forth for final payment to the extent applicable.
Upon receipt of such payment, the Contractor and City shall have no further obligations to each
other except for Contractor’s obligations with respect to warranties, representations, indemnity,
maintenance of insurance, and other obligations that survive termination or Final Completion as
provided for herein.
3. It is understood and agreed that no fee, anticipated profit, compensation for lost opportunity costs,
or other compensation or payment of any kind or character shall be due or payable for unperformed
Work regardless of the basis of termination and the inclusion of this provision within this
subparagraph shall in no way limit its application to termination under this Paragraph.
4. Contractor agrees that each of its subcontracts will reserve for the Contractor the same right of
termination for convenience provided by this Paragraph 5.04.
D. No Consequential Damages
Under no circumstances shall Contractor be entitled to anticipatory or unearned profits or consequential
or other damages as a result of a termination or partial termination under this Article 5. The payment
to Contractor determined in accordance with this Article constitutes Contractor’s exclusive remedy for
a termination hereunder.
5.05 CONTRACTOR’S DUTIES UPON TERMINATION FOR CAUSE OR CONVENIENCE
If the City terminates Contractor’s performance of Work under the Contract, for cause or convenience or if
Contractor terminates a Subcontractor with the City’s approval, Contractor shall:
(1) cease performance of the Work to the extent specified in the notice;
(2) take actions necessary or that the City may direct, for the protection and preservation of the Work;
(3) settle outstanding liabilities, as directed by City;
(4) transfer title and deliver to City Work in progress, specialized equipment necessary to perform the Work;
(5) submit all Record Documents, Accounting Records and other data prepared pursuant to the Contract by
Contractor and/or its Subcontractors, as applicable, to the City with fifteen (15) calendar days after the City’s
notice of termination in an organized, usable form, in both hard copy and electronic/digital form, with all items
properly labeled to the degree of detail specified by the City; and,
(6) except for Work directed by City to be performed prior to the effective date of termination stated in the notice,
incur no further costs or expenses and enter into no further subcontracts and purchase orders.
No compensation shall be due Contractor, if any, until Contractor complies with the requirements of this
Paragraph.
[END OF ARTICLE]
ARTICLE 6 – CHANGES
6.01 CITY'S RIGHT TO ORDER CHANGES
The City, without invalidating the Contract, may authorize changes in the Work consisting of additions,
deletions, or other revisions, with the Contract Sum and Contract Time being adjusted accordingly, if
necessary. All such changes in the Work shall be authorized by Change Order or Construction Change
Directive and Contractor shall perform such changes in the Work according to the applicable requirements
of the Contract Documents.
6.02 APPLICABLE PROVISIONS
Changes in the Work shall be performed under applicable provisions of the Contract Documents. The
Contractor shall proceed promptly and diligently with the change, unless otherwise provided in the Change
Order or Construction Change Directive. It is of the essence to this Contract that all scope changes in the
Work that form the basis of an adjustment of the Contract Sum or Contract Time must be authorized in
advance in writing through either a Change Order or Construction Change Directive. A change in the Contract
Sum or the Contract Time shall be accomplished only by Change Order or Construction Change Directive.
Accordingly, no verbal directions, course of conduct or dealings between the Parties, express or implied
acceptance of alterations or additions to the Work, or claim that the Contract has been abandoned or the City
has been unjustly enriched by any alteration or addition to the Work shall be the basis of any claim for an
increase in any amounts due under the Contract Documents or a change in any time period provided in the
Contract Documents.
6.03 NOTICE OF SCOPE CHANGE
Contractor shall submit written notice of any change in scope to the Director if, in the Contractor’s opinion,
any instruction, request, Drawings, Specifications, action, condition, omission, default, or other situation
occurs that the Contractor believes constitutes a scope change or other matter resulting in Extra Work, for
which Contractor believes it is entitled to an adjustment of the Contract Sum or Contract Time. Such notice
shall be provided prior to performance of the Work affected by such occurrence and within seven (7) calendar
days after the discovery date of the circumstances of such scope change or other matters. The written notice
shall state the date, circumstances, extent of adjustment to the Contact Sum or the Contract Time, if any,
requested. The mere presentation of such notice shall not establish the existence of any right by Contractor
to adjustment of the Contract Sum or Contract Time. Failure to provide such timely written notice described
herein shall constitute a waiver by Contractor of the right to any adjustment to the Contract Sum or Contract
Time on account thereof.
6.04 CHANGE ORDERS
A. Computation
Methods used in determining adjustments to the Contract Sum by Change Order may include those
listed in Paragraph 6.06 below.
B. Accord and Satisfaction
Agreement on any Change Order shall be a full compromise and settlement of all adjustments to
Contract Time and Contract Sum, and compensation for any and all delay, extended or additional
field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment
productivity, differing Site conditions, construction interferences and other extraordinary or
consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effects of
said Impacts on the overall Work under the Contract arising directly or indirectly from the
performance of Work described in the Change Order. By execution of any Change Order, Contractor
agrees that the Change Order constitutes a complete accord and satisfaction with respect to all
claims for schedule extension, Impacts, or any costs of whatever nature, character or kind arising
out of or incidental to the Change Order. No action, conduct, omission, product failure or course of
dealing by the City shall act to waive, modify, change, or alter the requirement that (i) Change Order's
must be in writing, signed by the City and Contractor and; (ii) that such written Change Orders are
the exclusive method for effectuating any change to the Contract Sum and/or Contract Time.
6.05 CONSTRUCTION CHANGE DIRECTIVE (FIELD DIRECTIVE)
A. A Construction Change Directive shall be used in the absence of total agreement on the terms of a
Change Order. The City may by Construction Change Directive, without invalidating the Contract,
order changes in the Work within the general scope of the Contract consisting of additions, deletion,
or other revisions, the Contract Sum and Contract Time being adjusted accordingly.
B. If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment
shall be calculated in accordance with Paragraph 6.06 herein (Pricing Changes in the Work).
C. Upon receipt of the Construction Change Directive, the Contractor shall promptly proceed with the
change in the Work involved and advise the City of the Contractor’s agreement or disagreement with
the method, if any, provided in the Construction Change Directive, for determining the proposed
adjustment in the Contract Sum or Contract Time.
D. If Contractor believes a Construction Change Directive constitutes a basis for adjustment to the
Contract Sum or Contract Time, then Contractor shall give a Notice of Scope Change provided in
Paragraph 6.03, followed by a submission of a Change Order Request as required by Paragraph
6.08. Contractor shall, if requested by City in such Construction Change Directive or in a subsequent
Construction Change Directive, proceed with the performance of the Work as described in the
Construction Change Directive. Failure of Contractor to proceed with the performance of Work, as
described in the Construction Change Directive shall give the City the right to carry out the Work, as
set forth in Paragraph 2.05.
E. A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement
therewith, including adjustment in Contract Sum and Contract Time or the method for determining
them. Such agreement shall be effective immediately and shall be recorded as a Change Order.
F. If the Contractor does not respond promptly or disagrees with the method for adjustment in the
Contract Sum, the method and the adjustment shall be determined by the City on the basis of
reasonable expenditures and savings of those performing the Work attributable to the change,
including, in the case of an increase in the Contract Sum, Allowable Mark-Ups in accordance with
Paragraph 6.06(E) herein.
6.06 PRICING CHANGES IN THE WORK
A. Alternative Methods of Pricing
The amount of any adjustment by Change Order or Construction Change Directive increasing or
decreasing the Contract Sum shall be determined by the Director using one or a combination of the
following methods:
1. Lump Sum. By mutual acceptance of a lump sum proposal from Contractor properly itemized
and supported by sufficient substantiating data to permit evaluation. Such proposal shall be
based solely on Allowable Costs, as defined in Subparagraph 6.06-C, and Allowable Mark-Ups,
as defined in Subparagraph 6.06-E, and shall not include any costs or expense that is not
permitted by the terms of any provision of the Contract Documents.
2. Unit Prices. By unit prices contained in Contractor’s original Bid and incorporated in the Contract
Documents or fixed by subsequent agreement between City and Contractor. Unless otherwise
stated in the Bidding Documents, unit prices stated in the Contract Documents or agreed upon
by the County and Contractor shall be deemed to include and encompass all Allowable Markups.
3. Time and Materials. By calculating the actual Allowable Costs directly incurred, plus a sum for
Allowable Mark-Ups on such Allowable Costs.
4. Deletion of Work. By Unit Prices contained in Contractor’s original Bid and incorporated in the
Contract Documents, or by using the Schedule of Values to determine the value of the decrease
of the Contract Sum, less the value of any Work performed, plus a reasonable percentage of
the decrease for the Contractor’s saved overhead unless the Schedule of Values allocates
general conditions costs to individual line items, in which case no percentage of the decrease
shall be added. When a change consists of both addition and deletion of Work, the added costs
and deleted costs shall be calculated separately, and then added together, resulting in the net
cost for the change. The Allowable Mark-Up shall be applied to this net cost.
B. Contractor Maintenance of Daily Records for Changes
1. In the event that Contractor is directed to perform any Extra Work, or should Contractor
encounter conditions which the Contractor believes would obligate the City to adjust the Contract
Sum and/or the Contract Time, Contractor shall maintain detailed records of the cost of such
changes on a daily basis summarized in a daily report supplemented by back-up records. Such
records shall include without limitation:
a. Labor. At the close of each day on which such Extra Work is performed, Contractor
shall submit an Extra Work labor report, on forms provided by Director, to Director that
sets forth a list of the actual hours spent in performing the Extra Work, that clearly
differentiates between the labor expended on the Extra Work and other Work, and the
Allowable Costs for such Extra Work performed that day showing the names of
workers, their classifications, hours worked and hourly rates.
b. Materials, Equipment. A list of Allowable Costs of materials and equipment consumed
in the performance of the Extra Work on the day on which such Extra Work is
performed, together with copies of applicable delivery tickets and unit prices for all
materials and for all equipment used the type of equipment, identification number,
hours of operation (including loading and transportation) and hourly/daily rates involved
for that day.
c. Other Services or Expenditures. A list of other services and expenditures constituting
Allowable Costs incurred in performance of the Extra Work on the day on which such
Extra Work is performed, along with documentation verifying the amounts thereof in
such detail as Director may require.
2. In the event that more than one change to the Work is performed by the Contractor in a calendar
day, Contractor shall maintain separate records of labor, construction equipment, materials, and
equipment for each such change. In the event that any Subcontractor of any tier shall provide
or perform any portion of any change to the Work, Contractor shall require that each such
Subcontractor maintain records in accordance with this Section.
3. Each daily record maintained hereunder shall be signed by Contractor; such signature shall be
deemed Contractor’s representation and warranty that all information contained therein is true,
accurate, complete, and relates only to the change referenced therein. All records maintained
by Subcontractors of any tier, relating to the costs of a change in the Work shall be signed by
such Subcontractor’s authorized project manager or superintendent.
All such records shall be forwarded to the Director on the day the Work is performed (same day)
for independent verification. The Director shall attempt to review and reconcile costs for
changes on a daily basis. Records not available on the day on which the Extra Work is
performed, such as, but not limited to, material invoices, shall be submitted as soon as they are
available but not later than five (5) calendar days after the earlier of the day of delivery or
incorporation of the particular item of Extra Work at the Site.
4. The Director may additionally require authentication of all time and material tickets and invoices
by persons designated by the Director for such purpose. In the event that Contractor shall fail
or refuse, for any reason, to maintain or make available for inspection, review, and/or
reproduction such records, adjustments to the Contract Sum or Contract Time, if any, on account
of any change to the Work may be deemed waived for that day. Contractor’s obligation to
maintain back-up records hereunder is in addition to, and not in lieu of, any other Contractor
obligation under the Contract Documents with respect to changes to the Work.
5. Waiver by Contractor. Failure to submit such records as are required by this Paragraph daily
shall waive any rights for recovery of Allowable Costs incurred for Extra Work performed that
day. The failure of the Contractor to secure any required authentication shall, if the City elects
in its sole discretion to treat it as such, constitute a waiver by the Contractor of any right to
adjustment of the Contract Sum for the Allowable Cost of all or that portion of the Extra Work
covered by such non-authenticated ticket or invoice.
C. Allowable Costs
The term “Allowable Costs” shall mean in the case of Extra Work actual costs incurred by Contractor
and/or any Subcontractor, regardless of tier, and necessarily involved in direct performance of the
Extra Work, or in the case of deleted work the actual costs that would have been incurred in
performing deleted work by Contractor and/or any Subcontractor, regardless of tier, and shall be
limited to the following costs:
1. Labor. Straight-time wages or salaries, and overtime wages and salaries specifically authorized
by City in writing, for employees employed at the site, or at fabrication sites off the site, in the
direct performance of the Extra Work or that would have been incurred in the direct performance
of the deleted work, based on the actual cost for wages prevailing locally for each craft or type
of workers at the time the Extra Work is done or the deleted work is ordered eliminated. Labor
costs for equipment operators and helpers shall be reported only when such costs are not
included in the invoice for equipment rental. The use of labor classification which would increase
the Allowable Cost for Extra Work will not be permitted unless Contractor establishes the
necessity for such additional costs.
2. Benefits. Payroll taxes, insurance, health and welfare, pension, vacation, apprenticeship funds
and benefits required by lawful collective bargaining agreements for employees on straight-time
wages or salaries, and on overtime wages and salaries specifically authorized by City in writing,
for employees employed at the site, or at fabrication sites off the site, in the direct performance
of the Extra Work or that would have been incurred in the direct performance of the deleted
work.
3. Materials, Consumables. Costs of materials and consumable items which are furnished and
incorporated into the Work, as approved by City, or that would have been incorporated into the
Work in the case of deleted work shall be at the lowest price available to Contractor but in no
event shall such costs exceed competitive wholesale prices obtainable from other
Subcontractors, suppliers, manufacturers and distributors in the general vicinity of the site. If
City determines, in its discretion, that the cost of materials is excessive, or if Contractor fails to
furnish satisfactory evidence of the cost from the actual supplier thereof, then in either case the
cost of the materials shall be deemed to be the lowest wholesale price at which similar materials
are available in the quantities required at the time they were needed. The City reserves the right
to furnish such materials as it deems advisable, and Contractor shall have no claim for costs or
profits on materials so furnished. Material invoices must be included with the extra work report
to obtain payment.
4. Taxes. Sales taxes on the costs of materials and consumable items described in Paragraph
5.04-C.3 above.
5. Tool, Equipment Rental. Rental charges for necessary machinery and equipment, whether
owned or hired, as authorized in writing by City, exclusive of hand tools, used directly in the
performance of the Extra Work or that would have been used in the direct performance of the
deleted work. Regardless of ownership, such rental charges shall not exceed the hourly rate
derived from the most recently published “Rental Rate Blue Book for Construction Equipment”
or the “Rental Rate Blue Book for Older Construction Equipment,” as published by K-111, San
Jose, California, which is in effect at the time of commencement of the changed work. The
Contractor shall attach a copy of the rate schedule to the daily reports required by Paragraph
6.06-B, above. The charges for any machinery and equipment shall cease when the use thereof
is no longer necessary for the Extra Work or deleted work. No charge shall be allowed for use
of equipment or tools which have a replacement value of $500 or less. The allowable rental
rates shall include the cost of fuel, power oil, lubrication, supplies, small tools, necessary
attachments, loading, transportation, repairs and maintenance of any kind, depreciation,
storage, insurance, and all incidentals. Notwithstanding the provisions of Paragraph 6.06-E
below, no mark-up shall be allowed for overhead, profit or bond premiums for use of equipment
if the equipment is supplied by an equipment rental firm. If equipment is used intermittently and,
when not in use, could be returned to its rental source at less expense to City than holding it at
the Site, it shall be returned, unless Contractor elects to keep it at the Site at no expense to City.
Costs incurred while equipment is inoperative due to breakdowns, regular maintenance, or for
non-Working Days shall not be allowed. The rental time shall include the time required to move
the equipment to the Work from the nearest available source for rental of such equipment and
to return it to the source. If such equipment is not moved by its own power, then loading and
transportation will be allowed. Neither moving time nor loading and transportation costs will be
paid if the equipment is for use on the Project unrelated to the Extra Work. All equipment shall
be acceptable to City, in good working condition, and suitable for the purpose for which it is to
be used.
6. Royalties. Additional or saved costs of royalties due to the performance of the Extra Work or
deleted work.
7. Insurance, Bonds. Additional or saved costs of insurance and bonds, provided, however, that
for Extra Work such costs shall not exceed one percent (1%) of Items 1 through 6 above.
D. Costs Not Allowed
Allowable Costs shall not include any of the following:
1. Wages, salaries, fringe benefits and payroll taxes of Contractor’s and all Subcontractor’s non-
craft labor (above a Foreman level);
2. Overhead (including home office overhead), administrative or general expenses of any kind
including engineering, estimating, scheduling, drafting, detailing, etc., incurred in connection
with Extra Work;
3. Vehicles not dedicated solely for the performance of the extra of deleted work;
4. Small tools (replacement value not exceeding $500);
5. Office expenses, including secretarial and administrative staff, materials and supplies;
6. On-site and off-site trailer and storage rental and expenses;
7. Site fencing;
8. Utilities, including gas, electric, sewer, water, telephone, telefax, copier equipment;
9. Computer and data processing personnel, equipment and software;
10. Federal, state of local business income and franchise taxes;
11. Losses of efficiency or productivity; and
12. Costs and expenses of any kind or item not specifically and expressly included in Paragraph
6.06-C.
E. Allowable Mark-Up
1. Extra Work by contractor (Markup): The following percentages shall be added to the Contractor’s
costs and shall constitute the markup for all overhead and profits:
Labor 33%
Materials 15%
Equipment Rental 15%
Other Items and Expenditures 15%
2. Extra Work by Subcontractor (Markup): When all or any part of the extra work is performed by a
Subcontractor, the markup provided for the Contractor in 6.06.E.1 shall apply to the
Subcontractor’s actual costs. A markup of 5% on the subcontracted portion of each extra work
may be added for the Contractor.
F. Net Allowable Costs
If anyone scope change involves both Extra Work and deleted work in the same portion of the Work
and the additive allowable costs exceed the deductive allowable costs, the Allowable Markups on
the Extra Work will be only the difference between the two amounts.
6.07 CITY ORIGINATED REQUEST FOR ITEMIZED CHANGE ORDER PROPOSAL REQUEST
City may issue a Construction Change Directive or other written request to Contractor describing a proposed
change to the Work and requesting the Contractor submit an itemized change order proposal in a format
acceptable to City within ten (10) calendar days after City issues the request. The Contractor's change order
proposal shall include an analysis of impacts to cost and time, if any, to perform additional work, change
Work or delete Work, as applicable, including the effects and impacts, if any, on unchanged Work, estimates
of costs (broken down by the cost categories listed in this Paragraph), and Contractor's proposed methods
to minimize costs, delay, and disruption to the performance of the Work. If Contractor fails to submit a written
change order proposal within such period of time, it shall be presumed that the change described in the City's
original proposal request will not result in an increase to the Contract Sum or Contract Time and the change
shall be performed by Contractor without additional compensation to Contractor. City's request for itemized
change order proposal request does not authorize the Contractor to commence performance of the change.
If City desires that the proposed change be performed, the Work shall be authorized according to the Change
Order or Construction Change Directive procedures set forth herein.
6.08 CONTRACTOR ORIGINATED CHANGE ORDER REQUEST (COR)
If the Contractor believes that instructions issued by the City after the effective date of the Contract will result
in changes to the Contract Sum or Contract Time or if the Contractor otherwise becomes aware of the need
for or desirability of a change in the Work, Contractor may submit a written Change Order Request ("COR")
to the City in writing, in a format acceptable to City and in accordance with the notice provisions and other
requirements of Article 7 below for Claims. The COR must specify the reasons for the proposed change, cost
impacts and relevant circumstances and impacts on the Construction Schedule. The document shall be
complete in its description of the Work, its material and labor quantities and detail, and must support and
justify the costs and credits claimed by the Contractor. A Critical Path Method schedule Fragnet is required
to support and justify any additional time of performance requested by the Contractor. The City will not review
any COR which is incomplete. The Contractor may request additional compensation and/or time through a
COR but not for instances that occurred more than ten (10) calendar days prior to the notice date. Contractor's
failure to initiate a COR within this ten-day period or to provide detailed back-up documentation to
substantiate the COR within thirty (30) calendar days of the initial written notice shall be deemed a waiver of
the right to adjustment of the Contract Sum or the Contract Time for the alleged change. Any COR that is
approved by the City shall be incorporated in a Change Order or Construction Change Directive. If the COR
is denied but the Contractor believes that it does have merit, the Contractor shall proceed with the disputed
Work and may submit a Claim in accordance with the procedures set forth herein.
6.09 ISSUANCE OF WORK DIRECTIVE (UNILATERAL).
In the event of a dispute as to whether or not Extra Work is required, City shall have the right to unilaterally
issue a Work Directive; Contractor shall continue performance of disputed Work pending resolution and shall
maintain and submit to City all accounting and cost data necessary to substantiate Contractor’s cost of such
disputed Work.
[END OF ARTICLE]
ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS
7.01 GENERAL
A. Payment will be made at the price for each item listed on the bidding form or as Extra Work as provided
in the General Conditions.
B. Initial progress payment will not be made prior to approval by the Director of the Schedule of Values,
the Construction Progress Schedule, and the Schedule of Submittals.
C. No subsequent progress payment will be made prior to receipt by the Director of the monthly revision
of the Construction Progress Schedule.
7.02 SCHEDULE OF VALUES FOR PAYMENTS
A. Submission
Upon City’s request, the three (3) lowest bidders shall complete and submit a Preliminary Schedule
of Values, within seven (7) calendar days.
In addition, Contractor shall complete and furnish within seven (7) calendar days after receiving the
Notice of Award of the Construction Contract a Final Schedule of Values giving a complete
breakdown of the Contract Sum for each component of the Work.
B. Content
The Schedule of Values shall be in sufficient detail as the Director may, in its discretion, deem
necessary to evaluate progress at any point in the performance of the Work. Unless otherwise
specified in the Contract Documents, the Schedule of Values shall include, without limitation, a
breakdown of the general categories of Subcontractor work, direct overhead, profit and contingency,
and a further breakdown of the general categories of Subcontractor work into separate trade line
items of costs for Subcontractor services, labor and material, which is based on actual Subcontractor
contract, subcontract, purchase order or vendor prices. If requested by Director, Contractor shall
revise the Schedule of Values to allocate sums for Contractor overhead, profit and/or contingency
among the individual line items for trade portions of the Work. No amounts shall be reflected in the
Schedule of Values or Application for Payment for Extra Work or Deleted Work for which a Change
Order has not been executed by Contractor and City or for which a Construction Change Directive
has not been issued by City. Amounts that have been mutually agreed to by Change Order or
unilaterally determined by City pursuant to a Construction Change Directive shall be segregated from
the cost of the base Contract Work and separately listed by line item in the Schedule of Values. The
Schedule of Values must be prepared in sufficient detail and supported by sufficient data to
substantiate its accuracy as the Director may require.
C. Applications for Payment
The Schedule of Values, when approved by the Director, shall be used as a basis for Contractor's
Applications for Payment and may be considered as fixing a basis for adjustments to the Contract
Sum.
D. Revisions
If, at any time, it is determined that the Schedule of Values does not allocate the Contract Sum in a
manner that reasonably and fairly reflects the actual costs anticipated to be progressively incurred
by Contractor, it shall be revised and resubmitted for the Director’s approval.
7.03 APPLICATIONS FOR PAYMENT
A. Marked Schedule of Values
Five (5) Days prior to the date set forth in Paragraph 7.03-B below for the monthly progress payment
meeting, Contractor shall submit to Director a copy of the proposed Schedule of Values, marked to
show the percentage of completion certified by Contractor for each line item in the Schedule of
Values, including any stored materials approved for payment by City pursuant to Paragraph 7.03-D,
below and any withholdings from Contractor proposed by Director.
B. Monthly Review
For the purpose of expediting the progress payment procedure, Contractor shall meet with the
Director on or before the twentieth (20th) day of each month to review the Contractor's marked
Schedule of Values prepared in accordance with Paragraph 7.03-A, above. The Director shall revise
as appropriate and sign the marked Schedule of Values to verify such review. If any item in the
marked Schedule of Values submitted for payment is disputed during this review, Contractor agrees
to use its best efforts to resolve the disputed items with the Director before submitting its Application
for Payment. If the Director and Contractor cannot agree, then the percentage completion shall be
established at such percentage as the Director, in good faith, determines is appropriate to the actual
progress of the Work. No inaccuracy or error in the Director’s good faith estimate shall operate to
release Contractor or Surety from any responsibility or liability arising from or related to performance
of the Work. The Director shall have the right subsequently to correct any error and dispute any item
submitted in Contractor's Application for Payment, regardless of whether an item was identified as
disputed in the review process provided for herein.
C. Certification
Each Application for Payment shall be signed and certified by Contractor under penalty of perjury to
City that:
1. the data comprising the Application for Payment is accurate and the Work has progressed to
the point indicated;
2. to the best of Contractor's knowledge, information and belief, the Work is in accordance with the
Contract Documents;
3. Contractor is entitled to payment in the amount certified; and
4. all sums previously applied for by Contractor on account of Work performed by Subcontractors
and that have been paid by City have been paid to the Subcontractors performing such Work,
without any retention, withholding or backcharge by Contractor.
D. Stored Materials
Payments may be made by City, at its discretion, on account of materials or equipment not
incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor
or stored off-Site under the control of City. Such payments shall only be considered upon submission
by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment
will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and
that such other procedures are in place satisfactory to City to protect City's interests. To be
considered for payment, materials or equipment stored off-Site shall, in addition to the above
requirements and unless otherwise specifically approved by City in writing, be stored in a bonded
warehouse, fully insured, and available to City for inspection. City shall have sole discretion to
determine the amount of material and equipment that may be stored on the Site at any given time.
7.04 PROGRESS PAYMENTS
A. Conditions to Progress Payments
Contractor shall submit its Application for Payment to the Director, using such forms as required by
City, once a month on or before the first (1st) Day of the month following the month in which the
Work that is the subject of such Application for Payment was performed. Without limitation to any
other provisions of the Contract Documents, the following shall be conditions precedent to a proper
submission and to the Director approval of each Application for Payment:
1. submission of a Schedule of Values that reflects the percentages of completion either agreed to
or determined by Director in accordance with Paragraph 7.03-B, above;
2. submission of the Contractor's certification required by Paragraph 7.03-C, above;
3. submission of conditional releases of stop notice, if any, and bond rights upon progress
payment, complying with California Civil Code Section 8132, for all Work performed during the
time period covered by the current Application for Payment, signed by Contractor, its
Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional
release of stop notice and bond rights upon progress payment, complying with California Civil
Code Section 8134 for all Work performed during the time period covered by the previous
Application for Payment, signed by Contractor, its Subcontractors of every tier and all material
suppliers to each;
4. compliance by Contractor with its obligation for maintenance of As-Builts as required by the
Contract Documents;
5. compliance by Contractor with its obligation for submission of monthly and daily reports as
required by the Contract Documents;
6. compliance by Contractor with its obligations for submission of scheduling information and
updating of the Construction Schedule as required by Article 4, above and other provisions of
the Contract Documents pertaining to preparation or updating of schedule information;
7. submission of certified payroll records as required by the Contract Documents;
8. submission of certifications by Contractor and each Subcontractor as required by applicable
collective bargaining agreements certifying that all employee benefit contributions due and
owing pursuant to any applicable collective bargaining agreement have been paid in full; and
9. compliance by Contractor with all of its other obligations for submission of documentation or
performance of conditions which, by the terms of the Contract Documents, constitute conditions
to Contractor's right to receive payment for Work performed.
B. Payments by City
Pursuant to California Public Contract Code Section 20104.50, City shall make progress payment of
undisputed sums due within thirty (30) Days after receipt by Director of an undisputed and properly
submitted Application for Payment, calculated on the basis of ninety-five percent (95%) of value
determined pursuant to Paragraph 7.03-B above of the following:
1. the portion of the Work permanently installed and in place;
2. plus, the value of materials delivered on the ground or in storage as approved by City pursuant
to Paragraph 7.03-D, above,
3. less, the aggregate of previous payments, and
4. less, any other withholdings authorized by the Contract Documents.
C. Rejection by City
Any Application for Payment determined not to be undisputed, proper and suitable for payment shall
be returned to Contractor as soon as practicable, but not later than seven (7) Days, after receipt by
City accompanied by an written explanation of the reasons why the payment request was rejected.
Failure by City or Director to either timely reject an Application for Payment or specify any grounds
for rejection shall not constitute a waiver of any rights by City. Applications for Payment that are
rejected shall be corrected and resubmitted within seven (7) Days after receipt by Contractor.
D. Interest
If City fails to make a progress payment to Contractor as required by Paragraph 7.04-B, above, City
shall pay interest to Contractor equivalent to the legal rate set forth in subdivision (a) of California
Code of Civil Procedure Section 685.010. The number of Days available to City to make payment
pursuant to Paragraph 7.04-B, above without incurring interest pursuant to this Paragraph shall be
reduced by the number of Days by which City exceeds the seven (7) Day return requirement
applicable to City as set forth in Paragraph 7.04-C, above.
7.05 FINAL PAYMENT
A. Retention
ln addition to withholdings permitted by Paragraph 7.09 below, a sum equal to five percent (5%) of
all sums otherwise due to Contractor as progress payments shall be withheld by city pursuant to
Paragraph 7.04-B from each progress payment (“Retention”) and retained until such time as it is due
as described herein. A higher Retention amount may be approved by the City Council where project
is deemed “substantially complex” by City Council.
B. Conditions to Final Payment
Contractor shall submit its Application for Final Payment, using such forms as required by Director,
prior to requesting a final inspection of the Work in accordance with Paragraph 3.06 above. Such
Application for Final Payment shall be accompanied by all the following:
1. an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected
with the Project for which City or City's property or funds might be liable have been paid or
otherwise satisfied;
2. Contractor’s certification as required by Paragraph 7.03-C, above;
3. consent of surety, if any, to Final Payment;
4. a certificate evidencing that the insurance required by the Contract Documents is in force;
5. Conditional Waiver and Release Upon Final Payment in the form required by California Civil
Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material
suppliers of each, covering the final payment period;
6. Unconditional Waiver and Release Upon Progress Payment in the form required by California
Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all
material suppliers of each, covering the previous payment period;
7. all Record Documents (including, without limitation, complete and accurate As-Built drawings
which shall be kept up to date during the performance of the Work);
8. documentation that Contractor has inspected, tested, and adjusted performance if every system
or facility of the Work to ensure that overall performance is in compliance with the terms of the
Contract Documents;
9. four (4) copies of all warranties from vendors and Subcontractors, operation and maintenance
manuals, instructions and related agreements, and equipment certifications and similar
documents;
10. certifications by Contractor and each Subcontractor as required by applicable collective
bargaining agreements that all employee benefit contributions due and owing pursuant to any
applicable collective bargaining agreement have been paid in full;
11. releases of rights and claims relating to patents and trademarks, as required by the Contract
Documents; and
12. any other documents or information required by the Contract Documents as a condition of Final
Payment or Final Completion.
C. Final Payment
Pursuant to the Public Contract Code Section 7107, within sixty (60) Days after City issues the Notice
of Completion to Contractor, the Final Payment, including Retention, shall be released to Contractor,
subject to the City’s right to withhold 150% of any disputed amounts.
D. Disputed Amounts
Pursuant to California Public Contract Code 7107, City may deduct and withhold from the Final
Payment due under Paragraph 7.05-C, above, an amount up to 150% of any disputed amounts,
including, without limitation, amounts to protect City against any loss caused or threatened as a result
of Contractor's failing to fully perform all of those obligations that are required to be fulfilled by
Contractor as a condition to Final Completion and Final Payment. Alternatively, City may elect, in its
sole discretion, to accept the Work without correction or completion and adjust the Contract Sum
pursuant to the Contract Documents.
E. Acceptance of Final Payment
Acceptance of Final Payment by Contractor shall constitute a waiver of all rights by Contractor
against City for recovery of any loss, excepting only those Claims that have been submitted by
Contractor in the manner required by the Contract Documents prior to or at the time of the Final
Payment.
7.06 MISCELLANEOUS
A. Joint Payment
City shall have the right, if deemed necessary in its sole discretion, to issue joint checks made
payable to Contractor and any Subcontractor(s) of any Tier. The joint check payees shall be solely
responsible for the allocation and disbursement of funds included as part of any such joint payment.
Endorsement on such check by a payee shall be conclusively presumed to constitute receipt of
payment by such payee. In no event shall any joint check payment be construed to create any
contract between City and a Subcontractor of any Tier, any obligation from City to such Subcontractor
or any third party rights against City or Director.
B. Withholding/Duty to Proceed
The payment, withholding or retention of all or any portion of any payment claimed to be due and
owing to Contractor shall not operate in any way to relieve Contractor from its obligations under the
Contract Documents. Contractor shall continue diligently to prosecute the Work without reference
to the payment, withholding or retention of any payment. The partial payment, withholding or
retention by City in good faith of any disputed portion of a payment, whether ultimately determined
to be correctly or incorrectly asserted, shall not constitute a breach by City of the Construction
Contract and shall not be grounds for an adjustment of the Contract Sum or Contract Time.
C. No Acceptance
No payment by City or partial or entire use of the Work by City shall be construed as approval or
acceptance of the Work, or any portion thereof.
D. Contractor Payment Warranty
Submission of an Application for Payment shall constitute a representation and warranty by
Contractor that:
1. Title to Work covered by an Application for Payment will pass to City either by incorporation into
the construction or upon receipt of payment by Contractor, whichever occurs first; and
2. Work covered by previous Applications for Payment are free and clear of liens, stop notices,
claims, security interests or encumbrances imposed by the Contractor or any other person.
E. Corrections
No inaccuracy or error in any Application for Payment provided by Contractor shall operate to release
Contractor from the error, or from losses arising from the Work, or from any obligation imposed by
the Contract Documents. City retains the right to subsequently correct any error made in any
previously approved Application for Payment, or progress payment issued, by adjustments to
subsequent payments.
7.07 PAYMENTS BY CONTRACTOR
Contractor shall not include in its Applications for Payment sums on account of any Subcontractor's portion
of the Work that it does not intend to pay to such Subcontractor. Upon receipt of payment from City, Contractor
shall pay the Subcontractor performing Work on the Project, out of the amount paid to Contractor on account
of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled in accordance
with the terms of its contract with Contractor and applicable laws, including, without limitation, California Public
Contract Code Section 7107. Contractor shall remain responsible notwithstanding a withholding by City
pursuant to the terms of these Contract Documents, to promptly satisfy from its own funds sums due to all
Subcontractors who have performed Work that is included in Contractor's Application for Payment. Contractor
shall, by appropriate agreement, require each Subcontractor to make payments to its subcontractors and
material suppliers in similar manner. City shall have no obligation to pay or be responsible in any way for
payment to a Subcontractor of any tier or material supplier.
7.08 PAYMENTS WITHHELD
A. Withholding by City
In addition to any other amounts which City may have the right to retain under the Contract
Documents, City may withhold a sufficient amount of any payment otherwise due to Contractor as
City, in its sole discretion, may deem necessary to cover actual or threatened loss due to any of the
following:
1. Third Party Claims. Third-party claims or stop notices filed or reasonable evidence indicating
probable filing of such claims or stop notices. City shall promptly inform Contractor of any third
party claims related to this Contract;
2. Defective Work. Defective Work not remedied;
3. Nonpayment. Failure of Contractor to make proper payments to its Subcontractors for services,
labor, materials or equipment;
4. Inability to Complete. Reasonable doubt that the Work can be completed for the then unpaid
balance of the Contract Sum or within the Contract Time;
5. Violation of Applicable Laws. Failure of Contractor or its Subcontractors to comply with
applicable laws or lawful orders of governmental authorities;
6. Penalty. Any claim or penalty asserted against City by virtue of Contractor’s failure to comply
with applicable laws or lawful orders of governmental authorities (including, without limitation
labor laws);
7. Failure to Meet Contract Time. Any damages which may accrue as a result of Contractor failing
to meet the Construction Schedule or failing to perform within the Contract Time;
8. Setoff. Any reason specified elsewhere in the Contract Documents as grounds for a withholding
offset or set off or that would legally entitle City to a set-off or recoupment;
9. Consultant Services. Additional professional, consultant or inspection services required due to
Contractor’s failure to comply with the Contract Documents;
10. Liquidated Damages. Liquidated damages assessed against Contractor;
11. Materials. Materials ordered by City pursuant to the Contract Documents;
12. Damages. Loss caused by Contractor or Subcontractor to City, Separate Contractors or any
other person or entity under contract to City;
13. Clean Up. Clean up performed by City and chargeable to Contractor pursuant to the Contract
Documents;
14. Employee Benefits. Failure of Contractor to pay contributions due and owing to employee
benefits funds pursuant to any applicable collective bargaining agreement or trust agreement;
15. Required Documents. Failure of Contractor to submit on a timely basis, proper and sufficient
documentation required by the Contract Documents, including, without limitation, Construction
Schedule updates, ‘look ahead’ schedules, Submittals, Schedules of Values, information on
Subcontractors, Change Orders, certifications and other required reports or documentation; and
16. Other Breach. A breach of any obligation or provision of the Contract Documents.
B. Release of Withholding
If and when City determines, in its sole discretion, that the above grounds for withholding have been
removed and that all losses incurred or threatened have been paid, credited or otherwise satisfied, then
payment shall be made for amounts withheld because of them.
C. Application of Withholding
City may apply sums withheld pursuant to Paragraph 7.08-A above, in payment of any loss or
threatened loss as City determines, in its sole discretion, to be appropriate. Such payments may be
made without a prior judicial determination of City’s actual rights with respect to such loss. Contractor
agrees and hereby designates City as its agent for such purposes, and agrees that such payments
shall be considered as payments made under Construction Contract by City to Contractor. City shall
not be liable to Contractor for such payments made in good faith. City shall submit to Contractor an
accounting of such funds disbursed on behalf of Contractor. As an alternative to such payment, city
may, in its sole discretion, elect to exercise its right to adjust the Contract Sum as provided in the
Contract Documents.
D. Continuous Performance
Provided City pays the undisputed portion, if any, of funds withheld in good faith, Contractor shall
maintain continuous and uninterrupted performance of the Work during the pendency of any disputes
or disagreements with City.
7.09 SUBSTITUTION OF SECURITIES
A. Public Contract Code
Pursuant to the requirements of California Public Contract Code Section 22300, upon Contractor’s
request, City will make payment to Contractor of any funds withheld from payments to ensure
performance under the Contract Documents if Contractor deposits with City, or in escrow with a
California or federally chartered bank in California acceptable to City (“Escrow Agent”), securities
eligible for the investment of State Funds under Government Code Section 16430, or bank or savings
and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or
any other security mutually agreed to by the Contractor and the City, upon the following conditions:
1. Contractor shall be the beneficial owner or any securities substituted for monies withheld for the
purpose of receiving any interest thereon.
2. All expenses relating to the substitution of securities under Public Contract Code Section 22300
and under this Paragraph 7.04, including, but not limited to City’s overhead and administrative
expenses, and expenses of Escrow Agent shall be the responsibility of Contractor.
3. Securities or certificates of deposit substituted for monies withheld shall be of a value of at least
equivalent to the amounts of retention to be paid to Contractor pursuant to the Contract
Documents.
4. If Contractor chooses to deposit securities in lieu of monies withheld with an Escrow Agent,
Contractor, City and Escrow Agent shall, as a prerequisite to such deposit, enter into an escrow
agreement, using the City’s form, “Escrow Agreement for Deposit of Securities in Lieu of
Retention.”
5. Contactor shall obtain the written consent of Surety to such agreement.
6. Securities, if any, shall be returned to Contractor only upon satisfactory Final Completion of the
Work.
B. Substitute Security
To minimize the expense caused by such substitution of securities, Contractor shall, prior to or at the
time Contractor requests to substitute security, deposit sufficient security to cover the entire amount to
be withheld. Should the current market value of such substituted security fall below the amount for
which it was substituted, or any other amounts which the City withholds pursuant to the Contract
Documents, Contractor shall immediately and at Contractor’s expense and at no cost to City deposit
additional security qualifying under Public Contract Code Section 22300 until the current market value
of the total security deposited is no less than the amount subject to withholding under the Contract
Documents. Securities shall be valued as often as conditions of the securities market warrant, but in
no case less frequently than once per month.
C. Deposit of Retentions
Alternatively, subject to the conditions set forth in Paragraph 7.04-A above, upon request of
Contractor, City shall make payment of retentions directly to Escrow Agent at the expense of
Contractor, provided that Contractor, City and Escrow Agent shall, as a prerequisite such payment,
enter into an escrow agreement in the same form as prescribed in Part 4 of Paragraph A, above. At
the expense of Contractor and at no cost to City, Contractor may direct the investment of the
payments into securities and interest bearing accounts, and Contractor shall receive the interest
earned on the investments. Escrow Agent shall hold such direct payments by City under the same
terms provided herein for securities deposited by Contractor. Upon satisfactory Final Completion of
the Work, Contractor shall receive from Escrow Agent all securities, interest and payments received
by Escrow Agent from City, less escrow fees and charges of the Escrow Account, according to the
terms of Public Contract Code Section 22300 and the Contract Documents.
D. Time for Election of Substitution of Securities
Notwithstanding the provision of 7.04 A, B, and C above and California Public Contract Code Section
22300, the failure of Contractor to request the Substitution of eligible securities for monies to be withheld
by City within ten (10) days of the award of Contract to Contractor shall be deemed to be a waiver of
all such rights.
7.10 CLAIMS
A. Arising of Claim.
1. Scope Change. When Contractor has a claim for an increase in the Contract Sum or Contract
Time due to a scope change which has not yet become final, a “claim” will be deemed to arise
once the Director has issued a decision denying, in whole or in part, the Contractor’s Change
Order Request.
2. Other Claims. In the case of a Claim by Contractor that does not involve an adjustment to the
Contract Sum or Contract Time due to a scope change and which has not become final, the
Claim may be asserted if, and only if, Contractor gives written notice to City of intent to file the
Claim within three (3) days of the date of discovery relative to such circumstances (even if
Contractor has not yet been damaged or delayed). Such written notice of intent to file a Claim
shall be valid if, and only if, it identifies the event or condition giving rise to the Claim, states its
probable effect, if any with respect to Contractor's entitlement to an adjustment of the Contract
Sum or Contract Time and complies with the requirements of Paragraph 7.11-B, below. For
purposes of this Paragraph 7.11, a Claim for which such written notice is required and has been
given by Contractor shall be deemed to arise on the date that such written notice is received by
City.
B. Content of Claim
A Claim by Contractor must include all of the following:
1. A statement that it is a Claim and a request for a decision on the Claim;
2. A detailed description of the act, error, omission, unforeseen condition, event or other
circumstance giving rise to the Claim.
3. If the Claim involves an adjustment to the Contract Sum or Contract Time due to a change in
scope, a statement demonstrating that all requisite notices were provided, including, without
limitation, timely written notice and a Change Order Request as required by Article 6 of these
General Conditions and timely notice of delay and request for extension of time in accordance
with Article 3. If the Claim does not involve an adjustment to the Contract Sum or Contract Time
due to a change in scope, a statement demonstrating that a notice of intent to file the Claim was
timely submitted as required by Paragraph 7.10-A.2, above;
4. A detailed justification for any remedy or relief sought by the Claim including without limitation,
a detailed cost breakdown in the form' required for submittal of Change Order Requests and
actual job cost records demonstrating that the costs have been incurred;
5. If the Claim involves a request for adjustment of the Contract Time, written documentation
demonstrating that Contractor has complied with the requirements of the Contract Documents
and written substantiation (including, without limitation, a Time Impact Analysis) demonstrating
that Contractor is entitled to an extension of time under the Contract Documents; and
6. A written certification signed by a managing officer of Contractor's organization, who has the
authority to sign contracts and purchase orders on behalf of Contractor and who has personally
investigated and confirmed the truth and accuracy of the matters set forth in such certification,
in the 'following form:
"I hereby certify under penalty of perjury that I am a managing officer of (Contractor's name) and
that I have reviewed the Claim presented herewith on Contractor's behalf and/or on behalf of
(Subcontractor's name) and that, to the best of my knowledge after conducting a diligent inquiry
into the facts of the Claim, the following statements are true and correct:
The facts alleged in or that form the basis for the Claim are, to the best of my knowledge
following diligent inquiry, true and accurate; and,
(a) I do not know of any facts or circumstances, not alleged in the Claim, that by
reason of their not being alleged render any fact or statement alleged in the Claim
materially misleading; and,
(b) I have, with respect to any request for money or damages alleged in or that forms
the basis for the Claim, reviewed the job cost records (including those maintained
by Contractor and by any Subcontractor, of any tier, that is asserting all or any
portion of the Claim) and confirmed with reasonable certainty that the losses or
damages suffered by Contractor and/or such Subcontractor were in fact suffered
in the amounts and for the reasons alleged in the Claim; and,
(c) I have, with respect to any request for extension of time or claim of delay,
disruption, hindrance or interference alleged in or that forms the basis for the
Claim, reviewed the job schedules (including those maintained by Contractor and
the Subcontractor, of any tier, that is asserting all or any portion of the Claim) and
confirmed on an event-by-event basis that the delays or disruption suffered by
Contractor and/or such Subcontractor were in fact experienced for the durations,
in the manner, and with the consequent effects on the time and/or sequence of
performance of the Work, as alleged in the Claim; and,
(d) I have not received payment from City for, nor has Contractor previously released
City from, any portion of the Claim.”
Signature: Date:
Name:
Title:
Company
C. Noncompliance
Failure to submit any of the information, documentation or certifications required by Paragraph 7.10-
B, above, shall result in the Claim being returned to Contractor without any decision.
D. Submission of Claims
1. Director. Claims shall be first submitted to the City for decision by the Director.
2. Continuous Work. Notwithstanding the making of any Claim or the existence of any dispute
regarding any Claim, unless otherwise directed by City, Contractor shall not delay, slow or stop
performance of the Work, but shall diligently proceed with performance in accordance with the
Contract Documents and City will continue, to make undisputed payments as by the Contract
Documents.
3. Time for Filing. All Claims and supporting documentation and certifications must be filed within
thirty (30) days after the Claim arises. No Claims shall be filed after Final Payment.
4. Conditions Precedent. No Claim may be asserted unless Contractor has strictly complied with
the requirements of this Paragraph 7.10-D, which shall be considered conditions precedent to
Contractor’s right to assert the Claim and to initiate the Dispute Resolution Process with respect
to such Claim.
E. Response to Claims, Meet and Confer
1. Claims less than $50,000. Claims less than $50,000 shall be responded to by City in writing
within forty-five (45) days of receipt of the Claim, unless City requests additional information or
documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City
shall respond to the Claim within fifteen (15) days after receipt of the further information or
documentation or within a period of time no greater than that taken by Contractor in producing
the additional information or documentation, whichever is greater.
2. Claims $50,000 or more. Claims $50,000 or more shall be responded to by City in writing within
(60) days of receipt of the Claim, unless City requests additional information or documentation
of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to
the Claim within thirty (30) days after receipt of the further information or documentation or within
a period of time no greater than that taken by Contractor in producing the additional information
or documentation, whichever is greater.
3. Meet and Confer. If Contractor disputes City's response, or if City fails to respond within the
prescribed time set forth in Paragraph 7.10-E.1 and 7.10-E.2, above, Contractor may so notify
City, in writing, within fifteen (15) days of City's response, or within fifteen (15) days of City’s
response due date in the event of a failure to respond, and demand an informal conference to
meet and confer for settlement of the issues in dispute. Upon such demand, City shall schedule
a meet and confer conference within thirty (30) days of such demand, for discussion of
settlement of the dispute.
F. Finality of Decision
If Contractor disputes the Director’s decision under this Article, it shall commence the Dispute
Resolution Process as set forth in Article 15 of these General Conditions by filing a Statement of
Dispute within seven (7) days after receipt of the Director’s response.
G. Continuing Contract Performance/Duty to Proceed with Disputed Work
Contractor shall not delay or postpone any Work pending resolution of any claims, disputes or
disagreements. Pending final resolution of a claim, the Contactor shall proceed diligently with
performance of the Contract and the City shall continue to make payments for undisputed Work in
accordance with the Contract Documents. In the event of disputed Work, City shall have the right to
unilaterally issue a Work Directive and Contractor shall continue performance pending resolution of the
dispute and shall maintain the accounting and cost data to substantiate the cost of such disputed work.
[END OF ARTICLE]
ARTICLE 8 - MATERIALS AND EQUIPMENT
8.01 GENERAL
A. The Contractor shall furnish all materials and equipment needed to complete the Work and installations
required under the terms of this Contract, except those materials and equipment specified to be
furnished by the City.
B. The Contractor shall submit satisfactory evidence that the materials and equipment to be furnished and
used in the work are in compliance with the Specifications. Materials and equipment incorporated in
the Work and not specifically covered in the Specifications shall be the best of their kind. Unless
otherwise specified, all materials and equipment incorporated in the Work under the Contract shall be
new.
8.02 QUALITY AND WORKMANSHIP
All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and
imperfections, unless otherwise hereinafter specified. Workmanship shall be in accordance with the best
standard practices. All materials and equipment must be of the specified quality and equal to approved samples,
if samples have been required. All Work shall be done and completed in a thorough, workmanlike manner,
notwithstanding any omission from the Specifications or Drawings, and it shall be the duty of the Contractor to
call attention to apparent errors or omissions and request instructions before proceeding with the Work. The
Director may, by appropriate instructions, correct errors and supply omissions, which instructions shall be binding
upon the Contractor as though contained in the original Specifications or Drawings. All Work performed under
the Specifications will be inspected by the Director as provided in Paragraph 8.04. All materials and equipment
furnished and all Work done must be satisfactory to the Director. Work, material, or equipment not in accordance
with the Specifications, in the opinion of the Director shall be made to conform thereto. Unsatisfactory materials
and equipment will be rejected, and if so ordered by the Director, shall, at the Contractor's expense, be
immediately removed from the vicinity of the Work.
8.03 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION
Whenever in the Specifications or Drawings the name or brand of a manufactured article is used it is intended
to indicate a measure of quality and utility or a standard. Except in those instances where the product is
designated to match others in use on a particular improvement either completed or in the course of completion,
the Contractor may substitute any other brand or manufacture of equal appearance, quality, and utility on
approval of the Director, provided the use of such brand or manufacture involves no additional cost to the City.
8.04 APPROVAL OF MATERIALS
A. The Contractor shall furnish without additional cost to the City such quantities of construction materials
as may be required by the Director for test purposes. He/she shall place at the Director's disposal all
available facilities for and cooperate with him in the sampling and testing of all materials and
workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be
submitted with the bids unless otherwise specified.
B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples
shall be mailed to the Director by the Contractor. Both the label on the sample and the letter of
transmittal shall indicate the material represented, its place of origin, the names of the producer and
the Contractor, the Specifications number and title, and a reference to the applicable Drawings and
Specifications paragraphs.
C. Materials or equipment of which samples are required shall not be used on the Work until approval has
been given by the Director in writing. Approval of any sample shall be only for the characteristics of the
uses named in such approval and no other. No approval of a sample shall be taken in itself to change
or modify any Contract requirement.
D. Failure of any material to pass the specified tests, including life cycle maintenance data may be
sufficient cause for refusal to consider under this Contract, any further sample of the same brand or
make of that material.
8.05 ORDERING MATERIALS AND EQUIPMENT
One copy of each of the Contractor's purchase orders for materials and equipment forming a portion of the Work
must be furnished to the Director, if requested. Each such purchase order shall contain a statement that the
materials and equipment included in the order are subject to inspection by the City. Materials and equipment
purchased locally will, at the City’s discretion, be inspected at the point of manufacture or supply, and materials
and equipment supplied from points outside the Los Angeles area will be inspected upon arrival at the job, except
when other inspection requirements are provided for specific materials in other sections of the Contract
Documents.
8.06 AUTHORITY OF THE DIRECTOR
A. On all questions concerning the acceptability of materials or machinery, the classification of materials,
the execution of the Work, and conflicting interests of Contractors performing related work, the decision
of the Director shall be final and binding.
B. The Director will make periodic observations of materials and completed work to observe their
compliance with Drawings, Specifications, and design and planning concepts, but he/she is not
responsible for the superintendence of construction processes, site conditions, operations, equipment,
personnel, or the maintenance of a safe place to work or any safety in, on, or about the site of work.
8.07 INSPECTION
All materials furnished and work done under this Contract will be subject to rigid inspection. The Contractor shall
furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining
them, as requested by the Director. The Director, or his/her authorized agent or agents, at all times shall have
access to all parts of the shop and the works where such materials under his/her inspection is being
manufactured or the work performed. Work or material that does not conform to the Specifications, although
accepted through oversight, may be rejected at any stage of the Work. Whenever the Contractor is permitted or
directed to do night work or to vary the period during which work is carried on each day, he/she shall give the
Director due notice, so that inspection may be provided. Such work shall be done under regulations to be
furnished in writing by the Director.
8.08 INFRINGEMENT OF PATENTS
The Contractor shall hold and save the City, its officers, agents, servants, and employees harmless from and
against all and every demand or demands, of any nature or kind, for or on account of the use of any patented
invention, process, equipment, article, or appliance employed in the execution of the Work or included in the
materials or supplies agreed to be furnished under this Contract, and should the Contractor, his/her agents,
servants, or employees, or any of them, be enjoined from furnishing or using any invention, process, equipment,
article, materials, supplies or appliance supplied or required to be supplied or used under this Contract, the
Contractor shall promptly substitute other inventions, processes, equipment, articles, materials, supplies, or
appliances in lieu thereof, of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all
respects to the Director. Or in the event that the Director elects, in lieu of such substitution, to have, supplied,
and to retain and use, any such invention, process, equipment, article, materials, supplies, or appliances, as may
by this Contract be required to be supplied and used, in that event the Contractor shall at his/her expense pay
such royalties and secure such valid licenses as may be requisite and necessary to enable the City, its officers,
agents, servants, and employees, or any of them, to use such invention, process, equipment, article, materials,
supplies, or appliances without being disturbed or in way interfered with by any proceeding in law or equity on
account thereof. Should the Contractor neglect or refuse promptly to make the substitution hereinbefore required,
or to pay such royalties and secure such licenses as may be necessary and requisite for the purpose aforesaid,
then in that event the Director shall have the right to make such substitution, or the City may pay such royalties
and secure such licenses and charge the cost thereof against any money due the Contractor from the City, or
recover the amount thereof from him/her and his/her surety, notwithstanding final payment under this Contract
may have been made.
[END OF ARTICLE]
ARTICLE 9 – SUBMITTALS
9.01 GENERAL
A. The Contractor shall submit samples, drawings, and data for the Director's approval which demonstrate
fully that the construction, and the materials and equipment to be furnished will comply with the
provisions and intent of the Drawings and Specifications.
B. Specific items to be covered by the submittals shall include, as a minimum, the following:
1. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement
drawings and schedules necessary.
2. For conduits, submit a detailed layout of the conduit with details of bends and fabricated
specials and furnish any other details necessary. Show location of shop and field welds.
3. For equipment which requires electrical service, submit detailed information to show power
supply requirements, wiring diagrams, control and protection schematics, shop test data,
operation and maintenance procedures, outline drawings, and manufacturer's
recommendation of the interface/interlock among the equipment.
4. For mechanical equipment submit all data pertinent to the installation and maintenance of
the equipment including shop drawings, manufacturer's recommended installation
procedure, detailed installation drawings, test data and curves, maintenance manuals, and
other details necessary.
5. Samples
6. Colors
7. Substitutions
8. Manuals
9. As-built drawings
10. Safety plans required by Article 10
9.02 PRODUCT HANDLING
A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the
provisions of this Article.
B. Submit priority of processing when appropriate.
9.03 SCHEDULE OF SUBMITTALS
A. The Contractor shall prepare and submit a schedule of submittals. The schedule of submittals shall be
in the form of a submittal log. Refer to Paragraph 9.12.
9.04 SHOP DRAWINGS
A. All shop drawings shall be produced to a scale sufficiently large to show all pertinent features of the
item and its method of connection to the Work.
B. All shop drawing prints shall be made in blue or black line on white background. Reproductions of
City/Contract Drawings are not acceptable.
C. The overall dimensions of each drawing submitted to the Director shall be equal to one of the City's
standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of
each drawing and shall be clear of all line Work, dimensions, details, and notes.
Sheet Sizes
Height X Width
11" X 8 1/2"
11" X 17"
24" X 36"
30” X 42”
9.05 COLORS
Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to
the Director for his/her review and selection whenever a choice of color or pattern is available in a specified
product. Label each chart naming the source, the proposed location of use on the project, and the project.
9.06 MANUFACTURERS' LITERATURE
Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly
show which portions of the contents are being submitted for review.
9.07 SUBSTITUTIONS
A. The Contract is based on the materials, equipment, and methods described in the Contract Documents.
Any Contractor proposed substitutions are subject to the Director’s approval.
The Director will consider proposals for substitution of materials, equipment, and methods only when
such proposals are accompanied by full and complete technical data, and all other information,
including life cycle maintenance data, required by the Director to evaluate the proposed substitution.
B. Any requests for substitutions by the Contractor must be made within forty-five (45) calendar days from
the Issuance Date on the Notice to Proceed. Otherwise, such requests will not be considered.
C. Trade names and "or approved equal" provision as set forth in Paragraph 8.03.
9.08 MANUALS
A. When manuals are required to be submitted covering items included in this Work, prepare and submit
such manuals in approximately 8-1/2" X 11" format in durable plastic binders. In addition, manuals
shall be submitted in electronic format. Manuals shall contain at least the following:
1. Identification on, or readable through, the front cover stating general nature of the manual.
2. Neatly typewritten index near the front of the manual, furnishing immediate information as to
location in the manual of all emergency data regarding the installation.
3. Complete instructions regarding operation and maintenance of all equipment involved.
4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name
and address of nearest vendor of parts.
5. Copy of all guarantees and warranties issued.
6. Copy of drawings with all data concerning changes made during construction.
B. Where contents of manuals include manufacturers' catalog pages, clearly indicate the precise items
included in this installation and delete, or otherwise clearly indicate, all manufacturers' data with which
this installation is not concerned.
9.09 AS-BUILT DRAWINGS
A. When required to be submitted covering items included in this Work, the Contractor shall deliver to the
City one complete set of final As-Built hard copy drawings together with a set of AutoCAD drawing files
in electronic format showing completed building, “as-built” for City records before the Contract will be
accepted by the City.
B. The drawings shall be duplicates and at the same size and dimensional scale as the originals. They
shall be on a polyester translucent base material with a minimum sheet thickness of .003 inch (.08mm).
C. The legibility and contrast of each drawing submitted to the City shall be such that every line, number,
letter, and character is clearly readable in a full size blow back from a 35 mm microfilm negative of the
drawing.
9.10 SUBMITTALS QUANTITIES
A. Submit seven (7) copies of all data and drawings unless specified otherwise.
B. Submit all samples, unless specified otherwise, in the quantity to be returned, plus two, which will be
retained by the Director.
9.11 IDENTIFICATION OF SUBMITTALS
Completely identify each submittal and re-submittal by showing at least the following information:
A. Name and address of submitter, plus name and telephone number of the individual who may be
contacted for further information.
B. Name of project as it appears in the Contract Documents and Specification No.
C. Drawing number and Specifications section number other than this section to which the submittal
applies.
D. Whether this is an original submittal or re-submittal.
E. For samples, indicate the source of the sample.
9.12 SCHEDULE OF SUBMITTALS
A. Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to
Proceed.
B. Submit revised schedule of submittals within five (5) Working Days after date of request from the
Director.
C. The Director will review schedule of submittals and will notify Contractor that schedule is acceptable
or not acceptable within five (5) Working Days after receipt.
9.13 COORDINATION OF SUBMITTALS
A. Prior to submittal for the Director’s review, use all means necessary to fully coordinate all material,
including the following procedures:
1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar
data.
2. Coordinate as required with all trades and with all public agencies involved.
3. Secure all necessary approvals from public agencies and others and signify by stamp, or other
means, that they have been secured.
4. Clearly indicate all deviations from the Specifications.
B. Unless otherwise specifically permitted by the Director, make all submittals in groups containing all
associated items; the Director may reject partial submittals as not complying with the provisions of the
Specifications.
9.14 TIMING FOR SUBMITTALS
A. Make all submittals far enough in advance of scheduled dates of installation to provide all required time
for reviews, for securing necessary approvals, for possible revision and re-submittal, and for placing
orders and securing delivery.
B. In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from
the City office.
C. Manuals shall be submitted prior to performing functional tests.
9.15 APPROVAL BY CITY
A. Up to three (3) copies of each submittal, except manuals, schedule of costs for progress payments,
and as-built drawings will be returned to the Contractor marked "No Exceptions Taken," “Make
Corrections Noted - Do Not Resubmit,” or “Make Corrections Noted - Resubmit.” Manuals, schedule of
costs, and as-built drawings will be returned for re-submittal if incomplete or unacceptable.
B. Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed.
C. If submittal is returned for correction, it will be marked to indicate what is unsatisfactory.
D. Resubmit revised drawings or data as indicated, in five (5) copies.
E. Approval of each submittal by the Director will be general only and shall not be construed as:
1. Permitting any departures from the Specifications requirements.
2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions,
or of other nature that may exist.
3. Approving departures from additional details or instructions previously furnished by the Director.
9.16 CHANGES TO APPROVED SUBMITTALS
A. A re-submittal is required for any proposed change to an approved submittal. Changes which require
re-submittal include, but are not necessarily limited to, drawing revisions, changes in materials and
equipment, installation procedures and test data. All re-submittals shall include an explanation of the
necessity for the change.
B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy".
[END OF ARTICLE]
ARTICLE 10 – SAFETY
10.01 PROTECTION OF PERSONS AND PROPERTY
A. Contractor's Responsibility: Notwithstanding any other provision of the Contract Documents, the
Contractor shall be solely and completely responsible for conditions of the job site, including safety of
all persons and property, during performance of the Work. This requirement will apply continuously and
will not be limited to normal working hours. Safety and sanitary provisions shall conform to all applicable
Federal, State, County, and local laws, regulations, ordinances, standards, and codes. Where any of
these are in conflict, the more stringent requirement shall be followed.
B. Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the
entire construction period.
C. Protection of the Public. The Contractor shall take such steps and precautions as his/her operations
warrant to protect the public from danger, loss of life, loss of property or interruption of public services.
Unforeseen conditions may arise which will require that immediate provisions be made to protect the
public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of
work under this contract. Whenever, in the opinion of the Director, a condition exists which the
Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of
adjacent structures or property, the Director will order the Contractor to provide a remedy for the
condition. If the Contractor fails to act on the situation within a reasonable time period as determined
by the Director, or in the event of an emergency situation, the Director may provide suitable protection
by causing such work to be done and material to be furnished as, in the opinion of the Director, may
seem reasonable and necessary. The cost and expense of all repairs (including labor and materials)
as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for
emergency repairs will be deducted from the final payment due to the Contractor.
10.02 PROTECTION FROM HAZARDS
A. Trench Excavation
Excavation for any trench four (4) feet or more in depth shall not begin until the Contractor has received
approval from the Director of the Contractor's detailed plan for worker protection from the hazards of
caving ground during the excavation of such trench. Such plan shall show the details of the design of
shoring, bracing, sloping or other provisions to be made for worker protection during such excavation.
No such plan shall allow the use of shoring, sloping or protective system less effective than that required
by the Construction Safety Orders of the Division of Occupational Safety and Health, and if such plan
varies from the shoring system standards established by the Construction Safety Orders, the plan shall
be prepared and signed by an engineer who is registered as a Civil or Structural Director in the State
of California.
B. Confined Spaces
Contractor shall comply with all of the provisions of General Industry Safety Orders of the California
Code of Regulations. Entry of a confined space shall not be allowed until the Contractor has received
approval from the Director of the Contractor’s program for confined space entry. Confined space means
a space that (1) Is large enough and so configured that an employee can bodily enter and perform
assigned Work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels,
silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry); and (3)
Is not designed for continuous employee occupancy. Failure to submit a confined space entry program
may result in actions as provided in Article 5: “Suspension or Termination of Contract.”
C. Material Safety Data Sheet
Contractor shall comply with all of the provisions of General Industry Safety Orders of the California
Administrative Code. The Contractor shall submit to the Director a Material Safety Data Sheet (MSDS)
for each hazardous substance proposed to be used, ten (10) days prior to the delivery of such materials
to the job site or use of such materials at a manufacturing plant where the Director is to perform an
inspection. For materials which are to be tested in City laboratories, the MSDS shall be submitted with
the sample(s). Hazardous substance is defined as any substance included in the list (Director's List)
of hazardous substances prepared by the Director, California Department of Industrial Relations,
pursuant to Labor Code Section 6382. Failure to submit an MSDS for any hazardous substance may
result in actions as provided in Article 5, "Suspension or Termination of Contract".
10.03 DIFFERING SITE CONDITIONS
A. Differing Site Conditions Defined. The Contractor shall promptly, and before such conditions are
disturbed, notify the Director in writing of any Differing Site Conditions. Differing Site Conditions are
those conditions, located at the project site or in existing improvements and not otherwise ascertainable
by Contractor through the exercise of due diligence in the performance of its inspection obligations in
the Contract Documents, encountered by Contractor in digging trenches or other excavations(s) that
extend deeper than four feet below the surface of the ground that constitute:
1. Material that the Contractor believes may be material that is hazardous waste as defined in Section
25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or
Class III disposal site in accordance with provisions of existing law.
2. Subsurface or latent physical conditions at the site differing materially from those indicated in these
Contract Documents.
3. Unknown physical conditions at the site, of any unusual nature, different materially from those
ordinarily encountered and generally recognized as inherent in Work of the character provided for
in these Contract Documents.
B. Notice by Contractor. If the Contractor encounters conditions it believes constitute Differing Site
Conditions, then notice of such conditions shall, before such conditions are disturbed, be promptly
reported to the Director followed within twenty-four (24) hours by a further written notice stating a
detailed description of the conditions encountered.
C. The Director will promptly investigate the conditions and If he/she finds that such conditions do
materially differ, or do involve hazardous waste, and do cause an increase or decrease in the
Contractor's cost of, or time required for, performance of any part of the Work under this Contract, an
equitable adjustment will be made, as determined by the Director.
D. Change Order Request. If Contractor intends to seek an adjustment to the Contract Sum or Contract
Time based upon Differing Site Conditions, it must, within ten (10) Days after the Discovery Date relative
to such conditions, submit a Change Order Request setting forth a detailed cost breakdown and Time
Impact Analysis, in the form required by Article 6 of these General Conditions, of the additional
Allowable Costs and Excusable Delay resulting from such Differing Site Conditions.
E. Failure to Comply. Failure by Contractor to strictly comply with the requirements of this Paragraph
10.03 concerning the timing and content of any notice of Differing Site Conditions or request for
adjustment in Contract Sum or Contract Time based on Differing Site Conditions shall be deemed
waiver of any right by the Contractor for an adjustment in the Contract Sum or Contract Time by reason
of such conditions.
F. Final Completion. No claim by the Contractor for additional compensation for Differing Site Conditions
shall be allowed if asserted after Final Payment.
G. In the event of disagreement between the Contractor and the Director whether the conditions do
materially differ or whether a hazardous waste is involved or whether the conditions cause an increase
or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, the
Contractor shall not be excused from any completion date required by the Contract, but shall proceed
with all Work to be performed under the Contract Documents.
H. The Contractor shall retain all rights provided by, and shall be subject to all requirements of, this
Contract which pertain to the resolution of disputes and protests.
I. Contractor Responsibility. Except as otherwise provided in this Paragraph 10.03 for Differing Site
Conditions, Contractor agrees to solely bear the risk of additional cost and Delay due to concealed or
unknown conditions, surface or subsurface, at the Site or in Existing Improvements, without adjustment
to the Contract Sum or Contract Time.
10.04 TRAFFIC REGULATION
A. During the performance of the Work the Contractor shall erect and maintain necessary temporary
fences, bridges, railings, lights, signals, barriers, or other safeguards as shall be appropriate under the
circumstance in his/her judgment for the prevention of accidents; and he/she shall take other
precautions as necessary for public safety including, but not limited to, traffic control. Traffic control
shall be conducted in accordance with the latest edition of the Work Area Traffic Control (“WATCH”)
handbook, published by BNi Books, and as directed and approved by the City Traffic and
Transportation Administrator.
B. Contractor shall submit at least ten (10) Working Days prior to Work a detailed traffic control plan, that
is approved by all agencies having jurisdiction and that conforms to all requirements of the
Specifications.
C. No changes or deviations from the approved detailed traffic control plan shall be made, except
temporary changes in emergency situations, without prior approval of the City Traffic and
Transportation Administrator and all agencies having jurisdiction.
Contractor shall immediately notify the Director, the City Traffic and Transportation Administrator and
the agencies having jurisdiction of occurrences that necessitate modification of the approved traffic
control plan.
D. Contractor’s failure to comply with this provision may result in actions as provided in Article 5:
“Suspension or Termination of Contract” of these General Conditions.
10.05 TRAFFIC CONTROL DEVICES
A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall
conform to the requirements of the WATCH handbook or the manual of traffic control, whichever is
more stringent, and as approved by the City Traffic and Transportation Administrator.
1. Portable signals shall not be used unless permission is given in writing by the agency having
jurisdiction.
2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized
signs" shall have a reflectorized background and shall conform to the current State of California
Department of Transportation specification for reflective sheeting on highway signs.
B. If the Contractor fails to provide and install any of the signs or traffic control devices required herby or
ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others,
charge the costs therefore against the Contractor, and deduct the same from the next progress
payment.
10.06 EXECUTION
A. The Contractor shall provide written notification to the Police Department, Traffic Bureau (323) 587-
5171, at least two (2) weeks prior to the beginning of construction at any particular location. Notification
will include the specific location, project dates, what lanes of the roadway will be closed and when. Also
the construction project manager’s name and business phone number and the construction inspector’s
name and business phone number.
B. The Contractor shall notify, by telephone, the Police Department, (323) 587-5171 at the completion of
any posting of temporary no parking signs. Notification will include the times, dates and locations of
the posting. When vehicles must be towed for violation of temporary no parking signs, the person who
actually posted the signs, or on-view supervisor of that posting, will be present to answer pertinent
questions that may be asked by the parking enforcement officer or police officer towing the vehicles.
C. The Contractor shall notify the Fire Department, on a daily basis during the entire period that
construction is in progress whenever roadways are reduced in width or blocked. Notification shall be
made to the Fire Dispatch (323) 583-4821 and the Contractor shall provide the information required to
identify which roadways would have accessibility problems due to his/her operations. The Contractor
shall submit to Fire Department schedule of Work for their use and files.
D. Roads subject to interference from the Work covered by this Contract shall be kept open, and the
fences subject to interference shall be kept up by the Contractor until the Work is finished. Except
where public roads have been approved for closure, traffic shall be permitted to pass through
designated traffic lanes with as little inconvenience and delay as possible.
E. Where alternating one-way traffic has been authorized, the maximum time that traffic will be delayed
shall be posted at each end of the one-way traffic section. The maximum delay time shall be approved
by the agency having jurisdiction.
F. Contractor shall install temporary traffic markings where required to direct the flow of traffic and shall
maintain the traffic markings for the duration of need. Contractor shall remove the markings by abrasive
blasting when no longer required.
G. Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as
possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and
kept in good condition.
H. When leaving a Work area and entering a roadway carrying public traffic, the Contractor's equipment,
whether empty or loaded, shall in all cases yield to public traffic.
10.07 FLAGGING
A. Contractor shall provide flaggers to control traffic where required by the approved traffic control plan.
1. Flaggers shall perform their duties and shall be provided with the necessary equipment in
accordance with the current "Instructions to Flaggers" of the California Department of
Transportation.
2. Flaggers shall be employed full time on traffic control and shall have no other duties.
10.08 PEDESTRIAN CANOPIES OR BARRICADE IMPROVEMENTS
Refer to City of Vernon for requirements for building or access road safety improvements that the Contractor
shall construct during construction period. These devices or improvements, as the City deems necessary or
prudent, shall be at the expense of the Contractor.
[END OF ARTICLE]
ARTICLE 11 - INDEMNITY
11.01 INDEMNITY
To the maximum extent permitted by law, the Contractor shall fully indemnify, hold harmless, protect, and defend
the City, its officers, employees, agents, representatives and their successors and assigns (“Indemnitees”) from
and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment,
settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including any fees of
accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation
and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, resulting
from or related to, or claimed to be arising out of the Work performed by Contractor, or any of its officers, agents,
employees, Subcontractors, Sub-Subcontractors, design consultants or any person for whose acts any of them
may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by
an Indemnitee, including but not limited to:
A. Bodily injury, emotional injury, sickness or disease, or death to any persons;
B. Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought
against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible;
C. Stop notices and claims for labor performed or materials used or furnished to be used in the Work,
including all incidental or consequential damages resulting to City from such stop notices and claims;
D. Failure of Contractor or its Subcontractors to comply with the provisions for insurance;
E. Failure to comply with any Governmental Approval or similar authorization or order;
F. Misrepresentation, misstatement, or omission with respect to any statement made in or any document
furnished by the Contractor in connection therewith;
G. Breach of any duty, obligation, or requirement under the Contract Documents;
H. Failure to provide notice to any Party as required under the Contract Documents;
I. Failure to protect the property of any utility provider or adjacent property owner; or
J. Failure to make payment of all employee benefits.
This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive
negligence by Indemnitees, except that, to the limited extent mandated by California Civil Code Section 2782,
the Contractor shall not be responsible for liabilities which arise from the sole negligence or willful misconduct of
Indemnitees or arise from the active negligence of City.
11.02 ENFORCEMENT
Contractor’s obligations under this Article extend to claims occurring after termination of the Contractor’s
performance of the Contract or Final Payment to Contractor. The obligations apply regardless of any actual or
alleged negligent act or omission of Indemnitees. Contractor, however, shall not be obligated under this
Agreement to indemnify an Indemnitee for claims arising from the sole active negligence or willful misconduct of
the Indemnitee or independent contractors who are directly responsible to Indemnitees. Contractor’s obligations
under this Article are in addition to any other rights or remedies which the Indemnitees may have under the law
or under the Contract Documents. In the event of any claim, suit or demand made against any Indemnitees, the
City may in its sole discretion reserve, retain or apply any monies due to the Contractor under the Contract for
the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor
provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole
discretion determine whether such assurances are reasonable.
11.03 NO LIMITATIONS
Contractor’s indemnification and defense obligations set forth in this Article are separate and independent from
the insurance provisions set forth in Article 12 herein; and do not limit, in any way, the applicability, scope, or
obligations set forth in those insurance provisions. In claims, suits, or demands against any Indemnitee by an
employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for
whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by
a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a
Subcontractor under workers’ compensation acts, disability benefits acts, or other employee benefits acts.
[END OF ARTICLE]
ARTICLE 12 – INSURANCE
12.01 CONDITION TO COMMENCEMENT
Contractor shall not commence Work under this Contract until Contractor has obtained all insurance required
hereunder from a company or companies acceptable to City, nor shall the Contractor allow any Subcontractor
to commence Work on a subcontract until all insurance required of said Subcontractor has been obtained. Proof
of insurance including insurance certificates and endorsements as set forth in Exhibit 4 must be submitted by
the Contractor prior to the City’s execution of the Contract.
12.02 MINIMUM COVERAGE AND LIMITS
Contractor shall maintain the insurance coverage as set forth in Exhibit 4 throughout the term of the Contract.
12.03 CONDITIONS REGARDING INSURANCE COVERAGE AND LIMITS
City and Contractor agree as follows:
A. All insurance coverage and limits provided pursuant to the Contract Documents shall apply to the full
extent of the policies involved, available or applicable. Nothing contained in the Contract Documents
or any other agreement relating to City or its operations limits the application of such insurance
coverage.
B. None of the policies required by this Contract shall be in compliance with these requirements if they
include any limiting endorsement that has not been first submitted to City and approved in writing by
the City Attorney or City’s Risk Manager.
12.04 INSURANCE OBLIGATION IS SEPARATE FROM INDEMNITY OBLIGATION
This Agreement’s insurance provisions:
A. Are separate and independent from the indemnification and defense provisions in Article 12 of the
Agreement; and
B. Do not limit, in any way, the applicability, scope, or obligations of the indemnification and defense
provisions in Article 12 of the Agreement.
[END OF ARTICLE]
ARTICLE 13 – BONDS
13.01 REQUIRED BONDS
A. Contractor shall furnish the following bonds:
1. A Performance Bond in an amount equal to one hundred percent (100%) of the total Contract price
in the form shown in Exhibit "1" attached hereto.
2. A Payment Bond (Labor and Material) in an amount equal to one hundred percent (100%) of the
total Contract price in the form shown in Exhibit "2" attached hereto.
3. A Maintenance Bond in an amount equal to ten percent (10%) of the total Contract price in the
form shown in Exhibit "3" attached hereto.
13.02 POWER OF ATTORNEY
All bonds shall be accompanied by a power of attorney from the surety company authorizing the person
executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California,
all copies of the bonds must be countersigned by a California representative of the surety. The signature of the
person executing the bond on behalf of Surety shall be acknowledged by a Notary Public as the signature of the
person designated in the power of attorney.
13.03 APPROVED SURETY
All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company
Financial strength rating of “A: VII”, or better. Bonds issued by a California admitted surety not listed on
Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from
admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents
enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by
a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of
the company. If the bonds are executed outside the State of California, all copies of the bonds must be
countersigned by a California representative of the surety. The signature of the person executing the bond
on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in
the power of attorney.
13.04 REQUIRED PROVISIONS
Every bond must display the surety’s bond number and incorporate the Contract for construction of the Work by
reference. The terms of the bonds shall provide that the surety agrees that no change, extension of time,
alteration, or modification of the Contract Documents or the Work to be performed thereunder shall in any way
affect its obligations and shall waive notice of any such change, extension of time, alteration, or modification of
the Contract Documents.
13.05 NEW OR ADDITIONAL SURETIES
If, during the continuance of the Contract, any of the sureties, in the opinion of the City, are or become non-
responsible or otherwise unacceptable to City, City may require other new or additional sureties, which the
Contractor shall furnish to the satisfaction of City within ten (10) days after notice, and in default thereof the
Contract may be suspended and the materials may be purchased or the Work completed as provided in Article
5 herein.
13.06 WAIVER OF MODIFICATIONS AND ALTERATIONS
No modifications or alterations made in the Work to be performed under the Contract or the time of performance
shall operate to release any surety from liability on any bond or bonds required to be given herein. Notice of
such events shall be waived by the surety.
13.07 APPROVAL OF BONDS
The Contract will not be executed by City nor the Notice to Proceed issued until the required bonds have been
received and approved by City. City's decision as to the acceptability of all sureties and bonds is final. No
substitution of the form of the documents will be permitted without the prior written consent of City.
[END OF ARTICLE]
ARTICLE 14 - LABOR PROVISIONS
14.01 WORKING HOURS
A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 7:00 p.m. No construction
noise shall be permitted between the hours of 7:00 p.m. and 7:00 a.m. of the next day.
B. Work in excess of eight (8) hours per day, on Saturdays, Sundays, or on City holidays requires prior
consent of the Director and is subject to Cost of Overtime Construction Inspection.
C. Night, Sunday and Holiday Work. No Work shall be performed at night, Sunday, or the ten (10) legal
holidays to wit: New Year’s Day, Martin Luther King, Jr. Day, Washington’s Birthday, Memorial Day,
Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday following Thanksgiving
Day, and Christmas Day, except Work pertaining to the public safety or with the permission of the
Director, and accordance with such regulations as he/she shall furnish in writing. Before performing
any Work at said times, except Work pertaining to the public safety, the Contractor shall give written
notice to the Director so that proper inspection may be provided. “Night” as used in this paragraph
shall be deemed to include the hours from 7:00 P.M. to 7:00 A.M. of the next succeeding day.
14.02 COST OF OVERTIME CONSTRUCTION SERVICES AND INSPECTIONS
A. Overtime construction Work performed at the option of, or for the convenience of, the Contractor will
be inspected by the City at the expense of the Contractor. For any such overtime beyond the regular
8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be determined
by the City, and submitted to the Contractor for payment.
B. Equipment, materials, or services provided by the City, in connection with Contractor-initiated overtime
construction Work described in Paragraph 14.02(A), will also be at the expense of the Contractor. The
charges will be determined by the City, and submitted to the Contractor for payment.
C. There will be no charges to the Contractor for the inspection of overtime Work ordered by the Director
or required by the Contract Documents.
14.03 COMPLIANCE WITH STATE LABOR CODE
A. Contractor shall comply with the provisions of the Labor Code of the State of California and any
amendments thereof.
1. The time of service of any worker employed upon the Work shall be limited and restricted to eight
(8) hours during any one-calendar day, and 40 hours during any one-calendar week.
2. Work performed by employees of the Contractor in excess of eight (8) hours per day, and 40 hours
during any one calendar week, shall be permitted upon compensation for all hours worked in
excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay.
3. The Contractor and every Subcontractor shall keep an accurate record showing the name of and
the actual hours worked each calendar day and each calendar week by each worker employed by
him/her in connection with the Work; the record shall be kept open at all reasonable hours to the
inspection of the City and to the Division of Labor Standards Enforcement of the State of California.
4. In the event City deems Contractor is in violation of this Paragraph 14.03, the Contractor shall, as
a penalty, forfeit Fifty Dollars ($50.00) for each worker employed in the execution of the Contract
by the Contractor or by any Subcontractor for each calendar day for which the employee was
underpaid in addition to an amount sufficient to recover underpaid wages. For each subsequent
violation, a (one hundred dollar) $100 penalty shall apply for each underpaid employee for each
pay period for which the employee was underpaid in addition to an amount sufficient to cover
underpaid wages. This subparagraph is effective to the extent it does not directly conflict with the
overtime penalty provision of California Labor Code Section 558. In the event of such conflict, the
California Labor Code governs over this Paragraph 14.03(A)(4).
14.04 WAGE RATES
A. Payroll Records
1. Pursuant to California Labor Code Section 1776, the Contractor and each Subcontractor shall
keep an accurate payroll record, showing the name, address, social security number, Work
classification, straight time and overtime hours worked each day and week, and the actual per
diem wages paid to each journeyman, apprentice, worker or other employee employed in
connection with the Work. The payroll records shall be certified and shall be available for
inspection.
2. The Contractor shall inform the City of the location of the payroll records, including the street
address, city and county, and shall, within five (5) Working Days, provide a notice of change in
location and address.
3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records
along with a statement of compliance.
14.05 APPRENTICESHIP STANDARDS
A. Compliance with California Labor Code Section 1777.5 requires all public works contractors and
subcontractors to:
1. Prior to commencing work on a public works contract, submit Contract Award information
to the applicable joint apprenticeship committee, including an estimate of the journeyman
hours to be performed under the Contract, the number of apprentices to be employed, and
the approximate dates the apprentices will be employed. Use Form DAS-140 from the State
Department of Industrial Relations. The City reserves the right to require Contractor and
Subcontractors to submit a copy of said forms to the City.
2. Employ apprentices for the public work at a ratio of no less than one (1) hour or apprentice
work for every five (5) hours or labor performed by a journeyman. To request dispatch of
apprentices, use Form DAS-142 from the State Department of Industrial Relations. The
City reserves the right to require Contractor and Subcontractors to submit a copy of said
forms to the City.
3. Pay the apprentice rate on public works projects only to those apprentices who are
registered, as defined in Labor Code Section 3077.
4. Contribute to the training fund in the amount identified in the Prevailing Wage Rate
publication for journeyman and apprentices. Contractors who choose not to contribute to
the local training trust fund must make their contributions to the California Apprenticeship
Council, P.O. Box 420603, San Francisco, CA 94142.
B. Failure to comply with the provisions of California Labor Code Section 1777.5 may result in the loss
of the right to bid or perform work on all public works projects for a period of one to three years and
the imposition of a civil penalty of One Hundred Dollars ($100.00) for each calendar day of
noncompliance for the first violation and up to Three Hundred Dollars ($300.00) for each calendar
day of noncompliance for a second or subsequent violation. Contractor should make a separate
copy of this material for each of his/her Subcontractors.
C. Payroll Records. The Contractor and each Subcontractor shall keep an accurate payroll record,
showing the name, address, social security number, work classification, straight time and overtime
hours worked each day and week, and the actual per diem wages paid to each journeyman
apprentice, worker or other employee employed in connection with the work. The payroll records
shall be certified and shall be submitted to the Project Manager every two weeks.
D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract
or Subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26 from the
State Department of Industrial Relations) shall be completed for each Contractor and Subcontractor
of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits,
vacation funds or makes pension contributions. The form must contain, for each worker
classification, the fund, plan or trust name, address, administrator, the amount per hour contributed
and the frequency of contributions. Training fund contributions shall also be reported in this form.
City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to
the City.
14.06 EMPLOYMENT OF APPRENTICES
A. In the performance of this Contract, the Contractor and any Subcontractor shall comply with the
provisions concerning the employment of apprentices in the Labor Code of the State of California
and any amendments thereof.
B. In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid provisions
of the Labor Code, such Contractor or Subcontractor shall be subject to the penalties for
noncompliance in the Labor Code of the State of California and any amendments thereof.
14.07 REGISTRATION WITH THE STATE DEPARTMENT OF INDUSTRIAL RELATIONS
In the performance of this Contract, Contractor and/or any Subcontractor must be currently registered and
qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant
to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State
Department of Industrial Relations.
14.08 CHARACTER OF WORKERS
The Contractor shall not allow his/her agents or employees, Subcontractors, or any agent or employee thereof,
to trespass on premises or lands in the vicinity of the Work. Only skilled foremen and workers shall be
employed on Work requiring special qualifications, and when required by the Director, the Contractor shall
discharge any person who commits trespass, or in the opinion of the Director, acts in a disorderly, dangerous,
insubordinate, incompetent, or otherwise objectionable manner. Any employee being intoxicated or bringing
or having intoxicating liquors or controlled substances on the Work shall be discharged. Such discharge shall
not be the basis of any claim for compensation of damages against the City or any of its officers, agents, and
employees.
14.09 NO SMOKING – STATE LABOR CODE SECTION 6404.5
The Contractor and its agents, employees, Subcontractors, representatives, and any person under
Contractor’s control, are prohibited from smoking in— or within a 20-foot distance from— the Site, which is a
"place of employment" under California Labor Code § 6404.5.
[END OF ARTICLE]
ARTICLE 15 - DISPUTE RESOLUTION
15.01 SUBMISSION OF CLAIMS
A. By Contractor
Contractor’s right to commence the Claims Dispute Resolution Process shall arise upon the Director’s
written response denying all or part of a Claim. Contractor shall submit a written Statement of Dispute
to the Director within seven (7) Days after the Director rejects all or a portion of Contractor’s Claim.
Contractor’s Statement of Dispute shall be signed under penalty of perjury and shall state with
specificity the events or circumstances giving rise to the Claim, the dates of their occurrence and the
effect, if any, on the compensation due or performance obligations of Contractor under the Construction
Contract. Such Statement of Dispute shall include adequate supporting data to substantiate the
disputed Claim. Adequate supporting data for a Claim relating to the adjustment of the Contractor’s
obligations relative to time of performance shall include a detailed, event-by-event description of the
impact of each delay on Contractor’s time for performance. Adequate supporting data to a Statement
of Dispute submitted by Contractor involving Contractor’s compensation shall include a detailed cost
breakdown and supporting cost data in such form and including such detailed information and other
supporting data as required to demonstrate the grounds for, and precise amount of, the Claim.
B. By City
City’s right to commence the Claims Dispute Resolution Process shall arise at any time following the
City’s actual discovery of the circumstances giving rise to the Claim. Nothing contained herein shall
preclude City from asserting Claims in response to a Claim asserted by Contractor. A Statement of
Dispute submitted by City shall state the events or circumstances giving rise to the Claim, the dates of
their occurrence and the damages or other relief claimed by City as a result of such events.
C. Claims Defined
The term “claims” as used herein shall be as defined in California Public Contract Code § 20104(b)(2).
15.02 CLAIMS DISPUTE RESOLUTION PROCESS
The parties shall utilize each of the following steps in the Claims Dispute Resolution Process in the sequence
they appear below. Each party shall participate fully and in good faith in each step in the Claims Dispute
Resolution Process, which good faith effort shall be a condition precedent to the right of each party to proceed
to the next step in the Claims Dispute Resolution Process.
A. Direct Negotiations
Designated representatives of City and Contractor shall meet as soon as possible (but not later than
ten (10) Days after receipt of the Statement of Dispute) in a good faith effort to negotiate a resolution
to the Claim. Each party shall be represented in such negotiations by an authorized representative
with full knowledge of the details of the Claim or defenses being asserted by such party, and with full
authority to resolve such Claim then and there, subject only to City’s right and obligation to obtain City
Council [or other City official] approval of any agreed settlement or resolution. In the Claim involves the
assertion of a right or claim by a Subcontractor against Contractor that is in turn being asserted by
Contractor against City, then such Subcontractor shall also have a representative attend such
negotiations, with the same authority and knowledge as just described. Upon completion of the
meeting, if the Claim is not resolved, the parties may either continue the negotiations or either party
may declare negotiations ended. All discussions that occur during such negotiations and all documents
prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to
California Evidence Code Sections 1119 and 1152.
B. Deferral of Claims
Following the completion of the negotiations required by Paragraph 15.02-A., all unresolved Claims,
except those that do not involve parties other than the Contractor and City, shall be deferred pending
Final Completion of the Work, subject to City’s right, in its sole and absolute discretion, to require that
the claims Dispute Resolution Process proceed prior to Final Completion. In the event that City does
not elect to proceed with the Claims Dispute Resolution Process prior to Final Completion of the Work,
all Claims that have been deferred until such Final Completion shall be consolidated within a
reasonable time after such Final Completion and thereafter pursued to resolution pursuant to the Claims
Dispute Resolution Process. Nothing contained in this Article 15 shall be interpreted as limiting the
parties’ rights to continue informal negotiations of Claims that have been deferred until such Final
Completion; provided, however, that such informal negotiations shall not be interpreted as altering the
provisions of this Article 15 deferring final determination and resolution of unresolved Claims until after
Final Completion of the Work.
C. Legal Proceedings
If the Claim is not resolved by direct negotiations then the party wishing to further pursue resolution or
determination of the Claim shall submit the Claim for determination by commencing legal proceedings
in a court of competent jurisdiction.
15.03 NO WAIVER
Participation in the Claims Dispute Resolution Process shall not constitute a waiver, release or compromise of
any defense of either party, including, without limitation, any defense based on the assertion that the rights of
Contractor that are the basis of a Claim were previously waived by Contractor due to failure to comply with the
Contract Documents, including, without limitation, Contractor’s failure to comply with any time periods for
providing notices or for submission or supporting documentation of Claims.
[END OF ARTICLE]
ARTICLE 16 - ACCOUNTING RECORDS
16.01 MAINTENANCE OF RECORDS
Contractor shall keep, and shall include in its contracts with its Subcontractors, provisions requiring its
Subcontractors to keep full and detailed books and records in accordance with the requirements of the
Contract Documents, including the following: all information, materials and data of every kind and character
(hard copy, as well as computer readable data if it exists), that have any bearing on or pertain to any matters,
rights, duties or obligations relating to the Project or the performance of the Work, including, without limitation,
agreements, purchase orders, leases, contracts, commitments, arrangements, notes, change orders, change
order requests, estimates, field orders, schedules, diaries, logs, reports, shop drawings, samples, exemplars,
Drawings, Specifications, invoices, delivery tickets, receipts, vouchers, cancelled checks, memoranda;
accounting records; job cost reports; job cost files (including complete documentation covering negotiated
settlements); backcharge; general ledgers; documentation of cash and trade discounts earned; insurance
rebates and dividends, and other documents relating in way to Claims or Change Orders, Construction
Change Directives, Work Directives, or other claims for payment related to the Project asserted by Contractor
or any Subcontractor (“Accounting Records”). Contractor shall exercise such controls as may be necessary
for proper financial management of the Work. Such accounting and control systems shall comply with
prevailing custom and practice for similar projects, be satisfactory to City and shall include preservation of
such records for a period of five (5) years after approval of the Notice of Completion and Acceptance by City,
or for such longer period as may be required by applicable laws.
16.02 ACCESS TO RECORDS
Contractor shall allow, and shall include in its contracts with its Subcontractors provisions requiring its
Subcontractors to allow, City and its authorized representative(s), auditors, attorneys and accountants, upon
twenty-four (24) hours’ notice to Contractor, full access to inspect and copy all books and records relating to
the Project that Contractor is required to maintain pursuant to Paragraph 16.01, above.
16.03 CONTRACTOR NONCOMPLIANCE, WITHHOLDING
Contractor's compliance with Paragraphs 16.01 and 16.02, above, shall be a condition precedent to
maintenance of any legal action or arbitration by Contractor against City. In addition to and without limitation
upon City's other rights and remedies for breach, including any other provisions for withholding set forth in the
Contract Documents, City shall have the right, exercised in its sole discretion, to withhold from any payment
to Contractor due under a current Application for Payment an additional sum of up to ten percent (10%) of the
total amount set forth in such Application for Payment, until Contractor and its Subcontractors have complied
with any outstanding and unsatisfied request by City under this Article 16. Upon such compliance with this
Article 16, any additional monies withheld pursuant to this Paragraph 16.03 shall be released to Contractor.
16.04 SPECIFIC ENFORCEMENT BY CITY
Contractor agrees that any failure by Contractor or any Subcontractor to provide access to its books and
records as required by this Article 16 shall be specifically enforceable, by issuance of a preliminary and/or
permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such
court and without the necessity of oral testimony, to compel Contractor to permit access, inspection, audits
and/or reproduction of such books and records or to require delivery of such books and records to City for
inspection, audit and/or reproduction.
[END OF ARTICLE]
ARTICLE 17-MISCELLANEOUS PROVISIONS
17.01 COMPLIANCE WITH APPLICABLE LAWS
A. Notices, Compliance
Contractor shall give all notices required by governmental authorities and comply with all applicable
laws and lawful orders of governmental authorities, including but not limited to the provisions of the
California Code of Regulations applicable to contractors performing construction and all laws,
ordinances, rules, regulations and lawful orders relating to safety, and equal employment opportunities.
B. Taxes, Employee Benefits
Contractor shall pay at its own expense, at no cost to the City and without adjustment to the Contract
Sum, all local, state and federal taxes, including, without limitation all sales, consumer, business
license, use and similar taxes on materials, labor or other items furnished for the Work or portions
thereof provided by Contractor or Subcontractors, all taxes arising out of its operations under the
Contract Documents and all benefits, insurance, taxes and contributions for social security and
unemployment insurance which are measured by wages, salaries or other remuneration paid to
Contractor's employees. If under federal excise tax law any transaction hereunder constitutes a sale
on which a federal excise tax is imposed and the sale is exempt from such excise tax because it is a
sale to meat for its exclusive use, then City, upon request, will execute documents necessary to show
that is a political subdivision of the State for the purposes of such exemption and that the sale is for the
exclusive use of the City, in which case no excise tax for such materials shall be included in the Bid or
Contract Sum.
C. Notice of Violations
Contractor shall immediately notify the City and Director in writing of any instruction received from the
City, Director, Architect or other person or entity that, if implemented, would cause a violation of any
applicable law or lawful order of a governmental authority. If Contractor fails to provide such notice,
then Director shall be entitled to assume that such instruction is in compliance with applicable laws and
lawful orders of governmental authorities. If Contractor observes that any portion of the Drawings and
Specifications or Work are at variance with applicable laws or lawful orders of governmental authorities,
or should Contractor become aware of conditions not covered by the Contract Documents which will
result in Work being at variance therewith, Contractor shall promptly notify Director in writing. If, without
such notice to Director, Contractor or any Subcontractor performs any Work which it knew, or through
the exercise of reasonable care should have known, was contrary to lawful orders of governmental
authorities or applicable laws, then Contractor shall bear all resulting losses at its own expense, at no
cost to City and without adjustment to the Contract Sum.
17.02 OWNERSHIP OF DESIGN DOCUMENTS
A. Property of City
All Design Documents, Contract Documents and Submittals (including, without limitation, all copies
thereof) and all designs and building designs depicted therein are and shall remain the sole and
exclusive property of the City and the City shall solely and exclusively hold all copyrights thereto.
Without derogation the City’s rights under this Paragraph, the Contractor and Subcontractors are
granted a limited, non-exclusive license, revocable at will of City, to use and reproduce applicable
portions of the Contract Documents and Submittals as appropriate to and for use in the execution of
the Work and for no other purpose.
B. Documents on Site
Contractor shall keep on the Project site, at all times and for use by City, Director, Inspectors of Record
and City’s Consultants, a complete set of the Contract Documents that have been approved by
applicable Governmental Authorities.
C. Delivery to City
All Design Documents, Contract Documents and Submittals in the possession of Contractor or
Subcontractors shall be returned to the City upon the earlier of Final Completion or termination of the
Construction Contract; provided, however, that Contractor and each Subcontractor shall have the right
to retain one (1) copy of the Contract Documents and Submittals for its permanent records
D. Subcontractors
Contractor shall take all necessary steps to assure that a provision is included in all subcontracts with
Subcontractors, of every tier, who perform Work on the Project establishing, protecting and preserving
the, City’s rights set forth in this Paragraph.
17.03 AMENDMENTS
The Contract Documents may be amended only by a written instrument duly executed by the parties or their
respective successors or assigns.
17.04 WAIVER
Either party's waiver of any breach or failure to enforce any of the terms, covenants, conditions or other
provisions of the Contract Documents at any time shall not in any way limit or waive that party's right thereafter
to enforce or compel strict compliance with every term, covenant, condition or other provision, any course of
dealing or custom of the trade notwithstanding. Furthermore, if the parties make and implement any
interpretation of the Contract Documents without documenting such interpretation by an instrument in writing
signed by both parties, such interpretation and implementation thereof will not be binding in the event of any
future disputes.
17.05 INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and nothing contained in the Contract Documents shall be construed
as constituting any relationship with City other than that of Project owner and independent contractor. In no
event shall the relationship between City and Contractor be construed as creating any relationship whatsoever
between City and Contractor's employees. Neither Contractor nor any of its employees is or shall be deemed
to be an employee of City. Except as otherwise specified in the Contract Documents, Contractor has sole
authority and responsibility to employ, discharge and otherwise control its employees and has complete and
sole responsibility as a principal for its agents, for all Subcontractors and for all other Persons that Contractor
or any Subcontractor hires to perform or assist in performing the Work.
17.06 SUCCESSORS AND ASSIGNS
The Contract Documents shall be binding upon and inure to the benefit of City and Contractor and their
permitted successors, assigns and legal representatives.
A. City may assign all or part of its right, title and interest in and to any Contract Documents, including
rights with respect to the Payment and Performance Bonds, to (a) any other governmental person
as permitted by governmental rules, provided that the successor or assignee has assumed all of
City's obligations, duties and liabilities under the Contract Document then in effect; and (b) any other
Person with the prior written approval of Contractor.
B. Contractor may collaterally assign its rights to receive payment under the Contract Documents.
Contractor may not delegate any of its duties hereunder, except to Subcontractors as expressly
otherwise permitted in the Contract Documents. Contractor's assignment or delegation of any of its
Work under the Contract Documents shall be ineffective to relieve Contractor of its responsibility for
the Work assigned or delegated, unless City, in its sole discretion, has approved such relief from
responsibility.
Any assignment of money shall be subject to all proper set-offs and withholdings in favor of City and
to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be
subject to being used by City for completion of the Work, should Contractor be in default.
C. Except for the limited circumstances set forth in Paragraph 17.06-B, above, Contractor may not,
without the prior written consent of City in its sole discretion, voluntarily or involuntarily assign,
convey, transfer, pledge, mortgage or otherwise encumber its rights or interests under the Contract
Documents. No partner, joint venturer, member or shareholder of Contractor may assign, convey,
transfer, pledge, mortgage or otherwise encumber its ownership interest in Contractor without the
prior written consent of City, in City’s sole discretion.
17.07 SURVIVAL
Contractor’s representations and warranties, the dispute resolution provisions contained in Article 15, and all
other provisions which by their inherent character should survive termination of the Contract and/or Final
Acceptance, shall survive the termination of the Contract and the Final Acceptance Date.
17.08 LIMITATION ON THIRD PARTY BENEFICIARIES
It is not intended by any of the provisions of the Contract Documents to create any third party beneficiary
hereunder or to authorize anyone not a party hereto to maintain a suit for personal injury or property damage
pursuant to the terms or provisions hereof, except to the extent that specific provisions (such as the warranty
and indemnity provisions) identify third parties and state that they are entitled to benefits hereunder. The
duties, obligations and responsibilities of the parties to the Contract Documents with respect to such third
parties shall remain as imposed by law. The Contract Documents shall not be construed to create a
contractual relationship of any kind between City and a Subcontractor or any other Person except Contractor.
17.09 PERSONAL LIABILITY OF CITY EMPLOYEES
City’s authorized representatives are acting solely as agents and representatives of City when carrying out
the provisions of or exercising the power or authority granted to them under the Contract. They shall not be
liable either personally or as employees of City for actions in their ordinary course of employment.
No agent, consultant, Council member, officer or authorized employee of City, shall be personally responsible
for any liability arising under the Contract.
17.10 NO ESTOPPEL
City shall not, nor shall any officer thereof, be precluded or estopped by any measurement, estimate or
certificate made or given by the City representative or other officer, agent, or employee of City under any
provisions of the Contract from at any time (either before or after the final completion and acceptance of the
Work and payment therefor) pursuant to any such measurement, estimate or certificate showing the true and
correct amount and character of the work done, and materials furnished by Contractor or any person under
the Contract or from showing at any time that any such measurement, estimate or certificate is untrue and
incorrect, or improperly made in any particular, or that the work and materials, or any part thereof, do not in
fact conform to the Contract Documents. Notwithstanding any such measurement, estimate or certificate, or
payment made in accordance therewith, City shall not be precluded or estopped from recovering from
Contractor and its Sureties such damages as City may sustain by reason of Contractor’s failure to comply or
to have complied with the Contract Documents.
17.11 GOVERNING LAW
The laws of the State of California govern the construction and interpretation of the Contract Documents,
without regard to conflict of law principles. Unless the Contract Documents provide otherwise, any reference
to laws, ordinances, rules, or regulations include their later amendment, modifications, and successor
legislation. If Contractor or City brings a lawsuit to enforce or interpret one or more provisions of the Contract
Documents, jurisdiction is in the Superior Court of the County of Los Angeles, California, or where otherwise
appropriate, in the United States District Court, Central District of California. Contractor and City acknowledge
that the Contract Documents were negotiated, entered into, and executed—and the Work was performed—in
the City of Vernon, California.
17.12 FURTHER ASSURANCES
Contractor shall promptly execute and deliver to City all such instruments and other documents and
assurances as are reasonably requested by City to further evidence the obligations of Contractor hereunder,
including assurances regarding assignments of Subcontractors contained herein.
17.13 SEVERABILITY
If any clause, provision, section, paragraph or part of the Contract is ruled invalid by a court having proper
jurisdiction, then the parties shall: (a) promptly meet and negotiate a substitute for such clause, provision,
section, paragraph or part, which shall, to the greatest extent legally permissible, effect the original intent of
the parties, including an equitable adjustment to the Contract Price to account for any change in the Work
resulting from such invalidated portion; and (b) if necessary or desirable, apply to the court or other decision
maker (as applicable) which declared such invalidity for an interpretation of the invalidated portion to guide
the negotiations. The invalidity or unenforceability of any such clause, provision, section, paragraph or part
shall not affect the validity or enforceability of the balance of the Contract, which shall be construed and
enforced as if the Contract did not contain such invalid or unenforceable clause, provision, section, paragraph
or part.
17.14 HEADINGS
The captions of the sections of the Contract are for convenience only and shall not be deemed part of the
Contract or considered in construing the Contract.
17.15 ENTIRE AGREEMENT
The Contract Documents contain the entire understanding of the parties with respect to the subject matter
hereof and supersede all prior agreements, understandings, statements, representations and negotiations
between the parties with respect to its subject matter.
17.16 COUNTERPARTS
This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but
all of which together shall constitute one and the same instrument.
[END OF ARTICLE]
EXHIBIT 1
Bond No.:
Premium Amount: $
Bond’s Effective Date:
PERFORMANCE BOND
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
(Name, address, and telephone of Contractor)
________________________________________________________________________________ (“Principal”),
a Contract (the “Contract”) for the Work described as follows:
Specification No. : in Vernon, CA.
2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)—
to furnish a bond guaranteeing Principal’s faithful performance of the Work.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
______________________________________________________________________________________________
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”),
a duly admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
______________________________________________________________________________________________
(Name, address, and telephone)
_________________________. Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal promptly and faithfully performs the undertakings, terms,
covenants, conditions, and agreements in the Contract and Contract Documents (including all their amendments and supplements), all within
the time and in the manner that those documents specify, then this obligation becomes null and void. Otherwise, this Bond remains in full
force and effect, and the following terms and conditions apply to this Bond:
1. This Bond specifically guarantees Principal’s performance of each obligation and all obligations under the Contract and Contract
Documents, as they may be amended and supplemented— including, but not limited to, Principal’s liability for liquidated damages,
Warranties, Guarantees, Correction, and Maintenance obligations as specified in the Contract and Contract Documents— except
that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents, the
guarantees in this Bond also survive Final Completion of the Work.
3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly: (a)
remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then in effect; or (c) using
a procurement methodology approved by City, select a contractor or contractors— acceptable to City— to complete all of the Work,
and arrange for a contract between the contractor(s) and City. Surety shall make available, as the Work progresses, sufficient funds
to pay the cost of completion less the balance of the Contract Sum, and to pay and perform all obligations of Principal under the
Contract and Contract Documents— including other costs and damages for which Surety is liable under this Bond— except that
Surety’s total obligation, as described here, will not exceed the Bonded Sum.
4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract Documents, or
the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an extension of time for
performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice of alteration, modification,
change, addition, deletion, omission, agreement, supplement, or extension of time.
5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
6. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the Bonded
Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or
withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed
by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name) (Name)
Its: Its:
(Title) (Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A
CORPORATION.
APPROVED AS TO SURETY AND APPROVED AS TO FORM:
AMOUNT OF BONDED SUM:
By By
Daniel Wall, Director of Public Works Arnold M. Alvarez-Glasman, Interim City Attorney
CORPORATE SEAL CORPORATE SEAL
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss.
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of
, and acknowledged to me that he/she subscribed the
name of thereto as principal, and his/he own name as
attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
EXHIBIT 2
Bond No.:
Premium Amount: $
Bond’s Effective Date:
PAYMENT BOND
(LABOR AND MATERIALS)
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
__________________________________________________________________________________________
(Name, address, and telephone of Design-Builder)
________________________________________________________________________________ (“Principal”),
a Contract (the “Contract”) for the Work described as follows:
Specification No. : in Vernon, CA.
2. Principal is required under California Civil Code Sections 3247-3248 and the terms of the Contract— and all contract
documents referenced in it (“Contract Documents”)— to furnish a bond guaranteeing Principal’s paying claims, demands,
liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
______________________________________________________________________________________________
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”),
a duly admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
______________________________________________________________________________________________
(Name, address, and telephone)
_________________________. Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal or a subcontractor fails to pay (a) any person named in
California Civil Code Section 3181, or any successor legislation; (b) any amount due under California’s Unemployment Insurance
Code, or any successor legislation, for work or labor performed under the Contract or Contract Documents; or (c) any amount
under Unemployment Insurance Code Section 13020, or any successor legislation, that Principal or a subcontractor must deduct,
withhold, and pay over to the Employment Development Department from the wages of its employees, for work or labor performed
under the Contract or Contract Documents, then Surety shall pay for the same in an amount not-to-exceed the Bonded Sum.
Otherwise, this obligation becomes null and void. While this Bond remains in full force and effect, the following terms and conditions
apply to this Bond:
1. This Bond inures to the benefit of any of the persons named in California Civil Code Section 3181, or any successor legislation,
giving those persons or their assigns a right of action in any suit brought upon this Bond, unless California Civil Code Section 3267,
or any successor legislation, applies.
2. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract
Documents, or the nature of the Work performed under the Contract or Contract Documents— including, without limitation, an
extension of time for performance— does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice
of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time.
3. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s paying claims,
demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work.
4. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay— in addition to the
Bonded Sum— City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
5. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed
by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name) (Name)
Its: Its:
(Title) (Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A
CORPORATION.
APPROVED AS TO SURETY AND APPROVED AS TO FORM:
AMOUNT OF BONDED SUM:
By By
Daniel Wall, Director of Public Works Arnold M. Alvarez-Glasman, Interim City Attorney
CORPORATE SEAL CORPORATE SEAL
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss.
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of
, and acknowledged to me that he/she subscribed the name of thereto
as principal, and his/he own name as attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
EXHIBIT 3
Bond No.:
Premium Amount: $
Bond’s Effective Date:
MAINTENANCE BOND
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
(Name, address, and telephone of Contractor)
________________________________________________________________________________
(“Principal”),
a Contract (the “Contract”) for the Work described as follows:
Specification No. : in Vernon, CA.
2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)—
after completion of the Work and before the filing and recordation of a Notice of Completion for the Work, to furnish a bond to
secure claims for Maintenance equal to ten percent (10%) of the total amount of the Contract Which shall hold good for a
period of one (1) year from the date the City’s Notice of Completion and Acceptance of the Work is filed with the County
Recorder, to protect the City against the result of faulty material or workmanship during that time.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
______________________________________________________________________________________________
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”),
a duly admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than ten percent (10%) of the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
______________________________________________________________________________________________
(Name, address, and telephone)
Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT if the said Principal or any of his or her or its subcontractors, or the heirs,
executors, administrators, successors, or assigns or assigns of any, all, or either of them, shall fail to execute within a reasonable
amount of time, or fail to respond within seven (7) days with a written schedule acceptable to the City for same, repair or replacement
of any and all Work, together with any other adjacent Work which may be displaced by so doing, that proves to be defective in its
workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from
the date the City’s Notice of Completion and Acceptance, or equivalent, is filed with the County Recorder, ordinary wear and tear and
unusual abuse or neglect excepted with respect to such Work and labor, the Surety herein shall pay for the same, in an amount not
exceeding the sum specified in this Bond.
1. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly
remedy the default using a procurement methodology approved by City, select a contractor or contractors— acceptable to City to
complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available sufficient funds
to pay the cost of repair or replacement of any and all Work and to pay and perform all obligations of Principal under the Contract
and Contract Documents— including other costs and damages for which Surety is liable under this Bond except that Surety’s total
obligation, as described here, will not exceed the Bonded Sum.
2. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain
in full force and effect.
3. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of said
Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any manner affect its
obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition.
4. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
5. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
6. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay, in addition to the Bonded Sum,
City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
7. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or
withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
8. Death of the Principal shall not relieve Surety of its obligations hereunder.
On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed
by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name) (Name)
Its: Its:
(Title) (Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A CORPORATION.
APPROVED AS TO SURETY & AMOUNT OF BONDED SUM: APPROVED AS TO FORM:
By By
Daniel Wall, Director of Public Works Arnold M. Alvarez-Glasman, Interim City Attorney
CORPORATE SEAL CORPORATE SEAL
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss.
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of
, and acknowledged to me that he/she subscribed the
name of thereto as principal, and his/he own name as
attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
EXHIBIT 4
INSURANCE REQUIREMENTS
1.0 REQUIRED INSURANCE POLICIES
At its own expense, Contractor shall obtain, pay for, and maintain – and shall require each of its
Subcontractors to obtain and maintain – for the duration of the Agreement, policies of insurance meeting the following
requirements:
A. Workers’ Compensation/Employer’s Liability Insurance shall provide workers’ compensation statutory
benefits as required by law.
1. Employer’s Liability insurance shall be in an amount not less than:
(a) ONE MILLION DOLLARS ($1,000,000) per accident for bodily injury or disease;
(b) ONE MILLION DOLLARS ($1,000,000) per employee for bodily injury or disease;
and
(c) ONE MILLION DOLLARS ($1,000,000) policy limit.
B. Commercial General Liability (“CGL”) (primary). City and its employees and agents shall be added as
additional insureds, not limiting coverage for the additional insured to “ongoing operations” or in any way excluding
coverage for completed operations. Coverage shall apply on a primary, non-contributing basis in relation to any other
insurance or self-insurance, primary or excess, available to City or any employee, representative or agent of City.
Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall
contain no contractors’ limitation or other endorsement limiting the scope of coverage for liability arising from explosion,
collapse, or underground property damage.
1. CGL insurance must not be written for less than the limits of liability specified as follows:
(a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including
accidental death) to any one person;
(b) ONE MILLION DOLLARS ($1,000,000) per occurrence for personal and
advertising injury to any one person;
(c) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; and
(d) TWO MILLION DOLLARS ($2,000,000) general aggregate limit.
2. CGL insurance must include all major divisions of coverage and must cover:
(a) Premises Operations (including Explosion, Collapse, and Underground [“X,C,U”]
coverages as applicable);
(b) Independent Contractor’s Protective;
(c) Independent Contractors;
(d) Products and Completed Operations (maintain same limits as above until five (5)
years after recordation of Notice of Completion)
(e) Personal and Advertising Injury (with Employer’s Liability Exclusion deleted);
(f) Contractual Liability (including specified provision for Contractor’s obligation under
Article 11 of the General Conditions); and
(g) Broad Form Property Damage.
3. Umbrella or Excess Liability Insurance (over primary), if provided, shall be at least as broad
as any underlying coverage. Coverage shall be provided on a “pay on behalf” basis, with
defense costs payable in addition to policy limits. There shall be no cross liability exclusion
and no contractor’s limitation endorsement. The policy shall have starting and ending dates
concurrent with the underlying coverages. The Named Insured may determine the layering
of primary and excess liability insurance provided that if such layering differs from that
described here, the actual coverage program meets the minimum total required limits and
complies with all other requirements listed here.
C. Business Automobile Liability Insurance
1. Business Automobile Liability Insurance must cover all vehicles, whether rented, leased,
hired, scheduled, owned or non-owned. If Contractor does not own any vehicles, this
requirement may be satisfied by a non-owned vehicle endorsement to the general and
umbrella liability policies. Business Automobile Liability Insurance coverage amounts shall
not be less than the following:
(a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including
accidental death) to any one person; and
(b) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; or
(c) ONE MILLION DOLLARS ($1,000,000) combined single limit.
D. Contractors Pollution Liability Insurance (CPL)
1. Contractor or Subcontractor shall obtain, pay for, and maintain for the duration of the
Contract Contractors Pollution Liability insurance that provides coverage for liability caused
by pollution conditions arising out of the operations of the Contractor. Coverage shall be
included on behalf of the insured for covered claims arising out of the actions of independent
contractors. If the insured is using Subcontractors, the policy must include work performed
“by or on behalf” of the insured.
2. The policy limit shall provide coverage of no less than one million dollars ($1,000,000) per
claim and in the aggregate. Coverage shall apply to bodily injury; property damage,
including loss of use of damaged property or of property that has not been physically inured;
cleanup costs; and costs of defense, including costs and expenses incurred in the
investigation, defense, or settlement of claims.
3. All activities contemplated in the Contract shall be specifically scheduled on the CPL policy
as “covered operations.” In addition, the policy shall provide coverage for the hauling of
waste from the Project site to the final disposal location, including non-owned disposal sites.
4. The policy shall specifically provide for a duty to defend on the part of the insurer. City, its
officers, employees and agents shall be added to the policy as additional insureds by
endorsement.
E. Builder’s Risk Insurance
1. Builder’s Risk Insurance covering all real and personal property for “all risks” of loss or
“comprehensive perils” coverage including but not limited to the perils of earth movement
including earthquake and flood for all buildings, structures, fixtures, materials, supplies,
machinery and equipment to be used in or incidental to the construction at the site, off site,
or in transit, for the full replacement value of such properties. Coverage shall be included for
property of others in the care, custody or control of the insured for which any insured may be
liable. The City will purchase a builder’s risk policy for the Project instead of a contractor
purchased policy. Bidder should not include cost for this coverage in his/her bid.
2.0 GENERAL REQUIREMENTS—ALL POLICIES
A. Qualifications of Insurer. At all times during the term of this Contract, Contractor’s insurance
company must meet all of the following requirements:
1. “Admitted” insurer by the State of California Department of Insurance or be listed on the
California Department of Insurance’s “List of Surplus Line Insurers” (“LESLI”);
2. Domiciled within, and organized under the laws of, a State of the United States; and
3. Carry an A.M. Best & Company minimum rating of “A:VII”.
B. Continuation Coverage. For insurance coverages that are required to remain in force after the
Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all
certificates and additional insured endorsements evidencing the continuation of such coverage.
C. Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to
City’s review and approval, in its sole discretion.
D. Commercial General Liability and Business Automobile insurance policies must be written on an
“occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as
additional insureds.
E. Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self-
insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance.
City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy.
F. Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not
exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its
representatives, or both.
G. Separation of Insureds. Contractor’s insurance policy applies separately to each insured or
additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the
naming of multiple insureds will not increase an insurance company’s limits of liability.
H. Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an
additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising
injury, or property damage.
I. Premiums. City is not liable for a premium payment or another expense under Contractor’s policy
J. At any time during the duration of this Contract, City may do any one or more of the following:
1. Review this Agreement’s insurance coverage requirements;
2. Require that Contractor obtain, pay for, and maintain more insurance depending on City’s
assessment of any one or more of the following factors:
(a) City’s risk of liability or exposure arising out of, or in any way connected with, the
services of Contractor under this Agreement;
(b) The nature or number of accidents, claims, or lawsuits arising out of, or in any way
connected with, the services of Contractor under this Agreement; or
(c) The availability, or affordability, or both, of increased liability insurance coverage.
3. Obtain, pay for, or maintain a bond (as a replacement for an insurance coverage) from a
California corporate surety, guaranteeing payment to City for liability, or costs, or both,
that City incurs during City’s investigation, administration, or defense of a claim or a suit
arising out of this Agreement; or
K. Contractor shall maintain the insurance policy without interruption, from the Project’s
commencement date to the Final Payment date, or until a date that City specifies for any coverage that Contractor
must maintain after the Final Payment.
L. Contractor shall not allow any insurance to expire, cancel, terminate, lapse, or non-renew.
Contractor’s insurance company shall mail City written notice at least thirty (30) days in advance of the policy’s
cancellation, termination, non-renewal, or reduction in coverage and ten (10) days before its insurance policy’s
expiration, cancellation, termination, or non-renewal, Contractor shall deliver to City evidence of the required
coverage as proof that Contractor’s insurance policy has been renewed or replaced with another insurance policy
which, during the duration of this Agreement, meets all of this Agreement’s insurance requirements.
M. At any time, upon City’s request, Contractor shall furnish satisfactory proof of each type of
insurance coverage required— including a certified copy of the insurance policy or policies; certificates, endorsements,
renewals, or replacements; and documents comprising Contractor’s self-insurance program— all in a form and content
acceptable to the City Attorney or City’s Risk Manager.
N. If Contractor hires, employs, or uses one or more Subcontractor(s) to perform work, services,
operations, or activities on Contractor’s behalf, Contractor shall ensure that the Subcontractor complies with the
following.
1. Meets, and fully complies with, this Agreement’s insurance requirements; and
2. Furnishes City at any time upon its request, with a complete copy of the Subcontractor’s
insurance policy or policies for City’s review, or approval, or both. Failure of City to
request copies of such documents shall not impose any liability on City, or its employees.
O. Contractor’s failure to comply with an insurance provision in this Agreement constitutes a material
breach upon which City may immediately terminate or suspend Contractor’s performance of this Agreement, or
invoke another remedy that this Agreement or the law allows. At its discretion and without waiving any other rights it
may have pursuant to law, City has the right but not a duty to obtain or renew the insurance and pay all or part of the
premiums. Upon demand, Contractor shall repay City for all sums or monies that City paid to obtain, renew, or
reinstate the insurance, or City may offset the cost of the premium against any sums or monies that City may owe
Contractor.
3.0 CONTRACTOR’S SUBMITTAL OF CERTIFICATES AND ENDORSEMENTS
A. Contractor shall have its insurance carrier(s) or self-insurance administrator(s) complete and
execute the following insurance documents and shall deliver said documents at the same time Contractor delivers
this Agreement to City. City will neither sign this Agreement nor issue a “Notice to Proceed” until the City Attorney or
City’s Risk Manager has reviewed and approved all insurance documents. City's decision as to the acceptability of all
insurance documents is final. Sample insurance documents in the City’s approved format are set forth in this 4.
B. Required Submittals for Commercial General Liability and Business Automobile Insurance and
Contractor’s Pollution Liability Insurance. The following submittals must be on forms satisfactory to the City Attorney or
City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the
requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein.
1. “Certificate of Insurance”
2. “Additional Insured Endorsement”
3. Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others”
Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon,
and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This
insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of,
and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who
is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30)
days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.”
C. Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a
certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk
Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of,
and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If
Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the
State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of
Exemption from Labor Code §3700” form is required.
D. Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a
declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier
or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely
consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the
insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed,
maintained, repaired or supplied pursuant to this Contract.
E. Contractor agrees to monitor and review all such coverage and assumes all responsibility for
ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage.
F. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that
includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the
right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City.
G. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third
party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or
subcontractor.
H. Any “self-insured retention” must be declared and approved by City. City reserves the right to require
the self-insured retention to be eliminated or replaced by a deductible. Self-funding, policy fronting or other mechanisms
to avoid risk transfer are not acceptable. If Contractor has such a program, Contractor must fully disclose such program
to City.
EXHIBIT 5
Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit
CITY OF VERNON
PUBLIC WORKS DEPARTMENT
Construction Stormwater Program
Permit Number: Date:
Applicant: Phone:
Project Address:
Property Owner:
Contractor:
Contractor’s Address:
The National Pollutant Discharge Elimination System (NPDES) is a portion of the Clean Water
Act that applies to the protection of receiving waters. Under permits from the Los Angeles
Regional Water Quality Control Board (RWQCB), certain activities are subject to RWQCB
enforcement. To meet the standards of the Waste Discharge Requirements for Municipal
Separate Storm Sewer System (MS4) Discharges within the Coastal Watershed of Los Angeles
County, Except those Discharges Originating from the City of Long Beach MS4 (CAS004001),
the City of Vernon has adopted minimum standards for stormwater runoff from development
construction activities.
These minimum standards require the implementation of an effective combination of erosion
and sediment control Best Management Practices (BMPs) to prevent erosion and sediment loss,
and the discharge of construction waste at each site. At a minimum, the construction activity
associated with the construction project identified above shall be conducted in such a manner
that:
Prevents illicit construction-related discharges of pollutants into the MS4 and receiving
waters.
Implements and maintains structural and non-structural BMPs to reduce pollutants in
stormwater runoff from construction sites.
Reduces construction site discharges of pollutants to the MS4 to the maximum extent
practicable.
Prevents construction site discharges to the MS4 from causing or contributing to a
violation of water quality standards.
Note: The Stormwater BMP Construction Handbook sheets developed by the California
Stormwater Quality Association shall be used as guidance in determining and implementing
required BMPs. The BMP sheets may be reviewed at the Public Works Department counter
during regular business hours. A General Construction Permit shall be obtained and maintained
for all construction sites one (1) acre or greater. Additional conditions may be required for
these sites.
I have read and understand the requirements listed above and certify that I will comply with
the minimum requirements above.
Signature:
Print Name:
Title:
Property Owner:
EXHIBIT A6
Statement of Intent to Comply with Minimum Requirements of the California Covid-19 Industry Guidance:
Construction
CITY OF VERNON
PUBLIC WORKS DEPARTMENT
Project Address:
Property Owner:
Contractor:
Contractor’s Address:
The latest COVID-19 industry guidelines can be accessed at the following web address:
https://www.dir.ca.gov/dosh/coronavirus/Guidance-by-Industry.html
This document provides guidance for the construction industry to support a safe, clean
environment for workers. The guidance is not intended to revoke or repeal any worker rights,
either statutory, regulatory or collectively bargained, and is not exhaustive, as it does not include
county health orders, nor is it a substitute for any existing safety and health-related regulatory
requirements such as those of Cal/OSHA.1 Stay current on changes to public health guidance
and state/local orders, as the COVID-19 situation continues. Cal/OSHA has more safety and
health guidance on their Cal/OSHA COVID-19 Infection Prevention for Construction 2
Employers and Workers webpage. CDC has additional guidance for businesses and employers.
I have read and understand the requirements listed above and certify that I will comply with
the minimum requirements above.
Signature: Date:
Print Name:
Title:
EXHIBIT B
SPECIAL PROVISIONS
SPECIFIC FOR THIS PROJECT
CS-1303 - Page 1 of 10
EXHIBIT B
SPECIAL PROVISIONS - SPECIFIC FOR THIS PROJECT
CITYWIDE TRAFFIC SIGNAL MAINTENANCE & REPAIR FY2021
CONTRACT NO. CS-1303
GENERAL
B-1.01 Scope of Work – The proposed project will consist of ongoing and regular field
preventative maintenance and repair of traffic signal equipment, as further described in these
special provisions and Attachment “C” - Monthly Preventative Maintenance Tasks, and other
related equipment by truly trained and qualified personnel. In addition, the Contractor shall
provide and maintain Emergency Service response of the City’s forty-one (41) signalized
intersections on a 24-hour a day, 7 days per week basis, including all holidays.
B-1.02 Contract Plans – The location map for City of Vernon Contract CS-1303 are shown on
Attachment “A”. The written locations for the 41 signalized intersections for this project are
shown on Attachment “B”.
B-1.03 Specifications – Traffic Signal, street lighting and materials shall conform to the
“GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
(2015 Edition), State of California Department of Transportation (Caltrans) Standard Plans (2015
Edition) and the State of California Department of Transportation (Caltrans) Standard
Specifications (2015 Edition).
B-1.04 Length of Contract – This shall be a three year contract beginning upon City Council
approval.
B-1.05 Delays and Extensions of Time – The provisions of Section 6-6 entitled "Delays and
Extensions of Time" of the Standard Specifications shall apply except as modified and
supplemented below.
The second paragraph of subsection 6-6.1 is hereby deleted and the following paragraph shall be
inserted in its place:
No extension of time will be granted for a delay caused by the inability of the Contractor to
obtain materials, equipment and labor, except as authorized by the City Engineer. The length of
contract time stipulated includes any time which may be required to obtain materials, equipment
and labor, and the Contractor in submitting a bid shall be deemed to have ascertained the
availability of materials, equipment and labor and considered same in his proposed construction
schedule.
B-1.06 Quality of Work – The provisions of Section 4-1.1 entitled "Materials and Workmanship"
of the Standard Specifications (2015) shall apply. In addition, any work deemed unacceptable by
CS-1303 - Page 2 of 10
the City Engineer, whether a cause is determined or not shall be repaired or replaced by the
Contractor at his expense.
B-l.07 Liquidated Damages – As stated in Section 3.07 in Exhibit A – General Conditions,
the Contractor shall pay the sum of $500.00 for each day past the first and last seven (7)
working days of each month for non-completion of the Routine Maintenance-Inspection
and Cleaning work. Contractor shall pay to the City, or have withheld from monies due it,
the sum of $200.00 for each hour late when responding to emergency situations.
B-1.08 Unit Prices - All costs not covered by specific unit prices but required for a complete job
in place, shall be included in the items most related to the work.
B-2.01 Scheduling of Work – The Contractor shall submit his preventative maintenance work
schedule to the City Engineer at the pre-construction meeting. This schedule must be reviewed
and accepted by the City Engineer before the Contractor will be permitted to begin work. The
Contractor shall give 24 hours’ notice to the City Engineer prior to the start of the work.
B-2.02 Working Days – All preventative maintenance work shall occur Monday thru Friday
between the hours of 7am-4:00pm, excluding emergency work. Contractor shall perform
Monthly Maintenance –Inspection and Cleaning work to half of the signalized intersections
listed in Attachment “B” and shown in Attachment “A” during the first seven (7) working days
of each month and the other half shall be performed during the last seven (7) working days of
each month unless otherwise approved by the City.
B-3.01 Traffic Requirements - General – Before any partial or total closure of any street, the
Contractor shall be required to obtain the approval of the City Engineer.
The Contractor shall comply with Section 7-10 of the Standard Specifications and provide safe
and continuous passage for pedestrian and vehicular traffic at all times, unless previously
approved by the City Engineer. The contractor shall provide and maintain all necessary flagmen,
barricades, delineators, signs, flashers and any other safety equipment as set forth in the latest
publication of the State of California, Division of Highways, Traffic Manual or as required by
the City Engineer to insure safe passage of traffic.
In addition to the requirements of the "MUTCD" handbook, the City Engineer may require
flatter traffic tapers, additional traffic control devices, barricading, and other signing in order to
ensure driver awareness and safety in the construction area. Further, the Contractor shall provide
Type II or Type III barricades and delineators at locations as determined by the City Engineer.
The Contractor shall maintain continuous access to all businesses within the project limits. Any
closed access or drive approach shall be immediately restored when the construction operation
that necessitated such closure is completed. The following is a partial list of factors required to
comply with this access requirement:
a. Where a business or residence has more than one two-way drive, continuous access to at least
one two-way drive shall be maintained at all times.
CS-1303 - Page 3 of 10
b. In addition to the above, the Contractor shall be required to place trench plates over the
excavated areas to allow temporary access to businesses when necessary.
B-3.02 Traffic Requirements – Specific for this Project – In addition to the general specific
requirements of Section B-3.01 of these Specifications, the following provisions shall apply
unless otherwise directed by the City Engineer.
a. Except for emergency work, the Contractor shall submit detour plans to the City Engineer for
approval at least (10) ten calendar days prior to any proposed shutdowns where traffic flow has
to be diverted. This will not apply for emergency responses.
The posting of "NO PARKING" signs within the construction limits is permitted with the
approval of the City Engineer. "NO PARKING" signs shall contain a "TOW AWAY" warning.
These signs shall be furnished and maintained by the Contractor and shall be of the type
approved by the City Engineer. Each sign posted shall have the date and time indicating the
duration of the "NO PARKING" prohibition printed clearly in a manner acceptable to the City
Engineer. New signs shall be posted when changes occur in the parking prohibitions indicated on
the previously posted signs.
Signs must be posted at least 72 hours in advance of construction or they are invalid. Signs shall
not be attached to trees or taped to street light or traffic signal poles. The signs shall be effective
for no more than three (3) calendar days and shall be removed within 24 hours after the work is
complete. All signs, lights and other warning devices used shall be in accordance with State of
California Business and Transportation City Department of Public Works Manual of Warning
Signs, Lights and Devices for Use in Performance of Work on Highways. Contractor’s costs for
all the above signs shall be considered as included in the appropriate items and no extra
compensation will be paid.
B-4.01 Extra Work – In the event the City and the Contractor are unable to negotiate an agreed
price for extra work, which is acceptable to both parties, payment shall be made based on time
and materials as follows:
a. Work by the Contractor: The following percentages shall be added to the Contractor's cost and
shall constitute the markup for all overhead and profits:
1. Labor 33%
2. Materials 15%
3. Equipment Rental 15%
4. Other Items and Expenditures 15%
b. Work by the Subcontractor - When all or any part of the extra work is performed by a
subcontractor, the above markups shall apply to the aggregate sum of the extra work, regardless
of the number of tiers of subcontractors used. In addition, a markup of 10-percent on the first
$5,000 of extra work and 5-percent on work in excess of $5,000 may be added by the Contractor.
CS-1303 - Page 4 of 10
B-4.02 Compliance with Laws. Regulations and Safe Practices – The Contractor shall perform
all work in a safe, competent manner and in accordance with all federal, state, and local statues,
regulations, ordinances, rules, and governmental orders. The Contractor will be solely and
completely responsible for the conditions of the job site, including safety of all persons and
property during performance of the work. This requirement will apply continuously and not be
limited to normal working hours. Inspection of the Contractor's performance by the City, its
agents, or employees is not intended to include review of the adequacy of the Contractor's safety
measures in or near the job site.
B-5.01 Construction Order of Work – Work shall be scheduled so as to lessen the impact upon
businesses.
Requirements – General:
1. All construction shall conform to Sections 6-1 and 6-2 of the latest edition of the Standard
Specifications for Public Works Construction and shall proceed in a smooth, efficient, timely and
continuous manner. As such, once construction is started in a work area, the Contractor will be
required to work continuously in that work area until construction has been completed and the
work area is open and accessible to both vehicular and pedestrian traffic in a manner approved
by the City Engineer before the next stage of work will be allowed to begin.
2. Once construction is started in a work area, the Contractor shall not withdraw manpower or
equipment from that work area in order to start construction in another work area if doing so, in
the opinion of the City Engineer, delays the completion of the work presently under construction.
3. The Contractor shall maintain continuous access to all residents and businesses within the
project limits, including drive approaches, unless the Contractor has obtained the approval of the
City Engineer to close either such access or drive approach.
4. No stockpiling of material and construction equipment on public streets or sidewalks will be
permitted on this project unless approved by the City Engineer. Material and equipment placed
on public streets, sidewalks and on the construction areas shall be used the same day.
B-6.01 Character of Workers – If any subcontractor or person employed by the Contractor shall
appear to the City Engineer to be incompetent, intemperate, troublesome, or acts in a disorderly
or otherwise objectionable manner, he shall be immediately discharge from the project on the
requisition of the City Engineer, and such person shall not be reemployed on the work. If said
individual has an ownership interest in the contracting entity, the City Engineer will serve
written notice upon the Contractor and the Surety providing the faithful performance bond, in
accordance with Section 6-4, "Default by Contractor," of the Standard Specifications, demanding
complete and satisfactory compliance with the Contract.
B-7.01 Examination of the Site – The Contractor is required to examine the site and judge for
themselves the location, physical conditions, substructures, and surroundings of the proposed
work.
CS-1303 - Page 5 of 10
B-7.02 Mobilization – The cost of all preparatory work and operations for the multiple
movements of personnel, equipment, supplies, and incidentals to the project site must be
included in the various bid items, and no extra compensation will be paid to the Contractor.
B-7.03 Dust Control – Throughout all phases of construction, including suspension of work, and
until final acceptance of the project, the Contractor shall abate dust nuisance by cleaning,
sweeping and sprinkling water, or other means as necessary when requested by the City. Failure
of the Contractor to comply with the City Engineer's cleanup orders may result in an order to
suspend work until the condition is corrected. No additional compensation nor extension of
contract completion time will be allowed as a result of such suspension. The cost of furnishing
and operating dust control during the construction project must be included in the various bid
items, and no extra compensation will be paid to the Contractor.
B-7.04 Temporary Water Meter – If necessary, the Contractor shall obtain a temporary water
meter from the City of Vernon Water Department by placing a deposit of $1000.00. Contractor
shall pay for all water used. Contractor shall not relocate the service. The Contractor shall call
the City of Vernon Water Department to relocate the service and will be charged $50.00 for each
relocation.
B-7.05 Cleaning of Site During Construction – During construction, all existing improvements
adjacent to the work area shall be swept free from soils, gravel, dirt or debris on a daily basis.
The Contractor will be responsible for such cleaning.
B-7.06 Final Cleaning of Site and Restoration – The Contractor shall be responsible for cleaning
and restoration of all damaged existing improvements such as sidewalk, driveway, curb and
gutter, and private property at no cost to the City.
The Contractor shall remove all loose aggregates by sweeping all the sidewalks and gutters. The
cost of furnishing and operating such sweeping after the construction of the project must be
included in the various bid items, and no extra compensation will be paid to the Contractor.
B-8.01 Best Management Practices (BMP’s) – The Contractor shall submit a copy of their Best
Management Practices (BMPs) to the City Engineer for review ten (10) days prior to the
beginning of any work.
The Contractor is hereby notified that specific construction practices in the Standard
Specifications, Section 7-8.6.2, “Best Management Practices (BMPs)” are considered to be Best
Management Practices. The Contractor shall implement and maintain such BMP’s as are relevant
to the work, and as are specifically required by the Plans or Special Provisions. The Contractor
shall not commence activity until the BMP submittal has been reviewed and approved.
B-9.01 Protection of the Public – The Contractor shall take such steps and precautions as his/her
operations warrant to protect the public from danger, loss of life, loss of property or interruption
of public services. Unforeseen conditions may arise which will require that immediate provisions
be made to protect the public from danger or loss, or damage to life and property, due directly or
indirectly to prosecution of work under this contract. Whenever, in the opinion of the City
Engineer, a condition exists in which the Contractor has not taken sufficient precaution of public
CS-1303 - Page 6 of 10
safety, protection of utilities, and/or protection of adjacent structures or property, the City
Engineer will order the Contractor to provide a remedy for the condition. If the Contractor fails
to act on the situation within a reasonable time period as determined by the City Engineer, or in
the event of an emergency situation, the City Engineer may provide suitable protection by
causing such work to be done and material to be furnished as, in the opinion of the City
Engineer, may seem reasonable and necessary.
The cost and expense of all repairs (including labor and materials) as are deemed necessary, shall
be borne by the Contractor. All expenses incurred by the City for emergency repairs will be
deducted from the final payment due to the Contractor.
ROUTINE MAINTENANCE
The Contractor shall enact a continuing comprehensive maintenance program designed to
eliminate or reduce any incidence of malfunctions, complaints, and extension of the useful life of
the City’s traffic signal equipment. The program shall include at a minimum the following:
B-10.01 Monthly and Annual Preventative Maintenance – The Contractor shall provide monthly
and annual preventative maintenance on the forty-one (41) signalized intersections per the list of
tasks in Attachment “C”. The Contractor shall complete Monthly Preventative Maintenance
Checks per the list for each maintenance inspection and shall indicate the minimum work
required for each item. The contractor shall maintain a record of all service calls and work
performed upon the signal equipment, listing dates, hour of day and description of service work
performed. A copy of such record shall be maintained at all times within the controller cabinet at
each signal location. A log sheet giving a brief description of all routine and extraordinary
maintenance activities shall be attached to each monthly invoice. A monthly report of activities
for each intersection's events, sorted by time, is to be included in the reports requested by the
City. This is to be accompanied by a report of all activities sorted by time as well. The
Contractor shall maintain electronic records of the completed checklist form for each
intersection in the Contractor’s MMS throughout the term of this contract. The Contractor is
encouraged to make available via a web interface electronic records of the completed monthly
preventative maintenance checks as well as activity reports in real time.
The Contractor shall maintain two separate logs at each signalized intersection under this
contract. One log shall detail each monthly and preventative maintenance inspection by the
Contractor. The Contractor shall complete at a minimum on this log, the inspection date, arrival
time, departure time, type of inspection, any findings or repairs, and the Contractor’s employee
name or ID. The other log shall detail any extraordinary repairs or service calls for the
intersection. This log shall detail the nature of the emergency/service call, the Contractor’s
findings, the repair made, Repair Order number, if applicable, arrival time at the intersection,
departure time, and the Contractor’s employee name or ID. All information must be collected
and submitted with the monthly invoice.
B-10.02 Traffic Signal Control Equipment– The Contractor shall repair, replace or otherwise
render in good working order any and all defective parts of all traffic signal control equipment.
Whenever the Contractor replaces any defective parts on either a temporary and/or permanent
CS-1303 - Page 7 of 10
basis, the Contractor shall identify the parts being replaced by manufacture’s make and model.
Furthermore, the Contractor shall only use new parts for permanent replacement. Exceptions to
this requirement shall only occur on an individual basis upon advance written approval from the
City.
No permanent changes of traffic signal control devices shall be done without prior written
approval from the City. In addition, any changes shall also be indicated on the maintenance or
repair log within the traffic signal controller cabinet. The Contractor agrees to notify the City in
advance of any planned or scheduled traffic signal turn-offs/ turn-ons only upon prior written
approval by the City.
B-10.03 New Installation or Deletions- The Contractor shall maintain any new traffic signal
equipment and any other related devices, which are installed for or by the City throughout the
term of the contract. These devices will be deemed to be added to the existing signalized
intersections listed on Attachment “B” when the City notifies the Contractor of the installation
thereof. These added devices, regardless of the complexity and technology shall be maintained in
the same manner and for the same flat rate as those devices already covered by the contract.
Should responsibility for the maintenance of any current or future traffic signal device cease to
be the City’s, the City will notify the Contractor in writing of the last date to perform
maintenance.
EXTRAORDINARY MAINTENANCE
B-11.01 Definitions- Extraordinary maintenance shall consist of but not be limited to the
following:
a. Repair or replacement of failed or malfunctioning parts of the signal system if caused by
vehicle collision, vandalism, civil disorder, windstorm, natural disasters, street construction, or
excavation.
b. Minor upgrading or installations as directed by the City.
c. Replacement of detector loops including saw cut lead-ins as required.
d. Replacement of pedestrian indications.
e. Installation of complete new pedestrian heads.
f. Installation or replacement of pedestrian push buttons.
g. Installation of new traffic signal heads.
h. Installation of Light Emitting Diodes (LED’s) as directed by the City representative.
B-11.02 Notification- The Contractor shall contact the Public Works Director or his
representative regarding any extraordinary maintenance work except emergency repairs and seek
his/her prior approval in writing before the work is scheduled. The Contractor shall notify the
CS-1303 - Page 8 of 10
City representative by telephone at least twenty-four (24) hours in advance before any work is
commenced, except in emergencies where injury or property damage may result without prompt
response.
B-11.03 Emergencies- The contractor shall respond immediately to emergency calls such as a
total blackout, when directed by the City, and dispatch the qualified personnel and equipment to
reach the site within two (2) hours under normal circumstances.
For the emergency repair of a signal, which is totally blacked out, the following procedure of
traffic control shall apply:
a. The Contractor shall dispatch qualified personnel and equipment to reach the site within two
(2) hours under normal conditions. The Contractor's vehicles shall carry traffic cones, flashing
arrow boards, traffic warning signs, etc., which shall be used when directing traffic during an
emergency and/or when deemed necessary by the signal technician, the City Engineer or his
representative.
b. If no police officer is present and temporary stop signs have been set up when the contractor
arrives at the site, the Contractor shall set up more traffic warning and control devices, if deemed
necessary, and proceed to repair the signal. After the signal is back in operation, the Contractor
shall set the intersection in flash, remove all of the temporary traffic control devices and place
those devices owned by the City off to the side of the road and then switch the intersection back
to normal operation.
c. If a police officer is still at the site when the Contractor arrives, the Contractor shall quickly
examine the signal, evaluate the situation and discuss it with the police officer. If the repair will
take only a few minutes, the police officer may stay to continue to direct traffic while the
contractor repairs the signal. If the repair will take longer than the officer can wait, the
Contractor shall immediately set up necessary traffic control devices and other necessary
warning devices and relieve the police officer.
B-11.04- Method of Payment- Upon receipt of an itemized invoice within thirty (30) days of
completion of the work, City shall compensate Contractor for such repairs required beyond the
scope of routine maintenance as follows:
a. Materials- The city shall pay the Contractor for materials used in extraordinary maintenance
per the bid items on the Bidder’s Proposal plus the percentage markup specified in this
agreement NOT TO EXCEED 15%. All materials and parts shall be new or have the approval
of the City Engineer, if otherwise. The City has the right to inspect the Contractor's records to
verify any material costs used in extraordinary maintenance.
b. Direct Labor- The Contractor shall present with their monthly invoice with a record of hours
spent in extraordinary maintenance of traffic signals and appurtenances per intersection. City
shall pay the Contractor for such hours of extraordinary maintenance at the rates specified in this
agreement. Said hourly rates shall be the total cost to the City. Rates shall include all
compensation for wages, profit, overhead, any fringe benefits such as employer payments to, or
CS-1303 - Page 9 of 10
on behalf of workmen for health and welfare, insurance worker's compensation, pension,
vacation, sick leave or any local, State, Federal or union tax or assessment.
c. Equipment- The City shall pay Contractor for equipment used in extraordinary maintenance on
a per trip basis as specified in this agreement. The listing of per trip equipment rates shall
constitute total rates to be paid by City when specified equipment is used. No additional
payments of any kind shall be paid for equipment except as specified in this agreement of per
trip rates as stated. No additional compensation shall be paid for transporting the equipment to or
from the job site.
d. Traffic Collisions – Repairs or replacement of failed or malfunctioning parts of the signal
system caused by vehicle collisions shall be billed separately per incident.
B-12.01- Rewire- Rewire of any intersection will be charged on a time and material basis. Prior
to any work of this type, a written proposal will be submitted by Contractor and approved by the
Director of Public Works before any work commences.
B-13.01- Knockdowns- All knockdowns (except for a Type I-A pole) will be charged on a time
and material basis. A written proposal will be submitted by Contractor and approved by the
Director of Public Works for the replacement of any damaged poles or mast arms before the
order is placed.
GENERAL MISCELLANEOUS
RECORDS
The contractor shall maintain a record of all service calls and work performed upon the signal
equipment, listing dates, hour of day and description of service work performed. A copy of such
record shall be maintained at all times within the controller cabinet at each signal location.
A log sheet giving a brief description of all routine and extraordinary maintenance activities shall
be attached to each monthly invoice.
A monthly report of activities for each intersection's events, sorted by time, is to be included in
the reports requested by the City. This is to be accompanied by a report of all activities sorted by
time as well.
NOTIFICATION
The Contractor shall notify by telephone, the Public Works Director or his authorized
representative, within 24 hours of the alteration of the operation of any signal or the installation
or removal of any substitute controller or component.
SHUTDOWNS
The Contractor shall notify the Vernon Police Department and the Public Works Director or his
authorized representative of any signal turn-offs or turn-ons necessitated by his operations and
shall not make said turn-offs or turn-ons until a police officer is present or unless given
CS-1303 - Page 10 of 10
permission to proceed without police control by the City Engineer or his authorized
representative.
COMPENSATION FOR ROUTINE MAINTENANCE
The City will compensate Contractor at the agreed price per signalized intersection per month.
Said compensation shall include all services rendered, labor, materials, equipment, overhead and
profit. Delays due to Contractor are subject to liquidated damages as specified in the
specifications (Section B-1.07).
ADDITIONS TO SYSTEM
The Contractor shall maintain, at the same unit price, additional traffic signals and appurtenant
devices as they are installed, or become a part of the maintenance requirements of the City. In
the event that notification is made of a new installation other than the beginning of a monthly
period, the unit cost of routine maintenance will be prorated from the day the Contractor is
notified.
TYPES OF SIGNALS
The agreed upon prices for both routine and extraordinary maintenance shall apply to all types of
signal controllers, accessories and systems as may exist in the City now or that may be installed
during the life of the contract.
EXHIBIT C
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.
ATTACHMENT A
TRAFFIC SIGNALS MAP
SPECIFIC FOR THIS PROJECT
ATTACHMENT B
INTERSECTIONS
SPECIFIC FOR THIS PROJECT
ATTACHMENT “B”
VERNON SIGNALIZED INTERSECTIONS
1. 26TH STREET @ BONNIE BEACH PLACE
2. 37TH STREET @ SEVILLE AVENUE
3. ALCOA AVENUE @ FRUITLAND AVENUE
4. ALCOA AVENUE @ LEONIS BOULEVARD
5. ATLANTIC BOULEVARD @ 3030 ATLANTIC
6. ATLANTIC BOULEVARD @ BANDINI BOULEVARD
7. ATLANTIC BOULEVARD @ DISTRICT BOULEVARD
8. BANDINI BOULEVARD @ I-710 OFF-RAMP
9. BANDINI BOULEVARD @ BONNIE BEACH PLACE
10. BANDINI BOULEVARD @ PENNINGTON WAY
11. BANDINI BOULEVARD @ SIERRA PINE AVENUE
12. BANDINI BOULEVARD @ SUNOL/AYERS
13. BOYLE AVENUE @ FRUITLAND AVENUE
14. BOYLE AVENUE @ LEONIS BOULEVARD
15. BOYLE AVENUE @ RANDOLPH STREET
16. DISTRICT BOULEVARD @ LOMA VISTA AVENUE
17. DOWNEY ROAD @ DISTRICT/LEONIS BOULEVARD
18. DOWNEY ROAD @ FRUITLAND AVENUE
19. DOWNEY ROAD @ VERNON AVENUE
20. PACIFIC BOULEVARD @ FRUITLAND AVENUE
21. PACIFIC BOULEVARD @ LEONIS BOULEVARD
22. SANTA FE AVENUE @ 25TH/26TH STREET
23. SANTA FE AVENUE @ 27TH STREET
24. SANTA FE AVENUE @ 28TH STREET
25. SANTA FE AVENUE @ 37TH STREET
26. SANTA FE AVENUE @ 38TH STREET
27. SANTA FE AVENUE @ VERNON AVENUE
28. SANTA FE AVENUE @ PACIFIC BOULEVARD/VERNON AVENUE
29. SANTA FE AVENUE @ 48TH STREET
30. SANTA FE AVENUE @ FRUITLAND AVENUE/51ST STREET
31. SANTA FE AVENUE @ 55TH STREET
32. SLAUSON AVENUE @ ALCOA AVENUE
33. SLAUSON AVENUE @ BOYLE AVENUE
34. SOTO STREET @ 26TH STREET
35. SOTO STREET @ FIRE STATION #78 (2800 SOTO)
36. SOTO STREET @ 37TH STREET/BANDINI BOULEVARD
37. SOTO STREET @ FARMER JOHN DRIVEWAY
38. SOTO STREET @ FRUITLAND AVENUE
39. SOTO STREET @ LEONIS BOULEVARD
40. SOTO STREET @ VERNON AVENUE
41. WASHINGTON BOULEVARD @ HOBART YARD DRIVEWAY
ATTACHMENT C
TASKS
SPECIFIC FOR THIS PROJECT
CS-1303 Attachment C - MONTHLY PREVENTATIVE MAINTENANCE TASKS 1 of 5
ATTACHMENT “C”
MONTHLY PREVENTATIVE MAINTENANCE TASKS
I. ROUTINE MONTHLY MAINTENANCE
GENERAL:
It is the intent of the City of Vernon that the City's 41 traffic signals are maintained so as to
provide the motoring public with a minimum of inconvenience caused by the failure of any
signal components, and to present a well-kept signal installation. All traffic signal work: sha1l be
performed in accordance with the current Standard Plans and Section 86. "Signals, Lighting, and
Electrical Systems" of the Standard Specifications for the State of California, Department of
Transportation and the current City Standard Traffic Details. This maintenance sha1l be
extended to include future signal installations at the proposed unit prices. The following is a list
of tasks to be completed for each intersection on a monthly basis:
CONTROLLER CABINET:
CONTROLLER CABINET MOUNTING:
Check the snugness of the nuts on the cabinet anchor bolts, tighten, if necessary, being sure not
to distort the cabinet door opening by over tightening.
CONTROLLER CABINET FOUNDATION SEAL:
If standing water or evidence of water is present inside the bottom of the cabinet, check the seal
between the bottom of the cabinet and the foundation for deterioration; report the need for a
reseal, as necessary.
DOOR GASKETS:
Check all door gaskets on the controller cabinet, service cabinet and any other enclosures for
evidence of moisture or deterioration. Report the need to completely replace any gaskets
showing signs of leaking or deterioration.
CABINET VENTS:
Check the vents in both the cabinet door and above the door, or at the top of the cabinet to ensure
that they are free of any foreign material.
AIR FILTER:
Vacuum or knock the dust out of filters. Filters shall be changed every 6 months unless damaged.
For any permanent filters, vacuum, wash or knock the dust out of the filter. Permanent filters
require no replacing unless damaged.
CABINET FAN:
Verify that the cabinet fan operates properly with a minimum of noise.
CS-1303 Attachment C - MONTHLY PREVENTATIVE MAINTENANCE TASKS 2 of 5
THERMOSTAT:
Verify that the cabinet fan thermostat is set at 100 degrees.
INTERIOR LIGHT:
Verify the proper operation of the cabinet's interior light. If a manual light is installed, check for
proper operation.
DOOR PANEL HARNESSES:
Check the harnesses leading from the main panel to the police and auxiliary panels on the cabinet
door to ensure they are not being pinched and do not bind against the cabinet door. Adjust, if
necessary.
HINGES AND LOCKS:
Check for free movement of all doors, latching assemblies and locks on the controller cabinet,
service cabinet and any other enclosures. Use a minimum of oil or spray lubricant and remove
any excess. Use oil for this purpose which does not attract dirt or leave residue.
VACUUM CABINET:
Blow or brush off shelves, terminal blocks and components and thoroughly vacuum the interior
of the cabinet, including the police panel.
INSECT INFESTATION:
Check for any signs of ants, wasps or other insects within the cabinet and report any positive
findings for the City to take the necessary steps for extermination and prevention.
CABINET GROUNDING:
Using appropriate equipment, check during the 1st month of the contract and then annually the
resistance between AC and Ground.
SERVICE CONNECTIONS:
Verify that the neutral, ground and power connections are secure in the controller and service
cabinets.
PLUG-IN COMPONENTS:
Check that each plug-in component Crack mount detectors, relays, load switches, etc.) fits tightly
and securely.
TERMINAL CONNECTIONS:
Test semi-annually or following any wiring repair, each terminal screw by backing off slightly
then retightening to confirm that it is secure.
GROUND FAULT RECEPTACLE:
Verify the proper operation of "Test" and "Reset" buttons on GFI type outlets.
CS-1303 Attachment C - MONTHLY PREVENTATIVE MAINTENANCE TASKS 3 of 5
INTERSECTION RECORDS:
Ensure that all intersection cabinet wiring diagrams are present. Notify City representative if
updates are required. Note all work, routine and extraordinary, in the log in the cabinet as to the
reason for the call/work and results or work accomplished by date and time.
CONTROLLER OPERATION:
Manually place vehicle and pedestrian calls on each phase through the cabinet test switches or
the controller key pad, to verify controller servicing of each active phase. Check controller logs
for any faults that may have occurred and take notes for the file.
CONFLICT MONITOR MALFUNCTION MANAGEMENT UNIT:
Verify time and dates are correct in any CMU/MMU with an intema1 clock and for proper
operation of the unit.
DETECTOR OPERATION:
Verify the detection zones for each detector by observing the turn-on of the appropriate detector
indicator as a vehicle passes over the detector loop(s) or detection zone. Check also that a call is
placed on the correct controller phase. Verify detection zone vertically above loops whenever a
problem has occurred.
EQUIPMENT DISPLAYS AND INDICATORS:
Verify that all video, LED and LCD displays and indications on all cabinet equipment are
working properly.
SYSTEM TELEMETRY:
Check operation of telemetry on controller display and modem, if equipped, located in the
cabinet. Report any malfunction immediately.
EMERGENCY VEHICLE PREEMPTION (EVP):
Verify that the EVP is operating with the use of a strobe light. Report any malfunction
immediately (Completed every 90 days).
INTERSECTION WALK-AROUND:
GENERAL:
Remove any easily removed, unauthorized signs and posters and report all graffiti existing on
signal poles or equipment.
SIGNAL HEADS:
Verify that all vehicle and pedestrian signal heads properly display all indications and the signals
are not damaged. Verify the alignment of all heads to the intended direction. Also verify that all
backplates, visors and doors are visibly secure.
CS-1303 Attachment C - MONTHLY PREVENTATIVE MAINTENANCE TASKS 4 of 5
PEDESTRIAN EQUIPMENT:
Check all pedestrian push buttons and signals by band to ensure that they are securely mounted
and operating properly. Contractor will maintain a supply of ADA push buttons, as these are to
be repaired immediately on discovery and reported to City staff.
MISCELLANEOUS:
Check operation of safety lighting using the manual test switch located in the service cabinet
Visibly check all signal-mounted signs and advance warning signs/beacons for deterioration,
proper mounting, alignment and operation; Verify that all pullbox covers, hand hole covers, etc.
are secured and not damaged or missing. Check all detector loops for sealant deterioration,
exposed wire, etc. Record any problems or irregularities and take corrective action as soon as
possible, for contractor provided services. Visibly check pullboxes for evidence of ants and
gophers. Report any positive findings.
LAMPS AND LIGHTING:
When a vehicle or pedestrian indication is found to be out and the lamp and module is damaged,
defective or past its useful life, the lamps/module shall be replaced without charge for labor or
equipment using Dialight LED Ball Signal Modules (8 inch and 12 inch) and shall be fully
compliant to the ITE VTCSH LED Circular Supplement specifications dated and adopted June
27, 2005. All Countdown Pedestrian Signals shall be replaced when needed with Dialight
(16x18), part number 430-6479-001X. Contractor shall replace internally Illuminated Street
Name Sign lamps as they become dim or inoperative. ISNS lamps shall be F72T2 Cool White
Fluorescent lamps meeting the requirements of ANSI STD. C78. The Contractor shall during the
1st of this month clean and polish all lenses and reflectors including illuminated street name
signs and safety lights. The contractor shall replace burned out lamps as they occur under extra
work charges.
ANNUAL CONFLICT MONITOR TESTING:
Replace conflict monitor's (CMU's, MMU's) with a spare unit and submit the monitors for
testing and certification. It is suggested that ten (10) monitors be replaced and the originals be
submitted for testing and certification on a rotating basis over 11 months. Printed certification is
to be provided for each conflict monitor/malfunction management unit. The contractor will have
available 6 spare MMU's and 4 spare CMU's for rotation use in testing. Testing of conflict
monitors shall be included in price proposal for routine maintenance.
PAINTING:
Contractor shall repaint all metal standards, signal heads, back plates, visors, and controller
housing (if already painted) on the second year of the contract, unless directed otherwise by the
City. Repainting shall be completed in June and shall be conducted by spray painting methods.
Colors as specified by the City. For those controller cabinets that have metal finishes, the
Contractor shall wipe clean controller with detergent. Detergent per manufacturer's requirements.
CS-1303 Attachment C - MONTHLY PREVENTATIVE MAINTENANCE TASKS 5 of 5
ROUTINE EMERGENCY SERVICES:
The Contractor shall maintain a twenty-four (24) hour per day emergency service for the
replacement of burned-out signal and safety lamps, adjustment of turned heads, repair of
controller malfunctions or any damage creating a public hazard. The Contractor shall repair
parts, replace parts and lamps, and otherwise keep the traffic signals in good working condition.
This telephone number is to be made available to all persons designated by the City.
The Contractor shall make immediate service calls on an emergency basis, responding within
two (2) hours in the event of malfunctions of the controller or signal system or turned head. The
replacement of burned-out signal lamps, internally illuminated street name sign lamps, or safety
lights need not be on an emergency basis provided that there are at least two (2) indications still
operative for each direction of travel. Such replacements shall be handled on the next business
day but in no case more than 48 hours. All labor, materials, equipment, travel, and parts for
routine emergency service shall be included in the routine maintenance proposal price per
signalized intersection per month, and no additional compensation will be allowed.
Page 8 of 177
NOTICE INVITING BIDS
for
CITYWIDE TRAFFIC SIGNAL MAINTENANCE & REPAIR FY 2021
CS-1303
in the
City of Vernon, California
Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of
sealed bids must be received prior to 2:00 p.m., February 16, 2021, by the City Clerk, City of
Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“Bid Deadline”).
All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the
bid and the bidder’s name address appearing on the outside.
Bids should be mailed or delivered in person before 2:00 p.m. on the Bid Deadline. LATE
SUBMITTALS WILL NOT BE ACCEPTED. Bids must be received in the City Clerk’s
Office before that time. At the bid opening, the City Clerk shall open bid packages and
acknowledge the receipt of Bids. Once all bid packages are opened and announced, the Bid
Forms will be made available for public review.
The bids shall be clearly titled. Copies of the Bid Documents, Plans and Specifications are
available at no charge at: www.cityofvernon.org/planetbids
It is the responsibility of all prospective bidders to register on the City’s planet bids website to
ensure receipt of any addendum(a) prior to bid submittals. Additionally, information on any
addendum(a) issued for any bid specifications for any project will be available on the City’s
planet bids Website at: www.cityofvernon.org/planetbids
The City reserves the right to reject as nonresponsive any bid that fails to include the information
required by any addendum(a) posted on the City’s planet bids website.
Pre-Bid Meeting:
A pre-bid meeting to answer any questions regarding the project plans and specifications is
scheduled for February 9, 2021 at 10:30 a.m. in the Public Works Department, 4305 Santa Fe
Avenue, Vernon, California. This meeting is to answer any questions regarding the project plans
and specifications. Attendees must adhere to State and local guidelines regarding COVID-19:
Construction.
Attendance is not mandatory
City of Vernon Contact Person: Public Works Department
Attention: Lissette Melendez, Project Engineer
Phone: (323) 583-8811 ext. 246
Email: lmelendez@ci.vernon.ca.us
Page 9 of 177
Mandatory Qualifications for Bidder and Designated Subcontractors:
A Bid may be rejected as non-responsive if the Bidder fails to meet the essential requirements for
qualification.
General Scope of Work:
Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform
work involved in the Project. The Work in the Bid is defined in the Project Drawings and
Specifications and will generally include the following:
Ongoing and regular field preventative maintenance and repair of traffic signal equipment, as
further described in the special provisions, and other related equipment by truly trained and
qualified personnel. In addition, the Contractor shall provide Emergency Service response for the
repair of the City’s forty-one (41) signalized intersections on a 24-hour a day, 7 days per week
basis, including all holidays.
The work shall be done in accordance with Contract No. CS-1303 Specifications; “Greenbook”
Standard Specifications for Public Works Construction (2018 Edition), State of California
Department of Transportation (Caltrans) Standard Plans (2010 Edition) and the State of
California Department of Transportation (Caltrans) Standard Specifications (2015 Edition).
In the event of any conflicts, refer to the “Precedence of Contract Documents” contained in
General Conditions, Section 1.10.
Mandatory Qualifications for Bidder and Designated Subcontractors:
A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the
essential requirements for qualification. As part of the Bidder’s Statement of Qualifications,
each Bid must establish that:
Bidder satisfactorily completed at least (3) public contracts in California; each comparable in
scope and scale to this Project, within (3) years prior to the Bid Deadline and with a dollar value
in excess of the Bid submitted for this Project.
Other Bidding Information:
1. Contract Time: This Work must be completed within 365 calendar days from the date of
commencement as established by the City’s written Notice to Proceed.
2. Amount of Liquidated Damages:
a. $ 200.00 per hour late on emergency call-outs.
b. $ 500.00 for each day past the first and last seven (7) working days of the
month for non-completion of the preventative maintenance.
3. Required Construction Staging – Not part of this contract.
4. Intermediate Completion Milestones
- Contractor shall perform Monthly Maintenance to half of the signalized intersections
listed in Attachment B during the first seven (7) working days of each month and the
Page 10 of 177
other half during the last seven (7) working days of each month.
5. Bidding Documents. Bids must be made on the Proposal Form contained herein.
6. Engineer’s Estimate. An Engineer’s Estimate of the cost of construction of this Work has
been prepared. Said estimate is in the range of $42,000 to $48,000 for the total annual
preventative maintenance.
7. 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.
8. Contractor’s License. At the time of the Bid Deadline and at all times during
performance of the Work, including full completion of all corrective work during the Correction
Period, Contractor must possess a California contractor’s license or licenses, current and active,
of the classification required for the Work, in accordance with the provisions of Chapter 9,
Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with
Public Contract Code Section 3300, the City has determined that the Bidder must possess the
following license(s): C-10, Electrical Contractor, and D-31, Pole Installation and
Maintenance Contractor from the California State License Board as applicable to such
self-performed Work. Contractor may substitute the D-31 license for a Class A, General
Engineering Contractor’s License. The Bidder will not receive a Contract award if at the time
of submitting the bid, the Bidder is unlicensed, does not have all of the required licenses, or one
or more of the licenses are not current and active. If the City discovers at the time of the Bid
Deadline that Contractor is unlicensed, does not have all of the required licenses, or one or more
of the licenses are not current and active, the City may reject the Bid, cancel the award, declare
the Bid Bond as forfeited, keep the Bid Bond’s proceeds, and exercise any one or more of the
remedies in the Contract Documents in addition to those provided by law.
9. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the
Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and
the Bidder must provide all of the Subcontractor information that Section 4104 requires (name,
address, license number, and portion of the Work). An inadvertent error in the license number
will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In
addition, the City requires the Bidder to list the dollar value of each Subcontractor’s labor or
services. The City reserves the right to review and disqualify any proposed Subcontractor. The
City’s disqualification of a Subcontractor does not disqualify a Bidder. In such case, prior to and
as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed
and qualified Subcontractor— without an adjustment of the Bid Amount. At the time of the Bid
Deadline and at all times during performance of the Work, each listed Subcontractor’s license
must be current and active for the portion of the Work listed and shall hold all specialty
certifications required for such Work.
10. Permits, Inspections, Plan Checks, Governmental Approvals, Utility Fees and Similar
Authorizations.
Unless specified otherwise, all Governmental Approvals and Utility Fees shall be obtained and
paid for by Contractor and will be reimbursed based on Contractor’s actual direct cost without
Page 11 of 177
markup.
11. Bid Forms and Security: Each Bid must be made on the Bid Forms obtainable at the City
of Vernon planet bids Website. Each Bid shall be accompanied by a cashier’s check or certified
check drawn on a solvent bank, payable to “City of Vernon,” for an amount equal to ten percent
(10%) of the total maximum amount of the Bid. Alternatively, a satisfactory corporate surety
Bid Bond for an amount equal to ten percent (10%) of the total maximum amount of the Bid may
accompany the Bid. Said security shall serve as a guarantee that the successful Bidder will,
within fifteen (15) calendar days after the date of the award of the contract, enter into a valid
contract with the City for said Work in accordance with the Contract Documents.
12. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after
the Bid Deadline.
13. Substitution of Securities. Pursuant to California Public Contract Code Section 22300,
substitution of securities for withheld funds is permitted in accordance therewith.
14. Prevailing Wages. Prevailing wages are not required for this Project.
15. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnish
electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor
Standards Enforcement).
16. Registration with the Department of Industrial Relations (DIR). No contractor or
subcontractor may be listed on a bid proposal for a public works project unless currently
registered and qualified (including payment of any required fee) with the DIR pursuant to Labor
Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for
public work on a public works project unless currently registered and qualified (including
payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project
is subject to compliance monitoring and enforcement by the DIR.
Carlos Fandino
City Administrator
Dated: ___________ (Approved as to form by City Attorney)
Published: _______
Page 12 of 177
City of Vernon
Instructions for Bidders
Project: Citywide Traffic Signal Maintenance & Repair FY 2021
for the Department Public Works
City personnel with whom prospective bidders will deal with are:
Lissette Melendez, Project Engineer, Public Works Department, 4305 Santa Fe Avenue, Vernon,
CA 90058 (323) 583-8811 Ext. 246.
Bid opening date and time: February 16, 2021 at 2:00 p.m. (“Bid Deadline”)
Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon,
CA 90058
The bid must be received by the City Clerk prior to the time set for bid opening. A bid received
by the City Clerk after the time set for the bid opening is a non-responsive bid and shall not be
considered.
GENERAL BID REQUIREMENTS
To be considered, a bidder must strictly follow the format for bids in the specifications. Bids must
be binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain open
and valid for ninety (90) calendar days after the Bid Deadline.
1. CONTRACTORS LICENSE
The Bidder must possess a valid State of California Contractors License and must list type
in the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadline
and at all times during the performance of the Work, except as otherwise provided in
California Business and Professions Code Section 7028.15.
2. INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS AND
ADDENDA
A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of
any part of the Bidding Documents, or who finds discrepancies, errors or omissions
therein or who finds variances in any of the Bidding Documents with applicable
law, such Bidder shall at once submit a written request for an interpretation or
correction thereof to the City’s representative identified in the Notice Inviting Bids,
or other designated individual. All Bidders shall submit such written requests to
City not less than ten (10) calendar days prior to the Bid Deadline. The person or
entity submitting the request shall be responsible for its prompt delivery to City’s
Contact Person identified in the Notice Inviting Bids.
Page 13 of 177
Any interpretation or correction will be made only by Addendum issued by the City
and a copy of such Addendum will be delivered to all Interested Bidders of record.
Any Addenda so issued must be acknowledged in the Bid and the cost of
performing Work described in the Addenda shall be included in the Bid. Bidder’s
failure to acknowledge receipt of all Addenda may result in rejection of the Bid as
nonresponsive. No person is authorized to render an oral interpretation or
correction of any Bidding Documents and no Bidder may rely on any such oral
interpretation or correction issued by the City. The City shall not be responsible
for any other explanation or interpretation of the Drawings or Specifications, or for
any oral instructions. City reserves the right to extend the Bid Deadline by issuing
an Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline.
Bidders shall use complete sets of Bidding Documents in preparing Bids; City shall
not assume responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
B. Copies of Addenda will be made available for inspection wherever Bidding
Documents are on file for that purpose. Each Bidder shall ascertain prior to
submitting a Bid that the Bidder has received all Addenda issued and the Bidder
shall acknowledge their receipt in the Bid.
3. OBTAINING DRAWINGS AND DOCUMENTS
Bidder may secure Bidding Documents only from the location specified in the
Notice Inviting Bids. City will maintain a list of persons who obtained a copy of
these Specifications (“Interested Bidders”). Only Interested Bidders will receive
Addenda, if so issued.
4. BID FORMS – SUBMITTAL
A. The Bids shall be made on the forms provided herein with all blank spaces properly
filled in.
B. The phraseology shall not be changed, and no additions shall be made to the items
mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions
attached to a Bid will render it informal and may cause its rejection. All forms
requiring specific information shall be completed with all applicable information
for a Bid to be considered responsive.
C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose
the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for"
followed by the title and Specification Number and the date and time of the Bid
Deadline, and the Bidder's name and address. The envelope may be mailed, hand
delivered, or delivered by courier or package delivery service.
D. One Original Bid and two copies shall be hand delivered, delivered by courier or
package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue,
Vernon, CA 90058.
Page 14 of 177
E. Bids received after the Bid Deadline or at any place other than the Office of the
City Clerk will not be considered.
5. BID FORMS – AUTHORIZED SIGNATURES
A. The full name, business address, zip code, and business telephone number, with
area code of the individual, partnership, joint venture, or corporation submitting the
Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign
the form with his/her usual wet ink signature.
B. Sole Proprietorship: An individual shall sign.
C. Partnership (General or Limited): A partner shall sign for a partnership; the
partner shall give the names and addresses of all partners.
D. Corporation: An officer shall sign for a corporation. The corporate name must be
attested by the corporate seal. The names and titles of the president and all officers
of the corporation who are authorized to sign the Bid Forms must be listed in an
authenticated Incumbency Certificate signed by the corporate secretary. A
signature other than a corporate officer’s will be accepted only if an authenticated
Incumbency Certificate is attached.
E. Joint Venture: Bidders shall use the appropriate section(s) listed above in B-D,
based on their applicable situation.
6. BID FORMS – SCHEDULE OF BID PRICES
A. The Bidder shall include in his/her Bid price(s) any and all expense or costs that
may be necessary to complete the project in accordance with the requirements of
the Contract. The cost of all mobilization, preparatory work and operations for the
multiple movements of personnel, equipment, supplies, and incidentals to the
various project sites must be included in the various bid items, and no extra
compensation will be paid to Contractor.
B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly
legible figures, the Base Bid, the alternates, and the unit price and item total or lump
sum, as the case may be, for which he/she proposes to supply labor, materials, and
equipment and to perform the Work. Bids must not contain any erasures,
interlineations, strike-throughs or other corrections unless the same are suitably
authenticated by affixing in the margin immediately opposite such erasure or
correction the initials of the person(s) signing the Bid. If any Bid, or portion
thereof, is determined by the City to be illegible, ambiguous or inconsistent, City
may reject such a Bid as being non-responsive.
C. In the case of a unit price item, the amount set forth, as the item total shall be the
product of the estimated quantity times the unit price Bid. In the event of a
discrepancy between the unit price Bid and the item total, the unit price shall
prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for
Page 15 of 177
any cause, or is omitted, or is the same amount as the entry for the item total, then the item total
shall prevail and shall be divided by the estimated quantity for the item and the price thus
obtained shall be the unit price. Where so indicated by the makeup of the Bid Form, sums shall
be expressed in both words and figures, and in case of discrepancy between the two, the amount
written in words shall govern.
D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for
more information and the list of Bid Alternates, if any. If no change in the Base
Bid is required, enter “No Change.”
7. BID SECURITY
A. Each Bid shall be accompanied by cash or a cashier’s check or a certified check,
drawn on a responsible bank doing business in the United States payable to the
City, or a satisfactory Bid Bond in favor of the City executed by the Bidder as a
principal and a California admitted surety company (as defined by California Code
of Civil Procedure §§995.120 and 995.311) as surety (“Bid Security”).
B. All bonds must be issued by a California admitted surety insurer with the minimum
A.M Best Company Financial strength rating of “A:VII” or better. Bonds issued
by a California admitted surety not listed on Treasury Circular 570 will be deemed
accepted unless specifically rejected by the City. Bonds issued from admitted
surety insurers not listed in Treasury Circular 570 must be accompanied by all
documents enumerated in California Code of Civil Procedure Section 995.660. All
such bonds must be accompanied by a power of attorney from the surety company
authorizing the person executing the bond to sign on behalf of the company. If the
bonds are executed outside the State of California, all copies of the bonds must be
countersigned by a California representative of the surety. The signature of the
person executing the bond on behalf of Surety must be acknowledged by a Notary
Public as the signature of the person designated in the power of attorney.
C. Bid Security shall be in an amount not less than 10% of the Base Bid. Any Bid
submitted without Bid Security will be rejected as non-responsive. The Bid
Security shall be given as a guarantee that the successful Bidder will execute the
Contract and will provide the insurance, bonds and other required forms within
fourteen (14) calendar days after award of the Contract. Bidders will be entitled to
return of Bid Security except when a successful Bidder forfeits its Bid Security. A
forfeit may occur, for example, if the successful Bidder withdraws its Bid prior to
the expiration of ninety (90) calendar days after award of the Contract; attempts to
withdraw its Bid when the requirements of Public Contract Code § 5101 et seq. are
not met; or refuses or fails to execute the Contract and provide the required bonds,
insurance or certificates within fourteen (14) calendar days after award of the
Contract. In any one or more of these events, if City awards the Contract for the
Work to the next lowest responsible Bidder, the amount of the original lowest
Bidder’s security shall be applied to the Contract Price differential between the
lowest Bid and the second lowest Bid. Any surplus will be returned to the original
lowest Bidder. If the City rejects all other Bids presented and re-advertises, the
Page 16 of 177
lowest Bidder’s Bid Security may be used to offset the City’s cost of re-advertising
and receiving new Bids. In that case, the surplus if any, will be returned to the
original lowest Bidder.
D. The Bid Security shall be held for ninety (90) calendar days after the award of the
Contract or until posting by the successful Bidder of the payment and performance
bonds, proof of insurance, return of executed copies of the Contract and necessary
certification(s), whichever first occurs, after which time the Bid Security will be
returned to all Bidders.
E. If a Bid Bond is to be submitted, Bidder shall use the form entitled "Bid Bond"
contained in the Bidding Documents, which Bid Bond shall be properly executed
and acknowledged by the Bidder and by a corporate surety authorized to transact
such business in the State of California.
F. Any alteration of said form of Bid Bond, or imperfection in the execution thereof,
as herein required, will render it informal and may, at the option of the City, result
in the rejection of the Bid under which the Bid Bond is submitted.
8. BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OF
QUALIFICATIONS
A. Each Bidder shall be required to complete, execute and submit with its Bid, the
form entitled "Bidder's Statement of Qualifications." Subcontractors listed must
satisfy the mandatory qualifications described in the Specialty Contractor or
Subcontractor Statement of Qualifications applicable to the Work to be performed
by each Subcontractor and Bidder must submit the completed forms with the Bid.
Notwithstanding the provisions of Paragraph 22 herein, the Bidder’s Statement of
Qualifications and the Specialty Contractor or Subcontractor Statement of
Qualifications shall not be public records. All information required by a Bidder’s
or Specialty Contractor Statement of Qualifications shall be completely and fully
provided. If no information is to be filled in a blank space, then write "none." Any
Bid not accompanied by a Bidder’s Statement of Qualifications and Specialty
Contractor or Subcontractor Statement of Qualifications form completed with all
information required may render the Bid non-responsive. If the City determines
that any information provided by a Bidder in the Bidder’s or Specialty Contractors’
Statement of Qualifications is false or misleading, or is incomplete so as to be false
or misleading, the City may reject the Bid submitted by such Bidder as being non-
responsive.
B. A responsible Bidder is a Bidder who has demonstrated the attribute of
trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily
perform fully the requirements of the contract documents. In selecting the lowest
responsible Bidder, consideration will be given not only to the Bidder’s financial
standing but also to the general competency of the Bidder for the performance of
the work covered by the Bid including, but not limited to, the experience of the
Bidder in construction of public buildings for public agencies. By submitting a
Page 17 of 177
Bid, each Bidder agrees that the City, in determining the successful Bidder and its
eligibility for the award, may consider the Bidder’s experience with similar types
of construction projects and facilities, conduct and performance under other
contracts, financial condition, reputation in the industry, and other factors which
could affect the Bidder’s performance of the work.
9. DESIGNATION OF SUBCONTRACTORS
A. Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shall
list each Subcontractor whom the Bidder must disclose under the Subletting and
Subcontracting Fair Practice Act, Public Contract Code Section 4104. The Bidder
shall provide: each Subcontractor’s name, the trade and type of work that the
Subcontractor will perform, the location (address) of the Subcontractor’s place of
business, each Subcontractor’s license number, and the dollar value of each
Subcontractor’s labor or services. If additive Alternate Bid Items are included in
the Bidding Documents, the Bidder shall identify each Subcontractor performing
additive Alternate Bid Items, when such Work — or the combination of base
Contract Work and Alternate Work — exceeds one-half of one percent of the total
Bid Amount.
B. Subcontractors’ Licenses. At the time of the Bid Deadline and at all times during
performance of the Work, each listed Subcontractor shall possess a current and
active California Contractor’s license appropriate for the portion of the Work listed
for such Subcontractor, and hold all specialty certifications required for such Work.
C. Disqualification of a Subcontractor. The City has the right to review the suitability
and qualifications of any Subcontractor proposed by the Bidder. As part of this
review, the City may request a Bidder to submit additional information about one
or more of the listed Subcontractors—including, but not limited to—a statement
detailing the Subcontractor’s experience with pertinent information as to similar
projects and other evidence of the Subcontractor’s qualifications. If requested, the
Bidder shall provide the information to the City within the time specified in the
City’s written request. After due investigation, if the City has a reasonable
objection to any proposed Subcontractor, the City may, before giving the notice of
award, require the apparent successful Bidder to submit an acceptable substitute.
The City’s disqualification of a Subcontractor does not disqualify a Bidder.
However, prior to and as a condition to award of the Contract, the successful Bidder
shall substitute a properly licensed and qualified Subcontractor without an
adjustment of the Bid Price.
D. Work of Subcontractors. The organization or arrangement of the Specifications
and Drawings do not limit the extent of the Work for the Contract Documents.
Accordingly, all Bidders are encouraged to disseminate all of the Specifications,
Drawings and other Contract Documents to all persons or entities submitting sub-
bids to the Bidder. The omission of any portion or item of Work from the Bid or
from sub-bids, which is reasonably inferable from the Contract Documents, will
not be a basis for adjustment of the Contract Price or the Contract Time.
Page 18 of 177
E. Ineligible Subcontractors. The successful Bidder is prohibited from performing
Work on the Project with any Subcontractor who is ineligible to perform work on
a public works project pursuant to California Labor Code Sections 1777.1 or
1777.7. In submitting its Bid, the Bidder certifies that it has investigated the
eligibility of each and every listed Subcontractor and has determined that none is
ineligible to perform work pursuant to the above code provisions.
10. CONTRACTOR’S NONCOLLUSION AFFIDAVIT
A Noncollusion Affidavit in the form provided by the City shall be signed under penalty
of perjury, certifying that the Bid is not the result of and has not been influenced by
collusion. Bidder shall submit this form with its Bid. Any Bid made without such affidavit,
or believed to be made in violation of the requirements set forth in the affidavit form, may
be rejected.
11. INSURANCE REQUIREMENTS
The Bidder shall submit to its insurance company or insurance agent the Insurance
Requirements in this Specification and the Contract Documents. The insurance company’s
underwriter or agent must complete the Insurance Requirements documentation which
states that the insurer’s underwriter or agent will furnish the City with the required
insurance documents within fourteen (14) days after the Bidder’s having been notified of
the Contract’s award. The Bidder shall submit this form with its Bid. Any Bid made
without this statement, or made with an incomplete statement, may be rejected.
12. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK
A. The Bidder shall examine carefully the site of the Work contemplated and the
Drawings and Specifications. The submission of a Bid will be conclusive evidence
that the Bidder has investigated and is satisfied as to the conditions to be
encountered, as to the character, quality, and quantities of Work to be performed
and materials to be furnished, the difficulties to be encountered, and to the
requirements of the Drawings, Specifications, and other Contract Documents. The
Bidder shall ascertain the locations of the existing utility services, and other
underground facilities, and provide for carrying out its operations so as to cause the
minimum possible inconvenience to the occupants of properties along any streets
affected. All Work and costs involved in the safeguarding of the properties of
others shall be at the expense of the Bidder to whom the Contract may be awarded.
B. The Bidder hereby certifies that it has examined the local conditions, has read each
and every clause of the Contract Documents, and that it has included all costs
necessary to complete the specified Work in its Bid prices, and the Bidder agrees
that if it is awarded the Contract, it will make no claim against the City based upon
ignorance of local conditions or misunderstanding of any of the provisions of the
Contract. Should the conditions turn out otherwise than the Bidder anticipated, the
Bidder agrees to assume all risks incident thereto.
Page 19 of 177
13. PRICES AND PAYMENTS
Approximate quantities listed in the Schedule of Bid Prices are estimates given for
comparing Bids, and no claim shall be made against the City for excess or deficiency
therein, actual or relative. Payment at the prices agreed upon will be in full for the
completed Work and will cover materials, supplies, labor, tools, equipment, and all other
expenditures incident to a satisfactory compliance with the Contract, subject to all
applicable provisions in the Contract and General Conditions.
14. PERMIT FEES
If provided in the General Conditions, Contractor shall be reimbursed for the actual direct
cost of all Permit Fees, as defined in Paragraph 1.01 and addressed in 1.03 of the General
Conditions. Bidder shall exclude the cost of Permit Fees from Bidder’s Base Bid sum;
Base Bid sum shall include the cost of administration and coordination for all
Governmental Approvals and Utility Fees.
15. SUBSTITUTIONS
No requests for substitution of any material, device, product, equipment, fixture, form, or
type of construction shall be considered by City prior to award of the Contract. Bidders
shall submit all requests for substitution and substantiating data, within seven (7) calendar
days from the date of the Notice to Proceed. Bidder shall refer to the appropriate provisions
of the General Conditions for additional information regarding substitutions.
Authorization of a substitution is solely within the discretion of the City.
16. RETURN OF IMPROPER BIDS
Bids submitted after the Bid Deadline are non-responsive and shall be returned to the
Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted
Bids shall not be considered unless the Notice Inviting Bids expressly permits such means
of transmittal.
17. WITHDRAWAL OF BIDS
Bidder may withdraw its Bid either personally or by written request any time prior to the
scheduled Bid Deadline by notice to the City’s Contact Person designated in the Notice
Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date-
stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted
before the Bid Deadline provided that they are in full conformance with these Instructions
to Bidders. Once submitted, all Bids are irrevocable, except as otherwise provided by law.
Requests for withdrawal of Bids after the Bid Deadline shall be made only in accordance
with California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bid
that such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, or
cancelled for a period of ninety (90) days after award of the Contract.
Page 20 of 177
18. OPENING AND EVALUATION OF BIDS
A. Bid Opening and Tabulation. The Bids shall be opened and read in public after
the Bid Deadline has expired at the time and location listed in the Notice Inviting
Bids. A tabulation of all Bids received will be available for public inspection at the
Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA 90058 during regular
business hours for a period of not less than thirty (30) calendar days following the
Bid Deadline. The City reserves the right to accept or reject any or all Bids and be
the sole judge regarding the suitability of the products, services or supplies offered;
and/or to waive any irregularities or informalities in any Bids or in the bidding
process. The City further reserves the right to purchase all or fewer than all items
or quantities of each item listed in the Bidding Documents. The award of the
Contract, if made by the City, shall be to the lowest responsive and responsible
Bidder. If Bid Alternate Items are called for, the lowest Bid shall be determined
according to Paragraph 20 below.
B. Evaluation of Bids.
1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the
Bidder fails to document in the Bid that Bidder meets the essential
requirements for qualification described in the Notice Inviting Bids. As part
of the Bidder’s Statement of Qualifications each Bidder must establish that
it, as the current entity: (1) has successfully completed at least three (3)
similar projects involving similar work within the last three (3) years with
a cost equal to or in excess of the Bidder’s Bid; and (2) has successfully
completed at least three (3) public works projects.
2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material
respects, to the Bidding Requirements and Contract Documents.
3. Responsible Bidder. A responsible Bidder is a Bidder who has
demonstrated the attribute of trustworthiness, as well as quality, fitness,
capacity and experience to satisfactorily perform fully the requirements of
the Contract Documents.
4. Competency of Bidders. In selecting the lowest responsible Bidder,
consideration will be given not only to the financial standing but also to the
general competency of the Bidder for the performance of the Work covered
by the Bid including, but not limited to, the experience of the Bidder in
construction of public works for public agencies. By submitting a Bid, each
Bidder agrees that the City, in determining the successful Bidder and its
eligibility for the award, may consider the Bidder’s experience with similar
types of construction projects and facilities, conduct and performance under
other contracts, financial condition, reputation in the industry, safety record
and protocols and other factors which could affect the Bidder’s performance
of the Work.
Page 21 of 177
19. AWARD OF CONTRACT
The City reserves the right to reject any or all Bids and to waive any or all information or
technical defects, as the interest of the City may require. Award of Contract or rejection
of Bids will be made by the City within ninety (90) calendar days following the Bid
Opening.
20. BASIS OF AWARD
A. A Contract will be awarded to the lowest responsive and responsible Bidder
meeting all requirements set forth in these Bidding Documents.
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.
21. EXECUTION OF CONTRACT
Within fourteen (14) calendar days after being notified by City that it has been awarded
the Contract, Contractor shall deliver to the City the following documents:
A. Two (2) copies of the Contract in the form included herein, properly executed by
Contractor and, if Contractor is a corporation, evidence of its corporate existence
and that the persons signing the Contract are authorized to do so. All signatures
must be notarized.
B. Properly executed copies of the (a) Performance Bond (b) Labor and Material
(Payment) Bond and (c) Maintenance Bond in accordance with the requirements
set forth in Article 13 of the General Conditions and in the form shown on Exhibits
1, 2 and 3 attached thereto. All signatures must be notarized.
C. Properly executed policies of all of the following: (a) the Commercial General
Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional
Liability, if required, and (e) the corresponding endorsements for each policy in
accordance with the requirements set forth in Article 12 of the General Conditions.
In the event that the fourteenth calendar day falls on Saturday, Sunday, a legal holiday for
the State of California, or on days when City Hall is closed, the aforesaid documents shall
be delivered by the following working day.
After receipt of said documents within said time period or any extension thereof granted
by the City, the City shall execute the Contract and return one (1) of said two (2) copies to
Contractor for its files.
22. PUBLIC RECORDS
City seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon
Page 22 of 177
opening, all Bids shall become a matter of public record and shall be regarded as public,
with the exception of those elements of each Bid that are identified by the Bidder and
plainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statement
of Qualifications and financial statements to be submitted by Bidders. Each element of a
Bid which a Bidder desires not to be considered a public record must be clearly marked as
set forth above, and any blanket statement (i.e. regarding entire pages, documents, or other,
non-specific designations) shall not be sufficient and shall not bind the City in any way
whatsoever. If City receives a request from a third party to make a Bid available for
inspection and copying, the City will notify the Bidder of the request. If a Bidder instructs
the City that the information is not to be released, City will withhold the information,
provided, the Bidder expeditiously seeks a protective order from a court of competent
jurisdiction to prevent such release. If disclosure is required under the California Public
Records Act or otherwise by law (despite the Bidder’s request for confidentiality), the City
shall not in any way be liable or responsible for the disclosure of any such records or part
thereof.
Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel
for City), and hold harmless City, its officers, agents, employees, and representatives from
and against all liability, claims, suits, demands, damages, fines, penalties, costs, or expenses
arising out of or alleging City’s refusal to publicly disclose one or more records that Bidder
identifies as protectable, or asserts is protectable.
23. PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICES
A. Prevailing Wage Rates. Not required for this Project.
B. Apprenticeship Committee Contract Award Information. Pursuant to California
Labor Code § 1777.5 and Title 8 of the California Code of Regulations § 230,
Contractor and Subcontractors of any tier who are not already approved to train by
an apprenticeship program sponsor shall, within ten (10) calendar days of signing
the Contract or subcontract, as applicable, but in any event prior to the first day in
which Contractor or Subcontractor has workers employed on the Project, submit
the Public Works Contract Award Information form (DAS Form 140) to the
appropriate local apprenticeship committees whose geographic area of operation
include the area of the Project and who can supply apprentices to the Project. City
reserves the right to require Contractors and Subcontractors to submit a copy of
said forms to the City.
C. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of
signing the Contract or subcontract, as applicable, the Statement of Employer
Payments (DLSE Form PW 26) shall be completed for each Contractor and
Subcontractor of any tier who pays benefits to a third party trust, plan or fund for
health and welfare benefits, vacation funds or makes pension contributions. The
form must contain, for each worker classification, the fund, plan or trust name,
address, administrator, the amount per hour contributed and the frequency of
contributions. Training fund contributions shall also be reported in this form. City
Page 23 of 177
reserves the right to require Contractors and Subcontractors to submit a copy of
said forms to the City.
24. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS
(DIR)
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless currently registered and qualified (including payment of any required fee) with the
DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor
may be awarded a contract for public work on a public works project unless currently
registered and qualified (including payment of any required fee) with the DIR pursuant to
Labor Code section 1725.5. This project is subject to compliance monitoring and
enforcement by the DIR.
25. SPECIAL CITY REQUIREMENTS
Special City forms and their instructions are an integral part of these specifications and
failure to submit same may be grounds, in the sole discretion of the City, for rejection of
any Bidder.
A. Living Wage Ordinance Where Applicable. Contractor, and Subcontractors, if any,
shall comply with the terms and conditions of Ordinance No. 1187, the City’s
Living Wage Ordinance. Upon request, certified payroll
B. Equal Employment Opportunity in Contracting. The City of Vernon is committed
to a policy of equal opportunity in contracting. Qualified firms including small
businesses and businesses owned by women, minorities, and disabled persons are
encouraged to submit bids or proposals. Contractors expressly agree to comply
with the City's ordinances and regulations regarding Equal Opportunity
Employment as well as regulations that may be mandated by the source of the funds
supporting the Contract. Contractor certifies and represents that during the
performance of this Contract, it and any other parties with whom it may subcontract
shall adhere to equal employment opportunity practices to assure that applicants,
employees and recipients of service are treated equally and are not discriminated
against because of their age not discriminated against because of their race, religion,
religious belief, color, national origin, citizenship, ancestry, disability, sex, age,
medical condition, pregnancy, sexual orientation or marital status. Contractor
certifies that it will not maintain any segregated facilities.
Contractor shall comply with all applicable Federal and California laws including,
but not limited to, the California Fair Employment and Housing Act (California
Government Code Section 12900, et seq.), California Labor Code Section 1735,
and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.).
Contractor shall require like compliance by all Subcontractors employed on the
Work.
Page 24 of 177
26. BID PROTEST PROCEDURES
A. Any Bidder submitting a Bid directly to the City and eligible for award of the
Contract may file a protest if the Bidder complies with all of the following
requirements and conditions:
1. The Bid protest is in writing;
2. A protest based upon alleged defects or improprieties in the Contract
Documents is filed with the City prior to the Bid Deadline;
3. All other protests are to be filed and received by the City no more than five (5)
calendar days following the City’s notice of intent to award the Contract; and
4. The written Bid protest sets forth, in detail, all grounds for the Bid protest,
including without limitation: all facts, supporting documentation, legal
authorities, and argument in support of the grounds for the Bid protest. All
factual contentions must be supported by competent, admissible, and credible
evidence.
B. Any matters not set forth in the written Bid protest will be deemed waived. Any
Bid protest not conforming to the foregoing requirements and conditions will be
rejected by the City as invalid.
C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s
submission of this Bid and the City acceptance of same, the Bidder shall indemnify,
defend (with counsel acceptable to City), and hold harmless the City, its City
Council members, employees, and agents from liability, claims, demands,
damages, and costs arising therefrom if such dispute or action arises solely upon
the award of a Contract in compliance with federal, state, and local laws.
[END OF DOCUMENT]
Page 25 of 177
BIDDING FORMS
BIDDER'S PROPOSAL
The undersigned submits this Bid in response to the Notice Inviting Bids issued by the City to construct the Work of
the following Project in accordance with the Contract Documents:
PROJECT: Citywide Traffic Signal Maintenance &Repair FY 2021, Specification No. CS-1303
A. Enclosed herewith and by this reference incorporated herein and made a part of this Bidder's Bid are the
following completed forms.
1. Bidder's Proposal
2. Schedule of Bid Prices
3. Incumbency Certificate
4. Bid Security 'in the following form (check one):
q Cashier's Check ❑Certified Check Bid Bond ❑Cash
5. Bidder's Statement of Qualifications
6. Experience Form
7. Statement of Violations of Federal, State or Local Law, if applicable
8. Contractor Safety Questionnaire
9. Designation of Subcontractors
10. Contractor's Affidavit of Noncollusion
11. Insurance Requirements Afifiidav'it
12. Statement of Disqualification or Debarment.
13. Pre-Bid Site Inspection Certification.
B, Acknowledgment of Addenda. The Bidder shall acknowledge the receipt of all Addenda by attaching a signed
copy of all Addenda, and by listing all Addenda received and attached in the space below.
If an Addendum or Addenda have been issued by the City and not attached and noted above as being received
by the Bidder, the Bid may be rejected.
C. Inspection of the Work and Contract Documents. Bidder certifies that it has carefully examined and is fully
familiar with all of the provisions of the Bidding Documents and said Bidding Documents contain sufficient
detail regarding the Work to be performed; that it has notified City of any errors or omissions in the Bidding
Page 26 of 177
Documents and/or any unusual site conditions; and that it has carefully checked all words, prices, and
statements in this Bidding Document. Bidder hereby certifies that he/she and his/her Subcontractors have
inspected the site and related Drawings and Specifications of Work and fully acquainted themselves with all
conditions and matters which may in any way affect the Work, time of completion or the costs thereof.
Bidder also certifies helshe has observed the designated Contractor Work areas and access routes, if
disclosed or shown, as part of the Work in this Contract.
Page 27 of 177
PRE-BID SITE INSPECTION —CERTIFICATION:
Persons) who inspected site of the proposed Work for your firm:
Name: Justin Cataldo
Title: Regional Manager
Name: Ralph Murillo
Title: Regional Field Manager
Date of Inspection
Date of Inspection
02-11-2021
02-11-2021
D. Bidder agrees that all costs of Work shown in the Bidding Documents, including work reasonably inferable
therefrom and necessary thereto, are included in his/her Bid. All Work shown in the Contract Documents for which a
specific line item is not provided in the Bidding Form is included in the Bidder's Total Base Bid Price.
E. Forfeiture of Bid Security. Bidder further agrees that, in case of his/her default in executing the required
Contract and the required bonds, or furnishing the required insurance, the money payable under the Bid Security
accompanying this Bid shall be applied by the City towards payment of the damage to the City on account of such
default, as provided in the Bidding Documents.
F. Period of Irrevocability. Bidder agrees that this Bid shall remain open and shall not be withdrawn for a period
of not less than ninety (90) calendar days from the date of award of Contract, or until rejected by the City, whichever
period is shorter.
G. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder's submission of this
Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to City), and hold
harmless the City, its City Council members, employees, and agents from liability, claims, demands, damages, and
costs arising therefrom if such dispute or action arises solely upon the award of a Contract in compliance with federal,
state, and local laws.
The Bidder declares that neither he/she nor any member ofhis/her firm or corporation is an officer or employee of the
City of Vernon.
hereby certify under penalty of perjury under the laws of the State of California that the representations made herein
are true and correct.
Executed this ~ 5 day of February at Alviso California
City State
Page 28 of 177
Bidder's Proposal
Respectfully Submitted
NAME OF BIDDER
COMPANY
NAME. Bear Electrical Solutions, Inc.
ADDRESS: 1341 Archer Street, PO Box 924
Alviso, CA 95002-0924
CONTACT PERSON: Robert Asuncion
TELEPHONE NUMBER: 408-449-5178 FAX NUMBER: 408-449-5147
E-MAIL. robert(cr~.bear-electrical.com
CALIFORNIA STATE CONTRACTOR'S LICENSE NUMBER: 982079
EXPIRATION DATE: 03I3~/2021
TAX IDENTIFICATION NO.: 46-1898744
SURETY COMPANY: Harco National Insurance Com
Al l Bid forms must be signed where so indicated by the person or persons duly authorized to sign on behalf of the
Bidder. By signing the Bid, the person signing is deemed to represent that he or she has authority to bind the Bidder.
Failure to sign the Bidder's Proposal may invalidate the Bid.
Page 29 of 177
``~1','~
p~~~ ~`t ~ Ry+~~
~f
i~
~' Y 5 ~ ~ts-
- ,.,;te r`
PUBLIC WORKS DEPARTMENT
4305 Santa Fe Avenue, VeI•non, California 90058
Telephone (323) 583-8811
February 11, 2021
Via PlanPthirlc
NOTICE TO BIDDERS —ADDENDUM NO. 1
CITYWIDE TRAFFIC SIGNAL MAINTENANCE &REPAIR FY2021
CONTRACT NO. CS-1303
IN THE CITY OF VERNON, CALIFORNIA
This notice shall be considered as Addendum No. 1 to the Specifications for the above-mentioned
project and modifies the original Specifications and Contract Documents, as noted below. Portions of
the Contract, not specifically mentioned in the Addendum, remain in force.
Contract Specifications:
1. Page 31 of 177, "SCHEDULE OF BID PRICES" shall be replaced with the attached
updated sheet.
- Bid Item number 1 is being updated to replace "Amount" with "Total Cost Per Year".
Requests for Information
Attached are the lists of requests for information submitted for this contract.
If you have any questions, please contact Lissette Melendez of my staff at (323) 583-8811,
extension 246 or at lmelendez(a~ci.vernon.ca.us.
Daniel Wall, P.E.
Director of Public Works
Enclosures
~~v~. o-vv~~~ ~ ~'~ ~~iv{ ~ ~
E.~cCusively IndustriaC
CS-1303: Citywide Traffic Signal Maintenance &Repair FY 2021
Requests for Information
1. The license requirements listed in the RFP require a contractor to poses a C-10 and D-31, is that
suppose to read C-31?
Answer: The Notice Inviting Bids state that D-31 is Pole Installation and Maintenance Contractor. The
D-31 license can be substituted for a Class A, General Engineering Contractor's License.
2. If a contractor only holds a C-10 license, can he use a subcontractor to fulfill the C-31 license
requirement, and still bid this contract as a prime?
Answer: The Bidder must possess the licenses C-10, Electrical Contractor, and D-31, Pole Installation
and Maintenance Contractor. Contractor may substitute the D-31 license for a Class A,
General Engineering Contractor's License.
3. What is the duration of this contract?
Answer: As stated in Exhibit B: Special Provisions, Section B-1.04: Length of Contract. This shall be a
three year contract.
4. What is the question deadline for this project?
Answer: The City will take questions up to Bid Opening Day.
5. Would City consider apportioning the indemnity obligation on an equitable basis in proportion
to the fault of each party, so that Contractor shall indemnify City for all claims to the extent
arising out of the negligent acts and omissions, or willful misconduct of Contractor, and except
to the extent arising out the negligent acts and omissions, or willful misconduct of City?
Answer: Any modifications to the standard contract language have to be reviewed and approved by
the City Attorney.
6. Per section B-4.01 -Extra Work; are the percentage markups automatically added to the bid
rates that we submit as part of the Schedule of Bid Prices? In other words, are the schedule of bid prices
that we are to fill out are of costs excluding markup? (Then our pricing is markup'd per section B-4.01)
Answer: The costs in the schedule of bid prices shall be the final agreed price for that bid item. For any
extra work that is not listed in the schedule, payment shall be made based on time and
material and the percentages shown in Section B-4.01 Extra Work section a, shall be added to
the cost.
UNANIMOUS WRITTEN CONSENT
OF TI-~E BOARD QF DIRECTORS OF
BEAR ELECTRICAL SOLUTIONS, iNC.
The undersigned, being all of the directors of BEAR ELECTRICAL SOLUTIONS, INC.,
a Califot-nia corporation, acting pursuant to the provisions of Section 307 of the California
Corporations Code, hereby unanimously adopt the following resolution:
APPOINTMENT OF OFFICERS
RESOLVED, that the following persons are hereby appointed to the offices set
forth opposite their respective names to serve until their successors are duly
appointed and qualified:
ROBERT ASt1NCION--Vice President
ANDREW BADER--Vice President
AUTHORITY OF VICE PRESIDENTS
RESOLVED, that the Vice Presidents are authorized to execute such contracts
and agreements with customers of the corporation, from time to time, as they
deem necessary or appi•opi•iate.
Dated: January 1 ~ 2017
MIKE PETERS
ANDREW BADER
ROBERT ASUNCION
ARTrCLES t~F ~NCORPOI~TIOI~
or
Br~r~ ~I~~~c~r~zlc:~L s«~.u~rlo~Ts, Svc.
353054
F~~~~~~
Secretary of State o~ ~~
J A~N Z 4 2~ ~ 3
AR`T'ICLE ~
The name of tlazs eorparation is ~3EAIZ. ELECTRICAL SOLUT70NS; 1NC.
The purpose of the corporation is to engage; in any lawful act or acti~~zty foz• which a
corporation ma~~ he oz-ganized under the General CorpoY•ation Law of Calxforr~i~a O~~~f'I' ~~l~lXl the
bazzking business, the trust company business oz- the practice of a profession permitted to be
incoi-~orated by the California Cor~~ox-ations Code.
The name and address i~l the State of California of the corpo~•ation's initial agent for service
of process is:
RUBEIZT ASUNCION
554 Calleczta Street
San Jose, CA 9525
x r, mrr-tr r Yet r
The business atld znail~r~~; address in tl~e State oaf Ca~i~oz-l~ia i.s:
~ 300 S~~.te Sfreet
A.l~~isc~, C~ 95002
AR'1'ICLF, V
T31e corporation is authorized to issue only oile class of shaves, ~~~hich shad be designated
common shares. 'T'he total number of shares u~hic}~ the eorporatioll is au~ho~-i.ze<~ to issue is fi ve
~~undred thous~~nc~ {500,000) shares.
ARTICLE VI
The liabilit3~ ofthe directors of the corporation for monetan~ damages shall be ~Iiminated to
the fvll~st extent permissible under California law.
ARTICLE VII
7'he corporation is authorised to provide indemnification of agents (as defined in Section 317
of the California Corporations Code} far breach of duty tv the corporation and its shareholders
through bylaw provisions or through agreements with the agents, orthrough shareholderresolutions,
or otherwise, in excess of the indemnif ication otherwise p~rmi#ted by Section 3 t 7 ofthe GaIifornia
Corporations Code, subject to the limits on such excess indemr~iftcahon sit forth in Section 204 of
the California Corporations Cade.
ARTICLE VlI1
Any repeat or mod~ficafion of the provisions of Articles- VI or VI( hereof sha(I not adversely
affect any right to indemnification of an agent or limitation of fiabiiit~+ of a director of this
corporation relating to acts or orr~issions occurring prior to such repeal or modification.
ARTICLE IX
The corporation reserves the right to amend, alter, or repeal.any provision contained in these
Articles of Incorporation, in the manner now or hereafter prescribed by taw, and all rights and
powers conferred by these ~rtfcles of Incorporation on shareholders, di~ctors and officers are
granted subject to th:s reservation. .
Dated: ,~anuary 1' , 2013
ROBER ASUNCION
_Z..
SCHEDULE OF BID PRICES
PROJECT: Citywide Traffic Sianal Maintenance &Repair, Specification No. CS-1303
BIDDER'S NAME; Bear Electrical Solutions, Inc.
BASE BID
Pursuant to and in compliance with your Notice Inviting Bids and Contract Documents relating to the Project including
all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the
Contract Documents and with 1oca1 conditions affecting the performance and the costs of the Work at the pace where
the Work is to be done, hereby proposes and agrees to fully perform the Work within the time stated in strict accordance
with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment,
and utility and transportation services necessary to fully perform the Work antl complete it in a workmanlike manner)
for the total Base Bid sum of:
Two Hundred Ninety Seven Thousand Nlne Hundred Six and No Cents
D011al'S ($ 297,906.00
Proposed Construction Costs Breakdown
SECTION I —ROUTINE MAINTENANCE
Item No. Description Unit Qty Unit Price Per Total Cost
Month Per Year
~ Routine Maintenance-Inspection and Cleaning EA 41 $ ~8s.o0 $ ~a3,296.00 er Attachment "C"
SECTION II- EXTRAORDINARY MAINTENANCE
A. Material; Contractor's cost for the supply plus (+) 15%per the Green Book
B. Labor: Contractor's hourly rates (including all fringe benefits, markup, overhead, etc.) for all job
classifications involved in extraordinary maintenance.
C. Regular timer hours are Monday —Friday 7:OOAM — 4:OOPM (excluding Holidays). Overtime hours are
Monday —Friday 4:OOPM — 7:OOAM, Weekend and Holidays
Bid
Item
No.
Classification Title Unit
Hours
Per
Year
Straight Time Total Cost
per Year
2 Operations Superintendent HR 5 $X90.00 $ $a5o.00
3 Foreman HR 5 $ $115.00 $ $575.00
4 EngineeringlSystems Technician HR 10 $ $70.00 $ $700.00
5 Laboratory Technician HR 10 $ $70.00 $ ~~oo.00
6 Traffic Signal Technician- Lead (IMSA Level III Certified) HR 80 $ $~~ 5.o0 $ X9,200.00
7 Traffic Signal Technician- (IMSA Level II Certified) HR 80 $ $75.00 $ $s,aoo.00
8 Utility Technician HR 30 $ $so.00 $ $~,$oo.00
SUBTOTAL FOR BID ITEMS N0.2 THROUGH N0.8 $ $19,425.00
Page 31 of 177
Bid
Item
No.
Classification Title Unit
Hours
Per
Year
Overtime Total Cost
Per Year
9 Operations Superintendent HR 5 $ X90.00 $ $450.00
10 Foreman HR 5 $ $175.00 ~ $875.00
11 Engineering/Systems Technician HR 10 $ X70.00 $ X700.00
12 Laboratory Technician HR 10 $ $70.00 $ X700.00
13 Traffic Signal Technician- Lead (IMSA Level III Certified) HR 80 $ $175.00 $ $14,000.00
14 Traffic Signal Technician- (IMSA Level I I Certified) HR 80 $ $100.00 $ $8,000.00
15 Utility Technician HR 30 $ $75.00 $ X2,250.00
SUBTOTAL FOR BID ITEMS N0. 9 THROUGH N0. 15 $ X26,975.00
Bid Qty Total Cost Item Labor and Material Unit Per Unit Price Per Year No. Year
16 Install 6' diameter traffic loop (4 or less) EA 12 $ X500.00 ~ X6,000.00
17 Install 6' diameter traffic loop (more than 4) EA 12 ~ $450.00 ~ X5,400.00
18 Furnish and Install 6' diameter bike loop (4 or less) EA 12 $ $500.00 ~ X6,000.00
19 Furnish and Install 6' diameter bike loop (more than 4) EA 12 $ $450.00 ~ X5,400.00
20 Furnish and Install No. 5 pullbox EA 4 $ $230.00 ~ $920.00
21 Furnish and Install No. 6 pullbox EA 4 $ X250.00 $ $1,000.00
22 Furnish and Install No. 5 pullbox lid EA 4 $ $95.00 ~ $380.00
23 Furnish and Install No. 6 pullbox lid EA 4 $ $110.00 $ $440.00
24 Furnish and install LED Countdown Pedestrian Head- EA 12 $ X200.00 ~ $2,400.00
Diali ht
25 Furnish and install ADA push button. EA 10 $ $85.00 $ X850.00
26 Furnish and install ADA push button assembly complete EA g $ $ with si ns. $160.00 ~~ ,280.00
27 Furnish and install pedestrian push button post EA 4 $ $485.00 $ ~~ ,940.00
28 Furnish and install handhole cover (Small Plastic oval or EA 4 ~ ~10.00 ~ X40.00
rectan ular .
29 Furnish and install handhole cover (Small Galvanized oval EA 4 $ ~10.00 $ X40.00
or rectan ular .
30 Furnish and install handhole cover (Large Plastic oval or EA 8 $ $ rectan ular . $10.00 $80.00
31 Furnish and install handhole cover (Large Galvanized oval EA $ ~ ~~ o.00 $ X80.00 or rectan ular .
32 Furnish and install 3 section 12" head on shaft EA 4 $ $300.00 $ ~~ ,200.00
33 Furnish and install 5 section 12" head on shaft EA 2 $ ~~ ,100.00 $ $2,200.00
Page 32 of 17 7
34 Furnish and install 3 section 12" head on mast arm EA 2 $ X300.00 $ X600.00
35 Furnish and install 5 section 12" doghouse with mast arm
mount EA 2 $X1,250.00 ~ X2,500.00
36 Furnish and install 12" Tunnel Visor EA 4 $ $65.00 $ $260.00
37 Furnish and install NEMA conflict monitor EA 4 $ $1,400.00 ~ X5,600.00
38 Furnish and install 24 volt power supply EA 4 $ $525.00 $ ~2, ~ 00.00
39 Furnish and install 8" LED Red Ball (Dialight) EA 10 $ X70.00 $ X700.00
40 Furnish and install 8" LED Yellow Ball (Dialight) EA 6 $ X70.00 ~ $420.00
41 Furnish and install 8" LED Green Ball (Dialight) EA 10 $ $70.00 ~ $700.00
42 Furnish and install 12" LED Red Ball (Dialight) EA 24 $ $90.00 $ X2,160.00
43 Furnish and install 12" LED Yellow Ball (Dialight) EA 8 $ X90.00 $ X720.00
44 Furnish and install 12" LED Green Ball (Dialight) EA 24 $ ~go.00 $ ~2,~60.00
45 Furnish and install 12" LED Red Arrow (Dialight) EA 4 ~ ~g0.00 ~ $360.00
46 Furnish and install 12" LED Yellow Arrow (Dialight) EA 2 $ $
47 Furnish and install 12" LED Green Arrow (Dialight) EA 4 $ ~g0.00 ~ $360.00
48 Furnish and install 72"x18" ISNS Panel (Green/White) EA 12 ~ $320.00 ~ X3,840.00
49 Conduct Safety Light and ISNS Night Survey (Monthly) EA 12 $ $350.00 ~ X4,200.00
50 Install City furnished regulatory sign on signal mast arm EA 50 $ ~~ 00.00 $ X5,000.00
51 Replace Type 1-A (10') pole. EA 4 $ X750.00 $ X3,000.00
52 Adjust alignment of signal head on pole. EA 10 $ X50.00 ~ X500.00
53 Adjust alignment of signal head on mast arm. EA 4 ~ X100.00 ~ X400.00
54
Furnish and install Type 332 cabinet with 170 ATC McCain
controller per Los Angeles County Specifications (complete
in place with all necessary equipment) including turn-on.
Weekend Work
EA 2 $ $15,000.00 ~ X30,000.00
55
Furnish and install Type P1 or M1 cabinet with ASC/2S-
2100 Econolite controller per Los Angeles County
Specifications (complete in place with all necessary
e ui ment includin turn-on. Weekend Work
EA 2 $ X37,000.00 $ X74,000.00
56 Furnish and install 170 ATC McCain controller EA 2 $X2,000.00 ~ X4,000.00
57 Furnish and install Cobalt Controller EA 2 $ X5,200.00 ~ X10,400.00
58 Furnish and install ATC 2070 Controller EA 2 ~ $3,300.00 ~ X6,600.00
SUBTOTAL FOR BID ITEM N0. 16 THROUGH N0. 58 $ $196,410.00
Page 33 of 177
(LABOR AND MATERIAL)
Bid
Item
No.
Equipment Unit Qty,Per
Year Unit Price Total Cost
Per Year
59 Service Truck TRIP 80 $ $15.00 $ ~~ ,200.00
60 Bucket Truck TRIP 120 $ $65.00 $ X7,800.00
61 Hydraulic Boom Truck TRIP 5 $ $15.00 ~ $75.00
62 Compressor with tools TRIP 5 $ $15.00 ~ X75.00
63 Crane Truck TRIP 5 $ X500.00 $ $2,500.00
64 Concrete Saw TRIP 5 $ X15.00 ~ X75.00
65 Towable Arrow Board TRIP 5 ~ $15.00 ~ X75.00
SUBTOTAL BID ITEM N0. 58 THROUGH N0. 65 (EQUIPMENT) $
SECTION III- CONTRACT PROPOSAL COST SUMMATIONS
$11, 800.00
GRAND TOTAL BID ITEMS N0. 1 THROUGH NO 65 (USED FOR BID PURPOSES ONLY):
Dollars ($ 297,906.00
Two Hundred Ninety Seven Thousand Nlne Hundred Six and No Cents
Written Dollar Amount (Also, enter Total at top of page 32)
Bid is for comparison purposes. Actual pay to the Contractor for emergency work will be based on actual time and
materials based on unit prices provided. All unit prices shall include all overhead costs and profits.
All other work items, labor, materials, tools and incidentals which are not specifically listed in the above bid items, but
are necessary to complete the project per specifications, and all other applicable standards and codes are considered
to be included in the above bid items.
If there is a discrepancy between (1) the '`Grand Total" shown immediately above, (2) any of the "total costs" shown in
the far right column above, or (3) the individual Unit Price, then the Unit price shall control over the total cost, and the
total cost shall control over the total, If, however, the unit price is ambiguous, unintelligible, or uncertain for any cause,
or is omitted, or is the same amount as the entry for the item total , then the item total shall prevail and shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit price.
Bidder shall exclude the cost of Permit Fees from Bidder's Base Bid sum; Base Bid sum shall include the cost of
administration and coordination of Governmental Approvals and Utility Fees.
Page 34 of 177
BIDDER'S PROPOSAL — SIGNATURE(S):
Form of Entity of Bidder:
Please check the appropriate signature block below and fill in all related information.
Sole Proprietorship:
By:
Title:
Printed name of person signing
Signature
List all d/b/a's:
Partnership: ❑General Partner ❑Limited Partner
Bv:
Title:
Printed name of person signing
Signature
X Corporation. Bear Electrical Inc., is a California Corporation -see attached documentation
By: Robert Asuncion
P nt n of person signing
~Z~n~~,
Signature
q Joint Venture: ❑Corporation ❑Partnership
q Individual ❑Other
Bv:
Title:
Printed name of person signing
Signature
Name of all Joint Venturers.
Corporate Officer Title: Secretary /Vice President
Corporate Seal
[If the Bidder is a corporation or a limited liability company, enter state or county of incorporation in addition to the
business address and include an incumbency certificate executed by a Secretary thereof in the form set forth herein
listing each officer with signing authority and his/her corresponding office. If the Bidder is a partnership or joint venturer
stating that the respective partner or joint venturer agrees to be held jointly and severally liable for any and all of the
duties and obligations of the Bidder under the Bid and under any contract arising therefrom. Attach evidence to the
Bid Proposal Form that the individual signing has authority to do so.]
Page 30 of 177
Respec ull ed:
Signatu e
Vice President
Title
982079
License Number
1341 Archer Street, PO Box 924, Alviso, CA 95002
Address
02-15-2021
Date
03/31 /2021
Date of Expiration
(SEAL - if Bid is by a corporation)
Attest
Amount of Certified or Cashier's Check or Bid Bond X29,790.60
Harco National Insurance Compan
Name of Bonding Company
Page 35 of 177
INCUMBENCY CERTIFICATE
Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Bid
Forms:
PRESIDENT'S &OFFICERS' NAME:
Mike Peters
Andrew Bader
Robert Asuncion
TITLE.
President
Vice President /CFO
Vice President
The undersigned hereby certifies to the City of Vernon that he/she is the duly elected and acting Secretary of
Bear Electrical Solutions, Inc. (the "Company"), and that, as such, he/she is authorized to execute
this Incumbency Certificate on behalf of the Company, and further certifies that the persons named above are the duly
elected, qualified and acting officers of the Company, holding on the date hereof, the titles and positions set forth
opposite their names and are authorized to sign the Bid Forms.
IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this 15th day of
February , 20 21,
Robert Asuncion
S Greta 's e-Printed
~~~
Secretary's Signature
Bond No.: N/A
Premium Amount: $ $29.790.60
Bond's Effective Date: Harco National Insurance Company
Page 36 of 177
BID BOND
RECITALS:
1. The City of Vernon, California ("City"), has issued a Notice Inviting Bids for the Work described as follows:
Citywide Traffic Signal Maintenance
Specification No. CS-1303 &Repair FY 2021 in Vernon, CA. ("Project").
2. In response to the Notice Inviting Bids, Bear Electrical Solutions, Inc.
(Name, address, and telephone of Contractor)
1341 Archer Street, Alviso, CA 95002, (408) 449-5178
has submitted the accompanying Bid for the Project.
("Principal"),
3. Principal is required under the terms of the Specification—antl all Bidding Documents referenced in it—to furnish a bond with
the Bid.
4. The Specification, including all its amendments and supplements, and Principal's Bid are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
Harco National Insurance Company, 2999 Oak Rd., #820, Walnut Creek, CA 94597
(Name, address, and telephone of Surety)
(925) 256-8760
a duly admitted surety insurer under California's laws, agree as follows:
("Surety"),
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of Ten Percent (10%) of the Total Amount of Bid
Dollars ($ 10°/a of Total Bid ) ("the Bonded Sum"), this amount
comprising not less than TEN PERCENT (10%) of Principal's Base Bid, in lawful money of the United States of America.
The California Licensed Resident Agent for Surety is:
Woodruff-Sawyer & Co., 50 California Street, Floor 12, San Francisco, CA 94111
(Name, address, and telephone)
415-391-2141 Registered Agent's California Department of Insurance License No. 4329598
THE CONDITION OF THIS BOND'S OBLIGATION IS THAT, if: (1) Principal does not (a) withdraw its Bid for the period specified
in the Bidding Documents, or—if no period is specified—for ninety (90) calendar days after City awards the Contract for the Project,
or (b) attempt to withdraw its Bid when the requirements of California Public Contract Code §5101 of seq., or any successor
legislation, are not met; or (2) City awards Principal the Contract in response to Principal's Bid, and within the time and manner
specified by the Specification or Contract Documents or—if no period is specified—within fourteen (14) calendar days after the
Contract's award, Principal (a) signs and delivers to City the Contract, in accordance with the Bid as accepted, (b} furnishes the
required bonds for not only Principal's faithful performance and proper fulfillment of the Contract, but also Principal's payment for
labor and materials used in the Project, and (c) furnishes the required insurance, then this obligation becomes null and void.
Othervvise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond:
1. Surety's obligations under this Bond are separate, independent from, and not contingent upon any other surety's guaranteeing that
upon City's awarding the Contract to Principal, the Principal will enter into the Contract with City.
2. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
3. If an action at law or in equity is necessary to enforce or interpret this Bond's terms, Surety must pay— in addition to the Bonded
Sum— City's reasonable attorneys' fees and litigation costs, in an amount the court fixes.
4. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate, or
withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
Page 37 of 177
On the date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed
by its representatives) under the authority of its governing body.
Date: February 9, 2021
PRINCI A
Bear Electrical Sc~t s, Inc.
(Corn y e
(Sign to
By: ~~IV,I-~ ~ 'Q~~ j
(Name)
ItS: ~i~~-~1~`
(Title)
Address for Searing Notices or Other Documents:
1341 Archer Street
Alviso, CA 95002
CORPORATE SEAL
SURETY:
Harco National Insurance Company
(Company Name)
(Signature)
By: Alicia Dass
(Name)
Its: Attorney-in-Fact
(Title)
Address for Serving Notices or Other Documents:
2999 Oak Rd., #820
Walnut Creek, CA 94597
CORPORATE SEAL
n EVIDENCE MUST BE ATTACHED OF THE AUTHORI TY OF ANY PERSON SIGNING ASATTORNEY-IN-FACT.
n THE ATTORNEY-IN-FACTS SIGNATURE MUST BE NOTARIZED.
n A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR 80TH,
ARE A CORPORATION.
Page 38 of 177
BOND ACKNOWLEDGMENT
FOR
SURETY'S ATTORNEY-IN-FACT
See attached CA All-Purpose Acknowledgment
S TE OF CALIFORNIA )
ss.
COUNT F )
On this y of , 20 ,
before me, (name), a Notary Pubiic for said County, personally appeared
(name), who proved to me o the basis of satisfactory evidence to be the person whose name is subscribed to this
instrument as the attorney in fact
subscribed the name of
as attorney in fact.
and acknowledged to me that he/she
thereto as principal, and his/he own name
certify under PENALTY OF PERJURY under the law~f the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
Page 39 of 177
CALIFORNIA ALL-PURPQSE ACKNOWLEDGMENT CIVIL CODE § 1189
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.
Mate of California
county of Alameda ~
On _ ~~ ~ ~~ Ii ~ before me, _ Nerissa S. Bartolome, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Alicia Dass
Names) of Signers)
who proved to me on the basis of satisfactory evidence to be the person(,a`) whose name(,s~ is/~r2
subscribed to the within instrument and acknowledged to me that be/she/they executed the same in
.hri~s/her/~1r authorized capacity, and that by k~/her/~`ir 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.
~' `~' "~ ~'~~` ~'~ ~ WITNESS my hand and official seal. n~wssa s, e~u~tcxor~ ti
I~lot,ary PubMc • Califofltla z
Z r ...~a' , ~ Shc1 f fal4CffC0 ~OURty D /~ ~ _
Commission N 2240576 ~'~~'~ ` - ~' Signature
My Canm. ExpMes J~rn 14~ 2023 Signature of Nofary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: _ Document Date:
Number of Pages: Signers) Other Than Named Above:
Capacity(ies} Claimed by Signers)
Signer's Name: Alicia D~,s~ -----------------------
~ Corporate Officer — Ti#le(s): _ __ __ __
q Partner — I J Limited U General
O Individual [~ Attorney in Fact
q Trustee ❑Guardian or Conservator
C] Other:
Signer Is Representing:
er's Name:
Cor to Officer — Title(s):
q Partner -- invited [.-1 GE
D Individual ttor
q Trustee ~ a
q Other:
Signer epresenting:
i n Fact
or Conservator
~cx~.~~sx:~s~c:~s,'x~zc~c.~cut~~~s~c,~;~w s~c.~u:~c~<c,'sc>~:~,~~;~c~:c.~~c.~c~~.rs~v~t;~=i~~~s ~~~~c^su~~t
02014 National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1-800-876-6827) Item #5907
~~O~UTr ~~•rlj,p STATE OF NEW JERSEY STATE OF ILLINOIS
vp~QR4~~ `~~, County of Essex County of Cook
o SEAL ~
Y t 904 ~a o /~'J
b~ a Kenneth Chapman
1~~ ~ ~'~ Executive Vice President, Harco National Insurance Company
and Intemationat Fidelity Insurance Company
POWER OF ATTORNEY
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Bond # N/A
Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and
appoint
VALERIE GARCIA, CHRISTINA BURTON, ALICIA DASS, PETER TAM, KELLY HOLTEMANN, THOMAS E. HUGHES, CHARLES R. SHOEMAKER,
MARK M. MUNEKAWA, NERISSA S. BARTOLOME, JOAN DELUCA, SARA RIDGE, PATRICK R. DIESEL, YVONNE RONCAGLIOLO
San Francisco, CA
their true and lawful attorneys)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and the execution of such instruments) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal o~ces.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys-in-Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually axed."
IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31st day of December, 2019 ,,.~„ .~~' '~~.
,y
SEAL o
4 ' 198 ~ 3
b~' ;dy •• ~'~,~,;
~. ,~ .•
On this 31st day of December, 2019 ,before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized o~cer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
~~ ```~ ~ ~ "''~ , A: OG.,~ IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, ~~.~~~,E
~ Q ~ •~ ,Exp, p ~~~ ~
~ v, ~ Oy
New Jersey the day and year first above written.
E`er ~ i y y: v° aOTAR~, ao ~. ,C
~ ~C. ~. ~AU81.~G ~ .
%, ~~ 500799✓~.~,,~~
1~V ~Ept ~. Shirelle A. Outley a Notary Public of New Jersey
~''~ ~ ~ ~ ~'S~ My Commission Expires April 4, 2023
~~~l~~r~L~_t~L~I~I
I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By-Laws of said Companies as set
forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, February 09, 2021
A00467
Irene Martins, Assistant Secretary
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of Santa Clara
On February 10, 2021 before me, Kelli Shaw-Gomez, Notary Public ,
Date Here Insert Name and Title of the Officer
personally appeared Michael Peters
Names) of Signers)
KELII SHAWGOMEz
~~~ `~-'~+9 • Notary Public -California zt..
'';' w' _ •~ Sama Clara County n
Commission ~ 2219414
My Comm. Expires Oct 22, 2021
who proved to me on the basis of satisfactory evidence to
be the person(gj whose named is/fie subscribed to the
within instrument and acknowledged to me that he/s#~7tl~i
executed the same in his/heP7fhetfi`authorized capacity(i:~,
and that by his/h~f/theiY signature~s~"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.
Witness my han and icial al.
Signature
Place Notary Seal Above Signat -o Notar ublic
OPTIONAL
Though the information below is not required bylaw, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signers)
Signer's Name:
q Individual
q Corporate Officer — Title(s):_
q Partner — ❑Limited ❑General
q Attorney in Fact
q Trustee
q Guardian or Conservator
q Other:
Signer Is Representing:
Top of thumb here
Number of Pages:
Signer's Name:
q Individual
q Corporate Officer — Title(s):
q Partner — ❑Limited ❑General
q Attorney in Fact
q Trustee
q Guardian or Conservator
q Other:
Signer Is Representing:
Top of thumb here
e~7~"d; e7' tl'' ~3'' el
BIDDER'S STATEMENT OF QUALIFICATIONS
1. ORGANIZATION
1.1 How many years has your organization been in business as a Contractor? 8 ~0
1.2 How many years has your organization been in business under its present name? 8.0
1.2.1 Under what other names has your organization operated?
Not applicable
1.3 If your organization is a corporation, answer the following;
1.3.1 Date of incorporation/organization: January 24, 2013
1.3.2 State of incorporation/organization: California
1.3.3 Corporate ID number: C3530549
1.3.4 Name of President: Michael Peters
1.3.5 Agent for Service of Process: Robert Asuncion
1.4 If your organization is a partnership, answer the following:
1.4.1 Date of organization/formation; N/A
1.4.2 Type of partnership (if applicable): N/A
1.4.3 Names) of general partner(s): NSA
1.4.4 List ail states in which you are registered and state ID numbers for each:
N/A
1.5 If your organization is individually owned, answer the following:
1.5.1 Date of organization: NSA
1.5.2 Name of owner: N/A
1.6 If the form of your organization is other than those listed above, describe it and name the
principals: N/A
Page 40 of 177
2. LICENSING
2.1 List jurisdictions in which your organization is legally qualified to do business, indicate registration or
license numbers, and category of license, if applicable.
California -Contractor License #982079 (Class A, C-10,C-31,D-31)
DIR Registration# 1000002158
2.2 List jurisdictions in which your organization's partnership or trade name is filed.
California
2.3 List any licensing suspensions and/or violations assessed against your organization within the past
five years.
N/A
3. EXPERIENCE
3.1 List the categories of Work that your organization normally performs with its own
personnel. Electrical work. traffic signal maintenance. repair. and construction
3.2 On the Experience Form, list the project information that establishes that Bidder meets the
essential requirements for qualification set forth in the Mandatory Qualifications paragraph
of the Notice Inviting Bids for this Project.
3.3 On a separate sheet, list projects to which your firm or business has been awarded a
government contract since your firm or business has been in existence (giving the name
and address of the project, the government agency, contact name and phone number, the
contract amount, and contract's starting date and ending date).
3.4 On a separate sheet, list the experience and present commitments of the key individuals of
your organization.
4. CLAIMS; LAWSUITS; CRIMINAL ACTS
For the following questions, the term "owner" does not include owners of stock in your firm if your
firm is apublicly-traded corporation.
4.1 In the past five (5) years, have, you, your firm or any of its owners, partners, officers, or
employees been a defendant in court, or participated in an arbitration or mediation, on a
matter related to:
4.1.1 The performance, non-performance, default, violation, or breach of a contract or
agreement?
q YES ~ NO
Page 41 of 177
4.1.2 A vehicle collision or accident involving your firm's employees?
q YES ~ NO
4.1.3 Damage to real property arising out of your services or operations?
q YES ~ NO
4.1.4 Employment-related litigation brought by an employee of your firm?
q YES ~ NO
4.1.5 Payment to a subcontractor or supplier?
q YES ~ NO
4.1.6 Defective, deficient, or substandard work?
q YES ~ NO
If the answer to any questions in 4.1.1 to 4.1.6 is YES, identify the name of the person or
entity that sued (i.e., "the plaintiff'} or was involved in the mediation or arbitration; list the
date, court, court address, and case number; describe the facts and circumstances giving
rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition. Attach
additional sheets as necessary.
4.2 Have you or your firm ever filed a claim for damages or a lawsuit, or requested arbitration
or mediation, against a government entity or a Client?
q YES ~ NO
If YES, identify the government entity or client; list the date, court and case number;
describe the facts and circumstances about the claim for damages, or the lawsuit, or both;
and set forth the outcome or disposition. Attach additional sheets as necessary.
4.3 Are there any pending or outstanding judgments or liens against you, your firm, or any of
its owners, partners, officers, or employees?
q YES D NO
If YES, identify the name of the person or entity entitled to payment; list the date court and
case number; describe the facts and circumstances giving rise to the judgment or lien; and
set forth the amount of the judgment or lien. Attach additional sheets if necessary.
4.4 In the past five (5) years, has any government entity ever: (a) investigated, cited, disciplined,
or assessed any penalties against you, your firm, or any of its owners, partners, officers, or
employees, or (b) determined or concluded that your firm or any of its owners, partners,
officers, or employees violated any laws, rules, or regulations?
q YES ~ NO
Page 42 of 177
If YES, identify the government entity; list the date, and describe the facts and
circumstances about each instance. Attach additional sheets as necessary.
4.5 In the past five (5) years, have you, your firm or any of its owners, partners, officers or
employees been convicted of a crime related to the bidding of a government contract, the
awarding of a government contract, or the performance of a government contract?
("Convicted" includes a verdict of guilty by a judge or jury, a plea of guilty, a plea of polo
contendere, or a forfeiture of bail.)
q YES D NO
If YES, identify the government entity; list the date, court and case number; describe the
facts and circumstances about each instance; and set forth the penalty or punishment
imposed. Attach additional sheets as necessary.
4.6 In the past five (5) years, have you, your firm, or any of its owners, partners, officers or
employees been convicted of a crime involving embezzlement, theft, fraud, forgery,
bribery, deceptive or unlawful business practices, perjury, falsifying or destroying records
or evidence, or receiving stolen property, or making or submitting a false claim?
q YES D NO
if YES, identify the crime or offense; list the date, court and case number; describe the
facts and circumstances about each instance; and set forth the penalty or punishment
imposed. Attach additional sheets as necessary.
4.7 Have you or, if Bidder is a corporation, any principal of the corporation ever been
convicted of a felony?
q YES ~ NO
If YES, please explain the details of that conviction and, if so, whether you or said officer
have served his or her sentence.
4.8 In the past five (5) years, has a government entity determined or concluded that you, your
firm, or any of its owners, partners, officers or employees made or submitted a false claim
(including a false claim for payment), or made a material misrepresentation?
q YES D NO
If YES, identify the government entity, and describe the facts and circumstances about
each instance. Attach additional sheets as necessary.
4.9 Have you or your company ever been charged by any governmental agency for failure to
follow safety procedures? If YES, please explain.
q YES D NO
Page 43 of 177
4.10 Has any governmental agency ever submitted a complaint against you or your firm to the
California State Labor Commission for failure to submit certified payrolls? If your answer
is "Yes", please provide the details of such complaint.
q YES ~ NO
5. FIRM'S OPERATIONAL STATUS
5.1. In the past seven (7) years, has your firm, or anyone else acting on behalf of your firm, filed
for bankruptcy, insolvency, receivership, or reorganization?
q YES ~ NO
If YES, list the filing date, identify the court and case number; describe the facts and
circumstances giving rise to each instance; and set forth the disposition or current status.
Attach additional sheets as necessary.
5.2. In the past five (5) years, has your firm had an consolidations, mergers, acquisitions,
closings, layoffs or staff reductions?
q YES ~ NO
If YES, list the filing date, and describe the facts and circumstances about each instance.
Attach additional sheets as necessary.
5.3. Is your firm in the process of, or in negotiations toward: (a) consolidating, merging, selling,
or closing its business, or (b) laying off employees or reducing staff?
q YES ~ NO
If YES, describe the transaction; list the anticipated date for completing the transaction,
laying off employees, or reducing staff; and describe the facts, circumstances, and reason
for taking the action. Attach additional sheets as necessary.
BIDDING; DEBARMENT; CONTRACT PERFORMANCE
6.1. Has a government entity ever debarred, disqualified, removed, suspended, or otherwise
prevented you or your firm from bidding on, contracting, or completing a construction
project?
q YES ~ NO
If YES, identify the name of the government entity, list the date, and describe the facts
and circumstances about each instance, and state the reason for the government entity's
action against your firm. Attach additional sheets as necessary.
Page 44 of 177
6.2. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you
or your firm is a "non-responsible" bidder or proposer?
q YES ~ NO
If YES, identify the name of the government entity, list the date, describe the facts and
circumstances about each instance, and state the reason or basis for the government
entity's determining that your firm was a "non-responsible" bidder. Attach additional
sheets as necessary.
6.3. Have you or your firm ever failed to fulfill or perform —either partially or completely — a
contract or an agreement with a government entity or a client?
q YES ~ NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.4. In the past five (5) years, have you or any officer or principal of your firm been an officer of
another firm which failed to perform a contract or agreement?
q YES ~ NO
If YES, list the date, and describe the facts and circumstances about each instance. Attach
additional sheets as necessary.
6.5. Has your firm ever advised a government entity or a client, while your firm was under
contract with the government entity or client, that your firm could not (or would not) fulfill or
perform —either partially orcompletely —the contract or the agreement based on the prices
that your firm had originally submitted in a Bid or a Proposal?
q YES ~ NO
If YES, list the date, identify the name of the government entity or client, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.6. Has your firm ever requested a government entity or a client, while your firm was under
contract with the government entity or client, to renegotiate one or more terms of the existing
contract or agreement?
q YES D NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.7. Has your firm ever requested a government entity or a client, while your firm was under
contract with the government entity or client, to: (a) cancel the contract or agreement, or
(b) release or discharge your firm form the contract or agreement?
q YES ~ NO
Page 45 of 177
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.8. Has a government entity or a client ever terminated, suspended, ornon-renewed your
firm's contract or agreement before its completion?
q YES D NO
If YES, identify the name of the government entity, list the date, and describe the facts
and circumstances about each instance. Attach additional sheets as necessary.
6.9. Has a government entity or a client ever notified or advised your firm that your firm's
performance under a contract or agreement was poor, sub-standard, deficient, or non-
compliant?
q YES ~ NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.10. In the past five (5) years, has your firm paid, or has your firm been assessed, liquidated
damages on a contract or agreement?
q YES D NO
If YES, identify all such contractslprojects by owner, owner's address, the date of
completion of the project, amount of liquidated damages assessed, and all other information
necessary to fully explain the assessment or payment of liquidated damages. Attach
additional sheets as necessary.
7. INSURANCE AND BONDS
7.1. In the past ten years, has an insurance company or a surety company:
7.1.1. Refused to insure your firm for liability coverage?
q YES ❑O NO
7.1.2. Canceled ornon-renewed your firm's insurance coverage?
q YES ❑X NO
7.1.3. Refused to issue your firm a bond?
q YES ~ NO
7.1.4. Canceled or revoked a bond obtained by your firm?
q YES ~ NO
If the answer to any questions in 7.1.1 to 7.1.4 is YES, identify the name of the insurance
Page 4 6 of 17 7
company or surety company, list the date, and describe the facts and circumstances about
each instance. Attach addition sheets as necessary.
7.2 In the past ten (10) years, has an insurance company or surety company made any
payments on your firm's behalf as a result of a default, to satisfy any claims against a
performance bond, payment bond, or maintenance bond issued on your firm's behalf?
q YES ~ NO
If YES, identify each contract completed or amount of each claim, the name and telephone
number of the claimant, the date, grounds and current status of the claim, and if resolved,
the method, nature, and amount of the resolution. Attach addition sheets as necessary.
8. SURETY
8.1 If a performance and/or payment bond is required by this bid, identify the bonding company
if arrangements for the bond have been made; if not, identify the bonding company for the
Contractor's most recent project:
Harco National Insurance Com and
8.2 Name and address of agent:
Vivian Imperial
818 W. Seventh, Suite 930 Los Angles, CA 90017
All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted
in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed
by the Bidder.
hereby certify under penalty of perjury under the laws of the state of California that the representation made herein
are true and correct.
Signature of Bidder
Bear Electrical Solutions, Inc.
Page 47 of 177
BIDDER'S EXPERIENCE FORM
PROJECT NAME: Citywide Traffic Signal Maintenance & Repair FY2021 SPECIFICATION N0. Contract CS-1303
COMPANY NAME: Bear Electrical Solutions, Inc.
***Please use additional sheets if necessary
List below the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice
Inviting Bids for this Project.
CONTRACT CONTRACT CONTRACT PROJECT NAME AND CONTACT PHONE
START DATE END DATE S AMOUNT AGENCY ADDRESS CONTACT NAME NUMBER
2
07/01/18 In-progress $939,000
Citywide Traffic Signal 25550 Commercentre Dr Tran Tran 949-461-3485
Maintenance &Repair Lake Forest, CA 92630
City of Lake Forest
10/01/19 In-progress $805,000
Citywide Traffic Signal 200 Civic Center Philip Nitoilama 949-470-3068
Maintenance &Repair Mission Viejo, CA 92691
City of Mission Viejo
07/01/16 In-progress $359,000
Citywide Traffic Signal 12 Journey, Suite 100 Shaun Pelletier 949-425-2533
Maintenance &Repair Aliso Viejo, CA 92656
City of Aliso Viejo
All of the above statements as to experience are submitted in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information
is guaranteed by the Bidder. I hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and
correct. `
Signature of Bidder '
State of California Contractor's License No. 982079
Print name.
Contractor's License expiration date
Robert Asuncion
03/31 /2021
Page 47 of 177
CONTRACTOR SAFETY QUESTIONNAIRE
Company Name: Bear Electrical Solutions, Inc.
Primary Type of Work: Electrical Contracting -Traffic Signal Maintenance
Person Completing Form: Robert Asuncion
Title: Vice President Phone Number: 408-449-5178
Date: 02-15-2020
SAFETY PERFORMANCE
1. List your company's Interstate Experience Rating Modifier (ERM)1 for the three most recent years.
20 20 0.65
20 19 0.71
20~~ 0.77
2. List your company's number of injuries/illnesses from your OSHA 300 logs for the three most recent years.
20~_ 20 19 20 18
a. Fatalities ~ .~_ _Q_
b. OSHA recordable incidents ~_ ~_ ~_
c. Lost work day incidents o 0 0
d. Total lost work days o 0 0
e. Total hours worked 167,113.9 136,500.0 103,379.50
3. Upon request from the City, the contractors) shall provide copies of the following items (a-g); and Items (d-
g)for each listed Subcontractor
a). OSHA 300 logs for the most recent three years
and current year-to-date
b). Verification of ERM from your insurance carrier
c). Injury/Illness Report
d). Complete written Safety Program
4. Company Safety Contact:
a. Name Ivette Green
b. Phone 408-449-5178
e). Training Plans
fl. Training Certificates for Employees
g). Emergency Response Training
1 ERM =applies to workers' compensation policies. It compares the experience of this contractor to others of similar size, type
and ratio. Used against annual premium. It has a direct correlation to how much the contractor pays in workers' comp premium.
Page 48 of 177
CONTRACTOR SAFETY QUESTIONNAIRE (continued)
SAFETY PROGRAM
SAFETY PROGRAM DOCUMENTATION Circle One
a. Do you have a written safety program manual? Yes o
1) Last revision date 3/15/2020
b. Do you have a written safety field manual? Yes o
c. Are all workers given a booklet that contains work rules,
responsibilities, and other appropriate information? Yes o
2. POLICY AND MANAGEMENT SUPPORT
a. Do you have a safety policy statement from an officer of Yes o
the company?
b. Do you have a disciplinary process for enforcement Yes o
of your safety program?
c. Does management set corporate safety goals? Yes o
d. Does executive management review:
Q Accident reports? o
0 Safety statistics? o
Q Inspection reports? o
e. Do you safety pre-qualify subcontractors? Yes o
f. Do you have a written policy on accident reporting Yes o
and investigation?
g. Do you have alight-duty, return-to-work policy? Yes o
h. Is safety part of your supervisor's performance evaluation? Yes o
i. Do you have a personal protective equipment (PPE) policy? Yes o
j. Do you have a written substance abuse program? Yes o
If yes, does it include (check all applicable boxes):
Q Pre-employment testing Q Return-to-duty testing
Q Random testing Q Disciplinary process
0 Reasonable cause testing 0 Alcohol testing
~ Post accident testing 0 National Institute on Drug Abuse
q Panel Screen
k. Does each level of management have assigned safety Yes o
duties and responsibilities?
Page 49 of 177
3
4
TRAINING AND ORIENTATION
a. Do you conduct safety orientation training for each
employee? Yes o
b. Do you conduct site safety orientation for every Yes o
person new to the job site?
c. Does your safety program require safety training meetings? Yes o
for each supervisor (foreman and above)?
How often?
~ Weekly ❑Monthly ❑Quarterly ❑Annually ❑Other
d. Do you hold tool box/tailgate safety meetings
focused on your specific work operations/exposures? Yes o
How often?
0 Weekly ❑Daily ❑Other
e. Do you require equipment operation/certification training? Yes o
ADMINISTRATION AND PROCEDURES
a. Does your written safety program address
administrative procedures? Yes o
If yes, check which apply:
X Pre project/task planning
~ Record keeping
Safety committees
X HAZCOM
X Substance abuse prevention
X Return-to-work
b. Do you have project safety committees?
X Emergency procedures
X Audits/inspections
~ Accident investigations/reporting
~ Training documentation
X Hazardous work permits
Subcontractor prequalification
Yes o
c. Do you conduct job site safety inspections? Yes o
How often?
~ Daily ❑Weekly ❑Monthly ❑Other
Do these inspections includes a routine safety
inspection of equipment (e.g., scaffold, ladders, fire
extinguishers, etc.)? Yes o
d. Do you investigate accidents? Yes o
How are they reported?
0 Total company q By superintendent
q By project q By project manager
q By foreman Q In accordance with OSHA
e. Do you discuss safety at all preconstruction and progress meetings? Yes o
Page 50 of 177
f. Do you perform rigging and lifting checks prior to lifting . Yes o
Q For personnel Q For equipment Q Heavy lifts more than 10,000 Ibs.)
5.
C~
WORK RULES
a. Do you periodically update work rules?
When was the last update? 3/15/2020
What work practices are addressed by your work rules?
Yes o
Q CPR/first aid ❑Access—entrances/stairs
Q Barricades, signs, ❑Respiratory protection
and signals
q Blasting ❑Material handlinglstorage
q Communications ❑Temporary heat
q Compressed air and gases ❑Vehicle safety
q Concrete work Q Traffic control
q Confined-space entry ❑Site visitor escorting
q Cranes/rigging and hoisting Q Public protection
Q Electrical grounding Q Equipment guards and grounding
q Environmental controls and ❑Monitoring equipment
Occupational health
Q Emergency procedures ❑Flammable material handling/storage
q Fire protection and prevention ❑Site sanitation
q Floor and wall openings ❑Trenching and excavating
Q Fall protection Q Lockout/Tagout
q Housekeeping ❑Energized/pressurized equipment
q Ladders and scaffolds
q Mechanical equipment/ Q Personal protective equipment
maintenance/pre-op checks/ Q Tools, power and hand
operation Q Electrical power lines
q Welding and cutting (hot work) ❑Other
OSHA INSPECTIONS
a. Have you been inspected by OSHA in the last three years?
b. Were these inspections in response to complaints?
c. Have you been cited as a result of these inspections?
If yes, describe the citations (add additional sheets if necessary):
Y No
Ye No
Ye No
Page 51 of 177
DESIGNATION OF SUBCONTRACTORS
NAME OF BIDDER: Bear Electrical Solutions, Inc.
Each Bidder must list, on the form provided on the next page, each Subcontractor who will perform work or labor or
render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed
in the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the
Work or improvement according to detailed drawings contained in the Drawings and Specifications, in an amount in
excess ofone-half of one percent of the Contractor's Base Bid Amount. Each Subcontractor must have an active and
current license, and all requisite specialty certifications, when listed.
Bidder must provide the following information for EACH Subcontractor.
1. The name of the Subcontractor;
2. The trade and type of work that the Subcontractor will perform;
3. Location (address) of Subcontractor's place of business;
4. Subcontractor's license number; and any specialty licenses; and
5. Dollar value of the Work that the Subcontractor will perform.
Subletting or subcontracting of any portion of the Work in excess of one-half of one percent of the Contractor's Base
Bid to which no Subcontractor was designated in the original Bid shall only be permitted in cases of public emergency
or necessity, and then only after a finding reduced to writing as a public record of the City setting forth the facts
constituting the emergency or necessity.
If the Contractor violates any of the above provisions the Contractor may be in breach of this Contract and the City
may exercise the option, in its own discretion, to (1) cancel this Contract, or (2) assess the Contractor a penalty in an
amount not more than ten percent (10%) of the amount of the subcontract involved, and this penalty shall be deposited
in the fund out of which the prime Contract is awarded.
If the Contractor fails to specify a Subcontractor, or if the Contractor specifies more than one Subcontractor for the
same trade or type of Work to be performed under the Contract inexcess ofone-half of one percent of the Contractor's
Base Bid Amount, then the Contractor agrees that he/she is fully qualified to perform that Work himself/herself, and
that he/she shall perform that Work himself/herself. If after award of Contract, the Contractor subcontracts any such
Work, the Contractor will be subject to the statutory penalties.
DESIGNATION OF SUBCONTRACTORS FORM
IS ON THE FOLLOWING PAGE
Page 52 of 177
Please type or legibly print (attach additional sheets as necessary).
Name of Subcontractor Email Contact
Information
Trade and Type
of Work to be
Performed
Business Location
Smithson Electric and Saw
to @smithsonelectri
Concrete Cutting
Loops
.com
Orange, CA
Public Works
License Contractor Dollar ($) Value Number Registration
Number
#614518 #1000001610 $8,000.00
Page 53 of 177
The Contractor shall not:
A. Substitute any personas Subcontractor in place of the Subcontractor listed in the original Bid, except that
the City may consent to the substitution of another person as Subcontractor in any of the following
situations:
1. When the Subcontractor listed in the Bid, after having had a reasonable opportunity to do so, fails or
refuses to execute a written contract for the scope of Work specified in the Subcontractor's bid and
at the price specified in the Subcontractor's bid, when that written contract, based upon the general
terms, conditions, Drawings and Specifications for the Project or the terms of Contractor's written
Bid, is presented to the Subcontractor by the Contractor;
2. When the listed Subcontractor becomes insolvent or the subject of an order for relief in bankruptcy;
3. When the listed Subcontractor fails or refuses to perform his/her subcontract;
4. When the listed Subcontractor fails or refuses to meet the bond requirements of the Contractor as
set forth in Public Contract Code Section 4108;
5. When the Contractor demonstrates to the City that the name of the Subcontractor was listed as the
result of an inadvertent clerical error;
6. When the listed Subcontractor is not licensed pursuant to the Contractors License Law;
7. When the City determines that the Work performed by the listed Subcontractor is substantially
unsatisfactory and not in substantial accordance with the Drawings and Specifications, or that the
Subcontractor is substantially delaying or disrupting the progress of the Work;
8. When the listed Subcontractor is ineligible to work on a public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code; or
9. When the City determines that the listed Subcontractor is not a responsible contractor.
B. Permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone
other than the original Subcontractor listed in the original Bid, without the consent of the City.
C. Other than in the performance of "change orders" causing changes or deviations from the original
Contract, sublet or subcontract any portion of the Work in excess of one-half of one percent of the
Contractor's Base Bid Amount as to which his/her original Bid did not designate a Subcontractor.
Prior to approval of the Contractor's request for a Subcontractor substitution, the City shall give notice in writing to the
listed Subcontractor of the Contractor's request to substitute and of the reason for the request. The notice will be
served by certified or registered mail to the last known address of the Subcontractor. The listed Subcontractor who
has been so notified shall have five (5) Working Days within which to transmit to the City written objections to the
substitution. Failure to file these written objections shall constitute the listed Subcontractor's consent to the substitution.
If written objections are filed, the City shall give notice in writing of at least five (5) Working Days to the listed
Subcontractor of a hearing by the City on the Contractor's request for substitution.
The Contractor, as a condition to asserting a claim of inadvertent clerical error in the listing of a Subcontractor, shall
within two (2) Working Days after the time of the Bid Deadline, give written notice to the City and copies of such notice
to both the Subcontractor he/she claims to have listed in error and the intended Subcontractor who had bid to the
Contractor prior to the Bid Deadline.
Page 54 of 177
QUESTIONNAIRE REGARDING SUBCONTRACTORS
Bidder shall answer the following questions and submit with his/her Contract proposal.
1. Were bid depository or registry services used in obtaining subcontractors bid figures in order to compute your
bid? Yes q No Q
2. If the answer to No. 1 is "Yes", please forward a copy of the rules of each bid depository you used with this
questionnaire.
3. Did you have any source of subcontractors' bids other than bid depositories? Yes
4. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to
attempt to convince you to use the services or abide by the rules of one or more bid depositories?
Yes q No Q
5. If the answer to No. 4 is "Yes", please explain the following details:
(a) Date.
(b) Name of person or group:
(c) Job involved (if applicable):
(d) Nature of the threats:
(e) Additional comments:
(Use additional paper if necessary)
6. Was a conscious effort made to recruit or provide equal opportunity for bids by minority or project area
subcontractors? Yes q No Q
7. Was a conscious effort made to recruit and hire project area lower-income residents?
Yes q No Q
Please submit statement.
8. We declare under penalty of perjury that the foregoing is true and correct.
Dated this 15th day of February , 20 21
All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted
in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed
by the bidder.
Name f Co Bear Electrical Solutions, Inc.
r
By:
Title Vice President
Page 55 of 177
CONTRACTOR'S AFFIDAVIT OF NON-COLLUSION
STATE OF CALIFORNIA )
COUNTY OF Santa Clara
Robert Asuncion being first duly sworn, deposes and says:
That he/she is the Vice President (Title of office if a corporation, "sole owner," "Partner,"
or other proper title) of Bear Electrical Solutions, Inc. , (hereinafter called "Contractor")
who has submitted to the City of Vernon a Bid for the construction of the Citywide Traffic Signal
Maintenance &Repair FY2021;
2. That said Bid is genuine; that the same is not sham; that all statements of fact therein are true;
3. That said Bid is not made in the interest or behalf of any person, partnership, company, association,
organization, or corporation not named or disclosed;
4. That Contractor did not, directly or indirectly induce, solicit, agree, collude, conspire or contrive with
anyone else to submit a false or sham bid, to refrain from bidding, or withdraw his/her bid, to raise or fix
the Bid price of Contractor or of anyone else, or to raise or fix any overhead profit, or cost element of
Contractor's price or the price of anyone else; and did not attempt to induce action prejudicial to the
interests of the City of Vernon, or of any other Bidder, or anyone else interested in the proposed Contract;
5. That the Contractor has not in any manner sought by collusion to secure for himself an advantage over
any other Bidders or induce action prejudicial to the interests of the City of Vernon or of any other Bidder,
or anyone else interested in the proposed Contract;
6. That the Contractor has not accepted any bid from any Subcontractor or material supplier through any
bid depository, the bylaws, rules or regulations of which prohibit or prevent the Contractor from
considering any bid from any Subcontractor or material supplier, which is not processed through said bid
depository, or which prevent any Subcontractor or material supplier from bidding to any Contractor who
does not use the facilities of or accept bids from or through such bid depository;
Page 56 of 177
7. That the Contractor did not, directly or indirectly, submit the Contractor's Bid price or any breakdown
thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof, or
to any individual or group of individuals, except to the City of Vernon, or to any person or persons who
have partnership or other financial interest with said Contractor in his/her business.
declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Dated this ~ day of ~~8 20~/ at S/~'/v~' C~-/~ 1-#
Month/Year City
Bear Electrical Solutions, Inc. -Robert Asuncion
Cont (P e Print)
Contractor's Signature
Vice President
Title
CONTRACTOR'S SIGNATURE MUST BE NOTARIZED
A notary public or other officer completing th's certificate verifies only the identity o(the
individual vrho signed the document to which this certificate is attached, aid rot the
truthfulness, accuracy, o► validity of that document.
St2te of alit is County of A 2 ~ 1ss.
t _ ~~ J N N~;c,
pe sonal y a peared~~~~ ~ I ~ ~
who proved to me on the basis of satisfactory evidence to be the person(} whose
name islar~subscribed to the v~ithin instrument and acknov~ledged to me that
h~fs ~ lh,~,~executed the same in hislf}ellth ~' ai~"~orized ca;,acit}~(jr~; and that by
hislty~f/ll~s~~natu~(s~bn the instrument tF~e person(a"(, or the eni~ty upon behalf of
~ti~hic;~ the person(} acted, executed the instn+ment. I c~:rtify under PENALTY OF
PERJURY ar7der 1`.e !:~vs of .he State of C~!if; ;nia ,i.at tl,-~ foregoing paragraph is :nee
and ccrrect. 1 ~; ~ ~~cSS my hand and o~ iciai seal.
.~ ~~
.. ~ M. SCOGLlO
•~ C~OMM. # 2277407
.'s.. ,~ NOTARY PUBLIC•C#UFORNIA
SANTA CLARA COUNTY
jrComm.,Expirt~ MARCH 9. 2023
State
Page 57 of 177
THE BIDDER'S INSURANCE COMPANY(S) OR INSURANCE AGENT MUST COMPLETE THIS FORM
AND
THE BIDDER MUST SUBMIT THIS CERTIFICATION WITH THE BID FORMS.
I, the undersigned (Please check one box) D underwriter ~ agent, certify that I and the Contractor listed below have
jointly reviewed the "Insurance Requirements" in these Bidding Documents and the Contract Documents. If the City of
Vernon ("City") awards the Contractor the Contract for this project, I will be able—within fourteen (14) calendar days
after the Contractor is notified of the Contract's award—to furnish the City with valid insurance forms (including one or
more insurance certificates and additional insured endorsements) that fully meet all of the Insurance Requirements.
Woodruff Sawyer & Co.
Name of Insurance Company
Cass Hamann
Insurance Agent's Name (Printed)
si nature ~9 )
50 California St FI 12, San Francisco, CA 94112
Address City
415-402-6547 415-989-9923
Telephone Number
Bear Electrical Solutions, Inc.
Contractor's Name
FAX Number
2/9/21
Date
Cass Hamann
nsurance Agent's Name
State Zip Code
chamann@woodruffsawyer.com
Email Address
Contract CS-1303
City Specification Number
Below Stafe the Name of Insurance Company Providing Coverage:
DO NOT write "Will Provide," "To Be Determined," "When Required," or similar phrases.
Hartford Fire Ins. Co. Hartford Casualty Ins. Co.
Commercial General Liability
Hartford Accident &Indemnity
Workers' Compensation Liability
City Will Purchase Policy, if required
Builders Risk
Automobile Liability
Indian Harbor Insurance Co.
Pollution Liability
[NOTE TO CONTRACTOR: See "Insurance Requirements" EXHIBIT 4 of the Contract for the requirement of obtaining
Pollution Liability Insurance.]
NOTE TO THE UNDERWRITER /AGENT: If the insurance forms that the Contractor submits to the City do not fully
comply with the Insurance Requirements, and/or if the Contractor fails to submit the forms within the 14-day time limit,
the City may: (1) declare the Contractor's Bid non-responsive, and (2) award the Contract to the next lowest responsible
Bidder.
Page 58 of 177
LIVING WAGE COMPLIANCE CERTIFICATION
This contract is subject to the City of Vernon's Living Wage Ordinance, Vernon Municipal Code Chapter 2,
Article XVIII ("Ordinance"). The Ordinance requires that service contractors providing labor or services to
the City by contract in excess of $25,000:
Pay no less than ten dollars and thirty cents ($10.30) per hour with medical benefits, or eleven
dollars and fifty-five cents ($11.55) per hour without medical benefits to all employees, as defined in
the Ordinance who, at any time, provide labor or delivery services to the City of Vernon. Additionally,
on July 1st of each year thereafter the Living Wage rate shall be adjusted by the change in the
Federal Bureau of Labor Statistics Consumer Price Index, for the Los Angeles area, for the most
recently available 12 month period. Accordingly, current City contractors will be required to adjust
wage rates no later than July 1st, to remain in compliance.
¨ Notify employees who spend any of their time providing labor or delivering services to the City of
Vernon who make less than twelve dollars ($12) per hour of their possible right to the federal Earned
Income Tax Credit (EITC) under § 32 of the Internal Revenue Code of 1954, 26 U.S.C. § 32, and
making available to such employees forms required to secure advance EITC payments.
The selected contractor will be required to show compliance with the Living Wage Ordinance by
submitting payroll records as requested by the Ciry. Each record shall include the full name of each
employee performing labor or providing services under the contract; job classification; rate of pay and
benefit rate.
Provisions of the Living Wage Ordinance may be waived in a bona fide collective bargaining
agreement, but only if the waiver is explicitly set forth in clear and unambiguous terms. If this provision
applies, you must provide a copy of the collective bargaining agreement to the City.
I do hereby certify and declare under penalty of perjury that if awarded the contract for which this
bid/proposal is made. Bear Electrical Solutions, Inc. will comply with the
(Name of Company)
requirements of the Vernon Living Wage Ordinance, Vernon Municipal Code Chapter 2 Article XVIII and
the rules and regulations promulgated thereunder. I understand that failure to comply with the
provisions of the Vernon Living Wage Ordinance may result in termination of the contract as well as other
penalties as stated in Vernon Municipal Code Chapter 2 Article XVIII.
Robert Asuncion Vice President
me) (Title)
~j~~"' 02/15/2021
` (Signature) (Date)
Please return this form with your bid/pl•oposal. Questions concerning the Living Wage Ordinance should be
directed to the Department ofFinance —Purchasing Division 323.583.881 1.
Page 59 of 177
CERTIFICATE OF EQUAL OPPORTUNITY PRACTICES
City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
(323) 583-8811 Fax (323) 826-1435
Internet: www.cityofvernon.org
Article I. Affidavit of Equal Opportunity Employment &
Non-segregation (Form AA-1)
Article II. Vendor List Questionnaire (Forms AA-2 &3)
In order to be placed to the City's vendor list and be eligible to receive City business, you must
provide the following information except where indicated as "optional." By submitting this form
you are declaring under penalty of perjury under the laws of the State of California and the laws
of the United States that the information is true and correct. Furthermore, you are certifying that
your firm will adhere to equal opportunity employment practices to assure that applicants and
employees are not discriminated against because of their race, religion, color, national origin,
ancestry, disability, sex or age. And, your firm does not and will not maintain or provide for its
employees any segregated facilities at any of its establishments, and that it does not and will not
permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained.
Name of Company: Bear Electrical Solutions, Inc.
Business Telephone: 408-449-5178 Fax Number:
Address: 1341 Archer Street, PO Box 924
Cjty; Alviso
Contact Person Robert Asuncion
State: CA
Tax ID Number (or Social Security Number)
Remit Address (if different)
PO Box 924, Alviso, CA 95002-0924
(optional)
Zlp 95002
E-mail Address Robert@Bear-electrical.com
46-1898744
(optional)
Please state clearly and concisely the types) of goods and services your company provides:
Electrical Work, Traffic Signal Maintenance, Repair, and Construction
The following section is OPTIONAL and is for statistical reporting purposes only. Ownership
(please check all that apply):
African-American Asian Armenian Hispanic Native American
Disabled Female
Page 60 of 177
Project Workforce Utilization (Form AA-2~
This form is to be included in ali bid documents for projects involving labor or services valued at $25,000 or more.
Instructions: Please indicate the job titles/classifications to be used in the performance of this contract should it be awarded to your firm.
Please indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract.
Name of Company: Bear Electrical Solutions. Inc. Project:Traffic Signal Maintenance &Repair
Job Titles/Classification Estimated number of existing staff to be employed in
this classification if awarded the contract
Estimated number of new hires to be employed in
this classification if awarded the contract
Si nal Maintenance Superintendent 1 0
En ineer Technician 2 0
T hni i n 2 D
IMSA Level III Traffic Si nal Tech 8 0
4 0
Are any current employees or potential
new hires Vernon residents? If so, how
many?
0 0
Page 63 of 177
Current Permanent Workforce Utilization Form AA-
Name of Company: Bear Electrical Solutions, Inc.
Project: Citywide Traffic Signal Maintenance &Repair Contract CS -1303
Completion of this form is OPTIONAL. Any information supplied by vendors is for reporting purposes only and will not be factored
into the award of any contract.
Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups.
White
(not of Hispanic
origin)
African-American
(not of Hispanic
origin)
Hispanic Asian/Pacific
Islander
Native
American
Armenian Male Female
CLASSIFICATION
Officials/
Managers
Professionals
Technicians
Office/Clerical
Skilled Craft Workers
Operators
(semi-skilled)
Laborers
Service Workers
TOTAL
Page 64 of 177
PUBLIC WORKS DEPARTMENT
4305 Santa Fe Avenue, Vernon, California 90058
Telephone (323) 583-8811
Exclusively Industrial
February 11, 2021
Via Planetbids
NOTICE TO BIDDERS – ADDENDUM NO. 1
CITYWIDE TRAFFIC SIGNAL MAINTENANCE & REPAIR FY2021
CONTRACT NO. CS-1303
IN THE CITY OF VERNON, CALIFORNIA
This notice shall be considered as Addendum No. 1 to the Specifications for the above-mentioned
project and modifies the original Specifications and Contract Documents, as noted below. Portions of
the Contract, not specifically mentioned in the Addendum, r emain in force.
Contract Specifications:
1. Page 31 of 177, “SCHEDULE OF BID PRICES” shall be replaced with the attached
updated sheet.
- Bid Item number 1 is being updated to replace “Amount” with “Total Cost Per Year”.
Requests for Information
Attached are the lists of requests for information submitted for this contract.
If you have any questions, please contact Lissette Melendez of my staff at (323) 583-8811,
extension 246 or at lmelendez@ci.vernon.ca.us.
Sincerely,
Daniel Wall, P.E.
Director of Public Works
Enclosures
Page 31 of 177
SCHEDULE OF BID PRICES
PROJECT: Citywide Traffic Signal Maintenance & Repair, Specification No. CS-1303
BIDDER’S NAME: _________________________________________________
BASE BID
Pursuant to and in compliance with your Notice Inviting Bids and Contract Documents relating to the Project including
all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the
Contract Documents and with local conditions affecting the performance and the costs of the Work at the place where
the Work is to be done, hereby proposes and agrees to fully perform the Work within the time stated in strict accordance
with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment,
and utility and transportation services necessary to fully perform the Work and complete it in a workmanlike manner)
for the total Base Bid sum of:
________________________________________________ Dollars ($_____________________)
Proposed Construction Costs Breakdown
SECTION I – ROUTINE MAINTENANCE
Item No. Description Unit Qty Unit Price Per
Month
Total Cost
Per Year
1 Routine Maintenance-Inspection and Cleaning
per Attachment “C” EA 41 $ $
SECTION II- EXTRAORDINARY MAINTENANCE
A. Material: Contractor’s cost for the supply plus (+) 15% per the Green Book
B. Labor: Contractor’s hourly rates (including all fringe benefits, markup, overhead, etc.) for all job
classifications involved in extraordinary maintenance.
C. Regular timer hours are Monday – Friday 7:00AM – 4:00PM (excluding Holidays). Overtime hours are
Monday – Friday 4:00PM – 7:00AM, Weekend and Holidays
Bid
Item
No.
Classification Title Unit
Hours
Per
Year
Straight Time Total Cost
Per Year
2 Operations Superintendent HR 5 $ $
3 Foreman HR 5 $ $
4 Engineering/Systems Technician HR 10 $ $
5 Laboratory Technician HR 10 $ $
6 Traffic Signal Technician- Lead (IMSA Level III Certified) HR 80 $ $
7 Traffic Signal Technician- (IMSA Level II Certified) HR 80 $ $
8 Utility Technician HR 30 $ $
SUBTOTAL FOR BID ITEMS NO.2 THROUGH NO. 8 $ _____________________________________
CS-1303: Citywide Traffic Signal Maintenance & Repair FY 2021
Requests for Information
1. The license requirements listed in the RFP require a contractor to poses a C-10 and D-31, is that
suppose to read C-31?
Answer: The Notice Inviting Bids state that D-31 is Pole Installation and Maintenance Contractor. The
D-31 license can be substituted for a Class A, General Engineering Contractor’s License.
2. If a contractor only holds a C-10 license, can he use a subcontractor to fulfill the C-31 license
requirement, and still bid this contract as a prime?
Answer: The Bidder must possess the licenses C-10, Electrical Contractor, and D-31, Pole Installation
and Maintenance Contractor. Contractor may substitute the D-31 license for a Class A,
General Engineering Contractor’s License.
3. What is the duration of this contract?
Answer: As stated in Exhibit B: Special Provisions, Section B-1.04: Length of Contract. This shall be a
three year contract.
4. What is the question deadline for this project?
Answer: The City will take questions up to Bid Opening Day.
5. Would City consider apportioning the indemnity obligation on an equitable basis in proportion
to the fault of each party, so that Contractor shall indemnify City for all claims to the extent
arising out of the negligent acts and omissions, or willful misconduct of Contractor, and except
to the extent arising out the negligent acts and omissions, or willful misconduct of City?
Answer: Any modifications to the standard contract language have to be reviewed and approved by
the City Attorney.
6. Per section B-4.01 - Extra Work; are the percentage markups automatically added to the bid
rates that we submit as part of the Schedule of Bid Prices? In other words, are the schedule of bid prices
that we are to fill out are of costs excluding markup? (Then our pricing is markup’d per section B-4.01)
Answer: The costs in the schedule of bid prices shall be the final agreed price for that bid item. For any
extra work that is not listed in the schedule, payment shall be made based on time and
material and the percentages shown in Section B-4.01 Extra Work section a, shall be added to
the cost.
City Council Agenda Item Report
Agenda Item No. COV-522-2021
Submitted by: Scott Williams
Submitting Department: Finance/Treasury
Meeting Date: March 16, 2021
SUBJECT
Fiscal Year 2020-2021 Mid-Year Financial Update
Recommendation:
Adopt Resolution No. 2021-04 approving Mid-Year Budget Appropriations and amending the Fiscal
Year 2020-2021 Budget.
Background:
Following best practices and given the extraordinary economic circumstances surrounding the current
pandemic, the Finance Department will provide a briefing to the City Council to report budget to actuals
for the City and Vernon Public Utilities on the first six months of Fiscal Year 2020-2021.
General Fund
Revenue Trends and Highlights
Revenues are expected to meet or exceed projections in most categories. Some revenue categories,
such as property and parcel taxes, are primarily collected in the second half of the fiscal year per the
disbursement schedule of the County and do not reflect 50% of the fiscal year at December 31.
Sales Tax is exceeding budgeted estimates, and the City’s sales tax analytics firm has indicated that this
trend is expected to continue. Other categories have generated year-to-date revenues as expected, and
the City has not assessed late payment fees since March 2020 following the Los Angeles County
protocols of the state of emergency. With General Fund revenues at 49.6% as of December 31, 2020
and given the timing of revenues to be collected in the second half of the fiscal year, revenue trends
year-to-date are following the budgeted expectations of meeting current year operations.
Expenditure trends
With 50% of the fiscal year elapsed, the General Fund expenditures across all City Departments are at
47.7% of budgeted expenditures. Department Directors continue exercising fiscal discipline and are
working to control expenditures in their annual budgets, and salaries and benefits for all departments are
under 50% mid-year. Maintenance and operations expenses are at 35.9% and capital projects and
equipment expenses are at 49.3% for all departments as of December 31, 2020.
Enterprise Funds
Revenue and Expenditure Trends
As of December 31, 2020, Electric revenues are at 53.8%, Gas is at 62.2%, and charges for services in
the Water Fund are at 58.2%. Fiber Optic revenues are at 36.9% of budgeted revenue due to the timing
of billing.
VPU continues to look for opportunities to operate its systems efficiently while at the same time
addressing infrastructure needs and maintaining operational expenditures as budgeted. As of mid-year,
VPU is below 50% of budgeted expenditures for all funds combined. Proactive steps have been taken to
manage personnel costs as reflected in salaries and benefits expenditures for all utilities are below 50%.
Cash Position
Approximately 78% of the City’s cash funds are unrestricted, with the electric utility reserves exceeding
180 days of operating expenditures. The General Fund reserve balance has increased over the last two
fiscal years. Cash on hand approximately 28% of total funds for day to day operations and activity. The
remainder of the funds are invested in money market accounts and mutual funds.
Economic Outlook
Given the extraordinary circumstances with the state of emergency, the City’s economic outlook has
proven very resilient. However, the outlook is still one of caution, as the economic impacts of the
COVID-19 pandemic are expected to continue for some segments of business for several quarters,
depending on State and County responses to infection rates. These impacts have resulted in reduced
revenues for some businesses and may continue to do so over the next year. However, activity within the
City’s operations will have a positive impact, such as the long-term savings from the transition of City Fire
operations to Los Angeles County, and the available resources to the General Fund that are generated
from the voter approved Transactions and Use Tax. The City is also continuing its efforts to recover
extraordinary expenditures related to the State of Emergency in the form of grants and FEMA relief.
Proposed Budget Adjustments
Due to factors related to the state of emergency, as well as expenditures that were not known or
expected at the adoption of the FY 2020/2021 Budget, staff recommends adopting a resolution for
budget adjustments from City departments and enterprise funds. The schedule of recommended
adjustments are attached as Exhibit A to the proposed resolution.
Fiscal Impact:
Approved budget adjustments will result in an appropriation for each fund incorporated in the current year
budget.
Attachments:
1. Resolution No. 2021-04
RESOLUTION NO. 2021-04
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON
APPROVING MID-YEAR BUDGET APPROPRIATIONS AND AMENDING
THE FISCAL YEAR 2020-2021 BUDGET
SECTION 1. Recitals.
A. On June 2, 2020, the City Council adopted Resolution No. 2020 -13 approving the
budget for Fiscal Year 2020-2021.
B. Changes in anticipated expenditures of the City of Vernon require a revision of the
appropriations for Fiscal Year 2020-2021.
C. There are sufficient funds in anticipated revenues and fund balance to cover the
proposed budget adjustments.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
VERNON AS FOLLOWS:
SECTION 2. The City Council of the City of Vernon hereby f inds and determines
that the above recitals are true and correct.
SECTION 3. The City Council hereby approves the budget adjustments as set
forth in Exhibit A, attached hereto and incorporated by reference.
SECTION 4. The Budget for Fiscal Year 2020-2021 adopted by Resolution No.
2020-13 is hereby amended to include the mid-year budget appropriations.
/ / /
/ / /
/ / /
/ / /
/ / /
Resolution No. 2021-04
Page 2 of 3
_______________________
SECTION 5. The City Clerk shall certify the passage and adoption of this
resolution and enter it into the book of original resolutions.
APPROVED AND ADOPTED this 16th day of March, 2021.
_____________________________
LETICIA LOPEZ, Mayor
ATTEST:
LISA POPE, City Clerk
(seal)
APPROVED AS TO FORM:
_________________________________
ARNOLD M. ALVAREZ-GLASMAN,
Interim City Attorney
Department Account Description
Adjustment
Amount
General Fund Expenditure Adjustments
Human Resources 011.1026.596200 CPS testing service offsite due to pandemic 50,000.00$
Information Technology 011.9019.520010 Equipment needed to work off‐site due to pandemic 50,000.00$
Information Technology 011.9019.595210 Software needed to work off‐site due to pandemic 47,000.00$
Fire 011.1033.850000 Engine lease payoff 323,205.44$
Police 011.1031.596200
Radio equipment maintenance agreement, previously
budgeted in Fire Department 6,300.00$
Police 011.1031.596200
ICI system access agreement, previously budgeted in Fire
Department 30,000.00$
Police 011.1031.850000
Bi‐Directional amplifier to improve reception inside Police
Station and City Hall 32,000.00$
Police 011.1031.840000
2020 Police Interceptor budgeted in FY 2020 but vehicle
purchase completed in FY 2021 due to pandemic 52,300.00$
Public Works 011.1043.840000
Prepare Plans and Specifications for Fuel System Updgrade
+ CNG/EV 75,000.00$
Public Works
011.1043.900000/
011.2043.900000
Remodeling of 2 additional homes that became vacant in
FY 2021 200,000.00$
Public Works 011.1048.900000
Federal funded Atlantc Bridge right of way based on latest
appraisal 450,000.00$
Public Works 011.1049.596200
Pickup, graffiti truck and dump truck budgeted in FY 2020
but vehicle purchase completed in FY 2021 due to
pandemic 250,000.00$
Other Funds Expenditure Adjustments
Water 020.1084.760010 2020A Series Bond Interest Payment 437,231.60$
Electric
055.8100.596200/
055.9000.596200
Security services for continued COVID‐19 monitoring, social
and political unrest and a rise in crime and vandlism to 507,500.00$
CITY OF VERNON
Mid‐Year Budget Adjustments
FY 2020‐21
Resolution No. 2021-04
Page 3 of 3
__________________