Loading...
20210420 City Council Agenda Packet (2)Agenda City of Vernon Regular City Council Meeting Tuesday, April 20, 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 MEETING ATTENDANCE PROTOCOLS Based on California Department of Public Health guidelines and in accordance with Governor Newsom's Executive Order N-29-20, City Council meetings will transition to a hybrid format that includes both in-person and Zoom public participation. Physical distancing and reduced capacity in the Council Chambers will be enforced. Additionally, temperatures will be taken upon entry and masks must be worn in City Hall. The public is encouraged to view the meeting at http://www.cityofvernon.org/webinar-cc or by calling (408) 638-0968, Meeting ID 977-7015-3414#. You may submit comments to PublicComment@ci.vernon.ca.us with the subject line “April 20, 2021 City Council Meeting Public Comment Item #__.” Comments received prior to 8 a.m., Tuesday, April 20, 2021, will be read into the record. CALL TO ORDER FLAG SALUTE ROLL CALL APPROVAL OF THE AGENDA Regular City Council Meeting Agenda April 20, 2021 Page 2 of 6 ELECTION 1. City Clerk Results of the City of Vernon April 13, 2021 General Municipal Election Recommendation: Adopt Resolution No. 2021-09 reciting the facts of the General Municipal Election held on April 13, 2021, declaring the results and such other matters as provided by law 1. Resolution No. 2021-09 PUBLIC COMMENT At this time the public is encouraged to address the City Council on any matter that is within the subject matter jurisdiction of the City Council. The public will also be given a chance to comment on matters which are on the posted agenda during City Council deliberation on those specific matters. PRESENTATIONS 2. Human Resources Sexual Assault Awareness Month and Denim Day Proclamation Recommendation: Proclaim the month of April 2021 as “Sexual Assault Awareness Month” and Wednesday, April 28, 2021 as “Denim Day” in the City of Vernon. 1. Proclamation - Sexual Assault Awareness Month 3. Finance/Treasury Fiscal Year 2021-2022 Budget Overview Recommendation: No action required by City Council. This is a presentation only. 1. FY 2021-2022 Budget Summary All Funds CONSENT CALENDAR All matters listed on the Consent Calendar are to be approved with one motion. Items may be removed from the Consent Calendar by any member of the Council. Those items removed will be considered immediately after the Consent Calendar. 4. City Clerk Approval of Minutes Recommendation: Approve the April 6, 2021 Regular City Council meeting minutes. 1. 20210406 City Council Minutes Regular City Council Meeting Agenda April 20, 2021 Page 3 of 6 5. City Clerk Claims Against the City Recommendation: Receive and file the claim submitted by Mirna I. Tovar Rodriguez in the amount of 100,000. 1. Mirna I. Tovar Rodriguez 20210407 6. Finance/Treasury City Payroll Warrant Register Recommendation: Approve City Payroll Warrant Register No. 778, for the period of March 1 through March 31, 2021, totaling $2,274,777.12 and consisting of ratification of direct deposits, checks and taxes totaling $1,459,218.46 and ratification of checks and electronic fund transfers (EFT) for payroll related disbursements totaling $815,558.66 paid through operating bank account. 1. City Payroll Account Warrant Register No. 778 7. Finance/Treasury Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 65, for the period of March 21 through April 3, 2021, totaling $10,622,812.36 and consisting of ratification of electronic payments totaling $10,426,074.68 and ratification of the issuance of early checks totaling $196,737.68. 1. Operating Account Warrant Register No. 65 8. Fire Department Fire Department Activity Report Recommendation: Receive and file the January 2021 Report. 1. Fire Department Activity Report - January 2021 9. Police Department Police Department Activity Report Recommendation: Receive and file the February 2021 Report. 1. Police Department Activity Report February 2021 10. Police Department Sale of Surplus Vernon Police Firearm Accessories and Tools to HudsonGunner LLC Recommendation: Approve and authorize the City Administrator to execute the Agreement for the Sale of Surplus Equipment with HudsonGunner LLC, in substantially the same form as submitted, for the sale of surplus Vernon Police firearm accessories and tools, with proceeds equating to $6,389. 1. Hudsongunner Agreement Regular City Council Meeting Agenda April 20, 2021 Page 4 of 6 11. Finance/Treasury Services Agreement with SDI Presence LLC. for Enterprise Resource Planning System Implementation Project Management Recommendation: Approve and authorize the City Administrator to execute the Services Agreement with SDI Presence LLC, in substantially the same form as submitted, for project management services for Enterprise Resource Planning (ERP) system implementation, in an amount not to exceed $819,000 for a three (3) year term. 1. SDI Agreement 12. Public Utilities Amendment No. 1 to Paragraph 10 to the Collateral Annex with Southern California Edison (SCE) and Approval of the Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority Recommendation: A. Approve and authorize the General Manager of Public Utilities to execute Amendment No. 1 to Paragraph 10 to the Collateral Annex to the Edison Electric Institute (EEI) Master Power Purchase and Sale Agreement between Southern California Edison (SCE) and the City of Vernon, in substantially the same form as submitted, for the purpose of increasing the City's credit line when buying and selling power and resource adequacy capacity to or from SCE; and B. Approve and authorize the General Manager of Public Utilities and the City Administrator to execute the Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority with SCE. 1. Amendment No. 1 to Paragraph 10 to the Collateral Annex with Southern California Edison (SCE) - Redacted 2. Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority 13. City Administration COVID-19 Resident Grant Assistance Program Update Recommendation: Receive and file the report. 1. GAP City Council Update dated March 16, 2021 14. City Administration Verizon Wireless Standard Agreement Amendment Recommendation: Authorize an additional amount of $10,000 to be expended on Contract IT-0062 with Verizon Wireless for the City's Multi-Protocol Label Switching (MPLS) service. 1. Verizon Standard Agreement Amendment Regular City Council Meeting Agenda April 20, 2021 Page 5 of 6 NEW BUSINESS 15. Finance/Treasury Services Agreement with Aon Risk Insurance West, Inc. Recommendation: Approve and authorize the City Administrator to execute a three-year services agreement with Aon Risk Insurance, Inc (Aon), in substantially the same form as submitted, to perform professional property/casualty insurance broker of record services through fiscal year 2023-24 for a total amount not to exceed $277,500. 1. Aon Risk Insurance Service Agreement 16. Public Works Contract Award to Haul-Away Rubbish Service Co. for City Contract No. CS-0894 for Refuse Collection, Recycling, and Waste Disposal Services Recommendation: A. Accept the bid proposal from Haul Away Rubbish, Inc. as the lowest responsive and responsible bidder for the Refuse Collection, Recycling, and Waste Disposal Services and reject all other bids; and B. Approve and authorize the City Administrator to execute contract CS-0894 in the amount of $257,922 for Refuse Collection, Recycling, and Waste Disposal Services for various City locations, for a period not to exceed three (3) years. 1. Haul-Away Rubbish Service Co. Contract ORAL REPORTS City Administrator Reports on Activities and Other Announcements. City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff. CLOSED SESSION 17. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION (2) Government Code Section 54956.9(d)(1) City of Signal Hill (including the City of Vernon) v. Central Basin Municipal Water District Los Angeles Superior Court Case No. 19STCP03882 Jerry Chavez v. City of Vernon Los Angeles Superior Court Case No. BC719460 CLOSED SESSION REPORT ADJOURNMENT Regular City Council Meeting Agenda April 20, 2021 Page 6 of 6 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 15th day of April, 2021. By: Lisa Pope, City Clerk 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 CityClerk@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 those 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 excluded 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 formal 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-531-2021 Submitted by: Lisa Pope Submitting Department: City Clerk Meeting Date: April 20, 2021 SUBJECT Results of the City of Vernon April 13, 2021 General Municipal Election Recommendation: Adopt Resolution No. 2021-09 reciting the facts of the General Municipal Election held on April 13, 2021, declaring the results and such other matters as provided by law Background: On November 3, 2020, the City Council adopted Resolution No. 2020-39 calling the General Municipal Election to be held on April 13, 2021. On April 13, 2021, the General Municipal Election was held in conformance with the City Charter, Vernon Municipal Code, California Elections Code and the Federal Voting Rights Act. Ballots received as of close of polls on Election Day were canvassed on Election Night. A second canvass was conducted on April 15, 2021, and, if necessary, a third canvass will be conducted on Monday, April 19, 2021. Pursuant to Elections Code Section 10263, the City Council must adopt a resolution reciting the facts of the election. The Certificate of Canvass, attached to the resolution declaring the results of the election, provides details of the results including the total votes cast for each candidate. The results will be updated and provided for Council approval at its meeting on April 20, 2021. Following adoption of the resolution reciting the election results, it would be appropriate to administer the oath of office for this position. Pursuant to Chapters 3.5 and 3.6 of Article III of the City of Vernon Charter, based on the rotation schedule according to election year, Melissa Ybarra will be the Mayor and William "Bill" Davis will be the Mayor Pro Tem. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. Resolution No. 2021-09 RESOLUTION NO. 2021-09 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON, CALIFORNIA, RECITING THE FACTS OF THE GENERAL MUNICIPAL ELECTION HELD ON APRIL 13, 2021, DECLARING THE RESULTS AND SUCH OTHER MATTERS AS PROVIDED BY LAW SECTION 1. Recitals. A. A General Municipal Election was held and conducted in the City of Vernon, California, on Tuesday, April 13, 2021, as required by law. B. Notice of the Election was given in time, form and manner as provided by law; candidates were nominated to fill the vacancy as required by law; voting precincts were properly established; election officers were appointed; and in all respects the election was held and conducted and the votes were cast, received and canvassed and the returns made and declared in the time, form and manner as required by the provisions of the City Charter and Elections Code of the State of California for the holding of elections in charter cities. C. The City Clerk canvassed the returns of the election and has certified the results to the City Council, which certification and results are received, attached and made a part hereto as Exhibit A. 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 finds and determines that the above recitals are true and correct. SECTION 3. The whole number of ballots legally cast for the General Municipal Election held on April 13, 2021, was one hundred and six (106), with seven (7) provisional ballots cast. SECTION 4. The City Clerk canvassed the returns of the election and certified the results to the City Council, which certification and results are received and accepted, attached and made a part hereto as Exhibit A. SECTION 5. The names of the persons voted for at the General Municipal Election for the office of member of the City Council, in order as they appeared on the official ballot, are as follows: Rafael Alvarez Tovar Jr. Leticia Lopez Resolution No. 2021-09 Page 2 of 3 _______________________ SECTION 6. The following are declared to be the results of said General Municipal Election for the office of member of the City Council: Rafael Alvarez Tovar Jr. 43 votes Leticia Lopez 61 votes SECTION 7. The City Council of the City of Vernon hereby declares that Leticia Lopez was elected as member of the City Council for the full term of five (5) years. SECTION 8. The City Clerk shall immediately make and deliver to the person so elected a Certificate of Election signed by the City Clerk and authenticated. SECTION 9. The City Clerk shall also administer to the person elected the Oath of Office prescribed in the Constitution of the State of California and shall have him or her subscribe to it and file it in the Office of the City Clerk. The person so elected shall then be inducted into the respective office to which he or she has been elected. SECTION 10. 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 20th day of April, 2021. LETICIA LOPEZ, Mayor ATTEST: LISA POPE, City Clerk seal) APPROVED AS TO FORM: ARNOLD M. ALVAREZ-GLASMAN, Interim City Attorney CITY OF VERNON APRIL 13, 2021 GENERAL MUNICIPAL ELECTION CERTIFICATION OF CANVASS I, Lisa Pope, City Clerk of the City of Vernon, California, do hereby certify that I have canvassed the returns of the General Municipal Election held on April 13, 2021, and find that the number of votes cast were as follows: TO ELECT ONE COUNCIL MEMBER 1st Count April 13, 2021 2nd Count April 15, 2021 Total Rafael Alvarez Tovar Jr 42 1 43 Leticia Lopez 61 0 61 Total Votes 103 1 104 VOTER TURNOUT These results are semi-official and reflect ballots received and verified as of close of polls on election day. If necessary, a third canvass will be conducted on Monday, April 19, 2021, at 2:00 p.m. The results will be certified and the new Council Member sworn in at the next Regular City Council meeting. Lisa Pope, City Clerk April 15, 2021 Registered Voters 121 Voter Turnout 86% City Council Agenda Item Report Agenda Item No. COV-571-2021 Submitted by: Lisette Grizzelle Submitting Department: Human Resources Meeting Date: April 20, 2021 SUBJECT Sexual Assault Awareness Month and Denim Day Proclamation Recommendation: Proclaim the month of April 2021 as “Sexual Assault Awareness Month” and Wednesday, April 28, 2021 as “Denim Day” in the City of Vernon. Background: The United States Government has declared April as “Sexual Assault Awareness Month”, and the local nonprofit organization Peace Over Violence has declared April 28, 2021 as “Denim Day” in Los Angeles. The Denim Day campaign protests an Italian Supreme Court decision to overturn a rape conviction because the victim wore jeans. In that decision, the justices reasoned that the victim must have helped her attacker remove her jeans, implying consent. The campaign draws attention to the fact that rape and sexual assault remain a serious issue in our society. The Denim Day campaign encourages community members, elected officials, businesses and students to make a social statement with their fashion by wearing jeans on April 28th as a visible means of protest against misconceptions surrounding sexual assault. This is the 22nd year Peace Over Violence is supporting this cause, and they have once again requested local cities support this campaign. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. Proclamation - Sexual Assault Awareness Month R r' :~ A PR~CLAIVIATION OF THE 1VI14 YOR AND THE CITY COUNCIL OF THE CITY OF VERNONDECLARI1iTG THE MONTH OFAPRIL 2021 AS SEXUAL ASSA UL T A WARENESS MONTH"AND APRIL 28, 2021 AS "DENIM DA Y" WIHEKF~I.S, Peace Over Violence is a nonprofit volunteer organitiation dedicated to building healthy relationships, families and communities free from sexual, domestic and interpersonal violence, which, since 7999, has organitied sexual violence prevention and education campaigns; and 1~HE1~AS, Peace Over Violence encourages the City Council of the City of Tlernon to recognitie April 2027 as Sexual AsraultAzvareness Month, "andApril28, 2027 as `denim Day';• and WlHEKF1.AS, Sexual Assault Awareness Month and Denim Day are intended to drain attention to the fact that rape and sexual assault continue to be serious issues in our society, and both events were instituted to call attention to misconceptions and misinformation about rape and sexual assault, and the problem that many in society remain uninformed with respect to issues of assault and forcible rape; and 1-VHEI~AS, Denim Day originated in 7999 after women in the Italian Parliament protested the Italian Supreme Court's overturning of a rape conviction; and W~1'E1~EAS, the City Council of the City of Vernon encourages its employees, residents and members of the business community to participate in Sexual Assault AavarenesrMomh in support of the efforts of Peace Over Violence to educate all people in our community about the true impact of rape and sexual assault, and to zvearjeans on April 28, 2027, as a visible means of aavareness against misconceptions that surround sexual assault. NO Imo, TH. EA.EFOAE, THE .MAYOK AND THE CITY CO U~TCIL OF THE CITY OF VEKNO.N, ON BEH. AL.F OF ITS EMPLOYEES, KESIDENTS ~VD BUSINESSES HEKEBY DEC.L.AKES THE MOIVTTH. OFAPKIL 2027 AS SEXUAL ASSAULT AIYIAKEIVESS MONTH, AND AI'KIL 28, 2027 AS DENIM DAY. T.H. IS PKOCL.~~.MATIO.N IS BEING PKESENTED TO PEACE O VEK VIOLENCE BY THE HONO.KABLE M~Y01~ LETI'CIA LOPEZ FOK..AN~D O.N BEH.~IjF OF THE CITY CO UNCIL OF THE CITY OF VEKNO.N~ THIS 20TH D.~.Y OFAPKIL TI.YIO THOUSAND AND TI~VEIVTY O~VE. CITY OF VEKNO~T LETICIA LOPEZ, Mayor City Council Agenda Item Report Agenda Item No. COV-574-2021 Submitted by: Jessica Alcaraz Submitting Department: Finance/Treasury Meeting Date: April 20, 2021 SUBJECT Fiscal Year 2021-2022 Budget Overview Recommendation: No action required by City Council. This is a presentation only. Background: The presentation by the Finance Director will provide an overview of the FY 2021-2022 budget process in preparation for the City Council budget study sessions that will occur during the month of May. The presentation will provide information about the budget structure, fiscal impacts related to the state of emergency, and the City’s intended fiscal direction, as staff addresses Citywide issues, functions, and needs. Because each department faces unique challenges and identifies its own specific goals for a given year, collaboration between Finance and the individual departments is required in the weeks preceding the presentation and adoption of a budget for next fiscal year. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. FY 2021-2022 Budget Summary All Funds 20-21 21-22 Difference % change Revenue 59,342,078 68,653,784 9,311,706 15.69% Other (grants)1,518,931 7,237,560 5,718,629 376.49% Total Available Resources 60,861,009 75,891,344 15,030,335 24.70% Expenditures 61,301,834 75,891,344 14,589,510 23.80% Revenues in excess (under)(440,825) - 440,825 20-21 21-22 Difference % change Property Taxes 5,289,751 5,352,693 62,942 1.19% Parcel Taxes 14,321,034 14,880,061 559,027 3.90% Sales and Use 8,250,000 15,387,494 7,137,494 86.52% Utility Users Tax 11,016,000 11,887,359 871,359 7.91% Business License Tax 4,768,500 5,474,667 706,167 14.81% Other Taxes 115,008 88,000 (27,008) -23.48% License and Permits 1,774,967 1,596,500 (178,467) -10.05% Special Assessments 1,205,000 1,201,200 (3,800) -0.32% Other Government Revenue 981,789 992,755 10,966 1.12% Charges for Service 1,173,968 875,075 (298,893) -25.46% Fines & Forfeitures 204,288 155,800 (48,488) -23.73% Investment Income 86,700 86,700 - 0.00% Other Revenue 1,421,211 1,228,249 (192,962) -13.58% In-lieu Tax 4,995,000 5,093,787 98,787 1.98% Operating Transfer - 540,000 540,000 100.00% Overhead allocation 3,738,862 3,813,444 74,582 1.99% Federal/State Assistance 1,518,931 7,237,560 5,718,629 376.49% Total Revenue 60,861,009 75,891,344 15,030,335 24.70% 20-21 21-22 Difference % change Salaries & Benefits 35,175,051 35,140,713 (34,338) -0.10% Maintenance and Operations 19,794,423 28,393,381 8,598,958 43.44% Capital Projects & Equipment 6,332,360 12,357,250 6,024,890 95.14% Total Expenditures 61,301,834 75,891,344 14,589,510 23.80% 20-21 21-22 Difference % change Salaries 20,313,102 16,775,716 (3,537,386) -17.41% PERS 7,964,965 11,715,376 3,750,411 47.09% Fringe 6,896,984 6,649,621 (247,363) -3.59% Total Salaries & Benefits 35,175,051 35,140,713 (34,338) -0.10% SALARIES & BENEFITS CITY OF VERNON GENERAL FUND FY 2021-22 BUDGET SUMMARY REVENUE EXPENDITURES 1 of 5 20-21 21-22 Difference % change Revenue 227,848,352 228,312,828 464,476 0.20% Transfers In - 222,978 222,978 100.00% Total Available Resources 227,848,352 228,535,806 687,454 Expenditures 221,738,061 232,345,256 10,607,195 4.78% Revenues in excess (under)6,110,291 (3,809,450) (9,919,741) 20-21 21-22 Difference % change Charges for Service 217,453,352 214,076,891 (3,376,461) -1.55% Proceeds from Long-Term Debt 9,395,000.00 13,935,937 4,540,937 48.33% Investment Income 1,000,000 300,000 (700,000) -70.00% Transfer In - 222,978 222,978 100.00% Total Revenue 227,848,352 228,535,806 687,454 0.30% 20-21 21-22 Difference % change Salaries & Benefits 8,643,070 9,732,032 1,088,962 12.60% Maintenance and Operations 202,387,991 206,086,087 3,698,096 1.83% Capital Projects & Equipment 10,707,000 16,527,137 5,820,137 54.36% Total Expenditures 221,738,061 232,345,256 10,607,195 4.78% 20-21 21-22 Difference % change Salaries 6,118,174 6,803,201 685,027 11.20% PERS 1,606,601 2,006,563 399,962 24.89% Fringe 918,295 922,268 3,973 0.43% Total Salaries & Benefits 8,643,070 9,732,032 1,088,962 12.60% SALARIES & BENEFITS CITY OF VERNON ELECTRIC FUND FY 2021-22 BUDGET SUMMARY REVENUE EXPENDITURES 2 of 5 20-21 21-22 Difference % change Revenue 14,133,775 13,473,584 (660,191) -4.67% Transfers In - - - Total Available Resources 14,133,775 13,473,584 (660,191) Expenditures 13,962,225 14,234,891 272,666 1.95% Revenues in excess (under)171,550 (761,307) (932,857) 20-21 21-22 Difference % change Charges for Service 14,133,775 13,473,584 (660,191) -4.67% Total Revenue 14,133,775 13,473,584 (660,191) -4.67% 20-21 21-22 Difference % change Salaries & Benefits 1,011,332 1,033,104 21,772 2.15% Maintenance and Operations 12,680,893 11,953,809 (727,084) -5.73% Capital Projects & Equipment 270,000 1,025,000 755,000 279.63% Transfers out 222,978 #DIV/0! Total Expenditures 13,962,225 14,234,891 49,689 0.36% 20-21 21-22 Difference % change Salaries 700,445 709,907 9,462 1.35% PERS 193,455 213,970 20,515 10.60% Fringe 117,432 109,227 (8,205) -6.99% Total Salaries & Benefits 1,011,332 1,033,104 21,772 2.15% SALARIES & BENEFITS CITY OF VERNON GAS FUND FY 2021-22 BUDGET SUMMARY REVENUE EXPENDITURES 3 of 5 20-21 21-22 Difference % change Revenue 17,933,062 19,916,559 1,983,497 11.06% Transfers In - - - Total Available Resources 17,933,062 19,916,559 1,983,497 Expenditures 16,318,452 19,757,710 3,439,258 21.08% Revenues in excess (under)1,614,610 158,849 (1,455,761) 20-21 20-21 Difference % change Charges for Service 10,556,377 11,256,300 699,923 6.63% Proceeds from Long-Term Debt 7,376,685 8,660,259 1,283,574 17.40% Total Revenue 17,933,062 19,916,559 1,983,497 11.06% 20-21 20-21 Difference % change Salaries & Benefits 2,260,153 2,234,156 (25,997) -1.15% Maintenance and Operations 6,681,614 8,113,295 1,431,681 21.43% Capital Projects & Equipment 7,376,685 9,410,259 2,033,574 27.57% Total Expenditures 16,318,452 19,757,710 3,439,258 21.08% 20-21 20-21 Difference % change Salaries 1,525,769 1,498,484 (27,285) -1.79% PERS 455,416 489,948 34,532 7.58% Fringe 278,968 245,724 (33,244) -11.92% Total Salaries & Benefits 2,260,153 2,234,156 (25,997) -1.15% SALARIES & BENEFITS CITY OF VERNON WATER FUND FY 2021-22 BUDGET SUMMARY REVENUE EXPENDITURES 4 of 5 20-21 21-22 Difference % change Revenue 700,000 460,000 (240,000) -34.29% Transfers In - - - Total Available Resources 700,000 460,000 (240,000) Expenditures 731,837 338,500 (393,337) -53.75% Revenues in excess (under)(31,837) 121,500 153,337 20-21 21-22 Difference % change Charges for Service 700,000 460,000 (240,000) -34.29% Total Revenue 700,000 460,000 (240,000) -34.29% 20-21 21-22 Difference % change Salaries & Benefits 107,651 15,814 (91,837)-85.31% Maintenance and Operations 324,186 272,686 (51,500) -15.89% Capital Projects & Equipment 300,000 50,000 (250,000) -83.33% Total Expenditures 731,837 338,500 (393,337) -53.75% 20-21 21-22 Difference % change Salaries 72,238 9,947 (62,291) -86.23% PERS 22,354 5,170 (17,184) -76.87% Fringe 13,059 697 (12,362) -94.66% Total Salaries & Benefits 107,651 15,814 (91,837) -85.31% SALARIES & BENEFITS CITY OF VERNON FIBER OPTIC FUND FY 2021-22 BUDGET SUMMARY REVENUE EXPENDITURES 5 of 5 City Council Agenda Item Report Agenda Item No. COV-557-2021 Submitted by: Sandra Dolson Submitting Department: City Clerk Meeting Date: April 20, 2021 SUBJECT Approval of Minutes Recommendation: Approve the April 6, 2021 Regular City Council meeting minutes. Background: Staff has prepared and hereby submits the minutes for approval. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. 20210406 City Council Minutes MINUTES VERNON CITY COUNCIL REGULAR MEETING TUESDAY, APRIL 6, 2021 COUNCIL CHAMBER, 4305 SANTA FE AVENUE CALL TO ORDER Mayor Lopez called the meeting to order at 9:02 a.m. FLAG SALUTE Mayor Lopez led the Flag Salute. ROLL CALL PRESENT:Leticia Lopez, Mayor (via remote access) Melissa Ybarra, Mayor Pro Tem (via remote access) William Davis, Council Member (via remote access) Carol Menke, Council Member (via remote access) Diana Gonzales, Council Member (via remote access) STAFF PRESENT: Carlos Fandino, City Administrator Arnold Alvarez-Glasman, Interim City Attorney (via remote access) Lisa Pope, City Clerk Scott Williams, Finance Director (via remote access) Abraham Alemu, Public Utilities General Manager (via remote access) Fredrick Agyin, Health and Environmental Control Director (via remote access) Michael Earl, Human Resources Director (via remote access) Anthony Miranda, Police Chief (via remote access) Dan Wall, Public Works Director (via remote access APPROVAL OF THE AGENDA MOTION Mayor Pro Tem Ybarra moved and Council Member Gonzales seconded a motion to approve the agenda. The question was called and the motion carried unanimously. PUBLIC COMMENT None. Regular City Council Meeting Minutes Page 2 of 7 April 6, 2021 PRESENTATIONS 1.Proclamation in Recognition of April 2021 as National Autism Awareness Month in the City of Vernon Recommendation: Acknowledge and present a proclamation by the Vernon City Council recognizing the month of April 2021 as Autism Awareness Month in the City of Vernon. City Clerk Pope read the proclamation. 2.City Administrator Report: Spring Eggstravaganza COVID-19 Efforts (Testing and Vaccines) Election Update Tree City Designation LABJ Commercial Real Estate Award – Prologis Elected Officials participation in Project Westside Stakeholder Advisory Interview Leonis Substation Bank #3 Upgrade Project Gas Division Public Awareness with LACFD Recommendation: No action is required by City Council. This is a presentation only. City Administrator Fandino presented the City Administrator Report. PUBLIC HEARINGS 3.General Fee Schedule for Fiscal Year 2021-2022 Recommendation: Adopt Resolution No. 2021-05 approving and adopting a General Fee Schedule for Fiscal Year 2021-2022. Finance Director Williams presented the staff report. In response to Council questions, City Clerk Pope provided the fees based on State law. Mayor Lopez opened the public hearing. There being no speakers, Mayor Lopez closed the public hearing. MOTION Mayor Pro Tem Ybarra moved and Mayor Lopez seconded a motion to adopt Resolution No. 2021-05 approving and adopting a General Fee Schedule for Fiscal Year 2021-2022. The question was called and the motion carried unanimously. CONSENT CALENDAR MOTION Council Member Davis moved and Mayor Pro Tem Ybarra seconded a motion to approve the Consent Calendar. The question was called and the motion carried unanimously. The Consent Calendar consisted of the following items: Regular City Council Meeting Minutes Page 3 of 7 April 6, 2021 4.Approval of Minutes Recommendation: Approve the March 2 and March 16, 2021 Regular City Council meeting minutes. 5.Claims Against the City Recommendation: Receive and file the claim submitted by Silvia Gonzales in the amount of $614. 6.Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 64, for the period of February 28 through March 20, 2021, totaling $12,673,549.85 and consisting of ratification of electronic payments totaling $12,415,381.73 and ratification of the issuance of early checks totaling $258,168.12. 7.Public Works Department Monthly Report Recommendation: Receive and file the February 2021 Building Report. 8.Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP) Recommendation: Adopt Personnel Policies and Procedures Manual - COVID-19 Prevention Program (CPP), No. VI-3. 9.Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group Recommendation: A. Find that the proposed action is exempt under the California Environmental Quality Act (CEQA) review, because it is a continuing administrative activity that will not result in any direct or indirect physical changes in the environment, and therefore does not constitute a “project” as defined by CEQA Guidelines section 15378. As indicated in the Staff Report, one of the outcomes of the proposed action is to develop a Program Environmental Impact Report (PEIR) for potential project(s), and any required environmental impact analysis will be conducted at the appropriate project phase; and B. Approve and authorize the City Administrator to execute Amendment No. 1 to the Services Agreement between the City of Vernon and The Arroyo Group, in substantially the same form as submitted, for the preparation of the Mixed-Use Specific Plan and Program EIR and the preparation of the General Plan and Housing Element Updates for a not-to-exceed amount of $65,830. 10.Authorized Agents for California Governor's Office of Emergency Services Hazard Mitigation Grant Program (HMGP) Recommendation: Adopt Resolution No. 2021-06 designating the City's Authorized Agents for the California Governor's Office of Emergency Services (CalOES) Hazard Mitigation Grant Program for the City's Natural Hazard Mitigation Plan Update. NEW BUSINESS 11.General Services Agreement with the County of Los Angeles Recommendation: Adopt Resolution No. 2021-07 approving and authorizing the execution of a General Services Agreement by and between the City of Vernon and the County of Los Angeles for a five (5) year period from July 1, 2021 to June 30, 2026. Public Works Director Wall presented the staff report. Regular City Council Meeting Minutes Page 4 of 7 April 6, 2021 MOTION Council Member Menke moved and Mayor Lopez seconded a motion to adopt Resolution No. 2021-07 approving and authorizing the execution of a General Services Agreement by and between the City of Vernon and the County of Los Angeles for a five (5) year period from July 1, 2021 to June 30, 2026. The question was called and the motion carried unanimously. 12.Construction Contract to Cedro Construction, Inc. for the 50th Street Water Main Replacement Recommendation: A. Find that the proposed Capital Improvement Project is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; B. Accept the bid from Cedro Construction, Inc. as the lowest responsive and responsible bidder and reject all other bids; C. Approve and authorize the City Administrator to execute a Construction Contract with Cedro Construction, Inc. in substantially the same form as submitted, in an amount not to exceed 964,976 for the 50th Street Water Main Replacement; and D. Authorize a contingency amount of $96,000 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. Public Utilities General Manager Alemu presented the staff report. MOTION Mayor Pro Tem Ybarra moved and Council Member Davis seconded a motion to:A. Find that the proposed Capital Improvement Project is categorically exempt under the California Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section 15302, because the proposed project consists of the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced; B. Accept the bid from Cedro Construction, Inc. as the lowest responsive and responsible bidder and reject all other bids; C. Approve and authorize the City Administrator to execute a Construction Contract with Cedro Construction, Inc. in substantially the same form as submitted, in an amount not to exceed $964,976 for the 50th Street Water Main Replacement; and D. Authorize a contingency amount of $96,000 in the event of unforeseen changes in the project and grant authority to the City Administrator to issue Change Orders for an amount up to the contingency amount, if necessary. The question was called and the motion carried unanimously. Regular City Council Meeting Minutes Page 5 of 7 April 6, 2021 13.Amendment to the Classification and Compensation Plan Recommendation: A. Approve revised job description for the position of Deputy City Clerk; and B. Approve new job description for the position of Administrative Aide; and C. Adopt Resolution No. 2021-08 amending Exhibit A of the Classification and Compensation Plan, adopted by Resolution No. 2020-19 and as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42 to approve the new and revised salary ranges. Human Resources Director Earl presented the staff report. MOTION Mayor Pro Tem Ybarra moved and Mayor Lopez seconded a motion to: A. Approve revised job description for the position of Deputy City Clerk; and B. Approve new job description for the position of Administrative Aide; and C. Adopt Resolution No. 2021-08 amending Exhibit A of the Classification and Compensation Plan, adopted by Resolution No. 2020-19 and as amended by Resolution Nos. 2020-28, 2020-29, 2020-32 and 2020-42 to approve the new and revised salary ranges. The question was called and the motion carried unanimously. ORAL REPORTS City Administrator Reports on Activities and other Announcements. City Administrator Fandino provided an update on COVID-19 vaccinations. Health and Environmental Control Director Agyin discussed vaccination for residents on April 14, 2021. City Administrator Fandino discussed the Department of Toxic Substances Control DTSC)soil sampling from the yards of the homes on Fruitland and announced the meeting with residents scheduled for April 6, at 6 p.m. He discussed the ADA compliance improvements at the Vernon and Santa Fe intersection; COVID-19 Orange Tier; and commencement of in person Council meetings on April 20, 2021. City Council Reports on Activities (including AB1234), Announcements, or Directives to Staff. Council Member Gonzales expressed concern regarding the COVID-19 grant program. Finance Director Williams stated there were 25 applications under review and explained the evaluation and decision process. City Administrator Fandino stated applications were sent to all residents, and they were called and explained the process. Council Member Gonzales asked if the Council could look at the applications. Regular City Council Meeting Minutes Page 6 of 7 April 6, 2021 Mayor Pro Tem Ybarra requested an update at the next meeting on applications and whether additional funds were necessary. She asked staff to reach out to those that had not yet applied and offer assistance. Council Member Menke concurred with Mayor Pro Tem Ybarra and requested the committee members, criteria and decision-making process be provided to the Council. She suggested the self-attestation requirement be changed if more applications were not received. City Administrator Fandino stated the update would include how many applications had been received and if additional funds were necessary. He stated staff would reach out to individual residents explaining the deadline and offering assistance and the criteria/rating process would be provided to the Council. RECESS Mayor Lopez recessed the meeting to Closed Session at 9:48 a.m. CLOSED SESSION 14.CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION Government Code Section 54956.9(d)(1) A. Bicent (California) Malburg LLC et al. v. City of Vernon et al., Los Angeles Superior Court Case No. 19STCV08859 and JAMS Reference No. 100107175 B. City of Vernon v. Bicent (California) Malburg LLC Los Angeles Superior Court Case No. 19STCP02411 and JAMS Reference No. 1220062657 15.CONFERENCE WITH REAL PROPERTY NEGOTIATORS Government Code Section 54956.8 Property: 2799 E 50th St, Vernon CA Agency negotiator: Carlos Fandino, City Administrator Negotiating parties: Bicent (California) Malburg LLC Under negotiation: Price and Terms of Payment RECONVENE At 10:52 a.m., Mayor Lopez adjourned Closed Session and reconvened the regular meeting. CLOSED SESSION REPORT Interim City Attorney Alvarez-Glasman reported that the Council, with all five members present, met in Closed Session, discussed the items on the agenda, and took no reportable action. Regular City Council Meeting Minutes Page 7 of 7 April 6, 2021 ADJOURNMENT Mayor Lopez adjourned the meeting at 10:54 a.m. LETICIA LOPEZ, Mayor ATTEST: LISA POPE, City Clerk seal) City Council Agenda Item Report Agenda Item No. COV-582-2021 Submitted by: Sandra Dolson Submitting Department: City Clerk Meeting Date: April 20, 2021 SUBJECT Claims Against the City Recommendation: Receive and file the claim submitted by Mirna I. Tovar Rodriguez in the amount of $100,000. Background: On April 7, 2021, the City received the following claim: Name of Claimant Amount Demanded in Excess of Mirna I. Tovar Rodriguez $100,000 Pursuant to Municipal Code Section 2.11-1, the above information is listed on the City Council agenda as soon after filing of the claim with the City as practical. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. Mirna I. Tovar Rodriguez 20210407 CLAIM FOR DAMAGES TO PERSON OR PROPERTY INSTRUCTIONS 1. Claims for death, iniury to person or to p6.sonal property mustbe filed not later than six (6) months afier the occunence. (Gov' Code Sec.9'l'12) z. Claims fdr damages to realprop€rty must be filed not later than one (1) year RESERVE FOR FILING STAMP CLAIM No. RECEIVED APR 0 7 202r CIIY CLERK'S OFFICE personTO: CITY F VERNON CIry C UNCIL ame Mima lvonne Tovar Rodriquez Business Address of Claimant after the occunence. (Gov. Cods Se4911.2) 3- Read en0re claim berorB filing. 4. See paga 2 for diagram upon whlch to locate place of accident 5, This claim form must be signed on page 2 al bottom. A Atach separate sheets, if necessary, to give tulldetails. SIGN EACH SH 7. Clalm must bo liled with City Clerk. (Gov.CodB Soe.915a) n 38 ome ness u bor Giva address to which you desire notices or communicafions to be sont regarding lhis claim: How did DAMAGE or INJURY ocarr? Give tull particulars. The City of Vemon's cunent Mayor, Leticia Lopez, and City Aministator, Carlos R. Fandino Jr. and Mayor Pro Tempore, Melissa Ybana, illegally and in violation of California public policy interfered with Claimanfs employment with Solari Enterprises, lnc. and caused the termination of claimanfs employment with Solari Enterprises When did DAMAGE or INJURY occur? Give full particulars, date, time of day, etc.: Termination occurred at apprcximately 8.00 a.m. on March 3,2021. Where did DAMAGEorlNJURYoccur? Describe fulV, and locateon diagram on reverse sideof thissheet, where approximste, give strest names and address and measurements ftom landmarks: Vernon Village Office, managed by Solari Enterprises, loeted a14627 East 52nd Street, City of Vemon, CA S0058 What particularACTorOMlSSlON doyou claim caussdlhe injury ordamaga? Givenamesof Cltyemployees,if any, causingthe injury or damage, if known: Claimant is informed and believes that the cunent Mayor, Letcia Lopez, and City A,tt;n,"n""t, Carlos R. Fandino Jr. and Mayor Pro Tempore, Melissa Ybana, actions led to the termination of Ms. Tova/s employment with Solari Enterprises due to claimant's son's candidacy for the Vemon City Council. What DAMAGE or INJURIES do you claim result€d? Give full extenl of injuries or damages claimed: Claimant was given notice to vacate her home and termination of employmenl with Solari Enterprises, lno. WhalAMOUNTdo youdalmof each item of injury ordamage as ofdate of presentation oflhisclaim, giving basisof computation: Loss of Salary, loss of housing unit, emotional distress and humiliation damages Give ESTIMATEDAMoUNT as larasknownyou claim onaccountof each item of pro-spective injury or damage,giving basisof computalion; Damages in ex@ss of $'100,000, lncluding special damages, aftomeys fees, emotional distess and humiliation damages, trebls damages, and puniwe damages. Timothy D. McGonigle, Esq., 1880 Century Park East, Suite 516, LA, CA 90067 he tir€ of lhe incider{? ll so. p.6ride ftme d irlsuratlc€cornpany,pdi, ourtefs ano aimd olherarr lr\tsre yOU lrBr€d d paymerl3 .oceived: No. E)@ndihres made on account ot 4ida.1' o, lnjury: (Date - lteflt) No. tunount) llam€ and addr€ss ot Wtness€s. ooclors ar, ) ,ospitals None READCAR E FULLY For ell €cddert clarnE place on follow1^o ii .|ran lr8mes of slrsets, hduding tloih EaBt Sodh' ard w€lt indc& phc' ol acci&nt by 1" ard by sirot*trg ttorse ,',.rlt'l',s ordblance6 to street comcG. ICityvehidesra3tnvohild,de$g.rr.-yi.r'NlocatondCyvehicrgu,lBflyoufrstsavritardby"B"l@lbnof.yoltscI or wur vrilricb uAen vou trst siw C ifr ye-,.it! i lr,on iitiiviiri"ii iiiilof accftbnr t'A-l"sd localbn oa yourEsll or yo.lr vchiie at Ble tn'lo ofaccd€r{ by - 8 i a, r hi rnt ol hpacl b, 'x ' NOTEI diaqrem3 do ml fii tho 3ttuaton stlach ' eGto a pIopcr disgram siJ tod by datr9,lt of_ AUTOMOBILE ACCIDENTS 77i\\ cuia undei of tha: the lncludi Mima lvonne Tovar Rodriquez ru sT aE FIEO tlJlrH CrIl Cri RK (G9\r COqE SEC ST iE I W PROMDES ls tlue and cotrect, Dats 4.6.2021 Il{ T rt rot, aRE 0r roTlFEooF rlY c oo hieher givirlg i, rtionship to Cbimant tnaturs or oelson PElt COOE 5\EC- 72} CL ILS raTE EY lrlE CrlY Oa tllls cL^rr w r}lrN .9 oaYs or FlL rllc IttEN TI E CIAAI rs oEEu€o o€NlEo (s€E Gov cooE sac arl,a e 9'2..) t /-) LJ Lr CR OTHER ACCIDENTS, l,. Iil I ltDE9llx City Council Agenda Item Report Agenda Item No. COV-584-2021 Submitted by: John Lau Submitting Department: Finance/Treasury Meeting Date: April 20, 2021 SUBJECT City Payroll Warrant Register Recommendation: Approve City Payroll Warrant Register No. 778, for the period of March 1 through March 31, 2021, totaling $2,274,777.12 and consisting of ratification of direct deposits, checks and taxes totaling 1,459,218.46 and ratification of checks and electronic fund transfers (EFT) for payroll related disbursements totaling $815,558.66 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. 778 covering claims and demands presented during the period of March 1 through March 31, 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. 778, totals $2,274,777.12. The Finance Department has determined that sufficient funds to pay such claims/demands, are available in the respective accounts referenced on City Payroll Warrant Register No. 778. Attachments: 1. City Payroll Account Warrant Register No. 778 Payrolls reported for the month of March 02/14/2021 - 02/27/2021, Paydate 03/11/2021 02/28/2021 - 03/13/2021, Paydate 03/25/2021 03/30/2021 - 03/30/2021, Paydate 03/30/2021 Payment Method Date Payment Description Amount CHECKS 03/11/21 Net payroll, checks 8,887.99$ ACH 03/11/21 Net payroll, direct deposits 569,149.51 ACH 03/11/21 Payroll taxes 148,498.45 ACH 03/25/21 Net payroll, checks 8,195.79 ACH 03/25/21 Net payroll, direct deposits 574,257.12 ACH 03/25/21 Payroll taxes 150,542.93 ACH 03/30/21 Net payroll, direct deposits 3,562.51 ACH 03/30/21 Payroll taxes (3,875.84) Total net payroll and payroll taxes 1,459,218.46 11086 03/11/21 ICMA 27,378.39 607058 03/11/21 Franchise Tax Board 242.31 11085 03/11/21 IBEW Dues 3,173.46 11084 03/11/21 Vernon Police Officers' Benefit Association 2,084.18 11089 03/15/21 CalPERS 182,242.53 11090 03/12/21 California State Disbursement Unit 110.76 11100 03/18/21 Mutual of Omaha 10,296.04 11101 03/19/21 AFLAC 9,796.00 11099 03/18/21 Colonial 6,047.62 10980 03/04/21 Blue Shield of California 328,802.94 10981 03/04/21 Metlife - Group Benefits 26,591.26 11098 03/05/21 MES Vision 3,728.82 11093 03/25/21 ICMA 27,093.94 11092 03/25/21 Teamsters Local 911 2,142.00 607119 03/25/21 Franchise Tax Board 242.31 11091 03/25/21 Vernon Police Officers' Benefit Association 2,084.18 11096 03/29/21 CalPERS 183,391.16 11097 03/26/21 California State Disbursement Unit 110.76 Payroll related disbursements, paid through Operating bank account 815,558.66 Total net payroll, taxes, and related disbursements 2,274,777.12$ Page 1 of 1 City Council Agenda Item Report Agenda Item No. COV-583-2021 Submitted by: John Lau Submitting Department: Finance/Treasury Meeting Date: April 20, 2021 SUBJECT Operating Account Warrant Register Recommendation: Approve Operating Account Warrant Register No. 65, for the period of March 21 through April 3, 2021, totaling $10,622,812.36 and consisting of ratification of electronic payments totaling $10,426,074.68 and ratification of the issuance of early checks totaling $196,737.68. 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. 65 covering claims and demands presented during the period of March 21 through April 3, 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. 65, totals $10,622,812.36. 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. 65. Attachments: 1. Operating Account Warrant Register No. 65 CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. CITY OF CITY OF VERNONOPERATING CITY OF VERNONOPERATING CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. CITY CITY CITY CITY City Council Agenda Item Report Agenda Item No. COV-589-2021 Submitted by: Diana Figueroa Submitting Department: Fire Department Meeting Date: April 20, 2021 SUBJECT Fire Department Activity Report Recommendation: Receive and file the January 2021 Report. Background: Attached is a copy of the Fire Department Activity Report which covers the period of January 1 through January 31, 2021. 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 - January 2021 Los Angeles County Fire Department City of Vernon January 2021 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) 01/01/21 LAC21000724 BEHAVB 600 - Good intent call, other 2238 East 37TH #87 VERNON CA 90058 2238 East 37TH #87 Street E52 01/02/21 LAC21001611 ALRWF 700 - False alarm or false call, other 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/03/21 LAC21002774 SICKA 321 - EMS call, excluding vehicle accident with injury 2067 East 55TH VERNON CA 90058 2067 East 55TH Street E52 01/03/21 LAC21003579 STRC 111 - Building fire 3049 East VERNON VERNON CA 90058 3049 East VERNON Avenue E163 10,000 01/04/21 LAC21004125 ASSLTB 321 - EMS call, excluding vehicle accident with injury 5119 DISTRICT VERNON CA 90058 5119 DISTRICT Boulevard E163 01/04/21 LAC21004293 ALRMAN 744 - Detector activation, no fire - unintentional 2360 East 48TH VERNON CA 90058 2360 East 48TH Street E52 01/04/21 LAC21004303 BACKB 300 - Rescue, EMS incident, other 3251 East SLAUSON VERNON CA 90058 3251 East SLAUSON Avenue T13 01/04/21 LAC21004426 INJA 321 - EMS call, excluding vehicle accident with injury 2680 South BONNIE BEACH VERNON CA 90023 2680 South BONNIE BEACH Place S13 01/04/21 LAC21004431 DB 321 - EMS call, excluding vehicle accident with injury 2034 East 27TH ST #C VERNON CA 90058 2034 East 27TH ST C Street S173 01/04/21 LAC21005098 ALRWF 735 - Alarm system sounded due to malfunction 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/05/21 LAC21005467 INVO 911 - Citizen complaint 4401 South DOWNEY VERNON CA 90058 4401 South DOWNEY Road E13 01/05/21 LAC21005570 INVO 600 - Good intent call, other South SANTA FE VERNON CA 90058 South SANTA FE Avenue E52 01/05/21 LAC21005880 TCA 600 - Good intent call, other South ALAMEDA VERNON CA 90058 South ALAMEDA Street E52 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) 01/06/21 LAC21006651 SICKB 321 - EMS call, excluding vehicle accident with injury 2575 South SANTA FE VERNON CA 90058 2575 South SANTA FE Avenue E52 01/06/21 LAC21006872 SICKB 321 - EMS call, excluding vehicle accident with injury 4380 AYERS VERNON CA 90023 4380 AYERS Avenue E27 01/06/21 LAC21007154 TCA 322 - Motor vehicle accident with injuries BANDINI VERNON CA 90040 BANDINI Boulevard S13 01/06/21 LAC21007187 UNC 600 - Good intent call, other Bandi South DOWNEY VERNON CA 90023 Bandi South DOWNEY Road E52 01/06/21 LAC21007331 TCP 322 - Motor vehicle accident with injuries 37 East 37TH VERNON CA 90058 37 East 37TH Street E52 01/07/21 LAC21008409 GASI 400 - Hazardous condition, other 3338 East SLAUSON VERNON CA 90058 3338 East SLAUSON Avenue E13 01/08/21 LAC21009276 TCA 300 - Rescue, EMS incident, other 4940 DISTRICT VERNON CA 90058 4940 DISTRICT Boulevard S163 01/08/21 LAC21009655 ALRWF 700 - False alarm or false call, other 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/08/21 LAC21009712 ASSLTB 600 - Good intent call, other East VERNON VERNON CA 90058 East VERNON Avenue E13 01/08/21 LAC21009982 INJA 321 - EMS call, excluding vehicle accident with injury 3220 East 26TH VERNON CA 90023 3220 East 26TH Street E52 01/09/21 LAC21010832 MISC1 700 - False alarm or false call, other South DOWNEY VERNON CA 90023 South DOWNEY Road E13 01/10/21 LAC21012205 EMS 321 - EMS call, excluding vehicle accident with injury East 27TH VERNON CA 90058 East 27TH Street E52 01/11/21 LAC21013000 CP 321 - EMS call, excluding vehicle accident with injury 2529 East CHAMBERS VERNON CA 90058 2529 East CHAMBERS Street E52 01/11/21 LAC21013322 INVO 400 - Hazardous condition, other 4383 East EXCHANGE VERNON CA 90058 4383 East EXCHANGE Avenue E13 01/11/21 LAC21013927 ALRWF 700 - False alarm or false call, other 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 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) 01/11/21 LAC21014016 MISC1 151 - Outside rubbish, trash or waste fire South SOTO VERNON CA 90058 South SOTO Street E52 0 0 01/12/21 LAC21014133 UNC 321 - EMS call, excluding vehicle accident with injury 2800 South SOTO VERNON CA 90023 2800 South SOTO Street E52 01/12/21 LAC21014230 TCB 322 - Motor vehicle accident with injuries East 26TH VERNON CA 90040 East 26TH Street E27 01/12/21 LAC21014311 EMS 321 - EMS call, excluding vehicle accident with injury 4575 South PACIFIC VERNON CA 90058 4575 South PACIFIC Boulevard E52 01/13/21 LAC21015344 EMS 600 - Good intent call, other South PACIFIC VERNON CA 90058 South PACIFIC Boulevard E52 01/13/21 LAC21015409 ALRWF 611 - Dispatched and cancelled en route 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/14/21 LAC21016541 ALRWF 611 - Dispatched and cancelled en route 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/14/21 LAC21016583 CP 321 - EMS call, excluding vehicle accident with injury 3049 East VERNON VERNON CA 90058 3049 East VERNON Avenue E52 01/14/21 LAC21017432 STRC 100 - Fire, other 4800 South SANTA FE VERNON CA 90058 4800 South SANTA FE Avenue T13 01/14/21 LAC21017476 ALRA 611 - Dispatched and cancelled en route 3200 East SLAUSON VERNON CA 90058 3200 East SLAUSON Avenue E13 01/15/21 LAC21017695 TCA 321 - EMS call, excluding vehicle accident with injury South SANTA FE VERNON CA 90058 South SANTA FE Avenue E52 01/15/21 LAC21018474 DB 321 - EMS call, excluding vehicle accident with injury 4731 FRUITLAND VERNON CA 90058 4731 FRUITLAND Avenue S164 01/15/21 LAC21018632 TCB 321 - EMS call, excluding vehicle accident with injury East LEONIS VERNON CA 90058 East LEONIS Boulevard E52 01/15/21 LAC21018743 TCB 322 - Motor vehicle accident with injuries South ATLANTIC VERNON CA 90040 South ATLANTIC Boulevard E27 01/15/21 LAC21018762 INJB 321 - EMS call, excluding vehicle 3200 FRUITLAND VERNON CA 90058 3200 FRUITLAND Avenue E13 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) accident with injury 01/16/21 LAC21019193 UNC 300 - Rescue, EMS incident, other 3435 East VERNON VERNON CA 90058 3435 East VERNON Avenue T13 01/16/21 LAC21019497 INVO 151 - Outside rubbish, trash or waste fire South SANTA FE VERNON CA 90058 South SANTA FE Avenue E13 0 0 01/16/21 LAC21019980 ARREST 321 - EMS call, excluding vehicle accident with injury 3031 East VERNON VERNON CA 90058 3031 East VERNON Avenue E52 01/17/21 LAC21020437 TCB 321 - EMS call, excluding vehicle accident with injury Boyle East LEONIS VERNON CA 90058 Boyle East LEONIS Boulevard E13 01/17/21 LAC21020613 SICKA 322 - Motor vehicle accident with injuries 4580 South PACIFIC VERNON CA 90058 4580 South PACIFIC Boulevard E52 01/18/21 LAC21021459 FENCE 150 - Outside rubbish fire, other 3285 East 26TH VERNON CA 90023 3285 East 26TH Street E52 01/18/21 LAC21021462 GRS 150 - Outside rubbish fire, other 2740 East 37TH VERNON CA 90058 2740 East 37TH Street E52 01/18/21 LAC21021678 ALRA 611 - Dispatched and cancelled en route 2626 East 26TH VERNON CA 90058 2626 East 26TH Street E52 01/18/21 LAC21021809 SICKA 300 - Rescue, EMS incident, other 2840 East 26TH VERNON CA 90023 2840 East 26TH Street S13 01/18/21 LAC21021883 INVO 600 - Good intent call, other 2624 South GERALDINE VERNON CA 90058 2624 South GERALDINE Street E9 01/18/21 LAC21022100 EMS 600 - Good intent call, other 2241 East 49TH VERNON CA 90058 2241 East 49TH Street E52 01/18/21 LAC21022258 INJA 321 - EMS call, excluding vehicle accident with injury East 52ND VERNON CA 90058 East 52ND Street E52 01/18/21 LAC21022366 CP 300 - Rescue, EMS incident, other 5383 South ALCOA VERNON CA 90058 5383 South ALCOA Avenue S13 01/19/21 LAC21023277 INJA 321 - EMS call, excluding vehicle accident with injury 3188 East SLAUSON VERNON CA 90058 3188 East SLAUSON Avenue E13 01/19/21 LAC21023558 ALRWF 745 - Alarm system 3049 East VERNON 3049 East VERNON E52 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) activation, no fire - unintentional VERNON CA 90058 Avenue 01/20/21 LAC21023917 ALRWFR 522 - Water or steam leak 3501 East VERNON VERNON CA 90058 3501 East VERNON Avenue E52 01/20/21 LAC21023943 ALRWF 611 - Dispatched and cancelled en route 3501 East VERNON VERNON CA 90058 3501 East VERNON Avenue E52 01/20/21 LAC21023993 DB 321 - EMS call, excluding vehicle accident with injury 4889 LOMA VISTA VERNON CA 90058 4889 LOMA VISTA Avenue S13 01/20/21 LAC21024010 MISC1 600 - Good intent call, other 5990 MALBURG VERNON CA 90058 5990 MALBURG Way E13 01/20/21 LAC21024544 EMS East 52ND VERNON CA 90270 East 52ND Drive Q27 01/21/21 LAC21025123 PA 550 - Public service assistance, other 5601 South DOWNEY VERNON CA 90058 5601 South DOWNEY Road E13 01/21/21 LAC21025262 ALRWFR 611 - Dispatched and cancelled en route 4633 South DOWNEY VERNON CA 90058 4633 South DOWNEY Road E13 01/21/21 LAC21025568 SICKA 300 - Rescue, EMS incident, other 2300 East 57TH VERNON CA 90058 2300 East 57TH Street E52 01/21/21 LAC21025600 ALRWF 744 - Detector activation, no fire - unintentional 2602 East 37TH VERNON CA 90058 2602 East 37TH Street E52 01/22/21 LAC21026284 INJA 321 - EMS call, excluding vehicle accident with injury 4383 East EXCHANGE VERNON CA 90058 4383 East EXCHANGE Avenue E13 01/22/21 LAC21026971 INJB 321 - EMS call, excluding vehicle accident with injury 4301 South SANTA FE VERNON CA 90058 4301 South SANTA FE Avenue E52 01/22/21 LAC21026974 VEH 130 - Mobile property vehicle) fire, other South SANTA FE VERNON CA 90058 South SANTA FE Avenue Q164 6,000 1,000 01/22/21 LAC21027186 BEHAVB 321 - EMS call, excluding vehicle accident with injury 4510 South ALAMEDA VERNON CA 90058 4510 South ALAMEDA Street E52 01/23/21 LAC21027559 ALRA 700 - False alarm or false call, other 3200 East SLAUSON VERNON CA 90058 3200 East SLAUSON Avenue E13 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) 01/23/21 LAC21027701 ALREMS 700 - False alarm or false call, other 4919 South ALCOA VERNON CA 90058 4919 South ALCOA Avenue E52 01/23/21 LAC21028129 MISC1 151 - Outside rubbish, trash or waste fire South ALAMEDA VERNON CA 90058 South ALAMEDA Street E52 0 0 01/24/21 LAC21028438 ALRA 744 - Detector activation, no fire - unintentional 3851 South SOTO VERNON CA 90058 3851 South SOTO Street E52 01/24/21 LAC21028516 BLEEDA 321 - EMS call, excluding vehicle accident with injury 4010 East 26TH VERNON CA 90023 4010 East 26TH Street E27 01/24/21 LAC21028528 TCB 321 - EMS call, excluding vehicle accident with injury Downey BANDINI VERNON CO CA 90023 Downey BANDINI Boulevard E13 01/25/21 LAC21029486 ALRA 735 - Alarm system sounded due to malfunction 3051 East 46TH VERNON CA 90058 3051 East 46TH Street E52 01/25/21 LAC21029728 INJA 321 - EMS call, excluding vehicle accident with injury 4665 East 49TH VERNON CA 90058 4665 East 49TH Street S13 01/25/21 LAC21029750 EMS 600 - Good intent call, other 2101 East 37TH VERNON CA 90058 2101 East 37TH Street S13 01/25/21 LAC21029872 TCA 300 - Rescue, EMS incident, other Street South ALAMEDA VERNON CA 90058 Street South ALAMEDA Street E164 01/25/21 LAC21030136 INJA 321 - EMS call, excluding vehicle accident with injury 3435 East VERNON VERNON CA 90058 3435 East VERNON Avenue S13 01/25/21 LAC21030486 SZR 321 - EMS call, excluding vehicle accident with injury South PACIFIC VERNON CA 90058 South PACIFIC Boulevard E52 01/26/21 LAC21030777 ALRMAN 744 - Detector activation, no fire - unintentional 2200 East 55TH VERNON CA 90058 2200 East 55TH Street E52 01/27/21 LAC21031940 ALRA 744 - Detector activation, no fire - unintentional 5700 South ALAMEDA VERNON CA 90058 5700 South ALAMEDA Street E52 01/27/21 LAC21032096 TCA 322 - Motor vehicle South ALAMEDA South ALAMEDA E52 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) accident with injuries VERNON CA 90058 Street 01/27/21 LAC21032165 INJA 321 - EMS call, excluding vehicle accident with injury 4490 AYERS VERNON CA 90023 4490 AYERS Avenue E27 01/27/21 LAC21032458 MISC1 600 - Good intent call, other 1 South ATLANTIC VERNON CA 90040 1 South ATLANTIC Boulevard E163 01/28/21 LAC21032756 SICKB 300 - Rescue, EMS incident, other East SLAUSON VERNON CA 90058 East SLAUSON Avenue E13 01/28/21 LAC21033069 TCB 322 - Motor vehicle accident with injuries South ALCOA VERNON CA 90058 South ALCOA Avenue E13 01/28/21 LAC21033476 STRC 111 - Building fire 5610 South ALCOA VERNON CA 90058 5610 South ALCOA Avenue Q27 0 0 01/28/21 LAC21033641 ALRWF 611 - Dispatched and cancelled en route 3113 East 26TH VERNON CA 90023 3113 East 26TH Street E52 01/28/21 LAC21033642 ALRWF 730 - System malfunction, other 2410 East 38TH VERNON CA 90058 2410 East 38TH Street E164 01/28/21 LAC21033897 SZR 300 - Rescue, EMS incident, other 4305 South SANTA FE VERNON CA 90058 4305 South SANTA FE Avenue E52 01/29/21 LAC21034014 TCA 321 - EMS call, excluding vehicle accident with injury None South SANTA FE VERNON CA 90058 None South SANTA FE Avenue E52 01/29/21 LAC21034129 CVA 321 - EMS call, excluding vehicle accident with injury 2600 East 28TH VERNON CA 90058 2600 East 28TH Street E52 01/29/21 LAC21034140 ALRWF 735 - Alarm system sounded due to malfunction 4900 CORONA VERNON CA 90058 4900 CORONA Avenue E13 01/29/21 LAC21034429 ALRWF 744 - Detector activation, no fire - unintentional 3049 East VERNON VERNON CA 90058 3049 East VERNON Avenue E52 01/29/21 LAC21034624 VEHF 600 - Good intent call, other 4133 BANDINI VERNON CA 90023 4133 BANDINI Boulevard E13 01/29/21 LAC21034773 SZR 321 - EMS call, excluding vehicle accident with injury 3855 South SOTO VERNON CA 90058 3855 South SOTO Street E52 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) 01/30/21 LAC21035875 MISC1 151 - Outside rubbish, trash or waste fire East WASHINGTON VERNON CA 90023 East WASHINGTON Boulevard E52 0 0 01/31/21 LAC21037065 EMS 321 - EMS call, excluding vehicle accident with injury SEVILLE VERNON CA 90058 SEVILLE Avenue E52 City of Vernon Incident Type and Totals for January 2021 Los Angeles County Fire Department 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) EMS 1 Total: 1 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 1 - Fire FENCE 150 - Outside rubbish fire, other 1 GRS 150 - Outside rubbish fire, other 1 INVO 151 - Outside rubbish, trash or waste fire 1 $0 0 MISC1 151 - Outside rubbish, trash or waste fire 3 $0 0 STRC 100 - Fire, other 1 STRC 111 - Building fire 2 $10,000 0 VEH 130 - Mobile property (vehicle) fire, other 1 $6,000 1,000 Total: 10 Total: $16,000 Total: 1,000 Total: 0 Basic Incident Type Category (FD1.21): 3 - Rescue & Emergency Medical Service Incident ARREST 321 - EMS call, excluding vehicle accident with injury 1 ASSLTB 321 - EMS call, excluding vehicle accident with injury 1 BACKB 300 - Rescue, EMS incident, other 1 BEHAVB 321 - EMS call, excluding vehicle accident with injury 1 BLEEDA 321 - EMS call, excluding vehicle accident with injury 1 CP 300 - Rescue, EMS incident, other 1 CP 321 - EMS call, excluding vehicle accident with injury 2 CVA 321 - EMS call, excluding vehicle accident with injury 1 DB 321 - EMS call, excluding vehicle accident with injury 3 EMS 321 - EMS call, excluding vehicle accident with injury 3 INJA 321 - EMS call, excluding vehicle accident with injury 8 INJB 321 - EMS call, excluding vehicle accident with injury 2 SICKA 300 - Rescue, EMS incident, other 2 SICKA 321 - EMS call, excluding vehicle accident with injury 1 SICKA 322 - Motor vehicle accident with injuries 1 SICKB 300 - Rescue, EMS incident, other 1 SICKB 321 - EMS call, excluding vehicle accident with injury 2 Cad Initial Cad Incident Type Description Basic Incident Type Code And Description (FD1.21) Number of incidents Property Loss Content Loss Acres Burned SZR 300 - Rescue, EMS incident, other 1 SZR 321 - EMS call, excluding vehicle accident with injury 2 TCA 300 - Rescue, EMS incident, other 2 TCA 321 - EMS call, excluding vehicle accident with injury 2 TCA 322 - Motor vehicle accident with injuries 2 TCB 321 - EMS call, excluding vehicle accident with injury 3 TCB 322 - Motor vehicle accident with injuries 3 TCP 322 - Motor vehicle accident with injuries 1 UNC 300 - Rescue, EMS incident, other 1 UNC 321 - EMS call, excluding vehicle accident with injury 1 Total: 50 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 4 - Hazardous Condition (No Fire) GASI 400 - Hazardous condition, other 1 INVO 400 - Hazardous condition, other 1 Total: 2 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 5 - Service Call ALRWFR 522 - Water or steam leak 1 PA 550 - Public service assistance, other 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 611 - Dispatched and cancelled en route 4 ALRWFR 611 - Dispatched and cancelled en route 1 ASSLTB 600 - Good intent call, other 1 BEHAVB 600 - Good intent call, other 1 EMS 600 - Good intent call, other 3 INVO 600 - Good intent call, other 2 MISC1 600 - Good intent call, other 2 TCA 600 - Good intent call, other 1 UNC 600 - Good intent call, other 1 VEHF 600 - Good intent call, other 1 Cad Initial Cad Incident Type Description Basic Incident Type Code And Description (FD1.21) Number of incidents Property Loss Content Loss Acres Burned Total: 19 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 7 - False Alarm & False Call ALRA 700 - False alarm or false call, other 1 ALRA 735 - Alarm system sounded due to malfunction 1 ALRA 744 - Detector activation, no fire - unintentional 2 ALREMS 700 - False alarm or false call, other 1 ALRMAN 744 - Detector activation, no fire - unintentional 2 ALRWF 700 - False alarm or false call, other 3 ALRWF 730 - System malfunction, other 1 ALRWF 735 - Alarm system sounded due to malfunction 2 ALRWF 744 - Detector activation, no fire - unintentional 2 ALRWF 745 - Alarm system activation, no fire - unintentional 1 MISC1 700 - False alarm or false call, other 1 Total: 17 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 9 - Special Incident Type INVO 911 - Citizen complaint 1 Total: 1 Total: $0 Total: 0 Total: 0 Total: 102 Total: $16,000 Total: 1,000 Total: 0 City Council Agenda Item Report Agenda Item No. COV-555-2021 Submitted by: Donna Aggers Submitting Department: Police Department Meeting Date: April 20, 2021 SUBJECT Police Department Activity Report Recommendation: Receive and file the February 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 February 2021 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 02/01/2021 02/28/2021 Department All Units Primary Unit VERNON Description Complaint VPD 10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC 171 167 10-96C 10-96 CHARLES (CITY HALL SECURITY CHECK)5 5 10-96H PICK UP THE JAIL PAPER WORK FROM HP JAIL 3 3 140 SUPPLEMENTAL REPORT 6 5 20002 NON-INJURY HIT AND RUN 18 4 20002R NON-INJURY HIT AND RUN REPORT 14 8 211 ROBBERY 7 1 240R ASSAULT REPORT 1 1 242 BATTERY 14 3 242R BATTERY REPORT 4 3 273.5 DOMESTIC VIOLENCE 4 1 273.5R DOMESTIC VIOLENCE REPORT 10 2 314 INDECENT EXPOSURE 5 2 415 DISTURBING THE PEACE 40 13 417 BRANDISHING A WEAPON 6 2 422 TERRORIST THREATS 7 2 459 BURGLARY 16 4 459A AUDIBLE BURGLARY ALARM 228 109 459R BURGLARY REPORT 34 15 459S SILENT BURGLARY ALARM 22 9 459V BURGLARY TO A VEHICLE 4 1 459VR BURGLARY TO A VEHICLE REPORT 14 8 476R FRAUD REPORT 1 1 484 PETTY THEFT 8 3 484R PETTY THEFT REPORT 14 10 487R GRAND THEFT REPORT 13 9 586 PARKING PROBLEM 76 61 594 VANDALISM 11 5 594R VANDALISM REPORT 22 16 602 TRESPASS 81 26 602R TRESPASS REPORT 6 1 647F DRUNK IN PUBLIC 12 6 653MR ANNOYING PHONE CALLS REPORT 1 1 901 UNKNOWN INJURY TRAFFIC COLLISION 1 1 901T INJURY TRAFFIC COLLISION 29 9 901TR INJURY TRAFFIC COLLISION REPORT 8 3 902T NON-INJURY TRAFFIC COLLISION 61 33 902TR NON-INJURY TRAFFIC COLLISION REPORT 1 1 909C TRAFFIC CONTROL 1 1 909E TRAFFIC ENFORCEMENT 4 2 909T TRAFFIC HAZARD 1 1 911 911 MISUSE / HANGUP 22 12 911A CONTACT THE REPORTING PARTY 27 21 911NR 911 CALL NO RESPONSE REQUIRED 2 1 917A ABANDONED VEHICLE 12 7 920PR LOST PROPERTY REPORT 3 3 925 SUSPICIOUS CIRCUMSTANCES 80 37 1Page of304/15/2021 06:05:23 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 02/01/2021 02/28/2021 Department All Units Primary Unit VERNON Description Complaint VPD 927 UNKNOWN TROUBLE 17 4 A451 ATTEMPT ARSON 2 1 A459 ATTEMPT BURGLARY 4 1 A487R ATTEMPT GRAND THEFT REPORT 6 2 AGTA ATTEMPT GRAND THEFT AUTO 3 1 AGTAR ATTEMPT GRAND THEFT AUTO REPORT 1 1 ASSISTFD ASSIST FIRE DEPARTMENT 38 16 BOSIG BROKEN SIGNAL OR LIGHT 4 3 BOVEH BROKEN DOWN VEHICLE 8 6 CIVIL CIVIL MATTER 7 5 COP COP DETAIL 5 5 DEMOSTRA DEMONSTRATION 3 1 DET DETECTIVE INVESTIGATION 92 37 DETAIL DETAIL 12 6 DPTAST DEPARTMENTAL ASSIST 5 2 DUI DRIVING UNDER THE INFLUENCE 3 2 DUPLICATE TO BE USED WHEN A CALL IS DUPLICATED 6 1 DUST DUST FOR PRINTS 5 1 FILING OFFICER IS 10-6 REPORT WRITING 117 116 FOUND FOUND PROPERTY REPORT 6 4 FU FOLLOW UP 9 7 GTA GRAND THEFT AUTO 4 2 GTAR GRAND THEFT AUTO REPORT 18 14 HBC HAILED BY A CITIZEN 13 10 ILLDPG RPT ILLEGAL DUMPING REPORT 2 2 JAILPANIC TEST THE JAIL PANIC ALARM BUTTON 1 1 KTP KEEP THE PEACE 15 6 LOCATE LOCATED VERNON STOLEN VEHICLE / PLATES VIA TELETYPE 8 6 LOJACK LOJACK HIT 1 1 LPR LICENSE PLATE READER 9 5 MISPR MISSING PERSON REPORT 1 1 PANIC ALARM PANIC ALARM/DURESS ALARM 12 4 PAPD PUBLIC ASSIST-POLICE 7 6 PATCK PATROL CHECK 327 280 PATROL MEMO PATROL MEMO 1 1 PEDCK PEDESTRIAN CHECK 66 34 PLATE LOST OR STOLEN PLATES REPORT 3 3 PRSTRAN PRISONER TRANSPORTED 11 9 REC RECOVERED STOLEN VEHICLE IN THE FIELD 48 24 RECKLESS DRV RECKLESS DRIVING (23103)3 2 REPO REPOSSESSION 2 2 ROADRAGE ROAD RAGE 3 2 SEAACA SEAACA ANIMAL CALLS 1 1 SHOTS SHOTS 4 1 SPEED SPEED CONTEST OR SPEEDING (23109)8 5 SRMET SRMET DETAIL 9 4 TRAFFIC STOP TRAFFIC STOP 167 126 2Page of304/15/2021 06:05:23 Type VERNON POLICE DEPARTMENT Department Activity Report Jurisdiction: First Date: Last Date: 02/01/2021 02/28/2021 Department All Units Primary Unit VERNON Description Complaint VPD UNATTACHEDTRUNATTACHED TRAILER 1 1 VCK VEHICLE CHECK 127 109 VEH RELEASE VEHICLE RELEASE 3 2 VMCVIO VERNON MUNICIPAL CODE VIOLATION 2 1 WARRANT WARRANT ARREST 3 2 WELCK WELFARE CHECK 40 17 Department: 2403 1545 Overall: 2403 1545 3Page of304/15/2021 06:05:23 VERNON POLICE DEPARTMENT Police Activity Report Period Ending: 02/28/21 TRAFFIC COLLISIONS NO. PROPERTY RECOVERED TOTAL 27 VEHICLES: $219,783 NON-INJURY 16 INJURY 11 Persons Injured 11 Pedestrian 2 Fatalities 0 City Property Damage 5 Hit & Run (Felony) 0 Hit & Run (Misdemeanor) 11 VEHICLES STORED PROPERTY RECOVERED FOR Unlicensed Driver/Impounded Vehicle 7 OTHER DEPARTMENTS Unattached Trailer 0 VEHICLES: $110,500 Abandoned/Stored Vehicle 9 Traffic Hazard 0 CITATIONS Citations Iss (Prisoner Release) 35 Citations Iss (Other Violations) 0 Parking 81 Hazardous 29 Non-Hazardous 21 Citations Iss (Moving) 50 Citations Iss (Total) 131 CASES CLEARED BY ARREST AR21-037 CR21-0195 602(M) PC AR21-055 CR21-0253 11364 HS AR21-038 CR21-0195 602(M) PC AR21-056 CR21-0257 422 PC AR21-039 CR21-0196 836/459 PC AR21-057 CR21-0261 11364 HS AR21-040 CR21-0196 243(C) PC AR21-058 CR21-0248 487 PC AR21-041 CR21-0196 496 PC AR21-060 CR21-0267 602(M) PC AR21-043 CR21-0215 602(M) PC AR21-061 CR21-0268 148(A)1 PC AR21-044 CR21-0215 602(M) PC AR21-062 CR21-0268 148(A)1 PC AR21-045 CR21-0215 602(M) PC AR21-063 CR21-0268 11364 HS AR21-046 CR21-0225 148(A)1 PC AR21-064 CR21-0276 10851(A) VC AR21-047 CR21-0226 242 PC AR21-066 CR21-0290 243(D) PC AR21-048 CR21-0228 459 PC AR21-067 CR21-0271 459 PC AR21-049 CR21-0228 459 PC AR21-068 CR20-2126 487(A) PC AR21-050 CR21-0235 11377 HS AR21-069 CR21-0325 31 VC AR21-053 CR21-0244 273.5 PC AR21-070 CR21-0287 487(A) PC AR21-054 CR21-0249 10851 VC AR21-071 CR21-0330 369I(A) PC CASES CLEARED BY ARREST (Continued) AR21-072 CR21-0330 369I(A) PC AR21-073 CR21-0336 11364 HS AR21-074 CR21-0345 496 PC AR21-075 CR21-0345 496 PC AR21-076 CR21-0345 496 PC MALE FEMALE TOTAL ASSAULT ll 2 BURGLARY (& ATTEMPTED)llll 4 CRIMINAL THREATS l 1 DRIVING UNDER THE INFLUENCE w/ INJURY 0 DOMESTIC VIOLENCE 0 GRAND THEFT: AUTO (& ATTEMPTED)ll 2 GRAND THEFT: PROPERTY (& ATTEMPTED)lll 3 RESISTING ARREST 0 ROBBERY 0 WARRANT (VERNON CASE)ll 2 WARRANT (OUTSIDE AGENCY)l 1 TOTAL FELONY ARRESTS 0 0 15 MALE FEMALE TOTAL ASSAULT l 1 BATTERY l 1 BRANDISHING A FIREARM CARRYING A LOADED FIREARM DRUNK IN PUBLIC DRIVING UNDER THE INFLUENCE l 1 DRIVING WITH A SUSPENDED LICENSE FALSE INFO TO OFFICERS l 1 POSSESSION OF NARCOTICS l 1 POSSESSION OF PARAPHERNALIA llll 4 POSSESSION OF STOLEN PROPERTY llll 4 RESISTING ARREST ll l 3 SPEED CONTEST TRESPASSING lllll ll l 8 VANDALISM WARRANT (VERNON CASE)l 1 WARRANT (OUTSIDE AGENCY) TOTAL MISD. ARRESTS 0 0 25 MALE FEMALE TOTAL BURGLARY 0 CARRY LOADED FIREARM IN PUBLIC 0 ROBBERY 0 VANDALISM 0 WARRANT 0 TOTAL JUVENILES DET.0 0 0 21 55 0 76 VERNON POLICE DEPARTMENT REPORT FOR PERSONS ARRESTED ADULT FELONY ARRESTS AND DISPOSITIONS PERIOD ENDING: 02/28/2021 ADULT MISDEMEANOR ARRESTS AND DISPOSITIONS JUVENILES DETAINED --- FELONY AND MISDEMEANOR 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: City Council Agenda Item Report Agenda Item No. COV-569-2021 Submitted by: Brandon Gray Submitting Department: Police Department Meeting Date: April 20, 2021 SUBJECT Sale of Surplus Vernon Police Firearm Accessories and Tools to HudsonGunner LLC Recommendation: Approve and authorize the City Administrator to execute the Agreement for the Sale of Surplus Equipment with HudsonGunner LLC, in substantially the same form as submitted, for the sale of surplus Vernon Police firearm accessories and tools, with proceeds equating to $6,389. Background: The Vernon Police Department (VPD) has identified numerous items of police firearm accessories and tools that can no longer be used by members of the Department. VPD contacted vendors who sold similar items to the Department in the past, and obtained offers from these vendors to purchase VPD's surplus equipment. The offer that provided the most value to the City of Vernon was submitted by HudsonGunner LLC. It is recommended that the City Council authorize the sale of the surplus Police Department firearm accessories and tools detailed in the Trade In Quotation dated March 18, 2021 (Exhibit A of the attached agreement) and authorize the City Administrator to enter into the necessary sale agreement. The proposed agreement with HudsonGunner LLC has been reviewed and approved as to form by the City Attorney's Office. Fiscal Impact: Proceeds from the sale will result in $6,389 to the General Fund. Attachments: 1. Hudsongunner Agreement CITY OF VERNON AGREEMENT FOR THE SALE OF SURPLUS EQUIPMENT This agreement for the sale of surplus firearm accessories and tools (“Agreement”) is made on April 20, 2021, between the City of Vernon, a California charter City and California municipal corporation (the “Seller” or the “City”), and Paul Hudson by and on behalf of HudsonGunner LLC, a California limited liability company (the “Buyer”). 1. Sale of Goods. Seller has delivered to Buyer on or around , 2021, the appurtenant materials described in more detail in the Product Description of the Trade In Quotation dated March 18, 2021, attached hereto as Exhibit A and incorporated by this reference (hereinafter referred to as the “Trade In Quotation”). Seller shall transfer title of the listed materials to Buyer within ten (10) days of receipt of payment by Buyer. 2. Consideration. Buyer has accepted the listed materials and shall pay to Seller 6,389.00, for the materials. 3. Payment. Buyer shall remit payment within five days of the execution of this Agreement. 4. Receipt. Buyer has received and inspected the materials. 5. Risk of Loss. The risk of loss from any casualty to the materials, regardless of the cause, shall be on Buyer. 6. Warranty of Title. Seller warrants and represents only that it has good and marketable title to the materials, full authority to sell and transfer the materials and that the materials are sold free and clear of all miens, encumbrance, liabilities and adverse claims, of every nature and description whatsoever. 7. Warranty. PROPERTY OR ASSETS ARE OTHERWISE SOLD IN “AS IS” CONDITION. SELLER HAS MADE NO EXPRESS WARRANTIES OTHER THAN THOSE CONTAINED IN THE PRECEDING PARAGRAPH, AND SELLER DISCLAIMS ANY IMPLIED WARRANTY, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF CONDITION, QUALITY, MERCHANT ABILITY OR FITNESS FOR A PARTICULAR PURPOSE. No agent, employee, officer, or other representative of Seller shall have authority to bind Seller to any representation, promise, affirmation, or warranty regarding the goods purchased under this Agreement. 8. Indemnification. Buyer acknowledges that it has executed the Waiver, Release, and Hold Harmless Agreement, attached hereto as Exhibit B. 9. Governing Law. This Agreement shall in interpreted and enforced according to the laws of the State of California. 10. Venue. Any action at law or in equity brought by either of the parties hereto for the purpose of enforcing a right or rights provided for by this Agreement shall be tried in a court of competent jurisdiction in the County of Los Angeles, State of California, and the parties hereto waive all provisions of law providing for a change of venue in such proceedings to any other country. 11. Exhibits. This Agreement and any attached exhibits constitute the entire agreement between Seller and Buyer and shall supersede all other agreements, whether written or oral, respecting the subject matter of this Agreement. 12. Modifications. This Agreement may not be modified except by an instrument in writing signed by each party’s duly authorized representative. 13. Counterparts. This Agreement may be executed in separate counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same Agreement. 14. Headings. The section headings in this Agreement are for convenience only and do not constitute any part of this Agreement and shall not be considered in its interpretation. 15. Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be valid under applicable law. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions shall nevertheless continue in full force and effect, and shall in no way be affected, impaired or invalidated. 16. Signatory Authority. The persons executing this Agreement on behalf of the parties warrant that they are duly authorized to execute this Agreement on behalf of the parties and that by their execution, the Buyer and Seller are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, Seller and Buyer have signed this Agreement as of the date stated in the introductory clause. City of Vernon, a California charter City HudsonGunner LLC, a California and California municipal corporation limited liability company By: By: Carlos R. Fandino Jr, City Administrator Name: ATTEST: Title: Lisa Pope, City Clerk By: Name: APPROVED AS TO FORM: Title: Arnold M. Alvarez-Glasman, Interim City Attorney EXHIBIT A TRADE IN QUOTATION Date: March 18, 2021 Receipt #: TBD Sold to: 200 Avenida Presidio San Clemente, CA 92672 949-355-1249 Qty Item #Unit Price Discount Line Total 1.00 100.00 100.00$ 1.00 60.00 60.00$ 44.00 75.00 3,300.00$ 16.00 50.00 800.00$ 2.00 25.00 50.00$ 25.00 20.00 500.00$ 36.00 10.00 360.00$ 2.00 2.00 4.00$ 38.00 4.00 152.00$ 42.00 6.00 252.00$ 4.00 Left Basketweave 8.00 32.00$ 10.00 Left SXT 8.00 80.00$ 24.00 Right Basketweave 8.00 192.00$ 37.00 Right SXT 8.00 296.00$ 2.00 6004 60.00 120.00$ 13.00 7.00 91.00$ Subtotal 6,389.00$ Sales Tax Total 6,389.00$ Surefire G2Z nitrolon flashlights plus two extra P61 bulbs. SAFARILAND HOLSTERS for Springfield Armory XD9 Pistol Total Discount Thank you for your business! Vernon Police Department - 4305 S Santa Fe Ave, Vernon, CA 90058 SAFARILAND HOLSTERS for Springfield Armory XD9 Pistol SAFARILAND HOLSTERS for Springfield Armory XD9 Pistol SAFARILAND HOLSTERS for Springfield Armory XD9 Pistol SAFARILAND HOLSTERS for Springfield Armory XD9 Pistol Safariland UBL new in bag Bid Sheet Vernon Police Department Paul Hudson Surefire MN11 lamp assemblies Used MN10 lamp assembly Brand New never used Insight M3X weaponlights Good condition Surefire X300(not Ultra) with DG-24 switch for Springfield XD Surefire X300(not Ultra) with battery door paddle switch. TBD Description Advantage Arms .22 conversion kit for XD series pistol. 38 Surefire M3 bezels Fair to Good condition Surefire M3 bezels with cracked lense Payment Method HudsonGunner LLC Check MGW sight adjustment tool for Springfield XD. JobCheckNo. EXHIBIT B WAIVER, RELEASE, AND HOLD HARMLESS AGREEMENT WAIVER, RELEASE, AND HOLD HARMLESS AGREEMENT IN CONJUCTION WITH SALE OF SURPLUS EQUIPMENT I, Paul Hudson, hereby acknowledge that I, by and on behalf of, HudsonGunner, LLC (“Buyer”) voluntarily requested to purchase certain appurtenant materials that have been declared surplus property by City of Vernon (the “City”), as described in more detail in the Product Description of the Trade In Quotation dated March 18, 2021, attached hereto as Exhibit A to the Agreement for the Sale of Surplus Equipment and incorporated by this reference. Buyer, hereby voluntarily releases, discharges, waives, and relinquishes any and all actions or causes of action against the City of Vernon, and any of its elected officials, officers, agents, employees, or volunteers, for personal injury, property damage, or wrongful death arising, directly or indirectly, as a result of Buyer’s purchase, possession, retention, use, ownership, sale, or transfer of the appurtenant materials. (INITIAL) On behalf of its officers, owners, agents, and employees, Buyer agrees not to make a claim against, sue, attach the property of, or prosecute the City of Vernon or its elected officials, officers, agents, employees, or volunteers, for personal injury, property damage, or wrongful death arising, directly or indirectly, as a result of its purchase, possession, retention, use, ownership, sale, or transfer of the appurtenant materials, whether or not the same arises from the negligence or willful conduct of the City, or its elected officials, officers, agents, employees, or volunteers, or other persons. Further, Buyer hereby agrees to compensate or reimburse the City and its elected officials, officers, agents, employees, and volunteers for any and all claims brought against it or its elected officials, officers, agents, employees, or volunteers, for property damage or personal injury or death, including without limitation, attorney fees and other cost of defense, which arises as a result of the passive or active negligence or other act related to the purchase, possession, retention, use, ownership, sale, or transfer of the appurtenant materials by Buyer, or its officers, owners, agents, or employees. Further, Buyer hereby agrees to indemnify, defend, and hold harmless the City and its elected officials, officers, agents, employees, and volunteers from any and all loss, damage, liability, claim, action, or expense whatsoever, including without limitation, attorney fees and other costs of defense, which in any way arise out of, result from, or are connected with, the purchase, possession, retention, use, ownership, sale, or transfer of the materials by Buyer, or its officers, owners, agents, or employees, even though such liability may arise, in part, out of the negligence of the City, its elected officials, officers, agents, employees, or volunteers. ON BEHALF OF PAUL HUDSON AND HUDSONGUNNER, LLC, I HAVE CAREFULLY READ THIS AGREEMENT AND FULLY UNDERSTAND ITS CONTENT. I UNDERSTAND THAT BY SIGNING THIS AGREEMENT HUDSONGUNNER, LLC GIVES UP ITS RIGHTS TO SUE THE CITY OF VERNON AND ITS ELECTED OFFICIALS, OFFICERS, AGENTS, EMPLOYEES, AND VOLUNTEERS IN THE CASE OF PERSONAL INJURY, PROPERTY DAMAGE, OR WRONGFUL DEATH, RELATED TO THIS TRANSACTION AND AGREEMENT. INITIAL) BUYER HEREBY ACCEPTS THESE RISKS SO THAT IT MAY PURCHASE THE MATERIALS. AS AN AUTHORIZED AGENT OF HUDSONGUNNER, LLC, I HAVE SIGNED THIS DOCUMENT OF MY OWN FREE WILL. (INITIAL) Executed on , 20 , this Waiver, Release, and Hold Harmless Agreement will remain in effect in perpetuity. NAME: SIGNATURE: ADDRESS: CITY: STATE DECLARATION OF WITNESS I certify that , acknowledged in my presence that he/she had read and fully understood the meaning and consequences of the foregoing release, and signed it in my presence. Executed on , 20 . NAME: SIGNATURE: City Council Agenda Item Report Agenda Item No. COV-559-2021 Submitted by: Angela Melgar Submitting Department: Finance/Treasury Meeting Date: April 20, 2021 SUBJECT Services Agreement with SDI Presence LLC. for Enterprise Resource Planning System Implementation Project Management Recommendation: Approve and authorize the City Administrator to execute the Services Agreement with SDI Presence LLC, in substantially the same form as submitted, for project management services for Enterprise Resource Planning (ERP) system implementation, in an amount not to exceed $819,000 for a three (3) year term. Background: On December 1, 2020, the City Council approved the Software as a Service Agreement with Tyler Technologies, Inc. (Tyler) for the purpose of an upgrade to a comprehensive Enterprise Resource Planning (ERP) System, with funds reserved for a project management consultant to assist with the implementation. A total of $819,000 was reserved for a project management consultant that would work with City staff over the three-year expected duration of the project in order to achieve a successful Citywide deployment. The proposed consultant will assist with the implementation of the upgrade from the current Tyler ERP system (Eden) to a comprehensive ERP software system, which includes modules for Munis, EnerGov, Digital Health Department (DHD), and the Munis Utility Billing Customer Information System (CIS). To ensure an effective deployment is completed on schedule for this multi-year project, the consultant will work with Tyler to develop the implementation project plan, assist with the creation of software training user accounts for all users, ensure users are following curriculums, and monitor and communicate user progress to City Management. The City issued a Request for Proposals (RFP) on February 4, 2021 for Project Management Services for ERP System implementation. The RFP was advertised on the City's website for 10 days and 7 firms were contacted directly. In response, a total of two proposals were received by the submission deadline from BerryDunn and SDI Presence LLC. Both firms were interviewed on March 11, 2021 and evaluated on the basis of qualifications, cost and fees, responsiveness, and references. SDI Presence was selected by the interviewing panel as the most qualified and is recommended for award of the Services Agreement for Project Management Services for Enterprise Resource Planning (ERP) System Implementation. The Services Agreement for Project Management Services for Enterprise Resource Planning (ERP) System Implementation with SDI Presence has been reviewed and approved as to form by the City Attorney's Office. Fiscal Impact: The fiscal impact for the proposed Services Agreement is not-to-exceed $819,000 over a three year term. Funds for the ERP implementation project have been budgeted in the 2020/2021 Information Technology Department approved budget, and the remaining balance will be included in the upcoming fiscal year 2021/2022 and 2022/2023 budgets. Attachments: 1. SDI Agreement 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND SDI PRESENCE LLC FOR PROJECT MANAGEMENT SERVICES FOR ENTERPRISE RESOURCE PLANNING (ERP) SYSTEM IMPLEMENTATION COVER PAGE Contractor: SDI Presence LLC Responsible Principal of Contractor: Greta Davis, Delivery Executive Notice Information - Contractor: SDI Presence LLC 200 E. Randolph Street, Suite 3550 Chicago, IL 60601 Attention: David Gupta, CEO Phone: (312)580-7500 Email: dgupta@sdipresence.com Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Scott Williams, Director of Finance/City Treasurer Telephone: (323) 583-8811 ext. 849 Email: swilliams@ci.vernon.ca.us Commencement Date: April 20, 2021 Termination Date: April 19, 2024 Consideration: Total not to exceed $819,000.00 (includes all applicable sales tax); and more particularly described in Exhibit B Records Retention Period Three (3) years, pursuant to Section 11.20 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND SDI PRESENCE LLC FOR PROJECT MANAGEMENT SERVICES FOR ENTERPRISE RESOURCE PLANNING ERP) SYSTEM IMPLEMENTATION This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and SDI Presence LLC, a limited liability company Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on April 20, 2021. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the City’s Request for Proposals issued on or about February 4, 2021, and titled Project Management Services for Enterprise Resource Planning (ERP) System Implementation, and Contractor's proposal to the City ("Proposal") dated February 18, 2021, Exhibit “A”, a copy which is attached to and incorporated into this Contract by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 3 4.0 TERM. The term of this Contract shall commence on April 20, 2021, and it shall continue until April 19, 2024, unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “B” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed $819,000.00 without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, supplies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 5.4.3 Actual costs and/or other costs and/or payments specifically 4 authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “B,” if the extra work has been approved by the City. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 5 6.5 City will pay Contractor the amount invoiced within thirty (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor’s negligent acts or omissions in the performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single 6 limit, including owned, hired, and non-owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and 2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. 1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. 2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees Claims”), which are attributable to any act or omission by the City under the performance of the services. iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000, 7 where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. v. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: 1) Provide copy of permissive self-insurance certificate approved by the State of California; or 2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or 3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by City. City may require complete, certified copies of any or all policies at any time. 8 ix. Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately notify City and cease all performance under this Contract until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self-insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent, officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or 9 rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets, and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design drawings, estimates and other Contractor professional services necessary to rectify and correct 10 the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors, and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof, including but without limitation, the Vernon Living Wage Ordinance. Violation of any law material to performance of this Contract shall entitle the City to terminate the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such 11 party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation, and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 12 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 11.12 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term, and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.15 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Scott Williams, Director of Finance/City Treasurer 4305 Santa Fe Avenue Vernon, CA 90058 13 If to the Contractor: SDI Presence LLC Attention: David Gupta, CEO 200 E. Randolph Street, Suite 3550 Chicago, IL 60601 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of default by Contractor, the City reserves the right to procure the goods or services from other sources and to hold the Contractor responsible for any excess costs occasioned to the City thereby. Contractor shall not be held accountable for additional costs incurred due to delay or default as a result of Force Majeure. Contractor must notify the City immediately upon knowing 14 that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require, at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. 15 The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals, and overhead. 11.21 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.23 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 11.24 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not 16 discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “C Signatures Begin on Next Page]. 17 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: ____________________________ Carlos R. Fandino, Jr. City Administrator SDI Presence LLC, a limited liability company By: Name: Title: ATTEST: Lisa Pope, City Clerk By: Name: Title: APPROVED AS TO FORM: Arnold M. Alvarez-Glasman, Interim City Attorney 18 EXHIBIT A CONTRACTOR'S PROPOSAL PROPOSAL PREPARED FOR: City of Vernon Project Management Services for Enterprise Resource Planning System Implementation UPDATED April 1, 2021 Respectfully Submitted By: Patrick Griffin Vice President Email: pgriffin@sdipresence.com Phone: 714-975-4150 Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page i TABLE OF CONTENTS Cover Letter ………………………………………………………………………………………………………………………….ii Introduction ………………………………………………………………………………………………………………………….1 General Scope of Work .......................................................................................................... 2 Work Plan………………………………………………………………………………………………………………………………3 Phase 1 - Project Initiation .................................................................................................................................. 3 Phase 2 - System Implementation ...................................................................................................................... 4 Fees and Costs ....................................................................................................................... 7 Ability of the Proposer to Perform ......................................................................................... 8 Experience ........................................................................................................................................................ 11 Client References .............................................................................................................................................. 15 Proposed Project Team..................................................................................................................................... 17 Project Roles and Responsibilities .................................................................................................................... 19 Attachment A - Affidavit of Non-Collusion ........................................................................... 20 Attachment B - Professional Services Agreement ................................................................. 21 Attachment C – Resume of David Gougis ............................................................................. 22 Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page ii Cover Letter February 18, 2021 Mr. Scott Williams, Director of Finance City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 RE: Request for Proposals – Project Management Services for ERP System Implementation Mr. Williams: SDI Presence LLC (SDI) respectfully submits this proposal to the City of Vernon (City) for professional services to assist with the implementation of the Tyler Munis Enterprise Resource Planning (ERP) system. Based on the City’s Request for Proposal, we understand that the City is seeking the services of a professional technology management consulting firm to provide comprehensive project management services for the implementation of its new Tyler Munis ERP system. Since 1996, SDI has worked with more than 190 public sector agencies to plan, procure, implement, and operate technology. More specifically to the City’s needs, SDI has worked with more than 50 similar-sized public agencies to help them assess, procure, select, and implement new ERP systems. As an example, SDI is currently providing, or recently completed, ERP projects at the following municipalities: Alameda • Burlingame • Carson Chino • Chino Hills • Davis Dublin • Fremont • Fresno Gilroy • Glendale • Half Moon Bay Manhattan Beach • Merced • Ontario Redlands • Redwood City • Rohnert Park San Ramon • Sunnyvale • Vacaville Walnut Creek • Yorba Linda To complete this project, SDI will utilize a proven and structured project management methodology to ensure a successful implementation while reducing or eliminating potential project risks, and also helping maximize the City’s investment by fully implementing and utilizing the Tyler Munis products. SDI is headquartered at 200 E. Randolph Street, Suite 3550, Chicago, IL. We also have California offices in Los Angeles (6080 Center Drive, 6th Floor, Los Angeles, CA) and Sacramento (6829 Fair Oaks Blvd, Suite 100, Carmichael, CA). Our toll-free telephone is 888-968-7734 and our website is www.sdipresence.com. The City’s ERP implementation project will be managed by our southern California implementation team, led by Delivery Executive Greta Davis. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page iii Our proposal is valid for ninety (90) days from the date of submission. Any questions regarding our proposal can be addressed to SDI Vice President Patrick Griffin at pgriffin@sdipresence.com or at 714-975-4150. We are confident that when you review our proposal you will agree that SDI brings the experience, expertise, resources, and tools to assist the City with this important project. Sincerely, David A. Gupta, CEO SDI Presence LLC Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 1 Introduction SDI is pleased to present our proposal to the City of Vernon to provide project management services for the implementation of the Tyler Munis ERP system. Based on the City’s RFP, we understand that the City wishes to secure the services of a qualified project management consultancy that possesses a general knowledge of the Tyler Technologies organization, and specific knowledge of the Tyler Munis ERP suite of products. Further, we understand that the City is strongly interested in analyzing current business processes and practices in order to identify and implement potential business process improvements to increase the overall efficiency and effectiveness of the organization. SDI has been delivering successful IT planning, procurement, and project management services to California public sector clients since 1999. We have assisted over 50 west coast clients with ERP-related services and possess the knowledge, skills, and abilities to assist the City with this important project. As project management professionals, SDI recognizes the need to apply project management processes and standards to our consulting engagements. To ensure the City’s objectives are met, SDI’s approach will include the following: Use of a structured, proven approach to ensure a comprehensive understanding of the City’s requirements and needs Fully identifying and disclosing potential risks and realistic risk mitigation strategies Managing the expectations of users and stakeholders throughout the process to ensure a realistic level of expectation upon implementation of the enterprise ERP system Minimizing disruption to daily City operations Establishing solid project management practices including schedule, time, and resource management; communications management; issues management; risk management; and quality management We recognize that the City is interested in more than simply employing an individual to oversee its project – you require the expertise of a proven professional who possesses significant experience and knowledge of the Tyler Munis product and the Tyler organization, and who can provide the City with the experience and expertise to navigate the complexities associated with a comprehensive ERP implementation. In addition, the City is seeking resource with experience in local government financial operations who can provide suggestions and recommendations for business process improvements to increase organizational efficiency and effectiveness. SDI is prepared to support the City’s project with a proven team of dedicated professionals. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 2 General Scope of Work SDI has carefully reviewed the Scope of Services Required section of the City’s RFP, and we are prepared to provide project management support for each of the activities delineated in the Scope of Services. While the City’s Scope of Services is comprehensive, it provides a “real world” description of the various tasks and activities that are typical of ERP implementations. Each of the Scope of Services statements can be associated with the three major project management categories below: Plan – coordinating future project activities in conjunction with various project participants Review Tyler’s Statement of Work and coordinating the project kickoff Develop implementation project plan in coordination with Tyler project manager Communicate – disseminating project activities and information to project participants Attend project meetings, Executive Steering Committee meetings, and other related meetings Complete regular project status reports Update SharePoint information Review and distribute Tyler project meeting agendas Review Tyler site reports Review project issues log regularly with Tyler project manager, work to resolve issues, and communicate issues status with project team Monitor and report on potential project risks Execute – completing or overseeing specific tasks associated with the project Coordinate scope change requests Process product enhancement requests Coordinate software development requests Assist with establishment of training accounts for users Coordinate software installation Coordinate staff training Coordinate user acceptance training Plan go-live activities in conjunction with Tyler project manager Work with staff on change management efforts Coordinate final acceptance process As project management professionals, SDI will complete each of the required activities listed in the Scope of Services and will offer and provide additional project activities based on our significant experience with prior Tyler Munis implementation projects. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 3 Work Plan Provided below is SDI’s project management framework that we utilize when managing the implementation of complex business applications. This framework was developed to help minimize risk, increase opportunities for efficiencies, and ensure that the implementation project remains on schedule. Our approach to these projects is to remain flexible, focus on tasks that the City directs us to complete, and work collaboratively with the City to ensure that we are maximizing the use of available resources. SDI is open to modifying and/or adjusting the proposed tasks and is flexible about where our efforts are directed over the course of the project. SDI’s project management framework includes two major phases: Project Initiation and System Implementation. The phases, tasks associated with each phase, and deliverables coming out of each task, are described in detail below. Phase 1 - Project Initiation As project management professionals, SDI recognizes the importance of applying a formal project management framework to ensure that the project meets objectives and is delivered on-time and on-budget. The purpose of the Project Initiation Phase is to prepare for, and initiate, the project under a well-defined project plan. This phase includes confirming our understanding, as well as the understanding of the stakeholders, regarding the scope of work and the process for accomplishing the overall objectives of the project. The following table presents the specific tasks, activities, and deliverables that will be undertaken during the Project Initiation phase. 1.1 Project Scope Review TASK DESCRIPTION: SDI will meet with the City’s Project Sponsor and the Tyler Project Manager to review the scope of work, project timeline, deliverables, and other procurement documentation to confirm project details before formal kickoff. 1.2 Kickoff Meeting TASK DESCRIPTION: SDI will work in coordination with the Tyler Project Manager to develop a Microsoft PowerPoint presentation that will describe the project. SDI will lead a Project Kickoff Meeting which will be scheduled by the City to include all anticipated project participants. The primary goal of the Project Kickoff Meeting is to ensure that all project participants have a common understanding of the process and project objectives. DELIVERABLE: Project Kickoff Presentation 1.3 Project Scope and Baseline Schedule Update TASK DESCRIPTION: SDI will finalize and deliver the project scope and plan, along with communication and status reporting plans and a baseline schedule, as agreed with by the City’s Project Sponsor. DELIVERABLE: Updated Project Plan Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 4 Phase 2 - System Implementation The cornerstone of success for the system implementation portion of the project will be how well it is managed. This will include thorough planning, execution, and monitoring of the plan, corrective action when required, and final close-out of the project. SDI’s project management services will enable the City to manage the big picture, keep stakeholders informed, and ensure successful planning, oversight, and completion of the project while mitigating project risk. In the table below, SDI has identified the activities and deliverables to be completed as part of this phase of the project. It should be noted that many of the tasks in Phase 2 will be repeated for the individual implementation of specific modules within the software suite (i.e. – Payroll, Accounts Payable, etc.). 2.1 Update Project Plan TASK DESCRIPTION: SDI will work with the Tyler Project Manager to update the Project Plan, including the following basic elements that will be defined for the system implementation activities: Tasks and Subtasks Milestones and Deliverables Detailed Project Schedule DELIVERABLE: Updated Project Plan 2.2 Monitor Project Execution and Control TASK DESCRIPTION: Working with the Tyler Project Manager, SDI will monitor the project execution using all the plans, schedules, procedures, and standards prepared for the project. This will include ensuring that regular status reports are provided and discussed at project review meetings with the Project Sponsor and appropriate participants. These reviews will include performance measures for the completion of tasks and activities in accordance with the project plan, communication plan, risk management plan, and quality assurance plan. DELIVERABLES: Project Status Reports, Risk/Issue Tracking Log, Vendor Deliverables Tracking Log 2.3 Assist with Business Process Review and Change Management Activities TASK DESCRIPTION: SDI will assist the City with reviewing business processes to help identify areas where a business process change may result in improved efficiencies. SDI will provide suggestions and recommendations for business process improvements in conjunction with the City’s project team. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 5 2.4 Support Establishment of Optimal Software and Hardware Configuration TASK DESCRIPTION: SDI will assist the City in defining the technical system software and hardware environments required for the new system’s operation including licenses for development, testing/training, and production environments. SDI will provide oversight for identifying, procuring, and installing the software and hardware configurations to ensure the system is properly sized to meet the City’s requirements. This activity will also include coordinating the installation of required application, database, and web servers as well as necessary network architecture and infrastructure components. DELIVERABLE: Software and Hardware Acquisition and Installation Oversight 2.5 Assist with System Setup and Configuration TASK DESCRIPTION: SDI will assist the City to ensure that the new system is set up to support the City’s unique operating requirements. This activity will include establishing Munis security protocols for users along with specific workflow processes for the new system, and setting configuration options and customizing parameters for system upload/download processes to Microsoft products such as Excel, Word, Access, and Outlook, and to other third-party products. DELIVERABLE: System Setup and Configuration Oversight 2.6 Define System Data Conversion and Testing Requirements TASK DESCRIPTION: SDI will assist in defining conversion and testing requirements for items that must be converted into the new system. SDI will work with the Tyler conversion team to ensure that data extracted from the existing Eden system is properly mapped to the Munis system. SDI will also assist the City in developing a testing/training environment which will allow for separate testing of release software by City staff prior to production installation. DELIVERABLE: Data Conversion Requirements and System Testing 2.7 Support User Acceptance Testing TASK DESCRIPTION: SDI will verify and validate acceptance test results for implementation of the new system that will include: System documentation • Functional tests Stress tests • Security tests Access control capabilities • Backup, restore and restart tests User acceptance test results DELIVERABLE: Independent Verification and Validation Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 6 2.8 Coordinate Training for Users and System Administrators TASK DESCRIPTION: SDI will assist the City in identifying training requirements and creating schedules for both users and technical personnel. Training should be sufficiently detailed and comprehensive to ensure that City staff will be able to effectively use the system and support the system after implementation. DELIVERABLE: Training Requirements and Schedule 2.9 Complete Readiness Assessment and Ensure Operational Readiness TASK DESCRIPTION: SDI will develop a checklist to be used to assess the City’s operational readiness for the new system implementation, including: Staffing plan • System maintenance procedures Operational procedures • Disaster backup recovery plan Change requests • Modifications or enhancements Refresher training • Software license renewal Technology refreshment • Hardware replacement Preventive maintenance DELIVERABLE: Readiness Assessment Checklist 2.10 Monitor Phased Implementation and Cutover TASK DESCRIPTION: SDI will oversee a phased cut-over where different modules are implemented and moved into production on a staggered schedule. As each module is placed into production, Tyler will be required to provide assistance for system administration, helpdesk, and on-site user support for each major implementation phase or module. DELIVERABLE: Oversight of Phased Implementation and Cutover into Production 2.11 Prepare Post Implementation Evaluation Report TASK DESCRIPTION: SDI will conduct a post-implementation evaluation review (PIER) after system implementation to provide the City with information to help it evaluate the contribution and measure the value gained by implementing the new system. The PIER will provide for organizational learning by documenting the success of the project and the reasons for that success. It will also identify areas the City may wish to revisit in terms of full implementation of all modules, related features, and functionality. DELIVERABLE: Post Implementation Evaluation Report Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 7 Fees and Costs Based on our past experience with major system implementations, along with the City’s RFP statement indicating a tentative timeline beginning in mid-2021 with projected completion by mid-2023, SDI is providing a cost estimate based on a 27-month (April 2021 – June 2023) project timeline. Given the City’s desire to implement several major modules of the Tyler Munis product during this timeline (including Munis Financials, EnerGov, Digital Health Department, and Munis Utility Billing CIS), SDI is proposing assigning a full-time project management resource to the project. SDI’s standard hourly rate for implementation project management services is $175 per hour, inclusive of all expenses. The detailed breakdown of hours and costs is provided below. Project Management Services 2,080 hours per year for 27 months 4,680 hours Total Not-To-Exceed Project Implementation Cost $819,000 The not-to-exceed cost provided above assumes a full-time project management resource for the majority of the 27-month implementation timeline. Please note that we have allocated a portion of the total hours above to provide for Delivery Executive project oversight activities, and for project support from our Business Analyst. SDI will bill the City utilizing a time and material approach, invoicing the City monthly for actual services provided in the prior month, with invoices providing detailed information about hours worked and task descriptions. This approach provides a cost-effective means of procuring our project management services and helps ensure our clients only pay for the actual services provided each month during implementation. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 8 Ability of the Proposer to Perform SDI Presence LLC Firm Profile SDI is an IT consultancy and managed services provider that leverages its strong team presence to advance our clients to a secure digital enterprise. With a 25-year corporate resume, SDI delivers strategic managed services, IT consulting, and hybrid infrastructure solutions to optimize our clients’ technology environments. SDI is a certified Minority Business Enterprise (MBE), with a portfolio of clients that includes some of the nation’s largest airports, utilities, commercial real estate portfolios, and government agencies. SDI delivers a deep technical presence through a local delivery model to achieve customer confidence and success. SDI is headquartered in Chicago, Illinois with regional offices in Los Angeles and Sacramento, California. End-to-End Solution Set to Drive Value and Accountability SDI brings holistic solutions to our clients, integrating legacy and cloud-based applications and infrastructure across our clients’ networks to produce data-based insights that drive sound business decisions and improve performance. SDI works with a broad range of industry-leading partners and leverages its own in-house expertise to deliver technology solutions that provide the highest degree of reliability and performance to our clients. Led by PMP-certified Project Managers, the SDI team delivers comprehensive services designed to drive our clients’ business strategies. SDI’s solutions are specifically designed to leverage innovative technology and business processes to maximize critical infrastructure assets, increase productivity and reduce the cost of IT ownership at our clients. Each SDI solution area is driven by certified, experienced industry professionals, complimented by extensive company credentials and a resume of successful technology delivery. SDI PRESENCE Snapshot 25+ year resume 200+ employees Headquartered in Chicago Seasoned executive leaders Low 13% employee turnover 98% customer satisfaction rating Financially stable 3A2 D&B Rating 20M in projected 2020 diversity spend Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 9 SDI’s core services include: CONSULTING TECHNOLOGY DELIVERY PRESENCESM MANAGED SERVICESAPPLICATIONSINFRASTRUCTURESECURITY New System Implementation Project Management Organizational Change Management Quality Assurance Services IT Strategic Planning IT/Project Assessments IT Governance Interim CIO/CTO Digital Transformation Services Requirements Assessment Selection and Procurement Business Process Reengineering QA/Testing Project Management Implementation and Integration Network Engineering Data Center Hybrid Cloud Hyperconverged Infrastructure/ Software Defined Data Center (SDDC) VoIP Services Organization Policies and Procedures Enterprise Vulnerability Assessments Cyber Awareness Training Cyber Remediation Services Disaster Recovery/ Business Continuity Identity Management Integrated Public Safety Systems ITSM Service Desk IT Infrastructure Managed Services Enterprise Application Managed Services Managed Security Services Public Safety Systems Managed Services Real Estate Data Managed Services SDI offers a broad technical skill set to our clients, offering deep expertise in each stage of the traditional or cloud-based system lifecycle. SDI brings a well-rounded team of professional business consultants, certified technicians and years of mission-critical IT experience to each of our client engagements. Unmatched Technical & Industry Expertise SDI teams bring executive presence and diverse perspective to our clients’ most complex projects. Our team of professionals bring previous experience gained from running large IT operations and multimillion-dollar IT projects. Together, the SDI Team has an extensive history of running complex, 24×7 mission-critical IT environments that demand both a broad and deep IT expertise and unwavering commitment to performance excellence – from a comprehensive IT Assessment for a local municipality, to enterprise cybersecurity remediation at a utility, to a 24x7x365 IT managed services program across a large city transit authority. We bring industry subject matter expertise, technical certifications and methodologies, and a desire to mark a positive impact for our Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 10 Presence. For Our Clients, Colleagues and Community Our commitment to presence achieves a confidence, connectivity, and conduit for value creation that is unmatched in our space. Every day, the SDI Team’s presence is demonstrated by constantly and consistently being: Focused: in giving our full attention and energy to our shared goals and the task at hand. Alert: of industry trends, technical opportunities, and potential risks. Mindful: as we listen, engage and communicate – to inform our decisions and better outcomes. Invested: professionally, personally and economically in our work. Local: in our physical energy to build deep relationships and provide outstanding support. YOU: taking the time to care for ourselves and our significant others. Awards and Recognition The SDI Team prides itself on applying these points of presence in our work, business relationships, and larger community. SDI has been repeatedly recognized for its culture, diversity, and employee engagement by several leading publications including: 2020 Listings include (out of 5,187 companies) Overall Best Company to Work for in Chicago Best Mid-Size Company to Work for in Chicago (51-500 employees) Best Perks and Benefits Company in Chicago Championship Team 2017 Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 11 Experience SDI has been providing project management services for complex enterprise applications since 1996. We are familiar with all contemporary software companies and their associated products, having completed numerous implementations throughout the U.S. The majority of these implementations have revolved around financial management applications and the associated modules including budget, procurement, accounts payable, accounts receivable, cash management, fixed assets, payroll, human resources, utility billing, and financial reporting. With regard to Tyler Technologies and the Tyler suite of products, SDI possesses significant relevant experience and knowledge of these applications. Due partially to Tyler’s success in capturing a significant share of the ERP market, SDI has had the opportunity to manage the implementation of Tyler products at a number of client sites, including: City of Carson • City of Chino City of Chino Hills • City of Gilroy City of Glendale • City of Manhattan Beach City of Merced • City of Ontario City of Rohnert Park • City of Yorba Linda Cucamonga Valley Water District • Las Virgenes Municipal Water District Riverside County Transportation Commission SDI has participated in Tyler implementations for Munis, Incode, EnerGov, and related Tyler applications, and is knowledgeable about all of the Munis product versions, and about both on premise and cloud versions of the Tyler solutions. Our recent and relevant experience with Tyler implementations has also exposed our project managers to working with 3rd party vendors to integrate Munis, and other Tyler products, to these 3rd party systems. For example, SDI regularly encounters the need for integration points between Munis and standalone timekeeping, cashiering, utility billing, land management, and work order systems, to name a few. These integration points require our project managers to navigate the often-complex relationships between Munis and the standalone software providers, so that we can help ensure our clients achieve the desired level of integration to reduce duplicative data entry and multiple data storage “silos”. With regard to data conversion from the City’s existing system to the Munis platform, SDI has participated in or performed this activity at numerous public agencies during our project management activities. SDI resources are skilled in this area and are familiar with the nuances of data conversion, including initial data cleansing in the legacy system, data mapping between systems to ensure data integrity, and data validation to verify that the information has been accurately transferred. This final step can include multiple data passes after correction of data transfer errors and requires a resource with the knowledge and understanding to complete the data conversion process accurately. In terms of SDI’s knowledge of other Tyler Munis applications, our project management professionals have assisted one or more clients with nearly every aspect of Munis implementation, including Utility Billing, Work Order, Asset Management, Land Management, Investment Management, and Tyler’s recently-acquired Executime Timekeeping System. One of Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 12 the greatest values to utilizing SDI for the City’s engagement is our significant experience of the Tyler Munis suite of products on the market, along with our overall knowledge of the Tyler company, including its implementation, conversion, and support organizations. The following table provides a comprehensive listing of SDI’s West Coast clients. IT Strategic Plans IT Assessments IT Policies & Procedures Project Management IT Governance Disaster Recovery Planning System Selection & Procurements Other Management Consulting Municipalities Alameda, CA Anaheim, CA Belmont, CA Beverly Hills, CA Branson, MO Burbank, CA Burlingame, CA Carson, CA Carson City, NV Chino, CA Chino Hills, CA Concord, CA Coronado, CA Costa Mesa, CA Cupertino, CA Davis, CA El Segundo, CA Fairfield, CA Fremont, CA Fresno, CA Galt, CA Gilroy, CA Glendale, CA Half Moon Bay, CA Huntington Beach, CA Indio, CA Industry, CA Irvine, CA La Quinta, CA Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 13 IT Strategic Plans IT Assessments IT Policies & Procedures Project Management IT Governance Disaster Recovery Planning System Selection & Procurements Other Management Consulting Napa, CA Newport Beach, CA Novato, CA Ontario, CA Orange, CA Oxnard, CA Pasadena, CA Paso Robles, CA Petaluma, CA Pismo Beach, CA Pleasant Hill, CA Rancho Cordova, CA Rancho Palos Verdes, CA Redlands, CA Redwood City, CA Rohnert Park, CA San Luis Obispo, CA San Rafael, CA San Ramon, CA Santa Barbara, CA Santa Clara, CA Santa Cruz, CA Stockton, CA Suisun City, CA Sunnyvale, CA Vacaville, CA Ventura, CA Visalia, CA Walnut Creek, CA Watsonville, CA West Hollywood, CA Special Districts Central Contra Costa Sanitation District Chino Valley Independent Fire District Coachella Valley Water District Cosumnes Community Services District Cucamonga Valley Water District Delta Diablo Sanitation District East Valley Water District Eastern Municipal Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 14 IT Strategic Plans IT Assessments IT Policies & Procedures Project Management IT Governance Disaster Recovery Planning System Selection & Procurements Other Management Consulting North Tahoe Public Utilities District Port of Los Angeles Rancho California Water District Riverside Co. Trans. Commission Sacramento Area Sewer District Sacramento Metropolitan Fire District Sacramento Municipal Utility District San Joaquin Council of Governments San Bernardino County Fire Santa Clara County Fire Department Santa Clara County Housing Authority Santa Clara Valley Water District Silicon Valley Clean Water Silicon Valley Power Southern CA Association of Governments South Tahoe Public Utility District West Basin Municipal Water District Zone 7 Water Agency Counties Douglas County, Nevada El Paso County, Texas Lane County, Oregon Placer County, CA Riverside County, CA San Benito County, CA San Diego County, CA Santa Clara Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 15 Client References Provided below are references from four recent Tyler Munis project management engagements. Reference No. 1 Name of Organization City of Glendale, CA Project Type ERP Procurement and Project Management Services Length of Time as Client 2015 - 2020 Location 141 N. Glendale Boulevard Glendale, CA 92106 Name of Contact Jason Bradford, CIO Telephone and Email 818-548-4093 jbradford@glendale.gov Description of Project ERP Procurement – SDI assisted with the selection of a new ERP system to replace the City’s existing system. SDI took the City through a needs assessment, requirements development and RFP, vendor evaluation and selection, and contract negotiations. ERP Project Management – SDI provided comprehensive project management services for the implementation of the Tyler Munis software system, including assisting with the adoption of best business practices, training staff on the new system, and providing general oversight and quality assurance services, interfacing with and managing Tyler during all project activities. Reference No. 2 Name of Organization City of Yorba Linda Project Type ERP Project Management Services Length of Time as Client 2019 – 2021 Location 4845 Casa Loma Avenue Yorba Linda, CA 92886 Name of Contact Larry Klingaman, I.T. Manager Telephone and Email 714-961-7158 lklingaman@yorbalindaca.gov Description of Project ERP Project Management – SDI provided comprehensive project management services for the implementation of the Tyler Munis software system, including assisting with the adoption of best business practices, training staff on the new system, and providing general oversight and quality assurance services, interfacing with and managing Tyler during all project activities. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 16 Reference No. 3 Name of Organization City of Chino Hills, CA Project Type ERP Procurement and Project Management Services Length of Time as Client 2017 - 2019 Location 14000 City Center Drive Chino Hills, CA 91709 Name of Contact Matt Jester, I.T. Manager Telephone and Email 909-364-2643 mjester@chinohills.org Description of Project ERP Procurement – SDI assisted with the selection of a new ERP system to replace the City’s existing system. SDI took the City through a needs assessment, requirements development and RFI, vendor evaluation and selection, and contract negotiations. ERP Project Management – SDI provided comprehensive project management services for the implementation of the Tyler Munis software system, including assisting with the adoption of best business practices, training staff on the new system, and providing general oversight and quality assurance services, interfacing with and managing Tyler during all project activities. Reference No. 4 Name of Organization City of Gilroy Project Type ERP and LMS Procurement and Project Management Services Length of Time as Client 2018 - Present Location 7351 Rosanna Street Gilroy, CA 95020 Name of Contact Jimmy Forbis, City Manager Telephone and Email 408-846-0250 Jimmy.forbis@ci.gilroy.ca.us Description of Project ERP and LMS Procurement – SDI assisted with the selection of new ERP and LMS systems to replace the City’s existing systems. SDI took the City through a needs assessment, requirements development and RFP, vendor evaluation and selection, and contract negotiations. ERP and LMS Project Management – SDI provided comprehensive project management services for the implementation of the Tyler Munis financial software system and the EnerGov LMS system, including assisting with the adoption of best business practices, training staff on the new systems, and providing general oversight and quality assurance services, interfacing with and managing Tyler during all project activities. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 17 Proposed Project Team For this project, SDI is proposing three primary resources to provide the requested project management services and perform the related activities. These resources will be aided by SDI’s southern California support group, ensuring the City receives the level of support required to complete the implementation successfully. The proposed project team is presented below. Greta Davis – Delivery Executive Role: Ms. Davis will serve as the Delivery Executive, bringing her years of experience in helping public agencies to support the City and Mr. Gomez on this important project. Ms. Davis will provide management oversight and support to the SDI project team. Background: Ms. Davis has over 25 years of experience in all facets of financial, organizational and operational consulting for local government clients. MS. Davis has worked with over 250 local government agencies providing proven consulting services resulting in revenue enhancement from state and federal reimbursement, general fund subvention, and enterprise fund revenue recovery. The majority of her professional experience includes agency-wide revenue enhancement and cost of service analysis, financial plans, local governance and operational improvement strategies for local government agencies. Ms. Davis has participated in technology management consulting projects for the following public sector agencies: Client Name City of Anaheim City of Carson City of Chino Hills County of Orange - John Wayne Airport City of Glendale Las Virgenes Municipal Water District City of Malibu City of Ontario City of Orange Rancho California Water District Riverside County Transportation Commission City of West Hollywood City of Yorba Linda Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 18 David Gougis – Project Manager Role: Mr. Gougis will serve as the project manager for the City’s Tyler Munis implementation project, supporting all aspects of the implementation. Background: Mr. Gougis has a 22-year background in local government. Beginning as an intern while still in college, he worked in progressively more responsible roles with the cities of Pasadena (from 1989 through 1996, eventually as the City’s Acting Budget Administrator) and Sunnyvale (from 1996 through 1999, as the City’s Revenue Systems Supervisor with responsibility for water utility billing and other revenue collections). These roles involved activities as diverse as functioning as an analyst for a variety of financial and revenue programs early in his career, to managing day to day budget management and revenue collection operations. In 1999, Mr. Gougis left local government for a career in information technology – specifically focusing on data conversion, decision support and enterprise resource planning systems (ERP). Given his background in finance and local government, his work in technology generally involved long-term assignments at cities, counties, special districts and financial institutions. He continued this work as a manager in Kaiser Permanente’s Information Technology operations during the mid-2000s. Over the past 15 years, Mr. Gougis has functioned primarily as a project manager for ERP projects and secondarily as a technical resource, analyzing and developing conversion and data validation programs for local government agencies. Mr. Gougis has gained significant expertise and knowledge of the Tyler Munis product, having implemented the Munis solution for the majority of clients listed above. His knowledge of both the Munis product functionality, along with his familiarity with the Tyler organization, provide a unique perspective and advantage when implementing the product for new clients. A full resume for Mr. Gougis is presented in Attachment C at the end of this proposal. Below is a table listing Mr. Gougis’ SDI projects: Client Name City of Boise, ID City of Chino City of Chino Hills Chino Valley Independent Fire District Cucamonga Valley Water District Douglas County, NV City of Folsom City of Fremont City of Glendale Moulton Niguel Water District City of Ontario City of Orange City of Pasadena City of Riverside San Benito County City of Santa Clara City of Sunnyvale City of Yorba Linda Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 19 Khang Nguyen – Business Analyst Role: Mr. Nguyen will provide focused assistance to the SDI project team, including reviewing and editing project deliverables, coordinating scheduling activities, and supporting the project team with various activities. Background: A UCLA graduate in Economics, Mr. Nguyen has worked in multiple California municipal IT environments, performing requirements gathering and data analysis for various enterprise applications. Mr. Nguyen has participated in the following SDI projects: Client Name City of Chino Hills Coachella Valley Water District County of Orange – John Wayne Airport City of Culver City City of Ontario City of Orange Riverside County Transportation Commission City of Santa Barbara City of West Hollywood City of Yorba Linda Project Roles and Responsibilities Ensuring clear delineation of roles and responsibilities of the SDI team and the City participants is an essential component to project success. Part of our Phase 1 activities includes a discussion of the various roles and responsibilities of the project team, and who on the team will be responsible for what aspects of the project. Each organization is different, with different skills sets and associated strengths. SDI will work with the City’s Project Sponsor to help define roles and responsibilities and will provide focused support in the areas that are identified as needing additional support. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 20 Attachment A - Affidavit of Non-Collusion Provided below is a screenshot of SDI’s completed Affidavit of Non-Collusion. An original version will be provided in the event we are selected as the consulting firm for this project. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 21 Attachment B - Professional Services Agreement SDI appreciates the opportunity to review the City’s Professional Services Agreement as presented in the RFP. SDI legal staff have reviewed the Agreement, and respectfully request the City’s consideration of the following proposed modifications (shown in “track changes”): 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor’s negligent acts or omissions in the performance of or failure to perform any term, provision, covenant or condition of this Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. SDI is open to discussing the suggested modifications with the City in the event we are selected as the consulting firm for this project. Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 22 Attachment C – Resume of David Gougis Following this cover page is the complete resume of David Gougis, SDI’s proposed project management for this engagement. 19 EXHIBIT B SCHEDULE Proposal to City of Vernon for Project Management Services for ERP System Implementation February 18, 2021 Page 7 Fees and Costs Based on our past experience with major system implementations, along with the City’s RFP statement indicating a tentative timeline beginning in mid-2021 with projected completion by mid-2023, SDI is providing a cost estimate based on a 27-month (April 2021 – June 2023) project timeline. Given the City’s desire to implement several major modules of the Tyler Munis product during this timeline (including Munis Financials, EnerGov, Digital Health Department, and Munis Utility Billing CIS), SDI is proposing assigning a full-time project management resource to the project. SDI’s standard hourly rate for implementation project management services is $175 per hour, inclusive of all expenses. The detailed breakdown of hours and costs is provided below. Project Management Services 2,080 hours per year for 27 months 4,680 hours Total Not-To-Exceed Project Implementation Cost $819,000 The not-to-exceed cost provided above assumes a full-time project management resource for the majority of the 27-month implementation timeline. Please note that we have allocated a portion of the total hours above to provide for Delivery Executive project oversight activities, and for project support from our Business Analyst. SDI will bill the City utilizing a time and material approach, invoicing the City monthly for actual services provided in the prior month, with invoices providing detailed information about hours worked and task descriptions. This approach provides a cost-effective means of procuring our project management services and helps ensure our clients only pay for the actual services provided each month during implementation. 20 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. City Council Agenda Item Report Agenda Item No. COV-552-2021 Submitted by: Adriana Ramos Submitting Department: Public Utilities Meeting Date: April 20, 2021 SUBJECT Amendment No. 1 to Paragraph 10 to the Collateral Annex with Southern California Edison (SCE) and Approval of the Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority Recommendation: A. Approve and authorize the General Manager of Public Utilities to execute Amendment No. 1 to Paragraph 10 to the Collateral Annex to the Edison Electric Institute (EEI) Master Power Purchase and Sale Agreement between Southern California Edison (SCE) and the City of Vernon, in substantially the same form as submitted, for the purpose of increasing the City's credit line when buying and selling power and resource adequacy capacity to or from SCE; and B. Approve and authorize the General Manager of Public Utilities and the City Administrator to execute the Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority with SCE. Background: On April 17, 2018, the City Council approved and authorized the General Manager of Public Utilities to execute the Edison Electric Institute (EEI) Master Power Purchase and Sale Agreement and related Amendment, and the Collateral Annex Agreement and related Paragraph 10 to the Collateral Annex with Southern California Edison (SCE), pursuant to Resolution No. 9314, for the purpose of buying and selling power and resource adequacy capacity to or from SCE. Resolution No. 9314 authorizes certain city officials and staff members to be designated as traders for the purchase of electric power and gas products, and to enter into various contracts for the purchase and sale of electric energy, natural gas and financial hedges. Although Resolution No. 9314 utilizes titles that have since changed in designating individuals as authorized traders, its purpose and intent remain intact. VPU plans to update the resolution to reflect its existing operational structure and authorized trader designations, and will present the item for adoption at a City Council meeting in the near future. SCE recently provided Amendment No. 1 to Paragraph 10 to the Collateral Annex (Amendment No. 1) to the EEI Master Power Purchase and Sale Agreement between SCE and the City of Vernon. Amendment No. 1 modifies Paragraph 10 to the Collateral Annex, which increases the City’s line of credit with SCE to minimize the need for collateral when conducting business. Amendment No. 1 constitutes general terms and conditions only and does not obligate the City to enter into specific purchase or sale transactions. City Council approval of Amendment No. 1 will enable continued trading capability with SCE. Under the EEI Master Power Purchase agreement, SCE sells 35 megawatts (MW) of System Resource Adequacy to the City, and in return, SCE buys 35MW of Local Resource Adequacy from the City at a premium, a net profit to the City of $1.6 million. For the seven (7) months remaining in the Collateral Annex agreement with SCE, that equates to about $500,000 in revenue to the City. Furthermore, SCE is requesting the City execute a Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority to complete the execution of Amendment No. 1. SCE requires all governmental counterparties to demonstrate the express authority of the person executing the applicable agreement(s) to bind the counterparty. This is a new SCE policy for all government entities, which was not in place in 2018. Amendment No. 1 and the Certificate of Authority have each been approved as to form by the City Attorney’s Office. Fiscal Impact: Without execution of Amendment No. 1, the City may experience a loss in revenue, estimated at around 500,000, for the remaining seven (7) months of the agreement with SCE. Attachments: 1. Amendment No. 1 to Paragraph 10 to the Collateral Annex with Southern California Edison (SCE) - Redacted 2. Certificate of the Vernon Public Utilities General Manager of the City of Vernon Authority Southern California Edison Confidential Information ID 11251, City of Vernon The contents of this document are subject to restrictions on disclosure as set forth in the Agreement. Amendment No. 1 to Paragraph 10 to the Collateral Annex 1 AMENDMENT NO. 1 to PARAGRAPH 10 to the COLLATERAL ANNEX to the EEI MASTER POWER PURCHASE AND SALE AGREEMENT between SOUTHERN CALIFORNIA EDISON COMPANY and City of Vernon ID #11251) This Amendment No. 1 (“Amendment No. 1”) to the Agreement (as that term is defined below is entered into between City of Vernon (“Vernon” or “Party A”) and Southern California Edison Company, a California corporation (“SCE” or “Party B”). SCE and Vernon are hereinafter sometimes referred to individually as a “Party” and jointly as the “Parties”. Capitalized terms used herein and not otherwise defined in this Amendment No. 1 shall have the meanings ascribed to such terms in the Agreement (as that term is defined below). RECITALS The Parties enter into this Amendment No. 1 with reference to the following facts: A. SCE and Vernon are Parties to that certain Edison Electric Institute (“EEI”) Master Power Purchase and Sale Agreement dated as of April 26, 2018, along with the Cover Sheet, any amendments and annexes thereto, including the EEI Collateral Annex and Paragraph 10 to the Collateral Annex (together with the exhibits, schedules and any written supplements thereto, any designated collateral, credit support, margin agreement, or similar arrangement between the Parties and all Transactions, the “Agreement”); and B. The Parties wish to amend Paragraph 10 to the Collateral Annex as set forth herein. Southern California Edison Confidential Information ID 11251, City of Vernon The contents of this document are subject to restrictions on disclosure as set forth in the Agreement. Amendment No. 1 to Paragraph 10 to the Collateral Annex 2 AGREEMENT In consideration of the promises, mutual covenants and agreements hereinafter set forth, and for other good and valuable consideration, as set forth herein, the Parties agree as follows: 1.Paragraph 10. Elections and Variables. Section I.A entitled “Party A Collateral Threshold” is hereby amended to delete that section entirely and replace such section as set forth below: I. Collateral Threshold. A. Party A Collateral Threshold. the ‘Threshold Amount’); provided, however, that the Collateral Threshold for Party A shall be zero upon the occurrence and during the continuance of an Event of Default or a Potential Event of Default with respect to Party A; and provided further that, in the event that, and on the date that, Party A cures the Potential Event of Default on or prior to the date that Party A is required to post Performance Assurance to Party B pursuant to a demand made by Party B pursuant to the provisions of the Collateral Annex on or after the occurrence of such Potential Event of Default, (i) the Collateral Threshold for Party A shall automatically increase from zero to the Threshold Amount and (ii) Party A shall be relieved of its obligation to post Performance Assurance pursuant to such demand. a) The amount (the ‘Threshold Amount’) set forth below under the heading Party A Collateral Threshold’ opposite the Credit Rating for [Party A][Party A’s Guarantor] on the relevant date of determination, or (b) zero if on the relevant date of determination [Party A][its Guarantor] does not have a Credit Rating from the Ratings Agency specified below or an Event of Default or a Potential Event of Default with respect to Party A has occurred and is continuing; provided, however, in the event that, and on the date that, Party A cures the Potential Event of Default on or prior to the date that Party A is required to post Performance Assurance to Party B pursuant to a demand made by Party B pursuant to the provisions of the Collateral Annex on or after the occurrence of such Potential Event of Default, (i) the Collateral Threshold for Party A shall automatically increase from zero to the Threshold Amount and (ii) Party A shall be relieved of its obligation to post Performance Assurance pursuant to such demand. Southern California Edison Confidential Information ID 11251, City of Vernon The contents of this document are subject to restrictions on disclosure as set forth in the Agreement. Amendment No. 1 to Paragraph 10 to the Collateral Annex 3 Party A Collateral Threshold Credit Rating or above) Below _______ The amount (‘Threshold Amount’) which is the lowest of: Party A Collateral Threshold Moody’s Credit Rating S&P Credit Rating The amount of the Guaranty Agreement dated _____ from _____, as amended from time to time but in no event shall Party A’s Collateral Threshold be greater than $___________. Other – see attached threshold terms” 2.MISCELLANEOUS Southern California Edison Confidential Information ID 11251, City of Vernon The contents of this document are subject to restrictions on disclosure as set forth in the Agreement. Amendment No. 1 to Paragraph 10 to the Collateral Annex 4 a) Reservation of Rights. Each of the Parties expressly reserves all of its respective rights and remedies under the Agreement. b) Legal Effect. Except as expressly modified as set forth herein, the Agreement remains unchanged and, as so modified, the Agreement shall remain in full force and effect. Each of the Parties hereby represents and warrants that the representations contained in the Agreement are true on and as of the date hereof as if made by the Party on and as of said date. c) Governing Law. THIS AMENDMENT NO. 1 AND THE RIGHTS AND DUTIES OF THE PARTIES HEREUNDER SHALL BE GOVERNED BY AND CONSTRUED, ENFORCED AND PERFORMED IN ACCORDANCE WITH THE LAWS OF THE STATE OF CALIFORNIA, WITHOUT REGARD TO PRINCIPLES OF CONFLICTS OF LAW. TO THE EXTENT ENFORCEABLE AT SUCH TIME, EACH PARTY WAIVES ITS RESPECTIVE RIGHT TO ANY JURY TRIAL WITH RESPECT TO ANY LITIGATION ARISING UNDER OR IN CONNECTION WITH THIS AMENDMENT NO. 1. d) Successors and Assigns. This Amendment No. 1 shall be binding upon and inure to the benefit of the Parties hereto and their respective successors and assigns. e) Authorized Signatures; Notices. Each Party represents and warrants that the person who signs below on behalf of that Party has authority to execute this Amendment No. 1 on behalf of such Party and to bind such Party to this Amendment No. 1. Any written notice required to be given under the terms of this Amendment No. 1 shall be given in accordance with the terms of the Agreement. f) Effective Date. This Amendment No. 1 shall be deemed effective as of the date the last Party hereto executes this Amendment No. 1. g) Further Agreements. This Amendment No. 1 shall not be amended, changed, modified, abrogated or superseded by a subsequent agreement unless such subsequent agreement is in the form of a written instrument signed by the Parties. h) Counterparts; Electronic Signatures. This Amendment No. 1 may be executed in one or more counterparts, each of which will be deemed to be an original of this Amendment No. 1 and all of which, when taken together, will be deemed to constitute one and the same agreement. The exchange of copies of this Amendment No. 1 and of signature pages by facsimile transmission, Portable Document Format (i.e., PDF), or by other electronic means shall constitute effective execution and delivery of this Amendment No. 1 as to the Parties and may be used in lieu of the original Amendment No. 1 for all purposes. Southern California Edison Confidential Information ID 11251, City of Vernon The contents of this document are subject to restrictions on disclosure as set forth in the Agreement. Amendment No. 1 to Paragraph 10 to the Collateral Annex 5 Remainder of Page Left Intentionally Blank.] CERTIFICATE OF THE VERNON PUBLIC UTILITIES GENERAL MANAGER OF THE CITY OF VERNON AUTHORITY The undersigned, Carlos Fandino, hereby certifies that he is the duly appointed and acting City Administrator of the City of Vernon and further certifies as follows: Attached hereto as Exhibit A is a true and correct copy of Resolution No. 9314, which was duly adopted by the City Council of the City of Vernon on May 7, 2007. Such resolution remains in full force and effect as of the date hereof and has not been amended or rescinded in whole or in part in any respect. Abraham Alemu is the duly elected, qualified, and acting General Manager of Public Utilities for the City of Vernon and is duly authorized to enter into Master Power Purchase and Sale Agreement Confirmation Letters and related Amendment between Southern California Edison Company on behalf of the City of Vernon. The signature appearing below is a true and correct facsimile signature of said officer. Name: Abraham Alemu Title: General Manager of Public Utilities IN WITNESS WHEREOF, the undersigned has duly executed this certificate in his capacity as City Administrator of the City of Vernon as of April 6, 2021. Name: Carlos Fandino Title: City Administrator Exhibit A INTEROFFICE MEMORANDUM PUBLIC UTILITIES DEPARTMENT DATE: April 12, 2021 TO: Carlos Fandino, City Administrator FROM: Abraham Alemu, General Manager of Public Utilities AA RE: Vernon Public Utilities Updated Authorized Traders List Recommendation Vernon Public Utilities (VPU) is requesting approval of the attached Authorized Traders List for VPU to enter into power transactions for: Term/Day Ahead/Real-Time. Background On May 7, 2007, the City Council adopted Resolution No. 9314 authorizing certain city officials and staff members to be traders for the purchase of electric power and gas products and to enter into various contracts for the purchase and sale of electric energy, natural gas and financial hedges. Since 2007, VPU has undergone changes in personnel, consequently, staff would like to update the Authorized Traders List. Please note, VPU will be working to amend Resolution No. 9314 to update the Department name/City official title and to revise the provision requiring ratification by the City Council. Attachments 1.Authorized Traders List CF/LH 4/15/2021 City of Vernon Authorized Traders List Effective: April 12, 2021 Term/Day Ahead/Real Time 1.Abraham Alemu 2.Efrain Sandoval 3.Shawn Sharifzadeh City Council Agenda Item Report Agenda Item No. COV-586-2021 Submitted by: Diana Figueroa Submitting Department: City Administration Meeting Date: April 20, 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 economic distress due to the COVID-19 pandemic. By consensus of City Council, the GAP was approved to assist Vernon residents with verifiable financial need due to a COVID-19-related hardship, with any recommended grant amount for an applicant to be based on actual need and expenses. The GAP was not designed as a universal financial stimulus for all residents in Vernon. As requested by City Council, City staff provided an update at the March 17, 2021 City Council meeting Attachment 1). On, April 6, 2021, City Council directed staff to provide a second update on GAP at its April 20, 2021 meeting to include information on the applications received thus far, the application evaluation criteria, and insight on whether the initial $50,000 allocation of funds for GAP was anticipated to be sufficient to assist those Vernon residents negatively impacted by COVID-19. Vernon Resident Applications Upon approval of GAP, City Council directed staff to revise and translate the program documentation prior to conducting outreach to Vernon residents. 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; Posting on the City's website; and Broadcasting a reminder notification about GAP fund availability through the City's social media platforms on March 11, 2021. In anticipation of significant interest from residents and the GAP's first-come-first-served program parameters, outreach and materials were well orchestrated and coordinated in order to provide each resident with equal and fair notice to apply for the City's grant program. As such, a specified beginning and start date for application acceptance, a set of thorough and impartial evaluation criteria, a comprehensive blind evaluation process, and a diverse evaluation panel were each established by the City. All GAP-related communications and materials were designed to uphold the integrity of the program. Although many Vernon residents expressed an interest in applying for the program when their individual household was contacted by City staff to announce GAP, many also indicated that their financial situation was not impacted by COVID-19 and, therefore, they did not intend to submit an application for GAP. With the economy and job market on the rebound; momentum advancing Los Angeles County into less restrictive tiers and allowing for more business sectors to resume or increase operations/service capacity; COVID-19 positivity and illness rates on the decline; increased COVID-19 vaccine accessibility; the availability of federal, state, and county financial assistance; and issuance of multiple stimulus checks from federal and state governments, the prognosis for those who have been adversely affected throughout the duration of the COVID-19 pandemic is now improving. As directed by City Council, on April 15, 2021, staff also contacted via phone (and/or text) individual Vernon residents who expressed possible interest in the program during initial outreach efforts in early March to advise that the GAP application period deadline was approaching, to ensure that residents could access the application (if their hard copy was discarded), and to answer any questions about the program. Application Evaluations In order to adhere to good governance practices and transparency, staff developed an application process that would address the requirements of GAP in an impartial manner to ensure that the public moneys allocated to support the program were responsibly administered. Intake of applications has been monitored closely, with each receiving a date/time stamp. Finance Department staff implemented an objective method to evaluate applications and assess household need. A points-based assessment tool was utilized to score qualified applicants and determine a grant amount based upon quantifiable demonstrated COVID-19 related hardship. As of April 12, 2021, a total of 26 GAP applications have been received from Vernon residents (the most recent of which was submitted on March 16, 2021). All application evaluations were completed by a panel of four Finance staff members utilizing specific scoring criteria. For qualified applicants, scores were averaged among panel members to determine the dollar value of the grant award recommended. Out of the 26 applicants, all were recommended for grant awards at amounts that range between $1,000 3,000. The Finance Department will process the grant payments and will be mailing checks to applicants in the coming days. The GAP approved by Council is a needs-based grant program designed to assist Vernon residents who have experienced financial distress due to COVID-19 related issues. The GAP is not intended to be a blanket stimulus program that promises to indiscriminately provide cash payments to all residents in the City of Vernon. Based upon this premise, evaluations of grant applications were conducted to assess the full scope of the COVID-19 hardship as described by the applicant, and scoring was based upon the information provided to determine the dollar amount of each grant recommended for award. Grant applications were not comparatively ranked as a pool, but rather, each was scored independent of the next. GAP Funding After completing evaluations, tallying scores, and recommending specific grant award amounts based on the defined criteria for each of the 26 Vernon households that applied, the estimated total to be expended for the GAP will equate to approximately $45,500. An additional nine calendar days remain within the application period. Staff will continue to track any and all GAP applications that are received before the April 29, 2021 deadline, and will provide City Council with additional updates as necessary. Fiscal Impact: There is no fiscal impact associated with this report. Attachments: 1. GAP City Council Update dated March 16, 2021 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 Council Agenda Item Report Agenda Item No. COV-548-2021 Submitted by: Alexis Hwang Submitting Department: City Administration Meeting Date: April 20, 2021 SUBJECT Verizon Wireless Standard Agreement Amendment Recommendation: Authorize an additional amount of $10,000 to be expended on Contract IT-0062 with Verizon Wireless for the City's Multi-Protocol Label Switching (MPLS) service. Background: In November of 2015, the City migrated its service with Verizon Wireless (Verizon) from a Fixed End System (FES) to a Multi-Protocol Label Switching (MPLS) service and executed an Authorization to Order (ATO) Under State Contract for CALNET 3. This communication circuit service is for the Vernon Police Department (VPD), and allows the ability to connect VPD vehicle modems to the VPD internal network. This connectivity is essential, as it allows officers to receive critical information regarding emergency calls and enables their communication with dispatch. Currently, the City is able to order the required services from Verizon (Contract IT-0062) through Verizon's contract with the State. Verizon's Statewide Contract A (SWC-A) allows Verizon, at its sole option, to extend the contract term from time to time. In 2019, Verizon extended their services for their National Association of State Procurement Officials (NASPO) contract until the end of December 2021 Attachment 1). The extended term of the contract necessitates additional funds to be available for Contract IT-0062. In order to prevent a disruption in this service, which is vital to VPD operations, staff recommends that City Council authorize an additional $10,000 to cover the cost for the communication circuit through the term of the amendment. The $10,000 is anticipated to cover monthly payments of $635.14 over an 11 month period, and allows for additional unexpected tax increases and/or coverage for any additional extensions authorized by Verizon. Because the City has in place multiple contracts with Verizon Wireless for other services, the City has exceeded the $100,000 threshold that requires City Council approval, pursuant to Section 2.17.02(A) of the Vernon Municipal Code; and, therefore, staff is requesting that City Council authorize the $10,000 to cover costs for the term of the amendment. Fiscal Impact: Currently, Contract IT-0062 is for $27,829.68. The fiscal impact of adding additional funds to IT-0062 for the extended term for MPLS services from Verizon Wireless is $10,000. Funds are available in the IT FY 2020-21 budget under the IT Utilities account 011.9019.560010 and will be budgeted in subsequent years. Attachments: 1. Verizon Standard Agreement Amendment City Council Agenda Item Report Agenda Item No. COV-572-2021 Submitted by: Javier Valdez Submitting Department: Finance/Treasury Meeting Date: April 20, 2021 SUBJECT Services Agreement with Aon Risk Insurance West, Inc. Recommendation: Approve and authorize the City Administrator to execute a three-year services agreement with Aon Risk Insurance, Inc (Aon), in substantially the same form as submitted, to perform professional property/casualty insurance broker of record services through fiscal year 2023-24 for a total amount not to exceed $277,500. Background: On February 10, 2021, City staff issued a Request for Proposals (RFP) for Professional Property/Casualty Insurance Broker of Record services with a submission deadline of February 25, 2021. The RFP notification was sent via email to ten (10) insurance broker firms. Further outreach was done by posting the RFP on the City’s website. As a result of the outreach effort, five (5) responses were received. The five insurance broker firms that responded were Alliant Insurance Services (Alliant), Arthur J. Gallagher (Gallagher), Aon Insurance Services (Aon), Keenan Associates (Keenan), and HUB International Insurance (HUB). Each of the five firms’ RFP responses were examined by a panel on the basis of four weighted RFP criterion of: 1) Responsiveness, 2) Qualifications, 3) Cost & Fees, and 4) References. The top three scoring firms on the proposal responses were then invited for interviews. The three interviewed firms were Aon, Alliant, and Keenan. The same series of interview questions were posed to each of the top three brokerage firms to gauge their understanding of the City’s needs, expertise of those that would work on the City of Vernon account, and overall knowledge of insurance coverages and deductibles. Summary of Results Broker Rank Aon 1 Alliant 2 Keenan 3 As reflected in the scoring results noted above, after the initial proposal review and interviews of the top three broker firms, Aon was deemed the best option to provide the desired services for the City. Therefore, staff recommends that Council approve the proposed Service Agreement with Aon for a three-year term. The Services Agreement with Aon has been reviewed and approved as to form by the City Attorney's Office. Fiscal Impact: The total contract cost will be $92,500 a year for a three-year term, with a grand total not to exceed 277,500. The proposed fiscal year 2021-22 budget has sufficient funds for the insurance broker services required. The expense brokerage fee will be budgeted for in subsequent years. Attachments: 1. Aon Risk Insurance Service Agreement 1 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND AON RISK INSURANCE SERVICES WEST, INC. FOR PROFESSIONAL PROPERTY/CASUALTY INSURANCE BROKER SERVICES COVER PAGE Contractor: Aon Risk Insurance Service West, Inc. Responsible Principal of Contractor: William S. Deeb, Director of Public Entities Notice Information - Contractor: Aon Risk Insurance Service West, Inc. 707 Wilshire Boulevard, Suite 2600 Los Angeles, CA 90017 Attention: William S. Deeb, Director of Public Entities Phone: (213) 200-0080 Email: billy.deed@aon.com Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Scott Williams, Director of Finance/City Treasurer Telephone: (323) 583-8811 ext. 849 Email: swilliams@ci.vernon.ca.us Commencement Date: July 1, 2021 Termination Date: June 30, 2024 Consideration: Total not to exceed $277,500.00 (includes all applicable sales tax); and more particularly described in Exhibit B Records Retention Period Three (3) years, pursuant to Section 11.20 2 SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND AON RISK INSURANCE SERVICES WEST, INC. FOR PROFESSIONAL PROPERTY/CASUALTY INSURANCE BROKER SERVICES This Contract is made between the City of Vernon ("City"), a California charter City and California municipal corporation (“City”), and Aon Risk Insurance Services West, Inc., a California corporation (“Contractor”). The City and Contractor agree as follows: 1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to perform the services as hereinafter set forth as authorized by the City Council on April 20, 2021. 2.0 SCOPE OF SERVICES. 2.1 Contractor shall perform all work necessary to complete the services set forth in the City’s Request for Proposals issued on or about February 10, 2021, and titled Professional Property/Casualty Insurance Broker of Record Services , and Contractor's proposal to the City ("Proposal") dated February 25, 2021, Exhibit “A”, a copy which is attached to and incorporated into this Contract by reference. 2.2 All services shall be performed to the satisfaction of City. 2.3 All services shall be performed in a competent, professional, and satisfactory manner in accordance with the prevailing industry standards for such services. 3.0 PERSONNEL. 3.1 Contractor represents that it employs, or will employ, at its own expense, all personnel required to perform the services under this Contract. 3.2 Contractor shall not subcontract any services to be performed by it under this Contract without prior written approval of City. 3.3 All of the services required hereunder will be performed by Contractor or by City-approved subcontractors. Contractor, and all personnel engaged in the work, shall be fully qualified and authorized or permitted under State and local law to perform such services and shall be subject to approval by the City. 3 4.0 TERM. The term of this Contract shall commence on July 1, 2021, and it shall continue until June 30, 2024, unless terminated at an earlier date pursuant to the provisions thereof. 5.0 COMPENSATION AND FEES. 5.1 Contractor has established rates for the City of Vernon which are comparable to and do not exceed the best rates offered to other governmental entities in and around Los Angeles County for the same services. For satisfactory and timely performance of the services, the City will pay Contractor in accordance with the payment schedule set forth in Exhibit “B” attached hereto and incorporated herein by reference. 5.2 Contractor's grand total compensation for the entire term of this Contract, shall not exceed $277,500.00 without the prior authorization of the City, as appropriate, and written amendment of this Contract. 5.3 Contractor shall, at its sole cost and expense, furnish all necessary and incidental labor, material, sup plies, facilities, equipment, and transportation which may be required for furnishing services pursuant to this Contract. Materials shall be of the highest quality. The above Contract fee shall include all staff time and all clerical, administrative, overhead, insurance, reproduction, telephone, air travel, auto rental, subsistence, and all related costs and expenses. 5.4 City shall reimburse Contractor only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: 5.4.1 The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. 5.4.2 Approved reproduction charges. 4 5.4.3 Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 5.5 Contractor shall not receive any compensation for extra work performed without the prior written authorization of City. As used herein, “extra work” means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not re asonably anticipate would be necessary at the time of execution of this Agreement. Compensation for any authorized extra work shall be paid in accordance with the payment schedule as set forth in Exhibit “B,” if the extra work has been approved by the Cit y. 5.6 Licenses, Permits, Fees, and Assessments. Contractor shall obtain, at Contractor’s sole cost and expense, such licenses, permits, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penal ties and interest, which may be imposed by law and which arise from or are necessary for the performance of the Services by this Agreement. 6.0 PAYMENT. 6.1 As scheduled services are completed, Contractor shall submit to the City an invoice for the services completed, authorized expenses, and authorized extra work actually performed or incurred according to said schedule. 6.2 Each such invoice shall state the basis for the amount invoiced, including a detailed description of the services completed, the number of hours spent, reimbursable expenses incurred and any extra work performed. 6.3 Contractor shall also submit a progress report with each invoice that describes in reasonable detail the services and the extra work, if any, performed in the immediately preceding calendar month. 5 6.4 Contractor understands and agrees that invoices which lack sufficient detail to measure performance will be returned and not processed for payment. 6.5 City will pay Contractor the amount invoiced within thirt y (30) days after the City approves the invoice. 6.6 Payment of such invoices shall be payment in full for all services, authorized costs, and authorized extra work covered by that invoice. 7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be reasonably necessary for Contractor to perform its services; and will give any required decisions as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's services. 8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City’s staff, consultants, and other staff at all reasonable times. 9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials, employees and agents against, and will hold and save each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to professional negligence, that may be asserted or claimed by any person, firm or entity arising out of or in connection with the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein , or arising from the acts or omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to perform any term, provision, covenant or condition of thi s Agreement, except to the extent such claims or liabilities arise from the gross negligence or willful misconduct of City, its officers, elected officials, agents or employees. 10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary 6 coverage. i. Automobile Liability with minimum limits of at least $1,000,000 combined single limit, including owned, hired, and non -owned liability coverage. ii. Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees Claims”), which are attributable to any act or omission by the City under the performance of the services. iii. General Liability with minimum limits of at least $1,000,000 per occurrence and 2,000,000 aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents, an d volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. 1) If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. 2) Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees Claims”), which are attributable to any act or omission by the City under 7 the performance of the services. iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000, where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. v. Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. In addition, Contractor shall require each subcontractor to similarly maintain workers’ compensation insurance in accordance with the laws for California for all of the subcontractor’s employees. Compliance is accomplished in one of the following manners: 1) Provide copy of permissive self-insurance certificate approved by the State of California; or 2) Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commis sioners, officers, employees, and volunteers for losses arising from performance of this Contract; or 3) Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. vi. Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII. viii. Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by 8 City. City may require complete, certified copies of any or all policies at any time. ix. Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately notify City and cease all performance under this Contract until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set -off or recoupment from sums due to Contractor, at City's option; (b) immediately terminate this Contract and seek damages from the Contract resulting from said breach; or (c) self -insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set -off or recoupment from any sums due to Contractor. 11.0 GENERAL TERMS AND CONDITIONS. 11.1 INDEPENDENT CONTRACTOR. 11.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent , officer or employee of City and shall furnish such services in its own manner and method except as required by this Contract, or any applicable statute, rule, or regulation. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. City assumes no liability for Contractor’s actions and performance, nor assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, subcontractors and independent contractors, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 11.1.2 Contractor acknowledges that Contractor and any subcontractors, 9 agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long -term disability or workers' compensation insurance benefits. 11.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 11.3 OWNERSHIP OF WORK. All documents and materials furnished by the City to Contractor shall remain the property of the City and shall be returned to the City upon termination of this Agreement. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets , and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested at no additional cost to the City. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 11.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy, or incompleteness. 11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its work and results under this Agreement. Contractor, when requested, shall furnish clarification and/or explanation as may be required by the City, regarding any services rendered under this Agreement at no additional cost to City. In the event that an error or omission attributable to 10 Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design drawings, estimates and other Contractor professional services necessary to rectify and correct the matter to the sole satisfaction of City and to participate in any meeting required with regard to the correction. 11.6 WAIVER. The City's waiver of any term, condition, breach, or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a wa iver is sought. 11.7 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors , and/or assigns. 11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties from their obligations or otherwise constitute a novation. 11.9 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof. Violation of any law material to performance of this Contract shall entitle the City to termina te the Contract and otherwise pursue its remedies. Further, if the Contractor performs any work knowing it to be contrary to such laws, rules, and regulations Contractor shall be solely responsible for all costs arising therefrom. 11.10 ATTORNEY'S FEES. If any action at law or in equity is brought to 11 enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs, and necessary disbursements in addition to any other relief to which such party may be entitled. 11.11 INTERPRETATION. 11.11.1 Applicable Law. This Contract shall be deemed a contract and shall be governed by and construed in accordance with the laws of the State of California. Contractor agrees that the State and Federal courts which sit in the State of California shall have exclusive jurisdiction over all controversies and disputes arising hereunder, and submits to the jurisdiction thereof. 11.11.2 Entire Agreement. This Contract, including any exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation , and agreements (written or oral). 11.11.3 Written Amendment. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 11.11.4 Severability. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 11.11.5 Order of Precedence. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or oth erwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City’s Request for Proposals shall control over the Contractor’s Proposal. 12 11.11.6 Duplicate Originals. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 11.11.7 Construction. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party b y virtue of the authorship of any of the provisions of this Agreement. 11.1 2 TIME OF ESSENCE. Time is strictly of the essence of this contract and each and every covenant, term , and provision hereof. 11.13 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity, and authority to enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 11.14 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performan ce, non-performance, breach, or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 11.1 5 NOTICES. Any notice or demand to be given by one party to the other must be given in writing and by personal delivery or prepaid first -class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attention: Scott Williams, Director of Finance/City Treasurer 4305 Santa Fe Avenue 13 Vernon, CA 90058 If to the Contractor: Aon Risk Insurance Services West, Inc. Attention: William S. Deeb, Director of Public Entities 707 Wilshire Boulevard, Suite 2600 Los Angeles, CA 90017 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt , or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 11.1 6 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole benefit of City and Contractor and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to this Agreement. 11.1 7 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior t o the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 11.18 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of default by Contractor, the City reserves the right to procure the goods or services from other 14 sources and to hold the Contractor responsible for any excess costs occasioned to the City thereby. Contractor shall not be held accountable for additional costs incurred due to delay or default as a result of Force Majeure. Contractor must notify the City immediately upon knowing that non-performance or delay will apply to this Contract as a result of Force Majeure. At that time Contractor is to submit in writing a Recovery Plan for this Contract. If the Recovery Plan is not acceptable to the City or not received within 10 days of the necessary notification of Force Majeure default, then the city may cancel this order in its entirety at no cost to the City, owing only for goods and services completed to that point. 11.19 TERMINATION FOR CAUSE. Termination for cause shall relieve the terminating party of further liability or responsibilit y under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. If this Agreement is terminated as provided herein, City may require , at no additional cost to City, that Contractor provide all finished or unfinished documents, data, and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 11.19.1 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 11.20 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or 15 for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least three (3) years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals , and overhead. 11.2 1 CONFLICT. Contractor hereby represents, warrants, and certifies that no member, officer, or employee of the Contractor is a director, officer, or employee of the City of Vernon, or a member of any of its boards, commissions, or committees, except to the extent permitted by law. 11.22 HEADINGS. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 11.2 3 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty -five dollars ($25) for each worker employed in the execution of this Agreement by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 16 11.2 4 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, it and any other parties with whom it may subcontract shall adhere to equal employment opportunity practices to assure that applicants, employees and recipients of service are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, sexual orientation or marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “C”. Signatures Begin on Next Page]. 18 EXHIBIT A CONTRACTOR'S PROPOSAL 19 EXHIBIT B SCHEDULE Aon Risk Insurance Services West, Inc. | Public Entities Practice Group 707 Wilshire Blvd., Suite 2500 | Los Angeles CA 90017 t +1.213.630.3210 | m +1.213.200.0080 | o +1.213.630.3200 | f +1.213.996.1783 | aon.com CA Corp. Lic. No. 0363334 March 26, 2021 City of Vernon Javier Valdez 4305 Santa Fe. Ave., Vernon CA 90058 Dear Javier: Please find details of our proposed compensation for our Broker Services Contract. Fees and Cost Schedule Aon proposed a renewal flat fee of $92,500 with no inflationary increases during the term if the contract. Additionally, we will not accept ant contingent commissions, underwriting fees, wholesale broker fees, broker service fees, carrier overrides or any other form of direct or indirect revenues. We would propose to earn commissions on any new placement not currently contemplated by the request for proposal. It is important to note that Aon rarely uses wholesalers, does not own any wholesalers (this would create the appearance of or an actual conflict) and does not have contingent commission agreements with any of the carriers listed as recommendations in Section H of this proposal that would impact City of Vernon. There are no hidden fees. All compensation will be clearly disclosed to the City of Vernon. Annual Cost 2021/2022 2022/2023 2023/2024 92,500 92,500 92,500 If you have any further questions, please feel free to contact me. Regards, William S. Deeb. Ed.D. Director of Public Entities Aon Risk Insurance Services West, Inc. 20 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 re cords 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. INSURANCE ARISWIHolder Identifier : 7777777707070700077763616065553330772717547204556607443126663407310072640477147231020772405113067011207526051336630112075226331720763300716223757007671007504413532270130077727252025773110777777707000707007 6666666606060600062606466204446200622022404226002006222204062042002062220040602400200622020426204002206222004060260220060222240600622200622200604024000206222004242220622066646062240664440666666606000606006Certificate No :570086554717CERTIFICATE OF LIABILITY INSURANCE DATE(MM/ DD/YYYY) 03/25/2021 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.PRODUCER Aon Risk Services Central, Inc.Chicago IL Office 200 East Randolph Chicago IL 60601 USA PHONE A/ C. No. Ext):E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC #866) 283-7122 INSURED20443ContinentalCasualtyCompanyINSURERA: 20494TransportationInsuranceCo.INSURER B:20427AmericanCasualty Co. of Reading PAINSURER C:19445NationalUnionFire Ins Co of PittsburghINSURER D: INSURER E:INSURER F:FAX A/ C. No.):( 800) 363-0105 CONTACT NAME: Aon Corporation and its Subsidiaries See Subsidiary Information Below)200 E. Randolph Chicago IL 60601 USA COVERAGES CERTIFICATE NUMBER:570086554717 REVISION NUMBER:THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested POLICY EXP MM/DD/YYYY) POLICY EFF MM/ DD/ YYYY) SUBR WVD INSRLTRADDLINSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/ OP AGG X X X GEN' L AGGREGATE LIMIT APPLIES PER: 1, 000,000 1,000,000 10,000 1, 000,000 2, 000,000 2,000,000 A06/ 01/ 2020 06/ 01/2021GL4014103835 PRO-JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE Per accident) X BODILYINJURY (Per accident)1,000,000A06/01/2020 06/ 01/2021 COMBINED SINGLE LIMIT Ea accident)BUA 4014103656 EXCESS LIAB X OCCUR CLAIMS- MADE AGGREGATE EACH OCCURRENCE DED 1, 000,0001,000,000 06/01/ 2020UMBRELLA LIABD 06/01/202115054814 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $ 1, 000,000XOTH-ER PER STATUTEB06/ 01/2020 06/01/2021 WC4014100059C 06/ 01/2020 06/01/2021 WC4014100014C 06/ 01/2020 06/ 01/2021 1,000,000 Y / N Mandatory in NH)ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below 1,000,000 WC4014100157 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)RE: Aon Risk Insurance Services West, Inc., 707 Wilshire Blvd., Suite 2600, Los Angeles, CA 90017. City of Vernon is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. The above terms are asrequired bywrittencontract.CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Vernon 4305 Santa Fe Avenue Vernon CA 90058 USA ACORD 25 (2016/03)1988-2015 ACORD CORPORATION. All rights reserved.The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ARISWIHolder Identifier : 7777777707070700077763616065553330772717547204556607443126663407310072640477147231020772405113067011207526051336630112075226331760327740716267753047671007140013572234530077727252025773110777777707000707007 6666666606060600062606466204446200602222426006222206002204062262020062202042600600000600022424026222206222204240042022062200060622400220620200426204020006222224042202422066646062240664440666666606000606006Certificate No : 570086554715 CERTIFICATE OF LIABILITY INSURANCE DATE( MM/DD/YYYY) 03/25/2021 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USAPHONE( A/C. No. Ext):E- MAILADDRESS:INSURER(S) AFFORDING COVERAGENAIC #866) 283-7122 INSURED 37885XL Specialty Insurance CoINSURER A: INSURER B: INSURER C: INSURER D:INSURER E:INSURER F:FAX( A/ C. No.): 800-363-0105 CONTACTNAME: Aon Corporation See Subsidiary Information Below)200 E. Randolph Chicago IL 60601 USA COVERAGES CERTIFICATE NUMBER:570086554715 REVISION NUMBER:THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF ( MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS- MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence)MED EXP ( Any one person)PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG GEN' L AGGREGATE LIMIT APPLIES PER: PRO- JECT OTHER:AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person)PROPERTY DAMAGE Per accident)BODILY INJURY (Per accident)COMBINED SINGLE LIMIT Ea accident) EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED UMBRELLA LIAB RETENTION E.L. DISEASE-EA EMPLOYEE E.L. DISEASE- POLICYLIMITE. L. EACH ACCIDENT OTH-ERPER STATUTE Y / N Mandatory in NH)ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/ MEMBER N / A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describeunderDESCRIPTIONOFOPERATIONSbelowEach ClaimUS00087368EO19A03/01/2019 03/01/ 2023 Errors & Omissions $1, 000,000Aggregate E&O-PL-PrimaryA SIR applies per policy terms & conditions 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)RE: Aon Risk Insurance Services West, Inc., 707 Wilshire Blvd., Suite2600, LosAngeles, CA 90017. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Vernon 4305 Santa Fe Avenue Vernon CA 90058 USA ACORD 25 (2016/03)1988- 2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION WHOM YOU ARE REQUIRED BY CONTRACT TO ADD AS AN ADDITIONAL INSURED IN THE PERFORMANCE OF YOUR ONGOING OPERATIONS AND THAT CONTRACT EXPRESSLY REQUIRES THE USE OF ISO ENDORSEMENT CG 2010 04/13 OR ITS EQUIVALENT. Location(s) Of Covered Operations AS PER THE WRITTEN CONTRACT OR WRITTEN AGREEMENT, PROVIDED THE LOCATION IS WITHIN THE “COVERAGE TERRITORY” OF THIS COVERAGE PART. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 (04-13) Policy No: 4014103835 Page 1 of 2 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 06/01/2020 Insured Name: AON CORPORATION Copyright Insurance Services Office, Inc., 2012 CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 (04-13) Policy No: 4014103835 Page 2 of 2 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 06/01/2020 Insured Name: AON CORPORATION Copyright Insurance Services Office, Inc., 2012 Business Auto Policy Policy Endorsement DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: AON COPORATION Endorsement Effective Date: 06/01/2020 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT TO NAME AS AN ADDITIONAL INSURED AS AN "INSURED" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. BUA 4014103656 Endorsement No: 23; Page: 1 of 1 Policy Page: 85 of 189 Underwriting Company: Continental Casualty Company, 151 N Franklin St, Chicago, IL 60606 Form No: CA 20 48 10 13 Endorsement Effective Date: Policy No: Policy Effective Date: 06/01/2020EndorsementExpirationDate: Copyright Insurance Services Office, Inc., 2011 Primary and Noncontributory - Other Insurance Condition Endorsement BCDE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74987XX (1-15) Policy No: 4014103835 Page 1 of 1 Endorsement No: 19 CONTINENTAL CASUALTY COMPANY Effective Date: 06/01/2020 Insured Name: AON CORPORATION Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. City Council Agenda Item Report Agenda Item No. COV-573-2021 Submitted by: Jazmine Hooks Submitting Department: Public Works Meeting Date: April 20, 2021 SUBJECT Contract Award to Haul-Away Rubbish Service Co. for City Contract No. CS-0894 for Refuse Collection, Recycling, and Waste Disposal Services Recommendation: A. Accept the bid proposal from Haul Away Rubbish, Inc. as the lowest responsive and responsible bidder for the Refuse Collection, Recycling, and Waste Disposal Services and reject all other bids; and B. Approve and authorize the City Administrator to execute contract CS-0894 in the amount of $257,922 for Refuse Collection, Recycling, and Waste Disposal Services for various City locations, for a period not to exceed three (3) years. Background: On March 8, 2021, the City Administrator authorized the advertisement of the Notice Inviting Sealed, Competitive Bids for refuse collection, recycling, and waste disposal services. The Notice Inviting Bids was limited to refuse haulers that hold a valid City of Vernon Franchise Hauler Permit. This opportunity was sent directly to Franchise Hauler Permit holders and published in the Huntington Park Bulletin. The bids for Contract No. CS-0894, Refuse Collection, Recycling, and Waste Disposal Services, were received and opened on March 22, 2021. The calculated monthly cost results were as follows: 1.Haul-Away Rubbish $7,164.50 2.American Reclamation $7,894.14 3.Cal Met Services $6,239.59 4.USA Waste of California dba Waste Management $10,105.00 Public Works staff has analyzed the bids. Although Cal Met Services came in as the lowest responsible bidder, the detailed bid did not include roll-off and dump fees. Thus, staff could not reasonably anticipate the monthly cost of services from this bidder and the bid was deemed non-responsive. The second lowest bidder, Haul-Away Rubbish Service Co., Inc. (“Haul-Away”) is proposing the most favorable costs to the City and residents. While residential rates have not increased over the past three years, under this contract rates would increase by $4.80 per month, as shown in the following table: Current Rates with Haul-Away New Rates with Haul-Away One (1) 60 gal. Waste Bin $7.00 $9.00 One (1) 60 gal. Recycle Bin $1.00 $1.80 One (1) 60 gal Green Waste Bin $7.00 $9.00 Total household rate $15.00 $19.80 Staff recommends that Haul-Away Rubbish be awarded the contract for an amount not to exceed 257,922 for a three (3) year term. Additionally, staff recommends rejecting all other bids. The proposed contract has been reviewed an approved as to form by the City Attorney’s Office. Fiscal Impact: Although the bid is to be awarded to Haul-Away in the amount of $7,164.50 per month, the exact cost for three (3) years of the subject services is unknown, as some of the prices quoted are billed and paid for on an as-needed basis. Staff estimates that the actual monthly cost will be less than the $7,164.50 bid price. The City has budgeted sufficient funds for the proposed services in FY 2020-2021 and will continue to budget for this service in subsequent years. Costs will be expensed to Public Works accounts 011.1048.596200 and 011.1049.596200. Attachments: 1. Haul-Away Rubbish Service Co. Contract LABOR AND MATERIALS CONTRACT BETWEEN THE CITY OF VERNON AND HAUL-AWAY RUBBISH SERVICE COMPANY, INC. FOR REFUSE COLLECTION, RECYCLING AND DISPOSAL SERVICES COVER PAGE Contractor: Haul-Away Rubbish Service Company, Inc. Responsible Principal of Contractor: David Beliakoff, Secretary Notice Information - Contractor: Haul-Away Rubbish Service Company, Inc. 1205 Date Street Montebello, CA 90640 Attention: David Beliakoff Phone: (323) 721-0371 Facsimile: (323) 887-0920 Notice Information - City: City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall, Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (323) 826-1435 Commencement Date: May 13, 2021 Termination Date: May 12, 2024 Consideration: Total not to exceed $257,922.00 (includes all applicable sales tax); and more particularly described in Exhibit C Records Retention Period Three (3) years, pursuant to Section 8.3 LABOR AND MATERIALS CONTRACT BETWEEN THE CITY OF VERNON AND HAUL-AWAY RUBBISH SERVICE COMPANY, INC. FOR REFUSE COLLECTION, RECYCLING AND DISPOSAL SERVICES This Contract is made between the CITY OF VERNON ("City"), a California charter City and California municipal corporation, and Haul-Away Rubbish Service Company, Inc., a California corporation, with headquarters located at 1205 Date Street, Montebello, CA 90640 Contractor”). The City and Contractor agree as follows: 1.0 Contractor shall furnish all necessary and incidental labor, material, equipment, transportation and services as described in, and strictly in accordance with, and subject to all terms and conditions set forth in the Notice Inviting Bids for Refuse Collection, Recycling, and Disposal Services, as more fully set forth in the Scope of Work, attached hereto and incorporated herein by reference as Exhibit “A”. 2.0 All work shall be done in a manner satisfactory to the City’s Director of Public Works (the “Director”), or the Director’s designee, in writing, and shall be of highest quality with respect to the contract specifications. In the event Contractor fails to perform satisfactorily the City shall advise Contractor in writing, and Contractor shall have thirty (30) days to cure such failure to satisfactorily perform. If Contractor fails to so cure its performance within said 30 days, the City may, at its option, terminate this Contract for default without further liability, other than payment to Contractor for work performed satisfactorily prior to the date of termination. 3.0 Contractor shall commence work upon the signing of this contract and shall perform work requested in writing by Director. 4.0 In consideration of satisfactory and timely Performance of requested work pursuant to the Schedule set forth in Exhibit “B,” which is attached hereto and incorporated herein by reference, the City shall pay Contractor as follows: The bid amounts, according to the requested and accepted price set forth in the Contractor’s bid proposal, attached hereto and incorporated herein by reference as Exhibit “C”. The total amount to be paid to Contractor during the term of this contract shall not exceed two hundred fifty-seven thousand nine hundred twenty- two Dollars ($257,922.00) without the prior approval of the City Council and without a written amendment of this contract. 5.0 Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to the City, as provided in the specifications and Notice Inviting Bids. The cost of the bonds shall be paid by Contractor. 6.0 GENERAL TERMS AND CONDITIONS. 6.1 INDEPENDENT CONTRACTOR. Haul-Away Rubbish Services Company, Inc Page 2 of 67 6.1.1 It is understood that in the performance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent or employee of City and shall furnish such services in its own manner and method except as required by this Contract. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 6.1.2 Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 6.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors, if any, shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. 6.3 OWNERSHIP OF WORK. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 6.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy or incompleteness. 6.5 WAIVER. The City's waiver of any term, condition, breach or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. 6.6 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors and/or assigns. 6.7 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties or otherwise constitute a novation. Haul-Away Rubbish Services Company, Inc Page 3 of 67 6.8 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, resolutions, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the performance hereof. 6.9 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which such party may be entitled. 7.0 INTERPRETATION. 7.1 APPLICABLE LAW. This Contract, and the rights and duties of the parties hereunder (both procedural and substantive), shall be governed by and construed according to the laws of the State of California, without regards to its conflict of laws rules. 7.2 ENTIRE AGREEMENT. This Contract, including any Exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation and agreements (written or oral). 7.3 WRITTEN AMENDMENT. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 7.4 SEVERABILITY. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 7.5 ORDER OF PRECEDENCE. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City's Specifications shall control over the Contractor's bid. 7.6 CHOICE OF FORUM. The parties hereby agree that this Contract is to be enforced in accordance with the laws of the State of California, is entered into in the City of Vernon and that all claims or controversies arising out of or related to performance under this Contract shall be submitted to and resolved in a forum within the County of Los Angeles at a place to be determined by the rules of the forum. 7.7 DUPLICATE ORIGINALS. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original. 7.8 TIME OF ESSENCE. Time is strictly of the essence of this Contract and each and every covenant, term and provision hereof. 7.9 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity and authority to Haul-Away Rubbish Services Company, Inc Page 4 of 67 enter into and perform its obligations under this Contract, and its execution of this Contract has been duly authorized. 7.10 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. This clause shall not preclude the Parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 7.11 INDEMNITY. 7.11.1 Contractor agrees to indemnify, hold harmless and defend (even if the allegations are false, fraudulent or groundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability, loss, suits, claims, damages, costs, judgments and expenses (including attorney's fees and costs of litigation) which in whole or in part result from, or arise out of, or are claimed to result from or to arise out of: A. any activity on or use of City's premises or facilities or any performance under this Contract; or B. any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. 7.11.2 This agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and property or other damage (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). The sole negligence or willful misconduct of City, its employees or agents other than Contractor or Contractor’s subcontractors are excluded from this indemnity agreement. 7.12 RELEASE. Contractor agrees to release and covenants not to sue the City, its City Council and each member thereof, and its officers, employees, commission members and representatives for any damage or injury (including death) to itself, its officers, employees, agents and independent contractors damaged or claiming to be damaged from any performance under this Contract. Haul-Away Rubbish Services Company, Inc Page 5 of 67 7.13 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary coverage. 7.13.1 Automobile Liability with minimum limits of at least $1,000,000 combined single limit including owned, hired, and non-owned liability coverage. 1) Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees (“Claims”), which are attributable to any act or omission by the City under the performance of the services. 7.13.2 General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 in aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's performance of this Contract. A. If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. B. Blanket Contractual Coverage. C. Products/Completed Operations coverage. D. Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees Claims”), which are attributable to any act or omission by the City under the performance of the services. 7.13.3 Errors and Omissions coverage in a sum of at least $1,000,000, where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. Haul-Away Rubbish Services Company, Inc Page 6 of 67 7.13.4 Contractors Pollution Liability (CPL) policy limit shall provide coverage of no less than $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. A. Contractor shall obtain, pay for, and maintain for the duration of the Contract CPL 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. B. All activities contemplated in the Contract shall be specifically scheduled on the CPL policy as “covered operation.” 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. C. The policy shall specifically provide for a duty to defend on the part of the insurer. The City of Vernon, its officers, employees and agents shall be added to the policy as additional insureds by endorsement. 7.13.5 Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. Compliance is accomplished in one of the following manners: A. Provide copy of permissive self-insurance certificate approved by the State of California; or B. Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or C. Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. 7.13.6 Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. Haul-Away Rubbish Services Company, Inc Page 7 of 67 7.13.7 Insurance shall be placed with insurers with a Best's rating of no less than AVIII. 7.13.8 Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by City. City may require complete, certified copies of any or all policies at any time. 7.13.9 Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately notify City and cease all performance under this Contract until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due Contractor, at City's option; (b) immediately terminate this Contract; or (c) self insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due Contractor. 7.14 NOTICES. Any notice or demand to be given by one party to the other shall be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attn: Daniel S.Wall, P.E., Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 With a Copy to: Carlos R. Fandino, Jr., City Administrator City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 If to the Contractor: Haul-Away Rubbish Service Company, Inc. David Beliakoff, Secretary 1205 Date Street Montebello, CA 90640 Any such notice shall be deemed to have been given upon delivery, if personally delivered, or, if mailed, upon receipt or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 7.15 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City Haul-Away Rubbish Services Company, Inc Page 8 of 67 for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 7.16 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. 7.17 ASSIGNMENT OF ANTITRUST CAUSES OF ACTION. Contractor hereby agrees to assign to the City all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under Chapter 2 of the Cartwright Act (commencing with Section 16700) or part 2 of Division 7 of the California Business and Professions Code, or any similar or successor provisions of Federal or State law, arising from purchases of goods, services or materials pursuant to this Contract or any subcontract. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the parties. 8.0 ADDITIONAL ASSURANCES 8.1 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, the Contractor and any other parties with whom it may subcontract shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, marital status. Contractor further certifies that it will not maintain any segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit “D”. 8.2 VERNON BUSINESS LICENSE. Contractor shall obtain, and pay any and all costs associated therewith, any Vernon Business License which may be required by the Vernon Municipal Code. 8.3 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. Haul-Away Rubbish Services Company, Inc Page 9 of 67 The Contractor shall maintain and preserve all such records for a period of at least 3 years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 8.4 CONFLICT. Contractor hereby represents, warrants and certifies that no member, officer or employee of the Contractor is a director, officer or employee of the City of Vernon, or a member of any of its boards, commissions or committees, except to the extent permitted by law. 8.5 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Contract by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon compensation for all hours worked in excess of 8 hours per day at not less than 1½ times the basic rate of pay. 8.6 PREVAILING WAGES. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing wages on public works, and related regulations, apply to all City contracts. In addition, the selected consultant and/or any subcontractor must be currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. Signatures Begin on Next Page]. Haul-Away Rubbish Services Company, Inc Page 10 of 67 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By:____________________________ Carlos R. Fandino, Jr., City Administrator Haul-Away Rubbish Service Company, Inc., a California corporation By: Name: Title: ATTEST: Lisa Pope, City Clerk By: Name: Title: APPROVED AS TO FORM: Arnold M. Alvarez-Glasman, Interim City Attorney Haul-Away Rubbish Services Company, Inc Page 11 of 67 EXHIBIT A SCOPE OF WORK Haul-Away Rubbish Services Company, Inc Page 12 of 67 SCOPE OF WORK 1. Contractor shall be required to provide waste disposal and recycling services as specified for the following locations: Address Type 4305 Santa Fe Avenue City Facility 3376 E. 50th Street 2-Bedroom Apartment 3378 E. 50th Street 2-Bedroom Apartment 3380 E. 50th Street 1-Bedroom Apartment 3382 E. 50th Street 1-Bedroom Apartment 3384 E. 50th Street 1-Bedroom Apartment 3386 E. 50th Street 1-Bedroom Apartment 3388 E. 50th Street 2-Bedroom Apartment 3390 E. 50th Street 2-Bedroom Apartment 2221 E. 55th Street City Facility 4990 Seville Avenue City Facility 2716 Leonis Boulevard City Facility 2323 E. Vernon Avenue City Facility 2800 Soto Street City Facility 4530 Bandini Boulevard City Facility 2. The City has eighteen (18) city-owned single-family homes and two (2) privately owned homes located over approximately 5.2 square miles that currently receive trash service from Haul- Away Rubbish Service Co., Inc. 3. The City requires that Contractor bill the single-family residences directly for their trash service. The related addresses are listed below: Address Type 3345 Fruitland Avenue 3-Bedroom Home 3349 Fruitland Avenue 2-Bedroom Home 3353 Fruitland Avenue 3-Bedroom Home 3357 Fruitland Avenue 3-Bedroom Home 3361 Fruitland Avenue 3-Bedroom Home 3365 Fruitland Avenue 2-Bedroom Home 3550 East Vernon Avenue 3-Bedroom Home 3560 East Vernon Avenue 2-Bedroom Home 4321 Furlong Place 3-Bedroom Home 4322 Furlong Place 3-Bedroom Home 4323 Furlong Place 2-Bedroom Home 4324 Furlong Place 2-Bedroom Home 4325 Furlong Place 2-Bedroom Home 4326 Furlong Place 2-Bedroom Home 4327 Furlong Place 2-Bedroom Home 4328 Furlong Place 2-Bedroom Home 4329 Furlong Place 3-Bedroom Home 4330 Furlong Place 3-Bedroom Home Haul-Away Rubbish Services Company, Inc Page 13 of 67 2328 Vernon Avenue Duplex 2, 2-Bedroom Homes 2332 Vernon Avenue 4-Bedroom Home 4. The Contractor shall commit to recycling or diverting from disposal as much of the recyclable materials collected from City facilities as feasibly possible. An annual report of recycled and disposal diverted materials shall be submitted to the City (one copy each to the Public Works Department and the Health and Environmental Control Department) by March 1st of each year for the previous year. The annual report shall include information on the tonnage and categories of materials (paper, cardboard, aluminum, glass, green waste, etc.) and the recycling/diversion facilities where the materials were delivered. 5. The Contractor shall clearly summarize their customer service plans, including lines of communication with City residents and City customers. 6. Service for residential customers shall be rendered between the hours of 9:00 a.m. to 4:00 p.m. Service for all other facilities shall be rendered between the hours of 7:00 a.m. to 3:00 p.m. 7. The Contractor shall have a representative in charge at all times whenever any work is in progress by the Contractor. 8. The primary Public Works contact person will be Eli Zepeda, who may be contacted at (323) 583-8811, Ext. 391 or via e-mail at eazepeda@ci.vernon.ca.us, Monday through Thursday, 7:00 a.m. to 5:30 p.m. 9. The City considers the Contractor’s Project Manager as a key position towards the success of this contract. The City expects the Contractor’s Project Manager to be trained in refuse collection and have a minimum of 3 years of experience in a related field. In addition, the Project Manager shall have excellent oral and written skills, along with a sound technical background in the principles and practices of waste management. 10. If any subcontractor or person employed by the Contractor shall appear to a designated City representative to be incompetent, intemperate, troublesome, or acts in a disorderly or otherwise objectionable manner, he/she shall be immediately discharged from the project on notice provided by the designated City representative. 11. The Contractor’s fleet shall be in compliance with all air pollution laws in accordance with all applicable sections of Title 13, California Code of Regulations. The Contractor’s fleet shall conform to any and all methods for determining compliance, as it pertains to air pollution laws, for a municipality that contracts with owners for solid waste collection in the State of California. In addition, all vehicles are required to meet South Coast Air Quality Management District SCAQMD) clean air regulations. 12. The Contractor has not received a citation or failure-to-abate notice in the last three years from the California Division of Occupational Safety and Health. 13. The Contractor’s terminal, where it maintains the vehicles that will be used to serve the City, has received a rating of Satisfactory (S) by the California Highway Patrol in their most recent Biennial Inspection of Terminals) inspection. 14. The Contractor shall provide all labor, equipment, materials, tools, and supervision required to perform refuse collection, recycling and waste disposal services. 15. The Contractor shall obtain all necessary City, County, State, and Federal permits and/or licenses for Contractor’s activities at no cost to the City. 16. The Contractor shall immediately notify the City of any changes in the Contractor’s insurance, permits, and licenses. Failure to do so may result in the immediate termination of this Contract for default. 17. The Contractor shall conform to all City of Vernon Safety requirements and operating rules at all times. 18. The Contractor will be responsible for the training, supplying, and usage of all safety equipment, including any personal protective equipment (PPE). All traffic safety equipment Haul-Away Rubbish Services Company, Inc Page 14 of 67 must be approved by the City. Suitable clothing, gloves, and shoes that meet CALOSHA standards are required. 19. The Contractor shall adhere to all CALOSHA standards and EPA guidelines while engaged in refuse hauling and disposal functions, including any applicable health and safety regulations related to Covid-19. 20. The Contractor shall respond to an authorized City representative’s service request within 24 hours. Regular business hours are 7:00 a.m. to 5:30 p.m., Monday through Thursday. At the sole discretion of the City, a designated City representative may alter the hours and days of services. 21. Holidays observed by the City of Vernon: New Year’s Day Martin Luther King, Jr. Day Presidents’ Day Cesar Chavez Day Memorial Day Independence Day Labor Day Columbus Day/Indigenous Peoples Day Veteran’s Day Thanksgiving Day Christmas Eve Christmas Day New Year’s Eve 22. The City will not provide storage facilities for the Contractor. The City will not be liable or responsible for any damage, by whatever means, or for theft of materials or equipment on the jobsite. 23. All debris derived from these services shall be removed from City property and become the property of the Contractor. The Contractor shall dispose of all debris from these services in a legally established area appropriate for the type of debris being disposed. Disposal shall be at the Contractor’s expense. The Contractor shall not allow any materials or debris from its operations under this contract to be deposited in the storm drains and/or gutters in violation of the National Pollution Discharge Elimination System or state law 24. The Contractor shall adhere to state-mandated recycling requirements, including but not limited to AB 341 and SB 1383. This shall include 75% recycling reduction and education materials as needed to meet the subject mandate. 25. The Contractor shall have and maintain a current and valid City of Vernon Franchise Hauler Permit that shall be submitted with the bid package. 26. The Contractor shall maintain all bins in a first-class condition and remove any and all graffiti from trash bins. Haul-Away Rubbish Services Company, Inc Page 15 of 67 EXHIBIT B SCHEDULE Haul-Away Rubbish Services Company, Inc Page 16 of 67 Item No. Location Description Quantity Monthly Unit Cost Total Monthly Cost 1. City Hall 4305 Santa Fe Avenue Provide two (2) three (3) cubic yard recycle bins, and pick up and dispose of contents two (2) times per week. 2 bins $32.50 ea. $65.00 2. City Hall 4305 Santa Fe Avenue Provide two (2) three (3) cubic yard waste bins, and pick up and dispose of contents two (2) times per week. 2 bins $79.50 ea. $159.00 3. City Hall 4305 Santa Fe Avenue Provide one (1) three (3) cubic yard green waste bin, and pick up and dispose of contents one (1) time per week. 1 bin $95.00 ea. $159.00 4. City Apartments 3376-3390 E. 50th Street Provide one (1) two (2) cubic yard recycle bin, and pick up and dispose of contents one (1) time per week. 1 bin $32.50 ea. $32.50 5. City Apartments 3376-3390 E. 50th Street Provide one (1) three (3) cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 1 bin $69.50 ea. $69.50 6. Recycling Center 2221 E. 55th Street Provide three (3) forty (40) yard roll-off containers for regular trash debris and pick up, haul and dispose of contents on an as needed basis. 3 bins $78.00/ton $1,479.00- 15 tons ( Haul: $ 309.00 + Disposal: $ 1,170.00) 7. Recycling Center 2221 E. 55th Street Provide one (1) forty (40) yard roll-off container for green waste and pick up, haul and dispose of contents on an as needed basis. 1 bin 69.00/ton 1,138.00- 15 tons ( Haul: $ 103.00 + Disposal: $ 1,035.00) 8. Recycling Center 2221 E. 55th Street Provide one (1) forty (40) yard roll-off container for waste tires and pick up, haul and dispose of contents on an as needed basis. 1 bin $200.00/ton $3,275.00- 15 tons ( Haul: $ 275.00 + Disposal: $ 3,000.00) 9. Public Utilities 4990 Seville Avenue Provide one (1) three (3) cubic yard waste bin, and 1 bin $79.50 ea. $79.50 Haul-Away Rubbish Services Company, Inc Page 17 of 67 pick up and dispose of contents two (2) times per week. 10. Public Utilities 2716 Leonis Blvd. Provide one (1) three (3) yard recycle bin to be picked up on an as needed basis. 1 bin $25.00 ea. $25.00 11. Public Utilities 2716 Leonis Blvd. Provide one (1) three (3) yard waste bin to be picked up on an as needed basis. 1 bin 45.00 ea. $45.00 12. Petrelli Electric 2323 E. Vernon Avenue Provide one (1) three (3) cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 1 bin 69.50 ea. $69.50 13. Petrelli Electric 2323 E. Vernon Avenue Provide one (1) three (3) cubic yard recycle bin, and pick up and dispose of contents one (1) time per week. 1 bin $32.50 ea. $32.50 14. 2800 Soto Street Provide one (1) three (3) cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 1 bin $69.50 ea. $69.50 15. 2800 Soto Street Provide one (1) three (3) cubic yard recycle bin, and pick up and dispose of contents one (1) time per week. 1 bin $32.50 ea. $32.50 16. 4530 Bandini Blvd. Provide one (1) three (3) cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 1 bin $69.50 ea. $69.50 17. 4530 Bandini Blvd. Provide one (1) three (3) cubic yard recycle bin, and pick up and dispose of contents one (1) time per week. 1 bin $32.50 ea. $32.50 SUBTOTAL ITEMS 1-17: $6,768.50 18. City Housing See Pages 9-11 Provide one (1) sixty (60) gal. waste bin, and pick up at each of 20 listed homes and dispose of contents once per week. 20 homes 9.00 /home $180.00 19. City Housing See Pages 9-11 Provide one (1) sixty (60) gal. recycle bin, and pick up $1.80 /home $36.00 Haul-Away Rubbish Services Company, Inc Page 18 of 67 at each of 20 listed homes and dispose of contents once per week. 20 homes 20. City Housing See Pages 9-11 Provide one (1) sixty (60) gal. green waste bin, and pick up at each of 20 listed homes and dispose of contents once per week. 20 homes 9.00 /home $180.00 SUBTOTAL ITEMS 18-20: $396.00 SUBTOTAL COST PER MONTH 7,164.50 WRITTEN AMOUNT $ Seven Thousand One Hundred Sixty-Four Dollars and Fifty Cents Haul-Away Rubbish Services Company, Inc Page 19 of 67 EXHIBIT C BID PROPOSAL Haul-Away Rubbish Services Company, Inc Page 20 of 67 M : ~ 1~ City of Vernon Refuse Collection, Recycling and Disposal Services for the Department of Public Works City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 Bid Due: Monday, March 22nd, 2021 @ 2:00 PM C/T LiUL OgUTRlJ, -~CRl,W'LTL~L C.~E'W(.C~ C:O.~ JI2G~. 1205 Date Street Montebello, CA 90640 Phone: (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Haul-Away Rubbish Services Company, Inc Page 21 of 67 TLtuL~O''g~TQt/ ~UIJITL~h CjE'W(.GE CrO.,J1ZG~. J TABLE OF CONTENTS Letter of Transmittal Attachment No.l-Bidder's Checklist 1 Attachment No.2-Signature Pale and Leal Status 2 Attachment No.3-Unit Price Bid Form 3 Attachment No.4-Affidavit ofNon-Collusion Contractor 6 Attachment No.S-Vendor List Questionnaire 8 Attachment No.6-Sample Labor and Materials Contract 9 Executive Summary 27 Scone of Work Personnel Safety and Experience 32 References 33 Qualifications 34 Business License -Health Permit 35 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Haul-Away Rubbish Services Company, Inc Page 22 of 67 J 1 A,f.~L~W'Q,t~-~CR~~G~ dE'WGGE ~0.~ J12C. J 1205 Date Street Montebello, CA 90640 Phone: (323)721-0371 Fax (323)887-0920 haulawayrubbish.com March 16, 2021 Ms. Jazmine Hooks City of Vernon Department of Public Works, 4305 Santa Fe Avenue Vernon, CA 90058 Re: Proposal for Refuse Collection, Recycling and Disposal Services for the Department of Public Works, Water and Development Services Dear Ms. Hooks: Haul-Away Rubbish Service Co., Inc. is pleased to respond to the City of Vernon's request for proposals and the opportunity to perform Refuse Collection, Recycling and Disposal Services for the City. Please find enclosed One (1) original and Two (2) copies of our company's proposal. The signatory below has the authority to negotiate and bind this form to an agreement with the City. We thank you for the opportunity to submit a proposal and look forward to the proposal review and being able to continue our relationship with the City of Vernon. Sincerely, David M. Beliakoff Secretary Haul-Away Rubbish Services Company, Inc Page 23 of 67 ATTACHMENT NO. 1 BIDDER'S CHECKLIST TO THE BIDDER: The following list is provided for the convenience of both you and the City to help eliminate errors and omissions which may render your bid unacceptable. Please check all appropriate boxes and submit with your bid. ATTACHMENT NO. 1 -BIDDER'S CHECKLIST ATTACHMENT NO.2 -SIGNATURE PAGE AND LEGAL STATUS 1 ATTACHMENT NO.3 -UNIT PRICE BID FORM ATTACHMENT NO.4 -AFFIDAVIT OF NON-COLLUSION FORM ATTACHMENT NO.S -VENDOR LIST QUESTIONNAIRE FORM ATTACHMENT NO. 6 -SAMPLE LABOR AND MATERIALS CONTRACT Bidder must submit one ORIGINAL BID AND TWO COPIES. All bids shall be enclosed in sealed envelopes, distinctly marked "Bid" with the title of the bid and the bidder's name address appearing on the outside. Bids should be addressed to: City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 Mail sufficiently early or deliver in person before 2:00 p.m. on the day listed in the Notice Inviting Bids. Bids must be received in the City Clerk's Office before that time. At the bid opening, the City Clerk shall open bid package, acknowledge the receipt of Unit Price Bid Form from manufacturer/Supplier. Once all bid packages are opened and announced, the Unit Price Bid Forms will be made available for public review. 16 Page 1 Haul-Away Rubbish Services Company, Inc Page 24 of 67 ATTACHMENT NO.2 SIGNATURE PAGE AND LEGAL STATUS The undersigned certifies that it has read and understands the Scope of Work Bid Instructions and Sample Contract, and is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid. Bid by Haul -Away Rubbish Service Co . , Inc . Name of Firm) Legal status of bidder: Please check the appropriate box X Corporation State of Incorporation C a l i f o r n i a Partnership List Names DBA State full name DBA Other Explain Signature of Bidder / ~/ /,J S ec r e t a r Authorized Signature) Address 1205 Date Street Telephone No. (323) 721-0371 Signed this 16 t h 1. 2. 3. ADDENDUM NO. City Montebello State C A Zip 9 0 6 4 0 Fax No. (323) 887-0920 day of March , 2021 BIDDER'S INITIALS 17 Page 2 Haul-Away Rubbish Services Company, Inc Page 25 of 67 C ATTACHMENT NO. 3 UNIT PRICE BID FORM REFUSE COLLECTION, RECYCLING AND DISPOSAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS Item No. Location Description Quantity Monthly Unit Cost Total Monthl Cost 1. City Hall 4305 Santa Fe Provide two (2) three (3) 2 bins ~•~ ea. $65.00cubicxardrecyclebins, and Avenue pick up and dispose of contents two (2) times per week. 2. City Hall 4305 Santa Fe Provide two (2) three (3) 2 bins 79•~ ea. $159.00cubicyardwastebins, and Avenue pick up and dispose of contents two (2) times per week. 3. City Hall 4305 Santa Fe Provide one (1) three (3) 1 bin 95•~ ea. $95.00cubicyardgreenwastebin, Avenue and pick up and dispose of contents one (1) time per week. 4. City Apartments 3376-3390 E. 50~h Provide one (1) two (2) 1 bin ~•~ ea. $32.50cubicyardrecyclebin, and Street pick up and dispose of contents one (1) time per week. 5. City Apartments 3376-3390 E. 50~" Provide one (1) three (3) 1 bin 9•~ ea. $69.50cubicyardwastebin, and Street pick up and dispose of contents one (1) time per week. 6. Recycling Center 2221 E. 55~" Street Provide three (3) forty (40) 3 bins 78•~ Iton X1479.00 15 tons Haul-:$ 9.00 103.00 p/1 SP~l~ x-70• yard roll-off containers for regular trash debris and pick up, haul and dispose of contents on an as needed basis. 7. Recycling Center 2221 E. 55~" Street Provide one (1) forty (40) 1 bin 9•~ /ton 1138.00 15 tonsyardroll-off container for green waste and pick u~ ul:$103.00 Disposal: 1035. haul and dispose of contents on an as needed basis. 8. Recycling Center 2221 E. 55~" Street Provide one (1) forty (40) 1 bin 2~•~Iton X3275.00 15 tonsyardroll-off container for waste tires and ick u haul p/1 ul:$275.00 p/1 Disposal:~~000.00 Page 3 Haul-Away Rubbish Services Company, Inc Page 26 of 67 and dispose of contents on an as needed basis. 9. Public Utilities 4990 Seville Avenue Provide one (1) three (3) 1 bin ea. $79.50cubicyardwastebin, and pick up and dispose of contents two (2) times per week. 10. Public Utilities 2716 Leonis Blvd. Provide one (1) three (3) 1 bin ~5•~ ea. ~S•~ yard bin to be picked up on an as needed basis. 11. Petrelli Electric 2323 E. Vernon Provide one (1) three (3) 1 bin ~'9•~ea. `~'~'9•~ cubic yard waste bin, and Avenue pick up and dispose of contents one (1) time per week. 12. Petrelli Electric 2323 E. Vernon Provide one (1) three (3) 1 bin X32.50 ea.X32.50cubicyardrecyclebin, and Avenue pick up and dispose of contents one (1) time per week. 17. 2800 Soto Street Provide one (1) three (3) 1 bin ~9•~ ea. ~~9•~ cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 18. 2800 Soto Street Provide one (1) three (3) 1 bin X32.50 ea.X32.50cubicyardrecyclebin, and pick up and dispose of contents one (1) time per week. 19. 4530 Bandini Blvd. Provide one (1) three (3) 1 bin ~9•~ ea. ~9•~ cubic yard waste bin, and pick up and dispose of contents one (1) time per week. 20. 4530 Bandini Blvd. Provide one (1) three (3) 1 bin X32.50 ea.X32.50cubicyardrecyclebin, and pick up and dispose of contents one (1) time per week. SUBTOTAL ITEMS 1-20: X6743.50 21. City Housing See Pages 9-11 Provide one (1) sixty (60) 20 homes 9•~home ~1~•~ gal. waste bin, and pick u~ at each of 20 listed homes and dispose of contents once er week. 22. City Housing See Pa es 9-11 Provide one (1) sixty (60) 1•~Q'home X36.00al. rec cle bin and ick u 19 Page 4 Haul-Away Rubbish Services Company, Inc Page 27 of 67 at each of 20 listed homes 20 homesanddisposeofcontents once er week. 23. City Housing See Pages 9-11 Provide one (1) sixty (60) 20 homes home X180.00gal. green waste bin, and pick up at each of 20 listed homes and dispose of contents once er week. SUBTOTAL ITEMS 21-23: .00 SUBTOTAL COST PER MONTH $ 7139.50 WRITTEN AMOUNT ~ SEVEN 7F3~SAND ONE I~JNDBID THIRTY NINE AND 50/100----------------- 20 Page 5 Haul-Away Rubbish Services Company, Inc Page 28 of 67 ATTACHMENT NO. 4 AFFIDAVIT OF NON-COLLUSION CONTRACTOR STATE OF CALIFORNIA }SS COUNTY OF LOS ANGELES} David M. Beliakoff deposes and says that he/she is Secretary being first duly sworn Insert "Sole Owner", "Partner", "President", "Secretary", or other proper title) of Haul-Away Rubbish Service Co., Inc. Insert name of bidder) who submits herewith to the City or Vernon a proposal; That all statements of fact in such proposal are true; That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham proposal, or that anyone should refrain from bidding or withdraw his proposal; c. Did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the proposal price of said bidder or of anyone else, or to raise of fix any overhead profit or cost element of this proposal price, or of that of anyone else; d. Did not, directly or indirectly, submit his proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to nay corporation, partnership, company, association, organization, bid depository, or to any member or agent 21 Page 6 Haul-Away Rubbish Services Company, Inc Page 29 of 67 thereof, or to any individual or group of individuals, except the City of Vernon, or to any person or persons who have a partnership or other financial interest with bidder in his business. I certify under penalty of pe •'ury that the bove information is correct 7 e By: /~ ~ ' Title: Secret Date: March 16, 2021 22 Page 7 Haul-Away Rubbish Services Company, Inc Page 30 of 67 ATTACHMENT NO. 5 CITY OF VERNON 4305 Santa Fe Avenue, Vernon, California 90058 Telephone (3231583-8811 Vendor List Questionnaire Affidavit of Equal Opportunity &Non Segregation In order to be placed to the City's vendor list and be eligible to receive City business, you must provide the following information except where indicated as "optional". By submitting this form you are declaring under penalty of perjury under the laws of the State of California and the laws of the United States that the information is true and correct. Furthermore, you are certifying that your firm will adhere to equal opportunity employment practices to assure that applicants and employees are not discriminated against because of their race, religion, color, national origin, ancestry, disability, gender, gender identity, 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 Haul-Away Rubbish Business Telephone (323) 721-0371 Address 1205 Date Street optional) City Montebello Fax Number (323) 887-0920 State CA Zip 90640 Contact Person ~~-~ -~1•-: ~-al~o~f_ E-mail Address haulawayrubbish@hotmail. com Tax ID Number (or Social Security Number) Remit Address (if different) 95-2905736 Same As Above Please state clearly and concisely the types) of goods and services your company provides: Waste Hauling &Recycling Collection 23 Page 8 Haul-Away Rubbish Services Company, Inc Page 31 of 67 ATTACHMENT NO. 6 LABOR AND MATERIALS CONTRACT BETWEEN THE CITY OF VERNON AND CONTRACTOR'S NAME] COVER PAGE Contractor: Responsible Principal of Contractor: Notice Information -Contractor: Notice Information -City: Commencement Date: Termination Date: Consideration: Records Retention Period 24 insert name of contractor] insert name, title] insert name of contractor] insert street address] insert city, state, zip code] Attention: [insert name, title] Phone: [insert phone number] Facsimile: [insert fax number] City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 Attention: Daniel Wall, Director of Public Works Telephone: (323) 583-8811 ext. 305 Facsimile: (3230 826-1435 insert commencement date] insert termination date] Total not to exceed $[insert amount] includes all applicable sales tax); and more particularly described in Exhibit C Three (3) years, pursuant to Section 8.3 Page 9 Haul-Away Rubbish Services Company, Inc Page 32 of 67 LABOR AND MATERIALS CONTRACT BETWEEN THE CITY OF VERNON AND CONTRACTOR'S NAME] This Contract is made between the CITY OF VERNON ("City"), a California charter City and California municipal corporation, and [Contractor's Name], a [State incorporated in] corporation, with headquarters located at [Contractor's Address] ("Contractor"). The City and Contractor agree as follows: 1.0 Contractor shall furnish all necessary and incidental labor, material, equipment, transportation and services as described in, and strictly in accordance with, and subject to all terms and conditions set forth in the Notice Inviting Bids for Refuse Collection, Recycling, and Disposal Services, as more fully set forth in the Scope of Services, attached hereto and incorporated herein by reference as Exhibit "A". 2.0 All work shall be done in a manner satisfactory to the City's Director of Public Works (the "Director"), or the Director's designee, in writing, and shall be of highest quality with respect to the contract specifications. In the event Contractor fails to perform satisfactorily the City shall advise Contractor in writing, and Contractor shall have thirty (30) days to cure such failure to satisfactorily perform. If Contractor fails to so cure its performance within said 30 days, the City may, at its option, terminate this Contract for default without further liability, other than payment to Contractor for work performed satisfactorily prior to the date of termination. 3.0 Contractor shall commence work upon the signing of this contract and shall perform work requested in writing by Director. 4.0 In consideration of satisfactory and timely Performance of requested work pursuant to the Schedule set forth in Exhibit "B," which is attached hereto and incorporated herein by reference, the City shall pay Contractor as follows: Page 10 Haul-Away Rubbish Services Company, Inc Page 33 of 67 The bid amounts, according to the requested and accepted price set forth in the Contractor's proposal, attached hereto and incorporated herein by reference as Exhibit "C". The total amount to be paid to Contractor during the term of this contract shall not exceed Dollars 000,000.00) without the prior approval of the City Council and without a written amendment of this contract. 5.0 Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to the City, as provided in the specifications and Notice Inviting Bids. The cost of the bonds shall be paid by Contractor. 6.0 GENERAL TERMS AND CONDITIONS. 6.1 INDEPENDENT CONTRACTOR. 6.1.1 It is understood that in the perFormance of the services herein provided for, Contractor shall be, and is, an independent contractor, and is not an agent or employee of City and shall furnish such services in its own manner and method except as required by this Contract. Further, Contractor has and shall retain the right to exercise full control over the employment, direction, compensation and discharge of all persons employed by Contractor in the performance of the services hereunder. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its employees, including compliance with social security, withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. 6.1.2 Contractor acknowledges that Contractor and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of the City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 6.2 CONTRACTOR NOT AGENT. Except as the City may authorize in writing, Contractor and its subcontractors, if any, shall have no authority, express or implied, to act on behalf of or bind the City in any capacity whatsoever as agents or otherwise. Page 11 Haul-Away Rubbish Services Company, Inc Page 34 of 67 6.3 OWNERSHIP OF WORK. All reports, drawings, plans, specifications, computer tapes, floppy disks and printouts, studies, memoranda, computation sheets and other documents prepared by Contractor in furtherance of the work shall be the sole property of City and shall be delivered to City whenever requested. Contractor shall keep such documents and materials on file and available for audit by the City for at least three (3) years after completion or earlier termination of this Contract. Contractor may make duplicate copies of such materials and documents for its own files or for such other purposes as may be authorized in writing by the City. 6.4 CORRECTION OF WORK. Contractor shall promptly correct any defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without additional cost to the City. The performance or acceptance of services furnished by Contractor shall not relieve the Contractor from the obligation to correct subsequently discovered defects, inaccuracy or incompleteness. 6.5 WAIVER. The City's waiver of any term, condition, breach or default of this Contract shall not be considered to be a waiver of any other term, condition, default or breach, nor of a subsequent breach of the one waived. 6.6 SUCCESSORS. This Contract shall inure to the benefit of, and shall be binding upon, the parties hereto and their respective heirs, successors and/or assigns. 6.7 NO ASSIGNMENT. Contractor shall not assign or transfer this Contract or any rights hereunder without the prior written consent of the City and approval by the City Attorney, which may be withheld in the City's sole discretion. Any unauthorized assignment or transfer shall be null and void and shall constitute a material breach by the Contractor of its obligations under this Contract. No assignment shall release the original parties or othen~vise constitute a novation. 6.8 COMPLIANCE WITH LAWS. Contractor shall comply with all Federal, State, County and City laws, ordinances, resolutions, rules and regulations, which are, as amended from time to time, incorporated herein and applicable to the perFormance hereof. 27 Page 12 Haul-Away Rubbish Services Company, Inc Page 35 of 67 6.9 ATTORNEY'S FEES. If any action at law or in equity is brought to enforce or interpret the terms of this Contract, the prevailing party shall be entitled to reasonable attorney's fees, costs and necessary disbursements in addition to any other relief to which such party may be entitled. 7.0 INTERPRETATION. 7.1 APPLICABLE LAW. This Contract, and the rights and duties of the parties hereunder (both procedural and substantive), shall be governed by and construed according to the laws of the State of California, without regards to its conflict of laws rules. 7.2 ENTIRE AGREEMENT. This Contract, including any Exhibits attached hereto, constitutes the entire agreement and understanding between the parties regarding its subject matter and supersedes all prior or contemporaneous negotiations, representations, understandings, correspondence, documentation and agreements (written or oral). 7.3 WRITTEN AMENDMENT. This Contract may only be changed by written amendment signed by Contractor and the City Administrator or other authorized representative of the City, subject to any requisite authorization by the City Council. Any oral representations or modifications concerning this Contract shall be of no force or effect. 7.4 SEVERABILITY. If any provision in this Contract is held by any court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be deemed severed from this Contract, and the remaining provisions shall nevertheless continue in full force and effect as fully as though such invalid, illegal, or unenforceable portion had never been part of this Contract. 7.5 ORDER OF PRECEDENCE. In case of conflict between the terms of this Contract and the terms contained in any document attached as an Exhibit or otherwise incorporated by reference, the terms of this Contract shall strictly prevail. The terms of the City's Specifications shall control over the Contractor's bid. 7.6 CHOICE OF FORUM. The parties hereby agree that this Contract is to be enforced in accordance with the laws of the State of California, is entered into in the City of 28 Page 13 Haul-Away Rubbish Services Company, Inc Page 36 of 67 Vernon and that all claims or controversies arising out of or related to performance under this Contract shall be submitted to and resolved in a forum within the County of Los Angeles at a place to be determined by the rules of the forum. 7.7 DUPLICATE ORIGINALS. There shall be two (2) fully signed copies of this Contract, each of which shall be deemed an original . 7.8 TIME OF ESSENCE. Time is strictly of the essence of this Contract and each and every covenant, term and provision hereof. 7.9 AUTHORITY OF CONTRACTOR. The Contractor hereby represents and warrants to the City that the Contractor has the right, power, legal capacity and authority to enter into and perForm its obligations under this Contract, and its execution of this Contract has been duly authorized. 7.10 ARBITRATION OF DISPUTES. Any dispute for under $25,000 arising out of or relating to the negotiation, construction, performance, non-performance, breach or any other aspect of this Contract, shall be settled by binding arbitration in accordance with the Commercial Rules of the American Arbitration Association at Los Angeles, California and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. This clause shall not preclude the Parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The City does not waive its right to object to the timeliness or sufficiency of any claim filed or required to be filed against the City and reserves the right to conduct full discovery. 7.11 INDEMNITY. 7.11.1 Contractor agrees to indemnify, hold harmless and defend (even if the allegations are false, fraudulent or groundless), to the maximum extent permitted by law, the City, its City Council and each member thereof, and its officers, employees, commission members and representatives, from any and all liability, loss, suits, claims, damages, costs, judgments and expenses (including attorney's fees and costs of litigation) which in whole or in part result from, or arise out of, or are claimed to result from or to arise out of: 29 Page 14 Haul-Away Rubbish Services Company, Inc Page 37 of 67 A. any activity on or use of City's premises or facilities or any performance under this Contract; or B. any acts, errors or omissions (including, without limitation, professional negligence) of Contractor, its employees, representatives, subcontractors, or agents in connection with the performance of this Contract. 7.11.2 This agreement to indemnify includes, but is not limited to, personal injury (including death at any time) and property or other damage (including, but without limitation, contract or tort or patent, copyright, trade secret or trademark infringement) sustained by any person or persons (including, but not limited to, companies, or corporations, Contractor and its employees or agents, and members of the general public). The sole negligence or willful misconduct of City, its employees or agents other than Contractor or Contractor's subcontractors are excluded from this indemnity agreement. 7.12 RELEASE. Contractor agrees to release and covenants not to sue the City, its City Council and each member thereof, and its officers, employees, commission members and representatives for any damage or injury (including death) to itself, its officers, employees, agents and independent contractors damaged or claiming to be damaged from any perFormance under this Contract. 7.13 INSURANCE. Contractor shall, at its own expense, procure and maintain policies of insurance of the types and in the amounts set forth below, for the duration of the Contract, including any extensions thereto. The policies shall state that they afford primary coverage. 7.13.1 Automobile Liability with minimum limits of at least $1,000,000 combined single limit including owned, hired, and non-owned liability coverage. 1) Contractor agrees to subrogate automobile liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable 30 Page 15 Haul-Away Rubbish Services Company, Inc Page 38 of 67 attorney's fees ("Claims"), which are attributable to any act or omission by the City under the performance of the services. 7.13.2 General Liability with minimum limits of at least $1,000,000 per occurrence and $2,000,000 in aggregate written on an Insurance Services Office (ISO) Comprehensive General Liability "occurrence" form or its equivalent for coverage on an occurrence basis. Premises/Operations and Personal Injury coverage is required. The City of Vernon, its directors, commissioners, officers, employees, agents and volunteers must be endorsed on the policy as additional insureds as respects liability arising out of the Contractor's perFormance of this Contract. A. If Contractor employs other contractors as part of the services rendered, Contractor's Protective Coverage is required. Contractor may include all subcontractors as insureds under its own policy or shall furnish separate insurance for each subcontractor, meeting the requirements set forth herein. B. Blanket Contractual Coverage. C. Products/Completed Operations coverage. D. Contractor agrees to subrogate General Liability resulting from performance under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its respective employees, agents, and City Council from and against all claims, liabilities, suits, losses, damages, injuries and expenses, including all costs and reasonable attorney's fees Claims"), which are attributable to any act or omission by the City under the performance of the services. 7.13.3 Errors and Omissions coverage in a sum of at least $1,000,000, where such risk is applicable. Applicable aggregates must be identified and claims history provided to determine amounts remaining under the aggregate. Contractor shall maintain such coverage for at least one (1) year after the termination of this Agreement. 31 Page 16 Haul-Away Rubbish Services Company, Inc Page 39 of 67 7.13.4 Contractor shall comply with the applicable sections of the California Labor Code concerning workers' compensation for injuries on the job. Compliance is accomplished in one of the following manners: A. Provide copy of permissive self-insurance certificate approved by the State of California; or B. Secure and maintain in force a policy of workers' compensation insurance with statutory limits and Employer's Liability Insurance with a minimal limit of $1,000,000 per accident. The policy shall be endorsed to waive all rights of subrogation against City, its directors, commissioners, officers, employees, and volunteers for losses arising from performance of this Contract; or C. Provide a "waiver" form certifying that no employees subject to the Labor Code's Workers' Compensation provision will be used in performance of this Contract. 7.13.5 Each insurance policy included in this clause shall be endorsed to state that coverage shall not be cancelled except after thirty (30) days' prior written notice to City. 7.13.6 Insurance shall be placed with insurers with a Best's rating of no less than AVII I. 7.13.7 Prior to commencement of performance, Contractor shall furnish City with a certificate of insurance for each policy. Each certificate is to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates) must be in a form approved by City. City may require complete, certified copies of any or all policies at any time. 7.13.8 Failure to maintain required insurance at all times shall constitute a default and material breach. In such event, Contractor shall immediately 32 Page 17 Haul-Away Rubbish Services Company, Inc Page 40 of 67 notify City and cease all performance under this Contract until further directed by the City. In the absence of satisfactory insurance coverage, City may, at its option: (a) procure insurance with collection rights for premiums, attorney's fees and costs against Contractor by way of set-off or recoupment from sums due Contractor, at City's option; (b) immediately terminate this Contract; or (c) self insure the risk, with all damages and costs incurred, by judgment, settlement or otherwise, including attorney's fees and costs, being collectible from Contractor, by way of set-off or recoupment from any sums due Contractor. 7.14 NOTICES. Any notice or demand to be given by one party to the other shall be given in writing and by personal delivery or prepaid first-class, registered or certified mail, addressed as follows. Notice simply to the City of Vernon or any other City department is not adequate notice. If to the City: City of Vernon Attn: Daniel Wall, Director of Public Works 4305 Santa Fe Avenue Vernon, CA 90058 With a Copy to: Carlos R. Fandino, Jr., City Administrator City of Vernon 4305 Santa Fe Avenue Vernon, CA 90058 f to the Contractor: Any such notice shall be deemed to have been given upon delivery, if personal ly delivered, or, if mailed, upon receipt or upon expiration of three (3) business days from the date of posting, whichever is earlier. Either party may change the address at which it desires to receive notice upon giving written notice of such request to the other party. 7.15 TERMINATION FOR CONVENIENCE (Without Cause). City may terminate this Contract in whole or in part at any time, for any cause or without cause, upon 33 Page 18 Haul-Away Rubbish Services Company, Inc Page 41 of 67 fifteen (15) calendar days' written notice to Contractor. If the Contract is thus terminated by City for reasons other than Contractor's failure to perform its obligations, City shall pay Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be Contractor's exclusive remedy for termination without cause. 7.16 DEFAULT. In the event either party materially defaults in its obligations hereunder, the other party may declare a default and terminate this Contract by written notice to the defaulting party. The notice shall specify the basis for the default. The Contract shall terminate unless such default is cured before the effective date of termination stated in such notice, which date shall be no sooner than ten (10) days after the date of the notice. Termination for cause shall relieve the terminating party of further liability or responsibility under this Contract, including the payment of money, except for payment for services satisfactorily and timely performed prior to the service of the notice of termination, and except for reimbursement of (1) any payments made by the City for service not subsequently performed in a timely and satisfactory manner, and (2) costs incurred by the City in obtaining substitute performance. 7.17 ASSIGNMENT OF ANTITRUST CAUSES OF ACTION. Contractor hereby agrees to assign to the City all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under Chapter 2 of the Cartwright Act (commencing with Section 16700) or part 2 of Division 7 of the California Business and Professions Code, or any similar or successor provisions of Federal or State law, arising from purchases of goods, services or materials pursuant to this Contract or any subcontract. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the parties. 8.0 ADDITIONAL ASSURANCES 8.1 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor certifies and represents that, during the performance of this Contract, the Contractor and any other parties with whom it may subcontract shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex, age, medical condition, marital status. Contractor further certifies that it will not maintain any 34 Page 19 Haul-Away Rubbish Services Company, Inc Page 42 of 67 segregated facilities. Contractor further agrees to comply with The Equal Employment Opportunity Practices provisions as set forth in Exhibit "D". 8.2 VERNON BUSINESS LICENSE. Contractor shall obtain, and pay any and all costs associated therewith, any Vernon Business License which may be required by the Vernon Municipal Code. 8.3 MAINTENANCE AND INSPECTION OF RECORDS. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor's records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the Contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. The Contractor shall maintain and preserve all such records for a period of at least 3 years after termination of the Contract. The Contractor shall maintain all such records in the City of Vernon. If not, the Contractor shall, upon request, promptly deliver the records to the City of Vernon or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than the City of Vernon, including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 8.4 CONFLICT. Contractor hereby represents, warrants and certifies that no member, officer or employee of the Contractor is a director, officer or employee of the City of Vernon, or a member of any of its boards, commissions or committees, except to the extent permitted by law. 8.5 ENFORCEMENT OF WAGE AND HOUR LAWS. Eight hours labor constitutes a legal day's work. The Contractor, or subcontractor, if any, shall forfeit twenty-five dollars ($25) for each worker employed in the execution of this Contract by the respective Contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 through 1815 of the California Labor Code as a penalty paid to the City; provided, however, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon 35 Page 20 Haul-Away Rubbish Services Company, Inc Page 43 of 67 compensation for all hours worked in excess of 8 hours per day at not less than 1'/2 times the basic rate of pay. 8.7 PREVAILING WAGES. The provisions of California Labor Code 1770, et seq., regarding the payment of prevailing wages on public works, and related regulations, apply to all City contracts. In addition, the selected consultant and/or any subcontractor must be currently registered and qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State Department of Industrial Relations. Signatures Begin on Next Page]. 36 Page 21 Haul-Away Rubbish Services Company, Inc Page 44 of 67 IN WITNESS WHEREOF, the Parties have signed this Agreement as of the Commencement Date stated on the cover page. City of Vernon, a California charter City and California municipal corporation By: Carlos R. Fandino, Jr., City Administrator ATTEST: Lisa Pope, City Clerk APPROVED AS TO FORM: Arnold M. Alvarez-Glasman, Interim City Attorney CONTRACTOR'S NAME], a [State incorporated in] corporation By: Name: Title: By: Name: Title: 37 Page 22 Haul-Away Rubbish Services Company, Inc Page 45 of 67 EXHIBIT A SCOPE OF SERVICES 38 Page 23 Haul-Away Rubbish Services Company, Inc Page 46 of 67 EXHIBIT B SCHEDULE 39 Page 24 Haul-Away Rubbish Services Company, Inc Page 47 of 67 EXHIBIT C 40 Page 25 Haul-Away Rubbish Services Company, Inc Page 48 of 67 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. 41 Page 26 Haul-Away Rubbish Services Company, Inc Page 49 of 67 EXECUTIVE SUMMARY Haul-Away Rubbish Service Co., Inc. is a third generation family-owned and operated business. We have offered solid waste collection and recycling services to Los Angeles County and Orange County for 71 years. Family Patriarch, Morris Beliakoff Sr., founded the company with a vision to provide quality service you can trust. To this day, that vision still holds true. We feel our size and ownership position enables us to be more responsive and competitive. Our owners are involved in day-to-day operations and are able to adapt more quickly to changing work requirements and deliver consistent performance. Being locally owned and operated, Haul-Away Rubbish Service Co., Inc. offers a stable management team with commitment and loyalty to provide solid waste and recycling services. Both management and employees are dedicated to provide high quality service to all the communities we serve. Haul-Away Rubbish Service Co., Inc. currently provides state-of-the-art customer service and billing software that provides real-time service and billing information. The company maintains up to 8 incoming phone lines and mapping software. We regularly perform quality control inspections. Trained customer service representatives provide information and assist with service problems when they arise. Our customer service and billing center is located in Montebello, California. When possible, Haul- Away Rubbish Service Co., Inc. recruits local customer service representatives that have personal knowledge of our service areas. Low employee turnover is key to our superior customer service. Low turnover enables us to create long-term relationships with our customers. This is a win-win situation for both parties. Our customer service department helps to educate the public by providing information about recycling services, household hazardous waste disposal, and proper disposal instructions. We place high priority on diversion and have consistently demonstrated our ability to be innovative in our techniques for delivering these services to all the communities we serve. We currently comply with the provisions of AB-341 and AB 1826 and have educational materials ready to be distributed. Haul-Away Rubbish Service Co., Inc. is dedicated to preserving our environment for the future. Our recycling motto is: "Recycle, It's everyone's responsibility. " 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 27 Haul-Away Rubbish Services Company, Inc Page 50 of 67 d~'at,~-~=~ura cRt~~~~i cSE~,vieE ~o., ~i~.~. SCOPE OF WORK Refuse Collection, Recycling and Disposal Services Work to be performed by Haul-Away Rubbish Service Co., Inc. includes the furnishing of all labor, supervision, equipment, materials, tools and all other items necessary to perform Refuse Collection, Recycling and Disposal Services in accordance with the City of Vernon's Request for Proposals. City Facilities Collections from City Facility resources shall be accomplished at least once weekly, or more frequently, as stated in the Scope of Work. All services shall be rendered between the hours of 7:00 A.M. to 3:00 P.M. Haul-Away Rubbish Service Co., Inc. shall provide the bins for the collection of solid waste, green waste and recyclables. Residential Refuse Collection Collections from residential sources shall be accomplished once weekly. All services shall be rendered between the hours of 9:00 A.M. to 4:00 P.M. Haul-Away Rubbish Service Co., Inc. will provide customers with (1) 60-gallon barrel each for the following: trash, green waste, and recycling. The carts will be of durable construction, have lightweight ergonomic lid design, handles and a foot hold. The carts are wheeled with single axles and have appropriate signage along with instructions. Bins Haul-Away Rubbish Service Co., Inc. will provide frontload style, pitch-top bins. The bins will be waterproof and have plastic fitting lids. Drivers will identify and report bins in need of repair, painting, or cleaning. Bins will be repaired and cleaned, and unsightly conditions will be removed at our facility in Montebello. Haul-Away Rubbish Service Co., Inc. will replace, or remedy, unsightly containers within one (1) working day after receiving the request. Any materials unintentionally spilled onto the ground by our drivers will be properly cleaned up. Bins used for recycling will be painted a different color to identify them as recyclable. The company's name and telephone number will be stenciled on all bins along with other instructional and promotional signage. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 28 Haul-Away Rubbish Services Company, Inc Page 51 of 67 Billing Haul-Away Rubbish Service Co., Inc. will bill all Single Family Residences directly on a monthly basis, thirty (30) days in arrears. We will bill the City directly for the remaining accounts, on a monthly basis, based on container size and service needs. We will accept major credit cards. Temporary Bins, Roll-Off Container Service, &Storage Container Rentals Haul-Away Rubbish Service Co., Inc. can also provide temporary bin and roll-off container services, including, but not limited to, containers for construction and demolition projects. Storage Containers can be used for construction, residential, and commercial use. Doors on both ends, water-tight, and secure lock box are standard. These services can be performed upon request. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 29 r Haul-Away Rubbish Services Company, Inc Page 52 of 67 J / Ql,1,L~0''¢GIT C~Q~~L~ ~E'i.(TI,G~E C O.~ J12C. PERSONNEL Waste and recycling collection services are a top priority at Haul-Away Rubbish Service Co., Inc. Our customer service call center responds quickly and provides accurate information to all inquiries in a professional manner. Any inquiries or complaints about possible missed pick-ups, spills, etc., are immediately forwarded to the Project Manager. After assessing the situation, the Project Manager will then contact the designated City of Vernon Representative to take all necessary steps to resolve the issue. To ensure quality service and satisfaction, necessary meetings will be planned with the designated City of Vernon Representative to discuss all details regarding refuse, recycling and disposal collection services. Any City Representative's service requests will be responded to within 24 hours. All assigned personnel will be in direct communication with the Haul-Away Rubbish Service Co., Inc. Project Manager to ensure all work has been completed as specified in the Scope of Work. During waste and recycling collection services, all route collectors operate in a safe and professional manner. Each driver will complete a daily report history for that day's route. All solid waste and recycling tonnages will be compiled and recorded at the end of each work day. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 30 Haul-Away Rubbish Services Company, Inc Page 53 of 67 d~'au~~=~a u~~~~i cSE~,cTie~ ~o., ~ne. Key Personnel David M. Beliakoff and Morrie Beliakoff, Jr. will serve as the key personnel contacts who shall oversee all service areas designated in the Scope of Work. Both have managerial experience, and most importantly, have a great deal of route collection experience and full knowledge of our operating equipment. David M. Beliakoff, CFO, Secretary, and Operations and Maintenance Manager, has over 33 years of experience in the refuse and recycling collection industry. Morrie M. Beliakoff, Jr., CEO, President, and Route Manager, has more than 47 years of experience in the refuse and recycling collection industry. The following is a description of our Supervisory qualifications: David M. Beliakoff CFO, Secretary Operations and Maintenance Manager RESPONSIBILITIES Project Manager Transitional Service Provider Quality Control Driver and Route Supervisor Customer Service Administrator Morrie M. Beliakoff, Jr. CEO, President Route Manager RESPONSIBILITIES Contract Compliance Safety Administrator Facility Management AB939 & AB1826 Compliance 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 31 Haul-Away Rubbish Services Company, Inc Page 54 of 67 l ' d1'au~~_y¢rv~a U~lr~i~i cSEficTieE ~o., ~ne. SAFETY AND EXPERIENCE Traffic-Route and Safety Collection routes will be designed to minimize air pollution, traffic, noise, and wear and tear on the roads. Collection vehicles will avoid high traffic areas during peak traffic periods. All collection vehicles are equipped with the most current safety equipment such as highly visible turn signal indicators at the rear and on the side of each truck as well as rear-view mirror cameras. Preventative maintenance technicians perform daily, monthly and annual vehicle and equipment inspections. Other items are routinely monitored and quickly repaired to assist the driver's performance. Haul-Away Rubbish Service Co., Inc. supervisors provide all necessary training and all employees are properly trained before delivering and operating any equipment. Also, it is mandatory for all personnel to attend regularly scheduled safety meetings and to abide by the company dress code, which includes wearing a safety vest, gloves and steel-toed boots, which meet CALOSHA standards, when providing solid waste and recycling collection. Experience We specialize in accounts from Government, State, Local and Private sectors. We understand each customer's demands are different. We adapt to their needs and address them professionally. Our employees take pride in the communities we service and are eager to help our customers. References Please find attached a list of references. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 32 Haul-Away Rubbish Services Company, Inc Page 55 of 67 OT~~OgGIT t~1J'LTL~!l G~E'LV'LCE C~O.~ ~12C. REFERENCES f~ City of Bell Gardens (Non-Exclusive Franchise) 8327 S. Garfield Avenue Bell Gardens, CA 90201 Public Works Director Phone # (562) 806-7770 Fax # (562) 806-7789 We have been servicing this community since 1972. We service approximately 255 commercial customers using frontload bins. We utilize a front- loader truck and a scout truck that fits into areas where the front loader truck cannot. The scout truck is used on narrow or very long driveways. Utilizing a scout truck conserves driver energy and increases route pick-up efficiency. In 2004 Haul-Away Rubbish Service Co., Inc. was the first company in Bell Gardens to offer a Multi-Family Recycling program. We delivered to each of our Multi-Family customers an automated recycling cart. The carts are lightweight and include the proper signage, instructing the patrons what can go into the recycling cart. The program has yielded great results. The program is also open to any of our commercial/business customers that take interest in recycling. City of Long Beach (Non-Exclusive Franchise) 2929 E. Willow Street Long Beach, CA 90806 Erin Rowland Phone # (562) 570-2851 Fax # (562) 570-2861 We have been servicing this community since 1983 We provide commercial and residential trash disposal services throughout the City of Long Beach. Included in our services are weekly scheduled recycling collections. Containers are provided to all customers, including barrels and bins, which are emptied using either our front loader or scout vehicles. Also available are roll-off and low-boy containers along with our temporary 3yd bins. We have current recycling programs available for any customer who must meet recycling diversion requirements specified by the City of Long Beach. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 33 Haul-Away Rubbish Services Company, Inc Page 56 of 67 LZZl,L-C~7~U7' U~IJ'LTG~lL ~E'WLG~E ~0.~ J12G~. QUALIFICATIONS Haul-Away Rubbish Service Co., Inc. shall appoint two employees to serve as the primary and secondary contact persons in relation to the City's operations. David M. Beliakoff, Operations and Maintenance Manager, has more than 33 years of experience in the refuse collection industry. Morris M. Beliakoff, Jr., Route Manager, has over 47 years of experience in the refuse collection industry. Haul-Away Rubbish Service Co., Inc. is in complete compliance with all federal and state mandates for clean air including SCAQMD Rule 1193 compliance. Haul-Away Rubbish has been aggressively updating our fleet with today's most modern equipment. Recently purchased vehicles from the dealer have already been equipped with the necessary requirements. Since August 2010, Haul-Away has incorporated 8 CNG vehicles to our fleet. Haul-Away Rubbish is dedicated to preserving our environment for the future. Haul-Away Rubbish Service Co., Inc. has not received any citations or failure-to-abate notices in the last seven years from the California Division of Occupational Safety and Health. Haul-Away Rubbish Service Co., Inc. vehicle terminal has received a rating of Satisfactory (S) by the California Highway Patrol (CHP) in our most recent BIT. A copy of our inspection can be provided upon request. Insurance required by the City of Vernon will be provided upon awarded contact. 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Page 34 Haul-Away Rubbish Services Company, Inc Page 57 of 67 n m a~ c~ a r us~r~e~s ~ice~s~s The person, firer or corporation named belov~ is granted this cerificate (pursuant to the provisions of `she Ciry Business LicenseCrdinances of the City of Vernon, California) to engage in, carry on or conduct, in the Ci~y of Vernon, California, tt~e business, trade, calling, profession, exhibition or occupation described below for the period indicAted. This license is permission only, and is issued without verification that tFie license is subject to or exempt from licer~sing by the State of California; nor shall such issuarce be deemed a waiver of the City of Vernon of past or future violations of such laws or ordinances. DUSINESS NAME: HAUL-A1rVAY RUBE3ISH S~RViCE CO., ENC. BU5il~E~S LaCA710'rl: ~ ~`~M~'~L1205DATEST ~~F V,~,~~~~ T~iGNTEBELLO, 0180640 ,`/.~,f~~~~k Nfq'~'a\~, cs-~~~F vE~~o~v Li~ens~ Depar~men~ 4305 Santa Fe Avenue Vernon, CA 90058 323) 583-8811 DESCRIPTlOf~: V~/ASTE HAI,'1_ER c u ,.~r ~,,~'., ~.~, Licer~s~ i3usiness hlu;~l~er: OBl= 0103Q8 L-F,V~JAY f'~IJL't31S1; S~zVICE CO. 1NC. ~1 ~~(r~"~z " `~~ ~ ~ ~ ~~~ y~s Efft~ctpve Date: 1/1/2021 1205 DATE 5T 'yep,, ~r~p~' - . 1410NTEBEI_~.0, CA 90640 JU-`-f~-~ Exnt'~~t:fl~1 ~Da^te: 12131/'Z02~ TO SE POSTED IN A CONS!'ICU~JUS PL~0.CE • NOT TRA~VSFERASLE an~.~ LION-R~~=UNDABLt~ L.• ~r. `. ~• ~. ~ '~ ~ l.. ~., ~ ~ `..~ ~..~ ~ `'~.-~ `rr~ ~rrr 'Wrr' ''1~r ~ rv' '~ '~d' `rr~ ~ ~ ~' '~ w~i~ ~ `~ .~ 'Wr, ~ ~ ~ ~ ~ ~ ~ ~ -:~ Haul-Away Rubbish Services Company, Inc Page 58 of 67 HAUL-AWAY-RUBBISH SER CO INC. 1205 DATE ST MONTEBELLO, CA 90640 Z ~1 <« ~; r — tG ,ou ~ s r ~'~LY ~.. Business Name DBA ATi"N Business Address Notify clie Her~(~E~ UeE}~irc~ncnc cif anG change cif c~~~~ner~hip, r.y~~e of busines, acii~~it~~, 6winc5s naulc, car hillin~ a~idre~s f~S c:allin~ 323) 583-8611. Failuee tc~ nc~rity the Fi~alrh Iie~~:~rtmc:nr n~.~r r~.~ulr in late ~enaleies, Permit dt•ni~~l (ST TCCt)C<iCtUil, anj l~~u,inc,s cl~>sc~r~. PERMITS TO OPBIiATE :'AND ANNUAL FEE Pr~YMEItiTS ARE NOT TRANSFBRABLE.1'ecmits hc:ccnuc ~~c~i~i on cti~n~~ of c>u~ncr~hir. New c~wner~ must apply atici ~~ay ti~}r a ncv~ Pert~iit(s} E~rie>r t~~ ~:eiiti~ii~~, np;:ration or ~enalcies ~s•ill Fe .~s~e>s"~ a~ 1L`!: E~2C Il1f~F1[Il. DETACH FORM HERE AyD nISPLAY HEt1LTH_PERvl1T PO$TJQ:'~l_~'Q,~P1~:liUL'_~[.Y.,Ov SI~tE P13.F,~\~il~E,~__` _.. _ _ _ _ _ __ ._ . City cif Vernon Health Department 43 05 S. Santa Fe Avenue Ternon, CA 9005 8 323) 583-8811 H~ALT'~-I PERI~~ IT HAUL-AWAYRUBBISH SER CO INC. 1205 DATE ST MONTEBELLO, CA 90640 PT0001594 - PR0000642 7422 -SOLID WASTE COLLECTf~N BUSINESS Valid From 7/1/2020 To 6/30!2021 PT0000979 - PR0001729 7423 -SOLID WASTE COLLECTION VEHICLE Valid From 7/1/2020 To 6/30/2021 LICENSE # 8T21243 LICENSE # 8R17803 LICENSE # 67230F1 Facility ID: FA0000688 Issued: 720/2020 THE PERSON, FIRM, OR CORPORATION ABOVE NAMED IS HEREBY GRANTED A PERMIT TO ENGAGE IN THE BUSINESS ACTIVITY DESCRIBED ABOVE IN THE CITY OF VERNON FOR THE PERIOD INDICATED. Director Page 36 Haul-Away Rubbish Services Company, Inc Page 59 of 67 March 18, 2021 NOTICE TO BIDDERS – ADDENDUM NO. 1 REFUSE COLLECTION, RECYCLING, AND WASTE DISPOSAL SERVICES CONTRACT NO. CS-0894 IN THE CITY OF VERNON, CALIFORNIA This notice shall be considered as Addendum No. 1 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. Updated Attachment No. 2 Attachment No. 2, titled “Signature Page and Legal Status,” has been updated. The year for the date signed was changed to 2021. Updated Attachment No. 3 Attachment No. 3, titled “Unit Price Bid Form,” has been updated. It specifies that the City is requesting one (1) 3-yard recycle bin and one (1) 3-yard waste bin at 2716 Leonis Blvd. Requests for Information Attached is the list of requests for information submitted for this contract. Virtual Bid Opening Bid opening will be conducted virtually. Zoom Meeting ID: 959 1109 6911 Passcode: 481019 Direct link: https://zoom.us/j/95911096911?pwd=aDY3ZU9kekhPUlZOd1VlVUNCc2VpUT09 If you have any questions, please contact Jazmine Hooks of my staff at (323) 583-8811, extension 321, (213)414-3616, or at jhooks@ci.vernon.ca.us. Sincerely, Daniel Wall, P.E. Director of Public Works Enclosures Haul-Away Rubbish Services Company, Inc Page 60 of 67 r ~ BIn City of Vernon Refuse Collection, Recycling and Disposal Services for the Department of Public Works City Clerk 4305 Santa Fe Avenue Vernon, CA 90058 Bid Due: Monday, March 22nd, 2021 @ 2:00 PM ADDENDUM NO. 1 d'1'au,~~ura~ c~u,~~i~i ~E~crieE ~o., ~ze. 1205 Date Street Montebello, CA 90640 Phone: (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Haul-Away Rubbish Services Company, Inc Page 61 of 67 Rl~Ll.~UTRt/ C~t~lTLT~~ ~E'WLG~E CEO., JIZGi. TABLE OF CONTENTS Letter of Transmittal t Attachment No.l-Bidder's Checklist 1 Attachment No.2-Signature Pale and Legal Status 2 Attachment No.3-Unit Price Bid Form 3 Attachment No.4-Affidavit of Non-Collusion Contractor 6 Attachment No.S-Vendor List Questionnaire 8 Attachment No.6-Sample Labor and Materials Contract 9 Executive Summary 27 Scone of Work 30 Safety and Experience 32 References 33 Qualifications 34 Business License -Health Permit Addendum No. 1 —Attachment No. 2 Addendum No. 1 —Attachment No. 3 1205 Date Street, Montebello, CA 90640 Phone (323)721-0371 Fax (323)887-0920 haulawayrubbish.com Haul-Away Rubbish Services Company, Inc Page 62 of 67 ATTACHMENT NO.2 SIGNATURE PAGE AND LEGAL STATUS The undersigned certifies that it has read and understands the Scope of Work Bid Instructions and Sample Contract, and is an official legally authorized to bind his/her firm and to enter into a contract should the City accept this bid. Bid by Haul -Away Rubbish Service Co .~ Inc . Name of Firm) Legal status of bidder: Please check the appropriate box X Corporation State of Incorporation C a 1 i f o rn i s Partnership List Names DBA State full name ~•. Other Explain Signature of Bidde ~ '~~ itle Secretary Authorized Signat e Address 1205 Date Street City Nbnte~ello State CA Zip 90640 Telephone No. (323) 721-0371 Fax No. (323) 887-0920 Signed this 19th day of March , 2021 ADDENDUM NO. BIDDER'S INITIALS 1. 1 ~ %U 2. 3. 17 Page 37 Haul-Away Rubbish Services Company, Inc Page 63 of 67 ATTACHMENT NO. 3 UNIT PRICE BID FORM REFUSE COLLECTION, RECYCLING AND DISPOSAL SERVICES FOR THE DEPARTMENT OF PUBLIC WORKS Item No. Location Description Quantity Monthly Unit Cost Total Monthly Cost 1. City Hall 4305 Santa Fe Provide two (2, three (3) 2 bins $3Z•~ea. $65.00 cubic yard recycle bins, and pick up and dispose of Avenue contents two (2) times per week. 2. City Hall 4305 Santa Fe Provide two (2~ three (3) 2 bins $79•~ea. $159.00 cubic yard waste bins, and pick up and dispose of Avenue contents two (2) times per week, 3. City Hall 4305 Santa Fe Provide one (~ three (~ 1 bin 95.00ea, $95.00 cubic yard green waste bin, and pick up and dispose of Avenue contents one (1) time per week. 4. City Apartments 3376-3390 E. 50th Provide one (1) two (2) 1 bin ~32.50ea, $32.50 cubic yard recycle bin, and pick up and dispose of Street contents one (~ time per week. 5. City Apartments 3376-3390 E. 50th Provide one (1~ three (31 1 bin 9.50ea. X69.50 cubic yard waste bin, and pick up and dispose of Street contents one (1) time per week. 6. Recycling Center 2221 E. 55t" Street Provide three (3) forty (401 3 bins $78•~Iton 1479.00 15 tons p/1 1' $1170.00 yard roll-off containers for regular trash debris and pickup, haul and dispose of contents on an as needed basis. 7. Recycling Center 2221 E. 55t" Street Provide one (1) forty (40) 1 bin ~9•~/ton X1138.00 15 tons yard roll-off container for green waste and pick up, Page 38 Haul-Away Rubbish Services Company, Inc Page 64 of 67 haul and dispose of Hau1;$103.00 pis~osal: 1035.00 contents on an as needed basis. 8. Recycling Center 2221 E. 55th Street Provide one (~ forty (40~ 1 bin ~•~/ton 3275.00 15 tons yard roll-off container for waste tires and pick up, haul and dispose of contents on H~ul:$275.00 Disposal: an as needed basis. 9. Public Utilities 4990 Seville Avenue Provide one (1) three (3~ 1 bin 79.50 ea. $79. SO cubic yard waste bin, and pick up and dispose of contents two (2) times per week. 10. Public Utilities 2716 Leonis Blvd. Provide one (1~ three (3) 1 bin 25.00 ea. $25.00 yard recycle bin to be picked up on an as needed basis. 11. Public Utilities 2716 Leonis Blvd. Provide one (1) three (3~ 1 bin ~ 5.00 ea. $45.00 yard waste bin to be picked upon an as needed basis. 12. Petrelli Electric 2323 E. Vernon Provide one (1, three (3~ 1 bin ' 9.50 ea. $69. SO cubic yard waste bin, and pick up and dispose of Avenue contents one (1) time per week. 13. Petrelli Electric 2323 E. Vernon Provide one (1) three (3~ 1 bin 32•~ ea. X32.50 cubic yard recycle bin, and pick up and dispose of Avenue contents one (1) time per week. 14. 2800 Soto Street Provide one (1) three (3~ 1 bin ~ 9.50 ea. X69. SO cubic yard waste bin, and pick up and dispose of contents one (~ time per week. 15. 2800 Soto Street Provide one (1~ three ~~ 1 bin 32•~ ea. $32. SO cubic yard recycle bin, and pick up and dispose of contents one (1) time per week. 16. 4530 Bandini Blvd. Provide one (~ three (~ cubic yard waste bin, and ick u and dis ose of p/1 p/1 Page 39 Haul-Away Rubbish Services Company, Inc Page 65 of 67 contents one (1) time per 1 bin $69•~ea. $69. SO week. 17. 4530 Bandini Blvd. Provide one (1) three (3~ 1 bin ~~•~ea. X32.50 cubic yard recycle bin, and pick up and dispose of contents one (1~ time per week. SUBTOTAL ITEMS 1-17: $6, 768.50 18. City Housing See Pages 9-11 Provide one (~ sixty (60~ 2p homes 9.00/home $180.00 gal. waste bin, and pick u~ at each of 20 listed homes and dispose of contents once per week. 19. City Housing See Pages 9-11 Provide one (1) sixty (60~ 20 homes 1•~/home $36.00 gal. recycle bin, and pick u~ at each of 20 listed homes and dispose of contents once per week. 20. City Housing See Pages 9-11 Provide one (1~ sixty (60~ 20 homes 9.00lhome X180.00 gal. green waste bin, and pick up at each of 20 listed homes and dispose of contents once per week, SUBTOTAL ITEMS 18-20: $396.00 SUBTOTAL COST PER MONTH X7,164.50 WRITTEN AMOUNT S~UEN ~~OU,S~IND CNE HUNDRED SIXTY BUR AND SO/100-------------------- Page 40 Haul-Away Rubbish Services Company, Inc Page 66 of 67 EXHIBIT D EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS A. Contractor certifies and represents that, during the performance of this Agreement, the contractor and each subcontractor shall adhere to equal opportunity employment practices to assure that applicants and employees are treated equally and are not discriminated against because of their race, religious creed, color, national origin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregated facilities. B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by or on behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants will receive consideration for employment without regard to their race, religious creed, color, national origin, ancestry, handicap, sex or age. C. Contractor agrees that it shall, if requested to do so by the City, certify that it has not, in the performance of this Agreement, discriminated against applicants or employees because of their membership in a protected class. D. Contractor agrees to provide the City with access to, and, if requested to do so by City, through its awarding authority, provide copies of all of its records pertaining or relating to its employment practices, except to the extent such records or portions of such records are confidential or privileged under state or federal law. E. Nothing contained in this Agreement shall be construed in any manner as to require or permit any act which is prohibited by law. Haul-Away Rubbish Services Company, Inc Page 67 of 67