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