20221018 City Council Agenda Packet
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 1 of 7
Agenda
City of Vernon
Regular City Council Meeting
Tuesday, October 18, 2022, 9:00 AM
City Hall, Council Chamber
4305 Santa Fe Avenue
Vernon, California
Leticia Lopez, Mayor
Crystal Larios, Mayor Pro Tem
William Davis, Council Member
Judith Merlo, Council Member
Melissa Ybarra, Council Member
MEETING ATTENDANCE PROTOCOLS
Assembly Bill 361 (AB 361) authorizes public meetings to take place via teleconference because
State and Local officials are recommending measures to promote social distancing. Meetings
are conducted in a hybrid format that includes both in-person and Zoom public participation.
The public is encouraged to view the meeting at https://www.cityofvernon.org/webinar-cc or by
calling (408) 638-0968, Meeting ID 884-5610-5554#. You may address the Council via Zoom or
submit comments to PublicComment@cityofvernon.org with the meeting date and item number
in the subject line.
CALL TO ORDER
FLAG SALUTE
ROLL CALL
APPROVAL OF THE AGENDA
PUBLIC COMMENT
At this time the public is encouraged to address the City Council on any matter that is within the
subject matter jurisdiction of the City Council. The public will also be given a chance to comment
on matters which are on the posted agenda during City Council deliberation on those specific
matters.
PRESENTATIONS
1. Human Resources
Employee Service Pin Awards for August and September 2022
Recommendation:
No action required by City Council. This is a presentation only.
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 2 of 7
2. Health and Environmental Control Department
California Department of Toxic Substances Control Update on Exide Related
Remediation
Recommendation:
No action required by City Council. This is a presentation only.
CONSENT CALENDAR
All matters listed on the Consent Calendar are to be approved with one motion. Items may be
removed from the Consent Calendar for individual consideration. Removed items will be
considered immediately following the Consent Calendar.
3. City Clerk
Approval of Minutes
Recommendation:
Approve the October 4, 2022 Regular City Council meeting minutes.
1. 20221004 City Council Minutes
4. City Clerk
Claims Against the City
Recommendation:
Receive and file claim submitted by Cynthia Duran in the amount of $180.
1. 20221004 Cynthia Duran
5. Finance/Treasury
City Payroll Warrant Register
Recommendation:
Approve City Payroll Warrant Register No. 796, for the period of September 1 through
September 30, 2022, totaling $2,724,261.48 and consisting of ratification of direct
deposits, checks and taxes totaling $1,802,946.05 and ratification of checks and
electronic fund transfers (EFT) for payroll related disbursements totaling $921,315.43
paid through operating bank account.
1. City Payroll Account Warrant Register No. 796
6. Finance/Treasury
Operating Account Warrant Register
Recommendation:
Approve Operating Account Warrant Register No. 96, for the period of September 18
through October 1, 2022, totaling $14,302,269.08 and consisting of ratification of
electronic payments totaling $14,067,061.20 and ratification of the issuance of early
checks totaling $235,207.88.
1. Operating Account Warrant Register No. 96
7. Fire Department
Fire Department Activity Report
Recommendation:
Receive and file the August 2022 Fire Department Activity Report.
1. Fire Department Activity Report - August 2022
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 3 of 7
8. Police Department
Police Department Activity Report
Recommendation:
Receive and file the August 2022 Police Department Activity Report.
1. Police Activity Report - August 2022
9. Police Department
Office of Traffic Safety Selective Traffic Enforcement Program (STEP) Grant
Agreement
Recommendation:
Approve and authorize the City Administrator, Police Chief, and Police Sergeant to
execute a grant agreement between the City of Vernon and the Office of Traffic Safety,
in substantially the same form as submitted, for participation in the Selective Traffic
Enforcement Program (STEP) for a one (1) year term, with an effective date of October
1, 2022.
1. Office of Traffic Safety STEP Grant Agreement 2022-2023
10. Police Department
Office of Traffic Safety Traffic Records Improvement Project (TRIP) Grant Agreement
Recommendation:
Approve and authorize the City Administrator, Police Chief, and Police Sergeant to
execute a grant agreement between the City of Vernon and the Office of Traffic Safety,
in substantially the same form as submitted, for participation in the Traffic Records
Improvement Project (TRIP) for a one (1) year term, with an effective date of October
1, 2022.
1. Office of Traffic Safety TRIP Grant Agreement 2022-2023
11. Public Works
Notice of Completion for Contract No. CS-1204, Pacific Boulevard, Santa Fe Avenue,
and Vernon Avenue Street Improvements
Recommendation:
A. Find that the proposed action is categorically exempt under the California
Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section
15301 (Existing Facilities), part (c) (existing highways, streets, and sidewalks)
because the project consists of the maintenance, repair, or minor alteration of
existing streets and involves no expansion of an existing use;
B. Accept the work of All American Asphalt as related to City Contract No. CS-1204;
and
C. Authorize the Director of Public Works to execute and submit the Notice of
Completion for the project to the Los Angeles County Recorder's Office.
1. Notice of Completion - CS-1204
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 4 of 7
12. Health and Environmental Control Department
Services Agreement with Ocean Blue Environmental Services, Inc. for On-Call
Environmental Clean-Up Services
Recommendation:
A. Find that the proposed action is categorically exempt under the California
Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines
Section 15308, because the action is being carried out by a regulatory agency
to maintain, restore, or enhance the environment, where the regulatory process
includes procedures to protect the environment; and
B. Approve and authorize the City Administrator to execute a Professional Services
Agreement with Ocean Blue Environmental Services, Inc., in substantially the
same form as submitted, for on-call environmental clean-up services for an
amount not-to-exceed $300,000, for a three-year term.
1. Services Agreement with Ocean Blue
13. Public Works
Award of City Contract No. CS-1456 Citywide Tree Wells
Recommendation:
A. Find that the proposed action is categorically exempt under the California
Environmental Quality Act (CEQA) in accordance with CEQA Guidelines Section
15301, because the project consists of the maintenance, repair or minor
alteration of an existing facility and involves negligible or no expansion of an
existing use;
B. Accept the bid proposal from FS Contractors, Inc. as the lowest responsive and
responsible bidder for the Citywide Tree Wells project and reject all other bids;
C. Approve and authorize the City Administrator to execute Contract No. CS-1456
in the amount of $702,690 for the construction and installation of Citywide Street
Tree Wells, for a period not to exceed 60 calendar days; and
D. Authorize a contingency of $8,040 in the event of an unexpected changed
condition in the project and grant authority to the City Administrator to issue
change orders for an amount up to the contingency amount, if necessary.
1. Contract Agreement No. CS-1456 Citywide Tree Wells
14. Public Utilities
Blanket Purchase Contract with Fujitsu Network Communications, Inc.
Recommendation:
Approve the issuance of a blanket Purchase Contract with Fujitsu Network
Communications, Inc. (Fujitsu), in an amount not-to-exceed $40,000 for the repair of
Fujitsu equipment related to the Fiber Optics System Internet Access Operations and
any ancillary purchases needed for the remainder of Fiscal Year (FY) 2022-23.
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 5 of 7
15. Public Utilities
Services Agreement with DC Consulting Services LLC
Recommendation:
A. Find that the proposed action is categorically exempt from the California
Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines
Section 15301, because the project consists of the maintenance, repair or minor
alteration of existing equipment and involves negligible or no expansion of an
existing use; and
B. Approve and authorize the City Administrator to execute a Services Agreement
with DC Consulting Services LLC, in substantially the same form as submitted,
to provide gas turbine maintenance services, in an amount not to exceed
$259,950.
1. Services Agreement with DC Consulting Services LLC
16. Public Works
Reject Bids Received for City Contract No. CS-1486 North Parking Security Fencing
Recommendation:
Reject all bids for City Contract No. CS- 1486 to furnish and deliver security fencing to
City Hall’s parking structure, due to a lack of competitive bidders to compare bid prices
since the total amount is significantly over the Engineer’s estimate.
17. Public Utilities
Purchase Order with Donaldson Company, Inc.
Recommendation:
Approve the issuance of a Purchase Order with Donaldson, in an amount not-to-
exceed $104,872.80, for the purchase and delivery of combustion turbine air inlet
filters needed at the Malburg Generating Station.
1. Donaldson Company, Inc. - Quote
ORAL REPORTS
City Administrator Reports on Activities and Other Announcements.
City Council Reports on Activities (including AB 1234), Announcements, or Directives to Staff.
CLOSED SESSION
18. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION
Government Code Section 54956.9(d)(1)
Jerry Chavez v. City of Vernon
Los Angeles Superior Court Case No. BC719460
CLOSED SESSION REPORT
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 6 of 7
ADJOURNMENT
I hereby certify under penalty of perjury under the laws of the State of California, that the
foregoing agenda was posted in accordance with the applicable legal requirements. Regular
and Adjourned Regular meeting agendas may be amended up to 72 hours and Special meeting
agendas may be amended up to 24 hours prior to the meeting.
Dated: October 13, 2022.
By: _______/lp/________
Lisa Pope, City Clerk
Regular Vernon City Council Meeting Tuesday, October 18, 2022
Page 7 of 7
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 2.04.020).
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
Submitted by: Veronica Avendano
Submitting Department: Human Resources
Meeting Date: October 18, 2022
SUBJECT
Employee Service Pin Awards for August and September 2022
Recommendation:
No action required by City Council. This is a presentation only.
Background:
The following employees are eligible to receive their service pin based on the number of
service years with the City of Vernon:
TWENTY FIVE YEARS OF SERVICE
Robert C. Sousa, Police Chief, Hired August 1997
FIFTEEN YEARS OF SERVICE
Christina Rivera, Utilities Customer Service Representative, Hired September 2007
Daniel Lopez, Gas Systems Specialist, Hired September 2007
Juan F. Lozano, Gas Systems Specialist, Lead, Hired September 2007
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
None.
City Council Agenda Item Report
Submitted by: Fredrick Agyin
Submitting Department: Health and Environmental Control Department
Meeting Date: October 18, 2022
SUBJECT
California Department of Toxic Substances Control Update on Exide Related Remediation
Recommendation:
No action required by City Council. This is a presentation only.
Background:
The former Exide battery recycling facility (former Exide facility) operated for more than 100
years resulting in the contamination of the site and surrounding areas with lead and dangerous
chemicals. Closure implementation of the facility began in November 2017 and is ongoing.
Remediation of the lead contamination at the former facility and within neighboring impacted
cities started in 2018 and also is still in progress. Since then, City Council has received
periodic updates on the closure and remediation activities.
On October 18, 2022, Staff from the California Department of Toxic Substances Control will
provide an update on the ongoing remediation efforts at the former Exide facility.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
None.
City Council Agenda Item Report
Submitted by: Sandra Dolson
Submitting Department: City Clerk
Meeting Date: October 18, 2022
SUBJECT
Approval of Minutes
Recommendation:
Approve the October 4, 2022 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. 20221004 City Council Minutes
MINUTES
VERNON CITY COUNCIL
REGULAR MEETING
TUESDAY, OCTOBER 4, 2022
COUNCIL CHAMBER, 4305 SANTA FE AVENUE
CALL TO ORDER
Mayor Lopez called the meeting to order at 9:01 a.m.
FLAG SALUTE
Mayor Lopez led the Flag Salute.
ROLL CALL
PRESENT:
Leticia Lopez, Mayor
Crystal Larios, Mayor Pro Tem
Judith Merlo, Council Member
Melissa Ybarra, Council Member
ABSENT:
William Davis, Council Member
STAFF PRESENT:
Carlos Fandino, City Administrator
Zaynah Moussa, City Attorney
Lisa Pope, City Clerk
Scott Williams, Finance Director
Fredrick Agyin, Health and Environmental Control Director
Michael Earl, Human Resources Director
Robert Sousa, Police Chief
Dan Wall, Public Works Director
Todd Dusenberry, Acting Public Utilities General Manager
APPROVAL OF THE AGENDA
MOTION
Mayor Pro Tem Larios moved and Council Member Merlo seconded a motion to
approve the agenda. The question was called and the motion carried 4-0, Council
Member Davis absent.
PUBLIC COMMENT
None.
Regular City Council Meeting Minutes Page 2 of 5
October 4, 2022
PRESENTATIONS
1.City Administrator Report
Recommendation:
Receive presentation on:
New Business Welcome
Vernon Police Department Leadership Development
City Beautification Efforts
Los Angeles County Fire Contract Savings
Los Angeles Economic Development Corporation (LAEDC) 2022 Most
Business- Friendly City Award
Community Engagement
City Administrator Fandino presented the staff report.
2.Indigenous Peoples’ Day Proclamation
Recommendation: Acknowledge and proclaim October 10, 2022 as Indigenous
Peoples' Day in the City of Vernon.
City Clerk Pope read the proclamation.
3.Commemorative Check Presentation
Recommendation: Present a commemorative check to Huntington Park High
School's football program.
City Administrator Fandino presented the commemorative check.
CONSENT CALENDAR
MOTION
Mayor Pro Tem Larios moved and Mayor Lopez seconded a motion to approve the
Consent Calendar. The question was called and the motion carried 4-0, Council
Member Davis absent.
The Consent Calendar consisted of the following items:
4.Approval of Minutes
Recommendation: Approve the September 20, 2022 Regular City Council meeting
minutes.
5.Conduct of Meetings via Teleconference Pursuant to Assembly Bill 361
Recommendation: Ratify the findings in Resolution No. 2021-36 authorizing
continued conduct of City Council and all other City legislative body meetings via
teleconference, in accordance with Assembly Bill 361 (AB 361), due to continued
public health and safety concerns caused by COVID-19.
Regular City Council Meeting Minutes Page 3 of 5
October 4, 2022
6.Operating Account Warrant Register
Recommendation: Approve Operating Account Warrant Register No. 95, for the
period of September 4 through September 17, 2022, totaling $6,594,281.13 and
consisting of ratification of electronic payments totaling $6,018,120.95 and
ratification of the issuance of early checks totaling $576,160.18.
7.Electronic Communications Retention Policy
Recommendation: A. Adopt Administrative Manual Policy 5.3 - Information
Technology - Electronic Communications Retention Policy; and B. Authorize the
City Administrator to execute and distribute the Policy to all City employees,
Council Members, advisory board members, contractors, interns and volunteers.
8.Public Works Department Monthly Report
Recommendation: Receive and file the August 2022 Building Report
9.Resource Adequacy Plan for 2023
Recommendation: A. Adopt Resolution No. 2022-35 approving and adopting the
Vernon Public Utilities Department Resource Adequacy Plan for 2023, which
includes the coincident peak Demand Forecast, the Planning Reserve Margin, the
Qualifying Capacity Criteria, and the Qualifying Capacity from such resources,
City’s Resource Adequacy and Supply Data and approving the resources used to
satisfy the California Independent System Operator’s (CAISO) tariff requirements;
and B. Authorize staff to submit the Vernon Public Utilities Department Resource
Adequacy Plan for 2023 and the Monthly Resource Adequacy and Supply Data to
the CAISO.
10.Purchase Contract with Cedro Construction Inc. for Contract No. CS-1506:
District Final Repaving
Recommendation: A. Find that the proposed action is categorically exempt from
California Environmental Quality Act (CEQA) review, in accordance with CEQA
Guidelines Section 15301, because the project consists of the repair of existing
facilities and equipment and involves negligible or no expansion of an existing use;
B. Approve and authorize the issuance of a Purchase Contract with Cedro
Construction Inc. for repaving of District Boulevard for a total amount of
$22,001.92; and C. Authorize a contingency of $5,000 in the event that additional
unforeseen repairs are necessary, and grant authority to the City Administrator to
issue change orders for an amount up to the contingency amount, if necessary.
11.Purchase Contract with Wonderware North for Supervisory Control and Data
Acquisition Software
Recommendation: Approve issuance of a Purchase Contract with Wonderware
North, a Q-mation Company, in an amount not to exceed $176,291.96, for the
purchase of Supervisory Control and Data Acquisition software licenses.
NEW BUSINESS
12.Purchase Contract with DC Consulting Services LLC
Acting Public Utilities General Manager Dusenberry presented the staff report.
Regular City Council Meeting Minutes Page 4 of 5
October 4, 2022
In response to Council questions, Acting Public Utilities General Manager
Dusenberry explained the future of the units.
MOTION
Council Member Ybarra moved and Council Member Merlo seconded a motion to:
A. Find that the proposed action is categorically exempt from California
Environmental Quality Act (CEQA) review, in accordance with CEQA Guidelines
Section 15301, because the project consists of the maintenance, repair or minor
alteration of existing equipment and involves negligible or no expansion of an
existing use; B. Approve issuance of a Purchase Contract with DC Consulting
Services LLC, in an amount not to exceed $444,989.50, for the purchase and
commissioning of two Rolls-Royce model 571KF gas turbine engines; and C.
Authorize a contingency amount of $55,000 for estimated taxes and freight costs
and grant authority to the City Administrator to issue supplementals up to the
contingency amount, if necessary. The question was called and the motion carried
4-0, Council Member Davis absent.
ORAL REPORTS
City Administrator Reports on Activities and other Announcements.
City Administrator Fandino announced Career Day on October 5; Halloween
Spooktacular on October 27; and Bravo Foods Grand Opening on October 6,
2022.
Acting Assistant Fire Chief James Sullivan and Liaison Gigi Chan introduced
themselves.
City Council Reports on Activities (including AB 1234), Announcements, or
Directives to Staff.
None.
RECESS
Mayor Lopez recessed the meeting to Closed Session at 9:32 a.m.
CLOSED SESSION
13.CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION
Government Code Section 54956.9(d)(1)
Jerry Chavez v. City of Vernon
Los Angeles Superior Court Case No. BC719460
Regular City Council Meeting Minutes Page 5 of 5
October 4, 2022
RECONVENE
At 10:38 a.m., Mayor Lopez adjourned Closed Session and reconvened the regular
meeting.
CLOSED SESSION REPORT
City Attorney Moussa reported the Council met in Closed Session, discussed the
item on the agenda, and took no reportable action.
ADJOURNMENT
Mayor Lopez adjourned the meeting at 10:38 a.m.
______________________________
LETICIA LOPEZ, Mayor
ATTEST:
____________________________
LISA POPE, City Clerk
(seal)
City Council Agenda Item Report
Submitted by: Sandra Dolson
Submitting Department: City Clerk
Meeting Date: October 18, 2022
SUBJECT
Claims Against the City
Recommendation:
Receive and file claim submitted by Cynthia Duran in the amount of $180.
Background:
On October 4, 2022, the City received the following claim:
Name of Claimant Amount Demanded
Cynthia Duran $180
Pursuant to Municipal Code Section 2.32.040, the above information is listed on the City
Council agenda as soon after filing of the claims with the City as practical.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
1. 20221004 Cynthia Duran
City Council Agenda Item Report
Submitted by: Efren Peregrina
Submitting Department: Finance/Treasury
Meeting Date: October 18, 2022
SUBJECT
City Payroll Warrant Register
Recommendation:
Approve City Payroll Warrant Register No. 796, for the period of September 1 through
September 30, 2022, totaling $2,724,261.48 and consisting of ratification of direct deposits,
checks and taxes totaling $1,802,946.05 and ratification of checks and electronic fund
transfers (EFT) for payroll related disbursements totaling $921,315.43 paid through operating
bank account.
Background:
Section 2.32.060 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. 796
covering claims and demands presented during the period of September 1 through September
30, 2022, 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. 796, totals $2,724,261.48.
The Finance Department has determined that sufficient funds to pay such claims/demands,
are available in the respective accounts referenced on City Payroll Warrant Register No. 796.
Attachments:
1. City Payroll Account Warrant Register No. 796
Raquel Franco | 10/6/2022 3:09 PMPAYROLL WARRANT REGISTERCity of VernonNo.796Month ofSeptember 2022I hereby Certify: that claims or demands covered by the This is to certify that the claims or demandsabove listed warrants have been audited as to accuracycovered by the above listed warrants have beenand availability of funds for payments thereof; and thataudited by the City Council of the City of Vernonsaid claims or demands are accurate and that funds areand that all of said warrants are approved for pay-available for payments thereof.mentsScott A. WilliamsDATEDirector of Finance / City TreasurerDATEDate:Page 1 of 1Payroll Warrant Register Memo 2022 : Warrant10/11/2022
Payrolls reported for the month of May
08/14/2022 - 08/27/2022, Paydate 09/08/2022
08/14/2022 - 08/27/2022, Paydate 09/08/2022 (SP809)
08/28/2022 - 09/10/2022, Paydate 09/22/2022
Payment
Method Date Payment Description Amount
ACH 09/08/22 Net payroll, checks 9,477.26$
ACH 09/08/22 Net payroll, direct deposits 698,658.04
ACH 09/08/22 Payroll taxes 192,739.71
ACH 09/22/22 Net payroll, checks 4,259.21
ACH 09/22/22 Net payroll, direct deposits 704,034.35
ACH 09/22/22 Payroll taxes 193,777.48
Total net payroll and payroll taxes 1,802,946.05
13668 09/08/22 Vernon Police Officers Benefit Association 2,292.16
13669 09/08/22 IBEW Union Dues 4,387.20
13670 09/08/22 ICMA Retirement Trust 457 26,441.22
13674 09/08/22 State Disbursement Unit 41.53
13673 09/14/22 Calpers 210,929.87
13677 09/22/22 ICMA Retirement Trust 457 26,458.88
13681 09/22/22 State Disbursement Unit 41.53
13682 09/22/22 Blue Shield of California (active) 270,965.26
13683 09/22/22 Blue Shield of California (retiree) 92,926.93
13684 09/22/22 Blue Shield of California (cobra) 2,930.39
13685 09/22/22 Metlife Group Benefits 28,641.05
13675 09/23/22 Vernon Police Officers Benefit Association 2,292.16
13676 09/23/22 Teamsters Local 911 2,433.00
13686 09/23/22 Medical Eye Services, Inc 4,034.32
13680 09/27/22 Calpers 214,580.41
13688 09/28/22 Mutual of Omaha 13,814.10
13687 09/29/22 Aflac 11,664.16
13689 09/29/22 Colonial Life 6,441.26
Payroll related disbursements, paid through
Operating bank account 921,315.43
Total net payroll, taxes, and related disbursements 2,724,261.48$
Page 1 of 1
City Council Agenda Item Report
Submitted by: Efren Peregrina
Submitting Department: Finance/Treasury
Meeting Date: October 18, 2022
SUBJECT
Operating Account Warrant Register
Recommendation:
Approve Operating Account Warrant Register No. 96, for the period of September 18 through
October 1, 2022, totaling $14,302,269.08 and consisting of ratification of electronic payments
totaling $14,067,061.20 and ratification of the issuance of early checks totaling $235,207.88.
Background:
Section 2.32.060 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. 96 covering
claims and demands presented during the period of September 18 through October 1, 2022,
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. 96, totals
$14,302,269.08. 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. 96.
Attachments:
1. Operating Account Warrant Register No. 96
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022I hereby cerƟfy that claims and/or demands included in above listed warrantregister have been audited for accuracy and availability of funds for payments andthat said claims and/or demands are accurate and that the funds are available forpayments thereof.____________________________________________________________ScoƩ WilliamsDirector of Finance/City TreasurerDate: _______________________________________________________This is to cerƟfy that the claims or demands covered by the above listed warrantshave been audited by the City Council of the City of Vernon and that all of saidwarrants are approved for payments except Warrant Numbers:________________________________________________________________________________________________________________________Printed: 10/6/2022 4:07:09PM10/11/2022
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9000.595200 $ 10,000.00 Monthly Retainer~ 1112BELL BURNETT & ASSOCIATES006786 ‐ $ 10,000.0009/22/2022 13589011.1031.596500 $ 21.00 Firearms / TacƟcal Rifle Adv 081122PAUL CERDA JR000927 ‐ $ 21.0009/22/2022 13590055.9190.540000 $ 155.40 Uniforms 4128076444CINTAS CORPORATION005490 ‐ 056.5600.540000 $ 83.89 Uniforms 4128076444020.1084.540000 $ 147.81 Uniforms 4128076444055.8000.540000 $ 18.02 Uniforms 4128076444055.8100.540000 $ 161.36 Uniforms 4128076444055.8400.540000 $ 12.10 Uniforms 4128076444055.9190.540000 $ 389.98 Uniforms 4128764150056.5600.540000 $ 86.07 Uniforms 4128764150020.1084.540000 $ 145.63 Uniforms 4128764150055.8000.540000 $ 18.02 Uniforms 4128764150055.8100.540000 $ 162.50 Uniforms 4128764150055.8400.540000 $ 12.10 Uniforms 4128764150055.9190.540000 $ 203.89 Uniforms 4129480945056.5600.540000 $ 83.89 Uniforms 4129480945020.1084.540000 $ 145.63 Uniforms 4129480945055.8000.540000 $ 15.07 Uniforms 4129480945055.8100.540000 $ 158.37 Uniforms 4129480945055.8400.540000 $ 16.78 Uniforms 4129480945055.9190.540000 $ 203.89 Uniforms 4130119742056.5600.540000 $ 84.98 Uniforms 4130119742020.1084.540000 $ 145.63 Uniforms 4130119742055.8000.540000 $ 15.07 Uniforms 4130119742055.8100.540000 $ 158.37 Uniforms 4130119742055.8400.540000 $ 16.78 Uniforms 4130119742$ 2,641.2309/22/2022 13591Printed: 10/6/2022 4:07:09PMPage 1 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.520010 $ 7,487.60 Monitor~ 10589954823 011.0015263DELL MARKETING LP001206 ‐ 011.9019.520010 $ 2,702.24 Monitor~ 10589954823 011.0015263011.9019.520000 $ 56.32 Warranty~ 10589954823 011.0015263011.9019.520010 $ 240.00 Environmental Fee 10589954823 011.0015263011.9019.520010 $ 1,044.47 Sales Tax 10.25 10589954823011.9019.520000 $ 5.77 Sales Tax 10.25 10589954823$ 11,536.4009/22/2022 13592055.9000.595200 $ 488.25 Natural Gas Compliance Services 0290171G2 INTEGRATED SOLUTIONS, LLC006899 ‐ 055.9000.595200 $ 3,365.25 Natural Gas Compliance Services 0295110055.9000.595200 $ 267.75 Natural Gas Compliance Services 0295111055.9000.595200 $ 4,725.00 Natural Gas Compliance Services 112939$ 8,846.2509/22/2022 13593011.1031.596500 $ 25.38 Firearms / TacƟcal Rifle Training Adv 081122LORENZO GAYTAN001668 ‐ $ 25.3809/22/2022 13594011.1049.596200 $ 102.00 Disposal & Recycling Services 28X09963HAUL AWAY RUBBISH SERVICE CO,005350 ‐ 011.1049.596200 $ 719.98 Disposal & Recycling Services 28X09964011.1048.596200 $ 102.00 Disposal & Recycling Services 28X09965011.1049.596200 $ 319.00 Disposal & Recycling Services 28X09966011.1049.596200 $ 202.00 Disposal & Recycling Services 28X09970011.1049.596200 $ 1,755.94 Disposal & Recycling Services 28X09971$ 3,200.9209/22/2022 13595011.1049.520000 $ 17.48 Small Tools, Plumbing & Building 122758 011.0015301LB JOHNSON HARDWARE CO #1000804 ‐ $ 17.4809/22/2022 13596011.1031.596500 $ 17.50 Firearms / TacƟcal Rifle Training Adv 081122LUCAS, JASON005630 ‐ $ 17.5009/22/2022 13597Printed: 10/6/2022 4:07:09PMPage 2 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1048.431000 $ 450.20 Refund Receipt #: 0025575~ Ref000243017MIGUEL MACIAS007443 ‐ 011.230220 $ 2,500.00 Refund of Security Deposit & Last Month Ref000243017$ 2,950.2009/22/2022 13598011.1049.590000 $ 3,627.54 Landscape Maintenance 08/22 99124MARIPOSA LANDSCAPES, INC006422 ‐ 011.1049.590000 $ 524.19 AddiƟonal Landscape Work 08/22 99197$ 4,151.7309/22/2022 13599055.9100.590000 $ 923.54 Hardware Supplies 80232070MCMASTER‐CARR SUPPLY COMPANY001150 ‐ 055.9100.590000 $ 49.63 Hardware Supplies~ 80824810 055.0002969055.9100.590000 $ 91.23 Hardware Supplies~ 80825310 055.0002969055.9100.590000 $ 96.95 Hardware Supplies~ 80838264 055.0002969055.9100.590000 $ 69.60 Hardware Supplies~ 80848305 055.0002969055.9100.590000 $ 423.83 Hardware Supplies~ 80983414 055.0002969055.9100.590000 $ 124.39 Hardware Supplies~ 81221783 055.0002969055.9100.590000 $ 145.31 Hardware Supplies~ 81390960 055.0002969055.9100.590000 $ 222.62 Hardware Supplies~ 81749864 055.0002969055.9100.590000 $ 256.78 Hardware Supplies~ 81749867 055.0002969055.9100.590000 $ 96.95 Hardware Supplies~ 81749871 055.0002969055.9100.590000 $ 423.83 Hardware Supplies~ 81749873 055.0002969$ 2,924.6609/22/2022 13600011.1031.596500 $ 29.75 Firearms / TacƟcal Rifle Adv 081122CARLOS SALDANA006870 ‐ $ 29.7509/22/2022 13601011.9019.590110 $ 2,099.97 Satellite Phone Service~ 253324 011.0015442SATELLITE PHONE STORE000894 ‐ 011.9019.590110 $ 199.50 Sales Tax 9.5% 253324$ 2,299.4709/22/2022 13602055.9190.596200 $ 1,079.35 OperaƟng Expense 08/22 21524SO CAL JOINT POLE COMMITTEE002079 ‐ $ 1,079.3509/22/2022 13603Printed: 10/6/2022 4:07:09PMPage 3 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1031.596500 $ 32.75 Firearms / TacƟcal Rifle Adv 081122STEVENSON JR, KENT000318 ‐ $ 32.7509/22/2022 13604011.1031.596500 $ 25.75 Firearms / TacƟcal Rifle Adv 081122VELASQUEZ, RICHARD000403 ‐ $ 25.7509/22/2022 13605020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596837WATERLINE TECHNOLOGIES, INC007110 ‐ 020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596838020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596839020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596874020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596875020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5596878020.1084.500140 $ 352.25 Sodium Hypochlorite SoluƟon 5596886020.1084.500140 $ 629.20 Sodium Hypochlorite SoluƟon 5598006$ 2,390.4309/22/2022 13606011.1043.596200 $ 8,775.00 GraffiƟ Removal 17APPLY THE PRESSURE GROUP007393 ‐ $ 8,775.0009/22/2022 13607055.9200.500160 $ 107,500.00 Natural Gas 08/22 91540CALPINE ENERGY SERVICES, LP002060 ‐ 055.9200.500160 $ 131,500.00 Natural Gas 08/22 91990$ 239,000.0009/23/2022 13608055.9200.500160 $ 84,332.50 Natural Gas 08/22 8220280001CIMA ENERGY, LP006298 ‐ $ 84,332.5009/23/2022 13609055.9200.500160 $ 1,011,220.00 Natural Gas 08/22 106287CITADEL ENERGY MARKETING, LLC007262 ‐ $ 1,011,220.0009/23/2022 13610055.9200.500160 $ 102,000.00 Natural Gas 08/22 183689CONOCOPHILLIPS COMPANY005388 ‐ 055.9200.500160 $ ‐32,175.00 Natural Gas 08/22 184298$ 69,825.0009/23/2022 13611Printed: 10/6/2022 4:07:09PMPage 4 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500160 $ 581,691.95 Natural Gas 08/22 5009784CRC MARKETING, INC007099 ‐ $ 581,691.9509/23/2022 13612055.9200.500170 $ 21,870.00 Electric Energy TransacƟons GA202578DEPARTMENT OF WATER & POWER002468 ‐ 055.9200.500260 $ 575.00 Electric Energy TransacƟons GA202578$ 22,445.0009/23/2022 13613055.9200.500160 $ 210,780.00 Natural Gas 08/22 2654476EDF TRADING NORTH AMERICA, LLC004116 ‐ $ 210,780.0009/23/2022 13614011.9019.590110 $ 4,000.00 Maintenance, HosƟng & Licesing Fee 146138GRANICUS006750 ‐ $ 4,000.0009/23/2022 13615055.9190.596200 $ 599.04 SoŌware SubscripƟon 102520US0HXHEXAGON EAM HOLDINGS LLC007301 ‐ $ 599.0409/23/2022 13616011.9019.520010 $ 737.61 Printer~ 1100952048 011.0015008INSIGHT PUBLIC SECTOR, INC003606 ‐ 011.9019.520010 $ 75.61 Sales Tax 10.25 1100952048011.9019.520010 $ 3,688.05 Printer~ 1100952104 011.0015008011.9019.520010 $ 378.03 Sales Tax 10.25 1100952104$ 4,879.3009/23/2022 13617011.1049.520000 $ 38.81 Small Tools, Plumbing & Building 119870LB JOHNSON HARDWARE CO #1000804 ‐ 011.1043.520000 $ 37.14 Small Tools, Plumbing & Building 121253011.1043.520000 $ 9.72 Small Tools, Plumbing & Building 121254011.1049.520000 $ 19.64 Small Tools, Plumbing & Building 121499$ 105.3109/23/2022 13618055.9200.500160 $ 1,534,335.00 Natural Gas 08/22 GASI00172415MACQUARIE ENERGY, LLC006086 ‐ $ 1,534,335.0009/23/2022 13619Printed: 10/6/2022 4:07:09PMPage 5 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500160 $ 1,239,122.95 Natural Gas 08/22 3772769MERCURIA ENERGY AMERICA, LLC006262 ‐ $ 1,239,122.9509/23/2022 13620055.9200.500160 $ 344,491.37 Natural Gas 08/22 236291PACIFIC SUMMIT ENERGY, LLC005908 ‐ $ 344,491.3709/23/2022 13621020.1084.900000 $ 52,942.00 Electric Service Maintenance 08/22 220276PETRELLI ELECTRIC, INC003049 ‐ 055.9100.900000 $ 984,233.30 Electric Service Maintenance 08/22 220276055.8000.590000 $ 83,240.25 Electric Service Maintenance 08/22 220276057.1057.590000 $ 6,368.50 Electric Service Maintenance 08/22 220276055.8300.590000 $ 689,930.51 Electric Service Maintenance 08/22 220276055.9100.900000 $ 128,027.65 Bond Projects 220276055.9100.900000 $ 1,802,351.41 Data Center #1 Labor & Equipment 220276055.9100.900000 $ 926.40 Data Center #2 Labor & Equipment 220276$ 3,748,020.0209/23/2022 13622055.9000.596200 $ 3,120.00 ConsultaƟon & Support Services VERNPVHJULY2022PORT CANAVERAL PWR CONSULTANTS002459 ‐ 055.9000.596200 $ 26,836.23 ConsultaƟon & Support Services VERNPVHJUNE2022$ 29,956.2309/23/2022 13623055.9200.500180 $ 230,031.00 Minimum Cost 08/22 PV0922SO CAL PUBLIC POWER AUTHORITY002517 ‐ 055.9200.500150 $ 47,195.00 Variable Cost 08/22 PV0922055.122100 $ 10,000.00 PSF Cost PV0922$ 287,226.0009/23/2022 13624055.9000.596500 $ 45,933.24 ResoluƟon Billing 0922SO CAL PUBLIC POWER AUTHORITY002517 ‐ 055.7100.596200 $ 5,250.65 ResoluƟon Billing 0922055.9000.596700 $ 69.31 ResoluƟon Billing 0922055.9200.596200 $ 4,261.21 ResoluƟon Billing 0922$ 55,514.4109/23/2022 13625Printed: 10/6/2022 4:07:09PMPage 6 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500160 $ 129,589.76 Natural Gas 08/22 4787309SEQUENT ENERGY MANAGEMENT, LLC005604 ‐ $ 129,589.7609/23/2022 13626055.9200.500160 $ 185,125.00 Natural Gas 08/22 350140TWIN EAGLE RESOURCES MGMT, LLC007225 ‐ $ 185,125.0009/23/2022 13627057.1057.500173 $ 4,139.00 Internet Access Services IN167207USIPCOM007343 ‐ $ 4,139.0009/23/2022 13628055.9200.500150 $ 563,186.43 IniƟal Charges 09/22 202209203156620556CALIFORNIA ISO002412 ‐ 055.9200.500170 $ 63,983.03 IniƟal Charges 09/22 202209203156620556055.9200.500190 $ 53,988.55 IniƟal Charges 09/22 202209203156620556055.9200.500210 $ 17,231.20 IniƟal Charges 09/22 202209203156620556055.9200.500150 $ ‐5,311.65 RecalculaƟon Charges 06/22 202209203156620556055.9200.500190 $ ‐697.56 RecalculaƟon Charges 06/22 202209203156620556055.9200.500170 $ 2,049.77 RecalculaƟon Charges 06/22 202209203156620556$ 694,429.7709/23/2022 13629011.1041.520000 $ 9.25 Office Supplies 232294890001OFFICE DEPOT002190 ‐ 011.1031.520000 $ 38.58 Office Supplies 233915301001011.1031.520000 $ 68.76 Office Supplies 25596662001011.1031.520000 $ 39.69 Office Supplies 261264130001011.1031.520000 $ 71.01 Office Supplies 261264289001011.1031.520000 $ 11.68 Office Supplies 261264290001011.1031.520000 $ ‐57.31 Office Supplies 264617854001$ 181.6609/21/2022 13630Printed: 10/6/2022 4:07:09PMPage 7 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.8100.560000 $ 78.11 Period: 07/29/22 ‐ 08/28/22 082922(2)SO CAL EDISON000059 ‐ 055.9200.560010 $ 556.68 Period: 08/22 090122(2)$ 634.7909/21/2022 13631056.5600.560000 $ 21.59 Period: 07/13/22 ‐ 08/11/22 081522THE GAS COMPANY001581 ‐ $ 21.5909/21/2022 13632011.1026.594200 $ 18,500.01 Brokerage & ConsulƟng Services 1843782ALLIANT INSURANCE SERVICES, IN006890 ‐ $ 18,500.0109/29/2022 13633011.1026.502031 $ 13,871.79 Medical ReƟrees~ 240632361ANTHEM BLUE CROSS005182 ‐ $ 13,871.7909/29/2022 13634011.1043.590000 $ 28,124.07 Traffic Signal Maintenance 16559BEAR ELECTRICAL SOLUTIONS, INC007026 ‐ 011.1043.590000 $ 3,696.00 Traffic Signal Maintenance 16560$ 31,820.0709/29/2022 13635020.1084.900000 $ 240,450.00 RehabilitaƟon of Reservoirs~ 083122CAPITAL INDUSTRIAL COATINGS007089 ‐ 020.200400 $ ‐12,022.50 5% RetenƟon 083122$ 228,427.5009/29/2022 13636011.9019.860000 $ 12,519.81 Server~ CM62075 011.0015400CDW GOVERNMENT, INC000447 ‐ 011.9019.860000 $ 1,283.28 Sales Tax 10.25 CM62075011.9019.860000 $ 15,945.48 Server~ CN16719 011.0015401011.9019.860000 $ 1,634.41 Sales Tax 10.25 CN16719$ 31,382.9809/29/2022 13637055.9190.520000 $ 245.37 Copy Machine 32310475GREATAMERICA FINANCIAL007382 ‐ $ 245.3709/29/2022 13638055.9000.596200 $ 12,168.00 Security Services~ 7408JRM006198 ‐ 055.8100.596200 $ 89,696.00 Security Services~ 7409$ 101,864.0009/29/2022 13639Printed: 10/6/2022 4:07:09PMPage 8 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE020.1084.900000 $ 24.81 Parts & Materials~ 81538440 011.0015316MCMASTER‐CARR SUPPLY COMPANY001150 ‐ 055.9100.590000 $ 77.66 Hardware Supplies~ 81994310 055.0002969055.9100.590000 $ 552.34 Hardware Supplies~ 82084140 055.0002969055.9100.590000 $ 97.30 Hardware Supplies~ 82090103 055.0002969055.9100.590000 $ 136.41 Hardware Supplies~ 82169175 055.0002969055.9100.590000 $ 273.35 Hardware Supplies~ 82470577 055.0002969055.9100.590000 $ 301.31 Hardware Supplies~ 82564898 055.0002969055.9100.590000 $ 130.01 Hardware Supplies~ 82633868 055.0002969$ 1,593.1909/29/2022 13640011.9019.590110 $ 24,965.67 Service Maintenance~ 1188080209MOTOROLA SOLUTIONS, INC000016 ‐ $ 24,965.6709/29/2022 13641055.9190.500230 $ 30,330.01 Water Treatment Chemicals 6670277680NALCO WATER007321 ‐ 055.9190.500230 $ 46,094.88 Water Treatment Chemicals 6670309294$ 76,424.8909/29/2022 13642055.9200.596200 $ 6,937.09 SoŌware Services Fee 10/22 VERN83POWER SETTLEMENTS CONSULTING &005658 ‐ $ 6,937.0909/29/2022 13643020.1084.900000 $ 4,724.00 Furnish & Install 2 Split System Air 202207302RUSHER AIR CONDITIONING006637 ‐ $ 4,724.0009/29/2022 13644055.9200.500170 $ 24,669.00 Laguna Bell 09/22 7501447979SO CAL EDISON000059 ‐ 055.9200.500170 $ 187,200.00 Mead Laguna Bell 09/22 7501447980055.9200.500170 $ 79,200.00 Victorville Lugo Vernon 09/22 7501448005$ 291,069.0009/29/2022 13645055.9100.900000 $ 30,000.00 Advance Payment~ 7590451180SO CAL EDISON000059 ‐ $ 30,000.0009/29/2022 13646055.9200.550022 $ 190,455.51 ReservaƟon & Transmission Charges~ 091422THE GAS COMPANY001581 ‐ $ 190,455.5109/29/2022 13647Printed: 10/6/2022 4:07:09PMPage 9 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE020.1084.590000 $ 1,440.00 Fencing & Repairs 19797UNITED STEEL FENCE COMPANY005030 ‐ $ 1,440.0009/29/2022 13648011.9019.590110 $ 2,400.00 Video Evidence RedacƟon SoŌware~ 31086VERITONE, INC007126 ‐ $ 2,400.0009/29/2022 13649020.1084.500110 $ 220,041.18 Groundwater ProducƟon & Assessment 100922WATER REPLENISHMENT DISTRICT001658 ‐ $ 220,041.1809/29/2022 13650020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5599534WATERLINE TECHNOLOGIES, INC007110 ‐ 020.1084.500140 $ 253.62 Sodium Hypochlorite SoluƟon 5599535020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5599536020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5599537020.1084.500140 $ 317.02 Sodium Hypochlorite SoluƟon 5599538020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5599539020.1084.500140 $ 1,363.85 Sodium Hypochlorite SoluƟon 5600579020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601761020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601762020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601763020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601764020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601772020.1084.500140 $ 234.83 Sodium Hypochlorite SoluƟon 5601773020.1084.500140 $ 340.51 Sodium Hypochlorite SoluƟon 5601775020.1084.500140 $ 1,213.85 Sodium Hypochlorite SoluƟon 5602990$ 5,837.1509/29/2022 13651055.9190.590000 $ 24,034.50 Oil Cooling Services for Spring 2022 3523965INWCR INCORPORATED007349 ‐ $ 24,034.5009/29/2022 13652Printed: 10/6/2022 4:07:09PMPage 10 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE055.9200.500150 $ 793,297.32 IniƟal Charges 09/22 202209273156715003CALIFORNIA ISO002412 ‐ 055.9200.500170 $ 12,164.16 IniƟal Charges 09/22 202209273156715003055.9200.500190 $ 6,013.37 IniƟal Charges 09/22 202209273156715003055.9200.500210 $ 14,674.38 IniƟal Charges 09/22 202209273156715003055.9200.500170 $ 170.36 RecalculaƟon Charges 06/22 202209273156715003055.9200.500150 $ ‐2,588.84 RecalculaƟon Charges 06/22 202209273156715003055.9200.500190 $ ‐1,905.06 RecalculaƟon Charges 06/22 202209273156715003055.9200.500150 $ 10.34 IniƟal Charges 09/22 20220973156715028$ 821,836.0309/30/2022 13653011.1043.540000 $ 244.09 Uniforms 4131481386CINTAS CORPORATION005490 ‐ 011.1043.540000 $ 244.09 Uniforms 4132174338$ 488.1809/30/2022 13654055.9190.596200 $ 2,349.27 EAM Professional Services 6278DIGITALTHINKER, INC007232 ‐ 055.9190.596200 $ 1,750.00 EAM Professional Services 6283$ 4,099.2709/30/2022 13655011.1049.520000 $ 179.40 Supplies~ S5152680001 011.0015218EMPIRE CLEANING SUPPLY001936 ‐ 011.1049.520000 $ 110.00 Supplies~ S5152680001 011.0015218011.1049.520000 $ 135.60 Supplies~ S5152680001 011.0015218011.1049.520000 $ 46.73 Freight S5152680001 011.0015218011.1049.520000 $ 43.56 Sales Tax 10.25 S5152680001011.1049.520000 $ 2,082.80 Supplies~ S5152680002 011.0015218011.1049.520000 $ 108.64 Freight S5152680002 011.0015218011.1049.520000 $ 213.49 Sales Tax 10.25 S5152680002$ 2,920.2209/30/2022 13656Printed: 10/6/2022 4:07:09PMPage 11 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1049.590000 $ 681.88 UST Compliance Services 19038FLEMING ENVIRONMENTAL, INC004438 ‐ $ 681.8809/30/2022 13657011.9019.560010 $ 230.00 Audio Conferencing Charges USINV2208209716NTT CLOUD COMMUNICATIONS U.S.006801 ‐ $ 230.0009/30/2022 13658055.9190.590000 $ 7,573.48 Rosemount Coplanar TransmiƩer~ 71991272 055.0002961ROSEMOUNT, INC000246 ‐ 055.9190.590000 $ 2,381.82 Rosemount 305 Integral Manifold~ 71991272 055.0002961055.9190.590000 $ 18.10 Freight 71991272055.9190.590000 $ 1,022.28 Sales Tax 10.25 71991272$ 10,995.6809/30/2022 13659055.9190.590000 $ 150,000.00 Service Contract Agreement 96143774SIEMENS ENERGY, INC007361 ‐ $ 150,000.0009/30/2022 13660055.9100.590110 $ 19,449.00 Annual SoŌware Support & Maintenance U19621SURVALENT TECHNOLOGY, INC002170 ‐ $ 19,449.0009/30/2022 13661Printed: 10/6/2022 4:07:09PMPage 12 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1002.596500 $ 1,062.98 Hotel / A. Kimmey 052322US BANK CORPORATE005594 ‐ 011.1002.596500 $ 249.20 Meals / Data Center Development 052322011.1002.596500 $ 72.00 Parking Fees 052322011.1002.596500 $ 432.97 Travel / A. Kimmey 052322011.1041.520000 $ 14.99 Supplies 052322(10)011.1023.596600 $ 207.45 SubscripƟon Dues 052322(11)011.1070.550000 $ 58.00 Supplies 052322(11)011.9019.520010 $ 55.08 Phone Case 052322(12)055.9200.596200 $ 200.00 SubscripƟon Dues 052322(12)055.8400.590000 $ 600.10 Supplies 052322(12)011.1049.520000 $ 1,037.03 Supplies 052322(13)011.1043.501010 $ 470.00 CerƟficaƟon / E. Zepeda 052322(14)011.1043.501010 $ 4.14 Service Fee 052322(14)011.1049.520000 $ 3,586.90 Supplies 052322(15)011.9019.520010 $ 239.97 Adobe SubscripƟon 052322(16)011.9019.590110 $ 69.99 Network SoluƟons Renewal 052322(16)011.9019.590110 $ 296.00 Office 365 SubscripƟon 052322(16)011.9019.590110 $ 9.99 PD Remote Cameras 052322(16)011.9019.590110 $ 9.99 Recurring PM for IT 052322(16)011.9019.590110 $ 325.75 Remote Assistance SoŌware 052322(16)011.9019.520010 $ 418.48 Supplies 052322(16)011.9019.520010 $ 165.36 Supplies 052322(16)011.9019.520010 $ 146.56 Supplies 052322(16)011.9019.590110 $ 47.90 VPU Publishing SoŌware 052322(16)011.9019.590110 $ 17.50 Zendesk SoŌware 052322(16)011.9019.590110 $ 378.92 Adobe SubscripƟon 052322(16)011.9019.590110 $ 454.80 Zoom for Public MeeƟngs 052322(16)011.9019.590110 $ 19.00 Audio SoŌware 052322(16)011.9019.590110 $ 0.99 Bria VOIP SoŌware 052322(16)011.9019.590110 $ 9.99 Google Counter Path VIOP Service 052322(16)011.9019.590110 $ 1,488.00 Google Suite for VPU 052322(16)Printed: 10/6/2022 4:07:09PMPage 13 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.9019.590110 $ 155.00 GoToMeeƟng Professional SoŌware 052322(16)US BANK CORPORATE005594 ‐ 011.9019.590110 $ 497.00 Helpdesk Support SoŌware 052322(16)011.9019.520010 $ 312.33 Meraki License For Network Switch 052322(16)011.1060.570000 $ 32.00 Car Wash 052322(17)011.199999 $ ‐1,141.00 Charges In Review 052322(17)011.1049.520000 $ 2,962.84 Supplies 052322(18)011.1031.570000 $ 40.05 Fuel 052322(19)055.9000.596550 $ 173.98 Cable Service 052322(2)055.9190.590000 $ 2,500.00 Dumpster Delivery 052322(2)011.1046.520000 $ 391.28 Supplies 052322(20)011.1004.502090 $ 100.00 Claim Report 052322(21)011.1004.520000 $ 5.49 Filling Fees 052322(22)011.1004.596600 $ 35.98 SubscripƟon Dues 052322(22)011.1048.520000 $ 600.62 Supplies 052322(23)011.1049.520000 $ 1,265.28 Supplies 052322(23)011.1031.570000 $ 150.00 Car Wash 052322(24)011.1031.596700 $ 125.00 Training / C. Saldana 052322(24)011.1031.596700 $ 454.00 Training / Cross 052322(24)011.1031.596700 $ 600.00 Training / Encinas 052322(24)011.1031.596500 $ 627.87 Training / Gray 052322(24)011.1031.596700 $ 99.00 Training / Herrera 052322(24)011.1031.596700 $ 99.00 Training / Onopa 052322(24)011.1031.596700 $ 250.00 Training / Redona/ Cam 052322(24)011.1031.596700 $ 99.00 Training / Santos 052322(24)011.1031.540000 $ 410.14 Uniforms 052322(24)011.1031.570000 $ 89.00 Fuel 052322(24)011.1031.570000 $ 107.00 Fuel / Training / Encinas 052322(24)011.1031.520000 $ 25.30 Meals / Interview Panel 052322(24)011.1031.570000 $ 50.00 Parking Fees 052322(24)011.1031.596700 $ 12.03 Service Fee 052322(24)011.1031.520000 $ 2,595.00 Speed Lasers 052322(24)Printed: 10/6/2022 4:07:09PMPage 14 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1031.520000 $ 110.36 Staff MeeƟng 052322(24)US BANK CORPORATE005594 ‐ 011.1031.520000 $ 361.00 Supplies 052322(24)011.1041.596200 $ 85.33 Meals / Employee Event 052322(25)011.1049.520000 $ 3,732.44 Supplies 052322(25)011.199999 $ 21.51 Charges In Review 052322(26)055.9000.596700 $ 137.76 Meals/ Electric Cost MeeƟng 052322(26)055.9000.596700 $ 698.00 RegistraƟon / L. Umeda 052322(26)055.9000.520000 $ 8.16 Shipping Fees 052322(26)055.8000.520000 $ 231.40 Supplies 052322(26)055.9000.540000 $ 1,677.54 Uniforms 052322(26)011.1003.520000 $ 1,108.29 Supplies 052322(27)011.1026.596905 $ 180.00 Meals / Interview Panel 052322(28)055.9190.590000 $ 1,000.00 Disc Repair 052322(29)055.9190.520000 $ 730.92 Supplies 052322(29)055.9190.590000 $ 2,413.68 Supplies 052322(29)011.1031.596600 $ 110.00 Membership Dues 052322(3)055.9190.590000 $ 78.00 Propane 052322(30)055.9190.500230 $ 933.80 TesƟng Supplies 052322(30)055.9190.500230 $ 158.59 Meals / Safety Luncheon 052322(31)055.9190.590000 $ 1,764.74 Repairs & Maintenance 052322(31)055.9190.500230 $ 158.51 Supplies 052322(31)055.9190.520000 $ 327.13 Supplies 052322(31)055.9190.590000 $ 542.44 Supplies 052322(31)055.9190.500230 $ 990.36 Water BoƩles 052322(31)020.1084.520000 $ 190.02 Supplies 052322(32)011.1046.520000 $ 1,591.55 Supplies 052322(33)011.1031.596500 $ 720.10 Car Rental / Sousa 052322(34)011.1047.520000 $ 18.19 Key Repairs 052322(35)011.1043.520000 $ 394.12 Supplies 052322(35)011.1047.520000 $ 719.31 Supplies 052322(35)011.1049.520000 $ 167.54 Supplies 052322(35)Printed: 10/6/2022 4:07:09PMPage 15 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1043.520000 $ 544.32 Water BoƩles 052322(35)US BANK CORPORATE005594 ‐ 011.1004.596600 $ 40.00 SubscripƟon Dues 052322(36)011.5031.560000 $ 71.71 Cable Service 052322(37)011.1031.520000 $ 523.33 Supplies 052322(37)011.1031.570000 $ 110.19 Supplies 052322(37)055.9100.520000 $ 20.99 Supplies 052322(38)020.1084.900000 $ 3,300.00 Water CIP 052322(38)055.9000.596700 $ 275.00 Membership Dues 052322(39)055.9000.596500 $ 50.00 Parking Fees 052322(39)055.9000.596500 $ 292.61 Travel / Car Rental 052322(39)055.9000.596500 $ 629.18 Travel / M. OƩo 052322(39)011.1070.550000 $ 337.68 Business Community Outreach 052322(4)011.1002.596500 $ 554.40 Travel / Data Center Tour 052322(4)055.9000.596500 $ 604.40 Travel / Data Center Tour 052322(4)011.1002.596500 $ 74.27 Travel Insurance 052322(4)055.9000.596500 $ 108.84 Travel Insurance 052322(4)011.1002.596500 $ 9.00 Car Rental Insurance 052322(4)011.1002.596500 $ 1,800.00 Conference RegistraƟon / C. Fandino 052322(4)011.1002.596500 $ 583.87 Lodging / C. Fandino 052322(4)011.1002.596500 $ 50.64 Meals / State of the CiƟes Filming 052322(4)011.1002.596500 $ 139.29 Meals / Working Lunch Admin 052322(4)011.1001.520000 $ 294.56 Repairs & Maintenance 052322(4)011.1070.550000 $ 500.00 Summer Kick‐Off Event 052322(4)011.1001.520000 $ 11.00 Supplies 052322(4)011.1060.520000 $ 288.00 Supplies 052322(40)011.1043.520000 $ 1,026.89 Supplies 052322(41)011.1046.520000 $ 39.62 Key Repairs 052322(42)020.1084.596700 $ 326.80 Meals / Water Safety MeeƟng 052322(43)020.1084.520000 $ 1,552.06 Supplies 052322(43)011.1024.596500 $ 518.46 Lodging / Z. Moussa 052322(44)011.1043.520000 $ 240.00 Car Tint 052322(5)Printed: 10/6/2022 4:07:09PMPage 16 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1043.520000 $ 144.19 Meals / PW Crew Lunch 052322(5)US BANK CORPORATE005594 ‐ 011.1043.520000 $ 734.80 Supplies 052322(5)011.1002.596500 $ 1,323.44 Lodging / C. Fandino 052322(6)011.1002.596500 $ 79.01 Travel / C. Fandino 052322(6)055.9190.590000 $ 958.13 Breakers 052322(7)055.9190.590000 $ 105.77 Seal Repair 052322(7)055.9190.520000 $ 385.86 Supplies 052322(7)055.9190.590000 $ 368.68 Supplies 052322(7)011.1040.596200 $ 138.00 Meals / Clean Up day 052322(8)011.1043.596200 $ 390.48 Meals / Public Works CelebraƟon 052322(8)011.1041.520000 $ 17.72 Supplies 052322(8)011.1041.596200 $ 27.99 Supplies 052322(8)011.1043.596600 $ 465.85 Supplies 052322(8)056.5600.596700 $ 211.43 Meals / Employee Development & Training 052322(9)$ 67,502.4706/28/2022 13662Printed: 10/6/2022 4:07:09PMPage 17 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1002.596500 $ 400.00 Conference RegistraƟon / A. Kimmey 062222US BANK CORPORATE005594 ‐ 011.1002.596500 $ 112.62 Travel / A. Kimmey 062222011.1023.550000 $ 6,423.00 AdverƟsing 062222(10)011.1023.596600 $ 79.96 SubscripƟon Dues 062222(10)011.1002.596700 $ 31.72 Meals / Planning MeeƟng 062222(11)020.1084.590000 $ 110.00 Supplies 062222(11)055.8400.590000 $ 165.00 Supplies 062222(11)011.1049.520000 $ 243.76 Key Duplicate 062222(12)011.1049.520000 $ 12.13 Supplies 062222(12)011.1043.520000 $ 3,229.92 Supplies 062222(13)011.9019.590110 $ 645.67 Adobe SubscripƟon 062222(14)011.9019.590110 $ 220.49 Supplies 062222(14)011.9019.590110 $ 18.57 Supplies 062222(14)011.9019.590110 $ 524.49 Zendesk SoŌware 062222(14)011.9019.590110 $ 319.88 Zoom for Public MeeƟngs 062222(14)011.9019.590110 $ 148.98 Zoom for Public MeeƟngs 062222(14)011.9019.590110 $ 9.99 Arlo Camera SubscripƟon 062222(14)011.9019.590110 $ 1,498.86 Google Suite for VPU 062222(14)011.9019.590110 $ 466.75 GotoAssist Remote Support 062222(14)011.9019.590110 $ 14.00 GoToMeeƟng Professional SoŌware 062222(14)011.9019.590110 $ ‐287.74 Office 365 SubscripƟon 062222(14)011.9019.590110 $ 47.90 Publishing SoŌware for VPU 062222(14)011.9019.520010 $ 1,803.71 Supplies 062222(14)011.9019.520010 $ 19.83 Supplies 062222(14)011.1060.570000 $ 29.00 Car Wash 062222(15)011.1060.596550 $ 1,544.06 Membership Dues 062222(15)011.1049.520000 $ 293.27 Supplies 062222(16)011.1004.596600 $ 35.98 SubscripƟon Dues 062222(17)011.1004.520000 $ 31.65 Supplies 062222(17)011.1049.520000 $ 2,276.52 Supplies 062222(18)011.1031.596700 $ ‐650.00 Cancelled RegistraƟon 062222(19)Printed: 10/6/2022 4:07:09PMPage 18 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1031.596500 $ 325.47 Training / Cross 062222(19)US BANK CORPORATE005594 ‐ 011.1031.596700 $ 640.00 Training / Cross & Saldana 062222(19)011.1031.596700 $ 51.50 Training / D. Aggers 062222(19)011.1031.540000 $ 903.30 Uniforms 062222(19)011.1070.550000 $ 327.32 DARE Supplies 062222(19)011.1031.520000 $ 3.58 Ice / Team Building Workshop 062222(19)011.1031.596700 $ 110.00 MADD Awards 062222(19)011.1070.550000 $ 193.26 Meals / DUI Checkpoint 062222(19)011.1031.520000 $ 482.50 Radio Parts 062222(19)011.1031.520000 $ 115.28 Team Building Workshop 062222(19)011.1031.596700 $ 298.00 Training 062222(19)011.1031.596700 $ 103.00 Training / Maciel 062222(19)055.9000.596700 $ 110.12 SCPPA Dry Run Lunch 062222(2)020.1084.550000 $ 353.39 Supplies 062222(2)055.9190.590000 $ ‐1,046.80 Waste Removal Refund 062222(2)011.1049.520000 $ 2,392.00 Mailbox 062222(20)011.1049.520000 $ 1,336.94 Trash Receptacle 062222(20)055.9000.550000 $ 2,545.88 AdverƟsing 062222(21)020.1084.596600 $ 82.00 Books & PublicaƟons 062222(21)055.8000.596700 $ 49.00 Employee Development & Training 062222(21)055.9000.596700 $ 1,118.00 Employee Development & Training 062222(21)055.9000.520000 $ 20.36 Shipping Fees 062222(21)055.9000.520000 $ 39.81 Supplies 062222(21)055.8100.540000 $ 615.15 Uniforms 062222(21)055.8100.560000 $ 330.70 Uniforms 062222(21)011.1003.520000 $ 108.42 Passport Supplies 062222(22)011.1026.596905 $ 60.00 Meals / Interview Panel 062222(23)011.1026.596900 $ 3,432.41 Employee AppreciaƟon Event 062222(24)055.9190.500230 $ 412.50 Supplies 062222(25)055.9190.590000 $ 861.50 Supplies 062222(25)055.9190.590000 $ 201.94 Parts 062222(26)Printed: 10/6/2022 4:07:09PMPage 19 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1046.520000 $ 1,592.14 Supplies 062222(27)US BANK CORPORATE005594 ‐ 011.1031.596500 $ 7,990.61 Lodging / PD Event 062222(28)011.1031.596550 $ 440.00 Membership Dues 062222(28)011.1047.520000 $ 775.62 Flag 062222(29)011.1047.520000 $ 408.53 Supplies 062222(29)011.1048.520000 $ 138.74 Supplies 062222(29)011.1049.520000 $ 191.30 Supplies 062222(29)011.1049.520000 $ 661.40 Water Filter 062222(29)011.1031.570000 $ 384.68 Graphics for Vehicle 062222(3)011.1031.520000 $ 51.23 Meals / Interview Panel 062222(3)011.1031.596550 $ 145.00 Membership Dues 062222(3)011.1031.520000 $ 97.50 Supplies 062222(3)011.1031.596500 $ 475.96 Travel / B. Gray 062222(3)011.1004.596600 $ 378.86 SubscripƟon Dues 062222(30)011.5031.560000 $ 71.71 Cable Service 062222(31)011.1031.520000 $ 35.11 Supplies 062222(31)020.1084.900000 $ 3,284.85 BaƩery Backup 062222(32)055.9000.596500 $ 263.92 Lodging / M. OƩo 062222(32)055.9000.596700 $ 77.32 Meals / MeeƟng 062222(32)055.9000.596500 $ 9.00 Parking Fees 062222(32)020.1084.900000 $ 88.18 Supplies 062222(32)011.1060.596700 $ 495.00 Exam Fees 062222(33)011.1043.520000 $ 2,375.31 Supplies 062222(34)011.1046.520000 $ 130.10 Keys Repair 062222(35)011.1046.520000 $ 683.84 Supplies 062222(35)020.1084.520000 $ 2,570.27 Supplies 062222(36)011.1001.520000 $ 446.76 City Council Dress Shirts 062222(4)011.1002.550000 $ 175.35 Dept. Head MeeƟng 062222(4)011.1070.550000 $ 1,750.43 Job Fair Event 062222(4)011.1070.550000 $ 6,630.22 Summer Kick‐Off Event 062222(4)011.1026.550000 $ 12.03 Supplies 062222(4)Printed: 10/6/2022 4:07:09PMPage 20 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1043.520000 $ 321.27 Meals 062222(5)US BANK CORPORATE005594 ‐ 011.1043.520000 $ 3,664.72 Supplies 062222(5)011.1002.570000 $ 200.00 Fuel For City Vehicle 062222(6)011.1002.596500 $ 441.24 Lodging / C. Fandino 062222(6)011.9019.520010 $ 71.12 Supplies 062222(6)011.1002.596500 $ 78.32 Travel / C. Fandino 062222(6)055.9190.590000 $ 42.00 Oil Test 062222(7)055.9190.590000 $ 134.09 Supplies 062222(7)056.5600.590000 $ 678.00 Repairs & Maintenance 062222(8)011.1040.596600 $ 14.99 Membership Dues 062222(9)011.1040.596600 $ 147.32 Supplies 062222(9)$ 75,020.5406/28/2022 13663011.1004.595200 $ 2,250.00 GASB 68 ReporƟng Services Fee 1002132905CALPERS000714 ‐ $ 2,250.0006/22/2022 13664055.9190.520000 $ 210.29 Small Tools & Plumbing Hardware~ 092822_MULTIPLE 055.0002968HOME DEPOT CREDIT SERVICES001552 ‐ $ 210.2909/28/2022 13665055.9190.500230 $ 10,271.00 Wastewater Treatment Surcharge 093022LA COUNTY SANITATION DISTRICTS001085 ‐ $ 10,271.0009/29/2022 13666Printed: 10/6/2022 4:07:09PMPage 21 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1001.502020 $ 1,650.61 Monthly Expense of UAL~ 100000016918609CALPERS000714 ‐ 011.1002.502020 $ 16,191.72 Monthly Expense of UAL~ 100000016918609011.1003.502020 $ 7,309.86 Monthly Expense of UAL~ 100000016918609011.1004.502020 $ 24,877.09 Monthly Expense of UAL~ 100000016918609011.1024.502020 $ 7,270.56 Monthly Expense of UAL~ 100000016918609011.1026.502020 $ 12,183.09 Monthly Expense of UAL~ 100000016918609011.1031.502020 $ 21,536.56 Monthly Expense of UAL~ 100000016918609011.1040.502020 $ 14,894.81 Monthly Expense of UAL~ 100000016918609011.1041.502020 $ 12,615.40 Monthly Expense of UAL~ 100000016918609011.1043.502020 $ 27,353.01 Monthly Expense of UAL~ 100000016918609011.1046.502020 $ 6,720.35 Monthly Expense of UAL~ 100000016918609011.1047.502020 $ 4,794.64 Monthly Expense of UAL~ 100000016918609011.1048.502020 $ 3,615.63 Monthly Expense of UAL~ 100000016918609011.1049.502020 $ 5,187.64 Monthly Expense of UAL~ 100000016918609057.1057.502020 $ 196.50 Monthly Expense of UAL~ 100000016918609011.1060.502020 $ 15,209.22 Monthly Expense of UAL~ 100000016918609020.1084.502020 $ 25,623.80 Monthly Expense of UAL~ 100000016918609056.5600.502020 $ 12,418.89 Monthly Expense of UAL~ 100000016918609055.7100.502020 $ 11,711.49 Monthly Expense of UAL~ 100000016918609055.7200.502020 $ 3,890.73 Monthly Expense of UAL~ 100000016918609055.8000.502020 $ 6,209.45 Monthly Expense of UAL~ 100000016918609055.8100.502020 $ 26,252.60 Monthly Expense of UAL~ 100000016918609055.8400.502020 $ 1,179.01 Monthly Expense of UAL~ 100000016918609055.9000.502020 $ 23,619.48 Monthly Expense of UAL~ 100000016918609011.9019.502020 $ 12,379.59 Monthly Expense of UAL~ 100000016918609055.9100.502020 $ 19,060.65 Monthly Expense of UAL~ 100000016918609055.9190.502020 $ 53,016.10 Monthly Expense of UAL~ 100000016918609055.9200.502020 $ 16,034.52 Monthly Expense of UAL~ 100000016918609011.1031.502020 $ 253,489.00 Monthly Expense of UAL~ 100000016918618011.1033.502020 $ 1,053.25 Monthly Expense of UAL~ 100000016918625011.1031.502020 $ 412.42 Monthly Expense of UAL~ 100000016918635Printed: 10/6/2022 4:07:09PMPage 22 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022ELECTRONICVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTPAYMENTNUMBERPAYMENTDATE011.1033.502020 $ 404,275.75 Monthly Expense of UAL~ 100000016918641CALPERS000714 ‐ 011.1024.502020 $ 208.42 Monthly Expense of UAL~ 100000016918649$ 1,052,441.8409/27/2022 13667TOTAL ELECTRONIC$ 14,067,061.20Printed: 10/6/2022 4:07:09PMPage 23 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1049.520000 $ 1,417.12 Electric Motor~ LSI65961 011.0015403AAA ELECTRIC MOTOR SALES000122 ‐ 011.1049.520000 $ 134.63 Sales Tax 9.5% LSI65961$ 1,551.7509/22/2022 609837011.1046.520000 $ 929.25 Light Bar~ 13668 011.0015340AIRWAVE COMMUNICATIONS ENTERPR004026 ‐ 011.1046.520000 $ 1,029.00 Strobe Light~ 13668 011.0015340011.1046.520000 $ 67.28 IgniƟon Delay Module~ 13668 011.0015340011.1046.520000 $ 31.25 Relay~ 13668 011.0015340011.1046.520000 $ 20.00 Fuse Block~ 13668 011.0015340011.1046.520000 $ 37.74 Breaker~ 13668 011.0015340011.1046.520000 $ 125.00 Hardware~ 13668 011.0015340011.1046.590000 $ 1,960.00 Labor~ 13668 011.0015340011.1046.520000 $ 229.55 Sales Tax 10.25 13668$ 4,429.0709/22/2022 609838011.1046.520000 $ 183.60 Spark Plug~ 36985 011.0015362ANAYA SERVICE CENTER006308 ‐ 011.1046.590000 $ 320.00 Labor~ 36985 011.0015362011.1046.520000 $ 18.82 Sales Tax 10.25 36985$ 522.4209/22/2022 609839056.5600.560010 $ 674.50 Period: 07/10/22 ‐ 08/09/22 18622594AT&T001948 ‐ $ 674.5009/22/2022 609840011.1043.560000 $ 58.61 Period: 07/23/22 ‐ 08/22/22 082322CALIFORNIA WATER SERVICE CO000778 ‐ $ 58.6109/22/2022 609841011.1049.590000 $ 1,110.99 Trouble Shoot & Repair Slide Gate 20164COMMERCIAL DOOR OF LOS ANGELES000331 ‐ 011.1049.590000 $ 4,989.00 Furnished & Installed 1 LiŌ Master 20279$ 6,099.9909/22/2022 609842Printed: 10/6/2022 4:07:09PMPage 24 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.590000 $ 298.50 Tire Repair 200454617DANIELS TIRE SERVICE004613 ‐ 011.1046.520000 $ 22.10 Tire Repair 200454617$ 320.6009/22/2022 609843011.1031.594200 $ 278.70 Parking CitaƟon Processing Service 141382DATA TICKET, INC006191 ‐ $ 278.7009/22/2022 609844011.1049.520000 $ 174.63 Building Hardware~ 9429542013 011.0015300GRAINGER, CO001712 ‐ $ 174.6309/22/2022 609845011.1026.502030 $ 3,300.00 LA Co Fire 1014 Medical Insurance 091522TODD HEWETT000332 ‐ $ 3,300.0009/22/2022 609846011.1041.595200 $ 4,711.34 Building & Safety Plan Review~ 61146INTERWEST CONSULTING GROUP, IN004143 ‐ 011.1041.595200 $ 4,332.43 Building & Safety Plan Review~ 65911011.1041.595200 $ 1,410.00 Building & Safety Plan Review~ 66013011.1041.595200 $ 1,711.09 Building & Safety Plan Review~ 66026011.1041.595200 $ 2,430.80 Building & Safety Plan Review~ 66409011.1041.595200 $ 78.80 Building & Safety Plan Review~ 67528011.1041.595200 $ 1,049.04 Building & Safety Plan Review~ 67911011.1041.595200 $ 28,247.09 Building & Safety Plan Review~ 68825011.1041.595200 $ 900.00 Building & Safety Plan Review~ 68839$ 44,870.5909/22/2022 609847011.1031.596200 $ 200.00 Pre‐Employment Polygraph Exam 202208026VPDJOE MAR POLYGRAPH & INV SVC006399 ‐ $ 200.0009/22/2022 609848011.1043.596200 $ 850.00 GraffiƟ Removal 28205KC POWER CLEAN INC007394 ‐ 011.1043.596200 $ 2,250.00 GraffiƟ Removal 28206$ 3,100.0009/22/2022 609849011.1031.596500 $ 25.00 Arrest & Control / Strategic 082222LANDA, RAFAEL003701 ‐ 011.1031.596700 $ 25.00 Arrest & Control / Strategic 082222$ 50.0009/22/2022 609850Printed: 10/6/2022 4:07:09PMPage 25 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1031.594200 $ 179.23 InterpretaƟon Services 10620431LANGUAGE LINE SERVICES, INC003272 ‐ $ 179.2309/22/2022 609851055.9190.590000 $ 2,435.78 Hot Gas Fan Motor Rebuild 62350LITTLEJOHN REULAND CORP002361 ‐ $ 2,435.7809/22/2022 609852011.1031.596700 $ 25.00 Arrest & Control / Strategic 082222MADRIGAL, ALFONSO006695 ‐ 011.1031.596500 $ 25.00 Arrest & Control / Strategic 082222$ 50.0009/22/2022 609853011.1031.570000 $ 40.00 Car & Truck Wash Services ~ 1204 011.0015294MAYWOOD CAR WASH000870 ‐ 011.1031.570000 $ 70.00 Car & Truck Wash Services ~ 1207 011.0015294$ 110.0009/22/2022 609854011.1026.597000 $ 247.00 Medical Services 76338374OCCUPATIONAL HEALTH CENTERS OF006586 ‐ $ 247.0009/22/2022 609855011.9019.520010 $ 215.00 Time Tracking System 69104ONEPOINT HUMAN CAPITAL MGMT006475 ‐ $ 215.0009/22/2022 609856011.1046.520000 $ 466.48 Valve~ PD51838 011.0015359PLUMBERS DEPOT, INC001361 ‐ 011.1046.520000 $ 25.28 Misc Bolts PD51838 011.0015359011.1046.590000 $ 540.00 Labor~ PD51838 011.0015359011.1046.520000 $ 46.72 Sales Tax 9.5% PD51838$ 1,078.4809/22/2022 609857011.1049.520000 $ 87.87 Plumbing Supplies & Building Hardware~ S1270943001 011.0015304PLUMBING & INDUSTRIAL SUPPLY001943 ‐ 011.1049.520000 $ 17.35 Plumbing Supplies & Building Hardware~ S1271068001 011.0015304011.1049.520000 $ 188.71 Plumbing Supplies & Building Hardware~ S1271085001 011.0015304$ 293.9309/22/2022 609858Printed: 10/6/2022 4:07:09PMPage 26 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE020.1084.520000 $ 2,136.00 Injectors~ 2210336 011.0015372SAF‐T‐FLO WATER SERVICES001420 ‐ 020.1084.520000 $ 66.00 Tube Fiƫng~ 2210336 011.0015372020.1084.520000 $ 38.00 Freight 2210336 011.0015372020.1084.520000 $ 225.71 Sales Tax 10.25 2210336$ 2,465.7109/22/2022 609859011.1040.400900 $ 56,974.64 ParƟal Parcel Tax Refund~ 091422SID SPECIAL, LLC006672 ‐ $ 56,974.6409/22/2022 609860011.1043.900000 $ 4,403.49 QA/QC InspecƟon & CompacƟon Services 4813411SMITH‐EMERY LABORATORIES, INC000031 ‐ $ 4,403.4909/22/2022 609861011.1031.594200 $ 1,329.50 Parking CitaƟons 06/22 071022SUPERIOR CT OF CAL OF LA005419 ‐ $ 1,329.5009/22/2022 609862011.1031.594200 $ 1,204.00 Parking CitaƟons 07/22 081122SUPERIOR CT OF CAL OF LA005419 ‐ $ 1,204.0009/22/2022 609863011.1031.596500 $ 25.00 Arrest & Control / Strategic 082222VELEZ, MARISSA006205 ‐ 011.1031.596700 $ 25.00 Arrest & Control / Strategic 082222$ 50.0009/22/2022 609864011.1001.596500 $ 365.25 Independent CiƟes AssociaƟon Annual 081622LETICIA LOPEZ005863 ‐ $ 365.2509/26/2022 609865011.1026.600910 $ 3,750.00 Deposit / EE Wellness Screenings 092222PACIFIC HEALTH AND WELLNESS005914 ‐ $ 3,750.0009/26/2022 609866011.1031.596500 $ 25.00 Arrest & Control / Strategic 082222REYNA, JOSE001145 ‐ 011.1031.596700 $ 25.00 Arrest & Control / Strategic 082222$ 50.0009/26/2022 609867011.1070.550000 $ 12,000.00 HPHS Football Program~ 092822HUNTINGTON PARK HIGH SCHOOL007455 ‐ $ 12,000.0009/29/2022 609868Printed: 10/6/2022 4:07:09PMPage 27 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.112700 $ 150.00 AƩendance SƟpend~ 081122MARIA I. AGUAYO007448 ‐ $ 150.0009/29/2022 609869011.1043.900000 $ 8,182.66 Street Improvement Project 199491ALL AMERICAN ASPHALT004799 ‐ 011.200400 $ ‐409.13 5% RetenƟon 199491$ 7,773.5309/29/2022 609870011.9019.520010 $ 900.00 Equipment SoŌware 2814 011.0015239AMOBIUS GROUP, INC007371 ‐ $ 900.0009/29/2022 609871055.9200.560010 $ 152.00 Period: 07/19/22 ‐ 08/18/22 4811922700AT&T001948 ‐ 011.9019.590110 $ 1,962.40 Period: 07/19/22 ‐ 08/18/22 9640303709$ 2,114.4009/29/2022 609872056.5600.560010 $ 624.55 Period: 05/10/22 ‐ 06/09/22 18312186AT&T001948 ‐ $ 624.5509/29/2022 609873056.5600.596200 $ 105.00 Alarm Monitoring ~ 27789 056.0000683BOYD & ASSOCIATES007208 ‐ $ 105.0009/29/2022 609874011.112700 $ 150.00 AƩendance SƟpend~ 081122CITY OF LAKEWOOD003511 ‐ $ 150.0009/29/2022 609875011.1048.596200 $ 100.00 AƩendance SƟpend~ 091522RONIT DAHAN‐EDRY006717 ‐ $ 100.0009/29/2022 609876011.1046.520000 $ 3,853.46 Tire Repair & Services 200454783DANIELS TIRE SERVICE004613 ‐ $ 3,853.4609/29/2022 609877011.112700 $ 150.00 AƩendance SƟpend~ 081122MARIA DEL PILAR AVALOS007450 ‐ $ 150.0009/29/2022 609878055.9000.596200 $ 6,334.00 Professional Services~ 38425LSGDUNCAN WEINBERG GENZER007145 ‐ 056.5600.593200 $ 261.00 Professional Services~ 38426LSG$ 6,595.0009/29/2022 609879Printed: 10/6/2022 4:07:09PMPage 28 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1046.520000 $ 126.00 Polo~ 6429 011.0015335IMPRESSIONS IN THREAD006108 ‐ 011.1043.520000 $ 126.00 Polo~ 6429 011.0015335011.1049.520000 $ 126.00 Polo~ 6429 011.0015335011.1049.520000 $ 336.00 Polo~ 6429 011.0015335011.1043.520000 $ 84.00 Polo~ 6429 011.0015335011.1043.520000 $ 42.00 Polo~ 6429 011.0015335011.1043.520000 $ 42.00 Polo~ 6429 011.0015335011.1049.520000 $ 86.00 Polo~ 6429 011.0015335011.1043.520000 $ 88.00 Polo~ 6429 011.0015335011.1046.520000 $ 43.00 Polo~ 6429 011.0015335011.1043.520000 $ 44.00 Polo~ 6429 011.0015335011.1043.520000 $ 42.00 Polo~ 6429 011.0015335011.1043.520000 $ 43.00 Polo~ 6429 011.0015335011.1049.520000 $ 88.00 Polo~ 6429 011.0015335011.1046.520000 $ 16.06 Sales Tax 9.5% 6429011.1043.520000 $ 48.55 Sales Tax 9.5% 6429011.1049.520000 $ 60.41 Sales Tax 9.5% 6429011.1041.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 55.00 Polo~ 6552 011.0015387011.1041.520000 $ 60.00 Polo~ 6552 011.0015387011.1041.520000 $ 75.00 Jacket~ 6552 011.0015387011.1041.520000 $ 75.00 Jacket~ 6552 011.0015387011.1041.520000 $ 45.00 Polo~ 6552 011.0015387011.1041.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 105.00 Shirt~ 6552 011.0015387011.1040.520000 $ 65.00 Shirt~ 6552 011.0015387011.1040.520000 $ 65.00 Shirt~ 6552 011.0015387011.1041.520000 $ 120.00 Jacket~ 6552 011.0015387Printed: 10/6/2022 4:07:09PMPage 29 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1041.520000 $ 45.00 Jacket~ 6552 011.0015387IMPRESSIONS IN THREAD006108 ‐ 011.1040.520000 $ 95.00 Shirt~ 6552 011.0015387011.1041.520000 $ 125.00 Jacket~ 6552 011.0015387011.1041.520000 $ 30.00 Shirt~ 6552 011.0015387011.1046.520000 $ 42.00 Polo~ 6552 011.0015387011.1046.520000 $ 42.00 Polo~ 6552 011.0015387011.1041.520000 $ 100.70 Sales Tax 9.5% 6552011.1040.520000 $ 21.38 Sales Tax 9.5% 6552011.1046.520000 $ 7.98 Sales Tax 9.5% 6552$ 2,940.0809/29/2022 609880011.1041.595200 $ 15,976.92 Building & Safety Plan Review~ 81537INTERWEST CONSULTING GROUP004143 ‐ 011.1041.595200 $ 190.00 Building & Safety Plan Review~ 81539$ 16,166.9209/29/2022 609881011.1026.502031 $ 180.00 Medical Services / B. Malkenhorst 090822KEITH W. COWHEY, D.D.S., INC006883 ‐ $ 180.0009/29/2022 609882011.112700 $ 2,260.00 SEWC AdministraƟve Services~ 2502KJSERVICES ENVIRONMENTAL CONSU000971 ‐ $ 2,260.0009/29/2022 609883011.9019.590110 $ 50.00 SBF Abstract 23ASRE012LA COUNTY ASSESSOR OFFICE001792 ‐ 011.9019.590110 $ 50.00 SBF Abstract 23ASRE033$ 100.0009/29/2022 609884011.112700 $ 150.00 AƩendance SƟpend~ 081122ANDREW C. LARA007449 ‐ $ 150.0009/29/2022 609885011.1002.596550 $ 1,055.25 LA County Division Dues~ 4098LEAGUE OF CALIFORNIA CITIES000897 ‐ $ 1,055.2509/29/2022 609886Printed: 10/6/2022 4:07:09PMPage 30 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.1026.502031 $ 225.80 RX & Copay Reimbursements 092122BRUCE V MALKENHORST, SR000813 ‐ $ 225.8009/29/2022 609887011.112700 $ 150.00 AƩendance SƟpend~ 081122OCTAVIO C. MARTINEZ007451 ‐ $ 150.0009/29/2022 609888055.8100.570000 $ 190.00 Car & Truck Wash Services ~ 1208 055.0002983MAYWOOD CAR WASH000870 ‐ $ 190.0009/29/2022 609889055.7200.596702 $ 14,672.95 Customer IncenƟve Program 092222MELISSA'S FOODS007453 ‐ $ 14,672.9509/29/2022 609890011.1048.596200 $ 100.00 AƩendance SƟpend~ 091522JORGE L. NEVAREZ JR006715 ‐ $ 100.0009/29/2022 609891055.7200.596702 $ 4,709.60 Customer IncenƟve Program 092222NUCOR007452 ‐ $ 4,709.6009/29/2022 609892011.1026.502031 $ 12.46 Medical Services / B. Malkenhorst 083122ORANGE COUNTY UROLOGY ASSOCIAT006734 ‐ $ 12.4609/29/2022 609893011.1026.502031 $ 40.00 Medical Expense: V. Malkenhorst 081622PACIFICA ORTHOPEDICS004365 ‐ $ 40.0009/29/2022 609894011.1026.596200 $ 62.00 Reimb. Live Scan 092022VERONICA PALAFOX007446 ‐ $ 62.0009/29/2022 609895055.9190.500230 $ 677.04 Lab Services 87703POSITIVE LAB SERVICE000470 ‐ $ 677.0409/29/2022 609896011.1026.502031 $ 40.00 Medical Services / V. Malkenhorst 072822RADIN CARDIOVASCULAR MED GRP005142 ‐ 011.1026.502031 $ 20.00 Medical Services / B. Malkenhorst 072822(2)$ 60.0009/29/2022 609897Printed: 10/6/2022 4:07:09PMPage 31 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.112700 $ 799.00 General~ 238366RICHARDS, WATSON & GERSHON003900 ‐ 011.112700 $ 390.00 Central Basin MWD Oversight~ 238367$ 1,189.0009/29/2022 609898011.1026.502031 $ 175.00 Medical Services / V. Malkenhorst 080322SCHEINES DENTAL CORPORATION006671 ‐ $ 175.0009/29/2022 609899055.9000.540000 $ 150.00 Steel Toe Work Boots~ 37632IN 055.0002980SHOETERIA000171 ‐ 055.9000.540000 $ 138.90 Steel Toe Work Boots~ 37665IN 055.0002980055.9000.540000 $ 79.37 Steel Toe Work Boots~ 37666IN 055.0002980055.9000.540000 $ 138.90 Steel Toe Work Boots~ 37861IN 055.0002980055.9000.540000 $ 138.90 Steel Toe Work Boots~ 38358IN 055.0002980$ 646.0709/29/2022 609900011.1048.596200 $ 100.00 AƩendance SƟpend~ 091522STEVE SPANKS007447 ‐ $ 100.0009/29/2022 609901055.9190.590000 $ 3,136.58 Fan Bearing~ INV49718 055.0002995SUNSET INDUSTRIAL PARTS, INC007406 ‐ 055.9190.590000 $ 70.40 Seal~ INV49718 055.0002995055.9190.590000 $ 172.05 Seal~ INV49718 055.0002995055.9190.590000 $ 69.35 Freight INV49718 055.0002995055.9190.590000 $ 353.46 Sales Tax 10.25 INV49718$ 3,801.8409/29/2022 609902011.1049.590000 $ 69.00 Pest Control 09/22~ 425228223TERMINIX COMMERCIAL006985 ‐ 011.1049.590000 $ 69.00 Pest Control 09/22~ 425228391011.1048.590000 $ 69.00 Pest Control 09/22~ 425228540011.1048.590000 $ 85.00 Pest Control 09/22~ 425228704011.1048.590000 $ 80.00 Pest Control 09/22~ 425228947011.1049.590000 $ 89.00 Pest Control 09/22~ 425229083$ 461.0009/29/2022 609903Printed: 10/6/2022 4:07:09PMPage 32 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE055.8300.596200 $ 126.75 New Ticket Charges 720220786UNDERGROUND SERVICE ALERT000449 ‐ 020.1084.596200 $ 126.75 New Ticket Charges 720220786056.5600.596200 $ 126.75 New Ticket Charges 720220786057.1057.596200 $ 126.75 New Ticket Charges 720220786$ 507.0009/29/2022 609904011.1060.520000 $ 157.50 Shirt~ 3052569480 011.0015437UNIFIRST CORPORATION005296 ‐ 011.1060.520000 $ 192.00 Shirt~ 3052569480 011.0015437011.1060.520000 $ 162.00 Polo~ 3052569480 011.0015437011.1060.520000 $ 432.00 Jacket~ 3052569480 011.0015437011.1060.520000 $ 399.00 Polo~ 3052569480 011.0015437011.1060.520000 $ 324.00 Jacket~ 3052569480 011.0015437011.1060.520000 $ 58.75 Cap~ 3052569480 011.0015437011.1060.520000 $ 22.50 Cap~ 3052569480 011.0015437011.1060.520000 $ 282.00 Embroidery 3052569480 011.0015437011.1060.520000 $ 208.07 Sales Tax 10.25 3052569480$ 2,237.8209/29/2022 609905011.1043.596200 $ 600.00 Catering Services~ 102VIVA ZAPATA007417 ‐ $ 600.0009/29/2022 609906011.9019.590110 $ 2,333.24 Lease Payment~ 3475991XEROX FINANCIAL SERVICES, LLC000743 ‐ $ 2,333.2409/29/2022 609907011.1046.590000 $ 1,364.00 Car Wash Services 15401XPRESS WASH, INC006372 ‐ 011.1046.590000 $ 858.00 Car Wash Services 15402011.1046.590000 $ 1,584.00 Car Wash Services 15403$ 3,806.0009/29/2022 609908011.1048.596200 $ 100.00 AƩendance SƟpend~ 091522MARLENE ELSA YBARRA006716 ‐ $ 100.0009/29/2022 609909Printed: 10/6/2022 4:07:09PMPage 33 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022EARLY CHECKSVENDOR NAME AND NUMBERACCOUNTNUMBERINVOICEAMOUNTDESCRIPTIONINVOICEP.O.#PAYMENTAMOUNTCHECKNUMBERPAYMENTDATE011.112700 $ 150.00 AƩendance SƟpend~ 081122MELISSA YBARRA004856 ‐ $ 150.0009/29/2022 609910TOTAL EARLY CHECKS$ 235,207.88Printed: 10/6/2022 4:07:09PMPage 34 of 35
CITY OF VERNONOPERATING ACCOUNTWARRANT REGISTER NO. 96OCTOBER 18, 2022RECAP BY FUNDFUNDELECTRONIC TOTALEARLY CHECK TOTALWARRANT TOTALGRAND TOTALS$ 1,129,690.97$ 1,326,641.81$0.00$ 196,950.84011 ‐ GENERAL553,893.14556,485.600.002,592.46020 ‐ WATER12,359,104.3512,392,850.380.0033,746.03055 ‐ LIGHT & POWER13,668.7415,460.540.001,791.80056 ‐ NATURAL GAS10,704.0010,830.750.00126.75057 ‐ FIBER OPTICGRAND TOTAL$14,302,269.08$0.00$235,207.88$14,067,061.20TOTAL CHECKS TO BE PRINTED 0Printed: 10/6/2022 4:07:09PMPage 35 of 35
City Council Agenda Item Report
Submitted by: Diana Figueroa
Submitting Department: Fire Department
Meeting Date: October 18, 2022
SUBJECT
Fire Department Activity Report
Recommendation:
Receive and file the August 2022 Fire Department Activity Report.
Background:
Attached is a copy of a Fire Department Activity Report which covers the period of August 1
through August 31, 2022. The 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 - August 2022
Los Angeles County Fire Department
CITY OF VERNON STATISTICS
August 1, 2022 - August 31, 2022
TRANSPORTS Disposition Incident Patient Disposition (eDisposition.12) Number of Incidents (ALS) Patient Treated, Transported 17 Assist, Public 1 Canceled (Prior to Arrival At Scene) 7 Canceled on Scene (FD Not Needed) 11 Canceled on Scene (Unable to Locate Patient) 4 Care Transferred to BLS 35 Patient Refusal (AMA) - (No Transport) 19 Treated and Transported via LACoFD Vehicle 1 FIRES Incident Date/Time Basic Incident Number (FD1) Basic Incident Full Address Basic Incident Type Code And Description (FD1.21) Basic Property Pre-Incident Value (FD1.37) Basic Property Losses (FD1.35) Basic Contents Pre-Incident Value (FD1.38) Basic Content Losses (FD1.36) Fire Acres Burned (FD5.5) Fire Less Than One Acre Burned Flag (FD5.7) Wildland Federal Responsibility Area Acres Burned (FD17.55) Wildland State Responsibility Area Acres Burned (FD17.53) Wildland Local Responsibility Area Acres Burned (FD17.54) Basic Primary Station Name (FD1.4) Basic Incident City Name (FD1.16): VERNON 08/02/2022 LAC22258786 4800 South ALAMEDA VERNON CA 90058 143 - Grass fire 0 0 0 0 0 LAC052 COUNTY OF LOS ANGELES FIRE DEPARTMENT CITY OF VERNON STATISTICS AUGUST 2022 TYPES AND TOTALS
Incident Date/Time Basic Incident Number (FD1) Basic Incident Full Address Basic Incident Type Code And Description (FD1.21) Basic Property Pre-Incident Value (FD1.37) Basic Property Losses (FD1.35) Basic Contents Pre-Incident Value (FD1.38) Basic Content Losses (FD1.36) Fire Acres Burned (FD5.5) Fire Less Than One Acre Burned Flag (FD5.7) Wildland Federal Responsibility Area Acres Burned (FD17.55) Wildland State Responsibility Area Acres Burned (FD17.53) Wildland Local Responsibility Area Acres Burned (FD17.54) Basic Primary Station Name (FD1.4) LAC22259183 East WASHINGTON VERNON CA 90023 131 - Passenger vehicle fire 2,000 0 LAC052 08/10/2022 LAC22269373 5102 DISTRICT VERNON CA 90058 111 - Building fire LAC163 08/11/2022 LAC22270058 4879 FRUITLAND VERNON CA 90058 118 - Trash or rubbish fire, contained LAC163 08/12/2022 LAC22271108 2909 East LEONIS VERNON CA 90058 150 - Outside rubbish fire, other LAC052 LAC22271130 South SOTO VERNON CA 90058 118 - Trash or rubbish fire, contained LAC052 08/13/2022 LAC22272837 East 44TH VERNON CA 90058 150 - Outside rubbish fire, other LAC013 08/21/2022 LAC22282319 South SOTO VERNON CA 90058 100 - Fire, other LAC052 08/24/2022 LAC22286938 1995 East VERNON VERNON CA 90058 118 - Trash or rubbish fire, contained LAC052 CITY OF VERNON STATISTICSAUGUST 2022 TYPES AND TOTALS
Incident Date/Time Basic Incident Number (FD1) Basic Incident Full Address Basic Incident Type Code And Description (FD1.21) Basic Property Pre-Incident Value (FD1.37) Basic Property Losses (FD1.35) Basic Contents Pre-Incident Value (FD1.38) Basic Content Losses (FD1.36) Fire Acres Burned (FD5.5) Fire Less Than One Acre Burned Flag (FD5.7) Wildland Federal Responsibility Area Acres Burned (FD17.55) Wildland State Responsibility Area Acres Burned (FD17.53) Wildland Local Responsibility Area Acres Burned (FD17.54) Basic Primary Station Name (FD1.4) 08/25/2022 LAC22287020 East WASHINGTON VERNON CA 90023 143 - Grass fire 0 0 0 LAC052 LAC22287099 South ATLANTIC VERNON CA 90040 100 - Fire, other LAC027 08/28/2022 LAC22291858 4900 South SOTO VERNON CA 90058 150 - Outside rubbish fire, other LAC013 08/31/2022 LAC22294524 South ATLANTIC VERNON CA 90040 151 - Outside rubbish, trash or waste fire 0 0 LAC163 Total: 0 Total: 0 Total: 0 Total: 0 Count: 13 Total: 0 Total: 0 Total: 0 Total: 0 Count: 13 CITY OF VERNON STATISTICSAUGUST 2022 TYPES AND TOTALS
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) INVO 1 Total: 1 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 1 - Fire GRS 100 - Fire, other 1 GRS 143 - Grass fire 2 $0 0 GRS 150 - Outside rubbish fire, other 1 INVO 150 - Outside rubbish fire, other 1 MISC1 118 - Trash or rubbish fire, contained 1 MISC1 131 - Passenger vehicle fire 1 $2,000 0 MISC1 150 - Outside rubbish fire, other 1 MISC1 151 - Outside rubbish, trash or waste fire 1 $0 0 STRC 100 - Fire, other 1 STRC 111 - Building fire 1 STRC 118 - Trash or rubbish fire, contained 1 TREE 118 - Trash or rubbish fire, contained 1 Total: 13 Total: $2,000 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 3 - Rescue & Emergency Medical Service Incident 911 321 - EMS call, excluding vehicle accident with injury 1 ABDA 321 - EMS call, excluding vehicle accident with injury 1 ABDB 321 - EMS call, excluding vehicle accident with injury 1 ALRWF 321 - EMS call, excluding vehicle accident with injury 1 ARREST 321 - EMS call, excluding vehicle accident with injury 2 ASSLTA 321 - EMS call, excluding vehicle accident with injury 1 BACKA 300 - Rescue, EMS incident, other 1 BEHAVB 321 - EMS call, excluding vehicle accident with injury 1 CP 321 - EMS call, excluding vehicle accident with injury 2 DB 300 - Rescue, EMS incident, other 1 DB 321 - EMS call, excluding vehicle accident with injury 2 EMS 300 - Rescue, EMS incident, other 1 EMS 321 - EMS call, excluding vehicle accident with injury 3 EYE 321 - EMS call, excluding vehicle accident with injury 1 INJA 300 - Rescue, EMS incident, other 2 INJA 321 - EMS call, excluding vehicle accident with injury 9 INJB 300 - Rescue, EMS incident, other 1 CITY OF VERNON STATISTICSAUGUST 2022 TYPES AND TOTALS
Cad Initial Cad Incident Type Description Basic Incident Type Code And Description (FD1.21) Number of incidents Property Loss Content Loss Acres Burned INJB 321 - EMS call, excluding vehicle accident with injury 3 INJB 322 - Motor vehicle accident with injuries 1 MAT 321 - EMS call, excluding vehicle accident with injury 1 OD 322 - Motor vehicle accident with injuries 1 PA 355 - Confined space rescue 1 SICKA 300 - Rescue, EMS incident, other 1 SICKA 321 - EMS call, excluding vehicle accident with injury 4 SICKB 300 - Rescue, EMS incident, other 1 SICKB 321 - EMS call, excluding vehicle accident with injury 3 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 3 TCB 300 - Rescue, EMS incident, other 2 TCB 321 - EMS call, excluding vehicle accident with injury 3 TCB 322 - Motor vehicle accident with injuries 1 TCP 300 - Rescue, EMS incident, other 1 TCT 300 - Rescue, EMS incident, other 1 UNC 321 - EMS call, excluding vehicle accident with injury 2 Total: 67 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 4 - Hazardous Condition (No Fire) VEHF 440 - Electrical wiring/equipment problem, other 1 WIRES 440 - Electrical wiring/equipment problem, other 1 Total: 2 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 5 - Service Call ALRWF 522 - Water or steam leak 1 FLOOD 522 - Water or steam leak 1 INVI 522 - Water or steam leak 1 PA 542 - Animal rescue 1 PA 551 - Assist police or other governmental agency 1 TCA 500 - Service call, other 1 Total: 6 Total: $0 Total: 0 Total: 0 Basic Incident Type Category (FD1.21): 6 - Good Intent Call ALRA 600 - Good intent call, other 1 ALRA 611 - Dispatched and cancelled en route 7 CITY OF VERNON STATISTICSAUGUST 2022 TYPES AND TOTALS
Cad Initial Cad Incident Type Description Basic Incident Type Code And Description (FD1.21) Number of incidents Property Loss Content Loss Acres Burned ALRWF 600 - Good intent call, other 1 ALRWF 611 - Dispatched and cancelled en route 4 ALRWFR 611 - Dispatched and cancelled en route 1 CP 600 - Good intent call, other 1 EMS 600 - Good intent call, other 1 GASO 600 - Good intent call, other 1 INJA 611 - Dispatched and cancelled en route 1 INVO 600 - Good intent call, other 1 INVO 611 - Dispatched and cancelled en route 5 STRC 611 - Dispatched and cancelled en route 3 SZR 611 - Dispatched and cancelled en route 1 TCA 600 - Good intent call, other 2 TCA 611 - Dispatched and cancelled en route 3 TCB 600 - Good intent call, other 3 TCB 611 - Dispatched and cancelled en route 1 Total: 37 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 730 - System malfunction, other 1 ALRA 735 - Alarm system sounded due to malfunction 1 ALRA 744 - Detector activation, no fire - unintentional 3 ALRMAN 735 - Alarm system sounded due to malfunction 1 ALRWF 700 - False alarm or false call, other 1 ALRWF 730 - System malfunction, other 8 ALRWF 731 - Sprinkler activation due to malfunction 2 ALRWF 735 - Alarm system sounded due to malfunction 2 ALRWF 741 - Sprinkler activation, no fire - unintentional 1 INVO 700 - False alarm or false call, other 1 Total: 22 Total: $0 Total: 0 Total: 0 Total: 148 Total: $2,000 Total: 0 Total: 0 CITY OF VERNON STATISTICSAUGUST 2022 TYPES AND TOTALS
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) 08/01/22 LAC22257352 INJB 321 - EMS call, excluding vehicle accident with injury East SLAUSON VERNON CA 90058 East SLAUSON Avenue Q13 08/01/22 LAC22257465 TCA 611 - Dispatched and cancelled en route East VERNON VERNON CA 90058 East VERNON Avenue 08/01/22 LAC22257486 TCA 611 - Dispatched and cancelled en route South SOTO VERNON CA 90058 South SOTO Street S13 08/01/22 LAC22257673 SZR 300 - Rescue, EMS incident, other 5925 South ALCOA VERNON CA 90058 5925 South ALCOA Avenue E13 08/02/22 LAC22258365 CP 321 - EMS call, excluding vehicle accident with injury 3855 South SOTO VERNON CA 90058 3855 South SOTO Street E52 08/02/22 LAC22258413 TCA 322 - Motor vehicle accident with injuries 2770 East LEONIS VERNON CA 90058 2770 East LEONIS Boulevard S13 08/02/22 LAC22258562 EMS 600 - Good intent call, other 4317 South DOWNEY VERNON CA 90058 4317 South DOWNEY Road E13 08/02/22 LAC22258603 PA 355 - Confined space rescue East 38TH VERNON CA 90058 East 38TH Street E52 08/02/22 LAC22258786 GRS 143 - Grass fire 4800 South ALAMEDA VERNON CA 90058 4800 South ALAMEDA Street E52 0 0 08/02/22 LAC22259183 MISC1 131 - Passenger vehicle fire East WASHINGTON VERNON CA 90023 East WASHINGTON Boulevard E52 2,000 0 08/03/22 LAC22259667 BEHAVB 321 - EMS call, excluding vehicle accident with injury 4489 BANDINI VERNON CA 90023 4489 BANDINI Boulevard E27 08/03/22 LAC22260307 ALRA 730 - System malfunction, other 2323 East 52ND VERNON CA 90058 2323 East 52ND Street E52 08/03/22 LAC22260480 VEHF 440 - Electrical wiring/equipment problem, other SB 710 AT BANDINI VERNON CA 90058 SB 710 AT BANDINI Boulevard Q3 08/03/22 LAC22260525 INVO 600 - Good intent call, other SANTA FE VERNON CA 90255 SANTA FE Avenue E52 08/04/22 LAC22260857 ALRWF 731 - Sprinkler activation due to malfunction 2638 East VERNON VERNON CA 90058 2638 East VERNON Avenue E52 08/04/22 LAC22261547 INVO 700 - False alarm or false call, other 2987 East LEONIS VERNON CA 90058 2987 East LEONIS Boulevard E52 08/04/22 LAC22261563 ARREST 321 - EMS call, excluding vehicle accident with injury 2775 East 26TH VERNON CA 90023 2775 East 26TH Street E52 Los Angeles County Fire DepartmentCITY OF VERNON CITY DETAILS AUGUST 2022
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) 08/04/22 LAC22261906 ALRWF 522 - Water or steam leak 2230 East 38TH VERNON CA 90058 2230 East 38TH Street E52 08/04/22 LAC22261920 INJA 321 - EMS call, excluding vehicle accident with injury 5601 South DOWNEY VERNON CA 90058 5601 South DOWNEY Road Q13 08/05/22 LAC22262178 TCB 611 - Dispatched and cancelled en route DISTRICT VERNON CA 90058 DISTRICT Boulevard E13 08/05/22 LAC22262306 ALRA 611 - Dispatched and cancelled en route 2323 East 52ND VERNON CA 90058 2323 East 52ND Street 08/05/22 LAC22262371 INJA 321 - EMS call, excluding vehicle accident with injury 2619 East 37TH VERNON CA 90058 2619 East 37TH Street S13 08/05/22 LAC22262417 ALRWF 735 - Alarm system sounded due to malfunction 2240 East 38TH VERNON CA 90058 2240 East 38TH Street 08/05/22 LAC22262646 TCB 600 - Good intent call, other South SOTO VERNON CA 90058 South SOTO Street E52 08/05/22 LAC22262668 ALRMAN 735 - Alarm system sounded due to malfunction 2230 East 38TH VERNON CA 90058 2230 East 38TH Street E52 08/05/22 LAC22262803 SZR 321 - EMS call, excluding vehicle accident with injury 4320 South SANTA FE VERNON CA 90058 4320 South SANTA FE Avenue E52 08/06/22 LAC22263459 TCA 500 - Service call, other South DOWNEY VERNON CA 90058 South DOWNEY Road E13 08/06/22 LAC22263565 ALRWF 321 - EMS call, excluding vehicle accident with injury 2019 East 48TH VERNON CA 90058 2019 East 48TH Street E52 08/06/22 LAC22263751 ALRA 611 - Dispatched and cancelled en route 4020 BANDINI VERNON CA 90023 4020 BANDINI Boulevard 08/07/22 LAC22264539 EMS 300 - Rescue, EMS incident, other 2035 East 37TH VERNON CA 90058 2035 East 37TH Street E52 08/07/22 LAC22264667 EYE 321 - EMS call, excluding vehicle accident with injury 5353 South DOWNEY VERNON CA 90058 5353 South DOWNEY Road E13 08/07/22 LAC22265162 INJA 321 - EMS call, excluding vehicle accident with injury 5741 South 1ST VERNON CA 90058 5741 South 1ST Street E52 08/07/22 LAC22265370 ALRWF 735 - Alarm system sounded due to malfunction 2240 East 38TH VERNON CA 90058 2240 East 38TH Street E52 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/07/22 LAC22265668 TCA 300 - Rescue, EMS incident, other 3770 East WASHINGTON VERNON CA 90023 3770 East WASHINGTON Boulevard E27 08/07/22 LAC22265701 ALRA 735 - Alarm system sounded due to malfunction 3003 East LEONIS VERNON CA 90058 3003 East LEONIS Boulevard E52 08/08/22 LAC22265956 INJA 321 - EMS call, excluding vehicle accident with injury 3030 East LEONIS VERNON CA 90058 3030 East LEONIS Boulevard S13 08/08/22 LAC22265998 ALRWF 730 - System malfunction, other 3851 South SANTA FE VERNON CA 90058 3851 South SANTA FE Avenue 08/08/22 LAC22266503 BACKA 300 - Rescue, EMS incident, other 3851 South SOTO VERNON CA 90058 3851 South SOTO Street S13 08/08/22 LAC22266798 STRC 611 - Dispatched and cancelled en route South SOTO VERNON CA 90058 South SOTO Street E9 08/09/22 LAC22267093 ALRA 611 - Dispatched and cancelled en route 2300 East VERNON VERNON CA 90058 2300 East VERNON Avenue 08/09/22 LAC22267220 CP 321 - EMS call, excluding vehicle accident with injury 3141 East 44TH VERNON CA 90058 3141 East 44TH Street S13 08/09/22 LAC22267395 ABDB 321 - EMS call, excluding vehicle accident with injury 3850 South SANTA FE VERNON CA 90058 3850 South SANTA FE Avenue E52 08/09/22 LAC22267535 ABDA 321 - EMS call, excluding vehicle accident with injury 3113 East 26TH VERNON CA 90023 3113 East 26TH Street S13 08/09/22 LAC22267608 EMS 321 - EMS call, excluding vehicle accident with injury East 50TH VERNON CA 90058 East 50TH Street S13 08/09/22 LAC22267693 ALRA 744 - Detector activation, no fire - unintentional 5124 South PACIFIC VERNON CA 90058 5124 South PACIFIC Boulevard E52 08/09/22 LAC22267826 SICKB 321 - EMS call, excluding vehicle accident with injury 4301 South SANTA FE VERNON CA 90058 4301 South SANTA FE Avenue E52 08/09/22 LAC22267982 TCB 600 - Good intent call, other East LEONIS VERNON CA 90058 East LEONIS Boulevard E13 08/09/22 LAC22268412 SICKB 321 - EMS call, excluding vehicle accident with injury 5685 South ALCOA VERNON CA 90058 5685 South ALCOA Avenue E13 08/10/22 LAC22268687 SICKA 321 - EMS call, excluding vehicle accident with injury 4401 South DOWNEY VERNON CA 90058 4401 South DOWNEY Road S13 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/10/22 LAC22269178 911 321 - EMS call, excluding vehicle accident with injury 5102 DISTRICT VERNON CA 90058 5102 DISTRICT Boulevard E13 08/10/22 LAC22269373 STRC 111 - Building fire 5102 DISTRICT VERNON CA 90058 5102 DISTRICT Boulevard E13 08/11/22 LAC22269789 TCT 300 - Rescue, EMS incident, other Pacific East LEONIS VERNON CA 90058 Pacific East LEONIS Boulevard S13 08/11/22 LAC22270058 MISC1 118 - Trash or rubbish fire, contained 4879 FRUITLAND VERNON CA 90058 4879 FRUITLAND Avenue E163 08/11/22 LAC22270469 ALRA 700 - False alarm or false call, other 5688 South BOYLE VERNON CA 90058 5688 South BOYLE Avenue E13 08/12/22 LAC22271108 GRS 150 - Outside rubbish fire, other 2909 East LEONIS VERNON CA 90058 2909 East LEONIS Boulevard E52 08/12/22 LAC22271130 STRC 118 - Trash or rubbish fire, contained South SOTO VERNON CA 90058 South SOTO Street E52 08/12/22 LAC22271143 INVO 611 - Dispatched and cancelled en route East VERNON VERNON CA 90058 East VERNON Avenue E13 08/12/22 LAC22271172 ALRA 611 - Dispatched and cancelled en route 3365 East SLAUSON VERNON CA 90058 3365 East SLAUSON Avenue 08/12/22 LAC22271197 TCB 300 - Rescue, EMS incident, other South ATLANTIC VERNON CA 90040 South ATLANTIC Boulevard E27 08/12/22 LAC22271821 TCA 321 - EMS call, excluding vehicle accident with injury 4927 South PACIFIC VERNON CA 90058 4927 South PACIFIC Boulevard E52 08/13/22 LAC22272281 DB 321 - EMS call, excluding vehicle accident with injury 3344 BANDINI VERNON CA 90023 3344 BANDINI Boulevard S13 08/13/22 LAC22272371 ALRWF 741 - Sprinkler activation, no fire - unintentional 2209 East 37TH VERNON CA 90058 2209 East 37TH Street E52 08/13/22 LAC22272692 INVO South ALAMEDA VERNON CA 90058 South ALAMEDA Street 08/13/22 LAC22272837 MISC1 150 - Outside rubbish fire, other East 44TH VERNON CA 90058 East 44TH Street E13 08/13/22 LAC22273077 INJB 321 - EMS call, excluding vehicle accident with injury 5008 South BOYLE VERNON CA 90058 5008 South BOYLE Avenue E27 08/14/22 LAC22273590 TCB 321 - EMS call, excluding vehicle accident with injury 4228 DISTRICT VERNON CA 90058 4228 DISTRICT Boulevard S13 08/14/22 LAC22273604 INJA 300 - Rescue, EMS incident, other 4550 MAYWOOD VERNON CA 90058 4550 MAYWOOD Avenue Q13 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/14/22 LAC22273609 MAT 321 - EMS call, excluding vehicle accident with injury 3165 East SLAUSON VERNON CA 90058 3165 East SLAUSON Avenue Q13 08/14/22 LAC22273613 CP 600 - Good intent call, other 4550 MAYWOOD VERNON CA 90058 4550 MAYWOOD Avenue S13 08/14/22 LAC22274143 TCB 322 - Motor vehicle accident with injuries 50th South DOWNEY VERNON CA 90058 50th South DOWNEY Road E13 08/14/22 LAC22274410 ALRWF 700 - False alarm or false call, other 4614 East 48TH VERNON CA 90058 4614 East 48TH Street E13 08/15/22 LAC22274921 ALRWF 611 - Dispatched and cancelled en route 4614 East 48TH VERNON CA 90058 4614 East 48TH Street 08/15/22 LAC22275014 FLOOD 522 - Water or steam leak 4609 HAMPTON VERNON CA 90058 4609 HAMPTON Street E52 08/15/22 LAC22275032 EMS 321 - EMS call, excluding vehicle accident with injury 4333 MAYWOOD VERNON CA 90058 4333 MAYWOOD S13 08/15/22 LAC22275251 INVO 611 - Dispatched and cancelled en route South SOTO VERNON CA 90023 South SOTO Street 08/16/22 LAC22276270 ALRWF 611 - Dispatched and cancelled en route 5383 South ALCOA VERNON CA 90058 5383 South ALCOA Avenue 08/16/22 LAC22276481 ALRA 600 - Good intent call, other 2638 East VERNON VERNON CA 90058 2638 East VERNON Avenue E52 08/16/22 LAC22276504 ALRWFR 611 - Dispatched and cancelled en route 2638 East VERNON VERNON CA 90058 2638 East VERNON Avenue 08/16/22 LAC22277133 PA 551 - Assist police or other governmental agency 2454 East 27TH VERNON CA 90058 2454 East 27TH Street E52 08/17/22 LAC22277373 TCA 600 - Good intent call, other South DOWNEY VERNON CA 90023 South DOWNEY Road Q13 08/17/22 LAC22277407 INVO 611 - Dispatched and cancelled en route South SOTO VERNON CA 90023 South SOTO Street 08/17/22 LAC22277833 INJA 611 - Dispatched and cancelled en route East 26TH VERNON CA 90023 East 26TH Street S13 08/17/22 LAC22277891 INJA 300 - Rescue, EMS incident, other 2800 South SIERRA PINE VERNON CA 90023 2800 South SIERRA PINE Avenue S13 08/17/22 LAC22277923 TCA 300 - Rescue, EMS incident, other 2419 East 28TH VERNON CA 90058 2419 East 28TH Street E52 08/17/22 LAC22278177 TCB 600 - Good intent call, other South ATLANTIC VERNON CA 90040 South ATLANTIC Boulevard E27 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/17/22 LAC22278181 SZR 611 - Dispatched and cancelled en route 2600 East 28TH VERNON CA 90058 2600 East 28TH Street E52 08/18/22 LAC22278568 SICKA 300 - Rescue, EMS incident, other 3344 BANDINI VERNON CA 90023 3344 BANDINI Boulevard S13 08/18/22 LAC22278648 UNC 321 - EMS call, excluding vehicle accident with injury 2200 East 55TH VERNON CA 90058 2200 East 55TH Street S164 08/18/22 LAC22279188 TCA 322 - Motor vehicle accident with injuries South INDIANA VERNON CA 90023 South INDIANA Street S13 08/19/22 LAC22280112 ALRA 744 - Detector activation, no fire - unintentional 2101 East 38TH VERNON CA 90058 2101 East 38TH Street E52 08/19/22 LAC22280176 DB 321 - EMS call, excluding vehicle accident with injury 25TH ST VERNON CA 90058 25TH ST Street E52 08/19/22 LAC22280642 INJA 321 - EMS call, excluding vehicle accident with injury 4366 East 26TH VERNON CA 90023 4366 East 26TH Street E27 08/20/22 LAC22281760 DB 300 - Rescue, EMS incident, other GIFFORD VERNON CA 90058 GIFFORD Avenue E163 08/20/22 LAC22281909 INVO 611 - Dispatched and cancelled en route East WASHINGTON VERNON CA 90023 East WASHINGTON Boulevard 08/20/22 LAC22282030 TCB 300 - Rescue, EMS incident, other 1943 East 55TH VERNON CA 90058 1943 East 55TH Street E52 08/21/22 LAC22282286 UNC 321 - EMS call, excluding vehicle accident with injury 2141 East 51ST VERNON CA 90058 2141 East 51ST Street E52 08/21/22 LAC22282319 STRC 100 - Fire, other South SOTO VERNON CA 90058 South SOTO Street E13 08/21/22 LAC22282647 PA 542 - Animal rescue 2080 East 49TH VERNON CA 90058 2080 East 49TH Street E52 08/21/22 LAC22282871 TCA 322 - Motor vehicle accident with injuries East SLAUSON VERNON CA 90058 East SLAUSON Avenue S13 08/22/22 LAC22283557 ALRWF 730 - System malfunction, other 5225 South SOTO VERNON CA 90058 5225 South SOTO Street E13 08/22/22 LAC22283645 INJA 321 - EMS call, excluding vehicle accident with injury 5865 South ALCOA VERNON CA 90058 5865 South ALCOA Avenue E13 08/22/22 LAC22283809 TCP 300 - Rescue, EMS incident, other 3838 South SANTA FE VERNON CA 90058 3838 South SANTA FE Avenue E52 08/22/22 LAC22284133 INVO 611 - Dispatched and cancelled en route East 55TH VERNON CA 90058 East 55TH Street E52 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/22/22 LAC22284208 OD 322 - Motor vehicle accident with injuries 2680 South BONNIE BEACH VERNON CA 90023 2680 South BONNIE BEACH Place S13 08/23/22 LAC22284674 SICKB 300 - Rescue, EMS incident, other BANDINI VERNON CA 90023 BANDINI Boulevard E52 08/23/22 LAC22284830 ALRA 611 - Dispatched and cancelled en route PENNINGTON VERNON CA 90040 PENNINGTON Way 08/23/22 LAC22284906 WIRES 440 - Electrical wiring/equipment problem, other East 26TH VERNON CA 90023 East 26TH Street E52 08/23/22 LAC22285506 SZR 321 - EMS call, excluding vehicle accident with injury 3375 East SLAUSON VERNON CA 90058 3375 East SLAUSON Avenue S13 08/24/22 LAC22285905 TCB 321 - EMS call, excluding vehicle accident with injury 3301 East VERNON VERNON CA 90058 3301 East VERNON Avenue E52 08/24/22 LAC22286261 INJA 321 - EMS call, excluding vehicle accident with injury 4901 BANDINI VERNON CA 90201 4901 BANDINI Boulevard E27 08/24/22 LAC22286389 TCA 321 - EMS call, excluding vehicle accident with injury 0 FRUITLAND VERNON CA 90058 0 FRUITLAND Avenue E13 08/24/22 LAC22286928 TCB 321 - EMS call, excluding vehicle accident with injury South SANTA FE VERNON CA 90058 South SANTA FE Avenue E52 08/24/22 LAC22286938 TREE 118 - Trash or rubbish fire, contained 1995 East VERNON VERNON CA 90058 1995 East VERNON Avenue E13 08/25/22 LAC22287020 GRS 143 - Grass fire East WASHINGTON VERNON CA 90023 East WASHINGTON Boulevard E52 08/25/22 LAC22287078 ALRWF 600 - Good intent call, other 4408 BANDINI VERNON CA 90023 4408 BANDINI Boulevard E27 08/25/22 LAC22287087 ALRA 744 - Detector activation, no fire - unintentional 2665 East LEONIS VERNON CA 90058 2665 East LEONIS Boulevard E52 08/25/22 LAC22287099 GRS 100 - Fire, other South ATLANTIC VERNON CA 90040 South ATLANTIC Boulevard E27 08/25/22 LAC22287128 TCA 600 - Good intent call, other 1 South ATLANTIC VERNON CA 90040 1 South ATLANTIC Boulevard E27 08/25/22 LAC22287140 ALRWF 730 - System malfunction, other 4622 South ALCOA VERNON CA 90058 4622 South ALCOA Avenue 08/25/22 LAC22287158 ALRWF 611 - Dispatched and cancelled en route 4614 East 48TH VERNON CA 90058 4614 East 48TH Street E13 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/25/22 LAC22287323 SICKA 321 - EMS call, excluding vehicle accident with injury East VERNON VERNON CA 90058 East VERNON Avenue S13 08/25/22 LAC22287633 ALRWF 730 - System malfunction, other 4401 South DOWNEY VERNON CA 90058 4401 South DOWNEY Road E13 08/26/22 LAC22288259 STRC 611 - Dispatched and cancelled en route 5800 South BOYLE VERNON CA 90058 5800 South BOYLE Avenue E165 08/26/22 LAC22288294 ALRWF 730 - System malfunction, other 4622 South ALCOA VERNON CA 90058 4622 South ALCOA Avenue E13 08/26/22 LAC22288470 ALRWF 730 - System malfunction, other 4622 South ALCOA VERNON CA 90058 4622 South ALCOA Avenue E13 08/26/22 LAC22289221 ALRWF 730 - System malfunction, other 5151 South ALCOA VERNON CA 90058 5151 South ALCOA Avenue 08/26/22 LAC22289310 ALRA 611 - Dispatched and cancelled en route 5151 South ALCOA VERNON CA 90058 5151 South ALCOA Avenue E13 08/27/22 LAC22289977 STRC 611 - Dispatched and cancelled en route 2535 East 28TH VERNON CA 90058 2535 East 28TH Street BC13 08/27/22 LAC22290501 GASO 600 - Good intent call, other 2550 East 28TH VERNON CA 90058 2550 East 28TH Street E52 08/28/22 LAC22291008 TCA 611 - Dispatched and cancelled en route SB 710 AT BANDINI VERNON CA 90058 SB 710 AT BANDINI Boulevard E27 08/28/22 LAC22291858 INVO 150 - Outside rubbish fire, other 4900 South SOTO VERNON CA 90058 4900 South SOTO Street E13 08/29/22 LAC22292052 ALRWF 731 - Sprinkler activation due to malfunction 2300 East 48TH VERNON CA 90058 2300 East 48TH Street E52 08/29/22 LAC22292407 EMS 321 - EMS call, excluding vehicle accident with injury 3308 BANDINI VERNON CA 90023 3308 BANDINI Boulevard S13 08/29/22 LAC22292509 ALRWF 611 - Dispatched and cancelled en route 5225 South SOTO VERNON CA 90058 5225 South SOTO Street 08/29/22 LAC22292875 SICKA 321 - EMS call, excluding vehicle accident with injury 25TH VERNON CA 90058 25TH Street E52 08/30/22 LAC22293278 ALRA 611 - Dispatched and cancelled en route 2929 East LEONIS VERNON CA 90058 2929 East LEONIS Boulevard 08/30/22 LAC22293345 INJA 321 - EMS call, excluding vehicle accident with injury 2727 East VERNON VERNON CA 90058 2727 East VERNON Avenue S13 08/30/22 LAC22293393 ARREST 321 - EMS call, excluding vehicle accident with injury 2900 AYERS VERNON CA 90023 2900 AYERS Avenue S13 CITY OF VERNON STATISTICS AUGUST 2022 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) 08/30/22 LAC22293513 SICKA 321 - EMS call, excluding vehicle accident with injury 2900 AYERS VERNON CA 90023 2900 AYERS Avenue E13 08/30/22 LAC22293520 INJB 300 - Rescue, EMS incident, other 3375 FRUITLAND VERNON CA 90058 3375 FRUITLAND Avenue Q13 08/30/22 LAC22294139 INVI 522 - Water or steam leak 2901 FRUITLAND VERNON CA 90058 2901 FRUITLAND Avenue Q13 08/31/22 LAC22294358 INJB 322 - Motor vehicle accident with injuries Bandini South ATLANTIC VERNON CA 90040 Bandini South ATLANTIC Boulevard Q27 08/31/22 LAC22294408 ALRWF 730 - System malfunction, other 5100 South BOYLE VERNON CA 90058 5100 South BOYLE Avenue E13 08/31/22 LAC22294524 MISC1 151 - Outside rubbish, trash or waste fire South ATLANTIC VERNON CA 90040 South ATLANTIC Boulevard E163 0 0 08/31/22 LAC22294700 INJA 321 - EMS call, excluding vehicle accident with injury 5637 DISTRICT VERNON CA 90040 5637 DISTRICT Boulevard E163 08/31/22 LAC22295189 INJB 321 - EMS call, excluding vehicle accident with injury 4301 South SANTA FE VERNON CA 90058 4301 South SANTA FE Avenue E52 08/31/22 LAC22295353 SICKB 321 - EMS call, excluding vehicle accident with injury South DOWNEY VERNON CA 90058 South DOWNEY Road Q13 08/31/22 LAC22295515 ASSLTA 321 - EMS call, excluding vehicle accident with injury 4383 East EXCHANGE VERNON CA 90058 4383 East EXCHANGE Avenue Q13 Count: 148 CITY OF VERNON STATISTICS AUGUST 2022 CITY DETAILS
City Council Agenda Item Report
Submitted by: Donna Aggers
Submitting Department: Police Department
Meeting Date: October 18, 2022
SUBJECT
Police Department Activity Report
Recommendation:
Receive and file the August 2022 Police Department Activity 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 Activity Report - August 2022
Type
VERNON POLICE DEPARTMENT
Department Activity Report
Jurisdiction:
First Date:
Last Date:
08/01/2022
08/31/2022
Department All Units Primary Unit
VERNON
Description
Complaint
VPD
10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPMENT,ETC 206 200
10-96C 10-96 CHARLES (CITY HALL SECURITY CHECK)9 9
10-96H PICK UP THE JAIL PAPER WORK FROM HP JAIL 7 7
140 SUPPLEMENTAL REPORT 5 4
20001 INJURY HIT AND RUN 4 2
20001R INJURY HIT AND RUN REPORT 2 1
20002 NON-INJURY HIT AND RUN 12 5
20002R NON-INJURY HIT AND RUN REPORT 21 10
207 KIDNAPPING 2 1
207R KIDNAPPING REPORT 2 1
211 ROBBERY 9 2
211R ROBBERY REPORT 3 1
240 ASSAULT 3 1
242 BATTERY 3 1
242R BATTERY REPORT 5 3
245R ASSAULT WITH A DEADLY WEAPON REPORT 16 2
273.5R DOMESTIC VIOLENCE REPORT 5 2
314 INDECENT EXPOSURE 5 2
415 DISTURBING THE PEACE 46 16
417 BRANDISHING A WEAPON 6 1
459 BURGLARY 41 9
459A AUDIBLE BURGLARY ALARM 277 164
459R BURGLARY REPORT 33 16
459S SILENT BURGLARY ALARM 11 7
459V BURGLARY TO A VEHICLE 2 1
459VR BURGLARY TO A VEHICLE REPORT 36 22
476R FRAUD REPORT 4 3
484 PETTY THEFT 8 3
484R PETTY THEFT REPORT 9 7
487 GRAND THEFT 5 1
487R GRAND THEFT REPORT 22 14
586 PARKING PROBLEM 104 86
586E PARKING ENFORCEMENT 2 2
594 VANDALISM 15 4
594R VANDALISM REPORT 18 13
602 TRESPASS 90 37
647F DRUNK IN PUBLIC 3 2
653MR ANNOYING PHONE CALLS REPORT 1 1
901 UNKNOWN INJURY TRAFFIC COLLISION 1 1
901T INJURY TRAFFIC COLLISION 27 9
901TR INJURY TRAFFIC COLLISION REPORT 15 5
902T NON-INJURY TRAFFIC COLLISION 90 50
902TR NON-INJURY TRAFFIC COLLISION REPORT 4 3
909C TRAFFIC CONTROL 2 1
909E TRAFFIC ENFORCEMENT 28 24
909T TRAFFIC HAZARD 4 4
911 911 MISUSE / HANGUP 3 2
1Page of 309/01/2022 03:10:02
Type
VERNON POLICE DEPARTMENT
Department Activity Report
Jurisdiction:
First Date:
Last Date:
08/01/2022
08/31/2022
Department All Units Primary Unit
VERNON
Description
Complaint
VPD
911A CONTACT THE REPORTING PARTY 30 20
911NR 911 CALL NO RESPONSE REQUIRED 2 1
917A ABANDONED VEHICLE 5 3
925 SUSPICIOUS CIRCUMSTANCES 65 27
927 UNKNOWN TROUBLE 8 3
A459R ATTEMPT BURGLARY REPORT 4 2
A487R ATTEMPT GRAND THEFT REPORT 1 1
AGTAR ATTEMPT GRAND THEFT AUTO REPORT 2 1
ASSISTFD ASSIST FIRE DEPARTMENT 45 18
BOSIG BROKEN SIGNAL OR LIGHT 10 8
BOVEH BROKEN DOWN VEHICLE 20 19
CITCK CITATION CHECK 1 1
CIVIL CIVIL MATTER 2 1
CODE5 SURVEILLANCE/STAKE-OUT 1 1
COP COP DETAIL 1 1
DET DETECTIVE INVESTIGATION 60 30
DETAIL DETAIL 10 7
DPTAST DEPARTMENTAL ASSIST 23 10
DUI DRIVING UNDER THE INFLUENCE 3 2
DUI CKPT DUI CHECK POINT 2 1
DUITRAFFIC DUI CHECK POINT TRAFFIC 8 6
FILING OFFICER IS 10-6 REPORT WRITING 158 155
FOUND FOUND PROPERTY REPORT 1 1
FU FOLLOW UP 26 18
GTA GRAND THEFT AUTO 2 1
GTAR GRAND THEFT AUTO REPORT 18 14
HBC HAILED BY A CITIZEN 11 7
ILLDPG RPT ILLEGAL DUMPING REPORT 4 2
KTP KEEP THE PEACE 7 3
LOCATE LOCATED VERNON STOLEN VEHICLE / PLATES VIA TELETYPE 6 5
LOJACK LOJACK HIT 3 2
LPR LICENSE PLATE READER 7 4
PANIC ALARM PANIC ALARM/DURESS ALARM 12 5
PAPD PUBLIC ASSIST-POLICE 44 27
PATCK PATROL CHECK 274 234
PEDCK PEDESTRIAN CHECK 80 43
PLATE LOST OR STOLEN PLATES REPORT 1 1
PRSTRAN PRISONER TRANSPORTED 14 12
REC RECOVERED STOLEN VEHICLE IN THE FIELD 34 16
RECKLESS DRV RECKLESS DRIVING (23103)8 5
REPO REPOSSESSION 1 1
REPORTS RECORDS AND CHIEFS REPORTS 1 1
ROADRAGE ROAD RAGE 1 1
RR RAIL ROAD PROBLEM 8 7
SEAACA SEAACA ANIMAL CALLS 2 1
SRMET SRMET DETAIL 37 31
SUICIDAL SUB SUICIDAL SUBJECT 3 1
2Page of 309/01/2022 03:10:02
Type
VERNON POLICE DEPARTMENT
Department Activity Report
Jurisdiction:
First Date:
Last Date:
08/01/2022
08/31/2022
Department All Units Primary Unit
VERNON
Description
Complaint
VPD
TRAFFIC STOP TRAFFIC STOP 266 214
UNATTACHEDTRUNATTACHED TRAILER 1 1
VCK VEHICLE CHECK 149 119
VEH RELEASE VEHICLE RELEASE 4 3
VMCVIO VERNON MUNICIPAL CODE VIOLATION 8 5
WELCK WELFARE CHECK 45 18
Department: 2765 1883
Overall: 2765 1883
3Page of 309/01/2022 03:10:02
VERNON POLICE DEPARTMENT
Police Activity Report
Period Ending: 8/31/22
TRAFFIC COLLISIONS NO. PROPERTY RECOVERED
TOTAL 38 VEHICLES: $ 299,701.00
NON-INJURY 29
INJURY 9
Persons Injured 14
Pedestrian 1
Fatalities 0
City Property Damage 5
Hit & Run (Felony) 2
Hit & Run (Misdemeanor) 7
VEHICLES STORED PROPERTY RECOVERED FOR
Unlicensed Driver/Impounded Vehicle 29
Unattached Trailer 0
OTHER DEPARTMENTS
VEHICLES: $ 193,300.00
Abandoned/Stored Vehicle 24
Traffic Hazard 0
CITATIONS
Citations Iss (Prisoner Release) 26
Citations Iss (Other Violations) 0
Parking 98
Hazardous 85
Non-Hazardous 68
Citations Iss (Moving) 153
Citations Iss (Total) 251
CASES CLEARED BY ARREST
AR22-242 CR22-1362 459 PC AR22-259 CR22-1451 11364 HS
AR22-244 CR22-1734 11377(A) HS AR22-260 CR22-1454 11364 HS
AR22-245 CR22-1378 11364(A) HS AR22-261 CR22-1457 594(B) PC
AR22-246 CR22-1384 211 PC AR22-263 CR22-1460 11377 HS
AR22-247 CR22-1341 273.5 PC AR22-264 CR22-1464 11364 HS
AR22-248 CR22-1385 243(B) PC AR22-266 CR22-1472 594(B)(1) PC
AR22-249 CR22-1402 664/245 PC AR22-267 CR22-1478 487(A) PC
AR22-250 CR22-1403 14601 VC AR22-268 CR22-1491 11364(A) HS
AR22-251 CR22-1404 14601.2(A) VC AR22-269 CR22-1499 459 PC
AR22-252 CR22-1416 10851(A) VC AR22-271 CR22-1503 245(A)(4) PC
AR22-253 CR22-1406 211 PC AR22-272 CR22-1522 11364 HS
AR22-255 CR22-1433 836/459 PC AR22-274 CR22-1528 14601.2(A) VC
AR22-256 CR22-1438 166(A)4 PC AR22-275 CR22-1489 459 PC
AR22-258 CR22-1450 11364 HS AR22-276 CR22-1536 14601.2(A) VC
CASES CLEARED BY ARREST (continued)
AR22-277 CR22-1537 14601.2(A) VC
AR22-278 CR22-1538 14601.2(A) VC
AR22-279 CR22-1540 14601.2(A) VC
AR22-280 CR22-1542 594(A) PC
AR22-281 CR22-1552 11377 HS
AR22-283 CR22-1572 14601.2 VC
AR22-284 CR22-1571 273.5(A) PC
AR22-285 CR22-1579 273.5(A) PC
MALE FEMALE TOTAL
ARSON
ASSAULT 2
BURGLARY (& ATTEMPTED)4
CORPORAL INJURY ON SPOUSE/COHABITANT 3
DRIVING UNDER THE INFLUENCE w/ INJURY 1
EMBEZZLEMENT
GRAND THEFT: AUTO (& ATTEMPTED)1
GRAND THEFT: PROPERTY (& ATTEMPTED)1
HIT/RUN
PAROLE HOLD
POSSESSION OF STOLEN PROPERTY
RESISTING/OBSTRUCTING
ROBBERY 2
SEXUAL BATTERY
VANDALISM 1
WARRANT (VERNON)2
WARRANT (OUTSIDE AGENCY)2
WEAPONS
TOTAL FELONY ARRESTS 19 0 19
MALE FEMALE TOTAL
ASSAULT 1
CARRY LOADED FIREARM PERSON/VEH
DISPLAY UNLAWFUL VEH REGISTRATION
DRIVING WITH SUSPENDED LICENSE 8
DRUNK IN PUBLIC
DUI 2
FAIL TO SIGN CITATION
MAIL THEFT
OPERATE VEHICLE W/O INTERLOCK DEV
PETTY THEFT
POSSESSION OF NARCOTICS 3
POSSESSION OF PARAPHERNALIA 7
POSSESSION OF STOLEN PROPERTY
POSSESSION OF SUBT SIMILAR TO TOLUENE
RECKLESS DRIVING
RESISTING/OBSTRUCTING
SPEED CONTEST
THREATS
THROW SUBSTANCE AT VEHICLE
TRESPASSING
UNDETECTABLE FIREARM
VANDALISM 2
VIOLATE COURT ORDER 1
WARRANT (OUTSIDE AGENCY)
WARRANT (VERNON)1
TOTAL MISD. ARRESTS 25 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
107
177
0
0
TOTAL FELONY ARRESTS (ADULT) TO DATE:
TOTAL MISDEMEANOR ARRESTS (ADULT) TO DATE:
TOTAL JUVENILES DETAINED (FELONY AND MISDEMEANOR) TO DATE:
TOTAL ARRESTS AND DETAINED JUVENILES (FELONY AND MISDEMEANOR) TO DATE:
VERNON POLICE DEPARTMENT
REPORT FOR PERSONS ARRESTED
ADULT FELONY ARRESTS AND DISPOSITIONS
PERIOD ENDING: 08/31/2022
ADULT MISDEMEANOR ARRESTS AND DISPOSITIONS
JUVENILES DETAINED --- FELONY AND MISDEMEANOR
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/01/202208/01/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208147742901 SACO, VERNON459MODERNICA06:15:0408/01/2022RPT1015DepartmentOCA NumberRMS JurisVPD CR22-1362 CA0197300VPDOURIQUE,CARLOS*48W06:15:20 06:15:4007:25:2006:17:44VPDFLORES,TERESA41E06:19:1406:51:3306:19:27VPD43W06:58:1408:10:2007:00:48VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A4706:15:30 06:15:4107:42:3006:17:04VPDESTRADA,IGNACIOS206:38:1706:20:16202208147793240 BANDINI BL, VERNON459VAMADO TRUCKING07:26:3008/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1363 CA0197300VPDGODOY,RAYMOND*32E07:27:23 07:27:3307:28:40VPDLUCAS,JASON2207:28:3608:04:3007:46:55202208147842059 E 37TH, VERNON459RSS CUSTOM FURNITURE08:43:2908/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1364 CA0197300VPDLUCAS,JASON*2208:46:2008:47:00VPDMANNINO,NICHOLAS43W08:46:5809:42:5708:55:11202208147862856 E 54TH, VERNON594RNEW TENANT09:09:0208/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1365 CA0197300VPDGODOY,RAYMOND*32E09:14:34 09:16:4810:02:0809:27:23202208147872034 E 27TH, VERNON459RSHAGHAL09:10:5708/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1366 CA0197300VPDLUCAS,JASON*2209:35:3310:28:2809:36:34VPD4809:16:4309:18:53202208147911Page of 208/02/202204:50:45
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/01/202208/01/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208147912501 S SANTA FE AV, VERNON459RTRATTORIA10:02:2308/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1367 CA0197300VPDGODOY,RAYMOND*32E10:03:01 10:03:0910:27:4110:09:15202208147933165 E SLAUSON AV, VERNON415APS10:17:5308/01/2022RPT1015VPDMANNINO,NICHOLAS*43W10:20:0510:43:2310:22:11VPDLUCAS,JASON2210:28:3110:50:4710:29:30VPDGODOY,RAYMOND32E10:27:4511:17:1110:35:12VPDCERDA,EUGENIOMET110:20:4510:43:3310:22:34202208148162410 E 38TH, VERNON14015:07:4308/01/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1368 CA0197300VPDMANNINO,NICHOLAS*43W15:29:4415:07:432022081482221501TEMESCAL CANYON RD, VERNONLOCATERIVERSIDE CO/RIVERA TOWING18:17:1708/01/2022VREC202208148243386 E 50TH, VERNON273.5RALFONSO19:58:3808/01/2022VOIDDepartmentOCA NumberRMS JurisVPD CR22-1369 CA0197300VPDCERDA,PAUL,JR*32W19:59:4421:13:4520:02:14* Denotes Primary Unit2Page of 208/02/202204:50:45
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/02/2022
08/02/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220814844
4727 E 48TH, VERNONVCK
00:54:4308/02/2022RPT
VS Department OCA Number RMS Juris
VPD CR22-1370 CA0197300
VPD OURIQUE,CARLOS *48 01:22:2100:54:43
20220814864
2770 LEONIS BL, VERNON901T
UNK07:26:5908/02/2022CITY
VS
RPT
Department OCA Number RMS Juris
VPD CR22-1371 CA0197300
VPD GODOY,RAYMOND *41W 07:27:37 07:28:08 08:36:4107:29:39
VPD 48 07:27:39 07:28:10 08:36:4307:29:59
VPD CROSS,JEREMY S3 08:58:1907:36:39
20220814869
1925 E VERNON AV, VERNON927
T-MOBILE USA, INC.08:42:1608/02/2022RPT Department OCA Number RMS Juris
VPD CR22-1373 CA0197300
VPD GODOY,RAYMOND *41W 08:44:48 08:45:14 11:45:08 12:51:0309:03:26
VPD MANNINO,NICHOLAS 48 08:44:50 08:45:16 12:51:0408:51:39
VPD CROSS,JEREMY S3 12:51:0408:58:20
VPD ENCINAS,ANTHONY S6 12:51:0409:04:42
20220814871
5175 S SOTO, VERNON459R
TORGOM TRADING CO09:07:3108/02/2022RPT Department OCA Number RMS Juris
VPD CR22-1372 CA0197300
VPD VASQUEZ,LUIS *43 09:46:44 09:46:56 10:31:1209:54:45
VPD DISPATCH DISP 10:35:4610:30:51
20220814882
3810 S SANTA FE AV, VERNON602
VACANT BUILDING13:05:4608/02/20221015
RPT
CITE
Department OCA Number RMS Juris
VPD CR22-1374 CA0197300
VPD CROSS,JEREMY *S3 13:07:26 13:07:29 13:50:5513:25:37
VPD LUCAS,JASON 22E 13:09:21 13:52:1513:10:27
VPD GODOY,RAYMOND 41W 13:09:11 14:02:0013:10:47
1Page of 308/03/2022 03:16:01
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/02/2022
08/02/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220814882
3810 S SANTA FE AV, VERNON602
VACANT BUILDING13:05:4608/02/20221015
RPT
CITE
Department OCA Number RMS Juris
VPD CR22-1374 CA0197300
VPD VASQUEZ,LUIS 43 13:08:43 15:26:2313:09:35
VPD MANNINO,NICHOLAS 48 14:07:1213:19:39
VPD ENCINAS,ANTHONY S6 13:07:27 13:07:31 13:50:5713:25:35
20220814883
3228 E 50TH, VERNON459VR
PACIFIC DESIGNS13:26:5408/02/2022RPT Department OCA Number RMS Juris
VPD CR22-1376 CA0197300
VPD MANNINO,NICHOLAS *48 14:07:33 14:07:33 14:20:15 15:25:1614:59:57
VPD GODOY,RAYMOND 41W 14:31:51 14:31:53 14:32:24
20220814888
2830 S ATLANTIC BL, VERNON902T
SIRIUSXM CVS TELEMATICS CALL CTR14:10:2308/02/2022RPT Department OCA Number RMS Juris
VPD CR22-1375 CA0197300
VPD LUCAS,JASON *22E 14:14:10 14:14:11 15:14:3014:16:27
VPD GODOY,RAYMOND 41W 14:32:29 15:13:2814:41:37
VPD MANNINO,NICHOLAS 48 14:44:5514:20:36
20220814889
676 S SCHOOL AVE, LOS ANGELESLOCATE
UNK14:49:1908/02/2022VREC
VPD RECORDS BUREAU *RECD 18:52:5814:49:56
20220814891
2357 E SLAUSON AV, VERNONREC
GILBERT`S AUTO BODY15:27:0908/02/2022VREC Department OCA Number RMS Juris
VPD CR22-1377 CA0197300
VPD MANNINO,NICHOLAS *48 15:33:40 15:33:51
VPD LUCAS,JASON 22E 15:33:49 17:15:2015:51:42
VPD GODOY,RAYMOND 41W 16:01:18 16:44:4516:09:49
20220814907
2Page of 308/03/2022 03:16:01
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/02/2022
08/02/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220814907
LEONIS BL // SOTO, VERNONTRAFFIC STOP
21:18:1508/02/2022RPT
1015
CITE
VI
Department OCA Number RMS Juris
VPD CR22-1378 CA0197300
VPD FLORES,TERESA *43 22:23:0921:18:15
VPD CERDA,EUGENIO 44W 22:09:5821:30:45
VPD OURIQUE,CARLOS 48 21:50:5221:44:25
20220814911
BANDINI BL // DOWNEY RD, VERNONTRAFFIC STOP
22:29:4408/02/2022RPT
VI
CITE
Department OCA Number RMS Juris
VPD CR22-1379 CA0197300
VPD GAYTAN,LORENZO *S7 23:35:0122:29:45
VPD FLORES,TERESA 43 22:50:3022:34:14
VPD OURIQUE,CARLOS 48 23:32:2422:32:51
20220814915
4461 S SANTA FE AV, VERNONREC
23:29:5608/02/2022VREC Department OCA Number RMS Juris
VPD CR22-1380 CA0197300
VPD CERDA,EUGENIO *44W 00:56:4723:29:56
VPD CERDA,PAUL,JR 41E 23:30:13 23:30:14 00:16:1423:32:43
VPD OURIQUE,CARLOS 48 23:36:4723:32:30
* Denotes Primary Unit
3Page of 308/03/2022 03:16:01
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/03/2022
08/03/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220814921
5800 S DISTRICT BL, VERNONVCK
01:17:0808/03/2022RPT
VS Department OCA Number RMS Juris
VPD CR22-1381 CA0197300
VPD OURIQUE,CARLOS *48 01:57:1801:17:08
20220814929
3851 S SOTO, VERNONREPO
CONCENTRA05:39:4008/03/2022RPT
REPO Department OCA Number RMS Juris
VPD CR22-1382 CA0197300
VPD RECORDS BUREAU *RECD 05:59:1905:42:34
20220814931
4489 BANDINI BL, VERNON415
BAKERY DEPOT06:33:4208/03/2022RPT Department OCA Number RMS Juris
VPD CR22-1383 CA0197300
VPD OURIQUE,CARLOS *48 06:34:10 06:34:55 07:34:3606:38:49
VPD 31 06:47:56 07:26:5306:56:56
VPD CERDA,PAUL,JR 41E 06:35:19 07:17:0406:38:46
VPD CERDA,EUGENIO 44W 06:34:19 06:34:57 07:35:11 08:44:5206:42:06
VPD ENCINAS,ANTHONY S6 07:37:5807:03:32
20220814947
E 37TH // SANTA FE AV, VERNON211R
10:34:4308/03/2022RPT
1015 Department OCA Number RMS Juris
VPD CR22-1384 CA0197300
VPD HERNANDEZ,RUDY *44W 10:37:59 13:01:4610:39:43
VPD GODOY,RAYMOND 31 10:38:12 11:55:4510:43:17
VPD MADRIGAL,ALFONSO 5D33 11:55:4310:43:42
VPD PEREZ,NICK L1 11:55:4710:41:33
VPD HERRERA,GUSTAVO L2 11:55:4910:41:33
VPD ENCINAS,ANTHONY S6 10:38:32 11:55:5110:41:02
20220814951
4305 S SANTA FE AV, VERNONDET
13:13:1708/03/20221015
VPD RAMOS,JOSE *5D31 15:35:4813:13:17
VPD MADRIGAL,ALFONSO 5D33 15:35:4813:45:26
1Page of 208/04/2022 00:10:01
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/03/2022
08/03/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220814968
3311 GAGE, VERNONDPTAST
HPPD18:41:2508/03/2022RPT
1015
CITE
Department OCA Number RMS Juris
VPD CR22-1385 CA0197300
VPD GAYTAN,LORENZO *S7 18:43:32 19:45:4318:47:59
VPD 32W 18:48:22 19:11:5118:53:03
VPD CERDA,PAUL,JR 41E 19:44:5319:23:55
VPD 43W 18:47:40 19:12:3318:49:53
VPD 48E 18:47:31 19:51:5118:50:46
VPD ONOPA,DANIEL S5 18:43:33 19:45:3618:48:00
20220814970
4561 BANDINI BL, VERNON594R
CLASSIC CONCEPTS18:59:4608/03/2022RPT Department OCA Number RMS Juris
VPD CR22-1386 CA0197300
VPD *32W 19:11:54 19:12:20 19:51:1319:23:02
VPD 43W 19:12:36 19:23:03
* Denotes Primary Unit
2Page of 208/04/2022 00:10:01
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/04/202208/04/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220814985PENNINGTON WAY // BANDINI, VERNONVCK01:37:0408/04/2022VSRPTDepartmentOCA NumberRMS JurisVPD CR22-1387 CA0197300VPDGAYTAN,LORENZO*S701:59:3501:37:04VPDCERDA,PAUL,JR41E01:40:13 01:40:1702:19:4301:52:53202208150092761 FRUITLAND AV, VERNON594RIRIS10:51:4008/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1388 CA0197300VPD*31E10:54:45 10:54:4610:55:25VPDREDONA,BRYAN2611:04:0111:04:06VPDHERNANDEZ,RUDY44W10:55:2211:29:1711:03:5420220815012S ALAMEDA // 37TH, VERNON902TT-MOBILE USA, INC.11:43:3208/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1389 CA0197300VPDHERNANDEZ,RUDY*44W11:47:49 11:47:4912:45:2911:52:03VPDREDONA,BRYAN2612:41:0311:51:25202208150226105 MAYWOOD AVE, VERNONREC14:20:2108/04/2022VRECVPDHERNANDEZ,RUDY*44W15:18:4114:45:4920220815023ALCOA AV // VERNON AV, VERNON902T14:24:0008/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1390 CA0197300VPD*31E14:27:1514:53:1714:48:19VPDREDONA,BRYAN2614:55:4414:36:58202208150312775 E 26TH, VERNONASSISTFDAT&T MOBILITY 800 635 6840 416:34:2108/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1391 CA0197300VPDREDONA,BRYAN*2616:34:53 16:34:5516:48:0316:43:171Page of 208/05/202200:22:41
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/04/202208/04/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208150312775 E 26TH, VERNONASSISTFDAT&T MOBILITY 800 635 6840 416:34:2108/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1391 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY31E16:35:4117:11:4216:38:18VPDHERNANDEZ,RUDY44W16:36:1417:05:1516:41:13VPDCROSS,JEREMYS317:13:3016:44:0820220815034S ATLANTIC BL // BANDINI BL, VERNON2000217:09:4308/04/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1392 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*31E17:11:5417:52:2517:26:46VPDHERNANDEZ,RUDY44W18:18:4417:52:2420220815038PACIFIC BL // SANTA FE AV, VERNON902T19:13:3308/04/2022ORRPTDepartmentOCA NumberRMS JurisVPD CR22-1393 CA0197300VPDHERNANDEZ,EDWARD/ESCARPE,ALAN*41E19:16:2119:13:44VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A26W19:13:4920:15:1319:18:34* Denotes Primary Unit2Page of 208/05/202200:22:41
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/05/202208/05/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815071EVERETT AV // DISTRICT BL, VERNON902TT-Mobile USA 888-662-4662 opt 407:37:2508/05/2022RPTCITEDepartmentOCA NumberRMS JurisVPD CR22-1394 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*44E07:38:03 07:38:0508:30:3007:47:23VPDREDONA,BRYAN4007:39:1307:58:0707:42:01202208150764382 BANDINI BL, VERNONAGTARR AND B IMPORTS09:01:5008/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1395 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*44E09:03:22 09:03:4209:48:1109:13:45VPDNEWTON,TODD4309:48:1009:10:46202208150822619 E 37TH, VERNON901TPBF HOLDING COMPANY LLC10:48:1708/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1396 CA0197300VPDREDONA,BRYAN*4010:49:59 10:50:0210:51:31VPDCAM,PATRICK/GONZALEZ,BRITTANY31W10:51:0711:14:0610:52:44202208150914220 CHARTER AV, VERNON487REAGLE CONVERTING14:26:4808/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1397 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*31W14:29:06 14:29:0715:16:2514:51:03VPDVASQUEZ,LUIS/HERNANDEZ,RUDY44E14:30:3814:31:5320220815094S SOTO // BANDINI BL, VERNON902TLA COUNTY FIRE14:51:3108/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1398 CA0197300VPDREDONA,BRYAN*4014:52:4915:27:5414:55:27VPDCAM,PATRICK/GONZALEZ,BRITTANY31W15:27:5315:16:34202208150992601 S SANTA FE AV, VERNON S/A 720001T-Mobile USA 888-662-4662 opt 415:57:5508/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1399 CA0197300VPDREDONA,BRYAN*4016:01:0116:41:1916:06:321Page of 208/06/202205:29:10
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/05/202208/05/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815108E 38TH // SANTA FE AV, VERNON901TR17:21:0408/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1400 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*31W17:27:28 17:27:2918:29:1517:35:27202208151114366 E 26TH, VERNON459VRDOT LINE TRANS19:03:5508/05/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1401 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*41E19:05:55 19:05:5920:23:1119:16:2320220815121FRUITLAND AV // GIFFORD AV, VERNON245R21:34:1308/05/2022RPT1015DepartmentOCA NumberRMS JurisVPD CR22-1402 CA0197300VPDNEWTON,TODD*4321:35:5422:46:0621:37:38VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A41E21:35:5623:45:2721:41:42VPDHERNANDEZ,EDWARD/ESCARPE,ALAN48W21:36:4421:46:3721:37:37* Denotes Primary Unit2Page of 208/06/202205:29:10
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/06/202208/06/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815129MAYWOOD AV // 54TH, VERNONTRAFFIC STOP00:00:0008/06/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1403 CA0197300VPDMADRIGAL,ALFONSO*1T804:47:0700:00:00202208151355200 S DISTRICT BL, VERNONTRAFFIC STOP00:51:4208/06/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1404 CA0197300VPDMADRIGAL,ALFONSO*1T801:35:2500:51:43202208151514415 PACIFIC BL, VERNON459VRUNK07:31:4308/06/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1405 CA0197300VPD*44W07:33:26 07:33:2708:01:3507:43:21VPDDISPATCHDISP08:11:2708:01:20* Denotes Primary Unit1Page of 108/07/202205:20:12
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/07/202208/07/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815249E 49TH // SANTA FE AV, VERNON211EDWIN20:46:1808/07/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1406 CA0197300VPDFLORES,TERESA*43E20:48:0622:29:1620:52:21VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A3220:48:1223:01:3720:52:19VPDHERNANDEZ,MIGUEL,JR48W20:48:0822:30:0420:50:26202208152513770 E WASHINGTON BL, VERNONASSISTFDLA COUNTY FIRE DEPT21:58:1408/07/2022RPTASSTVSDepartmentOCA NumberRMS JurisVPD CR22-1407 CA0197300VPDFLORES,TERESA*43E22:30:0123:21:2522:33:14VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A3223:21:2423:02:29VPDHERNANDEZ,MIGUEL,JR48W22:30:0723:21:2522:33:12MR C TOWMR C TOW22:50:41 22:50:4223:21:2523:01:10* Denotes Primary Unit1Page of 108/08/202205:10:30
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/08/2022
08/08/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815266
S BOYLE AV // 44TH, VERNONVCK
03:05:4308/08/2022RPT
VS Department OCA Number RMS Juris
VPD CR22-1408 CA0197300
VPD FLORES,TERESA *43E 03:47:0903:05:43
20220815276
2529 CHAMBERS, VERNON594R
BLACK LABEL HOME06:34:3408/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1409 CA0197300
VPD HERNANDEZ,MIGUEL,JR *48W 06:39:20 06:39:29 07:13:0606:42:48
20220815280
4580 PACIFIC BL, VERNON594R
STACY MEDICAL07:36:3108/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1410 CA0197300
VPD GODOY,RAYMOND *40W 07:37:59 07:38:27 08:06:5307:40:09
20220815283
2328 E VERNON AV, VERNON594R
JASMIN BRAVO08:16:4008/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1411 CA0197300
VPD GODOY,RAYMOND *40W 08:17:39 08:18:57 08:42:2908:27:47
VPD MANNINO,NICHOLAS 44 08:42:2908:31:37
20220815284
2035 E 38TH, VERNON459R
RAYMONDS GLASS08:49:1208/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1412 CA0197300
VPD GODOY,RAYMOND *40W 08:56:30 09:50:5809:50:38
20220815293
3300 BANDINI BL, VERNON487R
HERMOSO TEXTILE10:21:5108/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1413 CA0197300
VPD LUCAS,JASON *22E 10:23:22 10:23:38 11:18:3610:33:48
20220815299
4366 E 26TH, VERNON140
DOT LINE12:36:2908/08/2022SUP
1Page of 208/09/2022 03:31:13
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/08/2022
08/08/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815299
4366 E 26TH, VERNON140
DOT LINE12:36:2908/08/2022SUP
VPD LUCAS,JASON *22E 12:39:05 13:23:3412:43:20
20220815316
158 59TH PL, VERNONDET
16:15:1708/08/2022VREC
VPD MADRIGAL,ALFONSO *5D33 18:52:5916:15:17
VPD SWINFORD,PHILLIP 5d32 18:52:5916:15:23
20220815326
4700 E 48TH, VERNONGTAR
19:15:4708/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1414 CA0197300
VPD HERNANDEZ,MIGUEL,JR *44W 20:19:5019:16:12
20220815331
4420 SEVILLE AV, VERNON459VR
LANDMARK ENTERPRISES20:21:4708/08/2022RPT Department OCA Number RMS Juris
VPD CR22-1415 CA0197300
VPD HERNANDEZ,MIGUEL,JR *44W 20:23:50 20:24:16 20:27:32
VPD OURIQUE,CARLOS 48 20:27:41 20:55:0020:30:29
20220815338
S ATLANTIC BL // 710 FWY, VERNONTRAFFIC STOP
21:47:4608/08/2022RPT
1015
VREC
Department OCA Number RMS Juris
VPD CR22-1416 CA0197300
VPD FLORES,TERESA *43 02:02:3521:47:46
VPD CERDA,PAUL,JR 41E 21:47:51 21:47:51 21:56:20
VPD HERNANDEZ,MIGUEL,JR 44W 02:02:3921:56:19
* Denotes Primary Unit
2Page of 208/09/2022 03:31:13
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/09/2022
08/09/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815346
5005 HAMPTON, VERNONPLATE
05:11:5008/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1417 CA0197300
VPD HERNANDEZ,MIGUEL,JR *44W 06:06:0705:11:50
20220815348
3141 E 44TH, VERNONASSISTFD
LINEAGE LOGSITICS LLC06:04:4708/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1418 CA0197300
VPD OURIQUE,CARLOS *48 06:05:42 06:07:10 06:58:2806:09:50
VPD CERDA,PAUL,JR 41E 06:07:16 06:58:2806:08:23
VPD HERNANDEZ,MIGUEL,JR 44W 06:06:11 06:58:2806:08:57
20220815350
2037 E 38TH, VERNON459
PREMIER LAUNDRY06:51:2208/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1419 CA0197300
VPD SALDANA,CARLOS/HERNANDEZ,MELISSA A*32 06:52:39 08:20:2907:00:11
VPD 43E 06:58:40 07:43:1307:03:29
VPD OURIQUE,CARLOS 48 08:20:3007:03:33
VPD HERRERA,GUSTAVO L2 07:43:2007:23:56
VPD CROSS,JEREMY S3 08:20:3006:57:10
VPD ENCINAS,ANTHONY S6 08:20:3006:57:11
20220815354
3000 E 46TH, VERNON484R
VIVION07:08:4408/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1420 CA0197300
VPD ESCOBEDO,ALEXY *43E 08:05:47 08:51:5508:10:06
20220815372
5932 PACIFIC BL, VERNONDET
09:42:1708/09/2022RPT
1015
VPD RAMOS,JOSE *5D31 11:29:0909:42:17
VPD SWINFORD,PHILLIP 5D32 11:02:5209:42:25
VPD MADRIGAL,ALFONSO 5D33 11:29:1009:42:25
1Page of 208/10/2022 00:41:45
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/09/2022
08/09/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815384
E 50TH // DOWNEY RD, VERNONSRMET
TOM CANTELLA12:24:3208/09/2022RPT
MET Department OCA Number RMS Juris
VPD CR22-1421 CA0197300
VPD ESCOBEDO,ALEXY *43E 12:26:05 15:25:0112:28:13
VPD SALDANA,CARLOS 44W 12:26:20 12:41:4712:33:51
VPD CROSS,JEREMY S3 12:28:04 15:25:0112:28:16
VPD ENCINAS,ANTHONY S6 12:28:04 15:25:0112:28:18
20220815395
5030 GIFFORD AV, VERNONGTAR
PREMIER MEAT CO14:32:0008/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1422 CA0197300
VPD SALDANA,CARLOS *44W 16:16:3014:32:06
20220815397
2300 E 57TH, VERNON459VR
JETRO CASH AND CARRY15:12:3508/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1423 CA0197300
VPD GODOY,RAYMOND *32 15:14:49 16:16:2715:57:28
VPD ESCOBEDO,ALEXY 43E 15:57:34 16:16:27
20220815401
LEONIS BL // ALCOA AV, VERNON902T
T-MOBILE USA 888-662-4662 OPT 417:12:0308/09/2022RPT
OR Department OCA Number RMS Juris
VPD CR22-1424 CA0197300
VPD ESCOBEDO,ALEXY *43E 17:12:43 18:30:5417:16:45
VPD SALDANA,CARLOS 44W 17:13:15 17:53:4717:19:50
20220815403
3223 E 46TH, VERNON487R
NEW CHEF FASHION17:44:4208/09/2022RPT Department OCA Number RMS Juris
VPD CR22-1425 CA0197300
VPD SALDANA,CARLOS *44W 17:53:47 18:29:0917:53:50
* Denotes Primary Unit
2Page of 208/10/2022 00:41:45
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/10/2022
08/10/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815423
E 26TH // FRONTAGE, VERNONTRAFFIC STOP
01:27:4408/10/2022RPT
CITE
VI
Department OCA Number RMS Juris
VPD CR22-1426 CA0197300
VPD GAYTAN,LORENZO *S7 02:30:4801:27:44
VPD HERNANDEZ,MIGUEL,JR 32W 02:18:3001:48:19
VPD CERDA,PAUL,JR 41E 01:27:46 01:27:48 02:18:2301:30:04
20220815443
5107 S DISTRICT BL, VERNON594R
AT&T CELL CITE10:05:5508/10/2022RPT Department OCA Number RMS Juris
VPD CR22-1427 CA0197300
VPD FLORES,TERESA *43E 10:07:27 10:08:01 10:48:5810:21:53
20220815444
S H ST JSO SHAFTER RD, BAKERSFIELDLOCATE
TEN WEST TOWING11:04:4008/10/2022VREC
VPD RECORDS BUREAU *RECD 16:05:3311:12:35
20220815445
2801 LEONIS BL, VERNON415
T-MOBILE USA 888-662-4662 OPT 412:19:5508/10/20221015
RPT Department OCA Number RMS Juris
VPD CR22-1428 CA0197300
VPD FLORES,TERESA *43E 12:21:18 12:21:40 12:56:3912:26:17
VPD ESCOBEDO,ALEXY 26W 12:21:21 12:21:41 13:16:2212:23:30
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY40 12:22:39 13:38:2512:27:53
VPD CROSS,JEREMY S3 13:22:2912:25:19
VPD ENCINAS,ANTHONY S6 13:22:2612:25:21
20220815448
2300 E 57TH, VERNON487R
JETRO CASH AND CARRY13:37:5508/10/2022RPT Department OCA Number RMS Juris
VPD CR22-1429 CA0197300
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY*40 13:38:58 13:38:59 14:26:3413:43:50
VPD ESCOBEDO,ALEXY 26W 13:40:10 13:45:58
20220815449
1Page of 208/11/2022 00:09:29
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/10/2022
08/10/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815449
2929 S SANTA FE AV, VERNONTRAFFIC STOP
13:59:2908/10/2022VI
CITE
RPT
Department OCA Number RMS Juris
VPD CR22-1430 CA0197300
VPD CROSS,JEREMY *S3 14:46:3813:59:29
VPD ESCOBEDO,ALEXY 26W 14:01:44 14:54:2214:08:22
VPD FLORES,TERESA 43E 14:54:3014:04:22
VPD ENCINAS,ANTHONY S6 14:46:4114:01:54
20220815455
2575 S SANTA FE AV, VERNON459R
CIRCLE K16:21:3908/10/2022RPT Department OCA Number RMS Juris
VPD CR22-1431 CA0197300
VPD ESCOBEDO,ALEXY *26W 16:23:30 16:23:31 17:11:3516:29:53
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY40 17:11:3616:36:41
20220815461
4767 E 49TH, VERNON487R
UNITY MEALS18:04:2508/10/2022RPT Department OCA Number RMS Juris
VPD CR22-1432 CA0197300
VPD FLORES,TERESA *43E 18:07:51 18:08:35 19:39:5318:15:40
20220815466
4250 S ALAMEDA, VERNON459R
US STORAGE21:05:4808/10/2022RPT Department OCA Number RMS Juris
VPD CR22-1433 CA0197300
VPD CERDA,EUGENIO *44W 21:09:27 21:09:56 22:32:0921:12:50
VPD HERNANDEZ,MIGUEL,JR 32E 21:15:07 22:28:4821:20:34
VPD CERDA,PAUL,JR 41W 21:09:28 21:10:00 22:07:1021:14:36
VPD LANDA,RAFAEL 48E 21:20:39 22:15:3121:21:08
VPD ONOPA,DANIEL S5 21:20:46 22:13:19
VPD GAYTAN,LORENZO S7 22:13:2221:39:49
* Denotes Primary Unit
2Page of 208/11/2022 00:09:29
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/11/202208/11/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208154736074 MALBURG WY, VERNON459VRDATALOK01:42:1708/11/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1434 CA0197300VPDHERNANDEZ,MIGUEL,JR*32E01:44:45 01:45:0902:20:4901:47:1020220815476E 55TH // ALAMEDA, VERNONPEDCK03:13:2308/11/20221015VPDCERDA,EUGENIO*44W03:45:2403:13:23VPDHERNANDEZ,MIGUEL,JR32E03:13:3003:45:2603:16:07VPDCERDA,PAUL,JR41W03:13:2804:04:4903:14:51VPDONOPA,DANIELS503:13:3603:46:1003:16:06VPDGAYTAN,LORENZOS703:13:3903:46:0403:16:1520220815484LEONIS BL // PACIFIC BL, VERNON901TR05:17:0108/11/2022RPTORDepartmentOCA NumberRMS JurisVPD CR22-1435 CA0197300VPDCERDA,PAUL,JR*41W05:18:10 05:18:1506:39:0605:19:27VPDHERNANDEZ,MIGUEL,JR32E05:18:1806:22:3405:22:21VPDCERDA,EUGENIO44W05:20:1406:11:1705:24:52202208154952049 E 38TH, VERNONA459RW5 CONCEPT09:12:2808/11/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1436 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*43E09:20:00 09:20:1509:25:15VPDREDONA,BRYAN4109:21:4909:59:2309:25:09202208155012680 S BONNIE BEACH PL, VERNON58610:09:3208/11/2022VICITEDepartmentOCA NumberRMS JurisVPD CR22-1437 CA0197300VPDCEDENO,RUTH*2P811:39:5710:09:33202208155041Page of 208/12/202201:06:09
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/11/202208/11/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208155044879 FRUITLAND AV, VERNONASSISTFDAT&T MOBILITY 800 635 6840 410:54:2808/11/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1438 CA0197300VPDREDONA,BRYAN*4110:56:00 10:56:0112:11:5111:00:58VPDCAM,PATRICK/GONZALEZ,BRITTANY43E10:59:0711:35:3711:08:2520220815517S SANTA FE AV // VERNON AV, VERNON20002R15:10:2408/11/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1439 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*43E15:12:15 15:12:1615:13:29VPDVASQUEZ,LUIS/HERNANDEZ,RUDY40W16:42:3715:13:2720220815531E DISTRICT BL // 50TH, VERNON20002R17:29:1808/11/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1440 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*43E17:31:48 17:31:4918:07:0817:43:07202208155334735 E DISTRICT BL, VERNON902TWORLD MACHINERY18:04:3808/11/2022RPTCITEDepartmentOCA NumberRMS JurisVPD CR22-1441 CA0197300VPDREDONA,BRYAN*4118:05:42 18:06:3218:18:3818:13:11VPDVASQUEZ,LUIS/HERNANDEZ,RUDY40W18:09:3118:55:1818:16:39VPDCAM,PATRICK/GONZALEZ,BRITTANY43E18:07:1318:55:1918:11:50202208155382059 E 37TH, VERNONGTAR20:09:0408/11/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1442 CA0197300VPDGAYTAN,LORENZO*S721:38:2420:09:04VPDHERNANDEZ,EDWARD44W20:09:1021:38:2421:09:44* Denotes Primary Unit2Page of 208/12/202201:06:09
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/12/202208/12/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208155674199 BANDINI BL, VERNONFOUNDVOLUME DISTRIBUTORS08:01:5908/12/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1443 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*44E08:09:43 08:09:5808:46:0208:19:33202208155684201 FRUITLAND AV, VERNON902TSOUTHLAND PAPERBOX08:15:5108/12/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1444 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*43W08:22:43 08:22:5608:55:4308:39:35VPDVASQUEZ,LUIS/HERNANDEZ,RUDY44E08:46:0508:49:34202208155762021 E 38TH, VERNON459VRGOLDEN ASTETICS08:50:1408/12/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1445 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*44E08:53:3008:56:13 09:34:5609:04:33VPDCAM,PATRICK/GONZALEZ,BRITTANY43W08:55:5208:57:10202208155842200 E 27TH, VERNON487RHOLLAND FLOWER MARKET09:52:2908/12/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1446 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*43W10:56:0409:54:4820220815612E 37TH // SOTO, VERNONVCK15:58:2908/12/2022VIDepartmentOCA NumberRMS JurisVPD CR22-1447 CA0197300VPDARANA,ANDRE*4816:31:4215:58:32202208156195000 PACIFIC BL, VERNON901TRMRS GOOCHS WHOLESALE FOODS17:37:2308/12/20221015RPTVSORDepartmentOCA NumberRMS JurisVPD CR22-1448 CA0197300VPD CR22-1449 CA0197300VPDARANA,ANDRE*4817:39:08 17:39:0919:06:2917:42:00VPDCAM,PATRICK/GONZALEZ,BRITTANY43W17:43:3819:54:1817:49:021Page of 209/15/202216:24:03
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/12/202208/12/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208156195000 PACIFIC BL, VERNON901TRMRS GOOCHS WHOLESALE FOODS17:37:2308/12/20221015RPTVSORDepartmentOCA NumberRMS JurisVPD CR22-1448 CA0197300VPD CR22-1449 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY44E19:09:1818:01:46VPDENCINAS,ANTHONYS618:25:5818:17:19202208156332080 E 25TH, VERNONPATCKBOVANO USA CORP23:30:5708/12/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1450 CA0197300VPDLANDA,RAFAEL*43W23:57:0423:30:57VPDNEWTON,TODD32W23:31:5023:57:0223:35:11* Denotes Primary Unit2Page of 209/15/202216:24:03
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/13/202208/13/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208156394201 CHARTER AV, VERNONVCKBHE INTERNATIONAL00:04:5908/13/20221015RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1451 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*48E01:44:2400:04:59VPDHERNANDEZ,EDWARD44E00:05:0201:06:3400:07:0520220815644RANDOLPH // BOYLE AV, VERNON20002RHPPD03:38:1908/13/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1452 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*48E03:39:46 03:40:0605:29:5503:46:08VPDNEWTON,TODD32W05:29:5503:56:38202208156483152 BANDINI BL, VERNONGTARBANDINI TRUCK TERMINAL05:46:2408/13/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1453 CA0197300VPDHERNANDEZ,EDWARD*44E05:49:33 05:49:3306:46:3505:53:47202208156522150 E 37TH, VERNONPAPDBENDER CCP07:45:4708/13/20221015CITERPTDepartmentOCA NumberRMS JurisVPD CR22-1454 CA0197300VPDMANNINO,NICHOLAS*44W07:47:23 07:47:2508:22:0007:53:01VPD32E07:52:4908:22:0007:53:06202208156654444 AYERS AV, VERNON586ADIR INTERNATIONAL11:20:3008/13/2022VSDepartmentOCA NumberRMS JurisVPD CR22-1455 CA0197300VPDCEDENO,RUTH*2P812:30:4611:20:31202208156712164 E 25TH, VERNON484RJUCO INC13:09:0508/13/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1456 CA0197300VPDMANNINO,NICHOLAS*44W13:11:53 13:11:5413:48:5613:28:551Page of 208/14/202206:48:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/13/202208/13/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815672MCGARRY // 25TH, LOS ANGELESLOCATE13:31:4408/13/2022VRECVPDRECORDS BUREAU*RECD14:07:2413:36:44202208156845008 S BOYLE AV, VERNON459DAVID GARMENT17:26:2708/13/20221015RPTCITEDepartmentOCA NumberRMS JurisVPD CR22-1457 CA0197300VPDARANA,ANDRE*32E17:27:29 17:27:3618:27:2117:30:49VPDCAM,PATRICK/GONZALEZ,BRITTANY4317:29:5118:27:2117:35:19VPDMANNINO,NICHOLAS44W17:27:33 17:27:3517:41:3717:29:11* Denotes Primary Unit2Page of 208/14/202206:48:51
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/14/202208/14/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815712E 25TH // ALAMEDA, VERNONTRAFFIC STOP01:01:3708/14/2022RPTVICITEDepartmentOCA NumberRMS JurisVPD CR22-1458 CA0197300VPDFLORES,TERESA*26W02:43:4601:01:37VPDNEWTON,TODD32E02:36:5101:01:40VPDHERNANDEZ,EDWARD44E01:03:4602:22:1001:05:36USTOWUS TOW02:27:31 02:27:3305:31:5902:30:43202208157134228 E DISTRICT BL, VERNON901TRTOYOTA TELEMATICS CALL CENTER02:20:4608/14/20221015RPTVSCITEDepartmentOCA NumberRMS JurisVPD CR22-1459 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*48W02:21:5803:58:5202:25:00VPDFLORES,TERESA26W02:43:4903:57:1102:55:08VPDNEWTON,TODD32E02:36:5105:48:5302:44:26VPDHERNANDEZ,EDWARD44E02:22:1105:46:2002:26:52MR C TOWMR C TOW02:51:24 02:51:2805:48:5902:58:56202208157152717 S INDIANA, VERNON925AT&T MOBILITY 800 635 6840 404:04:5408/14/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1460 CA0197300VPDFLORES,TERESA*26W04:08:1705:24:4604:11:36VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A48W04:08:3405:10:0504:14:24202208157172717 S INDIANA, VERNONVCK05:25:3508/14/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1461 CA0197300VPDFLORES,TERESA*26W05:45:1205:25:35USTOWUS TOW05:45:0705:32:07202208157301Page of 308/15/202204:40:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/14/202208/14/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208157302435 E 37TH, VERNON459RMAAS HANSEN STEEL10:52:3608/14/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1462 CA0197300VPDMANNINO,NICHOLAS*44W10:55:4311:37:1810:57:36VPDLUCAS,JASON2211:20:5911:01:35VPDARANA,ANDRE32E10:58:4611:18:1711:01:2720220815745DOWNEY RD // 50TH, VERNON901TT-Mobile USA 888-662-4662 opt 413:42:1908/14/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1463 CA0197300VPDARANA,ANDRE*32E13:42:5315:39:0713:47:35VPDMACIEL,CYNTHIA4313:43:1115:09:3113:45:21VPDMANNINO,NICHOLAS44W13:44:2314:28:1113:47:38USTOWUS TOW13:48:38 13:48:3915:39:0714:10:06202208157545990 MALBURG WY, VERNONPATCK16:51:1508/14/2022RPTCITE1015DepartmentOCA NumberRMS JurisVPD CR22-1464 CA0197300VPDMACIEL,CYNTHIA*4317:26:3016:51:15VPDMANNINO,NICHOLAS44W17:26:3016:54:2720220815761GIFFORD AV // FRUITLAND AV, VERNONVCK19:22:5108/14/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1465 CA0197300VPDOURIQUE,CARLOS*32E20:40:3119:22:51MR C TOWMR C TOW19:24:22 19:24:3520:40:2319:33:51VPDESTRADA,IGNACIOS219:44:4520:40:3519:57:2620220815762419 N. HICKS, LOS ANGELESLOCATEMR. C`S TOW19:26:4608/14/2022VRECVPDRECORDS BUREAU*RECD20:35:2519:27:12VPDESTRADA,IGNACIOS219:44:3919:44:412Page of 308/15/202204:40:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/14/202208/14/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208157705525 S SOTO, VERNON207RHPPD21:37:4208/14/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1466 CA0197300VPDFLORES,TERESA*26W21:39:0323:04:4621:45:15VPDOURIQUE,CARLOS32E21:39:4823:12:3221:45:16202208157723700 S ALAMEDA, VERNON459GOLDEN ASTETICS23:37:1208/14/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1468 CA0197300VPDFLORES,TERESA*26W23:38:3300:53:4123:40:37VPDOURIQUE,CARLOS32E23:38:3400:53:4323:41:36VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A4401:41:5323:41:43VPDESTRADA,IGNACIOS200:53:4623:41:48202208157733257 E 26TH, VERNON602M TEXTILE23:50:1108/14/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1467 CA0197300VPDOURIQUE,CARLOS*32E23:56:2200:39:1000:10:19* Denotes Primary Unit3Page of 308/15/202204:40:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/15/202208/15/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815802S SOTO // FRUITLAND AV, VERNON415DOMINIC07:19:1908/15/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1469 CA0197300VPD*26E07:20:39 07:21:0807:46:3107:24:38VPDMANNINO,NICHOLAS32W07:21:5507:38:4507:24:40VPD44E07:20:42 07:21:1008:50:4207:23:28202208158364949 E DISTRICT BL, VERNON902TRUNK10:20:4108/15/2022RPTCITYDepartmentOCA NumberRMS JurisVPD CR22-1470 CA0197300VPDESCOBEDO,ALEXY*44E10:21:50 10:21:5110:59:1110:31:28VPDESCARPE,ALAN26E10:28:5011:03:3110:31:40202208158444851 S SANTA FE AV, VERNON476RTHE MASSING GROUP10:57:2208/15/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1471 CA0197300VPDMACIEL,CYNTHIA*38W11:05:0412:10:3511:15:1120220815879S SOTO // 37TH, VERNON59417:50:0608/15/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1472 CA0197300VPDMACIEL,CYNTHIA*38W17:52:3520:15:3517:55:23VPDESCARPE,ALAN26E17:54:0119:04:30 21:22:1117:58:37VPDMANNINO,NICHOLAS32W17:54:0218:36:0217:58:36VPDESCOBEDO,ALEXY44E17:52:3618:35:5917:55:00VPDENCINAS,ANTHONYS618:18:2317:58:40202208158892252 E 37TH, VERNONVCK20:33:1608/15/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1473 CA0197300VPDOURIQUE,CARLOS*32W20:54:2920:33:16202208158931Page of 208/16/202205:47:24
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/15/202208/15/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220815893E 25TH // ALAMEDA, VERNONREC22:05:4008/15/2022VRECDepartmentOCA NumberRMS JurisVPD CR22-1474 CA0197300VPDOURIQUE,CARLOS*32W22:47:4822:05:4020220815896BANDINI BL // INDIANA, VERNONTRAFFIC STOP22:49:2308/15/2022VIDepartmentOCA NumberRMS JurisVPD CR22-1476 CA0197300VPDFLORES,TERESA*26E00:02:5522:49:23VPDHERNANDEZ,MIGUEL,JR4322:49:25 22:49:2600:02:5822:53:0620220815899SANTA FE // 55TH, VERNON484RCITY CREW - WILLY23:41:0408/15/2022CITYRPTDepartmentOCA NumberRMS JurisVPD CR22-1475 CA0197300VPDOURIQUE,CARLOS*32W23:44:27 23:44:2700:14:1623:44:35* Denotes Primary Unit2Page of 208/16/202205:47:24
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/16/2022
08/16/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815923
E 51ST // SANTA FE AV, VERNONTRAFFIC STOP
08:06:0908/16/2022CITE
VI Department OCA Number RMS Juris
VPD CR22-1477 CA0197300
VPD ESCARPE,ALAN *26W 10:09:1508:06:11
VPD MACIEL,CYNTHIA 43E 09:04:4208:28:47
VPD CROSS,JEREMY S3 09:04:1408:16:33
VPD ENCINAS,ANTHONY S6 09:04:0208:16:31
20220815925
ROSECRANS // ALAMEDA, COMPTONLOCATE
09:16:3908/16/2022VREC
VPD RECORDS BUREAU *RECD 10:10:4409:19:00
20220815969
2454 E 27TH, VERNON487R
SOFA MANIA21:52:1908/16/2022RPT
1015 Department OCA Number RMS Juris
VPD CR22-1478 CA0197300
VPD CERDA,EUGENIO *44W 21:53:52 21:54:34 00:05:4022:00:12
VPD OURIQUE,CARLOS 32E 21:53:54 21:54:35 23:40:2822:10:14
VPD CERDA,PAUL,JR 41W 22:09:40 00:11:0422:10:16
VPD HERNANDEZ,MIGUEL,JR 43E 21:55:26 23:48:4522:00:52
20220815971
5275 S DISTRICT BL, VERNON459VR
MAKESPACE23:34:4208/16/2022RPT Department OCA Number RMS Juris
VPD CR22-1479 CA0197300
VPD OURIQUE,CARLOS *32E 23:40:31 23:40:32 00:29:4923:46:03
* Denotes Primary Unit
1Page of 108/17/2022 00:33:31
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/17/2022
08/17/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220815974
FRUITLAND AV // GIFFORD AV, VERNONVCK
01:13:4908/17/2022RPT
VS
CITE
MK72
Department OCA Number RMS Juris
VPD CR22-1480 CA0197300
VPD OURIQUE,CARLOS *32E 02:01:3201:13:49
20220815979
2311 E 48TH, VERNON487R
CORE MARK03:20:0808/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1481 CA0197300
VPD CERDA,PAUL,JR *41W 03:22:11 03:22:37 04:11:1803:29:24
20220815988
DOWNEY RD // 26TH, VERNON901T
06:32:3408/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1482 CA0197300
VPD HERNANDEZ,MIGUEL,JR *43E 06:33:40 06:33:48 07:13:2706:36:51
VPD OURIQUE,CARLOS 32E 06:35:06 07:02:5306:44:20
20220815997
FRUITLAND AV // GIFFORD AV, VERNONGTAR
10:00:5208/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1483 CA0197300
VPD ZOZAYA,OSCAR *41 10:02:27 10:02:40 10:17:38
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY43E 10:09:34 10:51:2910:13:40
20220816002
4770 E 49TH, VERNONGTAR
ICE GRAPHICS10:34:4508/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1484 CA0197300
VPD ZOZAYA,OSCAR *41 10:38:19 11:37:1010:43:06
20220816008
2035 E 38TH, VERNON484R
RAYMONDS GLASS11:44:1908/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1485 CA0197300
VPD ESCOBEDO,ALEXY *44W 11:46:15 11:46:28 12:25:1911:52:47
1Page of 208/18/2022 00:22:40
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/17/2022
08/17/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816018
2300 E 57TH, VERNON487R
JETRO14:10:0008/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1486 CA0197300
VPD ESCARPE,ALAN *32W 14:15:13 15:16:4114:18:16
VPD ESCOBEDO,ALEXY 44W 15:16:1814:31:43
20220816022
2419 E 28TH, VERNON901T
T-Mobile USA 888-662-4662 opt 415:14:5108/17/2022RPT
VS Department OCA Number RMS Juris
VPD CR22-1487 CA0197300
VPD ESCOBEDO,ALEXY *44W 15:16:21 16:10:0915:19:37
VPD ESCARPE,ALAN 32W 15:17:01 16:10:0315:19:36
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY43E 15:50:3015:30:59
20220816023
4500 BANDINI BL, VERNON902T
15:43:4608/17/2022RPT
OR Department OCA Number RMS Juris
VPD CR22-1488 CA0197300
VPD ZOZAYA,OSCAR *41 15:49:33 15:49:48 17:18:3716:03:05
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY43E 15:50:36 17:18:3716:00:24
20220816031
2640 E 45TH, VERNON459R
URBAN TRENDS18:56:4108/17/2022RPT Department OCA Number RMS Juris
VPD CR22-1489 CA0197300
VPD *41W 19:01:01 19:57:2219:08:26
* Denotes Primary Unit
2Page of 208/18/2022 00:22:40
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/18/202208/18/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208160523344 BANDINI BL, VERNONASSISTFDUNK06:49:2908/18/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1490 CA0197300VPDCERDA,EUGENIO*44E06:50:4106:51:07VPD31E06:51:04 06:51:0509:34:1807:00:57VPDESCOBEDO,ALEXY3207:21:5707:01:41VPDVASQUEZ,LUIS/HERNANDEZ,RUDY41W07:22:0507:14:41202208160572221 E 55TH, VERNON602RECYCLING CENTER07:54:4908/18/20221015CITERPTDepartmentOCA NumberRMS JurisVPD CR22-1491 CA0197300VPDESCOBEDO,ALEXY*3207:56:27 07:57:1008:32:3208:02:49VPDREDONA,BRYAN22W08:32:3208:06:36VPDZOZAYA,OSCAR48E07:56:29 07:57:1208:32:3208:06:58202208160602788 E VERNON AV, VERNON459VRVERNON SALES08:37:5308/18/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1492 CA0197300VPDESCOBEDO,ALEXY*3208:40:29 08:40:3208:41:15VPDVASQUEZ,LUIS/HERNANDEZ,RUDY41W08:41:1309:43:4908:44:50202208160722957 E 46TH, VERNON459VRQFX10:30:4408/18/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1493 CA0197300VPDZOZAYA,OSCAR*48E10:33:54 10:33:5511:38:1910:39:33202208160922300 E 57TH, VERNON459VRJESTRO CASH AND CARRY16:17:1808/18/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1494 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*41W16:19:28 16:19:2917:08:4716:22:57202208160931Page of 208/19/202205:25:21
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/18/202208/18/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816093S SOTO // LEONIS BL, VERNON902TT-MOBILE USA 888-662-4662 OPT 416:50:1708/18/2022VOIDASSTPATMNRDNXDepartmentOCA NumberRMS JurisVPD CR22-1495 CA0197300VPDREDONA,BRYAN*22W16:51:48 16:51:5117:18:4717:08:04VPDVASQUEZ,LUIS/HERNANDEZ,RUDY41W17:52:1817:08:5320220816096E 26TH // INDIANA, VERNON901TLA COUNTY FIRE17:28:4008/18/2022VSCITERPTDepartmentOCA NumberRMS JurisVPD CR22-1496 CA0197300VPDCAM,PATRICK/GONZALEZ,BRITTANY*31E17:30:33 17:30:3518:28:4317:49:25VPDREDONA,BRYAN22W17:30:5718:28:4317:35:28VPDVASQUEZ,LUIS/HERNANDEZ,RUDY41W18:28:4317:56:45* Denotes Primary Unit2Page of 208/19/202205:25:21
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/19/202208/19/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208161234507 MAYWOOD AV, VERNONGTARUNITED PACIFIC DIST12:27:2808/19/2022RPTRPCBDepartmentOCA NumberRMS JurisVPD CR22-1497 CA0197300VPDREDONA,BRYAN*44E12:29:16 12:29:1714:13:0512:41:47202208161303015 LEONIS BL, VERNON459VRYI BAO PRODUCE GROUP14:53:4308/19/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1498 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*41E14:57:03 14:57:0415:44:5315:04:13* Denotes Primary Unit1Page of 108/20/202204:53:11
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/20/202208/20/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208161705511 S BOYLE AV, VERNON459NORMAN FOX AND CO10:51:2008/20/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1499 CA0197300VPDREDONA,BRYAN*44E10:52:22 10:52:5012:54:2210:54:15VPDCAM,PATRICK/GONZALEZ,BRITTANY43W10:57:4112:39:2811:20:33VPDCERDA,EUGENIO4810:52:24 10:52:5213:09:1810:57:13VPDSANTOS,DANIELS110:57:4312:54:1711:03:49202208161943706 E 26TH, VERNONVCK21:35:1108/20/2022RPTVIDepartmentOCA NumberRMS JurisVPD CR22-1500 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*48E23:09:3921:35:11VPDNEWTON,TODD40E21:51:1223:08:5422:04:20VPD41W21:41:5922:29:5821:46:49VPDESTRADA,IGNACIOS221:49:2522:00:34* Denotes Primary Unit1Page of 108/21/202200:08:20
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/21/202208/21/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816210S ALAMEDA // 57TH, VERNONTRAFFIC STOP01:04:4808/21/20221015RPTVIDepartmentOCA NumberRMS JurisVPD CR22-1502 CA0197300VPDHERNANDEZ,EDWARD*41W03:15:2601:04:49VPDOURIQUE,CARLOS32W01:05:3502:28:5401:14:27USTOWUS TOW02:02:56 02:02:5704:48:4402:12:07202208162162141 E 51ST, VERNON245RT-Mobile USA 888-662-4662 opt 402:25:3908/21/2022RPT1015DepartmentOCA NumberRMS JurisVPD CR22-1503 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*48E02:27:2509:08:1302:30:26VPDMACIEL,CYNTHIA31E14:17:1007:15:32VPDOURIQUE,CARLOS32W07:22:2802:28:56VPDNEWTON,TODD40E02:28:0507:50:1302:30:36VPDHERNANDEZ,EDWARD41W03:15:3006:50:0603:42:07VPDMANNINO,NICHOLAS43W07:38:0911:36:5807:45:49VPDREDONA,BRYAN4410:11:4509:56:31VPDRAMOS,JOSE5D3115:09:2806:46:31VPDSWINFORD,PHILLIP5D3215:09:2806:46:35VPDMADRIGAL,ALFONSO5D3315:09:2806:46:37VPDPEREZ,NICKL115:09:2906:46:42VPDSANTOS,DANIELS110:19:4009:56:36VPDESTRADA,IGNACIOS205:56:5202:35:4120220816217S ALAMEDA // 25TH, VERNONRECUS TOW03:02:5108/21/2022VRECVPDRECORDS BUREAU*RECD03:36:1403:03:0520220816245E SLAUSON AV // ALCOA AV, VERNON901TAT&T MOBILITY 800 635 6840 415:38:3708/21/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1504 CA0197300VPDREDONA,BRYAN*4415:39:0916:09:5215:42:19VPDMACIEL,CYNTHIA31E15:39:2616:26:0315:42:351Page of 208/22/202205:12:27
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/21/202208/21/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816245E SLAUSON AV // ALCOA AV, VERNON901TAT&T MOBILITY 800 635 6840 415:38:3708/21/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1504 CA0197300MR C TOWMR C TOW15:57:44 15:57:4716:09:5016:01:5720220816260GIFFORD AV // FRUITLAND AV, VERNONVCK23:15:2708/21/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1505 CA0197300VPD CR22-1506 CA0197300VPDOURIQUE,CARLOS*32E00:20:1423:15:28MR C TOWMR C TOW23:20:40 23:21:3300:20:1023:30:39* Denotes Primary Unit2Page of 208/22/202205:12:27
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/22/202208/22/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816265FRUITLAND AV // GIFFORD AV, VERNONVCK02:08:5408/22/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1507 CA0197300VPDOURIQUE,CARLOS*32E02:35:4102:08:54USTOWUS TOW02:10:17 02:10:4802:35:3602:23:12202208162792326 E VERNON AV, VERNON459VR07:36:1508/22/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1508 CA0197300VPD*43W07:38:4808:03:4607:39:08202208162852131 E 52D, VERNON459RAMERICAN COVER DESIGN08:15:3108/22/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1510 CA0197300VPDMACIEL,CYNTHIA*43W08:20:3510:02:5508:50:56VPDENCINAS,ANTHONY/CROSS,JEREMYS608:44:4509:58:5608:50:57202208162874601 E 50TH, VERNON594RCORE SYSTEMS DISTRIBUTIONS08:19:4108/22/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1509 CA0197300VPDESCOBEDO,ALEXY*4408:20:3908:55:4408:33:58202208162882101 E 51ST, VERNON911AAUTHENTIC DISTRIBUTION08:25:3208/22/2022RPTVIDepartmentOCA NumberRMS JurisVPD CR22-1511 CA0197300VPDGODOY,RAYMOND*40E08:42:2609:42:1208:51:38VPDCEDENO,RUTH2P809:02:3009:35:0209:08:11MR C TOWMR C TOW09:01:58 09:01:5809:42:1209:17:58202208163045408 S SANTA FE AV, VERNON459RBRONSON LLC10:42:5108/22/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1512 CA0197300VPDMACIEL,CYNTHIA*43W10:43:3111:36:3210:51:421Page of 208/23/202204:46:47
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/22/202208/22/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208163073838 S SANTA FE AV, VERNON901TAT&T MOBILITY 800 635 6840 411:07:0308/22/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1513 CA0197300VPDESCOBEDO,ALEXY*4411:07:4011:15:2111:09:59VPDLUCAS,JASON2211:08:1611:11:40VPDGODOY,RAYMOND40E11:08:0511:11:41VPDMACIEL,CYNTHIA43W11:10:2111:11:26VPDESCOBEDO,ALEXY44W11:32:1511:15:18VPDENCINAS,ANTHONYS611:32:1511:10:08202208163203015 LEONIS BL, VERNON140YI BAO PRODUCE GROUP13:55:0208/22/2022SUPVPDGODOY,RAYMOND*40E13:56:29 13:56:2913:56:46VPDLUCAS,JASON22E13:56:5115:16:0914:00:13* Denotes Primary Unit2Page of 208/23/202204:46:47
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/23/2022
08/23/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816375
5050 PACIFIC BL, VERNON917A
WHOLE FOODS07:31:1108/23/2022RPT
VS Department OCA Number RMS Juris
VPD CR22-1515 CA0197300
VPD GODOY,RAYMOND *40W 07:33:00 08:42:0007:39:11
20220816376
E SLAUSON AV // BOYLE AV, VERNON902T
YURI QUINTERO07:40:2908/23/2022RPT Department OCA Number RMS Juris
VPD CR22-1514 CA0197300
VPD MACIEL,CYNTHIA *43E 07:42:46 07:43:32
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY32 07:43:30 08:12:3107:49:39
20220816387
E 26TH // SOTO, VERNON20002R
T-Mobile USA 888-662-4662 opt 409:48:1608/23/2022RPT
CITY Department OCA Number RMS Juris
VPD CR22-1516 CA0197300
VPD ESCOBEDO,ALEXY *31W 09:49:19 09:49:42 10:38:2709:52:01
VPD LUCAS,JASON 22W 09:49:20 09:49:40 10:38:2509:51:47
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY32 09:50:20 10:40:0209:56:50
VPD GODOY,RAYMOND 40W 09:57:01 10:38:2310:02:00
VPD MACIEL,CYNTHIA 43E 09:57:42 10:38:2110:07:19
VPD ZOZAYA,OSCAR 48E 09:56:52 10:49:5810:03:42
20220816409
S DISTRICT BL // ATLANTIC BL, VERNONGTA
13:40:2808/23/2022RPT
HPPN
HPPD
Department OCA Number RMS Juris
VPD CR22-1517 CA0197300
VPD ZOZAYA,OSCAR *48E 13:42:03 14:35:5413:44:53
VPD MACIEL,CYNTHIA 43E 13:42:04 16:02:5013:54:21
20220816417
2300 E 57TH, VERNON459VR
JETRO CASH AND CARRY16:22:1808/23/2022RPT Department OCA Number RMS Juris
VPD CR22-1518 CA0197300
VPD MACIEL,CYNTHIA *43E 16:26:24 16:26:43
VPD GODOY,RAYMOND 40W 16:26:29 17:11:3016:32:16
1Page of 1 08/23/2022 23:58:22
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/24/202208/24/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene2022081643412800 S BROADWAY, LOS ANGELESFU00:38:3908/24/2022VRECFIVPDOURIQUE,CARLOS*3200:40:3902:56:2500:38:39VPDCERDA,PAUL,JR41E00:39:4200:40:3420220816436E VERNON AV // SAINT CHARLES, VERNONTRAFFIC STOP01:29:4608/24/2022RPTCITEVIDepartmentOCA NumberRMS JurisVPD CR22-1519 CA0197300VPDCERDA,PAUL,JR*41E02:32:1701:29:46VPDHERNANDEZ,EDWARD48W02:22:0001:29:50202208164443301 E VERNON AV, VERNON901TRVERIZON WIRELESS 1-800-451-524206:01:2008/24/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1520 CA0197300VPDHERNANDEZ,EDWARD*48W06:03:07 06:03:4006:50:3806:05:30VPDOURIQUE,CARLOS3206:03:08 06:04:0506:17:37VPDCERDA,PAUL,JR41E06:04:4406:50:3706:11:29202208164794305 S SANTA FE AV, VERNON92514:03:3908/24/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1521 CA0197300VPDCROSS,JEREMY*S314:41:0914:04:58VPDGODOY,RAYMOND40W14:41:0814:26:51VPD43E14:41:0814:18:25VPDPEREZ,NICKL114:41:0914:06:47VPDENCINAS,ANTHONYS614:41:1014:05:0020220816483E 57TH // SANTA FE AV, VERNONPEDCK16:23:0808/24/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1522 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*31W17:43:2816:23:08VPDZOZAYA,OSCAR48W16:41:2817:03:1516:46:191Page of 208/25/202204:50:24
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/24/202208/24/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816492S SANTA FE AV // FRUITLAND AV, VERNON20002MARIA ZAMORA22:17:1408/24/20221015VICITEORRPTDepartmentOCA NumberRMS JurisVPDCR22-1523CA0197300VPDLANDA,RAFAEL*48W22:19:00 22:19:0102:47:4622:21:24VPDHERNANDEZ,MIGUEL,JR41E22:24:2602:00:1822:26:15VPDCERDA,PAUL,JR4422:24:0300:02:4522:24:48* Denotes Primary Unit2Page of 208/25/202204:50:24
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/25/202208/25/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816499S SANTA FE AV // 48TH, VERNON240T-MOBILE USA, INC.03:25:5308/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1524 CA0197300VPDCERDA,PAUL,JR*4403:27:25 03:27:2703:43:0103:31:46VPDHERNANDEZ,MIGUEL,JR41E03:30:1304:01:5203:31:45VPDLANDA,RAFAEL48W03:29:0904:01:5303:35:3620220816517S SOTO // VERNON AV, VERNON902T08:27:1308/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1525 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*31E08:28:30 08:28:5409:05:1508:36:16202208165212415 E 37TH, VERNON459RCLEMENTES EMBROIDERY08:55:4508/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1526 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*31E09:05:23 09:05:3809:52:4809:08:26202208165243560 E VERNON AV, VERNONKTPVERNON HOUSING09:18:2808/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1527 CA0197300VPDREDONA,BRYAN*40E09:24:20 09:24:2110:11:2909:30:44VPDCERDA,EUGENIO/GONZALEZ,BRITTANY32W09:25:5810:11:2909:30:40VPDCAM,PATRICK48W10:11:3009:43:44202208165263163 E VERNON AV, VERNONTRAFFIC STOP10:23:2108/25/20221015RPTCITEDepartmentOCA NumberRMS JurisVPD CR22-1528 CA0197300VPDVASQUEZ,LUIS/HERNANDEZ,RUDY*31E11:29:3610:23:21VPDCERDA,EUGENIO/GONZALEZ,BRITTANY32W11:29:3611:13:47202208165294305 S SANTA FE AV, VERNONDET10:45:5108/25/20221015RPT1Page of 208/26/202203:11:25
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/25/202208/25/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208165294305 S SANTA FE AV, VERNONDET10:45:5108/25/20221015RPTVPDMADRIGAL,ALFONSO*5D3311:01:3810:45:51202208165343305 BANDINI BL, VERNON487RNATURES PRODUCE13:00:0908/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1529 CA0197300VPDREDONA,BRYAN*40E13:02:20 13:02:2613:59:1613:06:4520220816538E VERNON AV // DOWNEY RD, VERNON902TAT&T MOBILITY 800 635 6840 415:35:5908/25/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1530 CA0197300VPDREDONA,BRYAN*40E15:43:0916:26:2815:51:02* Denotes Primary Unit2Page of 208/26/202203:11:25
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/26/202208/26/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208165682100 E 55TH, VERNON459VR04:20:3608/26/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1531 CA0197300VPDNEWTON,TODD*43W04:23:04 04:23:0504:53:0304:25:4120220816578FRUITLAND AV // DOWNEY RD, VERNONSRMET07:01:1508/26/2022METRPTDepartmentOCA NumberRMS JurisVPD CR22-1532 CA0197300VPDESCOBEDO,ALEXY*MET109:50:1807:01:1520220816601S SOTO // 37TH, VERNON902T15:33:5808/26/2022RPTCITEDepartmentOCA NumberRMS JurisVPD CR22-1533 CA0197300VPDCAM,PATRICK*48W16:28:1815:34:01VPDVASQUEZ,LUIS/HERNANDEZ,RUDY3115:35:0816:28:1715:38:04202208166052901 FRUITLAND AV, VERNON594ROWENS BROCKWAY19:13:2408/26/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1534 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*31E19:14:59 19:14:5920:11:2819:21:28202208166203100 E 26TH, VERNONTRAFFIC STOP21:41:5608/26/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1536 CA0197300VPDMADRIGAL,ALFONSO*3L221:57:4521:41:57VPDGODOY,RAYMOND3L821:45:4721:57:4921:47:0520220816624S SOTO // 37TH, VERNONDUITRAFFIC22:32:0408/26/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1537 CA0197300VPDCERDA,EUGENIO*3L523:02:0522:32:04202208166291Page of 208/27/202203:39:09
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/26/202208/26/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208166293706 E 26TH, VERNONVCK23:40:5708/26/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1539 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*31E00:29:4723:40:57VPDLANDA,RAFAEL3223:41:0000:20:4723:46:45VPDNEWTON,TODD41W00:16:0023:46:53VPDLUCAS,JASONXS00:16:0323:46:5620220816630S SOTO // 37TH, VERNONDUITRAFFIC23:57:5608/26/20221015RPTVIDepartmentOCA NumberRMS JurisVPD CR22-1538 CA0197300VPDHERNANDEZ,MIGUEL,JR*3L701:00:5323:58:01VPDCERDA,PAUL,JR3L300:22:3800:21:59VPDCERDA,EUGENIO3L500:25:5700:22:44* Denotes Primary Unit2Page of 208/27/202203:39:09
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/27/202208/27/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816634E 37TH // SOTO, VERNONDUITRAFFIC00:21:4108/27/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1540 CA0197300VPDCERDA,PAUL,JR*3L301:00:2300:21:41202208166405037 E DISTRICT BL, VERNONPEDCK02:29:2608/27/20221015RPTDepartmentOCA NumberRMS JurisVPD CR22-1542 CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*31E03:59:4602:29:26VPDLANDA,RAFAEL3202:29:4403:59:4402:32:08VPDNEWTON,TODD41W02:29:3603:25:4802:32:11VPDLUCAS,JASONXS02:29:4903:59:4202:34:5220220816647BANDINI BL // SUNOL DR, VERNON902TGREGORY07:02:3808/27/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1543 CA0197300VPD*32E07:03:50 07:03:5107:50:1007:19:17VPDCAM,PATRICK4807:50:1107:26:37202208166583056 BANDINI BL, VERNON459VRLA TRUCK & TRAILER09:20:2308/27/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1544 CA0197300VPDREDONA,BRYAN*32E09:21:44 09:21:4409:31:5209:25:52VPDCAM,PATRICK4810:04:5609:26:22202208166644350 ALCOA AV, VERNONRECUNK10:18:4808/27/2022VRECDepartmentOCA NumberRMS JurisVPD CR22-1545 CA0197300VPDARANA,ANDRE*31W10:19:01 10:19:0111:20:5710:19:02VPDDISPATCHDISP12:29:2911:20:51202208166673150 E 46TH, VERNONRECT-MOBILE USA 888-662-4662 OPT 410:40:4408/27/2022VRECDepartmentOCA NumberRMS JurisVPD CR22-1546 CA01973001Page of 208/28/202202:55:46
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/27/202208/27/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208166673150 E 46TH, VERNONRECT-MOBILE USA 888-662-4662 OPT 410:40:4408/27/2022VRECDepartmentOCA NumberRMS JurisVPDCR22-1546CA0197300VPDREDONA,BRYAN*32E10:44:35 10:44:3511:35:3211:03:44VPDCAM,PATRICK4810:45:3312:58:2310:48:23202208166723056 BANDINI BL, VERNON459VRLA TRUCK & TRAILER11:31:3808/27/2022RPTVPDREDONA,BRYAN*32E11:35:55 11:35:5611:36:08 12:17:0011:56:33202208166932845 E 26TH, VERNON459A26 CALIFORNIA BAZAR23:20:3508/27/2022FARPTDepartmentOCA NumberRMS JurisVPDCR22-1547CA0197300VPDNEWTON,TODD*43E23:22:4400:48:16 00:16:3623:24:11VPDFLORES,TERESA40W23:23:4100:12:2923:26:20VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A4800:16:3723:31:18* Denotes Primary Unit2Page of 208/28/202202:55:46
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/28/202208/28/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208167002023 E 55TH, VERNONREC01:27:3508/28/2022VRECRPTDepartmentOCA NumberRMS JurisVPDCR22-1548CA0197300VPDFLORES,TERESA*40W02:08:0201:27:35VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A4801:27:3802:08:0801:28:50USTOWUS TOW01:36:21 01:36:2202:09:0801:51:29202208167044963 S SOTO, VERNON594RMGS02:41:1608/28/2022RPTCITYDepartmentOCA NumberRMS JurisVPDCR22-1549CA0197300VPDFLORES,TERESA*40W02:43:3003:51:3002:48:03VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A4803:24:2602:48:37202208167304010 E 26TH, VERNONVCK13:34:4608/28/2022RPTCITEVIDepartmentOCA NumberRMS JurisVPDCR22-1550CA0197300VPDCR22-1551CA0197300VPDCAM,PATRICK*48W15:44:0113:34:46MR C TOWMR C TOW13:38:50 13:39:2915:44:0113:52:15202208167407822 CALIFORNIA, HUNTINGTON PARKDET17:29:2108/28/20221015VIRPTDepartmentOCA NumberRMS JurisVPDCR22-1552CA0197300VPDSWINFORD,PHILLIP*5D3221:13:2317:29:21VPDARANA,ANDRE31E18:04:3218:21:3118:18:19VPDCAM,PATRICK48W17:32:4720:51:0017:47:38VPDMADRIGAL,ALFONSO5D3321:13:2317:29:27USTOWUS TOW18:30:09 18:31:0821:13:2419:44:16* Denotes Primary Unit1Page of 109/26/202206:15:05
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/29/202208/29/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene20220816764HELIOTROPE ST // DISTRICT BL, VERNONVCK00:16:3908/29/2022VIDepartmentOCA NumberRMS JurisVPDCR22-1553CA0197300VPDNEWTON,TODD*4300:58:5600:16:39202208167713211 E 26TH, VERNON459RSTRATEGIC MATERIALS03:33:0308/29/2022RPTRPCBDepartmentOCA NumberRMS JurisVPDCR22-1554CA0197300VPDSALDANA,CARLOS/HERNANDEZ,MELISSA A*31E03:34:16 03:34:1705:23:3903:42:18VPDOURIQUE,CARLOS32W05:11:4603:48:54VPDNEWTON,TODD4303:48:42 03:48:4404:47:2403:53:58202208167822529 CHAMBERS, VERNON S/A CA459RBLACK LABEL HOME07:36:0608/29/2022RPTDepartmentOCA NumberRMS JurisVPDCR22-1555CA0197300VPDMACIEL,CYNTHIA*40W07:41:26 07:41:2707:43:57 08:40:2407:56:28VPDGODOY,RAYMOND41E07:43:5407:48:12202208167862905 E 50TH, VERNONRECRANDALL FOODS08:19:2508/29/2022VRECRPTVPDGODOY,RAYMOND*41E08:21:0508:56:5008:29:07202208167885899 DOWNEY RD, VERNON459VRCAPITOL LOGISTICS08:35:1208/29/2022RPTDepartmentOCA NumberRMS JurisVPDCR22-1556CA0197300VPDMACIEL,CYNTHIA*40W08:40:5009:23:0108:48:20VPDGODOY,RAYMOND41E08:57:1009:33:1809:02:18VPDESCOBEDO,ALEXY4808:55:2309:23:1909:01:09202208167904260 CHARTER AV, VERNON459VRBIG SAVER09:18:4508/29/2022RPTDepartmentOCA NumberRMS JurisVPDCR22-1557CA01973001Page of 309/15/202216:49:42
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/29/202208/29/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208167904260 CHARTER AV, VERNON459VRBIG SAVER09:18:4508/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1557 CA0197300VPDMACIEL,CYNTHIA*40W09:23:0109:23:51VPDESCOBEDO,ALEXY4809:23:4510:32:3309:26:41202208167983165 E SLAUSON AV, VERNON594RBERTEX10:53:4808/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1558 CA0197300VPDGODOY,RAYMOND*41E10:57:4312:20:1811:13:49202208168045500 ALCOA AV, VERNONGTARCHRISTIAN PEREZ12:37:5908/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1559 CA0197300VPDMACIEL,CYNTHIA*40W12:46:5813:35:5512:58:09202208168104825 S SOTO, VERNONGTAR14:01:4108/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1560 CA0197300VPDESCOBEDO,ALEXY*4814:15:33 14:15:5015:25:5014:19:2820220816820FRUITLAND AV // DOWNEY RD, VERNON20002RAYLEEN17:41:2208/29/2022RPTVIDepartmentOCA NumberRMS JurisVPD CR22-1561 CA0197300VPDESCOBEDO,ALEXY*4817:44:0318:39:0917:47:42VPDMACIEL,CYNTHIA40W17:54:2118:39:0417:55:37VPDGODOY,RAYMOND41E17:53:3718:58:2817:56:13202208168212161 E 25TH, VERNON417UNK18:37:1408/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1562 CA0197300VPDMACIEL,CYNTHIA*40W18:39:0419:02:1618:43:27VPDFLORES,TERESA31E18:43:4019:08:5918:45:09VPDESCOBEDO,ALEXY4818:39:0918:55:4218:42:412Page of 309/15/202216:49:42
VERNON POLICE DEPARTMENTCall Log Report Type All Unit Times and Location with OCA'sJurisdiction:First Date:Last Date:08/29/202208/29/2022Call Number DispTenCodeCaller AddressOfficerUnitDepUnit Time DispatchEnrouteDepartArriveRemoveCompVERNONReceivedComplaint OnScene202208168212161 E 25TH, VERNON417UNK18:37:1408/29/2022RPTDepartmentOCA NumberRMS JurisVPD CR22-1562 CA0197300VPDHERNANDEZ,MIGUEL,JR48W19:09:0118:50:38VPDENCINAS,ANTHONYS618:47:1818:47:09VPDGAYTAN,LORENZOS719:09:0318:47:1620220816831MINERVA // 26TH, VERNONREC20:03:2108/29/2022VRECVSRPTDepartmentOCA NumberRMS JurisVPD CR22-1563 CA0197300VPDOURIQUE,CARLOS*32W20:32:1920:03:2120220816834E 37TH // SEVILLE AV, VERNONTRAFFIC STOP20:57:0408/29/2022RPTSRVDVIDepartmentOCA NumberRMS JurisVPD CR22-1564 CA0197300VPDOURIQUE,CARLOS*32W22:03:2720:57:04VPDHERNANDEZ,MIGUEL,JR48W21:01:3922:03:3121:03:21202208168372820 LEONIS BL, VERNONVCK22:29:1008/29/2022RPTVSDepartmentOCA NumberRMS JurisVPD CR22-1565 CA0197300VPDGAYTAN,LORENZO*S701:40:1722:29:10VPDFLORES,TERESA31E22:30:0423:07:0422:32:23VPDHERNANDEZ,MIGUEL,JR48W23:00:0123:09:43* Denotes Primary Unit3Page of 309/15/202216:49:42
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/30/2022
08/30/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816848
3100 E 26TH, VERNONTRAFFIC STOP
02:29:2608/30/2022CITE
VI Department OCA Number RMS Juris
VPD CR22-1566 CA0197300
VPD OURIQUE,CARLOS *32W 03:14:4902:29:27
VPD CERDA,PAUL,JR 44E 03:14:4902:31:42
VPD HERNANDEZ,MIGUEL,JR 48W 02:29:47 03:14:4902:31:43
20220816849
6105 MAYWOOD AVE, VERNONREC
03:26:5408/30/2022VREC
VPD FLORES,TERESA *31E 03:27:07 03:35:57 04:53:4803:50:52
20220816857
DOWNEY RD // DISTRICT BL, VERNONTRAFFIC STOP
06:30:5908/30/2022CITE
1015
RPT
VI
Department OCA Number RMS Juris
VPD CR22-1567 CA0197300
VPD FLORES,TERESA *31E 07:29:2906:31:05
VPD GODOY,RAYMOND 43 07:01:45 07:20:16 08:10:4407:08:23
VPD CERDA,PAUL,JR 44E 06:48:38 07:16:4606:49:29
VPD MACIEL,CYNTHIA 48 07:01:49 07:20:2607:08:25
VPD HERNANDEZ,MIGUEL,JR 48W 06:43:53 07:18:1006:49:41
20220816858
2446 E 52D, VERNON586
UNK06:39:5508/30/2022VS
RPT Department OCA Number RMS Juris
VPD CR22-1568 CA0197300
VPD HERNANDEZ,MIGUEL,JR *48W 06:41:07 06:43:47
VPD MACIEL,CYNTHIA 48 08:08:0707:58:55
VPD HERRERA,GUSTAVO L2 07:14:37 08:16:1007:22:45
20220816873
4255 E DISTRICT BL, VERNONA487R
C & M TRUCKING09:52:2908/30/2022RPT Department OCA Number RMS Juris
VPD CR22-1569 CA0197300
VPD ZOZAYA,OSCAR *41E 09:54:07 11:01:2010:04:28
1Page of 308/31/2022 00:17:28
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/30/2022
08/30/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816885
4490 AYERS AV, VERNONGTAR
WHOLESALE TIRE DISTRIBUTORS13:13:5508/30/2022RPT Department OCA Number RMS Juris
VPD CR22-1570 CA0197300
VPD ZOZAYA,OSCAR *41E 13:15:35 13:16:04 13:16:44
VPD MACIEL,CYNTHIA 48 13:16:41 14:51:4713:23:03
20220816888
LEONIS BL // DOWNEY RD, VERNON207
T-Mobile USA 888-662-4662 opt 413:58:3508/30/2022RPT Department OCA Number RMS Juris
VPD CR22-1571 CA0197300
VPD GODOY,RAYMOND *43 14:01:33 14:54:2614:03:21
VPD ZOZAYA,OSCAR 41E 15:12:0914:09:28
20220816896
SLAUSON // SANTA FE SPRINGS RD, WHITTIERDET
16:22:2908/30/2022VREC
VPD MADRIGAL,ALFONSO *5D33 18:19:2416:24:20
VPD RAMOS,JOSE 5D31 16:24:34 18:19:2516:33:01
VPD PEREZ,NICK L1 16:24:44 18:19:2516:57:55
20220816899
5563 ALCOA AV, VERNONFU
MY MOCHI16:51:1808/30/20221015
VPD ZOZAYA,OSCAR *41E 16:54:07 17:30:54
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY40W 16:56:01 18:16:0817:00:30
VPD GODOY,RAYMOND 43 16:56:03 17:30:5617:00:27
VPD MACIEL,CYNTHIA 48 16:54:08 17:30:5817:02:24
VPD RAMOS,JOSE 5D31 19:16:0618:19:36
VPD MADRIGAL,ALFONSO 5D33 19:29:0518:19:31
VPD CROSS,JEREMY S3 16:57:43 19:05:5417:00:24
20220816900
DOWNEY RD // LEONIS BL, VERNONTRAFFIC STOP
17:31:3908/30/2022RPT
CITE
1015
Department OCA Number RMS Juris
VPD CR22-1572 CA0197300
2Page of 308/31/2022 00:17:28
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/30/2022
08/30/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816900
DOWNEY RD // LEONIS BL, VERNONTRAFFIC STOP
17:31:3908/30/2022RPT
CITE
1015
Department OCA Number RMS Juris
VPD CR22-1572 CA0197300
VPD MACIEL,CYNTHIA *48 18:27:2717:31:39
20220816922
E 30TH // SANTA FE AV, VERNONPEDCK
23:13:0708/30/2022RPT
VI Department OCA Number RMS Juris
VPD CR22-1573 CA0197300
VPD HERNANDEZ,MIGUEL,JR *31W 00:03:3323:13:07
VPD CERDA,PAUL,JR 32E 23:13:10 23:13:11 00:03:31
* Denotes Primary Unit
3Page of 308/31/2022 00:17:28
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/31/2022
08/31/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816927
S SOTO // WASHINGTON BL, VERNONTRAFFIC STOP
00:10:4008/31/2022RPT
VI
CITE
SOW
Department OCA Number RMS Juris
VPD CR22-1574 CA0197300
VPD OURIQUE,CARLOS *1Z8 00:58:1100:10:40
VPD CERDA,PAUL,JR 32E 00:10:42 00:12:50 00:53:5000:12:51
VPD GAYTAN,LORENZO S7 00:29:4600:15:45
20220816937
S SOTO // 37TH, VERNONREC
06:29:1108/31/2022VREC Department OCA Number RMS Juris
VPD CR22-1575 CA0197300
VPD HERNANDEZ,RUDY *44 07:34:1506:29:11
VPD HERNANDEZ,MIGUEL,JR 31W 06:30:57 06:31:02 07:09:0906:43:52
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY40E 07:16:22 07:40:5107:27:22
20220816944
2382 E 48TH, VERNON487R
PINK`S IRON DOORS08:45:0208/31/2022RPT Department OCA Number RMS Juris
VPD CR22-1576 CA0197300
VPD ZOZAYA,OSCAR *41W 08:48:11 08:48:46 09:05:02
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY40E 08:49:52 09:42:4508:56:53
20220816953
4920 S BOYLE AV, VERNON459VR
LA FIBER10:26:0208/31/2022RPT Department OCA Number RMS Juris
VPD CR22-1577 CA0197300
VPD MACIEL,CYNTHIA *32 10:28:43 10:29:00 10:34:47
VPD CERDA,EUGENIO/GONZALEZ,BRITTANY40E 10:34:21 11:28:4510:42:20
20220816968
3211 FRUITLAND AV, VERNON487R
FERNANDO13:53:5408/31/2022RPT Department OCA Number RMS Juris
VPD CR22-1578 CA0197300
VPD MACIEL,CYNTHIA *32 13:55:12 13:56:30 13:56:40
VPD GODOY,RAYMOND 31 13:56:33 14:04:20 14:41:2914:27:22
1Page of 209/01/2022 00:33:12
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
Jurisdiction:
First Date:
Last Date:
08/31/2022
08/31/2022
Call Number Disp Ten
Code
Caller
Address
Officer UnitDep
Unit Time
Dispatch Enroute Depart Arrive Remove Comp
VERNON
Received
Complaint
OnScene
20220816984
S SOTO // VERNON AV, VERNON273.5R
ERICA21:02:4408/31/2022RPT Department OCA Number RMS Juris
VPD CR22-1579 CA0197300
VPD VASQUEZ,LUIS/HERNANDEZ,RUDY*48 21:08:45 21:08:45 22:52:2721:12:49
VPD CERDA,PAUL,JR 43W 21:08:51 22:08:5721:12:51
VPD HERNANDEZ,MIGUEL,JR 44E 21:27:00 21:43:28
VPD ESTRADA,IGNACIO S2 22:33:1721:28:53
* Denotes Primary Unit
2Page of 209/01/2022 00:33:12
City Council Agenda Item Report
Submitted by: Brandon Gray
Submitting Department: Police Department
Meeting Date: October 18, 2022
SUBJECT
Office of Traffic Safety Selective Traffic Enforcement Program (STEP) Grant Agreement
Recommendation:
Approve and authorize the City Administrator, Police Chief, and Police Sergeant to execute a
grant agreement between the City of Vernon and the Office of Traffic Safety, in substantially
the same form as submitted, for participation in the Selective Traffic Enforcement Program
(STEP) for a one (1) year term, with an effective date of October 1, 2022.
Background:
The Vernon Police Department (VPD) has received a grant through the Office of Traffic Safety
(OTS) to participate in the Selective Traffic Enforcement Program (STEP). The goals of the
program include the following: reduce the number of persons killed and/or injured in traffic
collisions; reduce the number of persons killed and/or injured in Driving Under the Influence
(DUI) related collisions; and raise public awareness about DUI enforcement activities in the
Los Angeles County region. In order to accomplish the goals of the program, participating
agencies will be required to take part in various enforcement activities which include saturation
patrol details, motorcycle safety enforcement, distracted driving enforcement, pedestrian and
bicycle enforcement, and DUI checkpoints.
VPD staff will coordinate enforcement activities as required on an overtime basis. The VPD
will receive reimbursement for a majority of the overtime related costs (benefits calculated at
1.45%). The VPD has participated in this program for a number of years and has been
successful attaining the goals specified.
To engage in the program, law enforcement agencies are required to sign an agreement to
receive reimbursement for personnel overtime costs. Reimbursements will be made within 90
days of receipt of an invoice, activity log, and quarterly traffic collision reports. The OTS Grant
Agreement is for a one-year term and shall remain in effect until September 30, 2023.
The proposed agreement has been reviewed and approved as to form by the City Attorney's
Office.
Fiscal Impact:
Award of the grant will result in $90,000 in additional revenue to the General Fund. The grant
funds will cover a majority of the projected overtime costs for VPD's annual participation in
STEP.
Attachments:
1. Office of Traffic Safety STEP Grant Agreement 2022-2023
8/2/2022 10:19:47 PM Page 1 of 16
State of California – Office of Traffic Safety
GRANT AGREEMENT
GRANT NUMBER
PT23194
1. GRANT TITLE
Selective Traffic Enforcement Program (STEP)
2. NAME OF AGENCY 3. Grant Period
Vernon From:
To:
10/01/2022
09/30/2023 4. AGENCY UNIT TO ADMINISTER GRANT
Vernon Police Department
5. GRANT DESCRIPTION
Best practice strategies will be conducted to reduce the number of persons killed and injured in crashes
involving alcohol and other primary crash factors. The funded strategies may include impaired driving
enforcement, enforcement operations focusing on primary crash factors, distracted driving, night-time seat belt
enforcement, special enforcement operations encouraging motorcycle safety, enf orcement and public
awareness in areas with a high number of bicycle and pedestrian crashes, and educational programs. These
strategies are designed to earn media attention thus enhancing the overall deterrent effect.
6. Federal Funds Allocated Under This Agreement Shall Not Exceed: $90,000.00
7. TERMS AND CONDITIONS: The parties agree to comply with the terms and conditions of the following which are by
this reference made a part of the Agreement:
Schedule A – Problem Statement, Goals and Objectives and Method of Procedure
Schedule B – Detailed Budget Estimate and Sub-Budget Estimate (if applicable)
Schedule B-1 – Budget Narrative and Sub-Budget Narrative (if applicable)
Exhibit A – Certifications and Assurances
Exhibit B* – OTS Grant Program Manual
Exhibit C – Grant Electronic Management System (GEMS) Access
*Items shown with an asterisk (*), are hereby incorporated by reference and made a part of this agreement as if
attached hereto.
These documents can be viewed at the OTS home web page under Grants: www.ots.ca.gov.
We, the officials named below, hereby swear under penalty of perjury under the laws of the State of California that we
are duly authorized to legally bind the Grant recipient to the above described Grant terms and conditions.
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
8. Approval Signatures
A. GRANT DIRECTOR B. AUTHORIZING OFFICIAL
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Daniel Onopa
Sergeant
donopa@covpd.org
(323) 587-5171
4305 Santa Fe Ave
Vernon, CA 90058
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Carlos Fandino
City Administrator
cfandino@ci.vernon.ca.us
(323) 583-8811
4305 S. Santa Fe Avenue
Vernon, CA 90058-1714
(Signature) (Date) (Signature) (Date)
C. FISCAL OFFICIAL
D. AUTHORIZING OFFICIAL OF OFFICE OF TRAFFIC SAFETY
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Robert Sousa
Chief of Police
rsousa@covpd.org
(323) 583-8811 ext 114
4305 Santa Fe Ave
Vernon, CA 90058
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Barbara Rooney
Director
barbara.rooney@ots.ca.gov
(916) 509-3030
2208 Kausen Drive, Suite 300
Elk Grove, CA 95758
(Signature) (Date) (Signature) (Date)
8/2/2022 10:19:47 PM Page 2 of 16
10. PROJECTED EXPENDITURES
FUND CFDA ITEM/APPROPRIATION F.Y. CHAPTER STATUTE PROJECTED
EXPENDITURES
AGREEMENT
TOTAL $90,000.00
AMOUNT ENCUMBERED BY THIS DOCUMENT
I CERTIFY upon my own personal knowledge that the budgeted
funds for the current budget year are available for the period and
purpose of the expenditure stated above.
$90,000.00
PRIOR AMOUNT ENCUMBERED FOR THIS
AGREEMENT
$ 0.00
OTS ACCOUNTING OFFICER’S SIGNATURE DATE SIGNED TOTAL AMOUNT ENCUMBERED TO DATE
$90,000.00
E. ACCOUNTING OFFICER OF OFFICE OF TRAFFIC SAFETY 9. SAM INFORMATION
NAME: Carolyn Vu
SAM #:
REGISTERED
ADDRESS:
CITY:
ZIP+4:
ZMK4GCEKJ7G3
4305 Santa Fe Avenue
Vernon
90058-1714
ADDRESS: 2208 Kausen Drive, Suite 300
Elk Grove, CA 95758
8/2/2022 10:19:47 PM Page 3 of 16
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule A
GRANT NUMBER
PT23194
1. PROBLEM STATEMENT
The City of Vernon will use grant funds for enforcement efforts to target DUI drivers, as well as those who
commit other violations (speed, distracted driving, turning/yielding violations, etc.) that may contribute to
traffic crashes. Our mission would continue to be simple in concept: continue to educate the public about the
dangers and consequences of DUI drivers, and reduce traffic crashes and in doing so, reduce injuries and
deaths associated to such crashes.
The City of Vernon Public Works Traffic Eng ineering Division conducted a Traffic Collision Review Report in
2014. Included in the report are the most frequent locations of traffic crashes and a list of the top primary
crash factors. Current statistics (refer to Traffic Data Summary below) from 2018-2020 indicate the top
primary crash factors have remained the same.
In examining the OTS Crash Rankings for 2019, we have also identified the below problem areas that we
recognize and need to be addressed. As a part of the Group G, the City of Vernon had the following
rankings:
Total Fatal and Injury: 5/32
Alcohol Involved: 2/32
Had Been Drinking Driver < 21: 31/32
Had Been Drinking Driver 21-34: 1/32
Motorcycles: 1/32
Pedestrians: 2/32
Bicyclists: 1/32
Composite: 4/32
Speed Related: 1/32
Nighttime (9pm-2:59am): 1/32
Hit and Run: 1/32
With the assistance and activities a STEP grant offers our department, we will strive to reduce traffic
crashes, therefore reducing injuries and deaths associated with traffic crashes.
Our target population is not just limited to “infraction violators” and/or “DUI suspects.” The Vernon Police
Department sincerely wants our entire community to know that traffic safety is a major priority to us. That is
one of the reasons why the Press Release during the cycle of a grant is so important, because it
communicates to the public that there is an emphasis and priority on traffic safety in our city. We intend to
continue to drive home this message, through educational handouts at checkpoints and/or during routine
public contacts.
The following is a traffic data summary, including 2021 statistics:
- 1 Fatal crash with 1 victim (3 less than 2019, 1 more than 2020 ).
- 156 Injury crashes with 203 victims (27 less crashes than 2019, and 21 more than 2020).
- 4 Alcohol involved crashes with injuries (2 less than 2019, and same as 2020), with 1 fatality.
- 10 Pedestrians were injured in crashes (1 more than 2019, and 4 more than 2020), with no fatalities.
- 11 Bicyclists were injured in crashes (same as 2019, same as 2020), with no fatalities.
2. PERFORMANCE MEASURES
A. Goals:
1. Reduce the number of persons killed in traffic crashes.
2. Reduce the number of persons injured in traffic crashes.
3. Reduce the number of pedestrians killed in traffic crashes.
4. Reduce the number of pedestrians injured in traffic crashes.
5. Reduce the number of bicyclists killed in traffic crashes.
8/2/2022 10:19:47 PM Page 4 of 16
6. Reduce the number of bicyclists injured in traffic crashes.
7. Reduce the number of persons killed in alcohol-involved crashes.
8. Reduce the number of persons injured in alcohol-involved crashes.
9. Reduce the number of persons killed in drug-involved crashes.
10. Reduce the number of persons injured in drug-involved crashes.
11. Reduce the number of persons killed in alcohol/drug combo-involved crashes.
12. Reduce the number of persons injured in alcohol/drug combo-involved crashes.
13. Reduce the number of motorcyclists killed in traffic crashes.
14. Reduce the number of motorcyclists injured in traffic crashes.
15. Reduce hit & run fatal crashes.
16. Reduce hit & run injury crashes.
17. Reduce nighttime (2100 - 0259 hours) fatal crashes.
18. Reduce nighttime (2100 - 0259 hours) injury crashes.
B. Objectives: Target Number
1. Issue a press release announcing the kick-off of the grant by November 15. The
kick-off press releases and media advisories, alerts, and materials must be
emailed to the OTS Public Information Officer at pio@ots.ca.gov, and copied to
your OTS Coordinator, for approval 14 days prior to the issuance date of the
release.
1
2. Participate and report data (as required) in the following campaigns; Quarter 1:
National Walk to School Day, National Teen Driver Safety Week, NHTSA Winter
Mobilization; Quarter 3: National Distracted Driving Awareness Month, National
Motorcycle Safety Month, National Bicycle Safety Month, National Click it or Ticket
Mobilization; Quarter 4: NHTSA Summer Mobilization, National Child Passenger
Safety Week, and California's Pedestrian Safety Month.
10
3. Develop (by December 31) and/or maintain a “DUI BOLO” program to notify patrol
and traffic officers to be on the lookout for identified repeat DUI offenders with a
suspended or revoked license as a result of DUI convictions. Updated DUI BOLOs
should be distributed to patrol and traffic officers monthly.
12
4. Send law enforcement personnel to the NHTSA Standardized Field Sobriety
Testing (SFST) (minimum 16 hours) POST-certified training.
2
5. Send law enforcement personnel to the NHTSA Advanced Roadside Impaired
Driving Enforcement (ARIDE) 16 hour POST-certified training.
2
6. Send law enforcement personnel to the DRE Recertification training. 1
7. Send law enforcement personnel to SFST Instructor training. 2
8. Conduct DUI/DL Checkpoints. A minimum of 1 checkpoint should be conducted
during the NHTSA Winter Mobilization and 1 during the Summer Mobilization. To
enhance the overall deterrent effect and promote high visibility, it is recommended
the grantee issue an advance press release and conduct social media activity for
each checkpoint. For combination DUI/DL checkpoints, departments should issue
press releases that mention DL's will be checked at the DUI/DL checkpoint. Signs
for DUI/DL checkpoints should read "DUI/Driver's License Checkpoint Ahead."
OTS does not fund or support independent DL checkpoints. Only on an exception
basis and with OTS pre-approval will OTS fund checkpoints that begin prior to
1800 hours. When possible, DUI/DL Checkpoint screeners should be DRE- or
ARIDE-trained.
6
9. Conduct DUI Saturation Patrol operation(s). 8
10. Conduct Traffic Enforcement operation(s), including but not limited to, primary
crash factor violations.
5
11. Conduct highly publicized Distracted Driving enforcement operation(s) targeting
drivers using hand held cell phones and texting.
2
12. Conduct highly publicized Motorcycle Safety enforcement operation(s) in areas or
during events with a high number of motorcycle incidents or crashes resulting from
unsafe speed, DUI, following too closely, unsafe lane changes, improper turning,
and other primary crash factor violations by motorcyclists and other drivers.
2
13. Conduct Nighttime (1800-0559) Click It or Ticket enforcement operation(s). 1
8/2/2022 10:19:47 PM Page 5 of 16
14. Conduct highly publicized pedestrian and/or bicycle enforcement operation(s) in
areas or during events with a high number of pedestrian and/or bicycle crashes
resulting from violations made by pedestrians, bicyclists, and drivers.
2
15. Conduct Traffic Safety educational presentation(s) with an effort to reach
community members. Note: Presentation(s) may include topics such as distracted
driving, DUI, speed, bicycle and pedestrian safety, seat belts and child passenger
safety.
2
16. Conduct Know Your Limit campaigns with an effort to reach members of the
community.
0
17. Conduct collaborative DUI Enforcement operations. 2
18. Conduct collaborative Traffic Enforcement operations. 2
3. METHOD OF PROCEDURE
A. Phase 1 – Program Preparation (1st Quarter of Grant Year)
The department will develop operational plans to implement the “best practice” strategies
outlined in the objectives section.
All training needed to implement the program should be conducted this quarter.
All grant related purchases needed to implement the program should be made this quarter.
In order to develop/maintain the “DUI BOLOs,” research will be conducted to identify the “worst of
the worst” repeat DUI offenders with a suspended or revoked license as a result of DUI
convictions. The Hot Sheets may include the driver’s name, last known address, DOB,
description, current license status, and the number of times suspended or revoked for DUI. DUI
BOLOs should be updated and distributed to traffic and patrol officers at least monthly.
Implementation of the STEP grant activities will be accomplished by deploying personnel at high
crash locations.
Media RequirementsIssue a press release approved by the OTS PIO announcing the kick-off of
the grant by November 15, but no sooner than October 1. The kick-off release must be approved
by the OTS PIO and only distributed after the grant is fully signed and executed. If you are
unable to meet the November 15 deadline to issue a kick-off press release, communicate
reasons to your OTS coordinator and OTS PIO.
B. Phase 2 – Program Operations (Throughout Grant Year)
The department will work to create media opportunities throughout the grant period to call
attention to the innovative program strategies and outcomes.
Media Requirements
The following requirements are for all grant-related activities:
Send all media advisories, alerts, videos, graphics, artwork, posters, radio/PSA/video scripts,
storyboards, digital and/or print educational materials for grant-related activities to the OTS PIO
at pio@ots.ca.gov for approval and copy your OTS coordinator. Optimum lead time would be 7
days before the scheduled release but at least 3 business days prior to the scheduled release
date for review and approval is appreciated.
The OTS PIO is responsible for the approval of the design and content of materials. The agency
understands OTS PIO approval is not authorizing approval of budget expenditure or cost. Any
cost approvals must come from the Coordinator.
Pre-approval is not required when using any OTS-supplied template for media advisories, press
releases, social media graphics, videos or posts, or any other OTS-supplied educational material.
However, copy the OTS PIO at pio@ots.ca.gov and your OTS coordinator when any material is
distributed to the media and public, such as a press release, educational material, or link to social
media post. The OTS-supplied kick-off press release templates and any kickoff press releases
are an exception to this policy and require prior approval before distribution to the media and
public.
If an OTS-supplied template, educational material, social media graphic, post or video is
substantially changed, the changes shall be sent to the OTS PIO at pio@ots.ca.gov for approval
and copy to your OTS Coordinator. Optimum lead time would be 7 days prior to the scheduled
release date, but at least 3 business days prior to the scheduled release date for review and
approval is appreciated.
8/2/2022 10:19:47 PM Page 6 of 16
Press releases, social media posts and alerts on platforms such as NextDoor and Nixle reporting
immediate and time-sensitive grant activities (e.g. enforcement operations, day of event
highlights or announcements, event invites) are exempt from the OTS PIO approval process. The
OTS PIO and your Coordinator should still be notified when the grant-related activity is
happening (e.g. car seat checks, bicycle rodeos, community presentations, DUI checkpoints,
etc.).
Enforcement activities such as warrant and probation sweeps, court stings, etc. that are
embargoed or could impact operations by publicizing in advance are exempt from the PIO
approval process. However, announcements and results of activities should still be copied to the
OTS PIO at pio@ots.ca.gov and your Coordinator with embargoed date and time or with
“INTERNAL ONLY: DO NOT RELEASE” message in subject line of email.
Any earned or paid media campaigns for TV, radio, digital or social media that are part of a
specific grant objective, using OTS grant funds, or designed and developed using contractual
services by a subgrantee, requires prior approval. Please send to the OTS PIO at
pio@ots.ca.gov for approval and copy your grant coordinator at least 3 business days prior to the
scheduled release date.
Social media posts highlighting state or national traffic safety campaigns (Distracted Driving
Month, Motorcycle Safety Awareness Month, etc.), enforcement operations (DUI checkpoints,
etc.), or any other grant-related activity such as Bicycle rodeos, presentations, or events, are
highly encouraged but do not require prior approval.
Submit a draft or rough-cut of all digital, printed, recorded or video material (brochures, posters,
scripts, artwork, trailer graphics, digital graphics, social posts connected to an earned or paid
media campaign grant objective) to the OTS PIO at pio@ots.ca.gov and copy your OTS
Coordinator for approval prior to the production or duplication.
Use the following standard language in all press, media, and printed materials, space permitting:
Funding for this program was provided by a grant from the California Office of Traffic Safety,
through the National Highway Traffic Safety Administration.
Space permitting, include the OTS logo on all grant-funded print materials, graphics and paid or
earned social media campaign grant objective; consult your OTS Coordinator for specifics,
format-appropriate logos, or if space does not permit the use of the OTS logo.
Email the OTS PIO at pio@ots.ca.gov and copy your OTS Coordinator at least 21 days in
advance, or when first confirmed, a short description of any significant grant-related traffic safety
event or program, particularly events that are highly publicized beforehand with anticipated media
coverage so OTS has sufficient notice to arrange for attendance and/or participation in the event.
If unable to attend, email the OTS PIO and coordinator brief highlights and/or results, including
any media coverage (broadcast, digital, print) of event within 7 days following significant grant-
related event or program. Media and program highlights are to be reflected in QPRs.
Any press releases, work plans, scripts, storyboards, artwork, graphics, videos or any
educational or informational materials that received PIO approval in a prior grant year needs to
be resubmitted for approval in the current grant year.
Contact the OTS PIO or your OTS Coordinator for consultation when changes from any of the
above requirements might be warranted.
C. Phase 3 – Data Collection & Reporting (Throughout Grant Year)
1. Prepare and submit invoice claims (due January 30, April 30, July 30, and October 30)
2. Prepare and submit Quarterly Performance Reports (QPR) (due January 30, April 30, July 30, and
October 30)
Collect and report quarterly, appropriate data that supports the progress of goals and objectives.
Provide a brief list of activity conducted, procurement of grant-funded items, and significant
media activities. Include status of grant-funded personnel, status of contracts, challenges, or
special accomplishments.
Provide a brief summary of quarterly accomplishments and explanations for objectives not
completed or plans for upcoming activities.
Collect, analyze and report statistical data relating to the grant goals and objectives.
4. METHOD OF EVALUATION
8/2/2022 10:19:47 PM Page 7 of 16
Using the data compiled during the grant, the Grant Director will complete the “Final Evaluation” section in
the fourth/final Quarterly Performance Report (QPR). The Final Evaluation should provide a brief summary
of the grant’s accomplishments, challenges and significant activities. This narrative should also include
whether goals and objectives were met, exceeded, or an explanation of why objectives were not completed.
5. ADMINISTRATIVE SUPPORT
This program has full administrative support, and every effort will be made to continue the grant activities
after grant conclusion.
8/2/2022 10:19:47 PM Page 8 of 16
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule B
GRANT NUMBER
PT23194
FUND NUMBER CATALOG
NUMBER (CFDA)
FUND DESCRIPTION TOTAL AMOUNT
164AL-23 20.608 Minimum Penalties for Repeat
Offenders for Driving While
Intoxicated
$65,000.00
402PT-23 20.600 State and Community Highway
Safety
$25,000.00
COST CATEGORY FUND
NUMBER
UNIT COST OR
RATE
UNITS TOTAL COST TO
GRANT
A. PERSONNEL COSTS
Straight Time
$0.00
Overtime
DUI/DL Checkpoints 164AL-23 $7,800.00 6 $46,800.00
DUI Saturation Patrols 164AL-23 $1,400.00 8 $11,200.00
Collaborative DUI Enforcement 164AL-23 $1,400.00 2 $2,800.00
Benefits for 164AL OT @ 1.45% 164AL-23 $60,800.00 1 $882.00
Traffic Enforcement 402PT-23 $1,400.00 5 $7,000.00
Distracted Driving 402PT-23 $1,400.00 2 $2,800.00
Motorcycle Safety 402PT-23 $1,400.00 2 $2,800.00
Night-time Click It Or Ticket 402PT-23 $1,400.00 1 $1,400.00
Pedestrian and Bicycle Enforcement 402PT-23 $1,400.00 2 $2,800.00
Traffic Safety Education 402PT-23 $1,400.00 2 $2,800.00
Collaborative Traffic Enforcement 402PT-23 $1,400.00 2 $2,800.00
Benefits for 402PT OT @ 1.45% 402PT-23 $22,400.00 1 $325.00
Category Sub-Total $84,407.00
B. TRAVEL EXPENSES
In State Travel 402PT-23 $2,275.00 1 $2,275.00
$0.00
Category Sub-Total $2,275.00
C. CONTRACTUAL SERVICES
$0.00
Category Sub-Total $0.00
D. EQUIPMENT
$0.00
Category Sub-Total $0.00
E. OTHER DIRECT COSTS
DUI Checkpoint Supplies 164AL-23 $3,318.00 1 $3,318.00
Category Sub-Total $3,318.00
F. INDIRECT COSTS
$0.00
Category Sub-Total $0.00
GRANT TOTAL $90,000.00
8/2/2022 10:19:47 PM Page 9 of 16
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule B-1
GRANT NUMBER
PT23194
BUDGET NARRATIVE
PERSONNEL COSTS
DUI/DL Checkpoints - Overtime for grant funded law enforcement operations conducted by appropriate
department personnel.
DUI Saturation Patrols - Overtime for grant funded law enforcement operations conducted by appropriate
department personnel.
Collaborative DUI Enforcement - Overtime for grant funded Collaborative DUI Enforcement operations
conducted by appropriate department personnel
Benefits for 164AL OT @ 1.45% - Medicare 1.45%
Traffic Enforcement - Overtime for grant funded law enforcement operations conducted by appropriate
department personnel.
Distracted Driving - Overtime for grant funded law enforcement operations conducted by appropriate
department personnel.
Motorcycle Safety - Overtime for grant funded law enforcement operations conducted by appropriate
department personnel.
Night-time Click It Or Ticket - Overtime for grant funded law enforcement operations conducted by
appropriate department personnel.
Pedestrian and Bicycle Enforcement - Overtime for grant funded law enforcement operations conducted by
appropriate department personnel.
Traffic Safety Education - Overtime for grant funded traffic safety presentations or campaigns conducted by
appropriate department personnel.
Collaborative Traffic Enforcement - Overtime for grant funded Collaborative Traffic Enforcement operations
conducted by appropriate department personnel
Benefits for 402PT OT @ 1.45% - Medicare 1.45%
TRAVEL EXPENSES
In State Travel - Costs are included for appropriate staff to attend conferences and training events
supporting the grant goals and objectives and/or traffic safety. Local mileage for grant activities and
meetings is included. Anticipated travel may include the OTS Traffic Safety Law Enforcement Forum. All
conferences, seminars or training not specifically identified in the Budget Narrative must be approved by
OTS. All travel claimed must be at the agency approved rate. Per Diem may not be claimed for meals
provided at conferences when registration fees are paid with OTS grant funds.
CONTRACTUAL SERVICES
-
EQUIPMENT
-
OTHER DIRECT COSTS
DUI Checkpoint Supplies - On-scene supplies needed to conduct sobriety checkpoints. Costs may include
28" traffic cones, MUTCD compliant traffic signs, MUTCD compliant high visibility vests (maximum of 10),
traffic counters (maximum of 2), generator, gas for generators, lighting, r eflective banners, electronic flares,
PAS Device/Calibration Supplies, heater, propane for heaters, fan, anti-fatigue mats, and canopies.
Additional items may be purchased if approved by OTS. The cost of food and beverages will not be
reimbursed. Each item must have a unit cost of less than $5,000 (including tax and shipping).
INDIRECT COSTS
-
STATEMENTS/DISCLAIMERS
There will be no program income generated from this grant.
8/2/2022 10:19:47 PM Page 10 of 16
Nothing in this “agreement” shall be interpreted as a requirement, formal or informal, that a particular law
enforcement officer issue a specified or predetermined number of citations in pursuance of the goals and
objectives here under.
8/2/2022 10:19:47 PM Page 11 of 16
State of California – Office of Traffic Safety
GRANT AGREEMENT
Exhibit A
GRANT NUMBER
PT23194
CERTIFICATIONS AND ASSURANCES FOR HIGHWAY SAFETY GRANTS
(23 U.S.C. Chapter 4; Sec. 1906, Pub. L. 109-59, As Amended By Sec. 4011, Pub. L. 114-94)
The officials named on the grant agreement, certify by way of signature on the grant agreement signature page,
that the Grantee Agency complies with all applicable Federal statutes, regulations, and directives and State
rules, guidelines, policies, and laws in effect with respect to the periods for which it receives grant funding.
Applicable provisions include, but are not limited to, the following:
GENERAL REQUIREMENTS
23 U.S.C. Chapter 4 – Highway Safety Act of 1966, as amended
Sec. 1906, Pub. L. 109-59, as amended by Sec. 4011, Pub. L. 114-94
23 CFR part 1300 – Uniform Procedures for State Highway Safety Grant Programs
2 CFR part 200 – Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards
2 CFR part 1201 – Department of Transportation, Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards
NONDISCRIMINATION
(applies to all subrecipients as well as States)
The State highway safety agency will comply with all Federal statutes and implementing regulations relating to
nondiscrimination (“Federal Nondiscrimination Authorities”). These include but are not limited to:
Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin) and 49 CFR part 21;
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal-aid programs and projects);
Federal-Aid Highway Act of 1973, (23 U.S.C. 324 et seq.), and Title IX of the Education
Amendments of 1972, as amended (20 U.S.C. 1681-1683 and 1685-1686) (prohibit discrimination
on the basis of sex);
Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended, (prohibits
discrimination on the basis of disability) and 49 CFR part 27;
The Age Discrimination Act of 1975, as amended, (42 U.S.C. 6101 et seq.), (prohibits
discrimination on the basis of age);
The Civil Rights Restoration Act of 1987, (Pub. L. 100-209), (broadens scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal aid recipients,
subrecipients and contractors, whether such programs or activities are Federally-funded or
not);
Titles II and III of the Americans with Disabilities Act (42 U.S.C. 12131-12189) (prohibits
discrimination on the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing) and 49 CFR parts
37 and 38;
Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations (prevents discrimination against minority populations
by discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations); and
Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency (guards against Title VI national origin discrimination/discrimination because of limited
English proficiency (LEP) by ensuring that funding recipients take reasonable steps to ensure that
LEP persons have meaningful access to programs (70 FR 74087-74100).
The Subgrantee-
8/2/2022 10:19:47 PM Page 12 of 16
Will take all measures necessary to ensure that no person in the United States shall, on the grounds
of race, color, national origin, disability, sex, age, limited English proficiency, or membership in any
other class protected by Federal Nondiscrimination Authorities, be excluded from participation in, be
denied the benefits of, or be otherwise subjected to discrimination under any of its programs or
activities, so long as any portion of the program is Federally-assisted;
Will administer the program in a manner that reasonably ensures that any of its subrecipients,
contractors, subcontractors, and consultants receiving Federal financial assistance under this
program will comply with all requirements of the Non- Discrimination Authorities identified in this
Assurance;
Agrees to comply (and require its subrecipients, contractors, subcontractors, and consultants to
comply) with all applicable provisions of law or regulation governing US DOT’s or NHTSA’s access to
records, accounts, documents, information, facilities, and staff, and to cooperate and comply with
any program or compliance reviews, and/or complaint investigations conducted by US DOT or
NHTSA under any Federal Nondiscrimination Authority;
Acknowledges that the United States has a right to seek judicial enforcement with regard to any matter
arising under these Non-Discrimination Authorities and this Assurance;
Agrees to insert in all contracts and funding agreements with other State or private entities the
following clause:
o “During the performance of this contract/funding agreement, the contractor/funding recipient
agrees—
a. To comply with all Federal nondiscrimination laws and regulations, as may be amended
from time to time;
b. Not to participate directly or indirectly in the discrimination prohibited by any Federal non-
discrimination law or regulation, as set forth in appendix B of 49 CFR part 2l and herein;
c. To permit access to its books, records, accounts, other sources of information, and its facilities
as required by the State highway safety office, US DOT or NHTSA;
d. That, in event a contractor/funding recipient fails to comply with any nondiscrimination
provisions in this contract/funding agreement, the State highway safety agency will have the
right to impose such contract/agreement sanctions as it or NHTSA determine are
appropriate, including but not limited to withholding payments to the contractor/funding
recipient under the contract/agreement until the contractor/funding recipient complies;
and/or cancelling, terminating, or suspending a contract or funding agreement, in whole or in
part; and
e. To insert this clause, including paragraphs (a) through (e), in every subcontract and
subagreement and in every solicitation for a subcontract or sub-agreement, that receives
Federal funds under this program.
THE DRUG-FREE WORKPLACE ACT OF 1988 (41 U.S.C. 8103)
The Subgrantee will provide a drug-free workplace by:
a. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession or use of a controlled substance is prohibited in the grantee's workplace and specifying
the actions that will be taken against employees for violation of such prohibition;
b. Establishing a drug-free awareness program to inform employees about:
1. The dangers of drug abuse in the workplace;
2. The grantee's policy of maintaining a drug-free workplace;
3. Any available drug counseling, rehabilitation, and employee assistance programs;
4. The penalties that may be imposed upon employees for drug violations occurring in the
workplace;
5. Making it a requirement that each employee engaged in the performance of the grant be
given a copy of the statement required by paragraph (a);
c. Notifying the employee in the statement required by paragraph (a) that, as a condition of
employment under the grant, the employee will –
1. Abide by the terms of the statement;
2. Notify the employer of any criminal drug statute conviction for a violation occurring in
the workplace no later than five days after such conviction;
d. Notifying the agency within ten days after receiving notice under subparagraph (c)(2) from an
8/2/2022 10:19:47 PM Page 13 of 16
employee or otherwise receiving actual notice of such conviction;
e. Taking one of the following actions, within 30 days of receiving notice under
subparagraph (c)(2), with respect to any employee who is so convicted –
1. Taking appropriate personnel action against such an employee, up to and including
termination;
2. Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a Federal, State, or local health, law
enforcement, or other appropriate agency;
f. Making a good faith effort to continue to maintain a drug-free workplace through
implementation of all of the paragraphs above.
POLITICAL ACTIVITY (HATCH ACT)
(applies to all subrecipients as well as States)
The State will comply with provisions of the Hatch Act (5 U.S.C. 1501-1508), which limits the political activities
of employees whose principal employment activities are funded in whole or in part with Federal funds.
CERTIFICATION REGARDING FEDERAL LOBBYING
(applies to all subrecipients as well as States)
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The signed certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement;
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions;
3. The undersigned shall require that the language of this certification be included in the award
documents for all sub-award at all tiers (including subcontracts, subgrants, and contracts under
grant, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
RESTRICTION ON STATE LOBBYING
(applies to all subrecipients as well as States)
None of the funds under this program will be used for any activity specifically designed to urge or influence a
State or local legislator to favor or oppose the adoption of any specific legislative proposal pending before
any State or local legislative body. Such activities include both direct and indirect (e.g., "grassroots") lobbying
activities, with one exception. This does not preclude a State official whose salary is supported with NHTSA
funds from engaging in direct communications with State or local legislative officials, in accordance with
customary State practice, even if such communications urge legislative officials to favor or oppose the
adoption of a specific pending legislative proposal.
CERTIFICATION REGARDING DEBARMENT AND SUSPENSION
(applies to all subrecipients as well as States)
8/2/2022 10:19:47 PM Page 14 of 16
Instructions for Primary Tier Participant Certification (States)
1. By signing and submitting this proposal, the prospective primary tier participant is providing the
certification set out below and agrees to comply with the requirements of 2 CFR parts 180 and 1200.
2. The inability of a person to provide the certification required below will not necessarily result in denial
of participation in this covered transaction. The prospective primary tier participant shall submit an
explanation of why it cannot provide the certification set out below. The certification or explanation will
be considered in connection with the department or agency's determination whether to enter into this
transaction. However, failure of the prospective primary tier participant to furnish a certification or an
explanation shall disqualify such person from participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed
when the department or agency determined to enter into this transaction. If it is later determined that
the prospective primary tier participant knowingly rendered an erroneous certification, in addition to
other remedies available to the Federal Government, the department or agency may terminate this
transaction for cause or default or may pursue suspension or debarment.
4. The prospective primary tier participant shall provide immediate written notice to the department or
agency to which this proposal is submitted if at any time the prospective primary tier participant learns
its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
5. The terms covered transaction, civil judgment, debarment, suspension, ineligible, participant, person,
principal, and voluntarily excluded, as used in this clause, are defined in 2 CFR parts 180 and 1200.
You may contact the department or agency to which this proposal is being submitted for assistance in
obtaining a copy of those regulations.
6. The prospective primary tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction
with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred,
suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,
unless authorized by the department or agency entering into this transaction.
7. The prospective primary tier participant further agrees by submitting this proposal that it will include
the clause titled “Instructions for Lower Tier Participant Certification” including the "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered
Transaction,” provided by the department or agency entering into this covered transaction, without
modification, in all lower tier covered transactions and in all solicitations for lower tier covered
transactions and will require lower tier participants to comply with 2 CFR parts 180 and 1200.
8. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows
that the certification is erroneous. A participant is responsible for ensuring that its principals are not
suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any prospective lower tier participants, each
participant may, but is not required to, check the System for Award Management Exclusions website
(https://www.sam.gov/).
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is proposed for
debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded
from participation in this transaction, in addition to other remedies available to the Federal government,
the department or agency may terminate the transaction for cause or default.
Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Tier Covered
Transactions
(1) The prospective primary tier participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participating in covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
8/2/2022 10:19:47 PM Page 15 of 16
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public
transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph
(1)(b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
(2) Where the prospective primary tier participant is unable to certify to any of the Statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Instructions for Lower Tier Participant Certification
1. By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below and agrees to comply with the requirements of 2 CFR parts 180 and 1200.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
government, the department or agency with which this transaction originated may pursue available
remedies, including suspension or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to which
this proposal is submitted if at any time the prospective lower tier participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
4. The terms covered transaction, civil judgment, debarment, suspension, ineligible, participant, person,
principal, and voluntarily excluded, as used in this clause, are defined in 2 CFR parts 180 and 1200.
You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of
those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include the
clause titled “Instructions for Lower Tier Participant Certification” including the "Certification Regarding
Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and in all solicitations for lower tier covered
transactions and will require lower tier participants to comply with 2 CFR parts 180 and 1200.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows
that the certification is erroneous. A participant is responsible for ensuring that its principals are not
suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any prospective lower tier participants, each
participant may, but is not required to, check the System for Award Management Exclusions website
(https://www.sam.gov/).
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is proposed for
debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded
from participation in this transaction, in addition to other remedies available to the Federal government,
the department or agency with which this transaction originated may pursue available remedies,
including suspension or debarment.
8/2/2022 10:19:47 PM Page 16 of 16
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered
Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
BUY AMERICA ACT
(applies to all subrecipients as well as States)
The State and each subrecipient will comply with the Buy America requirement (23 U.S.C. 313) when
purchasing items using Federal funds. Buy America requires a State, or subrecipient, to purchase with
Federal funds only steel, iron and manufactured products produced in the United States, unless the Secretary
of Transportation determines that such domestically produced items would be inconsistent with the public
interest, that such materials are not reasonably available and of a satisfactory quality, or that inclusion of
domestic materials will increase the cost of the overall project contract by more than 25 percent. In order to
use Federal funds to purchase foreign produced items, the State must submit a waiver request that provides
an adequate basis and justification for approval by the Secretary of Transportation.
PROHIBITION ON USING GRANT FUNDS TO CHECK FOR HELMET USAGE
(applies to all subrecipients as well as States)
The State and each subrecipient will not use 23 U.S.C. Chapter 4 grant funds for programs to check helmet
usage or to create checkpoints that specifically target motorcyclists.
POLICY ON SEAT BELT USE
In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16,
1997, the Grantee is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its
employees when operating company-owned, rented, or personally-owned vehicles. The National Highway
Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this
Presidential initiative. For information and resources on traffic safety programs and policies for employers,
please contact the Network of Employers for Traffic Safety (NETS), a public -private partnership dedicated to
improving the traffic safety practices of employers and employees. You can download information on seat belt
programs, costs of motor vehicle crashes to employers, and other traffic safety initiatives at
www.trafficsafety.org. The NHTSA website (www.nhtsa.gov) also provides information on statistics,
campaigns, and program evaluations and references.
POLICY ON BANNING TEXT MESSAGING WHILE DRIVING
In accordance with Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving,
and DOT Order 3902.10, Text Messaging While Driving, States are encouraged to adopt and enforce
workplace safety policies to decrease crashes caused by distracted driving, including policies to ban text
messaging while driving company-owned or rented vehicles, Government-owned, leased or rented vehicles,
or privately-owned vehicles when on official Government business or when performing any work on or behalf
of the Government. States are also encouraged to conduct workplace safety initiatives in a manner
commensurate with the size of the business, such as establishment of new rules and programs or re-
evaluation of existing programs to prohibit text messaging while driving, and education, awareness, and other
outreach to employees about the safety risks associated with texting while driving.
INSTRUCTIONS FOR UPDATING GEMS USERS
1. Select the box to indicate if a current GEMS user needs access removed or a current contact
needs access added. To add a new user/contact complete the last section of the form. There
is also an option of adding/removing a user/contact as a media contact.
2. Each agency is allowed a total of FIVE (5) GEMS Users.
3. GEMS Users listed on this form will be authorized to login to GEMS to complete and submit
Quarterly Performance Reports (QPRs) and reimbursement claims.
4. The Grant Director, Authorizing Official, or the Fiscal Official of the grant agreement must sign
this form.
5. Email completed forms to your grant coordinator, Tua Vang, at tua.vang@ots.ca.gov.
Current GEMS User(s)
1. Gustavo Herrera
Title: Sergeant Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: gherrera@covpd.org
2. Rafael Landa
Title: Corporal Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: rlanda@covpd.org
3. Daniel Onopa
Title: Sergeant Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: donopa@covpd.org
State of California – Office of Traffic Safety
OTS-55 Grant Electronic Management System (GEMS) Access
Grant Details Date: October 3, 2022
Grant Number: PT23194
Agency Name: Vernon Police Department
Grant Title: Selective Traffic Enforcement Program (STEP)
Agreement Total: $90,000.00
Authorizing Official: Carlos Fandino
Fiscal Official: Robert Sousa
Grant Director: Daniel Onopa
Complete the below information if adding a new GEMS user(s)
Add GEMS User Add as a media contact?
Yes No
Name Job Title
Email address Phone number
Add GEMS User
Name Job Title
Email address Phone number
Add GEMS User
Name Job Title
Email address Phone number
As a signatory (Grant Director, Authorizing Official, or Fiscal Official) I hereby authorize the
listed individual(s) to represent and have GEMS user access
Signature Date
Name Title
Add as a media contact?
Yes No
Add as a media contact?
Yes No
City Council Agenda Item Report
Submitted by: Brandon Gray
Submitting Department: Police Department
Meeting Date: October 18, 2022
SUBJECT
Office of Traffic Safety Traffic Records Improvement Project (TRIP) Grant Agreement
Recommendation:
Approve and authorize the City Administrator, Police Chief, and Police Sergeant to execute a
grant agreement between the City of Vernon and the Office of Traffic Safety, in substantially
the same form as submitted, for participation in the Traffic Records Improvement Project
(TRIP) for a one (1) year term, with an effective date of October 1, 2022.
Background:
The Vernon Police Department (VPD) has received a grant through the Office of Traffic Safety
(OTS) to participate in the Traffic Records Improvement Project (TRIP). The goal of the
program is to provide traffic safety stakeholders with the ability to plan and initiate traffic
records improvement projects such as the purchase and implementation of traffic crash
reporting systems as well as electronic citation equipment and software.
In order to accomplish the objectives of the program, VPD staff will coordinate with Information
Technology (IT) staff to identify, purchase, and implement an electronic crash reporting
software solution and electronic citation solution compatible with VPD and local court records
systems. Through the OTS TRIP grant program, the VPD will receive reimbursement for the
purchase of the complete electronic traffic crash and electronic citation data collection
systems. Although VPD has participated in the OTS Selective Traffic Enforcement Program
(STEP) program for a number of years, this is the first year that VPD has pursued the TRIP
program grant funding.
To participate in the program, law enforcement agencies are required to sign an agreement to
receive reimbursement for equipment costs. Reimbursements will be made within 90 days of
receipt of an invoice, activity log, and quarterly traffic collision reports. The OTS Grant
Agreement is for a one-year term and shall remain in effect until September 30, 2023.
The proposed agreement has been reviewed and approved as to form by the City Attorney's
Office.
Fiscal Impact:
Award of the grant will result in $66,300 in additional revenue to the General Fund. The grant
funds will cover 100% of the equipment purchase and implementation costs of participation in
TRIP.
Attachments:
1. Office of Traffic Safety TRIP Grant Agreement 2022-2023
8/2/2022 10:20:26 PM Page 1 of 12
State of California – Office of Traffic Safety
GRANT AGREEMENT
GRANT NUMBER
TR23023
1. GRANT TITLE
Traffic Records Improvement Project
2. NAME OF AGENCY 3. Grant Period
Vernon From:
To:
10/01/2022
09/30/2023 4. AGENCY UNIT TO ADMINISTER GRANT
Vernon Police Department
5. GRANT DESCRIPTION
State and local agencies need timely, accurate, complete, accessible, and uniform traffic records to identify
and prioritize traffic safety issues, to choose appropriate safety countermeasures and evaluate their
effectiveness. Traffic records improvement grants provide traffic safety stakeholders with the ability to plan
and initiate traffic records improvement projects such as the purchase and implementation of traffic crash
reporting systems as well as electronic citation equipment and software.
6. Federal Funds Allocated Under This Agreement Shall Not Exceed: $66,300.00
7. TERMS AND CONDITIONS: The parties agree to comply with the terms and conditions of the following which are by
this reference made a part of the Agreement:
Schedule A – Problem Statement, Goals and Objectives and Method of Procedure
Schedule B – Detailed Budget Estimate and Sub-Budget Estimate (if applicable)
Schedule B-1 – Budget Narrative and Sub-Budget Narrative (if applicable)
Exhibit A – Certifications and Assurances
Exhibit B* – OTS Grant Program Manual
Exhibit C – Grant Electronic Management System (GEMS) Access
*Items shown with an asterisk (*), are hereby incorporated by reference and made a part of this agreement as if
attached hereto.
These documents can be viewed at the OTS home web page under Grants: www.ots.ca.gov.
We, the officials named below, hereby swear under penalty of perjury under the laws of the State of California that we
are duly authorized to legally bind the Grant recipient to the above described Grant terms and conditions.
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
8. Approval Signatures
A. GRANT DIRECTOR B. AUTHORIZING OFFICIAL
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Daniel Onopa
Sergeant
donopa@covpd.org
(323) 587-5171
4305 Santa Fe Ave
Vernon, CA 90058
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Carlos Fandino
City Administrator
cfandino@ci.vernon.ca.us
(323) 583-8811
4305 S. Santa Fe Avenue
Vernon, CA 90058-1714
(Signature) (Date) (Signature) (Date)
C. FISCAL OFFICIAL
D. AUTHORIZING OFFICIAL OF OFFICE OF TRAFFIC SAFETY
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Robert Sousa
Chief of Police
rsousa@covpd.org
(323) 583-8811 ext 114
4305 Santa Fe Ave
Vernon, CA 90058
NAME:
TITLE:
EMAIL:
PHONE:
ADDRESS:
Barbara Rooney
Director
barbara.rooney@ots.ca.gov
(916) 509-3030
2208 Kausen Drive, Suite 300
Elk Grove, CA 95758
(Signature) (Date) (Signature) (Date)
8/2/2022 10:20:26 PM Page 2 of 12
10. PROJECTED EXPENDITURES
FUND CFDA ITEM/APPROPRIATION F.Y. CHAPTER STATUTE PROJECTED
EXPENDITURES
AGREEMENT
TOTAL $66,300.00
AMOUNT ENCUMBERED BY THIS DOCUMENT
I CERTIFY upon my own personal knowledge that the budgeted
funds for the current budget year are available for the period and
purpose of the expenditure stated above.
$66,300.00
PRIOR AMOUNT ENCUMBERED FOR THIS
AGREEMENT
$ 0.00
OTS ACCOUNTING OFFICER’S SIGNATURE DATE SIGNED TOTAL AMOUNT ENCUMBERED TO DATE
$66,300.00
E. ACCOUNTING OFFICER OF OFFICE OF TRAFFIC SAFETY 9. SAM INFORMATION
NAME: Carolyn Vu
SAM #:
REGISTERED
ADDRESS:
CITY:
ZIP+4:
ZMK4GCEKJ7G3
4305 Santa Fe Avenue
Vernon
90058-1714
ADDRESS: 2208 Kausen Drive, Suite 300
Elk Grove, CA 95758
8/2/2022 10:20:26 PM Page 3 of 12
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule A
GRANT NUMBER
TR23023
1. PROBLEM STATEMENT
The City of Vernon is a city in the Los Angeles metropolitan area. Located in Los Angeles county, the City
of Vernon is an industrial city of 5.2 square miles to the southeast of downtown Los Angeles. Vernon
houses more than 1,800 businesses that employ approximately 50,000 people, serving as a vital economic
engine in the region.
The Vernon Police Department maintained a traffic division that was staffed with two motor officers and one
sergeant. Due to personnel shortages and increasing budget constraints, the positions have not been filled
and patrol personnel are depended on to conduct extra traffic enforcement. Patrol personnel are tasked
with the reduction of traffic collisions through proactive and reactive enforcement of traffic laws throughout
the city. Since 2017, the city has seen an increase in traffic collisions that are affecting the traffic safety of
citizens and visitors to the city. In addition, the morning and afternoon school traffic congestion has also
caused an increase in traffic collisions and violations in our school zone, making our school route unsafe for
parents/and or students.
Over the last decade, the Vernon Police Department (VPD) has been utilizing an antiquated CAD
(Computer-Aided Design) and RMS (Records Management System). The department recently obtained a
new RMS system (Central Square) that is compatible with the Crossroads software. The old system and
new Central Square system without the Crossroads software doesn't offer VPD the ability to create or import
collision reports, import and export agency RMS files, accurately perform complete analysis of collision
reports, and the ability to export complete collision reports to the California Highway Patrol’s Statewide
Integrated Records System (SWITRS). Furthermore, since these two systems do not interface, VPD
personnel cannot streamline the process of handling traffic collision investigations and reporting. These
issues and many more have complicated the daily operations, which has prevented the VPD from
developing effective and efficient enforcement plans that will have a tremendous effect on the community.
Another problem the Vernon Police Department has experienced as a result of these antiquated software
systems is the inability to implement an electronic traffic citation solution system to improve the accuracy
and efficiency of traffic citations. The department strongly believes that an electronic traffic citation solution
system will also assist our Records Unit personnel become more effective and efficient because it will
eliminate many of the human errors that come with filling out traditional citations by hand. For example,
between the months of November 2020 and October 2021, our Records Clerks entered approximately 965
traffic citations that were written by our Patrol Officers, which overwhelmed our staff and increased our
overtime budget. We are a department of 43 Police Officers and currently write citations and Property
Damage Only (PDO) collision reports on paper. Our three Records Technicians and Records Manager
handle everything our officers do, which includes manually entering traffic citations, parking citations and
PDO reports completed on paper. At an average of 10 minutes per entry for cites this averages about 13-14
hours per month of data entry into the RMS. There would also be some time savings on the part of the
officer writing the cites because he/she can swipe/scan driver licenses and registration information that
populates the fields of the citation entry. This would also dramatically increase the accuracy and ability to
read the citations. There would also be significant time saved from our Court Officer not having to complete
transmittals to the court for citations. An electronic citation system will also allow the Department to import
and export to our agency’s RMS files and export complete citation reports to the Los Angeles County
Superior Court system, which is expected to go live in the near future.
2. PERFORMANCE MEASURES
A. Goals:
1. Reduce the number of persons killed in traffic crashes.
2. Reduce the number of persons injured in traffic crashes.
B. Objectives: Target Number
1. Purchase a new electronic crash reporting program or upgrade an existing
electronic crash reporting program to the latest version available that includes the
capability of exporting complete crash report records to a departmental records
1
8/2/2022 10:20:26 PM Page 4 of 12
management system (RMS) and the California Highway Patrol’s Statewide
Integrated Traffic Records System (SWITRS).
2. Purchase and implement a new complete electronic citation solution that includes
the capability of exporting data to both a departmental records management
system (RMS) as well as the local court records system if and when the local court
can receive electronic citation data.
1
3. METHOD OF PROCEDURE
A. Phase 1 – Program Preparation (1st Quarter of Grant Year)
Determine specific system requirements.
Determine specific equipment requirements.
Request vendor price quotation per host agency requirements.
Procure an electronic crash reporting system with the following functionalities:
System licensing with installation and training.
GIS based mapping.
Segment crash diagraming tool.
Ability to create or import crash reports.
Ability to import and export agency RMS files.
Ability to perform complete analysis of crash reports.
Secure database accessible by appropriate agency personnel.
Ability to export complete crash report to the California Highway Patrol’s Statewide
Integrated Traffic Records System.
Procure an electronic citation system with the following functionalities:
System licensing with installation and training.
Ability to import and export to agency RMS files.
Ability to perform complete analysis of citation reports.
Secure database accessible by appropriate agency personnel.
Ability to export complete citation reports to the local county court.
B. Phase 2 – Program Operations (Throughout Grant Year)
Select vendor for system development, implementation, and installation.
Monitor and oversee progress of system/software development.
C. Phase 3 – Data Collection & Reporting (Throughout Grant Year)
Prepare and submit invoice claims (due January 30, April 30, July 30, and October 30).
Successful project completion and confirmation of successful transmission of crash
reports by the California Highway Patrol is required before submission of invoice claims
seeking reimbursement from OTS.
Prepare and submit quarterly performance reports (due January 30, April 30, July 30, and
October 30).
Collect and report quarterly appropriate data that supports the progress of goals and
objectives.
Provide a summary of quarterly accomplishments and explanations for objectives not
completed.
Collect, analyze, and report statistical data relating to the grant goals and objectives.
4. METHOD OF EVALUATION
Using the data compiled during the grant, the Grant Director will complete the “Final Evaluation” section in
the fourth/final Quarterly Performance Report (QPR). The Final Evaluation should provide a brief summary
of the grant’s accomplishments, challenges and significant activities. This narrative should also include
whether goals and objectives were met, exceeded, or an explanation of why objectives were not completed.
5. ADMINISTRATIVE SUPPORT
This program has full administrative support, and every effort will be made to continue the grant activities
after grant conclusion.
8/2/2022 10:20:26 PM Page 5 of 12
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule B
GRANT NUMBER
TR23023
FUND NUMBER CATALOG
NUMBER (CFDA)
FUND DESCRIPTION TOTAL AMOUNT
405c TR-23 20.616 State Traffic Safety Information
System Improvements
$66,300.00
COST CATEGORY FUND
NUMBER
UNIT COST OR
RATE
UNITS TOTAL COST TO
GRANT
A. PERSONNEL COSTS
Straight Time
$0.00
Overtime
$0.00
Category Sub-Total $0.00
B. TRAVEL EXPENSES
$0.00
$0.00
Category Sub-Total $0.00
C. CONTRACTUAL SERVICES
$0.00
Category Sub-Total $0.00
D. EQUIPMENT
Complete Traffic Crash and Electronic
Citation Data Collection System
405c TR-
23
$66,300.00 1 $66,300.00
Category Sub-Total $66,300.00
E. OTHER DIRECT COSTS
$0.00
Category Sub-Total $0.00
F. INDIRECT COSTS
$0.00
Category Sub-Total $0.00
GRANT TOTAL $66,300.00
8/2/2022 10:20:26 PM Page 6 of 12
State of California – Office of Traffic Safety
GRANT AGREEMENT
Schedule B-1
GRANT NUMBER
TR23023
BUDGET NARRATIVE
PERSONNEL COSTS
-
TRAVEL EXPENSES
-
CONTRACTUAL SERVICES
-
EQUIPMENT
Complete Traffic Crash and Electronic Citation Data Collection System - A combination traffic crash and
electronic citation data collection system will handle both traffic crash and traffic citation data collection and
processing. The traffic crash database system will collect, analyze, and display crash and enforcement data,
including a full featured module for analysis, allowing queries for top ranking lists of locations, breakdowns
by cause, type, injury, conditions, and many other attributes. Queries and Reports will be provided in a
variety of formats including pie charts, bar charts, and summaries. The system provides for crash mapping
on Google Earth, ESRI GIS, or similar mapping products. Costs may include laptop/desktop computers,
software and licenses, printers, accessories, training, and associated shipping and taxes. The traffic citation
system will collect citation data electronically in the field, print a violator copy of the citation, and transfer the
information electronically to the agency RMS system and the courts for prosecution. The system will be used
by traffic officers to improve the efficiency and accuracy of writing traffic citations. Costs may include the
purchase of electronic citation devices, mag-strip readers, fingerprint readers, audio recorders, cameras,
docking/charging stations, laptop/desktop computers, software, licenses, printers, accessories, training, and
associated shipping and taxes.
OTHER DIRECT COSTS
-
INDIRECT COSTS
-
STATEMENTS/DISCLAIMERS
8/2/2022 10:20:26 PM Page 7 of 12
State of California – Office of Traffic Safety
GRANT AGREEMENT
Exhibit A
GRANT NUMBER
TR23023
CERTIFICATIONS AND ASSURANCES FOR HIGHWAY SAFETY GRANTS
(23 U.S.C. Chapter 4; Sec. 1906, Pub. L. 109-59, As Amended By Sec. 4011, Pub. L. 114-94)
The officials named on the grant agreement, certify by way of signature on the grant agreement signature page,
that the Grantee Agency complies with all applicable Federal statutes, regulations, and directives and State
rules, guidelines, policies, and laws in effect with respect to the periods for which it receives grant funding.
Applicable provisions include, but are not limited to, the following:
GENERAL REQUIREMENTS
23 U.S.C. Chapter 4 – Highway Safety Act of 1966, as amended
Sec. 1906, Pub. L. 109-59, as amended by Sec. 4011, Pub. L. 114-94
23 CFR part 1300 – Uniform Procedures for State Highway Safety Grant Programs
2 CFR part 200 – Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards
2 CFR part 1201 – Department of Transportation, Uniform Administrative Requirements, Cost
Principles, and Audit Requirements for Federal Awards
NONDISCRIMINATION
(applies to all subrecipients as well as States)
The State highway safety agency will comply with all Federal statutes and implementing regulations relating to
nondiscrimination (“Federal Nondiscrimination Authorities”). These include but are not limited to:
Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin) and 49 CFR part 21;
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal-aid programs and projects);
Federal-Aid Highway Act of 1973, (23 U.S.C. 324 et seq.), and Title IX of the Education
Amendments of 1972, as amended (20 U.S.C. 1681-1683 and 1685-1686) (prohibit discrimination
on the basis of sex);
Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. 794 et seq.), as amended, (prohibits
discrimination on the basis of disability) and 49 CFR part 27;
The Age Discrimination Act of 1975, as amended, (42 U.S.C. 6101 et seq.), (prohibits
discrimination on the basis of age);
The Civil Rights Restoration Act of 1987, (Pub. L. 100-209), (broadens scope, coverage
and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975
and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal aid recipients,
subrecipients and contractors, whether such programs or activities are Federally-funded or
not);
Titles II and III of the Americans with Disabilities Act (42 U.S.C. 12131-12189) (prohibits
discrimination on the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing) and 49 CFR parts
37 and 38;
Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations (prevents discrimination against minority populations
by discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations); and
Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency (guards against Title VI national origin discrimination/discrimination because of limited
English proficiency (LEP) by ensuring that funding recipients take reasonable steps to ensure that
LEP persons have meaningful access to programs (70 FR 74087-74100).
The Subgrantee-
8/2/2022 10:20:26 PM Page 8 of 12
Will take all measures necessary to ensure that no person in the United States shall, on the grounds
of race, color, national origin, disability, sex, age, limited English proficiency, or membership in any
other class protected by Federal Nondiscrimination Authorities, be excluded from participation in, be
denied the benefits of, or be otherwise subjected to discrimination under any of its programs or
activities, so long as any portion of the program is Federally-assisted;
Will administer the program in a manner that reasonably ensures that any of its subrecipients,
contractors, subcontractors, and consultants receiving Federal financial assistance under this
program will comply with all requirements of the Non- Discrimination Authorities identified in this
Assurance;
Agrees to comply (and require its subrecipients, contractors, subcontractors, and consultants to
comply) with all applicable provisions of law or regulation governing US DOT’s or NHTSA’s access to
records, accounts, documents, information, facilities, and staff, and to cooperate and comply with
any program or compliance reviews, and/or complaint investigations conducted by US DOT or
NHTSA under any Federal Nondiscrimination Authority;
Acknowledges that the United States has a right to seek judicial enforcement with regard to any matter
arising under these Non-Discrimination Authorities and this Assurance;
Agrees to insert in all contracts and funding agreements with other State or private entities the
following clause:
o “During the performance of this contract/funding agreement, the contractor/funding recipient
agrees—
a. To comply with all Federal nondiscrimination laws and regulations, as may be amended
from time to time;
b. Not to participate directly or indirectly in the discrimination prohibited by any Federal non-
discrimination law or regulation, as set forth in appendix B of 49 CFR part 2l and herein;
c. To permit access to its books, records, accounts, other sources of information, and its facilities
as required by the State highway safety office, US DOT or NHTSA;
d. That, in event a contractor/funding recipient fails to comply with any nondiscrimination
provisions in this contract/funding agreement, the State highway safety agency will have the
right to impose such contract/agreement sanctions as it or NHTSA determine are
appropriate, including but not limited to withholding payments to the contractor/funding
recipient under the contract/agreement until the contractor/funding recipient complies;
and/or cancelling, terminating, or suspending a contract or funding agreement, in whole or in
part; and
e. To insert this clause, including paragraphs (a) through (e), in every subcontract and
subagreement and in every solicitation for a subcontract or sub-agreement, that receives
Federal funds under this program.
THE DRUG-FREE WORKPLACE ACT OF 1988 (41 U.S.C. 8103)
The Subgrantee will provide a drug-free workplace by:
a. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession or use of a controlled substance is prohibited in the grantee's workplace and specifying
the actions that will be taken against employees for violation of such prohibition;
b. Establishing a drug-free awareness program to inform employees about:
1. The dangers of drug abuse in the workplace;
2. The grantee's policy of maintaining a drug-free workplace;
3. Any available drug counseling, rehabilitation, and employee assistance programs;
4. The penalties that may be imposed upon employees for drug violations occurring in the
workplace;
5. Making it a requirement that each employee engaged in the performance of the grant be
given a copy of the statement required by paragraph (a);
c. Notifying the employee in the statement required by paragraph (a) that, as a condition of
employment under the grant, the employee will –
1. Abide by the terms of the statement;
2. Notify the employer of any criminal drug statute conviction for a violation occurring in
the workplace no later than five days after such conviction;
d. Notifying the agency within ten days after receiving notice under subparagraph (c)(2) from an
8/2/2022 10:20:26 PM Page 9 of 12
employee or otherwise receiving actual notice of such conviction;
e. Taking one of the following actions, within 30 days of receiving notice under
subparagraph (c)(2), with respect to any employee who is so convicted –
1. Taking appropriate personnel action against such an employee, up to and including
termination;
2. Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a Federal, State, or local health, law
enforcement, or other appropriate agency;
f. Making a good faith effort to continue to maintain a drug-free workplace through
implementation of all of the paragraphs above.
POLITICAL ACTIVITY (HATCH ACT)
(applies to all subrecipients as well as States)
The State will comply with provisions of the Hatch Act (5 U.S.C. 1501-1508), which limits the political activities
of employees whose principal employment activities are funded in whole or in part with Federal funds.
CERTIFICATION REGARDING FEDERAL LOBBYING
(applies to all subrecipients as well as States)
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The signed certifies, to the best of his or her knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement;
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with
this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions;
3. The undersigned shall require that the language of this certification be included in the award
documents for all sub-award at all tiers (including subcontracts, subgrants, and contracts under
grant, loans, and cooperative agreements) and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
RESTRICTION ON STATE LOBBYING
(applies to all subrecipients as well as States)
None of the funds under this program will be used for any activity specifically designed to urge or influence a
State or local legislator to favor or oppose the adoption of any specific legislative proposal pending before
any State or local legislative body. Such activities include both direct and indirect (e.g., "grassroots") lobbying
activities, with one exception. This does not preclude a State official whose salary is supported with NHTSA
funds from engaging in direct communications with State or local legislative officials, in accordance with
customary State practice, even if such communications urge legislative officials to favor or oppose the
adoption of a specific pending legislative proposal.
CERTIFICATION REGARDING DEBARMENT AND SUSPENSION
(applies to all subrecipients as well as States)
8/2/2022 10:20:26 PM Page 10 of 12
Instructions for Primary Tier Participant Certification (States)
1. By signing and submitting this proposal, the prospective primary tier participant is providing the
certification set out below and agrees to comply with the requirements of 2 CFR parts 180 and 1200.
2. The inability of a person to provide the certification required below will not necessarily result in denial
of participation in this covered transaction. The prospective primary tier participant shall submit an
explanation of why it cannot provide the certification set out below. The certification or explanation will
be considered in connection with the department or agency's determination whether to enter into this
transaction. However, failure of the prospective primary tier participant to furnish a certification or an
explanation shall disqualify such person from participation in this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was placed
when the department or agency determined to enter into this transaction. If it is later determined that
the prospective primary tier participant knowingly rendered an erroneous certification, in addition to
other remedies available to the Federal Government, the department or agency may terminate this
transaction for cause or default or may pursue suspension or debarment.
4. The prospective primary tier participant shall provide immediate written notice to the department or
agency to which this proposal is submitted if at any time the prospective primary tier participant learns
its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
5. The terms covered transaction, civil judgment, debarment, suspension, ineligible, participant, person,
principal, and voluntarily excluded, as used in this clause, are defined in 2 CFR parts 180 and 1200.
You may contact the department or agency to which this proposal is being submitted for assistance in
obtaining a copy of those regulations.
6. The prospective primary tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction
with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred,
suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,
unless authorized by the department or agency entering into this transaction.
7. The prospective primary tier participant further agrees by submitting this proposal that it will include
the clause titled “Instructions for Lower Tier Participant Certification” including the "Certification
Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered
Transaction,” provided by the department or agency entering into this covered transaction, without
modification, in all lower tier covered transactions and in all solicitations for lower tier covered
transactions and will require lower tier participants to comply with 2 CFR parts 180 and 1200.
8. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows
that the certification is erroneous. A participant is responsible for ensuring that its principals are not
suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any prospective lower tier participants, each
participant may, but is not required to, check the System for Award Management Exclusions website
(https://www.sam.gov/).
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is proposed for
debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded
from participation in this transaction, in addition to other remedies available to the Federal government,
the department or agency may terminate the transaction for cause or default.
Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Tier Covered
Transactions
(1) The prospective primary tier participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participating in covered transactions by any Federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
8/2/2022 10:20:26 PM Page 11 of 12
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public
transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph
(1)(b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
(2) Where the prospective primary tier participant is unable to certify to any of the Statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Instructions for Lower Tier Participant Certification
1. By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below and agrees to comply with the requirements of 2 CFR parts 180 and 1200.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
government, the department or agency with which this transaction originated may pursue available
remedies, including suspension or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to which
this proposal is submitted if at any time the prospective lower tier participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
4. The terms covered transaction, civil judgment, debarment, suspension, ineligible, participant, person,
principal, and voluntarily excluded, as used in this clause, are defined in 2 CFR parts 180 and 1200.
You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of
those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include the
clause titled “Instructions for Lower Tier Participant Certification” including the "Certification Regarding
Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and in all solicitations for lower tier covered
transactions and will require lower tier participants to comply with 2 CFR parts 180 and 1200.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows
that the certification is erroneous. A participant is responsible for ensuring that its principals are not
suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the
eligibility of its principals, as well as the eligibility of any prospective lower tier participants, each
participant may, but is not required to, check the System for Award Management Exclusions website
(https://www.sam.gov/).
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is proposed for
debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded
from participation in this transaction, in addition to other remedies available to the Federal government,
the department or agency with which this transaction originated may pursue available remedies,
including suspension or debarment.
8/2/2022 10:20:26 PM Page 12 of 12
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered
Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participating in covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
BUY AMERICA ACT
(applies to all subrecipients as well as States)
The State and each subrecipient will comply with the Buy America requirement (23 U.S.C. 313) when
purchasing items using Federal funds. Buy America requires a State, or subrecipient, to purchase with
Federal funds only steel, iron and manufactured products produced in the United States, unless the Secretary
of Transportation determines that such domestically produced items would be inconsistent with the public
interest, that such materials are not reasonably available and of a satisfactory quality, or that inclusion of
domestic materials will increase the cost of the overall project contract by more than 25 percent. In order to
use Federal funds to purchase foreign produced items, the State must submit a waiver request that provides
an adequate basis and justification for approval by the Secretary of Transportation.
PROHIBITION ON USING GRANT FUNDS TO CHECK FOR HELMET USAGE
(applies to all subrecipients as well as States)
The State and each subrecipient will not use 23 U.S.C. Chapter 4 grant funds for programs to check helmet
usage or to create checkpoints that specifically target motorcyclists.
POLICY ON SEAT BELT USE
In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16,
1997, the Grantee is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its
employees when operating company-owned, rented, or personally-owned vehicles. The National Highway
Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this
Presidential initiative. For information and resources on traffic safety programs and policies for employers,
please contact the Network of Employers for Traffic Safety (NETS), a public -private partnership dedicated to
improving the traffic safety practices of employers and employees. You can download information on seat belt
programs, costs of motor vehicle crashes to employers, and other traffic safety initiatives at
www.trafficsafety.org. The NHTSA website (www.nhtsa.gov) also provides information on statistics,
campaigns, and program evaluations and references.
POLICY ON BANNING TEXT MESSAGING WHILE DRIVING
In accordance with Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving,
and DOT Order 3902.10, Text Messaging While Driving, States are encouraged to adopt and enforce
workplace safety policies to decrease crashes caused by distracted driving, including policies to ban text
messaging while driving company-owned or rented vehicles, Government-owned, leased or rented vehicles,
or privately-owned vehicles when on official Government business or when performing any work on or behalf
of the Government. States are also encouraged to conduct workplace safety initiatives in a manner
commensurate with the size of the business, such as establishment of new rules and programs or re-
evaluation of existing programs to prohibit text messaging while driving, and education, awareness, and other
outreach to employees about the safety risks associated with texting while driving.
INSTRUCTIONS FOR UPDATING GEMS USERS
1. Select the box to indicate if a current GEMS user needs access removed or a current contact
needs access added. To add a new user/contact complete the last section of the form. There
is also an option of adding/removing a user/contact as a media contact.
2. Each agency is allowed a total of FIVE (5) GEMS Users.
3. GEMS Users listed on this form will be authorized to login to GEMS to complete and submit
Quarterly Performance Reports (QPRs) and reimbursement claims.
4. The Grant Director, Authorizing Official, or the Fiscal Official of the grant agreement must sign
this form.
5. Email completed forms to your grant coordinator, Tua Vang, at tua.vang@ots.ca.gov.
Current GEMS User(s)
1. Gustavo Herrera
Title: Sergeant Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: gherrera@covpd.org
2. Rafael Landa
Title: Corporal Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: rlanda@covpd.org
3. Daniel Onopa
Title: Sergeant Remove Access:
Phone: (323) 587-5171 Media Contact: Yes Remove
Email: donopa@covpd.org
State of California – Office of Traffic Safety
OTS-55 Grant Electronic Management System (GEMS) Access
Grant Details Date: October 3, 2022
Grant Number: TR23023
Agency Name: Vernon Police Department
Grant Title: Traffic Records Improvement Project
Agreement Total: $66,300.00
Authorizing Official: Carlos Fandino
Fiscal Official: Robert Sousa
Grant Director: Daniel Onopa
Complete the below information if adding a new GEMS user(s)
Add GEMS User Add as a media contact?
Yes No
Name Job Title
Email address Phone number
Add GEMS User
Name Job Title
Email address Phone number
Add GEMS User
Name Job Title
Email address Phone number
As a signatory (Grant Director, Authorizing Official, or Fiscal Official) I hereby authorize the
listed individual(s) to represent and have GEMS user access
Signature Date
Name Title
Add as a media contact?
Yes No
Add as a media contact?
Yes No
City Council Agenda Item Report
Submitted by: Lissette Melendez
Submitting Department: Public Works
Meeting Date: October 18, 2022
SUBJECT
Notice of Completion for Contract No. CS-1204, Pacific Boulevard, Santa Fe Avenue, and
Vernon Avenue Street Improvements
Recommendation:
A. Find that the proposed action is categorically exempt under the California Environmental
Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301 (Existing
Facilities), part (c) (existing highways, streets, and sidewalks) because the project
consists of the maintenance, repair, or minor alteration of existing streets and involves
no expansion of an existing use;
B. Accept the work of All American Asphalt as related to City Contract No. CS-1204; and
C. Authorize the Director of Public Works to execute and submit the Notice of Completion
for the project to the Los Angeles County Recorder's Office.
Background:
On February 15, 2022, the City Council awarded City Contract No. CS-1204 Pacific Blvd.
Santa Fe Ave., and Vernon Ave. Street Improvements in the amount of $878,606 to American
Asphalt. This project consisted of a 2" deep removal and replacement of existing asphalt
pavement, along with adjustment of manholes and valves to the new grade. To finalize, the
streets were repainted in accordance with the latest Caltrans Standards.
City Contract No. CS-1204 was completed on August 17, 2022, in accordance with the project
specifications and City Staff expectations.
Fiscal Impact:
The contract with All American Asphalt was for $878,606 but the final construction cost was
$837,770.88. Sufficient funds are available in General Fund, Public Works Street Operations
Account No. 011.1043.900000.
Attachments:
1. Notice of Completion - CS-1204
RECORDING REQUESTED BY AND WHEN
RECORDED, RETURN TO:
City of Vernon
Attention: City Clerk
4305 Santa Fe Avenue
Vernon, CA 90058
SPACE ABOVE THIS LINE RESERVED FOR RECORDER’S USE
For the benefit of City of Vernon
No fee per Government Code Section 27383 APN: N/A
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN THAT, PURSUANT TO CIVIL CODE SECTION 9024:
1. The undersigned is the owner, or corporate officer of the owner, of the interest or estate below in the property
hereinafter described.
2. The full name of the owner is: The City of Vernon.
3. The full address of the owner is: 4305 Santa Fe Avenue, Vernon, CA 90058.
4. The nature of the interest or estate of the owner is: In Fee.
5. A work of improvement on the property hereinafter described was completed and accepted on October 18, 2022.
The work done was street improvements to Pacific Boulevard, Santa Fe Avenue and Vernon Avenue pursuant to
City Contract No. CS-1204.
6. The name of the contractor, if any, for such work of improvement was All American Asphalt.
The property on which said work of improvement was completed is in the City of Vernon, County of Los Angeles,
State of California, and is described as follows: removal and replacement of two inches (2”) deep asphalt
pavement, along with adjustment of manholes and valves to the new grade.
Dated: October 18, 2022
I, Daniel Wall, Director of Public Works, verify the foregoing Notice of Completion on behalf of the City of Vernon; I
have read said Notice and know the contents thereof; and I have personal knowledge of the facts stated herein. I
declare under penalty of perjury that the foregoing is true and correct.
_______________________________
Daniel Wall, Director of Public Works
On __________, before me, Lisa Pope, City Clerk for the City of Vernon, personally appeared Daniel Wall, Director
of Public Works for the City of Vernon, who proved to me on the basis of satisfactory evidence to be the person
whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his
authorized capacity, and that by his signature on the instrument the person, or entity upon behalf of which he acted,
executed the instrument.
WITNESS my hand and official seal.
_________________________________
Lisa Pope, City Clerk
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
City Council Agenda Item Report
Submitted by: Veronica Petrosyan
Submitting Department: Health and Environmental Control Department
Meeting Date: October 18, 2022
SUBJECT
Services Agreement with Ocean Blue Environmental Services, Inc. for On-Call Environmental
Clean-Up Services
Recommendation:
A. Find that the proposed action is categorically exempt under the California Environmental
Quality Act (CEQA) review, in accordance with CEQA Guidelines Section 15308,
because the action is being carried out by a regulatory agency to maintain, restore, or
enhance the environment, where the regulatory process includes procedures to protect
the environment; and
B. Approve and authorize the City Administrator to execute a Professional Services
Agreement with Ocean Blue Environmental Services, Inc., in substantially the same form
as submitted, for on-call environmental clean-up services for an amount not-to-exceed
$300,000, for a three-year term.
Background:
The Department of Health and Environmental Control (DHEC) is responsible for investigating
and responding to both emergency and non-emergency pollution incidents, which include
discharges, accidental spills or releases, as well as abandoned/dumped materials within the
City’s jurisdiction. Due to the potential hazards these occurrences pose to public health and/or
the environment, the DHEC staff must respond accordingly on a 24 hours a day 365 days a
year basis whenever there is an impact or threatened impact to areas within the City
jurisdiction. Typically, these types of incidents require the responsible business/entity to
provide necessary clean-up services which are overseen by DHEC. When a responsible party
is unable to secure the services of an environmental cleanup company in a timely manner, the
DHEC contracts a vendor to carry out the necessary emergency work and pursues cost
recovery from the responsible party involved. Due to the critical nature of such incidents, a
third party team that is certified to perform specialized clean-ups is often required.
Pursuant to Vernon Municipal Code (VMC) Section 3.32.070, the DHEC publicized the
Request for Proposal (RFP) for On-Call Environmental Clean-Up Services, as the cost for the
service over a three-year period was anticipated to exceed $50,000 and required competitive
selection pursuant to VMC Section 3.32.080. The DHEC received three (3) proposals from
qualified firms which were rated on their experience, overall cost, feedback from references,
and responsiveness to the RFP. After thorough consideration, Ocean Blue Environmental
Services, Inc. (Ocean Blue) was selected as the most qualified firm based upon the collective
rating calculated by Department staff. Therefore, the DHEC recommends that Council award
the contract to Ocean Blue for on-call environmental clean-up services for a three (3) year
term.
The proposed agreement has been reviewed and approved as to form by the City Attorney’s
Office. Proprietary and/or confidential information has been redacted and will be provided to
City Council under separate cover.
Fiscal Impact:
Sufficient funds for on-call environmental clean-up services are available in the Health
Department Technical Professional Services Account No. 011.1060.595200 in Fiscal Year
2022-23 and will be budgeted in subsequent Fiscal Years.
Attachments:
1. Services Agreement with Ocean Blue
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND OCEAN BLUE
ENVIRONMENTAL SERVICES, INC. FOR ON-CALL ENVIRONMENTAL CLEAN-UP
SERVICES
COVER PAGE
Contractor: Ocean Blue Environmental Services, Inc.
Responsible Principal of Contractor: Justin Lee, President
Notice Information - Contractor: Ocean Blue Environmental Services, Inc.
925 W. Esther Street
Long Beach, CA 90813
Attention: Justin Lee, President
Telephone: 562-624-4120
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Freddie Agyin,
Director of Health and Environmental
Control
Telephone: (323) 826-1448
Commencement Date: October 18, 2022
Termination Date: October 17, 2025
Consideration: Total not to exceed $300,000 (includes all
applicable sales tax); and more particularly
described in Exhibit B
Records Retention Period Three (3) years, pursuant to Section 11.20
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND OCEAN BLUE
ENVIRONMENTAL SERVICES, INC. FOR ON-CALL ENVIRONMENTAL CLEAN-UP
SERVICES
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation (“City”), and Ocean Blue Environmental Services, 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 October 18,
2022.
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 July 26, 2022, and titled On-Call
Environmental Clean-Up Services, and Contractor's proposal to the City ("Proposal") dated
August 27, 2022, Exhibit “A”, a copy which is attached to and incorporated into this Agreement
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 Agreement.
3.2 Contractor shall not subcontract any services to be performed by it under
this Agreement without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
4.0 TERM. The term of this Agreement shall commence on October 18, 2022, and it shall
continue until October 17, 2025, 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
Services Agreement with Ocean Blue Environmental Services, Inc.
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
Agreement, shall not exceed [state amount] without the prior authorization of the City, as
appropriate, and written amendment of this Agreement.
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 Agreement. Materials shall be of the highest
quality. The above Agreement 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
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
Services Agreement with Ocean Blue Environmental Services, Inc.
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.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity arising
out of or in connection with the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the acts or
omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to
Services Agreement with Ocean Blue Environmental Services, Inc.
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
Agreement, including any extensions thereto. The policies shall state that they afford primary
coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined single
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
under this agreement by agreeing to defend, indemnify and hold harmless, the City, and its
respective employees, agents, and City Council from and against all claims, liabilities, suits,
losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under the performance of
the services.
iii. General Liability with minimum limits of at least $2,000,000 per occurrence and
$4,000,000 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 Agreement.
(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.
Services Agreement with Ocean Blue Environmental Services, Inc.
iv. 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.
(1) 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.
(2) All activities contemplated in the Agreement 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.
(3) 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.
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
Agreement; 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
Services Agreement with Ocean Blue Environmental Services, Inc.
this Agreement.
vi. Each insurance policy included in this clause shall be endorsed to state that
coverage shall not be cancelled except after thirty (30) days' prior written notice to City.
vii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
viii. Prior to commencement of performance, Contractor shall furnish City with a
certificate of insurance for each policy. Each certificate is to be signed by a person authorized
by that insurer to bind coverage on its behalf. The certificate(s) must be in a form approved by
City. City may require complete, certified copies of any or all policies at any time.
ix. Failure to maintain required insurance at all times shall constitute a default and
material breach. In such event, Contractor shall immediately notify City and cease all
performance under this Agreement 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
Agreement and seek damages from the Agreement 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 Agreement, 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,
Services Agreement with Ocean Blue Environmental Services, Inc.
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 Agreement. Contractor may make duplicate
copies of such materials and documents for its own files or for such other purposes as may be
authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without
additional cost to the City. The performance or acceptance of services furnished by Contractor
shall not relieve the Contractor from the obligation to correct subsequently discovered defects,
inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Agreement 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
Services Agreement with Ocean Blue Environmental Services, Inc.
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 executed
by a duly authorized representative of the party against whom enforcement of a waiver is
sought.
11.7 SUCCESSORS. This Agreement 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
Agreement 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 Agreement. 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 Agreement shall entitle the City to terminate the Agreement 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 Agreement, 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 Agreement shall be deemed an
agreement 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 Agreement, 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,
Services Agreement with Ocean Blue Environmental Services, Inc.
representations, understandings, correspondence, documentation, and agreements (written or
oral).
11.11.3 Written Amendment. This Agreement may only be changed
by written amendment executed 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 Agreement shall be of no force or effect.
11.11.4 Severability. If any provision in this Agreement is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
deemed severed from this Agreement, 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 Agreement.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Agreement and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Agreement shall strictly prevail. The terms of the
City’s Request for Proposals shall control over the Contractor’s Proposal.
11.11.6 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 agreement
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 Agreement, and its execution of this Agreement
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 Agreement, 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.
Services Agreement with Ocean Blue Environmental Services, Inc.
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: Freddie Agyin, Director of Health and Environmental Control
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Ocean Blue Environmental Services, Inc.
Attention: Justin Lee, President
925 West Esther Street
Long Beach, CA 90813
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 Agreement 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 Agreement 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 Agreement by written notice
to the defaulting party. The notice shall specify the basis for the default. The Agreement 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
Services Agreement with Ocean Blue Environmental Services, Inc.
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 Agreement as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Agreement. 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 Agreement, 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 Agreement
and/or is paying only the amounts to which Contractor is properly entitled under the Agreement
or for other purposes relating to the Agreement.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Agreement.
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.
Services Agreement with Ocean Blue Environmental Services, Inc.
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 Agreement, 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].
Services Agreement with Ocean Blue Environmental Services, Inc.
IN WITNESS WHEREOF, the Parties have executed 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
Ocean Blue Environmental Services, Inc., a
California corporation
By:
Name:
Title:
ATTEST:
_______________________________
Lisa Pope, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Zaynah N. Moussa, City Attorney
Services Agreement with Ocean Blue Environmental Services, Inc.
EXHIBIT A
CONTRACTOR'S PROPOSAL
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
PROPOSAL
On-Call Environmental Clean-Up Services
City of Vernon
Attn: Vernoica Petrosyan – Deputy Director
Health and Environmental Control
4305 Santa Fe Avenue, Vernon CA 90058
Due Date: August 31st, 2022 @ 5:00
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
TABLE OF CONTENTS
Cover Letter ...................................................................................................................... B
Introduction ...................................................................................................................... C
General Scope of Work ................................................................................................... D
Fees & Costs ...................................................................................................................... E
Ability of the Proposer to Perform ................................................................................ F
Affidavit of Non-Collusion ............................................................................................ G
*In regards to the 20 page limit, per city instruction our resumes, pricing and
governmental forms are included as attachments.
Tab No.
TAB - B
August 27th, 2022
City of Vernon
Attn: Ms. Veronica Petrosyan – Deputy Director
Health & Environmental Control
4305 Santa Fe Avenue
Vernon CA 90058
Subject: RFP On-Call Environmental Clean-Up Services
Dear Ms. Petrosyan:
It is always a pleasure working for you and the city of Vernon. For the last
13 years, the city called upon Ocean Blue to respond to abandoned waste
cleanups, transformer oil spills, sewage spills, homeless encampment
cleanings, and much more. Recently our supervisor Manny Ramirez
coordinated with Premier Pipe to clean nearly a mile of illegally dumped
grease in your sewer lines. Through our decade-long relationship, I believe
we’ve demonstrated our capability and dedication to respond to the City of
Vernon for any hazmat call.
Going forward, this proposal shall remain valid for a period of not less than
ninety (90) days from the date of submittal. In addition, we will utilize
Premier Pipe and National Plant as our subcontractors for jetting services.
Finally, during this proposal’s evaluation period, it is best to contact me at:
Justin Lee – President & General Manager
O: 562.624.4120 |C: 310.357.7800
925 West Esther St., Long Beach CA 90813
jlee@ocean-blue.com
We founded in Long Beach in 1994 to provide waste management &
emergency response services. Some of our clientele include:
L.A. County Department of Public Works ......................... 1995-Present
L.A. County Department of Beaches & Harbors ................ 2015-Present
Los Angeles World Airport (LAX) .................................... 2015-Present
Orange County Public Works ............................................ 2012-Present
City of Vernon ................................................................... 2010-Present
City of Long Beach ............................................................. 1998-Present
City of Anaheim .................................................................. 2004-Present
City of Torrance ................................................................. 2015-Present
City of Carson .................................................................... 1998-Present
City of Cerritos ................................................................... 2008-Present
City of Commerce ............................................................... 2017-Present
City of Compton ................................................................ 2017-Present
City of Irvine ...................................................................... 2017-Present
City of Inglewood ............................................................... 2007-Present
City of Downey .................................................................. 2015-Present
City of El Segundo ............................................................. 2016-Present
City of Glendora ................................................................ 2019-Present
City of Manhattan Beach .................................................... 2021-Present
City of Santa Ana .............................................................. 2009-Present
City of Garden Grove......................................................... 2000-Present
City of Lakewood................................................................ 2013-Present
City of Pasadena ................................................................ 2017-Present
City of Redondo Beach ....................................................... 2017-Present
City of Rancho Palos Verdes .............................................. 2018-Present
City of Covina .................................................................... 2017-Present
City of West Hollywood ..................................................... 2001-Present
City of Whittier ................................................................. 2018-Present
City of La Mirada .............................................................. 2019-Present
City of Pico Rivera ............................................................. 2017-Present
City of Santa Fe Springs..................................................... 2017-Present
City of Signal Hill ............................................................. 1997-Present
City of San Diego............................................................... 2008-Present
I look forward towards your evaluation and in working for the city of
Vernon. Please feel free to contact me with any questions or concerns.
Sincerely,
Justin Lee – President & General Manager
Ocean Blue Environmental Services, Inc.
TAB - D
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
General Scope of Work
This section briefly explains the below services.
1. Emergency Response
2. Hazardous Waste Management
3. Pumping
4. Washing
5. Confined Space Entry
*The city may also inquire for services including: stormwater management, sanitation services, trauma-scene cleanup,
tank cleaning, and homeless encampment cleanings,
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
Services: Emergency Response
For the last 25 years, many Southern California’s largest waste generators relied on Ocean Blue for our waste
management & emergency response services. We understand the long-term liabilities & risks associated with waste
handling, packaging, transportation, storage, recycling & disposal of hazardous and non-hazardous waste. Our trusting
relationships are what set us apart from competitors.
On average in the Southern California area, Ocean Blue responds to four emergency HAZMAT situations
every day. We are one of the most experienced & well-equipped emergency responders. Our personnel are
experienced in responding to spills on both land & water. Through the utilization of the most modern emergency
response equipment and highly trained personnel, Ocean Blue responds quickly & professionally to a wide
variety of emergency and non-emergency spill situations. Ocean Blue is known for fast and exemplary
service. Clientele simply make one phone call to our dispatcher, and we respond with a Supervisor & crew within
(45) minutes, to any situation, on land or water, 24 hours a day, seven days a week.
Ocean Blue is fully licensed, certified and trained to categorize hazardous wastes. Once the waste is categorized,
we then package & transport the waste to a disposal facility. Some of the wastes we manage include:
Asbestos
Crude oil
Fuels, gasoline, diesel
Acids & Alkalines
Ammonia solutions
Lead
Mercury
Oxidizers & Chlorine
Polychlorinated Biphenyl’s (PCB)
Sewage and other regulated wastes
Treated wood
Biohazardous Waste
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
Services: Emergency Response
During a spill, time is of the essence: initial containment is critical to spill cleanup. To ensure we are always
ready to respond, our workforce employs the most 1st-responder supervisors in Southern California. All
supervisors are assigned their own utility truck (which they take home). Supervisors respond directly to the spill
site, not from Ocean Blue’s yard—effectively streamlining response time. All our supervisors carry sandbags,
sorbent materials, brooms and shovels to assist in containing the spill.
Clearance Access: In addition to performing emergency response in
public right-of-ways, Ocean Blue also responds to areas requiring
background-check clearance. Below is a list of clients and their
respective required background protocols. There is no one single
clearance that grants access to all the secure areas below. Each agency
requires their own respective background check.
1. Los Angeles International Airport – LAX Badging
2. San Diego Regional Airport Authority – SDCRAA Badging
3. John Wayne Airport – JWA Badging
4. United States Coast Guard – E-verify
5. Burlington Northern Santa Fe Railway (BNSF) – E-rail safe
6. Port of Los Angeles, Long Beach and San Diego – (TWIC) Card
Unidentified Waste: Our supervisors can categorize unknown
liquid/solids—in the field—at a moment’s notice. Once categorized,
we package & transport the waste to a local TSDF. Our direct reading
instruments are 100% owned & properly-calibrated by in-house
trained personnel. These instruments include:
• Mercury vapor analyzers,
• Ammonia vapor analyzers,
• Hydrogen Sulfide Monitors
• PID meters
• 4-gas meters
• OVA Monitor
Our fleet of dedicated 1st
responder Supervisor utility
trucks. These trucks are
assigned to each supervisor
(which they take home)
Below: Ocean Blue news coverage
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
Services: Hazardous Waste Management
For the last 28 years, large Californian waste generators trusted Ocean Blue for their waste management. We
understand the long-term liabilities associated with waste handling, packaging, transportation, recycling and
disposal of hazardous and non-hazardous waste. Our Industry is one of the most regulated industries in the
United States. Unfortunately willful violations are high in this industry, however Ocean Blue has never been in
violation of DTSC, EPA, OSHA or any other regulatory agencies regulations. We encourage you to verify our
status at: dtsc.ca.gov/hw-projects/enforcement-cases.
Ocean Blue is fully licensed, certified and trained to categorize hazardous wastes. Once the waste is categorized
we package & transport the waste to a disposal facility. Some of the wastes we manage include:
• Asbestos
• Crude oil
• Acids & Alkalines
• Chlorine
• Waste tires
• Electronic waste & Lightbulbs
• Polychlorinated Biphenyl’s (PCB)
• Lead & Mercury
• Biologically hazardous waste
• Fuels, mineral oil, and diesel
• Sewage and other regulated wastes
• Treated wood
• Antifreeze, Paints, Thinners
• Pesticides, Herbicides, Rodenticides
• Gas Cylinders
All of our Clientele’s waste is identified,
separated, consolidated & packaged into proper
shipping containers. Waste oil, oil filters, used &
mixed fuels, light-bulbs, electronic waste, batteries
and oily debris are sent to local TSDFs
(preapproved by our waste router) for recycling.
Once the waste area is cleaned, we replace the
container’s waste labels and record the new waste
accumulation start dates. The proper storage &
labeling of drums is vital to maintaining DTSC
compliance. Additionally, Ocean Blue removes
used absorbent and replaces it with new absorbent
material, pressure washes the interior & exterior,
and any possible remaining stains in the vicinity.
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
Services: Hazardous Waste Management
We stay in business by selling excellent service, not by charging excessive disposal fees. We are not owned by,
nor own a TSDF; and are therefore not limited to transporting waste to any specific TSDF. We strongly believe
a full-service environmental firm should not own a TSDF/Recycler. The ability to freely choose TSDF/Recycler
disposal methods is essential to determine the most cost-effective, innovative way of disposing waste. In
choosing an appropriate TSDF, we consider the following:
1. Client’s disposal requirements
2. Facility’s compliance/financial-stability
3. Disposal methods offered
4. Facility inspection & audit results
5. Pricing
Ocean Blue will always recommend the
following disposal hierarchy in order of
preference:
1. Recycling
2. Treatment
3. Incineration
4. Landfill
Labpacking Services: Ocean Blue is one of the largest labpacking companies in Southern California. We labpack
approximately 200 drums a week. Our field chemists regularly identify, segregate and classify all types of
hazardous wastes. At any time, drum inventory sheets are available for inspection. All drum labeling, marking
and manifesting are done in full compliance with current EPA, DOT and State regulations.
Unidentified Waste: We have field chemists to categorize unknown wastes—in the field—at a moment’s notice.
We own, self-calibrate and maintain different types of direct reading instruments, many of which are difficult
to obtain during an emergency. These instruments include: mercury/ammonia vapor analyzers, four-gas meters,
PID meters, OVA monitors, hydrogen sulfide monitors and intrinsically safe personnel monitors. Having these
monitors available 24/7 saves our clients money from having to send samples to outside laboratories.
Record Keeping: All manifests/labels are entered into our
computerized database. This ensures that wastes are
accurately labeled on a per container basis and match all
manifests. All bills of lading, manifests and invoices are
securely kept for a 3-year minimum. Final paperwork is sent
to the appropriate regulating agency. Clients will know the
status & location of the waste, from collection to disposal.
Services: Pumping
Clarifiers, waste oil tanks, septic tanks, cargo ships,
airplanes, lift Stations, stormdrain lines: any bulk liquid
waste you have we can pump. We 100% own our fleet of
California Air Resource Board (CARB) compliant
transportation vehicles. Our vehicles comprise one of the
most modern and well-maintained transportation fleets in
the environmental business. With our in-house mechanics
and operating a 24/7 business our vehicles are always
ready for work.
Our fleet include the following types:
• 5,000G Vacuum Trucks (Black Iron)
• 5,000G Vacuum Trucks (Stainless Steel)
• 3,500G Vacuum Vactors
• 3,000G Vacuum Supersuckers
• 2,500G Hydro-Jetters
• 1,000G Vacuum Trailers
• 1.000G Mounted Vacuum Class C trucks
Our professional drivers are highly qualified &
experienced in the waste transportation industry. All
drivers must maintain clean 10-year records, regularly
checked by our DMV-pull program (also annually vetted
by our insurance carriers). Ocean Blue even offers
extensive hands-on training for employees to receive their
commercial class A license with hazardous & tanker’s
endorsements. Rather than hiring drivers we don’t know,
or sending employees to enroll in trucking school, we
personally guide them during the entire process spending
hundreds of hours behind the wheel with employees we
already trust. By the training’s end we are 100% confident
our drivers follow correct DOT., CHP, DTSC, EPA and
OSHA protocols. Our drivers will know how to vacuum,
pressure-off and hydro-jet any of our client’s waste.
Hazardous/non-hazardous waste manifests, safety data
sheets, bills of lading are always carried per regulations.
Services: Washing
If there is a spill, clients will sometimes ask for a dry
(superfine cleanup), or a wash. While Ocean Blue can
easily perform both types of cleanup, washing has always
been our specialty. Emergency-based or routine, we have
the capability to wash above ground and below ground.
Regular washing jobs include the cleaning of:
• Oil spills and acid cleanups
• Tank cleaning
• Sewage overflows
• Bird guano
• Container mishandlings
• Routine washing of infrastructure.
Our fleet holds more than 12 pressure washers, all
equipped with built-in burners to enable a hot-water
pressure wash. Some of our pressure washers are
equipped with 2 washing wands to enable simultaneous
double washing. Our pressure washers are our most used
equipment, and as you can see in the photos (left), we have
extensive experience washing
• Streets (while providing traffic control)
• Freeways & bridges
• Airport tarmacs
• Underground storm drains
• All types of tanks
• Pier pilings
• Roofs
Additionally, we have the vacuum equipment to collect all
wash water. From drum vacs, to vacuum trailers to
vacuum tankers, we have units to collect wash water in any
application. Whether we use 10 gallons to wash a stained
street, or 10,000 gallons to wash 3 miles of underground
storm drain, we have the equipment ready 24/7 for all of
our client’s needs.
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
Services: Confined Space Entry
With years of field experience and the most current safety equipment available, we provide a safe, cost-effective
confined space program. Confined space entries may possess one or all of the “big three” confined space hazards
– oxygen deficiency, toxic materials, and fire/explosion conditions. We established our confined space program
in accordance with 29 CFR 1926.21, 29 CFR 1910.146 and NIOSH 80-106 for identifying and evaluating confined
spaces to determine acceptable entry conditions. All our personnel are fully trained for work in confined space
and in atmospheres immediately dangerous to life and health (IDLH). All Ocean Blue field personnel are trained
in confined space entry rescue. Additionally, we have supervisory personnel that are certified confined space
entry instructors that can serve as health & safety attendants.
We prestock our service vehicles with confined space entry equipment: tripods with double winches, harnesses,
SCBAs (with 5-minute escape bottles), 4-gas meters, personal 4-gas meters, fog horns and more. With every
confined space entry we post a permit, monitor & ventilate the air, and employ hole-watch at every point of
entry/egress. All confined space entry procedures are in strict compliance with CAL/OSHA regulations.
Many industry fatalities occur while performing confined space work. Ocean Blue prides itself on having no
confined space injuries or deaths. We credit our record to extensive training, equipment maintenance and
preparation. But more importantly we attribute our safety score to our family-orientated environment. Our
workforce comprises of families, many of whom are fathers, brothers, cousins, uncles, sons to each other. This
family atmosphere establishes the most important line of safety in which our employees look out for each other.
TAB - E
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
Work Plans
This section contains step-by-step plans on how we approach the scope of work
1. Chemical releases above ground
2. Storm drain decontamination
3. Spill on Waterways
4. Abandoned Waste Pick-up
5. Scheduled Waste Pick-up
6. Biohazardous Cleanups
7. Transportation of Bulk Waste
8. Hydro-Jetting: Stormwater lines, trenches & bypasses
The city may inquire for additional work plans including: tank cleaning, homeless encampment cleanups and video
camera inspection.
TM
Spills on WaterwaysTM
TM Abandoned Waste Pick-up
TM Scheduled Waste Pick-up
TM Biohazardous Cleanups
Transportation of Bulk WasteTM
Hydro-Jetting: Stormwater lines, trenches & bypasses.
TM
TAB - F
CITY OF VERNON RATES
EFFECTIVE AUGUST 1, 2022
DEFINITIONS
Straight Time:Monday through Friday, from 7:00 AM to 4:00 PM
Overtime:Monday through Friday, before 7:00 AM and after 4:00 PM,
and all day on Saturdays
Premium Time:Sundays, Following Holidays
HOLIDAYS OBSERVED
New Year's Day Labor Day
Martin Luther King, Jr.'s Birthday Presidents Day
Veterans Day Memorial Day
Fourth of July Thanksgiving Day
Day after Thanksgiving Columbus Day
Christmas Day
MINIMUM CHARGES
Four (4) hour minimum charges will apply to all call outs. Portal to Portal rates apply.
Time charges include personnel, equipment and materials for preparation, mobilization,
travel to and from site, demobilization, decontamination, transportation and
unloading.
DISPOSAL AND OUTSIDE COSTS
All disposal, services, non-heavy equipment rentals, and materials not on the rate sheet will
be billed at cost plus a twenty percent (20%) handling charge. Heavy equipment rental will
be billed at cost plus twenty five percent handling charge due to high liability cost.
PREVAILING WAGE
An additional $40 per hour will be added to personnel and equipment with operator rate.
PAYMENT TERMS
All terms are net-thirty (30) days upon receipt of invoice, unless previous arrangements
have been made. All emergency response work for non-established customers is C.O.D.
AUGUST 1, 2022 CITY OF VERNON RATES
1. HAZARDOUS WASTE-TRAINED PERSONNEL HOURLY RATE
STRAIGHT OVER-PREMIUM
CLASSIFICATION TIME TIME TIME
PROJECT MANAGER 118.00 154.70 154.70
SUPERVISOR 90.90 108.40 124.10
CHEMIST / INDUSTRIAL HYGIENIST 181.00 207.10 207.10
LEAD TECHNICIAN 63.00 91.80 119.80
EQUIPMENT OPERATOR 60.30 90.90 116.20
TECHNICIAN 56.90 80.40 104.90
ILWU (INT. LONGSHORE & WHSE UNION) TECH 79.50 118.90 159.90
ALL PERSONNEL HAVE AT A MINIMUM, 40-HR HAZ-WOPER TRAINING AS SPECIFIED BY 29 CFR 1910.120
2. CERTIFIED HAZARDOUS WASTE TRANSPORTATION VEHICLES HOURLY RATE
UTILITY TRUCK 4X4 W/TRAFFIC CONTROL LIGHTS & LIFTGATE 49.80
GEAR TRUCK W/ LIFTGATE 49.80
EMERGENCY RESPONSE UNIT - LARGE 231.60
EMERGENCY RESPONSE UNIT - SMALL 160.90
CREW VAN 43.70
BOB CAT W/SOLID TIRES 54.20
VACUUM TRAILER - 20 BBL 54.20
VACUUM TRUCK - 70 BBL W/ ROPER PUMP*132.90
VACUUM TRUCK - 120 BBL*152.10
VACUUM TRUCK - 120 BBL STAINLESS STEEL*172.20
AIR EXCAVATOR*132.90
HYDRO EXCAVATOR*246.60
OMNI VAC - 85 BBL*246.60
JETTER / VACTOR COMBO UNIT*246.60
ROLL-OFF TRUCK*132.90
ROLL-OFF TRUCK AND TRAILER*152.10
DUMP TRUCK - 10 WHEEL*93.50
TRASH COMPACTOR*185.30
25' BOX VAN*93.50
45' BOX VAN*132.90
45' FLAT BED*132.90
25' EQUIPMENT TRAILER 35.00
STREET SWEEPER 87.40
3. RESPIRATORY / CONFINED SPACE ENTRY EQUIPMENT
SELF-CONTAINED BREATHING APPARATUS (30 MIN.)135.40 DAILY
6-PACK BREATHING AIR BOTTLES 271.80 DAILY
5-MINUTE EGRESS AIR BOTTLE 38.50 DAILY
TRIPOD W/DOUBLE WINCHES 243.00 DAILY
FULL BODY HARNESS W/ SHOCK ABSORBER 35.00 DAILY
"*" DENOTES EQUIPMENT INCLUDING OPERATOR. THESE WILL BE CHARGED AN ADDITIONAL
$29.00 PER HOUR FOR OVERTIME AND $39.00 PER HOUR FOR PREMIUM TIME.
PAGE 2 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
COPPUS BLOWER 196.70 DAILY
4-GAS AIR MONITOR 298.20 DAILY
PID METER 412.60 DAILY
MERCURY VAPOR ANALYZER 516.60 DAILY
OVA MONITOR 361.00 DAILY
PERSONAL 4 GAS METER 246.60 DAILY
ELECTRIC BLOWER 79.50 DAILY
4. TRAFFIC CONTROL
ARROW BOARD 221.20 DAILY
PORTABLE DECON STATION W/ARROWBOARD 295.50 DAILY
BARRICADES W/ REFLECTORS, EACH 32.40 DAILY
DELINEATOR/REFLECTIVE, EACH 1.80 DAILY
NO TURN RIGHT OR LEFT SIGNS, EACH 15.80 DAILY
TRAFFIC CONE/REFLECTIVE, EACH 2.60 DAILY
TRAFFIC CONTROL SIGNS 48"X48"/REFLECTIVE 36.70 DAILY
5. CLEANING EQUIPMENT
AIR COMPRESSOR 41.90 HOURLY
CHEMICAL DIAPHRAGM PUMP 310.30 DAILY
DECONTAMINATION STATION 211.50 DAILY
DIAPHRAGM PUMP 222.10 DAILY
SUCTION/DISCHARGE HOSE (PER FOOT)0.90 DAILY
LAYFLAT HOSE (PER FOOT)0.90 DAILY
HYDROBLASTER 77.80 HOURLY
INTRISICALLY SAFE PUMP FOR FUEL TANKS 108.40 DAILY
PRESSURE WASHER - 1,000 PSI 22 GPM 69.90 HOURLY
PRESSURE WASHER - 3,500 PSI 6 GPM 60.30 HOURLY
ENGINE DRIVEN PUMPS 509.20 DAILY
PORTABLE TRASH PUMP 207.10 DAILY
SUBMERSIBLE PUMP 183.60 DAILY
AIR SCRUBERS PORTABLE 172.20 DAILY
HEPA FILTERS FOR SCRUBBERS 128.60 EACH
55 GALLON CARBON SCRUBBER FOR VAC TRUCKS 196.70 DAILY
3 STALL DECONTAMINATION SHOWER 295.50 DAILY
6. PORTABLE STORAGE UNITS
20-YARD BIN, OPEN TOP 25.40 DAILY
20-YARD BIN, CLOSED TOP 30.60 DAILY
40-YARD BIN, OPEN TOP 25.40 DAILY
40-YARD BIN, CLOSED TOP 32.40 DAILY
4" TANK MANIFOLD 19.20 DAILY
BIN LINERS 52.50 EACH
7. OIL SPILL EQUIPMENT
20' DRUM & SUPPLY TRAILER W/ 4' SIDES & 12,000 GVW 207.10 DAILY
BOOM TRAILER (STANDBY) W/ 1500' OF 8"x12" BOOM 154.70 DAILY
PAGE 3 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
BOOM 8"x12" (DEPLOYED)1.80 PER FT/DAY
BOOM 4"x12" (DEPLOYED)0.90 PER FT/DAY
22' TOW/SPILL CONTROL BOAT W/ 200 HP MOTOR 132.90 HOURLY
22' x 8' SELF POWERED BARGE 89.10 HOURLY
19' TOOL SPILL BOAT W/90HP 89.10 HOURLY
17' TOW/SPILL CONTROL BOAT W/ 40 HP MOTOR 74.30 HOURLY
14' TOW/SPILL CONTROL BOAT W/ 25 HP MOTOR 58.60 HOURLY
12' PUNTS 35.00 HOURLY
12' PUNTS W/ 5HP MOTOR 43.70 HOURLY
SPLASH ZONE 2-PART SEALER 162.60 PER GALLON
25 LBS ANCHORS W/ 15' CHAIN 14.80 DAILY
15 LBS ANCHORS W/ 10' CHAIN 10.50 DAILY
24" BOEYS 14.80 DAILY
EMERGENCY RESPONSE TRAILER 465.00 DAILY
ROPE MOP SKIMMER 154.70 HOURLY
DRUM SKIMMER TDS-136 W/ POWER PACK 207.10 HOURLY
SKIM-PAK SERIES 4000 W/ CONTROL SYSTEM 63.00 HOURLY
SKIMMER TRAILER 207.10 DAILY
ABSORBENT BOOM TRAILER 154.70 DAILY
ATV (ALL TERRAIN VEHICLE) W/TRAILER 270.10 DAILY
FORKLIFT TRAILER 97.90 DAILY
8. MATERIALS
10 GALLON DOT DRUM, STEEL 49.80 EACH
15 GALLON DOT DRUM, POLY 49.80 EACH
16 GALLON DOT DRUM, STEEL 49.80 EACH
20 GALLON DOT DRUM, STEEL 52.50 EACH
30 GALLON DOT DRUM, POLY 52.50 EACH
30 GALLON DOT DRUM, STEEL 52.50 EACH
5 GALLON DOT DRUM 18.40 EACH
55 GALLON DOT DRUM, POLY 61.20 EACH
55 GALLON DOT DRUM, STEEL 60.30 EACH
55 GALLON DOT DRUM, BIO 39.30 EACH
85 GALLON DRUM, OVERPAK, STEEL 221.20 EACH
95 GALLON DRUM, OVERPAK, POLY 221.20 EACH
ACID SPILFYTER NEUTRALIZER PER GALLON 77.00 EACH
BASE SPILFYTER NEUTRALIZER PER GALLON 77.00 EACH
BIO-SOLVE (HYDROCARBON ENCAPSULANT)36.70 PER GALLON
BLEACH 4.40 PER GALLON
CHEMICAL POLY TOTES 319.00 EACH
CHLOR-D-TECT Q4000 18.40 EACH
CITRI-CLEAN, 55 GALLON 826.20 PER DRUM
DIESEL FUEL (EQUIPMENT)5.30 PER GALLON
DRUM LINER 2.60 EACH
DUCT TAPE 6.10 PER ROLL
FACE SHIELD 13.10 EACH
HAND AUGER 86.60 DAILY
HEPA VACUUM FILTER PROTECTORS 20.10 EACH
PAGE 4 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
HEPA VACUUM REPLACEMENT BAGS 20.10 EACH
OIL SORBENT POM POMS 56.90 PER BALE
PLASTIC BAGS 74.30 PER BOX
PLASTIC SHEETING 74.30 PER ROLL
RAGS, 50 LB BOX 67.40 PER BOX
ROPE 1/2 POLY, 100' ROLL 32.40 PER ROLL
ROPE 5/8 POLY, 100' SPOOL 36.70 PER ROLL
SAMPLE JARS - 1QT 13.10 EACH
SAND BAGS 3.40 EACH
SHRINK WRAP 30.60 ROLL
SIMPLE GREEN 13.10 PER GALLON
SODA ASH 6.10 PER GALLON
SORBENT BOOM W/ JELLING MATERIAL 412.60 PER BALE
SORBENT BOOM, 8"x10"54.20 EACH
SORBENT PADS 18"x18"x1/4" (200/BALE)89.10 PER BALE
SUPERFINE, 25 LB BAG 18.40 PER BAG
TRIWALL BOXES 154.70 EACH
VACTOR FLEX HOSE 4"1.80 PER FOOT
VACTOR FLEX HOSE 6"2.60 PER FOOT
9. TOOLS AND OTHER EQUIPMENT
BIO-HAZARD "BLOOD" SPILL KIT 103.20 EACH
BOAT HOOKS 3'-9' TELESCOPING 7.00 DAILY
BOBCAT SWEEPER ATTACHMENT 218.60 DAILY
CHEST WADERS 61.20 DAILY
14 PORTABLE GAS POWERED ABRASIVE SAW 147.80 DAILY
COM-A-LONG - 4000 LBS 6.10 DAILY
CUTTING TORCH 149.40 DAILY
DRUM SAMPLING ROD (GLASS)7.00 EACH
DRUM VACUUM - 55 GALLON 118.90 DAILY
EXTENSION LADDER 13.10 DAILY
EYEWASH STATION 32.40 DAILY
FIRE PROTECTION SUIT (1500 DEGREE PROTECTION FACTOR)221.20 DAILY
FORK LIFT 218.60 DAILY
GENERATOR, 10KV TRAILER MOUNTED 35.00 HOURLY
GENERATOR, 5500 WATTS 123.30 DAILY
HAND TOOLS 52.50 DAILY
HAND WASHING STATION 49.80 DAILY
HAZ-CAT KIT 20.10 PER TEST
HEAVY DUTY JETTER NOZZLES 234.20 DAILY
HEPA VACUUM (DRY)154.70 DAILY
HIP WADERS 52.50 DAILY
HUDSON SPRAYER 20.10 DAILY
JACK HAMMER 90 LBS 123.30 DAILY
LIFE JACKETS 15.80 DAILY
LIGHT STAND (2 BULBS)36.70 DAILY
LIGHT TOWER (4 BULBS)295.50 DAILY
PAGE 5 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
MEALS ON SPILLS 7.00 EACH
MERCURY VACUUM 516.60 DAILY
NON-SPARKING COLD CUTTER / RIVET BUSTER 97.90 DAILY
NON-SPARKING COLD CUTTER TIPS 30.60 EACH
PER DIEM ALLOWANCE ON TRAVEL 162.60 DAILY
PICKS "MINERS"2.60 DAILY
PLUG & DIKE, 1 LB CAN 25.40 EACH
POLY SIPHON (POGO) PUMP 19.20 EACH
PORTABLE RESTROOM W/SINK 154.70 DAILY
PROFILING FEE (PER WASTE STREAM)77.80 EACH
RADIO 2-WAY, INTRINSICALLY SAFE 41.10 DAILY
SAWZALL 82.20 DAILY
SKIL SAW 36.70 DAILY
STEEL SPIKES, 36"5.30 DAILY
TRANSFER HOSES, 1 - 4"43.70 DAILY
TRUCK RAMPS (30,000 LBS)295.50 DAILY
VAPOR TIGHT DROP LIGHTS 154.70 DAILY
VENTILATION FAN 118.90 DAILY
WATER METER 258.70 DAILY
WATER TANK TRAILER W/ PUMP 349.70 DAILY
DRUM DOLLY 24.50 DAILY
10. PERSONAL PROTECTIVE EQUIPMENT (PPE)
LEVEL "A" - FULLY ENCAPSULATED GAS-TIGHT SUIT
WITH SCBA 491.30 PER SET
LEVEL "B" - POLY-TYVEK THROUGH FULLY ENCAPSU-
LATED SUIT, BUT NOT GAS TIGHT W/SCBA 154.70 PER SET
LEVEL "C" - TYVEK THROUGH SARANEX SUIT W/ AIR
PURIFYING RESPIRATOR 67.40 PER SET
LEVEL "D" - TYVEK, POLY-TYVEK, COVERALL OR
RAINGEAR SUIT WITH GLOVES, BOOTS,
HARDHAT AND SAFETY GLASSES 32.40 PER SET
PAGE 6 OF 6
TAB - G
Current
2019
Project Manager
Ocean Blue Environmental Services, Inc. | Long Beach, CA
Recently hired in 2019, Mr. Ramirez brings 30+ years of environmental experience. Mr. Ramirez
has expertise in project management, contract administration, managing hazardous waste,
emergency response and site restoration. Other tasks include identifying unknown chemicals
using haz-cat procedures and chemical packaging, performing job-walks, preparing estimates &
bids, and coordinating all technicians, equipment and subcontractors.
2018
1988
Environmental Specialist/Risk Manager/Safety Engineer
Port of Los Angeles | Location or Country
Mr. Ramirez oversaw all Port HAZMAT incidents. Mr. Ramirez effectively managed 5,000+
HAZMAT incidents ranging from oil spills, illegal dumpings, dead mammal pickup, 90-day waste
pickups, sunken vessels, asbestos/lead removal, and battery/light-bulb recycling.
Mr. Ramirez was responsible for interacting & coordinating with local, state and federal agencies
including: U.S. Coast Guard, U.S. Environmental Protection Agency (EPA), California
Department of Fish and Wildlife, California Department of Toxic Substances (DTSC), Regional
Water Quality Control Board, Los Angeles County & City Fire Departments and Los Angeles
Police Department, and the International Local Warehouse Union (Local 13 & Local 56).
In 1999, Mr. Ramirez earned a law degree while still working. This degree has improved his ability
to interpret many environmental regulations that must be followed in order to do business in
California.
N O T E W O R T H Y P R O J E C T S
Current
2019
Supervisor / City of Vernon
One of Mr. Ramirez’s first big projects at Ocean Blue was a cleanup for the city of Vernon. For
practically a month straight, he lead a crew and hydro-jetting team to remediate a mile of
underground sewer drains impacted with illegally dumped kitchen grease. Mr. Ramirez also
responds to other city needs including: emergency response & hazardous waste management.
Current
2014
Project Manager / Port of Los Angeles
Previously, the Port of Los Angeles administration selected multiple contractors to fulfill its
hazardous waste service needs. Now, for the first time in a decade, the Port decided to use Ocean
Blue as it’s single source contractor to respond to spills, remediate hazardous waste, clean
trauma scenes, and to coordinate resources for the Port’s engineering contractors.
M A N N Y R A M I R E Z
P R O J E C T M A N A G E R
C E R T I F I C A T I O N S & T R A I N I N G
310.892.6827
mramirez@ocean-blue.com
ocean-blue.com
925 West Esther St.
Long Beach, CA 90813
C O N T A C T S
W O R K E X P E R I E N C E
Juris Doctorate – Western State University. College of Law
B.S. – Safety & Systems Mgmt. University Southern. California
HAZWOPER 40-Hour Course CFR 1910.120
HAZWOPER 8-Hour Refresher
CPR / First-Aid Trained
Incident Command System 100, 200 & 700
Bloodborne Pathogens CFR 1910.1030
Current
2021
President
Ocean Blue Environmental Services, Inc. | Long Beach, CA
Mr. Lee is the President & General Manager of Ocean Blue. Daily tasks include managing teams
of project managers, supervisors, dispatch, commercial drivers and technicians. Continues to
perform administrative duties which include: contract management, billing and human resources.
He is the direct liaison with the regulatory agencies and local unions. In the field he performs
homeless encampment cleanings, underground spill cleanups and regular waste management.
Mr. Lee also conducts Ocean Blue’s safety program and annual HAZWOPER refresher trainings.
Other tasks include: commercial truck driving/instruction and public relations.
2020
2012
Contract Manager
Ocean Blue Environmental Services, Inc. | Long Beach, CA
or Country Responsible for various hazardous waste contracts assembly, billing, human resources and
finances. Tasks further include coordination of supervisors, technicians and subcontractors, on-
site remediation, waste management, decontamination & emergency response projects.
Performs job walks, prepares estimates and bids.
N O T E W O R T H Y P R O J E C T S
Current
2015
Project Manager / Los Angeles County Department of Beach Harbors
Mr. Lee is Ocean Blue’s direct liaison to the Los Angeles County Department of Beaches &
Harbors (LACDBH). He is the first responder & project manager for LACDBH spills in from Los
Angeles to Ventura. He regularly performs spill cleanups, waste management, storm drain
cleaning, boat-fire response, and will handle numerous special projects. This contract is valued
at $260K per year, however through regular exposure to LACDBH’s private marinas, tenants and
boat owners, Mr. Lee generates $500K of work annually.
J U S T I N L E E
P R E S I D E N T
C E R T I F I C A T I O N S & T R A I N I N G
HAZWOPER Train the Trainer CFR 172.704
CPR / First-Aid Trained
Confined Space Entry Rescue
Hazardous Waste Generator Course (#113)
Calibration Training for M2A Gas Transmitters
Hazcat Identification Training
310.357.7800
jlee@ocean-blue.com
ocean-blue.com
925 West Esther St.
Long Beach, CA 90813
C O N T A C T S
W O R K E X P E R I E N C E
HAZWOPER 40-Hour Course CFR 1910.120
HAZWOPER 8-Hour Refreshers
Commercial Class A Driver with H/Tankers Endts
Bloodborne Pathogen Training
Incident Command Systems 100, 200, 300, 700
Trauma Scene Waste Practitioner
E D U C A T I O N
2011
Pitzer College, Claremont CA: Bachelor’s Degree 2011
Major: Economics & Environmental Studies – Chancellor’s List
Current
1996
Project Manager / Chemist / Safety Manager
Ocean Blue Environmental Services, Inc. | Long Beach, CA
Mr. Long is a Project manager with 39 years of experience managing HazMat. Services include:
homeless encampment cleanings, emergency response, catch basin cleaning, pump station
maintenance, channel maintenance. Mr. Long currently oversees Hazardous Waste contracts for
the Los Angeles County Department of Public Works, Irvine Ranch Water District and the City of
Long Beach. He also oversees emergency flooding and HazMat response. Mr. Long coordinates
waste management, on-site remediation, and decontamination projects. Specializes in identifying
unknown chemicals and chemical packaging services. As Ocean Blue’s Safety Manager, he
verifies that our technical personnel are current on all safety regulations.
1996
1995
Supervisor / HazMat Incident Commander
Allwaste, Inc. | Location or Country
Coordinated & supervised oil/chemical emergency response teams, site cleanup, industrial
cleaning and other field activities. Managed Superfund site at Omega Chemical Company
sampling and identifying over 4,000 drums of unknown hazardous waste. Also directed Health
& Safety training and compliance for the Long Beach Transportation and Remediation office.
1980
1994
Emergency Response Operations Manager
Pacific Environmental | Location or Country
While responsible for developing the emergency response division, responded to over 600
incidents. Also directed the activities of the field crews in industrial cleaning, clandestine drug
labs, drum management, tank removals and plant closures. As the Health & Safety supervisor,
developed the Injury and Illness Prevention Program in compliance with SB 198.
N O T E W O R T H Y P R O J E C T S
Current
1996
Project Manager / Los Angeles County Department of Public Works
While working with Ocean Blue, Mr. Long served the Los Angeles County for the last 25 years.
Valued at $3.5M per year, services include homeless encampment cleanings, emergency
response, hazardous waste management, Stormdrain management, and abandoned waste
pickups. As of recent, Mr. Long currently mitigates homeless encampment cleanups for the entire
county of Los Angeles, managing 8-man strike teams per day.
ED L O N G
P R O J E C T M A N A G E R / R . E .A C H E M I S T / S A F E T Y M A N A G E R
C E R T I F I C A T I O N S & T R A I N I N G
Trauma Scene Waste Practitioner
HAZWOPER 40 – Hour Course CFR 1910.12
HAZWOPER 8 – Hour Refresher
310.629.5049
elong@ocean-blue.com
ocean-blue.com
925 West Esther St.
Long Beach, CA 90813
C O N T A C T S
W O R K E X P E R I E N C E
Certified Hazardous Materials Manager
Registered Environmental Assessor No. 03446
Certified HazMat Incident Commander
Current
1996
Project Manager / City of Long Beach
Ed Long’s longest running client is the City of Long Beach. Ed Long serviced the city before he
joined Ocean Blue in 1996, and continued servicing the city for the next 26 years. Long Beach
has one of the most strict requirements requiring boots on the ground within 30 minutes of a
phone call. Because Ocean Blue’s employees live within 10 minutes of our yard, and because
we maintain emergency response units ready 24/7, we are able to beat the time limit.
Current
2014
6
Project Manager
Ocean Blue Environmental Services, Inc. | Long Beach, CA
Oversees various catch basin inspection/cleaning projects all over California. Storm drain
hydrojetting to remove sediment/trash from lines. Maintenance of hydrodynamic separators.
Maintenance of concrete/earth lined channels and v-ditches. Installation/repair of CPS/ARS units.
Pump station maintenance, storm water stenciling, CCTV inspections, Contech filter
maintenance/media-exchange. Emergency call-out for flooding & HAZMAT response. Installed
large-scale storm water filtration device for the Port of Los Angeles. Oversees storm water
projects for the City of Santa Ana, City of Perris, Los Angeles World Airports (LAX), Los Angeles
County Department of Public Works, Port of Los Angeles, Port of Long Beach, City of Camarillo,
and many others.
1996
1993
Supervisor
United Storm Water, Inc. | Location or Country
First responder for on-site flooding & emergency HAZMAT. Operated Jetter/Vactor & Super
sucker. Also supervised projects for Huntington Beach, Dana Point, Target, Metropolitan Water
District, San Francisco Estuary Partnership Program, City of Fremont, City of Perris City of Union
City, and Contra Costa County.
NOTEWORTHY PROJECTS
Current
2016
Project Manager / Los Angeles World Airport
Mr. Anguiano currently manages 3 separate contracts for LAX totaling more than $2M in revenue
over a 3-year term. The largest contract is for Stormwater Filter Inspection & Maintenance. For
LAX to comply with its MS4 permit, requires extensive storm water maintenance. Ocean Blue
holds the single source contract for LAX: with over 3,700 Contech filters utilized throughout the
Airport, LAX has the largest stormwater filtration system Ocean Blue has ever seen. Mr. Anguiano
is also the single point of contact for any Hazmat incident on the LAX tarmac.
Current
1998
Project Manager / City of Santa Ana
Mr. Anguiano serves as the single point of contact for the City of Santa Ana. Ocean Blue currently
maintains the public right-of-ways for the city. Any spills, releases and discharges are quickly
addressed. In addition, we assist the city with any storm water system maintenance from cleaning
catch basins, bypass jetting, open channel maintenance, and flooding. The city has over 1,500
catch basins throughout the city. Twice a year, Ocean Blue cleans out catch basins. A $350K/year
contract.
CHRIS ANGUIANO
PROJECT MANAGER
CERTIFICATIONS & TRAINING
CPR / First-Aid Trained
Confined Space Entry Rescue
Incident Command System 100, 200 & 700
562.755.4698
fasteddie85000@aol.com
ocean-blue.com
925 West Esther St.
Long Beach, CA 90813
CONTACTS
WORK EXPERIENCE
HAZWOPER 40-Hour Course CFR 1910.120
HAZWOPER 8-Hour Refreshers
Bloodborne Pathogens CFR 1910.1030
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
♦ LONG BEACH ♦ ♦ SAN DIEGO ♦
Related work projects
Below is a list of projects/contracts that are similar in scope to this request for proposal.
LOS ANGELES
L.A. Co. Department of Public Works – Emergency Spill Response, Single Source 1995-Present
L.A. Co. Department of Beaches & Harbors– Storm Water, Hazmat & Waste Mgmt 2015-Present
Port of Long Beach – Hazmat ER & Waste Management 1998-Present
Port of Los Angeles – Hazmat ER & Waste Management, Single Source 1998-Present
Los Angeles World Airport – Hazmat ER & Waste Management, 2015-Present
Long Beach Airport– Hazmat ER & Waste Management, Single Source 1998-Present
City of Burbank – Hazmat ER & Waste Management, Single Source 2022-Present
City of Bell – Hazmat ER & Waste Management, Single Source 2017-Present
City of Bellflower – Hazmat ER & Waste Management, Single Source 2015-Present
City of Carson – Hazmat ER & Waste Management, Single Source 1998-Present
City of Cerritos – Hazmat ER & Waste Management, Single Source 2008-Present
City of Commerce – Hazmat ER & Waste Management, Single Source 2017-Present
City of Compton – Hazmat ER & Waste Management, Single Source 2017-Present
City of Costa Mesa – Hazmat ER & Waste Management, Single Source 2018-Present
City of Covina – Hazmat ER & Waste Management, Single Source 2018-Present
City of Culver City – Hazmat ER & Waste Management, Single Source 2013-Present
City of Downey – Hazmat ER & Waste Management, Single Source 2015-Present
City of Duarte – Hazmat ER & Waste Management, Single Source 2019-Present
City of El Segundo – Hazmat ER, Catch Basin cleaning & CPS installation 2016-Present
City of Glendora – Hazmat ER & Waste Management, Single Source 2019-Present
City of Hawthorne– Hazmat ER & Waste Management, Single Source 2012-Present
City of Hawaiian Gardens – Hazmat ER & Waste Management, Single Source 2018-Present
City of Industry – Hazmat ER & Waste Management, Single Source 2019-Present
City of Inglewood – Hazmat ER & Waste Management, Single Source 2007-Present
City of Lakewood – Hazmat ER & Waste Management, Single Source 2013-Present
City of Long Beach – Hazmat ER & Waste Management, Single Source 1998-Present
City of Manhattan Beach – Hazmat ER & Waste Management, Single Source 2021-Present
City of Monterey Park – Hazmat ER & Waste Management, Single Source 2019-Present
City of Montebello – Hazmat ER & Waste Management, Single Source 2019-Present
City of Norwalk – Hazmat ER & Waste Management, Single Source 2015-Present
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
Project Organization & Staffing
Ocean Blue presents four key staff for this contract. Their resumes can be found in the following pages.
Justin Lee – President
• Estimated hrs./week: <5
• Prepares proposals/contract
documentation
• Contact for billing/invoicing
• Backup field responder
• Class A commercial driver
• Years with Ocean Blue: 10
• Years of experience: 10
• O: 562.624.4120
• M: 310.357.7800
• jlee@ocean-blue.com
• 925 West Esther St., Long Beach CA
Chris Anguiano – Stormwater Manager
• Estimated hrs./week: <10
• Oversees Stormwater Division
• Hydro-jetting specialist
• BMP Maintenance, MS4 Compliance
• Backup Emergency Responder
• Responds to illicit discharges into
Stormdrains
• Years with Ocean Blue: 8
• Years of experience: 14
• O: 562.624.4120
• M: 562.235.7472
• canguiano@ocean-blue.com
• 925 West Esther St., Long Beach CA
Manny Ramirez – Project Manager
• Estimated hrs./week: <20
• Single point of contact
• Incident Commander
• Job walks, logistics and agency
interface
• Purveyor of NTP’s, estimates, and
transportation documentation
• Years with Ocean Blue: 2
• Years of experience: 24
• O: 562.624.4120
• M: 310.892.6827
• mramirez@ocean-blue.com
• Former Harbor Dept. Environmental
Specialist (1988-2018)
Ed Long – Chemist, Project Manager
• Estimated hrs./week: <5
• Lab-packing, identifying unknown
chemicals
• Project/Task risk analysis
• Health & Safety
• Oversees waste collections
• Manages boom deployments
• Years with Ocean Blue: 27
• O: 562.624.4120
• M: 310.629.5049
• elong@ocean-blue.com
• 925 West Esther St., Long Beach CA
925 West Esther St.
Long Beach, CA 90813
Ph: (562) 624-4120
Fx: (562) 624-4127
References
Agency: Los Angeles County Department of Public Works
Contract Value: $3,300,000 / Year
Date: 1995 – Present
Contact: Adriana Flores – Civil Engineer
Phone & Email: 626.458.7390 / aflores@dpw.lacounty.gov
Address: 900 S. Fremont, Alhambra, CA 91803
Key Staff: Project Manager Ed Long
Agency: Port of Los Angeles
Contract Value: $2,500,000 / 3-years
Date: 1995 – Present
Contact: Lawrence Fang – Environmental Specialist
Phone & Email: 310.732.3782 / lfang@portla.org
Address: 222 W. 6th Street, Suite 900 San Pedro, CA 90731
Key Staff: Project Manager Manny Ramirez
Agency: City of Covina
Contract Value: $150,000 / 3-years
Date: 2017 – Present
Contact: Sharon Gallant – Environmental Svcs & Transportation Mgr
Phone & Email: 626.384.5484 / sgallant@covinaca.gov
Address: 125 East College St., Covina CA 91723
Key Staff: Supervisor Luis Valadez
Agency: Los Angeles County Department of Beaches & Harbors
Contract Value: $280,000+ / year
Date: 2015 – Present
Contact: Jose Bedolla – Northern District Manager
Phone & Email: 310.901.9116 / jbedolla@bh.lacounty.gov
Address: 13837 Fiji Way, Marina Del Rey CA 90292
Key Staff: Project Manager Justin Lee & Project Manager Ed Acosta
Agency: Los Angeles World Airports
Contract Value: $1,750,000 / 3-years
Date: 2016 – Present
Contact: Howard Horning– Airport Maintenance Superintendent
Phone & Email: 424.646.7964 / hhorning@lawa.org
Address: 7301 World Way West, Los Angeles CA 90045
ff
TAB - H
AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR
STATE OF CALIFORNIA )
) ss
COUNTY OF LOS ANGELES )
_______________________________________________________________, being first duly sworn deposes
and says that he/she is ______________________________________________________________________
(Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title)
of______________________________________________________________________________________
(Insert name of bidder)
who submits herewith to the City of Vernon a bid/proposal;
That all statements of fact in such bid/proposal are true;
That such bid/proposal was not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization or corporation;
That such bid/proposal is genuine and not collusive or sham;
That said bidder has not, directly or indirectly by agreement, communication or conference with anyone
attempted to induce action prejudicial to the interest of the City of Vernon, or of any other bidder or
anyone else interested in the proposed contract; and further
That prior to the public opening and reading of bids/proposals, said bidder:
a.Did not directly or indirectly, induce or solicit anyone else to submit a false or sham
bid/proposal;
b.Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said
bidder or anyone else would submit a false or sham bid/proposal, or that anyone should refrain
from bidding or withdraw his/her bid/proposal;
c.Did not, in any manner, directly or indirectly seek by agreement, communication or conference
with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or
fix any overhead, profit or cost element of his/her bid/proposal price, or of that of anyone else;
d.Did not, directly or indirectly, submit his/her bid/proposal price or any breakdown thereof, or
the contents thereof, or divulge information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, or to any individual or group of individuals, except the City of Vernon, or to any person
or persons who have a partnership or other financial interest with said bidder in his/her business.
I certify under penalty of perjury that the above information is correct
By:______________________________________ Title:________________________________
Date:____________________________________
Page 9 of 28
Services Agreement with Ocean Blue Environmental Services, Inc.
EXHIBIT B
SCHEDULE
CITY OF VERNON RATES
EFFECTIVE AUGUST 1, 2022
DEFINITIONS
Straight Time:Monday through Friday, from 7:00 AM to 4:00 PM
Overtime:Monday through Friday, before 7:00 AM and after 4:00 PM,
and all day on Saturdays
Premium Time:Sundays, Following Holidays
HOLIDAYS OBSERVED
New Year's Day Labor Day
Martin Luther King, Jr.'s Birthday Presidents Day
Veterans Day Memorial Day
Fourth of July Thanksgiving Day
Day after Thanksgiving Columbus Day
Christmas Day
MINIMUM CHARGES
Four (4) hour minimum charges will apply to all call outs. Portal to Portal rates apply.
Time charges include personnel, equipment and materials for preparation, mobilization,
travel to and from site, demobilization, decontamination, transportation and
unloading.
DISPOSAL AND OUTSIDE COSTS
All disposal, services, non-heavy equipment rentals, and materials not on the rate sheet will
be billed at cost plus a twenty percent (20%) handling charge. Heavy equipment rental will
be billed at cost plus twenty five percent handling charge due to high liability cost.
PREVAILING WAGE
An additional $40 per hour will be added to personnel and equipment with operator rate.
PAYMENT TERMS
All terms are net-thirty (30) days upon receipt of invoice, unless previous arrangements
have been made. All emergency response work for non-established customers is C.O.D.
AUGUST 1, 2022 CITY OF VERNON RATES
1. HAZARDOUS WASTE-TRAINED PERSONNEL HOURLY RATE
STRAIGHT OVER-PREMIUM
CLASSIFICATION TIME TIME TIME
PROJECT MANAGER 118.00 154.70 154.70
SUPERVISOR 90.90 108.40 124.10
CHEMIST / INDUSTRIAL HYGIENIST 181.00 207.10 207.10
LEAD TECHNICIAN 63.00 91.80 119.80
EQUIPMENT OPERATOR 60.30 90.90 116.20
TECHNICIAN 56.90 80.40 104.90
ILWU (INT. LONGSHORE & WHSE UNION) TECH 79.50 118.90 159.90
ALL PERSONNEL HAVE AT A MINIMUM, 40-HR HAZ-WOPER TRAINING AS SPECIFIED BY 29 CFR 1910.120
2. CERTIFIED HAZARDOUS WASTE TRANSPORTATION VEHICLES HOURLY RATE
UTILITY TRUCK 4X4 W/TRAFFIC CONTROL LIGHTS & LIFTGATE 49.80
GEAR TRUCK W/ LIFTGATE 49.80
EMERGENCY RESPONSE UNIT - LARGE 231.60
EMERGENCY RESPONSE UNIT - SMALL 160.90
CREW VAN 43.70
BOB CAT W/SOLID TIRES 54.20
VACUUM TRAILER - 20 BBL 54.20
VACUUM TRUCK - 70 BBL W/ ROPER PUMP*132.90
VACUUM TRUCK - 120 BBL*152.10
VACUUM TRUCK - 120 BBL STAINLESS STEEL*172.20
AIR EXCAVATOR*132.90
HYDRO EXCAVATOR*246.60
OMNI VAC - 85 BBL*246.60
JETTER / VACTOR COMBO UNIT*246.60
ROLL-OFF TRUCK*132.90
ROLL-OFF TRUCK AND TRAILER*152.10
DUMP TRUCK - 10 WHEEL*93.50
TRASH COMPACTOR*185.30
25' BOX VAN*93.50
45' BOX VAN*132.90
45' FLAT BED*132.90
25' EQUIPMENT TRAILER 35.00
STREET SWEEPER 87.40
3. RESPIRATORY / CONFINED SPACE ENTRY EQUIPMENT
SELF-CONTAINED BREATHING APPARATUS (30 MIN.)135.40 DAILY
6-PACK BREATHING AIR BOTTLES 271.80 DAILY
5-MINUTE EGRESS AIR BOTTLE 38.50 DAILY
TRIPOD W/DOUBLE WINCHES 243.00 DAILY
FULL BODY HARNESS W/ SHOCK ABSORBER 35.00 DAILY
"*" DENOTES EQUIPMENT INCLUDING OPERATOR. THESE WILL BE CHARGED AN ADDITIONAL
$29.00 PER HOUR FOR OVERTIME AND $39.00 PER HOUR FOR PREMIUM TIME.
PAGE 2 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
COPPUS BLOWER 196.70 DAILY
4-GAS AIR MONITOR 298.20 DAILY
PID METER 412.60 DAILY
MERCURY VAPOR ANALYZER 516.60 DAILY
OVA MONITOR 361.00 DAILY
PERSONAL 4 GAS METER 246.60 DAILY
ELECTRIC BLOWER 79.50 DAILY
4. TRAFFIC CONTROL
ARROW BOARD 221.20 DAILY
PORTABLE DECON STATION W/ARROWBOARD 295.50 DAILY
BARRICADES W/ REFLECTORS, EACH 32.40 DAILY
DELINEATOR/REFLECTIVE, EACH 1.80 DAILY
NO TURN RIGHT OR LEFT SIGNS, EACH 15.80 DAILY
TRAFFIC CONE/REFLECTIVE, EACH 2.60 DAILY
TRAFFIC CONTROL SIGNS 48"X48"/REFLECTIVE 36.70 DAILY
5. CLEANING EQUIPMENT
AIR COMPRESSOR 41.90 HOURLY
CHEMICAL DIAPHRAGM PUMP 310.30 DAILY
DECONTAMINATION STATION 211.50 DAILY
DIAPHRAGM PUMP 222.10 DAILY
SUCTION/DISCHARGE HOSE (PER FOOT)0.90 DAILY
LAYFLAT HOSE (PER FOOT)0.90 DAILY
HYDROBLASTER 77.80 HOURLY
INTRISICALLY SAFE PUMP FOR FUEL TANKS 108.40 DAILY
PRESSURE WASHER - 1,000 PSI 22 GPM 69.90 HOURLY
PRESSURE WASHER - 3,500 PSI 6 GPM 60.30 HOURLY
ENGINE DRIVEN PUMPS 509.20 DAILY
PORTABLE TRASH PUMP 207.10 DAILY
SUBMERSIBLE PUMP 183.60 DAILY
AIR SCRUBERS PORTABLE 172.20 DAILY
HEPA FILTERS FOR SCRUBBERS 128.60 EACH
55 GALLON CARBON SCRUBBER FOR VAC TRUCKS 196.70 DAILY
3 STALL DECONTAMINATION SHOWER 295.50 DAILY
6. PORTABLE STORAGE UNITS
20-YARD BIN, OPEN TOP 25.40 DAILY
20-YARD BIN, CLOSED TOP 30.60 DAILY
40-YARD BIN, OPEN TOP 25.40 DAILY
40-YARD BIN, CLOSED TOP 32.40 DAILY
4" TANK MANIFOLD 19.20 DAILY
BIN LINERS 52.50 EACH
7. OIL SPILL EQUIPMENT
20' DRUM & SUPPLY TRAILER W/ 4' SIDES & 12,000 GVW 207.10 DAILY
BOOM TRAILER (STANDBY) W/ 1500' OF 8"x12" BOOM 154.70 DAILY
PAGE 3 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
BOOM 8"x12" (DEPLOYED)1.80 PER FT/DAY
BOOM 4"x12" (DEPLOYED)0.90 PER FT/DAY
22' TOW/SPILL CONTROL BOAT W/ 200 HP MOTOR 132.90 HOURLY
22' x 8' SELF POWERED BARGE 89.10 HOURLY
19' TOOL SPILL BOAT W/90HP 89.10 HOURLY
17' TOW/SPILL CONTROL BOAT W/ 40 HP MOTOR 74.30 HOURLY
14' TOW/SPILL CONTROL BOAT W/ 25 HP MOTOR 58.60 HOURLY
12' PUNTS 35.00 HOURLY
12' PUNTS W/ 5HP MOTOR 43.70 HOURLY
SPLASH ZONE 2-PART SEALER 162.60 PER GALLON
25 LBS ANCHORS W/ 15' CHAIN 14.80 DAILY
15 LBS ANCHORS W/ 10' CHAIN 10.50 DAILY
24" BOEYS 14.80 DAILY
EMERGENCY RESPONSE TRAILER 465.00 DAILY
ROPE MOP SKIMMER 154.70 HOURLY
DRUM SKIMMER TDS-136 W/ POWER PACK 207.10 HOURLY
SKIM-PAK SERIES 4000 W/ CONTROL SYSTEM 63.00 HOURLY
SKIMMER TRAILER 207.10 DAILY
ABSORBENT BOOM TRAILER 154.70 DAILY
ATV (ALL TERRAIN VEHICLE) W/TRAILER 270.10 DAILY
FORKLIFT TRAILER 97.90 DAILY
8. MATERIALS
10 GALLON DOT DRUM, STEEL 49.80 EACH
15 GALLON DOT DRUM, POLY 49.80 EACH
16 GALLON DOT DRUM, STEEL 49.80 EACH
20 GALLON DOT DRUM, STEEL 52.50 EACH
30 GALLON DOT DRUM, POLY 52.50 EACH
30 GALLON DOT DRUM, STEEL 52.50 EACH
5 GALLON DOT DRUM 18.40 EACH
55 GALLON DOT DRUM, POLY 61.20 EACH
55 GALLON DOT DRUM, STEEL 60.30 EACH
55 GALLON DOT DRUM, BIO 39.30 EACH
85 GALLON DRUM, OVERPAK, STEEL 221.20 EACH
95 GALLON DRUM, OVERPAK, POLY 221.20 EACH
ACID SPILFYTER NEUTRALIZER PER GALLON 77.00 EACH
BASE SPILFYTER NEUTRALIZER PER GALLON 77.00 EACH
BIO-SOLVE (HYDROCARBON ENCAPSULANT)36.70 PER GALLON
BLEACH 4.40 PER GALLON
CHEMICAL POLY TOTES 319.00 EACH
CHLOR-D-TECT Q4000 18.40 EACH
CITRI-CLEAN, 55 GALLON 826.20 PER DRUM
DIESEL FUEL (EQUIPMENT)5.30 PER GALLON
DRUM LINER 2.60 EACH
DUCT TAPE 6.10 PER ROLL
FACE SHIELD 13.10 EACH
HAND AUGER 86.60 DAILY
HEPA VACUUM FILTER PROTECTORS 20.10 EACH
PAGE 4 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
HEPA VACUUM REPLACEMENT BAGS 20.10 EACH
OIL SORBENT POM POMS 56.90 PER BALE
PLASTIC BAGS 74.30 PER BOX
PLASTIC SHEETING 74.30 PER ROLL
RAGS, 50 LB BOX 67.40 PER BOX
ROPE 1/2 POLY, 100' ROLL 32.40 PER ROLL
ROPE 5/8 POLY, 100' SPOOL 36.70 PER ROLL
SAMPLE JARS - 1QT 13.10 EACH
SAND BAGS 3.40 EACH
SHRINK WRAP 30.60 ROLL
SIMPLE GREEN 13.10 PER GALLON
SODA ASH 6.10 PER GALLON
SORBENT BOOM W/ JELLING MATERIAL 412.60 PER BALE
SORBENT BOOM, 8"x10"54.20 EACH
SORBENT PADS 18"x18"x1/4" (200/BALE)89.10 PER BALE
SUPERFINE, 25 LB BAG 18.40 PER BAG
TRIWALL BOXES 154.70 EACH
VACTOR FLEX HOSE 4"1.80 PER FOOT
VACTOR FLEX HOSE 6"2.60 PER FOOT
9. TOOLS AND OTHER EQUIPMENT
BIO-HAZARD "BLOOD" SPILL KIT 103.20 EACH
BOAT HOOKS 3'-9' TELESCOPING 7.00 DAILY
BOBCAT SWEEPER ATTACHMENT 218.60 DAILY
CHEST WADERS 61.20 DAILY
14 PORTABLE GAS POWERED ABRASIVE SAW 147.80 DAILY
COM-A-LONG - 4000 LBS 6.10 DAILY
CUTTING TORCH 149.40 DAILY
DRUM SAMPLING ROD (GLASS)7.00 EACH
DRUM VACUUM - 55 GALLON 118.90 DAILY
EXTENSION LADDER 13.10 DAILY
EYEWASH STATION 32.40 DAILY
FIRE PROTECTION SUIT (1500 DEGREE PROTECTION FACTOR)221.20 DAILY
FORK LIFT 218.60 DAILY
GENERATOR, 10KV TRAILER MOUNTED 35.00 HOURLY
GENERATOR, 5500 WATTS 123.30 DAILY
HAND TOOLS 52.50 DAILY
HAND WASHING STATION 49.80 DAILY
HAZ-CAT KIT 20.10 PER TEST
HEAVY DUTY JETTER NOZZLES 234.20 DAILY
HEPA VACUUM (DRY)154.70 DAILY
HIP WADERS 52.50 DAILY
HUDSON SPRAYER 20.10 DAILY
JACK HAMMER 90 LBS 123.30 DAILY
LIFE JACKETS 15.80 DAILY
LIGHT STAND (2 BULBS)36.70 DAILY
LIGHT TOWER (4 BULBS)295.50 DAILY
PAGE 5 OF 6
AUGUST 1, 2022 CITY OF VERNON RATES
MEALS ON SPILLS 7.00 EACH
MERCURY VACUUM 516.60 DAILY
NON-SPARKING COLD CUTTER / RIVET BUSTER 97.90 DAILY
NON-SPARKING COLD CUTTER TIPS 30.60 EACH
PER DIEM ALLOWANCE ON TRAVEL 162.60 DAILY
PICKS "MINERS"2.60 DAILY
PLUG & DIKE, 1 LB CAN 25.40 EACH
POLY SIPHON (POGO) PUMP 19.20 EACH
PORTABLE RESTROOM W/SINK 154.70 DAILY
PROFILING FEE (PER WASTE STREAM)77.80 EACH
RADIO 2-WAY, INTRINSICALLY SAFE 41.10 DAILY
SAWZALL 82.20 DAILY
SKIL SAW 36.70 DAILY
STEEL SPIKES, 36"5.30 DAILY
TRANSFER HOSES, 1 - 4"43.70 DAILY
TRUCK RAMPS (30,000 LBS)295.50 DAILY
VAPOR TIGHT DROP LIGHTS 154.70 DAILY
VENTILATION FAN 118.90 DAILY
WATER METER 258.70 DAILY
WATER TANK TRAILER W/ PUMP 349.70 DAILY
DRUM DOLLY 24.50 DAILY
10. PERSONAL PROTECTIVE EQUIPMENT (PPE)
LEVEL "A" - FULLY ENCAPSULATED GAS-TIGHT SUIT
WITH SCBA 491.30 PER SET
LEVEL "B" - POLY-TYVEK THROUGH FULLY ENCAPSU-
LATED SUIT, BUT NOT GAS TIGHT W/SCBA 154.70 PER SET
LEVEL "C" - TYVEK THROUGH SARANEX SUIT W/ AIR
PURIFYING RESPIRATOR 67.40 PER SET
LEVEL "D" - TYVEK, POLY-TYVEK, COVERALL OR
RAINGEAR SUIT WITH GLOVES, BOOTS,
HARDHAT AND SAFETY GLASSES 32.40 PER SET
PAGE 6 OF 6
Services Agreement with Ocean Blue Environmental Services, Inc.
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
Submitted by: Andrew Eguia
Submitting Department: Public Works
Meeting Date: October 18, 2022
SUBJECT
Award of City Contract No. CS-1456 Citywide Tree Wells
Recommendation:
A. Find that the proposed action is categorically exempt under the California Environmental
Quality Act (CEQA) in accordance with CEQA Guidelines Section 15301, because the
project consists of the maintenance, repair or minor alteration of an existing facility and
involves negligible or no expansion of an existing use;
B. Accept the bid proposal from FS Contractors, Inc. as the lowest responsive and
responsible bidder for the Citywide Tree Wells project and reject all other bids;
C. Approve and authorize the City Administrator to execute Contract No. CS-1456 in the
amount of $702,690 for the construction and installation of Citywide Street Tree Wells,
for a period not to exceed 60 calendar days; and
D. Authorize a contingency of $8,040 in the event of an unexpected changed condition in
the project and grant authority to the City Administrator to issue change orders for an
amount up to the contingency amount, if necessary.
Background:
The Citywide Tree Wells project consists of planting trees and treating stormwater by
constructing 115 new street tree wells, per the City of Vernon Tree Planting Standard Plan MV
1891. The City's tree well design collects runoff from the gutter and brings it into the tree well
where the runoff is treated through a combination of biofiltration, evapotranspiration, and
infiltration while at the same time supplementing the irrigation requirements of the tree. This
tree well standard was designed in-house by Vernon’s Public Works Engineering team.
On August 25, 2022, the Public Works Department advertised the Notice Inviting Bids (NIB)
for CS-1456 Citywide Tree Wells (Project) for the construction and installation of street tree
wells along Soto Street and Fruitland Avenue. The NIB was posted on the City’s PlanetBids
website and published in the local newspaper. The bids for the Project were received, and
opened on September 13, 2022. The calculated results were as follows:
1. FS Contractors, Inc. $702,690
2. CT&T Concrete Paving, Inc. $3,341,100
Public Works staff reviewed the bids and deemed that the bid received by FS Contractors, Inc.
is the lowest responsive and responsible bid. Based on a thorough bid evaluation, staff
recommends award of the proposed Construction Contract to FS Contractors, Inc.
The proposed contract has been reviewed and approved as to form by the City Attorney’s
Office.
Fiscal Impact:
Funds for the construction of 115 new tree wells were included in the FY 2022-23 General
Fund, Public Works, Street Operations Division Account No. 011.1043.900000 in the budget
amount of $474,000. Approval of this action would require an additional appropriation of
$236,730 for a contract total of $702,690 and contingency amount of $8,040. However, the
Project is fully funded by the Los Angeles County’s Safe Clean Water Program (SCWP).
Attachments:
1. Contract Agreement No. CS-1456 Citywide Tree Wells
Page 1 of 117
STANDARD FORM OF
CONSTRUCTION CONTRACT BETWEEN
CITY AND CONTRACTOR
This Agreement is made and entered into at Vernon, California this 18th day of October, 2022, by and between
the CITY OF VERNON, a chartered municipal corporation (hereinafter "City") and FS Contractors, Inc., a California
corporation (hereinafter "Contractor"), for construction of Citywide Street Tree Wells Contract CS-1456.
THE PARTIES HERETO AGREE AS FOLLOWS:
1. CONTRACT DOCUMENTS
The “Contract Documents” except for modifications issued after execution of this Agreement, shall consist of the
following documents which are either attached hereto as exhibits or are incorporated into this Agreement by this
reference, with the same force and effect as if set forth at length herein:
A. Governmental Approvals including, but not limited to, permits required for the Work
B. This Agreement
C. Exhibit A – General Conditions
D. Exhibit 1 – Performance Bond
E. Exhibit B – Special Provisions Specific for this Project
F. Exhibit C – Equal Employment Opportunity Practices Provisions
G. Exhibit D – City Standard Plans
H. Notice Inviting Bids
I. Instructions to Bidders
J. Bid Forms
K. Designation of Subcontractors
2. SCOPE OF WORK
Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract
Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools;
equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental
Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity
Page 2 of 133
with the Contract Documents for:
Citywide Street Tree Wells
Contract CS-1456
3. TIME FOR PERFORMANCE
Contract Time. Contractor shall achieve Substantial Completion of the Work within 60 calendar days from the
Date of Commencement established in City’s written Notice to Proceed (“Contract Time”), subject to adjustment in
accordance with the Contract Documents. Contractor shall achieve Final Completion of the Work, within the time
established by the Certificate of Substantial Completion issued by the City. The Contract Time may only be adjusted
as permitted by this Construction Contract and the General Conditions.
Time is of the essence of this Agreement. Except when the Contract Documents state otherwise, time is of
the essence in the performance of the Work. Contractor acknowledges that the time limits and deadlines set forth in
the Contract Documents are reasonable for Contractor to perform and complete the Work.
Liquidated Damages. If Contractor fails to achieve Substantial Completion of the entire Work within the
Contract Time for Substantial Completion, Contractor shall pay City as liquidated damages the amount of two hundred
and fifty dollars ($250) per day for each calendar day occurring after the expiration of the Contract Time for Substantial
Completion until Contractor achieves Substantial Completion of the entire Work, as required by Article 3 of the General
Conditions of Contract.
Contractor Initial here: _________.
Page 3 of 133
4. CONTRACT SUM
In consideration of the Contractor’s full, complete, timely, and faithful performance of the Work required by the
Contract Documents, City shall pay Contractor the sum of seven hundred two thousand, six hundred and ninety
dollars/no cents ($702,690.00), payable as set forth in the General Conditions (“Contract Sum”).
IN WITNESS WHEREOF, the parties have caused this Contract to be executed the date and year first
above written.
Executed at ___________________, California.
FS Contractors, Inc.:
By: _______________________________________
An Authorized Signatory
Printed Name: ______________________________
Title: ______________________________________
Date: ______________________________________
CITY OF VERNON: APPROVED AS TO FORM:
By: By:
Name: Carlos Fandino Name: Zaynah N. Moussa
Title: City Administrator Title: City Attorney
Date:
ATTEST:
By:
Name: Lisa Pope
Title: City Clerk
CONTRACTOR’S SIGNATURE MUST BE NOTARIZED
Contractor’s Corporate Seal
Page 4 of 133
EXHIBIT A
GENERAL CONDITIONS
ARTICLE 1 - PRELIMINARY PROVISIONS
1.01 DEFINITIONS
The following words shall have the following meanings:
A. Allowance. A line item cost estimate established by the City to be carried in the Base Bid sum, Contract
Sum, and Schedule of Values for Payment for a particular item of Work, which cannot be sufficiently
defined so as to allow the Contractor to adequately determine fair value before the Bid Deadline.
Allowances include estimated amounts established by the City for certain construction elements that
have not yet been fully designed or authorized for inclusion in the Work or to permit deferred approval
or selection of actual materials and equipment to a later date when additional information is available
for evaluation.
B. As-Builts. The documents prepared by Contractor showing the condition of the Work as actually
built, including, without limitation, all changes and the exact locations of all mechanical, electrical,
plumbing, HVAC or other portions of the Work that are shown diagrammatically in the Contract
Documents.
C. Base Bid. The total sum stated in the Bid Form for which the Bidder offers to perform Work described
in the Contract Documents as the base Contract Work (e.g. not designated as part of a Bid Alternate).
D. Bid. A complete and properly executed offer by the Bidder on City-prescribed forms to perform the
Work for the prices stated in response to the Notice Inviting Bids.
E. Bid Alternate. An item of Work described in the Contract Documents as an Alternate Bid that will be
added to or deducted from the Base Bid and the Contractor’s responsibility only if the City accepts
the Bid Alternate.
F. Bid Forms: The City-prescribed forms which the Bidder shall complete and use to submit a Bid. The
Bid Forms include: (1) Bidder’s Proposal; (2) Schedule of Bid Prices; (3) Incumbency Certificate; (4)
Bid Bond; (5) Bidder’s Statement of Qualifications; (6) Experience Form; (7) Trades Experience
Form; (8) Contractor Safety Questionnaire; (9) Designation of Subcontractors; (10) Affidavit of Non-
Collusion; (11) Insurance Requirements Affidavit; and (12) forms included in the Specification
required by the type of project funding (e.g. federal, ARRA, HUD, etc.).
G. Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid
on these Contract Documents or any part thereof.
H. Bidding Documents. Bidding Documents include the Bidding Requirements and the proposed Contract
Documents. The Bidding Requirements consist of: (1) Notice Inviting Bids; (2) Instructions to Bidders;
and (3) Bid Forms. The proposed Contract Documents consist of: (1) the Bidding Requirements; (2)
the Construction Contract Between City and Contractor; (3) the Conditions of the Contract (General,
Supplementary, and Special, if applicable); (4) all Exhibits to the Contract; (5) the Drawings; (6) the
Specifications; (7) all Addenda issued prior to the execution of the Construction Contract; (8) all
Modifications issued after the execution of the Construction Contract; and (9) Governmental Approvals,
if any, including but not limited to, permits.
Page 5 of 133
I. Change Order. A Change Order is a written document prepared by the City reflecting the agreement
between the City and Contractor for: a change in the terms or conditions of the Contract, if any; a
specific Scope Change in the Work; the amount of the adjustment, if any, in the Contract Sum; and
the extent of the adjustment, if any, in the Contract Time.
J. Change Order Request (COR). A Change Order Request is a written document originated by the
Contractor, which describes an instruction issued by the City after the effective date of the Contract,
which Contractor believes to be a scope change that may result in changes to the Contract Sum or
Contract Time or, which describes the need for or desirability of a change in the Work proposed by
Contractor.
K. City or Owner. The City of Vernon, California, acting through its City Council or other City officials
authorized to act for the City, acting in its proprietary rather than regulatory capacity in connection with
the Project.
L. Construction Change Directive. A written order prepared and signed by the City directing a change in
Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both.
M. Contract Documents. The Contract Documents are enumerated in the Construction Contract
between City and Contractor and consist of: (1) the Bidding Requirements; (2) the Construction
Contract; (3) the Conditions of the Contract (General, Supplementary, and Special, if applicable); (4)
all Exhibits to the Contract; (5) the Drawings; (6) the Specifications; (7) all Addenda issued prior to the
execution of the Contract; (8) all Modifications issued after the execution of the Contract; and (9)
Governmental Approvals, including, but not limited to, permits. The intent of the Contract Documents
is to include all items necessary for the proper execution and completion of the Work by the
Contractor. The Contract Documents are complementary, and what is required by one shall be as
binding as if required by all; performance by the Contractor shall be required to the extent consistent
with the Contract Documents and reasonably inferable from them as being necessary to produce the
indicated results.
N. Contract. The Contract Documents form the Contract for Construction. The Contract Represents
the entire and integrated agreement between the parties hereto and supersedes prior negotiations,
representations, or agreements, either written or oral. The Contract may be amended or modified
on by a Modification. The Contract Documents shall not be construed to create a contractual
relationship of any kind between any persons or entities other than the Owner and the Contractor.
There shall be no third party beneficiaries of the Contract Documents.
O. Contract Sum. The total amount of compensation stated in the Construction Contract that is payable
to Contractor for the complete performance of the Work in accordance with the Contract Documents.
P. Contract Time. The total number of days set forth in the Construction Contact within which
Substantial Completion of the Work must be achieved beginning with the Date of Commencement
established in the Notice to Proceed, subject to adjustments in accordance with the terms of the
Contract Documents. The Contract Time for Contractor's performance of the Work is measured in
calendar days (not work days).
Q. Contractor. The individual, partnership, firm, corporation, joint venture or other legal entity with whom
the Contract is made by City, or the agent or legal representative who may be appointed to represent
such individual, partnership, firm, corporation, joint venture or other legal entity in the execution of the
Contract as general contractor for construction of the Work.
Page 6 of 133
R. Correction Period. Correction Period is synonymous with the terms of the correction guarantee period
used in the Contract Documents.
S. Date of Commencement. The date for commencement of the Work fixed by City in a Notice to
Proceed to Contractor.
T. Day. The terms “day” or “days” mean calendar days unless otherwise specifically designated in the
Contract Documents. The term “Work Day” or “Working Day” shall mean any calendar day except
Saturdays, Sundays and City recognized legal holidays. City Holidays are as follows:
1. January 1st – New Year’s Day
2. The 3rd Monday in January – Martin Luther King, Jr. Day
3. The 3rd Monday in February – Presidents Day
4. March 31st – Cesar Chavez Day
5. The last Monday in May – Memorial Day
6. July 4th – Independence Day
7. The first Monday in September – Labor Day
8. The second Monday in October – Indigenous Peoples’ Day
9. November 11th – Veterans Day
10. The 4th Thursday in November – Thanksgiving Day
11. December 24th – Christmas Eve
12. December 25th – Christmas Day
13. December 31st – New Year’s Eve
U. Director. The Director of the Public Works Department of the City of Vernon or his/her duly appointed
representative.
V. Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents showing the
design, location, and dimensions of the Work, generally including plans, elevations, sections, details,
schedules, and diagrams.
W. Extra Work. New or unforeseen work will be classified as Extra Work when determined by the City
that the work is not described in, or reasonably inferable from, the Contract Documents, the work is
not covered by any Bid line item or Allowance, and the work causes Contractor to incur additional
and unforeseen costs.
X. Field Directive. See, “Work Directive.”
Y. Final Completion. Final Completion is the stage of performance of the Work when (1) all Work
required by the Contract Documents has been fully completed in compliance with the Contract
Documents and all applicable laws including, but not limited to, correction or completion of all punch
list items noted by City upon Substantial Completion; (2) Contractor has delivered to City an
Application for Final Payment and all closeout documentation required by the Contract Documents;
and (3) documentation of all final Governmental Approvals has been submitted to City including, but
not limited to a final Certificate of Occupancy or equivalent Building Department sign-off has been
issued covering the entire Project site without exception or conditions.
Z. Force Majeure. “Force Majeure” includes but is not limited to declared or undeclared war, sabotage,
insurrection, riot, or other acts of civil disobedience, labor disputes, fires, explosions, floods,
earthquakes or other acts of God.
Page 7 of 133
AA. Fragnet. The sequence of new activities that are proposed to be added to an existing schedule.
BB. Governmental Approval. Any approval, authorization, inspection, certification, consent, exemption,
filing, permit, registration, plan check, ruling or similar authorization required by any federal, state or
local law, regulation or procedures in order for Contractor to perform the Work.
CC. Guarantee. Assurance to City by Contractor or product manufacturer or other specified party, as
guarantor, that the specified warranty will be fulfilled by the guarantor in the event of default by the
warrantor.
DD. Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a
Change Order; or (3) a Construction Change Directive.
EE. Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for
Commencement for the Work.
FF. Parties. The City and Contractor may be referred to in the Contract Documents from time to time as
the Parties.
GG. Permit Fees. The actual direct costs paid by Contractor for Governmental Approvals and Utility Fees.
HH. Permit Fees Reimbursement. A payment made to the Contractor by the City in addition to the Contract
Sum to compensate Contractor for the actual direct cost of all Permit Fees.
II. Project. The Project is the total construction of which the Work performed under the Contract
Documents may be the whole or a part and which may include construction by the City or by separate
contractors.
JJ. Project Manual/Contract Package. The volumes of Contract Documents and reference documents
assembled for the Work made available to Bidders.
KK. Record Documents. The Drawings, Specifications, addenda, requests for information, bulletins,
Change Orders and other modifications to the Contract Documents, approved shop drawings,
product data, samples, mock-ups, permits, inspection reports, test results, daily logs, schedules,
subcontracts, and purchase orders. Records Documents shall include a set of “As-Built” Drawings
and Specifications, which shall be continuously updated during the prosecution of the Work.
LL. Site. The physical area designated in the Contract Documents for Contractor's performance of the
Work.
MM. Specifications. The Specifications are the volume(s) assembled for the Work that includes, without
limitation, the Bidding Documents, the Construction Contract and Exhibits, the General Conditions,
Supplementary and/or Special Conditions, if any, the “GREENBOOK” STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2012 Edition), the Standard Plans for
Public Works Construction (2009 Edition), State of California, Department of Transportation
Standard Plans and Standard Specifications (2010 Edition), and the City of Vernon Standard Plans.
NN. Specifications. The Specifications are that portion of the Contract Documents consisting of the
written requirements for materials, equipment, systems, standards, and workmanship for the Work
Page 8 of 133
and performance of related services, including, but not limited to, the Project Technical
Specifications, Standard Specifications, if any, and any applicable Trade Association Specifications.
OO. Substantial Completion. Substantial Completion is defined to mean the stage in the progress of the
Work when the Work is sufficiently complete in accordance with the Contract Documents as
determined by the City so that the City can occupy and utilize the Work for its intended use and as
further defined in the Contract Documents.
PP. Unilateral Change Order. See “Work Directive.”
QQ. Utility Fees. The fees charged by any public, private, cooperative, municipal and/or government line,
facility or system used for the carriage, transmission and/or distribution of cable television, electric
power, telephone, water, gas, oil, petroleum, steam, chemicals, sewage, storm water or similar
commodity including, but not limited to fees for temporary utilities and refuse hauling.
RR. Warranty. Assurance to City by contractor, installer, supplier, manufacturer or other party responsible
as warrantor, for the quantity, quality, performance and other representations of a product, system
service of the Work.
SS. Work. The term "Work" means the construction and other services required by, and reasonably
inferable from the Contract Documents, whether completed or partially completed, and includes all
other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill
the Contractor's obligations. The Work may constitute the whole or a part of the Project.
TT. Work Directive. A Work Directive is a unilateral written order issued by the City directing Contractor
to continue performance of the Work or to perform a disputed change in the Work prior to agreement
or adjustment, if any, in the Contract Sum, Contract Time, or both.
1.02 REPRESENTATIVES
A. The Director shall be the representative of the City and, except as otherwise expressly provided
herein, shall make all decisions and interpretations to be made by the City under the provisions of the
Contract Documents.
B. The Contractor shall at all times be represented on the Work in person or by a duly designated agent.
Instructions and information given by the Director to the Contractor's agent on the Work shall be
considered as having been given to the Contractor.
1.03 PERMITS, INSPECTIONS, PLAN CHECKS, AND SIMILAR GOVERNMENTAL APPROVALS AND
UTILITIES
A. Except as otherwise provided in the Notice Inviting Bids, the Contractor shall apply for, obtain, and pay
for all permits including, but not limited to, building or structure permits, plumbing system permits,
mechanical system permits, electrical system permits, structural system permits, demolition permits,
excavation permits, street use permits, driveway permits, sidewalk, curb, sewer, gutter, crosswalk,
paving or other street work grading permits, street/utility use permits, OSHA permits, fire sprinkler
permits, fence permits, blasting permits, landscaping/irrigation permits, and permits to demolish,
remove, or make major alterations to any designated historic resource; inspections; and plan checks
obtained after the Date of Commencement of the Work. The Notice Inviting Bids contains a list of
permits and other Governmental Approvals and Utility Fees obtained and paid for by the City prior to
the Date of Commencement; Contractor is responsible for obtaining all Governmental Approvals and
Page 9 of 133
Utility Fees not listed in the Notice Inviting Bids.
B. Contractor shall obtain a no-fee encroachment permit from the City of Vernon’s Public Work, Water
and Development Services Department.
C. All documents evidencing Contractor’s satisfaction with all Governmental Approvals and Utility Fees
must be submitted to the City prior to submission of the Application for Final Payment.
D. Where requirements of the Governmental Approvals differ from those of the Drawings and
Specifications, the more stringent requirements shall apply.
E. Unless otherwise specified in the Contract Documents, Contractor shall be responsible for payments
of all Utility Fees from the Date of Commencement until City’s Final Acceptance of the Work.
1.04 LICENSES
The Contractor shall apply for, obtain, and pay for all licenses required by governing authorities for the Work.
Contractor shall apply and pay for a City of Vernon business license.
1.05 ALLOWANCES
A. Contractor shall include in the Contract Sum and Schedule of Values for Payment, the City’s estimated
cost established for each Work item covered by an Allowance stated in the Contract Documents. See
Paragraph 1.01 for definition of Allowance.
B. The line item cost estimate established by the City for Work covered by an Allowance includes the cost
to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery;
handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other
taxes legally chargeable; and all other costs and expenses incidental to such Work.
C. Work items covered by Allowances shall be supplied with such materials and equipment and for such
prices approved in advance by City. Contractor shall notify and request City’s approval of material
equipment, and pricing information for Work covered by an Allowance before ordering the material or
equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials,
equipment, and prices with reasonable promptness. The material, equipment, and pricing information
submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data
and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred
by Contractor and each subcontractor associated with the performance of such Work. Contractor shall
Page 10 of 133
not order materials or equipment or proceed with Work covered by an Allowance until the material,
equipment, and pricing information for such Work items have been submitted to the City’s Project
Representative for review and the Contractor has received City’s approval to proceed with a Work item
covered by an Allowance.
D. All expenditures for Allowance Work shall be separately itemized in each Application for Payment.
E. To the extent that the cost of Work items covered by an Allowance is less than the Allowance cost
estimate established by the City, the Contact Sum shall be reduced by Change Order or Construction
Change Directive to reflect the actual cost of the Allowance item. Similarly, to the extent the cost of
Work items covered by an Allowance is greater than the Allowance cost estimate, the Contract Sum
shall be increased by Change Order or Construction Change Directive to reflect the actual cost of the
Allowance item. If Work items covered by an Allowance are not performed or the City deletes such
items from the Scope of Work, the Contract Sum shall be reduced by Change Order or Construction
Change Directive to deduct the Cost of the unused Allowance item.
1.06 WAIVER
A waiver by City of any breach of any term, covenant, or condition contained in the Contract Documents shall
not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained therein, whether of the same or a different character.
1.07 DATA TO BE FURNISHED BY THE CONTRACTOR
The Contractor shall furnish the Director with such information as the Director may desire respecting the
character of the materials and the progress and manner of the Work, including all information necessary to
determine the Contractor’s costs, such as the number of persons employed, their pay, the time during which
they worked on the various classes of construction, and other pertinent data.
1.08 CONTRACT DRAWINGS
The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings.
1.09 SPECIFICATIONS AND DRAWINGS
A. The Contractor shall keep on the Work Site a copy of all Specifications, Drawings, and Change
Orders pertaining to the Work and shall at all times give the Director access thereto. Anything
mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not
mentioned in the Specifications shall be of like effect as though shown or mentioned in both.
B. In general, the Drawings will show dimensions, positions, and kind of construction; and the
Specifications will define materials, quality, and standards. Any Work not particularly detailed,
marked or specified, shall be the same as similar parts that are detailed, marked or specified.
C. The Drawings shall not be scaled to determine dimensions, and in all cases shall be calculated from
figures shown on the Drawings. Any discrepancies between scale and figured dimensions, not
marked “not to scale,” must be brought to the Director’s attention before proceeding with the Work
affected by the discrepancy.
D. Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the
Page 11 of 133
responsibility of furnishing, making, or installing all items required by law or code, or usually
furnished, made or installed in a project of the scope and general character indicated by the Drawings
and Specifications.
E. For convenience, the Drawings and Specifications may be arranged in various trade subparagraphs,
but such segregation shall not be considered as limiting the Work of any subcontract or trade. The
Contractor shall be solely responsible for all subcontract arrangements of the Work regardless of the
location or provision in the Drawings and Specifications.
F. The City will furnish free of charge to the Contractor, a maximum of six (6) sets of Contract Drawings
and Specifications. The Contractor shall pay for the costs of any additional sets or portions thereof.
The Contractor shall be responsible to see that all sets are the same as the up-to-date approved set.
1.10 PRECEDENCE OF CONTRACT DOCUMENTS
A. In the event of conflict between any of the Contract Documents, the provisions placing a more
stringent requirement on the Contractor shall prevail. The Contractor shall provide the better
quality or greater quantity of Work and/or materials unless otherwise directed by City in writing. In
the event none of the Contract Documents place a more stringent requirement or greater burden
on the Contractor, the controlling provision shall be that which is found in the document with higher
precedence in accordance with the following order of precedence:
1. Governmental Approvals including, but not limited to, permits required for the Work
2. Modifications issued after execution of the Contract (including modifications to Drawings
and Specifications)
3. The Contract, including all exhibits, attachments, appendices and Addenda, with later
Addenda having precedence over earlier Addenda
4. Special Conditions, if any
5. General Conditions
6. Specifications
7. Drawings
8. Bidding Requirements
B. With reference to the Drawings, the order of precedence is as follows:
1. Change Order Drawings
2. Addenda Drawings
3. Contract Drawings
4. Project Drawings
5. Standard Drawings
6. Detail Drawings
7. General Drawings
8. Figures
9. Scaled dimensions
C. Within the Specifications, the order of precedence is as follows:
1. Change Orders
2. Special Conditions
3. Project Technical Specifications
Page 12 of 133
4. Standard Specifications, if any
5. Applicable Trade Association Specifications
1.11 NOTICE OF CONFLICTS
If the Contractor, in the course of the Work, becomes aware of any claimed conflicts, errors or omissions in
the Contract Documents or in the City's fieldwork or work of City's separate contractors, the Contractor shall
immediately notify the Director in writing. The Director shall promptly review the matter, and if the Director
finds a conflict, error or omission, the Director shall determine the corrective actions and advise the Contractor
accordingly. If the correction associated with a conflict, error or omission increases or decreases the amount
of Work called for in the Contract, the City shall issue an appropriate Change Order in accordance with the
Contract Documents. After discovery of an error or omission by the Contractor, any related additional work
performed by the Contractor shall be done at the Contractor's risk unless authorized by the Director.
1.12 REPORTS
A. Daily Construction Reports: The Contractor shall prepare a daily construction report recording the
following information concerning events at Project site:
1. List of Subcontractors at Project site.
2. List of other contractors at Project site.
3. Approximate count of personnel at Project site.
4. Equipment at Project site.
5. Material deliveries.
6. High and low temperatures and general weather conditions, including presence of rain or
snow.
7. Accidents.
8. Meetings and significant decisions.
9. Unusual events.
10. Stoppages, delays, shortages, and losses.
11. Meter readings and similar recordings.
12. Emergency procedures.
13. Orders and requests of authorities having jurisdiction.
14. Change Orders received and implemented.
15. Construction Change Directives received and implemented.
16. Services connected and disconnected.
17. Equipment or system tests and startups.
18. Partial completions and occupancies.
19. Substantial Completions authorized.
20. List of visitors to Project Site.
21. List of personnel at Project Site including names and job classifications.
22. Description of Work for the day including locations, quantities and related bid items.
Page 13 of 133
Immediately upon discovery of a difference between field conditions and the Contract Documents, the
Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a
detailed description of the differing conditions, together with recommendations for a remedy.
The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours
(next Working Day) to the Director, and shall be made available to others as directed by City.
1.13 LINES, GRADES, AND MEASUREMENTS
A. All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all
survey stakes and reference points as far as possible. Should any stakes or points be removed or
destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the
satisfaction of the Director, at the Contractor's expense.
B. The Contractor shall inform the Director 48 hours (two Work Days) in advance of the times and places
at which he/she intends to Work in order that inspection may be provided, and that necessary
measurements for records and payments may be made with minimum inconvenience.
C. No direct payment will be made for the cost to the Contractor of any of the Work or delay occasioned
by giving lines and grades, by making other necessary measurements, or by inspection.
1.14 RIGHT OF WAY
A. The site for the installation of equipment or the right of way for the Work to be constructed under this
Contract will be provided by the City.
B. The City will provide the appropriate rights of way and property for pipelines and structures. Upon
approval by the Director, the Contractor may, without cost, use portions of any of the City's rights of
way or property which may be suitable for working space and for storage of equipment and
materials. The Contractor will be held responsible for any damage to structures, streets, and roads,
trees and landscaping, and for any damage that may result from his/her use of City property.
C. In case areas additional to those available on the City's rights of way or property are required by the
Contractor for his/her operations, he/she shall make arrangements with the property owners for the use
of such additional areas at his/her own expense.
1.15 CONTRACTOR’S OPERATIONS/STORAGE YARD
In the event the Contractor requires space for the storage and/or staging of construction materials, supplies,
equipment, stockpiling of debris, or any other needs required for construction operations, he/she shall acquire at
his/her own expense such areas as he/she may desire. For properties within the City of Vernon, the staging
area must be enclosed at Contractor’s expense with construction fencing covered with a mesh screen to limit
visibility to the site. Private property used for storage of construction material or debris shall be restored to a legal
condition with regard to appearance and maintenance upon conclusion of the project. Property should be graded
and free of weeds and debris when project is completed.
[END OF ARTICLE]
Page 14 of 133
ARTICLE 2 - PERFORMANCE OF THE WORK
2.01 PERFORMANCE OF WORK - GENERAL
Contractor shall, at its own cost and expense, furnish all necessary materials, labor, transportation, and
equipment for doing and performing said Work and the materials used shall comply with the requirements of the
Contract Documents. All Work shall be performed and completed as required in the Contract Documents, and
subject to the approval of the Director, or his/her designated assistant.
2.02 NO ASSIGNMENT OR DELEGATION
Contractor shall not assign or delegate the duties or obligations under this Contract or his/her interest therein in
whole or in part without the prior written consent of the City which may be withheld at the City's sole discretion.
2.03 STANDARD OF PERFORMANCE
Contractor agrees that all services performed hereunder shall be provided in a manner commensurate with the
highest professional standards and shall be performed by qualified and experienced personnel; that any Work
performed by Contractor under the Contract will be performed in the best manner; that any material furnished
shall be subject to the approval of the Director; and that both Work and materials will meet fully the requirements
of the Contract Documents. Any work deemed unacceptable by the Director, whether a cause is determined or
not shall be repaired or replaced by Contractor at Contractor’s expense.
The Contractor shall be responsible for the final product and shall make any quality control, adjustments and
corrections necessary to obtain the final product accepted by the City Engineer. The Contractor shall perform
process and quality control sampling and testing and exercise management control the work of his/her
subcontractors, technicians and workers to ensure that the milling, transporting, recycling, spreading,
compaction, and finishing processes conform to these Specifications. The proficiency of testing laboratories
and sampling and testing personnel shall be reviewed and approved by the City Engineer prior to providing
services to the project. The City Engineer shall have unrestricted access to the laboratory, sampling, testing
sites, and all information resulting from mix design and quality control activities. All Quality Control testing
results shall be submitted to the City Engineer on a daily basis.
2.04 DEFECTIVE WORK
Within the time periods that the City specifies, the Contractor shall correct all deficient, improperly executed, or
unsatisfactory Work determined by the City.
The Contractor shall remove and shall repair or replace, at his/her own expense any part of the Work that is
deficient, improperly executed, or unsatisfactorily executed, even though it has been included in the monthly
estimates. If he/she refuses or neglects to remove, repair, or replace such defective Work, prior to the City’s
acceptance of the Work, it may be replaced by the City at the expense of the Contractor, plus 15% for overhead
expenses, and his/her sureties shall be liable therefor. (See Paragraph 2.15 for curing defects after acceptance
of the Work.)
2.05 CITY’S RIGHT TO CARRY OUT THE WORK
A. Notwithstanding other remedies available to the City, if the Contractor defaults, fails to perform Work
required by the Contract Documents, or otherwise neglects to carry out the Work in accordance with
the Contract Documents and fails within a 48 hour period after receipt of written notice from the City to
commence and correct such default, failure to perform, or neglect with diligence and promptness, the
Page 15 of 133
City, at its sole discretion and without obligation, may, with its own or outside forces, perform the Work
Contractor has failed to perform and/or replace or correct deficiencies in the Work. In such case, a
Change Order or Construction Change Directive shall be issued deducting from payments then or
thereafter due to the Contractor the cost of completion, replacement or correction of such deficiencies,
including compensation for additional services by the City’s project management staff, the Architect,
and their respective consultants made necessary by such default, failure to perform, or neglect, plus
15% for City’s overhead expenses. If payments then or thereafter due the Contractor are not sufficient
to cover such amounts, the Contractor shall pay the difference to the City immediately. This remedy is
cumulative.
B. The City also has the right, but not the obligation, to self-perform or have outside forces perform portions
of the Work previously assigned to Contractor. In such case a Change Order or Construction Change
Directive shall be issued, reducing the Contract Sum by the Unit Price(s) applicable to such deleted
Work or, in the absence of Unit Prices, an amount that reflects the reasonable cost of performing such
deleted Work and the Allowable Mark-Up applicable to such deleted Work.
2.06 COMMUNICATIONS AND NOTICES REGARDING THE WORK
A. Notices under the Contract Documents shall be in writing and (a) delivered personally, (b) sent by
certified mail, return receipt requested, or (c) sent by a recognized overnight mail or courier service,
with delivery receipt requested, to the following addresses (or to such other address as may
from time to time be specified in writing by such Person):
All correspondence with Contractor shall be sent to the following address:
FS Contractors, Inc.
14838 Bledsoe St.
Sylmar, CA 91342
Attention: Jose Angel Fierros, President
Phone: (818) 974-0895
All communications shall be copied to City and shall be delivered to City’s Director at the address
set forth below, with copies to such additional persons as may be directed by City’s Director.
City of Vernon
Public Works Department
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Andrew Eguia, Assistant Engineer
Phone: (323)583-8811 ext. 294
E-mail: aeguia@cityofvernon.org
B. Notices shall be deemed received when actually received in the office of the addressee (or by the
addressee if personally delivered) or when delivery is refused, as shown on the receipt of the U. S.
Postal Service, private carrier or other Person making the delivery. All notices received after 5:00
p.m. shall be deemed received on the first business day following delivery. Any technical or other
communications pertaining to the Work shall be conducted by Contractor's Project Manager and
technical representatives designated by City. Contractor's representatives shall be available at all
Page 16 of 133
reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters
concerning the Work.
C. Contractor shall copy City on all written correspondence pertaining to the Contract between
Contractor and any Person other than Contractor's Subcontractors, consultants and attorneys.
D. Notification of Affected Residents/Businesses. The Contractor shall be responsible for distribution of
the general information letter of the project to all affected residents and businesses. A project general
information letter and sufficient copies thereof will be prepared by City staff for Contractor distribution
to all residents, business establishments, and institutions fronting on or directly affected by the project.
The Contractor shall be responsible for distribution of said letter in handout form to all the appropriate
residences and buildings in the subject area. Distribution shall be accomplished in a manner
acceptable to the City Engineer and shall be five (5) working days prior to the beginning of construction
operations in the immediate vicinity. In addition to the above, the Contractor shall be fully responsible
for such other notifications as may be required related to necessary closures of streets, alleys,
driveways, etc., or to unavoidable access or parking restrictions. These notifications shall apply where
the closures and access or parking restrictions required in the performance of any work under this
contract preclude any resident, tenant, or property owner from utilizing the premises or conducting
business thereon in a reasonable and customary manner.
Additional notification to the affected businesses and residents shall be prepared by the City and
distributed by the Contractor for roadway and driveway closures five (5) working days in advance of
any construction work. No removal or excavation work is allowed until the additional notification has
been distributed to the affected residents and businesses.
If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all the
affected residents and places of business shall be re-notified of the revised schedule, in writing, as
indicated above.
Contractor costs for all of the above notifications shall be considered as included in the appropriate
items of the Bid Proposal.
E. Notification of Utilities – The provisions of Section 5 entitled "Utilities" of the “Greenbook” Standard
Specifications shall apply. The Contractor shall contact the Underground Service Alert of Southern
California (U.S.A.) at least two working days in advance of the construction work
2.07 INDEPENDENT CONTRACTOR
The Contractor in the performance of the Work hereunder will be acting in an independent capacity and not
as an agent, employee, partner, or joint venture of the City.
2.08 EMERGENCY WORK
A. During Working Hours:
In case of an emergency which threatens loss or injury of property, and/or safety of life during working
hours, the Contractor shall act, without previous instructions from the City, as the situation may warrant.
He/she shall notify the Director of the emergency and the action taken immediately thereafter.
Any compensation claimed by the Contractor, together with substantiating documents in regard to
Page 17 of 133
expense, shall be submitted to the Director within 15 calendar days after the emergency.
Compensation, if allowed, will be paid for as Extra Work.
B. Outside of Working Hours:
Whenever, in the opinion of the City, there shall arise outside of the regular Working hours on the
Contract Work of an emergency nature which threatens loss or injury of property, or danger to public
safety, the Contractor shall act, without previous instructions from the City as the situation may
warrant. He/she shall notify the Director of the emergency and the action taken immediately
thereafter. Any compensation claimed by the Contractor, together with substantiating documents in
regard to expense, shall be submitted to the Director within 15 calendar days after the emergency.
Compensation, if allowed, will be paid for as Extra Work. In the event the Contractor is not able to
respond to an emergency outside of regular working hours, the City's forces will handle such
emergency Work. If such emergency arises out of or is the result of operations by the Contractor, the
cost of the corrective measures will be billed to the Contractor and deducted from his/her payment as
provided in the Contract Documents. The performance of emergency Work by City forces will not
relieve the Contractor of any of his/her responsibilities, obligations, or liabilities under the Contract.
2.09 SUBCONTRACTORS
A. Each subcontract shall contain a reference to the Contract between the City and the principal
Contractor, and the terms of the Contract and all parts thereof shall be made part of each subcontract
insofar as applicable to the Work covered thereby. If, in the Director’s opinion, the Subcontractor fails
to comply with the requirements of the principal Contract insofar as the same may be applicable to the
Subcontractor’s Work, the Director may disqualify the Subcontractor.
B. Nothing contained in these Contract Documents shall be construed as creating any contractual
relationship between any Subcontractor and the City.
C. The Contractor shall be considered the employer of the Subcontractors and shall be fully responsible
to the City for the acts and omissions of Subcontractors and of persons employed by them as the
Contractor is for the acts and omissions of persons directly employed by him/her.
D. The Contractor shall be responsible for the coordination of the trades, Subcontractors, and material
suppliers engaged upon the Work. It shall be the Contractor’s duty to see that all of his/her
Subcontractors commence their Work at the proper time and carry it on with due diligence so that
they do not delay or injure either the Work or materials; and that all damage caused by them or their
workers is made good at his/her expense.
E. The City will not undertake to settle differences between the Contractor and his/her Subcontractors or
between subcontractors.
F. The Contractor shall utilize the services of specialty Subcontractors, without additional expense to the
City, on those parts of the Work which are specified to be performed by specialty contractors.
2.10 USE OF FACILITIES PRIOR TO COMPLETION OF CONTRACT
A. Whenever in the opinion of the Director any Work under the Contract, or any portion(s) thereof, is in a
condition suitable for use by the City, the City may, after written notice and designation from the
Director to the Contractor, use (which includes, but is not limited to, taking over or placing into
Page 18 of 133
service) any portion(s) designated by the Director.
B. The use of any portion(s) by the City shall not be construed as, and will not constitute acceptance in
any sense, of any portion(s) of the Work of the Contractor nor will such use trigger the running of any
warranty and/or guarantee periods.
C. All necessary repairs, renewals, changes, or modifications in the Work or any portion thereof so used,
not due to ordinary wear and tear, but due to defective materials or workmanship, the operations of
the Contractor, or any other cause, shall be made at the expense of the Contractor.
D. The use of any portion(s) by the City shall not relieve the Contractor of any of his/her responsibilities
or liabilities under the Contract nor constitute a waiver by the City of any of the conditions thereof.
Said use shall not cancel liquidated damages as of the first date of use, or any continuance thereof,
nor impair, reduce, or change the amount of liquidated damages.
2.11 COOPERATION WITH OTHER WORK FORCES
A. The City reserves the right to perform other Work at or near the site at any time by the use of its own
forces or other contractors.
B. Other contractors, other utilities and public agencies or their contractors, other City contractors, and
City personnel may be working in the vicinity during the project construction period. There may be
some interference between these activities and the Work under the Contract Documents. The
Contractor shall cooperate and coordinate his/her Work with that of other Work forces to assure
timely Contract completion.
2.12 AGREEMENTS WITH PROPERTY OWNERS
Agreements with property owners for storing excavated material, storing any other materials, or for any other
purpose related to the Work shall be made in writing and a copy submitted to the Director for his/her
information. All storage charges shall be at the Contractor’s sole expense.
2.13 PROTECTION OF PROPERTY
All public and private property, pavement or improvement, shall be safely guarded from damage or loss in
connection with this Contract by the Contractor at all times. Should any facility, structure, or property be damaged
during operations of the Contractor, he/she shall immediately notify the property owners or authorities. All
damages and losses incurred shall be paid by the Contractor.
2.14 CONTRACTOR'S RESPONSIBILITIES FOR LOSSES OR LIABILITIES
A. Risk of Loss
Except as otherwise provided in the Contract Documents and except as to the cost of repair or
restoration of damage to the Work caused by force majeure, the Contractor shall bear all losses
resulting to him/her on account of the amount or character of the Work, or from any unforeseen
obstructions or difficulties which may be encountered, or from any encumbrances on the line of the
Work, or because the nature of the ground in or on which the Work is done is different from what is
assumed. The Contractor shall bear the risk for any City equipment, material, or supplies with which
he/she has been entrusted.
Page 19 of 133
B. Materials and Facilities
The Contractor shall be responsible for materials and facilities as hereinafter provided and in the
event of his/her failure to carry out said responsibilities, the same may be carried out by the City at the
expense of the Contractor:
1. The Contractor shall be responsible for any materials so furnished and for the care of all
Work until its completion and final acceptance, and he/she shall at his/her own expense
replace damaged or lost materials and repair damaged parts of the Work.
2. The Contractor shall protect City facilities from damage resulting from his/her Work. City
facilities damaged by, or as a result of, the Contractor's Work under this Contract shall be
repaired or replaced, as directed by the Director, at the Contractor's expense.
3. The Contractor shall remove from the vicinity of the completed Work all buildings, rubbish,
unused material, concrete forms, and other materials belonging or used under his/her
direction during construction. If Contractor fails to completely remove such items within a
reasonable time the City may do so at the Contractor’s expense.
C. Laws and Regulations
1. The Contractor shall obey all laws, ordinances, and regulations in any manner affecting those
engaged or employed on the Work, or the materials used in the Work, or in any way affecting
the conduct of the Work, and of all court orders and decrees having any jurisdiction or authority
over the same. If any discrepancy or inconsistency should be discovered in this Contract, or in
the Drawings or Specifications herein referred to, in relation to any such law, ordinance,
regulation, order, or decree, he/she shall immediately report the same in writing to the Director.
2. Contractor shall, at all times, cause all his/her agents and employees to observe and comply with
all such applicable laws, ordinances, regulations, orders, and decrees in effect or which may
become effective before Final Completion of this Contract.
3. Nothing in the Contract Documents shall be construed to permit Work not conforming to such laws,
ordinances, and regulations. If the Contractor ascertains at any time that any requirement of this
Contract is at variance with such applicable law requirement, he/she shall immediately notify the
Director.
4. If such applicable law requirement was not in effect on the date of submission of bids, any
necessary adjustment of the Contract price shall be made as provided in Article 6 herein. If such
applicable law requirement was in effect on said date of bid submission, no adjustment of Contract
price will be considered.
5. The Contractor, at his/her own expense, shall pay all taxes properly assessed against his/her
equipment, materials, or property used or required in connection with the Work.
2.15 WARRANTY AND CORRECTIONS
A. Warranty
1. Warranty. The Contractor warrants to the City that: (i) materials and equipment furnished
under the Contract will be of good quality and new unless otherwise required or permitted by
Page 20 of 133
the Contract Documents; (ii) the Work will be of good quality and free from defects; (iii) the
Work will conform to the requirements of the Contract Documents; and (iv) Contractor will
deliver the Project free of stop notice claims. Work not conforming to these requirements,
including substitutions not accepted by the City, will be deemed defective. The Contractor’s
warranty excludes improper or insufficient maintenance, improper operation, or normal wear
and tear and normal usage. If required by the City, the Contractor shall furnish satisfactory
evidence as to the kind and quality of materials and equipment. This warranty is not limited
by the correction obligation of Paragraph 2.04 herein.
2. Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or
are duplicative, Contractor will be bound by the more stringent requirements.
3. Procurement and Assignment of Warranties: Contractor shall obtain in the name of City, or
transfer or assign to City or City’s designee prior to the time of Final Completion of the Work,
any and all warranties or guarantees which Contractor is required to obtain pursuant to the
contract Documents and which Contractor obtained from any other person or entity other than
Contractor including, but not limited to, Subcontractors and manufacturers, and further agrees
to perform the Work in such a manner so as to preserve any and all such warranties.
Contractor shall secure written warranties from all Subcontractors. Contractor and its
Subcontractors shall offer any warranty upgrades or extensions that are offered by
manufacturers of any equipment or system installed in the Work to the City. Contractor shall
deliver to City all warranty and guarantee documents and policies.
4. Survival of Warranties: The provisions of this paragraph 2.15 will survive Contractor’s
completion of the Work or termination of Contractor’s performance of the Work.
B. Correction of Work
1. Before or After Final Completion. The Contractor shall promptly correct Work rejected by
the City or City’s designee, as failing to conform to the requirements of the Contract
Documents, whether discovered before or after Final Completion and whether or not
fabricated, installed, or completed. Costs of correcting such rejected Work, including
additional testing, inspections, and compensation for the City’s services and expenses
made necessary thereby, will be at the Contractor’s expense within the Contract Price.
2. After Final Completion.
(a) In addition to the Contractor’s warranty obligations under Paragraph 2.15-A, if,
within one (1) year after the date of Final Completion of the Work or within the time
period established by any applicable special warranty required by the Contract
Documents, any of the Work is found to be not in accordance with the
requirements of the Contract Documents, the Contractor shall commence
correction or replacement of such Work within forty-eight (48) hours after receipt
of written notice from the City to do so. The Contractor shall perform such
corrective work without charge or cost to the City after Final Completion of the
Work. The City shall give such notice promptly after discovery of the condition.
(b) If the Contractor fails to commence correction or replacement of non-conforming
Work within forty-eight (48) hours after receipt of written notice, the City will
proceed to have defects repaired or replaced at the expense of the Contractor and
its Performance Bond surety, plus fifteen percent (15%) for the City’s overhead
Page 21 of 133
and administrative expense. The City may charge such costs against any
payment due Contractor. If, in the opinion of the City, defective work creates a
dangerous or hazardous condition or requires immediate correction or attention to
prevent further loss to the City or to prevent interruption of operations of the City,
the City may take immediate action, give notice, make such correction, or provide
such attention and the cost of such correction or attention will be charged against
the Contractor. Such action by the City will not relieve the Contractor of the
warranties provided in this Article or elsewhere in the Contract Documents.
3. Replacement or Removal of Defective or Unauthorized Work. The Contractor shall remove
from the Site and replace those portions of the Work which are not in accordance with the
requirements of the Contract Documents in a manner acceptable to and as ordered by the
Director. No compensation shall be allowed for such removal or replacement. Director
shall have authority to cause defective work to be remedied, removed or replaced and to
deduct the costs from monies due or to become due to the Contractor.
4. Destruction or Damage. In the event the Contractor destroys or damages any construction
of the City or another contractor while correcting or removing Work which is not in
accordance with the requirements of these Contract Documents, the Contractor shall bear
the cost of repairing or reconstructing that other construction as well.
5. No Limitation. Nothing contained in Paragraph 2.15-B will be construed to establish a
period of limitation with respect to other obligations which the Contractor might have under
the Contract Documents. Establishment of the one-year period for correction of Work as
described in Paragraph 2.15-B relates only to the specific obligation of the Contractor to
correct the Work, and has no relationship to the limitations periods established by statute
for any construction defect or other causes of action.
2.16 CLEANING AND ENVIRONMENTAL CONTROLS
The Contractor, Subcontractors and employees shall comply with all litter and pollution laws and it shall be the
responsibility of the Contractor to ensure compliance. The Contractor shall do all of the following:
A. Maintain the Site free of waste materials, debris, and rubbish and in a clean and orderly condition;
and Remove waste materials, debris and rubbish from site and dispose off-site legally.
B. The Contractor shall maintain at his/her disposal any and all equipment necessary to prevent and
remediate any sanitary sewer overflow arising out of the Work. The Contractor shall furnish and operate
a self-loading motor sweeper with spray nozzles, as directed by the Director, to maintain the affected
areas in a condition of cleanliness acceptable to the City at all locations affected by the Contractor’s
operations. For purposes of this Paragraph, the affected areas include the project Site as well as all
haul routes to and from the project Site and all areas of construction and restoration which have not
been completed.
C. The Contractor shall take appropriate action to ensure that no dust originates from the project Site.
D. Any equipment or vehicles driven and/or operated within or adjacent to a street gutter, storm drain,
runoff conveyance or ocean shall be checked and maintained daily to prevent leaks of materials that
if introduced to water could be deleterious to aquatic life.
E. No debris, soil, silt, sand, bark, trash, sawdust, rubbish, cement or concrete or washings thereof, oil or
Page 22 of 133
petroleum products or other organic or earthen material from any construction, or associated activity or
whatever nature shall be allowed to enter into or placed where same may be washed by rainfall or
runoff into waters of the State. When operations are completed, any excess materials or debris shall
be removed from the Work area.
2.17 WATER POLLUTION CONTROL
A. The Contractor shall meet all applicable City of Vernon, state and federal clean water laws, rules and
regulations including but not limited to all conditions set forth in the Vernon Municipal Code Chapter
21, Article 5 regarding stormwater and urban runoff controls as it relates to public agency activities
including, but not limited to storm and/or sanitary sewer system inspection and repair, street
sweeping, trash pick-up and disposal, and street and right-of-way construction and repair are
required to implement and maintain the activity specific Best Management Practices (BMPs) listed
in Table 2-1 below in compliance with the National Pollutant Discharge Elimination System (NPDES)
requirements. Contractor shall not discharge any water containing trash, debris, pollutants, fuels,
oils, soaps or other non-allowable constituents from its sweeping vehicles upon any city street, to
any storm drain or any non-permitted outlet. As part of its submission, contractor shall describe its
methods for preventing NPDES violations during sweeping operations within the City. In addition,
Contractor shall comply with all NPDES requirements at its maintenance facilities, storage yards and
company facilities. Failure to comply with this section may result in termination for cause by the City
of any contract resulting from this solicitation.
Table 2-1. BMPs for Public Agency Facilities and Activities
General and Activity Specific BMPs
General BMPs
Scheduling and Planning
Spill Prevention and Control
Sanitary/Septic Waste Management
Material Use
Safer Alternative Products
Vehicle/Equipment Cleaning, Fueling and Maintenance
Illicit Connection Detection, Reporting and Removal
Illegal Spill Discharge Control
Maintenance Facility Housekeeping Practices
Flexible Pavement
Asphalt Cement Crack and Joint Grinding/ Sealing
Asphalt Paving
Structural Pavement Failure (Digouts) Pavement Grinding and Paving
Emergency Pothole Repairs
Sealing Operations
Rigid Pavement
Portland Cement Crack and Joint Sealing
Mudjacking and Drilling
Concrete Slab and Spall Repair
Slope/Drains/Vegetation
Shoulder Grading
Nonlandscaped Chemical Vegetation Control
Nonlandscaped Mechanical Vegetation Control/Mowing
Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub
Removal
Page 23 of 133
Fence Repair
Drainage Ditch and Channel Maintenance
Drain and Culvert Maintenance
Curb and Sidewalk Repair
Litter/ Debris/ Graffiti
Sweeping Operations
Litter and Debris Removal
Emergency Response and Cleanup Practices
Graffiti Removal
Landscaping
Chemical Vegetation Control
Manual Vegetation Control
Landscaped Mechanical Vegetation Control/ Mowing
Landscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub Removal
Irrigation Line Repairs
Irrigation (Watering), Potable and Nonpotable
Environmental
Storm Drain Stenciling
Roadside Slope Inspection
Roadside Stabilization
Stormwater Treatment Devices
Traction Sand Trap Devices
Bridges
Welding and Grinding
Sandblasting, Wet Blast with Sand Injection and Hydroblasting
Painting
Bridge Repairs
Other Structures
Pump Station Cleaning
Tube and Tunnel Maintenance and Repair
Tow Truck Operations
Toll Booth Lane Scrubbing Operations
Electrical Sawcutting for Loop Installation
Traffic Guidance
Thermoplastic Striping and Marking
Paint Striping and Marking
Raised/ Recessed Pavement Marker Application and Removal
Sign Repair and Maintenance
Median Barrier and Guard Rail Repair
Emergency Vehicle Energy Attenuation Repair
Storm Maintenance Minor Slides and Slipouts Cleanup/ Repair
Management and Support
Building and Grounds Maintenance
Storage of Hazardous Materials (Working Stock)
Material Storage Control (Hazardous Waste)
Outdoor Storage of Raw Materials
Vehicle and Equipment Fueling
Vehicle and Equipment Cleaning
Vehicle and Equipment Maintenance and Repair
Aboveground and Underground Tank Leak and Spill Control
Page 24 of 133
B. Water Quality Protection Requirements for Construction Projects with Less than One (1) Acre of
Disturbed Soil.
All construction projects, regardless of size, will be required to implement best management practices
(BMPs) necessary to reduce pollutants to the Maximum Extent Practicable (MEP) to meet the
minimum water quality protection requirements and implement all applicable set of BMPs as defined
in Table 2-2.
Please refer to the California Stormwater Quality Association’s Construction Handbook (available on their website:
www.cabmphandbooks.com) for further information regarding the BMPs listed in Table 2-2.
All construction projects with Less than One (1) Acre of Disturbed Soil shall submit to the City a
signed Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit
(Exhibit 5).
The Contractor may self-certify that the following training was completed on an annual basis
providing they certify they have received all applicable training:
The Contractor shall train all of their employees in targeted positions (whose interactions,
jobs, and activities affect stormwater quality) on the requirements of the overall stormwater
management program.
When the Work includes the use or have the potential to use pesticides or fertilizers, the
Contractor shall train all of their employees (whether or not they normally apply pesticides
or fertilizers as part of their work). Training programs shall address:
1) The potential for pesticide-related surface water toxicity
2) Proper use, handling, and disposal of pesticides
Table 2-2
Minimum Water Quality Protection Requirements and Applicable Set of BMPs for All Construction Projects
Category Minimum Requirements BMPs
1. Sediment Control Sediments generated on the project site shall be retained
using adequate Treatment Control or Structural BMPs.
Sediment Control
2. Non-Stormwater
Management, Waste
Management and
Materials Pollution
Control
Construction-related materials, wastes, spills or residues
shall be retained at the project site to avoid discharge to
streets, drainage facilities, receiving waters, or adjacent
properties by wind or runoff.
Non-storm water runoff from equipment and vehicle washing
and any other activity shall be contained at the project sites.
Stormwater
Management; Waste
Management
3. Erosion Control Erosion from slopes and channels shall be controlled by
implementing an effective combination of BMPs, such as the
limiting of grading scheduled during the wet season;
inspecting graded areas during rain events; planting and
maintenance of vegetation on slopes; and covering erosion
susceptible slopes.
Erosion Control
Page 25 of 133
3) Least toxic methods of pest prevention and control, including Integrated Pest
Management
4) Reduction of pesticide use
C. Water Quality Protection Requirements for Construction Projects with One (1) Acre (or greater) of
Disturbed Soil. In addition to the minimum BMPs required in Paragraphs A and B, all construction
projects where at least one (1) acre of soil will be disturbed, construction activity that results in land
surface disturbances of less than one acre if the activity is part of a larger common plan of development,
or the sale of one or more acres of disturbed land surface requires a Construction Activities Storm
Water General Permit (2009-0009-DWQ Permit).
Prior to commencement of construction activities, the Permit Registration Documents (PRDs) must
be submitted electronically in the Storm Water Multi-Application Report Tracking System (SMARTS)
(http://smarts.waterboards.ca.gov/smarts/faces/SwSmartsLogin.jsp). PRDs consist of the
Notice of Intent, Risk Assessment, Post-Construction Calculations, a Site Map, the Storm Water
Pollution Prevention Plan (SWPPP), a signed certification statement by the Legally Responsible
Person (LRP), and the first annual fee.
See: http://www.swrcb.ca.gov/water_issues/programs/stormwater/construction.shtml for more
information. A Waste Discharger Identification (WDID) will be emailed to the LRP after the PRDs
have been submitted and are deemed complete. Construction activities cannot begin until a WDID is
issued by the State Water Resources Control Board. Contractor shall bear the costs of any delays to
the Project caused by a delay in obtaining its WDID.
The SWPPP shall include:
1. The name, location, period of construction, and a brief description of the project;
2. Contact information for the owner and contractor;
3. The building permit number for the project;
4. The grading permit number for the project (where applicable);
5. A list of major construction materials, wastes, and activities at the project site;
6. A list of best management practices to be used to control pollutant discharges from major
construction materials, wastes, and activities;
7. A site plan (construction plans may be used) indicating the selection of BMPs and their
location where appropriate;
8. Non-storm water discharges, their locations, and the BMPs necessary to prevent the
discharge;
9. A maintenance and self-inspection schedule of the BMPs to determine the effectiveness
and necessary repairs of the BMPs; and
10. A certification statement that all required and selected BMPs will be effectively
implemented.
Within seven (7) days after the City awards the Contract, the Contractor shall submit seven (7) copies
of the proposed SWPPP to the City. The City shall review the SWPPP within 14 days of receipt of the
plan. If revisions are required, the Contractor shall revise and re-submit the document within seven (7)
days of its receipt of the City’s comments. The City shall then have seven (7) days to consider the
revisions made by the Contractor and approve the SWPPP.
The Contractor shall maintain a minimum of two (2) readily accessible copies of the SWPPP at the
Project site. The SWPPP shall be made available upon request of a representative of the Los
Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection
Page 26 of 133
Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the City.
D. Best Management Practices
The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect
the quality of storm water discharge associated with construction activities. The plan will describe
and ensure the implementation of Best Management Practices (BMPs) which will be used to
reduce pollutants in the storm water discharges from the construction site. A Best Management
Practice is defined as any program, technology, process, operating method, measure, or device
that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate
BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development,
and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and
construction operations. Copies of the California Stormwater BMP Handbooks may be obtained
from:
California Stormwater Quality Association
P.O. Box 2313
Livermore, CA 94551
www.cabmphandbooks.com
Cashier
Los Angeles County DPW
900 South Fremont Avenue
Alhambra, CA 91803
Tel. No. (626) 458-6959
E. Implementation
The Contractor will be responsible throughout the duration of the Project for the installation,
monitoring, inspection and maintenance of the BMPs included in the SWPPP and for removing and
disposing of temporary BMPs. The Contractor may be required to implement additional BMPs as a
result of changes in actual field conditions, contractor’s activities, or construction operations.
The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP
control measures to protect soil-disturbed areas of the project site before the onset of precipitation
and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully
deploy these control measures.
Throughout the winter season, active soil-disturbed areas of the project site shall be fully protected
at the end of each day with these control measures unless fair weather is predicted through the
following day. The Contractor shall monitor daily weather forecasts. If precipitation is predicted
prior to the end of the following workday, construction scheduling shall be modified, as required,
and the Contractor shall deploy functioning control measures prior to the onset of the precipitation.
The City may order the suspension of construction operations which are creating water pollution if
the Contractor fails to conform to the requirements of this Paragraph 2.17. Unless otherwise directed
by the City, the Contractor’s responsibility for SWPPP implementation shall continue throughout any
temporary suspension of the Work.
F. Sewage Spill Prevention. The Contractor’s attention is directed to the sewer bypass operation
required during any sewer construction pursuant to the 2012 edition of the “Greenbook” Standard
Specifications for Public Works Construction, Section 500.1.2.4 or as that section is subsequently
amended.
The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a
sewage spill. In the event of a sewage spill, the Contractor shall make arrangements for an
emergency response unit comprised of emergency response equipment and trained personnel to
be immediately dispatched to the project site.
Page 27 of 133
The Contractor shall be fully responsible for preventing and containing sewage spills as well as
recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any
fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is
damaged by the contractor shall be immediately repaired at the Contractor’s expense. The
Contractor shall take all measures necessary to prevent further damage or service interruption and
to contain and clean up the sewage spills.
G. Sewage Spill Telephone Notification
Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two
City Departments:
Sewer Maintenance Services ............... City of Vernon Control Center (323) 826-1461
Fire Department Dispatch Center ................................................................................. 911
The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone
numbers of City representatives such as Project Managers and Inspectors. However, if these City
representatives are not available, then the Contractor shall immediately call:
City if Vernon Control Center
(323) 826-1461
H. Sewage Spill Written Notification
The Contractor shall prepare and submit a written report to the Director within three (3) Working
Days from the occurrence of a spill to the City. This report shall describe all of the following:
1. The exact location on the Thomas Guide map.
2. The nature and volume.
3. The date, time and duration.
4. The cause.
5. The type of remedial and/or cleanup measures taken and date and time
implemented.
6. The corrective and preventive action taken.
7. The water body impacted and results of necessary monitoring.
I. Enforcement
The City is subject to enforcement actions by the LARWQCB, U.S. EPA, environmental groups and
private citizens. The Contractor shall indemnify, defend and hold City, its officers, agents and
employees harmless from Contractor’s failure to comply and/or fulfill the requirements set forth in
this Paragraph 2.17. Contractor shall be responsible for all costs and liabilities imposed by law as
result of Contractor’s failure to comply and/or fulfill the requirements set forth in this Paragraph 2.17.
The costs and liabilities include, but are not limited to fines, penalties and damages whether
assessed against the City or the Contractor.
In addition to any remedy authorized by law, any money due to the Contractor under this contract
shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor
have been satisfied.
Page 28 of 133
J. Maintenance
The Contractor shall ensure the proper implementation and functioning of BMP control measures
and shall regularly inspect and maintain the construction site for the BMPs identified in the
SWPPP. The Contractor shall identify corrective actions and time frames in order to properly
address any damaged measure, or reinitiate any BMPs that have been discontinued.
If the City identifies a deficiency in the deployment or functioning of identified control measures, the
deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to
by Director and if requested in writing, but not later than the onset of the subsequent precipitation
events. The correction of deficiencies shall be at no additional cost to the City.
K. Payment
All costs involved in the implementation of the SWPPP, including furnishing all labor, materials,
tools, equipment and all incidentals; and for doing all the work involved in installing, constructing,
maintaining, removing, and disposing of control measures, except those that were installed as a
part of another structure, shall be included in the unit prices bid for the various related items of
work and no additional compensation will be made therefor.
2.18 SOLID WASTE DISPOSAL AND DIVERSION
The Contractor shall submit to the Director the following summary of solid waste generated by the Work,
disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill
separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that
specifically identify the project generating the material. Said documents must be from recyclers and/or
disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the
Director with each application for progress payment. Failure to submit the form and its supporting
documentation will render the application for progress payment incomplete and delay progress payments.
Page 29 of 133
SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION
Project Title: ______________________________ Specification No. ___________
Type of Material (a) Disposed in
Class III Landfills
(b) Diverted from
Class III Landfills by
(c) [Leave This
Column Blank]
(d) Disposed in Inert
Fills
Tons/CY Tons/CY Tons/CY Tons/CY
Asphalt
Concrete
Metal
Other Segregated
Materials (Describe):
Miscellaneous
Construction Waste
Total
Form to be submitted to the City
SIGNATURE:
TITLE:
DATE:
2.19 RECYCLED, REUSABLE AND RECYCLABLE PRODUCTS
The Contractor is encouraged to propose recycled, reusable and recyclable products for use by the City.
Those items should be clearly identified. The City may require further information or documentation to
ascertain the suitability/appropriateness of a proposed product.
[END OF ARTICLE]
Page 30 of 133
ARTICLE 3 - TIME OF COMMENCEMENT AND COMPLETION
3.01 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK
A. Notice to Proceed
The Contractor is not authorized to perform any Work the Contract Documents until he/she has
received from the City an official notification to commence Work. The date on which the notification is
received by the Contractor is herein referred to as the Notice to Proceed. The Contractor shall
commence Work on the Date of Commencement established in the Notice to Proceed is issued. The
Notice to Proceed shall be issued after the Contract is properly executed, bonds are furnished and
approved, and insurance has been submitted and approved.
B. Prosecution of the Work
Work shall be continued at all times with such force and equipment as will be sufficient to complete it
within the specified time. The Contractor expressly proposes that he/she has taken into consideration
and made allowances for all ordinary delays and hindrances to the Work to be performed and that
he/she will complete the Work within the specified time.
C. Required Contract Completion
Time is of the essence in the completion of this Contract. The Work shall be completed in its entirety
and made ready for service within sixty (60) calendar days following the Date of Commencement
established in the Notice to Proceed (“Contract Time”). By executing the Contract, Contractor confirms
that the Contract Time is a reasonable period for performing the Work.
3.02 CITY'S DISCRETION TO EXTEND CONTRACT TIME
In the event the Work required hereunder is not satisfactorily completed in all parts and in compliance with the
Contract Documents, City shall have the right, in its sole discretion, to increase the number of Working Days or
not, as may seem best to serve the interest of City. A change order extending the Contract Time only will be
issued by the City should the City decide to increase the number of Working Days.
3.03 SUBSTANTIAL COMPLETION
A. Contractor Request for Inspection and Punch List
When the Contractor considers that it has achieved Substantial Completion of the Work, or
designated portion thereof, Contractor shall prepare and submit to the Director a request for
inspection and a comprehensive punch list of items to be completed or corrected prior to Final
Payment. Failure to include an item on such punch list does not alter the responsibility of the
Contractor to complete all Work in accordance with the Contract Documents.
B. City Inspection
Upon receipt of the Contractor's punch list, the Director will make an inspection to determine
whether the Work or designated portion thereof is Substantially Complete. If the inspection
discloses any item, whether or not included on the Contractor's punch list, which is not sufficiently
complete in accordance with the Contract Documents so that the City can occupy or utilize the
Work or designated portion thereof for its intended use, the Contractor shall, before City's issuance
of the Certificate of Substantial Completion, complete or correct such item upon notification by City.
Page 31 of 133
The Contractor shall then submit a request for another inspection by City to determine Substantial
Completion.
C. Certificate of Substantial Completion
When the Work or designated portion thereof is substantially complete, the Director will prepare a
Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall
establish responsibilities of the City and Contractor for security, maintenance, utilities, damage to the
Work, and insurance, and shall fix the time within which the Contractor shall finish all items on the
Contractor’s punch list accompanying the Certificate. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work. Contractor shall
deliver to City all warranty and guarantee documents and policies.
3.04 DELAYS AND EXTENSIONS OF TIME FOR CONTRACTOR
A. The Contractor shall take reasonable precautions to foresee and prevent delays to the Work. In the
event of any delay to the Work, the Contractor shall revise his/her sequence of operations, to the
extent possible under the terms of the Contract, to offset the delay.
B. If any delay to the Work is caused by circumstances within the Contractor's control, it is not excusable
and not compensable, and the Contractor will not be entitled to any extension of time or to any other
compensation for damages resulting directly or indirectly therefrom.
C. If any delay having a direct effect on the Work is caused by circumstances beyond the control of the
Contractor except for causes of delay specified in Paragraph 3.04-D., such delay may be excusable
and may entitle the Contractor to an equivalent extension of time, but not to any other compensation.
Excusable but not compensable causes include but are not limited to labor disputes, weather
conditions unfavorable for prosecution of the Work, and force majeure.
D. If any delay having a direct effect on the Work is caused by failure of the City to provide information
as specified, or necessary instructions for carrying on the Work, or to provide the necessary right of
way or site for installation, or failure of a utility to remove or relocate an existing facility such delay
may be compensable and may entitle the Contractor to an equivalent extension of time, and to
compensation for damages resulting directly from any of the causes of delay specified in this
paragraph.
E. The Contractor shall notify the Director in writing of any delay having a direct effect on the Work and
the causes thereof within 15 days from the beginning of such delay.
F. Any claim for an extension of time or for compensation for damages resulting from delay shall be
made in writing to the Director not more than 30 days after the ending of such delay. The Contractor
shall provide a written report evaluating the impact of the delay which shall include, at a minimum,
all of the following:
1. a narrative description of the delay and its impact on the critical path to Substantial Completion of
the Work or a portion of the Work designated by City;
2. a detailed breakdown of the Allowable Costs, if any, sought by Contractor due to the delay;
3. the number of days of extension sought by Contractor as an adjustment to the Contract time;
4. a statement that Contractor has complied with the requirements of the General Conditions for
written notice of delays, along with the dates and copies of such notices;
5. the measures taken by Contractor and Subcontractors to prevent or minimize the delay; and
Page 32 of 133
6. the Contactor’s recommendations for reordering or re-sequencing the Work to avoid or minimize
further delay.
No extension of time or compensation for damages resulting from delay will be granted unless the
delay affects the timely completion of the overall Work under the Contract or the timely completion
of a portion of the Work for which a time of completion is specified.
G. The Director will investigate the facts and ascertain the extent of the delay, and his/her findings
thereon shall be final and conclusive.
H. Failure of the Contractor to give written notice of a delay, or to submit or document a claim for an
extension of time or for damages resulting from delay in the manner and within the times stated
above shall constitute a waiver of all claims thereto.
I. When a Contractor experiences two concurrent delays, one compensable and the other excusable,
no compensation other than an extension of time will be allowed.
J. An extension of time must be approved by the Director to be effective, but an extension of time
whether with or without consent of the sureties, shall not release the sureties from their obligations,
which shall remain in full force until the discharge of the Contract.
3.05 CLIMATIC CONDITIONS
A. The Director may suspend the Work whenever weather conditions or conditions resulting from
inclement weather are unfavorable for the prosecution of the Work. The delay caused by such
suspension may entitle the Contractor to an extension of time but not to any other compensation.
B. If the Contractor believes that Work should be suspended under this Paragraph 3.05, he/she may
request such suspension. The delay caused by such suspension may entitle the Contractor to an
extension of time but not to any other compensation.
C. No extension of time will be granted for suspension of Work unless the suspension affects the timely
completion of all Work under the Contract or the timely completion of a portion of the Work for which
a time of completion is specified. Determination that the suspension for inclement weather conditions
or conditions resulting from inclement weather affects timely completion and entitles the Contractor
to an extension of time shall be made and agreed to in writing by the Director and the Contractor on
each day that Work is suspended. In the event of failure to agree, the Contractor may protest under
the provisions of Paragraph 7.07.
D. If Work is suspended and an extension of time is granted under this Paragraph 3.05 the Contractor
will be entitled to a one day extension of time for each day that he/she is unable to Work at least
one-half of his/her current normal Work day; and if the Work is suspended at the regular starting time
on any Work day and the Contractor's Workforce is dismissed as a result thereof, then he/she will
be entitled to a one day extension of time whether or not conditions change thereafter and the major
portion of the day is suitable for Work.
3.06 COMPLETION AND ACCEPTANCE
A. Upon request by the Contractor, the Director shall conduct a final inspection of the Work. If, in the
Director’s opinion, Final Completion has been achieved, the Director will accept the Work by issuing a
“Notice of Completion” of the Work to the Contractor. Upon the issuance of the Notice of Completion
the Contractor will be relieved from responsibility to protect the Work.
B. Within 15 calendar days after issuing the Notice of Completion, the Director will record the Notice of
Completion with the County Recorder.
Page 33 of 133
3.07 LIQUIDATED DAMAGES
A. Contractor and City agree to liquidate damages in the amount of two hundred and fifty dollars ($250)
per day, with respect to Contractor’s failure to achieve Substantial Completion of the Work within the
Contract Time. The Parties intend for the liquidated damages set forth herein to apply to this Contract
as set forth in Government Code Section 53069.85. The Contractor acknowledges and agrees that the
liquidated damages are intended to compensate City solely for the Contractor’s failure to meet the
deadline for Substantial Completion and shall not excuse Contractor from liability from any other
breach, including any failure of the Work to conform to the requirements of the Contract Documents.
B. In the event that Contractor fails to achieve Substantial Completion of the Work within the Contract
Time, Contractor agrees to pay City the amount specified in the Contract form for each calendar day
that Substantial Completion is delayed.
C. Contractor and City acknowledge and agree that the foregoing liquidated damages have been set
based on an evaluation of damages that the City will incur in the event of late completion of the Work.
Contractor and City acknowledge and agree that the amount of such damages are impossible to
ascertain as of the effective date hereof and have agreed to such liquidated damages to fix City’s
damages and to avoid later disputes. It is understood and agreed by Contractor that liquidated
damages payable pursuant to this Agreement are not a penalty and that such amount are not manifestly
unreasonable under the circumstances existing as of the effective date of this Agreement.
D. It is further mutually agreed that City shall have the right to deduct liquidated damages against progress
payments or retainage and that the City will issue a Construction Change Directive and reduce the
Contract Sum accordingly. In the event the remaining unpaid Contract Sum is insufficient to cover the
full amount of liquidated damages. Contractor shall pay the difference to City.
[END OF ARTICLE]
Page 34 of 133
ARTICLE 4 - CONSTRUCTION SCHEDULES
4.01 BASELINE PROJECT SCHEDULE
The Contractor shall submit his/her work Baseline Project Schedule, in electronic as well as hard-copy format,
to the Director at the pre-construction meeting showing in detail how the Contractor plans to execute and
coordinate the Work. The construction schedule shall show the sequence of work, critical path and estimated
time for completion of each segment of work. This schedule must be reviewed and accepted by the Director
before the Contractor will be permitted to begin work. In addition, the Contractor shall submit a detailed schedule
forecasting two (2) weeks of work describing each day’s work. This schedule shall be updated and submitted to
the City every other Monday during the construction period. The Contractor shall give 48 hours notice to the City
Engineer prior to the start of the work.
A. Format
1. At a minimum, the Baseline Project Schedule activities shall be coded on a work discipline basis
and by geographic area or location on the Project. The Baseline Project Schedule shall include a
detailed description of each activity code. The Baseline Project Schedule shall be based on and
incorporate contract milestone and completion dates specified in the Contract Documents. It shall
depict events, jobs, and their interrelationships and shall recognize the progress that must be made
on one task before subsequent tasks can begin. The schedule shall be comprehensive and shall
include all logical interdependencies and interactions required to perform the Work of the Project.
2. Overall time of completion and time of completion for each milestone shown on the Schedule shall
adhere to the specified Contract Time, unless an earlier (advanced) time of completion is
requested by Contractor, agreed to by the City and formalized by Change Order.
3. Contractor shall use the latest version of Microsoft Project or equivalent software agreed to by
the parties.
4. The City will review the submitted Baseline Project Schedule for conformance with these
scheduling requirements. Within fourteen (14) calendar days after receipt, the City will accept the
proposed Baseline Project Schedule or will return it with comments. If the proposed Baseline
Project Schedule is accepted by the City, it shall be deemed part of the Contract Documents. If
the Baseline Project Schedule is not accepted by City, Contractor shall revise the Baseline Project
Schedule, in accordance with the recommendations of the City, and re-submit same for
acceptance, no later than seven (7) calendar days after receipt of said recommendation.
5. Acceptance of Baseline Project Schedule by City, failure to include an element of work, or
inaccuracy in Baseline Project Schedule shall not relieve Contractor from the responsibility for
accomplishing the Work in accordance with the Contract Documents.
B. Float
1. Critical Work activities are defined as Work activities which, if delayed or extended, will delay the
scheduled completion of the milestones and/or time of completion. All other Work activities are
defined as non-critical Work activities and are considered to have float. Float is defined as the
time that a non-critical Work activity can be delayed or extended without delaying the scheduled
completion of the milestones and/or time of completion. Float is considered a Project resource
available to either party or both parties as needed. Once identified, Contractor shall monitor,
account for, and maintain float in accordance with Critical Path Methodology.
Page 35 of 133
2. Delays of any non-critical Work shall not be the basis for an extension of Contract Time until the
delays consume all float associated with that non-critical Work activity and cause the Work activity
to become critical.
3. It is acknowledged that City-caused time savings (i.e., critical path submittal reviews returned in
less time than allowed by the Contract Documents, approval of substitution requests which result
in a savings of time for Contractor, etc.) create shared float. Accordingly, City-caused delays may
be offset by City-caused time savings.
C. Weather (This section applies only to projects of one (1) year duration or longer)
The completion time contemplated by this Contract anticipates zero lost days (Work Days) due to
normal weather conditions annually and prorated for any duration less than twelve months. Only
unusual or extreme weather conditions, as determined by the National Oceanic and Atmospheric
Administration, for the time of year will be considered as justification for an extension of time to complete
the Project, and only after the zero weather days have been utilized. Annual weather days are not
cumulative, and unused days shall become “float” for the benefit of the project, and the schedule
adjusted accordingly. The use of weather days by the Contractor shall be subject to all the conditions
of claim for an extension of time. The Contractor shall notify the City in writing within ten (10) days of
the commencement of each rain event.
D. Early Completion
While the Contractor may schedule completion of the Project earlier than the date established by the
Contract Documents, no additional compensation shall become due the Contractor for the use of float
time between the Contractor’s projected early completion date and the date for Substantial Completion
established by the Contract Documents, unless an earlier (advanced) time of completion is requested
by Contractor, agreed to by the City, and formalized by Change Order.
4.02 SCHEDULE UPDATES
A. With each Application for Payment submitted by Contractor (other than the final Application for
Payment), the Contractor shall submit to the City an updated Project Schedule revised to indicate the
Work completed, status of Work in progress, all progress slippages, corrective actions taken, or
slippage carry-over, for all anticipated delays or difficulties, and all other information required to
accurately present the actual status of the progress of the Work as of the date of the Application for
Payment. If the Contractor does not submit an updated Project Schedule with an Application for
Payment, City may withhold payment, in whole or in part, until the updated Project Schedule is
submitted. In the event that an update to the Project Schedule indicates a delay to the Contract Time
the Contractor shall propose an affirmative plan to correct each such delay, including overtime and/or
additional labor, if necessary. In no event shall any Project Schedule update constitute an adjustment
in the Contract Time, any deadline, or the Contract Sum unless any such adjustment is agreed to by
the City and authorized pursuant to Change Order or Work Directive.
B. At no time shall historical data contained within the updated Project Schedule (i.e. completed activities)
be removed and/or altered in any way. This historical data is to be preserved within each of the updated
Project Schedules and submitted with the final schedule update to reflect the actual start and finish
dates for each activity within the Schedule.
C. Any work stoppages within individual work activities that exceed seven (7) calendar days in duration
shall be clearly indicated within the updated Project Schedule. In cases where unplanned activity work
Page 36 of 133
stoppages exceed seven (7) calendar days activities shall be added to the Project Schedule to clearly
indicate the work stoppage period and identify forecasted resumption and completion of the activity
where work has stopped. Contractor shall clearly note all schedule revisions when Project Schedule
updates are submitted, as required in this Paragraph 4.02 above.
4.03 NONCOMPENSABLE EXTRAORDINARY MEASURES
A. Should the City determine, in its sole judgment, that the performance of the Work has not progressed
to the level of completion required by the Contract Documents, City shall have the right to order the
Contractor to take corrective measures to expedite the progress of construction, at no additional cost
to the City, including, without limitation, the following:
1. Working additional shifts of overtime.
2. Supplying additional manpower, equipment, and/or facilities.
3. Reschedule activities to maximize practical concurrence of accomplishment of activities.
4. Submitting a Recovery Schedule discussed above, for resequencing performance of the Work or
other similar measures.
5. Any other actions that may be necessary to mitigate delays.
B. Such Extraordinary Measures shall continue until the progress of the Work is no longer behind schedule
and/or reaches the stage of completion required by the Contract Documents. Contractor shall not be
entitled to an adjustment in the Contract Sum in connection with the performance of any such
Extraordinary Measures required by the City under this Paragraph. The City may exercise the rights
furnished the City pursuant to this Paragraph as frequently as the City deems necessary to ensure that
the Contractor’s performance of the Work will comply with the Contract Time or interim completion
dates set forth in the Contract Documents. If Contractor or its Subcontractors fail to implement or
commence Extraordinary Measures within ten (10) calendar days of City’s written demand, City may,
without prejudice to other remedies, take corrective action at the expense of the Contractor which shall
reduce the Contract Sum accordingly.
4.04 CONDITION OF PAYMENT
Compliance by Contractor with the requirements of the Contract Documents pertaining to preparation,
submission, revising and updating of the Schedule is a condition precedent to City’s obligation to make payment
to Contractor of any or all sums that might otherwise be due to Contractor in the absence of such noncompliance.
Payment by City under circumstances in which City, for any reason, fails or elects not to assert its right to withhold
payment for noncompliance with this Paragraph shall not be construed as a waiver of the right to withhold future
payments on account of such noncompliance or any other noncompliance.
[END OF ARTICLE]
Page 37 of 133
ARTICLE 5 - SUSPENSION OR TERMINATION OF CONTRACT
5.01 TERMINATION BY THE CONTRACTOR
A. Contractor shall have the right to terminate its performance of the Contract only upon the occurrence
of one of the following:
1. The Work is stopped for a period of ninety (90) consecutive days through no act or fault of the
Contractor, any Subcontractor, Sub-subcontractor, their agents or employees, or any other
persons or entities performing portions of the Work under direct or indirect contract with the
Contractor, due to:
a. the issuance of an order of a court or other public authority having jurisdiction; or
b. an act of government, such as a declaration of national emergency making material
unavailable;
and Contractor has given City written notice within ten (10) days of the occurrence of such ground
for termination, then the Contractor may, upon thirty (30) additional calendar days written notice to
City, unless the reason has theretofore been cured, terminate its performance of the Work.
2. The Work is stopped for a period of 120 consecutive days through no act or fault of Contractor,
any Subcontractor, Sub-subcontractor, their agents or employees, or any other persons or entities
performing portions of the Work under direct or indirect contract with the Contractor, because the
City has persistently failed to perform any material obligation under the Contract Documents and
fails to cure such default within ninety (90) days after the receipt of notice from Contractor stating
the nature of such default.
B. If Contractor terminates its performance of the Contract in accordance with this Paragraph 5.01, the
City shall pay Contractor for the Work executed through the date of termination as set forth in Paragraph
5.04-C below.
5.02 TERMINATION BY THE CITY FOR CAUSE
A. Grounds
The City shall have the right to terminate the Contractor’s performance of the Contract, in whole or in
part, without liability to City if:
1. Contractor fails promptly to begin the Work under the Contract Documents; or
2. Contractor refuses or fails to supply enough properly skilled workers or proper materials; or
3. Contractor fails to perform the Work in accordance with the Contract Documents, including
conforming to applicable standards set forth therein in constructing the Project, or refuses to
remove and replace rejected materials or unacceptable Work; or
4. Contractor discontinues the prosecution of the Work (exclusive of work stoppage: (a) due to
termination by City; or (b) due to and during the continuance of a Force Majeure event or
suspension by City); or
Page 38 of 133
5. Contractor fails to resume performance of Work which has been suspended or stopped, within a
reasonable time after receipt of notice from City to do so or (if applicable) after cessation of the
event preventing performance; or
6. Any representation or warranty made by Contractor in the Contract Documents or any certificate,
schedule, instrument, or other document delivered by Contractor pursuant to the Contract
Documents shall have been false or materially misleading when made; or
7. Contractor fails to make payment to Subcontractors or Material Suppliers for materials or labor in
accordance with the respective Contract Documents and applicable law; or
8. Contractor disregards laws, ordinances, or rules, regulations, or orders of a public authority having
jurisdiction; or
9. Contractor is guilty of breach of a provision of the Contract Documents; or
10. Contractor becomes insolvent, is adjudicated bankrupt, or makes a general assignment for the
benefit of creditors and fails to provide City with adequate assurances of Contractor’s ability to
satisfy its contractual obligations.
A receiver, trustee, or other judicial officer shall not have any right, title, or interest in or to the Contract.
Upon that person’s appointment, City has, at its option and sole discretion, the right to immediately
cancel the Contract and declare it null and void.
B. City’s Rights.
When any of the reasons specified in Paragraph 5.02-A exist, the City may, in addition to and without
prejudice to any other rights or remedies of the City, and after giving the Contractor five (5) calendar
days written notice, terminate Contractor’s performance of the Work, in whole or in part, and may:
1. Take possession of the site and all materials, equipment, tools, construction equipment, and
machinery thereon owned by the Contractor;
2. Withhold from Contractor amounts unpaid hereunder and to offset such amounts against damages
or losses incurred by City;
3. Accept assignment of subcontracts from Contractor, at the sole discretion of City, and
4. Finish the Work by whatever reasonable method the City may deem expedient.
Upon request of the Contractor, the City shall furnish to the Contractor a detailed accounting of the
costs incurred by the City in finishing the Work.
C. Costs
If City’s costs to complete and damages incurred due to Contractor’s default exceed the unpaid
Contract balance, the Contractor shall pay the difference to the City.
D. Wrongful Termination
If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor
Page 39 of 133
for cause, then said termination shall be deemed converted to a termination for convenience as set
forth in Paragraph 5.04 and Contractor’s remedy for wrongful termination in such event shall be limited
to the recovery of the payments permitted for termination for convenience as set forth in Paragraph
5.04.
5.03 PARTIAL DELETION OR SUSPENSION OF WORK BY THE CITY
A. Contractor agrees that the City may determine whether any or all of the Work described in the Contract
Documents shall be deleted or performance suspended without electing to terminate the Contractor’s
performance under the Contract and without any penalty being incurred by the City.
B. Any such partial deletion or suspension of the Work shall in no way void or invalidate the Contract nor
shall it provide Contractor with any basis for seeking payment from City for Work deleted or suspended
except to the extent such Work has already been performed and is otherwise compensable under the
Contract.
C. The City shall have the right to later have any such suspended or deleted Work performed by Contractor
or others without any penalty to the City.
D. In the event of any partial or complete deletion or suspension of Work, the City shall furnish Contractor
with prompt written notice thereof, and the City shall be entitled to take possession of and have as its
property all Record Documents, Accounting Records, and other data prepared by Contractor or its
Subcontractors.
E. Suspension for Convenience.
1. The City may at any time and from time to time, without cause, order the Contractor, in writing, to
suspend, delay, or interrupt the Work in whole or in part for such period of time as the City may
determine. Such order shall be specifically identified as a “Work Suspension Directive” under this
Section.
2. Upon receipt of a Work Suspension Directive, Contractor shall, at the City’s expense, comply with
its terms and take all reasonable steps to minimize costs allocable to the Work covered by the
Work Suspension Directive during the period of Work stoppage.
3. Within the period of suspension, or such extension to that period as is agreed upon by Contractor
and the City, the City shall either cancel the Work Suspension Directive or delete the Work covered
by such Work Suspension Directive by issuing a Change Order or Construction Change Directive.
4. If a Work Suspension Directive is cancelled or expires, Contractor shall continue the Work. A
Change Order or Construction Change Directive will be issued to cover any adjustments of the
Contract Sum and Contract Time necessarily caused by such suspension. No adjustment shall be
made to the extent:
(a) That performance is, was, or would have been so suspended, delayed, or interrupted by
another cause for which the Contractor is responsible; or
(b) That an equitable adjustment is made or denied under another provision of the Contract.
F. Suspensions for Cause
City has the authority by written order to suspend the Work, in whole or in part, without liability to City
Page 40 of 133
for Contractor’s failure to:
1. Correct conditions unsafe for the Project personnel or general public, or
2. Carry out the Contract; or
3. Carry out orders of City.
G. Responsibilities of Contractor During Suspension Periods
During periods that Work is suspended, Contractor shall continue to be responsible for the Work and
shall prevent damage or injury to the Project, provide for drainage, and shall erect necessary temporary
structures, signs or other facilities required to maintain the Project and continue to perform according
to the Contract Documents.
5.04 TERMINATION BY THE CITY FOR CONVENIENCE
A. Grounds
Without limiting any rights which City may have by reason of any default by Contractor hereunder, City
may terminate Contractor’s performance of the Contract, in whole or in part, at any time, for
convenience upon fifteen (15) calendar days written notice to Contractor.
B. Contractor Actions
Upon receipt of such notice, Contractor shall perform the duties required by Paragraph 5.05 below.
At the election of and as directed by the City, any or all of the subcontracts and purchase orders
entered in to by Contractor prior to the effective date of termination shall be terminated or shall be
assigned to City.
C. Compensation
1. If the Parties are unable to agree on the amount of a termination settlement, the City shall pay
the Contractor the following amounts:
a. For Work performed before the effective date of termination, the total (without duplication of
any items) of:
i. The cost of the Work; and
ii. A sum, as overhead and profit on the cost of the Work, determined by the City to be
fair and reasonable. In no event shall Contractor be entitled to recover overhead or
profit on Work not performed.
b. The reasonable costs of settlement of the Work terminated, including:
i. Accounting, clerical, and other expenses reasonably necessary for the preparation
of termination settlement proposals and supporting data, if any; and
ii. Storage, transportation, and other costs reasonably necessary for the preservation,
protection, or disposition of inventory.
Page 41 of 133
2. Such payment shall be Contractor’s exclusive remedy for termination for convenience and will be
due and payable on the same conditions as set forth for final payment to the extent applicable.
Upon receipt of such payment, the Contractor and City shall have no further obligations to each
other except for Contractor’s obligations with respect to warranties, representations, indemnity,
maintenance of insurance, and other obligations that survive termination or Final Completion as
provided for herein.
3. It is understood and agreed that no fee, anticipated profit, compensation for lost opportunity costs,
or other compensation or payment of any kind or character shall be due or payable for unperformed
Work regardless of the basis of termination and the inclusion of this provision within this
subparagraph shall in no way limit its application to termination under this Paragraph.
4. Contractor agrees that each of its subcontracts will reserve for the Contractor the same right of
termination for convenience provided by this Paragraph 5.04.
D. No Consequential Damages
Under no circumstances shall Contractor be entitled to anticipatory or unearned profits or consequential
or other damages as a result of a termination or partial termination under this Article 5. The payment
to Contractor determined in accordance with this Article constitutes Contractor’s exclusive remedy for
a termination hereunder.
5.05 CONTRACTOR’S DUTIES UPON TERMINATION FOR CAUSE OR CONVENIENCE
If the City terminates Contractor’s performance of Work under the Contract, for cause or convenience or if
Contractor terminates a Subcontractor with the City’s approval, Contractor shall:
(1) cease performance of the Work to the extent specified in the notice;
(2) take actions necessary or that the City may direct, for the protection and preservation of the Work;
(3) settle outstanding liabilities, as directed by City;
(4) transfer title and deliver to City Work in progress, specialized equipment necessary to perform the Work;
(5) submit all Record Documents, Accounting Records and other data prepared pursuant to the Contract by
Contractor and/or its Subcontractors, as applicable, to the City with fifteen (15) calendar days after the City’s
notice of termination in an organized, usable form, in both hard copy and electronic/digital form, with all items
properly labeled to the degree of detail specified by the City; and,
(6) except for Work directed by City to be performed prior to the effective date of termination stated in the notice,
incur no further costs or expenses and enter into no further subcontracts and purchase orders.
No compensation shall be due Contractor, if any, until Contractor complies with the requirements of this
Paragraph.
[END OF ARTICLE]
Page 42 of 133
ARTICLE 6 – CHANGES
6.01 CITY'S RIGHT TO ORDER CHANGES
The City, without invalidating the Contract, may authorize changes in the Work consisting of additions,
deletions, or other revisions, with the Contract Sum and Contract Time being adjusted accordingly, if
necessary. All such changes in the Work shall be authorized by Change Order or Construction Change
Directive and Contractor shall perform such changes in the Work according to the applicable requirements
of the Contract Documents.
6.02 APPLICABLE PROVISIONS
Changes in the Work shall be performed under applicable provisions of the Contract Documents. The
Contractor shall proceed promptly and diligently with the change, unless otherwise provided in the Change
Order or Construction Change Directive. It is of the essence to this Contract that all scope changes in the
Work that form the basis of an adjustment of the Contract Sum or Contract Time must be authorized in
advance in writing through either a Change Order or Construction Change Directive. A change in the Contract
Sum or the Contract Time shall be accomplished only by Change Order or Construction Change Directive.
Accordingly, no verbal directions, course of conduct or dealings between the Parties, express or implied
acceptance of alterations or additions to the Work, or claim that the Contract has been abandoned or the City
has been unjustly enriched by any alteration or addition to the Work shall be the basis of any claim for an
increase in any amounts due under the Contract Documents or a change in any time period provided in the
Contract Documents.
6.03 NOTICE OF SCOPE CHANGE
Contractor shall submit written notice of any change in scope to the Director if, in the Contractor’s opinion,
any instruction, request, Drawings, Specifications, action, condition, omission, default, or other situation
occurs that the Contractor believes constitutes a scope change or other matter resulting in Extra Work, for
which Contractor believes it is entitled to an adjustment of the Contract Sum or Contract Time. Such notice
shall be provided prior to performance of the Work affected by such occurrence and within seven (7) calendar
days after the discovery date of the circumstances of such scope change or other matters. The written notice
shall state the date, circumstances, extent of adjustment to the Contact Sum or the Contract Time, if any,
requested. The mere presentation of such notice shall not establish the existence of any right by Contractor
to adjustment of the Contract Sum or Contract Time. Failure to provide such timely written notice described
herein shall constitute a waiver by Contractor of the right to any adjustment to the Contract Sum or Contract
Time on account thereof.
6.04 CHANGE ORDERS
A. Computation
Methods used in determining adjustments to the Contract Sum by Change Order may include those
listed in Paragraph 6.06 below.
B. Accord and Satisfaction
Agreement on any Change Order shall be a full compromise and settlement of all adjustments to
Contract Time and Contract Sum, and compensation for any and all delay, extended or additional
field and home office overhead, disruption, acceleration, inefficiencies, lost labor or equipment
productivity, differing Site conditions, construction interferences and other extraordinary or
Page 43 of 133
consequential damages (hereinafter called "Impacts"), including any ripple or cumulative effects of
said Impacts on the overall Work under the Contract arising directly or indirectly from the
performance of Work described in the Change Order. By execution of any Change Order, Contractor
agrees that the Change Order constitutes a complete accord and satisfaction with respect to all
claims for schedule extension, Impacts, or any costs of whatever nature, character or kind arising
out of or incidental to the Change Order. No action, conduct, omission, product failure or course of
dealing by the City shall act to waive, modify, change, or alter the requirement that (i) Change Order's
must be in writing, signed by the City and Contractor and; (ii) that such written Change Orders are
the exclusive method for effectuating any change to the Contract Sum and/or Contract Time.
6.05 CONSTRUCTION CHANGE DIRECTIVE (FIELD DIRECTIVE)
A. A Construction Change Directive shall be used in the absence of total agreement on the terms of a
Change Order. The City may by Construction Change Directive, without invalidating the Contract,
order changes in the Work within the general scope of the Contract consisting of additions, deletion,
or other revisions, the Contract Sum and Contract Time being adjusted accordingly.
B. If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment
shall be calculated in accordance with Paragraph 6.06 herein (Pricing Changes in the Work).
C. Upon receipt of the Construction Change Directive, the Contractor shall promptly proceed with the
change in the Work involved and advise the City of the Contractor’s agreement or disagreement with
the method, if any, provided in the Construction Change Directive, for determining the proposed
adjustment in the Contract Sum or Contract Time.
D. If Contractor believes a Construction Change Directive constitutes a basis for adjustment to the
Contract Sum or Contract Time, then Contractor shall give a Notice of Scope Change provided in
Paragraph 6.03, followed by a submission of a Change Order Request as required by Paragraph
6.08. Contractor shall, if requested by City in such Construction Change Directive or in a subsequent
Construction Change Directive, proceed with the performance of the Work as described in the
Construction Change Directive. Failure of Contractor to proceed with the performance of Work, as
described in the Construction Change Directive shall give the City the right to carry out the Work, as
set forth in Paragraph 2.05.
E. A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement
therewith, including adjustment in Contract Sum and Contract Time or the method for determining
them. Such agreement shall be effective immediately and shall be recorded as a Change Order.
F. If the Contractor does not respond promptly or disagrees with the method for adjustment in the
Contract Sum, the method and the adjustment shall be determined by the City on the basis of
reasonable expenditures and savings of those performing the Work attributable to the change,
including, in the case of an increase in the Contract Sum, Allowable Mark-Ups in accordance with
Paragraph 6.06(E) herein.
6.06 PRICING CHANGES IN THE WORK
A. Alternative Methods of Pricing
The amount of any adjustment by Change Order or Construction Change Directive increasing or
decreasing the Contract Sum shall be determined by the Director using one or a combination of the
following methods:
Page 44 of 133
1. Lump Sum. By mutual acceptance of a lump sum proposal from Contractor properly itemized
and supported by sufficient substantiating data to permit evaluation. Such proposal shall be
based solely on Allowable Costs, as defined in Subparagraph 6.06-C, and Allowable Mark-Ups,
as defined in Subparagraph 6.06-E, and shall not include any costs or expense that is not
permitted by the terms of any provision of the Contract Documents.
2. Unit Prices. By unit prices contained in Contractor’s original Bid and incorporated in the Contract
Documents or fixed by subsequent agreement between City and Contractor. Unless otherwise
stated in the Bidding Documents, unit prices stated in the Contract Documents or agreed upon
by the County and Contractor shall be deemed to include and encompass all Allowable Markups.
3. Time and Materials. By calculating the actual Allowable Costs directly incurred, plus a sum for
Allowable Mark-Ups on such Allowable Costs.
4. Deletion of Work. By Unit Prices contained in Contractor’s original Bid and incorporated in the
Contract Documents, or by using the Schedule of Values to determine the value of the decrease
of the Contract Sum, less the value of any Work performed, plus a reasonable percentage of
the decrease for the Contractor’s saved overhead unless the Schedule of Values allocates
general conditions costs to individual line items, in which case no percentage of the decrease
shall be added. When a change consists of both addition and deletion of Work, the added costs
and deleted costs shall be calculated separately, and then added together, resulting in the net
cost for the change. The Allowable Mark-Up shall be applied to this net cost.
B. Contractor Maintenance of Daily Records for Changes
1. In the event that Contractor is directed to perform any Extra Work, or should Contractor
encounter conditions which the Contractor believes would obligate the City to adjust the Contract
Sum and/or the Contract Time, Contractor shall maintain detailed records of the cost of such
changes on a daily basis summarized in a daily report supplemented by back-up records. Such
records shall include without limitation:
a. Labor. At the close of each day on which such Extra Work is performed, Contractor
shall submit an Extra Work labor report, on forms provided by Director, to Director that
sets forth a list of the actual hours spent in performing the Extra Work, that clearly
differentiates between the labor expended on the Extra Work and other Work, and the
Allowable Costs for such Extra Work performed that day showing the names of
workers, their classifications, hours worked and hourly rates.
b. Materials, Equipment. A list of Allowable Costs of materials and equipment consumed
in the performance of the Extra Work on the day on which such Extra Work is
performed, together with copies of applicable delivery tickets and unit prices for all
materials and for all equipment used the type of equipment, identification number,
hours of operation (including loading and transportation) and hourly/daily rates involved
for that day.
c. Other Services or Expenditures. A list of other services and expenditures constituting
Allowable Costs incurred in performance of the Extra Work on the day on which such
Extra Work is performed, along with documentation verifying the amounts thereof in
such detail as Director may require.
Page 45 of 133
2. In the event that more than one change to the Work is performed by the Contractor in a calendar
day, Contractor shall maintain separate records of labor, construction equipment, materials, and
equipment for each such change. In the event that any Subcontractor of any tier shall provide
or perform any portion of any change to the Work, Contractor shall require that each such
Subcontractor maintain records in accordance with this Section.
3. Each daily record maintained hereunder shall be signed by Contractor; such signature shall be
deemed Contractor’s representation and warranty that all information contained therein is true,
accurate, complete, and relates only to the change referenced therein. All records maintained
by Subcontractors of any tier, relating to the costs of a change in the Work shall be signed by
such Subcontractor’s authorized project manager or superintendent.
All such records shall be forwarded to the Director on the day the Work is performed (same day)
for independent verification. The Director shall attempt to review and reconcile costs for
changes on a daily basis. Records not available on the day on which the Extra Work is
performed, such as, but not limited to, material invoices, shall be submitted as soon as they are
available but not later than five (5) calendar days after the earlier of the day of delivery or
incorporation of the particular item of Extra Work at the Site.
4. The Director may additionally require authentication of all time and material tickets and invoices
by persons designated by the Director for such purpose. In the event that Contractor shall fail
or refuse, for any reason, to maintain or make available for inspection, review, and/or
reproduction such records, adjustments to the Contract Sum or Contract Time, if any, on account
of any change to the Work may be deemed waived for that day. Contractor’s obligation to
maintain back-up records hereunder is in addition to, and not in lieu of, any other Contractor
obligation under the Contract Documents with respect to changes to the Work.
5. Waiver by Contractor. Failure to submit such records as are required by this Paragraph daily
shall waive any rights for recovery of Allowable Costs incurred for Extra Work performed that
day. The failure of the Contractor to secure any required authentication shall, if the City elects
in its sole discretion to treat it as such, constitute a waiver by the Contractor of any right to
adjustment of the Contract Sum for the Allowable Cost of all or that portion of the Extra Work
covered by such non-authenticated ticket or invoice.
C. Allowable Costs
The term “Allowable Costs” shall mean in the case of Extra Work actual costs incurred by Contractor
and/or any Subcontractor, regardless of tier, and necessarily involved in direct performance of the
Extra Work, or in the case of deleted work the actual costs that would have been incurred in
performing deleted work by Contractor and/or any Subcontractor, regardless of tier, and shall be
limited to the following costs:
1. Labor. Straight-time wages or salaries, and overtime wages and salaries specifically authorized
by City in writing, for employees employed at the site, or at fabrication sites off the site, in the
direct performance of the Extra Work or that would have been incurred in the direct performance
of the deleted work, based on the actual cost for wages prevailing locally for each craft or type
of workers at the time the Extra Work is done or the deleted work is ordered eliminated. Labor
costs for equipment operators and helpers shall be reported only when such costs are not
included in the invoice for equipment rental. The use of labor classification which would increase
the Allowable Cost for Extra Work will not be permitted unless Contractor establishes the
necessity for such additional costs.
Page 46 of 133
2. Benefits. Payroll taxes, insurance, health and welfare, pension, vacation, apprenticeship funds
and benefits required by lawful collective bargaining agreements for employees on straight-time
wages or salaries, and on overtime wages and salaries specifically authorized by City in writing,
for employees employed at the site, or at fabrication sites off the site, in the direct performance
of the Extra Work or that would have been incurred in the direct performance of the deleted
work.
3. Materials, Consumables. Costs of materials and consumable items which are furnished and
incorporated into the Work, as approved by City, or that would have been incorporated into the
Work in the case of deleted work shall be at the lowest price available to Contractor but in no
event shall such costs exceed competitive wholesale prices obtainable from other
Subcontractors, suppliers, manufacturers and distributors in the general vicinity of the site. If
City determines, in its discretion, that the cost of materials is excessive, or if Contractor fails to
furnish satisfactory evidence of the cost from the actual supplier thereof, then in either case the
cost of the materials shall be deemed to be the lowest wholesale price at which similar materials
are available in the quantities required at the time they were needed. The City reserves the right
to furnish such materials as it deems advisable, and Contractor shall have no claim for costs or
profits on materials so furnished. Material invoices must be included with the extra work report
to obtain payment.
4. Taxes. Sales taxes on the costs of materials and consumable items described in Paragraph
5.04-C.3 above.
5. Tool, Equipment Rental. Rental charges for necessary machinery and equipment, whether
owned or hired, as authorized in writing by City, exclusive of hand tools, used directly in the
performance of the Extra Work or that would have been used in the direct performance of the
deleted work. Regardless of ownership, such rental charges shall not exceed the hourly rate
derived from the most recently published “Rental Rate Blue Book for Construction Equipment”
or the “Rental Rate Blue Book for Older Construction Equipment,” as published by K-111, San
Jose, California, which is in effect at the time of commencement of the changed work. The
Contractor shall attach a copy of the rate schedule to the daily reports required by Paragraph
6.06-B, above. The charges for any machinery and equipment shall cease when the use thereof
is no longer necessary for the Extra Work or deleted work. No charge shall be allowed for use
of equipment or tools which have a replacement value of $500 or less. The allowable rental
rates shall include the cost of fuel, power oil, lubrication, supplies, small tools, necessary
attachments, loading, transportation, repairs and maintenance of any kind, depreciation,
storage, insurance, and all incidentals. Notwithstanding the provisions of Paragraph 6.06-E
below, no mark-up shall be allowed for overhead, profit or bond premiums for use of equipment
if the equipment is supplied by an equipment rental firm. If equipment is used intermittently and,
when not in use, could be returned to its rental source at less expense to City than holding it at
the Site, it shall be returned, unless Contractor elects to keep it at the Site at no expense to City.
Costs incurred while equipment is inoperative due to breakdowns, regular maintenance, or for
non-Working Days shall not be allowed. The rental time shall include the time required to move
the equipment to the Work from the nearest available source for rental of such equipment and
to return it to the source. If such equipment is not moved by its own power, then loading and
transportation will be allowed. Neither moving time nor loading and transportation costs will be
paid if the equipment is for use on the Project unrelated to the Extra Work. All equipment shall
be acceptable to City, in good working condition, and suitable for the purpose for which it is to
be used.
Page 47 of 133
6. Royalties. Additional or saved costs of royalties due to the performance of the Extra Work or
deleted work.
7. Insurance, Bonds. Additional or saved costs of insurance and bonds, provided, however, that
for Extra Work such costs shall not exceed one percent (1%) of Items 1 through 6 above.
D. Costs Not Allowed
Allowable Costs shall not include any of the following:
1. Wages, salaries, fringe benefits and payroll taxes of Contractor’s and all Subcontractor’s non-
craft labor (above a Foreman level);
2. Overhead (including home office overhead), administrative or general expenses of any kind
including engineering, estimating, scheduling, drafting, detailing, etc., incurred in connection
with Extra Work;
3. Vehicles not dedicated solely for the performance of the extra of deleted work;
4. Small tools (replacement value not exceeding $500);
5. Office expenses, including secretarial and administrative staff, materials and supplies;
6. On-site and off-site trailer and storage rental and expenses;
7. Site fencing;
8. Utilities, including gas, electric, sewer, water, telephone, telefax, copier equipment;
9. Computer and data processing personnel, equipment and software;
10. Federal, state of local business income and franchise taxes;
11. Losses of efficiency or productivity; and
12. Costs and expenses of any kind or item not specifically and expressly included in Paragraph
6.06-C.
E. Allowable Mark-Up
1. Extra Work by contractor (Markup): The following percentages shall be added to the Contractor’s
costs and shall constitute the markup for all overhead and profits:
Labor 33%
Materials 15%
Equipment Rental 15%
Other Items and Expenditures 15%
2. Extra Work by Subcontractor (Markup): When all or any part of the extra work is performed by a
Subcontractor, the markup provided for the Contractor in 6.06.E.1 shall apply to the
Subcontractor’s actual costs. A markup of 5% on the subcontracted portion of each extra work
may be added for the Contractor.
Page 48 of 133
F. Net Allowable Costs
If anyone scope change involves both Extra Work and deleted work in the same portion of the Work
and the additive allowable costs exceed the deductive allowable costs, the Allowable Markups on
the Extra Work will be only the difference between the two amounts.
6.07 CITY ORIGINATED REQUEST FOR ITEMIZED CHANGE ORDER PROPOSAL REQUEST
City may issue a Construction Change Directive or other written request to Contractor describing a proposed
change to the Work and requesting the Contractor submit an itemized change order proposal in a format
acceptable to City within ten (10) calendar days after City issues the request. The Contractor's change order
proposal shall include an analysis of impacts to cost and time, if any, to perform additional work, change
Work or delete Work, as applicable, including the effects and impacts, if any, on unchanged Work, estimates
of costs (broken down by the cost categories listed in this Paragraph), and Contractor's proposed methods
to minimize costs, delay, and disruption to the performance of the Work. If Contractor fails to submit a written
change order proposal within such period of time, it shall be presumed that the change described in the City's
original proposal request will not result in an increase to the Contract Sum or Contract Time and the change
shall be performed by Contractor without additional compensation to Contractor. City's request for itemized
change order proposal request does not authorize the Contractor to commence performance of the change.
If City desires that the proposed change be performed, the Work shall be authorized according to the Change
Order or Construction Change Directive procedures set forth herein.
6.08 CONTRACTOR ORIGINATED CHANGE ORDER REQUEST (COR)
If the Contractor believes that instructions issued by the City after the effective date of the Contract will result
in changes to the Contract Sum or Contract Time or if the Contractor otherwise becomes aware of the need
for or desirability of a change in the Work, Contractor may submit a written Change Order Request ("COR")
to the City in writing, in a format acceptable to City and in accordance with the notice provisions and other
requirements of Article 7 below for Claims. The COR must specify the reasons for the proposed change, cost
impacts and relevant circumstances and impacts on the Construction Schedule. The document shall be
complete in its description of the Work, its material and labor quantities and detail, and must support and
justify the costs and credits claimed by the Contractor. A Critical Path Method schedule Fragnet is required
to support and justify any additional time of performance requested by the Contractor. The City will not review
any COR which is incomplete. The Contractor may request additional compensation and/or time through a
COR but not for instances that occurred more than ten (10) calendar days prior to the notice date. Contractor's
failure to initiate a COR within this ten-day period or to provide detailed back-up documentation to
substantiate the COR within thirty (30) calendar days of the initial written notice shall be deemed a waiver of
the right to adjustment of the Contract Sum or the Contract Time for the alleged change. Any COR that is
approved by the City shall be incorporated in a Change Order or Construction Change Directive. If the COR
is denied but the Contractor believes that it does have merit, the Contractor shall proceed with the disputed
Work and may submit a Claim in accordance with the procedures set forth herein.
6.09 ISSUANCE OF WORK DIRECTIVE (UNILATERAL).
In the event of a dispute as to whether or not Extra Work is required, City shall have the right to unilaterally
issue a Work Directive; Contractor shall continue performance of disputed Work pending resolution and shall
maintain and submit to City all accounting and cost data necessary to substantiate Contractor’s cost of such
disputed Work.
[END OF ARTICLE]
Page 49 of 133
ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS
7.01 GENERAL
A. Payment will be made at the price for each item listed on the bidding form or as Extra Work as provided
in the General Conditions.
B. Initial progress payment will not be made prior to approval by the Director of the Schedule of Values,
the Construction Progress Schedule, and the Schedule of Submittals.
C. No subsequent progress payment will be made prior to receipt by the Director of the monthly revision
of the Construction Progress Schedule.
7.02 SCHEDULE OF VALUES FOR PAYMENTS
A. Submission
Upon City’s request, the three (3) lowest bidders shall complete and submit a Preliminary Schedule
of Values, within seven (7) calendar days.
In addition, Contractor shall complete and furnish within seven (7) calendar days after receiving the
Notice of Award of the Construction Contract a Final Schedule of Values giving a complete
breakdown of the Contract Sum for each component of the Work.
B. Content
The Schedule of Values shall be in sufficient detail as the Director may, in its discretion, deem
necessary to evaluate progress at any point in the performance of the Work. Unless otherwise
specified in the Contract Documents, the Schedule of Values shall include, without limitation, a
breakdown of the general categories of Subcontractor work, direct overhead, profit and contingency,
and a further breakdown of the general categories of Subcontractor work into separate trade line
items of costs for Subcontractor services, labor and material, which is based on actual Subcontractor
contract, subcontract, purchase order or vendor prices. If requested by Director, Contractor shall
revise the Schedule of Values to allocate sums for Contractor overhead, profit and/or contingency
among the individual line items for trade portions of the Work. No amounts shall be reflected in the
Schedule of Values or Application for Payment for Extra Work or Deleted Work for which a Change
Order has not been executed by Contractor and City or for which a Construction Change Directive
has not been issued by City. Amounts that have been mutually agreed to by Change Order or
unilaterally determined by City pursuant to a Construction Change Directive shall be segregated from
the cost of the base Contract Work and separately listed by line item in the Schedule of Values. The
Schedule of Values must be prepared in sufficient detail and supported by sufficient data to
substantiate its accuracy as the Director may require.
C. Applications for Payment
The Schedule of Values, when approved by the Director, shall be used as a basis for Contractor's
Applications for Payment and may be considered as fixing a basis for adjustments to the Contract
Sum.
Page 50 of 133
D. Revisions
If, at any time, it is determined that the Schedule of Values does not allocate the Contract Sum in a
manner that reasonably and fairly reflects the actual costs anticipated to be progressively incurred
by Contractor, it shall be revised and resubmitted for the Director’s approval.
7.03 APPLICATIONS FOR PAYMENT
A. Marked Schedule of Values
Five (5) Days prior to the date set forth in Paragraph 7.03-B below for the monthly progress payment
meeting, Contractor shall submit to Director a copy of the proposed Schedule of Values, marked to
show the percentage of completion certified by Contractor for each line item in the Schedule of
Values, including any stored materials approved for payment by City pursuant to Paragraph 7.03-D,
below and any withholdings from Contractor proposed by Director.
B. Monthly Review
For the purpose of expediting the progress payment procedure, Contractor shall meet with the
Director on or before the twentieth (20th) day of each month to review the Contractor's marked
Schedule of Values prepared in accordance with Paragraph 7.03-A, above. The Director shall revise
as appropriate and sign the marked Schedule of Values to verify such review. If any item in the
marked Schedule of Values submitted for payment is disputed during this review, Contractor agrees
to use its best efforts to resolve the disputed items with the Director before submitting its Application
for Payment. If the Director and Contractor cannot agree, then the percentage completion shall be
established at such percentage as the Director, in good faith, determines is appropriate to the actual
progress of the Work. No inaccuracy or error in the Director’s good faith estimate shall operate to
release Contractor or Surety from any responsibility or liability arising from or related to performance
of the Work. The Director shall have the right subsequently to correct any error and dispute any item
submitted in Contractor's Application for Payment, regardless of whether an item was identified as
disputed in the review process provided for herein.
C. Certification
Each Application for Payment shall be signed and certified by Contractor under penalty of perjury to
City that:
1. The data comprising the Application for Payment is accurate and the Work has progressed to
the point indicated;
2. To the best of Contractor's knowledge, information and belief, the Work is in accordance with
the Contract Documents;
3. Contractor is entitled to payment in the amount certified; and
4. All sums previously applied for by Contractor on account of Work performed by Subcontractors
and that have been paid by City have been paid to the Subcontractors performing such Work,
without any retention, withholding or backcharge by Contractor.
Page 51 of 133
D. Stored Materials
Payments may be made by City, at its discretion, on account of materials or equipment not
incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor
or stored off-Site under the control of City. Such payments shall only be considered upon submission
by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment
will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and
that such other procedures are in place satisfactory to City to protect City's interests. To be
considered for payment, materials or equipment stored off-Site shall, in addition to the above
requirements and unless otherwise specifically approved by City in writing, be stored in a bonded
warehouse, fully insured, and available to City for inspection. City shall have sole discretion to
determine the amount of material and equipment that may be stored on the Site at any given time.
7.04 PROGRESS PAYMENTS
A. Conditions to Progress Payments
Contractor shall submit its Application for Payment to the Director, using such forms as required by
City, once a month on or before the first (1st) Day of the month following the month in which the
Work that is the subject of such Application for Payment was performed. Without limitation to any
other provisions of the Contract Documents, the following shall be conditions precedent to a proper
submission and to the Director approval of each Application for Payment:
1. Submission of a Schedule of Values that reflects the percentages of completion either agreed
to or determined by Director in accordance with Paragraph 7.03-B, above;
2. Submission of the Contractor's certification required by Paragraph 7.03-C, above;
3. Submission of conditional releases of stop notice, if any, and bond rights upon progress
payment, complying with California Civil Code Section 8132, for all Work performed during the
time period covered by the current Application for Payment, signed by Contractor, its
Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional
release of stop notice and bond rights upon progress payment, complying with California Civil
Code Section 8134 for all Work performed during the time period covered by the previous
Application for Payment, signed by Contractor, its Subcontractors of every tier and all material
suppliers to each;
4. Compliance by Contractor with its obligation for maintenance of As-Builts as required by the
Contract Documents;
5. Compliance by Contractor with its obligation for submission of monthly and daily reports as
required by the Contract Documents;
6. Compliance by Contractor with its obligations for submission of scheduling information and
updating of the Construction Schedule as required by Article 4, above and other provisions of
the Contract Documents pertaining to preparation or updating of schedule information;
7. Submission of certified payroll records as required by the Contract Documents;
Page 52 of 133
8. Submission of certifications by Contractor and each Subcontractor as required by applicable
collective bargaining agreements certifying that all employee benefit contributions due and owed
pursuant to any applicable collective bargaining agreement have been paid in full; and
9. Compliance by Contractor with all of its other obligations for submission of documentation or
performance of conditions which, by the terms of the Contract Documents, constitute conditions
to Contractor's right to receive payment for Work performed.
B. Payments by City
Pursuant to California Public Contract Code Section 20104.50, City shall make progress payment of
undisputed sums due within thirty (30) Days after receipt by Director of an undisputed and properly
submitted Application for Payment, calculated on the basis of ninety-five percent (95%) of value
determined pursuant to Paragraph 7.03-B above of the following:
1. The portion of the Work permanently installed and in place;
2. Plus, the value of materials delivered on the ground or in storage as approved by City pursuant
to Paragraph 7.03-D, above,
3. Less, the aggregate of previous payments, and
4. Less, any other withholdings authorized by the Contract Documents.
C. Rejection by City
Any Application for Payment determined not to be undisputed, proper and suitable for payment shall
be returned to Contractor as soon as practicable, but not later than seven (7) Days, after receipt by
City accompanied by an written explanation of the reasons why the payment request was rejected.
Failure by City or Director to either timely reject an Application for Payment or specify any grounds
for rejection shall not constitute a waiver of any rights by City. Applications for Payment that are
rejected shall be corrected and resubmitted within seven (7) Days after receipt by Contractor.
D. Interest
If City fails to make a progress payment to Contractor as required by Paragraph 7.04-B, above, City
shall pay interest to Contractor equivalent to the legal rate set forth in subdivision (a) of California
Code of Civil Procedure Section 685.010. The number of Days available to City to make payment
pursuant to Paragraph 7.04-B, above without incurring interest pursuant to this Paragraph shall be
reduced by the number of Days by which City exceeds the seven (7) Day return requirement
applicable to City as set forth in Paragraph 7.04-C, above.
7.05 FINAL PAYMENT
A. Retention
ln addition to withholdings permitted by Paragraph 7.09 below, a sum equal to five percent (5%) of
all sums otherwise due to Contractor as progress payments shall be withheld by city pursuant to
Paragraph 7.04-B from each progress payment (“Retention”) and retained until such time as it is due
as described herein. A higher Retention amount may be approved by the City Council where project
is deemed “substantially complex” by City Council.
Page 53 of 133
B. Conditions to Final Payment
Contractor shall submit its Application for Final Payment, using such forms as required by Director,
prior to requesting a final inspection of the Work in accordance with Paragraph 3.06 above. Such
Application for Final Payment shall be accompanied by all the following:
1. An affidavit that payrolls, bills for materials and equipment, and other indebtedness connected
with the Project for which City or City's property or funds might be liable have been paid or
otherwise satisfied;
2. Contractor’s certification as required by Paragraph 7.03-C, above;
3. Consent of surety, if any, to Final Payment;
4. A certificate evidencing that the insurance required by the Contract Documents is in force;
5. Conditional Waiver and Release Upon Final Payment in the form required by California Civil
Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all material
suppliers of each, covering the final payment period;
6. Unconditional Waiver and Release Upon Progress Payment in the form required by California
Civil Code Section 8136 executed by Contractor, all Subcontractors of every tier and by all
material suppliers of each, covering the previous payment period;
7. All Record Documents (including, without limitation, complete and accurate As-Built drawings
which shall be kept up to date during the performance of the Work);
8. Documentation that Contractor has inspected, tested, and adjusted performance if every system
or facility of the Work to ensure that overall performance is in compliance with the terms of the
Contract Documents;
9. Four (4) copies of all warranties from vendors and Subcontractors, operation and maintenance
manuals, instructions and related agreements, and equipment certifications and similar
documents;
10. Certifications by Contractor and each Subcontractor as required by applicable collective
bargaining agreements that all employee benefit contributions due and owing pursuant to any
applicable collective bargaining agreement have been paid in full;
11. Releases of rights and claims relating to patents and trademarks, as required by the Contract
Documents; and
12. Any other documents or information required by the Contract Documents as a condition of Final
Payment or Final Completion.
C. Final Payment
Pursuant to the Public Contract Code Section 7107, within sixty (60) Days after City issues the Notice
Page 54 of 133
of Completion to Contractor, the Final Payment, including Retention, shall be released to Contractor,
subject to the City’s right to withhold 150% of any disputed amounts.
D. Disputed Amounts
Pursuant to California Public Contract Code 7107, City may deduct and withhold from the Final
Payment due under Paragraph 7.05-C, above, an amount up to 150% of any disputed amounts,
including, without limitation, amounts to protect City against any loss caused or threatened as a result
of Contractor's failing to fully perform all of those obligations that are required to be fulfilled by
Contractor as a condition to Final Completion and Final Payment. Alternatively, City may elect, in its
sole discretion, to accept the Work without correction or completion and adjust the Contract Sum
pursuant to the Contract Documents.
E. Acceptance of Final Payment
Acceptance of Final Payment by Contractor shall constitute a waiver of all rights by Contractor
against City for recovery of any loss, excepting only those Claims that have been submitted by
Contractor in the manner required by the Contract Documents prior to or at the time of the Final
Payment.
7.06 MISCELLANEOUS
A. Joint Payment
City shall have the right, if deemed necessary in its sole discretion, to issue joint checks made
payable to Contractor and any Subcontractor(s) of any Tier. The joint check payees shall be solely
responsible for the allocation and disbursement of funds included as part of any such joint payment.
Endorsement on such check by a payee shall be conclusively presumed to constitute receipt of
payment by such payee. In no event shall any joint check payment be construed to create any
contract between City and a Subcontractor of any Tier, any obligation from City to such Subcontractor
or any third party rights against City or Director.
B. Withholding/Duty to Proceed
The payment, withholding or retention of all or any portion of any payment claimed to be due and
owing to Contractor shall not operate in any way to relieve Contractor from its obligations under the
Contract Documents. Contractor shall continue diligently to prosecute the Work without reference
to the payment, withholding or retention of any payment. The partial payment, withholding or
retention by City in good faith of any disputed portion of a payment, whether ultimately determined
to be correctly or incorrectly asserted, shall not constitute a breach by City of the Construction
Contract and shall not be grounds for an adjustment of the Contract Sum or Contract Time.
C. No Acceptance
No payment by City or partial or entire use of the Work by City shall be construed as approval or
acceptance of the Work, or any portion thereof.
D. Contractor Payment Warranty
Submission of an Application for Payment shall constitute a representation and warranty by
Contractor that:
Page 55 of 133
1. Title to Work covered by an Application for Payment will pass to City either by incorporation into
the construction or upon receipt of payment by Contractor, whichever occurs first; and
2. Work covered by previous Applications for Payment are free and clear of liens, stop notices,
claims, security interests or encumbrances imposed by the Contractor or any other person.
E. Corrections
No inaccuracy or error in any Application for Payment provided by Contractor shall operate to release
Contractor from the error, or from losses arising from the Work, or from any obligation imposed by
the Contract Documents. City retains the right to subsequently correct any error made in any
previously approved Application for Payment, or progress payment issued, by adjustments to
subsequent payments.
7.07 PAYMENTS BY CONTRACTOR
Contractor shall not include in its Applications for Payment sums on account of any Subcontractor's portion
of the Work that it does not intend to pay to such Subcontractor. Upon receipt of payment from City, Contractor
shall pay the Subcontractor performing Work on the Project, out of the amount paid to Contractor on account
of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled in accordance
with the terms of its contract with Contractor and applicable laws, including, without limitation, California Public
Contract Code Section 7107. Contractor shall remain responsible notwithstanding a withholding by City
pursuant to the terms of these Contract Documents, to promptly satisfy from its own funds sums due to all
Subcontractors who have performed Work that is included in Contractor's Application for Payment. Contractor
shall, by appropriate agreement, require each Subcontractor to make payments to its subcontractors and
material suppliers in similar manner. City shall have no obligation to pay or be responsible in any way for
payment to a Subcontractor of any tier or material supplier.
7.08 PAYMENTS WITHHELD
A. Withholding by City
In addition to any other amounts which City may have the right to retain under the Contract
Documents, City may withhold a sufficient amount of any payment otherwise due to Contractor as
City, in its sole discretion, may deem necessary to cover actual or threatened loss due to any of the
following:
1. Third Party Claims. Third-party claims or stop notices filed or reasonable evidence indicating
probable filing of such claims or stop notices. City shall promptly inform Contractor of any third
party claims related to this Contract.
2. Defective Work. Defective Work not remedied;
3. Nonpayment. Failure of Contractor to make proper payments to its Subcontractors for services,
labor, materials or equipment;
4. Inability to Complete. Reasonable doubt that the Work can be completed for the then unpaid
balance of the Contract Sum or within the Contract Time;
Page 56 of 133
5. Violation of Applicable Laws. Failure of Contractor or its Subcontractors to comply with
applicable laws or lawful orders of governmental authorities;
6. Penalty. Any claim or penalty asserted against City by virtue of Contractor’s failure to comply
with applicable laws or lawful orders of governmental authorities (including, without limitation
labor laws);
7. Failure to Meet Contract Time. Any damages which may accrue as a result of Contractor failing
to meet the Construction Schedule or failing to perform within the Contract Time;
8. Setoff. Any reason specified elsewhere in the Contract Documents as grounds for a withholding
offset or set off or that would legally entitle City to a set-off or recoupment;
9. Consultant Services. Additional professional, consultant or inspection services required due to
Contractor’s failure to comply with the Contract Documents;
10. Liquidated Damages. Liquidated damages assessed against Contractor;
11. Materials. Materials ordered by City pursuant to the Contract Documents;
12. Damages. Loss caused by Contractor or Subcontractor to City, Separate Contractors or any
other person or entity under contract to City;
13. Clean Up. Clean up performed by City and chargeable to Contractor pursuant to the Contract
Documents;
14. Employee Benefits. Failure of Contractor to pay contributions due and owing to employee
benefits funds pursuant to any applicable collective bargaining agreement or trust agreement;
15. Required Documents. Failure of Contractor to submit on a timely basis, proper and sufficient
documentation required by the Contract Documents, including, without limitation, Construction
Schedule updates, ‘look ahead’ schedules, Submittals, Schedules of Values, information on
Subcontractors, Change Orders, certifications and other required reports or documentation; and
16. Other Breach. A breach of any obligation or provision of the Contract Documents.
B. Release of Withholding
If and when City determines, in its sole discretion, that the above grounds for withholding have been
removed and that all losses incurred or threatened have been paid, credited or otherwise satisfied, then
payment shall be made for amounts withheld because of them.
C. Application of Withholding
City may apply sums withheld pursuant to Paragraph 7.08-A above, in payment of any loss or
threatened loss as City determines, in its sole discretion, to be appropriate. Such payments may be
made without a prior judicial determination of City’s actual rights with respect to such loss. Contractor
agrees and hereby designates City as its agent for such purposes, and agrees that such payments
shall be considered as payments made under Construction Contract by City to Contractor. City shall
not be liable to Contractor for such payments made in good faith. City shall submit to Contractor an
accounting of such funds disbursed on behalf of Contractor. As an alternative to such payment, City
Page 57 of 133
may, in its sole discretion, elect to exercise its right to adjust the Contract Sum as provided in the
Contract Documents.
D. Continuous Performance
Provided City pays the undisputed portion, if any, of funds withheld in good faith, Contractor shall
maintain continuous and uninterrupted performance of the Work during the pendency of any disputes
or disagreements with City.
7.09 SUBSTITUTION OF SECURITIES
A. Public Contract Code
Pursuant to the requirements of California Public Contract Code Section 22300, upon Contractor’s
request, City will make payment to Contractor of any funds withheld from payments to ensure
performance under the Contract Documents if Contractor deposits with City, or in escrow with a
California or federally chartered bank in California acceptable to City (“Escrow Agent”), securities
eligible for the investment of State Funds under Government Code Section 16430, or bank or savings
and loan certificates of deposit, interest-bearing demand deposit accounts, standby letters of credit, or
any other security mutually agreed to by the Contractor and the City, upon the following conditions:
1. Contractor shall be the beneficial owner or any securities substituted for monies withheld for the
purpose of receiving any interest thereon.
2. All expenses relating to the substitution of securities under Public Contract Code Section 22300
and under this Paragraph 7.04, including, but not limited to City’s overhead and administrative
expenses, and expenses of Escrow Agent shall be the responsibility of Contractor.
3. Securities or certificates of deposit substituted for monies withheld shall be of a value of at least
equivalent to the amounts of retention to be paid to Contractor pursuant to the Contract
Documents.
4. If Contractor chooses to deposit securities in lieu of monies withheld with an Escrow Agent,
Contractor, City and Escrow Agent shall, as a prerequisite to such deposit, enter into an escrow
agreement, using the City’s form, “Escrow Agreement for Deposit of Securities in Lieu of
Retention.”
5. Contactor shall obtain the written consent of Surety to such agreement.
6. Securities, if any, shall be returned to Contractor only upon satisfactory Final Completion of the
Work.
B. Substitute Security
To minimize the expense caused by such substitution of securities, Contractor shall, prior to or at the
time Contractor requests to substitute security, deposit sufficient security to cover the entire amount to
be withheld. Should the current market value of such substituted security fall below the amount for
which it was substituted, or any other amounts which the City withholds pursuant to the Contract
Documents, Contractor shall immediately and at Contractor’s expense and at no cost to City deposit
additional security qualifying under Public Contract Code Section 22300 until the current market value
of the total security deposited is no less than the amount subject to withholding under the Contract
Page 58 of 133
Documents. Securities shall be valued as often as conditions of the securities market warrant, but in
no case less frequently than once per month.
C. Deposit of Retentions
Alternatively, subject to the conditions set forth in Paragraph 7.04-A above, upon request of
Contractor, City shall make payment of retentions directly to Escrow Agent at the expense of
Contractor, provided that Contractor, City and Escrow Agent shall, as a prerequisite such payment,
enter into an escrow agreement in the same form as prescribed in Part 4 of Paragraph A, above. At
the expense of Contractor and at no cost to City, Contractor may direct the investment of the
payments into securities and interest bearing accounts, and Contractor shall receive the interest
earned on the investments. Escrow Agent shall hold such direct payments by City under the same
terms provided herein for securities deposited by Contractor. Upon satisfactory Final Completion of
the Work, Contractor shall receive from Escrow Agent all securities, interest and payments received
by Escrow Agent from City, less escrow fees and charges of the Escrow Account, according to the
terms of Public Contract Code Section 22300 and the Contract Documents.
D. Time for Election of Substitution of Securities
Notwithstanding the provision of 7.04 A, B, and C above and California Public Contract Code Section
22300, the failure of Contractor to request the Substitution of eligible securities for monies to be withheld
by City within ten (10) days of the award of Contract to Contractor shall be deemed to be a waiver of
all such rights.
7.10 CLAIMS
A. Arising of Claim.
1. Scope Change. When Contractor has a claim for an increase in the Contract Sum or Contract
Time due to a scope change which has not yet become final, a “claim” will be deemed to arise
once the Director has issued a decision denying, in whole or in part, the Contractor’s Change
Order Request.
2. Other Claims. In the case of a Claim by Contractor that does not involve an adjustment to the
Contract Sum or Contract Time due to a scope change and which has not become final, the
Claim may be asserted if, and only if, Contractor gives written notice to City of intent to file the
Claim within three (3) days of the date of discovery relative to such circumstances (even if
Contractor has not yet been damaged or delayed). Such written notice of intent to file a Claim
shall be valid if, and only if, it identifies the event or condition giving rise to the Claim, states its
probable effect, if any with respect to Contractor's entitlement to an adjustment of the Contract
Sum or Contract Time and complies with the requirements of Paragraph 7.11-B, below. For
purposes of this Paragraph 7.11, a Claim for which such written notice is required and has been
given by Contractor shall be deemed to arise on the date that such written notice is received by
City.
B. Content of Claim
A Claim by Contractor must include all of the following:
1. A statement that it is a Claim and a request for a decision on the Claim;
Page 59 of 133
2. A detailed description of the act, error, omission, unforeseen condition, event or other
circumstance giving rise to the Claim.
3. If the Claim involves an adjustment to the Contract Sum or Contract Time due to a change in
scope, a statement demonstrating that all requisite notices were provided, including, without
limitation, timely written notice and a Change Order Request as required by Article 6 of these
General Conditions and timely notice of delay and request for extension of time in accordance
with Article 3. If the Claim does not involve an adjustment to the Contract Sum or Contract Time
due to a change in scope, a statement demonstrating that a notice of intent to file the Claim was
timely submitted as required by Paragraph 7.10-A.2, above;
4. A detailed justification for any remedy or relief sought by the Claim including without limitation,
a detailed cost breakdown in the form' required for submittal of Change Order Requests and
actual job cost records demonstrating that the costs have been incurred;
5. If the Claim involves a request for adjustment of the Contract Time, written documentation
demonstrating that Contractor has complied with the requirements of the Contract Documents
and written substantiation (including, without limitation, a Time Impact Analysis) demonstrating
that Contractor is entitled to an extension of time under the Contract Documents; and
6. A written certification signed by a managing officer of Contractor's organization, who has the
authority to sign contracts and purchase orders on behalf of Contractor and who has personally
investigated and confirmed the truth and accuracy of the matters set forth in such certification,
in the 'following form:
"I hereby certify under penalty of perjury that I am a managing officer of (Contractor's name) and
that I have reviewed the Claim presented herewith on Contractor's behalf and/or on behalf of
(Subcontractor's name) and that, to the best of my knowledge after conducting a diligent inquiry
into the facts of the Claim, the following statements are true and correct:
The facts alleged in or that form the basis for the Claim are, to the best of my knowledge
following diligent inquiry, true and accurate; and,
(a) I do not know of any facts or circumstances, not alleged in the Claim, that by
reason of their not being alleged render any fact or statement alleged in the Claim
materially misleading; and,
(b) I have, with respect to any request for money or damages alleged in or that forms
the basis for the Claim, reviewed the job cost records (including those maintained
by Contractor and by any Subcontractor, of any tier, that is asserting all or any
portion of the Claim) and confirmed with reasonable certainty that the losses or
damages suffered by Contractor and/or such Subcontractor were in fact suffered
in the amounts and for the reasons alleged in the Claim; and,
(c) I have, with respect to any request for extension of time or claim of delay,
disruption, hindrance or interference alleged in or that forms the basis for the
Claim, reviewed the job schedules (including those maintained by Contractor and
the Subcontractor, of any tier, that is asserting all or any portion of the Claim) and
confirmed on an event-by-event basis that the delays or disruption suffered by
Contractor and/or such Subcontractor were in fact experienced for the durations,
in the manner, and with the consequent effects on the time and/or sequence of
Page 60 of 133
performance of the Work, as alleged in the Claim; and,
(d) I have not received payment from City for, nor has Contractor previously released
City from, any portion of the Claim.”
Signature: Date:
Name:
Title:
Company
C. Noncompliance
Failure to submit any of the information, documentation or certifications required by Paragraph 7.10-
B, above, shall result in the Claim being returned to Contractor without any decision.
D. Submission of Claims
1.Director. Claims shall be first submitted to the City for decision by the Director.
2.Continuous Work. Notwithstanding the making of any Claim or the existence of any dispute
regarding any Claim, unless otherwise directed by City, Contractor shall not delay, slow or stop
performance of the Work, but shall diligently proceed with performance in accordance with the
Contract Documents and City will continue, to make undisputed payments as by the Contract
Documents.
3.Time for Filing. All Claims and supporting documentation and certifications must be filed within
thirty (30) days after the Claim arises. No Claims shall be filed after Final Payment.
4.Conditions Precedent. No Claim may be asserted unless Contractor has strictly complied with
the requirements of this Paragraph 7.10-D, which shall be considered conditions precedent to
Contractor’s right to assert the Claim and to initiate the Dispute Resolution Process with respect
to such Claim.
E. Response to Claims, Meet and Confer
1.Claims less than $50,000. Claims less than $50,000 shall be responded to by City in writing
within forty-five (45) days of receipt of the Claim, unless City requests additional information or
documentation of the Claim within thirty (30) days of receipt of the Claim, in which case City
shall respond to the Claim within fifteen (15) days after receipt of the further information or
documentation or within a period of time no greater than that taken by Contractor in producing
the additional information or documentation, whichever is greater.
2.Claims $50,000 or more. Claims $50,000 or more shall be responded to by City in writing within
(60) days of receipt of the Claim, unless City requests additional information or documentation
of the Claim within thirty (30) days of receipt of the Claim, in which case City shall respond to
the Claim within thirty (30) days after receipt of the further information or documentation or within
a period of time no greater than that taken by Contractor in producing the additional information
or documentation, whichever is greater.
Page 61 of 133
3.Meet and Confer. If Contractor disputes City's response, or if City fails to respond within the
prescribed time set forth in Paragraph 7.10-E.1 and 7.10-E.2, above, Contractor may so notify
City, in writing, within fifteen (15) days of City's response, or within fifteen (15) days of City’s
response due date in the event of a failure to respond, and demand an informal conference to
meet and confer for settlement of the issues in dispute. Upon such demand, City shall schedule
a meet and confer conference within thirty (30) days of such demand, for discussion of
settlement of the dispute.
F. Finality of Decision
If Contractor disputes the Director’s decision under this Article, it shall commence the Dispute
Resolution Process as set forth in Article 15 of these General Conditions by filing a Statement of
Dispute within seven (7) days after receipt of the Director’s response.
G. Continuing Contract Performance/Duty to Proceed with Disputed Work
Contractor shall not delay or postpone any Work pending resolution of any claims, disputes or
disagreements. Pending final resolution of a claim, the Contactor shall proceed diligently with
performance of the Contract and the City shall continue to make payments for undisputed Work in
accordance with the Contract Documents. In the event of disputed Work, City shall have the right to
unilaterally issue a Work Directive and Contractor shall continue performance pending resolution of the
dispute and shall maintain the accounting and cost data to substantiate the cost of such disputed work.
[END OF ARTICLE]
Page 62 of 133
ARTICLE 8 - MATERIALS AND EQUIPMENT
8.01 GENERAL
A. The Contractor shall furnish all materials and equipment needed to complete the Work and installations
required under the terms of this Contract, except those materials and equipment specified to be
furnished by the City.
B. The Contractor shall submit satisfactory evidence that the materials and equipment to be furnished and
used in the work are in compliance with the Specifications. Materials and equipment incorporated in
the Work and not specifically covered in the Specifications shall be the best of their kind. Unless
otherwise specified, all materials and equipment incorporated in the Work under the Contract shall be
new.
8.02 QUALITY AND WORKMANSHIP
All material and equipment furnished by the Contractor shall be new, high grade, and free from defects and
imperfections, unless otherwise hereinafter specified. Workmanship shall be in accordance with the best
standard practices. All materials and equipment must be of the specified quality and equal to approved samples,
if samples have been required. All Work shall be done and completed in a thorough, workmanlike manner,
notwithstanding any omission from the Specifications or Drawings, and it shall be the duty of the Contractor to
call attention to apparent errors or omissions and request instructions before proceeding with the Work. The
Director may, by appropriate instructions, correct errors and supply omissions, which instructions shall be binding
upon the Contractor as though contained in the original Specifications or Drawings. All Work performed under
the Specifications will be inspected by the Director as provided in Paragraph 8.04. All materials and equipment
furnished and all Work done must be satisfactory to the Director. Work, material, or equipment not in accordance
with the Specifications, in the opinion of the Director shall be made to conform thereto. Unsatisfactory materials
and equipment will be rejected, and if so ordered by the Director, shall, at the Contractor's expense, be
immediately removed from the vicinity of the Work.
8.03 TRADE NAMES AND "OR APPROVED EQUAL" PROVISION
Whenever in the Specifications or Drawings the name or brand of a manufactured article is used it is intended
to indicate a measure of quality and utility or a standard. Except in those instances where the product is
designated to match others in use on a particular improvement either completed or in the course of completion,
the Contractor may substitute any other brand or manufacture of equal appearance, quality, and utility on
approval of the Director, provided the use of such brand or manufacture involves no additional cost to the City.
8.04 APPROVAL OF MATERIALS
A. The Contractor shall furnish without additional cost to the City such quantities of construction materials
as may be required by the Director for test purposes. He/she shall place at the Director's disposal all
available facilities for and cooperate with him in the sampling and testing of all materials and
workmanship. The Contractor shall prepay all shipping charges on samples. No samples are to be
submitted with the bids unless otherwise specified.
B. Each sample submitted shall be labeled. A letter, in duplicate, submitting each shipment of samples
shall be mailed to the Director by the Contractor. Both the label on the sample and the letter of
transmittal shall indicate the material represented, its place of origin, the names of the producer and
the Contractor, the Specifications number and title, and a reference to the applicable Drawings and
Specifications paragraphs.
Page 63 of 133
C. Materials or equipment of which samples are required shall not be used on the Work until approval has
been given by the Director in writing. Approval of any sample shall be only for the characteristics of the
uses named in such approval and no other. No approval of a sample shall be taken in itself to change
or modify any Contract requirement.
D. Failure of any material to pass the specified tests, including life cycle maintenance data may be
sufficient cause for refusal to consider under this Contract, any further sample of the same brand or
make of that material.
8.05 ORDERING MATERIALS AND EQUIPMENT
One copy of each of the Contractor's purchase orders for materials and equipment forming a portion of the Work
must be furnished to the Director, if requested. Each such purchase order shall contain a statement that the
materials and equipment included in the order are subject to inspection by the City. Materials and equipment
purchased locally will, at the City’s discretion, be inspected at the point of manufacture or supply, and materials
and equipment supplied from points outside the Los Angeles area will be inspected upon arrival at the job, except
when other inspection requirements are provided for specific materials in other sections of the Contract
Documents.
8.06 AUTHORITY OF THE DIRECTOR
A. On all questions concerning the acceptability of materials or machinery, the classification of materials,
the execution of the Work, and conflicting interests of Contractors performing related work, the decision
of the Director shall be final and binding.
B. The Director will make periodic observations of materials and completed work to observe their
compliance with Drawings, Specifications, and design and planning concepts, but he/she is not
responsible for the superintendence of construction processes, site conditions, operations, equipment,
personnel, or the maintenance of a safe place to work or any safety in, on, or about the site of work.
8.07 INSPECTION
All materials furnished and work done under this Contract will be subject to rigid inspection. The Contractor shall
furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining
them, as requested by the Director. The Director, or his/her authorized agent or agents, at all times shall have
access to all parts of the shop and the works where such materials under his/her inspection is being
manufactured or the work performed. Work or material that does not conform to the Specifications, although
accepted through oversight, may be rejected at any stage of the Work. Whenever the Contractor is permitted or
directed to do night work or to vary the period during which work is carried on each day, he/she shall give the
Director due notice, so that inspection may be provided. Such work shall be done under regulations to be
furnished in writing by the Director.
8.08 INFRINGEMENT OF PATENTS
The Contractor shall hold and save the City, its officers, agents, servants, and employees harmless from and
against all and every demand or demands, of any nature or kind, for or on account of the use of any patented
invention, process, equipment, article, or appliance employed in the execution of the Work or included in the
materials or supplies agreed to be furnished under this Contract, and should the Contractor, his/her agents,
servants, or employees, or any of them, be enjoined from furnishing or using any invention, process, equipment,
article, materials, supplies or appliance supplied or required to be supplied or used under this Contract, the
Contractor shall promptly substitute other inventions, processes, equipment, articles, materials, supplies, or
Page 64 of 133
appliances in lieu thereof, of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all
respects to the Director. Or in the event that the Director elects, in lieu of such substitution, to have, supplied,
and to retain and use, any such invention, process, equipment, article, materials, supplies, or appliances, as may
by this Contract be required to be supplied and used, in that event the Contractor shall at his/her expense pay
such royalties and secure such valid licenses as may be requisite and necessary to enable the City, its officers,
agents, servants, and employees, or any of them, to use such invention, process, equipment, article, materials,
supplies, or appliances without being disturbed or in way interfered with by any proceeding in law or equity on
account thereof. Should the Contractor neglect or refuse promptly to make the substitution hereinbefore required,
or to pay such royalties and secure such licenses as may be necessary and requisite for the purpose aforesaid,
then in that event the Director shall have the right to make such substitution, or the City may pay such royalties
and secure such licenses and charge the cost thereof against any money due the Contractor from the City, or
recover the amount thereof from him/her and his/her surety, notwithstanding final payment under this Contract
may have been made.
[END OF ARTICLE]
Page 65 of 133
ARTICLE 9 – SUBMITTALS
9.01 GENERAL
A. The Contractor shall submit samples, drawings, and data for the Director's approval which demonstrate
fully that the construction, and the materials and equipment to be furnished will comply with the
provisions and intent of the Drawings and Specifications.
B. Specific items to be covered by the submittals shall include, as a minimum, the following:
1. For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement
drawings and schedules necessary.
2. For conduits, submit a detailed layout of the conduit with details of bends and fabricated
specials and furnish any other details necessary. Show location of shop and field welds.
3. For equipment which requires electrical service, submit detailed information to show power
supply requirements, wiring diagrams, control and protection schematics, shop test data,
operation and maintenance procedures, outline drawings, and manufacturer's
recommendation of the interface/interlock among the equipment.
4. For mechanical equipment submit all data pertinent to the installation and maintenance of
the equipment including shop drawings, manufacturer's recommended installation
procedure, detailed installation drawings, test data and curves, maintenance manuals, and
other details necessary.
5. Samples
6. Colors
7. Substitutions
8. Manuals
9. As-built drawings
10. Safety plans required by Article 10
9.02 PRODUCT HANDLING
A. Submittals shall be accompanied by a letter of transmittal and shall be in strict accordance with the
provisions of this Article.
B. Submit priority of processing when appropriate.
9.03 SCHEDULE OF SUBMITTALS
A. The Contractor shall prepare and submit a schedule of submittals. The schedule of submittals shall be
in the form of a submittal log. Refer to Paragraph 9.12.
Page 66 of 133
9.04 SHOP DRAWINGS
A. All shop drawings shall be produced to a scale sufficiently large to show all pertinent features of the
item and its method of connection to the Work.
B. All shop drawing prints shall be made in blue or black line on white background. Reproductions of
City/Contract Drawings are not acceptable.
C. The overall dimensions of each drawing submitted to the Director shall be equal to one of the City's
standard sheet sizes as listed below. The title block shall be located in the lower right hand corner of
each drawing and shall be clear of all line Work, dimensions, details, and notes.
Sheet Sizes
Height X Width
11" X 8 1/2"
11" X 17"
24" X 36"
30” X 42”
9.05 COLORS
Unless the precise color and pattern are specified elsewhere, submit accurate color charts and pattern charts to
the Director for his/her review and selection whenever a choice of color or pattern is available in a specified
product. Label each chart naming the source, the proposed location of use on the project, and the project.
9.06 MANUFACTURERS' LITERATURE
Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly
show which portions of the contents are being submitted for review.
9.07 SUBSTITUTIONS
A. The Contract is based on the materials, equipment, and methods described in the Contract Documents.
Any Contractor proposed substitutions are subject to the Director’s approval.
The Director will consider proposals for substitution of materials, equipment, and methods only when
such proposals are accompanied by full and complete technical data, and all other information,
including life cycle maintenance data, required by the Director to evaluate the proposed substitution.
B. Any requests for substitutions by the Contractor must be made within forty-five (45) calendar days from
the Issuance Date on the Notice to Proceed. Otherwise, such requests will not be considered.
C. Trade names and "or approved equal" provision as set forth in Paragraph 8.03.
9.08 MANUALS
A. When manuals are required to be submitted covering items included in this Work, prepare and submit
such manuals in approximately 8-1/2" X 11" format in durable plastic binders. In addition, manuals
shall be submitted in electronic format. Manuals shall contain at least the following:
1. Identification on, or readable through, the front cover stating general nature of the manual.
Page 67 of 133
2. Neatly typewritten index near the front of the manual, furnishing immediate information as to
location in the manual of all emergency data regarding the installation.
3. Complete instructions regarding operation and maintenance of all equipment involved.
4. Complete nomenclature of all replaceable parts, their part numbers, current cost, and name
and address of nearest vendor of parts.
5. Copy of all guarantees and warranties issued.
6. Copy of drawings with all data concerning changes made during construction.
B. Where contents of manuals include manufacturers' catalog pages, clearly indicate the precise items
included in this installation and delete, or otherwise clearly indicate, all manufacturers' data with which
this installation is not concerned.
9.09 AS-BUILT DRAWINGS
A. When required to be submitted covering items included in this Work, the Contractor shall deliver to the
City one complete set of final As-Built hard copy drawings together with a set of AutoCAD drawing files
in electronic format showing completed building, “as-built” for City records before the Contract will be
accepted by the City.
B. The drawings shall be duplicates and at the same size and dimensional scale as the originals. They
shall be on a polyester translucent base material with a minimum sheet thickness of .003 inch (.08mm).
C. The legibility and contrast of each drawing submitted to the City shall be such that every line, number,
letter, and character is clearly readable in a full size blow back from a 35 mm microfilm negative of the
drawing.
9.10 SUBMITTALS QUANTITIES
A. Submit seven (7) copies of all data and drawings unless specified otherwise.
B. Submit all samples, unless specified otherwise, in the quantity to be returned, plus two, which will be
retained by the Director.
9.11 IDENTIFICATION OF SUBMITTALS
Completely identify each submittal and re-submittal by showing at least the following information:
A. Name and address of submitter, plus name and telephone number of the individual who may be
contacted for further information.
B. Name of project as it appears in the Contract Documents and Specification No.
C. Drawing number and Specifications section number other than this section to which the submittal
applies.
D. Whether this is an original submittal or re-submittal.
E. For samples, indicate the source of the sample.
Page 68 of 133
9.12 SCHEDULE OF SUBMITTALS
A. Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to
Proceed.
B. Submit revised schedule of submittals within five (5) Working Days after date of request from the
Director.
C. The Director will review schedule of submittals and will notify Contractor that schedule is acceptable
or not acceptable within five (5) Working Days after receipt.
9.13 COORDINATION OF SUBMITTALS
A. Prior to submittal for the Director’s review, use all means necessary to fully coordinate all material,
including the following procedures:
1. Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar
data.
2. Coordinate as required with all trades and with all public agencies involved.
3. Secure all necessary approvals from public agencies and others and signify by stamp, or other
means, that they have been secured.
4. Clearly indicate all deviations from the Specifications.
B. Unless otherwise specifically permitted by the Director, make all submittals in groups containing all
associated items; the Director may reject partial submittals as not complying with the provisions of the
Specifications.
9.14 TIMING FOR SUBMITTALS
A. Make all submittals far enough in advance of scheduled dates of installation to provide all required time
for reviews, for securing necessary approvals, for possible revision and re-submittal, and for placing
orders and securing delivery.
B. In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from
the City office.
C. Manuals shall be submitted prior to performing functional tests.
9.15 APPROVAL BY CITY
A. Up to three (3) copies of each submittal, except manuals, schedule of costs for progress payments,
and as-built drawings will be returned to the Contractor marked "No Exceptions Taken," “Make
Corrections Noted - Do Not Resubmit,” or “Make Corrections Noted - Resubmit.” Manuals, schedule of
costs, and as-built drawings will be returned for re-submittal if incomplete or unacceptable.
B. Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed.
C. If submittal is returned for correction, it will be marked to indicate what is unsatisfactory.
Page 69 of 133
D. Resubmit revised drawings or data as indicated, in five (5) copies.
E. Approval of each submittal by the Director will be general only and shall not be construed as:
1. Permitting any departures from the Specifications requirements.
2. Relieving the Contractor of the responsibility for any errors and omissions in details, dimensions,
or of other nature that may exist.
3. Approving departures from additional details or instructions previously furnished by the Director.
9.16 CHANGES TO APPROVED SUBMITTALS
A. A re-submittal is required for any proposed change to an approved submittal. Changes which require
re-submittal include, but are not necessarily limited to, drawing revisions, changes in materials and
equipment, installation procedures and test data. All re-submittals shall include an explanation of the
necessity for the change.
B. Minor corrections to an approved submittal may be accomplished by submitting a "Corrected Copy".
[END OF ARTICLE]
Page 70 of 133
ARTICLE 10 – SAFETY
10.01 PROTECTION OF PERSONS AND PROPERTY
A. Contractor's Responsibility: Notwithstanding any other provision of the Contract Documents, the
Contractor shall be solely and completely responsible for conditions of the job site, including safety of
all persons and property, during performance of the Work. This requirement will apply continuously and
will not be limited to normal working hours. Safety and sanitary provisions shall conform to all applicable
Federal, State, County, and local laws, regulations, ordinances, standards, and codes. Where any of
these are in conflict, the more stringent requirement shall be followed.
B. Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the
entire construction period.
C. Protection of the Public. The Contractor shall take such steps and precautions as his/her operations
warrant to protect the public from danger, loss of life, loss of property or interruption of public services.
Unforeseen conditions may arise which will require that immediate provisions be made to protect the
public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of
work under this contract. Whenever, in the opinion of the Director, a condition exists which the
Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of
adjacent structures or property, the Director will order the Contractor to provide a remedy for the
condition. If the Contractor fails to act on the situation within a reasonable time period as determined
by the Director, or in the event of an emergency situation, the Director may provide suitable protection
by causing such work to be done and material to be furnished as, in the opinion of the Director, may
seem reasonable and necessary. The cost and expense of all repairs (including labor and materials)
as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for
emergency repairs will be deducted from the final payment due to the Contractor.
10.02 PROTECTION FROM HAZARDS
A. Trench Excavation
Excavation for any trench four (4) feet or more in depth shall not begin until the Contractor has received
approval from the Director of the Contractor's detailed plan for worker protection from the hazards of
caving ground during the excavation of such trench. Such plan shall show the details of the design of
shoring, bracing, sloping or other provisions to be made for worker protection during such excavation.
No such plan shall allow the use of shoring, sloping or protective system less effective than that required
by the Construction Safety Orders of the Division of Occupational Safety and Health, and if such plan
varies from the shoring system standards established by the Construction Safety Orders, the plan shall
be prepared and signed by an engineer who is registered as a Civil or Structural Director in the State
of California.
B. Confined Spaces
Contractor shall comply with all of the provisions of General Industry Safety Orders of the California
Code of Regulations. Entry of a confined space shall not be allowed until the Contractor has received
approval from the Director of the Contractor’s program for confined space entry. Confined space means
a space that (1) Is large enough and so configured that an employee can bodily enter and perform
assigned Work; and (2) Has limited or restricted means for entry or exit (for example, tanks, vessels,
silos, storage bins, hoppers, vaults, and pits are spaces that may have limited means of entry); and (3)
Is not designed for continuous employee occupancy. Failure to submit a confined space entry program
Page 71 of 133
may result in actions as provided in Article 5: “Suspension or Termination of Contract.”
C. Material Safety Data Sheet
Contractor shall comply with all of the provisions of General Industry Safety Orders of the California
Administrative Code. The Contractor shall submit to the Director a Material Safety Data Sheet (MSDS)
for each hazardous substance proposed to be used, ten (10) days prior to the delivery of such materials
to the job site or use of such materials at a manufacturing plant where the Director is to perform an
inspection. For materials which are to be tested in City laboratories, the MSDS shall be submitted with
the sample(s). Hazardous substance is defined as any substance included in the list (Director's List)
of hazardous substances prepared by the Director, California Department of Industrial Relations,
pursuant to Labor Code Section 6382. Failure to submit an MSDS for any hazardous substance may
result in actions as provided in Article 5, "Suspension or Termination of Contract".
10.03 DIFFERING SITE CONDITIONS
A. Differing Site Conditions Defined. The Contractor shall promptly, and before such conditions are
disturbed, notify the Director in writing of any Differing Site Conditions. Differing Site Conditions are
those conditions, located at the project site or in existing improvements and not otherwise ascertainable
by Contractor through the exercise of due diligence in the performance of its inspection obligations in
the Contract Documents, encountered by Contractor in digging trenches or other excavations(s) that
extend deeper than four feet below the surface of the ground that constitute:
1. Material that the Contractor believes may be material that is hazardous waste as defined in Section
25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or
Class III disposal site in accordance with provisions of existing law.
2. Subsurface or latent physical conditions at the site differing materially from those indicated in these
Contract Documents.
3. Unknown physical conditions at the site, of any unusual nature, different materially from those
ordinarily encountered and generally recognized as inherent in Work of the character provided for
in these Contract Documents.
B. Notice by Contractor. If the Contractor encounters conditions it believes constitute Differing Site
Conditions, then notice of such conditions shall, before such conditions are disturbed, be promptly
reported to the Director followed within twenty-four (24) hours by a further written notice stating a
detailed description of the conditions encountered.
C. The Director will promptly investigate the conditions and If he/she finds that such conditions do
materially differ, or do involve hazardous waste, and do cause an increase or decrease in the
Contractor's cost of, or time required for, performance of any part of the Work under this Contract, an
equitable adjustment will be made, as determined by the Director.
D. Change Order Request. If Contractor intends to seek an adjustment to the Contract Sum or Contract
Time based upon Differing Site Conditions, it must, within ten (10) Days after the Discovery Date relative
to such conditions, submit a Change Order Request setting forth a detailed cost breakdown and Time
Impact Analysis, in the form required by Article 6 of these General Conditions, of the additional
Allowable Costs and Excusable Delay resulting from such Differing Site Conditions.
E. Failure to Comply. Failure by Contractor to strictly comply with the requirements of this Paragraph
Page 72 of 133
10.03 concerning the timing and content of any notice of Differing Site Conditions or request for
adjustment in Contract Sum or Contract Time based on Differing Site Conditions shall be deemed
waiver of any right by the Contractor for an adjustment in the Contract Sum or Contract Time by reason
of such conditions.
F. Final Completion. No claim by the Contractor for additional compensation for Differing Site Conditions
shall be allowed if asserted after Final Payment.
G. In the event of disagreement between the Contractor and the Director whether the conditions do
materially differ or whether a hazardous waste is involved or whether the conditions cause an increase
or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, the
Contractor shall not be excused from any completion date required by the Contract, but shall proceed
with all Work to be performed under the Contract Documents.
H. The Contractor shall retain all rights provided by, and shall be subject to all requirements of, this
Contract which pertain to the resolution of disputes and protests.
I. Contractor Responsibility. Except as otherwise provided in this Paragraph 10.03 for Differing Site
Conditions, Contractor agrees to solely bear the risk of additional cost and Delay due to concealed or
unknown conditions, surface or subsurface, at the Site or in Existing Improvements, without adjustment
to the Contract Sum or Contract Time.
10.04 TRAFFIC REGULATION
A. During the performance of the Work the Contractor shall erect and maintain necessary temporary
fences, bridges, railings, lights, signals, barriers, or other safeguards as shall be appropriate under the
circumstance in his/her judgment for the prevention of accidents; and he/she shall take other
precautions as necessary for public safety including, but not limited to, traffic control. Traffic control
shall be conducted in accordance with the latest edition of the Work Area Traffic Control (“WATCH”)
handbook, published by BNi Books, and as directed and approved by the City Traffic and
Transportation Administrator.
B. Contractor shall submit at least ten (10) Working Days prior to Work a detailed traffic control plan, that
is approved by all agencies having jurisdiction and that conforms to all requirements of the
Specifications.
C. No changes or deviations from the approved detailed traffic control plan shall be made, except
temporary changes in emergency situations, without prior approval of the City Traffic and
Transportation Administrator and all agencies having jurisdiction.
Contractor shall immediately notify the Director, the City Traffic and Transportation Administrator and
the agencies having jurisdiction of occurrences that necessitate modification of the approved traffic
control plan.
D. Contractor’s failure to comply with this provision may result in actions as provided in Article 5:
“Suspension or Termination of Contract” of these General Conditions.
10.05 TRAFFIC CONTROL DEVICES
A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall
Page 73 of 133
conform to the requirements of the WATCH handbook or the manual of traffic control, whichever is
more stringent, and as approved by the City Traffic and Transportation Administrator.
1. Portable signals shall not be used unless permission is given in writing by the agency having
jurisdiction.
2. Warning signs used for nighttime conditions shall be reflectorized or illuminated. "Reflectorized
signs" shall have a reflectorized background and shall conform to the current State of California
Department of Transportation specification for reflective sheeting on highway signs.
B. If the Contractor fails to provide and install any of the signs or traffic control devices required herby or
ordered by the City staff, staff may cause such signs or traffic control devices to be placed by others,
charge the costs therefore against the Contractor, and deduct the same from the next progress
payment.
10.06 EXECUTION
A. The Contractor shall provide written notification to the Police Department, Traffic Bureau (323) 587-
5171, at least two (2) weeks prior to the beginning of construction at any particular location. Notification
will include the specific location, project dates, what lanes of the roadway will be closed and when. Also
the construction project manager’s name and business phone number and the construction inspector’s
name and business phone number.
B. The Contractor shall notify, by telephone, the Police Department, (323) 587-5171 at the completion of
any posting of temporary no parking signs. Notification will include the times, dates and locations of
the posting. When vehicles must be towed for violation of temporary no parking signs, the person who
actually posted the signs, or on-view supervisor of that posting, will be present to answer pertinent
questions that may be asked by the parking enforcement officer or police officer towing the vehicles.
C. The Contractor shall notify the Fire Department, on a daily basis during the entire period that
construction is in progress whenever roadways are reduced in width or blocked. Notification shall be
made to the Fire Dispatch (323) 881-6183 and the Contractor shall provide the information required to
identify which roadways would have accessibility problems due to his/her operations. The Contractor
shall submit to Fire Department schedule of Work for their use and files.
D. Roads subject to interference from the Work covered by this Contract shall be kept open, and the
fences subject to interference shall be kept up by the Contractor until the Work is finished. Except
where public roads have been approved for closure, traffic shall be permitted to pass through
designated traffic lanes with as little inconvenience and delay as possible.
E. Where alternating one-way traffic has been authorized, the maximum time that traffic will be delayed
shall be posted at each end of the one-way traffic section. The maximum delay time shall be approved
by the agency having jurisdiction.
F. Contractor shall install temporary traffic markings where required to direct the flow of traffic and shall
maintain the traffic markings for the duration of need. Contractor shall remove the markings by abrasive
blasting when no longer required.
G. Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as
Page 74 of 133
possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and
kept in good condition.
H. When leaving a Work area and entering a roadway carrying public traffic, the Contractor's equipment,
whether empty or loaded, shall in all cases yield to public traffic.
10.07 FLAGGING
A. Contractor shall provide flaggers to control traffic where required by the approved traffic control plan.
1. Flaggers shall perform their duties and shall be provided with the necessary equipment in
accordance with the current "Instructions to Flaggers" of the California Department of
Transportation.
2. Flaggers shall be employed full time on traffic control and shall have no other duties.
10.08 PEDESTRIAN CANOPIES OR BARRICADE IMPROVEMENTS
Refer to City of Vernon for requirements for building or access road safety improvements that the Contractor
shall construct during construction period. These devices or improvements, as the City deems necessary or
prudent, shall be at the expense of the Contractor.
[END OF ARTICLE]
Page 75 of 133
ARTICLE 11 - INDEMNITY
11.01 INDEMNITY
To the maximum extent permitted by law, the Contractor shall fully indemnify, hold harmless, protect, and defend
the City, its officers, employees, agents, representatives and their successors and assigns (“Indemnitees”) from
and against any and all demands, liability, loss, suit, claim, action, cause of action, damage, cost, judgment,
settlement, decree, arbitration award, stop notice, penalty, loss of revenue, and expense (including any fees of
accountants, attorneys, experts or other professionals, and costs of investigation, mediation, arbitration, litigation
and appeal), in law or in equity, of every kind and nature whatsoever, arising out of or in connection with, resulting
from or related to, or claimed to be arising out of the Work performed by Contractor, or any of its officers, agents,
employees, Subcontractors, Sub-Subcontractors, design consultants or any person for whose acts any of them
may be liable, regardless of whether such claim, suit or demand is caused, or alleged to be caused, in part, by
an Indemnitee, including but not limited to:
A. Bodily injury, emotional injury, sickness or disease, or death to any persons;
B. Infringement of any patent rights, licenses, copyrights or intellectual property which may be brought
against the Contractor or City arising out of Contractor’s Work, for which the Contractor is responsible;
C. Stop notices and claims for labor performed or materials used or furnished to be used in the Work,
including all incidental or consequential damages resulting to City from such stop notices and claims;
D. Failure of Contractor or its Subcontractors to comply with the provisions for insurance;
E. Failure to comply with any Governmental Approval or similar authorization or order;
F. Misrepresentation, misstatement, or omission with respect to any statement made in or any document
furnished by the Contractor in connection therewith;
G. Breach of any duty, obligation, or requirement under the Contract Documents;
H. Failure to provide notice to any Party as required under the Contract Documents;
I. Failure to protect the property of any utility provider or adjacent property owner; or
J. Failure to make payment of all employee benefits.
This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive
negligence by Indemnitees, except that, to the limited extent mandated by California Civil Code Section 2782,
the Contractor shall not be responsible for liabilities which arise from the sole negligence or willful misconduct of
Indemnitees or arise from the active negligence of City.
11.02 ENFORCEMENT
Contractor’s obligations under this Article extend to claims occurring after termination of the Contractor’s
performance of the Contract or Final Payment to Contractor. The obligations apply regardless of any actual or
alleged negligent act or omission of Indemnitees. Contractor, however, shall not be obligated under this
Agreement to indemnify an Indemnitee for claims arising from the sole active negligence or willful misconduct of
the Indemnitee or independent contractors who are directly responsible to Indemnitees. Contractor’s obligations
under this Article are in addition to any other rights or remedies which the Indemnitees may have under the law
Page 76 of 133
or under the Contract Documents. In the event of any claim, suit or demand made against any Indemnitees, the
City may in its sole discretion reserve, retain or apply any monies due to the Contractor under the Contract for
the purpose of resolving such claims; provided, however, that the City may release such funds if the Contractor
provides the City with reasonable assurance of protection of the City’s interests. The City shall in its sole
discretion determine whether such assurances are reasonable.
11.03 NO LIMITATIONS
Contractor’s indemnification and defense obligations set forth in this Article are separate and independent from
the insurance provisions set forth in Article 12 herein; and do not limit, in any way, the applicability, scope, or
obligations set forth in those insurance provisions. In claims, suits, or demands against any Indemnitee by an
employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them, or anyone for
whose acts they may be liable, the Contractor’s indemnification and defense obligations shall not be limited by
a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or a
Subcontractor under workers’ compensation acts, disability benefits acts, or other employee benefits acts.
[END OF ARTICLE]
Page 77 of 133
ARTICLE 12 – INSURANCE
12.01 CONDITION TO COMMENCEMENT
Contractor shall not commence Work under this Contract until Contractor has obtained all insurance required
hereunder from a company or companies acceptable to City, nor shall the Contractor allow any Subcontractor
to commence Work on a subcontract until all insurance required of said Subcontractor has been obtained. Proof
of insurance including insurance certificates and endorsements as set forth in Exhibit 4 must be submitted by
the Contractor prior to the City’s execution of the Contract.
12.02 MINIMUM COVERAGE AND LIMITS
Contractor shall maintain the insurance coverage as set forth in Exhibit 4 throughout the term of the Contract.
12.03 CONDITIONS REGARDING INSURANCE COVERAGE AND LIMITS
City and Contractor agree as follows:
A. All insurance coverage and limits provided pursuant to the Contract Documents shall apply to the full
extent of the policies involved, available or applicable. Nothing contained in the Contract Documents
or any other agreement relating to City or its operations limits the application of such insurance
coverage.
B. None of the policies required by this Contract shall be in compliance with these requirements if they
include any limiting endorsement that has not been first submitted to City and approved in writing by
the City’s Risk Manager.
12.04 INSURANCE OBLIGATION IS SEPARATE FROM INDEMNITY OBLIGATION
This Agreement’s insurance provisions:
A. Are separate and independent from the indemnification and defense provisions in Article 12 of the
Agreement; and
B. Do not limit, in any way, the applicability, scope, or obligations of the indemnification and defense
provisions in Article 12 of the Agreement.
[END OF ARTICLE]
Page 78 of 133
ARTICLE 13 – BONDS
13.01 REQUIRED BONDS
A. Contractor shall furnish the following bonds:
1. A Performance Bond in an amount equal to one hundred percent (100%) of the total Contract price
in the form shown in Exhibit "1" attached hereto.
2. A Payment Bond (Labor and Material) in an amount equal to one hundred percent (100%) of the
total Contract price in the form shown in Exhibit "2" attached hereto.
3. A Maintenance Bond in an amount equal to ten percent (10%) of the total Contract price in the
form shown in Exhibit "3" attached hereto.
13.02 POWER OF ATTORNEY
All bonds shall be accompanied by a power of attorney from the surety company authorizing the person
executing the bond to sign on behalf of the company. If the bonds are executed outside the State of California,
all copies of the bonds must be countersigned by a California representative of the surety. The signature of the
person executing the bond on behalf of Surety shall be acknowledged by a Notary Public as the signature of the
person designated in the power of attorney.
13.03 APPROVED SURETY
All bonds must be issued by a California admitted surety insurer with the minimum A.M Best Company
Financial strength rating of “A: VII”, or better. Bonds issued by a California admitted surety not listed on
Treasury Circular 570 will be deemed accepted unless specifically rejected by the City. Bonds issued from
admitted surety insurers not listed in Treasury Circular 570 must be accompanied by all documents
enumerated in California Code of Civil Procedure Section 995.660. All such bonds must be accompanied by
a power of attorney from the surety company authorizing the person executing the bond to sign on behalf of
the company. If the bonds are executed outside the State of California, all copies of the bonds must be
countersigned by a California representative of the surety. The signature of the person executing the bond
on behalf of Surety must be acknowledged by a Notary Public as the signature of the person designated in
the power of attorney.
13.04 REQUIRED PROVISIONS
Every bond must display the surety’s bond number and incorporate the Contract for construction of the Work by
reference. The terms of the bonds shall provide that the surety agrees that no change, extension of time,
alteration, or modification of the Contract Documents or the Work to be performed thereunder shall in any way
affect its obligations and shall waive notice of any such change, extension of time, alteration, or modification of
the Contract Documents.
13.05 NEW OR ADDITIONAL SURETIES
If, during the continuance of the Contract, any of the sureties, in the opinion of the City, are or become non-
responsible or otherwise unacceptable to City, City may require other new or additional sureties, which the
Contractor shall furnish to the satisfaction of City within ten (10) days after notice, and in default thereof the
Contract may be suspended and the materials may be purchased or the Work completed as provided in Article
5 herein.
Page 79 of 133
13.06 WAIVER OF MODIFICATIONS AND ALTERATIONS
No modifications or alterations made in the Work to be performed under the Contract or the time of performance
shall operate to release any surety from liability on any bond or bonds required to be given herein. Notice of
such events shall be waived by the surety.
13.07 APPROVAL OF BONDS
The Contract will not be executed by City nor the Notice to Proceed issued until the required bonds have been
received and approved by City. City's decision as to the acceptability of all sureties and bonds is final. No
substitution of the form of the documents will be permitted without the prior written consent of City.
[END OF ARTICLE]
Page 80 of 133
ARTICLE 14 - LABOR PROVISIONS
14.01 WORKING HOURS
A. Work or activity of any kind shall be limited to the hours from 7:00 a.m. to 7:00 p.m. No construction
noise shall be permitted between the hours of 7:00 p.m. and 7:00 a.m. of the next day.
B. Work in excess of eight (8) hours per day, on Saturdays, Sundays, or on City holidays requires prior
consent of the Director and is subject to Cost of Overtime Construction Inspection.
C. Night, Sunday and Holiday Work. No Work shall be performed at night, Sunday, or the ten (10) legal
holidays to wit: New Year’s Day, Martin Luther King, Jr. Day, President’s Day, Cesar Chavez Day,
Memorial Day, Independence Day, Labor Day, Indigenous People’s Day, Veteran’s Day,
Thanksgiving Day, Christmas Eve, Christmas Day and New Year’s Eve, except Work pertaining to
the public safety or with the permission of the Director, and accordance with such regulations as
he/she shall furnish in writing. Before performing any Work at said times, except Work pertaining to
the public safety, the Contractor shall give written notice to the Director so that proper inspection
may be provided. “Night” as used in this paragraph shall be deemed to include the hours from 7:00
P.M. to 7:00 A.M. of the next succeeding day.
14.02 COST OF OVERTIME CONSTRUCTION SERVICES AND INSPECTIONS
A. Overtime construction Work performed at the option of, or for the convenience of, the Contractor will
be inspected by the City at the expense of the Contractor. For any such overtime beyond the regular
8-hour day and for any time worked on Saturday, Sunday, or holidays the charges will be determined
by the City, and submitted to the Contractor for payment.
B. Equipment, materials, or services provided by the City, in connection with Contractor-initiated overtime
construction Work described in Paragraph 14.02(A), will also be at the expense of the Contractor. The
charges will be determined by the City, and submitted to the Contractor for payment.
C. There will be no charges to the Contractor for the inspection of overtime Work ordered by the Director
or required by the Contract Documents.
14.03 COMPLIANCE WITH STATE LABOR CODE
A. Contractor shall comply with the provisions of the Labor Code of the State of California and any
amendments thereof.
1. The time of service of any worker employed upon the Work shall be limited and restricted to eight
(8) hours during any one-calendar day, and 40 hours during any one-calendar week.
2. Work performed by employees of the Contractor in excess of eight (8) hours per day, and 40 hours
during any one calendar week, shall be permitted upon compensation for all hours worked in
excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay.
3. The Contractor and every Subcontractor shall keep an accurate record showing the name of and
the actual hours worked each calendar day and each calendar week by each worker employed by
him/her in connection with the Work; the record shall be kept open at all reasonable hours to the
inspection of the City and to the Division of Labor Standards Enforcement of the State of California.
Page 81 of 133
4. In the event City deems Contractor is in violation of this Paragraph 14.03, the Contractor shall, as
a penalty, forfeit Fifty Dollars ($50.00) for each worker employed in the execution of the Contract
by the Contractor or by any Subcontractor for each calendar day for which the employee was
underpaid in addition to an amount sufficient to recover underpaid wages. For each subsequent
violation, a (one hundred dollar) $100 penalty shall apply for each underpaid employee for each
pay period for which the employee was underpaid in addition to an amount sufficient to cover
underpaid wages. This subparagraph is effective to the extent it does not directly conflict with the
overtime penalty provision of California Labor Code Section 558. In the event of such conflict, the
California Labor Code governs over this Paragraph 14.03(A)(4).
14.04 WAGE RATES
A. Prevailing Wages
1. Contractor shall comply with the general prevailing rates of per diem wages and the general
prevailing rates for holiday and overtime Work in the locality in which the Work is to be performed,
for each craft, classification, or type of worker needed to execute the Contract. The Director of
the Department of Industrial Relations of the State of California (pursuant to California Labor
Code) and the United States Secretary of Labor (pursuant to the Davis-Bacon Act) have
determined the general prevailing rates of wages in the locality in which the Work is to be
performed. The rates are available online at www.dir.ca.gov/DLSR/PWD/. To the extent that
there are any differences in the federal and state prevailing wage rates for similar classifications
of labor, the Contractor and its Subcontractors shall pay the highest wage rate.
2. The Contractor shall post a copy of the general prevailing rate of per diem wages at the job site.
3. The Contractor and any Subcontractor under him/her shall pay not less than the specified
prevailing rate of wages to all workers employed in the execution of the Contract.
4. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective
bargaining Contract applicable to the particular craft, classification, or type of worker employed on
the project.
5. The Contractor shall, as a penalty to the State or the City, forfeit not more than Fifty Dollars
($50) for each calendar day, or portion thereof, for each worker paid less than the prevailing
rates for the Work or craft in which the worker is employed under the Contract by the Contractor
or by any Subcontractor under him. The difference between the prevailing wage rates and the
amount paid to each worker for each calendar day or portion thereof for which such worker was
paid less than the stipulated prevailing wage rate shall be paid to such worker by the Contractor.
6. The specified wage rates are minimum rates only and the City will not consider and shall not be
liable for any claims for additional compensation made by the Contractor because of payment
by him/her of any wage rate in excess of the general prevailing rates. All disputes in regard to
the payment of wages in excess of those specified herein shall be adjusted by the Contractor at
his/her own expense.
B. Payroll Records
1. Pursuant to California Labor Code Section 1776, the Contractor and each Subcontractor shall
keep an accurate payroll record, showing the name, address, social security number, Work
classification, straight time and overtime hours worked each day and week, and the actual per
Page 82 of 133
diem wages paid to each journeyman, apprentice, worker or other employee employed in
connection with the Work. The payroll records shall be certified and shall be available for
inspection.
2. The Contractor shall inform the City of the location of the payroll records, including the street
address, city and county, and shall, within five (5) Working Days, provide a notice of change in
location and address.
3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records
along with a statement of compliance.
14.05 APPRENTICESHIP STANDARDS
A. Compliance with California Labor Code Section 1777.5 requires all public works contractors and
subcontractors to:
1. Prior to commencing work on a public works contract, submit Contract Award information
to the applicable joint apprenticeship committee, including an estimate of the journeyman
hours to be performed under the Contract, the number of apprentices to be employed, and
the approximate dates the apprentices will be employed. Use Form DAS-140 from the State
Department of Industrial Relations. The City reserves the right to require Contractor and
Subcontractors to submit a copy of said forms to the City.
2. Employ apprentices for the public work at a ratio of no less than one (1) hour or apprentice
work for every five (5) hours or labor performed by a journeyman. To request dispatch of
apprentices, use Form DAS-142 from the State Department of Industrial Relations. The
City reserves the right to require Contractor and Subcontractors to submit a copy of said
forms to the City.
3. Pay the apprentice rate on public works projects only to those apprentices who are
registered, as defined in Labor Code Section 3077.
4. Contribute to the training fund in the amount identified in the Prevailing Wage Rate
publication for journeyman and apprentices. Contractors who choose not to contribute to
the local training trust fund must make their contributions to the California Apprenticeship
Council, P.O. Box 420603, San Francisco, CA 94142.
B. Failure to comply with the provisions of California Labor Code Section 1777.5 may result in the loss
of the right to bid or perform work on all public works projects for a period of one to three years and
the imposition of a civil penalty of One Hundred Dollars ($100.00) for each calendar day of
noncompliance for the first violation and up to Three Hundred Dollars ($300.00) for each calendar
day of noncompliance for a second or subsequent violation. Contractor should make a separate
copy of this material for each of his/her Subcontractors.
C. Payroll Records. The Contractor and each Subcontractor shall keep an accurate payroll record,
showing the name, address, social security number, work classification, straight time and overtime
hours worked each day and week, and the actual per diem wages paid to each journeyman
apprentice, worker or other employee employed in connection with the work. The payroll records
shall be certified and shall be submitted to the Project Manager every two weeks.
Page 83 of 133
D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of signing the Contract
or Subcontract, as applicable, the Statement of Employer Payments (DLSE Form PW 26 from the
State Department of Industrial Relations) shall be completed for each Contractor and Subcontractor
of any tier who pays benefits to a third party trust, plan or fund for health and welfare benefits,
vacation funds or makes pension contributions. The form must contain, for each worker
classification, the fund, plan or trust name, address, administrator, the amount per hour contributed
and the frequency of contributions. Training fund contributions shall also be reported in this form.
City reserves the right to require Contractors and Subcontractors to submit a copy of said forms to
the City.
14.06 EMPLOYMENT OF APPRENTICES
A. In the performance of this Contract, the Contractor and any Subcontractor shall comply with the
provisions concerning the employment of apprentices in the Labor Code of the State of California
and any amendments thereof.
B. In the event the Contractor or any Subcontractor willfully fails to comply with the aforesaid provisions
of the Labor Code, such Contractor or Subcontractor shall be subject to the penalties for
noncompliance in the Labor Code of the State of California and any amendments thereof.
14.07 REGISTRATION WITH THE STATE DEPARTMENT OF INDUSTRIAL RELATIONS
In the performance of this Contract, Contractor and/or any Subcontractor must be currently registered and
qualified (including payment of any required fee) with the State Department of Industrial Relations pursuant
to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the State
Department of Industrial Relations.
14.08 CHARACTER OF WORKERS
The Contractor shall not allow his/her agents or employees, Subcontractors, or any agent or employee thereof,
to trespass on premises or lands in the vicinity of the Work. Only skilled foremen and workers shall be
employed on Work requiring special qualifications, and when required by the Director, the Contractor shall
discharge any person who commits trespass, or in the opinion of the Director, acts in a disorderly, dangerous,
insubordinate, incompetent, or otherwise objectionable manner. Any employee being intoxicated or bringing
or having intoxicating liquors or controlled substances on the Work shall be discharged. Such discharge shall
not be the basis of any claim for compensation of damages against the City or any of its officers, agents, and
employees.
14.09 NO SMOKING – STATE LABOR CODE SECTION 6404.5
The Contractor and its agents, employees, Subcontractors, representatives, and any person under
Contractor’s control, are prohibited from smoking in— or within a 20-foot distance from— the Site, which is a
"place of employment" under California Labor Code § 6404.5.
[END OF ARTICLE]
Page 84 of 133
ARTICLE 15 - DISPUTE RESOLUTION
15.01 SUBMISSION OF CLAIMS
A. By Contractor
Contractor’s right to commence the Claims Dispute Resolution Process shall arise upon the Director’s
written response denying all or part of a Claim. Contractor shall submit a written Statement of Dispute
to the Director within seven (7) Days after the Director rejects all or a portion of Contractor’s Claim.
Contractor’s Statement of Dispute shall be signed under penalty of perjury and shall state with
specificity the events or circumstances giving rise to the Claim, the dates of their occurrence and the
effect, if any, on the compensation due or performance obligations of Contractor under the Construction
Contract. Such Statement of Dispute shall include adequate supporting data to substantiate the
disputed Claim. Adequate supporting data for a Claim relating to the adjustment of the Contractor’s
obligations relative to time of performance shall include a detailed, event-by-event description of the
impact of each delay on Contractor’s time for performance. Adequate supporting data to a Statement
of Dispute submitted by Contractor involving Contractor’s compensation shall include a detailed cost
breakdown and supporting cost data in such form and including such detailed information and other
supporting data as required to demonstrate the grounds for, and precise amount of, the Claim.
B. By City
City’s right to commence the Claims Dispute Resolution Process shall arise at any time following the
City’s actual discovery of the circumstances giving rise to the Claim. Nothing contained herein shall
preclude City from asserting Claims in response to a Claim asserted by Contractor. A Statement of
Dispute submitted by City shall state the events or circumstances giving rise to the Claim, the dates of
their occurrence and the damages or other relief claimed by City as a result of such events.
C. Claims Defined
The term “claims” as used herein shall be as defined in California Public Contract Code § 20104(b)(2).
15.02 CLAIMS DISPUTE RESOLUTION PROCESS
The parties shall utilize each of the following steps in the Claims Dispute Resolution Process in the sequence
they appear below. Each party shall participate fully and in good faith in each step in the Claims Dispute
Resolution Process, which good faith effort shall be a condition precedent to the right of each party to proceed
to the next step in the Claims Dispute Resolution Process.
A. Direct Negotiations
Designated representatives of City and Contractor shall meet as soon as possible (but not later than
ten (10) Days after receipt of the Statement of Dispute) in a good faith effort to negotiate a resolution
to the Claim. Each party shall be represented in such negotiations by an authorized representative
with full knowledge of the details of the Claim or defenses being asserted by such party, and with full
authority to resolve such Claim then and there, subject only to City’s right and obligation to obtain City
Council [or other City official] approval of any agreed settlement or resolution. In the Claim involves the
assertion of a right or claim by a Subcontractor against Contractor that is in turn being asserted by
Contractor against City, then such Subcontractor shall also have a representative attend such
negotiations, with the same authority and knowledge as just described. Upon completion of the
meeting, if the Claim is not resolved, the parties may either continue the negotiations or either party
Page 85 of 133
may declare negotiations ended. All discussions that occur during such negotiations and all documents
prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to
California Evidence Code Sections 1119 and 1152.
B. Deferral of Claims
Following the completion of the negotiations required by Paragraph 15.02-A., all unresolved Claims,
except those that do not involve parties other than the Contractor and City, shall be deferred pending
Final Completion of the Work, subject to City’s right, in its sole and absolute discretion, to require that
the claims Dispute Resolution Process proceed prior to Final Completion. In the event that City does
not elect to proceed with the Claims Dispute Resolution Process prior to Final Completion of the Work,
all Claims that have been deferred until such Final Completion shall be consolidated within a
reasonable time after such Final Completion and thereafter pursued to resolution pursuant to the Claims
Dispute Resolution Process. Nothing contained in this Article 15 shall be interpreted as limiting the
parties’ rights to continue informal negotiations of Claims that have been deferred until such Final
Completion; provided, however, that such informal negotiations shall not be interpreted as altering the
provisions of this Article 15 deferring final determination and resolution of unresolved Claims until after
Final Completion of the Work.
C. Legal Proceedings
If the Claim is not resolved by direct negotiations then the party wishing to further pursue resolution or
determination of the Claim shall submit the Claim for determination by commencing legal proceedings
in a court of competent jurisdiction.
15.03 NO WAIVER
Participation in the Claims Dispute Resolution Process shall not constitute a waiver, release or compromise of
any defense of either party, including, without limitation, any defense based on the assertion that the rights of
Contractor that are the basis of a Claim were previously waived by Contractor due to failure to comply with the
Contract Documents, including, without limitation, Contractor’s failure to comply with any time periods for
providing notices or for submission or supporting documentation of Claims.
[END OF ARTICLE]
Page 86 of 133
ARTICLE 16 - ACCOUNTING RECORDS
16.01 MAINTENANCE OF RECORDS
Contractor shall keep, and shall include in its contracts with its Subcontractors, provisions requiring its
Subcontractors to keep full and detailed books and records in accordance with the requirements of the
Contract Documents, including the following: all information, materials and data of every kind and character
(hard copy, as well as computer readable data if it exists), that have any bearing on or pertain to any matters,
rights, duties or obligations relating to the Project or the performance of the Work, including, without limitation,
agreements, purchase orders, leases, contracts, commitments, arrangements, notes, change orders, change
order requests, estimates, field orders, schedules, diaries, logs, reports, shop drawings, samples, exemplars,
Drawings, Specifications, invoices, delivery tickets, receipts, vouchers, cancelled checks, memoranda;
accounting records; job cost reports; job cost files (including complete documentation covering negotiated
settlements); backcharge; general ledgers; documentation of cash and trade discounts earned; insurance
rebates and dividends, and other documents relating in way to Claims or Change Orders, Construction
Change Directives, Work Directives, or other claims for payment related to the Project asserted by Contractor
or any Subcontractor (“Accounting Records”). Contractor shall exercise such controls as may be necessary
for proper financial management of the Work. Such accounting and control systems shall comply with
prevailing custom and practice for similar projects, be satisfactory to City and shall include preservation of
such records for a period of five (5) years after approval of the Notice of Completion and Acceptance by City,
or for such longer period as may be required by applicable laws.
16.02 ACCESS TO RECORDS
Contractor shall allow, and shall include in its contracts with its Subcontractors provisions requiring its
Subcontractors to allow, City and its authorized representative(s), auditors, attorneys and accountants, upon
twenty-four (24) hours notice to Contractor, full access to inspect and copy all books and records relating to
the Project that Contractor is required to maintain pursuant to Paragraph 16.01, above.
16.03 CONTRACTOR NONCOMPLIANCE, WITHHOLDING
Contractor's compliance with Paragraphs 16.01 and 16.02, above, shall be a condition precedent to
maintenance of any legal action or arbitration by Contractor against City. In addition to and without limitation
upon City's other rights and remedies for breach, including any other provisions for withholding set forth in the
Contract Documents, City shall have the right, exercised in its sole discretion, to withhold from any payment
to Contractor due under a current Application for Payment an additional sum of up to ten percent (10%) of the
total amount set forth in such Application for Payment, until Contractor and its Subcontractors have complied
with any outstanding and unsatisfied request by City under this Article 16. Upon such compliance with this
Article 16, any additional monies withheld pursuant to this Paragraph 16.03 shall be released to Contractor.
16.04 SPECIFIC ENFORCEMENT BY CITY
Contractor agrees that any failure by Contractor or any Subcontractor to provide access to its books and
records as required by this Article 16 shall be specifically enforceable, by issuance of a preliminary and/or
permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such
court and without the necessity of oral testimony, to compel Contractor to permit access, inspection, audits
and/or reproduction of such books and records or to require delivery of such books and records to City for
inspection, audit and/or reproduction.
[END OF ARTICLE]
Page 87 of 133
ARTICLE 17-MISCELLANEOUS PROVISIONS
17.01 COMPLIANCE WITH APPLICABLE LAWS
A. Notices, Compliance
Contractor shall give all notices required by governmental authorities and comply with all applicable
laws and lawful orders of governmental authorities, including but not limited to the provisions of the
California Code of Regulations applicable to contractors performing construction and all laws,
ordinances, rules, regulations and lawful orders relating to safety, prevailing wage and equal
employment opportunities.
B. Taxes, Employee Benefits
Contractor shall pay at its own expense, at no cost to the City and without adjustment to the Contract
Sum, all local, state and federal taxes, including, without limitation all sales, consumer, business
license, use and similar taxes on materials, labor or other items furnished for the Work or portions
thereof provided by Contractor or Subcontractors, all taxes arising out of its operations under the
Contract Documents and all benefits, insurance, taxes and contributions for social security and
unemployment insurance which are measured by wages, salaries or other remuneration paid to
Contractor's employees. If under federal excise tax law any transaction hereunder constitutes a sale
on which a federal excise tax is imposed and the sale is exempt from such excise tax because it is a
sale to meat for its exclusive use, then City, upon request, will execute documents necessary to show
that is a political subdivision of the State for the purposes of such exemption and that the sale is for the
exclusive use of the City, in which case no excise tax for such materials shall be included in the Bid or
Contract Sum.
C. Notice of Violations
Contractor shall immediately notify the City and Director in writing of any instruction received from the
City, Director, Architect or other person or entity that, if implemented, would cause a violation of any
applicable law or lawful order of a governmental authority. If Contractor fails to provide such notice,
then Director shall be entitled to assume that such instruction is in compliance with applicable laws and
lawful orders of governmental authorities. If Contractor observes that any portion of the Drawings and
Specifications or Work are at variance with applicable laws or lawful orders of governmental authorities,
or should Contractor become aware of conditions not covered by the Contract Documents which will
result in Work being at variance therewith, Contractor shall promptly notify Director in writing. If, without
such notice to Director, Contractor or any Subcontractor performs any Work which it knew, or through
the exercise of reasonable care should have known, was contrary to lawful orders of governmental
authorities or applicable laws, then Contractor shall bear all resulting losses at its own expense, at no
cost to City and without adjustment to the Contract Sum.
17.02 OWNERSHIP OF DESIGN DOCUMENTS
A. Property of City
All Design Documents, Contract Documents and Submittals (including, without limitation, all copies
thereof) and all designs and building designs depicted therein are and shall remain the sole and
exclusive property of the City and the City shall solely and exclusively hold all copyrights thereto.
Without derogation the City’s rights under this Paragraph, the Contractor and Subcontractors are
Page 88 of 133
granted a limited, non-exclusive license, revocable at will of City, to use and reproduce applicable
portions of the Contract Documents and Submittals as appropriate to and for use in the execution of
the Work and for no other purpose.
B. Documents on Site
Contractor shall keep on the Project site, at all times and for use by City, Director, Inspectors of Record
and City’s Consultants, a complete set of the Contract Documents that have been approved by
applicable Governmental Authorities.
C. Delivery to City
All Design Documents, Contract Documents and Submittals in the possession of Contractor or
Subcontractors shall be returned to the City upon the earlier of Final Completion or termination of the
Construction Contract; provided, however, that Contractor and each Subcontractor shall have the right
to retain one (1) copy of the Contract Documents and Submittals for its permanent records
D. Subcontractors
Contractor shall take all necessary steps to assure that a provision is included in all subcontracts with
Subcontractors, of every tier, who perform Work on the Project establishing, protecting and preserving
the, City’s rights set forth in this Paragraph.
17.03 AMENDMENTS
The Contract Documents may be amended only by a written instrument duly executed by the parties or their
respective successors or assigns.
17.04 WAIVER
Either party's waiver of any breach or failure to enforce any of the terms, covenants, conditions or other
provisions of the Contract Documents at any time shall not in any way limit or waive that party's right thereafter
to enforce or compel strict compliance with every term, covenant, condition or other provision, any course of
dealing or custom of the trade notwithstanding. Furthermore, if the parties make and implement any
interpretation of the Contract Documents without documenting such interpretation by an instrument in writing
signed by both parties, such interpretation and implementation thereof will not be binding in the event of any
future disputes.
17.05 INDEPENDENT CONTRACTOR
Contractor is an independent contractor, and nothing contained in the Contract Documents shall be construed
as constituting any relationship with City other than that of Project owner and independent contractor. In no
event shall the relationship between City and Contractor be construed as creating any relationship whatsoever
between City and Contractor's employees. Neither Contractor nor any of its employees is or shall be deemed
to be an employee of City. Except as otherwise specified in the Contract Documents, Contractor has sole
authority and responsibility to employ, discharge and otherwise control its employees and has complete and
sole responsibility as a principal for its agents, for all Subcontractors and for all other Persons that Contractor
or any Subcontractor hires to perform or assist in performing the Work.
Page 89 of 133
17.06 SUCCESSORS AND ASSIGNS
The Contract Documents shall be binding upon and inure to the benefit of City and Contractor and their
permitted successors, assigns and legal representatives.
A. City may assign all or part of its right, title and interest in and to any Contract Documents, including
rights with respect to the Payment and Performance Bonds, to (a) any other governmental person
as permitted by governmental rules, provided that the successor or assignee has assumed all of
City's obligations, duties and liabilities under the Contract Document then in effect; and (b) any other
Person with the prior written approval of Contractor.
B. Contractor may collaterally assign its rights to receive payment under the Contract Documents.
Contractor may not delegate any of its duties hereunder, except to Subcontractors as expressly
otherwise permitted in the Contract Documents. Contractor's assignment or delegation of any of its
Work under the Contract Documents shall be ineffective to relieve Contractor of its responsibility for
the Work assigned or delegated, unless City, in its sole discretion, has approved such relief from
responsibility.
Any assignment of money shall be subject to all proper set-offs and withholdings in favor of City and
to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be
subject to being used by City for completion of the Work, should Contractor be in default.
C. Except for the limited circumstances set forth in Paragraph 17.06-B, above, Contractor may not,
without the prior written consent of City in its sole discretion, voluntarily or involuntarily assign,
convey, transfer, pledge, mortgage or otherwise encumber its rights or interests under the Contract
Documents. No partner, joint venturer, member or shareholder of Contractor may assign, convey,
transfer, pledge, mortgage or otherwise encumber its ownership interest in Contractor without the
prior written consent of City, in City’s sole discretion.
17.07 SURVIVAL
Contractor’s representations and warranties, the dispute resolution provisions contained in Article 15, and all
other provisions which by their inherent character should survive termination of the Contract and/or Final
Acceptance, shall survive the termination of the Contract and the Final Acceptance Date.
17.08 LIMITATION ON THIRD PARTY BENEFICIARIES
It is not intended by any of the provisions of the Contract Documents to create any third party beneficiary
hereunder or to authorize anyone not a party hereto to maintain a suit for personal injury or property damage
pursuant to the terms or provisions hereof, except to the extent that specific provisions (such as the warranty
and indemnity provisions) identify third parties and state that they are entitled to benefits hereunder. The
duties, obligations and responsibilities of the parties to the Contract Documents with respect to such third
parties shall remain as imposed by law. The Contract Documents shall not be construed to create a
contractual relationship of any kind between City and a Subcontractor or any other Person except Contractor.
17.09 PERSONAL LIABILITY OF CITY EMPLOYEES
City’s authorized representatives are acting solely as agents and representatives of City when carrying out
the provisions of or exercising the power or authority granted to them under the Contract. They shall not be
liable either personally or as employees of City for actions in their ordinary course of employment.
Page 90 of 133
No agent, consultant, Council member, officer or authorized employee of City, shall be personally responsible
for any liability arising under the Contract.
17.10 NO ESTOPPEL
City shall not, nor shall any officer thereof, be precluded or estopped by any measurement, estimate or
certificate made or given by the City representative or other officer, agent, or employee of City under any
provisions of the Contract from at any time (either before or after the final completion and acceptance of the
Work and payment therefor) pursuant to any such measurement, estimate or certificate showing the true and
correct amount and character of the work done, and materials furnished by Contractor or any person under
the Contract or from showing at any time that any such measurement, estimate or certificate is untrue and
incorrect, or improperly made in any particular, or that the work and materials, or any part thereof, do not in
fact conform to the Contract Documents. Notwithstanding any such measurement, estimate or certificate, or
payment made in accordance therewith, City shall not be precluded or estopped from recovering from
Contractor and its Sureties such damages as City may sustain by reason of Contractor’s failure to comply or
to have complied with the Contract Documents.
17.11 GOVERNING LAW
The laws of the State of California govern the construction and interpretation of the Contract Documents,
without regard to conflict of law principles. Unless the Contract Documents provide otherwise, any reference
to laws, ordinances, rules, or regulations include their later amendment, modifications, and successor
legislation. If Contractor or City brings a lawsuit to enforce or interpret one or more provisions of the Contract
Documents, jurisdiction is in the Superior Court of the County of Los Angeles, California, or where otherwise
appropriate, in the United States District Court, Central District of California. Contractor and City acknowledge
that the Contract Documents were negotiated, entered into, and executed—and the Work was performed—in
the City of Vernon, California.
17.12 FURTHER ASSURANCES
Contractor shall promptly execute and deliver to City all such instruments and other documents and
assurances as are reasonably requested by City to further evidence the obligations of Contractor hereunder,
including assurances regarding assignments of Subcontractors contained herein.
17.13 SEVERABILITY
If any clause, provision, section, paragraph or part of the Contract is ruled invalid by a court having proper
jurisdiction, then the parties shall: (a) promptly meet and negotiate a substitute for such clause, provision,
section, paragraph or part, which shall, to the greatest extent legally permissible, effect the original intent of
the parties, including an equitable adjustment to the Contract Price to account for any change in the Work
resulting from such invalidated portion; and (b) if necessary or desirable, apply to the court or other decision
maker (as applicable) which declared such invalidity for an interpretation of the invalidated portion to guide
the negotiations. The invalidity or unenforceability of any such clause, provision, section, paragraph or part
shall not affect the validity or enforceability of the balance of the Contract, which shall be construed and
enforced as if the Contract did not contain such invalid or unenforceable clause, provision, section, paragraph
or part.
Page 91 of 133
17.14 HEADINGS
The captions of the sections of the Contract are for convenience only and shall not be deemed part of the
Contract or considered in construing the Contract.
17.15 ENTIRE AGREEMENT
The Contract Documents contain the entire understanding of the parties with respect to the subject matter
hereof and supersede all prior agreements, understandings, statements, representations and negotiations
between the parties with respect to its subject matter.
17.16 COUNTERPARTS
This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but
all of which together shall constitute one and the same instrument.
[END OF ARTICLE]
Page 92 of 133
EXHIBIT 1
Bond No.:
Premium Amount: $
Bond’s Effective Date:
PERFORMANCE BOND
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
(Name, address, and telephone of Contractor)
________________________________________________________________________________ (“Principal”), a Contact
(the “Contract) for the Work described as
follows:
Specification No. : in Vernon, CA.
2. Principal is required under the terms of the Contract and all contract documents referenced in it (“Contract Documents”) to
furnish a bond guaranteeing Principal’s faithful performance of the Work.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
______________________________________________________________________________________________
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”), a duly
admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
(Name, address, and telephone)
Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal promptly and faithfully performs the undertakings, terms,
covenants, conditions, and agreements in the Contract and Contract Documents (including all their amendments and supplements),
all within the time and in the manner that those documents specify, then this obligation becomes null and void. Otherwise, this Bond
remains in full force and effect, and the following terms and conditions apply to this Bond:
1. This Bond specifically guarantees Principal’s performance of each obligation and all obligations under the Contract and
Contract Documents, as they may be amended and supplemented including, but not limited to, Principal’s liability for liquidated
damages, Warranties, Guarantees, Correction, and Maintenance obligations as specified in the Contract and Contract
Page 93 of 133
Documents except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
Page 94 of 133
2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents,
the guarantees in this Bond also survive Final Completion of the Work.
3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall
promptly: (a) remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then
in effect; or (c) using a procurement methodology approved by City, select a contractor or contractors acceptable to City to
complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available, as the
Work progresses, sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform
all obligations of Principal under the Contract and Contract Documents including other costs and damages for which Surety
is liable under this Bond except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract
Documents, or the nature of the Work performed under the Contract or Contract Documents including, without limitation, an
extension of time for performance does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice
of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time.
5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
6. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay in addition to the Bonded
Sum City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
[Signatures to this Exhibit 1, Performance Bond, Begin on Next Page].
Page 95 of 133
On the date set forth below, Principal and Surety duly executed this Performance Bond, with the name of each party appearing
below and signed by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name and Title) (Name and Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A
CORPORATION.
APPROVED AS TO SURETY AND APPROVED AS TO FORM:
AMOUNT OF BONDED SUM:
By: By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
CORPORATE SEAL CORPORATE SEAL CORPORATE SEAL
Page 96 of 133
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of
, and acknowledged to me that he/she subscribed the
name of thereto as principal, and his/he own name as
attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
Page 97 of 133
EXHIBIT 2
Bond No.:
Premium Amount: $
Bond’s Effective Date:
PAYMENT BOND
(LABOR AND MATERIALS)
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
__________________________________________________________________________________________
(Name, address, and telephone of Design-Builder)
________________________________________________________________________________ (“Principal”), a
Contract (the “Contract”) for the Work described as
follows:
Specification No. : in Vernon, CA.
2. Principal is required under California Civil Code Sections 9550-9566 and the terms of the Contract and all contract documents
referenced in it (“Contract Documents”) to furnish a bond guaranteeing Principal’s paying claims, demands, liens, or suits for
any work, labor, services, materials, or equipment furnished or used in the Work.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
______________________________________________________________________________________________
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”), a duly
admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
(Name, address, and telephone)
Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT, if Principal or a subcontractor fails to pay (a) any person named in
California Civil Code Section 9100, or any successor legislation; (b) any amount due under California’s Unemployment Insurance
Code, or any successor legislation, for work or labor performed under the Contract or Contract Documents; or (c) any amount
under Unemployment Insurance Code Section 13020, or any successor legislation, that Principal or a subcontractor must deduct,
withhold, and pay over to the Employment Development Department from the wages of its employees, for work or labor performed
under the Contract or Contract Documents, then Surety shall pay for the same in an amount not-to-exceed the Bonded Sum.
Otherwise, this obligation becomes null and void. While this Bond remains in full force and effect, the following terms and conditions
apply to this Bond:
Page 98 of 133
1. This Bond inures to the benefit of any of the persons named in California Civil Code Section 3181, or any successor legislation,
giving those persons or their assigns a right of action in any suit brought upon this Bond, unless California Civil Code Section 3267,
or any successor legislation, applies.
2. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract
Documents, or the nature of the Work performed under the Contract or Contract Documents including, without limitation, an
extension of time for performance does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice
of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time.
3. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s paying claims,
demands, liens, or suits for any work, labor, services, materials, or equipment furnished or used in the Work.
4. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay in addition to the Bonded
Sum City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
5. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
[Signatures to this Exhibit 2, Payment Bond, Begin on Next Page].
Page 99 of 133
On the date set forth below, Principal and Surety duly executed this Payment Bond, with the name of each party appearing below
and signed by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name and Title) (Name and Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A
CORPORATION.
APPROVED AS TO SURETY AND APPROVED AS TO FORM:
AMOUNT OF BONDED SUM:
By: By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
CORPORATE SEAL CORPORATE SEAL CORPORATE SEAL CORPORATE SEAL
Page 100 of 133
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of,
and acknowledged to me that he/she subscribed the name of thereto
as principal, and his/he own name as attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
Page 101 of 133
EXHIBIT 3
Bond No.:
Premium Amount: $
Bond’s Effective Date:
MAINTENANCE BOND
RECITALS:
1. The City of Vernon, California (“City”), has awarded to
(Name, address, and telephone of Contractor)
_______________________________________________________________________________________
(“Principal”),
a Contract (the “Contract”) for the Work described as follows:
Specification No. : in Vernon, CA.
2. Principal is required under the terms of the Contract— and all contract documents referenced in it (“Contract Documents”)—
after completion of the Work and before the filing and recordation of a Notice of Completion for the Work, to furnish a bond to
secure claims for Maintenance equal to ten percent (10%) of the total amount of the Contract Which shall hold good for a
period of one (1) year from the date the City’s Notice of Completion and Acceptance of the Work is filed with the County
Recorder, to protect the City against the result of faulty material or workmanship during that time.
3. The Contract and Contract Documents, including all their amendments and supplements, are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
(Name, address, and telephone of Surety)
______________________________________________________________________________________ (“Surety”), a duly
admitted surety insurer under California’s laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of
Dollars ($ ) (“the Bonded Sum”), this amount
comprising not less than ten percent (10%) of the total Contract Sum, in lawful money of the United States of America.
The Licensed Agent for Surety is:
(Name, address, and telephone)
Registered Agent’s California Department of Insurance License No. .
THE CONDITION OF THIS BOND’S OBLIGATION IS THAT if the said Principal or any of his or her or its subcontractors, or the heirs,
executors, administrators, successors, or assigns or assigns of any, all, or either of them, shall fail to execute within a reasonable
amount of time, or fail to respond within seven (7) days with a written schedule acceptable to the City for same, repair or replacement
of any and all Work, together with any other adjacent Work which may be displaced by so doing, that proves to be defective in its
workmanship or material for the period of one (1) year (except when otherwise required in the Contract to be for a longer period) from
the date the City’s Notice of Completion and Acceptance, or equivalent, is filed with the County Recorder, ordinary wear and tear and
unusual abuse or neglect excepted with respect to such Work and labor, the Surety herein shall pay for the same, in an amount not
exceeding the sum specified in this Bond.
Page 102 of 133
1. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly
Page 103 of 133
remedy the default using a procurement methodology approved by City, select a contractor or contractors acceptable to City
to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available
sufficient funds to pay the cost of repair or replacement of any and all Work and to pay and perform all obligations of Principal
under the Contract and Contract Documents including other costs and damages for which Surety is liable under this Bond
except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
2. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and
remain in full force and effect.
3. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms
of said Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any manner
affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition.
4. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
5. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
6. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay, in addition to the Bonded
Sum, City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
7. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
8. Death of the Principal shall not relieve Surety of its obligations hereunder.
[Signatures to this Exhibit 3, Maintenance Bond, Begin on Next Page].
Page 104 of 133
On the date set forth below, Principal and Surety duly executed this Maintenance Bond, with the name of each party appearing
below and signed by its representative(s) under the authority of its governing body.
Date:
PRINCIPAL: SURETY:
(Company Name) (Company Name)
(Signature) (Signature)
By: By:
(Name and Title) (Name and Title)
Address for Serving Notices or Other Documents: Address for Serving Notices or Other Documents:
THIS BOND MUST BE EXECUTED IN TRIPLICATE.
EVIDENCE MUST BE ATTACHED OF THE AUTHORITY OF ANY PERSON SIGNING AS ATTORNEY-IN-FACT.
THE ATTORNEY-IN-FACT’S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR BOTH, ARE A
CORPORATION.
APPROVED AS TO SURETY AND APPROVED AS TO FORM:
AMOUNT OF BONDED SUM:
By: By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
CORPORATE SEAL CORPORATE SEAL CORPORATE SEAL CORPORATE SEAL
Page 105 of 133
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA )
) ss
COUNTY OF )
On this day of , 20 ,
before me, (name), a Notary Public for said County, personally
appeared (name), who proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of
, and acknowledged to me that he/she subscribed the
name of thereto as principal, and his/he own name as
attorney in fact.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
Page 106 of 133
EXHIBIT 4
INSURANCE REQUIREMENTS
1.0 REQUIRED INSURANCE POLICIES
At its own expense, Contractor shall obtain, pay for, and maintain – and shall require each of its
Subcontractors to obtain and maintain – for the duration of the Agreement, policies of insurance meeting the following
requirements:
A. Workers’ Compensation/Employer’s Liability Insurance shall provide workers’ compensation statutory
benefits as required by law.
1. Employer’s Liability insurance shall be in an amount not less than:
(a) ONE MILLION DOLLARS ($1,000,000) per accident for bodily injury or disease;
(b) ONE MILLION DOLLARS ($1,000,000) per employee for bodily injury or disease;
and
(c) ONE MILLION DOLLARS ($1,000,000) policy limit.
B. Commercial General Liability (“CGL”) (primary). City and its employees and agents shall be added as
additional insureds, not limiting coverage for the additional insured to “ongoing operations” or in any way excluding
coverage for completed operations. Coverage shall apply on a primary, non-contributing basis in relation to any other
insurance or self-insurance, primary or excess, available to City or any employee, representative or agent of City.
Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall
contain no contractors’ limitation or other endorsement limiting the scope of coverage for liability arising from explosion,
collapse, or underground property damage.
1. CGL insurance must not be written for less than the limits of liability specified as follows:
(a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including
accidental death) to any one person;
(b) ONE MILLION DOLLARS ($1,000,000) per occurrence for personal and
advertising injury to any one person;
(c) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; and
(d) TWO MILLION DOLLARS ($2,000,000) general aggregate limit.
2. CGL insurance must include all major divisions of coverage and must cover:
(a) Premises Operations (including Explosion, Collapse, and Underground [“X,C,U”]
coverages as applicable);
(b) Independent Contractor’s Protective;
Page 107 of 133
(c) Independent Contractors;
(d) Products and Completed Operations (maintain same limits as above until five (5)
years after recordation of Notice of Completion);
(e) Personal and Advertising Injury (with Employer’s Liability Exclusion deleted);
(f) Contractual Liability (including specified provision for Contractor’s obligation under
Article 11 of the General Conditions); and
(g) Broad Form Property Damage.
3. Umbrella or Excess Liability Insurance (over primary), if provided, shall be at least as broad
as any underlying coverage. Coverage shall be provided on a “pay on behalf” basis, with
defense costs payable in addition to policy limits. There shall be no cross liability exclusion
and no contractor’s limitation endorsement. The policy shall have starting and ending dates
concurrent with the underlying coverages. The Named Insured may determine the layering
of primary and excess liability insurance provided that if such layering differs from that
described here, the actual coverage program meets the minimum total required limits and
complies with all other requirements listed here.
C. Business Automobile Liability Insurance
1. Business Automobile Liability Insurance must cover all vehicles, whether rented, leased,
hired, scheduled, owned or non-owned. If Contractor does not own any vehicles, this
requirement may be satisfied by a non-owned vehicle endorsement to the general and
umbrella liability policies. Business Automobile Liability Insurance coverage amounts shall
not be less than the following:
(a) ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury (including
accidental death) to any one person; and
(b) ONE MILLION DOLLARS ($1,000,000) per occurrence for property damage; or
(c) ONE MILLION DOLLARS ($1,000,000) combined single limit.
2.0 GENERAL REQUIREMENTS—ALL POLICIES
A. Qualifications of Insurer. At all times during the term of this Contract, Contractor’s insurance
company must meet all of the following requirements:
1. “Admitted” insurer by the State of California Department of Insurance or be listed on the
California Department of Insurance’s “List of Surplus Line Insurers” (“LESLI”);
2. Domiciled within, and organized under the laws of, a State of the United States; and
3. Carry an A.M. Best & Company minimum rating of “A:VII”.
Page 108 of 133
B. Continuation Coverage. For insurance coverages that are required to remain in force after the
Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all
certificates and additional insured endorsements evidencing the continuation of such coverage.
C. Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to
City’s review and approval, in its sole discretion.
D. Commercial General Liability and Business Automobile insurance policies must be written on an
“occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as
additional insureds.
E. Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self-
insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance.
City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy.
F. Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not
exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its
representatives, or both.
Page 109 of 133
G. Separation of Insureds. Contractor’s insurance policy applies separately to each insured or
additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the
naming of multiple insureds will not increase an insurance company’s limits of liability.
H. Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an
additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising
injury, or property damage.
I. Premiums. City is not liable for a premium payment or another expense under Contractor’s policy
J. At any time during the duration of this Contract, City may do any one or more of the following:
1. Review this Agreement’s insurance coverage requirements;
2. Require that Contractor obtain, pay for, and maintain more insurance depending on City’s
assessment of any one or more of the following factors:
(a) City’s risk of liability or exposure arising out of, or in any way connected with, the
services of Contractor under this Agreement;
(b) The nature or number of accidents, claims, or lawsuits arising out of, or in any way
connected with, the services of Contractor under this Agreement; or
(c) The availability, or affordability, or both, of increased liability insurance coverage.
3. Obtain, pay for, or maintain a bond (as a replacement for an insurance coverage) from a
California corporate surety, guaranteeing payment to City for liability, or costs, or both,
that City incurs during City’s investigation, administration, or defense of a claim or a suit
arising out of this Agreement; or
K. Contractor shall maintain the insurance policy without interruption, from the Project’s
commencement date to the Final Payment date, or until a date that City specifies for any coverage that Contractor
must maintain after the Final Payment.
L. Contractor shall not allow any insurance to expire, cancel, terminate, lapse, or non-renew.
Contractor’s insurance company shall mail City written notice at least thirty (30) days in advance of the policy’s
cancellation, termination, non-renewal, or reduction in coverage and ten (10) days before its insurance policy’s
expiration, cancellation, termination, or non-renewal, Contractor shall deliver to City evidence of the required
coverage as proof that Contractor’s insurance policy has been renewed or replaced with another insurance policy
which, during the duration of this Agreement, meets all of this Agreement’s insurance requirements.
M. At any time, upon City’s request, Contractor shall furnish satisfactory proof of each type of
insurance coverage required— including a certified copy of the insurance policy or policies; certificates, endorsements,
renewals, or replacements; and documents comprising Contractor’s self-insurance program— all in a form and content
acceptable to the City Attorney or City’s Risk Manager.
N. If Contractor hires, employs, or uses one or more Subcontractor(s) to perform work, services,
operations, or activities on Contractor’s behalf, Contractor shall ensure that the Subcontractor complies with the
following.
1. Meets, and fully complies with, this Agreement’s insurance requirements; and
Page 110 of 133
2. Furnishes City at any time upon its request, with a complete copy of the Subcontractor’s
insurance policy or policies for City’s review, or approval, or both. Failure of City to
request copies of such documents shall not impose any liability on City, or its employees.
O. Contractor’s failure to comply with an insurance provision in this Agreement constitutes a material
breach upon which City may immediately terminate or suspend Contractor’s performance of this Agreement, or
invoke another remedy that this Agreement or the law allows. At its discretion and without waiving any other rights it
may have pursuant to law, City has the right but not a duty to obtain or renew the insurance and pay all or part of the
premiums. Upon demand, Contractor shall repay City for all sums or monies that City paid to obtain, renew, or
reinstate the insurance, or City may offset the cost of the premium against any sums or monies that City may owe
Contractor.
3.0 CONTRACTOR’S SUBMITTAL OF CERTIFICATES AND ENDORSEMENTS
A. Contractor shall have its insurance carrier(s) or self-insurance administrator(s) complete and
execute the following insurance documents and shall deliver said documents at the same time Contractor delivers
this Agreement to City. City will neither sign this Agreement nor issue a “Notice to Proceed” until the City Attorney or
City’s Risk Manager has reviewed and approved all insurance documents. City's decision as to the acceptability of all
insurance documents is final. Sample insurance documents in the City’s approved format are set forth in this 4.
B. Required Submittals for Commercial General Liability and Business Automobile Insurance and
Contractor’s Pollution Liability Insurance. The following submittals must be on forms satisfactory to the City Attorney or
City’s Risk Manager, and signed by the insurance carrier or its authorized representative – which fully meet the
requirements of, and contain provisions entirely consistent with, all of the insurance requirements set forth herein.
1. “Certificate of Insurance”
2. “Additional Insured Endorsement”
3. Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others”
Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon,
and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This
insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of,
and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who
is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30)
days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.”
C. Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a
certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk
Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of,
and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If
Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the
State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of
Exemption from Labor Code §3700” form is required.
D. Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a
declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier
or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely
consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the
insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed,
maintained, repaired or supplied pursuant to this Contract.
E. Contractor agrees to monitor and review all such coverage and assumes all responsibility for
Page 111 of 133
ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage.
F. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that
includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the
right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City.
G. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third
party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or
subcontractor.
H. Any “self-insured retention” must be declared and approved by City. City reserves the right to require
the self-insured retention to be eliminated or replaced by a deductible. Self-funding, policy fronting or other mechanisms
to avoid risk transfer are not acceptable. If Contractor has such a program, Contractor must fully disclose such program
to City.
Page 112 of 133
EXHIBIT 5
Statement of Intent to Comply with Minimum Requirements of the Stormwater Permit
CITY OF VERNON
Public Works Department
Construction Stormwater Program
Permit Number: Date:
Applicant: Phone:
Project Address:
Property Owner:
Contractor:
Contractor’s Address:
The National Pollutant Discharge Elimination System (NPDES) is a portion of the Clean Water Act that
applies to the protection of receiving waters. Under permits from the Los Angeles Regional Water Quality
Control Board (RWQCB), certain activities are subject to RWQCB enforcement. To meet the standards of
the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within
the Coastal Watershed of Los Angeles County, Except those Discharges Originating from the City of Long
Beach MS4 (CAS004001), the City of Vernon has adopted minimum standards for stormwater runoff from
development construction activities.
These minimum standards require the implementation of an effective combination of erosion and sediment
control Best Management Practices (BMPs) to prevent erosion and sediment loss, and the discharge of
construction waste at each site. At a minimum, the construction activity associated with the construction
project identified above shall be conducted in such a manner that:
Prevents illicit construction-related discharges of pollutants into the MS4 and receiving waters.
Implements and maintains structural and non-structural BMPs to reduce pollutants in stormwater
runoff from construction sites.
Reduces construction site discharges of pollutants to the MS4 to the maximum extent practicable.
Prevents construction site discharges to the MS4 from causing or contributing to a violation of
water quality standards.
Note: The Stormwater BMP Construction Handbook sheets developed by the California Stormwater
Quality Association shall be used as guidance in determining and implementing required BMPs. The BMP
sheets may be reviewed at the Public Works Department counter during regular business hours. A
General Construction Permit shall be obtained and maintained for all construction sites one (1) acre or
greater. Additional conditions may be required for these sites.
Page 113 of 133
I have read and understand the requirements listed above and certify that I will comply with the minimum
requirements above.
Signature:
Print Name:
Title:
Property Owner:
Page 114 of 133
EXHIBIT A6
Statement of Intent to Comply with Minimum Requirements of the California
Covid-19 Industry Guidance: Construction
CITY OF VERNON
Public Works Department
Project Address:
Property Owner:
Contractor:
Contractor’s Address:
The latest COVID-19 industry guidelines can be accessed at the following web address:
https://www.dir.ca.gov/dosh/coronavirus/Guidance-by-Industry.html
This document provides guidance for the construction industry to support a safe, clean environment for workers. The
guidance is not intended to revoke or repeal any worker rights, either statutory, regulatory or collectively bargained,
and is not exhaustive, as it does not include county health orders, nor is it a substitute for any existing safety and
health-related regulatory requirements such as those of Cal/OSHA.1 Stay current on changes to public health
guidance and state/local orders, as the COVID-19 situation continues. Cal/OSHA has more safety and health
guidance on their Cal/OSHA COVID-19 Infection Prevention for Construction 2 Employers and Workers webpage.
CDC has additional guidance for businesses and employers.
I have read and understand the requirements listed above and certify that I will comply with the minimum
requirements above.
Signature: Date: ___________________
Print Name:
Title:
Page 115 of 133
EXHIBIT B
SPECIAL PROVISIONS
SPECIFIC FOR THIS PROJECT
Page 116 of 133
EXHIBIT B – SPECIAL PROVISIONS
SPECIFIC FOR THIS PROJECT
Citywide Street Tree Wells
Contract No.CS‐1456
Page 117 of 133
Table of Contents
A. General .................................................................................................................................................. 119
1.Scope of Work .................................................................................................................................. 119
2.Contract Specifications .................................................................................................................... 119
3.Specifications ................................................................................................................................... 119
4.Length of Contract ........................................................................................................................... 119
5.Liquidated Damages......................................................................................................................... 119
6.Delays and Extensions of time ......................................................................................................... 119
7.Quality of Work ................................................................................................................................ 120
8.Unit Prices ........................................................................................................................................ 120
9.Extra Work ....................................................................................................................................... 120
10.Compliance with Laws, Regulations, and Safe Practices ................................................................. 120
B. Construction Phase Specifications ........................................................................................................ 121
1.Scheduling of Work .......................................................................................................................... 121
2.Material Submittals .......................................................................................................................... 121
3.Weather Limitations ........................................................................................................................ 121
4.Construction Hours .......................................................................................................................... 121
5.Traffic Requirements ....................................................................................................................... 122
6.Maintaining Existing Traffic Signal System ...................................................................................... 123
7.Notification of Affected Residents/Businesses ................................................................................ 123
8.Notification of Utilities ..................................................................................................................... 124
9.Protection of the Public ................................................................................................................... 124
10.Noise Restrictions ............................................................................................................................ 124
11.Construction Order of Work .......................................................................................................... 125
12.Character of Workers ..................................................................................................................... 125
13.Examination of Site ........................................................................................................................ 125
14.Mobilization ................................................................................................................................... 125
15.Dust Control ................................................................................................................................... 126
16.Best Management Practices (BMP’s) ............................................................................................. 126
17.Temporary Water Meter ................................................................................................................ 126
18.Cleaning of Site During Construction ............................................................................................. 126
19.Sanitary Facilities ........................................................................................................................... 126
20.Parkway Restoration ...................................................................................................................... 126
Page 118 of 133
21.Root Shaving/Pruning .................................................................................................................... 127
22.Final Cleaning of Site and Restoration ........................................................................................... 127
23.Contractor Responsibility ............................................................................................................... 127
C. Material Specifications ........................................................................................................................ 127
1.Unclassified Excavation .................................................................................................................. 127
2.Saw‐cutting .................................................................................................................................... 127
3.Concrete Improvements ................................................................................................................ 128
a.General ........................................................................................................................................ 128
b.Concrete Sidewalk ....................................................................................................................... 128
c.Concrete Curb and Gutter ........................................................................................................... 128
d.Street Tree Wells ......................................................................................................................... 128
e.Concrete Joints and Keyways ...................................................................................................... 129
4.Full Depth Asphalt Removal ........................................................................................................... 129
a.General ........................................................................................................................................ 129
b.Subgrade and Surface Preparation ............................................................................................. 129
5.New Asphalt Concrete Paving ........................................................................................................ 129
a.General ........................................................................................................................................ 129
b.Latex Additive .............................................................................................................................. 130
c.Tack Coat Application.................................................................................................................. 130
d.Field Testing ................................................................................................................................ 131
Page 119 of 133
A. General
1.Scope of Work
This project consists of the construction and installation of approximately one hundred and
fifteen (115) Street Tree Wells along Soto Street and Fruitland Avenue in the City of Vernon
per the attached Contract Sheet No. 01 (Plan Sheet) and City of Vernon’s Standards MV 1891
attached as Exhibit D.
2.Contract Specifications
The details and the exact limits for the asphalt and concrete work in this project are shown on
the City Contract No.CS‐1456 sheet drawings, incorporated herein by this reference:
Sheet No. Plan
No.
Description
1 D2786
Citywide Street Tree Wells at Soto
Street and Fruitland Avenue
3.Specifications
Installation and payment for all the work shall conform to the Standard Specifications for
Public Works Construction (2021 Edition), State of California Department of Transportation
(Caltrans) Standard Plans and Standard Specifications (2018 Edition), California Manual on
Uniform Traffic Control Devices (2009 Edition), and the City of Vernon Standard Plans.
The Standard Specifications for Public Works Construction (2021 Edition) shall be referred to
hereafter as the Standard Specifications. The Caltrans Standard Plans (2018 Edition) shall be
referred to hereafter as the Caltrans Standard Plans. The California Manual on Traffic Control
Devices (2009 Edition) shall be referred hereafter as the “CA MUTCD”.
4.Length of Contract
All work in this project shall be completed within sixty (60) calendar days as specified in the
Bidder's Proposal.
5.Liquidated Damages
In accordance with Section 6‐9 of the Standard Specifications, for each consecutive calendar day
in excess of the time specified for completion of the work, as adjusted in accordance with Section
6‐9 of the Standard Specifications, the Contractor shall pay to the agency, or have withheld from
monies due it, the sum of two hundred and fifty dollars ($250) per calendar day.
6. Delays and Extensions of time
The provisions of Section 6‐4 entitled "Delays and Extensions of Time" of the Standard
Specifications shall apply except as modified and supplemented below.
Page 120 of 133
The second paragraph of subsection 6‐4.1 is hereby deleted and the following paragraph shall be
inserted in its place:
No extension of time will be granted for a delay caused by the inability of the Contractor to obtain
materials, equipment and labor, except as authorized by the City's Project Manager. The length
of contract time stipulated includes any time which may be required to obtain materials,
equipment and labor, and the Contractor in submitting a bid shall be deemed to have ascertained
the availability of materials, equipment and labor and considered same in his/her proposed
construction schedule.
7.Quality of Work
The provisions of Section 3 entitled "Control of the Work" of the Standard Specifications shall
apply. In addition, any work deemed unacceptable by the City's Project Manager, whether a
cause is determined or not shall be repaired or replaced by the Contractor at his/her expense.
8.Unit Prices
All costs not covered by specific unit prices but required for a complete job in place, shall be
included in the items most related to the work.
9.Extra Work
In the event the City and the Contractor are unable to negotiate an agreed price for extra work,
which is acceptable to both parties, payment shall be made based on time and materials as
follows:
Work by the Contractor: The following percentages shall be added to the Contractor's
cost and shall constitute the markup for all overhead and profits:
1. Labor 33%
2. Materials 15%
3. Equipment Rental 15%
4. Other Items and Expenditures 15%
Work by the Subcontractor: When all or any part of the extra work is performed by a
subcontractor, the markup provided by the Contractor as mentioned above shall apply to
the subcontractor’s actual costs. A markup of 5% of the subcontracted portion of each
extra work may be added for the Contractor.
10.Compliance with Laws, Regulations, and Safe Practices
The Contractor shall perform all work in a safe, competent manner and in accordance with all
federal, state, and local statues, regulations, ordinances, rules, and governmental orders. The
Contractor will be solely and completely responsible for the conditions of the job site, including
safety of all persons and property during performance of the work. This requirement will apply
Page 121 of 133
continuously and not be limited to normal working hours. Inspection of the Contractor's
performance by the City, its agents, or employees is not intended to include review of the
adequacy of the Contractor's safety measures in or near the job site.
B. Construction Phase Specifications
1.Scheduling of Work
The Contractor shall submit his/her work schedule to the City's Project Manager prior to the pre‐
construction meeting. The construction schedule shall show the sequence of work, critical path
and estimated time for completion of each segment of work. This schedule must be reviewed
and accepted by the City's Project Manager before the Contractor will be permitted to begin
work. In addition, the Contractor shall submit a detailed schedule forecasting two weeks of work
describing each day’s work. This schedule shall be updated and submitted to the City every other
Monday during the construction period. The Contractor shall give 48 hours’ notice to the City's
Project Manager prior to the start of the work.
2.Material Submittals
The Contractor shall provide all required submittals including, but not limited to the following:
Shop drawings
Materials and mix designs (submitted upon reward of the contract for review and
approval before the construction); and
Truncated domes.
The “Notice to Proceed” will not be issued to the Contractor until all the submittals have been
reviewed and approved by the City.
3.Weather Limitations
Placement operations shall not be performed during wet conditions or if rain or cold conditions (less
than 45°F) are imminent or predicted to exist at any time. “Imminent or predicted” is defined as
being forecasted within a 48‐hour period on the National Weather Service Web Site
http://www.wrh.noaa.gov for the most representative and nearest location listed where placement
is to begin and end.
4.Construction Hours
Work shall occur Monday‐Thursday between the hours of 7:00 am to 4:00 pm unless otherwise
restricted by the type of work shown below:
Asphalt work that requires a half or full street closure shall occur on Saturday and Sunday
between the hours of 6:00 am to 5:00 pm.
5.Traffic Requirements
Before any partial or total closure of any street, the Contractor shall be required to obtain the
approval of the City's Project Manager.
Page 122 of 133
The Contractor shall comply with Sections 600 and 601 of the Standard Specifications and provide
safe and continuous passage for pedestrian and vehicular traffic at all times. The Contractor shall
provide and maintain all necessary flagmen, barricades, delineators, signs, flashers and any other
safety equipment as set forth in the latest publication of the State of California, Division of
Highways, Traffic Manual or as required by the City's Project Manager to ensure safe passage of
traffic.
The following provisions shall apply unless otherwise directed by the City's Project Manager.
The traffic control shall be in accordance with the California Manual of Temporary Traffic
Controls (CA MUTCD, latest edition) handbook.
The Contractor shall submit traffic channelization and detour plans to the City's Project
Manager for approval at least fourteen (14) working days prior to commencement of
work. Traffic control plans (previously approved by the City's Project Manager) shall be
maintained within the construction zone for the duration of the construction.
Traffic Control Work shall include all labor, materials, tools, equipment, transportation
and incidentals necessary to maintain and control all vehicular and pedestrian traffic
through the construction site. The cost of furnishing and maintaining traffic control during
the construction including flagmen as necessary must be included in the various bid items,
and no extra compensation will be paid to the Contractor.
In addition to the requirements of the "CA MUTCD" handbook, the City's Project Manager
may require fifteen (15) foot wide travel lanes, flatter traffic tapers, additional traffic
control devices, barricading, and other signing in order to ensure driver awareness and
safety in the construction area. Further, the Contractor shall provide Type II or Type III
barricades with flashers and delineators at locations as determined by the City's Project
Manager.
Construction hours shall be pursuant to Section B4. Monday‐Thursday; Contractor shall
maintain at least one (1) through lane of traffic in each direction during the hours of 6:00
am ‐ 8: 00 am and 4:00 pm – 6:00 pm each day.
The Contractor shall provide access to local businesses at all times unless otherwise
approved by the City's Project Manager. This may include providing steel plates at some
driveway approaches. Message boards shall be used for pre‐construction warnings, lane
closure/detour areas, and placed fourteen (14) calendar days in advance of the
Page 123 of 133
closure/detour.
The posting of "NO PARKING" signs within the construction limits is permitted with the
approval of the City Engineer. "NO PARKING" signs shall contain a "TOW AWAY" warning.
These signs shall be furnished and maintained by the Contractor and shall be of the type
approved by the City's Project Manager. Each sign posted shall have the date and time
indicating the duration of the "NO PARKING" prohibition printed clearly in a manner
acceptable to the City's Project Manager. New signs shall be posted when changes occur
in the parking prohibitions indicated on the previously posted signs. Signs must be posted
at least seventy‐two (72) hours in advance of construction or they are invalid. Signs shall
not be attached to trees or taped to street light or traffic signal poles. Contractor shall
only post "NO PARKING SIGNS" on one side of the street at a time unless otherwise
approved by the City's Project Manager. The signs shall be effective for no more than five
(5) working days and shall be removed within twenty‐four (24) hours after the work is
complete. If signs are not removed in a timely manner, the City's Project Manager may
suspend all work until the signage requirement is corrected. All signs, lights and other
warning devices used shall be in accordance with State of California Business and
Transportation City Department of Public Works Manual of Warning Signs, Lights and
Devices for Use in Performance of Work upon Highways.
6. Maintaining Existing Traffic Signal System
In accordance with Sections 701‐4 and 701‐5.3 of the Standard Specifications, the existing traffic
signals shall be in operation at all times.
7. Notification of Affected Residents/Businesses
The Contractor shall be responsible for distribution of the general information letter of the
project to all affected residents and businesses. A project general information letter and
sufficient copies thereof will be prepared by City staff for Contractor distribution to all residents,
business establishments, and institutions fronting on or directly affected by the project.
The Contractor shall be responsible for distribution of said letter in handout form to all the
appropriate residences and buildings in the subject area. Distribution shall be accomplished in a
manner acceptable to the City's Project Manager and shall be five (5) working days prior to the
beginning of construction operations in the immediate vicinity.
In addition to the above, the Contractor shall be fully responsible for such other notifications as
may be required related to necessary closures of streets, alleys, driveways, etc., or to unavoidable
access or parking restrictions. These notifications shall apply where the closures and access or
parking restrictions required in the performance of any work under this contract preclude any
resident, tenant, or property owner from utilizing the premises or conducting business thereon
in a reasonable and customary manner.
Page 124 of 133
Additional notification to the affected businesses and residents shall be prepared by the City and
distributed by the Contractor for roadway and driveway closures five (5) working days in advance
of any construction work. No removal or excavation work is allowed until the additional
notification has been distributed to the affected residents and businesses. If a Contractor is
unable to adhere to his/her schedule as indicated on his/her written notification, then all the
affected residents and places of business shall be re‐notified of the revised schedule, in writing,
as indicated above. Contractor costs for all of the above notifications shall be considered as
included in the appropriate items of the Bid Proposal.
8. Notification of Utilities
The provisions of Section 402 entitled "Utilities" of the Standard Specifications shall apply. The
Contractor shall contact the Underground Service Alert of Southern California (U.S.A.) at least
three (3) working days in advance of the construction work.
9. Protection of the Public
The Contractor shall take such steps and precautions as his/her operations warrant to protect
the public from danger, loss of life, loss of property or interruption of public services. Unforeseen
conditions may arise which will require that immediate provisions be made to protect the public
from danger or loss, or damage to life and property, due directly or indirectly to prosecution of
work under the contract. Whenever, in the opinion of the City's Project Manager, a condition
exists in which the Contractor has not taken sufficient precaution of public safety, protection of
utilities, and/or protection of adjacent structures or property, the City's Project Manager will
order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the
situation within a reasonable time period as determined by the City's Project Manager, or in the
event of an emergency situation, the City's Project Manager may provide suitable protection by
causing such work to be done and material to be furnished as, in the opinion of the City's Project
Manager, may seem reasonable and necessary. The cost and expense of all repairs (including
labor and materials) as are deemed necessary, shall be borne by the Contractor. All expenses
incurred by the City for emergency repairs will be deducted from the final payment due to the
Contractor.
10. Noise Restrictions
The Contractor may not operate certain power equipment, within a residential area or within a
radius of five hundred (500) feet from a residential area, except during the following times:
From 7:00 am to 4:00 pm, Monday through Thursday
From 6:00 am to 5:00 pm on Saturday and Sunday
In addition, the noise level from the Contractor's operations shall not exceed eighty‐five (85) dBA
when measured within a one hundred (100) foot radius at any time.
Page 125 of 133
11. Construction Order of Work
Work shall be scheduled so as to lessen the impact upon businesses. All construction shall
conform to the latest edition of the Standard Specifications and shall proceed in a smooth,
efficient, timely and continuous manner. As such, once construction is started in a work area, the
Contractor will be required to work continuously in that work area until construction has been
completed and the work area is open and accessible to both vehicular and pedestrian traffic in a
manner approved by the City's Project Manager before the next stage of work will be allowed to
begin.
Once construction is started in a work area, the Contractor shall not withdraw manpower or
equipment from that work area in order to start construction in another work area if doing so, in
the opinion of the City's Project Manager, delays the completion of the work presently under
construction.
The Contractor shall maintain continuous access to all residents and businesses within the project
limits, including drive approaches, unless the Contractor has obtained the approval of the City's
Project Manager to close either such access or drive approach.
No stockpiling of material and construction equipment on public streets or sidewalks will be
permitted on this project unless approved by the City's Project Manager. Material and equipment
placed on public streets, sidewalks and on the construction areas shall be used the same day.
12. Character of Workers
If any subcontractor or person employed by the Contractor shall fail or refuse to carry out
directions of the City’s Project Manager or shall appear to the City's Project Manager to be
incompetent or act in a disorderly or otherwise improper manner, he/she shall be immediately
discharged from the project on the request of the City's Project Manager, and such person shall
not be reemployed on the work. If said individual has an ownership interest in the contracting
entity, the City's Project Manager will serve written notice upon the Contractor and the Surety
providing the faithful performance bond, in accordance with Section 6‐8, "Termination of the
Contractor by Default" of the Standard Specifications, demanding complete and satisfactory
compliance with the Contract.
13. Examination of Site
The Contractor is required to examine the site and judge for themselves the location. Physical
conditions, substructures and surroundings of the proposed work.
14. Mobilization
The cost of all preparatory work and operations for the multiple movements of personnel,
equipment, supplies, and incidentals to the project site must be included in the various bid items,
and no extra compensation will be paid to the Contractor.
Page 126 of 133
15. Dust Control
Throughout all phases of construction, including suspension of work, and until final acceptance
of the project, the Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling
water, or other means as necessary when requested by the City. Failure of the Contractor to
comply with the City's Project Manager cleanup orders may result in an order to suspend work
until the condition is corrected. No additional compensation or extension of contract completion
time will be allowed as a result of such suspension. The cost of furnishing and operating dust
control during the construction project shall be included in the various bid items, and no extra
compensation will be paid to the Contractor.
16. Best Management Practices (BMP’s)
The Contractor shall submit a copy of their Best Management Practices (BMPs) to the City
Engineer for review ten (10) days prior to the beginning of any work.
The Contractor is hereby notified that specific construction practices in the Standard Specifications,
Section 3‐12.6.2, “Best Management Practices (BMPs)” are considered to be Best Management
Practices. The Contractor shall implement and maintain such BMP’s as are relevant to the work, and
as are specifically required by the Plans or Special Provisions. The Contractor shall not commence
activity until the BMP submittal has been reviewed and approved.
17. Temporary Water Meter
If necessary, the Contractor shall obtain a temporary water meter from the City of Vernon Water
Department by placing a deposit of $1,000. Contractor shall pay for all water used. Contractor
shall not relocate the service. The Contractor shall call the City of Vernon Water Department to
relocate the service and will be charged fifty dollars ($50.00) for each relocation.
18. Cleaning of Site During Construction
During construction, all existing improvements, including pavement, sidewalk, curb and gutter,
adjacent to the work area shall be swept free from soils, gravel, dirt or debris on a daily basis.
The Contractor is responsible for maintaining all sidewalk, curb and gutter areas within the
construction zone free from loose materials at all times.
19. Sanitary Facilities
The Contractor shall furnish and maintain sufficient sanitary facilities by the worksites for the
entire duration of construction activities. The cost of furnishing and maintaining sufficient
sanitary facilities shall be included in the various bid items, and no extra compensation will be
paid to the Contractor.
20. Parkway Restoration
Parkway and lawn areas disturbed by construction and/or root removal operations shall be
backfilled with material approved by the City's Project Manager, mechanically compacted to 90%
of optimum density, and graded to join the adjacent improvements and parkway lawn areas. The
parkway and lawn area shall be restored by sodding in accordance with Section 801‐4.8 of the
Page 127 of 133
Standard Specifications, and the irrigation system to match the adjacent parkway area. The
payment for this work shall be included in the most appropriately related bid item.
21. Root Shaving/Pruning
Where the sidewalk has been raised by an existing tree, interfering roots shall be shaved per
the City's Project Manager direction. The shaving of the roots will be paid under the
appropriate bid item. The cost of shaving the tree roots and backfilling with clean soil shall be
included in the Prune/Root Shave bid unit price and no additional compensation shall be made
to the Contractor therefor.
22. Final Cleaning of Site and Restoration
The Contractor shall be responsible for cleaning and restoration of all damaged existing
improvements such as sidewalk, driveway, curb and gutter, and private property at no cost to
the City. The Contractor shall remove all loose aggregates by sweeping all the sidewalks and
gutters. The cost of furnishing and operating such sweeping after the construction of the project
must be included in the various bid items, and no extra compensation will be paid to the
Contractor.
23. Contractor Responsibility
The Contractor shall be responsible for the final product and shall make any quality control,
adjustments and corrections necessary to obtain the final product accepted by the City's Project
Manager. The Contractor shall perform process and quality control sampling and testing and
exercise management control the work of his/her subcontractors, technicians and workers to
ensure that the milling, transporting, spreading, compaction, and finishing processes conform to
these Specifications. The City's Project Manager shall have unrestricted access to the laboratory,
sampling, testing sites, and all information resulting from mix design and quality control activities.
All Quality Control testing results shall be submitted to the City's Project Manager on a daily basis.
C. Material Specifications
1. Unclassified Excavation
This section shall conform to Section 300‐2 of the Standard Specifications and these Special
Provisions. The cost for unclassified excavation shall be included in the unclassified excavation bid
item unit price and no additional compensation to the Contractor shall be made therefor. Cost for
unclassified fill if any, re‐grading and re‐compaction shall be included in the unit price paid for the
unclassified excavation for the said areas and no additional payment will be allowed therefor.
2. Saw‐cutting
A concrete saw shall, where practicable, be used to neatly saw the edge of all existing concrete
sidewalk, curb, gutter, and/or drive apron to be removed. The residue resulting from the saw‐
cutting operations shall not be permitted to flow beyond the specific work location and shall be
vacuumed concurrently with the operation.
Page 128 of 133
Payment for saw‐cutting concrete and asphalt pavement, concrete spandrel, drive aprons, curb,
gutter or sidewalk shall be included in the unit bid prices of the various related items as
specified in the Bidder's Proposal and no additional compensation for this work shall be made
therefor. All work shall conform to applicable provisions of the Standard Specifications.
3. Concrete Improvements
a. General
The construction of concrete improvements shall consist of removal and disposal of
concrete, asphalt concrete pavement, debris, native soil, and construction of concrete curb
ramps and sidewalks according to the City of Vernon Plans. All concrete work shall be
formed according to City of Vernon Standards. No wild pouring allowed. All concrete
classifications are according to Standard Specification, Section 201.
b. Concrete Sidewalk
Concrete sidewalk and walkway shall be constructed according to the City of Vernon
Standard Plan No. PV582. Saw‐cut, removal, and dispose existing concrete, asphalt
concrete, and/or soil to nearest score line or as painted by the City's Project Manager.
Sidewalk shall be measured and paid under the concrete sidewalk unit bid item including
subgrade preparations, forming, finishing, and all incidentals. The cost for the removal and
replacement of the concrete sidewalk shall be included in the sidewalk bid item unit price
and no additional compensation to the Contractor shall be made therefor. The locations of
the sidewalk replacement areas are shown on the Contract plans. The Contractor shall meet
with the City's Project Manager to confirm all sidewalk replacement locations before any
demolition takes place.
c. Concrete Curb and Gutter
Concrete Curb and Gutter shall be constructed according to the City of Vernon Standard
Plan No. PV582. New concrete curb & gutter shall be doweled with #4 rebar into existing
concrete curb & gutter when length is less than 25’. Unless otherwise indicated on plans
or instructed by the City's Project Manager, the concrete curb face shall be 8” high and
the gutter shall be 2’ wide. The cost for the removal & repaving of the 2’wide asphalt
pavement depth along the removed concrete curb or gutter for forming shall be included
in the various bid items and no extra compensation will be paid to the Contractor.
d. Street Tree Wells
The street tree well including tree well appurtenances, curb inlet and local depression shall
be constructed according to the City of Vernon’s Standards MV 1891. The City shall mark
the location and limits of each tree well in the field and the Contractor shall verify that the
street conditions will satisfy with required grades. The contractor shall verify the required
work to complete each new tree well including but limited to the cost of the removal,
disposal, planting of tree, construction of curb inlet, local depression, sidewalk and
installation of tree grate. The cost of the grate frame, backfill, re‐compaction, tree and all
Page 129 of 133
of the above work for the proposed tree well shall be included in the street tree well unit
bid price and no additional compensation to the Contractor shall be made therefor.
e. Concrete Joints and Keyways
Longitudinal joints shall coincide with traffic lanes unless otherwise approved by the City's
Project Manager. Construction of keyways and tie bars shall be per the Standard Plan for
Public Works Construction Standard Plan No. 134‐3 and placed at every cold joint in the
concrete slab/pavement or as directed by the City's Project Manager.
4. Full Depth Asphalt Removal
a. General
Shall be in accordance with Section 401‐2 of the Standard Specifications. Contractor shall
remove entire asphalt section without disturbing or introducing any subgrade materials to the
asphalt millings.
b. Subgrade and Surface Preparation
Prior to placing new pavement the subgrade soils/base shall be properly prepared, moisture
treated and compacted to a minimum of 95 percent relative compaction based upon ASTM D
1557 so as to create an evenly graded, unyielding surface. If the new pavement is to be placed
on an existing milled pavement surface it shall be verified that the milled surface is firm and
unyielding and there are no subgrade failure areas beneath the milled surface that might
compromise the integrity of the new pavement. When new pavement is placed on a milled
surface or adjacent to structures such as curbs, concrete gutters, planters, etc.; these contact
surfaces shall be swept of all loose material to create a dry clean surface. A tack coat of SS‐1h
emulsion, emulsified recycling agent or equivalent (0.05 gallon per square yard minimum) shall
be applied to all surface areas prior to placing the new pavement. New pavement is not
recommended as a direct overlay on existing asphalt pavement without first milling the
underlying pavement to aid in bonding and to prevent slippage.
5. New Asphalt Concrete Paving
a. General
Asphalt concrete base paving material for this project shall be Class C2 PG 70‐10 per the
specifications below. The asphalt concrete material shall include the following:
Fractured faces of crushed rock shall conform to Standard Specifications 200‐1.2.
Recycled Asphalt Concrete shall not be allowed in new asphalt concrete mix.
Minimum air void shall be 4% per Standard Specifications 203‐6.4.4.
The Contractor shall inform the City of the name and location of the asphalt plant that will
furnish asphalt concrete to the job sites. The City will schedule plant inspection on paving
days for quality control. The City will reject asphalt concrete load shipments from any other
plants.
Page 130 of 133
The Contractor shall establish designated asphalt truck routes and staging areas and shall
communicate these routes and areas to truck drivers prior to th e arrival at the job site. The
City shall approve this plan five (5) days prior to paving.
The Contractor shall place diesel fuel on top of all manholes, valves and monument covers
immediately before the final asphalt pavement overlay. Feather join edges shall be made
along straight lines by hand raking out all heavy aggregates prior to rolling to produce a
smooth uniform surface. Compacted edge along gutter shall be flush.
No traffic shall be allowed on paved surfaces for a minimum of two hours after paving
unless approved by the City. Contractor shall remove all tracked asphalt materials from
concrete surfaces. No asphalt trucks shall utilize existing driveways for turn around.
Paving operations at the end of each day or night shall leave no joints parallel to the
direction of traffic. Joints perpendicular to the direction of traffic shall be ramped with
temporary asphalt concrete. The ramping shall be removed prior to paving.
b.Latex Additive
This work shall consist of adding a 2% latex rubber additive to the asphalt concrete mix for
the final two inches (2") thick surface overlay shall be Class C2‐PG 70‐10 in accordance with
the following provisions and the Standard Specifications Section 302‐5:
Latex rubber shall be water based emulsified suspension of Styrene/Butadiene
Rubber in liquid form.
Latex rubber, amounting to two percent (2%) by weight of the asphalt cement, shall
be added at the pug mill with the asphalt cement during the mixing cycle.
The Contractor shall submit the mix design to the City's Projec t Manager for approval
prior to use.
Latex rubber may be added to the mixture in any method that will assure uniform
distribution, accurate measurement of quantity of latex introduced. The latex shall
be introduced to the mix at the same time as the introduction of asphalt.
The wet mixing cycle shall be fifty (50) seconds.
Payment for Latex Rubber additive shall be included in the unit price for Asphalt Concrete
Pavement with Latex and no extra compensation will be paid to the Contractor.
c.Tack Coat Application
A tack coat of SS‐1h shall be applied at the rate of 0.10 gallons per square yard to all
uniform thickness cold planed areas. The surface shall be free of water, foreign material,
or dust when the tack coat is applied. A similar tack coat shall be applied to the surface of
any course, if the surface is such that a satisfactory bond cannot be obtained between it
and a succeeding course. The cost of furnishing and applying tack coat SS‐1h must be
Page 131 of 133
included in the paving operation, and no extra compensation will be paid to the
Contractor.
The Contractor shall make all necessary efforts to minimize the tracking of the fresh oil on
the existing improvements such as sidewalks, driveways, curb and gutters, private
property, etc. Under no circumstance will the tack‐coat truck spray the roadway more than
200 feet ahead of the paving machine. No trucks shall utilize existing driveways for turn
around. All maneuvering shall take place on the streets. Contractor will be responsible for
such cleaning and restoration as needed.
d.Field Testing
The crushed miscellaneous base material shall be compacted to a relative compaction of
ninety‐five percent (95%). All trenches and sub‐grade below six inches (6") shall be
compacted to a relative compaction of ninety percent (90%).
The asphalt concrete pavement compaction after rolling shall also be ninety‐five percent
(95%). The City shall test for the field density of the compacted asphalt concrete by using
a properly calibrated nuclear asphalt‐testing device.
The Contractor shall notify the City 48 hours in advance when to schedule field relative
compaction tests. Failed compaction test areas shall be immediately removed and
replaced at Contractor’s expense.
N. T. SVICINITY MAP
GENERAL CONSTRUCTION NOTES:
CITY OF VERNON
PUBLIC WORKS DEPARTMENT
CITYWIDE STREET TREE WELLS
CONTRACT NO. CS-1456
VERNON STANDARDS
STANDARD SYMBOLS
CITYWIDE STREET TREE WELLS , CITY CONTRACT NO. CS-1456CITYWIDE STREET TREE WELLS
STREET CONSTRUCTION NOTES:
ADDITIONAL NOTES:
Page 132 of 133
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.
Page 133 of 133
EXHIBIT D
CITY STANDARD PLANS
SPECIFIC FOR THIS PROJECT
MV 1891
STANDARD TREE
PLANTING
REVISIONS
MV 1891
STANDARD TREE
PLANTING
REVISIONS
Page 7 of 194
NOTICE INVITING BIDS
for
Citywide Street Tree Wells, City Contract No. CS-1456
in the
City of Vernon, California
Bids are to be signed and submitted in TRIPLICATE. ONE ORIGINAL AND TWO COPIES of
sealed bids must be received prior to 2:00 p.m., on 6HSWHPEHU, 2022, by the City Clerk,
City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“Bid Deadline”).
All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of the
bid and the bidder’s name address appearing on the outside.
Bids should be mailed or delivered in person before 2:00 p.m. on the Bid Deadline. LATE
SUBMITTALS WILL NOT BE ACCEPTED. Bids must be received in the City Clerk’s
Office before that time. Bids will be opened in the City Clerk’s Office at 2:00 p.m., on
6HSWHPEHU, 2022. At the bid opening, the City Clerk shall open bid packages and
acknowledge the receipt of Bids. Once all bid packages are opened and announced, the Bid
Forms will be made available for public review.
The bids shall be clearly titled. Copies of the Bid Documents, Plans and Specifications are
available at no charge at cityofvernon.org.planetbids
Pre-Bid Meeting:
A pre-bid meeting to answer any questions regarding the project plans and specifications is
scheduled for 6HSWHPEHU, 2022 at 10:00 am in the Public Works Department, 4305 Santa Fe
Avenue, Vernon, California. This meeting is to answer any questions regarding the project
plans and specifications.
Attendees must adhere to the State and local guidelines regarding COVID-19, including
applicable industry guidelines for construction sites. Attendance is not mandatory.
City of Vernon Contact Person: Public Works Department
Attention: Lissette Melendez, Project Engineer
Phone: (323) 583-8811 ext. 246
Email: lmelendez@cityofvernon.org
Attention: Andrew Eguia, Engineering Aide
Phone: (323) 583-8811 ext. 294
Email: aeguia@cityofvernon.org
Page 8 of 194
Mandatory Qualifications for Bidder and Designated Subcontractors:
A Bid may be rejected as non-responsive if the Bidder fails to meet the essential requirements for
qualification.
General Scope of Work:
Contractor shall furnish labor, materials, equipment, services, and specialized skills to perform
work involved in the Project. The Work in the Bid is defined in the Project Drawings and
Specifications and will generally include the following:
The project consists of the construction and installation of Street Tree Wells per the Contract
Sheet No. 01 (Plan Sheet) attached to the Special Provisions and City of Vernon’s Standards MV
1891 attached as Exhibit D.
The work shall be done in accordance with City Contract No. CS-1456. In the event of any
conflicts, refer to the Procedure of Contract Documents” contained in General Conditions,
Section 1.10.
Mandatory Qualifications for Bidder and Designated Subcontractors:
A Bid may be rejected as non-responsive if the Bid fails to document that Bidder meets the
essential requirements for qualification. As part of the Bidder’s Statement of Qualifications,
each Bid must establish that:
Bidder satisfactorily completed at least three (3) prevailing wage public contracts in California;
each comparable in scope and scale to this Project, within three (3) years prior to the Bid
Deadline and with a dollar value in excess of the Bid submitted for this Project.
Other Bidding Information:
1. Contract Time: This Work must be completed within 60 calendar days from the date of
commencement as established by the City’s written Notice to Proceed.
2. Amount of Liquidated Damages: $250 per calendar day.
3. Bidding Documents. Bids must be made on the Proposal Form contained herein.
4. Engineer’s Estimate. An Engineer’s Estimate of the cost of construction of this Work has
been prepared. Said estimate is in the range of $650,000 to $700,000.
5. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, to
award all or any individual part/item of the bid, and to waive any informalities, irregularities or
technical defects in such bids and determine the lowest responsible bidder, whichever may be in
the best interests of the City. No late bids will be accepted, nor will any oral, facsimile or
electronic bids be accepted by the City.
6. Contractor’s License. At the time of the Bid Deadline and at all times during
performance of the Work, including full completion of all corrective work during the Correction
Period, Contractor must possess a California contractor’s license or licenses, current and active,
Page 9 of 194
of the classification required for the Work, in accordance with the provisions of Chapter 9,
Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with
Public Contract Code Section 3300, the City has determined that the Bidder must possess the
following license(s): Class A, General Engineering Contractor License from the California
License Board. The Bidder will not receive a Contract award if at the time of submitting the bid,
the Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses
are not current and active. If the City discovers at the time of the Bid Deadline that Contractor is
unlicensed, does not have all of the required licenses, or one or more of the licenses are not
current and active, the City may reject the Bid, cancel the award, declare the Bid Bond as
forfeited, keep the Bid Bond’s proceeds, and exercise any one or more of the remedies in the
Contract Documents in addition to those provided by law.
7. Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom the
Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and
the Bidder must provide all of the Subcontractor information that Section 4104 requires (name,
address, license number, and portion of the Work). An inadvertent error in the license number
will not be considered nonresponsive if it is corrected within 24 hours after the bid opening. In
addition, the City requires the Bidder to list the dollar value of each Subcontractor’s labor or
services. The City reserves the right to review and disqualify any proposed Subcontractor. The
City’s disqualification of a Subcontractor does not disqualify a Bidder. In such case, prior to and
as a condition to award of the Contract, the successful Bidder shall substitute a properly licensed
and qualified Subcontractor— without an adjustment of the Bid Amount. At the time of the Bid
Deadline and at all times during performance of the Work, each listed Subcontractor’s license
must be current and active for the portion of the Work listed and shall hold all specialty
certifications required for such Work.
8. Permits, Inspections, Plan Checks, Governmental Approvals, Utility Fees and Similar
Authorizations.
Unless specified otherwise, all Governmental Approvals and Utility Fees shall be obtained and
paid for by Contractor and will be reimbursed based on Contractor’s actual direct cost without
markup.
9. Bid Forms and Security: Each Bid must be made on the Bid Forms obtainable at the
Public Works Department. Each Bid shall be accompanied by a cashier’s check or certified
check drawn on a solvent bank, payable to “City of Vernon,” for an amount equal to ten percent
(10%) of the total maximum amount of the Bid. Alternatively, a satisfactory corporate surety
Bid Bond for an amount equal to ten percent (10%) of the total maximum amount of the Bid may
accompany the Bid. Said security shall serve as a guarantee that the successful Bidder will,
within fifteen (15) calendar days after the date of the award of the contract, enter into a valid
contract with the City for said Work in accordance with the Contract Documents.
12. Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days after
the Bid Deadline.
13. Substitution of Securities. Pursuant to California Public Contract Code Section 22300,
substitution of securities for withheld funds is permitted in accordance therewith.
14. Prevailing Wages. This Project is a “public work” as defined in California Labor Code
Section 1720. Contractor awarded this Contract and all Subcontractors of any tier shall not pay
Page 10 of 194
less than the minimum prevailing rate of per diem wages for each craft, classification, or type of
worker needed to perform the Work. The Director of Industrial Relations of the State of
California, pursuant to the California Labor Code, and the rates determined by the California
Director of Industrial Relations are available online at www.dir.ca.gov/DLSR/PWD/.
15. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnish
electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor
Standards Enforcement).
16. Registration with the Department of Industrial Relations (DIR). No contractor or
subcontractor may be listed on a bid proposal for a public works project unless currently
registered and qualified (including payment of any required fee) with the DIR pursuant to Labor
Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for
public work on a public works project unless currently registered and qualified (including
payment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This project
is subject to compliance monitoring and enforcement by the DIR.
Carlos Fandino
City Administrator
Dated: ___________ (Approved as to form by the City Attorney’s Office)
Published: _______
Page 11 of 194
City of Vernon
Instructions for Bidders
Project: Citywide Street Tree Wells, Contract No. CS-1456
for the Department of Public Works
City personnel with whom prospective bidders will deal with are:
Lissette Melendez, Project Engineer, Public Works Department, 4305 Santa Fe Avenue, Vernon,
CA 90058 (323) 583-8811 Ext. 246.
Andrew Eguia, Engineering Aide, Public Works Department, 4305 Santa Fe Avenue, Vernon,
CA 90058 (323) 583-8811 Ext. 294.
Bid opening date and time: 6HSWHPEHU, 2022, at 2:00 p.m.(“Bid Deadline”)
Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon,
CA 90058
The bid must be received by the City Clerk prior to the time set for bid opening. A bid received
by the City Clerk after the time set for the bid opening is a non-responsive bid and shall not be
considered.
GENERAL BID REQUIREMENTS
To be considered, a bidder must strictly follow the format for bids in the specifications. Bids must
be binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain open
and valid for ninety (90) calendar days after the Bid Deadline.
1.CONTRACTORS LICENSE
The Bidder must possess a valid State of California Contractors License and must list type
in the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadline
and at all times during the performance of the Work, except as otherwise provided in
California Business and Professions Code Section 7028.15.
2.INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS AND
ADDENDA
A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of
any part of the Bidding Documents, or who finds discrepancies, errors or omissions
therein or who finds variances in any of the Bidding Documents with applicable
law, such Bidder shall at once submit a written request for an interpretation or
correction thereof to the City’s representative identified in the Notice Inviting Bids,
or other designated individual. All Bidders shall submit such written requests to
City not less than ten (10) calendar days prior to the Bid Deadline. The person or
entity submitting the request shall be responsible for its prompt delivery to City’s
Contact Person identified in the Notice Inviting Bids.
Page 12 of 194
Any interpretation or correction will be made only by Addendum issued by the City
and a copy of such Addendum will be delivered to all Interested Bidders of record.
Any Addenda so issued must be acknowledged in the Bid and the cost of
performing Work described in the Addenda shall be included in the Bid. Bidder’s
failure to acknowledge receipt of all Addenda may result in rejection of the Bid as
nonresponsive. No person is authorized to render an oral interpretation or correction
of any Bidding Documents and no Bidder may rely on any such oral interpretation
or correction issued by the City. The City shall not be responsible for any other
explanation or interpretation of the Drawings or Specifications, or for any oral
instructions. City reserves the right to extend the Bid Deadline by issuing an
Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline.
Bidders shall use complete sets of Bidding Documents in preparing Bids; City shall
not assume responsibility for errors or misinterpretations resulting from the use of
incomplete sets of Bidding Documents.
B. Copies of Addenda will be made available for inspection wherever Bidding
Documents are on file for that purpose. Each Bidder shall ascertain prior to
submitting a Bid that the Bidder has received all Addenda issued and the Bidder
shall acknowledge their receipt in the Bid.
3. OBTAINING DRAWINGS AND DOCUMENTS
Bidder may secure Bidding Documents only from the location specified in the Notice
Inviting Bids. City will maintain a list of persons who obtained a copy of these
Specifications (“Interested Bidders”). Only Interested Bidders will receive Addenda, if so
issued.
4. BID FORMS – SUBMITTAL
A. The Bids shall be made on the forms provided herein with all blank spaces properly
filled in.
B. The phraseology shall not be changed, and no additions shall be made to the items
mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions
attached to a Bid will render it informal and may cause its rejection. All forms
requiring specific information shall be completed with all applicable information
for a Bid to be considered responsive.
C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose
the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for"
followed by the title and Specification Number and the date and time of the Bid
Deadline, and the Bidder's name and address. The envelope may be mailed, hand
delivered, or delivered by courier or package delivery service.
D. One Original Bid and two copies shall be hand delivered, delivered by courier or
package delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue,
Vernon, CA 90058.
Page 13 of 194
E. Bids received after the Bid Deadline or at any place other than the Office of the
City Clerk will not be considered.
5. BID FORMS – AUTHORIZED SIGNATURES
A. The full name, business address, zip code, and business telephone number, with
area code of the individual, partnership, joint venture, or corporation submitting the
Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign
the form with his/her usual wet ink signature.
B. Sole Proprietorship: An individual shall sign.
C. Partnership (General or Limited): A partner shall sign for a partnership; the
partner shall give the names and addresses of all partners.
D. Corporation: An officer shall sign for a corporation. The corporate name must be
attested by the corporate seal. The names and titles of the president and all officers
of the corporation who are authorized to sign the Bid Forms must be listed in an
authenticated Incumbency Certificate signed by the corporate secretary. A
signature other than a corporate officer’s will be accepted only if an authenticated
Incumbency Certificate is attached.
E. Joint Venture: Bidders shall use the appropriate section(s) listed above in B-D,
based on their applicable situation.
6. BID FORMS – SCHEDULE OF BID PRICES
A. The Bidder shall include in his/her Bid price(s) any and all expense or costs that
may be necessary to complete the project in accordance with the requirements of
the Contract. The cost of all mobilization, preparatory work and operations for the
multiple movements of personnel, equipment, supplies, and incidentals to the
various project sites must be included in the various bid items, and no extra
compensation will be paid to Contractor.
B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly
legible figures, the Base Bid, the alternates, and the unit price and item total or lump
sum, as the case may be, for which he/she proposes to supply labor, materials, and
equipment and to perform the Work. Bids must not contain any erasures,
interlineations, strike-throughs or other corrections unless the same are suitably
authenticated by affixing in the margin immediately opposite such erasure or
correction the initials of the person(s) signing the Bid. If any Bid, or portion
thereof, is determined by the City to be illegible, ambiguous or inconsistent, City
may reject such a Bid as being non-responsive.
C. In the case of a unit price item, the amount set forth, as the item total shall be the
product of the estimated quantity times the unit price Bid. In the event of a
Page 14 of 194
discrepancy between the unit price Bid and the item total, the unit price shall
prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for
any cause, or is omitted, or is the same amount as the entry for the item total, then
the item total shall prevail and shall be divided by the estimated quantity for the
item and the price thus obtained shall be the unit price. Where so indicated by the
makeup of the Bid Form, sums shall be expressed in both words and figures, and
in case of discrepancy between the two, the amount written in words shall govern.
D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for
more information and the list of Bid Alternates, if any. If no change in the Base
Bid is required, enter “No Change.”
7. BID SECURITY
A. Each Bid shall be accompanied by cash or a cashier’s check or a certified check,
drawn on a responsible bank doing business in the United States payable to the
City, or a satisfactory Bid Bond in favor of the City executed by the Bidder as a
principal and a California admitted surety company (as defined by California Code
of Civil Procedure §§995.120 and 995.311) as surety (“Bid Security”).
B. All bonds must be issued by a California admitted surety insurer with the minimum
A.M Best Company Financial strength rating of “A:VII” or better. Bonds issued
by a California admitted surety not listed on Treasury Circular 570 will be deemed
accepted unless specifically rejected by the City. Bonds issued from admitted
surety insurers not listed in Treasury Circular 570 must be accompanied by all
documents enumerated in California Code of Civil Procedure Section 995.660. All
such bonds must be accompanied by a power of attorney from the surety company
authorizing the person executing the bond to sign on behalf of the company. If the
bonds are executed outside the State of California, all copies of the bonds must be
countersigned by a California representative of the surety. The signature of the
person executing the bond on behalf of Surety must be acknowledged by a Notary
Public as the signature of the person designated in the power of attorney.
C. Bid Security shall be in an amount not less than 10% of the Base Bid. Any Bid
submitted without Bid Security will be rejected as non-responsive. The Bid
Security shall be given as a guarantee that the successful Bidder will execute the
Contract and will provide the insurance, bonds and other required forms within
fourteen (14) calendar days after award of the Contract. Bidders will be entitled to
return of Bid Security except when a successful Bidder forfeits its Bid Security. A
forfeit may occur, for example, if the successful Bidder withdraws its Bid prior to
the expiration of ninety (90) calendar days after award of the Contract; attempts to
withdraw its Bid when the requirements of Public Contract Code § 5101 et seq. are
not met; or refuses or fails to execute the Contract and provide the required bonds,
insurance or certificates within fourteen (14) calendar days after award of the
Contract. In any one or more of these events, if City awards the Contract for the
Work to the next lowest responsible Bidder, the amount of the original lowest
Bidder’s security shall be applied to the Contract Price differential between the
Page 15 of 194
lowest Bid and the second lowest Bid. Any surplus will be returned to the original
lowest Bidder. If the City rejects all other Bids presented and re-advertises, the
lowest Bidder’s Bid Security may be used to offset the City’s cost of re-advertising
and receiving new Bids. In that case, the surplus if any, will be returned to the
original lowest Bidder.
D. The Bid Security shall be held for ninety (90) calendar days after the award of the
Contract or until posting by the successful Bidder of the payment and performance
bonds, proof of insurance, return of executed copies of the Contract and necessary
certification(s), whichever first occurs, after which time the Bid Security will be
returned to all Bidders.
E. If a Bid Bond is to be submitted, Bidder shall use the form entitled "Bid Bond"
contained in the Bidding Documents, which Bid Bond shall be properly executed
and acknowledged by the Bidder and by a corporate surety authorized to transact
such business in the State of California.
F. Any alteration of said form of Bid Bond, or imperfection in the execution thereof,
as herein required, will render it informal and may, at the option of the City, result
in the rejection of the Bid under which the Bid Bond is submitted.
8. BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OF
QUALIFICATIONS
A. Each Bidder shall be required to complete, execute and submit with its Bid, the
form entitled "Bidder's Statement of Qualifications Notwithstanding the provisions
of Paragraph 22 herein, the Bidder’s Statement of Qualifications shall not be public
records. All information required by a Bidder’s or Specialty Contractor Statement
of Qualifications shall be completely and fully provided. If no information is to be
filled in a blank space, then write "none." Any Bid not accompanied by a Bidder’s
Statement of Qualifications form completed with all information required may
render the Bid non-responsive. If the City determines that any information provided
by a Bidder in the Bidder’s Statement of Qualifications is false or misleading, or is
incomplete so as to be false or misleading, the City may reject the Bid submitted
by such Bidder as being non-responsive.
B. A responsible Bidder is a Bidder who has demonstrated the attribute of
trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily
perform fully the requirements of the contract documents. In selecting the lowest
responsible Bidder, consideration will be given not only to the Bidder’s financial
standing but also to the general competency of the Bidder for the performance of
the work covered by the Bid including, but not limited to, the experience of the
Bidder in construction of public buildings for public agencies. By submitting a
Bid, each Bidder agrees that the City, in determining the successful Bidder and its
eligibility for the award, may consider the Bidder’s experience with similar types
of construction projects and facilities, conduct and performance under other
Page 16 of 194
contracts, financial condition, reputation in the industry, and other factors which
could affect the Bidder’s performance of the work.
9. DESIGNATION OF SUBCONTRACTORS
A. Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shall
list each Subcontractor whom the Bidder must disclose under the Subletting and
Subcontracting Fair Practice Act, Public Contract Code Section 4104. The Bidder
shall provide: each Subcontractor’s name, the trade and type of work that the
Subcontractor will perform, the location (address) of the Subcontractor’s place of
business, each Subcontractor’s license number, and the dollar value of each
Subcontractor’s labor or services. If additive Alternate Bid Items are included in
the Bidding Documents, the Bidder shall identify each Subcontractor performing
additive Alternate Bid Items, when such Work or the combination of base Contract
Work and Alternate Work exceeds one-half of one percent of the total Bid Amount.
B. Subcontractors’ Licenses. At the time of the Bid Deadline and at all times during
performance of the Work, each listed Subcontractor shall possess a current and
active California Contractor’s license appropriate for the portion of the Work listed
for such Subcontractor, and hold all specialty certifications required for such Work.
C. Disqualification of a Subcontractor. The City has the right to review the suitability
and qualifications of any Subcontractor proposed by the Bidder. As part of this
review, the City may request a Bidder to submit additional information about one
or more of the listed Subcontractors including, but not limited to a statement
detailing the Subcontractor’s experience with pertinent information as to similar
projects and other evidence of the Subcontractor’s qualifications. If requested, the
Bidder shall provide the information to the City within the time specified in the
City’s written request. After due investigation, if the City has a reasonable
objection to any proposed Subcontractor, the City may, before giving the notice of
award, require the apparent successful Bidder to submit an acceptable substitute.
The City’s disqualification of a Subcontractor does not disqualify a Bidder.
However, prior to and as a condition to award of the Contract, the successful Bidder
shall substitute a properly licensed and qualified Subcontractor without an
adjustment of the Bid Price.
D. Work of Subcontractors. The organization or arrangement of the Specifications
and Drawings do not limit the extent of the Work for the Contract Documents.
Accordingly, all Bidders are encouraged to disseminate all of the Specifications,
Drawings and other Contract Documents to all persons or entities submitting sub-
bids to the Bidder. The omission of any portion or item of Work from the Bid or
from sub-bids, which is reasonably inferable from the Contract Documents, will
not be a basis for adjustment of the Contract Price or the Contract Time.
E. Ineligible Subcontractors. The successful Bidder is prohibited from performing
Work on the Project with any Subcontractor who is ineligible to perform work on
Page 17 of 194
a public works project pursuant to California Labor Code Sections 1777.1 or
1777.7. In submitting its Bid, the Bidder certifies that it has investigated the
eligibility of each and every listed Subcontractor and has determined that none is
ineligible to perform work pursuant to the above code provisions.
10. CONTRACTOR’S AFFIDAVIT OF NON-COLLUSION
An Affidavit of Non-Collusion in the form provided by the City shall be signed under
penalty of perjury, certifying that the Bid is not the result of and has not been influenced
by collusion. Bidder shall submit this form with its Bid. Any Bid made without such
affidavit, or believed to be made in violation of the requirements set forth in the affidavit
form, may be rejected.
11. INSURANCE REQUIREMENTS
The Bidder shall submit to its insurance company or insurance agent the Insurance
Requirements in this Specification and the Contract Documents. The insurance company’s
underwriter or agent must complete the Insurance Requirements documentation which
states that the insurer’s underwriter or agent will furnish the City with the required
insurance documents within fourteen (14) days after the Bidder’s having been notified of
the Contract’s award. The Bidder shall submit this form with its Bid. Any Bid made
without this statement, or made with an incomplete statement, may be rejected.
12. EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORK
A. The Bidder shall examine carefully the site of the Work contemplated and the
Drawings and Specifications. The submission of a Bid will be conclusive evidence
that the Bidder has investigated and is satisfied as to the conditions to be
encountered, as to the character, quality, and quantities of Work to be performed
and materials to be furnished, the difficulties to be encountered, and to the
requirements of the Drawings, Specifications, and other Contract Documents. The
Bidder shall ascertain the locations of the existing utility services, and other
underground facilities, and provide for carrying out its operations so as to cause the
minimum possible inconvenience to the occupants of properties along any streets
affected. All Work and costs involved in the safeguarding of the properties of
others shall be at the expense of the Bidder to whom the Contract may be awarded.
B. The Bidder hereby certifies that it has examined the local conditions, has read each
and every clause of the Contract Documents, and that it has included all costs
necessary to complete the specified Work in its Bid prices, and the Bidder agrees
that if it is awarded the Contract, it will make no claim against the City based upon
ignorance of local conditions or misunderstanding of any of the provisions of the
Contract. Should the conditions turn out otherwise than the Bidder anticipated, the
Bidder agrees to assume all risks incident thereto.
Page 18 of 194
13. PRICES AND PAYMENTS
Approximate quantities listed in the Schedule of Bid Prices are estimates given for
comparing Bids, and no claim shall be made against the City for excess or deficiency
therein, actual or relative. Payment at the prices agreed upon will be in full for the
completed Work and will cover materials, supplies, labor, tools, equipment, and all other
expenditures incident to a satisfactory compliance with the Contract, subject to all
applicable provisions in the Contract and General Conditions.
14. PERMIT FEES
(Optional) If provided in the General Conditions, Contractor shall be reimbursed for the
actual direct cost of all Permit Fees, as defined in Paragraph 1.01 and addressed in 1.03 of
the General Conditions. Bidder shall exclude the cost of Permit Fees from Bidder’s Base
Bid sum; Base Bid sum shall include the cost of administration and coordination for all
Governmental Approvals and Utility Fees.
15. SUBSTITUTIONS
No requests for substitution of any material, device, product, equipment, fixture, form, or
type of construction shall be considered by City prior to award of the Contract. Bidders
shall submit all requests for substitution and substantiating data, within fifteen (15)
calendar days from the date of the Notice to Proceed. Bidder shall refer to the appropriate
provisions of the General Conditions for additional information regarding substitutions.
Authorization of a substitution is solely within the discretion of the City.
16. RETURN OF IMPROPER BIDS
Bids submitted after the Bid Deadline are non-responsive and shall be returned to the
Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted
Bids shall not be considered unless the Notice Inviting Bids expressly permits such means
of transmittal.
17. WITHDRAWAL OF BIDS
Bidder may withdraw its Bid either personally or by written request any time prior to the
scheduled Bid Deadline by notice to the City’s Contact Person designated in the Notice
Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date-
stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted
before the Bid Deadline provided that they are in full conformance with these Instructions
to Bidders. Once submitted, all Bids are irrevocable, except as otherwise provided by law.
Requests for withdrawal of Bids after the Bid Deadline shall be made only in accordance
with California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bid
that such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, or
cancelled for a period of ninety (90) days after award of the Contract.
18. OPENING AND EVALUATION OF BIDS
A. Bid Opening and Tabulation. The Bids shall be opened and read in public after
Page 19 of 194
the Bid Deadline has expired at the time and location listed in the Notice Inviting
Bids. A tabulation of all Bids received will be available for public inspection at the
Office of the Public Works Department, 4305 Santa Fe Avenue, Vernon, CA 90058
during regular business hours for a period of not less than thirty (30) calendar days
following the Bid Deadline. The City reserves the right to accept or reject any or
all Bids and be the sole judge regarding the suitability of the products, services or
supplies offered; and/or to waive any irregularities or informalities in any Bids or
in the bidding process. The City further reserves the right to purchase all or fewer
than all items or quantities of each item listed in the Bidding Documents. The
award of the Contract, if made by the City, shall be to the lowest responsive and
responsible Bidder. If Bid Alternate Items are called for, the lowest Bid shall be
determined according to Paragraph 20 below.
B. Evaluation of Bids.
1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the
Bidder fails to document in the Bid that Bidder meets the essential
requirements for qualification described in the Notice Inviting Bids. As part
of the Bidder’s Statement of Qualifications each Bidder must establish that
it, as the current entity: (1) has successfully completed at least three (3)
similar projects involving similar work within the last three (3) years with
a cost equal to or in excess of the Bidder’s Bid; and (2) has successfully
completed at least three (3) public works projects.
2. Responsive Bid. A responsive Bid is a Bid which conforms, in all material
respects, to the Bidding Requirements and Contract Documents.
3. Responsible Bidder. A responsible Bidder is a Bidder who has
demonstrated the attribute of trustworthiness, as well as quality, fitness,
capacity and experience to satisfactorily perform fully the requirements of
the Contract Documents.
4. Competency of Bidders. In selecting the lowest responsible Bidder,
consideration will be given not only to the financial standing but also to the
general competency of the Bidder for the performance of the Work covered
by the Bid including, but not limited to, the experience of the Bidder in
construction of public works for public agencies. By submitting a Bid, each
Bidder agrees that the City, in determining the successful Bidder and its
eligibility for the award, may consider the Bidder’s experience with similar
types of construction projects and facilities, conduct and performance under
other contracts, financial condition, reputation in the industry, safety record
and protocols and other factors which could affect the Bidder’s performance
of the Work.
Page 20 of 194
19. AWARD OF CONTRACT
The City reserves the right to reject any or all Bids and to waive any or all information or
technical defects, as the interest of the City may require. Award of Contract or rejection
of Bids will be made by the City within ninety (90) calendar days following the Bid
Opening.
20. BASIS OF AWARD
A. A Contract will be awarded to the lowest responsive and responsible Bidder
meeting all requirements set forth in these Bidding Documents.
The City will award the Contract based on the lowest Base Bid including all
alternates.
B. City reserves the right in its sole discretion to select any, all, or none of the Bid
Alternates at the time of award of the Contract, regardless of whether such Bid
Alternates were used in the analysis to determine the lowest Bid.
21. EXECUTION OF CONTRACT
Within fourteen (14) calendar days after being notified by City that it has been awarded
the Contract, Contractor shall deliver to the City the following documents:
A. One executed Contract in the form included herein, properly executed by
Contractor and, if Contractor is a corporation, evidence of its corporate existence
and that the persons signing the Contract are authorized to do so. All signatures
must be notarized.
B. Properly executed copies of the (a) Performance Bond, (b) Labor and Material
(Payment) Bond and (c) Maintenance Bond in accordance with the requirements
set forth in Article 13 of the General Conditions and in the form shown on Exhibits
1, 2 and 3 attached thereto. All signatures must be notarized.
C. Properly executed policies of all of the following: (a) the Commercial General
Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional
Liability, if required, and (e) the corresponding endorsements for each policy in
accordance with the requirements set forth in Article 12 of the General Conditions.
In the event that the fourteenth calendar day falls on Saturday, Sunday, a legal holiday for
the State of California, or on days when City Hall is closed, the aforesaid documents shall
be delivered by the following working day.
After receipt of said documents within said time period or any extension thereof granted
by the City, the City shall execute the Contract and return a fully executed copy to
Contractor for its files.
Page 21 of 194
22. PUBLIC RECORDS
City seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon
opening, all Bids shall become a matter of public record and shall be regarded as public,
with the exception of those elements of each Bid that are identified by the Bidder and
plainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statement
of Qualifications and financial statements to be submitted by Bidders. Each element of a
Bid which a Bidder desires not to be considered a public record must be clearly marked as
set forth above, and any blanket statement (i.e. regarding entire pages, documents, or other,
non-specific designations) shall not be sufficient and shall not bind the City in any way
whatsoever. If City receives a request from a third party to make a Bid available for
inspection and copying, the City will notify the Bidder of the request. If a Bidder instructs
the City that the information is not to be released, City will withhold the information,
provided, the Bidder expeditiously seeks a protective order from a court of competent
jurisdiction to prevent such release. If disclosure is required under the California Public
Records Act or otherwise by law (despite the Bidder’s request for confidentiality), the City
shall not in any way be liable or responsible for the disclosure of any such records or part
thereof.
Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counsel
for City), and hold harmless City, its officers, agents, employees, and representatives from
and against all liability, claims, suits, demands, damages, fines, penalties, costs, or expenses
arising out of or alleging City’s refusal to publicly disclose one or more records that Bidder
identifies as protectable, or asserts is protectable.
23. PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICES
A. Prevailing Wage Rates. The Bidder and all Subcontractors shall utilize the relevant
prevailing wage rate determinations in effect on the first advertisement date of the
Notice Calling for Bids in preparing the Bid Proposal and all component price
quotations, provided, however, that when Davis Bacon wage rates apply, such rates
are subject to increase by written notice, issued by Addendum not less than 10
calendar days before the Bid Deadline. Pursuant to California Labor Code Section
1770 et seq., the Director of the Department of Industrial Relations of the State of
California and the United States Secretary of Labor have determined the general
prevailing wage rates in the locality in which the Work is to be performed. Said
rate schedules are available on the Internet at www.dir.ca.gov/DLSR/PWD/. The
wage rate for any classification not listed, but which may be required to execute the
Work, shall be commensurate and in accord with specified rates for similar or
comparable classifications for those performing similar or comparable duties. To
comply with California Labor Code Section 1773.2, Contractor shall post, at
appropriate and conspicuous locations on the job site, a schedule showing all
applicable prevailing wage rates and shall also comply with the requirements of
California Labor Code Sections 1773 et seq.
Page 22 of 194
B. Apprenticeship Committee Contract Award Information. Pursuant to California
Labor Code § 1777.5 and Title 8 of the California Code of Regulations § 230,
Contractor and Subcontractors of any tier who are not already approved to train by
an apprenticeship program sponsor shall, within ten (10) calendar days of signing
C. the Contract or subcontract, as applicable, but in any event prior to the first day in
which Contractor or Subcontractor has workers employed on the Project, submit
the Public Works Contract Award Information form (DAS Form 140) to the
appropriate local apprenticeship committees whose geographic area of operation
include the area of the Project and who can supply apprentices to the Project. City
reserves the right to require Contractors and Subcontractors to submit a copy of
said forms to the City.
D. Statement of Employer Fringe Benefit Payments. Within five (5) calendar days of
signing the Contract or subcontract, as applicable, the Statement of Employer
Payments (DLSE Form PW 26) shall be completed for each Contractor and
Subcontractor of any tier who pays benefits to a third party trust, plan or fund for
health and welfare benefits, vacation funds or makes pension contributions. The
form must contain, for each worker classification, the fund, plan or trust name,
address, administrator, the amount per hour contributed and the frequency of
contributions. Training fund contributions shall also be reported in this form. City
reserves the right to require Contractors and Subcontractors to submit a copy of
said forms to the City.
E. Notice to Subcontractors. Bidders shall notify all potential Subcontractors
submitting price quotations for portions of the Work of the requirements concerning
payment of prevailing wage rates, payroll records, hours of Work, and employment
of apprentices.
24. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS
(DIR)
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless currently registered and qualified (including payment of any required fee) with the
DIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor
may be awarded a contract for public work on a public works project unless currently
registered and qualified (including payment of any required fee) with the DIR pursuant to
Labor Code section 1725.5. This project is subject to compliance monitoring and
enforcement by the DIR.
25. SPECIAL CITY REQUIREMENTS
Special City forms and their instructions are an integral part of these specifications and
failure to submit same may be grounds, in the sole discretion of the City, for rejection of
any Bidder.
3DJHRI
$3UHYDLOLQJ:DJH:KHUH$SSOLFDEOH8SRQUHTXHVWFHUWLILHGSD\UROOGRFXPHQWV
VKDOOEHSURYLGHGWRWKH&LW\
%(TXDO(PSOR\PHQW2SSRUWXQLW\LQ&RQWUDFWLQJ7KH&LW\RI9HUQRQLVFRPPLWWHG
WRDSROLF\RIHTXDORSSRUWXQLW\LQFRQWUDFWLQJ4XDOLILHGILUPVLQFOXGLQJVPDOO
EXVLQHVVHVDQGEXVLQHVVHVRZQHGE\ZRPHQPLQRULWLHVDQGGLVDEOHGSHUVRQVDUH
HQFRXUDJHGWRVXEPLWELGVRUSURSRVDOV&RQWUDFWRUVH[SUHVVO\DJUHHWRFRPSO\ZLWK
WKH&LW\
VRUGLQDQFHVDQGUHJXODWLRQVUHJDUGLQJ(TXDO2SSRUWXQLW\(PSOR\PHQWDV
ZHOODVUHJXODWLRQVWKDWPD\EHPDQGDWHGE\WKHVRXUFHRIWKHIXQGVVXSSRUWLQJWKH
&RQWUDFW&RQWUDFWRUFHUWLILHVDQGUHSUHVHQWVWKDWGXULQJWKHSHUIRUPDQFHRIWKLV
&RQWUDFWLWDQGDQ\RWKHUSDUWLHVZLWKZKRPLWPD\VXEFRQWUDFWVKDOODGKHUHWR
HTXDOHPSOR\PHQWRSSRUWXQLW\SUDFWLFHVWRDVVXUHWKDWDSSOLFDQWVHPSOR\HHVDQG
UHFLSLHQWVRIVHUYLFHDUHWUHDWHGHTXDOO\DQGDUHQRWGLVFULPLQDWHGDJDLQVWEHFDXVH
RIWKHLUDJHQRWGLVFULPLQDWHGDJDLQVWEHFDXVHRIWKHLUUDFHUHOLJLRQUHOLJLRXVEHOLHI
FRORUQDWLRQDORULJLQFLWL]HQVKLSDQFHVWU\GLVDELOLW\VH[DJHPHGLFDOFRQGLWLRQ
SUHJQDQF\VH[XDORULHQWDWLRQRUPDULWDOVWDWXV&RQWUDFWRUFHUWLILHVWKDWLWZLOOQRW
PDLQWDLQDQ\VHJUHJDWHGIDFLOLWLHV
&RQWUDFWRUVKDOOFRPSO\ZLWKDOODSSOLFDEOH)HGHUDODQG&DOLIRUQLDODZVLQFOXGLQJ
EXWQRWOLPLWHGWRWKH&DOLIRUQLD)DLU(PSOR\PHQWDQG+RXVLQJ$FW&DOLIRUQLD
*RYHUQPHQW&RGH6HFWLRQet seq&DOLIRUQLD/DERU&RGH6HFWLRQ
DQG 7KH $PHULFDQV ZLWK 'LVDELOLWLHV $FW RI 86& et seq
&RQWUDFWRUVKDOOUHTXLUHOLNHFRPSOLDQFHE\DOO6XEFRQWUDFWRUVHPSOR\HGRQWKH
:RUN
%,'3527(67352&('85(6
$$Q\%LGGHUVXEPLWWLQJD%LGGLUHFWO\WRWKH&LW\DQGHOLJLEOHIRUDZDUGRIWKH
&RQWUDFW PD\ ILOH D SURWHVW LI WKH %LGGHU FRPSOLHV ZLWK DOO RIWKH IROORZLQJ
UHTXLUHPHQWVDQGFRQGLWLRQV
7KH%LGSURWHVWLVLQZULWLQJ
$SURWHVWEDVHGXSRQDOOHJHGGHIHFWVRULPSURSULHWLHVLQWKH&RQWUDFW
'RFXPHQWVLVILOHGZLWKWKH&LW\SULRUWRWKH%LG'HDGOLQH
$OORWKHUSURWHVWVDUHWREHILOHGDQGUHFHLYHGE\WKH&LW\QRPRUHWKDQILYH
FDOHQGDUGD\VIROORZLQJWKH&LW\¶VQRWLFHRILQWHQWWRDZDUGWKH&RQWUDFWDQG
7KHZULWWHQ%LGSURWHVWVHWVIRUWKLQGHWDLODOOJURXQGVIRUWKH%LGSURWHVW
LQFOXGLQJZLWKRXWOLPLWDWLRQDOOIDFWVVXSSRUWLQJGRFXPHQWDWLRQOHJDO
DXWKRULWLHVDQGDUJXPHQWLQVXSSRUWRIWKHJURXQGVIRUWKH%LGSURWHVW$OO
IDFWXDOFRQWHQWLRQVPXVWEHVXSSRUWHGE\FRPSHWHQWDGPLVVLEOHDQGFUHGLEOH
HYLGHQFH
Page 24 of 194
B. Any matters not set forth in the written Bid protest will be deemed waived. Any
Bid protest not conforming to the foregoing requirements and conditions will be
rejected by the City as invalid.
C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’s
submission of this Bid and the City acceptance of same, the Bidder shall indemnify,
defend (with counsel acceptable to City), and hold harmless the City, its City
Council members, employees, and agents from liability, claims, demands,
damages, and costs arising therefrom if such dispute or action arises solely upon
the award of a Contract in compliance with federal, state, and local laws.
[END OF DOCUMENT]
Page 25 of 194
BIDDING FORMS
BIDDER'S PROPOSAL
The undersigned submits this Bid in response to the Notice Inviting Bids issued by the City to construct the Work of
the following Project in accordance with the Contract Documents:
PROJECT: Citywide Street Tree Wells, Contract No. CS-1456
A. Enclosed herewith and by this reference incorporated herein and made a part of this Bidder's Bid are the
following completed forms:
1. Bidder's Proposal
2. Schedule of Bid Prices
3. Incumbency Certificate
4. Bid Security in the following form (check one):
q Cashier's Check ❑Certified Check []x Bid Bond ❑Cash
5. Bidder's Statement of Qualifications
6. Experience Form
7. Statement of Violations of Federal, State or Local Law, if applicable
8. Contractor Safety Questionnaire
9. Designation of Subcontractors
10. Contractor's Affidavit of Non-Collusion
11. Insurance Requirements Affidavit
12. Statement of Disqualification or Debarment
13. Pre-Bid Site Inspection Certification
B. Acknowledgment of Addenda. The Bidder shall acknowledge the receipt of all Addenda by attaching a signed
copy of all Addenda, and by listing all Addenda received and attached in the space below.
~I~
If an Addendum or Addenda have been issued by the City and not attached and noted above as being received
by the Bidder, the Bid may be rejected.
Pale 26 of l94
C. Inspection of the Work and Contract Documents. Bitlder certifies that it has carefully examined and is fully
familiar with all of the provisions of the Bidding Documents and said Bidding Documents contain sufficient
detail regarding the Work to be performed; that it has notified City of any errors or omissions in the Bidding
Documents and/or any unusual site conditions; and that it has carefully checked all words, prices, and
statements in this Bidding Document. Bidder hereby certifies that he/she and his/her Subcontractors have
inspected the site and related Drawings and Specifications of Work and fully acquainted themselves with al
conditions and matters which may in any way affect the Work, time of completion or the costs thereof.
Bidder also certifies he/she has observed the designated Contractor Work areas and access routes, if
disclosed or shown, as part of the Work in this Contract.
Pale ?7 of 194
PRE-BID SITE INSPECTION —CERTIFICATION:
Persons) who inspected site of the proposed Work for your firm:
Name: Jose Angel Fierros Date of Inspection
Title: PrP~idPnt
Name:
Title:
Date of Inspection
917122
D. Bidder agrees that all costs of Work shown in the Bidding Documents, including work reasonably inferable
therefrom and necessary thereto, are included in his/her Bid. All Work shown in the Contract Documents for which a
specific line item is not provided in the Bidding Form is included in the Bidder's Total Base Bid Price.
Contractor shall be reimbursed for the actual direct cost of all Permit Fees, if any, as defined in Paragraph 1.01 and
addressed in Paragraph 1.03 of the General Conditions. Bidder shall exclude the cost of Permit Fees from Bidder's
Base Bid sum; Base Bid sum shall include the cost of administration and coordination of Governmental Approvals and
Utility Fees. Bidder agrees that City will not be responsible for any errors or omissions on the part of the undersigned
in making this Bid.
E. Forfeiture of Bid Security. Bidder further agrees that, in case of his/her default in executing the required
Contract and the required bonds, or furnishing the required insurance, the money payable under the Bid Security
accompanying this Bid shall be applied by the City towards payment of the damage to the City on account of such
default, as provided in the Bidding Documents.
F. Period of Irrevocability. Bidder agrees that this Bid shall remain open and shall not be withdrawn for a period
of not less than ninety (90) calendar days from the date of award of Contract, or until rejected by the City, whichever
period is shorter.
G. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder's submission of
this Bid and the City acceptance of same, the Bidder shall indemnify, defend (with counsel acceptable to
City), and hold harmless the City, its City Council members, employees, and agents from liability, claims,
demands, damages, and costs arising therefrom if such dispute or acfiion arises solely upon the award of
a Contract in compliance with federal, state, and local laws.
The Bidder declares that neither he/she nor anv member of his/her firm or corporation is an officer or employee of the
City of Vernon.
hereby certify under penalty of perjury under the laws of the State of California that the representations made herein
are true and correct.
Executed this 13 day ofSeptember,2022 , at Sylmar California
City State
Page 24 of 19=~
Bidder's Proposal
Respectfully Submitted
NAME OF BIDDER
COMPANY
NAME: FS Contractors, Inc.
ADDRESS: 14838 Bledsoe St.
ar, CA 91342
CONTACT PERSON: dose Angel Fierros
TELEPHONE NUMBER: (818) 974-0895
E-MAIL: martha ~a.fscontractorsinc.com
CALIFORNIA STATE CONTRACTOR'S LICENSE NUMBER: 1Q05940
EXPIRATION DATE: 7/31123
TAX IDENTIFICATION NO.: 47-364957Q
SURETY COMPANY RLI
All Bid forms must be signed where so indicated by the person or persons duly authorized to sign on behalf of the
Bidder. By signing the Bid, the person signing is deemed to represent that he or she has authority to bind the Bidder.
Failure to sign the Bidder's Proposal may invalidate the Bid.
Page 29 of 19~t
BIDDER'S PROPOSAL — SIGNATURE(S):
Form of Entity of Bidder:
Please check the appropriate signature block below and fill in all related information.
Sole Proprietorship:
NIA
Name:
Title:
Signature:
List all dlb/a's:
Partnership: ❑General Partner ❑Limited Partner
NIA
Name:
Title:
Signature:
a Corporation:
Name: Jose Angel Fierros
Signature: ~~'~
q Joint Venture: ❑Corporation ❑Partnership
q Individual ❑Other
N/A
Name:
Title:
Signature:
Name of all Joint Venturers:
Corporate Officer Title: President
Corporate Seal
[If the Bidder is a corporation or a limited liability company, enter state or county of incorporation in addition to the
business address and include an incumbency certificate executed by a Secretary thereof in the form set forth herein
listing each officer with signing authority and hislher corresponding office. If the Bidder is a partnership or joint venturer
stating that the respective partner or joint venturer agrees to be held jointly and severally liable for any and all of the
duties and obligations of the Bidder under the Bid and under any contract arising therefrom. Attach evidence to the
Bid Proposal Form that the individual signing has authority to do so.]
Pale 30 of 19=~
SCHEDULE OF BID PRICES
PROJECT: Citywide Street Tree Wells, Contract No. CS-1456
BIDDER'S NAME: FS Contractors, Inc.
:_ : ~
Pursuant to and in compliance with your Notice Inviting Bids and Contract Documents relating to the Project including
all Addenda (attach signed copies), Bidder, having become thoroughly familiar with the terms and conditions of the
Contract Documents and with local conditions affecting the performance and the costs of the Work at the place where
the Work is to be done, hereby proposes and agrees to fully perform the Work within the time stated in strict accordance
with the Contract Documents (including the furnishing of any and all labor, materials, tools, expendable equipment,
and utility and transportation services necessary to fully perform the Work and complete it in a workmanlike manner)
for the total Base Bid sum of:
~~Q,Vevl ~j~lvl~ed. ~L~l.'f rc.30 - f "I'1,ut1~+.K,d.~ Dollars ~$ ~~~~ 6 !~ )
! V1 t Vt ~
Item No. Description Units Quantity Unit Cost Amount
1, Unclassified excavation —Saw- CY 518
cut, removal, and disposal of
asphalt concrete, aggregate base ~(' ~~~ ~ ~~
and soil.
2, Construct and install Tree Well EA 115
per City of Vernon Standard Plan
No. MV 1891. Unclassified ~? 600 t,.~(~/QQ(~
excavation to be paid by Bid Item
No. 1
3. Construct 8" high concrete curb LF 1,150
and 2' gutter per City Standard
Plan No. PV582. Unclassified ~~ G~~ 7 ~'~
/ excavation to be paid by Bid Item
No.1 ____
4.
_
Construct 3.5" thick concrete SF
_~
11,500
sidewalk per City Standard Plan
No. PV582. Unclassified ~j
~`~ ~ ~ ~ excavation to be paid by Bid Item '~v
No. 1
BID TOTAL r$ ~ ~ 10cD
WRITTEN AMOUNT ~G~~ ~v „ _(_,~ ( _ ~ .~,, tp ..~.(ADuS~ SIX ~ ~~ v►1`VI. ~
~~
All other work items. labor, materials, tools and incidentals which are not specifically listed in the above bid items, but
are necessary to complete the project per specifications, and all other applicable standards and codes are considered
to be included in the above bid items.
If there is a discrepancy between (1) the "Grand Total" shown immediately above, (2) any of the "total costs" shown in
the far right column above, or (3) the individual Unit Price, then the Unit price shall control over the total cost, and the
total cost shall control over the total. If, however, the unit price is ambiguous, unintelligible, or uncertain for any cause,
or is omitted, or is the same amount as the entry for the item total, then the item total shall prevail and shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit price.
P~be 31 of 194
Bidder shall exclude the cost of Permit Fees from Bidder's Base Bid sum; Base Bid sum shall include the cost of
administration and coordination of Governmental Approvals and Utility Fees.
)TAL BID AMOUNT Base Bid Sum
`~it~eln ►'l J►'~.~~,d~ ~ 1 l~tlU "~"~Q~1.~'ii.tn, ` Dollars ($ a ~o ~
cJ ° ° r v i~
(written dollar amount) (dollar amount)
Respectfully submitted:
~~~ 14838 Bledsoe St. Sylmar, CA 91342
Signat e Address
President 9/13/22
Title
1005940
License Number
(SEAL_ - if Bid is by a corporation)
Attest
Amount of Certified or Cashier's Check or Bid Bond
Name of Bonding Company
Date
7/31 /23
Date of Expiration
Pa~c 32 of 19~
INCUMBENCY CERTIFICATE
Print legibly the names and title of the president and all officers of the Company who are authorized to sign the Bid
Forms:
PRESIDENT'S &OFFICERS' NAME: TITLE:
Jose Anael Fierros
omon Fierros
Jose Ernesto Fierros
e.CPSIdP.ILt
Vice President
Corporate Secretary
The undersigned hereby certifies to the City of Vernon that he/she is the duly elected and acting Secretary of
FS Contractors, Inc. (the "Company"), and that, as such, he/she is authorized to execute
this Incumbency Certificate on behalf of the Company, and further certifies that the persons named above are the duly
elected, qualified and acting officers of the Company, holding on the date hereof, the titles and positions set forth
opposite their names and are authorized to sign the Bid Forms.
IN WITNESS WHEREOF, the undersigned has executed this Incumbency Certificate this ~ 3 day of
September , 20~
Jose Ernesto Fierros
Secretary's N e-Printed
Se etary's ignature
Bond No.:
Premium Amount: ~ 10%
Bond's Effective Date:
Page 33 of~ 194
CIC• t
RECITALS:
1. The City of Vernon, California ('`City"), has issued a Notice Inviting Bids for the Work described as follows:
Specification No. CS-1456: CITYWIDE STREET TREE WELLS in Vernon, CA. ("Project").
2. In response to the Notice Inviting Bids, FS Contractors, Inc., 14838 Bledsoe Street, Sylmar. CA 91342,
(Name, address, and telephone of Contractor)
(818) 838-6040
has submitted the accompanying Bid for the Project.
("Principal"),
3. Principal is required under the terms of the Specification —and all Bidding Documents referenced in it—to furnish a bond with
the Bid.
4. The Specification, including all its amendments and supplements, and Principal's Bid are incorporated into this Bond and
made a part of it by this reference.
OBLIGATION:
THEREFORE, for value received, We, Principal and
RLI Insurance Company, 9025 N. Lindbergh Drive. Peoria, IL 61615. (623) 412-5793
(Name, address, and telephone of Surety)
("Surety"),
a duly admitted surety insurer under California's laws, agree as follows:
By this Bond, We jointly and severally obligate and bind ourselves, and our respective heirs, executors, administrators, successors,
and assigns to pay City the penal sum of Ten Percent of the Total Amount of the Bid
Dollars ($ 10% ) ("the Bonded Sum"}, this amount
comprising not less than TEN PERCENT (10%) of Principal's Base Bid, in lawful money of the United States of America.
The Licensed Agent for Surety is:
Preferred Bonding &Insurance Services. 3455 Ocean View Blvd #200. Glendale, CA 91208, X323)663-7814
(Name, address, and telephone)
_ Registered Agent's California Department of Insurance License No. OD69256
THE CONDITION OF THIS BOND'S OBLIGATION IS THAT, if: (1) Principal does not (a) withdraw its Bid for the period specified
in the Bidding Documents, or if no period is specified for ninety (90) calendar days after City awards the Contract for the Project,
or (b) attempt to withdraw its Bid when the requirements of California Public Contract Cade §5101 of seq., or any successor
legislation, are not met; or (2) City awards Principal the Contract in response to Principal's Bid, and within the time and manner
specified by the Specification or Contract Documents or if no period is specified within fourteen (14) calendar days after the
Contract's award, Principal (a) signs and delivers to City the Contract, in accordance with the Bid as accepted, (b) furnishes the
required bonds for not only Principal's faithful performance and proper fulfillment of the Contract, but also Principal's payment for
labor and materials used in the Project, and (c} furnishes the required insurance, then this obligation becomes null and void.
Otherwise, this Bond remains in full force and effect, and the following terms and conditions apply to this Bond:
1. Surety's obligations under this Bond are separate, independent from, and not contingent upon any other surety's guaranteeing
that upon City's awarding the Contract to Principal, the Principal will enter into the Contract with City.
2. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
3. If an action of law or in equity is necessary to enforce or interpret this Bond's terms, Surety must pay in addition to the Bonded
Sum City's reasonable attorneys' fees and litigation costs. in an amount the court fixes.
4. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel; terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
Page 34 of 19~
On fhe date set forth below, Principal and Surety duly executed this Bond, with the name of each party appearing below and signed
by its representatives) under the authority of its governing body.
Date: September 13, 2022
PRINCIPAL:
FS Contractors (nc.
(Comp y Name)
V
(i nature)
gy: ~~
(Name)
ItS: ~
(Title)
Address for Serving Notices or Other Documents:
SURETY:
RLI Insurance Company
Company Name)
r i
(Signature)
By: Pietro Micciche
(Name)
Its: Attorney-in-Fact
(Title)
Address for Serving Notices or Other Documents:
14838 Bledsoe Street, Sylmar, CA 91342 16165 N. 83rd Avenue Suite 201, Peoria, AZ 85382
CORPORATE SEAL CORPORATE SEAL
n EVIDENCE MUST BE ATTACHED OF THE AUTHORI TY OF ANY PERSON SIGNING AS A77~ORNEY IN-FACT.
n THE ATTORNEY IN-FACT'S SIGNATURE MUST BE NOTARIZED.
A CORPORATE SEAL MUST BE IMPRESSED ON THIS FORM WHEN THE PRINCIPAL, OR THE SURETY, OR 80TH,
ARE A CORPOR,4 TION.
Page 3~ of 194
STATE OF CALIFORNIA )
ss
COUNTY OF )
On this day of
BOND ACKNOWLEDGMENT
FOR
SURETY'S ATTORNEY -IN-FACT
20
before me, (name), a Notary Public for said County, personally appeared
(name), who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this
instrument as the attorney in fact of
subscribed the name of
as attorney in fact.
and acknowledged to me that he/she
thereto as principal, and his/he own name
certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true
and correct.
Notary Public
SEAL
Pale 36 of 194
POWER OF ATTORNEY
RLI Insurance Company
Contractors Bonding and Insurance Company
9025 N. Lindbergh Dr. Peoria, IL 61615
Phone: 800-645-2402
Know All Men by These Prese~rts:
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and
together, the "Company") do hereby make, constitute and appoint:
Patricia Zenizo, Pietro Micciche, Elisabete Salazar,_,jointly or severally
in the City of Glendale ,State of California its true and lawfiil Agents) and Attorneys) in Fact, with
frill power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all
bonds and undertakings in an amount not to exceed _ Twenty Five Million Dollars
( $25,000,000.00 )for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been
executed and acknowledged by the regularly elected officers of the Company.
RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to-wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of
the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board
of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint
Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate
seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or• other obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 25th day of
April 2022 .
```, `~~~I~I~1~f~rlr `~\11111111f//l/ /''i
`. ~D~p►GANU~NS'~.~ ``~~~~J~NCFC~ ~~
oOOGQPpORgr~992~~ ~~~~GORPD~T~~y~'
=~' SEAL .',~- = ~ SEAL
Cf NO ~~ State of Illinois ~~~''~~,,,~~trr,o~s~,,.~''~ ~~~'~~,11jjjj11,~s ~~•
SS
County of Peoria
On this 2 th day of Aril 2022 ,before me, a Notary Public,
personally appeared Barton W. Davis ,who being by me duly sworn,
acknowledged that he signed the above Power of Attorney as the aforesaid
officer of the RLI Insurance Company and/or Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and decd of'said corporation.
B C ,~~.~-Y
Catherine D. Glover Notary Public
CATHERINE D. (3LOYER .
MOTAf1Y OFFICIAL SEAL.
►~~ Notary Publb - 3taU of INinoi~
~',eiw'~o°es` My Commbslon ExpifN
March 24 2024
RLI Insurance Company
Contractors Bonding and insurance Company
By: W
Barton W. Davis Vice President
CERTIFICATE
I, the undersigned officer of RLI Insurance Company and/or
Contractors Bonding and Insurance Company, do hereby certify
that the attached Power of Attorney is in full force and effect and is
irrevocable; and furthermore, that the Resolution of the Company as
set forth in the Power of Attorney, is now in force. In testimony
whereof, I have hereunto set my hams and the seal of the RLI
Insurance Com any and/or Contract rs Bonding and Insurance
Company this day of S~'~ ~~_,
RLI Insurance Company
Contractors Bonding and Insurai~cc Company
Jeffrey is Corporate Secretary
1144455302~12/2
n005AD 19
~ ~ ~ r • ~ ;.
• -tee ~c :~•!: •!c~•.:~.!: •.Try..~...~..-~.!.~✓:c.!s~c.:~<!~•!s~i -~.!=~.~.!: c.~c!~t.c~.!~...Cc!.~..~s.s~~~r!~.!~...~..r.~~✓~.!~.~::...~..z~..a~e!~~..:~<.~~..c~..
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Los Angeles ~
On _ S EP ~ 3 202L before me, Angel Nunez, Notary Public
Date
personalty appeared Pietro Micciche
Here Insert Name and Title of the Officer
IVame(s) of Signers)
who proved to me on the basis of satisfactory evidence to be the person( whose name( is/
subscribed to the within instrument and acknowledged to me that he%~~ ~; executed the same in
his/~i~r~~~ authorized capacity(D~), and that by his/~I ~~~Csignature{~ on the instrument the person(,
or the entity upon behalf of which the person) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct. /%
WITNESS m and official seal.
~~L
5 `.~ ~'~0':~iV t~:i~711C - C i! C~ii;d y ~J~~nat
~-~ Signature of Notary Public L ~ ~ ~.
•~~ ~ Cc;;,r;s;i,,n n 321u7_
c. ~L'✓
Place lUatary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this farm to an unintended document.
Description of Attached Document
Title or' Type of Document:
Number of Pages: __ ~___
Document Date:
Signers) Other Than Named Above:
Gapacity(ies~ Claimed by Signers)
Signer's Name: ___
`_ Corporate Officer — Title(s): _
"~~~ Partner — ~ Limited General
_~ Individual `- Attorney in Fact
':.~ Trustee i Guardian or Conservator
!Other:
Signer Is Representing:
Signer's Name:
C Corporate Officer — Title(s}: ___
L Partner — i Limited ~__.~ General
C? Individual C ~ Attorney in Fact
iJ Trustee C=! Guardian or Conservator
Other:
Signer Is Representing: __
~• . i 3 ~=: ~.,. ✓: t .v ✓.-.i ~4-ri~~,•.i,-✓4C✓;~s:~ri4~~:'✓:'✓,~ ~.vG~:'✓t st'ai.~✓:~✓%v=~%may.- •sG'✓.~t's~,v~•aiS`s''~~<~t`.,~~'
BIDDER'S STATEMENT OF QUALIFICATIONS
1. ORGANIZATION
1.1 How many years has your organization been in business as a Contractor? 22
1.2 How many years has your organization been in business under its present name? 7
1.2.1 Under what other names has your organization operated?
FS Constructions
1.3 If your organization is a corporation, answer the following:
1.3.1 Date of incorporation/organization: 5/11115
1.3.2 State of incorporation/organization: T
1.3.3 Corporate ID number: C377~094
California
1.3.4 Name of President: Jose Ange! Fierros
1.3.5 Agent for Service of Process:
1.4 If your organization is a partnership, answer the following:
1.4.1 Date of organization/formation: N/A
1.4.2 Type of partnership (if applicable):
1.4.3 Names) of general partner(s):
1.4.4 List all states in which you are registered and state ID numbers for each:
1.5 If your organization is individually owned, answer the following:
1.5.1 Date of organization: NIA
1.5.2 Name of owner:
1.6 If the form of your organization is other than those listed above, describe it and name the
principals:
Pale 37 of l ~)4
LICENSING
2.1 List jurisdictions in which your organization is legally qualified to do business, indicate registration or
license numbers, and category of license, if applicable.
CA Contractor's License 1005940 A-C8-C27
2.2 List jurisdictions in which your organization's partnership or trade name is filed.
N/A
2.3 List any licensing suspensions and/or violations assessed against your organization within the past
five years.
N/A
3. EXPERIENCE
3.1 List the categories of Work that your organization normally performs with its own
personnel. Concrete, Lan sc~~g~General Enain~ ring
3.2 On the Experience Form; list the project information that establishes that Bidder meets the
essential requirements for qualification set forth in the Mandatory Qualifications paragraph
of the Notice Inviting Bids for this Project.
3.3 On a separate sheet, list projects to which your firm or business has been awarded a
government contract since your firm or business has been in existence (giving the name
and address of the project, the government agency, contact name and phone number, the
contract amount, and contract's starting date and ending date).
3.4 On a separate sheet, list the experience and present commitments of the key individuals of
your organization.
CLAIMS; LAWSUITS; CRIMINAL ACTS
For the following questions, the term `'owner" does not include owners of stock in your firm if your
firm is apublicly-traded corporation.
4.1 In the past five (5) years, have, you, your firm or any of its owners, partners, officers, or
employees been a defendant in court, or participated in an arbitration or mediation, on a
matter related to:
Pale 38 of 19=~
~~ ~~ ~
~~
~~ 1
\~
• 1 ~ . •
14838 BLEDSOE STREET SYLMAR, CA 91342 PHONE: (818) 838-6040 FAX: (818) 838-6171
CONTRACTOR'S LICENSE #1005940 CLASS A -C8 -C27 DIR #1000033438
Anthony Munoz Community Garden Services CDBG
Anthony Escamil la (661j 284-1408 AEscamilla@ontarioca.gov
Contract Amount $75,000
Completion Date: 2/21/21
Parkway Concrete Maintenance RMDJOC6666MD#2 Group C
County of Los Angeles Public Works 900 South Fremont Ave. Alhambra, CA 91803
Steven Gutierrez (626) 300-3233 SGutierrez~dpw.lacounty.gov
Contract Amount $900,000
Completion Date: 10/19/2021
Narbonne Vacant Lot Activation
City of Lomita 24300 Narbonne Ave. Lomita, CA 90717
Mondher Saied (310) 325-7100 m.saied@lomitacity.com
Contract Amount $223,635
Completion Date: 3/19/21
Downtown Parking Lot No 4 Renovation
City of Covina 125 E. College Street Covina, CA 91723-2199
Rafael Farjado (626) 384-5489 rfajardo@covinaca.gov
Contract Amount $588,163
Completion Date: 3/19/21
Concrete Floor Batting Cage
Rio Hondo Community Col lege District 3600 Workman Mill Rd, Whittier, CA 90601
Anthony Ordega (562j 463-7237 anortega@riohondo.edu
Contract Amount $59,000
Completion Date: 1/31/21
FE Weymouth Water Treatment
Metropolitan Water District of South CA 700 North Alameda Street Los Angeles, CA 90012
Yubia Casillas (213) 217-7229 ycasillas@mwdh2o.com
Contract Amount $38,000
Completion Date: 2/15/21
FY 2021 - 2022 Concrete Repair (4thYear)
City of Agoura Hills 30001 Ladyface Court Agoura Hills, CA 91301
Robert Cortez (818) 597-7360
Contract Amount $75,971.75
Completion Date: 11/22/21
4.1.1 The performance, non-performance, default, violation, or breach of a contract or
agreement?
q YES ~ NO
4.1.2 A vehicle collision or accident involving your firm's employees?
q YES D NO
4.1.3 Damage to real property arising out of your services or operations?
q YES LxI NO
4.1.4 Employment-related litigation brought by an employee of your firm?
q YES [~ NO
4.1.5 Payment to a subcontractor or supplier?
q YES ~ NO
4.1.6 ,Defective, deficient, or substandard work?
q YES D NO
If the answer to any questions in 4.1.1 to 4.1.6 is YES, identify the name of the person or
entity that sued (i.e., "the plaintiff°) or was involved in the mediation or arbitration; list the
date, court, court address, and case number; describe the facts and circumstances giving
rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition. Attach
additional sheets as necessary.
4.2 Have you or your firm ever filed a claim for damages or a lawsuit, or requested arbitration
or mediation, against a government entity or a Client?
q YES D NO
If YES, identify the government entity or client; list the date, court and case number;
describe the facts and circumstances about the claim for damages, or the lawsuit, or both;
and set forth the outcome or disposition. Attach additional sheets as necessary.
4.3 Are there any pending or outstanding judgments or liens against you, your firm, or any of
its owners, partners, officers, or employees?
q YES ~ NO
If YES, identify the name of the person or entity entitled to payment; list the date court and
case number; describe the facts and circumstances giving rise to the judgment or lien; and
set forth the amount of the judgment or lien. Attach additional sheets if necessary.
4.4 In the past five (5) years, has any government entity ever: (a) investigated, cited, disciplined,
Pale 39 of 19=~
or assessed any penalties against you, your firm, or any of its owners, partners, officers, or
employees, or (b) determined or concluded that your firm or any of its owners, partners,
officers, or employees violated any laws, rules, or regulations?
q YES ~ NO
If YES, identify the government entity; list the date, and describe the facts and
circumstances about each instance. Attach additional sheets as necessary.
4.5 In the past five (5) years, have you, your firm or any of its owners, partners, officers or
eir~ployees been convicted of a crime related to the bidding of a government contract, the
awarding of a government contract, or the performance of a government contract?
("Convicted" includes a verdict of guilty by a judge or jury, a plea of guilty, a plea of nolo
contendere, or a forfeiture of bail.)
q YES D NO
If YES, identify the government entity; list the date, court and case number; describe the
facts and circumstances about each instance; and set forth the penalty or punishment
imposed. Attach additional sheets as necessary.
4.6 In the past five (5) years, have you, your firm, or any of its owners, partners, officers or
employees been convicted of a crime involving embezzlement, theft, fraud, forgery,
bribery, deceptive or unlawful business practices, perjury, falsifying or destroying records
or evidence, or receiving stolen property, or making or submitting a false claim?
q YES ~ NO
If YES, identify the crime or offense; list the date, court and case number; describe the
facts and circumstances about each instance; and set forth the penalty or punishment
imposed. Attach additional sheets as necessary.
4.7 Have you or, if Bidder is a corporation, any principal of the corporation ever been
convicted of a felony?
q YES I~ NO
If YES, please explain the details of that conviction and, if so, whether you or said officer
have served his or her sentence.
4.8 In the past five (5) years, has a government entity determined or concluded that you, your
firm, or any of its owners, partners, officers or employees made or submitted a false claim
(including a false claim for payment), or made a material misrepresentation?
q YES D NO
If YES, identify the government entity, and describe the facts and circumstances about
each instance. Attach additional sheets as necessary.
Page ~0 of 194
4.9 Have you or your company ever been charged by any governmental agency for failure to
follow safety procedures? if YES, please explain.
D YES D NO
4.10 Has any governmental agency ever submitted a complaint against you or your firm to the
California State Labor Commission for failure to submit certified payrolls? If your answer
is "Yes"; please provide the details of such complaint.
q YES D NO
5. FIRM'S OPERATIONAL STATUS
5.1. In the past seven (7) years, has your firm, or anyone else acting on behalf of your firm, filed
for bankruptcy, insolvency, receivership, or reorganization?
q YES D NO
If YES, list the filing date, identify the court and case number; describe the facts and
circumstances giving rise to each instance; and set forth the disposition or current status.
Attach additional sheets as necessary.
5.2. In the past five (5) years, has your firm I~ad an consolidations, mergers, acquisitions,
closings, layoffs or staff reductions?
q YES D NO
If YES, list the filing date, and describe the facts and circumstances about each instance.
Attach additional sheets as necessary.
5.3. Is your firm in the process of, or in negotiations toward: (a) consolidating, merging, selling,
or closing its business, or (b) laying off employees or reducing staff?
q YES ~ NO
If YES, describe the transaction; list the anticipated date for completing the transaction,
laying off employees, or reducing staff; and describe the facts, circumstances, and reason
for taking the action. Attach additional sheets as necessary.
6. BIDDING; DEBARMENT; CONTRACT PERFORMANCE
6.1. Has a government entity ever debarred, disqualified, removed, suspended, or otherwise
prevented you or your firm from bidding on, contracting, or completing a construction
project?
q YES D NO
Pate 4 i of 194
If YES, identify the name of the government entity, list the date, and describe the facts
and circumstances about each instance, and state the reason for the government entity's
action against your firm. Attach additional sheets as necessary.
6.2. Has a government entity ever rejected your firm's Bid or Proposal on the ground that you
or your firm is a '`non-responsible" bidder or proposer?
q YES ~ NO
If YES, identify the name of the government entity, list the date, describe the facts and
circumstances about each instance, and state the reason or basis for the government
entity's determining that your firm was a "non-responsible" bidder. Attach additional
sheets as necessary.
6.3. Have you or your firm ever failed to fulfill or perform —either partially or completely — a
contract or an agreement with a government entity or a client?
q YES D NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.4. In the past five (5) years, have you or any officer or principal of your firm been an officer of
another firm which failed to perform a contract or agreement?
q YES ~ NO
If YES, list the date, and describe the facts and circumstances about each instance. Attach
additional sheets as necessary.
6.5. Has your firm ever advised a government entity or a client, while your firm was under
contract with the government entity or client, that your firm could not (or would not) fulfill or
perform —either partially or completely —the contract or the agreement based on the prices
that your firm had originally submitted in a Bid or a Proposal?
q YES D NO
If YES, list the date, identify the name of the government entity or client, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.6. Has your firm ever requested a government entity or a client, while your firm was under
contract with the government entity or client, to renegotiate one or more terms of the existing
contract or agreement?
q YES D NO
If YES. identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
PaSe ~2 of 194
6.7. Has your firm ever requested a government entity or a client, while your firm was under
contract with the government entity or client, to: (a) cancel the contract or agreement, or
(b) release or discharge your firm form the contract or agreement?
q YES ~ NO
If YES, identify the naive of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.8. Has a government entity or a client ever terminated, suspended, or non-renewed your
firm's contract or agreement before its completion?
q YES D NO
If YES, identify the name of the government entity, list the date, and describe the facts
and circumstances about each instance. Attach additional sheets as necessary.
6.9. Has a government entity or a client ever notified or advised your firm that your firm's
performance under a contract or agreement was poor, sub-standard, deficient, or non-
compliant?
q YES Ox NO
If YES, identify the naive of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.10. In the past five (5) years, has your firm paid, or has your firm been assessed, liquidated
damages on a contract or agreement?
q YES D NO
If YES, identify all such contracts/projects by owner, owner's address, the date of
completion of the project, amount of liquidated damages assessed, and all other information
necessary to fully explain the assessment or payment of liquidated damages. Attach
additional sheets as necessary.
7. INSURANCE AND BONDS
7.1. In the past ten years, has an insurance company or a surety company:
7,1.1. Refused to insure your firm for liability coverage?
q YES D NO
7.1.2. Canceled or non-renewed your firm's insurance coverage?
❑YES D NO
7.1.3. Refused to issue your firm a bond?
q YES ❑D NO
Pale ~ ; of 19=~
7.1.4. Canceled or revoked a bond obtained by your firm?
q YES ~ NO
If the answer to any questions in 7.1.1 to 7.1.4 is YES, identify the name of the insurance
company or surety company, list the date, and describe the facts and circumstances about
each instance. Attach addition sheets as necessary,
7.2 In the past ten (10) years, has an insurance company or surety company made any
payments on your firm's behalf as a result of a default, to satisfy any claims against a
performance bond, payment bond, or maintenance bond issued on your firm's behalf?
q YES C~ NO
If YES, identify each contract completed or amount of each claim, the name and telephone
number of the claimant, the date, grounds and current status of the claim, and if resolved,
the method; nature, and amount of the resolution. Attach addition sheets as necessary.
8. SURETY
8.1 If a performance and/or payment bond is required by this bid, identify the bonding company
if arrangements for the bond have been made; if not, identify the bonding company for the
Contractor's most recent project:
RLi
-~ :•~~ ~~ w ~ t -.~ •, ~ 11 ~~~. :' is
All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted
in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed
by the Bidder.
hereby certify under penalty of perjury under the laws of the state of California that the representation made herein
are true and correct.
Signature of Bidder ~ 'P''~`~
Jose Angel Fierros, President
Yaffe 44 of 1 ~)4
BIDDER'S EXPERIENCE FORM
PROJECT NAME: Citywide Street Tree Welis
COMPANY NAME: FS Contractors Inc.
Contract No. CS-1456
***Please use additional sheets if necessary
List below the project information that establishes that Bidder meets the essential requirements for qualification set forth in the Mandatory Qualifications paragraph of the Notice
Inviting Bids for this Project.
CONTRACT CONTRACT CONTRACT CONTACT PHONE
START DATE END DATE $AMOUNT PROJECT NAME AND AGENCY ADDRESS CONTACT NAME NUMBER
2
"t~
3/25/20 2/25121 1,851,360.95
itywide Sidewalk Improvement 2020 100 N Garfield Ave, Tony Ann (626) 744-7403 City of Pasadena. CA 91101
City of Pasadena
Public Works De artment
RMDJOC6673 Parkway Concrete
3113/20 2/15/21 S3,999,992.61
900 South Fremont Ave.
Joseph Min (562) 869-1176
ount of Los An eles Public Works
Alhambra, CA 91803
i ewa oncrete
Re lacement
2100 Thousand Oaks Blvd. 716121 9124121
$405,862 Ronner Del Castillo (805) 449-2499 Ext 50
Thousand Oaks, CA 91362
All of the above statements as to experience are submitted in conjunction with the proposal; as a part thereof; and the truthfulness and accuracy of the information
is guaranteed by the Bidder. I hereby certify under penalty of perjury under the laws of the state of California that the representation made herein are true and
correct. ,
Signature of Bidder ' " ~'~
Print name: Jose An I Fierros
State of California Contractor's License No. 1005940
Contractors License expiration date 7/31/23
Pa~;c 4.5 ofi' 194
CONTRACTOR SAFETY QUESTIONNAIRE
Company Name: FS Contractors, lnc.
Primary Type of Work: Concrete
Person Completing Form: Jose Angel Fierros
Title: President
Date: 9113/22
Phone Number: x$18) 838-6040
SAFETY PERFORMANCE
1. List your company's Interstate Experience Rating Modifier (ERM)1 for the three most recent years.
20~~
20~ — ~jl~a.,
2. List your company's number of injuries/illnesses from your OSHA 300 logs for the three most recent years.
20~ 20~_ 20 '~
a. Fatalities —~
b. OSHA recordable incidents
c. Lost work day incidents
d. Total lost work days
e. Total hours worked
3. Upon request from the City, the contractors) shall provide copies of the following items (a-g); and Items (d-
g)for each listed Subcontractor
a). OSHA 300 logs for the most recent three years
and current year-to-date
b). Verification of ERM from your insurance carrier
c). Injury/Illness Report
d). Complete written Safety Program
4. Company Safety Contact:
a. Name Jose Angel Fierros
b. Phone (81$~ 974-0895
e). Training Plans
~. Training Certificates for Employees
g). Emergency Response Training
1 ERM =applies to workers' compensation policies. It compares the experience of this contractor to others of similar size, type
and ratio. Used against annual premium. It has a direct correlation to how much the contractor pays in workers' comp premium.
Pale ~6 0(' 19=~
CONTRACTOR SAFETY QUESTIONNAIRE (continued)
SAFETY PROGRAM
SAFETY PROGRAM DOCUMENTATION C' e One
a. Do you have a written safety program manual? e No
1) Last revision date :3 -1 ~ ~ ~ ~-
b. Do you have a written safety field manual? Yes o
c. Are ali workers given a booklet that contains work rules,
responsibilities, and other appropriate information? Yes No
2. POLICY AND MANAGEMENT SUPPORT
a. Do have a safety statement from an officer of Yes No you policy
the company?
b. Do you have a disciplinary process for enforcement Yes No
of your safety program?
c. Does management set corporate safety goals? Yes ~l~
d. Does executive management review:
Accident reports? Y No
Safety statistics? e No
~ Inspection reports? es No
e. Do you safety pre-qualify subcontractors? Yes No
f. Do you have a written policy on accident reporting Ye No
and investigation?
g. Do you have alight-duty, return-to-work policy? Yes No
h. Is safety part of your supervisor's performance evaluation? Ye No
i. Do you have a personal protective equipment (PPE) policy? Yes No
j. Do you have a written substance abuse program? Yes No
If yes, does it include (check all applicable boxes):
q Pre-employment testing ❑Return-to-duty testing
q Random testing ❑Disciplinary process
q Reasonable cause testing ❑Alcohol testing
q Post accident testing ❑National Institute on Drug Abuse
q Panel Screen
k. Does each level of management have assigned safety Yes No
duties and responsibilities?
Page ~7 of 19'1
3. TRAINING AND ORIENTATION
a. Do you conduct safety orientation training for each
employee? Yes No
b. Do you conduct site safety orientation for every Yes No
person new to the fob site?
c. Does your safety program require safety training meetings? Yes o
for each supervisor (foreman and above)?
How often?
q Weekly d Monthly ❑Quarterly ❑Annually ❑Other
d. Do you hold tool box/tailgate safety meetings
focused on your specific work operations/exposures? Ye No
How oft n?
Weekly ❑Daily ❑Other
e. Do you require equipment operation/certification training? Yes No
4. ADMINISTRATION AND PROCEDURES
a. Does your written safety program address
administrative procedures? Yes No
f yes, check which apply:
Pre project/task planning
Record keeping
~ Safety committees
HAZCOM
Substance abuse prevention
Return-to-work
b. Do you have project safety committees?
v Emergency procedures
Audits/inspections
Accident investigations/reporting
_Training documentation
_Hazardous work permits
Subcontractor prequalification
Ye No
c. Do you conduct job site safety inspections? Ye No
How ofte ?
~(V Daily ❑Weekly ❑Monthly ❑Other,
Do these inspections includes a routine safety
inspection of equipment (e,g., scaffold, ladders, fire
extinguishers, etc.)? Yes No
d. Do you investigate accidents? Yes No
How are they reported?
q Total company q By superintendent
q By project By project manager
q By foreman In accordance with OSHA
e. Do you discuss safety at all preconstruction and progress meetings? Yes o
Pale ~~ o(' 19=~
Iv f. Do you perform rigging and lifting checks prior to lifting? Yes No
q For personnel ❑For equipment ❑Heavy lifts (more than 10,00 Ibs.)
WORK RULES
a. Do you periodically update work rules?
When was the last update?
3v ~! r ~ Z~ Yes o ~i
What w rk practices are addressed by your work rules?
[CPR/first aid
Barricades, signs,
❑Access—entrances/stairs
❑Respiratory protection
and signals
q Blasting Material handling/storage
q Communications Temporary heat
q Compressed air and gases Vehicle safety
Q Concrete work [~ Traffic control
q Confined-space entry ❑Site vis'tor escorting
q Cranes/rigging and hoisting ~ Public protection
q Electrical grounding ❑Equipment guards and grounding
q Environmental controls and ❑Monitoring equipment
Occupational health
Emergency procedures ❑Flammable material handling/storage
Fire protection and prevention [ ~1 Site sanitation
q Floor and wall openings [v(Trenching and excavating
Fall protection q Lockout/Tagout
Housekeeping ❑Energized/pressurized equipment
q Ladders and scaffolds
q Mechanical equipment/ Personal protective equipment
maintenance/pre-op checks/ Tools, power and hand
operation Electrical power lines
q Welding and cutting (hot work) ❑Other
OSHA INSPECTIONS
a. Have you been inspected by OSHA in the last three years? Yes No
b. Were these inspections in response to complaints? Yes No
c. Have you been cited as a result of these inspections? Yes No
If yes, describe the citations (add additional sheets if necessary):
Pt~~e ~9 of 1 ~)=~
DESIGNATION OF SUBCONTRACTORS
NAME OF BIDDER: FS Contractors, Inc.
Each Bidder must list, on the form provided on the next page, each Subcontractor who will perform work or labor or
render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed
in the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the
Work or improvement according to detailed drawings contained in the Drawings and Specifications, in an amount in
excess of one-half of one percent of the Contractor's Base Bid Amount. Each Subcontractor must have an active and
current license, and all requisite specialty certifications, when listed.
Bidder must provide the following information for EACH Subcontractor. N/A
1. The name of the Subcontractor;
2. The trade and type of work that the Subcontractor will perform;
3. Location (address) of Subcontractor's place of business;
4. Subcontractor's license number; and any specialty licenses; and
5. Dollar value of the Work that the Subcontractor will perform.
Subletting or subcontracting of any portion of the Work in excess of one-half of one percent of the Contractor's Base
Bid to which no Subcontractor was designated in the original Bid shall only be permitted in cases of public emergency
or necessity, and then only after a finding reduced to writing as a public record of the City setting forth the facts
constituting the emergency or necessity.
If the Contractor violates any of the above provisions the Contractor may be in breach of this Contract and the City
may exercise the option, in its own discretion, to (1) cancel this Contract, or (2) assess the Contractor a penalty in an
amount not more than ten percent (10%) of the amount of the subcontract involved, and this penalty shall be deposited
in the fund out of which the prime Contract is awarded.
If the Contractor fails to specify a Subcontractor, or if the Contractor specifies more than one Subcontractor for the
same trade or type of Work to be performed under the Contract in excess of one-half of one percent of the Contractor's
Base Bid Amount, then the Contractor agrees that he/she is fully qualified to perform that Work himself/herself, and
that he/she shall perform that Work himself/herself. If after award of Contract, the Contractor subcontracts any such
Work, the Contractor will be subject to the statutory penalties.
DESIGNATION OF SUBCONTRACTORS FORM
IS ON THE FOLLOWING PAGE
~'a~e ~Q of 194
Please type or legibly print (attach additional sheets as necessary).
Name of Subcontractor Email Contact Trade and Type Business Location Information of Work to be
Performed
NSA ---- —i
i
i
i
Public Works
License Contractor Dollar ($) Value Number Registration
Number
i
i
I)
a
1
Pa~c ~ 1 of 194
The Contractor shall not:
A. Substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except that
the City may consent to the substitution of another person as Subcontractor in any of the following
situations:
1. When the Subcontractor listed in the Bid, after having had a reasonable opportunity to do so, fails or
refuses to execute a written contract for the scope of Work specified in the Subcontractor's bid and
at the price specified in the Subcontractor's bid, when that written contract, based upon the general
terms, conditions, Drawings and Specifications for the Project or the terms of Contractor's written
Bid, is presented to the Subcontractor by the Contractor;
2. When the listed Subcontractor becomes insolvent or the subject of an order for relief in bankruptcy;
3. When the listed Subcontractor fails or refuses to perform his/her subcontract;
4. When the listed Subcontractor fails or refuses to meet the bond requirements of the Contractor as
set forth in Public Contract Code Section 4108;
5. When the Contractor demonstrates to the City that the name of the Subcontractor was listed as the
result of an inadvertent clerical error;
6. When the listed Subcontractor is not licensed pursuant to the Contractors License Law;
7. When the City determines that the Work performed by the listed Subcontractor is substantially
unsatisfactory and not in substantial accordance with the Drawings and Specifications, or that the
Subcontractor is substantially delaying or disrupting the progress of the Work;
8. When the listed Subcontractor is ineligible to work on a public works project pursuant to Section
1777.1 or 1777.7 of the Labor Cotle; or
9. When the City determines that the listed Subcontractor is not a responsible contractor.
B. Permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone
other than the original Subcontractor listed in the original Bid, without the consent of the City.
C. Other than in the performance of "change orders" causing changes or deviations from the original
Contract, sublet or subcontract any portion of the Work in excess of one-half of one percent of the
Contractor's Base Bid Amount as to which hislher original Bid did not designate a Subcontractor.
Prior to approval of the Contractor's request for a Subcontractor substitution, the City shall give notice in writing to the
listed Subcontractor of the Contractor's request to substitute and of the reason for the request. The notice will be
served by certified or registered mail to the last known address of the Subcontractor. The listed Subcontractor who
has been so notified shall have five (5) Working Days within which to transmit to the City written objections to the
substitution. Failure to file these written objections shall constitute the listed Subcontractor's consent to the substitution.
If written objections are filed, the City shall give notice in writing of at least five (5) Working Days to the listed
Subcontractor of a hearing by the City on the Contractor's request for substitution.
The Contractor, as a condition to asserting a claim of inadvertent clerical error in the listing of a Subcontractor, shall
within two (2) Working Days after the time of the Bid Deadline, give written notice to the City and copies of such notice
to both the Subcontractor he/she claims to have listed in error and the intended Subcontractor who had bid to the
Contractor prior to the Bid Deadline.
P~~~e ~2 of 19=~
QUESTIONNAIRE REGARDING SUBCONTRACTORS
Bidder shall answer the following questions and submit with his/her Contract proposal.
Were bid depository or registry services used in obtaining subcontractors bid figures in order to compute your
bid? Yes q No Q
If the answer to No. 1 is "Yes", please forward a copy of the rules of each bitl depository you used with this
questionnaire.
3. Did you have any source of subcontractors' bids other than bid depositories?
Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to
attempt to convince you to use the services or abide by the rules of one or more bid depositories?
Yes q No Q
5. If the answer to No. 4 is "Yes", please explain the following details:
(a) Date:
(b) Name of person or group:
(c) Job involved (if applicable):
(d) Nature of the threats:
(e} Additional comments:
(Use additional paper if necessary)
6. Was a conscious effort made to recruit or provide equal opportunity for bids by minority or project area
subcontractors? Yes q No ~
7. Was a conscious effort made to recruit and hire project area lower-income residents?
Yes q No ~]
Please submit statement.
We declare under penalty of perjury that the foregoing is true and correct.
Dated this 13 day of September , 20 2022
All of the above statements as to experience, financial qualifications, and available plant and equipment are submitted
in conjunction with the proposal, as a part thereof, and the truthfulness and accuracy of the information is guaranteed
by the bidder.
Name of Company
Y
Title: President
P~~SE' J~ Uf 1 ~=~
CONTRACTOR'S AFFIDAVIT OF NON-COLLUSION
STATE OF CALIFORNIA )
ss
COUNTY OF Los Angeles )
Jose Angel Fierros being first duly sworn, deposes and says:
That he/she is the President (Title of office if a corporation, "sole owner," "Partner;"
or other proper title) of FS Contractors, Inc. , (hereinafter called "Contractor")
who has submitted to the City of Vernon a Bid for the construction of the Citywide Street Tree Wells,
Contract No. CS-1456;
2. That said Bid is genuine; that the same is not sham; that all statements of fact therein are true;
3. That said Bid is not made in the interest or behalf of any person, partnership, company, association,
organization, or corporation not named or disclosed;
4. That Contractor did not, directly or indirectly induce, solicit, agree, collude, conspire or contrive with
anyone else to submit a false or sham bid, to refrain from bidding, or withdraw his/her bid, to raise or fix
the Bid price of Contractor or of anyone else, or to raise or fix any overhead profit, or cost element of
Contractor's price or the price of anyone else; and did not attempt to induce action prejudicial to the
interests of the City of Vernon, or of any other Bidder, or anyone else interested in the proposed Contract;
5. That the Contractor has not in any manner sought by collusion to secure for himself an advantage over
any other Bidders or induce action prejudicial to the interests of the City of Vernon or of any other Bidder,
or anyone else interested in the proposed Contract;
6. That the Contractor has not accepted any bid from any Subcontractor or material supplier through any
bid depository, the bylaws, rules or regulations of which prohibit or prevent the Contractor from
considering any bid from any Subcontractor or material supplier, which is not processed through said bid
depository, or which prevent any Subcontractor or material supplier from bidding to any Contractor who
does not use the facilities of or accept bids from or through such bid depository;
Pale ~=~ of~ 194
7. That the Contractor did not, directly or indirectly, submit the Contractor's Bid price or any breakdown
thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent thereof, or
to any individual or group of individuals, except to the City of Vernon, or to any person or persons who
have partnership or other financial interest with said Contractor in his/her business.
declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Dated this 13 day of September 2022 at Sylmar CA
Month/Year City State
FS Contractors, Inc.
Contractor (Please Print)
r /~~
Contractor's Si ture
President
Title
CONTRACTOR'S SIGNATURE MUST BE NOTARIZED
Page SS of i 9=~
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of L,os Angeles
On Septejl~bec• 13, 2022 before me, Mat•tha lsahel i,~ne7 Riubi,~Notary Public ,
Date Here Insert Name and Title of the Officer
personally appeared Jose An Jel Fierros
Name of Signer(s~~-~"
who proved to me on the basis of satisfactory evidence to be the persons) whose name/arm
subscribed to the within instrument nd acknowledged~o me that he/sue/tf~}~"executed the same in
his/~e~/t~ authorized capacity(i ,and that by his/her/fh~it signature(,s~on the instrument the person(sj;
or the entity upon behalf of which the person(s~'acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
t a~ T MgRTHA ISABEL IOPEZ RIU81
S`~-.--... h
,~ ~ ~~'~~~y '`f~. Notary Public •California ~.~
~ ~ ~ los Angeles County ~ Signature ~• ~
r ~ ~ Commission ~ 2356361
~~<<F ~~'' My Comm. Expires May 21,X025 Signature of Notary ublic
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages: Signers) Other Than Named Ab
Capacity(ies) Claimed by Signers)
Signer's Name:
q Corporate Officer — Title(s):
q Partner — ~_=, Limited C. ;~ Gene
q Individual q Attor Fact
Trustee ardian or Conservator
O Other:
Signer epresenting:
Docum
Signer's Name:
O Corporate Officer — Title(s):
C~ Partner — C=1 Limited _~ General
D Individual ~_J Attorney in Fact
O Trustee (.~ Guardian or Conservator
f~l Other:
Signer Is Representing:
THE BIDDER'S INSURANCE COMPANY(S) OR INSURANCE AGENT MUST COMPLETE THIS FORM
AND
THE BIDDER MUST SUBMIT THIS CERTIFICATION WITH THE BID FORMS.
I, the undersigned (Please check one box) ~__ underwriter E:.I agent, certify that I and the Contractor listed below have
jointly reviewed the "Insurance Requirements" in these Bidding Documents and the Contract Documents. If the City of
Vernon ("City"} awards the Contractor the Contract for this project, I will be able—within fourteen (14) calendar days
after the Contractor is notified of the Contract's award—to furnish the City with valid insurance forms (including one or
more insurance certificates and additional insured endorsements) that fully meet all of the Insurance Requirements.
Name of Insurance Company
nsurance Agent's Name (Printed)
(signature)
Address
Telephone Number
Contractor's Name
Date
Insurance Agent's Name
City State Zip Code
Email Address
City Specification Number
Below State the Name of Insurance Company Providing Coverage:
DO NOT write "Will Provide," "To Be Determined," "When Required," or similar phrases.
Commercial General Liability
Workers' Compensation Liability
City Will Purchase Policy, if required
Builders Risk
Automobile Liability
Pollution Liability
(NOTE TO CONTRACTOR: See "Insurance Requirements" EXHIBIT 4 of the Contract for the requirement of obtaining
Pollution Liability Insurance.]
NOTE TO THE UNDERWRITER /AGENT: If the insurance forms that the Contractor submits to the City do not fully
comply with the Insurance Requirements, and/or if the Contractor fails to submit the forms within the 14 -day time limit,
the City may; (1 }declare the Contractor's Bid non-responsive, and (2) award the Contract to the next lowest responsible
Bidder.
P~~e 56 of 194
' ,—~'~"~ FSCON-2
DATE (MM/DDNYYY)
09f12l2022 '~c~'RD CERTIFICATE OF LIABILITY INSURANCE `--~''~
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORfUTATION 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 INSURERS}, AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSUREb provisions or be endorsed.
If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer ri hfs to the certificate holder in Ileu of such endorsements .
PRODUCER 916-~~4-7~8~
Sierra Oak Insurance Services
Lic# OC97528
9700 Business Park Dr. Ste 105
N~~I~ACT Dan Brock
PHONE g16-364-73SO FAX 916-364-7381 {,vc, No, Ext): tac, No):
~~OREss: certs~einsurancespecia ist.com
Sacramento, CA 9827 "~~--
Danfel E. gfOC{( INSURERS AFFORDIPJG COVERAGE PlAIC #~
~r,suReRA: Wesco Insurance Com an 25011
INSURED
FS Contractors, Inc.
14838 Bledsoe St
INSURER B : SCOttSC~aI@ II1SUraI1C@ C0111patl~/ 41297
Insurance Com an of the West INSURER C : P Y 27847
~NsuRERo:Allied World Surplus Lines Ins 24319 Sylmar, CA 91342
INSURER E : LIO~/CI's of London Insurance Co 85202
INSURER F
CnVFRAGFS CFRTIFICL~TG Nl1MRFR• RFVISInAI NIIMRFR•
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 1/VHICH 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.
INSR
LTR TypE OF INSURANCE ADDL
INSD
SUB
WVD POLICY NUMBER POLICY EFF
MMlDD
POLICY EXP
t,AMlDD LIMITS
C
E
X COMMERCIAL GENERAL LIABILITY
CLAIMS-tvV1DF X occur
Professional Liab
X BCS0039741
MPL510483922
01/13/2022
03/0812022
01/1312023
03!08!2023
EACH OCCURRENCE 'I,000,OOO
X
D/~PAAGE ~~ O RENTED
P MiSE ~ ~~.une~ g 100,000
Mao E~ a~, onE ~erst~~: ~ Exluded
PE^nSONf~. 8 ADV I~VJUR`:' I $ ~ ~~~d~~~d
GcN'L AGC REGA7E UMli kFPLiES PtR:
POLICY ~ ~E¢T ~ LOC
ETHER:
GENERAL AGGREGATE 2,000,000
PRODUCTS -COMP/Q~ AGG $ Z,000,OOO
Prof.Liab 1,000,000
A AUTOMOBILE LIABILITY
X ANY AUTO
OWNED SC}iE-.OULED
AUTOS ONLY AIIfOS
AUTOS GNLY rN',UTOS~ Oh1L~
PP197632000 08126!2022 08/26/2023
COMBI~:~U SItdGLE ~ I4i~ i
L~DU. ~
~ ~~~,~~~
~ --------------._.-'_._......--- ...............
BODILY ItvJURY (Per person} $
BODIt.I' I~JUf2Y Par accident! $
FP 0 acc dent)~A~~ ~
C UMBRELLA LIAR
EXCESS LIAR
X GCCUR
CLAIMS-MADE XLS0~121700 01/13/2022 01/13/2023
EACH OCCURREP~CE 8,000,000
~( AGGREGATE $ 8'~~~,~~~
DED RETENTION ~ GL AU WC ~
p WORKERS COMPENSATION
AND EhiPLOYERS' LIABILITY
ANY?R<,pkiETO(WARTPlE~;CECUTIVE YEN
FFICERJ~~EtJBER EXCLUC~D? ~ Mandatory in NH}
If yas, describe order
DESCRIPTION OF OPERATIONS below
N ~ A
SA 503277107 07/31/2022 07!31!2023
x I'ER O(N-
STATUTE ER
E.L. EACHACCICEnT ~,~~~,~~~
E.L. DISEASE - [A EhAPLOYEE $ ~I,000,OOO
E.L. DISE?SF - FOLICY LIMIT 1 000 000 s ~
p Pollution L(ab. 50550558 0'i /13/2022 01/13/2023 Each Occu
Aggregate
1,000,000
2,000,000
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required}
City of Vernon to be named additional insured on the general liability.
CFRTIFICLITF Nn(_nFR CANCELLATION
CITYVER
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Vernon
4345 Santa Fe Ave
Vernon, CA 90Q58 AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03) O 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
PQLICY NUMBER: BC 5 0 0 3 9 7 41 COMMERCIAL GENERAL LIABILITY
CG 20121219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIQNAL INSURED -STATE OR GOVERNMENTAL
AGENCY {JR SUBDIVISION ~R POLITICAL
SUBDIVISION - PERIVIITS OR AUTHt7RIZATI~NS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
State Or Governmental Agency Or Subdivision Or Political Subdivision:
any person or organization when required by written contract or agr?ement,
executed prior to the occurrence to which this insurance applies, that such person
cr organization be added as an additional insured on your policy
~ Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ~
A. Section II —Who Is An Insured is amended to
include as an additional insured any state or
governmental agency or subdivision or political
subdivision shown in the Schedule, subject to the
following provisions:
1. This insurance applies only with respect to
operations performed by you or on your behalf
for which the state or governmental agency or
subdivision or political subdivision has issued a
permit or authorization.
However:
a. The insurance afforded to such additional
insured only applies to the extent permitted
bylaw; and
b. 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.
2. This insurance does not apply to:
a. "Bodily injury", "property damage" or
"personal and advertising injury" arising out
of operations performed for the federal
government, state or municipality; or
b. "Bodily injury" or "property damage" included
within the "products-completed operations
hazard".
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section 111 —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;
whichever is less.
This endorsement shall not increase the applicable
limits of insurance.
CG 20 '12 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1
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 mast 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;
whichever is less.
This endorsement shall not increase the applicable
limits of insurance.
Page 2 of 2 O Insurance Services Office, Inc., 2018 CG 20 10 '12 19
CERTIFTCATE OF EQUAL OPPORTUNITY PRACTICES
City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
(323) 583-8811
Website: ~~rww.c~of~~rnon.orq
Article I. Affidavit of Equal Opportunity Employment &
Non-segregation (Form AA-1)
Article II. Vendor List Questionnaire (Forms AA-2 & 3)
In order to be placed to the City's vendor list and be eligible to receive City business, you must
provide the following information except where indicated as "optional." By submitting this form
you are declaring under penalty of perjury under the laws of the State of California and the laws
of the United States that the information is true and correct. Furthermore, you are certifying that
your firm will adhere to equal opportunity employment practices to assure that applicants and
employees are not discriminated against because of their race, religion, color, national origin,
ancestry, disability, sex or age. And, your firm does not and will not maintain or provide for its
employees any segregated facilities at any of its establishments, and that it does not and will not
permit its employees to perform their services at any location, under its control, where segregated
facilities are maintained.
Name of Company: ~L~ ~ ,~~-''~t L~l~~~( ~T,~~:.
Business Telephone: ~l ~ b ~J ~ `~~~~
Address: ~ s
City: State: ~~ Zip 2
Contact Person .dose Angel Fierros E-mail Address ~ ~ (1 C ~~ ~ ~'~b ~
optional)
Tax ID Number (or Social Security Number)
Remit Address (if different)
o ~Q
Please state clearly and concisely the types) of goods and services your company provides:
The following section is OPTIONAL and is for statistical reporting purposes only. Ownership
(please check all that apply}:
African-American Asian Armenian _ Hispanic ~ Native American
Disabled Female
P.a~e ~7 of 19=~
Proiect Workforce Utilization Farm AA-2~
This form is to be included in al! bid documents for projects involving labor or services valued at $25,000 or more.
Instructions: Please indicate the job titles/classifications to be used in the performance of this contract should it be awarded to your firm. Please
indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract.
Name of Company: ~ ~ Projecfi: l..- ;~ W ^ ~ ~ ~~ ~,~~5
Job Tifiles/Classification Estimated number of existing staff to be employed in
this classification if awarded the contract
Estimated number of new hires to be employed in
this classification if awarded the contract
emu''
Cep. ~ ~
3
I
Are any current employees or potential
new hires Vernon residents? If so, how
many?
Pale >K ~f l74
Current Permanent Workforce Utilization (Form AA-3~
Name of
Project:
Completion of this form is OPTIONAL. Any information supplied by vendors is for reporting purposes only and will not be factored
into the award of any contract.
Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups.
White
(not of Hispanic
origin)
African-American
(not of Hispanic
origin)
Hispanic Asian/Pacific
Islander
Native
American
Armenian Male Female
CLASSIFICATION
Officials/
Managers _._~_._______....__._._.___....___
Professionals
._.________......__..~ _._.__.._.__._......_._._.____m...__._._._. _._.___.____._
Technicians
Office/Clerica!
Skilled Craft Workers
7
Operators
(semi-skilled)
Laborers
Service Workers
TOTAL
Page ~ 1 of 17~
RESUME
ANGEL FIERROS
13368 Aldergrove St. Sylmar, CA. 91342 (818) 367-0652
Qualifications:
-Strong interpersonal skills; ability to communicate and persuade at all levels and thrive in across-functional environment.
-Excellent verbal communication skills
-Computer Savvy —Word, Excel, Quick Books, Outlook, Project Manager, Master Builder, Auto CAD
-Positive attitude &Professional appearance
-Team player /self-starter /organized
-Extensive hands on experience
-Bilingual Spanish /English
Experience:
(1984-1992) Landscape Development, Inc.
Laborer -Foremen
-Started from the bottom, as a laborer
-Kept climbing up the ladder learning every phase of construction
-Became Foremen in 1988 and continued to be the lead man until 1992
-Able to read plans, lay out and direct operation for Irrigation /landscape projects
-Extensive knowledge of plant material types
(1992 - 1994) DJ Construction, Inc.
Foremen
-In-home estimates
-Blueprint takeoffs. Requisition orders
-Managing/coordinating jobs in progress
-Control different phases of construction in the field
-Order/schedule materials
-Operate different pieces of equipment (from Bob cats, Skip loaders, Back hoes, Loaders, Dump trucks, Water trucks, etc.)
-Install, operate and maintain all irrigation equipment (from Main lines, laterals, valves, sprinklers, controllers, etc.)
Page 1 of 2
(1994 - 2002) Terra Cal Construction, Inc.
Foreman - Suaerintendent
-Control different phases of construction in the field
-Blueprint takeoffs. Requisition orders,
-managing coordinating jobs in progress
-Order/schedule materials
-Operate different pieces of equipment (from Bob cats, Skip loaders, Back hoes, Loaders, Dump trucks, Water trucks, etc.)
-Install, operate and maintain all irrigation equipment (from Main lines, laterals, valves, sprinklers, controllers, etc.)
(2000 -Present) FS Contractors, Inc. / FS Construction
President /Owner
-Take control and direction of company
-Generate estimates
-Write contracts
-Prepare Sub-contracts
-Sale closing tactics and negotiating skills
-Field measuring & onsite cost estimating
-Presentation of company and products)
-Field measuring with detail to permit/code requirements
-Worked closely with engineers and architects
-Developed project proposals up to $2,000,000 in value
-Coordinated projects to comply with all addendums, spec sheets, geotechnical data & ADA compliances
-Experienced with prevailing wages and public works projects
-Supervise payroll/ payroll taxes
-Prepare certified payrolls
Education:
1 2.5 Years of collage in Civil Engineering field
2 Licensed General Engineering Contractor (A)
3 Licensed Concrete Contractor (C8)
4 Licensed Landscaping Contractor (C27)
5 Pervious Concrete Technician Certified
6 Home Improvement Certification
7 ARDEX products installer certified
8 CPR &First Aid certified
9 Basic accounting
10 Bilingual English /Spanish
Page 2 of 2
City Council Agenda Item Report
Submitted by: Adriana Ramos
Submitting Department: Public Utilities
Meeting Date: October 18, 2022
SUBJECT
Blanket Purchase Contract with Fujitsu Network Communications, Inc.
Recommendation:
Approve the issuance of a blanket Purchase Contract with Fujitsu Network Communications,
Inc. (Fujitsu), in an amount not-to-exceed $40,000 for the repair of Fujitsu equipment related to
the Fiber Optics System Internet Access Operations and any ancillary purchases needed for
the remainder of Fiscal Year (FY) 2022-23.
Background:
The City’s existing internet system topology is built around a Fujitsu Network Communications,
Inc (Fujitsu) transport and distribution equipment infrastructure. Fujitsu has provided the
capability for remote managed services to the Vernon Public Utilities (VPU) Fiber Optics
System since 2004. The services include 24/7 monitoring of 24 key network devices, most of
which are manufactured at the Fujitsu factory facility.
With the aging of the customer provision equipment (CPE), repair and purchase of ancillary
equipment is necessary. Staff recommends approval of a blanket Purchase Contract with
Fujitsu, in the amount not-to-exceed $40,000, to cover repair and ancillary purchases that are
necessary through the remainder of FY 2022-23. This will ensure reliable internet service to its
existing or new anticipated end users. It will allow VPU to purchase CPE utilized to provide the
end user hand-off for monitoring connections to the network and will provide funds to address
any emergencies outside of what is covered under the existing three-year maintenance
Services Agreement with Fujitsu approved by City Council on October 20, 2020.
The proposed blanket Purchase Contract is exempt from competitive bidding and competitive
selection pursuant to Sections 3.32.110 (A)(2) and (B)(1) of the Vernon Municipal Code, as
any required repair services and/or any necessary equipment can only be provided by Fujitsu.
City Council approval is required pursuant to Vernon Municipal Code 3.32.030(B), which
states if, in the 12 months preceding the effective date of a proposed new, renewed, or
otherwise amended contract, the City has paid or awarded the proposed vendor more than
$100,000 pursuant to contracts with the vendor, then the proposed new, renewed, or
otherwise amended contract shall be approved only by the City Council. The combined total of
the existing approved Services Agreement ($245,568) and proposed blanket Purchase
Contract ($40,000) will exceed the approval threshold.
Fiscal Impact:
Sufficient funds for the proposed supplemental are available in the VPU Fiber Optics
Enterprise Fund, Repairs and Maintenance Account No. 057.1057.590000.
Attachments:
None.
City Council Agenda Item Report
Submitted by: Adriana Ramos
Submitting Department: Public Utilities
Meeting Date: October 18, 2022
SUBJECT
Services Agreement with DC Consulting Services LLC
Recommendation:
A. Find that the proposed action is categorically exempt from the California Environmental
Quality Act (CEQA) review, in accordance with CEQA Guidelines Section 15301,
because the project consists of the maintenance, repair or minor alteration of existing
equipment and involves negligible or no expansion of an existing use; and
B. Approve and authorize the City Administrator to execute a Services Agreement with DC
Consulting Services LLC, in substantially the same form as submitted, to provide gas
turbine maintenance services, in an amount not to exceed $259,950.
Background:
On October 4, 2022, City Council approved the issuance of a Purchase Contract to DC
Consulting Services LLC (DC Consulting) for the purchase and commissioning of two 571KF
engines (engines) to repower and renovate the two H. Gonzalez engines (Gonzales Units)
located at Station A. The Gonzales Units are responsible for providing peaking energy into the
California Independent System Operator (CAISO) electric grid. The Gonzales Units also
provide local resource adequacy (capacity) to Vernon Public Utilities (VPU), which would
otherwise need to be purchased in the market at a costly rate and has limited availability. It is
timely and valuable for VPU to have the Gonzales Units operating, especially given that the
state has prioritized renewable generation versus permitting any new natural gas generation
facilities.
VPU is seeking City Council's approval of the proposed Services Agreement with DC
Consulting (in partnership with GSF Services) for the maintenance of two 571KF engines at
the Vernon Power Plant. Combined, the vendors have over 40 years of experience with
570/571KF model Rolls-Royce gas turbine installations, commissioning, troubleshooting, and
repair, including similar work with other gas turbines from Siemens and General Electric. DC
Consulting and GSF Services have worked with this engine model since 2003, performing
marine and power plant installations worldwide. DC Consulting is a sole source repair and
maintenance provider for 570/571KF engines in the United States and is a highly competent
and experienced company that VPU has used in the past for turbine repairs and maintenance.
Pursuant to Section 3.32.110 (A)(2) and 3.32.110 (B)(1) of the Vernon Municipal Code (VMC),
the proposed Services Agreement is exempt from competitive bidding and competitive
selection, as DC Consulting is the only vendor that can provide support to service and repair
the recently purchased 571KF engines. Staff recommends approval of the proposed services
agreement with DC Consulting, in an amount not to exceed $259,950. The proposed Services
Agreement has been reviewed and approved as to form by the City Attorney’s Office.
Fiscal Impact:
Sufficient funds for the proposed services agreement are available in the VPU Electric
Enterprise Fund, Generation Station A, Professional Services Other Account No.
055.8200.596200.
Attachments:
1. Services Agreement with DC Consulting Services LLC
Page 1 of 16
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND DC CONSULTING
SERVICES LLC., FOR GAS TURBINES MAINTENANCE SERVICES
COVER PAGE
Contractor: DC Consulting Services LLC.
Responsible Principal of Contractor: Don Coletta, Owner
Notice Information – Contractor: DC Consulting Services LLC.
5412 Basile Eunice Hwy.
Eunice, LA 70535
Attention: Don Coletta, Owner
Telephone: (225) 253-2175
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Todd Dusenberry,
Acting General Manager of Public Utilities
Telephone: (323) 583-8811 ext. 579
Commencement Date: October 18, 2022
Termination Date: October 17, 2025
Consideration: Total not to exceed $259,950 (includes all
applicable sales tax); and more particularly
described in Exhibit A
Records Retention Period Three (3) years, pursuant to Section 11.20
Page 2 of 16
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND DC CONSULTING
SERVICES LLC., FOR GAS TURBINES MAINTENANCE SERVICES
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation (“City”), and DC Consulting Services 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 October 18,
2022.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the Contractor's proposal to the City ("Proposal") dated
September 12, 2022, Exhibit “A”, a copy which is attached to and incorporated into this
Agreement 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 Agreement.
3.2 Contractor shall not subcontract any services to be performed by it under
this Agreement without prior written approval of City.
3.3 All of the services required hereunder will be performed by Contractor or
by City approved subcontractors. Contractor, and all personnel engaged in the work, shall be
fully qualified and authorized or permitted under State and local law to perform such services
and shall be subject to approval by the City.
4.0 TERM. The term of this Agreement shall commence on October 18, 2022, and it
shall continue until October 17, 2025, 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
Page 3 of 16
the services, the City will pay Contractor in accordance with the payment schedule set forth in
Exhibit “A” attached hereto and incorporated herein by reference.
5.2 Contractor's grand total compensation for the entire term of this Agreement,
shall not exceed $259,950 without the prior authorization of the City, as appropriate, and written
amendment of this Agreement.
5.3 Contractor shall, at its sole cost and expense, furnish all necessary and
incidental labor, material, supplies, equipment, and transportation which may be required for
furnishing services pursuant to this Agreement. Materials shall be of the highest quality. The
above Agreement 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
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.
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.
Page 4 of 16
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
6.5 City will pay Contractor the amount invoiced within thirty (30) days after
the City approves the invoice.
6.6 Payment of such invoices shall be payment in full for all services,
authorized costs, and authorized extra work covered by that invoice.
7.0 CITY'S RESPONSIBILITY. City shall cooperate with Contractor as may be
reasonably necessary for Contractor to perform its services; and will give any required decisions
as promptly as practicable so as to avoid unreasonable delay in the progress of Contractor's
services.
8.0 COORDINATION OF SERVICES. Contractor agrees to work closely with City
staff in the performance of Services and shall be available to City’s staff, consultants, and other
staff at all reasonable times.
9.0 INDEMNITY. Contractor agrees to indemnify City, its officers, elected officials,
employees and agents against, and will hold and save each of them harmless from, any and all
actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations,
errors, omissions or liabilities (herein “claims or liabilities”), including but not limited to
professional negligence, that may be asserted or claimed by any person, firm or entity arising
out of or in connection with the work, operations or activities of Contractor, its agents,
employees, subcontractors, or invitees, provided for herein, or arising from the acts or
omissions of Contractor hereunder, or arising from Contractor’s performance of or failure to
perform any term, provision, covenant or condition of this Agreement, except to the extent such
claims or liabilities arise from the gross negligence or willful misconduct of City, its officers,
elected officials, agents or employees.
Page 5 of 16
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
Agreement, including any extensions thereto. The policies shall state that they afford primary
coverage.
i. Automobile Liability with minimum limits of at least $1,000,000 combined single
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
under this Agreement by agreeing to defend, indemnify and hold harmless, the City, and its
respective employees, agents, and City Council from and against all claims, liabilities, suits,
losses, damages, injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under the performance of
the services. The city of Vernon, its directors, commissioners, officers, employees, agents, and
volunteers must be endorsed on the policy as additional insureds and under the Contractors’
policy shall be primary and non-contributory and will not seek contribution from the City’s
insurance or self-insurance.
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 Agreement. The additional insured coverage under the Contractor’s policy shall be primary
and non-contributory and will not seek contribution from the City’s insurance or self-insurance.
(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
Page 6 of 16
the performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least $2,000,000,
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. Excess Coverage – Any umbrella or excess insurance shall contain or be
endorsed to contain a provision that such coverage shall also apply on a primary and non-
contributory basis for the benefit of City before the City’s own insurance or self-insurance shall
be called upon to project it as a named insured. Any umbrella liability policy or excess liability
policy will in “following form” and will contain a provision to the effect that, if the underlying
aggregate is exhausted, the excess coverage will drop down as primary insurance.
vi. 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
Agreement; 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 Agreement.
vii. 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.
viii. Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.
ix. 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.
Page 7 of 16
x. 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 Agreement 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
Agreement and seek damages from the Agreement 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 Agreement, or any applicable statute, rule, or regulation. Further, Contractor
has and shall retain the right to exercise full control over the employment, direction,
compensation and discharge of all persons employed by Contractor in the performance of the
services hereunder. City assumes no liability for Contractor’s actions and performance, nor
assumes responsibility for taxes, bonds, payments, or other commitments, implied or explicit, by
or for Contractor. Contractor shall be solely responsible for, and shall indemnify, defend and
save City harmless from all matters relating to the payment of its employees, subcontractors
and independent contractors, including compliance with social security, withholding and all other
wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever.
11.1.2 Contractor acknowledges that Contractor and any subcontractors,
agents or employees employed by Contractor shall not, under any circumstances, be
considered employees of the City, and that they shall not be entitled to any of the benefits or
rights afforded employees of City, including, but not limited to, sick leave, vacation leave,
holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term
disability or workers' compensation insurance benefits.
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.
Page 8 of 16
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 Agreement. Contractor may make duplicate
copies of such materials and documents for its own files or for such other purposes as may be
authorized in writing by the City.
11.4 CORRECTION OF WORK. Contractor shall promptly correct any
defective, inaccurate or incomplete tasks, deliverables, goods, services and other work, without
additional cost to the City. The performance or acceptance of services furnished by Contractor
shall not relieve the Contractor from the obligation to correct subsequently discovered defects,
inaccuracy, or incompleteness.
11.5 RESPONSIBILITY FOR ERRORS. Contractor shall be responsible for its
work and results under this Agreement. Contractor, when requested, shall furnish clarification
and/or explanation as may be required by the City, regarding any services rendered under this
Agreement at no additional cost to City. In the event that an error or omission attributable to
Contractor occurs, then Contractor shall, at no cost to City, provide all necessary design
drawings, estimates and other Contractor professional services necessary to rectify and correct
the matter to the sole satisfaction of City and to participate in any meeting required with regard
to the correction.
11.6 WAIVER. The City's waiver of any term, condition, breach, or default of
this Agreement 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 executed
by a duly authorized representative of the party against whom enforcement of a waiver is
sought.
11.7 SUCCESSORS. This Agreement shall inure to the benefit of, and shall
be binding upon, the parties hereto and their respective heirs, successors, and/or assigns.
Page 9 of 16
11.8 NO ASSIGNMENT. Contractor shall not assign or transfer this
Agreement 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 Agreement. 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 Agreement shall entitle the City to terminate the Agreement 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 Agreement, 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 Agreement shall be deemed an
agreement 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 Agreement, 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 Agreement may only be changed
by written amendment executed 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 Agreement shall be of no force or effect.
11.11.4 Severability. If any provision in this Agreement is held by any
court of competent jurisdiction to be invalid, illegal, void, or unenforceable, such portion shall be
Page 10 of 16
deemed severed from this Agreement, 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 Agreement.
11.11.5 Order of Precedence. In case of conflict between the terms of
this Agreement and the terms contained in any document attached as an Exhibit or otherwise
incorporated by reference, the terms of this Agreement shall strictly prevail.
11.11.6 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 agreement
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 Agreement, and its execution of this Agreement
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 Agreement, 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: Todd Dusenberry, Acting General Manager of Public Utilities
4305 Santa Fe Avenue
Vernon, CA 90058
Page 11 of 16
If to the Contractor:
DC Consulting Services LLC.
Attention: Don Coletta, Owner
5412 Basile Eunice Hwy.
Eunice, LA 70535
Phone: (225) 253-2175
Email: don.coletta@outlook.com
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 Agreement 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 Agreement 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 Agreement by written notice
to the defaulting party. The notice shall specify the basis for the default. The Agreement shall
terminate unless such default is cured before the effective date of termination stated in such
notice, which date shall be no sooner than ten (10) days after the date of the notice. In case of
default by Contractor, the City reserves the right to procure the goods or services from other
sources and to hold the Contractor responsible for any excess costs occasioned to the City
thereby. Contractor shall not be held accountable for additional costs incurred due to delay or
default as a result of Force Majeure. Contractor must notify the City immediately upon knowing
that non-performance or delay will apply to this Agreement as a result of Force Majeure. At that
time Contractor is to submit in writing a Recovery Plan for this Agreement. If the Recovery Plan
is not acceptable to the City or not received within 10 days of the necessary notification of Force
Page 12 of 16
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 Agreement, 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 Agreement
and/or is paying only the amounts to which Contractor is properly entitled under the Agreement
or for other purposes relating to the Agreement.
The Contractor shall maintain and preserve all such records for a period
of at least three (3) years after termination of the Agreement.
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.
Page 13 of 16
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 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 agreements. 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.
11.25 EQUAL EMPLOYMENT OPPORTUNITY PRACTICES. Contractor
certifies and represents that, during the performance of this Agreement, 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 “B”.
[Signatures Begin on Next Page].
Page 14 of 16
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the
Commencement Date stated on the cover page.
City of Vernon, a California charter City
and California municipal corporation
By: ____________________________
Carlos Fandino, City Administrator
DC Consulting Services LLC., a limited
liability company
By:
Name:
Title:
ATTEST:
_______________________________
Lisa Pope, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Zaynah N. Moussa,
City Attorney
Page 15 of 16
EXHIBIT A
CONTRACTOR'S PROPOSAL
DC Consulting
5412 Basile Eunice Hwy.
Eunice, LA 70535
USA
3-year maintenance
contract
GSF Services Inc. Proprietary Proposal 22100–1 Rev-0
Page 1 of 2
September 12, 2022
City of Vernon
4305 S. Santa Fe Ave.
Vernon, CA 90058
Attn. Mr. Todd Dusenberry,
This proposal is for a 3-year maintenance contract for two Rolls-Royce model 571KF gas
turbines by DC Consulting Services LLC. (DCC) to the City of Vernon, California (COV), to the
address shown above.
DCC and GSF Services Inc. (GSF) will provide services to modify and install the turbines at the
Vernon Power Plant. Combined, we have over 40 years of experience with the 570/571 model
Rolls-Royce gas turbine installation, commissioning, troubleshooting, and repair, including
similar work with other gas turbines from Siemens and General Electric. DCC and GSF have
worked with this engine model since 2003, performing worldwide marine and power plant
installations.
A) Scope of Work
1) 571KF model Rolls-Royce gas turbines.
a) Perform Semi-Annual visits
b) Borescope and controls inspections
c) Provide two emergency visits
2) COV Responsibilities:
a) Provide spares or consumables as required to complete the turbine inspections.
DC Consulting
5412 Basile Eunice Hwy.
Eunice, LA 70535
USA
3-year maintenance
contract
GSF Services Inc. Proprietary Proposal 22100–1 Rev-0
Page 2 of 2
B) Payment Terms for Scope of Work:
1) Total - $86,650.00 Per Year
3-Year Contract Total -$259,950.00
2) All work shall be organized and pre-approved by COV
3) Any extra work not in the SOW of this contract will be charged at a rate of $150.00 per
hour per person plus any expenses.
Terms and Conditions:
1) Payment 30 Days
DCC Consulting Services LLC.
Email: don.coletta@outlook.com
Bank: HANCOCK WHITNEY BANK
Account: 1067397
Swift Code: WHITUS44
ABA Routing Code: 065400153
DCC will invoice COV for each payment amount, as shown in the Payment Terms.
2) Taxes: COV is responsible for paying any local, state, or federal sales, use, or ad
valorem tax that might be assessed on DCC Services. DCC will pay any local USA,
state, or federal income taxes relating to its Services.
Page 16 of 16
EXHIBIT B
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
Submitted by: Andrew Eguia
Submitting Department: Public Works
Meeting Date: October 18, 2022
SUBJECT
Reject Bids Received for City Contract No. CS-1486 North Parking Security Fencing
Recommendation:
Reject all bids for City Contract No. CS-1486 to furnish and deliver security fencing to City
Hall’s parking structure, due to a lack of competitive bidders to compare bid prices since the
total amount is significantly over the Engineer’s estimate.
Background:
The North Parking Security Fencing project consists of furnishing and installing 8-ft high
fencing, vehicle access gates, pedestrian access gates, and staircase enclosures for City
Hall’s parking structure.
On August 18, 2022, the Public Works Department advertised the Notice Inviting Bids (NIB)
for CS-1486 North Parking Security Fencing (Project). The NIB was posted on the City’s
PlanetBids website and published in a local newspaper. The bids for the Project were
received and opened on September 26, 2022. The calculated results were as follows:
1. Perimeter Security Group $420,769.11
The engineer ’s estimate ranged from $265,000 to $290,000. Based on the lone bid received
totaling $130,789.11 over the estimate and no other bids received to compare prices, staff
recommends the rejection of the proposed bid. Staff is evaluating the current scope of work to
be published again for bidding at a later date.
Fiscal Impact:
There is no fiscal impact associated with this report.
Attachments:
None.
City Council Agenda Item Report
Submitted by: Adriana Ramos
Submitting Department: Public Utilities
Meeting Date: October 18, 2022
SUBJECT
Purchase Order with Donaldson Company, Inc.
Recommendation:
Approve the issuance of a Purchase Order with Donaldson, in an amount not-to-exceed
$104,872.80, for the purchase and delivery of combustion turbine air inlet filters needed at the
Malburg Generating Station.
Background:
The Vernon Public Utilities (VPU) Malburg Generating Station (MGS) uses high-efficiency
particulate filtration to remove impurities from incoming combustion air to the combustion
turbines (CTs), much like the air filter in an automobile. The replacement of these filters is
based on a condition-based analysis, which measures efficiency loss over the life of the filters.
Recent testing of these air inlet filters indicates they will likely be due for replacement by the
Fall of 2022. Failure to properly filter incoming air has been linked to catastrophic turbine
failures in the past. Air filtration is paramount not just for efficiency but also for the continued
operational reliability of the CTs. Air inlet filters degrade over time as airborne particulates
imbed and plug the filtration system resulting in the reduction of CT efficiency. Subsequently,
when the filtration system is not working at its optimal level, MGS burns more fuel which
causes the CT to move toward a differential pressure setpoint across the inlet/outlet of the air
inlet filter, resulting in a significant reduction of output or shut down of the CT.
MGS has operated with three different mainstream air inlet filter brands installed over the past
seven years (GORE, American Air Filter, and Donaldson). During this period, operating data
was collected on each brand, specifically measuring the efficiency analysis and lifespan.
Donaldson is not only sold at a lower price but has proven to outlast the other competitors
from a factor of as much as three to one. A fourth competitor, Camfil Farr, wanted to compete
for business at MGS and utilized an instrumented test trailer on site to compare their filters
against Gore, American Air Filter, and Donaldson. The testing process was led by the Plant
Engineer at MGS. The test results showed that the Donaldson air inlet filter was the leading
performer for both efficiency and longevity compared to the other brands. With over 100 years
of experience, Donaldson is one of the largest providers of unique filtration technologies and
high-quality air inlet filters and parts and has been the sole supplier of combustion turbine inlet
filters to MGS for years based on filter performance. Staff recommends Donaldson provide the
necessary CT air inlet filters, as this will ensure the same high level of performance continues
at the power plant.
The proposed Purchase Order with Donaldson is exempt from competitive bidding and
competitive selection pursuant to Sections 3.32.110 (A)(5) (b) of the Vernon Municipal Code
(VMC), respectively, as the equipment can be purchased under the same prices, terms and
conditions as in a previous award from the City through a negotiated process and, in the
opinion of the Finance Director, it is to the advantage of the City to do so. Air inlet filters from
Donaldson are of superior quality, lasting on average about 24 months in comparison to other
filters that only last up to 12 months, which will result in cost savings for the City. While air inlet
filter performance and cycles are generally driven by local air quality, which can vary
significantly depending on projects affecting the air quality surrounding the power plant,
Donaldson’s air inlet filters continuously provide outstanding lasting performance.
Staff recommends approval of a Purchase Order with Donaldson, in an amount not to exceed
$104,872.80, for the proposed purchase of the CT air inlet filters needed at MGS, as
Donaldson’s products continuously prove superior in performance while also providing the
least cost solution.
Fiscal Impact:
Sufficient funds for the proposed supplemental are available in the VPU Electric Fund,
Malburg Generating Station Repairs and Maintenance Account No. 055.9190.590000.
Attachments:
1. Donaldson Company, Inc. - Quote
Donaldson Company, Inc.
PO Box 1299, M.S. 445
Minneapolis, MN 55440
Quotation To:
Vernon Malburg Generating Station
4963 South Soto Street
Vernon, CA 90058
Contact: Adriano Marki
Quote # QUO-114583-Q0H4M Revision: 1 Date: 8/25/2022
Quote Reference: W 220603 AW City of Vernon Unit 1 Filters Currency: US Dollar
Salesperson: Allyse Wilcox
No Quantity Item Part Description Net Price Ext. Price
1. 160 P039355-016-190 CYLINDRICAL ER5W5P1 W/O PREFILTER 26”L G60 $212.00 $33,920.00
2. 160 P039356-016-190 CONICAL ER5W5P1 W/O PREFILTER 26”L G60 $271.00 $43,360.00
3. 160 P039859-016-700 PREFILTER SOCK, TURBO TEK $69.00 $11,040.00
4. 001 Tax $9,052.80 $9,052.80
5. 001 Freight $7,500.00 $7,500.00
Total:
$104,872.80
Price does not include freight cost or taxes, unless stated above.
Comments:
Unless you have an agreement signed by an authorized representative of Donaldson, this order is expressly limited to and
conditioned upon customer's acceptance of Donaldson's Terms of Sale ("Terms"), a current copy of which is located at
termsofsale.donaldson.com. These Terms are incorporated herein by reference. By placing and/or paying for an order,
Customer accepts these Terms. If you need a reprint of the Terms in place at the time of Order, please contact us.
Lead Time: 8 weeks
FCA: Origin
Freight: Prepay & Add
Terms: Net 30
The prices quoted are valid for the products listed, when the Country of Ultimate Destination is U.S.A. or Canada. If the
Country of Ultimate Destination is not U.S.A. or Canada, this quotation is invalid and Donaldson reserves the right to cancel
any orders that will ultimately ship outside of U.S.A. or Canada.
If you have any questions or would like to place an order, please contact me directly at +1 952 8873590, toll-free at 800-431-
0555, or by fax at 952-703-4712. Thank you for your consideration. We look forward to serving you.
This quotation is subject to the Donaldson Company Inc. Gas Turbine Systems Standard Terms and Conditions, which are
attached.
Any order discrepancy must be reported within 30 days after receipt of merchandise.
Quote valid until 7/3/2022.
Yours sincerely,
Allyse Wilcox
Donaldson GTS
Gas Turbine Systems
Allyse.Wilcox@Donaldson.com
www.donaldson.com Phone: +1 952 8873590
Mobile: +1 612 2704887