202300516 City Council Agenda PacketRegular City Council Meeting Agenda May 16, 2023
Page 1 of 6
Agenda
City of Vernon
Regular City Council Meeting
Tuesday, May 16, 2023, 9:00 AM
City Hall, Council Chamber
4305 Santa Fe Avenue, Vernon, California
Crystal Larios, Mayor
Judith Merlo, Mayor Pro Tem
Leticia Lopez, Council Member
Melissa Ybarra, Council Member
Jesus Rivera, Council Member
The public is encouraged to view the meeting at https://www.cityofvernon.org/webinar-cc or by
calling (408) 638-0968, Meeting ID 898-1471-4800#. 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 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. Employee Service Pin Awards for April 2023
Recommendation:
No action required by City Council. This is a presentation only.
2. Proclamation Commending Sweetener Products Company on its 100th Anniversary
Recommendation:
Acknowledge and present a proclamation in recognition of Sweetener Products Company for
its 100th year in business.
Regular City Council Meeting Agenda May 16, 2023
Page 2 of 6
3. Swearing-In Ceremony for New Police Officer in the Police Department
Recommendation:
Administer the Oath of Office to Police Officer Salvador Ramos.
4. Fiscal Year 2023-24 Budget Workshop II
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.
5. Meeting Minutes
Recommendation:
Approve the May 2, 2023 Regular City Council Meeting Minutes.
6. Claims Against the City
Recommendation:
Receive and file the claim submitted by Fred Gamboa in the amount of $425.73.
7. Operating Account Warrant Register
Recommendation:
Approve Operating Account Warrant Register No. 109, for the period of April 16 through April
28, 2023, totaling $7,605,472.01 and consisting of ratification of electronic payments totaling
$7,429,785.37 and ratification of the issuance of early checks totaling $175,686.64.
8. City Payroll Warrant Register
Recommendation:
Approve City Payroll Warrant Register No. 803, for the period of April 1 through April 30, 2023,
totaling $2,708,248.97 and consisting of ratification of direct deposits, checks and taxes
totaling $1,767,051.71 and ratification of checks and electronic fund transfers for payroll
related disbursements totaling $941,197.26 paid through operating bank account.
9. Fire Department Activity Report
Recommendation:
Receive and file the March 2023 Fire Department Activity Report.
10. Police Department Activity Report
Recommendation:
Receive and file the March 2023 Police Activity Report.
11. Electrical Easement Deed with 3430 E. 26th Street Investors, LLC
Recommendation:
Accept the Electrical Easement and authorize the Mayor to execute the Certificate of
Acceptance.
Regular City Council Meeting Agenda May 16, 2023
Page 3 of 6
12. Professional Services Agreement with The Pun Group LLC for Professional Auditing
Services
Recommendation:
Approve and authorize the City Administrator to execute a Professional Services Agreement
with The Pun Group LLC, in substantially the same form as submitted, for Professional Auditing
Services for a total amount not-to-exceed $384,999, for a three-year term.
13. Services Agreement with Camfil Power Systems
Recommendation:
A. Find that approval of the proposed action is exempt from California Environmental Quality
Act (CEQA) review, because it is an administrative activity that will not result in direct or indirect
physical changes in the environment, and therefore does not constitute a “project” as defined
by CEQA Guidelines Section 15378. To the extent the future installation of the equipment
constitutes a “project”, staff anticipates that the work will be exempt from CEQA review in
accordance with CEQA Guidelines Section 15302, because the project consists of the
replacement or reconstruction of existing equipment where the new equipment will be located
on the same site as the equipment replaced and will have substantially the same purpose and
capacity as the equipment replaced; the installation work will be procured through a separate
selection process and contract at a later date.
B. Approve and authorize the City Administrator to execute a Services Agreement with Camfil
Power Systems (Camfil), in substantially the same form as submitted, to provide engineering
and design services for generator cooling filter housing modification for a total amount not-to-
exceed $250,576; and
C. Authorize a contingency amount of 10% or $25,100 in the event of unforeseen changes in
the project and grant authority to the City Administrator to issue amendments for an amount
up to the contingency amount, if necessary.
14. Services Agreement with Waterline Technologies, Inc.
Recommendation:
A. Accept the bid proposal from Waterline Technologies, Inc. (Waterline) as the lowest
responsive and responsible bid for the supply of sodium hypochlorite 12.5 percent solution;
B. Approve and authorize the City Administrator to execute a Professional Services Agreement
with Waterline, in substantially the same form as submitted, for the supply of sodium
hypochlorite 12.5 percent solution for a total amount not to exceed $234,490.56, for a three-
year term; and
C. Authorize a contingency amount of 10% or $23,449, in the event of increased system
demands or price volatility and grant authority to the City Administrator to issue amendments
for an amount up to the contingency amount, if necessary.
Regular City Council Meeting Agenda May 16, 2023
Page 4 of 6
15. Project Funded by Senate Bill 1: The Road Repair and Accountability Act for Fiscal Year
2023-2024
Recommendation:
A. Find that the approval of the proposed resolution does not constitute at "project" pursuant
to Sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act
(CEQA), because it constitutes an administrative activity and government funding mechanism
that does not involve any commitment to any specific project which may result in a potentially
significant impact on the environment; and even if the adoption of the proposed resolution did
constitute a project, it would be exempt from CEQA in accordance with Section 15061(b)(3),
the general rule that CEQA only applies to project that may have a significant effect on the
environment; and
B. Adopt Resolution No. 2023-08 adopting a project list to be funded by Senate Bill 1: The
Road Repair and Accountability Act for Fiscal Year (FY) 2023-2024.
16. LA River Path Project Master Cooperative Agreement
Recommendation:
A. Find that approval of the proposed action is exempt from California Environmental Quality
Act (CEQA) review, because it is a continuing administrative activity that will not result in direct
or indirect physical changes in the environment, and therefore does not constitute a “project”
as defined by CEQA Guidelines Section 15378. To the extent that the LA River Path Project
requires CEQA analysis, the Project is currently undergoing an environmental review process
led by the Los Angeles County Metropolitan Transportation Authority (LACMTA or Metro); and
B. Approve and authorize the City Administrator, to execute the Master Cooperative
Agreement between the City of Vernon and the LACMTA, in substantially the same form as
submitted, for the design and construction of a portion of the LA River Path Project.
NEW BUSINESS
17. Citywide Striping and Pavement Markings FY22-23
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 maintenance, repair or minor alteration of existing facilities and involves
negligible or no expansion of an existing use;
B. Accept the bid proposal from WGJ Enterprises Inc., dba PCI as the lowest responsive and
responsible bid for the Citywide Striping and Pavement Markings FY22-23 project and reject
all other bids;
C. Approve and authorize the City Administrator to execute Contract No. 20230179 in the
amount of $332,005 for the Citywide Striping and Pavement Markings FY22-23 project for a
period not to exceed 30 days; and
D. Authorize a contingency of $10,000 in the event of an unexpected changed condition in the
project and grant authority to the City Administrator to issue a change order(s) for an amount
up to the contingency amount if necessary.
18. Los Angeles Unified School District Education Compact
Recommendation:
Approve and authorize the City Administrator to execute an Education Compact with the Los
Angeles Unified School District, in substantially the same form as submitted, for a term through
June 2026.
Regular City Council Meeting Agenda May 16, 2023
Page 5 of 6
ORAL REPORTS
19. City Administrator Reports on Activities and Other Announcements
20. Council Reports on Activities (including AB 1234), Announcements, or Directives to
Staff
ADJOURNMENT
On May 11, 2023, 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 in advance of the meeting.
Regular City Council Meeting Agenda May 16, 2023
Page 6 of 6
Guide to City Council Proceedings
Meetings of the City Council are held the first and third Tuesday of each month at 9:00 a.m. and are
conducted in accordance with Rosenberg's Rules of Order (Vernon Municipal Code Section
2.04.020).
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@cityofvernon.org 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 advise 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 Report
Meeting Date:May 16, 2023
From:Michael Earl, Director of Human Resources
Department:Human Resources
Submitted by:Veronica Avendano, Administrative Secretary
Subject
Employee Service Pin Awards for April 2023
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:
FIFTEEN YEARS OF SERVICE
Adriana Ramos, Administrative Analyst, Hired April 2008
FIVE YEARS OF SERVICE
Martin Gutierrez, Street Maintenance Worker, Senior, Hired April 2018
Cesar Avila, Electric Operator, Hired April 2018
George Ruiz, Facilities Maintenance Worker, Hired April 2018
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
None.
..
..
Item 1 Page 1 of 1
City Council Agenda Report
Meeting Date:May 16, 2023
From:Carlos Fandino, City Administrator
Department:City Administration
Submitted by:Lilia Hernandez, Assistant to City Administrator
Subject
Proclamation Commending Sweetener Products Company on its 100th Anniversary
Recommendation
Acknowledge and present a proclamation in recognition of Sweetener Products Company for its
100th year in business.
Background
Founded in 1923 as Sugar Products Manufacturing Company in Los Angeles, Sweetener
Products Company (Sweetener) relocated to a 10,000 square foot facility in Vernon in 1937.
Since then, Sweetener expanded its operations in the City to 11 acres and two full-service
facilities. Currently, the Company is considered the largest full-service SQF Level 3 sugar
melting nutritive and sweetener blending and distribution business in the Western United States.
As an active member of the Vernon Chamber of Commerce (Chamber), Sweetener Products has
been an engaged member of the business community and was named the Corporate Citizen of
the Year by the Chamber in November 2022. Over the years, the Company has also supported
local schools, including Vernon City Elementary School, and participated in community service
projects through the Rio Hondo – Vernon Rotary Club.
Sweetener Products Company is a true American success story whose centennial anniversary
and many contributions to the economy and local community during the past 100 years warrant
recognition. As part of the City’s Business Appreciation and Recognition Program, the City of
Vernon is pleased to recognize Sweetener Products Company for this milestone anniversary and
looks forward to many more years of success for the Company.
Fiscal Impact
The fiscal impact associated with this item is minimal and was included in the budget as part of
funds earmarked for the City’s Business Appreciation and Recognition Program. Sufficient funds
are available in the General Fund, Industrial Development Department, Advertisement/Promotion
Account No. 011-010-150-525000 for the current fiscal year.
Attachments
1. Proclamation – Sweetener Products Co.
..
..
Item 2 Page 1 of 2
A PROCLAMATION OF THE MAYOR AND THE CITY COUNCIL OF THE CITY
OF VERNON COMMENDING AND HONORING
SWEETENER PRODUCTS COMPANY ON ITS 100TH ANNIVERSARY
WHEREAS, Sweetener Products Company (Sweetener) was founded in 1923 as Sugar
Products Manufacturing Company in Los Angeles and in 1937 relocated to a 10,000 square foot
facility in the City of Vernon; and
WHEREAS, Sweetener is now known as the oldest and largest full-service SQF Level 3
sugar melting and nutritive sweetener blending and distribution business in the Western United
States; and
WHEREAS, Sweetener exemplifies the “Vernon Means Business” motto with its long
trajectory in business, today owning and operating two full-service state-of-the-art SQF Level 3
certified facilities that span 11 acres in the City of Vernon; and
WHEREAS, Sweetener provides an entire spectrum of sweeteners and acidulants,
emulsifiers, gums, proteins, starches and more to customers in various sectors of the food
industry including dairy, bakery, beverage, confectionary, and contract manufacturing; and
WHEREAS, Sweetener is an active member of several food industry organizations
including the Southern California Institute of Food Technologists Section, California Dairy
Industries Association, International Dairy Foods Association, American Sugar Alliance, Food
Ingredient Distributors Association and the California State Beekeepers Association; and is a
valued member of the Vernon Chamber of Commerce; and
WHEREAS, Sweetener is committed to sustaining economic growth in the region, and has
been an engaged member of the business community actively participating in the Vernon
Business and Industry Commission and Green Vernon Commission; and
WHEREAS, Sweetener was named the Corporate Citizen of the Year by the Vernon
Chamber of Commerce in November 2022; and
WHEREAS, Sweetener has operated in the City for the past 86 years, currently providing
more than 100 jobs at its Vernon facilities, and countless more jobs over its long history
supporting the regional economy; and
WHEREAS, Sweetener is an active partner of the community and supports local schools
including Vernon City Elementary, and participates in community service projects through the
Rio Hondo – Vernon Rotary Club; and
WHEREAS, as a family business still owned by the Robert L. Shipp, Jr. family, Sweetener is
committed to providing excellent service to its customers and remains true to its mission of
delivering innovation, quality, and value for a sweeter way of life; and
WHEREAS, Sweetener Products Company is a true American success story whose
centennial anniversary and many contributions to the regional economy and local community
during the past 100 years warrant recognition.
NOW, THEREFORE, THE MAYOR AND THE CITY COUNCIL OF THE CITY OF VERNON, ON
BEHALF OF ITS EMPLOYEES, RESIDENTS AND BUSINESSES HEREBY COMMEND AND CONGRATULATE
SWEETENER PRODUCTS COMPANY ON ITS 100TH ANNIVERSARY. THIS PROCLAMATION IS BEING
PRESENTED TO SWEETENER PRODUCTS COMPANY BY THE HONORABLE MAYOR CRYSTAL LARIOS
FOR AND ON BEHALF OF THE CITY COUNCIL OF THE CITY OF VERNON THIS 6TH DAY OF MAY TWO
THOUSAND AND TWENTY-THREE.
CITY OF VERNON
By:
CRYSTAL LARIOS, Mayor
..
..
Item 2 Page 2 of 2
City Council Agenda Report
Meeting Date:May 16, 2023
From:Robert Sousa, Chief of Police
Department:Police
Submitted by:Brandon Gray, Captain
Subject
Swearing-In Ceremony for New Police Officer in the Police Department
Recommendation
Administer the Oath of Office to Police Officer Salvador Ramos.
Background
The Vernon Police Department (VPD) currently has a Police Officer vacancy in the Patrol Division
due to a retirement among police sworn personnel. It is essential for the VPD to fill this vacancy
as leaving this position vacant would negatively impact patrol deployment levels and would
increase overtime costs to cover staff shortages.
In order to fill the vacancy, the VPD, with assistance from the Human Resources Department,
conducted the necessary recruitment processes. Based on a review of the qualifications of each
eligible candidate, and the completion of an extensive background investigation, it was
determined that Salvador (Sal) Ramos was the best qualified candidate to fill the vacant Police
Officer position. Sal began his law enforcement career as a Police Officer with the VPD after
graduating from the Rio Hondo Police Academy in August 2000. In February 2006, Sal left VPD
and accepted a Police Officer position with the Pasadena Police Department. Sal has returned
to the VPD after serving the City of Pasadena for 17 years.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
None.
..
..
Item 3 Page 1 of 1
City Council Agenda Report
Meeting Date:May 16, 2023
From:Scott Williams, Director of Finance
Department:Finance
Submitted by:Angela Melgar, Finance Manager
Subject
Fiscal Year 2023-24 Budget Workshop II
Recommendation
No action required by City Council. This is a presentation only.
Background
Budget Workshops I and II allow City Council to gather an understanding of the City’s operations
and intended fiscal direction prior to the Fiscal Year 2023-24 Budget adoption. Collaboration
between Administration, Finance, and departments in the weeks preceding these presentations,
has identified operational efficiencies and areas with cost-savings potential. With a challenging
economic outlook, focus is on optimizing resources to continue to provide the community with
high quality service without depleting reserves.
On May 2, 2023, during the Budget Workshop I presentation, staff covered the previous year's
highlights and the vision for the City departments through an overview of the Citywide Proposed
Fiscal Year budget that will be brought to City Council for approval in June. Council provided
initial feedback and requested to see different scenarios related to the Wellness Equity Alliance
- health related services. The City Administrator and Finance Director continued to work with
departments to find areas for costs savings and increased revenues during the weeks that
followed.
Accordingly, this Budget Workshop II will cover the changes in General Fund and the Enterprise
Funds from the previous version of the budget presented to Council to the current iteration; and,
the Director of Health and Environmental Control will present different implementation options for
the Wellness Equity Alliance.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
1. FY 2023-24 Proposed Budget
..
..
Item 4 Page 1 of 157
City of Vernon
Proposed
FY 2023-24 Budget
..
..
Item 4 Page 2 of 157
22-23 23-24 Difference % change
Revenue 70,466,619 72,611,622 2,145,003 3.04%
Grants 7,640,962 3,701,500 (3,939,462) -51.56%
Transfer In 799,329 635,600 (163,729) -20.48%
Total Available Resources 78,906,910 76,948,722 (1,958,188) -2.48%
Expenditures 85,065,325 79,038,799 (6,026,526) -7.08%
Revenues in excess (under)(6,158,415) (2,090,077) 4,068,338
22-23 23-24 Difference % change
Property Taxes 5,447,459 5,405,119 (42,340) -0.78%
Parcel Taxes 14,900,000 15,260,000 360,000 2.42%
Sales and Use 15,539,231 16,328,864 789,633 5.08%
Utility Users Tax 12,754,964 12,577,911 (177,053) -1.39%
Other Taxes 947,600 990,915 43,315 4.57%
Business License 5,584,160 5,500,000 (84,160) -1.51%
Licenses and Permits 2,340,900 2,299,400 (41,500) -1.77%
Special Assessments 1,301,000 1,706,000 405,000 31.13%
Other Government Revenue 400,000 350,000 (50,000) -12.50%
Charges for Service 763,500 835,500 72,000 9.43%
Fines & Forfeitures 127,200 147,200 20,000 15.72%
Investment Income 85,000 1,000,000 915,000 1076.47%
Other Revenue 944,500 907,000 (37,500) -3.97%
Operating Transfer 799,329 635,600 (163,729) -20.48%
In-lieu Tax 5,430,392 5,400,000 (30,392) -0.56%
Overhead allocation 3,889,713 3,889,713 - 0.00%
Federal/State Assistance 7,651,962 3,715,500 (3,936,462) -51.44%
Total Revenue 78,906,910 76,948,722 (1,958,188) -2.48%
22-23 23-24 Difference % change
Salaries & Benefits 37,089,671 38,118,826 1,029,155 2.77%
Maintenance and Operations 29,036,504 31,259,123 2,222,619 7.65%
Capital Projects & Equipment 18,939,150 9,660,850 (9,278,300) -48.99%
Total Expenditures 85,065,325 79,038,799 (6,026,526) -7.08%
22-23 23-24 Difference % change
Salaries 17,346,006 18,490,271 1,144,265 6.60%
PERS 13,437,177 12,802,433 (634,744) -4.72%
Fringe 6,306,488 6,826,122 519,634 8.24%
Total Salaries & Benefits 37,089,671 38,118,826 1,029,155 2.77%
SALARIES & BENEFITS
CITY OF VERNON
GENERAL FUND FY 2023-24
BUDGET SUMMARY
REVENUE
EXPENDITURES
Page 1 of 134
..
..
Item 4 Page 3 of 157
22-23 23-24 Difference % change
Revenue 235,123,836 245,785,925 10,662,089 4.53%
Transfers In 222,978 386,707 163,729 73.43%
Total Available Resources 235,346,814 246,172,632 10,825,818
Expenditures 255,793,505 255,307,737 (485,768) -0.19%
Revenues in excess (under)(20,446,691) (9,135,105) 11,311,586
22-23 23-24 Difference % change
Charges for Service 230,053,336 243,785,925 13,732,589 5.97%
Proceeds from Long-Term Debt 5,050,500 - (5,050,500) -100.00%
Investment Income 20,000 2,000,000 1,980,000 9900.00%
Transfer In 222,978 386,707 163,729 73.43%
Total Revenue 235,346,814 246,172,632 10,825,818 4.60%
22-23 23-24 Difference % change
Salaries & Benefits 14,304,529 13,946,549 (357,980) -2.50%
Maintenance and Operations 159,401,258 150,891,638 (8,509,620) -5.34%
Capital Projects & Equipment 11,744,765 20,123,746 8,378,981 71.34%
Transfer Out 635,600 635,600 - 0.00%
Debt Service 69,707,353 69,710,204 2,851 0.00%
Total Expenditures 255,793,505 255,307,737 (485,768) -0.19%
22-23 23-24 Difference % change
Salaries 9,526,078 9,613,887 87,809 0.92%
PERS 3,514,051 2,973,378 (540,673) -15.39%
Fringe 1,264,400 1,359,284 94,884 7.50%
Total Salaries & Benefits 14,304,529 13,946,549 (357,980) -2.50%
SALARIES & BENEFITS
CITY OF VERNON
LIGHT & POWER FUND FY 2023-24
BUDGET SUMMARY
REVENUE
EXPENDITURES
Page 2 of 134
..
..
Item 4 Page 4 of 157
22-23 23-24 Difference % change
Revenue 19,152,739 22,455,506 3,302,767 17.24%
Transfers In - - -
Total Available Resources 19,152,739 22,455,506 3,302,767
Expenditures 20,818,170 22,519,340 1,701,170 8.17%
Revenues in excess (under)(1,665,431) (63,834) 1,601,597
22-23 23-24 Difference % change
Charges for Service 19,152,739 22,415,506 3,262,767 17.04%
Investment Income - 40,000 40,000 100.00%
Total Revenue 19,152,739 22,455,506 3,302,767 17.24%
22-23 23-24 Difference % change
Salaries & Benefits 1,136,468 1,185,758 49,290 4.34%
Maintenance and Operations 18,679,995 20,276,875 1,596,880 8.55%
Capital Projects & Equipment 615,000 670,000 55,000 8.94%
Transfer Out 386,707 386,707 - 0.00%
Total Expenditures 20,818,170 22,519,340 1,701,170 8.17%
22-23 23-24 Difference % change
Salaries 774,588 825,989 51,401 6.64%
PERS 263,716 240,236 (23,480) -8.90%
Fringe 98,164 119,533 21,369 21.77%
Total Salaries & Benefits 1,136,468 1,185,758 49,290 4.34%
SALARIES & BENEFITS
CITY OF VERNON
GAS FUND FY 2023-24
BUDGET SUMMARY
REVENUE
EXPENDITURES
Page 3 of 134
..
..
Item 4 Page 5 of 157
22-23 23-24 Difference % change
Revenue 17,655,000 11,269,000 (6,386,000) -36.17%
Transfers In - - -
Total Available Resources 17,655,000 11,269,000 (6,386,000)
Expenditures 18,661,137 10,795,444 (7,865,693) -42.15%
Revenues in excess (under)(1,006,137) 473,556 1,479,693
22-23 23-24 Difference % change
Charges for Service 11,050,000 10,869,000 (181,000) -1.64%
Proceeds from Long-Term Debt 6,600,000 - (6,600,000) -100.00%
Investment Income 5,000 400,000 395,000 7900.00%
Total Revenue 17,655,000 11,269,000 (6,386,000) -36.17%
22-23 23-24 Difference % change
Salaries & Benefits 2,344,147 2,415,788 71,641 3.06%
Maintenance and Operations 6,906,950 5,501,267 (1,405,683) -20.35%
Capital Projects & Equipment 8,584,315 1,911,002 (6,673,313) -77.74%
Debt Service 825,725 967,387 141,662 17.16%
Total Expenditures 18,661,137 10,795,444 (7,865,693) -42.15%
22-23 23-24 Difference % change
Salaries 1,495,736 1,584,536 88,800 5.94%
PERS 589,506 517,750 (71,756) -12.17%
Fringe 258,905 313,502 54,597 21.09%
Total Salaries & Benefits 2,344,147 2,415,788 71,641 3.06%
SALARIES & BENEFITS
CITY OF VERNON
WATER FUND FY 2023-24
BUDGET SUMMARY
REVENUE
EXPENDITURES
Page 4 of 134
..
..
Item 4 Page 6 of 157
22-23 23-24 Difference % change
Revenue 578,400 545,900 (32,500) -5.62%
Transfers In - - -
Total Available Resources 578,400 545,900 (32,500)
Expenditures 593,364 538,560 (54,804) -9.24%
Revenues in excess (under)(14,964) 7,340 22,304
22-23 23-24 Difference % change
Charges for Service 578,400 543,400 (35,000) -6.05%
Investment Income - 2,500 2,500 100.00%
Total Revenue 578,400 545,900 (32,500) -5.62%
22-23 23-24 Difference % change
Salaries & Benefits 16,864 17,060 196 1.16%
Maintenance and Operations 401,500 401,500 - 0.00%
Capital Projects & Equipment 175,000 120,000 (55,000) -31.43%
Total Expenditures 593,364 538,560 (54,804) -9.24%
22-23 23-24 Difference % change
Salaries 10,146 10,758 612 6.03%
PERS 6,025 5,572 (453) -7.52%
Fringe 693 730 37 5.34%
Total Salaries & Benefits 16,864 17,060 196 1.16%
SALARIES & BENEFITS
CITY OF VERNON
FIBER OPTIC FUND FY 2023-24
BUDGET SUMMARY
REVENUE
EXPENDITURES
Page 5 of 134
..
..
Item 4 Page 7 of 157
Fund
Projected
Fund Balance
7/1/22
FY22-23
Projected
Revenue
FY22-23
Proj Operating
Expenditures
FY22-23
Proj Revenue
Over Expenditures
FY22-23
Projected
Capital Outlay
FY22-23
Projected
Transfers In
FY22-23
Projected
Transfers Out
FY22-23
Projected
Net Transfers
FY22-23
Proj Fd Balance
6/30/23
General Fund
GF Nonspendable: Inventories 122,422 122,422
GF Unassigned 23,015,812 70,891,151 61,230,033 9,661,118 4,993,800 500,000 10,000,000 (9,500,000) 18,183,130
GF Committed:
Economic Uncertainties Reserve - 5,000,000 5,000,000 5,000,000
Capital Reserve - 2,000,000 2,000,000 2,000,000
Post-Retirement Obligation Reserve - 1,500,000 1,500,000 1,500,000
Technology Replacement Reserve - 1,000,000 1,000,000 1,000,000
Fleet Replacement Reserve - 500,000 500,000 500,000
Total Committed - - - - - 10,000,000 - 10,000,000 10,000,000
GF Restricted for:
Employee Flexible Spending 25,261 25,261
Street Improvement 3,855,244 3,855,244
Asset Forfeiture Funds 542,005 542,005
Total Restricted 4,422,510 - - - - - - - 4,422,510
General Fund Grand Total 27,560,744 70,891,151 61,230,033 9,661,118 4,993,800 10,500,000 10,000,000 500,000 32,728,062
Light & Power Fund
Unrestricted (deficit)(51,585,932) 264,414,123 258,321,743 6,092,380 14,885,000 386,707 500,000 (113,293) (60,491,845)
Net Investment in Capital Assets 182,708,513 182,708,513
Restricted for Debt Service 32,836,544 32,836,544
Electric Fund Total 163,959,125 264,414,123 258,321,743 6,092,380 14,885,000 386,707 500,000 (113,293) 155,053,212
Gas Fund
Unrestricted (deficit)(14,896,708) 19,712,732 18,621,222 1,091,510 120,000 - 386,707 (386,707) (14,311,905)
Net Investment in Capital Assets 15,301,360 15,301,360
Gas Fund Total 404,652 19,712,732 18,621,222 1,091,510 120,000 - 386,707 (386,707) 989,455
Water Fund
Unrestricted (deficit)13,884,392 17,431,025 7,868,768 9,562,257 7,774,654 - - - 15,671,995
Net Investment in Capital Assets 6,869,387 6,869,387
Water Fund Total 20,753,779 17,431,025 7,868,768 9,562,257 7,774,654 - - - 22,541,382
Fiber Optics Fund
Unrestricted (deficit)(3,258,212) 505,878 279,177 226,702 200,000 - - - (3,231,510)
Net Investment in Capital Assets 1,053,694 1,053,694
Fiber Optics Fund Total (2,204,518) 505,878 279,177 226,702 200,000 - - - (2,177,816)
VPU Total 182,913,038 302,063,758 285,090,909 16,972,849 22,979,654 386,707 886,707 (500,000) 176,406,233
Grand Total 210,473,782 372,954,909 346,320,942 26,633,968 27,973,454 10,886,707 10,886,707 - 209,134,296
CITY OF VERNON
Fiscal 2022-23 Summary of Changes in Fund Balance
Page 6 of 134
..
..
Item 4 Page 8 of 157
Fund
Projected
Fund Balance
7/1/23
FY23-24
Projected
Revenue
FY23-24
Proj Operating
Expenditures
FY23-24
Proj Revenue
Over Expenditures
FY23-24
Projected
Capital Outlay
FY23-24
Projected
Transfers In
FY23-24
Projected
Transfers Out
FY23-24
Projected
Net Transfers
FY23-24
Proj Fd Balance
6/30/24
General Fund
GF Nonspendable: Inventories 122,422 122,422
GF Unassigned 18,183,130 76,313,122 69,377,949 6,935,173 9,660,850 635,600 - 635,600 16,093,053
GF Committed:
Economic Uncertainties Reserve 5,000,000 - 5,000,000
Capital Reserve 2,000,000 - 2,000,000
Post-Retirement Obligation Reserve 1,500,000 - 1,500,000
Technology Replacement Reserve 1,000,000 - 1,000,000
Fleet Replacement Reserve 500,000 - 500,000
Total Committed 10,000,000 - - - - - - - 10,000,000
GF Restricted for:
Employee Flexible Spending 25,261 25,261
Street Improvement 3,855,244 3,855,244
Asset Forfeiture Funds 542,005 542,005
Total Restricted 4,422,510 - - - - - - - 4,422,510
General Fund Grand Total 32,728,062 76,313,122 69,377,949 6,935,173 9,660,850 635,600 - 635,600 30,637,985
Light & Power Fund
Unrestricted (deficit)(60,491,845) 245,785,925 234,548,391 11,237,534 20,123,746 386,707 635,600 (248,893) (69,626,950)
Net Investment in Capital Assets 182,708,513 182,708,513
Restricted for Debt Service 32,836,544 32,836,544
Electric Fund Total 155,053,212 245,785,925 234,548,391 11,237,534 20,123,746 386,707 635,600 (248,893) 145,918,107
Gas Fund
Unrestricted (deficit)(14,896,708) 22,455,506 21,462,633 992,873 670,000 - 386,707 (386,707) (14,960,542)
Net Investment in Capital Assets 15,301,360 15,301,360
Gas Fund Total 404,652 22,455,506 21,462,633 992,873 670,000 - 386,707 (386,707) 340,818
Water Fund
Unrestricted (deficit)13,884,392 11,269,000 8,884,442 2,384,558 1,911,002 - - - 14,357,948
Net Investment in Capital Assets 6,869,387 6,869,387
Water Fund Total 20,753,779 11,269,000 8,884,442 2,384,558 1,911,002 - - - 21,227,335
Fiber Optics Fund
Unrestricted (deficit)(3,258,212) 545,900 418,560 127,340 120,000 - - - (3,250,872)
Net Investment in Capital Assets 1,053,694 1,053,694
Fiber Optics Fund Total (2,204,518) 545,900 418,560 127,340 120,000 - - - (2,197,178)
VPU Total 174,007,125 280,056,331 265,314,026 14,742,305 22,824,748 386,707 1,022,307 (635,600) 165,289,082
Grand Total 206,735,188 356,369,453 334,691,975 21,677,478 32,485,598 1,022,307 1,022,307 - 195,927,068
CITY OF VERNON
Fiscal 2023-24 Summary of Changes in Fund Balance
Page 7 of 134
..
..
Item 4 Page 9 of 157
General Fund Electric Gas Water Fiber Optics Total City-wide
Total
Operating revenues
Taxes 56,076,809 - - - - - 56,076,809
Special assessments - - - - - - -
Licenses and permits 3,986,400 - - - - - 3,986,400
Fines, forfeitures and penalties 162,200 - - - - - 162,200
Investment income (loss)1,000,000 2,000,000 40,000 400,000 2,500 2,442,500 3,442,500
Charges for services 1,189,500 243,785,925 22,415,506 10,869,000 543,400 277,613,831 278,803,331
In-lieu tax transfer in 5,400,000 - - - - - 5,400,000
Overhead allocation in 3,889,713 - - - - - 3,889,713
Other revenues 907,000 - - - - - 907,000
Total operating revenues 72,611,622 245,785,925 22,455,506 11,269,000 545,900 280,056,331 352,667,953
Operating expenditures
General government 16,557,003 - - - - - 16,557,003
Health 2,659,583 - - - - - 2,659,583
Public safety - Police 15,021,472 - - - - - 15,021,472
Public safety - Fire 21,382,938 - - - - - 21,382,938
Public works 13,373,378 - - - - - 13,373,378
Interest payment - 17,875,204 - 562,851 - 18,438,055 18,438,055
Cost of sales - 156,170,674 21,462,633 7,294,855 418,560 185,346,722 185,346,722
Total operating expenditures 68,994,374 174,045,878 21,462,633 7,857,706 418,560 203,784,777 272,779,151
Net operating surplus (deficit)3,617,248 71,740,047 992,873 3,411,294 127,340 76,271,554 79,888,802
Capital outlay expenditures 9,660,850 20,123,746 670,000 1,911,002 120,000 22,824,748 32,485,598
Non operating revenues (expenditures)
Proceeds from long-term debt - - - - - - -
Intergovernmental revenues 3,701,500 - - - - - 3,701,500
Principal retirement - (51,835,000) - (404,536) - (52,239,536) (52,239,536)
Fire - LA County Conversion Costs (383,575) - - - - - (383,575)
Operating Transfer in 635,600 386,707 - - - 386,707 1,022,307
Operating Transfer (out)- (635,600) (386,707) - - (1,022,307) (1,022,307)
In-lieu tax transfer (out)- (5,400,000) - - - (5,400,000) (5,400,000)
Overhead allocation (out)- (3,267,513) - (622,200) - (3,889,713) (3,889,713)
Total non-operating revenues (expenditures)3,953,525 (60,751,406) (386,707) (1,026,736) - (62,164,849) (58,211,324)
Net increase (decrease)(2,090,077) (9,135,105) (63,834) 473,556 7,340 (8,718,043) (10,808,120)
Estimated Beginning Fund Balance 32,728,062 155,053,212 989,455 22,541,382 (2,177,816) 176,406,233 209,134,296
Estimated Ending Fund Balance 30,637,985 145,918,107 925,621 23,014,938 (2,170,476) 167,688,190 198,326,176
CITY OF VERNON
Fiscal 2023-24 Budget Summary
Business-type Funds
Page 8 of 134
..
..
Item 4 Page 10 of 157
City of Vernon
GENERAL FUND
Proposed
FY 2023-24 Budget
..
..
Item 4 Page 11 of 157
A B B-A
Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TAX REVENUE
011-400-000-400110 PROP TAXES - CURRENT SECURED 4,466,933 4,668,805 4,603,052 4,606,719 3,667
011-400-000-400210 PROP TAXES - PY SECURED 13,772 301 (9,008) - 9,008
011-400-000-400211 PROP TAXES - PY UNSECURED 987 - 2,171 - (2,171)
011-400-000-400310 PROP TAXES - REAL TRANSFER TAX 237,532 350,930 238,933 235,000 (3,933)
011-400-000-400311 PROP TAXES - REAL-BNSF 634,639 634,639 625,000 600,000 (25,000)
011-400-000-400500 PROP TAXES - PENALTIES 8,291 1,006 12,960 - (12,960)
011-400-000-400610 SALES TAX, PROP A 6,056 7,500 6,000 6,011 11
011-400-000-400630 SALES TAX, PROP C 5,023 6,221 5,000 4,986 (14)
011-400-000-400700 PROP TAXES - HOMEOWNERS' EXEMP 11,259 - 13,036 - (13,036)
011-400-000-400820 PSAF - PUBLIC SAFETY AUG FUND 1,989 2,273 1,315 1,400 85
011-400-000-400900 PARCEL TAXES - WAREHOUSE 12,537,964 13,022,827 12,700,000 13,000,000 300,000
011-400-000-400950 PARCEL TAXES - SAFETY 2,113,133 2,191,865 2,200,000 2,260,000 60,000
011-400-000-401000 UTILITY USERS TAX 12,367,272 13,826,831 12,754,964 12,577,911 (177,053)
011-400-000-401200 SALES AND USE TAX 11,482,241 9,856,478 13,675,525 10,709,994 (2,965,531)
011-400-000-401201 SALES TAX, DISTRICT TAX 3,247,193 4,328,794 4,240,707 4,999,070 758,363
011-400-000-401202 SALES TAX REVENUE - 1,042,728 - 869,800 869,800
011-400-000-401205 SALES TAX, MEASURE W 918,816 920,623 903,000 940,000 37,000
011-400-000-401206 SALES TAX, MEASURE R 3,773 4,665 4,000 3,740 (260)
011-400-000-401207 SALES TAX, MEASURE M 4,275 5,279 4,300 4,238 (62)
011-400-000-401208 ROAD MAINT AND REHABILITATION 5,460 5,616 5,000 5,216 216
011-400-000-401209 TDA ARTICLE 3 - 15,000 8,500 15,000 6,500
011-400-000-401250 SALES TAX, TAX ABATEMENT (283,859) (238,954) (2,377,001) (250,000) 2,127,001
011-400-000-401600 ADMINISTRATIVE FEES - SB2557 (38,689) (38,319) (40,000) (38,000) 2,000
011-400-000-407500 STATE GAS TAX - 2103 1,999 2,267 2,200 2,091 (109)
011-400-000-407510 STATE GAS TAX - 2105 1,517 1,588 1,500 1,385 (115)
011-400-000-407600 STATE GAS TAX - 2106 5,648 5,710 5,000 5,585 585
011-400-000-407700 STATE GAS TAX - 2107 2,053 1,890 1,600 1,663 63
011-400-000-407800 STATE GAS TAX - 2107.5 992 1,008 1,500 1,000 (500)
TOTAL TAX REVENUE 47,756,270 50,627,571 49,589,254 50,562,809 973,555
SPECIAL ASSESSMENTS
011-410-000-410300 FRANCHISES AND AGREEMENTS 98,287 117,251 83,000 80,000 (3,000)
011-410-000-410310 SOLID WASTE FRANCHISE FEES 1,524,362 1,696,961 1,200,000 1,600,000 400,000
011-410-000-410320 SOLID WASTE LATE FEES - 7,198 3,000 11,000 8,000
011-410-000-410515 FRANCHISE TOWING FEES 11,896 19,392 15,000 15,000 -
TOTAL SPECIAL ASSESSMENTS 1,634,545 1,840,802 1,301,000 1,706,000 405,000
CITY OF VERNON
General Fund Revenues
FY 2023-24
Page 9 of 134
..
..
Item 4 Page 12 of 157
A B B-A
Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
CITY OF VERNON
General Fund Revenues
FY 2023-24
LICENSES AND PERMITS
011-410-000-410100 BUSINESS LICENSES 5,810,837 5,929,166 5,584,160 5,500,000 (84,160)
011-410-000-410210 BUILDING PERMIT FEES 710,554 781,886 1,000,000 1,000,000 -
011-410-000-410211 FIRE PERMIT FEES 21,210 450 - - -
011-410-000-410212 ALARM PERMITS 1,511 15,475 16,000 15,000 (1,000)
011-410-000-410240 HEALTH PERMIT FEES 624,932 608,777 580,000 600,000 20,000
011-410-000-410250 HEALTH PERMIT LATE FEES 1,004 - - - -
011-410-000-410260 CUPA PERMIT FEES 648,202 638,042 620,000 600,000 (20,000)
011-410-000-410265 CUPA PERMIT LATE FEES - - - - -
011-410-000-410270 FILMING PERMITS 16,467 26,866 20,400 20,400 -
011-410-000-410271 SPECIAL EVENT PERMIT FEES 536 3,886 - - -
011-410-000-410280 CONDITIONAL USE PERMITS 37,839 56,758 40,000 30,000 (10,000)
011-410-000-410290 ISSUANCE FEES 13,363 19,015 22,500 20,000 (2,500)
011-410-000-410520 COMMUNITY SERVICE REVENUES 10,926 19,391 30,000 4,000 (26,000)
011-410-000-411650 STATE FEE - SB1186 8,177 7,129 12,000 10,000 (2,000)
011-410-000-416230 ANNUAL FEE 1,156 - - - -
TOTAL LICENSES AND PERMITS 7,906,712 8,106,841 7,925,060 7,799,400 (125,660)
FINES, FORFEITURES AND PENALTIES
011-420-000-420100 VEHICLE CODE FINES 22,518 27,378 40,000 40,000 -
011-420-000-420110 OTHER VEHICLE FINES 6,224 8,647 10,000 10,000 -
011-420-000-420130 VEHICLE INSPECTION FEE 484 704 1,000 1,000 -
011-420-000-420480 FALSE ALARM FEES 6,555 8,211 10,000 10,000 -
011-420-000-420510 PARKING CITATIONS 39,207 56,927 30,000 30,000 -
011-420-000-420525 IMPOUND VEHICLE RELEASE FEE 2,100 3,744 3,000 3,000 -
011-420-000-420530 DUI FEES 1,872 5,040 3,000 3,000 -
011-420-000-420535 REPOSSESSED VEHICLE FEE 150 90 200 200 -
011-420-000-421100 FINES AND PENALTIES 18,151 58,109 30,000 50,000 20,000
TOTAL FINES, FORFEITURES AND PENALTIES 97,262 168,850 127,200 147,200 20,000
INVESTMENT INCOME
011-430-000-430110 INVESTMENT INCOME 70,480 23,225 85,000 1,000,000 915,000
TOTAL INVESTMENT INCOME 70,480 23,225 85,000 1,000,000 915,000
INTERGOVERNMENTAL
011-440-000-440100 GRANT REVENUES 1,111,114 1,472,792 7,539,462 3,600,000 (3,939,462)
011-440-000-441010 COPS - SLESF FUNDS 156,727 161,285 100,000 100,000 -
011-440-000-441013 FORFEITURE FUNDS REVENUE 34,297 68,841 - - -
011-440-000-442001 VEHICLE LICENSE FEE 11,864 12,805 11,000 14,000 3,000
011-440-000-446000 P.O.S.T. REIMBURSEMENT 10,869 3,840 1,500 1,500 -
011-440-000-447000 STRIKE TEAM OT REIMBURSEMENT - 145,616 - - -
TOTAL INTERGOVERNMENTAL 1,324,871 1,865,180 7,651,962 3,715,500 (3,936,462)
Page 10 of 134
..
..
Item 4 Page 13 of 157
A B B-A
Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
CITY OF VERNON
General Fund Revenues
FY 2023-24
CHARGES FOR SERVICES
011-450-000-450120 ENGINEERING INSPECTION FEES 86,792 119,580 100,000 100,000 -
011-450-000-450400 LOCAL AGENCY OVERSIGHT FEE 4,393 - - 5,000 5,000
011-450-000-450410 HEALTH PLAN CHECK REVIEW FEES 17,207 17,237 7,000 7,000 -
011-450-000-450416 CUPA PLAN CHECK REVIEW FEES 4,195 1,094 1,500 2,000 500
011-450-000-450420 WELL PERMIT REVIEW FEES 627 - - 2,000 2,000
011-450-000-450430 ANNUAL BUSINESS FIRE INSPEC 56 - - - -
011-450-000-450460 ANNUAL BUSINESS FIRE RE-INSPEC 9 - - - -
011-450-000-450470 FIVE YR SPRINKLER SYS TESTING 3,572 - - - -
011-450-000-451300 FREE SALES CERTIFICATE FEES 10,475 15,640 12,000 500 (11,500)
011-450-000-456200 PLAN CHECK FEES 473,852 528,550 600,000 650,000 50,000
011-450-000-456220 GREEN BUILDING STANDARDS FEE 31,429 24,739 25,000 45,000 20,000
011-450-000-456600 COPIES AND PUBLICATIONS 15,734 21,054 18,000 16,000 (2,000)
011-450-000-456610 PHOTOGRAPH PROCESSING FEE - - - 1,500 1,500
011-450-000-456615 PASSPORT PROCESSING FEE - - - 6,500 6,500
011-450-000-457100 EMS REIMBURSEMENT 86,240 5,766 - - -
TOTAL CHARGES FOR SERVICES 734,582 733,661 763,500 835,500 72,000
OTHER REVENUES
011-430-000-431000 RENTS 542,875 558,096 551,500 550,000 (1,500)
011-460-000-460330 DAMAGED PROPERTY 15,377 60,603 - - -
011-460-000-466900 MISCELLANEOUS REVENUES 181,469 424,383 13,000 - (13,000)
011-460-000-468400 VARIANCES (75) 22,075 5,000 - (5,000)
011-460-000-469030 GROUP MEDICAL REVENUE 385,075 379,706 370,000 357,000 (13,000)
011-490-000-490910 OTHER INCOME 22,940 50,036 5,000 - (5,000)
TOTAL OTHER REVENUES 1,147,661 1,494,899 944,500 907,000 (37,500)
OTHER FINANCING SOURCES
011-480-000-488000 GENERAL CITY ADMINISTRATIVE OH 3,738,862 3,813,444 3,889,713 3,889,713 -
011-480-000-480055 IN-LIEU TAXES FROM FUND 055 4,781,720 5,033,574 5,430,392 5,400,000 (30,392)
011-480-000-489700 CREDIT FOR GARAGE WORK ORDERS 374,505 441,292 400,000 350,000 (50,000)
011-490-000-490010 LAWSUIT SETTLEMENT AGREEMENTS 486,009 - - - -
011-490-000-490100 OPERATING TRANSFER IN - 181,387 799,329 635,600 (163,729)
TOTAL OTHER FINANCING SOURCES 9,381,096 9,469,698 10,519,434 10,275,313 (244,121)
TOTAL GENERAL FUND 70,053,480 74,330,726 78,906,910 76,948,722 (1,958,188)
Page 11 of 134
..
..
Item 4 Page 14 of 157
DEPARTMENT SALARIES BENEFITS
SUPPLIES/
SERVICES
CAPITAL
OUTLAY TOTAL
CITY COUNCIL 158,975$ 62,362$ 14,200$ -$ 235,537$
CITY ADMINISTRATION 957,693 460,161 107,685 - 1,525,539
INFORMATION TECHNOLOGY 895,882 352,211 2,516,000 651,350 4,415,443
CITY ATTORNEY 434,824 169,078 444,500 - 1,048,402
HUMAN RESOURCES 692,153 3,659,789 445,804 - 4,797,746
CITY CLERK 489,027 195,272 99,025 - 783,324
FINANCE 1,497,939 717,901 1,750,022 - 3,965,862
COMMUNITY PROMOTION - - 100,000 - 100,000
INDUSTRIAL DEVELOPMENT - - 117,600 - 117,600
COMMUNITY DEVELOPMENT - - 218,900 - 218,900
TOTAL GENERAL GOVERNMENT 5,126,493 5,616,774 5,813,736 651,350 17,208,353
HEALTH 930,052 483,531 1,246,000 - 2,659,583
TOTAL HEALTH 930,052 483,531 1,246,000 - 2,659,583
POLICE 8,031,542 6,414,089 575,841 252,500 15,273,972
FIRE - 4,774,647 16,991,866 - 21,766,513
TOTAL SAFETY 8,031,542 11,188,736 17,567,707 252,500 37,040,485
ADMIN-ENGR-PLANNING 862,375 439,313 14,500 - 1,316,188
BUILDING REGULATIONS 708,128 353,134 875,930 75,000 2,012,192
CITY HOUSING 255,781 153,042 140,900 20,000 569,723
FACILITIES MAINTENANCE 356,664 203,819 1,302,200 2,950,000 4,812,683
FLEET SERVICES 403,923 215,109 526,000 355,000 1,500,032
STREET MAINTENANCE 1,770,363 945,852 3,739,350 5,267,000 11,722,565
WAREHOUSE 44,950 29,245 32,800 90,000 196,995
TOTAL PUBLIC WORKS 4,402,184 2,339,514 6,631,680 8,757,000 22,130,378
TOTAL GENERAL FUND EXPENDITURES 18,490,271$ 19,628,555$ 31,259,123$ 9,660,850$ 79,038,799$
CITY OF VERNON
General Fund Expenditure Budget
FY 2023-24
Page 12 of 134
..
..
Item 4 Page 15 of 157
FY 2023-24
Dept Project Name FY 23-24 Budget
IT Munis Financials 175,500
IT EnerGov 195,000
IT EH/DHD 119,350
IT Tyler Utility Billing 161,500
651,350
POLICE New Patrol vehicle 75,000
POLICE Vehicle emergency equipment packages 40,000
POLICE Public safety drone 18,500
POLICE Office furniture for Evidence Room 9,000
POLICE One (1) Motorola APX8500 mobile radio 10,000
POLICE Bi-Directional amplifier 100,000
252,500
PUBLIC WORKS Customer Kiosk for completion of on-line permit applications 15,000
PUBLIC WORKS Large Format Touch Screens for inspectors 60,000
PUBLIC WORKS Stormwater Infiltrating Tree Boxes 237,000
PUBLIC WORKS Road Striping 200,000
PUBLIC WORKS Pedestrian Safety Devices 120,000
PUBLIC WORKS Atlantic Bridge Project 3,500,000 *
PUBLIC WORKS ADA Implementation 250,000
PUBLIC WORKS Catch Basin Repair 200,000
PUBLIC WORKS Intersection traffic safety improvements 500,000
PUBLIC WORKS Utility Trucks 200,000
PUBLIC WORKS Emergency Response Trailer 10,000
PUBLIC WORKS Sign making shop equipment 50,000
5,342,000
FLEET SERVICES CNG Retrofit of Small Garage 250,000
FLEET SERVICES Gas Boy System 50,000
FLEET SERVICES Portable lifts 55,000
355,000
WAREHOUSE EV Fork Lift 60,000
WAREHOUSE Create Office space in warehouse 30,000
90,000
CITY HOUSING Renovation Services 20,000
20,000
FACILITIES MTCE City Hall HVAC 500,000
FACILITIES MTCE City Hall Reroof project 450,000
FACILITIES MTCE Vernon Fitness Park 2,000,000 *
2,950,000
Funded by Grants 3,600,000 *
Funded by GF 6,060,850
Total 9,660,850
CITY OF VERNON
General Fund Capital Outlay Details
Page 13 of 134
..
..
Item 4 Page 16 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: CITY COUNCIL
100
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 147,895$ 150,211$ 152,866$ 158,975$ 6,109$
BENEFITS 71,471 63,086 57,040 62,362 5,322
SUPPLIES/SERVICES 1,860 4,792 40,530 14,200 (26,330)
CAPITAL - - - - -
TOTAL EXPENSES 221,227$ 218,089$ 250,436$ 235,537$ (14,899)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Councilmembers 4.00 121,773$ 125,420$ 121,861$ 127,288$ 5,427$
Mayor 1.00 30,444 31,355 31,005 31,687 682
DEPARTMENT TOTALS 5.00 152,217$ 156,775$ 152,866$ 158,975$ 6,109$
Page 14 of 134
..
..
Item 4 Page 17 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
CITY COUNCIL
SALARIES 011-010-100-501010 SALARIES - REGULAR 147,590 149,707 152,326 158,435 6,109
SALARIES 011-010-100-501012 SALARIES - PREMIUMS 306 504 540 540 -
SALARIES Total 147,895 150,211 152,866 158,975 6,109
BENEFITS 011-010-100-512020 RETIREMENT 31,504 43,081 37,180 33,445 (3,735)
BENEFITS 011-010-100-513030 INSURANCE PREMIUMS - MEDICAL 36,365 14,574 13,866 26,612 12,746
BENEFITS 011-010-100-513060 FICA TAXES 2,801 5,431 5,994 2,305 (3,689)
BENEFITS 011-010-100-513070 UNEMPLOYMENT 801 - - - -
BENEFITS Total 71,471 63,086 57,040 62,362 5,322
M & O 011-010-100-522000 SUPPLIES 691 2,093 2,080 4,200 2,120
M & O 011-010-100-529500 TRAVEL 1,170 2,699 38,450 10,000 (28,450)
M & O Total 1,860 4,792 40,530 14,200 (26,330)
TOTAL CITY COUNCIL (100)221,227 218,089 250,436 235,537 (14,899)
GENERAL FUND PROGRAM EXPENDITURES
Page 15 of 134
..
..
Item 4 Page 18 of 157
Account Description Account Description
FY 2023-24
Budget
CITY COUNCIL
1 SUPPLIES 011-010-100-522000
Professional photo session if new council member(s) are elected at the April
election 500
2 SUPPLIES 011-010-100-522000
Business cards (if any reorganizational changes occur as a result of the April
election, new business cards may be needed)400
3 SUPPLIES 011-010-100-522000 General office/desk supplies 2,270
4 SUPPLIES 011-010-100-522000
Desktop name plates (if any reorganizational changes occur as a result of the
April election, a new set of name plates may be needed for council office)30
5 SUPPLIES 011-010-100-522000 City of Vernon polos 1,000
SUPPLIES Total 4,200
1 TRAVEL 011-010-100-529500 League of Cities conference/ seminar 4,000
2 TRAVEL 011-010-100-529500 CCCA annual legislative orientation tour/ fall seminar/ municipal seminar 2,500
3 TRAVEL 011-010-100-529500 ICA seminars/meetings winter seminar/ summer seminar 2,500
4 TRAVEL 011-010-100-529500 Miscellaneous conference attendance 500
5 TRAVEL 011-010-100-529500 Mileage reimbursement 500
TRAVEL Total 10,000
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
Page 16 of 134
..
..
Item 4 Page 19 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: CITY ADMINISTRATION
105
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 600,091$ 725,886$ 908,310$ 957,693$ 49,383$
BENEFITS 256,753 305,770 480,866 460,161 (20,705)
SUPPLIES/SERVICES 99,007 54,039 339,610 107,685 (231,925)
CAPITAL - - - - -
TOTAL EXPENSES 955,851$ 1,085,695$ 1,728,786$ 1,525,539$ (203,247)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Analyst 2.00 107,554$ 110,781$ 210,606$ 219,051$ 8,445$
Administrative Assistant 0.00 23,463 24,166 - - -
Administrative Assistant, Senior 0.50 29,945 32,385 29,962 32,722 2,760
Assistant to the City Administrator 1.00 - - 126,078 141,993 15,915
City Administrator 1.00 330,353 340,265 347,070 348,771 1,701
Deputy City Administrator 1.00 - - 180,094 199,956 19,862
Executive Assistant to the City Administrator 0.00 103,932 107,005 - - -
Public Information Officer 0.00 - - - - -
Utilities Compliance Administrator 0.00 - 81,836 - - -
Overtime 1,500 5,500 3,500 5,500 2,000
Payout (vacation and sick excess hours)- 4,300 11,000 9,700 (1,300)
DEPARTMENT TOTALS 5.50 596,747$ 706,238$ 908,310$ 957,693$ 49,383$
Page 17 of 134
..
..
Item 4 Page 20 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
CITY ADMINISTRATION
SALARIES 011-010-105-501010 SALARIES - REGULAR 579,427 700,315 882,129 928,796 46,667
SALARIES 011-010-105-501012 SALARIES - PREMIUMS 9,924 19,022 22,681 23,397 716
SALARIES 011-010-105-501020 SALARIES - O.T. 10,740 6,549 3,500 5,500 2,000
SALARIES Total 600,091 725,886 908,310 957,693 49,383
BENEFITS 011-010-105-512020 RETIREMENT 173,120 213,073 348,884 315,230 (33,654)
BENEFITS 011-010-105-513030 INSURANCE PREMIUMS - MEDICAL 74,451 81,365 118,812 131,044 12,232
BENEFITS 011-010-105-513060 FICA TAXES 9,182 11,332 13,170 13,887 717
BENEFITS Total 256,753 305,770 480,866 460,161 (20,705)
M & O 011-010-105-522000 SUPPLIES 9,710 3,576 13,260 3,060 (10,200)
M & O 011-010-105-525000 ADVERTISEMENT/PROMOTION 23 175 - - -
M & O 011-010-105-527000 VEHICLE EXPENSE 3,923 6,184 8,400 8,400 -
M & O 011-010-105-529215 PROFESSIONAL SERVICES - OTHER 61,943 - 275,000 50,000 (225,000)
M & O 011-010-105-529500 TRAVEL 6,867 15,584 16,500 16,500 -
M & O 011-010-105-529550 MEMBERSHIP DUES 16,541 28,138 24,350 27,725 3,375
M & O 011-010-105-529670 EMPLOYEE DEVELOPMENT/TRAINING - 382 2,100 2,000 (100)
M & O Total 99,007 54,039 339,610 107,685 (231,925)
TOTAL CITY ADMINISTRATION (105)955,851 1,085,695 1,728,786 1,525,539 (203,247)
Page 18 of 134
..
..
Item 4 Page 21 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
CITY ADMINISTRATION
1 SUPPLIES 011-010-105-522000 Bottled water, copy paper, coffee 950
2 SUPPLIES 011-010-105-522000 General office supplies 1,500
3 SUPPLIES 011-010-105-522000 Mail 110
4 SUPPLIES 011-010-105-522000 Employee polo shirts 500
SUPPLIES Total 3,060
1 VEHICLE EXPENSE 011-010-105-527000 City Admin general use vehicle garage work orders 3,000
2 VEHICLE EXPENSE 011-010-105-527000 City Administrator vehicle gas usage 1,200
3 VEHICLE EXPENSE 011-010-105-527000 City Administrator vehicle garage work orders 3,000
4 VEHICLE EXPENSE 011-010-105-527000 City Admin general use vehicle gas usage 1,200
VEHICLE EXPENSE Total 8,400
1 PROFESSIONAL SERVICES - OTHER 011-010-105-529215
Legislative/regulatory advocacy firm to consult on issues of importance to
Vernon 50,000
PROFESSIONAL SERVICES - OTHER Total 50,000
1 TRAVEL 011-010-105-529500 Air, hotel, meals, etc. for various seminars/ meetings 5,500
2 TRAVEL 011-010-105-529500 Miscellaneous conference attendance 10,000
3 TRAVEL 011-010-105-529500 Mileage reimbursement 1,000
TRAVEL Total 16,500
1 MEMBERSHIP DUES 011-010-105-529550 Gateway Cities Council of Governments 15,015
2 MEMBERSHIP DUES 011-010-105-529550 California Contract Cities Association 6,000
3 MEMBERSHIP DUES 011-010-105-529550 League of California Cities - L.A. County Division 1,000
4 MEMBERSHIP DUES 011-010-105-529550 Independent Contract Cities 550
5 MEMBERSHIP DUES 011-010-105-529550 League of CA Cities 100
6 MEMBERSHIP DUES 011-010-105-529550 National League of Cities 300
7 MEMBERSHIP DUES 011-010-105-529550 Southern California Association of Governments 2,000
8 MEMBERSHIP DUES 011-010-105-529550 ICMA 2,400
9 MEMBERSHIP DUES 011-010-105-529550 MMASC- Muni Mgt Assoc So Cal 360
MEMBERSHIP DUES Total 27,725
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-105-529670 Performance & skill development seminars 500
2 EMPLOYEE DEVELOPMENT/TRAINING 011-010-105-529670 Skill development workshops 1,500
EMPLOYEE DEVELOPMENT/TRAINING Total 2,000
Page 19 of 134
..
..
Item 4 Page 22 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: INFORMATION TECHNOLOGY
110
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 654,657$ 693,077$ 756,184$ 895,882$ 139,698$
BENEFITS 268,359 301,221 367,893 352,211 (15,682)
SUPPLIES/SERVICES 1,720,659 1,969,094 1,937,103 2,516,000 578,897
CAPITAL 604,967 280,547 1,295,450 651,350 (644,100)
TOTAL EXPENSES 3,248,642$ 3,243,939$ 4,356,630$ 4,415,443$ 58,813$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Assistant, Senior 0.50 29,945$ 32,385$ 29,962$ 32,722$ 2,760$
Administrative Intern 0.50 - - - 19,817 19,817
Information Technology Analyst 1.00 92,909 100,481 107,615 111,930 4,315
Information Technology Analyst, Senior 1.00 249,310 262,897 274,694 142,854 (131,840)
Information Technology Manager 1.00 183,954 189,472 193,261 195,156 1,895
Information Technology Project Manager 1.00 - - - 152,910 152,910
Information Technology Technician 2.00 69,330 68,009 73,552 159,093 85,541
Programmer/Analyst 0.00 - - - - -
Overtime 30,000 20,000 23,000 23,000 -
Payout (vacation and sick excess hours)6,400 14,100 14,100 18,400 4,300
Stand-by 40,000 40,000 40,000 40,000 -
DEPARTMENT TOTALS 7.00 701,848$ 727,344$ 756,184$ 895,882$ 139,698$
Page 20 of 134
..
..
Item 4 Page 23 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
INFORMATION TECHNOLOGY
SALARIES 011-010-110-501010 SALARIES - REGULAR 559,864 604,453 656,800 791,105 134,305
SALARIES 011-010-110-501012 SALARIES - PREMIUMS 74,544 75,701 76,384 81,777 5,393
SALARIES 011-010-110-501020 SALARIES - O.T. 20,249 12,923 23,000 23,000 -
SALARIES Total 654,657 693,077 756,184 895,882 139,698
BENEFITS 011-010-110-512020 RETIREMENT 168,637 197,808 262,760 235,923 (26,837)
BENEFITS 011-010-110-513030 INSURANCE PREMIUMS - MEDICAL 90,381 93,443 94,168 103,298 9,130
BENEFITS 011-010-110-513060 FICA TAXES 9,341 9,971 10,965 12,990 2,025
BENEFITS Total 268,359 301,221 367,893 352,211 (15,682)
M & O 011-010-110-522000 SUPPLIES 411 373 3,000 3,000 -
M & O 011-010-110-522010 SUPPLIES - IT 327,183 289,530 179,000 179,000 -
M & O 011-010-110-526000 UTILITIES 22,800 22,800 - - -
M & O 011-010-110-526010 UTILITIES - IT 148,513 194,436 169,300 169,300 -
M & O 011-010-110-527000 VEHICLE EXPENSE 1,368 1,093 3,500 3,500 -
M & O 011-010-110-529110 REPAIRS & MAINTENANCE - IT 1,095,777 1,104,498 1,147,303 1,688,200 540,897
M & O 011-010-110-529210 PROFESSIONAL SERVICES - IT 109,550 352,957 403,000 435,000 32,000
M & O 011-010-110-529500 TRAVEL 4 489 7,500 7,500 -
M & O 011-010-110-529550 MEMBERSHIP DUES - 22 - - -
M & O 011-010-110-529600 BOOKS & PUBLICATIONS - - 2,000 2,000 -
M & O 011-010-110-529670 EMPLOYEE DEVELOPMENT/TRAINING 15,053 2,895 22,500 28,500 6,000
M & O Total 1,720,659 1,969,094 1,937,103 2,516,000 578,897
CAPITAL OUTLAY 011-010-110-660005 IT EQUIPMENT & SOFTWARE 604,967 265,554 1,295,450 651,350 (644,100)
CAPITAL OUTLAY 011-010-110-660015 CAPITAL EQUIPMENT - NONAUTO - 14,993 - - -
CAPITAL OUTLAY Total 604,967 280,547 1,295,450 651,350 (644,100)
TOTAL INFORMATION TECHNOLOGY (110)3,248,642 3,243,939 4,356,630 4,415,443 58,813
Page 21 of 134
..
..
Item 4 Page 24 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
INFORMATION TECHNOLOGY
1 SUPPLIES 011-010-110-522000 Office supplies 3,000
SUPPLIES Total 3,000
1 SUPPLIES - IT 011-010-110-522010 Miscellaneous software (Adobe, Visio, FileMaker Pro)40,000
2 SUPPLIES - IT 011-010-110-522010 Monitors 10,000
3 SUPPLIES - IT 011-010-110-522010 Scanners 15,000
4 SUPPLIES - IT 011-010-110-522010 VMWare Licenses 15,000
5 SUPPLIES - IT 011-010-110-522010 Computer replacements 15,000
6 SUPPLIES - IT 011-010-110-522010 Backup tapes (100x40)10,000
7 SUPPLIES - IT 011-010-110-522010 Printers replacement 10,000
8 SUPPLIES - IT 011-010-110-522010 Networking equipment (routers, switches, cables, connectors, etc.)20,000
9 SUPPLIES - IT 011-010-110-522010 UPS replacements 2,500
10 SUPPLIES - IT 011-010-110-522010 Mitel - Business phones accessories & replacement parts 5,000
11 SUPPLIES - IT 011-010-110-522010
Cell phones accessories (chargers, cases, adapters, phone parts
replacements)4,000
12 SUPPLIES - IT 011-010-110-522010 Police hard drives replacements 2,500
13 SUPPLIES - IT 011-010-110-522010 Hard drives replacements 10,000
14 SUPPLIES - IT 011-010-110-522010 Mitel IP phone licenses 10,000
15 SUPPLIES - IT 011-010-110-522010 Mitel IP phones 10,000
SUPPLIES - IT Total 179,000
1 UTILITIES - IT 011-010-110-526010 City Attorney telecommunication charges 1,000
2 UTILITIES - IT 011-010-110-526010 PW telecommunication charges 29,000
3 UTILITIES - IT 011-010-110-526010 Health telecommunication charges 8,000
4 UTILITIES - IT 011-010-110-526010 City Admin telecommunication charges 8,000
5 UTILITIES - IT 011-010-110-526010 Police telecommunication charges 12,000
6 UTILITIES - IT 011-010-110-526010 Police police patrol car modems 13,000
7 UTILITIES - IT 011-010-110-526010 IT Iron Mountain (backup tapes remote storage services)9,000
8 UTILITIES - IT 011-010-110-526010 Finance telecommunication charges 500
9 UTILITIES - IT 011-010-110-526010 IT telecommunication charges 16,000
10 UTILITIES - IT 011-010-110-526010 PW telecommunication charges 500
11 UTILITIES - IT 011-010-110-526010 Health telecommunication charges 500
12 UTILITIES - IT 011-010-110-526010 Police telecommunication charges 14,000
13 UTILITIES - IT 011-010-110-526010 Police telecommunication charges 3,400
14 UTILITIES - IT 011-010-110-526010 Police telecommunication charges 600
15 UTILITIES - IT 011-010-110-526010 IT web hosting; security certificates for City web sites & SSL VPN appliance 1,000
16 UTILITIES - IT 011-010-110-526010 City Clerk telecommunication charges 500
17 UTILITIES - IT 011-010-110-526010 IT phone conferencing service 4,000
18 UTILITIES - IT 011-010-110-526010 IT backup internet line 28,000
19 UTILITIES - IT 011-010-110-526010 Finance telecommunication charges 2,200
20 UTILITIES - IT 011-010-110-526010 IT telecommunication line additions 16,000
21 UTILITIES - IT 011-010-110-526010 HR telecommunication charges 2,100
UTILITIES - IT Total 169,300
1 VEHICLE EXPENSE 011-010-110-527000 Repairs 2,500
2 VEHICLE EXPENSE 011-010-110-527000 IT vehicle expenses 1,000
VEHICLE EXPENSE Total 3,500
Page 22 of 134
..
..
Item 4 Page 25 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
1 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Mitel - business phone system support by Crosspoint 25,000
2 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Nobel Systems 22,000
3 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT notifications services 20,000
4 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Health Envisionconnect (annual contract, fiscal year)23,000
5 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT managed print services 125,000
6 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT hardware support for all City servers 15,000
7 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police GST Crimemap 7,000
8 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police CLEAR website access for detectives 20,000
9 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police ADORE Training Software maintenance/upgrades 2,600
10 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police TMS (Training) Software support 1,500
11 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Puma software maintenance 4,500
12 REPAIRS & MAINTENANCE - IT 011-010-110-529110 PW Autocad annual support 6,000
13 REPAIRS & MAINTENANCE - IT 011-010-110-529110
IT SonicWall firewalls (Pro + TZ190 for SCADA), content filtering, SSL VPN
support 4,000
14 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Vmware Carbon Black Anti-Virus 10,000
15 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Electronic Subpoena Management Software*6,000
16 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Vmware Carbon Black Anti-Virus 4,000
17 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police plotter repair 5,000
18 REPAIRS & MAINTENANCE - IT 011-010-110-529110 HR GovJob.com/App Tracking/Onboarding/Emp Eval Module/Biddle 35,000
19 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Work Force Ready 18,000
20 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT cyber security awareness training 7,000
21 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT disaster recovery services 100,000
22 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police IQ Analytics 6,000
23 REPAIRS & MAINTENANCE - IT 011-010-110-529110 CS bidding software 8,500
24 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police door system 15,000
25 REPAIRS & MAINTENANCE - IT 011-010-110-529110 City Clerk online Form 700 filing software 4,000
26 REPAIRS & MAINTENANCE - IT 011-010-110-529110 City Clerk website management 7,000
27 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Munis/Energov/DHD system support 408,000
28 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Microsoft licenses 75,000
29 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police public safety suite (CAD, RMS, FBR)76,000
30 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Laserfiche system support 52,000
31 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Veritas Backupp Exec 7,000
32 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Mobility XE Server and 29 device licenses 3,500
33 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT SAN/virtual tapes devices 15,000
34 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police UPS and Ferrups/Radio Towers (> Civil Defense)3,000
35 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT backup tape library support 2,000
36 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT Vmware View support 3,000
37 REPAIRS & MAINTENANCE - IT 011-010-110-529110 IT time management system support 3,000
38 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police Work Telestaff 12,000
39 REPAIRS & MAINTENANCE - IT 011-010-110-529110 City Clerk PRA application 7,500
40 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police CrimeMap(Motorola)1,000
41 REPAIRS & MAINTENANCE - IT 011-010-110-529110 City Clerk agenda management 26,000
42 REPAIRS & MAINTENANCE - IT 011-010-110-529110 HR text feature 1,000
43 REPAIRS & MAINTENANCE - IT 011-010-110-529110
Docusign Esignatures
Software 30,000
44 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Extended Office Solution( Backup PRI Internet Line)6,000
45 REPAIRS & MAINTENANCE - IT 011-010-110-529110 LA County Assessors (GIS Data)600
46 REPAIRS & MAINTENANCE - IT 011-010-110-529110
Monday.com
Project management 10,000
47 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Motorola Radio Support 27,000
48 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Veriton Redact 3,000
49 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Veritone Agreement 4,500
50 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Web Content Filtering PD/COV 38,000
51 REPAIRS & MAINTENANCE - IT 011-010-110-529110 PRTG Network Mgmt Software 4,000
52 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Solarwinds Network Software 2,500
53 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Police WebiPlex 4,000
54 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Cisco Smartnet Core Router 7,500
55 REPAIRS & MAINTENANCE - IT 011-010-110-529110 22 Mile Signage Support 4,000
56 REPAIRS & MAINTENANCE - IT 011-010-110-529110 New Body Cam Software 90,000
57 REPAIRS & MAINTENANCE - IT 011-010-110-529110 New CAD/Mobile/RMS Software 200,000
58 REPAIRS & MAINTENANCE - IT 011-010-110-529110 PD Thomas Reuters 16,000
59 REPAIRS & MAINTENANCE - IT 011-010-110-529110 ESRI ArcGIS License 20,000
60 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Admin Active Campaign 3,000
61 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Varonis System Alerting Software 15,000
62 REPAIRS & MAINTENANCE - IT 011-010-110-529110 Metallic Office 365 Software 7,000
REPAIRS & MAINTENANCE - IT Total 1,688,200
Page 23 of 134
..
..
Item 4 Page 26 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
1 PROFESSIONAL SERVICES - IT 011-010-110-529210 IT system customizations 50,000
2 PROFESSIONAL SERVICES - IT 011-010-110-529210 SDI project management for Munis implementation 250,000
3 PROFESSIONAL SERVICES - IT 011-010-110-529210 IT Consulting Services(Cyber/Microsoft/Technology Services/GIS)35,000
4 PROFESSIONAL SERVICES - IT 011-010-110-529210 Managed Network Security Management 100,000
PROFESSIONAL SERVICES - IT Total 435,000
1 TRAVEL 011-010-110-529500 Eden user conference travel expenses 1,500
2 TRAVEL 011-010-110-529500 Central Square conference travel expenses 1,500
3 TRAVEL 011-010-110-529500 MISAC annual travel expenses 3,000
4 TRAVEL 011-010-110-529500 VMWare annual conference travel expenses 1,500
TRAVEL Total 7,500
1 BOOKS & PUBLICATIONS 011-010-110-529600 IT related books and training materials 2,000
BOOKS & PUBLICATIONS Total 2,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-110-529670 TBD technical training 25,000
2 EMPLOYEE DEVELOPMENT/TRAINING 011-010-110-529670 PluralSight technical training 3,500
EMPLOYEE DEVELOPMENT/TRAINING Total 28,500
1 IT EQUIPMENT & SOFTWARE 011-010-110-660005 Munis Financials 175,500
2 IT EQUIPMENT & SOFTWARE 011-010-110-660005 EnerGov 195,000
3 IT EQUIPMENT & SOFTWARE 011-010-110-660005 EH/DHD 119,350
4 IT EQUIPMENT & SOFTWARE 011-010-110-660005 Tyler Utility Billing 161,500
IT EQUIPMENT & SOFTWARE Total 651,350
Page 24 of 134
..
..
Item 4 Page 27 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: CITY ATTORNEY
115
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 310,903$ 385,967$ 408,371$ 434,824$ 26,453$
BENEFITS 167,834 187,338 251,972 169,078 (82,894)
SUPPLIES/SERVICES 515,707 379,151 448,500 444,500 (4,000)
CAPITAL - - - - -
TOTAL EXPENSES 994,444$ 952,456$ 1,108,843$ 1,048,402$ (60,441)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
City Attorney 1.00 -$ -$ 290,875$ 306,621$ 15,746$
Legal Administrative Analyst 0.00 102,432 110,780 112,996 - (112,996)
Legal Analyst Senior 1.00 - - - 123,403 123,403
Senior Deputy City Attorney 0.00 203,348 209,433 - - -
Overtime 500 500 500 500 -
Payout (excess vacation and sick hours)3,200 4,800 4,000 4,300 300
DEPARTMENT TOTALS 2.00 309,480$ 325,513$ 408,371$ 434,824$ 26,453$
Page 25 of 134
..
..
Item 4 Page 28 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
CITY ATTORNEY
SALARIES 011-010-115-501010 SALARIES - REGULAR 291,455 371,624 379,553 418,808 39,255
SALARIES 011-010-115-501012 SALARIES - PREMIUMS 19,448 14,344 28,318 15,516 (12,802)
SALARIES 011-010-115-501020 SALARIES - O.T. - - 500 500 -
SALARIES Total 310,903 385,967 408,371 434,824 26,453
BENEFITS 011-010-115-512020 RETIREMENT 129,394 147,112 211,219 127,977 (83,242)
BENEFITS 011-010-115-513030 INSURANCE PREMIUMS - MEDICAL 35,605 34,743 31,832 34,796 2,964
BENEFITS 011-010-115-513060 FICA TAXES 4,387 5,484 5,921 6,305 384
BENEFITS 011-010-115-513070 UNEMPLOYMENT (1,552) - 3,000 - (3,000)
BENEFITS Total 167,834 187,338 251,972 169,078 (82,894)
M & O 011-010-115-521000 OFFICE EXPENSE 664 222 1,000 1,000 -
M & O 011-010-115-522000 SUPPLIES 257 113 1,500 1,500 -
M & O 011-010-115-529200 PROFESSIONAL SERVICES - LEGAL 507,090 372,013 433,000 430,000 (3,000)
M & O 011-010-115-529215 PROFESSIONAL SERVICES - OTHER - - 2,000 2,000 -
M & O 011-010-115-529500 TRAVEL - 518 2,000 2,000 -
M & O 011-010-115-529550 MEMBERSHIP DUES 708 633 1,000 1,000 -
M & O 011-010-115-529600 BOOKS & PUBLICATIONS 6,364 4,998 6,000 5,000 (1,000)
M & O 011-010-115-529670 EMPLOYEE DEVELOPMENT/TRAINING 625 655 2,000 2,000 -
M & O Total 515,707 379,151 448,500 444,500 (4,000)
TOTAL CITY ATTORNEY (115)994,444 952,456 1,108,843 1,048,402 (60,441)
Page 26 of 134
..
..
Item 4 Page 29 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
CITY ATTORNEY
1 OFFICE EXPENSE 011-010-115-521000 Shipping services 1,000
OFFICE EXPENSE Total 1,000
1 SUPPLIES 011-010-115-522000 General office supplies 1,500
SUPPLIES Total 1,500
1 PROFESSIONAL SERVICES - LEGAL 011-010-115-529200 Various pending legal matters (Burhenn & Gest)4,000
2 PROFESSIONAL SERVICES - LEGAL 011-010-115-529200 Various pending legal matters (Office of Administrative Hearings (OAH))1,000
3 PROFESSIONAL SERVICES - LEGAL 011-010-115-529200 Various pending legal matters (Jones & Mayer)100,000
4 PROFESSIONAL SERVICES - LEGAL 011-010-115-529200 Various pending legal matters (Burke Williams & Sorensen, LLP)175,000
5 PROFESSIONAL SERVICES - LEGAL 011-010-115-529200 Legal contingencies 150,000
PROFESSIONAL SERVICES - LEGAL Total 430,000
1 PROFESSIONAL SERVICES - OTHER 011-010-115-529215 Attorney filing services 1,000
2 PROFESSIONAL SERVICES - OTHER 011-010-115-529215 Access to court records 500
3 PROFESSIONAL SERVICES - OTHER 011-010-115-529215 Administrative/filings 500
PROFESSIONAL SERVICES - OTHER Total 2,000
1 TRAVEL 011-010-115-529500 Legal conferences travel/lodging 2,000
TRAVEL Total 2,000
1 MEMBERSHIP DUES 011-010-115-529550 Attorney memberships (California State Bar)1,000
MEMBERSHIP DUES Total 1,000
1 BOOKS & PUBLICATIONS 011-010-115-529600 Legal books and publications 2,000
2 BOOKS & PUBLICATIONS 011-010-115-529600 Legal subscriptions (LexisNexis)3,000
BOOKS & PUBLICATIONS Total 5,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-115-529670 League of California Cities legal conferences registration fees 1,000
2 EMPLOYEE DEVELOPMENT/TRAINING 011-010-115-529670
City Attorneys Association of Los Angeles County legal conferences
registration fees 1,000
EMPLOYEE DEVELOPMENT/TRAINING Total 2,000
Page 27 of 134
..
..
Item 4 Page 30 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: HUMAN RESOURCES
120
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 623,334$ 641,757$ 701,641$ 692,153$ (9,488)$
BENEFITS 3,645,187 3,291,716 3,529,843 3,659,789 129,946
SUPPLIES/SERVICES 221,611 257,626 444,004 445,804 1,800
CAPITAL - - - - -
TOTAL EXPENSES 4,490,132$ 4,191,099$ 4,675,488$ 4,797,746$ 122,258$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Intern (Temp)0.00 -$ -$ 15,600$ -$ (15,600)$
Administrative Secretary 1.00 81,758 84,166 85,819 91,000 5,181
Director of Human Resources 1.00 223,596 235,105 239,710 240,862 1,152
Human Resources Analyst 1.00 111,615 114,918 118,646 119,809 1,163
Human Resources Analyst, Senior 1.00 152,839 157,379 160,496 163,855 3,359
Human Resources Assistant 1.00 57,038 61,687 69,370 65,627 (3,743)
Overtime 5,000 3,000 3,000 3,000 -
Payout (vacation and sick excess hours)13,800 13,100 9,000 8,000 (1,000)
DEPARTMENT TOTALS 5.00 645,646$ 669,355$ 701,641$ 692,153$ (9,488)$
Page 28 of 134
..
..
Item 4 Page 31 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
HUMAN RESOURCES
SALARIES 011-010-120-501010 SALARIES - REGULAR 587,902 591,919 666,951 654,631 (12,320)
SALARIES 011-010-120-501012 SALARIES - PREMIUMS 35,234 49,674 31,690 34,522 2,832
SALARIES 011-010-120-501020 SALARIES - O.T. 199 164 3,000 3,000 -
SALARIES Total 623,334 641,757 701,641 692,153 (9,488)
BENEFITS 011-010-120-512020 RETIREMENT 192,827 196,988 282,503 240,707 (41,796)
BENEFITS 011-010-120-513030 INSURANCE PREMIUMS - MEDICAL 76,172 75,334 67,973 95,046 27,073
BENEFITS 011-010-120-513035 INSURANCE PREMIUMS - RETIREES 1,302,618 1,343,126 1,464,500 1,566,000 101,500
BENEFITS 011-010-120-513040 POSTEMPLOYMENT BENEFITS 1,931,700 1,538,693 1,538,693 1,600,000 61,307
BENEFITS 011-010-120-513060 FICA TAXES 8,992 9,237 10,174 10,036 (138)
BENEFITS 011-010-120-513070 UNEMPLOYMENT 3,014 624 3,000 - (3,000)
BENEFITS 011-010-120-514080 ASSESSMENT FEES 35,726 37,733 40,000 65,000 25,000
BENEFITS 011-010-120-514090 CLAIMS - WORKER'S COMP 94,595 89,208 120,000 80,000 (40,000)
BENEFITS 011-010-120-514095 MEDICAL EXPENDITURE (455) 774 3,000 3,000 -
BENEFITS Total 3,645,187 3,291,716 3,529,843 3,659,789 129,946
M & O 011-010-120-522000 SUPPLIES 2,604 4,685 15,000 15,000 -
M & O 011-010-120-523030 BAD DEBT EXPENSE 28 - - - -
M & O 011-010-120-525000 ADVERTISEMENT/PROMOTION 5,091 2,715 10,000 10,000 -
M & O 011-010-120-529215 PROFESSIONAL SERVICES - OTHER 60,666 30,099 81,250 81,450 200
M & O 011-010-120-529220 PROFESSIONAL SERVICES - ADMIN 111,222 152,964 157,104 157,104 -
M & O 011-010-120-529500 TRAVEL - 2,484 5,800 5,800 -
M & O 011-010-120-529600 BOOKS & PUBLICATIONS 790 1,066 1,700 1,700 -
M & O 011-010-120-529670 EMPLOYEE DEVELOPMENT/TRAINING 2,199 4,898 67,800 68,000 200
M & O 011-010-120-529680 TUITION REIMBURSEMENT PROGRAM 12,478 4,730 30,000 30,000 -
M & O 011-010-120-529690 EMPLOYEE RECOGNITION PROGRAM 19,716 39,932 42,850 44,250 1,400
M & O 011-010-120-529700 PRE-EMPLOYMENT PHYSICALS/EXAMS 5,795 12,805 27,000 27,000 -
M & O 011-010-120-529905 RECRUITMENTS 1,022 1,247 5,500 5,500 -
M & O Total 221,611 257,626 444,004 445,804 1,800
TOTAL HUMAN RESOURCES (120)4,490,132 4,191,099 4,675,488 4,797,746 122,258
Page 29 of 134
..
..
Item 4 Page 32 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
HUMAN RESOURCES
1 SUPPLIES 011-010-120-522000 General office supplies, forms, and annual employment law posters.15,000
SUPPLIES Total 15,000
1 ADVERTISEMENT/PROMOTION 011-010-120-525000 Various recruitment ads 10,000
ADVERTISEMENT/PROMOTION Total 10,000
1 PROFESSIONAL SERVICES - OTHER 011-010-120-529215 Random drug testing program and policy 2,700
2 PROFESSIONAL SERVICES - OTHER 011-010-120-529215 Labor relations consortium 4,150
3 PROFESSIONAL SERVICES - OTHER 011-010-120-529215 Applicant testing materials 2,800
4 PROFESSIONAL SERVICES - OTHER 011-010-120-529215
Interactive process coordination & facilitation, essential functions position
analysis 20,000
5 PROFESSIONAL SERVICES - OTHER 011-010-120-529215 Exam rental & proctoring services 50,000
6 PROFESSIONAL SERVICES - OTHER 011-010-120-529215 Graphic design services 1,800
PROFESSIONAL SERVICES - OTHER Total 81,450
1 PROFESSIONAL SERVICES - ADMIN 011-010-120-529220 Worker's compensation third party claims 78,104
2 PROFESSIONAL SERVICES - ADMIN 011-010-120-529220 FSA and DCA administration 1,500
3 PROFESSIONAL SERVICES - ADMIN 011-010-120-529220 Health benefits brokarage and consulting services 74,000
4 PROFESSIONAL SERVICES - ADMIN 011-010-120-529220 Third party whistleblower & fraud prevention services 3,500
PROFESSIONAL SERVICES - ADMIN Total 157,104
1 TRAVEL 011-010-120-529500 CALPELRA conference Monterey, CA (November 14-17, 2023)3,500
2 TRAVEL 011-010-120-529500 LCW conference Employment Law Conference (March, 2024)1,000
3 TRAVEL 011-010-120-529500 PARMA City (February 20-23, 2024)1,000
4 TRAVEL 011-010-120-529500 Travel for local conferences and trainings 300
TRAVEL Total 5,800
1 BOOKS & PUBLICATIONS 011-010-120-529600
Memberships - SCPMA HR $50 ea., or $25 ea., if members of IPMA-HR, So
CA Labor Relations Council $150/agency, CALPELRA $370 ea., IPMA-HR
$397 for 1-3 staff members, PARMA $150 1,700
BOOKS & PUBLICATIONS Total 1,700
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-120-529670
Employee training and development, HR staff trainings (SCPMA-HR), So CA
Labor Relations Council, IPMA-HR, CALPELRA, PARMA, LCW conference
and League of California Cities conference and HR training videos and
manuals 35,000
2 EMPLOYEE DEVELOPMENT/TRAINING 011-010-120-529670 Safety training videos 3,000
3 EMPLOYEE DEVELOPMENT/TRAINING 011-010-120-529670 Wellness program/promotions 30,000
EMPLOYEE DEVELOPMENT/TRAINING Total 68,000
1 TUITION REIMBURSEMENT PROGRAM 011-010-120-529680
Employee reimbursements pursuant to MOU's tuition/education reimbursement
program 30,000
TUITION REIMBURSEMENT PROGRAM Total 30,000
1 EMPLOYEE RECOGNITION PROGRAM 011-010-120-529690 Employee Recognition and Holiday Event, Services awards, and VEEP.32,000
2 EMPLOYEE RECOGNITION PROGRAM 011-010-120-529690 Employee appreciation luncheon 5,000
3 EMPLOYEE RECOGNITION PROGRAM 011-010-120-529690 Kickoff day 1,500
4 EMPLOYEE RECOGNITION PROGRAM 011-010-120-529690 Halloween event 3,750
5 EMPLOYEE RECOGNITION PROGRAM 011-010-120-529690 Opening day event 2,000
EMPLOYEE RECOGNITION PROGRAM Total 44,250
1 PRE-EMPLOYMENT PHYSICALS/EXAMS 011-010-120-529700 Pre-employment physicals and exams, DOTs 15,000
2 PRE-EMPLOYMENT PHYSICALS/EXAMS 011-010-120-529700 DOT random drug & alcohol testing 12,000
PRE-EMPLOYMENT PHYSICALS/EXAMS Total 27,000
1 RECRUITMENTS 011-010-120-529905 Recruitment expenses and related supplies 5,500
RECRUITMENTS Total 5,500
Page 30 of 134
..
..
Item 4 Page 33 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: CITY CLERK
125
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 337,028$ 327,160$ 412,629$ 489,027$ 76,398$
BENEFITS 143,442 153,177 223,200 195,272 (27,928)
SUPPLIES/SERVICES 40,161 124,763 97,900 99,025 1,125
CAPITAL - - - - -
TOTAL EXPENSES 520,632$ 605,100$ 733,729$ 783,324$ 49,595$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Assistant 0.00 -$ -$ -$ -$ -$
Administrative Secretary 1.00 70,830 76,480 81,804 91,000 9,196
City Clerk 1.00 184,494 204,286 218,410 230,161 11,751
Deputy City Clerk 1.46 - 95,696 107,615 163,966 56,351
Records Management Assistant 0.00 91,724 - - -
Overtime 1,500 1,500 1,500 1,500 -
Payout (vacation and sick excess hours)- 3,200 3,300 2,400 (900)
DEPARTMENT TOTALS 3.46 348,548$ 381,162$ 412,629$ 489,027$ 76,398$
Page 31 of 134
..
..
Item 4 Page 34 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
CITY CLERK
SALARIES 011-010-125-501010 SALARIES - REGULAR 318,480 313,523 397,165 472,311 75,146
SALARIES 011-010-125-501012 SALARIES - PREMIUMS 18,099 12,855 13,964 15,216 1,252
SALARIES 011-010-125-501020 SALARIES - O.T. 450 782 1,500 1,500 -
SALARIES Total 337,028 327,160 412,629 489,027 76,398
BENEFITS 011-010-125-512020 RETIREMENT 95,417 108,351 161,366 141,901 (19,465)
BENEFITS 011-010-125-513030 INSURANCE PREMIUMS - MEDICAL 43,224 40,182 55,851 46,280 (9,571)
BENEFITS 011-010-125-513060 FICA TAXES 4,802 4,644 5,983 7,091 1,108
BENEFITS Total 143,442 153,177 223,200 195,272 (27,928)
M & O 011-010-125-522000 SUPPLIES 3,993 3,557 6,000 6,000 -
M & O 011-010-125-525000 ADVERTISEMENT/PROMOTION 4,065 3,515 6,000 6,000 -
M & O 011-010-125-529200 PROFESSIONAL SERVICES - LEGAL - 4,025 - - -
M & O 011-010-125-529215 PROFESSIONAL SERVICES - OTHER 28,957 37,694 39,000 39,000 -
M & O 011-010-125-529300 ELECTION COSTS 2,766 64,091 25,000 25,000 -
M & O 011-010-125-529400 EMERGENCY MANAGEMENT SERVICES - 11,005 7,000 7,000 -
M & O 011-010-125-529500 TRAVEL - - 4,200 4,200 -
M & O 011-010-125-529550 MEMBERSHIP DUES 290 375 1,200 1,400 200
M & O 011-010-125-529600 BOOKS & PUBLICATIONS - - - 225 225
M & O 011-010-125-529670 EMPLOYEE DEVELOPMENT/TRAINING 90 500 9,500 10,200 700
M & O Total 40,161 124,763 97,900 99,025 1,125
TOTAL CITY CLERK (125)520,632 605,100 733,729 783,324 49,595
Page 32 of 134
..
..
Item 4 Page 35 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
CITY CLERK
1 SUPPLIES 011-010-125-522000 Name plates 1,000
2 SUPPLIES 011-010-125-522000 Office supplies 4,000
3 SUPPLIES 011-010-125-522000 Passport supplies - photo paper, equipment 1,000
SUPPLIES Total 6,000
1 ADVERTISEMENT/PROMOTION 011-010-125-525000 Public notifications 5,000
2 ADVERTISEMENT/PROMOTION 011-010-125-525000 Department outreach for elections, community, etc.1,000
ADVERTISEMENT/PROMOTION Total 6,000
1 PROFESSIONAL SERVICES - OTHER 011-010-125-529215 Document storage - city wide 21,000
2 PROFESSIONAL SERVICES - OTHER 011-010-125-529215 Municipal code codification updates 16,000
3 PROFESSIONAL SERVICES - OTHER 011-010-125-529215 Redevelop city of Vernon library plan 1,000
4 PROFESSIONAL SERVICES - OTHER 011-010-125-529215 Ongoing records management & annual records retention schedule updates 1,000
PROFESSIONAL SERVICES - OTHER Total 39,000
1 ELECTION COSTS 011-010-125-529300
Election consultant, materials, supplies, & county services - April General
Municipal Election 25,000
ELECTION COSTS Total 25,000
1 EMERGENCY MANAGEMENT SERVICES 011-010-125-529400 Admnistrations, consulting & other fees 7,000
EMERGENCY MANAGEMENT SERVICES Total 7,000
1 TRAVEL 011-010-125-529500 Conferences/continuing education travel, per diem, mileage & lodging 4,200
TRAVEL Total 4,200
1 MEMBERSHIP DUES 011-010-125-529550 Annual membership dues (IIMC)500
2 MEMBERSHIP DUES 011-010-125-529550 Annual membership dues (ARMA)300
3 MEMBERSHIP DUES 011-010-125-529550 Annual membership dues (CCAC)600
MEMBERSHIP DUES Total 1,400
1 BOOKS & PUBLICATIONS 011-010-125-529600 California Elections Code $200 225
BOOKS & PUBLICATIONS Total 225
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-125-529670
Mandated training & continuing education
TTC $1500
Records Management $500
CalCities New Law $2500
CCAC Annual $1500
CCAC Association Meetings $700
IIMC Annual $2500
CalCities Annual $1000 10,200
EMPLOYEE DEVELOPMENT/TRAINING Total 10,200
Page 33 of 134
..
..
Item 4 Page 36 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: FINANCE
130
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 1,174,451$ 1,310,389$ 1,402,281$ 1,497,939$ 95,658$
BENEFITS 531,213 606,939 743,077 717,901 (25,176)
SUPPLIES/SERVICES 1,155,562 2,666,061 1,510,505 1,750,022 239,517
CAPITAL - - - - -
TOTAL EXPENSES 2,861,225$ 4,583,388$ 3,655,863$ 3,965,862$ 309,999$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Account Clerk 0.00 115,576$ -$ -$ -$ -$
Accountant 1.00 - 74,980 80,304 87,699 7,395
Accountant, Senior 0.00 102,432 - - - -
Assistant Buyer 1.00 81,758 84,166 85,819 91,000 5,181
Assistant Finance Director 0.00 158,906 - - - -
Business and Account Supervisor 1.00 145,633 149,957 152,925 156,210 3,285
Business License Clerk 0.00 51,735 - - - -
Buyer 1.00 94,409 97,196 99,110 104,824 5,714
Deputy City Treasurer 1.00 166,851 171,857 175,293 177,012 1,719
Director of Finance/City Treasurer 1.00 218,289 235,645 251,996 265,598 13,602
Finance Manager 1.00 - 134,654 144,214 152,910 8,696
Finance Specialist 3.00 - 111,903 163,471 187,786 24,315
Finance Specialist, Senior 0.00 - 69,509 - - -
Financial Services Admnistrator 1.00 - 134,654 137,345 152,910 15,565
Payroll Analyst 1.00 - - - 96,690 96,690
Payroll Specialist 0.00 77,937 - 81,804 - (81,804)
Payroll Technician, Senior 0.00 - 80,229 - - -
Risk Management Assistant 0.00 69,180 - - - -
Overtime 5,000 5,000 5,000 6,000 1,000
Payout (vacation and sick excess hours)22,800 29,300 25,000 19,300 (5,700)
DEPARTMENT TOTALS 12.00 1,310,506$ 1,379,050$ 1,402,281$ 1,497,939$ 95,658$
Page 34 of 134
..
..
Item 4 Page 37 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
FINANCE
SALARIES 011-010-130-501010 SALARIES - REGULAR 1,081,451 1,240,448 1,323,028 1,418,796 95,768
SALARIES 011-010-130-501012 SALARIES - PREMIUMS 91,585 69,940 74,253 73,143 (1,110)
SALARIES 011-010-130-501020 SALARIES - O.T. 1,415 - 5,000 6,000 1,000
SALARIES Total 1,174,451 1,310,389 1,402,281 1,497,939 95,658
BENEFITS 011-010-130-512020 RETIREMENT 345,776 411,652 540,167 483,099 (57,068)
BENEFITS 011-010-130-513030 INSURANCE PREMIUMS - MEDICAL 166,449 173,579 202,837 213,082 10,245
BENEFITS 011-010-130-513060 FICA TAXES 16,737 18,677 73 21,720 21,647
BENEFITS 011-010-130-513070 UNEMPLOYMENT 2,250 3,032 - - -
BENEFITS Total 531,213 606,939 743,077 717,901 (25,176)
M & O 011-010-130-520035 INSURANCE - PROPERTY/CRIME 793,042 864,171 1,090,742 1,293,140 202,398
M & O 011-010-130-520090 CLAIMS - SIR SETTLEMENTS 44,750 1,374,310 - - -
M & O 011-010-130-522000 SUPPLIES 37,461 38,588 54,200 54,200 -
M & O 011-010-130-523015 REAL ESTATE TAXES 5,862 5,811 6,000 6,200 200
M & O 011-010-130-523030 BAD DEBT EXPENSE (50,469) - - - -
M & O 011-010-130-529010 BANK SERVICE FEES 141,636 159,365 120,000 120,000 -
M & O 011-010-130-529215 PROFESSIONAL SERVICES - OTHER 60,117 52,447 41,400 78,656 37,256
M & O 011-010-130-529225 PROFESSIONAL SVCS - TECHNICAL 120,370 166,081 177,802 177,465 (337)
M & O 011-010-130-529500 TRAVEL - 2,914 9,300 9,300 -
M & O 011-010-130-529550 MEMBERSHIP DUES 1,557 577 2,511 2,511 -
M & O 011-010-130-529600 BOOKS & PUBLICATIONS 936 1,197 2,550 2,550 -
M & O 011-010-130-529670 EMPLOYEE DEVELOPMENT/TRAINING 300 600 6,000 6,000 -
M & O Total 1,155,562 2,666,061 1,510,505 1,750,022 37,119
TOTAL FINANCE (130)2,861,225 4,583,388 3,655,863 3,965,862 107,601
Page 35 of 134
..
..
Item 4 Page 38 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
FINANCE
1 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - excess liability 653,485
2 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - excess workers compensation 201,754
3 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - employee crime 4,010
4 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - commercial property 94,657
5 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - residential property 41,553
6 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - environmental impairment liability 76,033
7 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - cyber liability 46,943
8 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - terrorism 61,397
9 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - contractor's equipment 17,007
10 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - special events 3,801
11 INSURANCE - PROPERTY/CRIME 011-010-130-520035 Insurance - brokerage fee 92,500
INSURANCE - PROPERTY/CRIME Total 1,293,140
1 SUPPLIES 011-010-130-522000 Cash register receipt paper 200
2 SUPPLIES 011-010-130-522000 Office supplies 7,500
3 SUPPLIES 011-010-130-522000 Business forms (envelopes, checks, etc.)1,500
4 SUPPLIES 011-010-130-522000 Postage 45,000
SUPPLIES Total 54,200
1 REAL ESTATE TAXES 011-010-130-523015 Possessory interest tax (Austin Trucking Inc.)6,200
REAL ESTATE TAXES Total 6,200
1 BANK SERVICE FEES 011-010-130-529010 Bank analysis (East West Bank)30,000
2 BANK SERVICE FEES 011-010-130-529010 Credit card processing fees (OpenEdge)90,000
BANK SERVICE FEES Total 120,000
1 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 Sales taxes 11,090
2 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 Property taxes 9,486
3 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 Safety and warehouse parcel tax direct assessment fees 17,180
4 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 Collection agency fees 2,000
5 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 Technical & fundamental real-time market 30,000
6 PROFESSIONAL SERVICES - OTHER 011-010-130-529215 LAFCO charges 8,900
PROFESSIONAL SERVICES - OTHER Total 78,656
1 PROFESSIONAL SVCS - TECHNICAL 011-010-130-529225 Audit of City's Annual Consolidated Financial Report 125,000
2 PROFESSIONAL SVCS - TECHNICAL 011-010-130-529225 UUT auditing services 15,385
3 PROFESSIONAL SVCS - TECHNICAL 011-010-130-529225 Worker's compensation and general liability actuarial reports 6,000
4 PROFESSIONAL SVCS - TECHNICAL 011-010-130-529225 GASB 68 report and census data file (misc. and safety)6,000
5 PROFESSIONAL SVCS - TECHNICAL 011-010-130-529225
Actuarial consulting, GASB 75 - OPEB actuarial reports, and other technology
services 25,080
PROFESSIONAL SVCS - TECHNICAL Total 177,465
1 TRAVEL 011-010-130-529500 Conferences / seminar/training travel/mileage 7,200
2 TRAVEL 011-010-130-529500 Per diem, airfare, and lodging 2,100
TRAVEL Total 9,300
1 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (Cal Municipal Treasurers Association)310
2 MEMBERSHIP DUES 011-010-130-529550 CAPPO & CMRTA dues 260
3 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (GFOA)600
4 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (CSMFO)600
5 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (American Payroll Association)516
6 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (Public Agency Risk Management Association)150
7 MEMBERSHIP DUES 011-010-130-529550 Professional membership dues (League of California Cities)75
MEMBERSHIP DUES Total 2,511
1 BOOKS & PUBLICATIONS 011-010-130-529600 Accounting/financial statement publications (GFOA)500
2 BOOKS & PUBLICATIONS 011-010-130-529600 Accounting/financial statement publications (GASB)300
3 BOOKS & PUBLICATIONS 011-010-130-529600 Department reference materials 250
4 BOOKS & PUBLICATIONS 011-010-130-529600 Accounting and payroll reporting guides and regulations 1,500
BOOKS & PUBLICATIONS Total 2,550
1 EMPLOYEE DEVELOPMENT/TRAINING 011-010-130-529670 Continuing professional education 2,000
2 EMPLOYEE DEVELOPMENT/TRAINING 011-010-130-529670 Risk management cert. continuing professional education 2,000
3 EMPLOYEE DEVELOPMENT/TRAINING 011-010-130-529670 Training material/courses estimated 2,000
EMPLOYEE DEVELOPMENT/TRAINING Total 6,000
Page 36 of 134
..
..
Item 4 Page 39 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: COMMUNITY PROMOTION
140
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SUPPLIES/SERVICES 506,075$ 500,725$ 500,000$ 100,000$ (400,000)$
TOTAL EXPENSES 506,075$ 500,725$ 500,000$ 100,000$ (400,000)$
Page 37 of 134
..
..
Item 4 Page 40 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
COMMUNITY PROMOTION
M & O 011-010-140-522000 SUPPLIES - - 400 400 -
M & O 011-010-140-529215 PROFESSIONAL SERVICES - OTHER 400 107,400 111,800 36,800 (75,000)
M & O 011-010-140-529715 GOOD NEIGHBOR PROGRAM 505,675 393,325 387,800 62,800 (325,000)
M & O Total 506,075 500,725 500,000 100,000 (400,000)
TOTAL COMMUNITY PROMOTION (140)506,075 500,725 500,000 100,000 (400,000)
Page 38 of 134
..
..
Item 4 Page 41 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
COMMUNITY PROMOTION
1 SUPPLIES 011-010-140-522000 Certificate frames/holders 400
SUPPLIES Total 400
1 PROFESSIONAL SERVICES - OTHER 011-010-140-529215
Contract Services for administration of Good Neighbor Program/Vernon
CommUNITY Fund Grant Committee 35,000
2 PROFESSIONAL SERVICES - OTHER 011-010-140-529215 Committee member stipends 1,800
PROFESSIONAL SERVICES - OTHER Total 36,800
1 GOOD NEIGHBOR PROGRAM 011-010-140-529715 VCF Grant awards 62,800
PROFESSIONAL SERVICES - OTHER Total 62,800
Page 39 of 134
..
..
Item 4 Page 42 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: INDUSTRIAL DEVELOPMENT
150
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SUPPLIES/SERVICES 20,898$ 38,142$ 158,300$ 117,600$ (40,700)$
TOTAL EXPENSES 20,898$ 38,142$ 158,300$ 117,600$ (40,700)$
Page 40 of 134
..
..
Item 4 Page 43 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
INDUSTRIAL DEVELOPMENT
M & O 011-010-150-522000 SUPPLIES - - 1,000 700 (300)
M & O 011-010-150-525000 ADVERTISEMENT/PROMOTION 19,480 31,423 101,500 106,000 4,500
M & O 011-010-150-529215 PROFESSIONAL SERVICES - OTHER 400 500 44,800 4,800 (40,000)
M & O 011-010-150-529500 TRAVEL - - 5,000 - (5,000)
M & O 011-010-150-529550 MEMBERSHIP DUES - 5,000 5,000 5,000 -
M & O 011-010-150-529600 BOOKS & PUBLICATIONS 1,017 1,219 1,000 1,100 100
M & O Total 20,898 38,142 158,300 117,600 (40,700)
TOTAL INDUSTRIAL DEVELOPMENT (150)20,898 38,142 158,300 117,600 (40,700)
Page 41 of 134
..
..
Item 4 Page 44 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
INDUSTRIAL DEVELOPMENT
1 SUPPLIES 011-010-150-522000 Copy paper 100
2 SUPPLIES 011-010-150-522000 General office supplies 300
3 SUPPLIES 011-010-150-522000 Name plates 100
4 SUPPLIES 011-010-150-522000 Mail 200
SUPPLIES Total 700
1 ADVERTISEMENT/PROMOTION 011-010-150-525000 Vernon Chamber - installation luncheon/economic forecast/golf tourney 30,000
2 ADVERTISEMENT/PROMOTION 011-010-150-525000 Miscellaneous sponsorship/event attendance 5,000
3 ADVERTISEMENT/PROMOTION 011-010-150-525000 Misc trade events 2,500
4 ADVERTISEMENT/PROMOTION 011-010-150-525000 West Side Project promotion (trade shows, events, etc.)10,000
5 ADVERTISEMENT/PROMOTION 011-010-150-525000 Business appreciation/recognition (publications, etc.)20,000
6 ADVERTISEMENT/PROMOTION 011-010-150-525000 Business appreciation/recognition (events, advertisement, etc.)5,000
7 ADVERTISEMENT/PROMOTION 011-010-150-525000 Industrial Fair 5,000
8 ADVERTISEMENT/PROMOTION 011-010-150-525000 Economic development strategic marketing & communications 10,000
9 ADVERTISEMENT/PROMOTION 011-010-150-525000 Banners/ brochures/promotional materials/events 10,000
10 ADVERTISEMENT/PROMOTION 011-010-150-525000 Other promotional items 8,500
ADVERTISEMENT/PROMOTION Total 106,000
1 PROFESSIONAL SERVICES - OTHER 011-010-150-529215 Vernon Business & Industry Commission meeting stipends 4,800
PROFESSIONAL SERVICES - OTHER Total 4,800
1 MEMBERSHIP DUES 011-010-150-529550 Membership dues (LAEDC)5,000
MEMBERSHIP DUES Total 5,000
1 BOOKS & PUBLICATIONS 011-010-150-529600 Annual subscription (Los Angeles Business Journal)280
2 BOOKS & PUBLICATIONS 011-010-150-529600 Annual subscription (Los Angeles Times)820
BOOKS & PUBLICATIONS Total 1,100
Page 42 of 134
..
..
Item 4 Page 45 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: COMMUNITY DEVELOPMENT
160
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SUPPLIES/SERVICES 124,516$ 235,610$ 447,900$ 218,900$ (229,000)$
TOTAL EXPENSES 124,516$ 235,610$ 447,900$ 218,900$ (229,000)$
Page 43 of 134
..
..
Item 4 Page 46 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
COMMUNITY DEVELOPMENT
M & O 011-010-160-525000 ADVERTISEMENT/PROMOTION 34,810 159,393 213,900 88,900 (125,000)
M & O 011-010-160-529215 PROFESSIONAL SERVICES - OTHER - 51,741 171,000 98,000 (73,000)
M & O 011-010-160-529715 GOOD NEIGHBOR PROGRAM 89,706 24,475 63,000 32,000 (31,000)
M & O Total 124,516 235,610 447,900 218,900 (229,000)
CAPITAL OUTLAY 011-010-160-660010 CAPITAL EQUIPMENT - AUTO 209,006 - - - -
CAPITAL OUTLAY Total 209,006 - - - -
TOTAL COMMUNITY DEVELOPMENT (160)333,522 235,610 447,900 218,900 (229,000)
Page 44 of 134
..
..
Item 4 Page 47 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
COMMUNITY DEVELOPMENT
1 ADVERTISEMENT/PROMOTION 011-010-160-525000
City hosted events for the community (e.g. seasonal outreach, town hall
meetings, business community engagement)40,000
2 ADVERTISEMENT/PROMOTION 011-010-160-525000
Food and beverage purchases for community outreach events including
National Night Out, Coffee with a Cop, and DARE, activities and products
related to community outreach events and recognition awards 8,000
3 ADVERTISEMENT/PROMOTION 011-010-160-525000 Promotional materials/collateral 5,000
4 ADVERTISEMENT/PROMOTION 011-010-160-525000 Miscellaneous sponsorship/ event attendance 5,000
5 ADVERTISEMENT/PROMOTION 011-010-160-525000 Miscellaneous sponsorships/support for organizations in Southeast region 20,000
6 ADVERTISEMENT/PROMOTION 011-010-160-525000 Holiday fundraiser 500
7 ADVERTISEMENT/PROMOTION 011-010-160-525000 PD promotion/outreach for breast cancer awareness 5,400
8 ADVERTISEMENT/PROMOTION 011-010-160-525000 Holiday light show display equipment 4,000
9 ADVERTISEMENT/PROMOTION 011-010-160-525000 Citywide cleanup 1,000
ADVERTISEMENT/PROMOTION Total 88,900
1 PROFESSIONAL SERVICES - OTHER 011-010-160-529215 Crossing guard services 38,000
2 PROFESSIONAL SERVICES - OTHER 011-010-160-529215
Contracted services for the provision of social/educational programs in Vernon
and YMCA memberships for Vernon residents 60,000
PROFESSIONAL SERVICES - OTHER Total 98,000
1 GOOD NEIGHBOR PROGRAM 011-010-160-529715 Periodic donations 2,000
2 GOOD NEIGHBOR PROGRAM 011-010-160-529715
Periodic donations/programs to promote wellness (e.g. home water filters,
energy saving light bulbs, air purifiers)5,000
3 GOOD NEIGHBOR PROGRAM 011-010-160-529715 Investments for beautification, promotion, branding 25,000
GOOD NEIGHBOR PROGRAM Total 32,000
Page 45 of 134
..
..
Item 4 Page 48 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: HEALTH
200
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 740,272$ 834,887$ 891,398$ 930,052$ 38,654$
BENEFITS 310,063 369,485 446,958 483,531 36,573
SUPPLIES/SERVICES 306,864 207,502 832,000 1,246,000 414,000
CAPITAL - 130,341 200,000 - (200,000)
TOTAL EXPENSES 1,357,199$ 1,542,215$ 2,370,356$ 2,659,583$ 289,227$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Analyst 0.00 -$ -$ -$ -$ -
Administrative Assistant 1.00 -$ -$ 49,300$ 53,840$ 4,540
Administrative Intern 0.50 - - - 19,817 19,817
Deputy Director of Health and Environmental Control 1.00 - 165,355 171,746 181,812 10,066
Director of Health and Environmental Control 1.00 239,576 246,620 251,456 247,865 (3,591)
Environmental Health Intern (2)0.20 9,000 9,489 6,120 7,622 1,502
Environmental Health Specialist 2.00 245,781 269,295 263,848 189,175 (74,673)
Environmental Health Specialist Trainee 1.00 - - - 75,651 75,651
Environmental Health Technician 2.00 115,712 129,576 134,428 127,770 (6,658)
-
-
Payout (vacation and sick excess hours)2,000 4,900 4,500 1,500 (3,000)
Overtime 1,000 1,000 10,000 25,000 15,000
DEPARTMENT TOTALS 8.70 613,069$ 826,235$ 891,398$ 930,052$ 38,654$
Page 46 of 134
..
..
Item 4 Page 49 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
HEALTH
SALARIES 011-020-200-501010 SALARIES - REGULAR 695,945 806,328 862,164 894,852 32,688
SALARIES 011-020-200-501012 SALARIES - PREMIUMS 22,582 19,763 19,234 10,200 (9,034)
SALARIES 011-020-200-501020 SALARIES - O.T. 21,745 8,796 10,000 25,000 15,000
SALARIES Total 740,272 834,887 891,398 930,052 38,654
BENEFITS 011-020-200-512020 RETIREMENT 202,290 244,459 327,655 292,163 (35,492)
BENEFITS 011-020-200-513030 INSURANCE PREMIUMS - MEDICAL 87,796 103,929 103,378 174,882 71,504
BENEFITS 011-020-200-513060 FICA TAXES 14,401 14,863 12,925 13,486 561
BENEFITS 011-020-200-513070 UNEMPLOYMENT 5,577 6,234 3,000 3,000 -
BENEFITS Total 310,063 369,485 446,958 483,531 36,573
M & O 011-020-200-520090 CLAIMS - SIR SETTLEMENTS 100,000 - - - -
M & O 011-020-200-522000 SUPPLIES 40,460 19,853 25,000 25,000 -
M & O 011-020-200-526000 UTILITIES 9,760 12,774 10,000 10,000 -
M & O 011-020-200-527000 VEHICLE EXPENSE 9,462 8,937 5,000 5,000 -
M & O 011-020-200-529000 REPAIRS & MAINTENANCE - - 5,000 5,000 -
M & O 011-020-200-529225 PROFESSIONAL SVCS - TECHNICAL 141,023 159,641 735,000 1,029,000 294,000
M & O 011-020-200-529230 HEALTH SERVICES - - - 100,000 100,000
M & O 011-020-200-529500 TRAVEL - 1,123 30,000 20,000 (10,000)
M & O 011-020-200-529550 MEMBERSHIP DUES 1,991 1,916 5,000 5,000 -
M & O 011-020-200-529600 BOOKS & PUBLICATIONS 279 1,221 2,000 2,000 -
M & O 011-020-200-529670 EMPLOYEE DEVELOPMENT/TRAINING 3,888 2,037 15,000 20,000 5,000
M & O 011-020-200-529675 GREEN VERNON COMMISSION - - - 25,000 25,000
M & O Total 306,864 207,502 832,000 1,246,000 414,000
CAPITAL OUTLAY 011-020-200-660000 CAPITAL OUTLAY - 130,341 200,000 - (200,000)
CAPITAL OUTLAY Total - 130,341 200,000 - (200,000)
TOTAL HEALTH (200)1,357,199 1,542,215 2,370,356 2,659,583 289,227
Page 47 of 134
..
..
Item 4 Page 50 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
HEALTH
1 SUPPLIES 011-020-200-522000 Department supplies, laboratory supplies, etc 25,000
SUPPLIES Total 25,000
1 UTILITIES 011-020-200-526000 Utilities 10,000
UTILITIES Total 10,000
1 VEHICLE EXPENSE 011-020-200-527000 Vehicle expenses, vehicle fuel, maintenance and car wash 5,000
VEHICLE EXPENSE Total 5,000
1 REPAIRS & MAINTENANCE 011-020-200-529000
Repair, maintenance, and calibration of monitoring and other technical
equipment.5,000
REPAIRS & MAINTENANCE Total 5,000
1 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 TETRA TECH - Voluntary clean up agreement sub contract 20,000
2 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 BACKFLOW DEVICE- Testing results data management software.25,000
3 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 OCEAN BLUE - On Call Environmental clean up services 250,000
4 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 SESPE - Environmental remediation technical consulting services 100,000
5 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225
INCIDENTALS - Unplanned technical consulting services required by the
department.100,000
6 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 DTSC - Voluntary clean up agreement 100,000
7 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 CALARP - Publication services 5,000
8 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 PIC - Voluntary clean up agreement sub contract 100,000
9 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 SEAACA - Animal control services 24,000
10 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 SESPE - Odor assessment and related services.200,000
11 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 CERTIFIED LABORATORY SERVICES - Sample analysis services 5,000
12 PROFESSIONAL SVCS - TECHNICAL 011-020-200-529225 ESA - Environmental sustainability action plan technical consulting services 100,000
PROFESSIONAL SVCS - TECHNICAL Total 1,029,000
1 HEALTH SERVICES 011-020-200-529230 Health Officer services 100,000
HEALTH SERVICES Total 100,000
1 TRAVEL 011-020-200-529500 Conferences and meetings not related to training 20,000
TRAVEL Total 20,000
1 MEMBERSHIP DUES 011-020-200-529550
Various memberships and license dues (REHS license, ICC certificate,
SWANA, Air & Waste, Recycling Market Dev. Zone, California Product
Stewardship Council, and Other)5,000
MEMBERSHIP DUES Total 5,000
1 BOOKS & PUBLICATIONS 011-020-200-529600 Professional publications and subscriptions 2,000
BOOKS & PUBLICATIONS Total 2,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-020-200-529670 Professional and technical training 20,000
EMPLOYEE DEVELOPMENT/TRAINING Total 20,000
1 GREEN VERNON COMMISSION 011-020-200-529675 Travel, training and other incidental expenses for commission members 20,000
2 GREEN VERNON COMMISSION 011-020-200-529675 Stipends for commission members 5,000
GREEN VERNON COMMISSION Total 25,000
Page 48 of 134
..
..
Item 4 Page 51 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: POLICE
300
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 6,986,241$ 6,970,199$ 7,494,847$ 8,031,542$ 536,695$
BENEFITS 5,140,706 5,589,475 6,177,670 6,414,089 236,419
SUPPLIES/SERVICES 430,745 487,287 486,046 575,841 89,795
CAPITAL 276,989 430,298 265,000 252,500 (12,500)
TOTAL EXPENSES 12,834,681$ 13,477,259$ 14,423,563$ 15,273,972$ 850,409$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Secretary 1.00 80,858$ 83,265$ 84,919$ 88,300$ 3,381$
Civilian Court Officer 1.00 79,834 82,211 147,364 62,328 (85,036)
Police Captain 1.00 239,888 246,215 239,207 271,598 32,391
Police Chief 1.00 286,372 294,934 272,938 302,281 29,343
Police Community Services Officer 1.00 27,761 29,975 28,535 62,659 34,124
Police Dispatcher 6.50 531,245 550,242 561,073 588,621 27,548
Police Dispatcher, Lead 1.00 95,721 98,575 100,534 104,541 4,007
Police Lieutenant 2.50 381,889 415,564 394,958 504,444 109,486
Police Officer 33.00 3,498,801 3,640,029 3,715,263 3,967,164 251,901
Police Records Manager 1.00 113,532 101,081 109,270 117,556 8,286
Police Records Technician 2.00 111,861 110,774 111,535 117,699 6,164
Police Records Technician, Lead 1.00 66,629 68,609 69,970 72,751 2,781
Police Sergeant 7.00 1,051,561 1,081,556 1,054,781 1,154,400 99,619
Overtime 350,000 350,000 370,000 390,000 20,000
On-Call 5,000 5,000 5,000 5,000 -
Payout (excess vacation and sick hours)158,000 228,100 229,000 221,700 (7,300)
Shooting Pay 500 500 500 500 -
DEPARTMENT TOTALS 59.00 7,079,452$ 7,386,630$ 7,494,847$ 8,031,542$ 536,695$
Page 49 of 134
..
..
Item 4 Page 52 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
POLICE
SALARIES 011-030-300-501010 SALARIES - REGULAR 5,454,432 5,471,336 5,969,571 6,429,000 459,429
SALARIES 011-030-300-501012 SALARIES - PREMIUMS 1,008,143 1,169,505 1,005,878 1,109,404 103,526
SALARIES 011-030-300-501020 SALARIES - O.T. 375,527 139,511 370,000 390,000 20,000
SALARIES 011-595-300-501020 SALARIES - O.T.47,706 62,848 - - -
SALARIES 011-695-300-501010 SALARIES - REGULAR 66,211 93,664 134,324 97,238 (37,086)
SALARIES 011-695-300-501012 SALARIES - PREMIUMS 18,187 17,965 15,074 5,900 (9,174)
SALARIES 011-695-300-501020 SALARIES - O.T.16,036 15,370 - - -
SALARIES Total 6,986,241 6,970,199 7,494,847 8,031,542 536,695
BENEFITS 011-030-300-512020 RETIREMENT 3,718,512 4,119,239 4,636,508 4,804,590 168,082
BENEFITS 011-030-300-513030 INSURANCE PREMIUMS - MEDICAL 920,425 885,442 985,345 1,084,487 99,142
BENEFITS 011-030-300-513060 FICA TAXES 93,388 92,177 106,509 114,962 8,453
BENEFITS 011-030-300-513070 UNEMPLOYMENT (323) - 1,000 1,000 -
BENEFITS 011-595-300-513030 INSURANCE PREMIUMS - MEDICAL 42 63 - - -
BENEFITS 011-595-300-513060 FICA TAXES 678 900 - - -
BENEFITS 011-695-300-512020 RETIREMENT 7,830 6,916 40,020 4,989 (35,031)
BENEFITS 011-695-300-513030 INSURANCE PREMIUMS - MEDICAL 13,504 12,938 26,122 22,565 (3,557)
BENEFITS 011-695-300-513060 FICA TAXES 1,429 3,394 2,166 1,496 (670)
BENEFITS 011-030-300-514090 CLAIMS - WORKER'S COMP 385,221 468,407 380,000 380,000 -
BENEFITS Total 5,140,706 5,589,475 6,177,670 6,414,089 236,419
M & O 011-030-300-520090 CLAIMS - SIR SETTLEMENTS 3,024 - - - -
M & O 011-030-300-522000 SUPPLIES 52,787 43,872 46,500 84,300 37,800
M & O 011-030-300-522050 SUPPLIES - COMMUNITY OUTREACH 175 - - - -
M & O 011-030-300-523030 BAD DEBT EXPENSE 8,874 - - - -
M & O 011-030-300-524000 UNIFORMS 14,695 15,356 12,800 12,800 -
M & O 011-030-300-525000 ADVERTISEMENT/PROMOTION 2,120 - - - -
M & O 011-030-300-526000 UTILITIES 6,648 6,791 6,600 6,600 -
M & O 011-030-300-527000 VEHICLE EXPENSE 145,286 208,545 160,000 165,000 5,000
M & O 011-030-300-529000 REPAIRS & MAINTENANCE 2,941 8,323 20,000 25,500 5,500
M & O 011-030-300-529215 PROFESSIONAL SERVICES - OTHER 37,543 42,777 78,680 117,400 38,720
M & O 011-030-300-529220 PROFESSIONAL SERVICES - ADMIN 61,968 48,079 95,220 95,220 -
M & O 011-030-300-529500 TRAVEL 20,226 37,196 30,000 30,000 -
M & O 011-030-300-529550 MEMBERSHIP DUES 3,197 7,696 6,276 9,051 2,775
M & O 011-030-300-529600 BOOKS & PUBLICATIONS 1,755 1,719 1,970 1,970 -
M & O 011-030-300-529670 EMPLOYEE DEVELOPMENT/TRAINING 19,258 29,994 28,000 28,000 -
M & O 011-595-300-522000 SUPPLIES - 1,375 - - -
M & O 011-595-300-529500 TRAVEL - 405 - - -
M & O 011-795-300-522000 SUPPLIES 13,009 13,098 - - -
M & O 011-795-300-524000 UNIFORMS - 5,184 - - -
M & O 011-795-300-529215 PROFESSIONAL SERVICES - OTHER 26,780 6,489 - - -
M & O 011-795-300-529670 EMPLOYEE DEVELOPMENT/TRAINING 9,700 9,700 - - -
M & O 011-895-300-526000 UTILITIES 760 687 - - -
M & O Total 430,745 487,287 486,046 575,841 89,795
CAPITAL OUTLAY 011-030-300-660010 CAPITAL EQUIPMENT - AUTO 104,954 81,162 55,000 75,000 20,000
CAPITAL OUTLAY 011-030-300-660015 CAPITAL EQUIPMENT - NONAUTO 164,244 314,136 210,000 177,500 (32,500)
CAPITAL OUTLAY 011-595-300-660010 CAPITAL EQUIPMENT - AUTO - 35,000 - - -
CAPITAL OUTLAY 011-795-300-660015 CAPITAL EQUIPMENT - NONAUTO 7,791 - - - -
CAPITAL OUTLAY Total 276,989 430,298 265,000 252,500 (12,500)
TOTAL POLICE (300)12,834,681 13,477,259 14,423,563 15,273,972 850,409
Page 50 of 134
..
..
Item 4 Page 53 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
POLICE
1 SUPPLIES 011-030-300-522000 Duty and training ammunition 15,000
2 SUPPLIES 011-030-300-522000 Office supplies (including items obtained from the City warehouse)9,078
3 SUPPLIES 011-030-300-522000 Office and necessary field supplies 15,000
4 SUPPLIES 011-030-300-522000 Shooting range supplies (firearms parts, cleaning solvents, targets)5,100
5 SUPPLIES 011-030-300-522000 Paper-based orders (business cards, envelopes, citations)2,550
6 SUPPLIES 011-030-300-522000 Dry cleaning service for jail and locker room towels 500
7 SUPPLIES 011-030-300-522000 Supplies for department sponsored events 3,272
8 SUPPLIES 011-030-300-522000 PD promotional items 5,000
9 SUPPLIES 011-030-300-522000 Taser equipment 2,800
10 SUPPLIES 011-030-300-522000 Rounds for bean bag shotgun 4,500
11 SUPPLIES 011-030-300-522000 Three (3) Lidar speed detectors 4,500
12 SUPPLIES 011-030-300-522000 Thirty (30) desk chairs 12,000
13 SUPPLIES 011-030-300-522000 Two (2) night vision imaging systems 5,000
SUPPLIES Total 84,300
1 UNIFORMS 011-030-300-524000 Uniforms new/replacement 9,200
2 UNIFORMS 011-030-300-524000 Uniform stipend for one (1) reserve police officer 3,600
UNIFORMS Total 12,800
1 UTILITIES 011-030-300-526000 City fiber optics charge (includes internet)6,600
UTILITIES Total 6,600
1 VEHICLE EXPENSE 011-030-300-527000 Vehicle fuel from City pumps 75,000
2 VEHICLE EXPENSE 011-030-300-527000 Vehicle maintenance by the City, including car washing 86,000
3 VEHICLE EXPENSE 011-030-300-527000 P-card gas purchases for City owned vehicles 3,500
4 VEHICLE EXPENSE 011-030-300-527000 Area E mutual aid vehicle maintenance 500
VEHICLE EXPENSE Total 165,000
1 REPAIRS & MAINTENANCE 011-030-300-529000 Repairs for PD equipment and misc maintenance materials 3,000
2 REPAIRS & MAINTENANCE 011-030-300-529000 Shooting range maintenance 12,000
3 REPAIRS & MAINTENANCE 011-030-300-529000 Radio maintenance 10,500
REPAIRS & MAINTENANCE Total 25,500
1 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Background investigator services 16,000
2 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Independent internal affairs investigation services 10,000
3 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Prisoner pre-booking examinations 16,000
4 PROFESSIONAL SERVICES - OTHER 011-030-300-529215
Policy manual subscription/maintenance, training module
subscription/maintenance, and Cordico Wellness application 33,400
5 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Narcan program 5,000
6 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Flock Cameras 14,000
7 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Installation of new in-car camera systems 10,000
8 PROFESSIONAL SERVICES - OTHER 011-030-300-529215 Recruitment video 13,000
PROFESSIONAL SERVICES - OTHER Total 117,400
1 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Outsourced jail booking fees 70,000
2 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Traffic violation ticket processing fees 16,000
3 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Parking citation processing service 5,000
4 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Firearms training park usage 600
5 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Truck weighing service (commercial enforcement)100
6 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Medical waste removal service 2,020
7 PROFESSIONAL SERVICES - ADMIN 011-030-300-529220 Language translation service 1,500
PROFESSIONAL SERVICES - ADMIN Total 95,220
1 TRAVEL 011-030-300-529500 Travel expenses associated with employee training 30,000
TRAVEL Total 30,000
1 MEMBERSHIP DUES 011-030-300-529550 LA County annual dues 2,000
2 MEMBERSHIP DUES 011-030-300-529550 International annual dues 2,500
3 MEMBERSHIP DUES 011-030-300-529550 Federal annual dues 450
4 MEMBERSHIP DUES 011-030-300-529550 Area E disaster management dues 1,656
5 MEMBERSHIP DUES 011-030-300-529550 CA annual membership dues 2,445
MEMBERSHIP DUES Total 9,051
1 BOOKS & PUBLICATIONS 011-030-300-529600 Various directories, legal resources and/or manuals 1,970
BOOKS & PUBLICATIONS Total 1,970
1 EMPLOYEE DEVELOPMENT/TRAINING 011-030-300-529670 Various training for PD staff 28,000
EMPLOYEE DEVELOPMENT/TRAINING Total 28,000
Page 51 of 134
..
..
Item 4 Page 54 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
1 CAPITAL EQUIPMENT - AUTO 011-030-300-660010 New Patrol vehicle 75,000
CAPITAL EQUIPMENT - AUTO Total 75,000
1 CAPITAL EQUIPMENT - NONAUTO 011-030-300-660015 Vehicle emergency equipment packages 40,000
2 CAPITAL EQUIPMENT - NONAUTO 011-030-300-660015 Public safety drone 18,500
3 CAPITAL EQUIPMENT - NONAUTO 011-030-300-660015 Office furniture for Evidence Room 9,000
4 CAPITAL EQUIPMENT - NONAUTO 011-030-300-660015 One (1) Motorola APX8500 mobile radio 10,000
5 CAPITAL EQUIPMENT - NONAUTO 011-030-300-660015 Bi-Directional amplifier 100,000
CAPITAL EQUIPMENT - NONAUTO Total 177,500
Page 52 of 134
..
..
Item 4 Page 55 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: FIRE
305
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 4,200,218$ -$ -$ -$ -$
BENEFITS 4,756,641 4,504,743 4,863,948 4,774,647 (89,301)
SUPPLIES/SERVICES 13,240,102 16,793,774 16,991,866 16,991,866 -
CAPITAL - - - - -
TOTAL EXPENSES 22,196,960$ 21,298,517$ 21,855,814$ 21,766,513$ (89,301)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Assistant, Senior 0.00 35,415$ -$ -$ -$ -$
Assistant Fire Marshal 0.00 - - - - -
Fire Administrative Analyst 0.00 54,527 - - - -
Fire Battalion Chief 0.00 115,603 - - - -
Fire Captain 0.00 961,681 - - - -
Fire Chief 0.00 129,421 - - - -
Fire Code Inspector 0.00 32,266 51,129 - - -
Fire Engineer 0.00 793,726 - - - -
Firefighter 0.00 704,737 - - - -
Firefighter/Paramedic 0.00 543,278 - - - -
Firefighter/Paramedic Coordinator 0.00 61,914 - - - -
Overtime 750,000 - - - -
-
In-Lieu Holiday Payout - - - - -
Payout (excess vacation and sick hours)128,000 - - - -
DEPARTMENT TOTALS 0.00 4,310,568$ 51,129$ -$ -$ -$
Page 53 of 134
..
..
Item 4 Page 56 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
FIRE
SALARIES 011-030-305-501010 SALARIES - REGULAR 1,818,000 - - - -
SALARIES 011-030-305-501012 SALARIES - PREMIUMS 1,859,240 - - - -
SALARIES 011-030-305-501020 SALARIES - O.T. 522,978 - - - -
SALARIES Total 4,200,218 - - - -
BENEFITS 011-030-305-512020 RETIREMENT 4,178,084 4,360,512 4,863,948 4,624,647 (239,301)
BENEFITS 011-030-305-513030 INSURANCE PREMIUMS - MEDICAL 291,028 - - - -
BENEFITS 011-030-305-513060 FICA TAXES 51,431 - - - -
BENEFITS 011-030-305-513070 UNEMPLOYMENT 4,950 5,845 - - -
BENEFITS 011-030-305-514090 CLAIMS - WORKER'S COMP 231,147 138,387 - 150,000 150,000
BENEFITS Total 4,756,641 4,504,743 4,863,948 4,774,647 (89,301)
M & O 011-030-305-522000 SUPPLIES 23,683 - - - -
M & O 011-030-305-523030 BAD DEBT EXPENSE 37,200 - - - -
M & O 011-030-305-524000 UNIFORMS 32 - - - -
M & O 011-030-305-526000 UTILITIES 82,858 7,912 8,500 8,500 -
M & O 011-030-305-527000 VEHICLE EXPENSE 62,749 - - - -
M & O 011-030-305-527500 LEASES AND RENTALS 2,103,365 - - - -
M & O 011-030-305-529000 REPAIRS & MAINTENANCE 9,735 - - - -
M & O 011-030-305-529215 PROFESSIONAL SERVICES - OTHER 10,883,200 16,785,862 16,983,366 16,983,366 -
M & O 011-030-305-529220 PROFESSIONAL SERVICES - ADMIN 446 - - - -
M & O 011-030-305-529225 PROFESSIONAL SVCS - TECHNICAL 9,701 - - - -
M & O 011-030-305-529400 EMERGENCY MANAGEMENT SERVICES 23,554 - - - -
M & O 011-030-305-529550 MEMBERSHIP DUES 2,915 - - - -
M & O 011-030-305-529670 EMPLOYEE DEVELOPMENT/TRAINING 663 - - - -
M & O Total 13,240,102 16,793,774 16,991,866 16,991,866 -
TOTAL FIRE (305)22,196,960 21,298,517 21,855,814 21,766,513 (89,301)
Page 54 of 134
..
..
Item 4 Page 57 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
FIRE
1 UTILITIES 011-030-305-526000
Electric services, So Cal Gas Co., California Water Services, Maywood Mutual
#3 8,500
UTILITIES Total 8,500
1 PROFESSIONAL SERVICES - OTHER 011-030-305-529215 Los Angeles County fire personnel contracted services 16,983,366
PROFESSIONAL SERVICES - OTHER Total 16,983,366
Page 55 of 134
..
..
Item 4 Page 58 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW ADMIN-ENGR-PLANNING
400
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 640,130$ 700,600$ 824,841$ 862,375$ 37,534$
BENEFITS 304,724 366,525 522,213 439,313 (82,900)
SUPPLIES/SERVICES 4,501 12,617 6,750 14,500 7,750
CAPITAL - - - - -
TOTAL EXPENSES 949,355$ 1,079,743$ 1,353,804$ 1,316,188$ (37,616)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Administrative Analyst 0.00 84,271$ 91,139$ 97,610$ -$ (97,610)$
Administrative Assistant 1.00 - - - 51,278 51,278
Administrative Assistant, Senior 1.00 114,212 167,385 137,259 79,059 (58,200)
Administrative Intern (2)1.00 - - - 39,634 39,634
Administrative Secretary 2.00 - 258,711 96,365 191,229 94,864
Deputy Director of Public Works 1.00 - 225,918 229,217 3,299
Director of Public Works 1.00 239,576 198,946 263,789 265,058 1,269
Overtime 5,000 3,000 3,000 6,700 3,700
Payout (vacation and sick excess hours)- 820 900 200 (700)
DEPARTMENT TOTALS 7.00 443,059$ 720,001$ 824,841$ 862,375$ 37,534$
Page 56 of 134
..
..
Item 4 Page 59 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW ADMIN-ENGR-PLANNING
SALARIES 011-040-400-501010 SALARIES - REGULAR 622,786 663,006 795,112 816,286 21,174
SALARIES 011-040-400-501012 SALARIES - PREMIUMS 17,344 25,355 26,729 39,389 12,660
SALARIES 011-040-400-501020 SALARIES - O.T. - 12,239 3,000 6,700 3,700
SALARIES Total 640,130 700,600 824,841 862,375 37,534
BENEFITS 011-040-400-512020 RETIREMENT 224,143 287,803 401,329 345,241 (56,088)
BENEFITS 011-040-400-513030 INSURANCE PREMIUMS - MEDICAL 61,945 63,319 103,924 81,568 (22,356)
BENEFITS 011-040-400-513060 FICA TAXES 8,980 10,085 11,960 12,504 544
BENEFITS 011-040-400-513070 UNEMPLOYMENT 9,656 5,318 5,000 - (5,000)
BENEFITS Total 304,724 366,525 522,213 439,313 (82,900)
M & O 011-040-400-520090 CLAIMS - SIR SETTLEMENTS - 6,800 - - -
M & O 011-040-400-522000 SUPPLIES 3,521 4,542 1,200 8,000 6,800
M & O 011-040-400-524000 UNIFORMS - 29 500 500 -
M & O 011-040-400-525000 ADVERTISEMENT/PROMOTION - - 500 500 -
M & O 011-040-400-529215 PROFESSIONAL SERVICES - OTHER - 386 - - -
M & O 011-040-400-529500 TRAVEL - 367 - - -
M & O 011-040-400-529550 MEMBERSHIP DUES 485 15 - 200 200
M & O 011-040-400-529600 BOOKS & PUBLICATIONS 120 (388) 300 300 -
M & O 011-040-400-529670 EMPLOYEE DEVELOPMENT/TRAINING 375 865 4,250 5,000 750
M & O Total 4,501 12,617 6,750 14,500 7,750
TOTAL PW ADMIN-ENGR-PLANNING (400)949,355 1,079,743 1,353,804 1,316,188 (37,616)
Page 57 of 134
..
..
Item 4 Page 60 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW ADMIN-ENGR-PLANNING
1 SUPPLIES 011-040-400-522000 Office supplies 7,800
2 SUPPLIES 011-040-400-522000 Mail & shipping supplies 200
SUPPLIES Total 8,000
1 UNIFORMS 011-040-400-524000 Departmental uniform shirts 500
UNIFORMS Total 500
1 ADVERTISEMENT/PROMOTION 011-040-400-525000 Publishing of notices, information material, and legal documents 500
ADVERTISEMENT/PROMOTION Total 500
1 MEMBERSHIP DUES 011-040-400-529550 APWA 200
MEMBERSHIP DUES Total 200
1 BOOKS & PUBLICATIONS 011-040-400-529600
Various publications updates (CEQA)
Standard Plans, etc 300
BOOKS & PUBLICATIONS Total 300
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-400-529670
League of California Cities - Public Works Officers Institute for DH and
engineering staff. Includes travel and accommodations.5,000
EMPLOYEE DEVELOPMENT/TRAINING Total 5,000
Page 58 of 134
..
..
Item 4 Page 61 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW BUILDING REGULATIONS
405
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 554,458$ 686,258$ 718,381$ 708,128$ (10,253)$
BENEFITS 238,870 317,588 394,336 353,134 (41,202)
SUPPLIES/SERVICES 329,486 494,203 1,095,730 875,930 (219,800)
CAPITAL - - 200,000 75,000 (125,000)
TOTAL EXPENSES 1,122,814$ 1,498,049$ 2,408,447$ 2,012,192$ (396,255)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Assistant Planner 1.00 90,185$ 92,840$ 94,662$ 100,190$ 5,528$
Building and Planning Manager 0.00 - - - - -
Building Inspector, Senior 1.00 130,765 134,637 137,295 144,532 7,237
Code Enforcement Officer 2.00 - 78,730 78,180 166,571 88,391
Electrical Inspector 0.00 - - - - -
Electrical Inspector, Senior 0.00 115,820 119,289 121,670 - (121,670)
Permit Technician 2.00 125,152 134,596 61,424 140,895 79,471
Permit Technician, Senior 0.00 - - 77,980 - (77,980)
Plumbing and Mechanical Inspector, Senior 1.00 117,320 120,789 123,170 129,840 6,670
Overtime 2,000 2,000 2,000 5,300 3,300
Payout (vacation and sick excess hours)11,700 20,200 22,000 20,800 (1,200)
DEPARTMENT TOTALS 7.00 592,942$ 703,081$ 718,381$ 708,128$ (10,253)$
Page 59 of 134
..
..
Item 4 Page 62 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW BUILDING REGULATIONS
SALARIES 011-040-405-501010 SALARIES - REGULAR 474,266 599,074 636,764 627,804 (8,960)
SALARIES 011-040-405-501012 SALARIES - PREMIUMS 71,696 76,663 79,617 75,024 (4,593)
SALARIES 011-040-405-501020 SALARIES - O.T. 8,495 10,522 2,000 5,300 3,300
SALARIES Total 554,458 686,258 718,381 708,128 (10,253)
BENEFITS 011-040-405-512020 RETIREMENT 159,162 205,544 273,687 223,803 (49,884)
BENEFITS 011-040-405-513030 INSURANCE PREMIUMS - MEDICAL 73,939 104,432 110,232 119,063 8,831
BENEFITS 011-040-405-513060 FICA TAXES 5,768 7,612 10,417 10,268 (149)
BENEFITS Total 238,870 317,588 394,336 353,134 (41,202)
M & O 011-040-405-522000 SUPPLIES 17,548 5,039 12,500 6,000 (6,500)
M & O 011-040-405-523030 BAD DEBT EXPENSE 21,925 - - - -
M & O 011-040-405-524000 UNIFORMS - 58 1,000 1,000 -
M & O 011-040-405-525000 ADVERTISEMENT/PROMOTION - - 1,000 500 (500)
M & O 011-040-405-527000 VEHICLE EXPENSE 9,539 14,144 8,300 3,500 (4,800)
M & O 011-040-405-529215 PROFESSIONAL SERVICES - OTHER - 113 - - -
M & O 011-040-405-529225 PROFESSIONAL SVCS - TECHNICAL 278,202 468,737 1,056,000 846,000 (210,000)
M & O 011-040-405-529500 TRAVEL - 607 2,000 1,000 (1,000)
M & O 011-040-405-529550 MEMBERSHIP DUES 215 599 1,330 1,630 300
M & O 011-040-405-529600 BOOKS & PUBLICATIONS 208 649 2,000 2,000 -
M & O 011-040-405-529670 EMPLOYEE DEVELOPMENT/TRAINING 1,849 4,256 11,600 14,300 2,700
M & O Total 329,486 494,203 1,095,730 875,930 (219,800)
CAPITAL OUTLAY 011-040-405-660000 CAPITAL OUTLAY - - 200,000 - (200,000)
CAPITAL OUTLAY 011-040-405-660015 CAPITAL EQUIPMENT - NONAUTO - - - 75,000 75,000
CAPITAL OUTLAY Total - - 200,000 75,000 (125,000)
TOTAL PW BUILDING REGULATIONS (405)1,122,814 1,498,049 2,408,447 2,012,192 (396,255)
Page 60 of 134
..
..
Item 4 Page 63 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW BUILDING REGULATIONS
1 SUPPLIES 011-040-405-522000 Misc office supplies 750
2 SUPPLIES 011-040-405-522000 Mail & shipping supplies 750
3 SUPPLIES 011-040-405-522000 Office supplies 2,500
4 SUPPLIES 011-040-405-522000 Printing supplies 2,000
SUPPLIES Total 6,000
1 UNIFORMS 011-040-405-524000 Departmental uniform shirts 1,000
UNIFORMS Total 1,000
1 ADVERTISEMENT/PROMOTION 011-040-405-525000 Publishing of required notices 500
ADVERTISEMENT/PROMOTION Total 500
1 VEHICLE EXPENSE 011-040-405-527000 Garage work orders 1,100
2 VEHICLE EXPENSE 011-040-405-527000 Washing of City vehicles 400
3 VEHICLE EXPENSE 011-040-405-527000 Gas usage 2,000
VEHICLE EXPENSE Total 3,500
1 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 On-call structural plan check & inspection & CaSP services 175,000
2 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 Strong motion instrumentation plans & seismic haz. mapping 15,000
3 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 File scanning 200,000
4 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 West Side Specific Plan 250,000
5 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 California Building Standards - Revolving Fund 5,000
6 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 Los Angeles County Assessor - Maps 1,000
7 PROFESSIONAL SVCS - TECHNICAL 011-040-405-529225 Electrical Plan Check and Inspection 200,000
PROFESSIONAL SVCS - TECHNICAL Total 846,000
1 TRAVEL 011-040-405-529500 Mileage and parking for staff to attend workshop (CALBO)1,000
TRAVEL Total 1,000
1 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (CALBO)250
2 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (IAPMO)155
3 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (IAEI)125
4 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (ICC)350
5 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (CACEO) - California Code Enforcement Officer Assoication 600
6 MEMBERSHIP DUES 011-040-405-529550 Membership Dues (AEP)150
MEMBERSHIP DUES Total 1,630
1 BOOKS & PUBLICATIONS 011-040-405-529600 Code books 2,000
BOOKS & PUBLICATIONS Total 2,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-405-529670 CALBO training 4,500
2 EMPLOYEE DEVELOPMENT/TRAINING 011-040-405-529670 Required staff training/seminars 4,500
3 EMPLOYEE DEVELOPMENT/TRAINING 011-040-405-529670 CACEO training - annual classes & pepper spray cert 2,500
4 EMPLOYEE DEVELOPMENT/TRAINING 011-040-405-529670 Misc training 2,000
5 EMPLOYEE DEVELOPMENT/TRAINING 011-040-405-529670 AEP training - spring & fall 800
EMPLOYEE DEVELOPMENT/TRAINING Total 14,300
1 CAPITAL EQUIPMENT - NONAUTO 011-040-405-660015 Customer Kiosk for completion of on-line permit applications 15,000
2 CAPITAL EQUIPMENT - NONAUTO 011-040-405-660015 Large Format Touch Screens for inspectors 60,000
CAPITAL EQUIPMENT - NONAUTO Total 75,000
Page 61 of 134
..
..
Item 4 Page 64 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW CITY HOUSING
410
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 118,476$ 132,502$ 201,612$ 255,781$ 54,169$
BENEFITS 70,226 81,539 134,614 153,042 18,428
SUPPLIES/SERVICES 163,792 176,229 137,200 140,900 3,700
CAPITAL - 69,284 125,000 20,000 (105,000)
TOTAL EXPENSES 352,494$ 459,553$ 598,426$ 569,723$ (28,703)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Facilities Maintenance Supervisor 0.15 25,608$ 26,376$ 18,448$ 19,561$ 1,113$
Facilities Maintenance Worker 2.00 105,045 98,442 102,171 145,146 42,975
Facilities Maintenance Worker, Lead 0.50 16,953 17,460 44,368 48,445 4,077
Facilities Maintenance Worker, Senior 0.50 14,075 39,465 35,125 39,629 4,504
Public Works Superintendent 0.00 - - - - -
Overtime 1,500 1,500 1,500 2,800 1,300
Payout (vacation and sick excess hours)200 200
DEPARTMENT TOTALS 3.15 163,181$ 183,243$ 201,612$ 255,781$ 54,169$
Page 62 of 134
..
..
Item 4 Page 65 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW CITY HOUSING
SALARIES 011-040-410-501010 SALARIES - REGULAR 110,249 120,446 195,887 245,621 49,734
SALARIES 011-040-410-501012 SALARIES - PREMIUMS 7,053 6,044 4,225 7,360 3,135
SALARIES 011-040-410-501020 SALARIES - O.T. 1,174 6,013 1,500 2,800 1,300
SALARIES Total 118,476 132,502 201,612 255,781 54,169
BENEFITS 011-040-410-512020 RETIREMENT 41,757 51,352 81,571 84,706 3,135
BENEFITS 011-040-410-513030 INSURANCE PREMIUMS - MEDICAL 26,857 28,310 50,120 64,627 14,507
BENEFITS 011-040-410-513060 FICA TAXES 1,612 1,877 2,923 3,709 786
BENEFITS Total 70,226 81,539 134,614 153,042 18,428
M & O 011-040-410-522000 SUPPLIES 43,043 36,985 38,750 31,000 (7,750)
M & O 011-040-410-523015 REAL ESTATE TAXES 19,201 15,990 12,000 14,000 2,000
M & O 011-040-410-523030 BAD DEBT EXPENSE 1,030 - - - -
M & O 011-040-410-525000 ADVERTISEMENT/PROMOTION - 110 1,000 1,000 -
M & O 011-040-410-526000 UTILITIES 15,634 20,143 11,150 21,600 10,450
M & O 011-040-410-527000 VEHICLE EXPENSE 114 42 2,700 2,700 -
M & O 011-040-410-529000 REPAIRS & MAINTENANCE 78,433 90,713 61,000 60,000 (1,000)
M & O 011-040-410-529215 PROFESSIONAL SERVICES - OTHER 6,337 12,246 10,600 10,600 -
M & O Total 163,792 176,229 137,200 140,900 3,700
CAPITAL OUTLAY 011-040-410-660000 CAPITAL OUTLAY - 69,284 125,000 20,000 (105,000)
CAPITAL OUTLAY Total - 69,284 125,000 20,000 (105,000)
TOTAL PW CITY HOUSING (410)352,494 459,553 598,426 569,723 (28,703)
Page 63 of 134
..
..
Item 4 Page 66 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW CITY HOUSING
1 SUPPLIES 011-040-410-522000 General supplies (Home Depot Credit Services)20,000
2 SUPPLIES 011-040-410-522000 Miscellaneous supplies 9,000
3 SUPPLIES 011-040-410-522000 General Supplies (Current Wholesale Corp)1,000
4 SUPPLIES 011-040-410-522000 General Supplies (Plumbing & Industrial Supply Corp)500
5 SUPPLIES 011-040-410-522000 Inventory consumption 500
SUPPLIES Total 31,000
1 REAL ESTATE TAXES 011-040-410-523015 Possessory interest taxes 14,000
REAL ESTATE TAXES Total 14,000
1 ADVERTISEMENT/PROMOTION 011-040-410-525000 Quarterly rental notifications 1,000
ADVERTISEMENT/PROMOTION Total 1,000
1 UTILITIES 011-040-410-526000 Utilities (internal fund)9,500
2 UTILITIES 011-040-410-526000 Utilities (County Sanitation Districts Sewer)6,500
3 UTILITIES 011-040-410-526000 Utilities (The Gas Company)5,000
4 UTILITIES 011-040-410-526000 Utilities (Southern California Edison)600
UTILITIES Total 21,600
1 VEHICLE EXPENSE 011-040-410-527000 Gas usage 1,500
2 VEHICLE EXPENSE 011-040-410-527000 Garage work orders 1,200
VEHICLE EXPENSE Total 2,700
1 REPAIRS & MAINTENANCE 011-040-410-529000 Repairs & maintenance 55,000
2 REPAIRS & MAINTENANCE 011-040-410-529000 Maintenance 4,500
3 REPAIRS & MAINTENANCE 011-040-410-529000 Inventory consumption 500
REPAIRS & MAINTENANCE Total 60,000
1 PROFESSIONAL SERVICES - OTHER 011-040-410-529215 Professional services 2,400
2 PROFESSIONAL SERVICES - OTHER 011-040-410-529215 Landscape architectural services 7,000
3 PROFESSIONAL SERVICES - OTHER 011-040-410-529215 Professional services 1,200
PROFESSIONAL SERVICES - OTHER Total 10,600
1 CAPITAL OUTLAY 011-040-410-660000 Renovation Services 20,000
CAPITAL OUTLAY Total 20,000
Page 64 of 134
..
..
Item 4 Page 67 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW FACILTIES MAINTENANCE
415
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 279,341$ 272,854$ 298,904$ 356,664$ 57,760$
BENEFITS 155,419 149,644 186,139 203,819 17,680
SUPPLIES/SERVICES 1,376,851 1,352,712 845,700 1,302,200 456,500
CAPITAL 580,684 391,453 1,375,000 2,950,000 1,575,000
TOTAL EXPENSES 2,392,295$ 2,166,662$ 2,705,743$ 4,812,683$ 2,106,940$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Facilities Maintenance Supervisor 0.85 66,581$ 68,578$ 104,540$ 110,843$ 6,303$
Facilities Maintenance Worker 2.00 105,045 98,442 102,171 145,146 42,975
Facilities Maintenance Worker, Lead 0.50 96,065 98,942 44,368 48,445 4,077
Facilities Maintenance Worker, Senior 0.50 79,759 39,465 35,125 39,630 4,505
Public Works Superintendent 0.00 - - - - -
Warehouse Worker, Senior 0.00 - - - - -
Overtime 15,000 10,000 10,000 2,800 (7,200)
Payout (vacation and sick excess hours)- 630 700 1,300 600
Stand-by 33,500 2,000 2,000 8,500 6,500
DEPARTMENT TOTALS 3.85 395,950$ 318,057$ 298,904$ 356,664$ 57,760$
Page 65 of 134
..
..
Item 4 Page 68 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW FACILITIES MAINTENANCE
SALARIES 011-040-415-501010 SALARIES - REGULAR 241,233 239,482 267,631 321,690 54,059
SALARIES 011-040-415-501012 SALARIES - PREMIUMS 34,710 22,721 21,273 32,174 10,901
SALARIES 011-040-415-501020 SALARIES - O.T. 3,398 10,651 10,000 2,800 (7,200)
SALARIES Total 279,341 272,854 298,904 356,664 57,760
BENEFITS 011-040-415-512020 RETIREMENT 91,149 90,390 114,872 115,391 519
BENEFITS 011-040-415-513030 INSURANCE PREMIUMS - MEDICAL 60,673 55,426 66,933 83,256 16,323
BENEFITS 011-040-415-513060 FICA TAXES 3,598 3,828 4,334 5,172 838
BENEFITS Total 155,419 149,644 186,139 203,819 17,680
M & O 011-040-415-522000 SUPPLIES 279,321 217,776 146,700 146,700 -
M & O 011-040-415-524000 UNIFORMS 3,335 2,261 2,000 2,000 -
M & O 011-040-415-526000 UTILITIES 382,573 344,713 325,000 423,000 98,000
M & O 011-040-415-527000 VEHICLE EXPENSE 25,893 27,813 19,500 19,500 -
M & O 011-040-415-529000 REPAIRS & MAINTENANCE 624,359 659,557 325,000 406,000 81,000
M & O 011-040-415-529215 PROFESSIONAL SERVICES - OTHER 58,951 90,945 22,500 300,000 277,500
M & O 011-040-415-529670 EMPLOYEE DEVELOPMENT/TRAINING 2,419 9,646 5,000 5,000 -
M & O Total 1,376,851 1,352,712 845,700 1,302,200 456,500
CAPITAL OUTLAY 011-040-415-660000 CAPITAL OUTLAY 580,684 391,453 1,375,000 2,950,000 1,575,000
CAPITAL OUTLAY Total 580,684 391,453 1,375,000 2,950,000 1,575,000
TOTAL PW FACILITIES MAINTENANCE (415)2,392,295 2,166,662 2,705,743 4,812,683 2,106,940
Page 66 of 134
..
..
Item 4 Page 69 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW FACILITIES MAINTENANCE
1 SUPPLIES 011-040-415-522000 Inventory consumption 40,000
2 SUPPLIES 011-040-415-522000 Supplies 35,000
3 SUPPLIES 011-040-415-522000 Supplies (Home Depot)30,000
4 SUPPLIES 011-040-415-522000 Supplies (Plumbing & Industrial Supply)15,000
5 SUPPLIES 011-040-415-522000 Supplies (Current Wholesale Electric)7,500
6 SUPPLIES 011-040-415-522000 Supplies (AAA Electric Motor Sales)7,000
7 SUPPLIES 011-040-415-522000 Supplies (Refrigeration Supplies Dist.)3,000
8 SUPPLIES 011-040-415-522000 Supplies (Grainger Co.)5,000
9 SUPPLIES 011-040-415-522000 Supplies (Ice Machine Sales & Service Co.)3,000
10 SUPPLIES 011-040-415-522000 Supplies (L.B. Johnson Hard Co.)1,200
SUPPLIES Total 146,700
1 UNIFORMS 011-040-415-524000 Uniforms 2,000
UNIFORMS Total 2,000
1 UTILITIES 011-040-415-526000 Interdepartmental utilities 410,000
2 UTILITIES 011-040-415-526000 Utilities 13,000
UTILITIES Total 423,000
1 VEHICLE EXPENSE 011-040-415-527000 Garage work orders 14,500
2 VEHICLE EXPENSE 011-040-415-527000 Gas usage 5,000
VEHICLE EXPENSE Total 19,500
1 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Fleming Environmental, Inc.)10,000
2 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Simplex-Grinnell)15,000
3 REPAIRS & MAINTENANCE 011-040-415-529000 Facilities protection systems repairs and maintenance 8,000
4 REPAIRS & MAINTENANCE 011-040-415-529000 Pest control 5,000
5 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Chem Pro Lab Inc.)3,000
6 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Thyssenkrupp Elevator)5,000
7 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Scott Campbell Co.)25,000
8 REPAIRS & MAINTENANCE 011-040-415-529000 Repairs and maintenance (Won Door Corporation)5,000
9 REPAIRS & MAINTENANCE 011-040-415-529000 Janitorial services 130,000
10 REPAIRS & MAINTENANCE 011-040-415-529000 Emergency repairs and maintenance 50,000
11 REPAIRS & MAINTENANCE 011-040-415-529000 Grounds maintenance service 50,000
12 REPAIRS & MAINTENANCE 011-040-415-529000 Professional heating & air repairs and maintenance 75,000
13 REPAIRS & MAINTENANCE 011-040-415-529000 All other vendors repairs and maintenance 25,000
REPAIRS & MAINTENANCE Total 406,000
1 PROFESSIONAL SERVICES - OTHER 011-040-415-529215 Other professional services as required 25,000
2 PROFESSIONAL SERVICES - OTHER 011-040-415-529215 Solid waste hauling 15,000
3 PROFESSIONAL SERVICES - OTHER 011-040-415-529215 Registration & emission fees 5,000
4 PROFESSIONAL SERVICES - OTHER 011-040-415-529215 Removal of used oil, fuel, antifreeze & waste 5,000
5 PROFESSIONAL SERVICES - OTHER 011-040-415-529215 Building Security 250,000
PROFESSIONAL SERVICES - OTHER Total 300,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-415-529670 Training 5,000
EMPLOYEE DEVELOPMENT/TRAINING Total 5,000
1 CAPITAL OUTLAY 011-040-415-660000 City Hall HVAC 500,000
2 CAPITAL OUTLAY 011-040-415-660000 City Hall Reroof project 450,000
3 CAPITAL OUTLAY 011-040-415-660000 Vernon Fitness Park 2,000,000
CAPITAL OUTLAY Total 2,950,000
Page 67 of 134
..
..
Item 4 Page 70 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW FLEET SERVICES
420
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 317,190$ 360,641$ 375,633$ 403,923$ 28,290$
BENEFITS 164,637 184,903 225,724 215,109 (10,615)
SUPPLIES/SERVICES 358,286 449,754 387,150 526,000 138,850
CAPITAL - 69,816 800,000 355,000 (445,000)
TOTAL EXPENSES 840,113$ 1,065,114$ 1,788,507$ 1,500,032$ (288,475)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Fleet Supervisor 1.00 99,745$ 105,505$ 112,996$ 119,809$ 6,813$
Mechanic 1.00 59,890 64,971 71,750 79,259 7,509
Mechanic, Lead 0.00 - - - -
Mechanic, Senior 2.00 175,955 181,132 184,687 195,555 10,868
Public Works Superintendent 0.00 - - - -
Warehouse Worker 0.00 - - -
Overtime 3,000 1,500 1,500 2,800 1,300
Payout (vacation and sick excess hours)- 4,700 4,700 4,500 (200)
Stand-by - - - 2,000 2,000
DEPARTMENT TOTALS 4.00 338,590$ 357,808$ 375,633$ 403,923$ 28,290$
Page 68 of 134
..
..
Item 4 Page 71 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW FLEET SERVICES
SALARIES 011-040-420-501010 SALARIES - REGULAR 291,600 330,191 346,304 365,263 18,959
SALARIES 011-040-420-501012 SALARIES - PREMIUMS 24,909 26,632 27,829 35,860 8,031
SALARIES 011-040-420-501020 SALARIES - O.T. 681 3,818 1,500 2,800 1,300
SALARIES Total 317,190 360,641 375,633 403,923 28,290
BENEFITS 011-040-420-512020 RETIREMENT 94,422 109,533 147,575 130,026 (17,549)
BENEFITS 011-040-420-513030 INSURANCE PREMIUMS - MEDICAL 65,771 70,296 72,702 79,226 6,524
BENEFITS 011-040-420-513060 FICA TAXES 4,444 5,074 5,447 5,857 410
BENEFITS Total 164,637 184,903 225,724 215,109 (10,615)
M & O 011-040-420-522000 SUPPLIES 233,387 260,404 252,200 336,000 83,800
M & O 011-040-420-524000 UNIFORMS 2,435 1,720 2,000 3,000 1,000
M & O 011-040-420-527000 VEHICLE EXPENSE 24,692 27,757 6,000 6,000 -
M & O 011-040-420-529000 REPAIRS & MAINTENANCE 97,597 154,023 106,950 150,000 43,050
M & O 011-040-420-529600 BOOKS & PUBLICATIONS - - 5,000 6,000 1,000
M & O 011-040-420-529670 EMPLOYEE DEVELOPMENT/TRAINING 175 5,850 15,000 25,000 10,000
M & O Total 358,286 449,754 387,150 526,000 138,850
CAPITAL OUTLAY 011-040-420-660000 CAPITAL OUTLAY - 45,667 - 305,000 305,000
CAPITAL OUTLAY 011-040-420-660010 CAPITAL EQUIPMENT - AUTO - 24,149 - - -
CAPITAL OUTLAY 011-040-420-660015 CAPITAL EQUIPMENT - NONAUTO - - 800,000 50,000 (750,000)
CAPITAL OUTLAY Total - 69,816 800,000 355,000 (445,000)
TOTAL PW FLEET SERVICES (420)840,113 1,065,114 1,788,507 1,500,032 (288,475)
Page 69 of 134
..
..
Item 4 Page 72 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW FLEET SERVICES
1 SUPPLIES 011-040-420-522000 Auto parts/supplies (Napa Auto Parts)30,000
2 SUPPLIES 011-040-420-522000 Auto parts/supplies (Lopez & Lopez Tire Service)30,000
3 SUPPLIES 011-040-420-522000 Auto parts/supplies (Bennett-Bowen Lighthouse)25,000
4 SUPPLIES 011-040-420-522000 Auto parts/supplies (Dion & Sons, Inc.)5,000
5 SUPPLIES 011-040-420-522000 Auto parts/supplies (J & H Auto Body)25,000
6 SUPPLIES 011-040-420-522000 Auto parts/supplies (H & H Wholesale Parts)7,000
7 SUPPLIES 011-040-420-522000 Auto parts/supplies (McMaster Carr Supply Company)5,000
8 SUPPLIES 011-040-420-522000 All other suppliers auto parts/supplies 11,000
9 SUPPLIES 011-040-420-522000 Auto parts/supplies (Speedo Electric Company)11,000
10 SUPPLIES 011-040-420-522000 Warehouse inventory consumption auto parts/supplies 18,000
11 SUPPLIES 011-040-420-522000 Auto parts/supplies (AFC Hydraulic Seals & Repair)5,000
12 SUPPLIES 011-040-420-522000 Auto parts/supplies (Camino Real Chevrolet)8,000
13 SUPPLIES 011-040-420-522000 Auto parts/supplies (Battery Systems)20,000
14 SUPPLIES 011-040-420-522000 Auto parts/supplies (Daniels Tire Service)20,000
15 SUPPLIES 011-040-420-522000 Auto parts/supplies (California Frame & Axle)20,000
16 SUPPLIES 011-040-420-522000 Auto parts/supplies (Central Ford)15,000
17 SUPPLIES 011-040-420-522000 Auto parts/supplies (Haaker Equipment Company)11,000
18 SUPPLIES 011-040-420-522000 Auto parts/supplies (Garvey Equipment Company)10,000
19 SUPPLIES 011-040-420-522000 Auto parts/supplies (Tire Hub)25,000
20 SUPPLIES 011-040-420-522000 Auto parts/supplies (Factory Motor Parts)20,000
21 SUPPLIES 011-040-420-522000 Auto parts / supplies (Oreilly's Autoparts)15,000
SUPPLIES Total 336,000
1 UNIFORMS 011-040-420-524000 Uniforms 3,000
UNIFORMS Total 3,000
1 VEHICLE EXPENSE 011-040-420-527000 Work orders 4,500
2 VEHICLE EXPENSE 011-040-420-527000 Gas usage 1,250
3 VEHICLE EXPENSE 011-040-420-527000 Washing of City vehicles 250
VEHICLE EXPENSE Total 6,000
1 REPAIRS & MAINTENANCE 011-040-420-529000 All other suppliers repairs and maintenance 15,400
2 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (AFC Hydraulic Seals & Repair)14,000
3 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Central Ford)12,000
4 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Diesel Emissions Direct)12,600
5 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Haaker Equipment Company)15,000
6 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Camino Real Chevrolet)11,000
7 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (J & H Auto Body)28,000
8 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Morgan Company)1,500
9 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Pacific Commercial Truck Body)28,000
10 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Preferred Aerial & Crane)7,000
11 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (RVD Emissions)2,000
12 REPAIRS & MAINTENANCE 011-040-420-529000 Repairs and maintenance (Lynn's Auto Air, Inc.)3,500
REPAIRS & MAINTENANCE Total 150,000
1 BOOKS & PUBLICATIONS 011-040-420-529600 Mitchel 1 subscription - electronic book 6,000
BOOKS & PUBLICATIONS Total 6,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-420-529670 Department personnel training 25,000
EMPLOYEE DEVELOPMENT/TRAINING Total 25,000
1 CAPITAL OUTLAY 011-040-420-660000 CNG Retrofit of Small Garage 250,000
2 CAPITAL OUTLAY 011-040-420-660000 Portable lifts 55,000
CAPITAL OUTLAY Total 305,000
1 CAPITAL EQUIPMENT - NONAUTO 011-040-420-660015 Gas Boy System 50,000
CAPITAL EQUIPMENT - NONAUTO Total 50,000
Page 70 of 134
..
..
Item 4 Page 73 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW STREET MAINTENANCE
430
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 1,511,704$ 1,469,387$ 1,528,066$ 1,770,363$ 242,297$
BENEFITS 805,626 754,603 960,568 945,852 (14,716)
SUPPLIES/SERVICES 1,084,114 1,330,128 2,315,910 3,739,350 1,423,440
CAPITAL 1,640,744 1,556,160 14,654,700 5,267,000 (9,387,700)
TOTAL EXPENSES 5,042,188$ 5,110,278$ 19,459,244$ 11,722,565$ (7,736,679)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Assistant Engineer 1.00 -$ -$ -$ 92,284$ 92,284$
Associate Engineer 0.00 - 107,204 114,696 - (114,696)
Engineering Aide 1.00 98,010 74,980 72,838 75,759 2,921
Project Engineer 1.00 386,033 143,087 149,348 157,069 7,721
Public Works Inspector 0.00 72,797 82,666 84,319 - (84,319)
Public Works Project Coordinator 0.00 - - - - -
Public Works Superintendent 0.00 118,578 - - - -
Stormwater and Special Project Analyst 0.00 137,218 - - - -
Street Foreman 0.00 - - - - -
Street Maintenance Supervisor 1.00 124,619 128,306 130,838 133,904 3,066
Street Maintenance Worker 11.00 412,028 547,841 547,468 686,069 138,601
Street Maintenance Worker, Lead 1.00 104,932 113,346 88,027 102,492 14,465
Street Maintenance Worker, Senior 4.00 320,232 324,494 319,532 323,669 4,137
Warehouse Worker 2.00 - - - 171,917 171,917
Warehouse Worker, Senior 0.00 - - - - -
Overtime 50,000 9,000 9,000 15,600 6,600
Payout (vacation and sick excess hours)3,600 9,200 10,000 11,600 1,600
Stand-by 4,000 2,000 2,000 - (2,000)
DEPARTMENT TOTALS 22.00 1,832,047$ 1,542,124$ 1,528,066$ 1,770,363$ 242,297$
Page 71 of 134
..
..
Item 4 Page 74 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW STREET MAINTENANCE
SALARIES 011-040-430-501010 SALARIES - REGULAR 1,328,634 1,263,764 1,421,995 1,607,012 185,017
SALARIES 011-040-430-501012 SALARIES - PREMIUMS 175,108 152,531 97,071 147,751 50,680
SALARIES 011-040-430-501020 SALARIES - O.T. 7,962 53,093 9,000 15,600 6,600
SALARIES Total 1,511,704 1,469,387 1,528,066 1,770,363 242,297
BENEFITS 011-040-430-512020 RETIREMENT 474,468 454,440 604,304 583,308 (20,996)
BENEFITS 011-040-430-513030 INSURANCE PREMIUMS - MEDICAL 309,645 279,302 334,107 336,874 2,767
BENEFITS 011-040-430-513060 FICA TAXES 21,514 20,861 22,157 25,670 3,513
BENEFITS Total 805,626 754,603 960,568 945,852 (14,716)
M & O 011-040-430-520090 CLAIMS - SIR SETTLEMENTS 14,857 - - - -
M & O 011-040-430-522000 SUPPLIES 324,345 128,367 141,000 181,000 40,000
M & O 011-040-430-523030 BAD DEBT EXPENSE 10,971 - - - -
M & O 011-040-430-524000 UNIFORMS 3,370 7,635 5,000 12,000 7,000
M & O 011-040-430-525000 ADVERTISEMENT/PROMOTION 640 260 72,850 2,850 (70,000)
M & O 011-040-430-526000 UTILITIES 54,169 55,830 47,060 55,500 8,440
M & O 011-040-430-527000 VEHICLE EXPENSE 113,447 154,739 156,000 156,000 -
M & O 011-040-430-529000 REPAIRS & MAINTENANCE 364,450 755,920 1,051,000 1,572,500 521,500
M & O 011-040-430-529200 PROFESSIONAL SERVICES - LEGAL 6,542 6,861 5,000 7,000 2,000
M & O 011-040-430-529215 PROFESSIONAL SERVICES - OTHER 103,232 124,481 274,500 624,500 350,000
M & O 011-040-430-529225 PROFESSIONAL SVCS - TECHNICAL 67,716 76,991 410,000 962,000 552,000
M & O 011-040-430-529500 TRAVEL - - 5,000 5,000 -
M & O 011-040-430-529550 MEMBERSHIP DUES 18,280 15,022 17,500 30,000 12,500
M & O 011-040-430-529600 BOOKS & PUBLICATIONS 40 816 1,000 1,000 -
M & O 011-040-430-529670 EMPLOYEE DEVELOPMENT/TRAINING 2,054 3,207 20,000 20,000 -
M & O 011-695-430-529215 PROFESSIONAL SERVICES - OTHER - - 110,000 110,000 -
M & O Total 1,084,114 1,330,128 2,315,910 3,739,350 1,423,440
CAPITAL OUTLAY 011-040-430-660000 CAPITAL OUTLAY 1,614,558 1,047,851 6,279,000 3,007,000 (3,272,000)
CAPITAL OUTLAY 011-040-430-660010 CAPITAL EQUIPMENT - AUTO - 222,870 960,000 210,000 (750,000)
CAPITAL OUTLAY 011-040-430-660015 CAPITAL EQUIPMENT - NONAUTO - - - 50,000 50,000
CAPITAL OUTLAY 011-595-430-660000 CAPITAL OUTLAY 26,186 285,439 7,000,000 2,000,000 (5,000,000)
CAPITAL OUTLAY 011-695-430-660000 CAPITAL OUTLAY - - 415,700 - (415,700)
CAPITAL OUTLAY Total 1,640,744 1,556,160 14,654,700 5,267,000 (9,387,700)
TOTAL PW STREET MAINTENANCE (430)5,042,188 5,110,278 19,459,244 11,722,565 (7,736,679)
Page 72 of 134
..
..
Item 4 Page 75 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW STREET MAINTENANCE
1 SUPPLIES 011-040-430-522000 City warehouse inventory consumption 70,000
2 SUPPLIES 011-040-430-522000 Materials and supplies (Pacific Products & Services)15,000
3 SUPPLIES 011-040-430-522000 Materials and supplies (JCL Barricade Company)8,000
4 SUPPLIES 011-040-430-522000 Materials and supplies (Hawkins Traffic Safety Supply)6,500
5 SUPPLIES 011-040-430-522000 Materials and supplies (Vulcan Materials Company)5,500
6 SUPPLIES 011-040-430-522000 Materials and supplies (Home Depot Credit Card Services)5,500
7 SUPPLIES 011-040-430-522000 Materials and supplies (Zumar Industries)3,000
8 SUPPLIES 011-040-430-522000 Misc materials and supplies 5,500
9 SUPPLIES 011-040-430-522000 Materials and supplies (Catalina Pacific Concrete)25,000
10 SUPPLIES 011-040-430-522000 Materials and supplies (Hanson Aggregate)30,000
11 SUPPLIES 011-040-430-522000 Materials and supplies (A-Throne Company, INC.)2,000
12 SUPPLIES 011-040-430-522000 Materials and supplies (Grainger Company)2,500
13 SUPPLIES 011-040-430-522000 Materials and supplies (CONTECH)2,500
SUPPLIES Total 181,000
1 UNIFORMS 011-040-430-524000 Unforms 12,000
UNIFORMS Total 12,000
1 ADVERTISEMENT/PROMOTION 011-040-430-525000 Publishing of notices 1,200
2 ADVERTISEMENT/PROMOTION 011-040-430-525000 NPDES stormwater education 150
3 ADVERTISEMENT/PROMOTION 011-040-430-525000 Web based publishings for municipalities 1,500
ADVERTISEMENT/PROMOTION Total 2,850
1 UTILITIES 011-040-430-526000 Interfund Utilities (VPU)46,000
2 UTILITIES 011-040-430-526000 The Gas Company - natural gas service 5,000
3 UTILITIES 011-040-430-526000 Interfund Utilities (Fiber Optics)3,000
4 UTILITIES 011-040-430-526000 Street & traffic signal service (SCE)1,500
UTILITIES Total 55,500
1 VEHICLE EXPENSE 011-040-430-527000 Work orders 115,000
2 VEHICLE EXPENSE 011-040-430-527000 Gas usage 40,000
3 VEHICLE EXPENSE 011-040-430-527000 Washing City vehicles 1,000
VEHICLE EXPENSE Total 156,000
1 REPAIRS & MAINTENANCE 011-040-430-529000 Street sweeping 340,000
2 REPAIRS & MAINTENANCE 011-040-430-529000 Traffic signal repair & maintenance 300,000
3 REPAIRS & MAINTENANCE 011-040-430-529000 Annual street striping (misc - traffic)75,000
4 REPAIRS & MAINTENANCE 011-040-430-529000 Catch basin cleaning 50,000
5 REPAIRS & MAINTENANCE 011-040-430-529000 Tree trimming 125,000
6 REPAIRS & MAINTENANCE 011-040-430-529000 Estimated other repairs & maintenance 10,000
7 REPAIRS & MAINTENANCE 011-040-430-529000 Traffic signal maintenance 10,000
8 REPAIRS & MAINTENANCE 011-040-430-529000 Sewer system repairs and maintenance 150,000
9 REPAIRS & MAINTENANCE 011-040-430-529000 Surveys 2,500
10 REPAIRS & MAINTENANCE 011-040-430-529000 Traffic signal maintenance 10,000
11 REPAIRS & MAINTENANCE 011-040-430-529000 Emergency sewers & public works repairs 250,000
12 REPAIRS & MAINTENANCE 011-040-430-529000 Storm Drain Sump Pump Maintenance 250,000
REPAIRS & MAINTENANCE Total 1,572,500
1 PROFESSIONAL SERVICES - LEGAL 011-040-430-529200 Legal services for NPDES matters 7,000
PROFESSIONAL SERVICES - LEGAL Total 7,000
1 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Bacteria TMDL monitoring 3,000
2 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Metals TMDL monitoring 1,500
3 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Harbor Toxics TMDL monitoring 1,000
4 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Traffic engineering services 100,000
5 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Emission & registration fees 1,500
6 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Homeless encampment program 40,000
7 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Coordinated integrated monitoring plan 50,000
8 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 I710 EIR/EIS Report, TMDL Coordination Plan 15,000
9 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Solid waste collection/hauling 75,000
10 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Emergency environmental spill cleanup services 50,000
11 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 NPDES professional services 5,000
12 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 System permitting fees 7,500
13 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 Solid Waste Removal 75,000
14 PROFESSIONAL SERVICES - OTHER 011-040-430-529215 On Call Consultants 200,000
PROFESSIONAL SERVICES - OTHER Total 624,500
Page 73 of 134
..
..
Item 4 Page 76 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
1 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Watershed management program plan implementation studies 60,000
2 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 County of Los Angeles Public Works Road Fund 15,000
3 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Estimated on-call consulting services costs 125,000
4 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Municipal NPDES Permit On-Call Services (ROWD)10,000
5 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Design and construction survey 100,000
6 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Construction management 100,000
7 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 Sewer System Masterplan 350,000
8 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 StreetSaver SAS 2,000
9 PROFESSIONAL SVCS - TECHNICAL 011-040-430-529225 On Call Consultants 200,000
PROFESSIONAL SVCS - TECHNICAL Total 962,000
1 TRAVEL 011-040-430-529500 Staff training 5,000
TRAVEL Total 5,000
1 MEMBERSHIP DUES 011-040-430-529550 Memberships (CASQA)500
2 MEMBERSHIP DUES 011-040-430-529550 Annual Subscription (Velocity EHS)1,500
3 MEMBERSHIP DUES 011-040-430-529550 Memberships (Municipal Management Assoc.)500
4 MEMBERSHIP DUES 011-040-430-529550 Annual Membership Dues (Gateway Water Management Authority)15,000
5 MEMBERSHIP DUES 011-040-430-529550 Coalition for Practical Regulation 5,000
6 MEMBERSHIP DUES 011-040-430-529550 SWRCB - Annual Permit 7,500
MEMBERSHIP DUES Total 30,000
1 BOOKS & PUBLICATIONS 011-040-430-529600 Publications 1,000
BOOKS & PUBLICATIONS Total 1,000
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-430-529670 Various trainings 20,000
EMPLOYEE DEVELOPMENT/TRAINING Total 20,000
1 PROFESSIONAL SERVICES - OTHER 011-695-430-529215 California High Speed Rail Project 110,000
PROFESSIONAL SERVICES - OTHER Total 110,000
1 CAPITAL OUTLAY 011-040-430-660000 Stormwater Infiltrating Tree Boxes 237,000
2 CAPITAL OUTLAY 011-040-430-660000 Road Striping 200,000
3 CAPITAL OUTLAY 011-040-430-660000 Pedestrian Safety Devices 120,000
4 CAPITAL OUTLAY 011-040-430-660000 Atlantic Bridge Project 1,500,000
5 CAPITAL OUTLAY 011-040-430-660000 ADA Implementation 250,000
6 CAPITAL OUTLAY 011-040-430-660000 Catch Basin Repair 200,000
7 CAPITAL OUTLAY 011-040-430-660000 intersection traffic safety improvements 500,000
CAPITAL OUTLAY Total 3,007,000
1 CAPITAL EQUIPMENT - AUTO 011-040-430-660010 Utility Trucks 200,000
2 CAPITAL EQUIPMENT - AUTO 011-040-430-660010 Emergency Response Trailer 10,000
CAPITAL EQUIPMENT - AUTO Total 210,000
1 CAPITAL EQUIPMENT - NONAUTO 011-040-430-660015 Sign making shop equipment 50,000
CAPITAL EQUIPMENT - NONAUTO Total 50,000
1 CAPITAL OUTLAY 011-595-430-660000 Atlantic Bridge Project 2,000,000
CAPITAL OUTLAY Total 2,000,000
Page 74 of 134
..
..
Item 4 Page 77 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: PW WAREHOUSE
435
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 109,152$ 31,007$ 270,042$ 44,950$ (225,092)$
BENEFITS 93,401 81,683 177,604 29,245 (148,359)
SUPPLIES/SERVICES 165,322 19,707 13,800 32,800 19,000
CAPITAL - - 24,000 90,000 66,000
TOTAL EXPENSES 367,875$ 132,397$ 485,446$ 196,995$ (288,451)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Buyer 0.50 -$ -$ -$ 43,850$ 43,850
Facilities Maintenance Supervisor 0.00 10,243 10,551 - - -
Public Works Superintendent 0.00 - - - - -
Warehouse Worker 0.00 154,322 158,850 161,959 - (161,959)
Warehouse Worker, Lead 0.00 98,010 100,899 101,383 - (101,383)
Warehouse Worker, Senior 0.00 57,038 64,971 - - -
-
-
Overtime 2,500 2,000 2,000 - (2,000)
Payout (vacation and sick excess hours)1,000 4,700 4,700 1,100 (3,600)
DEPARTMENT TOTALS 0.50 323,113$ 341,971$ 270,042$ 44,950$ (225,092)$
Page 75 of 134
..
..
Item 4 Page 78 of 157
A B B-A
Expenditure Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GENERAL FUND PROGRAM EXPENDITURES
PW WAREHOUSE
SALARIES 011-040-435-501010 SALARIES - REGULAR 86,700 25,037 216,452 43,850 (172,602)
SALARIES 011-040-435-501012 SALARIES - PREMIUMS 22,451 5,970 51,590 1,100 (50,490)
SALARIES 011-040-435-501020 SALARIES - O.T. - - 2,000 - (2,000)
SALARIES Total 109,152 31,007 270,042 44,950 (225,092)
BENEFITS 011-040-435-512020 RETIREMENT 68,820 74,371 101,629 15,287 (86,342)
BENEFITS 011-040-435-513030 INSURANCE PREMIUMS - MEDICAL 23,028 6,870 72,059 13,306 (58,753)
BENEFITS 011-040-435-513060 FICA TAXES 1,553 441 3,916 652 (3,264)
BENEFITS Total 93,401 81,683 177,604 29,245 (148,359)
M & O 011-040-435-522000 SUPPLIES 150,291 5,296 4,000 20,000 16,000
M & O 011-040-435-524000 UNIFORMS 1,770 3,863 1,000 4,000 3,000
M & O 011-040-435-527000 VEHICLE EXPENSE 13,262 10,547 7,800 7,800 -
M & O 011-040-435-529670 EMPLOYEE DEVELOPMENT/TRAINING - - 1,000 1,000 -
M & O Total 165,322 19,707 13,800 32,800 19,000
CAPITAL OUTLAY 011-040-435-660000 CAPITAL OUTLAY - - - 90,000 90,000
CAPITAL OUTLAY 011-040-435-660015 CAPITAL EQUIPMENT - NONAUTO - - 24,000 - (24,000)
CAPITAL OUTLAY Total - - 24,000 90,000 66,000
TOTAL PW WAREHOUSE (435)367,875 132,397 485,446 196,995 (288,451)
Page 76 of 134
..
..
Item 4 Page 79 of 157
Account Description Account Description
FY 2023-24
Budget
GENERAL FUND PROGRAM EXPENDITURE M & O AND CAPITAL DETAILS
PW WAREHOUSE
1 SUPPLIES 011-040-435-522000 Supplies for department sponsored events 20,000
SUPPLIES Total 20,000
1 UNIFORMS 011-040-435-524000 Uniforms 4,000
UNIFORMS Total 4,000
1 VEHICLE EXPENSE 011-040-435-527000 Work orders 5,400
2 VEHICLE EXPENSE 011-040-435-527000 Gas usage 2,000
3 VEHICLE EXPENSE 011-040-435-527000 Washing of City vehicles 400
VEHICLE EXPENSE Total 7,800
1 EMPLOYEE DEVELOPMENT/TRAINING 011-040-435-529670 City department personnel training 1,000
EMPLOYEE DEVELOPMENT/TRAINING Total 1,000
1 CAPITAL OUTLAY 011-040-435-660000 EV Fork Lift 60,000
2 CAPITAL OUTLAY 011-040-435-660000 Create Office space in warehouse 30,000
CAPITAL OUTLAY Total 90,000
Page 77 of 134
..
..
Item 4 Page 80 of 157
City of Vernon
ENTERPRISE FUNDS
Proposed
FY 2023-24 Budget
..
..
Item 4 Page 81 of 157
A B B-A
Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
ELECTRIC FUND
055-450-575-451001 AB1890 REVENUES 4,775,125 5,019,000 5,313,638 5,236,044 (77,594)
055-450-575-450010 SALE OF ELECTRICITY 166,712,957 177,975,093 190,293,580 184,220,852 (6,072,728)
055-450-575-450012 DISCOUNT ON SALES (3,725,459) (3,723,799) (3,850,123) (3,875,580) (25,457)
055-450-575-450016 FUEL COST ADJUSTMENT 2,917,694 16,599,350 8,890,335 15,432,552 6,542,217
055-450-575-450017 FUEL COST ADJUSTMENT CREDIT (195,789) (2,192,872) - (2,160,557) (2,160,557)
055-450-575-450031 RPS PASS-THROUGH 4,281,557 412,159 880,452 3,306,975 2,426,523
055-450-575-450080 TEMPORARY POWER 1,171 2,342 - - -
055-450-575-450301 SPECIAL CHARGES 122,959 122,959 103,863 100,000 (3,863)
055-490-575-490910 OTHER INCOME 43,014 122,982 221,101 100,000 (121,101)
055-050-595-490910 OTHER INCOME - - 128,242 - (128,242)
055-460-565-460330 DAMAGED PROPERTY 76,620 373,776 250,000 250,000 -
055-450-565-451900 DISTRICT SVC CHARGE OR MISC 451,789 252,570 100,000 100,000 -
055-460-580-466900 MISCELLANEOUS REVENUES 215 9,679 - - -
055-450-585-450121 CONSTRUCTION REVENUE - - - 12,000,000 12,000,000
055-450-585-454000 JOINT POLE REVENUE 118,093 97,765 250,000 100,000 (150,000)
055-450-590-450011 SALE OF ELECTRICITY, WHOLESALE 6,135,500 4,127,070 2,262,324 6,000,000 3,737,676
055-450-590-450015 RA CAPACITY SALES - 2,735 - - -
055-450-590-450022 TRANSPORTATION CHARGES, RETAIL 1,022,471 905,929 1,145,823 1,745,825 600,002
055-450-590-450025 BIOMETHANE GAS 1,696,473 11,335,514 - - -
055-450-590-450026 NATURAL GAS SALES - COV RETAIL 9,621,617 12,138,633 11,819,152 11,125,000 (694,152)
055-450-590-450028 NAT GAS SALES, PPD/SMUD WHSLE 7,888,232 - - - -
055-450-590-450030 ARB FREELY ALLOCATED ALW SALES 6,475,158 10,649,039 8,596,823 10,104,814 1,507,991
055-450-590-450340 TRANSMISSION REV (TRR & FTR) 2,773,285 2,819,476 3,648,126 - (3,648,126)
TOTAL CHARGES FOR SERVICES 211,192,683 237,049,402 230,053,336 243,785,925 13,732,589
055-430-580-430110 INVESTMENT INCOME 57,190 269,257 20,000 2,000,000 1,980,000
055-490-580-490100 OPERATING TRANSFER IN - 70,339 222,978 386,707 163,729
055-440-575-440100 GRANT REVENUES - 665,887 - - -
055-490-585-490105 PROCEEDS FROM LONG-TERM DEBT - - 5,050,500 - (5,050,500)
TOTAL NON-OPERATING REVENUES 57,190 1,005,483 5,293,478 2,386,707 (2,906,771)
TOTAL ELECTRIC FUND REVENUES 211,249,873 238,054,885 235,346,814 246,172,632 10,825,818
GAS FUND
056-450-600-450020 NATURAL GAS SALES (197) 26 - - -
056-450-600-450022 TRANSPORTATION CHARGES, RETAIL 2,830,999 2,780,856 2,807,266 2,566,364 (240,902)
056-450-600-450024 COMMODITY ADMINISTRATIVE FEE - - 64,232 53,400 (10,832)
056-450-600-450026 NATURAL GAS SALES - COV RETAIL 8,993,507 11,813,368 11,819,152 14,970,000 3,150,848
056-450-600-450028 NAT GAS SALES, PPD/SMUD WHSLE 1,175,323 - - - -
056-450-600-450101 MONTHLY CUSTOMER CHARGE 94,418 95,672 95,128 95,900 772
056-450-600-450105 CUSTOMER CONNECTION CHARGE - 5,115 - - -
056-450-605-450030 ARB FREELY ALLOCATED ALW SALES 928,127 1,600,241 1,368,922 1,622,162 253,240
056-450-605-450032 CA GREENHOUSE GAS SURCHARGE 2,131,841 2,409,961 2,998,039 3,107,680 109,641
TOTAL CHARGES FOR SERVICES 16,154,018 18,705,238 19,152,739 22,415,506 3,262,767
056-490-600-490910 OTHER INCOME 122 334 - - -
056-440-600-440100 GRANT REVENUES - 5,029 - - -
056-430-600-430110 INVESTMENT INCOME 5,334 4,128 - 40,000 40,000
TOTAL NON-OPERATING REVENUES 5,456 9,490 - 40,000 40,000
TOTAL GAS FUND REVENUES 16,159,474 18,714,729 19,152,739 22,455,506 3,302,767
CITY OF VERNON
Enterprise Funds Revenues
FY 2023-24
Page 78 of 134
..
..
Item 4 Page 82 of 157
A B B-A
Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
CITY OF VERNON
Enterprise Funds Revenues
FY 2023-24
WATER FUND
058-450-700-450040 WATER SALES 10,033,974 10,102,910 10,090,000 10,086,000 (4,000)
058-450-700-450045 WATER - RECYCLED 563,908 556,865 598,000 550,000 (48,000)
058-450-700-450110 FIRE SERVICE 6,827 12,950 5,000 24,000 19,000
058-450-700-450121 CONSTRUCTION REVENUE 128,900 159,356 350,000 200,000 (150,000)
058-450-700-450122 INSTALLATION CHARGE 2,500 2,000 2,000 3,000 1,000
058-460-700-460330 DAMAGED PROPERTY 5,585 10,465 5,000 6,000 1,000
TOTAL CHARGES FOR SERVICES 10,741,694 10,844,546 11,050,000 10,869,000 (181,000)
058-490-700-490105 PROCEEDS FROM LONG-TERM DEBT - - 6,600,000 - (6,600,000)
058-490-700-490910 OTHER INCOME - 1,106 - - -
058-440-700-440100 GRANT REVENUES - 194,487 - - -
058-430-700-430110 INVESTMENT INCOME 6,660 11,991 5,000 400,000 395,000
TOTAL NON-OPERATING REVENUES 6,660 207,583 6,605,000 400,000 (6,205,000)
TOTAL WATER FUND REVENUES 10,748,354 11,052,129 17,655,000 11,269,000 (6,386,000)
FIBER OPTICS FUND
059-450-800-450050 INTERNET ACCESS SERVICES 274,486 235,879 275,000 275,000 -
059-450-800-450051 DARK FIBER REVENUE 102,238 97,135 105,000 80,000 (25,000)
059-450-800-450060 INTERNET ACCESS, GOV'T RATE 24,600 24,600 24,600 24,600 -
059-450-800-450061 DARK FIBER REVENUE, GOV'T RATE 73,126 122,400 173,800 163,800 (10,000)
059-460-800-466900 MISCELLANEOUS REVENUES 6,456 - - - -
TOTAL CHARGES FOR SERVICES 480,906 480,015 578,400 543,400 (35,000)
059-430-800-430110 INVESTMENT INCOME 422 246 - 2,500 2,500
TOTAL NON-OPERATING REVENUES 422 246 - 2,500 2,500
TOTAL FIBER OPTICS FUND REVENUES 481,329 480,261 578,400 545,900 (32,500)
GRAND TOTAL 238,639,030 268,302,004 272,732,953 280,443,038 7,710,085
Page 79 of 134
..
..
Item 4 Page 83 of 157
DEPARTMENT SALARIES BENEFITS
SUPPLIES/
SERVICES
CAPITAL
OUTLAY
DEBT
SERVICE TOTAL
FIELD OPERATIONS/ MAINTENANCE 347,252$ 161,717$ 2,627,200$ 569,746$ -$ 3,705,915$
SYSTEM DISPATCH 2,026,991 827,778 1,117,000 56,000 - 4,027,769
GENERATION - - 802,500 65,000 - 867,500
TRANSMISSION/ DISTRIBUTION - - 8,309,508 - - 8,309,508
BUILDING MAINTENANCE 69,615 51,414 348,500 - - 469,529
CUSTOMER SERVICE 386,497 195,568 484,500 - - 1,066,565
ADMINISTRATION 1,271,039 607,131 12,950,737 - 69,710,204 84,539,111
ENGINEERING 1,147,944 509,920 340,100 18,260,000 - 20,257,964
MALBURG GENERATION STATION 3,067,914 1,407,781 12,420,189 1,173,000 - 18,068,884
RESOURCE MANAGEMENT 1,042,989 444,144 108,922,004 - - 110,409,137
CUSTOMER PROGRAMS 253,646 127,209 3,205,000 - - 3,585,855
TOTAL LIGHT & POWER 9,613,887 4,332,662 151,527,238 20,123,746 69,710,204 255,307,737
GAS 825,989 359,769 14,113,482 670,000 - 15,969,240
GAS - AB-32 - - 6,550,100 - - 6,550,100
TOTAL GAS 825,989 359,769 20,663,582 670,000 - 22,519,340
WATER 1,584,536 831,252 5,501,267 1,911,002 967,387 10,795,444
TOTAL WATER 1,584,536 831,252 5,501,267 1,911,002 967,387 10,795,444
FIBER-OPTICS 10,758 6,302 401,500 120,000 - 538,560
TOTAL FIBER OPTICS 10,758 6,302 401,500 120,000 - 538,560
TOTAL VPU EXPENDITURES 12,035,170$ 5,529,985$ 178,093,587$ 22,824,748$ 70,677,591$ 289,161,081$
CITY OF VERNON
Enterprise Funds Expenditure Budget
FY 2023-24
Page 80 of 134
..
..
Item 4 Page 84 of 157
Dept Project Name FY 23-24 Budget
LIGHT & POWER
FIELD OPERATIONS/ MTCE Time of use and standard meters 335,746
FIELD OPERATIONS/ MTCE AED safety devices 3,000
FIELD OPERATIONS/ MTCE Substation UPS 150,000
FIELD OPERATIONS/ MTCE Replace 1992 Chevrolet 81,000
SYSTEM DISPATCH Replace 2005 Ford F350 56,000
GENERATION Air banks installation and automation 65,000
ENGINEERING Atlantic Bridge 250,000
ENGINEERING Department Portion of Frontage Improvements 100,000
ENGINEERING Department Portion of Customer Related Projects for Improved System Reliability 100,000
ENGINEERING SCADA Upgrades 310,000
ENGINEERING Data Center Substation 12,000,000
ENGINEERING 66KV Line Extentions and Uprgrades for future Data Centers 1,500,000
ENGINEERING VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation Partnerships (GRIP) Program) -
Deteriorated Wood Pole Replacement 3,000,000
ENGINEERING VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation Partnerships (GRIP) Program) -
Reconductoring (Includes 7kV to 16kV Conversion)500,000
ENGINEERING VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation Partnerships (GRIP) Program) - SF6
Removal - Breakers and Switches 500,000
MGS CTG1/2 Gen Filter Upgrade: Upgrade/replace existing filter house with improved design.395,000
MGS CTG1/2 Dehumidifier: $315K Hardware, $400K Field Service. REQUIRED for prolonged 1x1 operation.565,000
MGS CTG1/2 Varnish Filtration Skid 85,000
MGS HRSG Nitrogen Generator: To offset current/future nitrogen cost, and provide more effective nitrogen blanketing on
HRSG.
48,000
MGS Cooling Tower Upgrade: DWT electro-treatment project. $80K one-time installation support costs.80,000
20,123,746
GAS Customer connection cost (assumes 3 customers costing $30,000).90,000
GAS New regulator station (s/w) of the city.400,000
GAS Minimax Metering Instruments 15,000
GAS Engineering services to produce detailed plans for major system modifications.40,000
GAS Crew cab full size construction truck 125,000
670,000
WATER Well 22 Equipping 233,000
WATER Smart Meter Program 50,000
WATER Electrical Upgrades & SCADA 772,000
WATER Well 19 Rehabilitation 600,000
WATER System-Wide Seismic Vulnerability Assessment 150,000
WATER Carry from FY 23 for F350 - Expected delivery FY 24 81,000
WATER Drilling Machine 25,000
1,911,000
FIBER-OPTICS Infastructure Upgrades 120,000
CITY OF VERNON
Enterprise Funds Capital Outlay Details
FY 2023-24
Page 81 of 134
..
..
Item 4 Page 85 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P FIELD OPERATIONS/ MAINTENANCE
550
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 680,396$ 494,002$ 394,001$ 347,252$ (46,749)$
BENEFITS 249,710 199,115 178,107 161,717 (16,390)
SUPPLIES/SERVICES 827,005 925,891 1,709,200 2,627,200 918,000
CAPITAL - - 1,124,000 569,746 (554,254)
TOTAL EXPENSES 1,757,111$ 1,619,008$ 3,405,308$ 3,705,915$ 300,607$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Electric Operations Supervisor 1.00 166,434$ 171,428$ 174,855$ 160,555$ (14,300)$
Electrical Test Technician, Lead 1.00 - - 167,146 - (167,146)
Electrical Test Technician, Senior 0.00 137,469 141,587 - 150,197 150,197
Metering Technician 0.00 126,207 32,061 - - -
Metering Technician, Senior 0.00 157,079 121,389 - - -
Overtime 31,200 5,000 5,000 5,000 -
Payout (vacation and sick excess hours)23,855 36,900 14,000 12,500 (1,500)
Utilities System Operation Premium (USOP)1,000 1,000 1,000 1,000 -
Stand-by 60,000 32,000 32,000 18,000 (14,000)
DEPARTMENT TOTALS 2.00 703,244$ 541,365$ 394,001$ 347,252$ (46,749)$
Page 82 of 134
..
..
Item 4 Page 86 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
L&P FIELD OPERATIONS/ MAINTENANCE
SALARIES 055-050-550-501010 SALARIES - REGULAR 539,350 411,185 325,525 303,409 (22,116)
SALARIES 055-050-550-501012 SALARIES - PREMIUMS 115,343 184,019 63,476 38,843 (24,633)
SALARIES 055-050-550-501016 SALARIES -COMP ABSENCES EARNED 22,583 (105,787) - - -
SALARIES 055-050-550-501020 SALARIES - O.T. 3,120 4,585 5,000 5,000 -
SALARIES Total 680,396 494,002 394,001 347,252 (46,749)
BENEFITS 055-050-550-512020 RETIREMENT 165,429 137,306 132,209 103,458 (28,751)
BENEFITS 055-050-550-513030 INSURANCE PREMIUMS - MEDICAL 74,942 53,266 40,185 53,224 13,039
BENEFITS 055-050-550-513060 FICA TAXES 9,339 8,543 5,713 5,035 (678)
BENEFITS Total 249,710 199,115 178,107 161,717 (16,390)
M & O 055-050-550-522000 SUPPLIES 8,602 2,314 6,500 - (6,500)
M & O 055-050-550-524000 UNIFORMS 4,870 8,454 16,500 1,000 (15,500)
M & O 055-050-550-526000 UTILITIES 52,722 52,722 78,700 78,700 -
M & O 055-050-550-526010 UTILITIES - IT 15,111 25,445 20,000 20,000 -
M & O 055-050-550-527000 VEHICLE EXPENSE 14,663 23,763 25,000 5,000 (20,000)
M & O 055-050-550-529000 REPAIRS & MAINTENANCE 727,641 810,989 1,315,000 2,490,000 1,175,000
M & O 055-050-550-529110 REPAIRS & MAINTENANCE - IT - - 22,500 7,500 (15,000)
M & O 055-050-550-529215 PROFESSIONAL SERVICES - OTHER 427 - 165,000 20,000 (145,000)
M & O 055-050-550-529670 EMPLOYEE DEVELOPMENT/TRAINING 2,970 2,205 60,000 5,000 (55,000)
M & O Total 827,005 925,891 1,709,200 2,627,200 918,000
CAPITAL OUTLAY 055-050-550-660000 CAPITAL OUTLAY - - 1,124,000 488,746 (635,254)
CAPITAL OUTLAY 055-050-550-660010 CAPITAL EQUIPMENT - AUTO - - - 81,000 81,000
CAPITAL OUTLAY Total - - 1,124,000 569,746 (554,254)
TOTAL EXPENSES L&P FIELD OPERATIONS/ MAINTENANCE (550)1,757,111 1,619,008 3,405,308 3,705,915 300,607
LIGHT & POWER FUND REVENUES AND EXPENSES
Page 83 of 134
..
..
Item 4 Page 87 of 157
Account Description Account Description
FY 2023-24
Budget
L&P FIELD OPERATIONS/ MAINTENANCE
1 UNIFORMS 055-050-550-524000 Flame resistant protective gear 1,000
UNIFORMS Total 1,000
1 UTILITIES 055-050-550-526000
Time of use (TOU) meter connection charges. (increase with 9 year meter
replacement)26,500
2 UTILITIES 055-050-550-526000 Interdepartmental billing - fiber optics 52,200
UTILITIES Total 78,700
1 UTILITIES - IT 055-050-550-526010 Telecommunication Charges 20,000
UTILITIES - IT Total 20,000
1 VEHICLE EXPENSE 055-050-550-527000 Vehicle maintenance, fuel & equipment 5,000
VEHICLE EXPENSE Total 5,000
1 REPAIRS & MAINTENANCE 055-050-550-529000 Outside contractor for metering and substation systems 2,100,000
2 REPAIRS & MAINTENANCE 055-050-550-529000 Outside contractor for troubleshooting of automation and electrical systems 390,000
REPAIRS & MAINTENANCE Total 2,490,000
1 REPAIRS & MAINTENANCE - IT 055-050-550-529110 Yearly rig certification 5,000
2 REPAIRS & MAINTENANCE - IT 055-050-550-529110 Stancil recording maintenance 2,500
REPAIRS & MAINTENANCE - IT Total 7,500
1 PROFESSIONAL SERVICES - OTHER 055-050-550-529215 OSHA safety consultant / ARC Flash assessment update 20,000
PROFESSIONAL SERVICES - OTHER Total 20,000
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-550-529670 Employee training 5,000
EMPLOYEE DEVELOPMENT/TRAINING Total 5,000
1 CAPITAL OUTLAY 055-050-550-660000 Time of use and standard meters 335,746
2 CAPITAL OUTLAY 055-050-550-660000 AED safety devices 3,000
3 CAPITAL OUTLAY 055-050-550-660000 Substation UPS 150,000
CAPITAL OUTLAY Total 488,746
1 CAPITAL EQUIPMENT - AUTO 055-050-550-660010 Replace 1992 Chevrolet 81,000
CAPITAL EQUIPMENT - AUTO Total 81,000
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
Page 84 of 134
..
..
Item 4 Page 88 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P SYSTEM DISPATCH
555
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 1,647,011$ 1,971,618$ 1,780,854$ 2,026,991$ 246,137$
BENEFITS 627,642 738,082 780,778 827,778 47,000
SUPPLIES/SERVICES 1,013,776 1,066,706 1,225,500 1,117,000 (108,500)
CAPITAL - - 270,000 56,000 (214,000)
TOTAL EXPENSES 3,288,429$ 3,776,405$ 4,057,132$ 4,027,769$ (29,363)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Chief Dispatcher 0.00 -$ -$ -$ 3,118$ 3,118
Control Room Dispatcher 0.00 - - 7,571 - (7,571)
Electric Operations Supervisor 0.00 - 147,523 - - -
Electric Operator (4)3.85 450,124 468,675 580,175 485,314 (94,861)
Electric Operator, Senior 1.00 - - - 129,773 129,773
Utilities Dispatcher (5)4.25 651,537 675,935 552,939 704,229 151,290
Utilities Dispatcher Trainee - - - 6,240 6,240
Utilities Dispatcher, Senior 0.85 106,001 145,917 142,074 154,792 12,718
Utilities Operations Manager 0.00 156,360 - - - -
Utilities Operations Trainee (2)2.00 149,833 242,693 163,095 192,924 29,829
Overtime 250,000 200,000 200,000 200,000 -
Payout (vacation and sick excess hours)27,828 45,900 46,000 42,600 (3,400)
Utilities System Operation Premium (USOP 5% Pay)1,000 1,000 1,000 1,000 -
Stand-by 115,000 88,000 88,000 107,000 19,000
DEPARTMENT TOTALS 11.95 1,907,683$ 2,015,643$ 1,780,854$ 2,026,991$ 246,137$
Page 85 of 134
..
..
Item 4 Page 89 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P SYSTEM DISPATCH
SALARIES 055-050-555-501010 SALARIES - REGULAR 1,229,424 1,465,912 1,387,075 1,594,902 207,827
SALARIES 055-050-555-501012 SALARIES - PREMIUMS 225,563 215,708 193,779 232,089 38,310
SALARIES 055-050-555-501016 SALARIES -COMP ABSENCES EARNED (47,283) 25,247 - - -
SALARIES 055-050-555-501020 SALARIES - O.T. 239,307 264,751 200,000 200,000 -
SALARIES Total 1,647,011 1,971,618 1,780,854 2,026,991 246,137
BENEFITS 055-050-555-512020 RETIREMENT 422,986 513,554 566,796 544,958 (21,838)
BENEFITS 055-050-555-513030 INSURANCE PREMIUMS - MEDICAL 180,335 196,557 188,160 253,429 65,269
BENEFITS 055-050-555-513060 FICA TAXES 24,322 27,971 25,822 29,391 3,569
BENEFITS Total 627,642 738,082 780,778 827,778 47,000
M & O 055-050-555-522000 SUPPLIES 6,662 8,176 15,000 15,000 -
M & O 055-050-555-522010 SUPPLIES - IT - 7,413 20,000 17,500 (2,500)
M & O 055-050-555-524000 UNIFORMS 18,548 19,018 18,000 20,000 2,000
M & O 055-050-555-526000 UTILITIES - 730 5,000 5,000 -
M & O 055-050-555-526010 UTILITIES - IT 1,708 - - - -
M & O 055-050-555-527000 VEHICLE EXPENSE 54,168 69,915 50,000 50,000 -
M & O 055-050-555-529000 REPAIRS & MAINTENANCE 4,634 1,722 - - -
M & O 055-050-555-529020 STATION MAINTENANCE 360 - 20,500 20,500 -
M & O 055-050-555-529110 REPAIRS & MAINTENANCE - IT - - 2,000 2,000 -
M & O 055-050-555-529215 PROFESSIONAL SERVICES - OTHER 922,888 951,595 1,020,000 962,000 (58,000)
M & O 055-050-555-529600 BOOKS & PUBLICATIONS 575 - - - -
M & O 055-050-555-529670 EMPLOYEE DEVELOPMENT/TRAINING 4,233 8,137 75,000 25,000 (50,000)
M & O Total 1,013,776 1,066,706 1,225,500 1,117,000 (108,500)
CAPITAL OUTLAY 055-050-555-660000 CAPITAL OUTLAY - - 270,000 - (270,000)
CAPITAL OUTLAY 055-050-555-660005 IT EQUIPMENT & SOFTWARE - - - - -
CAPITAL OUTLAY 055-050-555-660010 CAPITAL EQUIPMENT - AUTO - - - 56,000 56,000
CAPITAL OUTLAY 055-050-555-660015 CAPITAL EQUIPMENT - NONAUTO - - - - -
CAPITAL OUTLAY Total - - 270,000 56,000 (214,000)
TOTAL EXPENSES L&P SYSTEM DISPATCH (555)3,288,429 3,776,405 4,057,132 4,027,769 (29,363)
Page 86 of 134
..
..
Item 4 Page 90 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P SYSTEM DISPATCH
1 SUPPLIES 055-050-555-522000
Misc. department and office supplies (training binders, dividers, writing
utensils, notepads, pocket, calculators, electrical tags, pud forms, time stamps
and other miscellaneous items of this nature)5,000
2 SUPPLIES 055-050-555-522000 Janitorial supplies - floor wax, coffee, napkins, toilet paper, soap, etc.5,000
3 SUPPLIES 055-050-555-522000 Control room supplies used 24 hrs. per day 365 days per year 5,000
SUPPLIES Total 15,000
1 SUPPLIES - IT 055-050-555-522010
Miscellaneous computer items; connectors; cables; electrical components
turbines; SCADA cards; SCADA RTU connectors; PLC connectors; batteries; low
voltage wire; low voltage adaptors; laptop batteries for field PC; radio
components for electrical radio system; monitors; turbine CRT's; specialized
ink or printers for turbines and SCADA; security camera accessories 10,000
2 SUPPLIES - IT 055-050-555-522010 Electronic handheld rounds 7,500
SUPPLIES - IT Total 17,500
1 UNIFORMS 055-050-555-524000 Flame resistant uniforms, VPU standard issue, PPE, CINTAS 15,000
2 UNIFORMS 055-050-555-524000 Uniform accessories, miscellaneous personnel expenditures 5,000
UNIFORMS Total 20,000
1 UTILITIES 055-050-555-526000 Control center communication services 5,000
UTILITIES Total 5,000
1 VEHICLE EXPENSE 055-050-555-527000 Service, parts, equipment & fuel 50,000
VEHICLE EXPENSE Total 50,000
1 STATION MAINTENANCE 055-050-555-529020
Replacement tools and supplies for standby truck, flashlight, safety equipment,
gloves 15,000
2 STATION MAINTENANCE 055-050-555-529020 Maintenance, certification and calibration of equipment 5,500
STATION MAINTENANCE Total 20,500
1 REPAIRS & MAINTENANCE - IT 055-050-555-529110 Stancil recording maintenance 2,000
REPAIRS & MAINTENANCE - IT Total 2,000
1 PROFESSIONAL SERVICES - OTHER 055-050-555-529215
Professional security services (increased service level due to vandalism, theft
& CIP project protection)929,000
2 PROFESSIONAL SERVICES - OTHER 055-050-555-529215 Restroom rental for Station A, (three locations) Soto yard security guards 25,000
3 PROFESSIONAL SERVICES - OTHER 055-050-555-529215 Vinyl reprints of Station A tailboard/maps wall 8,000
PROFESSIONAL SERVICES - OTHER Total 962,000
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-555-529670
Technical, operational & safety training SCADA simulator software, computer
hardware & associate engineering & networking & training facility for high
voltage electric staff. including logistics involved with rotating shift coverage
and staffing 25,000
EMPLOYEE DEVELOPMENT/TRAINING Total 25,000
1 CAPITAL EQUIPMENT - AUTO 055-050-555-660010 Replace 2005 Ford F350 56,000
CAPITAL EQUIPMENT - AUTO Total 56,000
Page 87 of 134
..
..
Item 4 Page 91 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P GENERATION
560
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SUPPLIES/SERVICES 146,991 100,913 1,137,500 802,500 (335,000)
CAPITAL - - 50,000 65,000 15,000
TOTAL EXPENSES 146,991$ 100,913$ 1,187,500$ 867,500$ (320,000)$
Page 88 of 134
..
..
Item 4 Page 92 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P GENERATION
M & O 055-050-560-520230 GENERATION EXPENSE 971 12,260 92,000 92,000 -
M & O 055-050-560-522000 SUPPLIES 12,077 145 500 500 -
M & O 055-050-560-526010 UTILITIES - IT 24,439 25,665 20,000 20,000 -
M & O 055-050-560-527000 VEHICLE EXPENSE 1,203 - - - -
M & O 055-050-560-529000 REPAIRS & MAINTENANCE 66,749 13,782 150,000 220,000 70,000
M & O 055-050-560-529215 PROFESSIONAL SERVICES - OTHER 41,553 49,061 875,000 470,000 (405,000)
M & O Total 146,991 100,913 1,137,500 802,500 (335,000)
CAPITAL OUTLAY 055-050-560-660000 CAPITAL OUTLAY - - 50,000 65,000 15,000
CAPITAL OUTLAY Total - - 50,000 65,000 15,000
TOTAL EXPENSES L&P GENERATION (560)146,991 100,913 1,187,500 867,500 (320,000)
Page 89 of 134
..
..
Item 4 Page 93 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P GENERATION
1 GENERATION EXPENSE 055-050-560-520230 AQMD permits & fees 15,000
2 GENERATION EXPENSE 055-050-560-520230 Environmental compliance permit & fees 10,000
3 GENERATION EXPENSE 055-050-560-520230 Environmental reporting, compliance, consulting 53,000
4 GENERATION EXPENSE 055-050-560-520230 California Air Resources Board for managing AB32 programs 10,000
5 GENERATION EXPENSE 055-050-560-520230 Station A 4,000
GENERATION EXPENSE Total 92,000
1 SUPPLIES 055-050-560-522000
Misc. department and office supplies (printer paper binders, dividers, writing
utensils)500
SUPPLIES Total 500
1 UTILITIES - IT 055-050-560-526010 Utility meters (Trilliant lines)20,000
UTILITIES - IT Total 20,000
1 REPAIRS & MAINTENANCE 055-050-560-529000 Station repairs (Aux equipment)100,000
2 REPAIRS & MAINTENANCE 055-050-560-529000 Natural gas turbine repairs and ongoing maintenance items 50,000
3 REPAIRS & MAINTENANCE 055-050-560-529000 Outside contractor for turbine services 70,000
REPAIRS & MAINTENANCE Total 220,000
1 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 Turbine maintenance, controls & automation work 50,000
2 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 Service contract mechanical (H. Gonzales) & Blackstart 50,000
3 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 Generation on-call consulting and repair contract 150,000
4 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 H. Gonzales gas skid meter 5,000
5 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 H. Gonzales air conditioner service contract 5,000
6 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 H. Gonzales fire system service contract 10,000
7 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 Black start test load bank & other services & equipment 100,000
8 PROFESSIONAL SERVICES - OTHER 055-050-560-529215 Station A diesel project 100,000
PROFESSIONAL SERVICES - OTHER Total 470,000
1 CAPITAL OUTLAY 055-050-560-660000 Air banks installation and automation 65,000
CAPITAL OUTLAY Total 65,000
Page 90 of 134
..
..
Item 4 Page 94 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P TRANSMISSION/ DISTRIBUTION
565
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 528,409$ 626,346$ 350,000$ 350,000$ -$
EXPENSES:
SUPPLIES/SERVICES 6,947,121 11,401,008 7,809,505 8,309,508 500,003
CAPITAL - - - - -
TOTAL EXPENSES 6,947,121$ 11,401,008$ 7,809,505$ 8,309,508$ 500,003$
Page 91 of 134
..
..
Item 4 Page 95 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P TRANSMISSION/ DISTRIBUTION
REVENUE 055-450-565-451900 DISTRICT SVC CHARGE OR MISC 451,789 252,570 100,000 100,000 -
REVENUE 055-460-565-460330 DAMAGED PROPERTY 76,620 373,776 250,000 250,000 -
REVENUE Total 528,409 626,346 350,000 350,000 -
M & O 055-050-565-522000 SUPPLIES 35 - 20,500 20,500 -
M & O 055-050-565-523030 BAD DEBT EXPENSE 120,791 - - - -
M & O 055-050-565-526000 UTILITIES 9,413 12,832 9,000 9,000 -
M & O 055-050-565-527000 VEHICLE EXPENSE 54,763 86,877 60,000 60,000 -
M & O 055-050-565-529000 REPAIRS & MAINTENANCE 6,753,940 11,299,510 7,700,005 8,200,008 500,003
M & O 055-050-565-529215 PROFESSIONAL SERVICES - OTHER 8,178 1,789 20,000 20,000 -
M & O Total 6,947,121 11,401,008 7,809,505 8,309,508 500,003
TOTAL EXPENSES L&P TRANSMISSION/ DISTRIBUTION (565)6,947,121 11,401,008 7,809,505 8,309,508 500,003
Page 92 of 134
..
..
Item 4 Page 96 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P TRANSMISSION/ DISTRIBUTION
1 SUPPLIES 055-050-565-522000 City yard daily supplies and services 10,500
2 SUPPLIES 055-050-565-522000 Underground Service Alert 10,000
SUPPLIES Total 20,500
1 UTILITIES 055-050-565-526000 Phone service for Petrelli building/ Fax for Dig Alert service 9,000
UTILITIES Total 9,000
1 VEHICLE EXPENSE 055-050-565-527000 Vehicle fuel 60,000
VEHICLE EXPENSE Total 60,000
1 REPAIRS & MAINTENANCE 055-050-565-529000 Maintenance and repairs for field equipment 911,112
2 REPAIRS & MAINTENANCE 055-050-565-529000
On/off orders, repairs for service drops, customer panels, field equipment for
electric service 911,112
3 REPAIRS & MAINTENANCE 055-050-565-529000 Maintenance for leased trucks 911,112
4 REPAIRS & MAINTENANCE 055-050-565-529000
Inspections: GO 095 and 128 inspection, underground vaults, and customer
facilities 911,112
5 REPAIRS & MAINTENANCE 055-050-565-529000 Labor for warehouse, restocking, and equipment outlay 911,112
6 REPAIRS & MAINTENANCE 055-050-565-529000 On call hours for repair and maintenance crews 911,112
7 REPAIRS & MAINTENANCE 055-050-565-529000 Field and administrative support 911,112
8 REPAIRS & MAINTENANCE 055-050-565-529000
Administrative support for billing, purchasing, invoicing, and work order
management 911,112
9 REPAIRS & MAINTENANCE 055-050-565-529000 Field crew for repairs and maintenance 911,112
REPAIRS & MAINTENANCE Total 8,200,008
1 PROFESSIONAL SERVICES - OTHER 055-050-565-529215 Oil & hazardous waste removal 20,000
PROFESSIONAL SERVICES - OTHER Total 20,000
Page 93 of 134
..
..
Item 4 Page 97 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P BUILDING MAINTENANCE
570
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES 29,787$ 59,857$ 66,066$ 69,615$ 3,549$
BENEFITS 22,357 33,083 52,514 51,414 (1,100)
SUPPLIES/SERVICES 159,621 89,810 411,000 348,500 (62,500)
CAPITAL - - 125,000 - (125,000)
TOTAL EXPENSES 211,765$ 182,749$ 654,580$ 469,529$ (185,051)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Utility Maintenance Worker 1.00 62,884$ 61,887$ 66,066$ 68,715$ 2,649$
Payout (vacation and sick excess hours)- - - 900 900
DEPARTMENT TOTALS 1.00 62,884$ 61,887$ 66,066$ 69,615$ 3,549$
Page 94 of 134
..
..
Item 4 Page 98 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P BUILDING MAINTENANCE
SALARIES 055-050-570-501010 SALARIES - REGULAR 28,058 56,045 66,066 68,715 2,649
SALARIES 055-050-570-501012 SALARIES - PREMIUMS - 125 - 900 900
SALARIES 055-050-570-501016 SALARIES -COMP ABSENCES EARNED 1,096 2,898 - - -
SALARIES 055-050-570-501020 SALARIES - O.T.633 789 - - -
SALARIES Total 29,787 59,857 66,066 69,615 3,549
BENEFITS 055-050-570-512020 RETIREMENT 14,442 19,446 27,536 23,793 (3,743)
BENEFITS 055-050-570-513030 INSURANCE PREMIUMS - MEDICAL 7,498 12,811 24,020 26,612 2,592
BENEFITS 055-050-570-513060 FICA TAXES 416 826 958 1,009 51
BENEFITS Total 22,357 33,083 52,514 51,414 (1,100)
M & O 055-050-570-522000 SUPPLIES 1,572 3,666 5,000 5,000 -
M & O 055-050-570-524000 UNIFORMS - 61 2,000 2,000 -
M & O 055-050-570-527000 VEHICLE EXPENSE 2,568 5,087 6,000 6,000 -
M & O 055-050-570-529000 REPAIRS & MAINTENANCE 98,361 48,675 204,500 130,000 (74,500)
M & O 055-050-570-529215 PROFESSIONAL SERVICES - OTHER 57,120 32,321 193,500 205,500 12,000
M & O Total 159,621 89,810 411,000 348,500 (62,500)
CAPITAL OUTLAY 055-050-570-660000 CAPITAL OUTLAY - - 125,000 - (125,000)
CAPITAL OUTLAY Total - - 125,000 - (125,000)
TOTAL EXPENSE L&P BUILDING MAINTENANCE (570)211,765 182,749 654,580 469,529 (185,051)
Page 95 of 134
..
..
Item 4 Page 99 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P BUILDING MAINTENANCE
1 SUPPLIES 055-050-570-522000
Janitorial supplies - floor wax, coffee, napkins, toilet paper, soap, etc. /misc.
department and office supplies (training binders, dividers, writing utensils,
notepads, etc.)5,000
SUPPLIES Total 5,000
1 UNIFORMS 055-050-570-524000 PPE/FR gear/safety boots/VPU standard issue 2,000
UNIFORMS Total 2,000
1 VEHICLE EXPENSE 055-050-570-527000 Forklift fuel and service l182 / electric cart service l411 2,500
2 VEHICLE EXPENSE 055-050-570-527000 Vehicle fuel and maintenance 3,500
VEHICLE EXPENSE Total 6,000
1 REPAIRS & MAINTENANCE 055-050-570-529000 UPS maintenance and repair. $15K emergency, $10K routine repair 25,000
2 REPAIRS & MAINTENANCE 055-050-570-529000
Plant safety equipment replacement/maintenance items
(based on starr loss prevention & risk assessment recommendation)20,000
3 REPAIRS & MAINTENANCE 055-050-570-529000 Freight elevator refurbishment 20,000
4 REPAIRS & MAINTENANCE 055-050-570-529000 Bay door motor and repair 35,000
5 REPAIRS & MAINTENANCE 055-050-570-529000 Routine plumbing repairs placeholder 5,000
6 REPAIRS & MAINTENANCE 055-050-570-529000
Installation of mini-split HVAC units for Southern facing offices, locker room
and visitor bathroom 5,000
7 REPAIRS & MAINTENANCE 055-050-570-529000 Fire supression system repairs 15,000
8 REPAIRS & MAINTENANCE 055-050-570-529000 Fire suppression system inspections 5,000
REPAIRS & MAINTENANCE Total 130,000
1 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Compressor service 15,000
2 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Generator service/repair 15,000
3 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Elevator maintenance service contract 15,000
4 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Crane maintenance service contract 10,000
5 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Trash removal service contract 10,000
6 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Janitorial service (common area services)85,000
7 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Backflow device testing 1,000
8 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Pest and rodent 7,500
9 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Electronic door lock service contract 5,000
10 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Building air conditioner service contract 20,000
11 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Weed abatement for select locations 12,000
12 PROFESSIONAL SERVICES - OTHER 055-050-570-529215 Environmental emergency response 10,000
PROFESSIONAL SERVICES - OTHER Total 205,500
Page 96 of 134
..
..
Item 4 Page 100 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P CUSTOMER SERVICE
575
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 174,933,229$ 195,003,103$ 201,852,846$ 202,360,286$ 507,440$
EXPENSES:
SALARIES 292,455$ 470,891$ 671,300$ 386,497$ (284,803)$
BENEFITS 1,613,878 2,900,507 333,309 195,568 (137,741)
SUPPLIES/SERVICES 543,255 927,183 521,800 484,500 (37,300)
CAPITAL - - 200,000 - (200,000)
TOTAL EXPENSES 2,449,589$ 4,298,582$ 1,726,409$ 1,066,565$ (659,844)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Business & Account Supervisor 0.75 117,659$ 127,249$ 189,416$ 131,065$ (58,351)$
Customer Relations and Marketing Manager 0.00 - 189,472 193,261 - (193,261)
Customer Service Manager 0.25 - - - 40,138 40,138
Integrated Resources Manger 0.10 - - 19,326 20,492 1,166
Key Accounts Specialist 0.00 - - 79,498 - (79,498)
Utilities Customer Service Representative 1.00 145,127 76,480 77,980 82,847 4,867
Utilities Customer Service Representative, Lead 0.00 - - - 4,055 4,055
Utilities Customer Service Representative, Senior 1.00 69,330 84,166 85,819 91,000 5,181
Overtime 2,000 1,000 1,000 - (1,000)
Payout (vacation and sick excess hours)16,963 17,900 25,000 16,900 (8,100)
DEPARTMENT TOTALS 3.10 351,079$ 496,267$ 671,300$ 386,497$ (284,803)$
Page 97 of 134
..
..
Item 4 Page 101 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P CUSTOMER SERVICE
REVENUE 055-440-575-440100 GRANT REVENUES - 665,887 - - -
REVENUE 055-450-575-450010 SALE OF ELECTRICITY 166,712,957 177,975,093 190,293,580 184,220,852 (6,072,728)
REVENUE 055-450-575-450012 DISCOUNT ON SALES (3,725,459) (3,723,799) (3,850,123) (3,875,580) (25,457)
REVENUE 055-450-575-450016 FUEL COST ADJUSTMENT 2,917,694 16,599,350 8,890,335 15,432,552 6,542,217
REVENUE 055-450-575-450017 FUEL COST ADJUSTMENT CREDIT (195,789) (2,192,872) - (2,160,557) (2,160,557)
REVENUE 055-450-575-450031 RPS PASS-THROUGH 4,281,557 412,159 880,452 3,306,975 2,426,523
REVENUE 055-450-575-450080 TEMPORARY POWER 1,171 2,342 - - -
REVENUE 055-450-575-450301 SPECIAL CHARGES 122,959 122,959 103,863 100,000 (3,863)
REVENUE 055-450-575-451001 AB1890 REVENUES 4,775,125 5,019,000 5,313,638 5,236,044 (77,594)
REVENUE 055-490-575-490910 OTHER INCOME 43,014 122,982 221,101 100,000 (121,101)
REVENUE Total 174,933,229 195,003,103 201,852,846 202,360,286 507,440
SALARIES 055-050-575-501010 SALARIES - REGULAR 236,871 406,529 613,011 333,189 (279,822)
SALARIES 055-050-575-501012 SALARIES - PREMIUMS 43,775 52,219 57,289 53,308 (3,981)
SALARIES 055-050-575-501016 SALARIES -COMP ABSENCES EARNED 11,809 12,143 - - -
SALARIES 055-050-575-501020 SALARIES - O.T. - - 1,000 - (1,000)
SALARIES Total 292,455 470,891 671,300 386,497 (284,803)
BENEFITS 055-050-575-512020 RETIREMENT 1,714,607 3,232,136 224,783 118,813 (105,970)
BENEFITS 055-050-575-513030 INSURANCE PREMIUMS - MEDICAL 52,194 69,468 98,792 71,151 (27,641)
BENEFITS 055-050-575-513040 POSTEMPLOYMENT BENEFITS (156,875) (407,579) - - -
BENEFITS 055-050-575-513060 FICA TAXES 3,953 6,482 9,734 5,604 (4,130)
BENEFITS Total 1,613,878 2,900,507 333,309 195,568 (137,741)
M & O 055-050-575-522000 SUPPLIES 8,363 5,209 8,000 8,500 500
M & O 055-050-575-523030 BAD DEBT EXPENSE 188,822 225,201 400,000 300,000 (100,000)
M & O 055-050-575-526000 UTILITIES - - 800 - (800)
M & O 055-050-575-529110 REPAIRS & MAINTENANCE - IT 68,434 - 103,000 116,000 13,000
M & O 055-050-575-529210 PROFESSIONAL SERVICES - IT - - - 50,000 50,000
M & O 055-050-575-529215 PROFESSIONAL SERVICES - OTHER - 14,194 - - -
M & O 055-050-575-529225 PROFESSIONAL SVCS - TECHNICAL - 16,621 - - -
M & O 055-050-575-529500 TRAVEL - - 2,000 2,000 -
M & O 055-050-575-529670 EMPLOYEE DEVELOPMENT/TRAINING 1,405 - 8,000 8,000 -
M & O 055-050-575-529706 VPU CREDIT PROGRAM 276,231 72 - - -
M & O 055-595-575-523025 GRANT-FUNDED EXPENSE - 665,887 - - -
M & O Total 543,255 927,183 521,800 484,500 (37,300)
CAPITAL OUTLAY 055-050-575-660005 IT EQUIPMENT & SOFTWARE - - 200,000 - (200,000)
CAPITAL OUTLAY Total - - 200,000 - (200,000)
TOTAL EXPENSES L&P CUSTOMER SERVICE (575)2,449,589 4,298,582 1,726,409 1,066,565 (659,844)
Page 98 of 134
..
..
Item 4 Page 102 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P CUSTOMER SERVICE
1 SUPPLIES 055-050-575-522000 Office supplies & utility bill stock 8,500
SUPPLIES Total 8,500
1 BAD DEBT EXPENSE 055-050-575-523030 Write-off on uncollectible accounts 300,000
BAD DEBT EXPENSE Total 300,000
1 REPAIRS & MAINTENANCE - IT 055-050-575-529110 Pitney Bowes (mailing stuffer):service - new lease maint. agreement 3,000
2 REPAIRS & MAINTENANCE - IT 055-050-575-529110 CIS Infinity annual support-cost of serv increase 50,000
3 REPAIRS & MAINTENANCE - IT 055-050-575-529110 Mv90xi annual support/added wireless netwoork maint.12,000
4 REPAIRS & MAINTENANCE - IT 055-050-575-529110 MVRS/FCS/Network annual support/added wireless network maintenance 51,000
REPAIRS & MAINTENANCE - IT Total 116,000
1 PROFESSIONAL SERVICES - IT 055-050-575-529210 Advanced Utilities CIS Upgrade Version 5 50,000
PROFESSIONAL SERVICES - IT Total 50,000
1 TRAVEL 055-050-575-529500 Training travel 2,000
TRAVEL Total 2,000
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-575-529670 MV90 training software 5,000
2 EMPLOYEE DEVELOPMENT/TRAINING 055-050-575-529670 FCS training software 2,000
3 EMPLOYEE DEVELOPMENT/TRAINING 055-050-575-529670 Customer service training 1,000
EMPLOYEE DEVELOPMENT/TRAINING Total 8,000
Page 99 of 134
..
..
Item 4 Page 103 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P ADMINISTRATION
580
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 57,405$ 349,275$ 242,978$ 2,386,707$ 2,143,729$
EXPENSES:
SALARIES 1,290,070$ 1,263,675$ 1,305,309$ 1,271,039$ (34,270)$
BENEFITS 538,601 572,819 685,960 607,131 (78,829)
SUPPLIES/SERVICES 11,973,226 14,107,077 13,388,015 12,315,137 (1,072,878)
CAPITAL - - 55,000 - (55,000)
TRANSFERS - 181,387 635,600 635,600 -
DEBT SERVICE 18,723,613 13,599,590 69,707,353 69,710,204 2,851
TOTAL EXPENSES 32,525,510$ 29,724,548$ 85,777,237$ 84,539,111$ (1,238,126)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Account Clerk, Senior 1.00 129,834$ 74,980$ 76,480$ 79,547$ 3,067$
Administrative Analyst 1.00 102,433 112,281 115,604 120,827 5,223
Administrative Intern (2)1.00 - - - 39,635 39,635
Assistant General Manager of Public Utilities 1.00 246,515 253,911 258,989 215,159 (43,830)
General Manager of Public Utilities 1.00 304,440 313,430 159,801 301,281 141,480
Planning and Analysis Manager 1.00 - 198,946 202,924 195,156 (7,768)
Utilities Compliance Administrator 1.00 317,811 245,510 166,946 168,583 1,637
Utilities Compliance Analyst 0.00 102,432 116,320 118,646 - (118,646)
Utilities Operations Supervisor 0.00 - - 185,758 - (185,758)
Utilities Strategic Planning Coordinator 1.00 - - 12,161 136,052 123,891
-
Overtime 2,000 2,000 2,000 5,000 3,000
Payout (vacation and sick excess hours)9,085 12,800 6,000 9,800 3,800
DEPARTMENT TOTALS 8.00 1,214,550$ 1,330,178$ 1,305,309$ 1,271,039$ (34,270)$
Page 100 of 134
..
..
Item 4 Page 104 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P ADMINISTRATION
REVENUE 055-430-580-430110 INVESTMENT INCOME 57,190 269,257 20,000 2,000,000 1,980,000
REVENUE 055-460-580-466900 MISCELLANEOUS REVENUES 215 9,679 - - -
REVENUE 055-490-580-490100 OPERATING TRANSFER IN - 70,339 222,978 386,707 163,729
REVENUE Total 57,405 349,275 242,978 2,386,707 2,143,729
SALARIES 055-050-580-501010 SALARIES - REGULAR 1,159,897 1,175,303 1,261,536 1,229,208 (32,328)
SALARIES 055-050-580-501012 SALARIES - PREMIUMS 40,207 37,297 41,773 36,831 (4,942)
SALARIES 055-050-580-501016 SALARIES -COMP ABSENCES EARNED 89,967 46,012 - - -
SALARIES 055-050-580-501020 SALARIES - O.T. - 5,063 2,000 5,000 3,000
SALARIES Total 1,290,070 1,263,675 1,305,309 1,271,039 (34,270)
BENEFITS 055-050-580-512020 RETIREMENT 374,319 410,308 512,936 442,821 (70,115)
BENEFITS 055-050-580-513030 INSURANCE PREMIUMS - MEDICAL 147,220 145,177 154,097 145,880 (8,217)
BENEFITS 055-050-580-513060 FICA TAXES 17,061 17,334 18,927 18,430 (497)
BENEFITS Total 538,601 572,819 685,960 607,131 (78,829)
M & O 055-050-580-520035 INSURANCE - PROPERTY/CRIME 390,459 454,648 568,310 566,724 (1,586)
M & O 055-050-580-520090 CLAIMS - SIR SETTLEMENTS - - - - -
M & O 055-050-580-522000 SUPPLIES 3,411 13,520 22,300 17,400 (4,900)
M & O 055-050-580-522010 SUPPLIES - IT - - 10,000 5,000 (5,000)
M & O 055-050-580-523010 IN-LIEU TAXES 4,781,720 5,033,574 5,430,392 5,400,000 (30,392)
M & O 055-050-580-523015 REAL ESTATE TAXES - - - 55,000 55,000
M & O 055-050-580-523030 BAD DEBT EXPENSE 425,890 (178,156) - - -
M & O 055-050-580-524000 UNIFORMS 8,075 8,081 10,000 10,000 -
M & O 055-050-580-525000 ADVERTISEMENT/PROMOTION 3,045 12,091 117,500 50,000 (67,500)
M & O 055-050-580-526000 UTILITIES 508,058 726,944 475,000 850,000 375,000
M & O 055-050-580-526010 UTILITIES - IT 28,044 18,637 15,000 15,000 -
M & O 055-050-580-527000 VEHICLE EXPENSE 2,448 3,938 10,000 5,000 (5,000)
M & O 055-050-580-529000 REPAIRS & MAINTENANCE - - 150,000 - (150,000)
M & O 055-050-580-529010 BANK SERVICE FEES 14,732 12,113 25,000 20,000 (5,000)
M & O 055-050-580-529200 PROFESSIONAL SERVICES - LEGAL 42,077 1,893,518 300,000 200,000 (100,000)
M & O 055-050-580-529215 PROFESSIONAL SERVICES - OTHER 599,095 914,050 2,150,000 1,286,000 (864,000)
M & O 055-050-580-529225 PROFESSIONAL SVCS - TECHNICAL 1,921,281 1,632,904 475,000 275,000 (200,000)
M & O 055-050-580-529500 TRAVEL 46,566 6,039 32,000 20,000 (12,000)
M & O 055-050-580-529550 MEMBERSHIP DUES 28,324 242,980 160,000 160,000 -
M & O 055-050-580-529600 BOOKS & PUBLICATIONS 2,837 577 25,500 12,500 (13,000)
M & O 055-050-580-529670 EMPLOYEE DEVELOPMENT/TRAINING 26,531 108,175 144,500 100,000 (44,500)
M & O 055-050-580-529900 GENERAL CITY ADMIN SERVICE EXP 3,140,632 3,203,444 3,267,513 3,267,513 -
M & O Total 11,973,226 14,107,077 13,388,015 12,315,137 (1,072,878)
CAPITAL OUTLAY 055-050-580-660000 CAPITAL OUTLAY - - 55,000 - (55,000)
CAPITAL OUTLAY 055-050-580-660015 CAPITAL EQUIPMENT - NONAUTO - - - - -
CAPITAL OUTLAY Total - - 55,000 - (55,000)
DEBT SERVICE 055-050-580-760005 BOND PRINCIPAL RETIREMENT - - 50,110,000 51,835,000 1,725,000
DEBT SERVICE 055-050-580-760010 BOND INTEREST PAID 18,723,613 13,599,590 19,597,353 17,875,204 (1,722,149)
DEBT SERVICE Total 18,723,613 13,599,590 69,707,353 69,710,204 2,851
TRANSFERS 055-050-580-900000 OPERATING TRANSFER OUT - 181,387 635,600 635,600 -
TRANSFERS Total - 181,387 635,600 635,600 -
TOTAL EXPENSES L&P ADMINISTRATION (580)32,525,510 29,724,548 85,777,237 84,539,111 (1,238,126)
Page 101 of 134
..
..
Item 4 Page 105 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P ADMINISTRATION
1 INSURANCE - PROPERTY/CRIME 055-050-580-520035 Property insurance 566,724
INSURANCE - PROPERTY/CRIME Total 566,724
1 SUPPLIES 055-050-580-522000 General office supplies 7,200
2 SUPPLIES 055-050-580-522000 Delivery services 1,000
3 SUPPLIES 055-050-580-522000 Administrative notices 1,000
4 SUPPLIES 055-050-580-522000 Ink refills, regular & custom rubber stamps 1,200
5 SUPPLIES 055-050-580-522000 MRE small meals for emergency 2,000
6 SUPPLIES 055-050-580-522000 MRE full meals for emergency 2,000
7 SUPPLIES 055-050-580-522000 Emergency supplies, including water and first aid materials 2,000
8 SUPPLIES 055-050-580-522000 Business cards 1,000
SUPPLIES Total 17,400
1 SUPPLIES - IT 055-050-580-522010 Miscellaneous IT purchases (includes Everbridge)5,000
SUPPLIES - IT Total 5,000
1 IN-LIEU TAXES 055-050-580-523010 3% of retail sales 5,400,000
IN-LIEU TAXES Total 5,400,000
1 REAL ESTATE TAXES 055-050-580-523015 Kern County Property Taxes 55,000
REAL ESTATE TAXES Total 55,000
1 UNIFORMS 055-050-580-524000 Office staff uniforms 10,000
UNIFORMS Total 10,000
1 ADVERTISEMENT/PROMOTION 055-050-580-525000
Branding and promoting APPA RP3, customer programs, initiatives, compliance
programs 30,000
2 ADVERTISEMENT/PROMOTION 055-050-580-525000 Marketing materials: legislative/community outreach 2,500
3 ADVERTISEMENT/PROMOTION 055-050-580-525000 Website, electronic notification, and outreach 2,500
4 ADVERTISEMENT/PROMOTION 055-050-580-525000 Job recruitment 5,000
5 ADVERTISEMENT/PROMOTION 055-050-580-525000 SCPPA, governmental affairs, compliance, historical 10,000
ADVERTISEMENT/PROMOTION Total 50,000
1 UTILITIES 055-050-580-526000 Annual street light electrical expense 850,000
UTILITIES Total 850,000
1 UTILITIES - IT 055-050-580-526010 Telecommunication charges 15,000
UTILITIES - IT Total 15,000
1 VEHICLE EXPENSE 055-050-580-527000 City hall pool vehicles repair, maintenance, & fuel 5,000
VEHICLE EXPENSE Total 5,000
1 BANK SERVICE FEES 055-050-580-529010 Banking fees 20,000
BANK SERVICE FEES Total 20,000
1 PROFESSIONAL SERVICES - LEGAL 055-050-580-529200 Utility legal services 200,000
PROFESSIONAL SERVICES - LEGAL Total 200,000
Page 102 of 134
..
..
Item 4 Page 106 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
1 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Consulting services for strategic and business plan development 70,000
2 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Consultant services for regulatory and environmental compliance matters 70,000
3 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Joint Powers Utility participation 25,000
4 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Third party compliance consultant / GHG verifier 10,000
5 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Financial advisory services 50,000
6 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Enterprise risk assessment 100,000
7 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Security services 242,000
8 PROFESSIONAL SERVICES - OTHER 055-050-580-529215
Compliance management software & process documentation - SCPPA task
order 121,000
9 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Grant writing 50,000
10 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Technical generation expertise & Jawbone / litigation matters 70,000
11 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Enterprise asset management software (EAM)175,000
12 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Wildfire mitigation plan 3rd party verification 3,000
13 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Energy risk management services 100,000
14 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Electrification and battery storage initiatives 100,000
15 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Electric cost of service and rate design for 5 and 10 years 50,000
16 PROFESSIONAL SERVICES - OTHER 055-050-580-529215 Legislative and Regulatory support 50,000
PROFESSIONAL SERVICES - OTHER Total 1,286,000
1 PROFESSIONAL SVCS - TECHNICAL 055-050-580-529225 Gas compliance services 275,000
PROFESSIONAL SVCS - TECHNICAL Total 275,000
1 TRAVEL 055-050-580-529500 Travel for training and education 20,000
TRAVEL Total 20,000
1 MEMBERSHIP DUES 055-050-580-529550
Membership dues plus 5% annual increases (California Municipal Utilities
Association)80,000
2 MEMBERSHIP DUES 055-050-580-529550 APPA annual dues 50,000
3 MEMBERSHIP DUES 055-050-580-529550 Annual invoice (mutual aid)2,000
4 MEMBERSHIP DUES 055-050-580-529550 Membership 1,000
5 MEMBERSHIP DUES 055-050-580-529550 Legislative resource 6,000
6 MEMBERSHIP DUES 055-050-580-529550 Deed program - research and development 15,000
7 MEMBERSHIP DUES 055-050-580-529550 Competitive bidding platform 5,000
8 MEMBERSHIP DUES 055-050-580-529550 Shared membership through SCPPA 1,000
MEMBERSHIP DUES Total 160,000
1 BOOKS & PUBLICATIONS 055-050-580-529600 Industry books, publications, and subscriptions 10,000
2 BOOKS & PUBLICATIONS 055-050-580-529600 Legislative tracking service 2,500
BOOKS & PUBLICATIONS Total 12,500
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-580-529670 Training and Education 100,000
EMPLOYEE DEVELOPMENT/TRAINING Total 100,000
1 GENERAL CITY ADMIN SERVICE EXP 055-050-580-529900 Overhead allocation 3,267,513
GENERAL CITY ADMIN SERVICE EXP Total 3,267,513
1 BOND PRINCIPAL RETIREMENT 055-050-580-760005 Principal repayment 51,835,000
BOND PRINCIPAL RETIREMENT Total 51,835,000
1 BOND INTEREST PAID 055-050-580-760010 Interest payments 17,875,204
BOND INTEREST PAID Total 17,875,204
1 OPERATING TRANSFER OUT 055-050-580-900000 ERP system implementation 635,600
OPERATING TRANSFER OUT Total 635,600
Page 103 of 134
..
..
Item 4 Page 107 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P ENGINEERING
585
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 118,093$ 97,765$ 5,300,500$ 12,100,000$ 6,799,500$
EXPENSES:
SALARIES 958,830$ 962,363$ 1,158,264$ 1,147,944$ (10,320)$
BENEFITS 380,891 407,780 536,981 509,920 (27,061)
SUPPLIES/SERVICES 76,296 108,680 305,500 340,100 34,600
CAPITAL - - 9,361,700 18,260,000 8,898,300
TOTAL EXPENSES 1,416,017$ 1,478,823$ 11,362,445$ 20,257,964$ 8,895,519$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Account Clerk, Senior 1.00 -$ 74,980$ 76,480$ 79,547$ 3,067$
Administrative Assistant, Senior 0.00 69,330 - - - -
Associate Electrical Engineer 1.75 187,160 192,764 229,312 238,490 9,178
Computer Aided Drafting Technician 1.00 - 71,410 69,370 75,959 6,589
Electric Engineering Technician 0.00 64,207 - - - -
Electrical Engineer 2.00 464,834 328,136 336,249 356,364 20,115
Utilities Engineering Manager 0.95 128,767 188,998 192,778 204,400 11,622
Utilities Program Analyst 1.00 - 141,283 144,075 151,584 7,509
Utilities Project Coordinator 0.00 151,539 - - - -
Overtime 8,000 45,000 45,000 5,000 (40,000)
Payout (vacation and sick excess hours)19,536 33,100 18,000 17,600 (400)
Stand-by 60,700 47,000 47,000 19,000 (28,000)
DEPARTMENT TOTALS 7.70 1,154,073$ 1,122,671$ 1,158,264$ 1,147,944$ (10,320)$
Page 104 of 134
..
..
Item 4 Page 108 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P ENGINEERING
REVENUE 055-450-585-450121 CONSTRUCTION REVENUE - - - 12,000,000 12,000,000
REVENUE 055-450-585-454000 JOINT POLE REVENUE 118,093 97,765 250,000 100,000 (150,000)
REVENUE 055-490-585-490105 PROCEEDS FROM LONG-TERM DEBT - - 5,050,500 - (5,050,500)
REVENUE Total 118,093 97,765 5,300,500 12,100,000 6,799,500
SALARIES 055-050-585-501010 SALARIES - REGULAR 771,432 889,003 1,010,046 1,064,693 54,647
SALARIES 055-050-585-501012 SALARIES - PREMIUMS 103,363 68,639 103,218 78,251 (24,967)
SALARIES 055-050-585-501016 SALARIES -COMP ABSENCES EARNED 71,245 950 - - -
SALARIES 055-050-585-501020 SALARIES - O.T. 12,790 3,771 45,000 5,000 (40,000)
SALARIES Total 958,830 962,363 1,158,264 1,147,944 (10,320)
BENEFITS 055-050-585-512020 RETIREMENT 277,369 300,788 406,416 362,703 (43,713)
BENEFITS 055-050-585-513030 INSURANCE PREMIUMS - MEDICAL 92,029 92,852 113,770 130,572 16,802
BENEFITS 055-050-585-513060 FICA TAXES 12,584 13,690 16,795 16,645 (150)
BENEFITS 055-050-585-513070 UNEMPLOYMENT (1,091) 450 - - -
BENEFITS Total 380,891 407,780 536,981 509,920 (27,061)
M & O 055-050-585-522000 SUPPLIES 1,502 16,525 4,000 10,500 6,500
M & O 055-050-585-522010 SUPPLIES - IT - - 5,000 - (5,000)
M & O 055-050-585-523030 BAD DEBT EXPENSE 7,333 - - - -
M & O 055-050-585-524000 UNIFORMS 2,251 533 3,500 3,100 (400)
M & O 055-050-585-526000 UTILITIES - - 500 500 -
M & O 055-050-585-527000 VEHICLE EXPENSE 5,096 8,751 5,000 6,000 1,000
M & O 055-050-585-529000 REPAIRS & MAINTENANCE 1,000 4,828 - - -
M & O 055-050-585-529110 REPAIRS & MAINTENANCE - IT 41,237 47,854 241,000 271,000 30,000
M & O 055-050-585-529215 PROFESSIONAL SERVICES - OTHER 14,763 28,915 25,000 25,000 -
M & O 055-050-585-529500 TRAVEL 206 1,093 2,500 5,000 2,500
M & O 055-050-585-529550 MEMBERSHIP DUES 180 180 2,000 2,000 -
M & O 055-050-585-529600 BOOKS & PUBLICATIONS - - 2,000 2,000 -
M & O 055-050-585-529670 EMPLOYEE DEVELOPMENT/TRAINING 2,729 - 15,000 15,000 -
M & O Total 76,296 108,680 305,500 340,100 34,600
CAPITAL OUTLAY 055-050-585-660000 CAPITAL OUTLAY - - 9,361,700 18,260,000 8,898,300
CAPITAL OUTLAY 055-050-585-660015 CAPITAL EQUIPMENT - NONAUTO - - - - -
CAPITAL OUTLAY Total - - 9,361,700 18,260,000 8,898,300
TOTAL EXPENSES L&P ENGINEERING (585)1,416,017 1,478,823 11,362,445 20,257,964 8,895,519
Page 105 of 134
..
..
Item 4 Page 109 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P ENGINEERING
1 SUPPLIES 055-050-585-522000 General offices supplies 4,000
2 SUPPLIES 055-050-585-522000 General supplies (Graybar)1,500
3 SUPPLIES 055-050-585-522000 General supplies (Home Depot)1,000
4 SUPPLIES 055-050-585-522000 General supplies (ARC)1,000
5 SUPPLIES 055-050-585-522000 General supplies (Royal Wholesale)1,000
6 SUPPLIES 055-050-585-522000 General supplies (Walters Technology)1,000
7 SUPPLIES 055-050-585-522000 General supplies (Current Wholesale)1,000
SUPPLIES Total 10,500
1 UNIFORMS 055-050-585-524000 Steel toe shoes and boots for engineers 600
2 UNIFORMS 055-050-585-524000 FR gear for field inspection 2,500
UNIFORMS Total 3,100
1 UTILITIES 055-050-585-526000 Engineering division use of City utilities 500
UTILITIES Total 500
1 VEHICLE EXPENSE 055-050-585-527000
Engineering pool and utilities engineering manager vehicle, maintenance and
fuel 6,000
VEHICLE EXPENSE Total 6,000
1 REPAIRS & MAINTENANCE - IT 055-050-585-529110 SCADA annual maintenance service 50,000
2 REPAIRS & MAINTENANCE - IT 055-050-585-529110 City GIS map data services 25,000
3 REPAIRS & MAINTENANCE - IT 055-050-585-529110 ETAP upgrade & maintenance services 50,000
4 REPAIRS & MAINTENANCE - IT 055-050-585-529110 Milsoft firmware maintenance 5,000
5 REPAIRS & MAINTENANCE - IT 055-050-585-529110 ETAP support 75,000
6 REPAIRS & MAINTENANCE - IT 055-050-585-529110 Rig 50,000
7 REPAIRS & MAINTENANCE - IT 055-050-585-529110 Autocad annual support 5,000
8 REPAIRS & MAINTENANCE - IT 055-050-585-529110 Updates to GIS and purchase of field note pads 1,000
9 REPAIRS & MAINTENANCE - IT 055-050-585-529110 Miscellaneous 10,000
REPAIRS & MAINTENANCE - IT Total 271,000
1 PROFESSIONAL SERVICES - OTHER 055-050-585-529215 Southern California Joint Pole services 25,000
PROFESSIONAL SERVICES - OTHER Total 25,000
1 TRAVEL 055-050-585-529500
Various travel expenses related to utility meetings EUSERC, G.O.95, IEEE, Joint
Pole Committee 5,000
TRAVEL Total 5,000
1 MEMBERSHIP DUES 055-050-585-529550 Membership dues 2,000
MEMBERSHIP DUES Total 2,000
1 BOOKS & PUBLICATIONS 055-050-585-529600 Engineering and technical articles and standards 2,000
BOOKS & PUBLICATIONS Total 2,000
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-585-529670
City employee training: engineering, SCADA, safety, system protection, and
employee development 15,000
EMPLOYEE DEVELOPMENT/TRAINING Total 15,000
Page 106 of 134
..
..
Item 4 Page 110 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
1 CAPITAL OUTLAY 055-050-585-660000 Atlantic Bridge 250,000
2 CAPITAL OUTLAY 055-050-585-660000 Department Portion of Frontage Improvements 100,000
3 CAPITAL OUTLAY 055-050-585-660000
Department Portion of Customer Related Projects for Improved System
Reliability 100,000
4 CAPITAL OUTLAY 055-050-585-660000 SCADA Upgrades 310,000
5 CAPITAL OUTLAY 055-050-585-660000 Data Center Substation 12,000,000
6 CAPITAL OUTLAY 055-050-585-660000 66KV Line Extentions and Uprgrades for future Data Centers 1,500,000
7 CAPITAL OUTLAY 055-050-585-660000
VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation
Partnerships (GRIP) Program) - Deteriorated Wood Pole Replacement 3,000,000
8 CAPITAL OUTLAY 055-050-585-660000
VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation
Partnerships (GRIP) Program) - Reconductoring (Includes 7kV to 16kV
Conversion)500,000
9 CAPITAL OUTLAY 055-050-585-660000
VPU Grid 5 Year Capital Improvement Plan (Grid Resilience and Innovation
Partnerships (GRIP) Program) - SF6 Removal - Breakers and Switches 500,000
CAPITAL OUTLAY Total 18,260,000
Page 107 of 134
..
..
Item 4 Page 111 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P MALBURG GENERATION STATION
586
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
EXPENSES:
SALARIES -$ 1,464,285$ 2,950,635$ 3,067,914$ 117,279$
BENEFITS - 311,223 1,617,998 1,407,781 (210,217)
SUPPLIES/SERVICES - 10,204,789 11,889,833 12,420,189 530,356
CAPITAL - - 559,065 1,173,000 613,935
TOTAL EXPENSES -$ 11,980,297$ 17,017,531$ 18,068,884$ 1,051,353$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Assistant General Manager of Generation and Operatio 1.00 -$ -$ 258,989$ 261,528$ 2,539$
Buyer 0.50 - - - 43,850 43,850
Control Room Operator I 2.00 - - 220,611 229,856 9,245
Control Room Operator II 2.00 - - 237,291 259,546 22,255
Control Room Operator, Senior 1.00 - - 137,347 150,197 12,850
Field Operator I 3.00 - - 274,459 276,856 2,397
Field Operator II 2.00 - - 225,992 224,527 (1,465)
Generation & Field Specialist 0.00 - - - 4,694 4,694
Instrument & Control Tech 1.00 - - 102,491 112,130 9,639
Instrument & Control Tech Lead 1.00 - - 124,578 136,252 11,674
Maintenance Manager 1.00 - - 175,293 177,012 1,719
Material Control Administrator 0.00 - - 84,319 - (84,319)
Mechanic, Lead 1.00 - - 130,807 136,252 5,445
Mechanic/Welder 1.00 - - 92,962 101,724 8,762
Operations Manager 1.00 - - 193,261 195,156 1,895
Plant Engineer 1.00 - - 184,058 185,863 1,805
Site Safety Admin-Control Room Operator 1.00 - - 130,807 143,054 12,247
Utilities Admin Analyst 0.00 - - 118,646 - (118,646)
Utilities Operations Manager 1.00 - - 223,724 225,917 2,193
-
Overtime - - - 200,000 200,000
Payout (vacation and sick excess hours)- - 35,000 3,500 (31,500)
DEPARTMENT TOTALS 20.50 -$ -$ 2,950,635$ 3,067,914$ 117,279$
Page 108 of 134
..
..
Item 4 Page 112 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P MALBURG GENERATION STATION
SALARIES 055-050-586-501010 SALARIES - REGULAR - 1,189,520 2,915,635 2,861,414 (54,221)
SALARIES 055-050-586-501012 SALARIES - PREMIUMS - 36,683 35,000 6,500 (28,500)
SALARIES 055-050-586-501016 SALARIES -COMP ABSENCES EARNED - 67,409 - - -
SALARIES 055-050-586-501020 SALARIES - O.T. - 170,673 - 200,000 200,000
SALARIES Total - 1,464,285 2,950,635 3,067,914 117,279
BENEFITS 055-050-586-512020 RETIREMENT - 135,275 1,211,677 985,652 (226,025)
BENEFITS 055-050-586-513030 INSURANCE PREMIUMS - MEDICAL - 156,015 363,537 377,644 14,107
BENEFITS 055-050-586-513060 FICA TAXES - 19,933 42,784 44,485 1,701
BENEFITS 055-050-586-513070 UNEMPLOYMENT - - - - -
BENEFITS Total - 311,223 1,617,998 1,407,781 (210,217)
M & O 055-050-586-520035 INSURANCE - PROPERTY/CRIME - 1,110,316 2,106,462 1,662,258 (444,204)
M & O 055-050-586-520135 RECLAIMED WATER - - 580,000 370,000 (210,000)
M & O 055-050-586-520140 WATER TREATMENT - - - 15,000 15,000
M & O 055-050-586-520230 GENERATION EXPENSE - 933,678 1,492,825 200,000 (1,292,825)
M & O 055-050-586-520231 SAFETY - - - - -
M & O 055-050-586-520232 ENVIRONMENTAL - - - 514,920 514,920
M & O 055-050-586-520235 CHEMICALS - - - 491,322 491,322
M & O 055-050-586-522000 SUPPLIES - 6,063,880 34,244 35,433 1,189
M & O 055-050-586-522010 SUPPLIES - IT - - 10,000 11,500 1,500
M & O 055-050-586-524000 UNIFORMS - 15,452 44,920 44,920 -
M & O 055-050-586-526000 UTILITIES - 7,101 - 25,000 25,000
M & O 055-050-586-526010 UTILITIES - IT - 13,231 73,061 54,900 (18,161)
M & O 055-050-586-527000 VEHICLE EXPENSE - 4,946 17,000 17,000 -
M & O 055-050-586-529000 REPAIRS & MAINTENANCE - 1,877,770 7,246,231 435,193 (6,811,038)
M & O 055-050-586-529001 LONG - TERM PLANT MAINTENANCE - - - 6,300,000 6,300,000
M & O 055-050-586-529002 OTHER PLANT MAINTENANCE - - - 183,650 183,650
M & O 055-050-586-529003 CONSUMABLES - - - 95,553 95,553
M & O 055-050-586-529004 SPARE PARTS - - - 30,000 30,000
M & O 055-050-586-529005 GAS TURBINE - - - 765,200 765,200
M & O 055-050-586-529006 STEAM TURBINE - - - 60,200 60,200
M & O 055-050-586-529007 HRSG MAINTENANCE - - - 104,500 104,500
M & O 055-050-586-529008 VALVE MAINTENANCE - - - 113,600 113,600
M & O 055-050-586-529009 COOLING WATER SYSTEMS - - - 19,380 19,380
M & O 055-050-586-529011 ELECTRICAL MAINTENANCE - - - 95,590 95,590
M & O 055-050-586-529012 INSTRUMENT & CONTROLS - - - 13,680 13,680
M & O 055-050-586-529110 REPAIRS & MAINTENANCE - IT - - 86,140 71,140 (15,000)
M & O 055-050-586-529215 PROFESSIONAL SERVICES - OTHER - 121,494 - - -
M & O 055-050-586-529225 PROFESSIONAL SVCS - TECHNICAL - 52,419 109,500 244,500 135,000
M & O 055-050-586-529235 PROFESSIONAL SVCS - ENVIRON - - - 380,000 380,000
M & O 055-050-586-529500 TRAVEL - 180 27,400 23,700 (3,700)
M & O 055-050-586-529550 MEMBERSHIP DUES - 22 550 550 -
M & O 055-050-586-529600 BOOKS & PUBLICATIONS - - 3,500 3,500 -
M & O 055-050-586-529670 EMPLOYEE DEVELOPMENT/TRAINING - 4,300 58,000 38,000 (20,000)
M & O Total - 10,204,789 11,889,833 12,420,189 530,356
CAPITAL OUTLAY 055-050-586-660000 CAPITAL OUTLAY - - 559,065 1,173,000 613,935
CAPITAL OUTLAY Total - - 559,065 1,173,000 613,935
TOTAL EXPENSES L&P MALBURG GENERATION STATION (586)- 11,980,297 17,017,531 18,068,884 1,051,353
Page 109 of 134
..
..
Item 4 Page 113 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P MALBURG GENERATION STATION
1 INSURANCE - PROPERTY/CRIME 055-050-586-520035 Property and liability insurance 1,662,258
INSURANCE - PROPERTY/CRIME Total 1,662,258
1 RECLAIMED WATER 055-050-586-520135 Reclaimed water supply 370,000
RECLAIMED WATER Total 370,000
1 WATER TREATMENT 055-050-586-520140 Water Sampling Repairs 15,000
WATER TREATMENT Total 15,000
1 GENERATION EXPENSE 055-050-586-520230 RA Capacity 200,000
GENERATION EXPENSE Total 200,000
1 SAFETY 055-050-586-520232 Safety Items: Training, Supplies, Misc. materials.51,244
SAFETY Total 51,244
1 ENVIRONMENTAL 055-050-586-520232 LACSD Wastewater 53,676
2 ENVIRONMENTAL 055-050-586-520232 Reclaimed NOX Credits 225,000
3 ENVIRONMENTAL 055-050-586-520232 Permits, inspections, testing, fees, 3rd party reporting (GHG)185,000
ENVIRONMENTAL Total 463,676
1 CHEMICALS 055-050-586-520235 Chemicals: Ammonia, boiler water, cooling tower, circulating water, etc.481,722
2 CHEMICALS 055-050-586-520235 Chemical savings related to new MGS water treatment (432,000)
3 CHEMICALS 055-050-586-520235 Lease payment for new MGS water treatment 441,600
CHEMICALS Total 491,322
1 SUPPLIES 055-050-586-522000 All postage/shipping related charges for administrative work 9,733
2 SUPPLIES 055-050-586-522000 Chairs, office furniture, white boards, desk replacements, etc.12,500
3 SUPPLIES 055-050-586-522000 Misc supplies, office supplies, paper, etc.13,200
SUPPLIES Total 35,433
1 SUPPLIES - IT 055-050-586-522010 Replacement computers( replacing Windows 7 machines)5,000
2 SUPPLIES - IT 055-050-586-522010
Handheld electronic rounds devices, new iPads and cases for "Plant Log"
software.6,500
SUPPLIES - IT Total 11,500
1 UNIFORMS 055-050-586-524000 Staff uniforms Cintas/PPE / jackets/ rain gear / misc 40,720
2 UNIFORMS 055-050-586-524000 Steel toe shoes 4,200
UNIFORMS Total 44,920
1 UTILITIES 055-050-586-526000 Trash, Waste Disposal, Haz waste includes MGS and Station A 25,000
UTILITIES Total 25,000
1 UTILITIES - IT 055-050-586-526010 Cell phone stipends 2,700
2 UTILITIES - IT 055-050-586-526010 VPU fiber services 52,200
UTILITIES - IT Total 54,900
1 VEHICLE EXPENSE 055-050-586-527000 Three vehicles, gas and maintenance 17,000
VEHICLE EXPENSE Total 17,000
Page 110 of 134
..
..
Item 4 Page 114 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
1 REPAIRS & MAINTENANCE 055-050-586-529000 All general repair and maintenance items, component replacements 390,193
2 REPAIRS & MAINTENANCE 055-050-586-529000
Tools & Equipment: General replacements, 480V Welder, forklift
repairs/maintenance 45,000
REPAIRS & MAINTENANCE Total 435,193
1 LONG - TERM PLANT MAINTENANCE 055-050-586-529001 June 2024 LTSA payment including tax 6,300,000
LONG - TERM PLANT MAINTENANCE Total 6,300,000
1 OTHER PLANT MAINTENANCE 055-050-586-529002 Siemens Misc.: Other support needed throughout the year, unit tuning, etc.25,000
2 OTHER PLANT MAINTENANCE 055-050-586-529002 General Outage expenses 158,650
OTHER PLANT MAINTENANCE Total 183,650
1 CONSUMABLES 055-050-586-529003
Consumables: Oils, filters, equipment fuel, cleaning products, propane, bin
stock hardware, and lubricants 95,553
CONSUMABLES Total 95,553
1 SPARE PARTS 055-050-586-529004 Spares: Transmitters, Misc. I&C 30,000
SPARE PARTS Total 30,000
1 GAS TURBINE 055-050-586-529005 Misc parts & equipment 10,200
2 GAS TURBINE 055-050-586-529005 Insulation 50,000
3 GAS TURBINE 055-050-586-529005 ABB L4 Generator Inspections 705,000
GAS TURBINE Total 765,200
1 STEAM TURBINE 055-050-586-529006 Misc parts & equipment 10,200
2 STEAM TURBINE 055-050-586-529006 Insulation 25,000
3 STEAM TURBINE 055-050-586-529006 Valve Parts 25,000
STEAM TURBINE Total 60,200
1 HRSG MAINTENANCE 055-050-586-529007 HRSG maintenance 104,500
HRSG MAINTENANCE Total 104,500
1 VALVE MAINTENANCE 055-050-586-529008 Valve maintenance 113,600
VALVE MAINTENANCE Total 113,600
1 COOLING WATER SYSTEMS 055-050-586-529009 Outage - Cooling tower & water treatment 19,380
COOLING WATER SYSTEMS Total 19,380
1 ELECTRICAL MAINTENANCE 055-050-586-529011 CTG, STG, BOP, GSUs 95,590
ELECTRICAL MAINTENANCE Total 95,590
1 INSTRUMENT & CONTROLS 055-050-586-529012 Fuel meter calibrations & DCS maintenance misc 13,680
INTRUMENTS & CONTROLS Total 13,680
1 REPAIRS & MAINTENANCE - IT 055-050-586-529110 CMMS implementation 3,570
2 REPAIRS & MAINTENANCE - IT 055-050-586-529110 PI implementation 17,000
3 REPAIRS & MAINTENANCE - IT 055-050-586-529110 OLAP analysis software 3,570
4 REPAIRS & MAINTENANCE - IT 055-050-586-529110 Plant backup/disaster recovery 2,000
5 REPAIRS & MAINTENANCE - IT 055-050-586-529110 DCS PLC upgrade/maintenance 5,000
6 REPAIRS & MAINTENANCE - IT 055-050-586-529110 Misc 15,000
7 REPAIRS & MAINTENANCE - IT 055-050-586-529110 Electronic Rounds - Plant Log 25,000
REPAIRS & MAINTENANCE - IT Total 71,140
Page 111 of 134
..
..
Item 4 Page 115 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
1 PROFESSIONAL SVCS - TECHNICAL 055-050-586-529225
T3000 control system maintenance and potential upgrade. Year 1 of proposed
5-year contract with OEM.230,000
2 PROFESSIONAL SVCS - TECHNICAL 055-050-586-529225 CEMS technical support - as needed 14,500
PROFESSIONAL SVCS - TECHNICAL Total 244,500
1 PROFESSIONAL SERVICES - ENVIRON 055-050-586-529235 Jacobs Consulting for Environmental Services 380,000
PROFESSIONAL SERVICES - ENVIRON Total 380,000
1 TRAVEL 055-050-586-529500
Semi-annual ctotf conference attendance - Utilities Operations Manager
(Executive Board, Leadership Chairman), Maintenance Manager (Combined
Cycle Chairman)10,500
2 TRAVEL 055-050-586-529500 Annual CTOTF conference attendance - Engineer 2,200
3 TRAVEL 055-050-586-529500 T3K training campus in Alpharetta, Georgia - 2 Employees 4,500
4 TRAVEL 055-050-586-529500 Misc travel for training, local and non-local 6,500
TRAVEL Total 23,700
1 MEMBERSHIP DUES 055-050-586-529550 PE license, steam engineer license, professional development 550
MEMBERSHIP DUES Total 550
1 BOOKS & PUBLICATIONS 055-050-586-529600 Platts gas, other admin.3,500
BOOKS & PUBLICATIONS Total 3,500
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-586-529670 Online training ($1k/employee assumption)20,000
2 EMPLOYEE DEVELOPMENT/TRAINING 055-050-586-529670 Various expenses for training supplies and materials.7,500
3 EMPLOYEE DEVELOPMENT/TRAINING 055-050-586-529670 CTOTF (spring/fall), T3K user group, misc.5,500
4 EMPLOYEE DEVELOPMENT/TRAINING 055-050-586-529670 Employee events, recognition, and team building.5,000
EMPLOYEE DEVELOPMENT/TRAINING Total 38,000
1 CAPITAL OUTLAY 055-050-586-660000
CTG1/2 Gen Filter Upgrade: Upgrade/replace existing filter house with
improved design.395,000
2 CAPITAL OUTLAY 055-050-586-660000
CTG1/2 Dehumidifier: $315K Hardware, $400K Field Service. REQUIRED for
prolonged 1x1 operation.565,000
3 CAPITAL OUTLAY 055-050-586-660000 CTG1/2 Varnish Filtration Skid 85,000
4 CAPITAL OUTLAY 055-050-586-660000
HRSG Nitrogen Generator: To offset current/future nitrogen cost, and provide
more effective nitrogen blanketing on HRSG.48,000
5 CAPITAL OUTLAY 055-050-586-660000
Cooling Tower Upgrade: DWT electro-treatment project. $80K one-time
installation support costs.80,000
CAPITAL OUTLAY Total 1,173,000
Page 112 of 134
..
..
Item 4 Page 116 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P RESOURCE MANAGEMENT
590
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 35,612,737$ 41,978,396$ 27,472,248$ 28,975,639$ 1,503,391$
EXPENSES:
SALARIES 635,180$ 908,171$ 986,377$ 1,042,989$ 56,612$
BENEFITS 226,316 392,196 476,319 444,144 (32,175)
SUPPLIES/SERVICES 153,982,846 123,568,852 119,098,405 108,922,004 (10,176,401)
CAPITAL - - - - -
TOTAL EXPENSES 154,844,342$ 124,869,219$ 120,561,101$ 110,409,137$ (10,151,964)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Associate Resource Scheduler 0.00 132,232$ 136,155$ 138,847$ -$ (138,847)$
Intergrated Resource Manager 0.80 - 208,893 154,609 163,931 9,322
Power Resources Settlement Analyst 1.00 - 105,505 109,115 120,827 11,712
Power Resources Settlement Analyst, Senior 1.00 - - - 146,154 146,154
Principal Resource Scheduler / Trader 2.00 349,779 360,222 335,592 350,780 15,188
Resource Planner 1.00 - 148,457 144,214 157,497 13,283
Settlement Analyst 0.00 102,432 - - - -
Overtime 8,500 5,000 5,000 - (5,000)
Payout (vacation and sick excess hours)22,498 30,500 29,000 25,800 (3,200)
Stand-by 70,000 70,000 70,000 78,000 8,000
DEPARTMENT TOTALS 5.80 685,441$ 1,064,732$ 986,377$ 1,042,989$ 56,612$
Page 113 of 134
..
..
Item 4 Page 117 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P RESOURCE MANAGEMENT
REVENUE 055-450-590-450011 SALE OF ELECTRICITY, WHOLESALE 6,135,500 4,127,070 2,262,324 6,000,000 3,737,676
REVENUE 055-450-590-450015 RA CAPACITY SALES - 2,735 - - -
REVENUE 055-450-590-450022 TRANSPORTATION CHARGES, RETAIL 1,022,471 905,929 1,145,823 1,745,825 600,002
REVENUE 055-450-590-450025 BIOMETHANE GAS 1,696,473 11,335,514 - - -
REVENUE 055-450-590-450026 NATURAL GAS SALES - COV RETAIL 9,621,617 12,138,633 11,819,152 11,125,000 (694,152)
REVENUE 055-450-590-450028 NAT GAS SALES, PPD/SMUD WHSLE 7,888,232 - - - -
REVENUE 055-450-590-450030 ARB FREELY ALLOCATED ALW SALES 6,475,158 10,649,039 8,596,823 10,104,814 1,507,991
REVENUE 055-450-590-450340 TRANSMISSION REV (TRR & FTR) 2,773,285 2,819,476 3,648,126 - (3,648,126)
REVENUE Total 35,612,737 41,978,396 27,472,248 28,975,639 1,503,391
SALARIES 055-050-590-501010 SALARIES - REGULAR 436,479 770,807 855,237 905,749 50,512
SALARIES 055-050-590-501012 SALARIES - PREMIUMS 147,665 130,518 126,140 137,240 11,100
SALARIES 055-050-590-501016 SALARIES -COMP ABSENCES EARNED 51,036 3,699 - - -
SALARIES 055-050-590-501020 SALARIES - O.T. - 3,148 5,000 - (5,000)
SALARIES Total 635,180 908,171 986,377 1,042,989 56,612
BENEFITS 055-050-590-512020 RETIREMENT 153,109 278,583 348,826 306,446 (42,380)
BENEFITS 055-050-590-513030 INSURANCE PREMIUMS - MEDICAL 64,847 100,626 113,191 122,575 9,384
BENEFITS 055-050-590-513060 FICA TAXES 8,360 12,987 14,302 15,123 821
BENEFITS Total 226,316 392,196 476,319 444,144 (32,175)
M & O 055-050-590-520090 CLAIMS - SIR SETTLEMENTS 393,651 - - - -
M & O 055-050-590-520150 ENERGY - OTHER 18,919,311 31,424,008 35,243,813 45,884,891 10,641,078
M & O 055-050-590-520151 ENERGY - SCPPA (60) - - - -
M & O 055-050-590-520154 RENEWABLE ENERGY CREDIT 5,788,777 7,040,437 4,298,921 4,738,229 439,308
M & O 055-050-590-520160 NATURAL GAS EXPENSE 25,079,964 39,270,779 40,792,703 31,316,093 (9,476,610)
M & O 055-050-590-520162 BIOMETHANE GAS 4,579,625 2,585,404 - - -
M & O 055-050-590-520163 GREENHOUSE GAS COST 4,407,838 477,965 6,601,148 2,000,000 (4,601,148)
M & O 055-050-590-520168 NATURAL GAS-PREPAID/SMUD WHOLE 25,646,420 - - - -
M & O 055-050-590-520170 TRANSMISSION - FIRM 17,813,262 21,883,308 23,623,114 14,129,472 (9,493,642)
M & O 055-050-590-520180 CAPACITY - OTHER 50,194,036 17,141,966 3,290,544 4,908,792 1,618,248
M & O 055-050-590-520182 CAPACITY - BICENT (3,687,769) - - - -
M & O 055-050-590-520190 ANCILLARY SERVICES 761,766 383,685 927,155 900,000 (27,155)
M & O 055-050-590-520210 GRID MANAGEMENT CHARGES 806,103 753,134 822,963 708,223 (114,740)
M & O 055-050-590-520240 FERC FILING CHARGES 757,233 182,190 144,657 100,000 (44,657)
M & O 055-050-590-520260 DISPATCHING INTER 6,900 6,900 7,038 7,038 -
M & O 055-050-590-522000 SUPPLIES 70 864 4,284 4,284 -
M & O 055-050-590-525000 ADVERTISEMENT/PROMOTION - - 1,000 1,000 -
M & O 055-050-590-525022 NATURAL GAS TRANSPORT COST 2,083,726 2,188,276 2,613,082 3,295,999 682,917
M & O 055-050-590-526010 UTILITIES - IT 12,820 12,384 5,000 5,000 -
M & O 055-050-590-529200 PROFESSIONAL SERVICES - LEGAL - - 350,000 100,000 (250,000)
M & O 055-050-590-529215 PROFESSIONAL SERVICES - OTHER 297,671 217,553 348,547 798,547 450,000
M & O 055-050-590-529225 PROFESSIONAL SVCS - TECHNICAL 119,905 - - - -
M & O 055-050-590-529500 TRAVEL - - 10,196 10,196 -
M & O 055-050-590-529550 MEMBERSHIP DUES - - 2,000 2,000 -
M & O 055-050-590-529600 BOOKS & PUBLICATIONS - - 2,044 2,044 -
M & O 055-050-590-529670 EMPLOYEE DEVELOPMENT/TRAINING 1,595 - 10,196 10,196 -
M & O Total 153,982,846 123,568,852 119,098,405 108,922,004 (10,176,401)
TOTAL EXPENSES L&P RESOURCE MANAGEMENT (590)154,844,342 124,869,219 120,561,101 110,409,137 (10,151,964)
Page 114 of 134
..
..
Item 4 Page 118 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P RESOURCE MANAGEMENT
1 ENERGY - OTHER 055-050-590-520150 Palo Verde variable cost component 646,989
2 ENERGY - OTHER 055-050-590-520150 Hoover Energy Cost 241,330
3 ENERGY - OTHER 055-050-590-520150 Market purchase / Balance of load 43,736,103
4 ENERGY - OTHER 055-050-590-520150 ISO MISC charges 1,260,469
ENERGY - OTHER Total 45,884,891
1 RENEWABLE ENERGY CREDIT 055-050-590-520154
Renewable energy less CAISO credits - includes $2M per Reso No. 2012-97 RPS
pass-through 4,738,229
RENEWABLE ENERGY CREDIT Total 4,738,229
1 NATURAL GAS EXPENSE 055-050-590-520160 Gas purchases for MGS and H. Gonzales turbines 20,191,093
2 NATURAL GAS EXPENSE 055-050-590-520160 Gas purchases for gas retail 11,125,000
NATURAL GAS EXPENSE Total 31,316,093
1 GREENHOUSE GAS COST 055-050-590-520163 Greenhouse gas cost 2,000,000
GREENHOUSE GAS COST Total 2,000,000
1 TRANSMISSION - FIRM 055-050-590-520170 Transmission access charge 13,818,600
2 TRANSMISSION - FIRM 055-050-590-520170 Laguna-Bell Interconnection 300,468
3 TRANSMISSION - FIRM 055-050-590-520170 SCE added facilities charge (MGS RTU, Tri-Gas) -Interconection 10,404
TRANSMISSION - FIRM Total 14,129,472
1 CAPACITY - OTHER 055-050-590-520180 Hoover Capacity Cost 359,292
2 CAPACITY - OTHER 055-050-590-520180 Palo Verde Capacity 2,760,000
3 CAPACITY - OTHER 055-050-590-520180 SCPPA - project stabilization fund 120,000
4 CAPACITY - OTHER 055-050-590-520180 Daggett - Battery energy storage system 1,669,500
CAPACITY - OTHER Total 4,908,792
1 ANCILLARY SERVICES 055-050-590-520190
Spinning reserve, non-spinning reserve, regulation up, regulation down,
replacement reserve 900,000
ANCILLARY SERVICES Total 900,000
1 GRID MANAGEMENT CHARGES 055-050-590-520210 CAISO grid management charge 708,223
GRID MANAGEMENT CHARGES Total 708,223
1 FERC FILING CHARGES 055-050-590-520240 ISO - NERC/WECC fees 100,000
FERC FILING CHARGES Total 100,000
1 DISPATCHING INTER 055-050-590-520260 Scheduling & dispatching fee -DWP and SCE interconnections 7,038
DISPATCHING INTER Total 7,038
1 SUPPLIES 055-050-590-522000
Department supplies and services general purchases from staples for pens,
pecils,binders,paper clips, writing pads, markers, etc.4,284
SUPPLIES Total 4,284
1 ADVERTISEMENT/PROMOTION 055-050-590-525000 Advertisement (Rates, TRBAA, etc.)1,000
ADVERTISEMENT/PROMOTION Total 1,000
1 NATURAL GAS TRANSPORT COST 055-050-590-525022 Gas transportation for MGS, H. Gonzales units and retail sales 3,295,999
NATURAL GAS TRANSPORT COST Total 3,295,999
1 UTILITIES - IT 055-050-590-526010 Telecommunication charges 5,000
UTILITIES - IT Total 5,000
1 PROFESSIONAL SERVICES - LEGAL 055-050-590-529200 Legal services 100,000
PROFESSIONAL SERVICES - LEGAL Total 100,000
Page 115 of 134
..
..
Item 4 Page 119 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
1 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 ICE 15,762
2 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Market analysis - SCPPA project 10,000
3 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 NGI 8,322
4 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Open Access Technology 10,340
5 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Settlement service software 134,313
6 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Recording device service 4,994
7 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Various SCPPA services 164,816
8 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 IRP 2023 200,000
9 PROFESSIONAL SERVICES - OTHER 055-050-590-529215 Battery storage scheduling software 250,000
PROFESSIONAL SERVICES - OTHER Total 798,547
1 TRAVEL 055-050-590-529500 CEC workshops, ISO, SCPPA, CMUA, Hoover 10,196
TRAVEL Total 10,196
1 MEMBERSHIP DUES 055-050-590-529550 Membership dues 2,000
MEMBERSHIP DUES Total 2,000
1 BOOKS & PUBLICATIONS 055-050-590-529600 Books and publications 2,044
BOOKS & PUBLICATIONS Total 2,044
1 EMPLOYEE DEVELOPMENT/TRAINING 055-050-590-529670 Training (gas and power trading, ISO market design)10,196
EMPLOYEE DEVELOPMENT/TRAINING Total 10,196
Page 116 of 134
..
..
Item 4 Page 120 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: L&P CUSTOMER PROGRAMS
595
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES -$ -$ 128,242$ -$ (128,242)$
EXPENSES:
SALARIES 45,243$ 64,714$ 213,272$ 253,646$ 40,374$
BENEFITS 14,085 46,437 116,485 127,209 10,724
SUPPLIES/SERVICES 438,744 459,256 1,905,000 3,205,000 1,300,000
CAPITAL - - - - -
TOTAL EXPENSES 498,073$ 570,407$ 2,234,757$ 3,585,855$ 1,351,098$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Business & Account Supervisor 0.25 39,220$ 42,416$ 63,139$ 43,688$ (19,451)$
Customer Service Manager 0.25 - - - 40,139 40,139
Integrated Resources Manger 0.10 - 128,242 19,326 20,491 1,165
Utilities Program Administrator 1.00 - - 130,807 145,628 14,821
Overtime - - - - -
Payout (vacation and sick excess hours)- - - 3,700 3,700
Stand-by - - - - -
DEPARTMENT TOTALS 1.60 39,220$ 170,658$ 213,272$ 253,646$ 40,374$
Page 117 of 134
..
..
Item 4 Page 121 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
LIGHT & POWER FUND REVENUES AND EXPENSES
L&P CUSTOMER PROGRAMS
REVENUE 055-050-595-490910 OTHER INCOME - - 128,242 - (128,242)
REVENUE Total - - 128,242 - (128,242)
SALARIES 055-050-595-501010 SALARIES - REGULAR 32,756 49,898 206,061 242,665 36,604
SALARIES 055-050-595-501012 SALARIES - PREMIUMS 9,758 10,960 7,211 10,981 3,770
SALARIES 055-050-595-501016 SALARIES -COMP ABSENCES EARNED 2,729 3,857 - - -
SALARIES Total 45,243 64,714 213,272 253,646 40,374
BENEFITS 055-050-595-512020 RETIREMENT 10,852 41,279 82,872 84,734 1,862
BENEFITS 055-050-595-513030 INSURANCE PREMIUMS - MEDICAL 2,624 4,284 30,521 38,797 8,276
BENEFITS 055-050-595-513060 FICA TAXES 608 874 3,092 3,678 586
BENEFITS Total 14,085 46,437 116,485 127,209 10,724
M & O 055-050-595-522000 SUPPLIES 41 - 205,000 205,000 -
M & O 055-050-595-529215 PROFESSIONAL SERVICES - OTHER - 2,451 100,000 140,000 40,000
M & O 055-050-595-529702 PUBLIC BENEFIT REBATE PROGRAM 438,703 456,805 1,600,000 2,860,000 1,260,000
M & O Total 438,744 459,256 1,905,000 3,205,000 1,300,000
TOTAL EXPENSES L&P CUSTOMER PROGRAMS (595)498,073 570,407 2,234,757 3,585,855 1,351,098
Page 118 of 134
..
..
Item 4 Page 122 of 157
Account Description Account Description
FY 2023-24
Budget
LIGHT & POWER FUND M & O AND CAPITAL EXPENSE DETAILS
L&P CUSTOMER PROGRAMS
1 SUPPLIES 055-050-595-522000
Customer marketing outeach supplies, promotion of EE programs, green
power & EV rate, online billing-paperless and branding for EV chargers/EV
wraps 205,000
SUPPLIES Total 205,000
1 PROFESSIONAL SERVICES - OTHER 055-050-595-529215
Vendor for energy audits-supports Public Benefits Programs- Res.#7511
Assembly Bill (AB1890)140,000
PROFESSIONAL SERVICES - OTHER Total 140,000
1 PUBLIC BENEFIT REBATE PROGRAM 055-050-595-529702
This offers customers rebates for replacement for lighting, motors & energy
efficient equipment. This supports COV Public Benefits Programs Res.#7511
Assembly Bill (AB1890)360,000
2 PUBLIC BENEFIT REBATE PROGRAM 055-050-595-529702 Offer VPU customers EV Charger Pilot project 2,500,000
PUBLIC BENEFIT REBATE PROGRAM Total 2,860,000
Page 119 of 134
..
..
Item 4 Page 123 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: GAS
600
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 13,099,507$ 14,704,527$ 14,785,778$ 17,725,664$ 2,939,886$
EXPENSES:
SALARIES 595,494$ 688,664$ 774,588$ 825,989$ 51,401$
BENEFITS 567,439 302,351 361,880 359,769 (2,111)
SUPPLIES/SERVICES 11,012,598 13,891,020 14,201,546 13,726,775 (474,771)
CAPITAL - - 615,000 670,000 55,000
TRANSFERS - 70,339 386,707 386,707 -
TOTAL EXPENSES - GAS 600 12,175,531$ 14,952,374$ 16,339,721$ 15,969,240$ (370,481)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Gas Systems Specialist 1.00 365,997$ 271,209$ 137,547$ 143,054$ 5,507$
Gas Systems Specialist, Lead 1.00 - - 153,125 160,996 7,871
Gas Systems Superintendent 1.00 175,194 180,450 184,058 185,863 1,805
Gas Systems Technician 2.00 109,254 211,248 207,858 201,914 (5,944)
Utilities Compliance Analyst 0.50 - - - 50,762 50,762
Overtime 5,000 1,000 10,000 7,500 (2,500)
Payout (vacation and sick excess hours)- - - 900 900
Stand-by 45,000 46,000 82,000 75,000 (7,000)
DEPARTMENT TOTALS 5.50 700,445$ 709,907$ 774,588$ 825,989$ 51,401$
Page 120 of 134
..
..
Item 4 Page 124 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GAS
REVENUE 056-430-600-430110 INVESTMENT INCOME 5,334 4,128 - 40,000 40,000
REVENUE 056-440-600-440100 GRANT REVENUES - 5,029 - - -
REVENUE 056-450-600-450020 NATURAL GAS SALES (197) 26 - - -
REVENUE 056-450-600-450022 TRANSPORTATION CHARGES, RETAIL 2,830,999 2,780,856 2,807,266 2,566,364 (240,902)
REVENUE 056-450-600-450024 COMMODITY ADMINISTRATIVE FEE - - 64,232 53,400 (10,832)
REVENUE 056-450-600-450026 NATURAL GAS SALES - COV RETAIL 8,993,507 11,813,368 11,819,152 14,970,000 3,150,848
REVENUE 056-450-600-450028 NAT GAS SALES, PPD/SMUD WHSLE 1,175,323 - - - -
REVENUE 056-450-600-450101 MONTHLY CUSTOMER CHARGE 94,418 95,672 95,128 95,900 772
REVENUE 056-450-600-450105 CUSTOMER CONNECTION CHARGE - 5,115 - - -
REVENUE 056-490-600-490910 OTHER INCOME 122 334 - - -
REVENUE Total 13,099,507 14,704,527 14,785,778 17,725,664 2,939,886
SALARIES 056-060-600-501010 SALARIES - REGULAR 519,723 604,642 650,891 712,036 61,145
SALARIES 056-060-600-501012 SALARIES - PREMIUMS 75,926 80,700 113,697 106,453 (7,244)
SALARIES 056-060-600-501016 SALARIES -COMP ABSENCES EARNED (261) 1,346 - - -
SALARIES 056-060-600-501020 SALARIES - O.T. 106 1,976 10,000 7,500 (2,500)
SALARIES Total 595,494 688,664 774,588 825,989 51,401
BENEFITS 056-060-600-512020 RETIREMENT 472,389 297,330 263,716 240,236 (23,480)
BENEFITS 056-060-600-513030 INSURANCE PREMIUMS - MEDICAL 73,471 82,194 86,932 107,556 20,624
BENEFITS 056-060-600-513040 POSTEMPLOYMENT BENEFITS 13,255 (86,796) - - -
BENEFITS 056-060-600-513060 FICA TAXES 8,324 9,622 11,232 11,977 745
BENEFITS Total 567,439 302,351 361,880 359,769 (2,111)
M & O 056-060-600-520160 NATURAL GAS EXPENSE 8,808,841 11,941,045 11,819,152 11,125,000 (694,152)
M & O 056-060-600-520167 NATURAL GAS-PREPAID/COV RETAIL 76,020 - - - -
M & O 056-060-600-520230 GENERATION EXPENSE 56,642 52,953 120,000 120,000 -
M & O 056-060-600-522000 SUPPLIES 66,469 112,567 273,000 26,000 (247,000)
M & O 056-060-600-522010 SUPPLIES - IT - - - 12,938 12,938
M & O 056-060-600-523030 BAD DEBT EXPENSE 13,474 2,887 - - -
M & O 056-060-600-524000 UNIFORMS 5,221 4,500 10,133 14,573 4,440
M & O 056-060-600-525022 NATURAL GAS TRANSPORT COST 1,022,471 905,929 1,145,823 1,745,826 600,003
M & O 056-060-600-526000 UTILITIES 736 559 - - -
M & O 056-060-600-526010 UTILITIES - IT 10,834 12,131 12,938 12,938 -
M & O 056-060-600-527000 VEHICLE EXPENSE 3,732 9,526 10,000 4,000 (6,000)
M & O 056-060-600-529000 REPAIRS & MAINTENANCE 68,339 33,910 129,000 227,500 98,500
M & O 056-060-600-529200 PROFESSIONAL SERVICES - LEGAL - 9,761 15,000 10,000 (5,000)
M & O 056-060-600-529215 PROFESSIONAL SERVICES - OTHER 43,070 27,216 86,500 21,500 (65,000)
M & O 056-060-600-529225 PROFESSIONAL SVCS - TECHNICAL 212,456 18,934 420,000 308,500 (111,500)
M & O 056-060-600-529500 TRAVEL 357 1,540 - - -
M & O 056-060-600-529550 MEMBERSHIP DUES - 19 - - -
M & O 056-060-600-529600 BOOKS & PUBLICATIONS 1,411 3,222 20,000 13,000 (7,000)
M & O 056-060-600-529670 EMPLOYEE DEVELOPMENT/TRAINING 46,088 10,697 140,000 85,000 (55,000)
M & O 056-060-600-529706 VPU CREDIT PROGRAM 576,436 738,596 - - -
M & O 056-595-600-523025 GRANT-FUNDED EXPENSE - 5,029 - - -
M & O Total 11,012,598 13,891,020 14,201,546 13,726,775 (474,771)
CAPITAL OUTLAY 056-060-600-660000 CAPITAL OUTLAY - - 615,000 545,000 (70,000)
CAPITAL OUTLAY 056-060-600-660010 CAPITAL EQUIPMENT - AUTO - - - 125,000 125,000
CAPITAL OUTLAY Total - - 615,000 670,000 55,000
TRANSFERS 056-060-600-900000 OPERATING TRANSFER OUT - 70,339 386,707 386,707 -
TRANSFERS Total - 70,339 386,707 386,707 -
TOTAL EXPENSES GAS (600) 12,175,531 14,952,374 16,339,721 15,969,240 (370,481)
GAS FUND REVENUES AND EXPENSES
Page 121 of 134
..
..
Item 4 Page 125 of 157
Account Description Account Description
FY 2023-24
Budget
GAS
1 NATURAL GAS EXPENSE 056-060-600-520160 Natural gas expense - physical purchases 11,125,000
NATURAL GAS EXPENSE Total 11,125,000
1 GENERATION EXPENSE 056-060-600-520230 CA Air Resources Board annual fee 120,000
GENERATION EXPENSE Total 120,000
1 SUPPLIES 056-060-600-522000 Necessary tools for warehouse 15,000
2 SUPPLIES 056-060-600-522000 Various automotive supplies (City Garage)1,000
3 SUPPLIES 056-060-600-522000 Street traffic control safety - signage 10,000
SUPPLIES Total 26,000
1 SUPPLIES - IT 056-060-600-522010 AT&T - Minimax units #of customers x $20.00x12 mo/yr 6,000
2 SUPPLIES - IT 056-060-600-522010 Verizon Wireless-Telecommunication charges 1,529
3 SUPPLIES - IT 056-060-600-522010 AT&T-Telecommunication charges 4,409
4 SUPPLIES - IT 056-060-600-522010 COV IT-Network cabinet 1,000
SUPPLIES - IT Total 12,938
1 UNIFORMS 056-060-600-524000 Flame resistant uniform/jackets/undershirts 9,040
2 UNIFORMS 056-060-600-524000 Flame resistant rain gear 4,133
3 UNIFORMS 056-060-600-524000 Safety toe work boot 1,400
UNIFORMS Total 14,573
1 NATURAL GAS TRANSPORT COST 056-060-600-525022 Natural gas transportation costs 1,745,826
NATURAL GAS TRANSPORT COST Total 1,745,826
1 UTILITIES - IT 056-060-600-526010 Minimax units: # of customers x $20/mo x 12 mo/yr 6,000
2 UTILITIES - IT 056-060-600-526010 Telecommunication charges (Verizon Wireless)1,529
3 UTILITIES - IT 056-060-600-526010 Telecommunication charges (AT&T CalNet2)4,409
4 UTILITIES - IT 056-060-600-526010 Network cabinet 1,000
UTILITIES - IT Total 12,938
1 VEHICLE EXPENSE 056-060-600-527000 Vehicle gas usage & maintenance service/ safety upgrades to vehicles.4,000
VEHICLE EXPENSE Total 4,000
1 REPAIRS & MAINTENANCE 056-060-600-529000 Valve maintenance on valves for 10" and regulator station 20,000
2 REPAIRS & MAINTENANCE 056-060-600-529000 General building remove falling tile, drywall and paint ceiling 30,000
3 REPAIRS & MAINTENANCE 056-060-600-529000 Existing customer repair and maintenance 100,000
4 REPAIRS & MAINTENANCE 056-060-600-529000 General supplies, includes safety equipment for street application 10,000
5 REPAIRS & MAINTENANCE 056-060-600-529000 Railroad/transmission markers 10,000
6 REPAIRS & MAINTENANCE 056-060-600-529000 Steel plates/trench and shoring 50,000
7 REPAIRS & MAINTENANCE 056-060-600-529000 6 cone mobile unit & installation-Installation date scheduled for 03/2023 7,500
REPAIRS & MAINTENANCE Total 227,500
1 PROFESSIONAL SERVICES - LEGAL 056-060-600-529200 Gas fund legal services 10,000
PROFESSIONAL SERVICES - LEGAL Total 10,000
1 PROFESSIONAL SERVICES - OTHER 056-060-600-529215 Janitorial services 18,000
2 PROFESSIONAL SERVICES - OTHER 056-060-600-529215 Pest and rodent 2,500
3 PROFESSIONAL SERVICES - OTHER 056-060-600-529215 Security system services OE Clark 1,000
PROFESSIONAL SERVICES - OTHER Total 21,500
GAS FUND M & O AND CAPITAL EXPENSE DETAILS
Page 122 of 134
..
..
Item 4 Page 126 of 157
Account Description Account Description
FY 2023-24
Budget
GAS FUND M & O AND CAPITAL EXPENSE DETAILS
1 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 FarWest for cathodic protection annual survey of 10" and power plant 5,000
2 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225
Natural gas construction & repair support (G2)
150K 2024
125k 2025
125K 2026 150,000
3 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 GIS service (license & device) for USA Dig Alert 10,000
4 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 EWN-OQ Platform 3,500
5 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 Financial services & business development 100,000
6 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 PHMSA support and expertise 30,000
7 PROFESSIONAL SVCS - TECHNICAL 056-060-600-529225 Pressure communication platform regulator stations ER's (installed 2022)10,000
PROFESSIONAL SVCS - TECHNICAL Total 308,500
1 BOOKS & PUBLICATIONS 056-060-600-529600 Public awareness publication - newspaper periodicals 6,500
2 BOOKS & PUBLICATIONS 056-060-600-529600 Customer outreach promotional materials 6,500
BOOKS & PUBLICATIONS Total 13,000
1 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670
Training /certifications / operator qualification
all OQ is due in February 2024 25,000
2 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 CP training 5,000
3 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 Industry conferences 5,000
4 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 IR camera training 10,000
5 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 Training DPIR/odorator 5,000
6 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 Centralized Training 25,000
7 EMPLOYEE DEVELOPMENT/TRAINING 056-060-600-529670 Gas training-video 10,000
EMPLOYEE DEVELOPMENT/TRAINING Total 85,000
1 CAPITAL OUTLAY 056-060-600-660000 Customer connection cost (assumes 3 customers costing $30,000).90,000
2 CAPITAL OUTLAY 056-060-600-660000 New regulator station (s/w) of the city.400,000
3 CAPITAL OUTLAY 056-060-600-660000 Minimax Metering Instruments 15,000
4 CAPITAL OUTLAY 056-060-600-660000 Engineering services to produce detailed plans for major system modifications.40,000
CAPITAL OUTLAY Total 545,000
1 CAPITAL EQUIPMENT AUTO 056-060-600-660000 Crew cab full size construction truck 125,000
CAPITAL EQUIPMENT AUTO Total 125,000
1 OPERATING TRANSFER OUT 056-060-600-900000
Salaries: 50% customer relations manager & 100% utility program specialist &
administrative analyst 386,707
OPERATING TRANSFER OUT Total 386,707
Page 123 of 134
..
..
Item 4 Page 127 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: GAS AB-32
605
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 3,059,967$ 4,010,202$ 4,366,961$ 4,729,842$ 362,881$
EXPENSES:
SUPPLIES/SERVICES 2,681,704 2,772,833 4,478,449 6,550,100 2,071,651
TOTAL EXPENSES - GAS AB-32 605 2,681,704$ 2,772,833$ 4,478,449$ 6,550,100$ 2,071,651$
Page 124 of 134
..
..
Item 4 Page 128 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
GAS FUND REVENUES AND EXPENSES
Gas - AB-32
REVENUE 056-450-605-450030 ARB FREELY ALLOCATED ALW SALES 928,127 1,600,241 1,368,922 1,622,162 253,240
REVENUE 056-450-605-450032 CA GREENHOUSE GAS SURCHARGE 2,131,841 2,409,961 2,998,039 3,107,680 109,641
REVENUE Total 3,059,967 4,010,202 4,366,961 4,729,842 362,881
M & O 056-060-605-529702 PUBLIC BENEFIT REBATE PROGRAM - - 1,368,922 1,622,162 253,240
M & O 056-060-605-529710 ARB ALLOWANCE PURCHASES 2,681,704 2,772,833 3,109,527 4,927,938 1,818,411
M & O Total 2,681,704 2,772,833 4,478,449 6,550,100 2,071,651
TOTAL EXPENSES GAS (605)2,681,704 2,772,833 4,478,449 6,550,100 2,071,651
Page 125 of 134
..
..
Item 4 Page 129 of 157
Account Description Account Description
FY 2023-24
Budget
GAS FUND M & O AND CAPITAL EXPENSE DETAILS
Gas - AB-32
1 PUBLIC BENEFIT REBATE PROGRAM 056-060-605-529702 Greenhouse gas admin/rebates 1,622,162
PUBLIC BENEFIT REBATE PROGRAM Total 1,622,162
1 ARB ALLOWANCE PURCHASES 056-060-605-529710 Greenhouse Gas to Air Resources Board 4,927,938
ARB ALLOWANCE PURCHASES Total 4,927,938
Page 126 of 134
..
..
Item 4 Page 130 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: WATER
700
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 10,748,354$ 11,052,129$ 17,655,000$ 11,269,000$ (6,386,000)$
EXPENSES:
SALARIES 1,386,932$ 1,394,299$ 1,495,736$ 1,584,536$ 88,800$
BENEFITS 916,429 357,191 848,411 831,252 (17,159)
SUPPLIES/SERVICES 6,057,141 5,899,549 6,906,950 5,501,267 (1,405,683)
CAPITAL - (121) 8,584,315 1,911,002 (6,673,313)
DEBT SERVICE 574,178 563,895 825,725 967,387 141,662
TOTAL EXPENSES 8,934,680$ 8,214,814$ 18,661,137$ 10,795,444$ (7,865,693)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Assistant Civil Engineer - Public Utilities 1.00 192,363$ 207,887$ -$ 101,724$ 101,724$
Civil Engineer - Public Utilities 1.00 - - 263,514 129,299 (134,215)
Electric Operations Supervisor 0.00 8,760 35,056 9,203 - (9,203)
Electric Operator (1)0.15 39,280 40,456 41,264 21,699 (19,565)
Meter Reader 0.00 71,030 73,110 129,187 - (129,187)
Meter Reader, Lead 1.00 93,424 96,175 - 75,651 75,651
Utilities Dispatcher (5)0.75 114,977 94,772 97,577 124,276 26,699
Utilities Dispatcher, Senior 0.15 18,706 25,750 25,072 27,316 2,244
Utilities Operations Manager 0.00 27,593 - - - -
Water Foreman 0.00 - - - - -
Water Maintenance Worker 4.00 291,986 146,790 212,639 304,367 91,728
Water Maintenance Worker, Lead 1.00 80,258 98,175 106,631 112,638 6,007
Water Maintenance Worker, Senior 4.00 369,772 452,526 373,224 401,064 27,840
Water Project Specialist 0.46 - - - 77,807 77,807
Water Superintendent 1.00 130,732 141,387 151,425 138,694 (12,731)
Overtime 63,000 63,000 63,000 50,000 (13,000)
Payout (vacation and sick excess hours)8,888 18,400 18,000 13,000 (5,000)
Stand-by 15,000 5,000 5,000 7,000 2,000
DEPARTMENT TOTALS 14.51 1,525,769$ 1,498,484$ 1,495,736$ 1,584,536$ 88,800$
Page 127 of 134
..
..
Item 4 Page 131 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
WATER
REVENUE 058-430-700-430110 INVESTMENT INCOME 6,660 11,991 5,000 400,000 395,000
REVENUE 058-440-700-440100 GRANT REVENUES - 194,487 - - -
REVENUE 058-450-700-450040 WATER SALES 10,033,974 10,102,910 10,090,000 10,086,000 (4,000)
REVENUE 058-450-700-450045 WATER - RECYCLED 563,908 556,865 598,000 550,000 (48,000)
REVENUE 058-450-700-450110 FIRE SERVICE 6,827 12,950 5,000 24,000 19,000
REVENUE 058-450-700-450121 CONSTRUCTION REVENUE 128,900 159,356 350,000 200,000 (150,000)
REVENUE 058-450-700-450122 INSTALLATION CHARGE 2,500 2,000 2,000 3,000 1,000
REVENUE 058-460-700-460330 DAMAGED PROPERTY 5,585 10,465 5,000 6,000 1,000
REVENUE 058-490-700-490105 PROCEEDS FROM LONG-TERM DEBT - - 6,600,000 - (6,600,000)
REVENUE 058-490-700-490910 OTHER INCOME - 1,106 - - -
REVENUE Total 10,748,354 11,052,129 17,655,000 11,269,000 (6,386,000)
SALARIES 058-070-700-501010 SALARIES - REGULAR 1,287,908 1,266,033 1,356,653 1,446,759 90,106
SALARIES 058-070-700-501012 SALARIES - PREMIUMS 137,837 99,336 76,083 87,777 11,694
SALARIES 058-070-700-501016 SALARIES -COMP ABSENCES EARNED (90,688) (18,983) - - -
SALARIES 058-070-700-501020 SALARIES - O.T. 51,876 47,914 63,000 50,000 (13,000)
SALARIES Total 1,386,932 1,394,299 1,495,736 1,584,536 88,800
BENEFITS 058-070-700-512020 RETIREMENT 745,270 383,466 589,506 517,750 (71,756)
BENEFITS 058-070-700-513030 INSURANCE PREMIUMS - MEDICAL 237,500 223,215 237,217 290,526 53,309
BENEFITS 058-070-700-513040 POSTEMPLOYMENT BENEFITS (87,177) (269,467) - - -
BENEFITS 058-070-700-513060 FICA TAXES 20,837 19,978 21,688 22,976 1,288
BENEFITS Total 916,429 357,191 848,411 831,252 (17,159)
M & O 058-070-700-520110 PUMPED WATER 2,475,373 2,577,191 2,776,900 2,233,216 (543,684)
M & O 058-070-700-520130 PURCHASED WATER 944,181 381,776 458,500 106,000 (352,500)
M & O 058-070-700-520140 WATER TREATMENT 50,975 63,890 75,000 75,000 -
M & O 058-070-700-522000 SUPPLIES 463,902 202,629 353,500 215,000 (138,500)
M & O 058-070-700-523030 BAD DEBT EXPENSE 25,953 57,751 43,000 15,000 (28,000)
M & O 058-070-700-524000 UNIFORMS 9,341 15,592 17,500 15,000 (2,500)
M & O 058-070-700-525000 ADVERTISEMENT/PROMOTION 527 1,505 7,000 6,100 (900)
M & O 058-070-700-526000 UTILITIES 1,084,929 1,206,720 1,382,100 1,320,200 (61,900)
M & O 058-070-700-527000 VEHICLE EXPENSE 80,725 91,417 100,800 95,500 (5,300)
M & O 058-070-700-529000 REPAIRS & MAINTENANCE 41,564 385,681 796,900 545,000 (251,900)
M & O 058-070-700-529010 BANK SERVICE FEES 2,545 2,781 5,000 2,800 (2,200)
M & O 058-070-700-529200 PROFESSIONAL SERVICES - LEGAL 376 - 10,000 5,000 (5,000)
M & O 058-070-700-529215 PROFESSIONAL SERVICES - OTHER 11,584 17,823 12,350 - (12,350)
M & O 058-070-700-529225 PROFESSIONAL SVCS - TECHNICAL 248,449 73,607 189,000 209,951 20,951
M & O 058-070-700-529500 TRAVEL - - 10,000 2,500 (7,500)
M & O 058-070-700-529550 MEMBERSHIP DUES 9,343 9,669 13,700 12,300 (1,400)
M & O 058-070-700-529600 BOOKS & PUBLICATIONS - 82 500 500 -
M & O 058-070-700-529670 EMPLOYEE DEVELOPMENT/TRAINING 9,006 12,601 33,000 20,000 (13,000)
M & O 058-070-700-529706 VPU CREDIT PROGRAM 139 10 - - -
M & O 058-070-700-529900 GENERAL CITY ADMIN SERVICE EXP 598,230 610,000 622,200 622,200 -
M & O 058-595-700-523025 GRANT-FUNDED EXPENSE - 188,823 - - -
M & O Total 6,057,141 5,899,549 6,906,950 5,501,267 (1,405,683)
WATER FUND REVENUES AND EXPENSES
Page 128 of 134
..
..
Item 4 Page 132 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
WATER FUND REVENUES AND EXPENSES
CAPITAL OUTLAY 058-070-700-660000 CAPITAL OUTLAY - (121) 8,399,315 1,805,001 (6,594,314)
CAPITAL OUTLAY 058-070-700-660010 CAPITAL EQUIPMENT - AUTO - - 185,000 81,001 (103,999)
CAPITAL OUTLAY 058-070-700-660015 CAPITAL EQUIPMENT - NONAUTO - - - 25,000 25,000
CAPITAL OUTLAY 058-595-700-660000 CAPITAL OUTLAY - - - - -
CAPITAL OUTLAY Total - (121) 8,584,315 1,911,002 (6,673,313)
DEBT SERVICE 058-070-700-760005 BOND PRINCIPAL RETIREMENT - - 250,000 404,536 154,536
DEBT SERVICE 058-070-700-760010 BOND INTEREST PAID 574,178 563,895 575,725 562,851 (12,874)
DEBT SERVICE Total 574,178 563,895 825,725 967,387 141,662
TOTAL EXPENSES WATER (700)8,934,680 8,214,814 18,661,137 10,795,444 (7,865,693)
Page 129 of 134
..
..
Item 4 Page 133 of 157
Account Description Account Description
FY 2023-24
Budget
WATER
1 PUMPED WATER 058-070-700-520110 WRD Replenishment Assessment 2,220,916
2 PUMPED WATER 058-070-700-520110 Central Basin Watermaster - admin. body 9,300
3 PUMPED WATER 058-070-700-520110 Central Basin Watermaster - water rights panel 3,000
PUMPED WATER Total 2,233,216
1 PURCHASED WATER 058-070-700-520130 Central Basin Municipal Water District (CBMWD) - potable water purchases 106,000
PURCHASED WATER Total 106,000
1 WATER TREATMENT 058-070-700-520140 Water Treatment - sodium hypochlorite 75,000
WATER TREATMENT Total 75,000
1 SUPPLIES 058-070-700-522000 Supplies used in daily operations and construction 7,000
2 SUPPLIES 058-070-700-522000 Water hardware, parts, pipes, valves, and materials 149,000
3 SUPPLIES 058-070-700-522000 Tools, parts, and equipment 12,000
4 SUPPLIES 058-070-700-522000 Electrical supplies 25,000
5 SUPPLIES 058-070-700-522000 General supplies 2,000
6 SUPPLIES 058-070-700-522000 Concrete 15,000
7 SUPPLIES 058-070-700-522000 Asphalt & base 5,000
SUPPLIES Total 215,000
1 BAD DEBT EXPENSE 058-070-700-523030 Bad Debt Expense 15,000
BAD DEBT EXPENSE Total 15,000
1 UNIFORMS 058-070-700-524000 Uniforms (Cintas and PPE)15,000
UNIFORMS Total 15,000
1 ADVERTISEMENT/PROMOTION 058-070-700-525000 CCR graphics, printing, and ,mailing 400
2 ADVERTISEMENT/PROMOTION 058-070-700-525000 Web-based bidding platform 5,000
3 ADVERTISEMENT/PROMOTION 058-070-700-525000 Newspaper publications - notices inviting bids 700
ADVERTISEMENT/PROMOTION Total 6,100
1 UTILITIES 058-070-700-526000 Interdepartmental Utilities - Electric 1,268,000
2 UTILITIES 058-070-700-526000 Interdepartmental Utilities - Fiber 52,200
UTILITIES Total 1,320,200
1 VEHICLE EXPENSE 058-070-700-527000 Garage work orders 70,000
2 VEHICLE EXPENSE 058-070-700-527000 Gas usage 25,000
3 VEHICLE EXPENSE 058-070-700-527000 Washing of City vehicles 500
VEHICLE EXPENSE Total 95,500
1 REPAIRS & MAINTENANCE 058-070-700-529000 Pump Efficiency Testing 8,000
2 REPAIRS & MAINTENANCE 058-070-700-529000 Grounds Maintenance for Facilities 5,000
3 REPAIRS & MAINTENANCE 058-070-700-529000 Welding services 2,000
4 REPAIRS & MAINTENANCE 058-070-700-529000 Motor repair services 30,000
5 REPAIRS & MAINTENANCE 058-070-700-529000 Pump repair services 500,000
REPAIRS & MAINTENANCE Total 545,000
1 BANK SERVICE FEES 058-070-700-529010 Bond Fees 2,800
BANK SERVICE FEES Total 2,800
1 PROFESSIONAL SERVICES - LEGAL 058-070-700-529200 Water fund specialized legal services 5,000
PROFESSIONAL SERVICES - LEGAL Total 5,000
WATER FUND M & O AND CAPITAL EXPENSE DETAILS
Page 130 of 134
..
..
Item 4 Page 134 of 157
Account Description Account Description
FY 2023-24
Budget
WATER FUND M & O AND CAPITAL EXPENSE DETAILS
1 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Hydrogeological services 40,000
2 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Meter asset management - customer meter testing and calibration 50,000
3 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 CBWA Lab Testing (Title 22 & UCMR)26,500
4 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Lab Testing (bacteriological/gen./LCR)13,000
5 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Rate Study 60,000
6 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 SWRCB water system fees 12,000
7 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 SCAQMD emission & registration fees 2,400
8 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Underground Service Alert (dig alerts)1,000
9 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 BNSF Railway Company rental lease 50
10 PROFESSIONAL SVCS - TECHNICAL 058-070-700-529225 Water Quality Consultant 5,000
PROFESSIONAL SVCS - TECHNICAL Total 209,950
1 TRAVEL 058-070-700-529500 Travel - mileage, airfare, food, parking & lodging 2,500
TRAVEL Total 2,500
1 MEMBERSHIP DUES 058-070-700-529550 Southeast Water Coalition (SEWC)3,000
2 MEMBERSHIP DUES 058-070-700-529550 Central Basin Water Association (CBWA)4,500
3 MEMBERSHIP DUES 058-070-700-529550 California Municipal Utilities Association (CMUA)2,000
4 MEMBERSHIP DUES 058-070-700-529550 American Water Works Association (AWWA)2,500
5 MEMBERSHIP DUES 058-070-700-529550 American Water Works Association (AWWA) CA-NV Section 300
MEMBERSHIP DUES Total 12,300
1 BOOKS & PUBLICATIONS 058-070-700-529600 Publications - training manuals, books, dvds 500
BOOKS & PUBLICATIONS Total 500
1 EMPLOYEE DEVELOPMENT/TRAINING 058-070-700-529670 AWWA, Fred Pryor, State Water Board Certifications, H2OKnow, EHS and other 20,000
EMPLOYEE DEVELOPMENT/TRAINING Total 20,000
1 GENERAL CITY ADMIN SERVICE EXP 058-070-700-529900 City overhead allocation 622,200
GENERAL CITY ADMIN SERVICE EXP Total 622,200
1 CAPITAL OUTLAY 058-070-700-660000 Well 22 Equipping 233,000
2 CAPITAL OUTLAY 058-070-700-660000 Smart Meter Program 50,000
3 CAPITAL OUTLAY 058-070-700-660000 Electrical Upgrades & SCADA 772,000
4 CAPITAL OUTLAY 058-070-700-660000 Well 19 Rehabilitation 600,000
5 CAPITAL OUTLAY 058-070-700-660000 System-Wide Seismic Vulnerability Assessment 150,000
CAPITAL OUTLAY Total 1,805,000
1 CAPITAL EQUIPMENT - AUTO 058-070-700-660010 Carry from FY 23 for F350 - Expected delivery FY 24 81,000
CAPITAL EQUIPMENT - AUTO Total 81,000
1 CAPITAL EQUIPMENT - NONAUTO 058-070-700-660015 Drilling Machine 25,000
CAPITAL EQUIPMENT - NONAUTO Total 25,000
1 BOND PRINCIPAL RETIREMENT 058-070-700-760005 Principal payment 404,536
BOND PRINCIPAL RETIREMENT Total 404,536
1 BOND INTEREST PAID 058-070-700-760010 Bond interest payment 562,851
BOND INTEREST PAID Total 562,851
Page 131 of 134
..
..
Item 4 Page 135 of 157
CITY OF VERNON
Budget Summary
2023-2024
DEPARTMENT: FIBER-OPTICS
800
A B B-A
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
TOTAL REVENUES 481,329$ 480,261$ 578,400$ 545,900$ (32,500)$
EXPENSES:
SALARIES 56,233$ 7,726$ 10,146$ 10,758$ 612$
BENEFITS 45,960 (150,869) 6,718 6,302 (416)
SUPPLIES/SERVICES 275,624 364,904 401,500 401,500 -
CAPITAL - - 175,000 120,000 (55,000)
TOTAL EXPENSES 377,817$ 221,761$ 593,364$ 538,560$ (54,804)$
FY 2020-21 FY 2021-22 FY 2022-23 FY 2023-24
Budgeted Budgeted Budgeted Proposed Increase
EMPLOYEE TITLE FTE Salaries Salaries Salaries Salaries (Decrease)
Computer Aided Drafting Technician 0.00 -$ -$ -$ -$ -$
Electric Engineering Technician 0.00 16,052 - - - -
Utilities Engineering Manager 0.05 55,186 9,947 10,146 10,758 612
Overtime 1,000 - - - -
Payout (vacation and sick excess hours)- - - - -
Stand-by - - - - -
DEPARTMENT TOTALS 0.05 72,238$ 9,947$ 10,146$ 10,758$ 612$
Page 132 of 134
..
..
Item 4 Page 136 of 157
A B B-A
Type Account Description
Actuals
2020-21
Actuals
2021-22
Budget
2022-23
Budget
2023-24
Increase/
(Decrease)
FIBER-OPTICS
REVENUE 059-430-800-430110 INVESTMENT INCOME 422 246 - 2,500 2,500
REVENUE 059-450-800-450050 INTERNET ACCESS SERVICES 274,486 235,879 275,000 275,000 -
REVENUE 059-450-800-450051 DARK FIBER REVENUE 102,238 97,135 105,000 80,000 (25,000)
REVENUE 059-450-800-450060 INTERNET ACCESS, GOV'T RATE 24,600 24,600 24,600 24,600 -
REVENUE 059-450-800-450061 DARK FIBER REVENUE, GOV'T RATE 73,126 122,400 173,800 163,800 (10,000)
REVENUE 059-460-800-466900 MISCELLANEOUS REVENUES 6,456 - - - -
REVENUE Total 481,329 480,261 578,400 545,900 (32,500)
SALARIES 059-080-800-501010 SALARIES - REGULAR 55,338 9,868 10,146 10,758 612
SALARIES 059-080-800-501012 SALARIES - PREMIUMS - 147 - - -
SALARIES 059-080-800-501016 SALARIES -COMP ABSENCES EARNED 895 (2,289) - - -
SALARIES Total 56,233 7,726 10,146 10,758 612
BENEFITS 059-080-800-512020 RETIREMENT 42,450 (121,641) 6,025 5,572 (453)
BENEFITS 059-080-800-513030 INSURANCE PREMIUMS - MEDICAL 3,108 1,164 546 574 28
BENEFITS 059-080-800-513040 POSTEMPLOYMENT BENEFITS (401) (30,538) - - -
BENEFITS 059-080-800-513060 FICA TAXES 802 145 147 156 9
BENEFITS Total 45,960 (150,869) 6,718 6,302 (416)
M & O 059-080-800-520173 TRANSPORT SERVICES - TELECOM 106,966 108,283 105,000 150,000 45,000
M & O 059-080-800-522000 SUPPLIES 18,630 - - - -
M & O 059-080-800-523030 BAD DEBT EXPENSE 1,725 - 1,000 1,000 -
M & O 059-080-800-525000 ADVERTISEMENT/PROMOTION 610 - 5,000 5,000 -
M & O 059-080-800-529000 REPAIRS & MAINTENANCE 64,338 169,234 205,000 100,000 (105,000)
M & O 059-080-800-529215 PROFESSIONAL SERVICES - OTHER 82,856 86,887 85,000 145,000 60,000
M & O 059-080-800-529550 MEMBERSHIP DUES 500 500 500 500 -
M & O Total 275,624 364,904 401,500 401,500 -
CAPITAL OUTLAY 059-080-800-660000 CAPITAL OUTLAY - - 175,000 120,000 (55,000)
CAPITAL OUTLAY Total - - 175,000 120,000 (55,000)
TOTAL EXPENSES FIBER-OPTICS (800)377,817 221,761 593,364 538,560 (54,804)
FIBER-OPTICS FUND REVENUES AND EXPENSES
Page 133 of 134
..
..
Item 4 Page 137 of 157
Account Description Account Description
FY 2023-24
Budget
FIBER-OPTICS
1 TRANSPORT SERVICES - TELECOM 059-080-800-520173 Level 3/Centurylink transportation charges 75,000
2 TRANSPORT SERVICES - TELECOM 059-080-800-520173 Broadband transportation charges 75,000
TRANSPORT SERVICES - TELECOM Total 150,000
1 BAD DEBT EXPENSE 059-080-800-523030 Bad debt collection 1,000
BAD DEBT EXPENSE Total 1,000
1 ADVERTISEMENT/PROMOTION 059-080-800-525000 Advertising and promotional materials such as flyers and mail inserts 5,000
ADVERTISEMENT/PROMOTION Total 5,000
1 REPAIRS & MAINTENANCE 059-080-800-529000 Fiber System Repairs and maintance performed by Petrelli 100,000
REPAIRS & MAINTENANCE Total 100,000
1 PROFESSIONAL SERVICES - OTHER 059-080-800-529215 ISP server farm maintenance services 145,000
PROFESSIONAL SERVICES - OTHER Total 145,000
1 MEMBERSHIP DUES 059-080-800-529550 American Registry of Internet Numbering (ARIN) annual membership dues 500
MEMBERSHIP DUES Total 500
1 CAPITAL OUTLAY 059-080-800-660000 Capital outlay 120,000
CAPITAL OUTLAY Total 120,000
FIBER FUND M & O AND CAPITAL EXPENSE DETAILS
Page 134 of 134
..
..
Item 4 Page 138 of 157
Fiscal Year 2023-24 Budget Workshop II
City Council Meeting
May 16, 2023
May 16, 2023
Item 4
Staff Presentation
..
..
Item 4 Page 139 of 157
General Fund Proposed Budget
CATEGORY FY 2022-23 BUDGET FY 2023-24 BUDGET
INCREASE/
(DECREASE)
TOTAL REVENUES 78,906,910 76,948,722 (1,958,188)
SALARIES & BENEFITS 37,089,671 38,118,826 1,029,155
SUPPLIES/SERVICES 29,036,504 31,259,123 2,222,619
CAPITAL 18,939,150 9,660,850 (9,278,300)
TOTAL EXPENDITURES 85,065,325 79,038,799 (6,026,526)
SURPLUS/(DEFICIT)(6,158,415) (2,090,077) 4,068,338
..
..
Item 4 Page 140 of 157
Changes in General FundWorkshop I ($4,070,791) Deficit Workshop II ($2,090,077) Deficit
DEPARTMENT DESCRIPTION AMOUNT
SALARIES & BENEFITS (278,264)
CITY ATTORNEY & HR Freeze 2 Administrative Intern positions
POLICE 1/2 Year freeze Lieutenant position
PUBLIC WORKS 2 Part-time Administrative Interns
MAINTENANCE & OPERATIONS
CITY COUNCIL Travel (28,450)
CITY ADMIN Legislative consultant, rebranding, marketing (270,000)
HR Class & compensation analysis consultant (50,000)
FINANCE Bloomberg for investing - previously VPU budget 30,000
COMMUNITY PROMOTION Removed Wellness Equity Alliance - health services (900,000)
INDUSTRIAL DEVELOPMENT Advertisement and travel (9,000)
COMMUNITY DEVELOPMENT Advertisement and promotion (125,000)
CAPITAL OUTLAY
POLICE Patrol vehicle (75,000)
PUBLIC WORKS Housing upgrades and utility truck (275,000)
(1,980,714)
..
..
Item 4 Page 141 of 157
Enterprise Funds Proposed Budget
CATEGORY
FY 2022-23
BUDGET
FY 2023-24
BUDGET
INCREASE/
(DECREASE)
TOTAL REVENUES 272,732,953 280,443,038 7,710,085
SALARIES & BENEFITS 17,802,008 17,565,155 (236,853)
SUPPLIES/SERVICES 186,412,011 178,093,587 (8,318,424)
CAPITAL 21,119,080 22,824,748 1,705,668
DEBT SERVICE 70,533,078 70,677,591 144,513
TOTAL EXPENDITURES 295,866,177 289,161,081 (6,705,096)
SURPLUS/(DEFICIT)(23,133,224) (8,718,043) 14,415,181
..
..
Item 4 Page 142 of 157
Enterprise Funds Proposed Budget
One-Time Capital Costs
•L&P: Data Center Substation -$12,000,000
•L&P: 66KV Line Extensions and Upgrades -$1,500,000
•Gas: New Regulator Station -$400,000
•Water: Well 22 Equipping and Well 19 Rehabilitation -
$833,000
..
..
Item 4 Page 143 of 157
Changes in Light & Power FundWorkshop I ($13,734,690) Deficit Workshop II ($9,135,105) Deficit
DEPARTMENT DESCRIPTION AMOUNT
LIGHT & POWER REVENUE 2,204,966
Resource Mgmt Div. - Sale of Electricity, Wholesale
SALARIES & BENEFITS 375,801
Field Operation Div. - Electric Operations Supervisor
System Dispatch Div. - Electric Operator, Senior
Customer Service Div. - Customer Service Mgr from .75 to .25
Administration Div. - 2 Part-time Administrative Interns
MAINTENANCE & OPERATIONS
Field Operation Div. meter reader savings transferred to TOU
85,746
Resource Mgmt Div. - Greenhouse gas cost (2,856,166)
4,599,585 ..
..
Item 4 Page 144 of 157
Changes in Natural Gas FundWorkshop I ($146,739) Deficit Workshop II ($63,834) Deficit
DEPARTMENT DESCRIPTION AMOUNT
NATURAL GAS SALARIES & BENEFITS (82,905)
1/2 Year freeze Utilities Compliance Analyst position
(82,905)
..
..
Item 4 Page 145 of 157
Changes in Water FundWorkshop I $376,052 Surplus Workshop II $473,556 Surplus
DEPARTMENT DESCRIPTION AMOUNT
WATER SALARIES & BENEFITS (97,504)
Meter reader from 2 to 1 FTE
(97,504)
..
..
Item 4 Page 146 of 157
Workshop I FTE 237.4 Workshop II FTE 236.9
Major City Functions/FY 2019 2020 2021 2022 2023 2024
General Government 37 37 38 38 38.5 40
Fire 65 53 1 0.5 0 0
Health 4 4 7 7.3 8.2 8.7
Police 53 55 57 57 59 59
Public Utilities 55 52 62 65.5 82.25 81.7
Public Works 45 36 45 46 45 47.5
Totals 259 237 210 214.3 232.95 236.9
Percentage Change from PY -8.5%-11.4%2.0%8.7%1.7%..
..
Item 4 Page 147 of 157
Vernon CommUNITY Fund Scenario 1
•Maintain Reduced Budget:
DEPARTMENT DESCRIPTION AMOUNT
COMMUNITY PROMOTION - 140
Supplies $400
Professional services $36,800
VCF Grant awards $62,800
COMMUNITY DEVELOPMENT- 160
Advertisement/Promotion $88,900
Crossing guard services $38,000
Contracted services for the provision of social/educational
$60,000
Periodic donations $2,000
Periodic donations/programs to promote wellness $5,000
Investments for beautification, promotion, branding $25,000
$318,900..
..
Item 4 Page 148 of 157
Vernon CommUNITY Fund Scenario 2
•Increase General Fund Expenditure Budget by $681,100:
DEPARTMENT DESCRIPTION AMOUNT
COMMUNITY PROMOTION - 140
Supplies $400
Professional services $111,800
VCF Grant awards $387,800
COMMUNITY DEVELOPMENT- 160
Advertisement/Promotion $264,000
Crossing guard services $38,000
Contracted services for the provision of social/educational
$120,000
Consultant for Public Art Program $15,000
Hosting programs in City $6,000
Periodic donations $2,000
Periodic donations/programs to promote wellness $5,000
Investments for beautification, promotion, branding $50,000
$1,000,000
..
..
Item 4 Page 149 of 157
Vernon CommUNITY Fund Scenario 3Wellness & Equity Alliance (Full)
•Core Public Health Services -$108,200
•Public Health Nurse (RN) 0.2 FTE -$26,000
•Compliance Officer/Regulatory 0.1 FTE -$20,800
•Health Administrator 0.5 FTE -$35,000
•Epidemiology 0.1 FTE -$16,200
•Communicable Disease/STI Controller 0.1 FTE -$9,000
•HIV + TB Controller 0.1 FTE -$0
•Membership Dues -$1,200
..
..
Item 4 Page 150 of 157
Vernon CommUNITY Fund Scenario 3Wellness & Equity Alliance (Full)
•Community Health Services -$789,400
•Health screenings, general lab services, injury care, immunizations, mental health screening and management, substance use disorder (SUD) screening and management, health promotion and patient education
•Health Bungalows –4 days per week; 24 patients per day
•2 City-provided mobile units –optional up to 4 days per week; 20 patients per day + optional up to 5 days per week outreach/promotion
•G+A-Training and Education + Ancillary Supplies
•Total -$897,600..
..
Item 4 Page 151 of 157
Wellness & Equity Alliance (Full)
..
..
Item 4 Page 152 of 157
Vernon CommUNITY Fund Scenario 3Wellness & Equity Alliance (Reduced)
•Core Public Health Services -$44,454
•Public Health Nurse (RN) 0.4 FTE -$32,640
•Epidemiology 0.1 FTE -$5,076
•Communicable Disease/STI Controller 0.1 FTE -$5,538
•HIV + TB Controller 0.1 FTE -$0
•Membership Dues -$1,200
..
..
Item 4 Page 153 of 157
Vernon CommUNITY Fund Scenario 3Wellness & Equity Alliance (Reduced)
•Community Health Services -$465,474
•Health screenings, general lab services, injury care, immunizations, mental health screening and management, substance use disorder (SUD) screening and management, health promotion and patient education
•Health Bungalows –2 days per week; 24 patients per day
•2 City-provided mobile units –optional up to 2 days per week; 20 patients per day + optional up to 5 days per week outreach/promotion
•G&A –Training and Education + Ancillary Supplies
•Total -$509,928..
..
Item 4 Page 154 of 157
Wellness & Equity Alliance (Reduced)
..
..
Item 4 Page 155 of 157
Timeline
June 6, 2023
Present Final Budget to City Council
Budget public hearing
Approval of GANN
Approval of personnel resolution
July 1, 2023
Effective Date of FY 2023-24 Budget
..
..
Item 4 Page 156 of 157
Questions?Comments
Directives..
..
Item 4 Page 157 of 157
City Council Agenda Report
Meeting Date:May 16, 2023
From:Lisa Pope, City Clerk
Department:City Clerk
Submitted by:Sandra Dolson, Administrative Secretary
Subject
Meeting Minutes
Recommendation
Approve the May 2, 2023 Regular City Council Meeting Minutes.
Background
Staff has prepared and submits the minutes for approval.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
1. May 2, 2023 Regular Meeting Minutes
..
..
Item 5 Page 1 of 5
MINUTES
VERNON CITY COUNCIL
REGULAR MEETING
TUESDAY, DATE MAY 2, 2023
COUNCIL CHAMBER, 4305 SANTA FE AVENUE
CALL TO ORDER
Mayor Lopez called the meeting to order at 9:00 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
Jesus Rivera, Council Member (seated following Oath of Office)
STAFF PRESENT:
Carlos Fandino, City Administrator
Angela Kimmey, Deputy 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, Public Utilities General Manager
APPROVAL OF THE AGENDA
MOTION
Council Member Ybarra moved and Mayor Pro Tem Larios seconded a motion to
approve the agenda. The question was called and the motion carried 4-0.
PUBLIC COMMENT
None.
PRESENTATIONS
1. Results of the City of Vernon April 11, 2023 General Municipal Election
City Clerk Pope presented the staff report.
..
..
Item 5 Page 2 of 5
Regular City Council Meeting Minutes Page 2 of 4
May 2, 2023
MOTION
Mayor Pro Tem Larios moved and Council Member Ybarra seconded a motion to
adopt Resolution No. 2023-07 reciting the facts and declaring the results of the
General Municipal Election held on April 11, 2023, and ratifying adoption of
Ordinance No. 1288 (Measure W), amending Section 3.20.020 of the Vernon
Municipal Code to extend the Public Safety Special Parcel Tax. The question was
called and the motion carried 4-0.
City Clerk Pope administered the Oath of Office to Jesus Rivera.
Council Member Rivera was seated and the City Council reorganized with Crystal
Larios as Mayor and Judith Merlo as Mayor Pro Tem.
RECESS
Mayor Larios recessed the meeting at 9:05 a.m. The meeting reconvened at 9:21
a.m. with all Council Members present.
2. Proclamation Recognizing - Kent M. Stevenson, Jr.
City Clerk Pope read the proclamation recognizing Kent M. Stevenson, Jr., for his
retirement.
3. Fiscal Year 2023-24 Budget Workshop I
Finance Director Williams presented the staff report.
In response to Council questions, City Administrator Fandino, Finance Director
Williams, Health and Environmental Control Director Agyin, City Attorney Mousa
and Public Utilities General Manager Dusenberry discussed the purchase of
Malburg Generating Station, potential to sell water, proposed health care services
with WEA, and community grant funds.
CONSENT CALENDAR
MOTION
Council Member Ybarra moved and Mayor Larios seconded a motion to approve
the Consent Calendar. The question was called and the motion carried
unanimously.
The Consent Calendar consisted of the following items:
4. Meeting Minutes
Recommendation: Approve the April 18, 2023 Regular City Council meeting
minutes.
5. Operating Account Warrant Register
Recommendation: Approve Operating Account Warrant Register No. 108, for the
period of April 2 through April 15, 2023, totaling $8,609,967.15 and consisting of
..
..
Item 5 Page 3 of 5
Regular City Council Meeting Minutes Page 3 of 4
May 2, 2023
ratification of electronic payments totaling $8,009,954.68 and ratification of the
issuance of early checks totaling $600,012.47.
6. Public Works Department Monthly Report
Recommendation: Receive and file the March 2023 Building Report.
7. Quarterly Report of Cash and Investments
Recommendation: Receive and file the Cash and Investments Report for the
quarter ended March 31, 2023.
8. National Auto Fleet Group Purchase Contract
Recommendation: A. Approve and authorize the issuance of a Purchase Order to
National Auto Fleet Group (NAFG) for the purchase of four (4) 2023 Ram 1500
Classic Tradesman 4x2 Crew Cab 5'7" Box trucks for a total amount not-to-exceed
$191,833.04; and B. Authorize a contingency amount of $19,183 (approximately
10%) should the purchase of a comparable vehicle be necessary due to limited
vehicle inventory, and grant authority to the City Administrator to issue a
Supplemental to the Purchase Order to NAFG for an amount up to the contingency
amount.
9. Purchase of Electric Forklift
Recommendation: A. Approve and authorize the issuance of a Purchase Order to
National Auto Fleet Group (NAFG) for a Doosan BC25S-7 36V Electric 5000#
Capacity Forklift for a total amount not-to-exceed $36,291.23; and B. Authorize a
contingency amount of $3,630 (approximately 10%) should the purchase of a
comparable electric forklift be necessary due to limited vehicle inventory, and grant
authority to the City Administrator to issue a Supplemental to the Purchase Order
to NAFG for an amount up to the contingency amount.
ORAL REPORTS
10. City Administrator Reports on Activities and other Announcements.
City Administrator Fandino congratulated newly elected Council Member Rivera,
Mayor Larios and Mayor Pro Tem Merlo. He announced the Grupo Bimbo Job Fair
on May 2, 1-2 p.m.; Health Department Sustainability Survey; and City of Vernon
Business Breakfast on May 3, 8:30 a.m.
11. City Council Reports on Activities (including AB 1234), Announcements, or
Directives to Staff.
None.
RECESS
Mayor Larios recessed the meeting to Closed Session at 10:39 a.m.
..
..
Item 5 Page 4 of 5
Regular City Council Meeting Minutes Page 4 of 4
May 2, 2023
CLOSED SESSION
12. Conference With Legal Counsel – Anticipated Litigation
Government Code Section 54956.9(d)(2)
Workers Compensation Claim of Daniel Gomez: Claim No. 21006931
13. Conference With Legal Counsel – Existing Litigation
Government Code Section 54956.9(d)(1)
In the Matter of: Former BKK Main Street Landfill
Consent Order Docket No. HAS-CO 05/06-114
14. Conference With Legal Counsel – Existing Litigation
Government Code Section 54956.9(d)(1)
Ana Quinones v. City of Vernon
Workers Compensation Appeals Board Case Nos.: ADJ13030104,
ADJ413601640, ADJ13577123, ADJ13030103 and ADJ14385244
15. Conference With Legal Counsel – Existing Litigation
Government Code Section 54956.9(d)(1)
Christopher Hanson v. City of Vernon
Workers Compensation Appeals Board Case No. ADJ10292621
RECONVENE
At 11:01 a.m., Mayor Larios adjourned Closed Session and reconvened the regular
meeting.
CLOSED SESSION REPORT
City Attorney Moussa reported the Council met in Closed Session, discussed the
items on the agenda, and took no reportable action.
ADJOURNMENT
Mayor Larios adjourned the meeting at 11:01 a.m.
______________________________
CRYSTAL LARIOS, Mayor
ATTEST:
____________________________
LISA POPE, City Clerk
(seal)
..
..
Item 5 Page 5 of 5
City Council Agenda Report
Meeting Date:May 16, 2023
From:Lisa Pope, City Clerk
Department:City Clerk
Submitted by:Sandra Dolson, Administrative Secretary
Subject
Claims Against the City
Recommendation
Receive and file the claim submitted by Fred Gamboa in the amount of $425.73.
Background
The City received the following claim:
Date Received Name of Claimant Amount Demanded
April 27, 2023 Fred Gamboa $425.73
Pursuant to Municipal Code Section 2.32.040, the above information is listed on the City Council
Agenda as soon as filing of the claim with the City as practical.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
1. 20230427 Fred Gamboa
..
..
Item 6 Page 1 of 24
..
..
Item 6 Page 2 of 24
..
..
Item 6 Page 3 of 24
..
..
Item 6 Page 4 of 24
..
..
Item 6 Page 5 of 24
..
..
Item 6 Page 6 of 24
..
..
Item 6 Page 7 of 24
..
..
Item 6 Page 8 of 24
..
..
Item 6 Page 9 of 24
..
..
Item 6 Page 10 of 24
..
..
Item 6 Page 11 of 24
..
..
Item 6 Page 12 of 24
..
..
Item 6 Page 13 of 24
..
..
Item 6 Page 14 of 24
..
..
Item 6 Page 15 of 24
..
..
Item 6 Page 16 of 24
..
..
Item 6 Page 17 of 24
..
..
Item 6 Page 18 of 24
..
..
Item 6 Page 19 of 24
..
..
Item 6 Page 20 of 24
..
..
Item 6 Page 21 of 24
..
..
Item 6 Page 22 of 24
..
..
Item 6 Page 23 of 24
..
..
Item 6 Page 24 of 24
City Council Agenda Report
Meeting Date:May 16, 2023
From:Scott Williams, Director of Finance
Department:Finance
Submitted by:Efren Peregrina Renteria, Finance Specialist
Subject
Operating Account Warrant Register
Recommendation
Approve Operating Account Warrant Register No. 109, for the period of April 16 through April 28,
2023, totaling $7,605,472.01 and consisting of ratification of electronic payments totaling
$7,429,785.37 and ratification of the issuance of early checks totaling $175,686.64.
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. 109 covering claims
and demands presented during the period of April 16 through April 28, 2023, 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. 109, totals
$7,605,472.01. 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. 109.
Attachments
1. Operating Account Warrant Register No. 109
..
..
Item 7 Page 1 of 25
OPERATING ACCOUNT WARRANT REGISTER
City of Vernon
No.109
I hereby Certify: that claims or demands covered by the
above listed warrants have been audited as to accuracy
and availability of funds for payments thereof; and that
said claims or demands are accurate and that funds are
available for payments thereof.
This is to certify that the claims or demands
covered by the above listed warrants have been
audited by the City Council of the City of Vernon
and that all of said warrants are approved for pay-
ments except Warrant Numbers:
Scott A. Williams
Director of Finance / City Treasurer
DATE
DATE
Date:5/10/2023
Page 1 of 1 Operating Account Warrant Register 109 : Warrant
..
..
Item 7 Page 2 of 25
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 109
MAY 16, 2023
Vendor Name Account Invoice
Amount
Description Invoice #PO # or
Contract #
Payment
Date
Payment #Payment
Amount
ELECTRONIC
59 - SO CAL EDISON
59 - SO CAL EDISON
59 - SO CAL EDISON
59 - SO CAL EDISON
249 - FEDERAL EXPRESS
011-040-430-526000 $72.40 CUST NO. 700294961280 PERIOD 032923
02/28/23 - 03/28/23
Invoice Total:$72.40
4/26/2023
4/26/2023
4/26/2023
4/26/2023
14837 $72.40
055-050-590-526010 $556.68 CUSTOMER NO. 700356726234 PERIOD 040323
03/23
Invoice Total:$556.68
14838
14839
14841
$556.68
$546.83
$109.55
011-040-430-526000 $546.83 CUSTOMER NO. 700388948624 PERIOD 040323(2)
03/23
Invoice Total:$546.83
011-040-415-526000 $109.55 CUST NO. 700505913951 PERIOD 031523
02/13/23 - 03/14/23
Invoice Total:$109.55
011-010-130-522000
055-050-580-522000
011-010-130-522000
Invoice Total:
$4.74 PERIOD 04/23
$90.21 PERIOD 04/23
$29.93 PERIOD 04/23
$124.88
810010176
810010176
810010176
CORPORATION
249 - FEDERAL EXPRESS
CORPORATION
249 - FEDERAL EXPRESS
CORPORATION
4/26/2023
4/26/2023
14842
14843
$124.88
$35.64
249 - FEDERAL EXPRESS
CORPORATION
011-010-130-522000 $35.64 PERIOD 810704705
Invoice Total:$35.64
249 - FEDERAL EXPRESS
CORPORATION
249 - FEDERAL EXPRESS
011-010-130-522000
011-010-120-522000
Invoice Total:
$29.93 PERIOD 04/23
$64.13 PERIOD 04/23
$94.06
809324195
809324195
CORPORATION
4/26/2023
4/26/2023
14844
14845
$94.06
$64.40
249 - FEDERAL EXPRESS
CORPORATION
011-010-120-522000 $64.40 PERIOD 03/23 808632503
Invoice Total:$64.40
Page 1 of 23
..
..
Item 7 Page 3 of 25
249 - FEDERAL EXPRESS
CORPORATION
011-010-120-522000 $69.69 PERIOD 03/23 807183426
Invoice Total:$69.69
4/26/2023 14846 $69.69
249 - FEDERAL EXPRESS
CORPORATION
249 - FEDERAL EXPRESS
055-050-580-522000
011-010-130-522000
Invoice Total:
$59.28 PERIOD 03/23
$1.65 PERIOD 03/23
$60.93
806454050
806454050
CORPORATION
4/26/2023
4/28/2023
4/28/2023
4/28/2023
4/28/2023
4/28/2023
14847
14848
14849
14850
14851
14852
$60.93
$412.42
714 - CALPERS 011-030-300-512020 $412.42 MONTHLY EXPENSE OF UAL (POLICE 100000017127763
100000017127780
100000017127771
100000017127755
100000017127748
PREPA)
Invoice Total:$412.42
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
011-010-115-512020 $208.42 MONTHLY EXPENSE OF UAL
(PROCECUTOR CLASSIC)
Invoice Total:$208.42
$208.42
011-030-305-512020 $404,275.75 MONTHLY EXPENSE OF UAL (FIRE
CLASSIC)
Invoice Total: $404,275.75
$404,275.75
$1,053.25
$253,489.00
011-030-305-512020 $1,053.25 MONTHLY EXPENSE OF UAL (FIRE
PREPA)
Invoice Total:$1,053.25
011-030-300-512020 $253,489.00 MONTHLY EXPENSE OF UAL (POLICE
CLASSIC)
Invoice Total: $253,489.00
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
011-010-100-512020
011-010-105-512020
011-010-125-512020
011-010-130-512020
011-010-115-512020
011-010-120-512020
011-030-300-512020
011-040-400-512020
011-040-405-512020
$1,650.61 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$16,191.72 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$7,309.86 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$24,877.09 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$7,270.56 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$12,183.09 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$21,536.56 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$14,894.81 MONTHLY EXPENSE OF UAL (MISC.
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
CLASSIC & PREPA)
$12,615.40 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
Page 2 of 23
..
..
Item 7 Page 4 of 25
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
714 - CALPERS
011-040-430-512020
011-040-420-512020
011-040-435-512020
011-040-410-512020
011-040-415-512020
059-080-800-512020
011-020-200-512020
058-070-700-512020
056-060-600-512020
055-050-575-512020
055-050-595-512020
055-050-550-512020
055-050-555-512020
055-050-570-512020
055-050-580-512020
011-010-110-512020
055-050-585-512020
055-050-586-512020-
055-050-590-512020
$27,353.01 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$6,720.35 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$4,794.64 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$3,615.63 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$5,187.64 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$196.50 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$15,209.22 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$25,623.80 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$12,418.89 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$11,711.49 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$3,890.73 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$6,209.45 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$26,252.60 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$1,179.01 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$23,619.48 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$12,379.59 MONTHLY EXPENSE OF UAL (MISC.
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
100000017127738
CLASSIC & PREPA)
$19,060.65 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$53,016.10 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
$16,034.52 MONTHLY EXPENSE OF UAL (MISC.
CLASSIC & PREPA)
Invoice Total: $393,003.00
4/26/2023
4/26/2023
4/26/2023
14853
14854
14855
$393,003.00
$40.53
1581 - THE GAS COMPANY
1581 - THE GAS COMPANY
011-040-415-526000 $40.53 GAS SERVICES PERID 03/10/23 -041223
031423
04/10/23
Invoice Total:$40.53
011-040-415-526000 $47.99 GAS SERVICES PERIOD 02/08/23 -
03/10/23
Invoice Total:$47.99
$47.99
Page 3 of 23
..
..
Item 7 Page 5 of 25
1581 - THE GAS COMPANY
1581 - THE GAS COMPANY
056-060-600-526000 $274.18 GAS SERVICE PERIOD 02/09/23 -031523
041323
03/13/23
Invoice Total:$274.18
4/26/2023 14856 $274.18
056-060-600-526000 $68.71 GAS SERVICE PERIOD 03/13/23 -
04/11/23
Invoice Total:$68.71
4/26/2023
4/26/2023
4/26/2023
4/26/2023
4/26/2023
14857
14858
14859
14860
14861
$68.71
$30.00
$30.00
$30.00
$30.00
1617 - UPS
1617 - UPS
1617 - UPS
1617 - UPS
011-040-405-522000 $30.00 PERIOD 04/23
$30.00
933312133(2)
933312143(2)
933312153(2)
933312163(2)
042023
Invoice Total:
011-040-405-522000 $30.00 PERIOD 04/23
$30.00Invoice Total:
011-040-405-522000 $30.00 PERIOD 04/23
$30.00Invoice Total:
011-040-405-522000 $30.00 PERIOD 04/23
$30.00Invoice Total:
2242 - CA DEPARTMENT OF
TAX & FEE
055-000-000-200230 $78,504.00 ELECTRICAL ENERGY SURCHARGE
01/01/23 - 03/31/23
Invoice Total:$78,504.00
4/24/2023
4/24/2023
14862
14863
$78,504.00
$503.00
2242 - CA DEPARTMENT OF
TAX & FEE
2242 - CA DEPARTMENT OF
011-010-130-523034
011-000-000-200250
Invoice Total:
($0.79) USE TAX RETURN 1Q 2023
$503.79 USE TAX RETURN 1Q 2023
$503.00
042023(2)
042023(2)
TAX & FEE
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
055-050-590-520150
055-050-590-520190
055-050-590-520170
055-050-590-520170
055-050-590-520180
055-050-590-520150
055-050-590-520190
055-050-590-520150
055-050-590-520170
($4.79) INITIAL & REVISED CHARGES
($181.96) INITIAL & REVISED CHARGES
$64.03 INITIAL & REVISED CHARGES
$973.27 INITIAL & REVISED CHARGES
$124.00 INITIAL & REVISED CHARGES
($2,474.83) INITIAL & REVISED CHARGES
($9.96) INITIAL & REVISED CHARGES
$413,560.78 INITIAL & REVISED CHARGES
$72,991.69 INITIAL & REVISED CHARGES
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
Page 4 of 23
..
..
Item 7 Page 6 of 25
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
055-050-590-520190
055-050-590-520210
055-050-590-520170
055-050-590-520180
055-050-590-520190
055-050-590-520210
055-050-590-520240
055-050-590-520150
$13,733.32 INITIAL & REVISED CHARGES
$9,953.28 INITIAL & REVISED CHARGES
($12,646.76) INITIAL & REVISED CHARGES
$3,077.24 INITIAL & REVISED CHARGES
$2,238.79 INITIAL & REVISED CHARGES
$3,159.84 INITIAL & REVISED CHARGES
$8,438.05 INITIAL & REVISED CHARGES
$940,926.92 INITIAL & REVISED CHARGES
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
2023041831592667
45
Invoice Total: $1,453,922.91
4/21/2023 14864 $1,453,922.91
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
055-050-590-520170
055-050-590-520150
055-050-590-520190
055-050-590-520170
055-050-590-520170
055-050-590-520190
055-050-590-520210
055-050-590-520150
($1,665.15) INITIAL & REVISED CHARGES
($377.37) INITIAL & REVISED CHARGES
($743.04) INITIAL & REVISED CHARGES
$754.53 INITIAL & REVISED CHARGES
$23,570.82 INITIAL & REVISED CHARGES
$20,791.75 INITIAL & REVISED CHARGES
$11,441.10 INITIAL & REVISED CHARGES
$608,546.77 INITIAL & REVISED CHARGES
2023042531593702
34
2023042531593702
34
2023042531593702
34
2023042531593702
34
2023042531593702
34
2023042531593702
34
2023042531593702
34
2023042531593702
34
Invoice Total: $662,319.41
4/28/2023 14865 $662,319.41
2412 - CALIFORNIA ISO
2412 - CALIFORNIA ISO
055-050-590-520150
055-450-590-450340
Invoice Total:
$66.57 INITIAL & REVISED CHARGES
$0.30 INITIAL & REVISED CHARGES
$66.87
2023042531593700
24
2023042531593700
24
4/28/2023
4/25/2023
14866
14867
$66.87
$66.70
4075 - THE DEPARTMENT OF 011-000-000-210210 $66.70 MEDICARE TAX: 3RD PARTY SICK PAY
$66.70
042523
THE TREASURY
Invoice Total:
6262 - MERCURIA ENERGY
AMERICA, LLC
055-050-590-520160 $356,286.00 NATURAL GAS 03/23 3977966
Invoice Total: $356,286.00
Page 5 of 23
..
..
Item 7 Page 7 of 25
4/21/2023
4/21/2023
14868
14869
$356,286.00
$26,280.00
7225 - TWIN EAGLE
HOLDINGS N.A., LLC
055-050-590-520160 $26,280.00 NATURAL GAS 03/23 394444
U703113
7693(1)
Invoice Total:$26,280.00
7364 - STX COMMODITIES,
LLC
055-050-590-520154 $107,000.00 RENEWABLE ENERGY CREDITS 03/23
Invoice Total: $107,000.00
4/26/2023
4/20/2023
14870
14871
$107,000.00
$22,500.00
7514 - ELIM HVAC INC 011-040-420-660015 $22,500.00 HEATER INSTALL
$22,500.00
20230069
Invoice Total:
3266 - AON RISK INSURANCE 011-010-130-520035
SERVICES WEST, INC
$2,662.09 SPECIAL EVENTS INSURANCE GENERAL 990000010198
LIABILITY RENEWAL
Invoice Total:
3266 - AON RISK INSURANCE 011-010-130-520035
SERVICES WEST, INC
$2,662.09
$162.00 SPECIAL EVENTS INSURANCE BLANKET 9900000193207
ACCIDENT RENEWAL
Invoice Total:$162.00
4/20/2023 14737 $2,824.09
4226 - NIELSEN, MERKSAMER, 011-010-105-529215 $2,020.00 LEGISLATIVE AND REGULATORY ADV 252490
252491
CA-0136
CA-0136
PARRINELLO
Invoice Total:$2,020.00
4226 - NIELSEN, MERKSAMER, 011-010-105-529215 $316.50 LEGISLATIVE AND REGULATORY ADV
PARRINELLO
Invoice Total:$316.50
4/20/2023
4/20/2023
14738
14739
$2,336.50
$200.00
6884 - RELX, INC 011-010-115-529600 $200.00 CONTENT SUBSCRIPTION 03/23
$200.00
3094379757
031323
LD-0045
Invoice Total:
5155 - STEVEN FROBERG 011-040-410-529215
Invoice Total:
$100.00 ATTENDANCE STIPEND VERNON
HOUSING COMMISSION
$100.00
4/20/2023
4/21/2023
14740
14750
$100.00
1490 - ALL CITY
MANAGEMENT SERVICES,
INC
011-010-160-529215 $2,404.08 CROSSING GUARD SERVICES 01/23 82914 PD-0185
Invoice Total:$2,404.08
$2,404.08
1479 - BLOOMBERG FINANCE, 011-010-130-529225 $3,716.67 BLOOMBERG SUBSCRIPTION 5607337914 20230190
20230190
LP
Invoice Total:$3,716.67
1479 - BLOOMBERG FINANCE, 011-010-130-529225 $7,500.00 BLOOMBERG SUBSCRIPTION 3/28/23 - 5607416062
LP 6/27/23
Invoice Total:$7,500.00
4/21/2023 14751 $11,216.67
Page 6 of 23
..
..
Item 7 Page 8 of 25
2110 - CALTROL, INC
5490 - CINTAS
CORPORATION NO. 2
5490 - CINTAS
056-060-600-529000 $10,474.54 INVENTORY REPLACEMENT PARTS
$10,474.54
CD99173832 230253
Invoice Total:
4/21/2023 14752 $10,474.54
011-040-430-524000
011-040-415-524000
011-040-420-524000
$137.90 UNIFORM RENTAL SERVICE
$83.62 UNIFORM RENTAL SERVICE
$60.80 UNIFORM RENTAL SERVICE
4151707075
4151707075
4151707075
CS-1397
CS-1397
CS-1397
CORPORATION NO. 2
5490 - CINTAS
CORPORATION NO. 2
Invoice Total:$282.32
5490 - CINTAS
CORPORATION NO. 2
5490 - CINTAS
CORPORATION NO. 2
5490 - CINTAS
CORPORATION NO. 2
011-040-430-524000 $139.94 UNIFORM RENTAL SERVICE 4152458497
4152458497
4152458497
CS-1397
CS-1397
CS-1397
011-040-415-524000
011-040-420-524000
Invoice Total:
$84.66 UNIFORM RENTAL SERVICE
$63.84 UNIFORM RENTAL SERVICE
$288.44
4/21/2023
4/21/2023
4/21/2023
14753
14754
14755
$570.76
$200,150.00
$4,895.00
7262 - CITADEL ENERGY
MARKETING, LLC
055-050-590-520160 $200,150.00 NATURAL GAS 03/23 107350
Invoice Total: $200,150.00
7326 - COSCO FIRE
PROTECTION, INC
055-050-586-520230-$4,895.00 FUEL GAS COMPRESSOR REPAIR 1000589736
5011679
LP-0734
Invoice Total:$4,895.00
7099 - CRC MARKETING, INC 055-050-590-520160 $177,718.75 NATURAL GAS 03/23
Invoice Total: $177,718.75
4/21/2023
4/21/2023
4/21/2023
14756
14757
14758
$177,718.75
$3,000.00
6417 - DANIEL GOMEZ
4116 - EDF, INC.
011-000-000-110020 $3,000.00 CORRECTIVE EYE SURGERY LOAN
$3,000.00
041223
Invoice Total:
055-050-590-520160 $183,762.50 NATURAL GAS 03/23 3148267
Invoice Total: $183,762.50
$183,762.50
2051 - EFRAIN SANDOVAL
2051 - EFRAIN SANDOVAL
055-050-590-529500
055-050-590-529670
Invoice Total:
$733.96 EXPENSE REIMBURSEMENT
$622.92 EXPENSE REIMBURSEMENT
$1,356.88
041123
041123
4/21/2023 14759 $1,356.88
4500 - ICE US OTC
COMMODITY MARKETS, LLC
055-050-590-529215 $1,125.00 OTC COMMISSION ADJUSTMENT 323001688088
323001688006
Invoice Total:
055-050-590-529215
$1,125.00
4500 - ICE US OTC $125.00 PHYSICAL GAS
COMMODITY MARKETS, LLC
Invoice Total:$125.00
Page 7 of 23
..
..
Item 7 Page 9 of 25
4/21/2023 14760 $1,250.00
6886 - JACOBS ENGINEERING 055-050-560-520230 $1,318.63 ENV COMPLIANCE SUPPORT
$23,300.87 ENV COMPLIANCE SUPPORT
$24,619.50
D3404500031
D3404500031
LP-0543
LP-0543
GROUP, INC
6886 - JACOBS ENGINEERING 055-050-586-529215-
GROUP, INC
Invoice Total:
4/21/2023
4/21/2023
14761
14762
$24,619.50
$202.55
804 - LB JOHNSON
INDUSTRIAL HARDWARE
058-070-700-522000 $202.55 PARTS & SUPPLIES
$202.55
125172 230042
Invoice Total:
6086 - MACQUARIE ENERGY
NORTH AMERICA TRADING
055-050-590-520160
056-060-600-522000
$1,698,650.00 NATURAL GAS 03/23 GASI00179227
Invoice Total: $1,698,650.00
4/21/2023 14763 $1,698,650.00
1150 - MCMASTER-CARR
SUPPLY COMPANY
$495.82 PARTS & SUPPLIES 92350323
92667882
230081
230060
Invoice Total:
055-050-570-529000
$495.82
$118.06 PARTS & SUPPLIES1150 - MCMASTER-CARR
SUPPLY COMPANY
Invoice Total:$118.06
4/21/2023
4/21/2023
14764
14765
$613.88
6318 - MIECO, LLC 055-050-590-520160 $231,682.20 NATURAL GAS 03/23 3088
Invoice Total: $231,682.20
$231,682.20
629 - OPEN ACCESS
TECHNOLOGY INTL
055-050-590-529215
Invoice Total:
$942.79 TAGGING SERVICES 04/23
$942.79
176713 230088
4/21/2023 14766 $942.79
5908 - PACIFIC SUMMIT
ENERGY, LLC
055-050-590-520160
Invoice Total:
$66,250.00 NATURAL GAS 03/23
$66,250.00
238305
4/21/2023
4/21/2023
14767
14768
$66,250.00
$918.00
3701 - RAFAEL LANDA 011-010-120-529680 $918.00 TUITION REIMBURSEMENT
$918.00
041223
Invoice Total:
2476 - SCHWEITZER
ENGINEERING
055-050-585-529600 $267.12 MODERN SOLUTIONS FOR INV000808431 230065
PROTECTION BOOK
Invoice Total:$267.12
4/21/2023
4/21/2023
4/21/2023
14769
14770
14771
$267.12
$52,312.90
$256,519.21
2517 - SCPPA 055-050-590-520154 $52,312.90 DESERT HARVEST II PROJECT
$52,312.90
DH0423
041423
IN16364
Invoice Total:
1581 - THE GAS COMPANY
4318 - TIMOTHY MARQUEZ
055-050-590-525022 $256,519.21 NATURAL GAS TRANSPORT
Invoice Total: $256,519.21
056-060-600-522000 $1,683.40 FILTER ELEMENT 230071
Page 8 of 23
..
..
Item 7 Page 10 of 25
Invoice Total:
055-050-565-529215
056-060-600-529215
058-070-700-529215
059-080-800-529215
$1,683.40
$12.09 ALERT NOTIFICATIONS & SVCS
4/21/2023 14772 $1,683.40
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
222303217
222303217
222303217
222303217
230148
230148
230148
230148
$12.08 ALERT NOTIFICATIONS & SVCS
$12.08 ALERT NOTIFICATIONS & SVCS
$12.08 ALERT NOTIFICATIONS & SVCS
$48.33
SERVICE ALERT OF SO CAL
Invoice Total:
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
SERVICE ALERT OF SO CAL
449 - UNDERGROUND
055-050-565-529215 $135.50 SERVICE ALERT NOTIFICATIONS & SVCS 220230779
$135.50 SERVICE ALERT NOTIFICATIONS & SVCS 220230779
$135.50 SERVICE ALERT NOTIFICATIONS & SVCS 220230779
$135.50 SERVICE ALERT NOTIFICATIONS & SVCS 220230779
$542.00
230185
230185
230185
230185
056-060-600-529215
058-070-700-529215
059-080-800-529215
Invoice Total:
SERVICE ALERT OF SO CAL
4/21/2023 14773 $590.33
2227 - US DEPARTMENT OF
ENERGY
2227 - US DEPARTMENT OF
055-050-590-520180
055-050-590-520150
Invoice Total:
$29,817.21 BOULDER CANYON PROJECT CHARGES GG1766W0323
03/23
$23,387.63 BOULDER CANYON PROJECT CHARGES GG1766W0323
ENERGY 03/23
$53,204.84
4/21/2023
4/21/2023
4/21/2023
14774
14775
14776
$53,204.84
$560.20
1695 - VULCAN MATERIALS
COMPANY
058-070-700-522000
Invoice Total:
$560.20 ASPHALT 73592032
050923
230047
$560.20
1658 - WATER
REPLENISHMENT DISTRICT
058-070-700-520110 $153,413.97 GROUNDWATER PRODUCTION &
ASSESSMENT (FEB 2023)
Invoice Total: $153,413.97
$153,413.97
7110 - WATERLINE
TECHNOLOGIES, INC
058-070-700-520140 $601.97 SODIUM HYPOCHLORITE 5624098
5624103
5624095
5622542
5622539
LP-0744
LP-0744
LP-0744
LP-0744
LP-0744
Invoice Total:
058-070-700-520140
$601.97
7110 - WATERLINE
TECHNOLOGIES, INC
$300.98 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$300.98
7110 - WATERLINE
TECHNOLOGIES, INC
$300.98 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$300.98
7110 - WATERLINE
TECHNOLOGIES, INC
$331.08 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$331.08
7110 - WATERLINE $331.08 SODIUM HYPOCHLORITE
TECHNOLOGIES, INC
Page 9 of 23
..
..
Item 7 Page 11 of 25
Invoice Total:$331.08
7110 - WATERLINE
TECHNOLOGIES, INC
058-070-700-520140 $409.34 SODIUM HYPOCHLORITE 5624101
5624097
5622541
5624100
5624096
5622545
5622540
LP-0744
LP-0744
LP-0744
LP-0744
LP-0744
LP-0744
LP-0744
Invoice Total:
058-070-700-520140
$409.34
7110 - WATERLINE
TECHNOLOGIES, INC
$300.98 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$300.98
7110 - WATERLINE
TECHNOLOGIES, INC
$397.30 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$397.30
7110 - WATERLINE
TECHNOLOGIES, INC
$300.98 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$300.98
7110 - WATERLINE
TECHNOLOGIES, INC
$300.98 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$300.98
7110 - WATERLINE
TECHNOLOGIES, INC
$361.18 SODIUM HYPOCHLORITE
Invoice Total:
058-070-700-520140
$361.18
7110 - WATERLINE $300.98 SODIUM HYPOCHLORITE
TECHNOLOGIES, INC
Invoice Total:$300.98
4/21/2023 14777 $4,237.83
2060 - CALPINE
CORPORATION
055-050-590-520160 $196,998.25 NATURAL GAS 03/23 100679
Invoice Total: $196,998.25
4/25/2023
4/25/2023
14778
14779
$196,998.25
$39,130.00
2143 - CITY OF PASADENA 055-050-590-520160 $39,130.00 NATURAL GAS 03/23
$39,130.00
30020975
195735
Invoice Total:
5388 - CONOCOPHILLIPS
COMPANY
055-050-590-520160
Invoice Total:
$37,007.50 NATURAL GAS 03/23
$37,007.50
4/25/2023
4/25/2023
14780
14781
$37,007.50
147 - GENERAL PUMP
COMPANY, INC
058-070-700-660000 $65,734.09 WELL & BOOSTER PUMP REPAIR 29966
29965
LP-0688
LP-0688
Invoice Total:
058-070-700-660000
$65,734.09
$52,240.91 WELL & BOOSTER PUMP REPAIRS147 - GENERAL PUMP
COMPANY, INC
Invoice Total:$52,240.91
$117,975.00
2517 - SCPPA
2517 - SCPPA
055-050-580-529670
055-050-595-529215
Invoice Total:
$11,746.93 RESOLUTION BILLING
$13,789.76 RESOLUTION BILLING
$25,536.69
0423
0423
4/25/2023
4/25/2023
14782
14783
$25,536.69
$24,669.00
59 - SO CAL EDISON 055-050-590-520170 $24,669.00 LAGUNA BELL 04/23
$24,669.00
7501521578
Invoice Total:
Page 10 of 23
..
..
Item 7 Page 12 of 25
2533 - BANK OF NEW YORK
MELLON TRUST COMPANY
NA
058-070-700-529010-$2,635.00 TRUSTEE, DISBURSEMENT,
DISSEMINATION FEE 3/23-3/24
2522536706
Invoice Total:$2,635.00
4/28/2023 14787 $2,635.00
5490 - CINTAS
CORPORATION NO. 2
5490 - CINTAS
CORPORATION NO. 2
5490 - CINTAS
CORPORATION NO. 2
011-040-430-524000
011-040-415-524000
011-040-420-524000
Invoice Total:
$137.90 UNIFORM RENTAL SERVICE
$83.62 UNIFORM RENTAL SERVICE
$60.80 UNIFORM RENTAL SERVICE
$282.32
4153126198
4153126198
4153126198
CS-1397
CS-1397
CS-1397
4/28/2023
4/28/2023
14788
14789
$282.32
$290.00
947 - DAILY JOURNAL
CORPORATION
058-070-700-525000 $290.00 PUBLICATION SERVICES B3690260
Invoice Total:$290.00
1206 - DELL MARKETING LP
1206 - DELL MARKETING LP
011-010-110-522010
011-010-110-522010
Invoice Total:
$20.00 MONITORS FOR PUBLIC WORKS
$2,160.86 MONITORS FOR PUBLIC WORKS
$2,180.86
10663919090
10663919090
230305
230305
4/28/2023
4/28/2023
14790
14791
$2,180.86
$476.79
7353 - EXTENDED OFFICE
SOLUTIONS, INC
011-010-110-529110
Invoice Total:
$476.79 ADDITIONAL PRI LINE
$476.79
1001595 IT-0172
4438 - FLEMING
ENVIRONMENTAL, INC
011-040-415-529000 $670.00 ENVIRONMENTAL SERVICES 19351
19560
CS-1377
CS-1377
Invoice Total:
011-040-415-529000
$670.00
4438 - FLEMING $670.00 ENVIRONMENTAL SERVICES
ENVIRONMENTAL, INC
Invoice Total:$670.00
4/28/2023
4/28/2023
14792
14793
$1,340.00
$6,334.72
3606 - INSIGHT PUBLIC
SECTOR, INC
011-010-110-660005
Invoice Total:
$6,334.72 NEW FIREWALL FOR PD AND CITY HALL 1100995546 230121
$6,334.72
804 - LB JOHNSON
INDUSTRIAL HARDWARE
055-050-560-522000 $50.33 PARTS & SUPPLIES 125593
125734
125733
125731
230059
230042
230042
230059
Invoice Total:
058-070-700-660000
$50.33
$126.89 PARTS & SUPPLIES804 - LB JOHNSON
INDUSTRIAL HARDWARE
Invoice Total:
058-070-700-660000
$126.89
$118.17 PARTS & SUPPLIES804 - LB JOHNSON
INDUSTRIAL HARDWARE
Invoice Total:
055-050-555-522000
$118.17
804 - LB JOHNSON $9.59 PARTS & SUPPLIES
INDUSTRIAL HARDWARE
Invoice Total:$9.59
4/28/2023 14794 $304.98
Page 11 of 23
..
..
Item 7 Page 13 of 25
6422 - MARIPOSA
LANDSCAPES, INC
011-040-415-529000 $4,709.00 LANDSCAPE MAINTENANCE 03/23 102039 CS-1413
Invoice Total:$4,709.00
4/28/2023
4/28/2023
4/28/2023
14795
14796
14797
$4,709.00
$7,885.41
$2,208.01
1150 - MCMASTER-CARR
SUPPLY COMPANY
055-050-570-529000 $3,000.38 FRAMINGS & FITTINGS 93287221
94324054
230060
230270
Invoice Total:
055-050-570-529000
$3,000.38
$4,885.03 PARTS & SUPPLIES1150 - MCMASTER-CARR
SUPPLY COMPANY
Invoice Total:$4,885.03
839 - MEASUREMENT
CONTROL SYSTEMS, INC
056-060-600-529000 $900.00 CALIBRATION SERVICES 234372
233038
20230182
20230182
Invoice Total:
056-060-600-529000
$900.00
839 - MEASUREMENT
CONTROL SYSTEMS, INC
$1,308.01 CALIBRATION SERVICES
Invoice Total:$1,308.01
6722 - MUNISERVICES, LLC
6722 - MUNISERVICES, LLC
011-010-130-529215
Invoice Total:
011-010-130-529215
Invoice Total:
$3,825.00 UUT FIXED FEE 01/23 - 03/23
$3,825.00
$3,750.00 UUT FIXED FEE 10/22 - 12/22
$3,750.00
INV06016196(2)
INV06016196
FI-0042
FI-0027
4/28/2023
4/28/2023
14798
14799
$7,575.00
$2,618.76
5968 - NAVEX GLOBAL, INC
5709 - NOBEL SYSTEMS, INC
011-010-120-529215 $2,618.76 ETHICSPOINT HOTLINE
$2,618.76
INV674649
15614
HR-0031
230235
Invoice Total:
011-010-110-529110 $4,100.00 GEO VIEWER AND DIG ALERT
SUBSCRIPTION FOR VPU
Invoice Total:$4,100.00
4/28/2023
4/28/2023
14800
14801
$4,100.00
$697.79
7595 - RITA DELGADO 011-460-000-469030 $697.79 OVERPAYMENT OF MEDICAL PREMIUM 042423
02/23
Invoice Total:$697.79
1447 - TYLER TECHNOLOGIES, 011-010-110-660005 $5,600.00 TYLER TECHNOLOGIES ERP SYSTEM 45411923 IT-0152
IT-0152
IT-0152
IT-0152
IT-0152
INC
Invoice Total:$5,600.00
1447 - TYLER TECHNOLOGIES, 011-010-110-660005 $5,600.00 TYLER TECHNOLOGIES ERP SYSTEM 45408976
45411101
45408418
45410377
INC
Invoice Total:$5,600.00
1447 - TYLER TECHNOLOGIES, 011-010-110-660005 $4,200.00 TYLER TECHNOLOGIES ERP SYSTEM
INC
Invoice Total:$4,200.00
1447 - TYLER TECHNOLOGIES, 011-010-110-660005 $8,400.00 TYLER TECHNOLOGIES ERP SYSTEM
INC
Invoice Total:$8,400.00
1447 - TYLER TECHNOLOGIES, 011-010-110-660005
INC
$5,600.00 TYLER TECHNOLOGIES ERP SYSTEM
Page 12 of 23
..
..
Item 7 Page 14 of 25
Invoice Total:$5,600.00
1447 - TYLER TECHNOLOGIES, 011-010-110-660005 $2,800.00 TYLER TECHNOLOGIES ERP SYSTEM 45407752 IT-0152
INC
Invoice Total:$2,800.00
4/28/2023 14802 $32,200.00
3601 - UNITED SITE SERVICES 011-040-415-529000
OF CALIFORNIA, INC.
$668.21 PORTABLE RESTROOM SERVICE 11413559801 CS-1488
Invoice Total:$668.21
4/28/2023
4/28/2023
4/28/2023
14803
14804
14805
$668.21
$18.19
$76.70
6070 - VERITIV OPERATING
COMPANY
011-040-415-522000 $18.19 FUEL SURCHAGE 06950379005
Invoice Total:$18.19
6666 - WATTS REGULATOR
COMPANY
011-020-200-529225 $76.70 SYNCTA BACKFLOW TEST MANAGEMEN 16026001 HD-0042
LP-0750
LP-0750
LP-0750
LP-0750
LP-0750
LP-0750
LP-0750
Invoice Total:$76.70
1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
058-070-700-529225 $115.50 SOURCE SAMPLES RETAKE W3C1051
W3D0134
W3C2683
W3C0714
W3D0133
W3C1052
W3C2686
Invoice Total:
058-070-700-529225
$115.50
1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
$66.00 SOURCE SAMPLES RETAKE
Invoice Total:
058-070-700-529225
$66.00
$82.50 SOURCE SAMPLES1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
Invoice Total:
058-070-700-529225
$82.50
$118.00 SOURCE SAMPLES1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
Invoice Total:
058-070-700-529225
$118.00
1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
$66.00 SOURCE SAMPLES RETAKE
Invoice Total:
058-070-700-529225
$66.00
1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
$115.50 SOURCE SAMPLES RETAKE
Invoice Total:
058-070-700-529225
$115.50
$198.00 ROUTINE SAMPLES1628 - WECK ANALYTICAL
ENVIRONMENTAL SERVICES
Invoice Total:$198.00
4/28/2023 14806 $761.50
TOTAL ELECTRONIC $7,429,785.37
Page 13 of 23
..
..
Item 7 Page 15 of 25
EARLY CHECKS
1011 - ANA MELENDEZ 011-040-430-529215 $44.75 EXPENSE REIMBURSEMENT
$44.75
032223
041923
Invoice Total:
4/20/2023 610878 $44.75
7574 - CAROLINE
MONARQUE
011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE
(DTSC)
Invoice Total:$300.00
4/20/2023
4/20/2023
610879
610880
$300.00
$300.00
7593 - DANIEL ZARAGOZA 011-010-160-529715 $300.00 RELOCATION ASSISTANCE (DTSC)
$300.00
041923
041923
Invoice Total:
7034 - JENITHA APPLEWHITE 011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE
(DTSC)
Invoice Total:$300.00
4/20/2023
4/20/2023
4/20/2023
4/20/2023
4/20/2023
4/20/2023
610881
610882
610883
610884
610885
610886
$300.00
$300.00
$300.00
$300.00
$300.00
$2,500.00
7581 - LATASHA GARDNER 011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE 041923
041923
041923
041923
041023
(DTSC)
Invoice Total:$300.00
7053 - MARGARET MYONG
HUI KANG
011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE
(DTSC)
Invoice Total:$300.00
7580 - NORA VAZQUEZ 011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE
(DTSC)
Invoice Total:$300.00
7573 - WILLIAM ALARCON 011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE
(DTSC)
Invoice Total:$300.00
6081 - YMCA OF
METROPOLITAN LA
011-010-160-529715 $2,500.00 YMCA HEALTHY KIDS DAY
SPONSORSHIP
Invoice Total:$2,500.00
4448 - BATTERY SYSTEMS,
INC
011-040-420-522000 ($19.85) VEHICLE BATTERY 37252304191418
29870419231202
38962304200836
230012
230012
230012
Invoice Total:
011-040-420-522000
($19.85)
$159.73 VEHICLE BATTERY4448 - BATTERY SYSTEMS,
INC
Invoice Total:
011-040-420-522000
$159.73
$157.08 VEHICLE BATTERY4448 - BATTERY SYSTEMS,
INC
Invoice Total:
011-010-115-529200
Invoice Total:
$157.08
4/20/2023 610887 $296.96
5078 - BURKE, WILLIAMS &
SORENSEN, LLP
$2,113.32 LEGAL SERVICES
$2,113.32
299425 LD-0044-1
Page 14 of 23
..
..
Item 7 Page 16 of 25
5078 - BURKE, WILLIAMS &
SORENSEN, LLP
011-010-115-529200 $766.50 LEGAL SERVICES 299424
299426
LD-0044-1
LD-0044-1
Invoice Total:
011-010-115-529200
$766.50
$1,020.00 LEGAL SERVICES5078 - BURKE, WILLIAMS &
SORENSEN, LLP
Invoice Total:$1,020.00
4/20/2023
4/20/2023
610888
610889
$3,899.82
$716.10
4163 - CENTRAL FORD
AUTOMOTIVE, INC.
011-040-420-522000 $347.84 AUTO PARTS 25347
15926
230015
230015
Invoice Total:
011-040-420-522000
$347.84
$368.26 AUTO PARTS4163 - CENTRAL FORD
AUTOMOTIVE, INC.
Invoice Total:$368.26
7441 - CLARA BUSTAMANTE
7441 - CLARA BUSTAMANTE
011-010-150-529215
011-020-200-529215
Invoice Total:
$50.00 ATTENDANCE STIPEND BIC & GVC
$50.00 ATTENDANCE STIPEND BIC & GVC
$100.00
031523
031523
4/20/2023
4/20/2023
4/20/2023
610890
610891
610892
$100.00
$350.73
310 - CRAIG WELDING
SUPPLY, CO
055-050-560-529000
Invoice Total:
$350.73 WELDING CYLINDER SUPPLIES
$350.73
647822 230054
2301121027 - D&R OFFICE WORKS,
INC
011-010-120-522000
Invoice Total:
$5,551.09 TRAINING TABLES
$5,551.09
126214IN
$5,551.09
7145 - DUNCAN WEINBERG
GENZER & PEMBROKE, P.C.
7145 - DUNCAN WEINBERG
055-050-580-529200
055-050-590-529200
Invoice Total:
$261.00 ATTORNEY SVCS 02/23
$2,045.50 ATTORNEY SVCS 02/23
$2,306.50
40331LSG
40331LSG
LP-0662
LP-0662
GENZER & PEMBROKE, P.C.
4/20/2023
4/20/2023
610893
610894
$2,306.50
$3,630.00
5229 - EHS INTERNATIONAL, 055-050-586-529670-$1,980.00 TRAFFIC CONTROL TRAINING 319885
319883
20230025
20230026
INC
Invoice Total:$1,980.00
$1,650.00 CPR TRAINING5229 - EHS INTERNATIONAL, 055-050-586-529670-
INC
Invoice Total:$1,650.00
4181 - FRANCHISE TAX
BOARD
011-000-000-210260 $50.00 GARNISHMENT 042023
Invoice Total:$50.00
4/20/2023
4/20/2023
610895
610896
$50.00
7495 - GEN3I INC 011-010-110-529110 $10,032.65 SOFTWARE FOR IT
$10,032.65
G3IN0750 230157
Invoice Total:
$10,032.65
Page 15 of 23
..
..
Item 7 Page 17 of 25
404 - GENERAL INDUSTRIAL
TOOL & SUPPLY
011-040-420-522000
011-040-420-529000
Invoice Total:
$92.82 PARTS & SUPPLIES
$16.12 PARTS & SUPPLIES
119712001
119712001
230317
230317404 - GENERAL INDUSTRIAL
TOOL & SUPPLY
$108.94
4/20/2023
4/20/2023
610897
610898
$108.94
$62.00
7592 - GIANNI CASTANON 011-010-120-529215 $62.00 LIVE SCAN REIMBURSEMENT
$62.00
040723
Invoice Total:
1712 - GRAINGER, CO
1712 - GRAINGER, CO
1712 - GRAINGER, CO
058-070-700-522000
Invoice Total:
056-060-600-522000
Invoice Total:
056-060-600-522000
Invoice Total:
$192.64 PARTS & SUPPLIES
$192.64
$129.43 PAPER TOWEL DISPENSERS
$129.43
$32.35 PAPER TOWEL DISPENSER
$32.35
9624524337
9610291552
9610291545
230040
230075
230075
4/20/2023
4/20/2023
610899
610900
$354.42
$100.00
6927 - HECTOR MORFIN 011-010-150-529215 $100.00 ATTENDANCE STIPEND - BIC
$100.00
031523
349533
Invoice Total:
7404 - INSIGHT SERVICES, INC 055-050-586-529000-$126.00 OIL TESTING 230087
Invoice Total:$126.00
4/20/2023
4/20/2023
610901
610902
$126.00
635 - JASON TOMLINSON 011-000-000-110021 $3,000.00 COMPUTER LOAN
$3,000.00
041223
Invoice Total:
$3,000.00
6399 - JOE DELIA
6399 - JOE DELIA
6399 - JOE DELIA
011-030-300-529215
Invoice Total:
011-030-300-529215
Invoice Total:
011-030-300-529215
Invoice Total:
$200.00 POLYGRAPH EXAMINATION
$200.00
$250.00 POLYGRAPH EXAMINATION
$250.00
$200.00 POLYGRAPH EXAMINATION
$200.00
20231030VPD
202303031VPD
202302006vpd
20230053
20230053
20230053
4/20/2023
4/20/2023
610903
610904
$650.00
$100.00
6715 - JORGE L. NEVAREZ JR 011-040-410-529215 $100.00 ATTENDANCE STIPEND VERNON 031323
HOUSING COMMISSION
Invoice Total:$100.00
7412 - JOSEPH SYSTEMS INC 011-010-110-529210 $160.00 CLOUD SUPPORT SERVICES FOR IT 17554
17436
17512
IT-0186
IT-0186
IT-0186
Invoice Total:
7412 - JOSEPH SYSTEMS INC 011-010-110-529210
$160.00
$160.00 CLOUD SUPPORT SERVICES FOR IT
Invoice Total:
7412 - JOSEPH SYSTEMS INC 011-010-110-529210
$160.00
$320.00 CLOUD SUPPORT SERVICES FOR IT
Invoice Total:$320.00
Page 16 of 23
..
..
Item 7 Page 18 of 25
7412 - JOSEPH SYSTEMS INC 011-010-110-529210 $1,080.00 CLOUD SUPPORT SERVICES FOR IT 17541 IT-0186
230298
Invoice Total:$1,080.00
4/20/2023
4/20/2023
4/20/2023
4/20/2023
610905
610906
610907
610908
$1,720.00
$1,680.52
$2,833.05
$100.00
7556 - LC ACTION POLICE
SUPPLY, LTD
011-030-300-522000 $1,680.52 BEAN BAG ROUNDS 450537
Invoice Total:$1,680.52
2732 - LEXIPOL, LLC 011-030-300-529215
Invoice Total:
$2,833.05 CORDICO - LAW ENFORCEMENT INVCOR866
031323
20230167
WELLNESS APP
$2,833.05
6716 - MARLENE ELSA
YBARRA
011-040-410-529215
Invoice Total:
$100.00 ATTENDANCE STIPEND VERNON
HOUSING COMMISSION
$100.00
6998 - MARTIN PEREZ
6998 - MARTIN PEREZ
011-010-150-529215
011-020-200-529225
Invoice Total:
$50.00 ATTENDANCE STIPEND - BIC & GVC
$50.00 ATTENDANCE STIPEND - BIC & GVC
$100.00
031523
031523
4/20/2023
4/20/2023
4/20/2023
610909
610910
610911
$100.00
$410.21
6520 - MATHESON TRI-GAS, 055-050-586-520230-$410.21 SPECIALTY GASES 27367384
27390072
LP-0790
LP-0790
INC
Invoice Total:$410.21
6520 - MATHESON TRI-GAS, 055-050-586-520230-$3,198.21 SPECIALTY GASES
INC
Invoice Total:$3,198.21
$3,198.21
309 - NAPA AUTO PARTS
309 - NAPA AUTO PARTS
309 - NAPA AUTO PARTS
309 - NAPA AUTO PARTS
011-040-420-522000
Invoice Total:
011-040-420-522000
Invoice Total:
011-040-420-522000
Invoice Total:
011-040-420-522000
Invoice Total:
$652.58 AUTO PARTS
$652.58
$303.85 AUTO PARTS
$303.85
$163.42 AUTO PARTS
$163.42
($303.85) AUTO PARTS
($303.85)
182485 230203
230203
230203
230203
183589
2248183652
183653
4/20/2023
4/20/2023
4/20/2023
610912
610913
610914
$816.00
$100.00
$106.50
6420 - NAVDEEP SINGH
SACHDEVA
011-010-150-529215 $100.00 ATTENDANCE STIPEND - BIC 031523
1052243
14586
Invoice Total:$100.00
4539 - NEW CHEF FASHION,
INC
011-010-120-522000 $106.50 UNIFORM SHIRTS 230335
Invoice Total:$106.50
6185 - NEWGEN STRATEGIES 055-050-580-529215
& SOLUTIONS, LLC
$11,490.00 SERVICES AGREEMENT LP-0705
Page 17 of 23
..
..
Item 7 Page 19 of 25
Invoice Total:$11,490.00
4/20/2023 610915 $11,490.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
011-010-120-529700 $107.00 ACCT N23-0940273978 MEDICAL
SERVICES
78497097
78137949
78287907
78054815
78210575
77029095
Invoice Total:
011-010-120-529700
$107.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
$372.00 ACCT N23-0940273978 MEDICAL
SERVICES
Invoice Total:
011-010-120-529700
$372.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
$372.00 ACCT N23-0940273978 MEDICAL
SERVICES
Invoice Total:
011-010-120-529700
$372.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
$158.00 ACCT N23-0940273978 MEDICAL
SERVICES
Invoice Total:
011-010-120-529700
$158.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
$214.00 ACCT N23-0940273978 MEDICAL
SERVICES
Invoice Total:
011-010-120-529700
$214.00
6586 - OCCUPATIONAL
HEALTH CENTERS OF CA
$100.00 ACCT N23-0940273978 MEDICAL
SERVICES
Invoice Total:$100.00
4/20/2023 610916 $1,323.00
1457 - QUINN COMPANY
1457 - QUINN COMPANY
011-040-420-529000
Invoice Total:
011-040-420-522000
Invoice Total:
$11.53 PARTS & SUPPLIES
$11.53
$8.59 PARTS & SUPPLIES
$8.59
PC810977184
PC810977031
230326
230325
4/20/2023
4/20/2023
4/20/2023
4/20/2023
610917
610918
610919
610920
$20.12
$100.00
6717 - RONIT DAHAN-EDRY
7057 - SDI PRESENCE, LLC
011-040-410-529215 $100.00 ATTENDANCE STIPEND VERNON 031323
11990
HOUSING
Invoice Total:$100.00
011-010-110-529210
Invoice Total:
$41,212.50 ERP IMPLEMENTATION CONSULTANT FI-0034
230046
$41,212.50
$41,212.50
$62.46
1845 - SECURITY PAVING
COMPANY, INC
058-070-700-522000
Invoice Total:
$62.46 PAVING MATERIALS
$62.46
39468
7447 - STEVE SPANKS
6371 - TIREHUB, LLC
011-040-410-529215 $100.00 ATTENDANCE STIPEND VERNON 031323
HOUSING COMMISSION
Invoice Total:$100.00
4/20/2023
4/20/2023
610921
610922
$100.00
$659.37
011-040-420-522000 $659.37 NEW TIRES
$659.37
33792050
040123
230320
Invoice Total:
282 - TRI-CITY MUTUAL
WATER COMPANY
011-030-305-526000 $225.00 HYDRANT
Invoice Total:$225.00
Page 18 of 23
..
..
Item 7 Page 20 of 25
4/20/2023
4/20/2023
610923
610924
$225.00
$36.50
7446 - VERONICA PALAFOX
3037 - CAL AIR RESOURCES
BOARD
3037 - CAL AIR RESOURCES
011-010-130-529670 $36.50 EXPENSE REIMBURSEMENT
$36.50
120122
Invoice Total:
011-000-000-240010
011-000-000-240022
Invoice Total:
$2,688.00 2RD QTR FY 22/23 SURCHARGE 041023
041023
TRANSMITTAL
$26.00 2RD QTR FY 22/23 SURCHARGE
BOARD TRANSMITTAL
$2,714.00
4/26/2023
4/27/2023
4/27/2023
4/27/2023
610925
610926
610927
610928
$2,714.00
$728.58
4448 - BATTERY SYSTEMS,
INC
011-040-420-522000
Invoice Total:
$728.58 VEHICLE BATTERIES
$728.58
38962304241024
042523
230012
813 - BRUCE V
MALKENHORST, SR
011-010-120-513035
Invoice Total:
$1,234.53 RX & COPAY REIMBURSEMENTS
$1,234.53
$1,234.53
$1,002.44
7460 - CARMEN ELLIS 011-020-200-529670
Invoice Total:
$1,002.44 2023 CUPA CONFERENCE LODGING 041223
EXPENSE
$1,002.44
4163 - CENTRAL FORD
AUTOMOTIVE, INC.
011-040-420-522000
Invoice Total:
$138.78 AUTO PARTS 25615 230015
$138.78
4/27/2023
4/27/2023
610929
610930
$138.78
7224 - CHARLES PALENCIA 055-050-585-660000 $1,139.62 EXPENSE REIMBURSEMENT
$1,139.62
040523
Invoice Total:
$1,139.62
620 - DEPT OF TOXIC
SUBSTANCES CTRL
011-020-200-529225 $14,566.13 VOLUNTARY CLEAN UP AGREEMENT 22SM3814 HD-0035
Invoice Total:$14,566.13
4/27/2023 610931 $14,566.13
1192 - EMPIRE WEST
CORPORATION
1192 - EMPIRE WEST
CORPORATION
1192 - EMPIRE WEST
CORPORATION
011-040-420-522000
011-040-420-529000
011-040-420-529000
Invoice Total:
$1,225.15 PUMP REBUILD
$500.00 PUMP REBUILD
$25.00 PUMP REBUILD
$1,750.15
51718
51718
51718
230342
230342
230342
4/27/2023 610932 $1,750.15
7575 - ERIKA OLVERA 011-010-160-529715 $300.00 EXTENDED RELOCATION ASSISTANCE 042623
(DTSC)
Invoice Total:$300.00
4/27/2023
4/27/2023
610933
610934
$300.00
$429.47
1712 - GRAINGER, CO 011-040-415-522000 $429.47 PARTS & SUPPLIES
$429.47
9646267782 230028
Invoice Total:
Page 19 of 23
..
..
Item 7 Page 21 of 25
3076 - HINDERLITER
DELLAMAS & ASSOC
011-010-130-529215 $8.18 AUDIT SERVICES - SALES TAX Q2 2022 SIN023730
Invoice Total:$8.18
3076 - HINDERLITER
DELLAMAS & ASSOC
011-010-130-529215 $31.76 AUDIT SERVICES - SALES TAX Q3 2022 SIN026425
Invoice Total:$31.76
4/27/2023
4/27/2023
610935
610936
$39.94
$10.00
6028 - JANINE K JENSEN, M.D. 011-010-120-513035 $10.00 MEDICAL SERVICES / V. MALKENHORST 031823
ACCT 9808A6257
Invoice Total:$10.00
971 - KEVIN J SALES
7594 - LUIS VISSONI
095-095-905-705000-$2,880.00 SEWC PROFESSIONAL SERVICES 03/23 2663
Invoice Total:$2,880.00
4/27/2023
4/27/2023
610937
610938
$2,880.00
$62.00
011-010-120-529215 $62.00 LIVE SCAN REIMBURSEMENT 041323
Invoice Total:$62.00
6203 - MRC SMART 011-010-110-529110 $3,219.69 MANAGED PRINT SERVICES IN3355831 IT-0141
TECHNOLOGY SOLUTIONS
Invoice Total:$3,219.69
4/27/2023
4/27/2023
610939
610940
$3,219.69
$44.48
309 - NAPA AUTO PARTS 011-040-420-522000 $44.48 AUTO PARTS
$44.48
184292 230203
230341
Invoice Total:
3493 - NATIONAL SIGNAL,
INC
011-040-420-522000
Invoice Total:
$3,756.22 ROOF ARROW BOARD
$3,756.22
42572IN
4/27/2023
4/27/2023
610941
610942
$3,756.22
$425.32
5934 - O'REILLY AUTO
ENTERPRISES, LLC
011-040-420-522000
Invoice Total:
$425.32 AUTO PARTS 3049460924 230020
$425.32
1943 - PLUMBING &
INDUSTRIAL SUPPLY
011-040-415-522000 $529.20 PLUMBING & INDUSTRIAL SUPPLIES S1279355 230031
230031
230031
Invoice Total:
011-040-430-522000
$529.20
1943 - PLUMBING &
INDUSTRIAL SUPPLY
$10.62 PLUMBING & INDUSTRIAL SUPPLIES S1279279001
S1279146001
Invoice Total:
011-040-415-522000
$10.62
1943 - PLUMBING &
INDUSTRIAL SUPPLY
$12.99 PLUMBING & INDUSTRIAL SUPPLIES
Invoice Total:$12.99
4/27/2023
4/27/2023
610943
610944
$552.81
$425.00
4451 - QUALITY JET ROOTER, 011-040-415-529000 $425.00 PLUMBING SERVICES 14283
7956
CS-1464
230018
INC
Invoice Total:$425.00
3908 - RAFAEL A. LOPEZ 011-040-420-522000 $246.37 NEW TIRES
Page 20 of 23
..
..
Item 7 Page 22 of 25
3908 - RAFAEL A. LOPEZ
3908 - RAFAEL A. LOPEZ
1973 - STEVEN J. BURRIS
011-040-420-529000 $1.75 NEW TIRES
$248.12
7956 230018
230018
230013
Invoice Total:
4/27/2023
4/27/2023
4/27/2023
610945
610946
610947
$248.12
$25.00
$65.00
011-040-420-529000 $25.00 TIRE REPAIR
$25.00
7953
Invoice Total:
011-040-420-529000 $65.00 FRONT AXLE & ALIGNMENT REPAIR
$65.00
72853
2304206
Invoice Total:
1159 - SUSAN SAXE-
CLIFFORD, PH.D.
011-010-120-529700 $450.00 EVALUATION SERVICES
Invoice Total:$450.00
4/27/2023
4/27/2023
610948
610949
$450.00
6954 - THO DO 011-020-200-529670
Invoice Total:
$1,002.44 CUPA CONFERENCE LODGING EXPENSE 041223
$1,002.44
$1,002.44
6997 - TRINITY
CONSULTANTS, INC
011-020-200-529225 $3,242.50 ENVIRONMENTAL REMEDIATION 1375625
1385052
1385078
20230057
20230057
20230076
SERVICES #230509
Invoice Total:
011-020-200-529225
$3,242.50
6997 - TRINITY
CONSULTANTS, INC
$7,851.25 ENVIRONMENTAL REMEDIATION
SERVICES
Invoice Total:
011-020-200-529225
$7,851.25
6997 - TRINITY $7,454.24 ODOR ASSESSMENT PROJECT
CONSULTANTS, INC
Invoice Total:$7,454.24
4/27/2023
4/27/2023
4/27/2023
610950
610951
610952
$18,547.99
$20.00
7540 - UC IRVINE HEALTH
7540 - UC IRVINE HEALTH
011-010-120-513035 $20.00 MEDICAL SERVICES / V. MALKENHORST 020723
ACCT 50019596756
Invoice Total:$20.00
011-010-120-513035 $20.00 MEDICAL SERVICES / V. MALKENHORST 030923
ACCT 50019596756
Invoice Total:$20.00
$20.00
883 - UNITED RENTALS
(NORTH AMERICA), INC
011-040-415-522000 $1,910.18 EQUIPMENT TOOL RENTALS 216686480001 CS-1470
CS-1470
Invoice Total:
011-040-415-522000
$1,910.18
883 - UNITED RENTALS
(NORTH AMERICA), INC
$673.43 EQUIPMENT TOOL RENTALS 216686480002
97015069
196494
Invoice Total:
011-040-415-529000
Invoice Total:
$673.43
4/27/2023
4/27/2023
610953
610954
$2,583.61
$1,906.03
3103 - WEATHERPROOFING
TECHNOLOGIES, INC
$1,906.03 ROOF MAINTENANCE SERVICES CS-1461
CS-1435
$1,906.03
317 - WEST COAST
ARBORISTS, INC
011-040-430-529000 $3,600.00 URBAN FOREST MANAGEMENT
02/01/23 - 02/15/23
Page 21 of 23
..
..
Item 7 Page 23 of 25
Invoice Total:$3,600.00
4/27/2023 610955 $3,600.00
$7,703.89
7507 - WESTWOOD POWER
TOOLS INC
011-040-415-660000 $1,800.00 MACHINE SET UP 4802
4770
20230147
230280
Invoice Total:
011-040-415-660000
$1,800.00
$5,903.89 WOOD SHOP EQUIPMENT7507 - WESTWOOD POWER
TOOLS INC
Invoice Total:$5,903.89
4/27/2023
4/27/2023
610956
610957
6372 - XPRESS WASH, INC 011-040-420-529000 $1,722.00 CAR WASH SERVICES 16197 CS-1450
Invoice Total:$1,722.00
$1,722.00
TOTAL EARLY CHECKS $175,686.64
Page 22 of 23
..
..
Item 7 Page 24 of 25
CITY OF VERNON
OPERATING ACCOUNT
WARRANT REGISTER NO. 109
MAY 16, 2023
RECAP BY FUND
FUND ELECTRONIC TOTAL EARLY CHECKS TOTAL GRAND TOTAL
011 ‐ GENERAL
055 ‐ LIGHT & POWER
056 ‐ NATURAL GAS
058 ‐ WATER
$964,384.17
6,131,193.50
27,771.13
306,092.49
344.08
$149,738.49
22,651.27
161.78
$1,114,122.66
6,153,844.77
27,932.91
306,347.59
344.08
255.10
059 ‐ FIBER
095 ‐ SEWC JPA 2,880.00 2,880.00
$7,429,785.37 $175,686.64 $7,605,472.01
ge 23 of 23
..
..
Item 7 Page 25 of 25
City Council Agenda Report
Meeting Date:May 16, 2023
From:Scott Williams, Director of Finance
Department:Finance
Submitted by:Efren Peregrina Renteria, Finance Specialist
Subject
City Payroll Warrant Register
Recommendation
Approve City Payroll Warrant Register No. 803, for the period of April 1 through April 30, 2023,
totaling $2,708,248.97 and consisting of ratification of direct deposits, checks and taxes totaling
$1,767,051.71 and ratification of checks and electronic fund transfers for payroll related
disbursements totaling $941,197.26 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. 803 covering claims
and demands presented during the period of April 1 through April 30, 2023, 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. 803, totals $2,708,248.97. 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. 803.
Attachments
1. City Payroll Account Warrant Register No. 803
..
..
Item 8 Page 1 of 3
PAYROLL WARRANT REGISTER
City of Vernon
No.803 Month of April 2023
I hereby Certify: that claims or demands covered by the
above listed warrants have been audited as to accuracy
and availability of funds for payments thereof; and that
said claims or demands are accurate and that funds are
available for payments thereof.
This is to certify that the claims or demands
covered by the above listed warrants have been
audited by the City Council of the City of Vernon
and that all of said warrants are approved for pay-
ments
Scott A. Williams
Director of Finance / City Treasurer
DATE
DATE
Date:5/10/2023
Page 1 of 1 Payroll Warrant Register Memo April 2023 : Warrant
..
..
Item 8 Page 2 of 3
Payrolls reported for the month of April
03/12/2023 - 03/25/2023, Paydate 04/06/2023
03/23/2023 - 03/23/2023, Paydate 04/06/2023 (SP862)
03/26/2023 - 04/08/2023, Paydate 04/20/2023
03/31/2023 - 03/31/2023, Paydate 04/20/2023 (SP863)
Payment
Method Date Payment Description Amount
ACH
ACH
ACH
ACH
ACH
ACH
04/06/23
04/06/23
04/06/23
04/20/23
04/20/23
04/20/23
Net payroll, checks
Net payroll, direct deposits
Payroll taxes
Net payroll, checks
Net payroll, direct deposits
Payroll taxes
9,273.49
696,216.77
177,090.25
7,176.03
698,245.01
179,050.16
Total net payroll and payroll taxes 1,767,051.71
14875
14874
14873
14878
14879
14887
14888
14889
14890
14891
14892
14893
14894
14882
14881
14880
14885
14886
04/06/23
04/07/23
04/07/23
04/06/23
04/06/23
04/14/23
04/14/23
04/14/23
04/14/23
04/19/23
04/19/23
04/18/23
04/19/23
04/20/23
04/24/23
04/24/23
04/21/23
04/20/23
Mission Square
IBEW Dues
Vernon Police Officers' Benefit Association
CalPERS
California State Disbursement Unit
Blue Shield of California (active)
Blue Shield of California (retiree)
Blue Shield of California (cobra)
Metlife - Group Benefits
EyeMed
AFLAC
Mutual of Omaha
Colonial
Mission Square
Teamsters Local 911
Vernon Police Officers' Benefit Association
CalPERS
28,554.65
4,267.73
2,292.16
212,322.79
41.53
273,195.28
107,564.72
2,092.52
27,216.86
3,923.33
11,949.39
13,313.66
6,850.41
28,074.78
2,717.00
2,292.16
214,486.76
41.53California State Disbursement Unit
Payroll related disbursements, paid through
Operating bank account 941,197.26
Total net payroll, taxes, and related disbursements $ 2,708,248.97
Page 1 of 1
..
..
Item 8 Page 3 of 3
City Council Agenda Report
Meeting Date:May 16, 2023
From:Carlos Fandino, City Administrator
Department:City Administration
Submitted by:Diana Figueroa, Administrative Analyst
Subject
Fire Department Activity Report
Recommendation
Receive and file the March 2023 Fire Department Activity Report.
Background
Attached is a copy of a Fire Department Activity Report which covers the period of March 1
through March 31, 2023. 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 – March 2023
..
..
Item 9 Page 1 of 12
1
COUNTY OF LOS ANGELES FIRE DEPARTMENT
CITY OF VERNON STATISTICS
MARCH 2023
..
..
Item 9 Page 2 of 12
2
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)
Basic
Primary
Station
Name
(FD1.4)
Basic Incident
Address
Favorite
Address Postal
Code (FD1.78)
Basic Person
Involved
Postal Code
(FD3.18)
Basic Incident City Name (FD1.16): VERNON
CAD Basic Incident Postal Code: 90058
Basic Incident Postal Code (FD1.19): 90058
03/19/2023 LAC23093758 East 26TH Street
and MINERVA ST
VERNON CA
90058
151 - Outside
rubbish, trash or
waste fire
LAC052
LAC23093809 2525 East 27TH
Street VERNON
CA 90058
154 - Dumpster or
other outside trash
receptacle fire
500 500 LAC052
03/28/2023 LAC23104695 South ALCOA
Avenue and E
LEONIS BLVD
VERNON CA
90058
131 - Passenger
vehicle fire
LAC013
Count: 3
TRANSPORTS:
Disposition Incident Patient Disposition (eDisposition.12) Number of Incidents
(ALS) Patient Treated, Transported 13
Canceled (Prior to Arrival At Scene) 5
Canceled on Scene (FD Not Needed) 10
Canceled on Scene (Unable to Locate Patient) 5
Care Transferred to BLS 44
Dead Prior to Arrival (814 Sxn I) (DOA) 1
Patient Refusal (AMA) - (No Transport) 12
CITY OF VERNON STATISTICS MARCH 2023 INCIDENT SUMMARY
..
..
Item 9 Page 3 of 12
3
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): 1 - Fire
RUB 151 - Outside rubbish, trash or waste fire 1
RUB 154 - Dumpster or other outside trash receptacle fire 1 $500
VEH 131 - Passenger vehicle fire 1
Total: 3 Total: $500 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 300 - Rescue, EMS incident, other 1
ARREST 300 - Rescue, EMS incident, other 1
ARREST 321 - EMS call, excluding vehicle accident with injury 1
ASSLTA 321 - EMS call, excluding vehicle accident with injury 1
ASSLTB 321 - EMS call, excluding vehicle accident with injury 1
BEHAVB 321 - EMS call, excluding vehicle accident with injury 2
BITEA 321 - EMS call, excluding vehicle accident with injury 1
BLEEDA 321 - EMS call, excluding vehicle accident with injury 1
CP 321 - EMS call, excluding vehicle accident with injury 1
DB 321 - EMS call, excluding vehicle accident with injury 3
DIAA 321 - EMS call, excluding vehicle accident with injury 2
EMS 321 - EMS call, excluding vehicle accident with injury 7
INJA 321 - EMS call, excluding vehicle accident with injury 8
OD 321 - EMS call, excluding vehicle accident with injury 1
SICKA 321 - EMS call, excluding vehicle accident with injury 7
TCA 321 - EMS call, excluding vehicle accident with injury 2
TCA 322 - Motor vehicle accident with injuries 1
TCB 321 - EMS call, excluding vehicle accident with injury 1
TCB 322 - Motor vehicle accident with injuries 2
TCP 321 - EMS call, excluding vehicle accident with injury 2
TRAP 321 - EMS call, excluding vehicle accident with injury 1
UNC 321 - EMS call, excluding vehicle accident with injury 6
WATER 363 - Swift water rescue 1
Total: 55 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 4 - Hazardous Condition (No Fire)
SPILL 411 - Gasoline or other flammable liquid spill 1
WIRES 444 - Power line down 1
CITY OF VERNON STATISTICS MARCH 2023 INCIDENT SUMMARY
..
..
Item 9 Page 4 of 12
4
Cad Initial Cad Incident Type Description Basic Incident Type Code And Description (FD1.21) Number of incidents Property Loss Content Loss Acres Burned
Total: 2 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 5 - Service Call
ALRWF 521 - Water evacuation 1
INVO 520 - Water problem, other 1
PA 542 - Animal rescue 1
PA 552 - Police matter 1
SICKA 500 - Service call, other 1
Total: 5 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 6 - Good Intent Call
ALRA 600 - Good intent call, other 2
ALRA 611 - Dispatched and cancelled en route 4
ALRWF 600 - Good intent call, other 5
ALRWF 611 - Dispatched and cancelled en route 4
EMS 600 - Good intent call, other 1
HYD 611 - Dispatched and cancelled en route 2
MISC1 600 - Good intent call, other 1
MISC1 611 - Dispatched and cancelled en route 1
MISC1 651 - Smoke scare, odor of smoke 1
RUB 600 - Good intent call, other 1
SICKA 611 - Dispatched and cancelled en route 1
TCB 600 - Good intent call, other 1
TCB 611 - Dispatched and cancelled en route 3
WIRES 611 - Dispatched and cancelled en route 1
Total: 28 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 7 - False Alarm & False Call
ALRA 743 - Smoke detector activation, no fire - unintentional 1
ALRA 744 - Detector activation, no fire - unintentional 1
ALRWF 735 - Alarm system sounded due to malfunction 2
ALRWF 745 - Alarm system activation, no fire - unintentional 1
INVI 700 - False alarm or false call, other 1
Total: 6 Total: $0 Total: 0 Total: 0
Basic Incident Type Category (FD1.21): 9 - Special Incident Type
INVO 911 - Citizen complaint 1
Total: 1 Total: $0 Total: 0 Total: 0
Total: 100 Total: $500 Total: 0 Total: 0
CITY OF VERNON STATISTICS MARCH 2023 INCIDENT SUMMARY
..
..
Item 9 Page 5 of 12
5
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)
03/01/23 LAC23073035 ALRA 611 - Dispatched and
cancelled en route
3163 East VERNON
Avenue VERNON CA
90058
3163 East VERNON
Avenue
03/02/23 LAC23073178 EMS 321 - EMS call,
excluding vehicle
accident with injury
2500 South ALAMEDA
Street VERNON CA 90058
2500 South
ALAMEDA Street
E52
03/02/23 LAC23073253 TCB 611 - Dispatched and
cancelled en route
East 49TH Street and
CORONA AV VERNON CA
90058
East 49TH Street and
CORONA AV
E13
03/02/23 LAC23073537 ARREST 321 - EMS call,
excluding vehicle
accident with injury
4383 East EXCHANGE
Avenue VERNON CA
90058
4383 East
EXCHANGE Avenue
S13
03/02/23 LAC23073657 SICKA 321 - EMS call,
excluding vehicle
accident with injury
3616 South SOTO Street
VERNON CA 90058
3616 South SOTO
Street
E164
03/02/23 LAC23073684 TRAP 321 - EMS call,
excluding vehicle
accident with injury
4800 South SANTA FE
Avenue VERNON CA
90058
4800 South SANTA
FE Avenue
E52
03/02/23 LAC23073766 EMS 321 - EMS call,
excluding vehicle
accident with injury
NA East VERNON Avenue
and S SANTA FE AV
VERNON CA 90058
NA East VERNON
Avenue and S SANTA
FE AV
S13
03/02/23 LAC23073787 TCB 322 - Motor vehicle
accident with injuries
NA South SOTO Street and
BANDINI BLVD VERNON
CA 90058
NA South SOTO
Street and BANDINI
BLVD
E52
03/02/23 LAC23073927 INJA 321 - EMS call,
excluding vehicle
accident with injury
3359 East 50TH Street
VERNON CA 90058
3359 East 50TH
Street
S13
03/03/23 LAC23074489 ALRWF 745 - Alarm system
activation, no fire -
unintentional
2901 FRUITLAND Avenue
VERNON CA 90058
2901 FRUITLAND
Avenue
E13
03/03/23 LAC23074586 SICKA 321 - EMS call,
excluding vehicle
accident with injury
4754 East 49TH Street
VERNON CA 90058
4754 East 49TH
Street
E13
03/03/23 LAC23074599 ASSLTB 321 - EMS call,
excluding vehicle
accident with injury
5500 South SANTA FE
Avenue VERNON CA
90058
5500 South SANTA
FE Avenue
E52
03/03/23 LAC23074982 EMS 321 - EMS call,
excluding vehicle
accident with injury
4825 South SOTO Street
VERNON CA 90058
4825 South SOTO
Street
E52
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 6 of 12
6
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)
03/03/23 LAC23075224 BLEEDA 321 - EMS call,
excluding vehicle
accident with injury
4580 South PACIFIC
Boulevard VERNON CA
90058
4580 South PACIFIC
Boulevard
E52
03/04/23 LAC23075677 TCA 321 - EMS call,
excluding vehicle
accident with injury
2700 South SANTA FE
Avenue VERNON CA
90058
2700 South SANTA
FE Avenue
E52
03/04/23 LAC23076660 UNC 321 - EMS call,
excluding vehicle
accident with injury
South PACIFIC Boulevard
and S SANTA FE AV
VERNON CA 90058
South PACIFIC
Boulevard and S
SANTA FE AV
E52
03/05/23 LAC23076875 ALRWF 735 - Alarm system
sounded due to
malfunction
3163 East VERNON
Avenue VERNON CA
90058
3163 East VERNON
Avenue
E52
03/05/23 LAC23076957 HYD 611 - Dispatched and
cancelled en route
East 51ST Street and S
ALAMEDA ST VERNON
CA 90058
East 51ST Street and
S ALAMEDA ST
03/05/23 LAC23077766 EMS 600 - Good intent call,
other
East VERNON Avenue and
S SANTA FE AV VERNON
CA 90058
East VERNON
Avenue and S SANTA
FE AV
E52
03/06/23 LAC23077992 DIAA 321 - EMS call,
excluding vehicle
accident with injury
4460 South PACIFIC
Boulevard VERNON CA
90058
4460 South PACIFIC
Boulevard
E52
03/07/23 LAC23079279 OD 321 - EMS call,
excluding vehicle
accident with injury
South SOTO Street and E
VERNON AV VERNON CA
90058
South SOTO Street
and E VERNON AV
E52
03/07/23 LAC23079624 TCB 611 - Dispatched and
cancelled en route
South SOTO Street and E
50TH ST VERNON CA
90058
South SOTO Street
and E 50TH ST
E52
03/07/23 LAC23079651 911 321 - EMS call,
excluding vehicle
accident with injury
2522 East 37TH Street
VERNON CA 90058
2522 East 37TH
Street
E52
03/07/23 LAC23080121 DIAA 321 - EMS call,
excluding vehicle
accident with injury
4305 South SANTA FE
Avenue VERNON CA
90058
4305 South SANTA
FE Avenue
S13
03/08/23 LAC23080499 ASSLTA 321 - EMS call,
excluding vehicle
accident with injury
2164 25TH Street
VERNON CA 90058
2164 25TH Street E52
03/08/23 LAC23080604 DB 321 - EMS call,
excluding vehicle
accident with injury
4215 East EXCHANGE
Avenue VERNON CA
90058
4215 East
EXCHANGE Avenue
S13
03/08/23 LAC23080879 CP 321 - EMS call,
excluding vehicle
accident with injury
2150 East 37TH Street
VERNON CA 90058
2150 East 37TH
Street
S13
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 7 of 12
7
Alarm
Date Time
Basic Incident
Number (FD1)
Cad Initial Cad
Incident Type
Description
Incident Type Address Basic Incident Full
Street Address
Basic First
Arrived At Scene
Apparatus ID
Basic
Property
Losses
(FD1.35)
Basic
Content
Losses
(FD1.36)
03/09/23 LAC23081788 MISC1 651 - Smoke scare,
odor of smoke
South ALAMEDA Street
and 25TH ST VERNON CA
90058
South ALAMEDA
Street and 25TH ST
E52
03/09/23 LAC23081845 ALRA 743 - Smoke detector
activation, no fire -
unintentional
2528 South SANTA FE
Avenue VERNON CA
90058
2528 South SANTA
FE Avenue
E52
03/09/23 LAC23081956 INVO 911 - Citizen complaint South DOWNEY Road and
E VERNON AV VERNON
CO CA 90058
South DOWNEY
Road and E VERNON
AV
E13
03/09/23 LAC23082151 DB 321 - EMS call,
excluding vehicle
accident with injury
3015 East LEONIS
Boulevard VERNON CA
90058
3015 East LEONIS
Boulevard
S13
03/09/23 LAC23082636 EMS 321 - EMS call,
excluding vehicle
accident with injury
4925 South BOYLE
Avenue VERNON CA
90058
4925 South BOYLE
Avenue
E13
03/10/23 LAC23082997 TCP 321 - EMS call,
excluding vehicle
accident with injury
4800 South SANTA FE
Avenue VERNON CA
90058
4800 South SANTA
FE Avenue
E52
03/10/23 LAC23083077 INJA 321 - EMS call,
excluding vehicle
accident with injury
2369 East 51ST Street
VERNON CA 90058
2369 East 51ST
Street
E52
03/10/23 LAC23083124 INJA 321 - EMS call,
excluding vehicle
accident with injury
4401 South DOWNEY
Road VERNON CA 90058
4401 South DOWNEY
Road
S13
03/10/23 LAC23083350 UNC 321 - EMS call,
excluding vehicle
accident with injury
2611 South SANTA FE
Avenue VERNON CA
90058
2611 South SANTA
FE Avenue
E52
03/10/23 LAC23083435 WIRES 444 - Power line down 5704 South SANTA FE
Avenue VERNON CA
90058
5704 South SANTA
FE Avenue
E52
03/10/23 LAC23083655 UNC 321 - EMS call,
excluding vehicle
accident with injury
2550 South ALAMEDA
Street VERNON CA 90058
2550 South
ALAMEDA Street
E52
03/11/23 LAC23084581 TCB 321 - EMS call,
excluding vehicle
accident with injury
East 27TH Street and S
SANTA FE AV VERNON
CA 90058
East 27TH Street and
S SANTA FE AV
E52
03/12/23 LAC23085162 TCB 322 - Motor vehicle
accident with injuries
FRUITLAND Avenue and S
SOTO ST VERNON CA
90058
FRUITLAND Avenue
and S SOTO ST
03/12/23 LAC23085996 ALRWF 600 - Good intent call,
other
3163 East VERNON
Avenue VERNON CA
90058
3163 East VERNON
Avenue
E52
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 8 of 12
8
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)
03/13/23 LAC23086448 SPILL 411 - Gasoline or
other flammable liquid
spill
East LEONIS Boulevard
and SEVILLE AV VERNON
CA 90058
East LEONIS
Boulevard and
SEVILLE AV
E52
03/13/23 LAC23086523 SICKA 321 - EMS call,
excluding vehicle
accident with injury
2801 East VERNON
Avenue VERNON CA
90058
2801 East VERNON
Avenue
E52
03/13/23 LAC23086530 WIRES 611 - Dispatched and
cancelled en route
4720 DISTRICT Boulevard
VERNON CA 90058
4720 DISTRICT
Boulevard
03/13/23 LAC23086678 PA 542 - Animal rescue BANDINI Boulevard and S
SOTO ST VERNON CA
90058
BANDINI Boulevard
and S SOTO ST
E52
03/13/23 LAC23087155 ALRWF 735 - Alarm system
sounded due to
malfunction
2465 FRUITLAND Avenue
VERNON CA 90058
2465 FRUITLAND
Avenue
E52
03/14/23 LAC23087551 ALRWF 611 - Dispatched and
cancelled en route
2345 East 37TH Street
VERNON CA 90058
2345 East 37TH
Street
03/14/23 LAC23087921 SICKA 321 - EMS call,
excluding vehicle
accident with injury
3375 FRUITLAND Avenue
VERNON CA 90058
3375 FRUITLAND
Avenue
E13
03/14/23 LAC23087934 PA 552 - Police matter East 52ND Street and S
SANTA FE AV VERNON
CA 90058
East 52ND Street and
S SANTA FE AV
E164
03/14/23 LAC23087987 INJA 321 - EMS call,
excluding vehicle
accident with injury
2950 East VERNON
Avenue VERNON CA
90058
2950 East VERNON
Avenue
S13
03/14/23 LAC23088020 ALRWF 611 - Dispatched and
cancelled en route
4425 East 49TH Street
VERNON CA 90058
4425 East 49TH
Street
E13
03/14/23 LAC23088033 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
East 55TH Street and S
SANTA FE AV VERNON
CA 90058
East 55TH Street and
S SANTA FE AV
E52
03/15/23 LAC23089221 ALRWF 600 - Good intent call,
other
2015 East 48TH Street
VERNON CA 90058
2015 East 48TH
Street
E52
03/15/23 LAC23089307 DB 321 - EMS call,
excluding vehicle
accident with injury
4920 South SOTO Street
VERNON CA 90058
4920 South SOTO
Street
S13
03/15/23 LAC23089924 ALRA 611 - Dispatched and
cancelled en route
3163 East VERNON
Avenue VERNON CA
90058
3163 East VERNON
Avenue
03/16/23 LAC23090105 INVO 520 - Water problem,
other
5008 South BOYLE
Avenue VERNON CA
90058
5008 South BOYLE
Avenue
E13
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 9 of 12
9
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)
03/16/23 LAC23091166 EMS 321 - EMS call,
excluding vehicle
accident with injury
DISTRICT Boulevard and
EVERETT AV VERNON
CA 90058
DISTRICT Boulevard
and EVERETT AV
S13
03/17/23 LAC23091793 TCA 322 - Motor vehicle
accident with injuries
1 FRUITLAND Avenue and
S DOWNEY RD VERNON
CA 90058
1 FRUITLAND
Avenue and S
DOWNEY RD
E13
03/18/23 LAC23092865 ALRA 744 - Detector
activation, no fire -
unintentional
2300 East VERNON
Avenue VERNON CA
90058
2300 East VERNON
Avenue
E52
03/18/23 LAC23093608 MISC1 600 - Good intent call,
other
South SANTA FE Avenue
and E 26TH ST VERNON
CA 90058
South SANTA FE
Avenue and E 26TH
ST
E52
03/19/23 LAC23093758 RUB 151 - Outside rubbish,
trash or waste fire
East 26TH Street and
MINERVA ST VERNON
CA 90058
East 26TH Street and
MINERVA ST
E52
03/19/23 LAC23093809 RUB 154 - Dumpster or
other outside trash
receptacle fire
2525 East 27TH Street
VERNON CA 90058
2525 East 27TH
Street
E52 500
03/20/23 LAC23094753 INJA 321 - EMS call,
excluding vehicle
accident with injury
2658 East VERNON
Avenue VERNON CA
90058
2658 East VERNON
Avenue
E52
03/20/23 LAC23094801 INJA 321 - EMS call,
excluding vehicle
accident with injury
4401 South DOWNEY
Road VERNON CA 90058
4401 South DOWNEY
Road
E13
03/20/23 LAC23095548 RUB 600 - Good intent call,
other
3000 South SANTA FE
Avenue VERNON CA
90058
3000 South SANTA
FE Avenue
E52
03/20/23 LAC23095745 SICKA 321 - EMS call,
excluding vehicle
accident with injury
3615 East VERNON
Avenue VERNON CA
90058
3615 East VERNON
Avenue
S164
03/21/23 LAC23096093 HYD 611 - Dispatched and
cancelled en route
3817 South SANTA FE
Avenue VERNON CA
90058
3817 South SANTA
FE Avenue
03/21/23 LAC23096190 SICKA 611 - Dispatched and
cancelled en route
3345 East SLAUSON
Avenue VERNON CA
90058
3345 East SLAUSON
Avenue
E13
03/21/23 LAC23096329 ALRWF 611 - Dispatched and
cancelled en route
3049 East VERNON
Avenue VERNON CA
90058
3049 East VERNON
Avenue
E52
03/21/23 LAC23097038 ALRWF 600 - Good intent call,
other
5151 South ALCOA
Avenue VERNON CA
90058
5151 South ALCOA
Avenue
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 10 of 12
10
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)
03/22/23 LAC23097187 ALRA 600 - Good intent call,
other
6170 South BOYLE
Avenue VERNON CA
90058
6170 South BOYLE
Avenue
E13
03/22/23 LAC23097318 ALRWF 611 - Dispatched and
cancelled en route
2761 FRUITLAND Avenue
VERNON CA 90058
2761 FRUITLAND
Avenue
E52
03/22/23 LAC23097705 ALRA 611 - Dispatched and
cancelled en route
4950 East 49TH Street
VERNON CA 90058
4950 East 49TH
Street
E163
03/22/23 LAC23097710 MISC1 611 - Dispatched and
cancelled en route
BANDINI Boulevard and S
SOTO ST VERNON CA
90058
BANDINI Boulevard
and S SOTO ST
E52
03/22/23 LAC23098127 SICKA 321 - EMS call,
excluding vehicle
accident with injury
3737 South SOTO Street
VERNON CA 90058
3737 South SOTO
Street
E52
03/22/23 LAC23098209 UNC 321 - EMS call,
excluding vehicle
accident with injury
Vernon East VERNON
Avenue and S SANTA FE
AV VERNON CA 90058
Vernon East
VERNON Avenue and
S SANTA FE AV
S13
03/23/23 LAC23099313 ALRWF 600 - Good intent call,
other
4353 East EXCHANGE AV
#4 VERNON CA 90058
4353 East
EXCHANGE AV #4
03/24/23 LAC23099662 INJA 321 - EMS call,
excluding vehicle
accident with injury
2410 East 38TH Street
VERNON CA 90058
2410 East 38TH
Street
E52
03/24/23 LAC23099718 INJA 321 - EMS call,
excluding vehicle
accident with injury
5655 South SANTA FE
Avenue VERNON CA
90058
5655 South SANTA
FE Avenue
E52
03/26/23 LAC23102082 ALRA 600 - Good intent call,
other
4401 South DOWNEY
Road VERNON CA 90058
4401 South DOWNEY
Road
E13
03/26/23 LAC23102156 ALRWF 521 - Water
evacuation
4768 South ALAMEDA
Street VERNON CA 90058
4768 South
ALAMEDA Street
E13
03/27/23 LAC23103422 EMS 321 - EMS call,
excluding vehicle
accident with injury
2929 South SANTA FE
Avenue VERNON CA
90058
2929 South SANTA
FE Avenue
E52
03/27/23 LAC23103708 TCA 321 - EMS call,
excluding vehicle
accident with injury
South ALAMEDA Street
and E 55TH ST VERNON
CA 90058
South ALAMEDA
Street and E 55TH ST
S164
03/28/23 LAC23104389 ALRA 611 - Dispatched and
cancelled en route
2750 East 37TH Street
VERNON CA 90058
2750 East 37TH
Street
03/28/23 LAC23104398 UNC 321 - EMS call,
excluding vehicle
accident with injury
1 South BOYLE Avenue
and E LEONIS BLVD
VERNON CA 90058
1 South BOYLE
Avenue and E
LEONIS BLVD
S13
03/28/23 LAC23104589 SICKA 500 - Service call,
other
2639 East LEONIS
Boulevard VERNON CA
90058
2639 East LEONIS
Boulevard
E52
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 11 of 12
11
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)
03/28/23 LAC23104669 TCP 321 - EMS call,
excluding vehicle
accident with injury
2419 East 28TH Street
VERNON CA 90058
2419 East 28TH
Street
S164
03/28/23 LAC23104695 VEH 131 - Passenger
vehicle fire
South ALCOA Avenue and
E LEONIS BLVD VERNON
CA 90058
South ALCOA Avenue
and E LEONIS BLVD
E13
03/28/23 LAC23104732 SICKA 321 - EMS call,
excluding vehicle
accident with injury
4401 South DOWNEY
Road VERNON CA 90058
4401 South DOWNEY
Road
S13
03/28/23 LAC23104809 EMS 321 - EMS call,
excluding vehicle
accident with injury
4754 East 49TH Street
VERNON CA 90058
4754 East 49TH
Street
S13
03/29/23 LAC23105517 BITEA 321 - EMS call,
excluding vehicle
accident with injury
4801 South PACIFIC
Boulevard VERNON CA
90058
4801 South PACIFIC
Boulevard
E52
03/29/23 LAC23105608 INVI 700 - False alarm or
false call, other
4305 South SANTA FE
Avenue VERNON CA
90058
4305 South SANTA
FE Avenue
E52
03/29/23 LAC23105885 WATER 363 - Swift water
rescue
LOS ANGELES River and
BANDINI BLVD VERNON
CA 90058
LOS ANGELES River
and BANDINI BLVD
E52
03/29/23 LAC23106007 ARREST 300 - Rescue, EMS
incident, other
4825 DISTRICT Boulevard
VERNON CA 90058
4825 DISTRICT
Boulevard
S13
03/29/23 LAC23106079 ABDA 300 - Rescue, EMS
incident, other
5353 South DOWNEY
Road VERNON CA 90058
5353 South DOWNEY
Road
S13
03/30/23 LAC23106747 ALRWF 600 - Good intent call,
other
5383 South ALCOA
Avenue VERNON CA
90058
5383 South ALCOA
Avenue
E13
03/30/23 LAC23107366 TCB 600 - Good intent call,
other
DISTRICT Boulevard and E
49TH ST VERNON CA
90058
DISTRICT Boulevard
and E 49TH ST
E163
03/30/23 LAC23107480 TCB 611 - Dispatched and
cancelled en route
South SANTA FE Avenue
and S PACIFIC BLVD
VERNON CA 90058
South SANTA FE
Avenue and S
PACIFIC BLVD
03/30/23 LAC23107555 BEHAVB 321 - EMS call,
excluding vehicle
accident with injury
25 25TH Street and S
ALAMEDA ST VERNON
CA 90058
25 25TH Street and S
ALAMEDA ST
E52
03/31/23 LAC23107859 UNC 321 - EMS call,
excluding vehicle
accident with injury
4383 East EXCHANGE
Avenue VERNON CA
90058
4383 East
EXCHANGE Avenue
E13
Count: 100
CITY OF VERNON STATISTICS MARCH 2023 CITY DETAILS
..
..
Item 9 Page 12 of 12
2
1
9
City Council Agenda Report
Meeting Date:May 16, 2023
From:Robert Sousa, Chief of Police
Department:Police
Submitted by:Donna Aggers, Records Manager
Subject
Police Department Activity Report
Recommendation
Receive and file the March 2023 Police 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 Department Activity Report – March 2023
..
..
Item 10 Page 1 of 54
VERNON POLICE DEPARTMENT
Department Activity Report
First Date: 03/01/2023
Jurisdiction: VERNON Last Date: 03/31/2023
Department Complaint
Description
All Units Primary Unit
Type
VPD
10-6 OFFICER IS 10-6 C7,961,962,10-10, WASH, EQUIPM
10-96 CHARLES (CITY HALL SECURITY CHECK)
PICK UP THE JAIL PAPER WORK FROM HP JAIL &
SUPPLEMENTAL REPORT
197
3
189
310-96C
1096H & AR
140
11
10
2
11
7
166R
20001R
20002
20002R
211R
23110BR
245
COURT ORDER VIOLATION REPORT
INJURY HIT AND RUN REPORT
NON-INJURY HIT AND RUN
NON-INJURY HIT AND RUN REPORT
ROBBERY REPORT
1
1 1
15
15
4
8
10
1
FELONY MISSILE THROWING AT A VEHICLE REPO
ASSAULT WITH A DEADLY WEAPON
ASSAULT WITH A DEADLY WEAPON REPORT
INDECENT EXPOSURE
1 1
2 1
245R
314
2 2
2 1
415 DISTURBING THE PEACE 39
1
15
1415R
417R
422
DISTURBING THE PEACE REPORT
BRANDISHING A WEAPON REPORT
TERRORIST THREATS
1 1
4 2
422R
459
TERRORIST THREATS REPORT
BURGLARY
3 2
10
314
16
13
7
3
459A
459R
459VR
476R
484R
487
AUDIBLE BURGLARY ALARM
BURGLARY REPORT
160
7
BURGLARY TO A VEHICLE REPORT
FRAUD REPORT
8
6
PETTY THEFT REPORT 12
9
7
GRAND THEFT 2
487R
586
GRAND THEFT REPORT 22
136
10
13
14
65
7
12
128
9
PARKING PROBLEM
586E
594
PARKING ENFORCEMENT
VANDALISM 5
594R
602
VANDALISM REPORT 8
TRESPASS 25
2602R
647F
901
TRESPASS REPORT
DRUNK IN PUBLIC 11
7
5
UNKNOWN INJURY TRAFFIC COLLISION
INJURY TRAFFIC COLLISION
INJURY TRAFFIC COLLISION REPORT
NON-INJURY TRAFFIC COLLISION
NON-INJURY TRAFFIC COLLISION REPORT
TRAFFIC CONTROL
3
901T
901TR
902T
902TR
909C
909E
909T
911
15
20
89
10
5
6
7
45
4
1
TRAFFIC ENFORCEMENT 3 2
TRAFFIC HAZARD 5 4
911 MISUSE / HANGUP 4 2
911A
911NR
917A
920PR
925
CONTACT THE REPORTING PARTY
911 CALL NO RESPONSE REQUIRED
ABANDONED VEHICLE
33
3
22
2
8 6
LOST PROPERTY REPORT
SUSPICIOUS CIRCUMSTANCES
10
85
4
32
04/01/2023 05:27:22 Page 1 of 3
..
..
Item 10 Page 2 of 54
VERNON POLICE DEPARTMENT
Department Activity Report
First Date: 03/01/2023
Jurisdiction: VERNON Last Date: 03/31/2023
Department Complaint
Description
All Units Primary Unit
Type
VPD
927 UNKNOWN TROUBLE 5
6
2
1A187ATTEMPT MURDER
A459 ATTEMPT BURGLARY 8 2
A484 ATTEMPT PETTY THEFT
ATTEMPT GRAND THEFT REPORT
ATTEMPT GRAND THEFT AUTO
ATTEMPT GRAND THEFT AUTO REPORT
ASSIST FIRE DEPARTMENT
BROKEN SIGNAL OR LIGHT
BROKEN DOWN VEHICLE
CITATION CHECK
2 1
A487R
AGTA
1 1
1 1
AGTAR
ASSISTFD
BOSIG
BOVEH
CITCK
CODE5
COP
1 1
36
20
33
5
18
11
26
4
SURVEILLANCE/STAKE-OUT
COP DETAIL
3 2
7 7
DET DETECTIVE INVESTIGATION
DETAIL
28
12
13
19
1
13
9DETAIL
DOA DEAD ON ARRIVAL 1
DPTAST
DUI CKPT
DUITRAFFIC
FILING
FOUND
FU
DEPARTMENTAL ASSIST
DUI CHECK POINT
12
1
DUI CHECK POINT TRAFFIC
OFFICER IS 10-6 REPORT WRITING
FOUND PROPERTY REPORT
FOLLOW UP
14
93
3
13
92
3
14
21
14
2
8
GTAR GRAND THEFT AUTO REPORT
HAILED BY A CITIZEN
12
9HBC
ID THEFT RPT IDENTITY THEFT REPORT 1
ILLDPG
KTP
ILLEGAL DUMPING
KEEP THE PEACE
LOJACK HIT
3 2
2 2
LOJACK
LPR
3 3
LICENSE PLATE READER
MISSING PERSON REPORT
MISC REPORT
2 2
MISPR
MR60
1 1
5 2
PANIC ALARM PANIC ALARM/DURESS ALARM 12
18
349
38
1
4
PAPD PUBLIC ASSIST-POLICE 11
303
20
1
PATCK
PEDCK
PLATE
PRSTRAN
REC
PATROL CHECK
PEDESTRIAN CHECK
LOST OR STOLEN PLATES REPORT
PRISONER TRANSPORTED
RECOVERED STOLEN VEHICLE IN THE FIELD
21
31
3
15
12
2RECKLESS DR RECKLESS DRIVING (23103)
REPO REPOSSESSION 1 1
REPORTS
ROADRAGE
RR
RECORDS AND CHIEFS REPORTS
ROAD RAGE
1 1
2 1
RAIL ROAD PROBLEM 8 4
SPEEDTRAILE TO BE USED WHEN THE TRAILERS ARE DEPLOYE
SRMET SRMET DETAIL
TRAFFIC STOP TRAFFIC STOP
TRAINING TRAINING TEST CALL
35
22
388
5
23
19
283
3
04/01/2023 05:27:22 Page 2 of 3
..
..
Item 10 Page 3 of 54
VERNON POLICE DEPARTMENT
Department Activity Report
First Date: 03/01/2023
Jurisdiction: VERNON Last Date: 03/31/2023
Department Complaint
Description
All Units Primary Unit
Type
VPD
UNATTACHED UNATTACHED TRAILER
VCK VEHICLE CHECK
VEH RELEASE VEHICLE RELEASE
6
143
11
9
3
114
9
VMCVIO
WELCK
VERNON MUNICIPAL CODE VIOLATION
WELFARE CHECK
4
53 21
Department:
Overall:
2804 1901
19012804
04/01/2023 05:27:22 Page 3 of 3
..
..
Item 10 Page 4 of 54
VERNON POLICE DEPARTMENT
Police Activity Report
Period Ending: 3/31/23
TRAFFIC COLLISIONS
TOTAL
NON-INJURY
INJURY
Persons Injured
Pedestrian
NO.
36
24
12
14
1
PROPERTY RECOVERED
VEHICLES: $ 571,750.00
Fatalities 0
City Property Damage
Hit & Run (Felony)
Hit & Run (Misdemeanor)
0
1
7
VEHICLES STORED
Unlicensed Driver/Impounded Vehicle
Unattached Trailer
PROPERTY RECOVERED FOR
OTHER DEPARTMENTS
VEHICLES: $ 175,000.00
18
0
Abandoned/Stored Vehicle
Traffic Hazard
9
0
CITATIONS
Citations Iss (Prisoner Release)
Citations Iss (Other Violations)
Parking
31
0
137
Hazardous
Non-Hazardous
89
42
Citations Iss (Moving)
Citations Iss (Total)
131
268
CASES CLEARED BY ARREST
AR23-058
AR23-059
AR23-060
AR23-061
AR23-062
AR23-064
AR23-065
AR23-066
AR23-067
AR23-071
AR23-072
AR23-073
AR23-074
AR23-076
CR23-0310 10851(A) VC
CR23-0311 10851(A) VC
CR23-0311 10851(A) VC
CR23-0321 21310 PC
CR23-0322 602 PC
CR23-0360 11364 HS
CR23-0366 487 PC
CR23-0370 594 PC
CR23-0370 594 PC
CR23-0384 594 PC
CR23-0386 459 PC
CR23-0386 459 PC
AR23-078 CR23-0394 11377(A) HS
CR23-0394 11364(A) HS
CR23-0395 487 PC
CR23-0395 487 PC
CR23-0398 459 PC
CR23-0399 594(A) PC
CR23-0400 11377(A) HS
CR23-0403 20002 VC
CR23-0419 10851(A) VC
CR23-0421 14601.2(A) VC
CR23-0426 14601.2(A) VC
AR23-079
AR23-080
AR23-081
AR23-082
AR23-083
AR23-084
AR23-085
AR23-086
AR23-087
AR23-088
AR23-091
AR23-092
CR23-435 14601.2(A) VC
CR23-0387 23247(E) PC
CR23-0391 10851(A) VC
CR23-0455 487(A) PC..
..
Item 10 Page 5 of 54
VERNON POLICE DEPARTMENT
REPORT FOR PERSONS ARRESTED
PERIOD ENDING: 3/31/2023
ADULT FELONY ARRESTS AND DISPOSITIONS
MALE FEMALE TOTAL
ARSON
ASSAULT
BURGLARY (& ATTEMPTED)
CARRY LOADED FIREARM PERSON/VEH
CORPORAL INJURY ON SPOUSE/COHABITANT
DRIVING UNDER THE INFLUENCE w/ INJURY
EMBEZZLEMENT
2 1
1
FRAUD
GRAND THEFT: AUTO (& ATTEMPTED)
GRAND THEFT: PROPERTY (& ATTEMPTED)
HIT/RUN
5
3 1
PAROLE HOLD
POSSESSION OF STOLEN PROPERTY
RAPE
RESISTING/OBSTRUCTING
ROBBERY
SEXUAL BATTERY
VANDALISM
WARRANT (VERNON)1
WARRANT (OUTSIDE AGENCY)
WEAPONS
TOTAL FELONY ARRESTS 12 2 14
ADULT MISDEMEANOR ARRESTS AND DISPOSITIONS
MALE FEMALE TOTAL
ASSAULT
CARRY LOADED FIREARM PERSON/VEH
DISPLAY UNLAWFUL VEH REGISTRATION
DRIVING WITH SUSPENDED LICENSE
DRUNK IN PUBLIC
2
6
1
1
1DUI
FAIL TO SIGN CITATION
HIT/RUN
MAIL THEFT
MUNICIPAL CODE - DRINKING IN PUBLIC
OPERATE VEHICLE W/O INTERLOCK DEV
PETTY THEFT
1
POSSESSION OF NARCOTICS
POSSESSION OF PARAPHERNALIA
POSSESSION OF STOLEN PROPERTY
POSSESSION OF SUBT SIMILAR TO TOLUENE
RECKLESS DRIVING
2
2
RESISTING/OBSTRUCTING
SPEED CONTEST
THREATS
THROW SUBSTANCE AT VEHICLE
TRESPASSING
1
1
UNDETECTABLE FIREARM
VANDALISM 3 1
VEHICLE TAMPERING
VIOLATE COURT ORDER
WARRANT (OUTSIDE AGENCY)
WARRANT (VERNON)
WEAPONS
TOTAL MISD. ARRESTS 19 3 22
JUVENILES DETAINED --- FELONY AND MISDEMEANOR
MALE FEMALE TOTAL
BURGLARY
CARRY LOADED FIREARM IN PUBLIC
ROBBERY
VANDALISM
WARRANT
0
0
0
0
0
0TOTAL JUVENILES DET.0 0
TOTAL FELONY ARRESTS (ADULT) TO DATE:
TOTAL MISDEMEANOR ARRESTS (ADULT) TO DATE:
TOTAL JUVENILES DETAINED (FELONY AND MISDEMEANOR) TO DATE:
24
68
0
TOTAL ARRESTS AND DETAINED JUVENILES (FELONY AND MISDEMEANOR) TO DATE:0
..
..
Item 10 Page 6 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/01/2023
Jurisdiction: VERNON Last Date: 03/01/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304072
03/01/2023 07:39:13 VERNON SALES
2788 E VERNON AV, VERNON
VPD LANDA,RAFAEL *47W
RPT Department OCA Number
CR23-0295
RMS Juris
CA0197300459VRVPD
07:41:21 07:46:37 08:28:53
* Denotes Primary Unit
03/02/2023 06:02:40 Page 1 of 1
..
..
Item 10 Page 7 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/02/2023
Jurisdiction: VERNON Last Date: 03/02/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304126
03/02/2023 06:09:56
902T
AT&T MOBILITY 800 635 6840 4
E 49TH // CORONA AV, VERNON
RPT Department OCA Number
VPD
RMS Juris
CR23-0296 CA0197300
07:03:04
06:59:54
VPD ZOZAYA,OSCAR
VPD HERNANDEZ,EDW
*47E 06:10:47 06:10:49 06:22:29
06:18:4543
20230304149
03/02/2023 14:29:28
902TR
T-Mobile USA 888-662-4662 opt 4
E 37TH // SOTO, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300ORCR23-0297
VPD LANDA,RAFAEL
VPD CEDENO,RUTH
*47E 14:29:58
2P8
40 14:35:46
14:29:59
14:37:04
14:35:46
14:36:02
14:34:57
14:44:00
14:43:49
14:43:58
14:35:35
15:37:36
15:37:36
15:33:16
VPD GODOY,RAYMON
VPD NEWTON,TODD
VPD ESTRADA,IGNACI
14:55:45
15:33:1243W
S2
20230304151
03/02/2023 15:56:52
MISPR
RPT VERIZON WIRELESS 1-800-451-5242
FRUITLAND // CARMELITA, VERNON Department OCA Number
VPD CR23-0299
RMS Juris
CA0197300
VPD LANDA,RAFAEL *47E 16:02:08 16:14:03 17:27:07
20230304152
03/02/2023 16:29:04
MR60
RPT Department OCA Number
VPD
RMS Juris
CA0197300S BOYLE AV // SLAUSON AV, VERNON CR23-0298
VPD RECORDS BUREA *RECD 16:30:21 16:30:23
20230304155
03/02/2023 17:44:28
PATCK
RPT
FRUITLAND AV // GIFFORD AV, VERNON
VPD LUCAS,JASON
VPD GODOY,RAYMON
*5D31
40
17:44:28
17:49:09
17:49:20
17:44:33
17:48:42
17:48:48
00:03:08
00:03:09
18:56:32
21:36:49
20:50:03
18:43:11
20:50:08
VPD MACIEL,CYNTHIA
VPD SWINFORD,PHILL
VPD MADRIGAL,ALFON
VPD MANNINO,NICHOL
5D23
5D32
5D33
5D35
03/03/2023 06:59:01 Page 1 of 1
..
..
Item 10 Page 8 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/03/2023
Jurisdiction: VERNON Last Date: 03/03/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304189
03/03/2023 08:40:15
SRMET
RPT Department OCA Number
VPD
RMS Juris
CA01973004754 E 49TH, VERNON
VPD OURIQUE,CARLO *MET1
CR23-0300
08:40:15 13:23:02
20230304200
03/03/2023 10:50:17
FU
RXOSUP
5525 S SOTO, VERNON
VPD NEWTON,TODD *43E 10:50:55 10:50:56
12:08:00
12:18:08
11:04:17 11:31:37 11:39:25
12:44:39
20230304204
03/03/2023 11:41:19
A487R
EASY PAKRPT Department OCA Number RMS Juris
CA01973004889 LOMA VISTA AV, VERNON VPD CR23-0301
VPD NEWTON,TODD *43E 12:14:16
20230304205
03/03/2023 12:16:26
911A
GLEN ROSE MEAT
4561 LOMA VISTA AV, VERNON
RPT Department OCA Number RMS Juris
CA0197300VPDCR23-0302
VPD CERDA,EUGENIO *40W 12:54:10 14:15:28
20230304208
03/03/2023 13:34:16
LOCATE
SACRAMENTO PDVREC
1028 2ND ST, SACRAMENTO
20230304211
03/03/2023 14:47:09
902T
WILLISRPT Department OCA Number
VPD CR23-0303
RMS Juris
CA0197300E VERNON AV // SOTO ST, VERNON
VPD NEWTON,TODD *43E 14:48:48 14:48:49 15:02:55 15:52:31
* Denotes Primary Unit
03/04/2023 05:56:40 Page 1 of 1
..
..
Item 10 Page 9 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/04/2023
Jurisdiction: VERNON Last Date: 03/04/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304261
03/04/2023 02:20:17
901
AT&T MOBILITY 800 635 6840 4
2700 S SANTA FE AV, VERNON
1015 Department OCA Number
VPD CR23-0304
RMS Juris
CA0197300RPT
VI
VPD HERNANDEZ,MEL *38W
41
02:22:20
02:24:11
02:24:15
02:25:12
02:25:05
02:24:26
02:25:30
02:26:11
02:28:10
03:25:07
VPD REDONA,BRYAN
VPD MACIEL,CYNTHIA
VPD GONZALEZ,BRITT
VPD HERNANDEZ,EDW
05:05:46
44 03:38:47
03:25:10
04:26:25
47E
XS
20230304285
03/04/2023 11:40:55
487R
VERNON SALES
2788 E VERNON AV, VERNON
*44W 11:43:21
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0305
VPD SALDANA,CARLO 11:46:52 11:47:51 12:52:11
20230304298
03/04/2023 15:29:31
REC
VS Department OCA Number
VPD
RMS Juris
CA0197300E 26TH // SIERRA PINE AV, VERNONRPT CR23-0306
VPD SALDANA,CARLO
VPD ESCARPE,ALAN
*44W
32E
15:29:31
15:31:00
17:02:39
17:40:49
20:14:14
20230304305
03/04/2023 19:27:09
484R
UNKRPT Department OCA Number
CR23-0307
RMS Juris
CA01973001988 E 57TH, VERNON VPD
19:32:31 19:39:33VPD CAM,PATRICK *47W
20230304306
03/04/2023 19:42:21
459VR
UNKRPT Department OCA Number
VPD
VPD
RMS Juris
CA0197300
CA0197300
2929 E 54TH, VERNON CR23-0308
CR23-0309
VPD REDONA,BRYAN *41W
32E
19:44:47
20:06:12
20:04:30
20:08:54
20:29:43
20:33:21
21:15:02
VPD HERNANDEZ,MEL
VPD GONZALEZ,BRITT
VPD CAM,PATRICK
21:43:01
21:43:01
21:43:01
38E
47W
03/05/2023 05:20:49 Page 1 of 1
..
..
Item 10 Page 10 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/05/2023
Jurisdiction: VERNON Last Date: 03/05/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304345
03/05/2023 08:57:54
REC
VREC Department OCA Number
VPD CR23-0310
RMS Juris
CA01973002100 E 25TH, VERNON1015
RPT
VPD OURIQUE,CARLO *32 08:57:54
09:02:17
09:05:03
09:39:09
09:52:18
VPD SALDANA,CARLO
VPD ESCARPE,ALAN
MR C TOW
44E 08:58:38
48W
08:58:38
09:19:14
10:10:55
09:43:57
09:43:52MR C TOW 09:19:13
20230304347
03/05/2023 09:49:14
REC
SPIRIT TRADING
2050 E 52D, VERNON
RPT Department OCA Number
VPD CR23-0311
RMS Juris
CA01973001015
VREC
VPD ONOPA,DANIEL *S4 09:52:25 09:52:26
09:52:30
10:10:59
09:52:29
11:03:51
09:53:54
09:54:36
10:21:42
09:54:39
11:03:53
11:40:37
VPD OURIQUE,CARLO
VPD SALDANA,CARLO
VPD ESCARPE,ALAN
VIRTELSTOW
32 11:38:58
12:20:12
13:03:42
12:20:42
44E
48W
VIERTELTOW 10:58:07
20230304348
03/05/2023 10:44:08
GTAR
RPT Department OCA Number
VPD
RMS Juris
CA01973002800 S SOTO, VERNON
VPD OURIQUE,CARLO
CR23-0312
*32 11:39:01 11:40:56 12:37:01
14:09:50
20230304350
03/05/2023 13:01:52
459VR
JETRORPT Department OCA Number
VPD CR23-0313
RMS Juris
CA01973002300 E 57TH, VERNON
VPD ESCARPE,ALAN
VPD SALDANA,CARLO
*48W 13:03:55
44E
13:04:17
13:04:15 13:11:33
* Denotes Primary Unit
03/06/2023 05:03:54 Page 1 of 1
..
..
Item 10 Page 11 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/06/2023
Jurisdiction: VERNON Last Date: 03/06/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304411
03/06/2023 07:39:36
594R
COMPLETE CLOTHINGRPT Department OCA Number
VPD CR23-0314
RMS Juris
CA01973004900 E DISTRICT BL, VERNON
VPD *22E 07:40:27 07:40:32
07:40:29
07:41:32
07:41:22
07:53:50
07:54:42
07:50:03
07:41:55
08:35:13
08:35:14
VPD OURIQUE,CARLO
VPD FINO,MARCUS
VPD ESCARPE,ALAN
32W
41W
47E
08:06:18
08:06:20
20230304413
03/06/2023 08:09:27
459VR
JETRO CASH AND CARRY
2300 E 57TH, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0315
VPD FINO,MARCUS
VPD OURIQUE,CARLO
*41W
32W
08:10:46 08:11:15
08:11:13 08:19:26 08:57:24
20230304423
03/06/2023 10:36:20
487R
J AND J SNACK FOODS
5353 DOWNEY RD, VERNON
*22E
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0316
VPD HERNANDEZ,MIG 10:37:47 10:48:57 11:31:39
20230304429
03/06/2023 11:17:35
GTAR
PACIFIC COAST TIRES
3056 BANDINI BL, VERNON
RPT Department OCA Number
VPD
VPD
RMS Juris
CA0197300
CA0197300
VREC CR23-0317
CR23-0318
VPD ESCARPE,ALAN
VPD HERNANDEZ,MIG
VPD FINO,MARCUS
*47E 11:23:50
12:11:57
13:11:23
11:31:41
12:15:36
13:24:40
22E 12:41:07
12:51:1941W 12:11:52
20230304437
03/06/2023 13:25:00
GTAR
AT&T MOBILITY 800 635 6840 4
2550 S SOTO, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0319
VPD FINO,MARCUS *41W 13:25:27 13:26:27
13:26:53
13:26:33
13:48:19
VPD OURIQUE,CARLO
VPD ESCARPE,ALAN
32W
47E
13:28:44 14:44:53
13:48:21
20230304438
03/07/2023 00:04:52 Page 1 of 2
..
..
Item 10 Page 12 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/06/2023
Jurisdiction: VERNON Last Date: 03/06/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304438
03/06/2023 13:28:14 ADM FLOORING
3340 LEONIS BL, VERNON
VPD ESCARPE,ALAN *47E
RPCB Department OCA Number
CR23-0320
RMS Juris
CA0197300476RRPTVPD
13:48:26 13:59:09 15:15:24 14:30:48
20230304464
03/06/2023 17:44:48
925
1015 Department OCA Number
VPD
RMS JurisS ALAMEDA // 49TH, VERNONRPT CR23-0321 CA0197300
18:50:07
18:20:50
VPD ESCARPE,ALAN *47E
22E
41W
XS
17:45:54
17:49:00
17:46:27
17:48:39
18:01:06
17:48:36
17:50:34
18:55:26
18:55:25
VPD HERNANDEZ,MIG
VPD FINO,MARCUS
VPD OURIQUE,CARLO
20230304477
03/06/2023 21:31:41
602
JUCO1015 Department OCA Number
VPD
RMS Juris
CA01973002164 E 25TH, VERNONRPT CR23-0322
VPD ZOZAYA,OSCAR *44E 21:32:38 21:33:31
21:32:56
21:33:29
21:37:48
21:35:22
21:34:43
22:19:58
23:23:32
VPD HERNANDEZ,MEL
VPD VELEZ,MARISSA
VPD SANTOS,DANIEL
31
40W
S1
22:54:44
22:54:50
22:57:21
* Denotes Primary Unit
03/07/2023 00:04:52 Page 2 of 2
..
..
Item 10 Page 13 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/07/2023
Jurisdiction: VERNON Last Date: 03/07/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304488
03/07/2023 03:53:55
484R
STACY MEDICAL
4580 PACIFIC BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0323
VPD VELEZ,MARISSA *40W 03:55:32 03:55:45 03:57:09 04:20:06
20230304502
03/07/2023 08:17:26
586
CITE Department OCA Number
VPD CR23-0324
RMS Juris
CA0197300LOMA VISTA AV // FRUITLAND AV, VERNONVI
RPT
VPD CEDENO,RUTH *2P8 08:17:26 09:29:17
20230304507
03/07/2023 09:18:42
459R
SPIRIT TRANSPORT
2050 E 52D, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0325
VPD GODOY,RAYMON
VPD HERNANDEZ,MIG
*44E
22W
09:29:42 09:30:10
09:33:48 09:36:06 10:48:38
20230304511
03/07/2023 10:08:42
484R
RPT Department OCA Number
VPD CR23-0326
RMS Juris
CA01973005925 ALCOA AV, VERNON
VPD OURIQUE,CARLO
VPD FINO,MARCUS
*32E
41W
10:09:26 10:09:39
10:09:49 10:43:16 10:50:30
20230304513
03/07/2023 10:38:07
REC
NEW CHEF FASHION
3223 E 46TH, VERNON
VREC Department OCA Number
VPD
VPD
RMS Juris
CA0197300
CA0197300
RPT CR23-0328
CR23-0329
VPD GODOY,RAYMON *44E 10:39:46 10:49:27 11:58:56
20230304518
03/07/2023 11:05:00
476R
RPT Department OCA Number
VPD
RMS Juris
CA01973003338 E SLAUSON AV, VERNON
*41W
CR23-0327
VPD FINO,MARCUS 11:05:30 11:19:30 11:37:49
03/08/2023 00:05:29 Page 1 of 2
..
..
Item 10 Page 14 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/07/2023
Jurisdiction: VERNON Last Date: 03/07/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304544
03/07/2023 15:47:32 SAS TEXTILES
3100 E 44TH, VERNON
VPD HERNANDEZ,MIG *22W
RPT Department OCA Number
VPD
RMS Juris
CA0197300459VRCR23-0330
15:48:35 16:23:06
20230304545
03/07/2023 15:49:54
911A
J AND J SNACKS
5353 DOWNEY RD, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0331
VPD FINO,MARCUS
VPD HERNANDEZ,MIG
*41W
22W
15:50:52 15:51:25
16:23:10
17:43:26
23:34:05
16:23:54
20230304557
03/07/2023 22:58:14
REPO
BON APPETIT
4700 ALCOA AV, VERNON
*RECD
REPO Department OCA Number
VPD
RMS Juris
CA0197300CR23-0332
VPD RECORDS BUREA 23:00:21
* Denotes Primary Unit
03/08/2023 00:05:29 Page 2 of 2
..
..
Item 10 Page 15 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/08/2023
Jurisdiction: VERNON Last Date: 03/08/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304567
03/08/2023 05:44:32
GTAR
SUPERIOR LITHOGRAPHICS
3055 BANDINI BL, VERNON
RPT Department OCA Number
CR23-0333
RMS Juris
VPD CA0197300
06:32:32
06:18:53
VPD REYNA,JOSE S
VPD ZOZAYA,OSCAR
*44E 05:45:18
47W 05:58:29
05:45:30
05:58:29
05:53:49
06:04:27
20230304568
03/08/2023 06:10:29
602
JUCORPT Department OCA Number
VPD
RMS Juris
CA01973002164 E 25TH, VERNONVREC CR23-0334
VPD VASQUEZ,LUIS *43W
31E
32
06:12:59
06:38:44
06:38:05
06:18:12 09:30:13
VPD GODOY,RAYMON
VPD OURIQUE,CARLO
VPD CERDA,EUGENIO
VPD REYNA,JOSE S
VPD CERDA,EUGENIO
VPD ZOZAYA,OSCAR
VPD MACIEL,CYNTHIA
VPD HERRERA,GUSTA
VPD ESTRADA,IGNACI
06:47:52
07:33:0306:41:35
10:52:12
06:36:57
07:32:40
06:20:19
41W
44E
44W
47W
5D23
L2
11:15:06
06:32:34 07:54:42
08:26:50
07:28:25
07:32:54
07:12:41
07:32:59
06:18:54
06:57:19
06:32:52
06:39:30S2 06:39:33
20230304573
03/08/2023 08:10:35 PRICE ZONE TRADING
2838 LEONIS BL, VERNON
VPD CERDA,PAUL,JR *31E 08:13:01
RPT Department OCA Number
VPD
RMS Juris
CA0197300594RCR23-0335
08:13:19
09:43:10
09:38:54
08:23:35 09:05:06
10:24:55
20230304583
03/08/2023 09:18:40
23110BR
DANRPT Department OCA Number RMS Juris
CA0197300S ATLANTIC BL // DISTRICT BL, VERNON VPD CR23-0336
VPD OURIQUE,CARLO *32 09:42:41 09:48:52
20230304584
03/08/2023 09:37:21
FOUND
CONCENTRARPT Department OCA Number RMS Juris
CA01973003851 S SOTO, VERNON VPD CR23-0337
VPD CERDA,PAUL,JR *31E 09:38:15 10:01:14 10:04:32
03/09/2023 00:12:13 Page 1 of 2
..
..
Item 10 Page 16 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/08/2023
Jurisdiction: VERNON Last Date: 03/08/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304592
03/08/2023 10:41:44
476R
ASST MANDOS TRUCKING
2141 E 51ST, VERNON Department OCA Number
VPD
RMS Juris
CA0197300RPTCR23-0338
VPD CERDA,EUGENIO *41W 12:53:12 11:15:08 10:52:06 13:24:14 11:33:17
15:22:35
20230304613
03/08/2023 15:01:03
140
SUPERIOR LITHOGRAPHICS
3055 BANDINI BL, VERNON
SUP
VPD CERDA,PAUL,JR *31E 15:10:00 15:10:19
20230304625
03/08/2023 19:07:53
211R
FARMER JOHNRPT Department OCA Number
VPD
RMS Juris
CA0197300SOTO//BANDINI, VERNON CR23-0339
VPD *44E 19:11:16 19:11:26 19:19:47
VPD ESCARPE,ALAN 40W
43E
S1
19:19:35
19:28:32
19:18:10
19:38:54
19:40:59
VPD 19:21:19 20:51:09
VPD SANTOS,DANIEL
* Denotes Primary Unit
03/09/2023 00:12:13 Page 2 of 2
..
..
Item 10 Page 17 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/09/2023
Jurisdiction: VERNON Last Date: 03/09/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304670
03/09/2023 08:51:49
901TR
RPT Department OCA Number
VPD
RMS Juris4871 S SANTA FE AV, VERNONOR CR23-0340 CA0197300
09:53:55
09:57:51
VPD CERDA,EUGENIO *T8
22W
31W
09:53:07 08:52:14
08:57:26
08:54:22
VPD GODOY,RAYMON
VPD CERDA,PAUL,JR 10:03:01
11:28:43
20230304679
03/09/2023 10:12:48
20001R
VICKY
BANDINI BL // PENNINGTON WAY, VERNON
*31W 10:13:58
RPT Department OCA Number
CR23-0341
RMS Juris
CA0197300VPD
VPD CERDA,PAUL,JR 10:14:15 10:14:16
20230304683
03/09/2023 11:06:44
REC
VREC FASHION NOVA
3751 SEVILLE AV, VERNON Department OCA Number
VPD
RMS Juris
CA0197300CR23-0343
VPD GODOY,RAYMON
VPD CEDENO,RUTH
*22W 11:13:59 11:15:52 11:31:48
11:31:28
12:06:45
2P8 12:21:09
20230304684
03/09/2023 11:11:50
487R
RANCHO FOODSRPT Department OCA Number
VPD
RMS Juris
CA01973002528 E 37TH, VERNON CR23-0342
VPD NEWTON,TODD *32E 11:16:22 11:30:57 11:52:07
* Denotes Primary Unit
03/10/2023 18:15:32 Page 1 of 1
..
..
Item 10 Page 18 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/10/2023
Jurisdiction: VERNON Last Date: 03/10/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304724
03/10/2023 02:39:46 EXIDE CORP
2700 S INDIANA, VERNON
RPT Department OCA Number
VPD CR23-0344
RMS Juris
CA0197300GTARVREC
VPD REDONA,BRYAN
VPD CAM,PATRICK
*43E 02:41:47 02:41:48 02:46:07
02:59:20
02:44:05
04:29:24
44W
47
05:36:25
VPD HERNANDEZ,EDW 02:42:34 03:26:27
20230304733
03/10/2023 08:31:47 AT&T MOBILITY 800 635 6840 4
4800 S SANTA FE AV, VERNON
VPD LANDA,RAFAEL *47W 08:32:50
VPD 22W
RPT Department OCA Number
VPD
RMS Juris
CA0197300901TSRVDCR23-0345
08:32:51 08:34:00
08:34:10
09:00:24
09:00:24
20230304742
03/10/2023 10:24:02
PLATE
GOOD FELLA IND
4400 BANDINI BL, VERNON
RPT Department OCA Number
VPD
VPD
RMS Juris
CA0197300
CA0197300
CR23-0346
CR23-0347
VPD CERDA,PAUL,JR *31E 10:26:38 10:26:50 10:40:59 10:32:11 12:06:43
20230304757
03/10/2023 16:03:03
AGTA
YOUNG LABELRPT Department OCA Number
VPD
RMS Juris
CA01973003720 S SANTA FE AV, VERNON CR23-0348
VPD LANDA,RAFAEL *47W 16:04:30 16:04:48 16:07:13 16:26:02
20230304759
03/10/2023 16:29:31
20002R
VERNON SALESRPT Department OCA Number
VPD
RMS Juris
CA01973001840 E 27TH, VERNON CR23-0349
VPD CERDA,PAUL,JR
VPD NEWTON,TODD
*31E 16:31:09
T8
16:31:28 16:38:24
16:51:07
16:51:10
16:45:27 17:13:28
20230304770
03/10/2023 20:28:30
TRAFFIC STOP
UKNOWN1015
3200 E 26TH, VERNONRPT
VPD CAM,PATRICK *44 20:28:30 23:00:04
03/11/2023 05:46:08 Page 1 of 2
..
..
Item 10 Page 19 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/10/2023
Jurisdiction: VERNON Last Date: 03/10/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304770
03/10/2023 20:28:30 UKNOWN
3200 E 26TH, VERNON
VPD REDONA,BRYAN
1015
TRAFFIC STOPRPT
43W
47E
XS
20:35:55
20:30:21
20:38:13
20:34:57
21:01:21
21:28:29
21:17:54
21:27:51
VPD GONZALEZ,BRITT
VPD HERNANDEZ,EDW
* Denotes Primary Unit
03/11/2023 05:46:08 Page 2 of 2
..
..
Item 10 Page 20 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/11/2023
Jurisdiction: VERNON Last Date: 03/11/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304797
03/11/2023 05:17:55 T-Mobile USA 888-662-4662 opt 4RPT Department OCA Number
VPD
RMS Juris
CA0197300902TE WASHINGTON BL // DOWNEY RD, VERNON CR23-0350
VPD GONZALEZ,BRITT *47E 05:19:22 05:19:46 05:24:13 06:07:49
20230304810
03/11/2023 10:50:34
925
T-Mobile USA 888-662-4662 opt 4
5950 ALCOA AV, VERNON
VI Department OCA Number
VPD CR23-0351
RMS Juris
CA0197300FI
SOW
VPD ESCARPE,ALAN *32E 10:53:45
10:55:30
11:13:24
12:06:17
10:59:33
11:07:29
11:21:11
12:34:52
12:41:24
VPD VELASQUEZ,RICH
VPD SALDANA,CARLO
MR C TOW
31 12:14:27
12:41:2640W
MR C TOW 12:06:16 13:03:16
20230304817
03/11/2023 13:50:17
901TR
T-Mobile USA 888-662-4662 opt 4
E 27TH // SANTA FE AV, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300
14:53:41
CR23-0352
VPD NEWTON,TODD
VPD ESCARPE,ALAN
VPD SALDANA,CARLO
*41
32E
13:50:56
13:51:45
14:17:13
13:51:48
13:52:45
14:21:28
14:53:38
14:53:3940W
* Denotes Primary Unit
03/12/2023 05:02:49 Page 1 of 1
..
..
Item 10 Page 21 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/12/2023
Jurisdiction: VERNON Last Date: 03/12/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304846
03/12/2023 00:04:11
20002
T-MOBILE USA 888-662-4662 OPT 4
S SOTO // 54TH, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300ORCR23-0353
VPD FINO,MARCUS *31W 00:05:12
00:10:53
00:05:13
00:21:30
00:08:57
00:29:19
00:07:18
00:29:32
00:29:18
00:41:48
VPD GONZALEZ,BRITT
VPD REDONA,BRYAN
MR C TOW
38E 01:34:52
41 00:41:27
MR C TOW 00:20:26
S7
01:34:52
01:34:52VPD RAMOS,JOSE
20230304848
03/12/2023 01:26:34
459R
VERNON SALES
2788 E VERNON AV, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0354
VPD FINO,MARCUS
VPD GONZALEZ,BRITT
*31W
38E
41
01:28:36
01:34:55
01:33:44
01:36:42
01:30:24
01:38:09
01:35:19
01:38:44
04:48:01
03:54:10
VPD REDONA,BRYAN
VPD RAMOS,JOSE
04:29:45
03:51:40S7
20230304874
03/12/2023 10:41:58
VCK
RPT Department OCA Number RMS Juris3232 E WASHINGTON BL, VERNONVS VPD
VPD
VPD
CR23-0355
CR23-0356
CR23-0357
CA0197300
CA0197300
CA0197300
VPD OURIQUE,CARLO
VPD ESCARPE,ALAN
VIRTELSTOW
*32
40W
10:41:58
10:51:05
10:54:36
11:32:39
11:32:39
11:05:03
VIERTELTOW 10:47:27 10:47:27
* Denotes Primary Unit
03/13/2023 05:00:09 Page 1 of 1
..
..
Item 10 Page 22 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/13/2023
Jurisdiction: VERNON Last Date: 03/13/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304947
03/13/2023 08:04:19 FINE ARTS
2031 E 27TH, VERNON
VPD OURIQUE,CARLO
VS Department OCA Number
VPD
RMS Juris
CA0197300586RPTCR23-0358
*32 08:10:18 08:14:58 08:41:10
20230304958
03/13/2023 09:36:16
902T
ABRAHAM
FRUITLAND AV // LOMA VISTA AV, VERNON
RPT Department OCA Number
VPD CR23-0359
RMS Juris
CA0197300
VPD ESCARPE,ALAN
VPD ENCINAS,ANTHON
*44E
S5
09:36:29 09:42:34
09:45:12
10:08:06
10:08:06
20230304961
03/13/2023 09:49:27
925
SWEETENER PRODUCTS
4181 ROSS, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA01973001015CR23-0360
VPD HERNANDEZ,MIG *43W 09:50:21 09:50:44
09:50:57
09:59:57
10:01:14
09:55:03
09:55:03
11:36:45
VPD OURIQUE,CARLO
VPD MARTINEZ,GABRI
VPD MANNINO,NICHOL
32
5D30
5D35
10:33:02
10:18:01
10:18:03
20230304962
03/13/2023 10:25:11
487R
EL COWBOY DISTRIBUTORS
3013 BANDINI BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0361
VPD ESCARPE,ALAN
VPD OURIQUE,CARLO
*44E
32
10:32:52 10:33:06
10:33:04 10:41:01 11:16:47
13:10:37
20230304973
03/13/2023 12:33:11
140
SUP
4305 S SANTA FE AV, VERNON
VPD OURIQUE,CARLO
VPD HERNANDEZ,MIG
*32 12:35:01 12:35:56
43W 12:35:54
20230304980
03/13/2023 15:06:19
901T
ALEXANDER CEDENO
FRUITLAND AV // CUDAHY, VERNON
RPT Department OCA Number
VPD CR23-0362
RMS Juris
CA0197300OR
03/14/2023 00:18:32 Page 1 of 2
..
..
Item 10 Page 23 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/13/2023
Jurisdiction: VERNON Last Date: 03/13/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230304980
03/13/2023 15:06:19
901T
ALEXANDER CEDENO
FRUITLAND AV // CUDAHY, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300ORCR23-0362
VPD FINO,MARCUS *22E
32
15:06:46
15:07:29
15:07:28
15:08:13
15:10:36
15:09:28
15:53:44
15:53:44
15:53:44
VPD OURIQUE,CARLO
VPD ESCARPE,ALAN 44E
20230304981
03/13/2023 15:34:15
FOUND
RPT Department OCA Number
VPD CR23-0363
RMS Juris
CA01973004305 S SANTA FE AV, VERNON
VPD ENCINAS,ANTHON *S5 15:34:28 17:05:56
20230304982
03/13/2023 15:50:15
459R
RPT J AND J SNACKS
5353 DOWNEY RD, VERNON Department OCA Number
VPD
RMS Juris
CA0197300CR23-0364
VPD ESCARPE,ALAN *44E 15:54:32 18:44:32
* Denotes Primary Unit
03/14/2023 00:18:32 Page 2 of 2
..
..
Item 10 Page 24 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/14/2023
Jurisdiction: VERNON Last Date: 03/14/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305021
03/14/2023 05:11:45 HPPD
S BOYLE AV // SLAUSON AV, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300902TCR23-0365
VPD VELEZ,MARISSA
VPD ZOZAYA,OSCAR
*41E
40W
05:16:11
05:22:02
05:18:44
05:27:09
05:17:25 05:49:40
05:49:39
20230305048
03/14/2023 11:41:43
487R
1015 Department OCA Number
VPD CR23-0366
RMS Juris
CA0197300E 52D // SANTA FE AV, VERNONRPT
CITE
VPD HERNANDEZ,MIG *43 11:41:59 11:46:11 11:49:33
11:50:32
11:48:18
11:52:44
11:42:30
11:43:18
12:30:54
12:31:29VPD GODOY,RAYMON
VPD FINO,MARCUS
31E
41W
5D23
L2
11:42:19
11:49:08
12:46:44
12:46:45
12:46:45
12:46:45
VPD MACIEL,CYNTHIA
VPD HERRERA,GUSTA
VPD ENCINAS,ANTHON S5
20230305052
03/14/2023 13:05:03
SRMET
MET Department OCA Number
VPD
RMS Juris
CA01973005218 S SANTA FE AV, VERNONRPT CR23-0367
VPD GODOY,RAYMON
VPD FINO,MARCUS
VPD HERNANDEZ,MIG
*31E
41W
43
13:05:40
13:06:05
13:07:05
13:14:17
13:08:09
13:08:30
13:35:46
15:13:07
13:35:48
* Denotes Primary Unit
03/15/2023 00:20:14 Page 1 of 1
..
..
Item 10 Page 25 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/15/2023
Jurisdiction: VERNON Last Date: 03/15/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305108
03/15/2023 13:20:37
925
JETRO CASH AND CARRY
2300 E 57TH, VERNON
RPT Department OCA Number
VPD CR23-0368
RMS Juris
CA0197300CITE
VI
VPD LANDA,RAFAEL *T8
2P8
31E
32W
44
13:21:24
13:22:02
13:30:10
13:22:28
14:03:52
13:28:12
13:45:50
13:37:17
13:32:03
13:32:06
13:37:12
14:56:44
VPD CEDENO,RUTH
VPD GODOY,RAYMON
VPD FINO,MARCUS
15:34:20
14:56:42
14:57:13
14:56:40
14:56:36
14:57:19
14:57:23
VPD CERDA,EUGENIO
VPD SWINFORD,PHILL
VPD MADRIGAL,ALFON
VPD ESTRADA,IGNACI
5D32
5D33
S2
20230305116
03/15/2023 19:01:12
20002R
DELFINA PEREZRPT Department OCA Number
VPD
RMS Juris
CA0197300S ATLANTIC BL // BANDINI BL, VERNON CR23-0369
VPD *44W 19:05:41 19:05:42 19:11:45 20:02:46
* Denotes Primary Unit
03/16/2023 00:08:58 Page 1 of 1
..
..
Item 10 Page 26 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/16/2023
Jurisdiction: VERNON Last Date: 03/16/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305138
03/16/2023 04:44:03
925
RPT Department OCA Number
VPD
RMS Juris
CA01973005008 S BOYLE AV, VERNON1015 CR23-0370
VPD HERNANDEZ,EDW
VPD REYNA,JOSE S
VPD ZOZAYA,OSCAR
*40E 04:45:11 04:45:12
04:45:50
05:25:35
04:51:02
04:51:28
05:28:36
07:30:26
41 06:45:57
06:45:1144W
20230305142
03/16/2023 06:51:22
GTAR
LINEAGE LOGISTIC
4901 BANDINI BL, VERNON
RPT Department OCA Number
VPD CR23-0371
RMS Juris
CA0197300
VPD GODOY,RAYMON
VPD CERDA,EUGENIO
*31E
44E
06:54:14 07:15:25
07:30:07
08:53:53
08:53:54
20230305158
03/16/2023 12:41:07
UNATTACHEDTR
RPT Department OCA Number
VPD
RMS Juris
CA0197300MALBURG WY // SLAUSON AV, VERNONVI CR23-0372
VPD CERDA,EUGENIO
VPD CEDENO,RUTH
*44E
2P8
12:41:07
12:53:29
12:53:35
14:48:12
20230305161
03/16/2023 14:56:56
166R
BRAVO FOOD
2611 S SANTA FE AV, VERNON
*43W 15:01:45
47W
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0373
VPD LANDA,RAFAEL 15:01:45 15:14:42
15:11:46
15:02:43 16:10:40
16:10:40VPD NEWTON,TODD 15:02:41
20230305165
03/16/2023 16:39:47
484R
VIG FURNITURE
3251 E SLAUSON AV, VERNON
*44E 16:40:54
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0375
VPD CERDA,EUGENIO 16:40:56 16:45:22 17:55:51
20230305167
03/16/2023 17:31:47
902T
ADRIANRPT Department OCA Number
VPD
RMS Juris
CA0197300S ATLANTIC BL // BANDINI BL, VERNONOR CR23-0376
VPD GODOY,RAYMON *31E 17:33:53 17:40:11 18:40:50
03/17/2023 05:37:53 Page 1 of 2
..
..
Item 10 Page 27 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/16/2023
Jurisdiction: VERNON Last Date: 03/16/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305167
03/16/2023 17:31:47 ADRIAN
S ATLANTIC BL // BANDINI BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300902TORCR23-0376
VPD LANDA,RAFAEL
VPD CERDA,PAUL,JR
43W
T8
17:34:49
17:35:00
17:35:04
17:38:07 18:37:32
* Denotes Primary Unit
03/17/2023 05:37:53 Page 2 of 2
..
..
Item 10 Page 28 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location
First Date: 03/17/2023
Jurisdiction: VERNON Last Date: 03/17/2023
Call Number Ten Complaint Caller
Disp Code Received Unit Time
Dept Officer Address Unit Dispatch EnrouteOnSceneDepart Arrive Remove Comp
20230305193
415 T-Mobile USA 888-662-4662 opt 4RPT
03/17/2023 06:43:36 3200 E WASHINGTON BL, VERNON
VPD
VPD
VPD
VPD
VPD
REDONA,BRYAN
SALDANA,CARLOS
CERDA,PAUL,JR
CAM,PATRICK
*22E 06:44:57
31E
06:45:40 06:56:10
07:03:34 08:06:36
07:02:33 07:54:57
06:57:19
07:06:41
08:39:42
08:39:39
07:06:30
07:06:09
32E
41W
HERNANDEZ,EDWARD 44 06:45:08 06:45:42 06:56:08
20230305197
20002R GOURMET SPECIALTIESRPT
03/17/2023 07:35:38 2110 E 25TH, VERNON
VPD
VPD
NEWTON,TODD
LANDA,RAFAEL
*47W 07:37:33
43W
07:37:41 07:46:09
07:42:04 07:47:49
07:59:44
08:39:52
21:55:29
20230305234
TRAFFIC STOPRPT
03/17/2023 20:30:58 E VERNON AV // SEVILLE AV, VERNONVI
VPD
VPD
VPD
VPD
HERNANDEZ,MELISSA
GONZALEZ,BRITTANY
CAM,PATRICK
*31E 20:30:58
20:31:02 20:32:33
21:03:26
38E 21:54:08
21:08:0043W
44 21:08:04 21:55:30
21:55:30MR C TOW MR C TOW 21:32:50
S7
21:32:52 21:50:27
21:06:23VPDRAMOS,JOSE 21:15:49
* Denotes Primary Unit
03/18/2023 04:45:25 Page 1 of 1
..
..
Item 10 Page 29 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/18/2023
Jurisdiction: VERNON Last Date: 03/18/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305287
03/18/2023 01:14:14
TRAFFIC STOP
1015 Department OCA Number
VPD CR23-0380
RMS Juris
CA0197300PACIFIC // SLAUSON, VERNONRPT
VI
VPD HERNANDEZ,EDW *44 01:14:14
01:17:37
02:26:14
03:41:18
03:41:18
VPD GONZALEZ,BRITT
VIRTELSTOW
38E 01:16:02
01:58:44
03:06:05
VIERTELTOW 01:57:45
20230305289
03/18/2023 01:23:33
TRAFFIC STOP
1015 Department OCA Number
VPD CR23-0381
RMS Juris
CA0197300S SANTA FE AV // 37TH, VERNONRPT
VI
VPD OURIQUE,CARLO *1T8 01:23:33 04:02:43
20230305290
03/18/2023 01:24:28
TRAFFIC STOP
1015 Department OCA Number
VPD CR23-0382
RMS Juris
CA0197300PACIFIC // 56TH, VERNONRPT
VI
VPD CAM,PATRICK
MR C TOW
*43W 01:24:28
02:05:44
04:16:38
04:16:29MR C TOW 01:58:26 01:58:27
20230305321
03/18/2023 14:42:33
902T
RPT Department OCA Number
VPD
RMS Juris
CA01973003278 E SLAUSON AV, VERNON
*47E 14:43:53
CR23-0383
VPD NEWTON,TODD 14:43:54 14:47:16 15:20:35
20230305328
03/18/2023 15:56:10
PEDCK
1015 Department OCA Number
VPD CR23-0384
RMS Juris
CA0197300E SLAUSON AV // DISTRICT BL, VERNONRPT
VPD SALDANA,CARLO
VPD CERDA,EUGENIO
*43W
44
15:56:10
16:01:36
16:01:15
16:01:26
19:36:41
15:57:34 16:34:33
VPD NEWTON,TODD
VPD ONOPA,DANIEL
47E
S4
16:06:46
16:18:32
03/19/2023 04:54:05 Page 1 of 3
..
..
Item 10 Page 30 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/18/2023
Jurisdiction: VERNON Last Date: 03/18/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305335
03/18/2023 18:56:44RPT Department OCA Number
CR23-0385
RMS Juris
CA0197300DUI CKPT BANDINI BL // SOTO, VERNON
VPD ENCINAS,ANTHON *S5
VPD
18:58:13 02:47:01
20230305336
03/18/2023 19:07:01
PEDCK
1015 Department OCA Number
VPD CR23-0386
RMS Juris
CA0197300E 57TH // 1ST, VERNONRPT
VPD HERNANDEZ,MEL *31W
38E
19:07:12
20:13:50
19:15:04
23:04:21
VPD GONZALEZ,BRITT
VPD
21:15:11
44 19:07:34
20:14:05
20:23:33
22:01:30
20:23:36
21:45:51
MR C TOW MR C TOW
VIRTELSTOW VIERTELTOW 20:23:32 20:45:01
20230305345
03/18/2023 21:05:09
DUITRAFFIC
CITE Department OCA Number
VPD
RMS Juris
CA0197300BANDINI BL // SOTO, VERNON1015 CR23-0387
VPD CERDA,PAUL,JR *3L4 21:05:11 21:26:44
20230305347
03/18/2023 21:13:29
DUITRAFFIC
RPT Department OCA Number
VPD CR23-0388
RMS Juris
CA0197300BANDINI BL // SOTO, VERNON1015
VI
VPD FINO,MARCUS
VPD ZOZAYA,OSCAR
MR C TOW
*3L8
3L2
21:13:30
21:30:54
22:49:19
22:57:55
23:53:51
23:53:52MR C TOW 22:38:32
20230305349
03/18/2023 21:56:29
459
VOID PEKING NOODLE
5252 S ALAMEDA, VERNON Department OCA Number
VPD CR23-0390
RMS Juris
CA0197300
VPD GONZALEZ,BRITT
VPD HERNANDEZ,MEL
*38E
31W
44
21:58:20 22:04:03
23:04:33
22:03:40
22:02:13
00:11:55
02:14:06
00:10:40
01:21:09
VPD REDONA,BRYAN
VPD RAMOS,JOSE
22:01:35
22:00:57S7
03/19/2023 04:54:05 Page 2 of 3
..
..
Item 10 Page 31 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/18/2023
Jurisdiction: VERNON Last Date: 03/18/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305352
03/18/2023 23:13:56
DUITRAFFIC
VI Department OCA Number
CR23-0389
RMS Juris
CA0197300BANDINI BL // SOTO, VERNON
VPD CERDA,PAUL,JR *3L4
VIRTELSTOW VIERTELTOW 23:14:02
RPT VPD
23:13:56
01:03:07
01:03:13
01:03:1323:15:31
* Denotes Primary Unit
03/19/2023 04:54:05 Page 3 of 3
..
..
Item 10 Page 32 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/19/2023
Jurisdiction: VERNON Last Date: 03/19/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305356
03/19/2023 00:10:11 LINEN HOUSE
2023 E 55TH, VERNON
VREC Department OCA Number
VPD CR23-0391
RMS Juris
CA0197300REC1015
RPT
VPD REDONA,BRYAN *44 00:10:45
00:12:03
01:07:25
02:05:40
VPD GONZALEZ,BRITT
MR C TOW
38E 01:31:52
01:31:56MR C TOW 00:46:01 00:46:27
20230305358
03/19/2023 00:33:37
DUITRAFFIC
RPT Department OCA Number
VPD
RMS Juris
CA0197300BANDINI BL // SOTO, VERNON
VPD MANNINO,NICHOL *3L7
1015 CR23-0392
00:33:39 02:22:38
02:20:37
03:42:30
20230305361
03/19/2023 01:01:10
TRAFFIC STOP
VI Department OCA Number
VPD
RMS Juris
CA0197300BANDINI BL // SOTO, VERNONRPT CR23-0393
VPD VELEZ,MARISSA
VIRTELSTOW
*3L3 01:01:10
01:24:24
01:08:54
VIERTELTOW 01:03:19
20230305364
03/19/2023 02:09:10
602
1015 Department OCA Number
VPD
RMS Juris
CA01973002221 E 55TH, VERNONRPT CR23-0394
VPD GONZALEZ,BRITT
VPD HERNANDEZ,MEL
VPD REDONA,BRYAN
MR C TOW
*38E 02:11:59
02:16:01
02:12:57
03:07:59
03:14:53
31W 02:14:12
02:53:16
44 02:50:44
03:41:45MR C TOW 02:53:17
20230305372
03/19/2023 05:40:23
487
1015 CIRCLE K
2575 S SANTA FE AV, VERNON Department OCA Number
VPD CR23-0395
RMS Juris
CA0197300RPT
VI
VPD REDONA,BRYAN *44
31W
32
05:41:34 05:46:05
05:43:17
07:29:43
06:47:14
VPD HERNANDEZ,MEL
VPD OURIQUE,CARLO
06:57:11
08:19:44
03/20/2023 04:57:02 Page 1 of 3
..
..
Item 10 Page 33 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/19/2023
Jurisdiction: VERNON Last Date: 03/19/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305372
03/19/2023 05:40:23 CIRCLE K
2575 S SANTA FE AV, VERNON
1015 Department OCA Number
VPD CR23-0395
RMS Juris
CA0197300487RPT
VI
VPD GONZALEZ,BRITT 38E 05:41:36 05:44:39
06:42:07
06:47:34
08:07:11
05:58:32
10:33:12
VPD ESCARPE,ALAN
VPD SALDANA,CARLO
MR C TOW
43E 08:18:04
08:56:27
08:55:50
07:03:32
47W
MR C TOW 07:50:25
S7
07:50:26
05:55:18VPD RAMOS,JOSE
20230305373
03/19/2023 06:44:39
REC
VREC Department OCA Number
VPD CR23-0396
RMS Juris
CA01973002500 S ALAMEDA, VERNONRPT
VPD OURIQUE,CARLO
VIRTELSTOW
*32 06:44:39
07:11:42
07:29:40
07:29:40VIERTELTOW 06:51:22 06:51:22
20230305397
03/19/2023 13:13:37
REC
VREC Department OCA Number
VPD CR23-0397
RMS Juris
CA01973004770 E 50TH, VERNONRPT
VPD ESCARPE,ALAN
VIRTELSTOW
*43E 13:13:37
13:33:03
13:48:45
VIERTELTOW 13:14:04 13:14:05 13:48:52
20230305406
03/19/2023 15:22:30
459R
J AND J SNACK FOODS
5353 DOWNEY RD, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300VRECCR23-0398
VPD ESCARPE,ALAN
VPD OURIQUE,CARLO
*43E
32
15:23:33
15:23:34
15:42:35
15:26:47
15:29:24
15:47:20
15:30:49
17:42:34
17:19:35
16:34:47
16:22:06
VPD SALDANA,CARLO
VPD ONOPA,DANIEL
47W
S4
20230305410
03/19/2023 16:36:01
594
1015 Department OCA Number
VPD CR23-0399
RMS Juris
CA01973005681 DOWNEY RD, VERNONRPT
CITE
03/20/2023 04:57:02 Page 2 of 3
..
..
Item 10 Page 34 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/19/2023
Jurisdiction: VERNON Last Date: 03/19/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305410
03/19/2023 16:36:01
594
1015 Department OCA Number
VPD CR23-0399
RMS Juris
CA01973005681 DOWNEY RD, VERNONRPT
CITE
VPD SALDANA,CARLO
VPD ONOPA,DANIEL
*47W
S4
16:36:04 17:18:35
17:18:3516:36:21
20230305412
03/19/2023 17:41:32
A459
BENTHIC GEAR
5527 S DISTRICT BL, VERNON
1015 Department OCA Number
VPD CR23-0400
RMS Juris
CA0197300RPT
VPD OURIQUE,CARLO
VPD ESCARPE,ALAN
*32
43E
47W
S4
17:42:14
17:42:36
17:46:48
17:46:06
17:46:31
17:50:27
17:46:55
18:15:31
18:02:55
17:54:36
17:55:45
VPD SALDANA,CARLO
VPD ONOPA,DANIEL
* Denotes Primary Unit
03/20/2023 04:57:02 Page 3 of 3
..
..
Item 10 Page 35 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/20/2023
Jurisdiction: VERNON Last Date: 03/20/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305422
03/20/2023 03:56:59
902T
T-Mobile USA 888-662-4662 opt 4
E 26TH // INDIANA, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300ORCR23-0401
VPD VELEZ,MARISSA *43W
31E
04:00:04
04:04:01
04:00:11
04:05:19
04:07:45
04:44:05
04:44:05VPD HERNANDEZ,MEL
VPD REYNA,JOSE S 41W 04:19:44
20230305433
03/20/2023 07:14:38
GTAR
ENGINE TREND
4515 S SOTO, VERNON
*43W
32W
RPT Department OCA Number
CR23-0402
RMS Juris
CA0197300
08:01:46
VPD
VPD ESCARPE,ALAN 07:18:51 07:24:34
07:25:31VPD07:19:38 09:11:12
20230305443
03/20/2023 09:19:23
20002
UNK
6073 S BOYLE AV, VERNON
RPT Department OCA Number
VPD CR23-0403
RMS Juris
CA01973001015
VI
VPD FINO,MARCUS
VPD OURIQUE,CARLO
VPD HERNANDEZ,MIG
*41E 09:19:53 09:21:35
09:20:45
09:30:41
09:23:11
09:30:23
09:35:35
10:33:19
32W
44E
10:26:10
10:26:13
20230305459
03/20/2023 14:27:39
902T
A AMERICAN SELF STORAGE
4250 S ALAMEDA, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0404
VPD OURIQUE,CARLO *32W 14:28:58 14:29:22 14:36:09 14:56:33
16:34:05
20230305462
03/20/2023 15:15:43
476R
LUCKY TARORPT Department OCA Number
VPD
15:36:41
RMS Juris
CA01973003385 LEONIS BL, VERNON CR23-0405
VPD FINO,MARCUS *41E 15:36:26 15:44:32
20230305469
03/20/2023 16:53:59
487R
UNKRPT Department OCA Number
VPD CR23-0406
RMS Juris
CA01973003001 E 44TH, VERNON
03/21/2023 00:19:39 Page 1 of 2
..
..
Item 10 Page 36 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/20/2023
Jurisdiction: VERNON Last Date: 03/20/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305469
03/20/2023 16:53:59 UNK
3001 E 44TH, VERNON
VPD FINO,MARCUS
VPD HERNANDEZ,MIG
RPT Department OCA Number
VPD CR23-0406
RMS Juris
CA0197300487R
*41E 16:54:56
44E
16:55:38
16:55:36 17:17:24 17:25:14
* Denotes Primary Unit
03/21/2023 00:19:39 Page 2 of 2
..
..
Item 10 Page 37 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/21/2023
Jurisdiction: VERNON Last Date: 03/21/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305510
03/21/2023 09:00:01 AT&T MOBILITY 800 635 6840 4RPT Department OCA Number
VPD
RMS Juris
CA0197300902TBANDINI BL // BONNIE BEACH PL, VERNON CR23-0407
VPD ESCARPE,ALAN *43E 09:01:15 09:08:04 09:27:25
20230305511
03/21/2023 09:10:03
901TR
T-MOBILE USA 888-662-4662 OPT 4RPT Department OCA Number
VPD
RMS Juris
CA0197300S BOYLE AV // FRUITLAND AV, VERNON CR23-0408
VPD OURIQUE,CARLO
VPD CEDENO,RUTH
VPD ESCARPE,ALAN
*32
2P8
43E
09:10:15 09:14:12
09:30:31
09:31:32
09:45:50
09:45:50
09:15:25 09:43:41
20230305517
03/21/2023 10:10:59
459VR
RPT BLUE MARINE SEAFOOD
4988 CORONA AV, VERNON Department OCA Number
VPD
RMS Juris
CA0197300CR23-0409
VPD ESCARPE,ALAN *43E 10:12:12 10:12:33 10:17:24 11:07:52
16:08:09
20230305543
03/21/2023 14:40:58
920PR
RPT Department OCA Number
vpd
RMS Juris
CA01973003031 E VERNON AV, VERNON
*2STOF
CR23-0410
VPD FLORES,TERESA 14:42:21
* Denotes Primary Unit
03/22/2023 00:03:09 Page 1 of 1
..
..
Item 10 Page 38 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/22/2023
Jurisdiction: VERNON Last Date: 03/22/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305596
03/22/2023 09:03:51 SAM DISTRIBUTION
6099 MALBURG WY, VERNON
VPD CERDA,PAUL,JR *43E 09:36:05
RPT Department OCA Number
VPD
RMS Juris
CA0197300AGTARCR23-0411
09:41:06 09:47:10 10:59:39
20230305612
03/22/2023 11:09:11
902T
JUAN RAMOS JR
E DISTRICT BL // DOWNEY RD, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0413
VPD HERNANDEZ,MIG
VPD FINO,MARCUS
*44E 11:09:56
41W 11:43:09
11:10:36 11:16:44
11:43:53
11:23:42
11:43:19 12:29:12
12:22:47
20230305616
03/22/2023 11:16:31
MR60
UNK
4500 E DISTRICT BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0412
VPD HERNANDEZ,MIG
VPD LANDA,RAFAEL
*44E
32W
41W
S2
11:23:45
11:23:51
11:24:50
11:42:29
VPD FINO,MARCUS 11:33:35
11:34:29
11:42:26
11:42:35VPD ESTRADA,IGNACI
20230305628
03/22/2023 16:05:32
487R
RPT Department OCA Number
CR23-0414
RMS Juris
CA01973004401 DOWNEY RD, VERNON
*2STOF
VOID VPD
VPD FLORES,TERESA 16:06:00 16:14:41
20230305632
03/22/2023 18:04:13
920PR
VIDAL PRODUCE
2401 E 27TH, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0415
VPD LANDA,RAFAEL
VPD FLORES,TERESA
*32W 18:15:46
18:26:06
18:37:51
2STOF 19:12:50
* Denotes Primary Unit
03/23/2023 00:09:15 Page 1 of 1
..
..
Item 10 Page 39 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/23/2023
Jurisdiction: VERNON Last Date: 03/23/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305651
03/23/2023 02:43:47
917A
VS Department OCA Number
VPD CR23-0416
RMS Juris
CA0197300DOWNEY RD // DISTRICT BL, VERNONRPT
VPD ZOZAYA,OSCAR
VPD HERNANDEZ,EDW
*41E 02:44:59
44W
02:45:15
02:46:28
02:48:24
02:48:08
03:25:55
02:54:03
20230305662
03/23/2023 05:49:10
487R
BON APPETITRPT Department OCA Number
VPD
RMS Juris
CA01973004820 E 50TH, VERNON CR23-0417
VPD ZOZAYA,OSCAR *41E 05:49:41
32 05:49:42
32W
05:50:11
05:50:13
05:55:24
05:57:59
05:54:25
07:04:20
07:04:19VPD REYNA,JOSE S
VPD REYNA,JOSE S 06:54:34
20230305673
03/23/2023 09:11:25 LA METRO
2950 E VERNON AV, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300245RCR23-0418
VPD CERDA,PAUL,JR *41W 09:19:48 09:38:15 10:22:59
20230305681
03/23/2023 11:50:08
REC
VREC Department OCA Number
VPD CR23-0419
RMS Juris
CA01973003040 SLAUSON AV, HUNTINGTON PARK1015
RPT
VPD GODOY,RAYMON
VPD CEDENO,RUTH
*38E 11:55:29 11:55:27
11:55:38
11:57:12
12:46:04
11:57:18
11:56:21
12:06:57
13:50:35
13:50:35
2P8
44W
47E
S1
13:47:20
VPD CERDA,EUGENIO
VPD LANDA,RAFAEL
VPD ESTRADA,IGNACI
12:19:36
13:03:30
20230305684
03/23/2023 12:42:20 DALE MILLER TRANSPORT
3180 BANDINI BL, VERNON
VPD CERDA,EUGENIO *44W 12:46:10
RPT Department OCA Number
VPD
RMS Juris
CA0197300GTARCR23-0420
12:46:39 12:51:14 14:05:41
* Denotes Primary Unit
03/24/2023 05:01:31 Page 1 of 1
..
..
Item 10 Page 40 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/24/2023
Jurisdiction: VERNON Last Date: 03/24/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305752
03/24/2023 10:37:07 PEKING NOODLE
2050 E 52D, VERNON
VPD NEWTON,TODD
SUP
140RPT
*48w 10:50:27 10:51:22 11:31:03
20230305761
03/24/2023 11:43:53
TRAFFIC STOP
CITE Department OCA Number
VPD CR23-0421
RMS Juris
CA0197300E DISTRICT BL // LOMA VISTA AV, VERNONRPT
1015
VPD ESCARPE,ALAN
VPD CERDA,PAUL,JR
*2T8
41E
11:43:53
11:53:50
12:51:42
12:23:33
20230305762
03/24/2023 11:49:08
FOUND
RPT FOLEY WOODWORKS
5741 S 1ST, VERNON Department OCA Number
VPD
RMS Juris
CA0197300
12:30:37
CR23-0422
VPD NEWTON,TODD *48W 11:51:23 11:52:21 12:03:23
20230305763
03/24/2023 11:52:49
586
GTSVS Department OCA Number
VPD
RMS Juris
CA01973004575 E DISTRICT BL, VERNONRPT CR23-0423
VPD CERDA,EUGENIO
MR C TOW
*44E 11:54:39 12:00:08
12:11:42
12:34:45
MR C TOW 12:02:26 12:03:06 13:24:40
20230305765
03/24/2023 12:21:12
901
VOID TRINIDAD
S DISTRICT BL // ATLANTIC BL, VERNON Department OCA Number
VPD
RMS Juris
CA0197300
12:36:23
LASO CR23-0424
VPD LANDA,RAFAEL
VPD CERDA,PAUL,JR
VPD CERDA,EUGENIO
*47W
41E
12:23:02
12:23:33
12:34:50
12:25:01
12:36:21
13:02:28
13:02:2844E
20230305766
03/24/2023 12:27:28
20002
T-Mobile USA 888-662-4662 opt 4
3113 E 26TH, VERNON
RPT Department OCA Number
VPD
12:31:27
RMS Juris
CA0197300
12:36:29
CR23-0425
VPD NEWTON,TODD *48W 12:30:58
03/25/2023 05:32:22 Page 1 of 2
..
..
Item 10 Page 41 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/24/2023
Jurisdiction: VERNON Last Date: 03/24/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305766
03/24/2023 12:27:28 T-Mobile USA 888-662-4662 opt 4
3113 E 26TH, VERNON
RPT Department OCA Number
VPD CR23-0425
RMS Juris
CA019730020002
VPD LANDA,RAFAEL 47W 12:36:27 12:36:57 13:12:38
20230305775
03/24/2023 13:17:18
TRAFFIC STOP
1015 Department OCA Number
VPD
RMS Juris
CA0197300E DISTRICT BL // LOMA VISTA AV, VERNONRPT CR23-0426
VPD ESCARPE,ALAN
VPD VELEZ,MARISSA
*2T8
1T8
13:17:18
13:21:52
13:28:49
13:28:48
* Denotes Primary Unit
03/25/2023 05:32:22 Page 2 of 2
..
..
Item 10 Page 42 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/25/2023
Jurisdiction: VERNON Last Date: 03/25/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305813
03/25/2023 00:52:55
TRAFFIC STOP
VPD HERNANDEZ,EDW
VPD CAM,PATRICK
1015 Department OCA Number
VPD
RMS Juris
CA0197300SANTA FE // SLAUSON, VERNONRPT CR23-0427
*44 00:52:56
00:55:25
03:35:51
43W 00:52:59
03:10:35
04:46:09
03:10:28
20230305815
03/25/2023 03:06:57
VCK
ALKAM
5107 S DISTRICT BL, VERNON
RPT Department OCA Number RMS Juris
CA0197300VIVPDCR23-0429
VPD GONZALEZ,BRITT
VPD CAM,PATRICK
*38E
43W
03:06:57
03:15:34
03:47:26
03:21:50
20230305818
03/25/2023 04:45:25
901TR
RPT Department OCA Number RMS JurisBANDINI BL // BONNIE BEACH PL, VERNON VPD CR23-0428 CA0197300
05:36:26
05:36:34
VPD GONZALEZ,BRITT
VPD HERNANDEZ,EDW
*38E
44
04:45:25
04:55:26
05:04:38
05:04:39
20230305821
03/25/2023 05:35:22
602R
LITTLEJOHN REULAND CORP
4575 PACIFIC BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CR23-0430 CA0197300
06:55:34
07:09:41
VPD GONZALEZ,BRITT
VPD CAM,PATRICK
*38E
43W
44
05:36:30
05:36:39
05:36:37
05:39:46
05:39:27
05:37:21
06:34:48
06:06:35
05:39:59
VPD HERNANDEZ,EDW
VPD SALDANA,CARLO
VPD ONOPA,DANIEL
VPD RAMOS,JOSE
07:14:41
07:14:42
07:14:42
07:14:42
47W
S4
S7 05:38:19
20230305822
03/25/2023 06:31:03
20002
MOLA INCRPT Department OCA Number
VPD CR23-0431
RMS Juris
CA01973002303 E 55TH, VERNON
VPD NEWTON,TODD *48 06:35:06 06:39:23 07:09:48
* Denotes Primary Unit
03/26/2023 00:35:05 Page 1 of 1
..
..
Item 10 Page 43 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/26/2023
Jurisdiction: VERNON Last Date: 03/26/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305873
03/26/2023 02:17:24
902T
T-Mobile USA 888-662-4662 opt 4 Department OCA Number
VPD CR23-0433
RMS Juris
CA0197300FRUITLAND AV // SANTA FE AV, VERNON1015
RPT
VI
VPD VELEZ,MARISSA *40E 02:19:48 02:22:32
02:28:33
02:28:35
03:03:51
02:28:49
03:51:22
VPD CAM,PATRICK
VPD HERNANDEZ,EDW
MR C TOW
43W 04:21:32
04:21:3344
MR C TOW 02:54:53
S7
02:54:55
02:25:13
03:51:08
02:59:16VPD RAMOS,JOSE
20230305878
03/26/2023 07:11:50
VCK
VS Department OCA Number
VPD
RMS Juris
CA01973002120 E 25TH, VERNONRPT CR23-0434
VPD OURIQUE,CARLO
VIRTELSTOW
*32W 07:11:50
07:32:44
07:42:21
07:42:22VIERTELTOW 07:16:52 07:17:00
20230305888
03/26/2023 08:15:09
REC
VREC
BANDINI BL // BONNIE BEACH PL, VERNONRPT
OR
VPD ESCARPE,ALAN
MR C TOW
*43E 08:15:09
10:43:21
09:09:01
10:43:25MR C TOW 08:15:38 08:15:39 08:21:05
20230305897
03/26/2023 10:12:50
TRAFFIC STOP
1015 Department OCA Number
VPD
RMS Juris
CA0197300SANTA FE // BELGRAVE, VERNONRPT CR23-0435
VPD OURIQUE,CARLO
VPD ESCARPE,ALAN
*32W 10:12:50
10:20:23
10:31:00
11:23:59
43E
47E
10:18:30
10:18:31
10:43:08
10:51:58
VPD FINO,MARCUS
VIRTELSTOW
10:31:28
10:51:55VIERTELTOW 10:43:07
20230305911
03/27/2023 05:01:30 Page 1 of 2
..
..
Item 10 Page 44 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/26/2023
Jurisdiction: VERNON Last Date: 03/26/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305911
03/26/2023 14:31:16
GTAR
RPT Department OCA Number
VPD
RMS Juris
CA0197300FRUITLAND AV // GIFFORD AV, VERNON
VPD ESCARPE,ALAN *43E
CR23-0436
14:33:47 14:40:00 15:20:42
* Denotes Primary Unit
03/27/2023 05:01:30 Page 2 of 2
..
..
Item 10 Page 45 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/27/2023
Jurisdiction: VERNON Last Date: 03/27/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305931
03/27/2023 00:38:42
594R
KATANA RACING INCRPT Department OCA Number
VPD CR23-0437
RMS Juris
CA01973004490 AYERS AV, VERNON
VPD GONZALEZ,BRITT *38E
31E
00:44:12
00:44:23
00:44:14
01:07:32
00:44:21
01:29:56
VPD HERNANDEZ,MEL
VPD VELEZ,MARISSA
02:40:09
40W 01:03:22
20230305934
03/27/2023 03:34:10
A187
HOME FURNITURE
3030 S ATLANTIC BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300VICR23-0438
VPD HERNANDEZ,MEL
VPD GONZALEZ,BRITT
*31E
38E
40W
47
03:35:26
03:35:27
03:37:15
03:39:44
03:38:51
03:43:20
03:44:15
06:12:08
03:46:56
06:46:01
06:46:01
VPD VELEZ,MARISSA
VPD ESCARPE,ALAN
VPD GAYTAN,LORENZ
VPD RAMOS,JOSE
05:25:35
05:28:00
06:45:27
05:21:54
S6
S7
20230305946
03/27/2023 07:18:56
487R
STATION A
E 55TH // ALAMEDA, VERNON
RPT Department OCA Number
VPD CR23-0439
RMS Juris
CA0197300
VPD ESCARPE,ALAN
VPD OURIQUE,CARLO
*43W 07:23:56
32
07:23:57 07:29:12
07:29:14
07:57:15
11:03:10
07:49:23
20230305968
03/27/2023 10:28:23
459R
HAPTICSRPT Department OCA Number
VPD
10:30:12
RMS Juris
CA01973004587 E 48TH, VERNON CR23-0441
VPD HERNANDEZ,MIG *44E 10:30:10 10:34:31
20230305969
03/27/2023 10:29:32
GTAR
RPT Department OCA Number
VPD
RMS Juris
CA01973004355 FRUITLAND AV, VERNON
*1STOF
CR23-0440
VPD FLORES,TERESA 10:32:05 10:53:44
20230305995
03/28/2023 00:02:18 Page 1 of 2
..
..
Item 10 Page 46 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/27/2023
Jurisdiction: VERNON Last Date: 03/27/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230305995
03/27/2023 15:46:08
594R
ALEJANDRA FASHIONRPT Department OCA Number
VPD CR23-0442
RMS Juris
CA01973006172 S BOYLE AV, VERNON
VPD HERNANDEZ,MIG *44E 15:47:27 15:47:38 15:54:12 16:23:26
20230306000
03/27/2023 17:24:40
GTAR
COMPLETE CLOTHING CO
4950 E 49TH, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0443
VPD HERNANDEZ,MIG *44E 17:25:52 17:26:00 17:45:00 18:50:59
* Denotes Primary Unit
03/28/2023 00:02:18 Page 2 of 2
..
..
Item 10 Page 47 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/28/2023
Jurisdiction: VERNON Last Date: 03/28/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306050
03/28/2023 10:22:00
920PR
ATLAS GALVANIZING LLC
2639 LEONIS BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0444
VPD HERNANDEZ,MIG *47W
43
10:24:08
10:24:10
10:25:44
10:25:32
10:25:30
10:27:19
10:36:42
10:36:39
11:05:34
VPD ESCARPE,ALAN
VPD GODOY,RAYMON
VPD MARTINEZ,GABRI
VPD MADRIGAL,ALFON
VPD MANNINO,NICHOL
10:59:32
44E 11:00:15
11:01:35
10:48:38
10:48:35
5D30
5D33
5D35
10:36:35
20230306060
03/28/2023 12:03:11
ASSISTFD
VERIZON WIRELESS 1-800-451-5242
ALCOA AV // LEONIS BL, VERNON
VS Department OCA Number
VPD
RMS Juris
CA0197300RPTCR23-0445
VPD GODOY,RAYMON
VPD CEDENO,RUTH
VPD ESCARPE,ALAN
*44E
2P8
43
12:03:37
12:04:34
12:04:10
12:06:45
12:13:21
12:07:14
12:52:16
12:56:54
12:56:54
* Denotes Primary Unit
03/29/2023 00:14:27 Page 1 of 1
..
..
Item 10 Page 48 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/29/2023
Jurisdiction: VERNON Last Date: 03/29/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306130
03/29/2023 07:59:38
902T
REGINA
S ATLANTIC BL // BANDINI BL, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300CR23-0446
VPD GODOY,RAYMON *38W
22E
08:00:18 08:06:16
VPD FINO,MARCUS 08:43:59
08:10:57
08:54:05
08:54:05VPD HERNANDEZ,MIG 47E 08:05:32
20230306145
03/29/2023 12:56:50
594R
UNK
3600 S SOTO, VERNON
RPT Department OCA Number
VPD CR23-0447
RMS Juris
CA0197300
VPD LANDA,RAFAEL
VPD FLORES,TERESA
*48W 12:57:48
1STOF
12:57:52 12:58:54
12:58:51 13:21:10
20230306147
03/29/2023 13:48:43 MARQUEZ PRODUCE
1890 E 25TH, VERNON
VPD GODOY,RAYMON
RPT Department OCA Number
CR23-0448
RMS Juris484RVPDCA0197300
14:10:59
14:30:57
*38W 13:49:13 13:50:11 13:54:48
14:01:00
13:55:38
13:50:45
14:51:59
14:51:59
VPD FINO,MARCUS
VPD LANDA,RAFAEL
VPD GAYTAN,LORENZ
22E
48W 13:49:16
S6
13:50:12
20230306148
03/29/2023 14:02:53
DOA
UNK
4901 E DISTRICT BL, VERNON
RPT Department OCA Number
VPD
VPD
RMS Juris
CA0197300
CA0197300
CR23-0449
CR23-0451
VPD HERNANDEZ,MIG
VPD FINO,MARCUS
*47E
22E
14:10:38
14:11:00
14:26:19
18:54:31
18:24:37
14:55:40
15:19:17
16:04:10
VPD CEDENO,RUTH
VPD GODOY,RAYMON
VPD MACIEL,CYNTHIA
VPD MARTINEZ,GABRI
VPD LUCAS,JASON
2P8
38W
5D23
5D30
5D31
5D32
5D33
5D35
14:52:05
14:45:14
14:24:07
19:07:54
14:24:14
19:07:53
18:46:40
21:09:17
21:09:18
21:09:18
21:09:18
21:09:19
VPD SWINFORD,PHILL
VPD MADRIGAL,ALFON
VPD MANNINO,NICHOL
03/30/2023 00:09:10 Page 1 of 2
..
..
Item 10 Page 49 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/29/2023
Jurisdiction: VERNON Last Date: 03/29/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306148
03/29/2023 14:02:53 UNK
4901 E DISTRICT BL, VERNON
RPT Department OCA Number
VPD CR23-0449
VPD CR23-0451
RMS Juris
CA0197300
CA0197300
DOA
VPD PEREZ,NICK L1
S2
S6
14:49:56
14:11:24
14:30:57
21:09:19
VPD ESTRADA,IGNACI
VPD GAYTAN,LORENZ
14:20:31 17:02:21
17:29:11
20230306153
03/29/2023 18:05:33 SAIA MOTOR
2550 E 28TH, VERNON
VPD LANDA,RAFAEL
RPT Department OCA Number
VPD
RMS Juris
CA0197300487RCR23-0450
*48W 18:05:59 18:22:03
* Denotes Primary Unit
03/30/2023 00:09:10 Page 2 of 2
..
..
Item 10 Page 50 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/30/2023
Jurisdiction: VERNON Last Date: 03/30/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306169
03/30/2023 00:20:06 AT&T MOBILITY 800 635 6840 4RPT Department OCA Number
VPD
RMS Juris
CA0197300459VRMAYWOOD AV // EXCHANGE AV, VERNON CR23-0452
VPD ZOZAYA,OSCAR *47E 00:22:24 00:22:24 00:28:31 01:05:09
20230306185
03/30/2023 07:52:12
902T
sammy
PACIFIC BL // CHAMBERS, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300VICR23-0453
VPD CERDA,EUGENIO
VPD CEDENO,RUTH
VPD CERDA,PAUL,JR
*47W 07:54:05 07:54:53 08:16:00
08:53:47
08:00:30
09:10:45
2P8 08:45:45 09:15:36
41W 09:46:40
15:48:22
20230306197
03/30/2023 13:44:23
REC
VREC Department OCA Number
VPD
RMS Juris
CA0197300BANDINI BL // SUNOL DR, VERNON CR23-0454
VPD CERDA,PAUL,JR
VPD CEDENO,RUTH
*41W
2P8
38E
47W
48E
S2
13:48:57
14:03:21
13:54:06
13:49:46
13:52:01
13:52:15
13:53:30 15:05:12
VPD GODOY,RAYMON
VPD CERDA,EUGENIO
VPD LANDA,RAFAEL
VPD ESTRADA,IGNACI
14:41:40
15:06:55
14:41:08
14:40:31
20230306202
03/30/2023 15:38:28 UPS
3333 DOWNEY RD, VERNON
VPD GODOY,RAYMON *38E 15:41:17
RPT Department OCA Number
CR23-0455
15:49:36
RMS Juris
CA0197300487RVPD
15:41:18 17:16:19
20230306207
03/30/2023 17:45:23
902TR
BOSCH EMERGENCY SERVICES
E DISTRICT BL // 49TH, VERNON
RPT Department OCA Number
VPD
RMS Juris
CA0197300ORCR23-0456
VPD LANDA,RAFAEL
VPD CERDA,EUGENIO
*48E 17:46:24
47W
17:46:52 17:51:15
17:53:17
18:19:53
17:48:12 18:47:29
20230306210
03/31/2023 05:32:11 Page 1 of 2
..
..
Item 10 Page 51 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/30/2023
Jurisdiction: VERNON Last Date: 03/30/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306210
03/30/2023 19:04:28
902T
T-MOBILE USA, INC.CITE Department OCA Number
VPD CR23-0457
RMS Juris
CA0197300S SANTA FE AV // PACIFIC BL, VERNONVI
RPT
VPD
VPD
VPD
*43W 19:05:57
40E
19:15:37
19:16:01
19:15:39
19:36:37
19:16:32
19:24:15
20:16:06
20:11:34
44 19:06:02 20:53:26
23:05:33
20230306213
03/30/2023 21:03:19
WELCK
AT&T MOBILITY 800 635 6840 4
S ALAMEDA // 25TH, VERNON
RPT Department OCA Number
VPD
21:06:13
21:06:15
21:13:17
RMS Juris
CA0197300CR23-0458
VPD CAM,PATRICK
VPD REDONA,BRYAN
*43W 21:05:42 21:09:15
21:09:55
21:16:31
21:17:07
40E 21:05:43 21:48:44
VPD 44 21:45:45
21:47:24VPD GAYTAN,LORENZ S6
* Denotes Primary Unit
03/31/2023 05:32:11 Page 2 of 2
..
..
Item 10 Page 52 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/31/2023
Jurisdiction: VERNON Last Date: 03/31/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306222
03/31/2023 01:55:54RPT Department OCA Number
VPD
RMS Juris
CA0197300GTARLOMA VISTA AV // FRUITLAND AV, VERNON
VPD CAM,PATRICK *43W 01:56:22
CR23-0459
01:56:23 02:01:19 03:13:09
20230306223
03/31/2023 02:09:19
FU
UPS
3333 DOWNEY RD, VERNON
1015
RPT
VPD REDONA,BRYAN *40E
44
02:15:26
02:20:46
04:22:54
04:24:03
04:13:43
04:43:37
VPD 02:15:35 06:16:34
06:16:35
06:16:35
VPD LUCAS,JASON 5D31
5D33
L2
VPD MADRIGAL,ALFON
VPD HERRERA,GUSTA 04:24:05
20230306234
03/31/2023 08:42:35
459R
RPT ROBERTSONS READY MIX
3365 E 26TH, VERNON Department OCA Number
VPD CR23-0460
VPD CR23-0461
RMS Juris
CA0197300
CA0197300
VPD NEWTON,TODD
VPD SALDANA,CARLO
*48W 08:45:26
40E 10:56:47
08:45:56
08:48:38
08:48:46
11:47:2708:52:40
20230306238
03/31/2023 09:15:05
140
SUP
4305 S SANTA FE AV, VERNON
VPD NEWTON,TODD *48W 09:17:01
RPT
09:17:02 09:18:14
13:23:53
09:42:15
14:13:29
20230306243
03/31/2023 13:23:53
DETAIL
RPT
6542 MILES, HUNTINGTON PARK
*5D33VPD MADRIGAL,ALFON
20230306246
03/31/2023 14:43:42
ID THEFT RPT
TIFFANY ALANA
2808 S SANTA FE AV, VERNON
RPT Department OCA Number
VPD CR23-0462
RMS Juris
CA0197300
04/01/2023 04:44:04 Page 1 of 2
..
..
Item 10 Page 53 of 54
VERNON POLICE DEPARTMENT
Call Log Report Type All Unit Times and Location with OCA's
First Date: 03/31/2023
Jurisdiction: VERNON Last Date: 03/31/2023
CallerCall Number Disp Ten Received
Code Complaint Address Unit Time
Dep Officer Unit Dispatch Enroute OnScene Depart Arrive Remove Comp
20230306246
03/31/2023 14:43:42 TIFFANY ALANA
2808 S SANTA FE AV, VERNON
RPT Department OCA Number
VPD
RMS JurisID THEFT RPT CR23-0462 CA0197300
15:50:08
16:48:14
VPD NEWTON,TODD
VPD CERDA,EUGENIO
*48W 14:47:12
47W 16:46:09
14:47:13
16:46:13
14:58:29
20230306247
03/31/2023 15:11:14 MARTIN RAMIREZ
S SANTA FE AV // 30TH, VERNON
VPD CERDA,EUGENIO *47W 15:12:29
RPT Department OCA Number
VPD
RMS Juris
CA0197300901TRCR23-0463
15:12:51 15:15:59 15:58:39
20230306248
03/31/2023 15:17:14
484R
ABC BIKESRPT Department OCA Number
VPD
RMS Juris
CA01973002900 S SANTA FE AV, VERNON CR23-0464
VPD SALDANA,CARLO
VPD NEWTON,TODD
*40E
48W
15:43:08 15:49:45
15:50:14
16:42:29
16:47:35
20230306252
03/31/2023 17:02:43
902T
RPT Department OCA Number
VPD
RMS Juris
CA01973004353 EXCHANGE AV, VERNON CR23-0465
VPD SALDANA,CARLO
VPD CERDA,EUGENIO
*40E 17:05:13 17:19:44 17:24:46
17:19:54
17:06:39 17:50:51
17:50:5147W17:15:27
20230306270
03/31/2023 22:06:18
245R
RPT WHITE MEMORIAL HOSPITAL
SOTO//37TH, VERNON Department OCA Number
VPD CR23-0466
RMS Juris
CA0197300
VPD HERNANDEZ,MEL *38E 22:12:53 22:27:48 00:03:05
* Denotes Primary Unit
04/01/2023 04:44:04 Page 2 of 2
..
..
Item 10 Page 54 of 54
City Council Agenda Report
Meeting Date:May 16, 2023
From:Todd Dusenberry, General Manager of Public Utilities
Department:Public Utilities
Submitted by:Adriana Ramos, Administrative Analyst
Subject
Electrical Easement Deed with 3430 E. 26th Street Investors, LLC
Recommendation
Accept the Electrical Easement and authorize the Mayor to execute the Certificate of Acceptance.
Background
The property located at 3430 East 26th Street is being redeveloped, and an easement is needed
for the installation and maintenance of new City-owned electrical conduit and equipment serving
the property. Specifically, a new 140,000+ square foot building has been constructed on the
property. As a result, a new electrical service is required to serve the property adequately.
The Public Utilities Department received a fully executed Electrical Easement from 3430 E. 26th
Street Investors, LLC for the property at the location mentioned above, also known as Assessor’s
Parcel Number 6303-001-012.
The Certificate of Acceptance has been reviewed and approved as to form by the City Attorney’s
Office.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
1. Electrical Easement and Certificate of Acceptance - 3430 E 26th Street
..
..
Item 11 Page 1 of 10
RF,CORDING REQUESTED BY
and
WHEN RECORDED MAIL TO:
City of Vernon
4305 Santa Fe Avenue
Vernon, CA 9005 8
Attn: City Clerk
MAIL TAX STATEMENTS TO:
Exempt
SPACE ABOVE THIS LINE RESERVED FOR RECORDER'S USE
EASEMENT
(ELECTRICAL)
03- 01-012
DOCUMENTARY TRANSFER TAX IS NONE, -NOT REQUIRED SEC. 11922
REVENUE TAXATION CODE.
FOR VALUABLE CONSIDERATION, RECEIPT OF WHICH IS HEREBY
ACKNOWLEDGED,
3430E 26t h Street Investors, LLC (the "Grantor")
HEREBY GRANTS) TO:
City of Vernon, a municipal corporation (the "Grantee")
An easement for every purpose beneficial to the Vernon Public Utilities Department, including,
but not limited to, the right to construct, lay, install, use, maintain, alter, add to, repair, replace,
inspect and remove underground and overhead electric and other public utilities, consisting of
pole, guys and anchors, crossarms, wires, cables, conduits, manholes, vaults, pull boxes, markers
and other fixtures and appliances with the right of ingress and egress in, on, over, under, across
and through that certain real property in the City of Vernon, County of Los Angeles, State of
California, as described in Exhibit "A" ,attached hereto and incorporated herein by this reference,
and as more particularly shown on the map attached hereto as Exhibit "B" and incorporated
herein by this reference. This easement is on a portion of the property owned by the Grantor. The
Grantee, and its employees shall have free access to said facilities and every part thereof, at all
times, for the purpose of exercising the rights herein granted.
Date: A,p~i ~ 1 ~- , 2023
..
..
Item 11 Page 2 of 10
3430E 26t" Street Investors LLC
a Delaware limited liability company
By: PI 26t" Street, LLC
a Delaware limited liability company
Its: Managing Member
By: Pacific Industrial, LLC
a Delaware limited liability company
Its: Manager
"Grantor"
~Ih~11~lrr R. ~LD~L1a'/~1 l I~lh~l~C~~.
une, Trtle
igna re
A~ame, Title
Sig~~attrre
..
..
Item 11 Page 3 of 10
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Lbs ,A N~~~ES )
On A.~cz.~ ~. i'~- , zo23 before me, M~~r~EF1 1~ h~~~~ . Nay A~~' ~t ~$~~ ~.
(insert name and title of the officer)
personally appeared _ ,~~.rvi ~t~E (~, ~i,o~~a~r~ ,
who proved to me on the basis of satisfactory evidence to be the person¢~~-}whose named is e-
subscribed to the within instrument and acknowledged to me that he /~eq executed the same in
hisl~e ~r authorized capacity, and that by his~k~~ eta signatures-) on the instrument the
person{-s-}; 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.
yE1'~ ~~>y MA~HEW N. WADE
Notary Public -California z
WITNESS my hand and official seal . z z .> ~ losAngeles County
Commission ~ 2414615
~'~~ a~"~~ My Comm. Expires Sep 3, 2421
Signature i~%I~~~ l~/~ (Seal)
..
..
Item 11 Page 4 of 10
EXHIBIT "A"
ELECTRICAL EASEMENT
LEGAL DESCRIPTION
BEING A PORTION OF LAND LYING WITHIN THE RANCHO SAN ANTONIO, IN THE CITY OF VERNON,
COUNTY OF LQS ANGELES, STATE OF CALIFORNIA, AS PER MAP FILED IN BOOK 1, PAGE 389, OF
PATENTS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, DESCRIBED AS FOLLOWS:
COMMENCING AT THE CENTERLINE INTERSECTION OF SIERRA PINE AVENUE AND 26TH STREET, AS
SHOWN ON A MAP FILED IN BOOK 223, PAGES 65 AND 66, RECORDS OF SURVEY, IN THE OFFICE OF THE
COUNY RECORDER OF SAID COUNTY;
THENCE ALONG TH E CENTERLINE OF SAID 26TH STREET SOUTH 7427'30" EAST 1.02 FEET TO AN ANGLE
POINT ON SAID CENTERLINE AS SHOWN ON SAID RECORD OF SURVEY;
THENCE CONTINUING ALONG THE CENTERLINE OF SAID 26TH STREET SOUTH 86`18'10" EAST 438.36
FEET;
THENCE DEPARTING SAID CENTERLINE AT RIGHT ANGLES SOUTH ~3'41'S0"WEST 20,Q0 FEET TO A
POINT ON THE SOUTHERLY RIGHT-OF WAY-LINE OF 26TH STREET, SAID POINT BEING 7HE TRUE POINT
OF BEGINNING;
THENCE DEPARTING SAID SOUTHERLY RIGHT-OF-WAY LINE, SQUTH 00°33'55" WEST" 7.55 FEET TO THE
BEGINNING OF ATANGENT CURVE, CgNCAVE NORTHWESTERLY, AND HAVING A RADIUS OF 17.50 FEET
THENCE SOUTHERLY AND SOUTHWESTERLY ALONG THE ARC pF SAID CURVE THROUGH A CENTRAL
ANGLE OF 91°33' 42", AN ARC DISTANCE OF 27.97 FEET;
THENCE TANGENT TO SAID CURVE NORTH 87°52'22" WEST 9.p2 FEET TO THE BEGINNING OF A
TANGENT CU RV E, CONCAVE SOUTHEASTERLY, AND HAVING A RADIUS OF 7.50 FEET;
THENCE SOUTHWESTERLY ALONG THE ARC OF SAID CURVE'fHROUGH A CENTRAL ANGLE OF 9056'18",
AN ARC DISTANCE OF 11.90 FEET;
THENCE NON-TANGENT TO SAID CURVE SOUTH 01°13'45" WEST 110.33 FEET TO THE BEGINNING OF A
NON-TANGENT CURVE, CONCAVE WESTERLY, AND HAVING A RADIUS OF 11.00 FEET, RADIAL LINE TO
SAID POINT THAT BEARS NORTH 88°4'05" WEST;
THENCE SOUTHWESTERLY ALONG THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 14`48'32",
AN ARC DISTANCE OF 2.84 FEET;
THENCE TANGENTTO SAID CURVE SOUTH 16°02'27" WEST 24.00 FEET;
THENCE SOUTH 88°48'40" EAST 13.58 FEET;
THENCE SOUTH 01°17'36" WEST 19.97 FEET;
THENCE NORTH 8848'40" WEST 23.34 FEET;
PAGE 1 OF 3
..
..
Item 11 Page 5 of 10
EXHIBIT "A"
ELECTRICAL EASEMENT
LEGAL DESCRIPTION
THENCE NORTH 01°34'14" EAST 22.98 FEET;
THENCE NORTH 16°16'07" EAST 23.55 FEET TO THE BEGINNING OF ANON-TANGENT CURVE, CONCAVE
WESTERLY, ANLl HAVING A RADIUS OF 1.00 FEET, A RADIAL LINE TO SAID POINT THAT BEARS NORTH
73°57'33" WEST;
THENCE NORTHEASTERLY ALONG THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 14'48'32",
AN ARC DISTANCE OF 0.26 FEET;
THENCE NON-TANGENT TO SAID CURVE NORTH 01°13'45" EAST 110.32 FEET TO THE BEGINNING OF A
NON-TANGENT CURVE, CONCAVE SOUTHEASTERLY, AND HAVING A RADIUS OF 17.50 FEET, A RADIAL
LINE TO SAID POINT THAT BEARS SOUTH 88°48'40" EAST;
THENCE NORTHEASTERLY ALONG THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 90'56'18",
AN ARC QISTANCE OF 27.78 FEET
THENCE TANGENT TO SAID CURVE SOUTH 87°52'22" EAST 9.02 FEET TO THE BEGINNING OF A TANGENT
CURVE, CONCAVE NORTHWESTERLY, AND HAVING A RADIUS OF 7.50 FEET;
THENCE NORTHEASTERLY ALONG THE ARC OF SAID CURVE THROUGH A CENTRAL ANGLE OF 9133' 42",
AN ARC DISTANCE OF 11.99 FEET;
THENCE TANGENT TO SAID CURVE NORTH 00°33'55" EAST 8.1Q FEET TO A POINT ON THE SOUTHERLY
RIGHT-OF-WAY LINE OF SAID 26 T" STREET;
THENCE ALONG SAID SOUTHERLY RIGHT-Of-WAY LINE, SQUTH 86`18'10" EAST 10.01 FEET TO THE TRUE
POINT OF BEGINNING.
PAGE 2 OF 3
..
..
Item 11 Page 6 of 10
EXHIBIT "A"
ELECTRICAL EASEMENT
LEGAL DESCRIPTION
THE ABOVE-DESCRIBED PARCEL CONTAINS 2,404 SQUARE FEET, MORE OR LESS.
ALL AS SHOWN ON EXHIBIT "B" ATTACHED HEREWITH AND MADE A BART HEREOF.
SUBJECT TO ALL MATTERS OF RECORD, IF ANY. .AND
~c'~ PETER `~~o~ THIS DESCRIPTION HAS BEEN PREPARED BY ME, v EDWARD ~
OR UNDER MY DIRECTION ON MARCH 16, 2oz3. WEILBACHER
* Exp.06/3~/24
N0. 8403
l~~1~~ OF' CAl-~F~~~\A
PETER E. WEILBACHER, PLS 8403
EXPIRES 06/30/2024
PAGE30F3
..
..
Item 11 Page 7 of 10
N ANTpN10
RAND ~p SA / 389
EXHIBIT nBn
ELECT~4fCAL EASEMENT
3430 E. 26TH STREET, VERNON
_' ~ —
SIERRA PINE AVE.
PARCEL 1
(APN: 6303-007 - D72)
— 22.98' -- ~4 0 588'48'4
~ ~ `~ r~ - ~ NO 1 ° ~ 3'45"E 1 1 Q.32'
M~ {~ \\\\\\\\`\\\ ~~~~\\\\\\
~ ~ 7' ~ ~ ~ SO l 13 45'W 1 10.33'
._ ~~ ~ , ~ 19.97' i~ N88'46~05"W RAD i.
~C3 N88'46'05"W RAD
r~rfe~•i n~~r~11r /n ~r
w■
INDEX SHFET
SCALE: 1 " = 30'
LEGEND
~~ .~
T.P.O.B,
P. 0. C.
SEE SHEET 2 FOR NOTE.
EXISTING LOT LINE
STREET CENTERLINE
TRUC PO1NT OF BEGINNING
P01NT OF COMMENCEMENT
ELECTRICAL EASEMENT
AREA = 2,404 SF
sHFEr ~ of z
P.O. C
C.L. INT.
L}
E;
~ ~
S'LY
R/W LINE
26TH ST. nt
p 20.00'
~o
MI
~,s W
O
~~~ ~ ~
0
;' ~ ~rL 1 1
i L12
y /, .'~ ,.TL l3 ~
ol` ~ o T. P.O. B.
~~~~~ LANO S~~G~
~u PETER ~o
EDWARD ~'
WEILBACHER
* Exp. 06/30/24 y~
N0. 8403
~T9TF ~F CA1-~F~~~\P
1/ ~l~
PETER WEILBACHER, PLS 8403
EXPIRES 06-30-24
DATE: 03/ 15/2023 I ..
..
Item 11 Page 8 of 10
~VLJIQIT nQn SHEET 2 OF 2
/\I-7 u 1 u
ELECTRICAL EASEMENT
3430 E. 2bTH STREET, VERNON
LINE TABLE
LINE LENGTH BEARING
L1 1.02 S74'27'30'~E
L2 20.00 S03'41'S0'~W
L3 7.55 S00'33'S5"W
L4 9.02 N87'52'22"W
L5 24.00 S16'02'27"W
L6 13.58 S88'48'40"E
L7 19.97 S01'17~36"W
L8 23.34 N88'48'40"W
L9 22.98 N01'34'14"E
L10 23.55 N16'16'07"E
L11 9.02 S87'52~22"E
L12 8.10 N0033'55"E
L13 10.01 S86'18~10'~E
rvorE:
CURVE TABLE
CURVE RADIUS LENGTH DELTA
C1 17.50' 27.97' 91'33'42'
C2 7.50' 11.90' 90'56'18"
C3 11.00' 2.84' 14'48'32"
C4 1.00' 0.26' 14'48'32"
C5 17.50' 27.78' 90'56'18"
C6 7.50' 11.99' 91'33'42"
THIS PLAT WAS PREPARED FROM RECORD DATA PER A
MAP FILED IN BOOK 223, PAGES 65 AND 66, RECORDS
OF SURVEY, IN THE OFFICE OF THE COUNTY RECORDER
OF LOS ANGELES COUNTY, STATE OF CALIFORNIA.
DATE: 03/ 1 S/2023 ..
..
Item 11 Page 9 of 10
CERTIFICATE OF ACCEPTANCE
(California Government Code Section 27281)
This is to certify that interests in real property conveyed to or created in favor of the City of Vernon
by that certain Electrical Easement executed by 3430 E. 26th Street Investors, LLC, a Delaware
limited liability company and dated April 17, 2023, is hereby accepted by the undersigned officer
on behalf of the City pursuant to the authority conferred by Minute Order by the City Council of
the City on May 16, 2023, and the grantee consents to recordation thereof by its duly authorized
officer.
Dated: , 2023
CITY OF VERNON
CRYSTAL LARIOS, Mayor
ATTEST:
LISA POPE, City Clerk
APPROVED AS TO FORM:
ZAYNAH N. MOUSSA,
City Attorney
..
..
Item 11 Page 10 of 10
City Council Agenda Report
Meeting Date:May 16, 2023
From:Scott Williams, Director of Finance
Department:Finance
Submitted by:Angela Melgar, Finance Manager
Subject
Professional Services Agreement with The Pun Group LLC for Professional Auditing Services
Recommendation
Approve and authorize the City Administrator to execute a Professional Services Agreement with
The Pun Group LLC, in substantially the same form as submitted, for Professional Auditing
Services for a total amount not-to-exceed $384,999, for a three-year term.
Background
City of Vernon Charter Chapter 8.11requires the City Council to “appoint a California certified
public accountant or firm of certified public accountants to provide an independent, annual audit
of all City accounts, including the accounts of all departments, officers, and employees who
receive, handle or disburse public funds.” The audits are to be conducted in accordance with
auditing standards generally accepted in the United States of America and Government Auditing
Standards, issued by the Comptroller of the United States. It is a best practice for organizations
to change auditors every three to four years as new audit firms bring original perspectives on
existing accounting judgments and knowledge gained through their individual public sector
experience.
On March 20, 2023, the City issued a Request for Proposals (RFP) for Professional Auditing
Services in accordance with Municipal Code Section 3.32.080. The RFP was provided to five
professional accounting firms specializing in government auditing and placed on Planet Bids for
other interested firms to participate. On April 3, 2023, a total of two responses were received
from The Pun Group LLC and Badawi & Associates. Both firms were deemed to be responsive
to the RFP and evaluated through a competitive selection process, including qualifications, cost
and fees, responsiveness, and comparable references. Based on the internal panel’s evaluation,
The Pun Group LLC was recommended for selection due to their level of organization and use
of technology to expedite document collection and analysis during the audit, among other factors.
The Pun Group LLC is a full-service, small national firm that provides auditing, accounting, and
advisory services. It was named one of the “Top Accounting Firms” by the Orange County
Business Journal and is on the list of CalCPA Top 150 firms. What really sets the firm apart is its
use of technology. The Pun Group LLC has made key investments in technology to enhance
security and promote audit efficiency. Their secure data file transfer system, Suralink, houses all
the documents for the engagement eliminating loss and duplication.
The agreement includes several tasks as part of the engagement:
•Annual Comprehensive Financial Report
•Standalone Annual Financial Reports for Vernon Public Utilities, Electric Utility, and Water
Utility
•Single Audit Report
•Appropriation Limit Calculations (GANN)
•Auditors Communication Letter (SAS No. 112)
•A separate Management Letter (SAS No. 114)
..
..
Item 12 Page 1 of 67
•State Controller’s Office Annual Financial Transaction Report
•State Controller’s Office Annual Streets Report
•Assistance implementing applicable GASB pronouncements not yet in effect.
The proposed fees for these services would be $110,000 for the audit Fiscal Year (FY) 2022-23
billed in FY 2023-24, $113,300 for FY 2023-24 billed in FY 2024-25, and $116,699 for FY 2024-
25 billed in FY 2025-26. These amounts include Single Audit fees for one (1) major program, as
described by the Office of Management and Budget’s (OMB) Uniform Guidance. Moreover,
$15,000 per year has been added to the annual amounts to cover three additional major
programs, bringing the three-year total to $384,999. These fees will not be incurred if there are
fewer major programs or if the City has less than $750,000 in Federal awards expenditures during
the fiscal year and does not require the Single Audit.
The proposed agreement has been reviewed and approved as to form by the City Attorney’s
Office.
Fiscal Impact
The fiscal impact is not-to-exceed $384,999 for a 3-year term. Funds will be budgeted in FY
2023-24 and subsequent years in General Fund, Finance Department, Professional Services –
Other Account No. 011-010-130-529225.
Attachments
1. Services Agreement – The Pun Group LLC
..
..
Item 12 Page 2 of 67
Page 1 of 17
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND THE PUN GROUP
LLP FOR PROFESSIONAL AUDITING SERVICES
COVER PAGE
Contractor: The Pun Group LLP
Responsible Principal of Contractor: Kenneth H. Pun, CPA, CGMA, Managing
Partner
Notice Information - Contractor: The Pun Group LLP
200 E. Sandpoint Ave., Suite 600
Santa Ana, CA 92707
Attention: Kenneth H. Pun, CPA, CGMA,
Managing Partner
Telephone: (949) 777-8801
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Scott Williams,
Director of Finance/City Treasurer
Telephone: (323) 583-8811 ext. 849
Commencement Date: May 16, 2023
Termination Date: May 15, 2026
Consideration: Total not to exceed $384,999.00 (includes
all applicable sales tax); and more
particularly described in Exhibit B
Records Retention Period Three (3) years, pursuant to Section 11.20
..
..
Item 12 Page 3 of 67
Page 2 of 17
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND THE PUN GROUP
LLP FOR PROFESSIONAL AUDITING SERVICES
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation (“City”), and The Pun Group LLP, a limited liability partnership
(“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 May 16, 2023.
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 March 20, 2023, and titled Request
for Proposals for Professional Auditing Services, and Contractor's proposal to the City
("Proposal") dated April 3, 2023, 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 May 16, 2023, and it shall continue until May
15, 2026, 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
..
..
Item 12 Page 4 of 67
Page 3 of 17
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
..
..
Item 12 Page 5 of 67
Page 4 of 17
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
perform any term, provision, covenant or condition of this Agreement, except to the extent such
..
..
Item 12 Page 6 of 67
Page 5 of 17
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 $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.
(1) If Contractor employs other contractors as part of the services rendered,
Contractor's Protective Coverage is required. Contractor may include all
subcontractors as insureds under its own policy or shall furnish separate
insurance for each subcontractor, meeting the requirements set forth
herein.
(2) Contractor agrees to subrogate General Liability resulting from
performance under this agreement by agreeing to defend, indemnify and
hold harmless, the City, and its respective employees, agents, and City
Council from and against all claims, liabilities, suits, losses, damages,
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
the performance of the services.
iv. Professional Errors and Omissions coverage in a sum of at least $1,000,000,
..
..
Item 12 Page 7 of 67
Page 6 of 17
where such risk is applicable. Applicable aggregates must be identified and claims history
provided to determine amounts remaining under the aggregate. Contractor shall maintain such
coverage for at least one (1) year after the termination of this Agreement.
v. Contractor shall comply with the applicable sections of the California Labor Code
concerning workers' compensation for injuries on the job. In addition, Contractor shall require
each subcontractor to similarly maintain workers’ compensation insurance in accordance with
the laws for California for all of the subcontractor’s employees. Compliance is accomplished in
one of the following manners:
(1) Provide copy of permissive self-insurance certificate approved by the
State of California; or
(2) Secure and maintain in force a policy of workers' compensation insurance
with statutory limits and Employer's Liability Insurance with a minimal limit
of $1,000,000 per accident. The policy shall be endorsed to waive all
rights of subrogation against City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this
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.
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
..
..
Item 12 Page 8 of 67
Page 7 of 17
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.
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
..
..
Item 12 Page 9 of 67
Page 8 of 17
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.
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
..
..
Item 12 Page 10 of 67
Page 9 of 17
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
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
..
..
Item 12 Page 11 of 67
Page 10 of 17
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: Scott Williams, Director of Finance/City Treasurer
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
The Pun Group LLP
Attention: Kenneth H. Pun, CPA, CGMA, Managing Partner
200 E. Sandpointe Ave., Suite 600
Santa Ana, CA 92707
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.
..
..
Item 12 Page 12 of 67
Page 11 of 17
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
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
..
..
Item 12 Page 13 of 67
Page 12 of 17
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.
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
..
..
Item 12 Page 14 of 67
Page 13 of 17
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].
..
..
Item 12 Page 15 of 67
Page 14 of 17
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
The Pun Group LLP, a limited liability
partnership
By:
Name:
Title:
ATTEST:
_______________________________
Lisa Pope, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Zaynah N. Moussa, City Attorney
..
..
Item 12 Page 16 of 67
Page 15 of 17
EXHIBIT A
CONTRACTOR'S PROPOSAL
..
..
Item 12 Page 17 of 67
Image Credit: Shutterstock (Royalty-Free)
Managing Partner
200 E. Sandpointe Ave., Suite 600, Santa Ana, CA 92707
(949) 777-8801 | ken.pun@pungroup.cpa
Kenneth H. Pun, CPA, CGMA
..
..
Item 12 Page 18 of 67
The Pun Group LLP is recognized for its professionalism, integrity and for providing clients with practical solutions
unique to their circumstances and issues. You will receive a superior level of service and a quality audit.
Thank You!
Thank you for allowing us to submit our qualifications to provide you with
Professional Audit Services.
The Pun Group LLP
Certified Public Accountants and Business Advisors
WHY CHOOSE
THE PUN GROUP LLP?
Big firm expertise, small firm values
Personal attention meets technical expertise
A unique firm culture
Innovation embraced
Achievable plans to move your organization forward
The Pun Group’s most
valuable asset is our
people, they and their
deep experience drive our
every interaction with
clients.
“
”
Kenneth H. Pun, CPA, CGMA
Founder & Managing Partner
..
..
Item 12 Page 19 of 67
City of Vernon
Table of Contents
Cover Letter .................................................................................................. A
Introduction .................................................................................................... 1
General Scope of Work .................................................................................. 3
Work Plan ....................................................................................................... 4
Fees and Costs ............................................................................................ 11
Ability of the Proposer to Perform ................................................................ 14
Affidavit of Non-Collusion ............................................................................. 18
Let’s Get to Work! ........................................................................................ 19
Appendix A – Engagement Team Resumes ................................................... i
Appendix B – Firm’s Experience with Government .................................... viii
Appendix C – Complimentary Client Training ............................................. xvi
Appendix D – Sample of Certificate of Insurance ...................................... xvii
Appendix E – Peer Review ........................................................................xviii
Appendix F – Other Important Information .................................................. xix
..
..
Item 12 Page 20 of 67
The Pun Group Wins
2023 “Best of Accounting” Award
The Pun Group LLP is proud to have won 2023’s Best of
Accounting® award from ClearlyRated for providing superior
service to its clients.
Winners of such awards have proven to be industry leaders in
service quality based entirely on ratings provided by their
clients. On average, clients of 2023 Best of Accounting
winners are 70% more likely to be satisfied than those who
work with non-winning firms.
“I am pleased to introduce the 2023 Best of Accounting
winners alongside their validated service ratings on
ClearlyRated.com,” said ClearlyRated’s CEO, Eric Gregg.
“These firms have demonstrated a remarkable commitment to
delivering amazing experiences, despite another year of
upheaval and macroeconomic uncertainty. Hats off to these
service leaders - it’s truly an honor to recognize and celebrate
their achievements.”
The Pun Group LLP received satisfaction scores of 9 or 10 out
of 10 from 94.1% of their clients, significantly higher than the
industry’s average of 50%.
Our firm excelled in five key areas: Responsiveness, Quality,
Value, Needs Understanding, and Proactive Approach.
About ClearlyRated
Rooted in satisfaction research for professional service
firms, ClearlyRated utilizes a Net Promoter® Score survey
program to help professional service firms measure their
service experience, build an online reputation, and
differentiate on service quality.
“Excellent customer service and staff and
partners are expert in their fields.”
Lani H.
State and Local Government Client
“We started using Pun Group when the
pandemic first started two years ago so
had a little apprehension about doing
everything remotely with a new firm. But
the audit went very well and was
completed on time without problem.”
Kevin W.
State and Local Government Client
“The Firm has consistently exceeded our
expectations as client.”
Clint O.
State and Local Government Client
“An excellent partner and amazing service.”
Jim T.
Private Sector Client
..
..
Item 12 Page 21 of 67
200 E. Sandpointe Avenue, Suite 600
Santa Ana, California 92707
City of Vernon
Cover Letter
April 3, 2023
City of Vernon
Scott Williams, Director of Finance/City Treasurer
4305 Santa Fe Avenue
Vernon, California 90058
Re: RFP for Professional Audit Services
Dear Scott Williams:
Please allow us to introduce our Firm and share our qualifications and proposed services plan for the City
of Vernon (the “City”) according to your Request for Proposals for Professional Audit Services for the fiscal
years June 30, 2023, 2024 and 2025.
The Pun Group LLP (the “Firm”) has the knowledge and experience necessary to become the City’s next
public accounting firm and the work plan to ensure a smooth process.
The City of Vernon is requesting the Firm to perform Professional Audit Services and issue opinions on
the City’s financial statements. This letter is an acknowledgment of the Firm’s understanding of the work
to be performed. We are offering our commitment to deliver all of the required work, complete the audit,
and issue the necessary auditor’s reports within the periods outlined by the City. No subcontractors will
be utilized for this engagement.
The Pun Group is the right choice for the City of Vernon because:
We Understand the Demographics and Your Needs. The Pun Group is reputable for
its governmental practice. We are the principal auditors for cities in California such as
Bell, Fresno, Gilroy, Hercules, Lakewood, Madera, Montebello, Monterey, Napa, National
City, Palm Springs, Salinas, San Mateo, Santa Clarita, Stockton, Tracy, and several
others. Accordingly, the proposed engagement team has a deep understanding of the
current issues that municipalities are facing, such as varying demographics, economic
environments, and the constantly changing landscape of laws and regulations.
Recognized Leader in the Governmental Industry. We are a small national Firm with
licenses in the States of California, Arizona, and Nevada and a proven leader in
professional services to the government sector. All key engagement team professionals
are licensed to practice as Certified Public Accountants and meet the Continuing
Professional Education requirements under US GAO’s Government Auditing Standards
to perform the proposed audits. The partners and all employees proposed to perform the
requested services do not have a record of substandard audit work nor have any
outstanding claim of substandard practice or unsatisfactory performance pending with the
State Board of Accountancy or other professional organizations. In addition, we are
members of the national AICPA Audit Quality Center.
We strongly believe that part of our success is credited to our professionals’ participation
in various industry-leading organizations. Such affiliations are critical to addressing
emerging accounting and auditing issues within the industry environment.
..
..
Item 12 Page 22 of 67
City of Vernon
B | PUNGROUP.CPA
You’ll Work with a Team that Embraces Innovation and Continuous Improvement.
Our Firm is committed to continuous improvement as it relates to service delivery. We
embrace innovation and identify areas of technological enhancements in our audit and
project management approaches. For example:
Secure Data File Transfer System. In order to improve audit efficiency, workflow
management software plays an essential role between your organization and our
engagement team. We employ a secure data file transfer system called Suralink.
Suralink’s dynamic request list is integrated with our secure file hosting system for
seamless document-request coordination, including the upload of large-size files. It
means all our requests are in one place, updated in real-time, and accessible by
everyone working on the engagement. Not only makes the operation more cost-
efficient, but it also enables you and your team to spend your time getting the job
done, not reconciling a messy list of outstanding items. In addition, Suralink’s
dashboard allows you to visualize the process of document-request fulfillment.
AI Auditor. The Pun Group leverages the technology and research tools required to
provide excellent services to its clients. With the usage of Artificial Intelligence (AI)
technology, the Firm is capable of issuing all reports requested faster than other audit
firms without exposing the City to unnecessary risks.
Remote Auditing Capability. Remote working arrangements have suddenly
become the “new normal” in these trying times. Our Firm has deployed top-notch
technology and fully transitioned to “remote auditing,” offering our clients the quality
services they deserve while being fully “remote” or operating in a “hybrid” schedule.
“On-site” audits are still the Firm’s preferred method, and we’ll continue to offer and
promote those as well.
Knowledge is Shared with You. As part of our pledge to keep you updated on new
technical accounting and financial issues, we implemented our 2023 Virtual Government
Accounting Conference, which qualifies for up to 15 hours of CPE – nearly double what
other firms offer. These online sessions are free of charge and part of the service package
provided to you. More details and dates can be found on the “Client Training Webinars”
topic under this proposal.
The Pun Group is proud of its inclusive values and is an avid promoter of equality and diversity. In
addition, the Firm is an equal-opportunity employer and complies with all federal and state hiring
requirements. We’re proud of supporting affirmative-action philosophies and work hard to provide
opportunities for self-enhancement to members of disadvantaged groups.
This proposal is a firm and irrevocable offer valid for ninety (90) days following the closing date for the
receipt of all proposals.
Finally, we would like to emphasize one additional point: We want to earn your trust and your business!
We are confident that the energetic and experienced team we have assembled is the right one for the City.
Our commitment to serving the City of Vernon cannot be adequately conveyed in a letter, and I look forward
to continuing the discussion with you. I’m assigned as your primary contact for contract negotiations and
stand steadfast to serve as your engagement/lead partner. I’m also authorized to legally bind the Firm.
Should you have any questions or wish to discuss this proposal, please do not hesitate to contact me at
(949) 777-8801 or by email at ken.pun@pungroup.cpa.
Sincerely,
Kenneth H. Pun, CPA, CGMA | Managing Partner | The Pun Group LLP
..
..
Item 12 Page 23 of 67
City of Vernon
1 | PUNGROUP.CPA
Introduction
About the Firm
The Pun Group LLP, Certified Public Accountants, and
Business Advisors, founded in 2012, is a limited liability
partnership. We are a full-service small national firm
comprised of forty-eight professionals providing
auditing, accounting, and advisory services to our
clients.
The Firm has become one of the “Top Accounting
Firms” in Orange County according to the Orange
County Business Journal and is also on the list of
CalCPA Top 150 firms.
The combination of our hands-on experience and
practical knowledge exercised by our audit
professionals makes the Firm unique in our field. Our
technical expertise and thorough understanding of
current regulations and issues—along with the Firm’s
commitment to hard work, integrity, and teamwork in
every engagement—enable us to help our clients
succeed.
Our Partners’ Group—which includes Kenneth Pun,
Frances Kuo, Andrew Roth, Coley Delaney, Vanessa
Burke, John Georger Jr., Gary Caporicci, and Jim
Fritzsche — provides auditing, accounting, and advisory
services to numerous governmental entities throughout
the United States. With more than two hundred years of
combined experience in the industry, we have become
a trusted business partner and are well-respected as
leaders in the industry in one of the fastest-growing
firms. With nearly 100 government and not-for-profit
audit clients, our Partners have a real passion for the
industry and believe we are unmatched in our municipal
experience. The firm also meets professional standards
generally accepted in the United States of America and
the standards applicable to financial audits contained in
‘Government Auditing Standards’ issued by the
Comptroller General of the United States.
The Firm’s headquarters are located in Orange County,
California, with five branches in San Diego, Walnut
Creek, Sacramento (California), Las Vegas (Nevada),
and Phoenix (Arizona).
The Orange County Office located at 200 E. Sandpointe
Ave., Suite 600, Santa Ana, CA 92707, will perform the
requested services for the City. However, we may
assign additional staff from our other offices to the
engagement at no extra cost to the City. No
subcontractors will be used in this engagement.
OUR FIRM
AT A GLANCE
48 full-time auditing,
accounting, tax and
advisory professionals
One of the fastest growing
firms serving California,
Nevada and Arizona
6 offices across
3 states
Client retention rate:
90 – 95%
OUR
AFFILIATIONS
..
..
Item 12 Page 24 of 67
City of Vernon
2 | PUNGROUP.CPA
Full-Time Government Auditors
As full-time government auditors, we understand that governmental
entities do not operate independently but in an increasingly complex web
of local, state, and federal relationships. We know how these
relationships work, what they mean at the local level, and how every
public organization’s focus on resource management is critical to
success.
Also, while many accounting Firms can provide services, not all can build
excellent working relationships with their clients. The Pun Group LLP
prides itself on developing lasting, personal relationships with our clients.
Our hands-on partner involvement and low personnel turnover are crucial
tools to our success and are highly beneficial to the City.
Local Office’s Information Technology (IT) Audit Capabilities
The Pun Group LLP continues our efforts to invest in our IT system to
enhance our security further and promote audit efficiency.
Top security for your data is the key to our success. When we have
your data virtualized, our Firm takes all the preventive steps to avoid
putting your information at risk. Our In-House IT administrator maintains
our server to ensure our IT environment is continuously updated with the
latest security fixes. Through VPN and Microsoft Remote Desktop, our
In-House network administrator can lock down files and system access
from a single point, limiting the ability of remote sites to take data from
our server.
Access to systems from anywhere and anytime. With more mobility
being the norm rather than the exception, our engagement team needs
robust access to the engagement files when they are working in your
office. Accounting and Auditing Software applications are installed in our
“Private” server and can be securely accessed through VPN and
Microsoft Remote Desktop. The Firm uses CCH ProSystem fx®
Engagement for audit documentation, which allows real-time
synchronization of the work papers and instant collaboration quality
control review.
Secure Data File Transfer System. In order to improve audit efficiency,
workflow management software plays an essential role between your
organization and our engagement team. We employ a secure data file
transfer system called Suralink. Suralink’s dynamic request list is
integrated with our secure file-hosting system for seamless document-
request coordination. It means all our requests are in one place, updated
in real-time, and accessible by everyone working on the engagement. As
a client, you no longer have to manually maintain a spreadsheet amongst
several people, only to repeat the process in a day or two. Not only
makes the operation more cost-efficient, but it also enables you and your
team to spend your time getting the job done, not reconciling a messy list
of outstanding items. The Suralink dashboard, as shown below, allows
you to visualize the process of document-request fulfillment.
BIG FIRM EXPERTISE.
SMALL FIRM VALUES.
Our professional backgrounds at major national
firms showed us how to solve complicated
business and accounting challenges, but the
sense of personal connection was missing.
We launched The Pun Group because we believe
every client deserves to work with experienced
business advisors and CPAs who have the time –
and take the time – to create an authentic
connection. Every client is our top priority!
A UNIQUE CULTURE.
“Personalization” is not just a buzzword – it’s part
of our firm’s culture. We take a personal approach
to everything we do. We collaborate with our
clients, so they’re always part of the process. We
listen to our staff to make sure they have the right
support and resources to do a great job. Getting to
know others and discovering how we can serve
them better is not just a sign of good business
practices; it’s a sign of good people.
INNOVATION EMBRACED.
New ideas keep you ahead of the game. From
leveraging the value of emerging technologies to
further refining trusted processes, we adopt proven
solutions to meet your needs.
WHERE YOU GO, WE GO.
WHERE YOU GROW, WE GROW.
Our success is defined by how you achieve yours.
Partner with accomplished accounting and
financial professionals who are laser-focused on
taking your business to the next level.
..
..
Item 12 Page 25 of 67
City of Vernon
3 | PUNGROUP.CPA
General Scope of Work
Overview of the Proposal
The Firm acknowledges the understanding of the work to be performed. We are offering our commitment
to deliver all of the required work, complete the agreed-upon procedures, and issue the necessary reports
within the periods outlined by the City.
The following tasks will be performed:
Perform the audit of the Annual Comprehensive Financial Report for the City.
Perform the audit for the City’s component units and provide a separate opinion on the Vernon Public
Utilities, Electric Utility, and Water Utility stand-alone annual financial reports.
Provide assistance obtaining GFOA’s “Certificate of Achievement for Excellence in Financial
Reporting.”
If necessary, prepare a Single Audit Report.
Appropriation Limit Calculations (GANN).
Issue an Auditor’s Communication Letter (SAS No. 112).
Issue a separate "Management Letter” (SAS No. 114).
Prepare Annual Financial Transaction Report (AFTR).
Prepare the Annual Streets Report.
Provide assistance in implementing applicable GASB pronouncements not yet in effect.
The audits are to be completed in accordance with all applicable and generally accepted auditing
standards, including, but not limited to, the following:
Generally accepted auditing standards as set forth by the American Institute of Certified Public
Accountants (AICPA).
US General Accounting Office’s (GAO) Standard for Audit of Governmental Organizations, Programs,
Activities, and Functions.
Local Governments and Governmental Accounting Standards Board (GASB) Pronouncements.
The standards applicable to financial audits are contained in the most current version of the Generally
Accepted Government Auditing Standards (Yellow Book), issued by the Comptroller General of the
United States.
The provisions of the Single Audit Act as amended in 1996.
The provisions of the US Office of Management and Budget (OMB) Uniform Guidance (formerly known
as Circular A-133), Audits of State and Local Governments and Non-profit Organizations, and the
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards.
..
..
Item 12 Page 26 of 67
City of Vernon
4 | PUNGROUP.CPA
Work Plan
In the previous section, “General Scope of Work,” we provided a summary of the services requested by
the City. In this section, we will discuss in length the services we will provide, in addition to our work plan,
and methodology.
As summarized on page 3, the Firm will perform the following services:
Financial Statement Audits and issuance of an opinion statement on the Annual Comprehensive
Financial Report of the City of Vernon. The audit will be conducted in accordance with Generally
Accepted Government Auditing Standards. The report will be in full compliance with all current
GASB pronouncements.
Perform the audit for the City’s component units and provide a separate opinion on the Vernon
Public Utilities, Electric Utility, and Water Utility stand-alone annual financial reports.
In addition, the Firm will assist in meeting the requirements for the Government Finance Officers
Association (GFOA) “Certificate of Achievement for Excellence in Financial Reporting.”
Prepare a Single Audit Report which will include the following:
o Report on compliance and on internal control over financial reporting based on an audit of
financial statements performed in accordance with Government Auditing Standards.
o Report on compliance with requirements applicable to each major program, internal
control over compliance, and on the schedule of expenditures of federal awards in
accordance with Uniform Guidance, “Audits of State and Local Governments,” and the
Single Audit Act of 1984 (Public Law 98-502).
o Schedule of Expenditures of Federal Awards.
o Notes to Schedule of Expenditures of Federal Awards.
o Schedule of Findings and Questioned Costs.
o Any other required schedules or reports.
o Prepare the Data Collection Form for Reporting on Audits of States, Local Governments,
and Non-Profit Organizations.
o Commission single audit of federal grants allocable to HCVP in accordance with Uniform
Guidance.
Test compliance with Proposition 111, Article XIII.B – Review of Appropriation Limit Calculations
(GANN).
Issue an Auditor’s Communication Letter (SAS No. 112).
Issue a separate SAS No. 114 Letter.
Prepare the Annual Financial Transaction Report (AFTR) report, also referred to as the State
Controller’s Report for the City.
Prepare the Annual Streets Report to the State Controller’s Office for the City.
Provided By Client (PBC) Lists: They will be provided for both interim and final audits according to an
agreed-upon timeline between the engagement team and the City in order to be reasonably prepared for
a field audit. The engagement team will meet with the City’s management during the initial planning stage
to discuss audit schedules and review the prior year's audit findings (if any). We will deliver a list of all
documents to be provided by the City’s staff. Once such materials are agreed upon by the engagement
team and City’s finance personnel, no other schedules will be requested unless new information comes to
light in the course of test work.
..
..
Item 12 Page 27 of 67
City of Vernon
5 | PUNGROUP.CPA
Attendance at Meetings and Hearings: The engagement team will participate in as many meetings with
staff as needed to perform the work scope tasks, present the audit plan prior to beginning fieldwork, and
discuss the draft audit reports. The team will attend public meetings to present and discuss its findings
and recommendations. Once all issues of discussion are resolved, the completed Financial Reports,
Single Audit report (if applicable), and other reports will be delivered to the City according to the agreed-
upon schedule.
Proposed Audit Adjustments: All proposed adjusting journal entries by the Firm will be discussed and
explained in a timely manner with the designated Finance Department personnel. Such proposed
adjustments will be in a format that shows the lowest level of posting detail needed for data entry in the
general ledger systems.
Supplemental Reports, Audits, or Agreed-Upon Procedures: Other services, such as agreed-upon
procedures, may be deemed necessary. These services will be performed at agreed-upon rates and will
be added to a written agreement before commencing audit work. The Firm and the City will discuss and
approve the scope and associated costs of these tasks.
Advice and Consultation: Will be provided throughout the year on matters relating to accounting and
financial reporting. Such services do not include any task that entails significant research or a formal
report.
GASB Implementation: The Firm will provide technical assistance and training in the implementation of
applicable GASB pronouncements not yet in effect. We have a dedicated partner, Mr. Gary Caporicci,
who will be responsible for providing advice and consultation for the implementation of these new
standards. The Firm will advise the City on the applicability of accounting and reporting standards and
other accounting issues and provide guidance on new note disclosures, GASB implementations, and other
reporting requirements. We will also provide training, resources, and information on topics relevant to the
City’s financial reporting and operations. (Based on the scope, additional charges may apply.)
Report of all Irregularities and Illegal Acts: The Firm will make an immediate written report of all
irregularities and illegal acts or indications of illegal actions of which we may become aware. The
engagement team will also make all communications to the City required by the audit standards under
which the engagement is performed.
Working Paper Retention and Access to Working Papers: The Firm will retain, at its own expense, all
working papers and reports for a minimum of seven (7) years unless the City notifies the Firm in writing of
the need to extend the retention period. The Firm will make working papers available upon request by the
City or its designees.
Also, we will comply with reasonable requests from successor auditors and allow them to review working
papers that relate to matters of continuing accounting significance.
..
..
Item 12 Page 28 of 67
City of Vernon
6 | PUNGROUP.CPA
Methodology and Segmentation of Engagement
The Firm’s audit approach consists of six phases: Engagement Acceptance and General Planning,
Planning and Internal Control Evaluation, Fieldwork, Post Fieldwork, Report Preparation and Review, and
Final Production.
1. Engagement Acceptance and General Planning: The engagement partner and manager will
meet with City’s management to obtain an update on current City policies and procedures, help
identify risk areas and new operations, and establish any specific requirements they may have.
Our team will work on the identification of unique transactions, implementation of new GASB
pronouncements, and develop the audit work plan for the engagement. Proposed Timeline: May
of each fiscal year.
2. Planning and Internal Control Evaluation: The engagement team, including the engagement
partner, will assess accounting policies adopted by the City in order to obtain an understanding of
its structure and its operating environment. Also, our team will review internal controls on all
significant transaction classes, perform walkthroughs and/or tests of internal controls, perform
preliminary analytical procedures, develop an initial risk assessment, evaluate Single Audit
compliance, identify any audit issues, and prepare confirmation correspondence. The
engagement team and City’s Management will establish expectations, including responsibilities
and assignments for the year-end fieldwork, and will hold a progress status meeting at the end of
the interim phase. Proposed Timeline: June of each fiscal year.
3. Fieldwork: The engagement team, including the engagement partner, will conduct audit
procedures on account balances in the general ledger, finish confirmation procedures, perform
data analysis using our AI tools, search for unrecorded liabilities, perform substantial analytical
review procedures, complete work on compliance with Federal Assistance, and conclude
fieldwork. The engagement team and City’s Management will hold an exit conference at year-end.
Periodic update meetings will be held to communicate audit progress to management. Proposed
Timeline: September of each fiscal year.
4. Post Fieldwork: During the phase, the engagement team, including the engagement partner, will
review all documents and evaluate commitments and contingencies. The team will perform an
assessment of the going concern and jointly plan for the next steps. Proposed Timeline:
Immediately after completion of the fieldwork.
5. Report Preparation and Review: The Firm will review and prepare audit reports and perform
quality control procedures following the Quality Control Standards issued by the AICPA. We will
also examine reports for compliance with GFOA reporting guidelines at no additional cost. Any
comments will be recorded in a letter to management. At the City’s request, the engagement
partner and manager will present the audit to City’s Management and other governing bodies.
Proposed Timeline: Draft reports by the 3rd week of November of each fiscal year.
..
..
Item 12 Page 29 of 67
City of Vernon
7 | PUNGROUP.CPA
6. Final Production: The final phase of our approach entails obtaining the management
representation letter and final financial statement report, which may include a final presentation to
the City’s Management and other governing bodies (if applicable). Proposed Timeline: Final
reports by December 15th of each fiscal year.
The Firm will complete the audit fieldwork and issue all reports within the established timeframe, assuming
no internal circumstances within the City causes delays in the audit.
Level of Staff and Number of Hours to be Assigned to Each Segment of the Engagement
The Pun Group LLP understands that the City is not only looking to employ our auditing services but is also
seeking to receive value within that professional relationship. We believe that our value derives from the in-
depth knowledge, experience, and commitment that our auditing firm employs. We stress and emphasize
“employ” because all of the knowledge and expertise listed on paper will not benefit you unless it is applied.
That is why we have developed a plan that we feel will accomplish the objectives of the City and your
particular needs. Our Firm will utilize the information that you have shared with us and our experience from
our previous audits of this nature from various government entities and cities to develop a practical plan for
all major areas.
Estimated Total Hours*:
Partner(s)
Director/
Manager
Supervisory
Staff Staff Clerical Total
Engagement Acceptance & General Planning 4 6 10 14 1 35
Planning & Internal Control Evaluation 6 10 14 22 1 53
Fieldwork 2948721086263
Post Fieldwork 19 32 48 72 4 175
Report Preparation & Review 29 48 72 108 6 263
Final Production 10 16 24 36 2 88
Total* 96 160 240 360 20 876
*Does not include CPE hours related to Governmental Webinars and/or optional services.
Sample Size and the Extent to Which Statistical Sampling is to be Used in this Engagement
In our audit approach, random and statistical sampling is used in conjunction with our skilled judgment and
knowledge of each situation. When designing an audit sample, our auditors consider the purpose of the
audit procedure and the characteristics of the population from which the sample will be drawn. We
determine a sample size sufficient to reduce sampling risk to an acceptably low level and select items for
such a task in a way that we can reasonably expect it to be representative of the relevant sample and likely
to provide the auditor with a reasonable basis for conclusions about the population.
Enhancing Auditing Quality with Artificial Intelligence
There are plenty of challenges with established audit practices.
Outdated CAAT tools, sampling practices, and the explosive growth
of big data are some of the examples, and they all present significant
barriers to detecting anomalies, intentional or otherwise, in financial
data. The Pun Group deploys a comprehensive, risk-based
approach, complemented by using MindBridge™'s Artificial
Intelligence Platform, to conduct our audit. Through this tool, we can
seamlessly analyze thousands and thousands of financial and
operating data and records, identifying and cataloging significant
risks in mere seconds.
..
..
Item 12 Page 30 of 67
City of Vernon
8 | PUNGROUP.CPA
The AI Auditor platform works by our side, augmenting our capacity to detect errors or fraud in the collected
data not only by analyzing the entire set but by cross-correlating dozens of testing criteria against pre-
established data points and presenting us with a view of every user, vendor, and transaction, by risk. All
are happening within moments of ingesting analyzed data, which is something standard audit procedures
simply cannot accomplish.
We utilize these tools to allow our audit team to increase efficiency in the audit process, enhance the
existing quality of our work, provide directed testing in areas subject to the highest risk, and quickly
assimilate large amounts of data your staff would typically be asked to gather. The tools also help us to
meet our professional requirements regarding fraud and internal control, allowing us to:
Run Benford’s analysis to check for fraud in transactions.
Increase the value of audit findings with complete, 100% data coverage.
Isolate risk and control issues before they impact your operations.
Improve productivity by automating procedures and eliminating manual tasks.
Conduct more direct, efficient, and effective audits to improve overall service quality.
Our engagement team easily imports data in a secure environment from the City’s financial software and
extracts useful data for testing and analytical procedures particular to the following areas:
Successful Fraud Test Kickback or Conflict-of-Interest Schemes
Questionable Invoices Dormant Account Schemes
Phantom Vendor Schemes Money Laundering Schemes
Type and Extent of Analytical Procedures to be used in the Engagement
Analytical procedures are one of many financial audit processes that help an auditor understand the client’s
operation and changes in the environment and identify potential risk areas to plan other audit procedures.
Such procedures include a comparison of financial information on prior periods, budgets, forecasts, and
industry benchmarks. We use trend and ratio analysis to identify any uncertain or unusual events. To
perform these analyses, our Firm surveys cities and counties and develops benchmarks on specific vital
financial indicators, such as the cost of services to tax revenues ratios, average general fund balance,
capital assets, debt-to-capital, and general fund unassigned fund balance to total general fund
expenditures, etc. Our engagement members have extensive experience in successfully implanting
analytical procedures to the City’s benefit.
Our analytical procedures process is performed during three stages of the audit: (a) at the start, (b) in the
middle, and (c) at the end. These three stages are risk assessment procedures, substantive analytical
procedures, and final analytical procedures:
Risk assessment procedures are used to assist the auditor in understanding the business better
and in planning the nature, timing, and extent of audit procedures.
Substantive analytical procedures are used to obtain evidential matters about particular
assertions related to the account balances or classes of transactions. During the interim phase, our
engagement team will set up expectations for the year-to-date results and balances and compare
them with budgeted and prior-year amounts. This process allows us to forecast year-end amounts,
reducing the workload during the year-end phase and allowing us to focus on areas of concern.
Final analytical procedures are used as an overall review of the financial information in the last
review stage of the audit. The Engagement Partner(s) and Manager(s) will perform a high-level
analytical analysis of the financial information, comparing its data both quantitatively and
qualitatively to ensure the amounts are fairly presented in all material respect in the financial
statements.
..
..
Item 12 Page 31 of 67
City of Vernon
9 | PUNGROUP.CPA
Approach to be Taken to Gain and Document an Understanding of the Internal Control Structure
Audit risk assessment is established by an internal control review, combined with the engagement team’s
understanding of the City’s operations and accounting software. Using the Committee of Sponsoring
Organizations (COSO) Framework, staff members will evaluate the City’s processes and identify any
control deficiencies. These diagnostic review procedures allow the engagement team to assess the City’s
systems and controls and to provide constructive feedback to management.
During our initial planning phase of the audit, our engagement team, including the engagement Partner and
Manager, will obtain an understanding of the entity and its environment. It is an essential aspect of
performing an audit under generally accepted auditing standards. That understanding establishes a frame
of reference within which the auditor plans the procedures and exercises professional judgment about
assessing risks of material misstatement of the financial statements and responding to those risks
throughout the examination.
During the interim phase of the audit, our engagement team will perform a walkthrough of all significant
accounting systems, including processes for financial reporting, revenue recognition and cash receipts,
purchasing/contract management and cash disbursements, payroll and related liabilities, and others. Our
auditors will obtain the written policies and procedures, inquiring accounting personnel, and document the
process in either a flowchart or narrative summary format. After gaining an understanding of the accounting
and internal control systems, our auditor will make a preliminary assessment of control risk, at the assertion
level, for each material account balance or class of transactions.
The form and extent of this documentation are influenced by the size and complexity of the entity and the
nature of its accounting and internal control systems. Generally, the more complex the entity’s accounting
and internal control systems and the more extensive the auditor’s procedures, the broader our
documentation will need to be.
Approach to be Taken in Determining Laws and Regulations that Will be Subject to Audit Test Work
The Firm stays continually up to date with audit requirements—including new regulations, compliance
supplements, state guidelines, and related contracts—to ensure that we conduct audits under applicable
laws and regulations. We test transactions for compliance with the Single Audit Act, California Government
Code, GANN Appropriations Limit, provisions of applicable grant guidelines, requirements of local
measures, and others.
For example, the Single Audit Act requires that we determine which grants to include in our audit and select
transactions from those grants for detailed testing. While most items will be tested as part of the Interim
phase, we cannot determine which grants will be selected for the Single Audit until the year-end/fieldwork
stage of the audit.
Our compliance audits of cash, investments, debt covenants, and other areas will be performed following
the California Government Code, which has many provisions and regulations covering investments.
Approach to be Taken in Drawing Audit Samples for Purposes of Tests of Compliance
To test compliance, we will follow the AICPA’s Audit Sampling Considerations of Uniform Guidance
Compliance Audits. We will select an appropriate sample size based on our professional judgment and
knowledge. Any deviations from control and compliance requirements will be documented.
..
..
Item 12 Page 32 of 67
City of Vernon
10 | PUNGROUP.CPA
Objectives of Our Services
Our primary objective for the proposed audit is to examine the City’s financial statements and express our
opinion on the fairness of the presentation, following generally accepted accounting principles. Other
objectives that will benefit the City include the following:
To offer beneficial observations and recommendations about policies and procedures for
accounting and operating controls
To identify opportunities to make City operations more efficient and reduce costs
To perform the audit efficiently and effectively. Disruptions to office operations are kept to a
minimum
To provide continuing advisory services so the City can implement recommendations
To meet these objectives at no additional cost to the City
The Engagement Team will perform the audit abiding by the Firm’s quality-control procedures, which
include following standard audit programs, careful planning, using industry-standardized software for
auditing and internal control documentation, and welcoming an objective review of audit work. In other
words, our client-tailored approach emphasizes careful planning, open communication, and proper
assignment of responsibilities.
The Firm will supply portable computers to the on-site staff members.
Identification of Anticipated Potential Audit Problems
While we do not expect any problems with the audit, we will carefully investigate and monitor the following
relevant accounting issues:
Investments:
Compliance with GASB 31 and GASB 34
Authorization and approval process for City investments
Controls to assure the City’s compliance with investment limitations and types of specific
investments
Monitoring by the City of its investments
Financial Reporting:
Compliance with current reporting and disclosure requirements issued by GASB
Compliance with the various GASBs in effect
Perform valuations of OPEB benefits to determine the liability for all benefits promised to active,
retired, and inactive plan members as of each valuation date
Compliance with Governmental Accounting Standards Board (GASB) Statements 74 and 75
Compliance with infrastructure obligations and regulatory provisions
Internal Control Structure:
City’s internal control functions and compliance with proper internal control philosophies
Computer-system processes and controls and adequacy of the control environment
..
..
Item 12 Page 33 of 67
City of Vernon
11 | PUNGROUP.CPA
Fees and Costs
We are committed to the performance of a high-quality audit at the most reasonable fee level possible, both
initially and throughout the engagement. Also, our partners will provide advice and consultation as needed
at no additional cost to the City of Vernon.
Name of Firm: The Pun Group LLP – Certified Public Accountants and Business
Advisors
Contact Name: Kenneth H. Pun, CPA, CGMA
Contact Email Address:ken.pun@pungroup.cpa
Authorization to Represent the Firm
I, the undersigned, certify I am duly authorized to represent The Pun Group LLP and am empowered to
submit this bid. In addition, I certify I am authorized to contract with the City of Vernon on behalf of the
Firm.
April 3, 2023
_________________________________________ _______________________________
Kenneth H. Pun, CPA, CGMA | Managing Partner Date
The Pun Group LLP
Total All-Inclusive Maximum Price
Our proposed fees for Professional Audit Services for the fiscal years June 30, 2023, 2024 and 2025 are
as follows (1) (2):
Work to be performed:2022/23 2023/24 2024/25
City of Vernon ACFR Audit 49,500$ 50,985$ 52,515$
ACFR Preparation 4,000 4,120 4,244
Single Audit Report - up to 1 major program 4,250 4,378 4,509
Appropriations Limit AUP (GANN Limit Review) 500 515 530
Vernon Public Utilities Funds Audit 27,250 28,068 28,910
Electric Fund Audit 11,500 11,845 12,200
Water Fund Audit 8,250 8,498 8,752
State Controller's Report - City and Streets 4,750 4,893 5,039
Total All-Inclusive Maximum Price $ 110,000 $ 113,300 $ 116,699
(1)Single Audit fees based on one (1) major program. The fee for auditing additional major programs
will be $5,000 each. The number of programs determined to be “major” will be based on OMB
Uniform Guidance. The Engagement Team will discuss this with the City of Vernon Management
before starting Single Audit work.
(2)The percentage modification for the fourth and fifth years is 3% per year.
..
..
Item 12 Page 34 of 67
City of Vernon
12 | PUNGROUP.CPA
Breakdown of Total-All Inclusive Price by Classification
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(56,800)$
Total all-inclusive maximum price for FY 2023 110,000$
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(53,500)$
Total all-inclusive maximum price for FY 2024 113,300$
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(50,101)$
Total all-inclusive maximum price for FY 2025 116,699$
..
..
Item 12 Page 35 of 67
City of Vernon
13| PUNGROUP.CPA
Out of Pocket Expenses are Included in the Total All-Inclusive Maximum Price and
Reimbursement Rates
The Firm’s policy is to maintain flexible billing rates to meet the needs of clients and help them control costs.
In the interest of starting our long-term relationship, we will absorb expenses such as travel and printing
costs. Additionally, our Partners will be available to provide advice and consultation as necessary to the
City of Vernon. The Firm will also absorb these costs.
Rates for Additional Professional Services
Below are the Firm’s hourly billing rates, delineated by staffing levels:
Any supplemental reports, audits, or agreed-upon procedures not covered by this proposal may be added
to a written agreement prior to commencing audit work. The Firm and the City will discuss and approve the
scope and associated costs of these tasks. Any additional work will be performed at the above-quoted
hourly rates.
Manner of Payment
Engagement Team members are required to maintain timesheets detailing the date, number of hours, and
work performed for every audit task. The Firm will collect these timesheets and bill the City of Vernon at the
rates outlined in the Total All-Inclusive Maximum Price section in four stages: (1) at the conclusion of the
planning phase, (2) at the conclusion of the interim phase, (3) at the conclusion of the Year-End phase, (4)
and after presentation and acceptance of the final audit reports. Interim billings will cover a period not less
than a calendar month. The billing amounts generally break down as follows:
Partner(s) 300$
Director(s) 250$
Senior Manager(s) 225$
Manager(s) 200$
Supervisor(s) 175$
Senior Accountant(s) 150$
Staff Accountant(s) 125$
Clerical 100$
Hourly Billing Rates
Work Performed % of Proposal Amount
Planning 10%
Interim 40%
Fieldwork 40%
Presentation and Acceptance of Reports 10%
..
..
Item 12 Page 36 of 67
City of Vernon
14 | PUNGROUP.CPA
Ability of the Proposer to Perform
About Your Engagement Team
The personnel assigned to this engagement are fully qualified to perform an effective audit of the City, and
their extensive experience will be critical to the audit process. Our professionals are familiar with the
complexities of governmental accounting, auditing, and financial reporting, including but not limited to all
GASB pronouncements, the Single Audit Act, Uniform Guidance (formerly known as OMB Circular A-133),
and fund operations. They have held positions as professional certified public accountants, as well as
significant roles within and outside of government agencies. Such qualities will bring to an entity like the
City of Vernon the thought leadership, quality, and level of experience it requires.
Because of the “familiarity threat” under the professional audit and independence standards that may exist
in long-term relationships with audit firms, the Firm is committed and has sufficient resources to rotate
engagement partners, managers, and or supervisors assigned to the City’s audit with personnel with similar
or higher qualifications and experience in order to overcome this threat.
If the Firm changes key personnel, we will provide the City with a written notification. Engagement
partners, managers, and specialists will only be changed with the express prior written permission
from the City. Audit personnel may be replaced only by those with similar or better qualifications and
experience.
Full resumes of the following key engagement team members are presented in the Appendices section of
this proposal.
Kenneth H. Pun, CPA, CGMA | Engagement/Lead Partner
Kenneth Pun is the Managing Partner and an Assurance Partner at the Firm. With
over twenty-one years of public accounting experience in the state and local
government sector, he specializes in audits, management, and consulting for
governmental organizations. Mr. Pun served as the Contract Deputy Finance
Director for the City of San Marino in 2017. He has served as the Chair of the
California Society of CPAs Governmental Auditing Accounting Committee. He is a
Certified Public Accountant and a Chartered Global Management Accountant.
Mr. Pun will actively serve as the Engagement/Lead Partner overseeing the
Engagement Team, developing the audit plan, reviewing fieldwork for quality,
approving final reports, and communicating with the Finance Department. He will
also be responsible for the timely delivery of all services for the City.
Frances J. Kuo, CPA, CGMA | Technical/Concurring Partner
Frances Kuo is a Partner at the Firm. She has extensive experience in providing
audit and advisory services to local government agencies, including public pension
plans, cities, counties, special districts, community colleges, and joint powers
authorities, as well as not-for-profit organizations. Ms. Kuo brings a wealth of
experience from her background in audits and advisory services in areas such as
internal controls, policy development, and accounting system implementation. She
is a Certified Public Accountant and a Chartered Global Management Accountant.
Ms. Kuo will act as the Technical/Concurring Partner and provide a second partner
review of significant high-risk areas, audit reports, and resolution of significant
accounting, auditing, and reporting matters.
..
..
Item 12 Page 37 of 67
City of Vernon
15 | PUNGROUP.CPA
Andrew Roth, CPA | Compliance Partner
Andrew Roth is a Partner within the Firm and will serve as the primary point of
contact for your team. He holds an Advanced Certification in Single Audits through
the AICPA. Andrew draws more than a decade of governmental and not-for-profit
experience in the areas of financial audit and reporting under governmental and
financial accounting standards, evaluation of internal controls under the Committee
of Sponsoring Organizations of the Treadway Commission (COSO) Integrated
Framework, the performance of Single Audits under the Uniform Guidance,
subrecipient monitoring of Federal Grants, corporate financial reporting, data
analytics, and exempt taxation. He is a Certified Public Accountant.
Mr. Roth will lead the audit team in all compliance-related matters, including the
Uniform Guidance and Single Audit, and reports issued under specific laws and
regulations.
John (“Jack”) F. Georger, CPA, CIA, CGMA | Quality Control Reviewer
Throughout his forty years of experience, Mr. Georger has spent many years in the
“Big 4” and national firms. He worked diligently alongside numerous governmental
municipalities, including cities, counties, and transportation agencies, as well as
not-for-profit entities, providing clients with financial and compliance auditing as well
as consultation services. Mr. Georger is also the technical reviewer of the CCH
Knowledge-Based Audits™ of State and Local Governments with Single Audits,
GAAP Guide (FASB), and Governmental GAAP Guide (GASB), the gold standard
for audit firms throughout the United States. As the Chief Quality Officer in our Firm,
he advises clients with their complex accounting questions and supports the
engagement team with audit issues. He is a Certified Public Accountant, a Certified
Internal Auditor, and a Chartered Global Management Accountant.
Mr. Georger is responsible for reviewing all reports issued by the Firm to ensure the
utmost quality and compliance with professional standards and the final quality-
control assessment within the engagement.
Gary M. Caporicci, CPA, CGFM, CFF | GASB Implementation Specialist
Gary Caporicci is an appointed member of the State Controller’s Retirement
Advisory Committee. Mr. Caporicci is a leading expert and has authored and taught
several courses for CalCPA and AICPA on GASB 68, Accounting and Financial
Reporting for Pensions, and GASB 75, Accounting and Financial Reporting for
Postemployment Benefits Other than Pensions. As an assurance partner with over
forty years of experience, Mr. Caporicci has performed financial, compliance audit,
and consultation services to government clients, including cities, counties,
transportation agencies, and school districts, as well as various not-for-profit
entities. He is a Certified Public Accountant, a Certified Government Financial
Manager, and Certified in Financial Forensics.
Mr. Caporicci will utilize his expertise in providing advice and consultation during
the implementation of the new GASB standards.
Sophia Kuo, CPA, M.B.A. │Engagement/Project Director
Sophia Kuo is an Assurance Services Director in the Firm who holds an Advanced
Certification in Single Audits through the AICPA. She possesses extensive auditing
experience, including cities, counties, special districts, and not-for-profit entities.
She will work closely with the engagement partners directing and supervising the
audit team in its daily activities and tasks. She is a Certified Public Accountant and
possesses a MAcc in Accounting and an M.B.A. in Business Administration.
Ms. Kuo will serve as the primary point of contact for your team and will work to
ensure the services are conducted within the deadlines and will provide updates on
our team’s progress to the partners and you.
..
..
Item 12 Page 38 of 67
City of Vernon
16 | PUNGROUP.CPA
Continuing Education and Professional Development
Because of our commitment to providing the highest quality of services to the City, we provide our
professionals with technical training to ensure our people stay current on topics within the industry sectors
and better equip themselves to serve our clients.
All professionals are required to obtain continuing education that exceeds the requirements of the American
Institute of Certified Public Accountants (AICPA) and, where applicable, Government Auditing Standards.
Our professionals participate in continuing education programs through the following means:
Governmental Accounting and Auditing Conference sponsored by AICPA.
Webinar sponsored by AICPA Government Audit Quality Center.
Annual Conference sponsored by California Society Municipal Finance Officers.
Governmental Accounting and Auditing Conference sponsored by CalCPA.
The Pun Group in-house training on government-specific topics, including but not limited to GASB
updates, Government Auditing Standards Revision, Fraud in State and Local Governments, COSO
Internal Control-Integrated Framework, Audit of State and Local Governments, Single Audit, and
Mindbridge AI Auditors™.
In 2022, our government professionals received an average of 52 hours of continuing professional
education, compared with the 40 hours of accounting industry requirement.
By expanding our knowledge through these seminars/conferences, we can provide the right solutions to
our clients.
Staff Continuity
The Pun Group LLP is committed to maintaining staff continuity throughout audit engagements, and we can
assure you that the partners assigned to this audit will be involved throughout the entire contract term.
While we cannot guarantee that our staff-level members will stay with the Firm, we encourage loyalty by
paying competitive wages, offering opportunities for promotion, using state-of-the-art equipment, and
providing excellent working conditions. Also, we offer benefits, including retirement plans, medical plans,
profit-sharing programs, and continuing education.
Quality-Control System
Our Firm meticulously monitors the quality and contents of our reports. The Pun Group LLP is 100%
committed to providing only the highest grade of work possible for our clients and for those who rely on our
audits. The Firm strives to exceed professional industry standards because of the continuing respect for
our clients and our emphasis on creating long-lasting relationships. The Pun Group LLP works exclusively
with those who share the same moral integrity and values. Our quality-control system has been crafted
with excellence in mind. It not only meets AICPA standards but also matches our own elevated standards,
which include following various professional development activities.
Federal or State Desk Review
No federal or state desk reviews or field reviews have been undertaken of any audits performed by the Firm
or any of its partners, managers, or professionals during the past three (3) years.
Disciplinary Action
State regulatory bodies or professional organizations have taken no disciplinary action against the Firm or
any of its partners, managers, or professionals during the past three (3) years.
The Firm has no conditions such as bankruptcy, pending litigations, planned office closures, mergers, or
any organizational conflict of interest that may affect the ability of the Firm to perform the required duties
requested by the City of Vernon.
..
..
Item 12 Page 39 of 67
City of Vernon
17 | PUNGROUP.CPA
References
The following are examples of some of the engagements with similar requirements as the City of Vernon’s
proposal. Please feel free to contact these agencies to learn more about their experiences working with
us.
Name of Public Agency City of Stockton
Contact Info Mr. Jay Kapoor
(209) 937-5435
jay.kapoor@stocktonca.gov
Total Hours 3,000
Contract Price $272,000/year
Date of Services 2012 – Present
Scope of Work/Reports Prepared Financial Audit and Compliance Services: Annual Comprehensive Financial Report,
GFOA Award, Single Audit, GANN Limit, Measure A, Measure W, Measure M,
Entertainment Venues, Revenue and Expenditures related to Downtown Marina,
Cannabis License Audits, Review of Major Revenues required by the Bankruptcy
Agreement with Assured Guarantee.
Name of Public Agency San Diego Metropolitan Transit System
Contact Info Ms. Erin Dunn, Controller
(619) 557-4536
erin.dunn@sdmts.com
Total Hours Approximately 1,850 hours
Date of Services 2005 – Present
Contract Price $225,000/year
Scope of Work/Reports Prepared Financial Audit and Compliance Services: Annual Comprehensive Financial Report
Audit, GFOA Award, San Diego Transit Corporation Employee’s Retirement Plan,
AUP/National Transit Database (NTD): MTS, San Diego Transit Corp., San Diego
Trolley, Inc., AUP/Transportation Development Act (TDA): MTS, San Diego Transit Corp.,
San Diego Trolley, Inc., AUP/Indirect Costs, and Public Transportation Modernization
Improvement Service Enhancement Account (PTMISEA).
Name of Public Agency City of Tracy
Contact Info Ms. Sara Cowell
(209) 831-6862 | sara.cowell@cityoftracy.org
Total Hours 960
Contract Price $96,500/year
Date of Services 2021 – Present
Scope of Work/
Reports Prepared
Financial Audit and Compliance Services: Annual Comprehensive Financial Report,
GFOA Award, Single Audit, GANN Limit, National Transit Database (NTD), State
Controller’s Reports (City, PFA, Operating Partnership JPA, City’s Transit Operator’s
General Services, and Specialized Services)
Name of Public Agency City of Desert Hot Springs
Contact Info Mr. Geoffrey Buchheim, Finance Director
gbuchheim@cityofdhs.org
(760) 329-6411
Total Hours 700
Contract Price $75,000/year
Date of Services 2013 – Present
Scope of Work/Reports Prepared Financial Audit and Compliance Services: Annual Comprehensive Financial Report Audit,
GFOA Award, Single Audit, GANN Limit, Desert Hot Springs Successor Agency, Desert
Hot Springs Financing Authority, Desert Hot Springs Health and Wellness Foundation,
New Market Tax Credit Audit (Desert Hot Springs Health and Wellness Foundation),
Annual State Controller’s Reports, AUP/Transient Occupancy Tax, Utility User Tax, DHS
Housing Audits.
Name of Public Agency City of National City
Contact Info Mr. Phillip Davis, Financial Analyst
pdavis@nationalcityca.gov
(619) 336-4246
Total Hours 600
Contract Price $70,000/year
Date of Services 2013 – Present
Scope of Work/Reports Prepared Financial Audit and Compliance Services: Annual Comprehensive Audit, GFOA Award,
Single Audit, GANN Limit, HUD Single Audit/Morgan Towers, Financial and Compliance
Reports – Kimball Towers, Annual State Controller’s Report.
..
..
Item 12 Page 40 of 67
City of Vernon
18 | PUNGROUP.CPA
Affidavit of Non-Collusion
..
..
Item 12 Page 41 of 67
City of Vernon
19 | PUNGROUP.CPA
Let’s Get to Work!
Benefits of Choosing The Pun Group LLP
We understand that changing audit firms after a long-term relationship is not without its challenges, but we
believe we are best suited to perform the services to City because:
The proposed engagement team draws years of experience focused on governmental accounting in
California.
As full-time government auditors, our schedule allows us to offer our commitment to deliver all of the
required work, complete the audit, and issue the necessary auditor’s reports within the periods
outlined by the City of Vernon.
The partner-in-charge and all professionals assigned to the engagement will dedicate sufficient time
to perform the audit and financial statement preparation in an effective manner.
As previously discussed, we will deploy state-of-the-art information technology tools to enhance our
audit and project management approach.
In addition, our team will provide advice and consultation throughout the year on matters relating to
accounting and financial reporting.
The Pun Group LLP is recognized for its professionalism, integrity and for providing clients with practical
solutions unique to their circumstances and issues. Our Firm prides itself on being able to provide
personalized client services, and with that sentiment in mind, we have carefully chosen our engagement
teams. The Pun Group’s primary objective is to offer the City of Vernon solutions and directions led by
highly experienced and capable partners who can successfully implement the work and produce the results
you expect. This philosophy and mindset allow us to provide a superior level of service and a quality audit.
We trust that this proposal has given you the information needed about the Firm, the engagement team
members, the overall audit approach, cost-saving measures, and audit fees. We are committed to
exceeding your expectations, and we look forward to bringing our experience and expertise to the City of
Vernon while providing you with the excellent level of service that you expect and deserve.
Thank You
Thank you for allowing us to submit our qualifications to provide you with Professional Audit Services.
Please direct inquiries to:
Kenneth H. Pun, CPA, CGMA
Managing Partner
Email: ken.pun@pungroup.cpa
Phone: (949) 777-8801 | Fax: (949) 777-8850
Sincerely,
The Pun Group LLP
Certified Public Accountants and Business Advisors
..
..
Item 12 Page 42 of 67
City of Vernon
i | PUNGROUP.CPA
Appendix A – Engagement Team Resumes
The City of Vernon deserves experienced professionals who work as a team. The Pun Group LLP will provide
qualified professionals to perform the audit. No subcontractors will be utilized to perform the requested
services. Resumes for key engagement team members are as follows:
..
..
Item 12 Page 43 of 67
City of Vernon
ii | PUNGROUP.CPA
EXPERIENCE
Kenneth H. Pun is the Managing Partner and an Assurance Partner at The Pun Group LLP, which he founded
in 2012 after serving in senior-level positions for well-established national and regional firms. Under his
leadership, The Pun Group has become one of the “Top Accounting Firms” in Orange County, according to
the Orange County Business Journal. The Pun Group is also on the list of CalCPA's Top 150 firms.
Prior to founding The Pun Group, Ken served clients in a variety of industries, including small to very large
state and local governmental agencies, insurance companies, not-for-profits, healthcare, technology, and
manufacturing and distribution clients. His career in public accounting was spent primarily with Regional
firms and National firms.
Leveraging more than 21 years of public accounting experience, Ken has earned a reputation of being a
trusted advisor to governmental and Healthcare organizations throughout California and neighboring states.
Municipalities and public agencies engage him because of his premier level of client service, commitment,
and innovative methods of increasing operational efficiencies and reducing costs.
Ken maintains his deep commitment to professional education through his work as an instructor for the
California Education Foundation. He has authored training materials in governmental accounting and
auditing, such as Financial Reporting for State and Local Governments, 2018 Government Auditing
Standards, and Single Audit Fundamentals for California Education Foundation. He is also the technical
reviewer of the CCH Knowledge-Based Audits™ of State and Local Governments with Single Audits. He
advises clients on those topics at influential industry forums. Internally, Ken mentors audit teams by
providing direction and technical guidance to ensure adherence to the firm’s quality controls.
EDUCATION
University of California, Riverside
B.S. Degree – Business Administration, Emphasis in Accounting
LEADERSHIP & AFFILIATIONS
Member, American Institute of Certified Public Accountants (AICPA)
Member, California Society of Certified Public Accountants (CalCPA)
Past Chair, CalCPA Governmental Accounting and Auditing Committee
Member, CalCPA California Committee on Municipal Accounting
Member, CalCPA Governmental Accounting and Auditing Conference Planning Committee
Member Government Finance Officers Association (GFOA)
Member, California Society of Municipal Finance Officers (CSMFO)
Member, CSMFO Professional Standards Committee
Speaker, CSMFO Conference (2014 and 2018)
Instructor, CalCPA Education Foundation
Technical Reviewer, CCH Knowledge-Based Audits™ of State and Local Governments with Single
Audits
RELEVANT EXPERIENCE
City of Stockton City of San Bernardino
City of Palm Springs City of Desert Hot Springs
City of Lakewood City of National City
City of Pomona City of Redding
City of Clovis City of Shafter
CONTINUING PROFESSIONAL EDUCATION
Various courses are offered by the Firm online through Thompson Reuters, AICPA, and CalCPA
Education Foundation, including:
Governmental and Nonprofit Annual Update
Government Auditing Standards
GASB Basic Financial Statements for State and Local Governments
Single Audits: Uniform Guidance (formerly OMB Circular A-133)
Financial Accounting Standards Board Annual Updates
Statement on Standards for Accounting and Review Services Updates
Has met/exceeded the current CPE educational requirements to perform audits of governmental
agencies.
Kenneth H. Pun
CPA, CGMA
Engagement/
Lead Partner
EMAIL
ken.pun@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California
..
..
Item 12 Page 44 of 67
City of Vernon
iii | PUNGROUP.CPA
EXPERIENCE
Frances Kuo is a Partner in The Pun Group, LLP’s Assurance division. Frances has over sixteen
(16) years of accounting and auditing experience working with governmental agencies, not-for-
profit entities, and employee benefit plans. Frances also has particular expertise in conducting
financial audits under GAO Yellow Book standards and compliance audits in accordance with
Uniform Guidance, formerly known as OMB Circular A-133 standards.
Frances has performed audits and other attestation services for several municipalities
throughout California, including cities, counties, successor agencies to former redevelopment
agencies, public financing authorities, housing authorities, transportation agencies, and special
districts. She has assisted these clients in publishing their Annual Comprehensive Financial
Reports in compliance with GASB Statement No. 34.
Frances is the in-house instructor who provides training, both theoretical and on-the-job training,
to lower-level staff. She has developed training materials on the risk-based audit approach,
GASB Statement No. 34 reporting, Single Audits, and employee benefit plan audits.
EDUCATION
University of California, Riverside
B.S. Degree – Business Administration, Emphasis in Accounting
University of California, Riverside
B.A. Degree – Economics
LEADERSHIP & AFFILIATIONS
Member, American Institute of Certified Public Accountants (AICPA)
Member, California Society of Certified Public Accountants (CalCPA)
Member, California Society of Municipal Finance Officers (CSMFO)
RELEVANT EXPERIENCE
City of Perris City of Coachella
City of Desert Hot Springs City of Gardena
City of Glendora City of Industry
City of Pomona City of Lakewood
City of Culver City City of Monterey
CONTINUING PROFESSIONAL EDUCATION
Various courses are offered by the Firm online through Thompson Reuters, AICPA, and
CalCPA Education Foundation, including:
Governmental and Nonprofit Annual Update
Government Auditing Standards
GASB Basic Financial Statements for State and Local Governments
Single Audits: Uniform Guidance (formerly OMB Circular A-133)
Financial Accounting Standards Board Annual Updates
Statement on Standards for Accounting and Review Services Updates
Has met/exceeded the current CPE educational requirements to perform audits of
governmental agencies.
Frances J. Kuo
CPA, CGMA
Technical/
Concurring Partner
EMAIL
frances.kuo@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California
Arizona ..
..
Item 12 Page 45 of 67
City of Vernon
iv | PUNGROUP.CPA
EXPERIENCE
Andrew Roth is a Partner within The Pun Group LLP. He has more than twelve (12) years of
governmental and not-for-profit experience in the areas of financial audit and reporting under
governmental and financial accounting standards, evaluation of internal controls under the
Committee of Sponsoring Organizations of the Treadway Commission (COSO) Integrated
Framework, the performance of Single Audits under the Uniform Guidance, subrecipient
monitoring of Federal Grants, corporate financial reporting, data analytics, and exempt taxation.
His client portfolio consists of moderate to large municipalities (cities and counties), municipal
transportation districts, water districts, municipal electric utilities, and not-for-profit organizations
whose missions involve building communities. His governmental agency clients have federal
grant expenditures that range from $100 million to $750 million annually.
In various engagements, Andrew has been responsible for leading the service delivery where
he has actively contributed and managed the planning process, implementation of the audit
work plan, supervision of multiple audit teams, and provided yearly team updates on the
changes in compliance testing requirements for the Single Audits, and preparation of all
deliverables including the Annual Comprehensive Financial Reports, the Single Audit,
Compliance Reports, Data Collection Forms, and City Council/Board presentations. He has also
been a guest speaker on topics involving Federal grants, such as updates to Yellow Book
Standards, Compliance Auditing, and Updates to the Uniform Guidance Procurement
Requirements.
EDUCATION
San Diego State University
B.A. Degree – Accounting
LEADERSHIP & AFFILIATIONS
Member, American Institute of Certified Public Accountants (AICPA)
Member, California Society of Certified Public Accountants (CalCPA)
RELEVANT EXPERIENCE
City of San Bernardino City of National City
City of Placerville City of Shafter
City of Beaumont
City of Lodi
Imperial County Local Transportation
Authority
City of Clovis San Diego Metropolitan Transit System
CONTINUING PROFESSIONAL EDUCATION
Various courses offered by the Firm online through Thompson Reuters, AICPA, and CalCPA
Education Foundation, including:
Governmental and Nonprofit Annual Update
Government Auditing Standards
GASB Basic Financial Statements for State and Local Governments
Single Audits: Uniform Guidance (formerly OMB Circular A-133)
Financial Accounting Standards Board Annual Updates
Statement on Standards for Accounting and Review Services Updates
Has met/exceeded the current CPE educational requirements to perform audits of
governmental agencies.
Andrew Roth
CPA
Compliance
Partner
EMAIL
andrew.roth@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California
Arizona
..
..
Item 12 Page 46 of 67
City of Vernon
v | PUNGROUP.CPA
EXPERIENCE
Jack Georger is the Chief Quality Officer within The Pun Group LLP’s Assurance division. By
leveraging more than forty (40) years of public accounting and auditing experience in the government,
agribusiness, financial services, manufacturing, and nonprofit sectors, Mr. Georger brings in-depth
knowledge and practical expertise to each engagement.
Jack coordinates, plans, and manages financial audit activities, consulting activities, federal and state
compliance audit activities, performance audits, and numerous quality control and internal control
reviews for a broad mix of governmental agencies and programs throughout the United States.
Mr. Georger leads our Peer Review department providing peer review services to other firms under
the practice monitoring program of the AICPA.
Mr. Georger is a continuing professional education course instructor for the AICPA. Annually, he
instructs over 300 hours in accounting and auditing subjects. Jack has authored training material in
governmental accounting and auditing for the AICPA. He is the technical reviewer of the CCH
Knowledge-Based Audits™ of State and Local Governments with Single Audits, GAAP Guide (FASB),
and Governmental GAAP Guide (GASB).
Mr. Georger is licensed to practice as a certified public accountant in the states of California, New
York, Virginia, Maryland, the District of Columbia, Missouri (inactive), Connecticut (inactive), and
Wyoming (inactive). He is a Certified Internal Auditor (CIA).
EDUCATION
George Mason University Fairfax, Virginia
B.S. Degree – Accounting
LEADERSHIP & AFFILIATIONS
Member and Instructor, American Institute of Certified Public Accountants (AICPA)
Member, Institute of Internal Auditors
Member, California Society of Certified Public Accountants (CalCPA)
Member, New York Society of Certified Public Accountants (NYSSCPA)
Chairman, NYSSCPA Government Accounting and Auditing Committee
Member, NYSSCPA Auditing Standards Committee
Member, NYSSCPA Sustainability Committee
Member, NYSSCPA Not-for-Profit Committee
Nevada Society of Certified Public Accountants (NSCPA)
Member, Government Finance Officers Association (GFOA) – Reviewer
Member, Institute of Internal Auditors
CONTINUING PROFESSIONAL EDUCATION
He has instructed over 300 hours of municipal accounting courses offered by the AICPA.
Has met/exceeded the current CPE educational requirements to perform audits of governmental
agencies.
John F. Georger, Jr.
CPA, CIA, CGMA
Quality Control
Reviewer
EMAIL
jack.georger@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California
Arizona
Nevada ..
..
Item 12 Page 47 of 67
City of Vernon
vi | PUNGROUP.CPA
EXPERIENCE
Gary M. Caporicci has more than forty years of diversified business experience, including a
specialization in audit and management consulting for government organizations. Gary’s clients
include public and private universities and colleges, city and county governments, state agencies,
joint power authorities, healthcare agencies, transportation agencies, and special districts. Known for
his expertise in the areas of construction and government, Gary wrote the AICPA audit guides on
these topics, and he has authored many audit and accounting courses for professional groups, as
well as academic institutions. He frequently speaks and lectures at many professional organizations,
governmental seminars, and conferences held by industry associations, other accounting firms, and
universities. Also, he authors white papers for the California Committee on Municipal Accounting.
Before working with the Firm, Gary founded his accounting practice. He also spent eleven years with
a “Big Eight” professional services firm, where he was an Audit Manager and gained broad experience
in a wide range of industries such as government, construction, manufacturing, mutual funds, and
insurance. Gary has held a consultant position with a “Big Four” practice and was Vice President of
a national insurance and financial services company.
In 2015 Gary Caporicci was appointed to the State Retirement Advisory Committee by the State
Controller.
EDUCATION
Armstrong University
B.S. Degree – Accounting and Finance
LEADERSHIP & AFFILIATIONS
Member and Instructor, American Institute of Certified Public Accountants (AICPA)
Member, Author, and Instructor, California Society of Certified Public Accountants (CalCPA)
Past Chair, CalCPA Governmental Accounting and Auditing Committee
Chair and Speaker, CalCPA Governmental Accounting and Auditing State Conferences
Member, CalCPA Council
Chair, California Committee on Municipal Accounting (CCMA)
Member, Government Finance Officers Association (GFOA)
Member, California Society of Municipal Finance Officers (CSMFO)
Member, Governmental Accounting Standards Board (GASB)
Member, Deposit and Investment Risks Disclosure Task Force (GASB No. 40)
National Reviewer and Speaker, Government Finance Officers Association
Adjunct Professor, National University
Past Member, Texas Governmental Accounting and Auditing Committee
GFOA Certificate for Excellence in Financial Reporting – Reviewer
CONTINUING PROFESSIONAL EDUCATION
Author and instructor of various municipal accounting courses offered by the AICPA, CalCPA
Education Foundation, and local universities, including:
Governmental and Non-profit Annual Update
Government Auditing Standards
GASB Basic Financial Statements for State and Local Governments
Single Audits: Uniform Guidance (formerly OMB Circular A-133)
Financial Accounting Standards Board Annual Updates
Statement on Standards for Accounting and Review Services Updates
Has met/exceeded the current CPE educational requirements to perform audits of governmental
agencies.
Gary M. Caporicci
CPA, CGFM, CFF
GASB
Implementation
Specialist
EMAIL
gary.caporicci@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California ..
..
Item 12 Page 48 of 67
City of Vernon
vii | PUNGROUP.CPA
EXPERIENCE
Sophia Kuo is a Director within The Pun Group, LLP’s Assurance division. In her seven years of
accounting and auditing experience, Sophia has worked with governmental agencies, not-for-
profit entities, and private for-profit entities. She possesses governmental expertise that ranges
from GASB audit/reporting, Internal Controls/COSO Framework, Single Audit, Corporate
Financial Reporting, Data Analysis, and Taxation.
Ms. Kuo has performed audits and other attestation services for several governmental agencies
throughout California. Her portfolio includes cities, counties, redevelopment agencies, public
financing authorities, housing authorities, transportation agencies, and special districts. Also,
she has helped them publish their Annual Comprehensive Financial Reports in compliance with
GASB Statement No. 34.
EDUCATION
Fu Jen Catholic University
B.A. Degree – International Trading and Finance, Emphasis in Finance
Idaho State University
Master of Accounting (MAcc)
Master of Business Administration (M.B.A.)
LEADERSHIP & AFFILIATIONS
Member, American Institute of Certified Public Accountants (AICPA)
Member, California Society of Certified Public Accountants (CalCPA)
RELEVANT EXPERIENCE
City of Coachella City of Culver City
City of Desert Hot Springs City of Gardena
City of Laguna Niguel City of Lakewood
City of Monterey City of Monterey Park
City of Perris City of Pomona
CONTINUING PROFESSIONAL EDUCATION
Various courses are offered by the Firm online through Thompson Reuters, AICPA, and
CalCPA Education Foundation, including:
Governmental and Non-profit Annual Update
Government Auditing Standards
GASB Basic Financial Statements for State and Local Governments
Single Audits: Uniform Guidance (formerly OMB Circular A-133)
Financial Accounting Standards Board Annual Updates
Statement on Standards for Accounting and Review Services Updates
Has met/exceeded the current CPE educational requirements to perform audits of
governmental agencies.
Sophia Kuo
CPA, M.B.A.
Engagement/
Project Director
EMAIL
sophia.kuo@pungroup.cpa
WEBSITE
www.pungroup.cpa
Expertise:
CITIES
COUNTIES
TRANSPORTATION
AGENCIES
ENTERPRISE
OPERATIONS
HIGHER
EDUCATION
NOT-FOR-PROFIT
Licensed to Practice in:
California
..
..
Item 12 Page 49 of 67
City of Vernon
viii | PUNGROUP.CPA
Appendix B – Firm’s Experience with Government
Firm’s Experience Providing Similar Services
The Pun Group LLP has performed numerous audits of organizations subject to financial and compliance
audits. These audits were performed under auditing standards generally accepted in the United States,
Government Auditing Standards, Uniform Guidance (formerly known as OMB Circular A-133), and its
Compliance Supplement (when applicable), Office of the State Controller’s Minimum Audit Requirements
and Reporting Guidelines.
A representative list of our current clients is as follows:
Municipalities Dates Financial
Audit
Single
Audit
GFOA
Certificate
Total
Hours
City of Adelanto 2021 – Present Yes Yes Yes 700
City of Alameda 2019 – Present Accounting and Consulting Services 150
City of Arvin 2013 – Present Yes Yes N/A 400
City of Baldwin Park 2022 – Present Yes Yes Yes 700
City of Bell 2018 – Present Yes Yes Yes 520
City of Bradbury 2012 – Present Yes N/A N/A 150
City of Calexico 2007 – Present Yes Yes N/A 750
City of Clovis 2006 – Present Yes Yes Yes 500
City of Coachella 2017 – Present Yes Yes Yes 410
City of Cottonwood, AZ 2007 – Present Yes Yes Yes 400
City of Corona 2021 – Present Yes Yes Yes 640
Town of Corte Madera 2022 – Present Yes Yes N/A 400
Town of Danville 1999 – Present Yes Yes Yes 400
City of Douglas, AZ 2020 – Present Yes Yes Yes 300
City of Desert Hot Springs 2013 – Present Yes N/A N/A 700
City of Fresno 2022 – Present Yes Yes Yes 1,450
City of Gardena 2007 – Present Yes Yes Yes 700
City of Gilroy 2020 – Present Yes Yes Yes 640
City of Glendora 2017 – Present Yes Yes Yes 430
City of Gustine 2017 – Present Yes N/A N/A 400
City of Hemet 2015 – Present Yes Yes N/A 380
..
..
Item 12 Page 50 of 67
City of Vernon
ix | PUNGROUP.CPA
Municipalities Dates Financial
Audit
Single
Audit
GFOA
Certificate
Total
Hours
City of Hercules 2020 – Present Yes Yes Yes 450
City of Lakewood
2013 – Present
Yes Yes Yes 380
City of Lomita 2020 – Present Accounting and Consulting Services 150
City of Lynwood 2016 – Present Yes Yes Yes 585
City of Madera 2019 – Present Yes Yes Yes 470
City of Montebello 2022 – Present Yes Yes Yes 600
County of Monterey 2023 – Present Yes Yes Yes TBD
City of Napa 2019 – Present Yes Yes Yes 750
City of National City 2013 – Present Yes Yes Yes 600
City of Palm Springs 2020 – Present Yes Yes Yes 1,000
City of Paramount 2023 – Present Yes Yes Yes 460
City of Patterson 2017 – Present Yes Yes Yes 450
City of Placerville 2008 – Present Yes Yes N/A 400
City of Redlands 2022 – Present Yes Yes Yes 650
City of Ridgecrest 2009 – Present Yes Yes Yes 300
City of Rohnert Park 2020 – Present Yes Yes Yes 700
City of Salinas 2022 – Present Yes Yes Yes 800
City of San Mateo 2021 – Present Yes Yes Yes 900
City of Santa Clarita 2022 – Present Yes Yes Yes 1,200
City of Seal Beach 2017 – Present Yes Yes Yes 410
City of Stockton 2012 – Present Yes Yes N/A 3,000
City of Tracy 2021 – Present Yes Yes Yes 960
Town of Tiburon 2022 – Present Yes Yes Yes 452
City of Visalia 2021 – Present Yes Yes Yes 650
Imperial County Transportation
Commission 2020 – Present Yes Yes Yes 600
Nevada County Transportation
Commission 2021 – Present Compliance
Services N/A N/A 450
San Diego Metropolitan Transit System 2005 – Present Yes Yes Yes 1,850
Shasta Regional Transportation Agency 2015 – Present Yes N/A N/A 400
..
..
Item 12 Page 51 of 67
City of Vernon
x | PUNGROUP.CPA
Municipalities Dates Financial
Audit
Single
Audit
GFOA
Certificate
Total
Hours
Alameda County Water District 2018 – Present Yes Yes N/A 550
Camrosa Water District 2020 – Present Investment
Pool 120
Carmel Area Wastewater District 2022 – Present Yes Yes N/A 150
CAWD/PBSCD Wastewater Reclamation
Project 2022 – Present Yes N/A N/A 150
Central Basin Water District 2018 – Present Yes Yes N/A 400
Las Virgenes Municipal Water District 2014 – Present Yes N/A N/A 400
Los Angeles County Law Library 2020 – Present Yes N/A N/A 180
Marina Coast Water District 2012 – Present Yes N/A Yes 240
Menlo Park Fire Protection District 2015 – Present Yes Yes Yes 240
NALEO Educational Fund and NALEO 2020 – Present Yes N/A N/A 300
Olivenhain Municipal Water District 2019 – Present Yes Yes Yes 200
Padre Dam Municipal Water District 2020 – Present Yes Yes Yes 250
Rancho Murieta Community Services
District 2019 – Present Accounting and Consulting Services 800
Rancho Santa Fe Fire Protection District 2015 – Present Yes N/A N/A 120
San Bernardino County Emergency
Training Center 2020 – Present Yes N/A N/A 50
San Bernardino County Preschool
Services Department 2020 – Present Yes Yes N/A 150
San Bernardino County Fire Protection
District 2016 – Present Yes N/A N/A 200
San Elijo Joint Powers Authority 2016 – Present Yes N/A N/A 146
Santa Fe Irrigation District 2019 – Present Yes N/A N/A 250
Sweetwater Authority 2022 – Present Yes Yes Yes 270
South Bay Cities Council of
Governments 2020 – Present Yes N/A N/A 100
South Coast AQMD 2023 – Present Yes Yes N/A 410
South Orange County Water Authority 2017 – Present Yes Yes Yes 240
South Bay Regional Public
Communications Authority 2015 – Present Yes N/A N/A 100
Southwestern Community College
District 2009 – Present Yes Yes N/A 720
Valley Sanitary District 2015 – Present Yes N/A Yes 140
West Valley Mosquito and Vector Control
District 2016 – Present Yes N/A N/A 100
Zone 7 Water Agency 2020 – Present Yes Yes Yes 400
..
..
Item 12 Page 52 of 67
City of Vernon
xi | PUNGROUP.CPA
GFOA Award Program
The Pun Group LLP realizes the importance of maintaining the Certificate for Excellence in Financial
Reporting from the GFOA. Our professionals are exceptionally well qualified to assist governments in
obtaining and maintaining their certificates.
The Firm’s commitment and involvement in the development of auditing and accounting standards can be
shown in our active participation in the GFOA’s financial statements certificate programs. 100% of our
current clients who submitted their Annual Comprehensive Financial Report to the GFOA received these
awards.
Also, two of our senior partners, Mr. Gary Caporicci and Mr. John F. Georger, are members of the
Government Finance Officers Association and participate in the GFOA Special Review Committee.
Firm’s Experience with Single Audit and Grants
The Pun Group LLP works with numerous organizations that receive extensive governmental funding and
are subject to auditing under Uniform Grant Guidance. This Firm’s specialization helps our audit team
understand the procedures’ nuances and execute the engagement accordingly. We also assist in preparing
the data collection form and preparing the reporting package for submission to the federal audit
clearinghouse.
The Firm is a member of the AICPA Governmental Audit Quality Center and has demonstrated its
commitment to audit quality, including those performed under Government Auditing Standards and Uniform
Guidance. Also, we are a recipient of the Single Audit Resource Center’s Award for Excellence. This award
is based on the positive feedback result from our clients in an independent survey, demonstrating our Firm’s
highest commitment to quality and client satisfaction.
We utilize standardized audit programs from the federal government’s Compliance Supplement to ensure
that our procedures meet federal standards. Our audit programs are continually updated to reflect the
revisions of OMB.
Our Uniform Guidance risk-based approach focuses on areas of higher risk of non-compliance. Such an
approach truly reflects the federal government's intent by concentrating on the following four steps:
..
..
Item 12 Page 53 of 67
City of Vernon
xii | PUNGROUP.CPA
1. Planning & Internal control assessment: The engagement team will obtain an understanding of
the City and its operating environment and its internal control over the Schedule of Expenditures of
Federal Awards. The engagement team will perform the major program determination and
communicate with the City’s management before conducting major program testing.
2. Testing & compliance assessment: The engagement team will obtain an understanding of internal
control over compliance on the direct and material compliance requirements for each major program.
The engagement will perform testing on internal controls over compliance to ensure the controls are
in place working effectively and properly and that the City is in compliance with the applicable
regulations in administering major programs.
3. Reporting & Review: The engagement team will review and prepare the single audit reports and
perform quality control procedures following the Quality Control Standards issued by the AICPA. Any
comments will be issued to the management or the Charge with Governance, depending on the
magnitude of the issues. Upon obtaining the final approvals from management, the Single Audit
report will be issued.
4. Issuance to Clearing House: The engagement team will assist the City in drafting the data collection
form and completing the final submission, including uploading the audit package to the Federal
Clearing House.
Our Firm has audited hundreds of millions of dollars in federal expenditures, making our engagement team
uniquely experienced in single audits. We are familiar with grantors, such as:
Corporation for National and Community Services
Department of Agriculture
Department of Education
Department of Health and Human Services
Department of Housing and Urban Development
Department of Transportation
Environmental Protection Agency
Department of Commerce
Department of Labor
Department of Homeland Security
Department of Justice
Department of Treasury
Executive Office of the President
..
..
Item 12 Page 54 of 67
City of Vernon
xiii | PUNGROUP.CPA
Firm’s Current and Past Experience with Joint Powers Authorities and Public Utilities
Our Firm has provided professional services to several JPAs and Public Utilities. Below is a representative
listing of such engagements:
Adelanto Public Utility Authority
Arbuckle Public Utility District
Casitas Municipal Water District
Central Basin Municipal Water District
City of Monterey Joint Powers Financing Authority
Coachella Valley Resource Conservation District
Diablo Water District
East Orange County Water District
El Toro Water District
Farm Mutual Water Company
Las Virgenes Municipal Water District
Las Virgenes – Triunfo Joint Powers Authority
Los Angeles Waterkeeper
Marina Coast Water District
North County Dispatch Joint Powers Authority
Olivenhain Municipal Water District
Orange County Coastkeeper
Palmdale Water District
Perris Joint Powers Authority
Riverside County Flood Control and Water Conservation District
San Diego Coastkeeper
San Bernardino County Fire District
San Elijo Joint Powers Authority
Santa Fe Irrigation District
Sativa Los Angeles County Water District
South Orange County Wastewater Authority
Valley Sanitary District
Water Replenishment District of Southern California
West County Wastewater District
..
..
Item 12 Page 55 of 67
City of Vernon
xiv | PUNGROUP.CPA
Firm’s Experience with State Controller’s Reports
The Pun Group LLP has assisted numerous clients with the preparation of the required reports by the
California State Controller’s Office. Some of these experiences are as follows:
Cities Financial Transactions Report:
City of Arvin
City of Bell
City of Coachella
City of Culver City
City of Desert Hot Springs
City of Hercules
City of Placentia
City of Laguna Niguel
City of Lakewood
City of Lynwood
City of Monterey
City of Morro Bay
City of Napa
City of National City
City of Palm Springs
City of Perris
City of Rohnert Park
City of South Gate
City of Stockton
Annual Street Report:
City of Desert Hot Springs
City of Laguna Niguel
City of Napa
City of Palm Springs
City of Perris
City of Stockton
Special Districts Financial Transactions Report:
Special District of West End Water Development Treatment and Conservation Joint Powers
Authority
Special District of West Valley Water District
Special District of Coachella Financing Authority
Special District of Coachella Sanitary District (Riverside)
Special District of Coachella Water Authority
Special District of Desert Hot Springs Public Financing Authority
Special District of Desert Hot Springs Successor Agency
Special District of Perris Public Utility Authority
Special District of Perris Public Financing Authority
Special District of Perris Joint Powers Authority
Special District of Central Basin Municipal Water District
Special District of Marina Coast Water District
Special District of Menlo Park Fire Protection District
Special District of San Bernardino County Fire Protection District
Transit Operators Financial Transactions Report:
City of Arvin
City of Culver City
..
..
Item 12 Page 56 of 67
City of Vernon
xv | PUNGROUP.CPA
Firm’s Expertise and Experience in Governmental Accounting Rules and Regulations, Including
Implementation of new GASB Pronouncements
Changing federal laws, statutes, ordinances, and compliance provisions have created unprecedented
complexity in public accounting today. Our GASB Implementation Specialist, Mr. Gary Caporicci, has
helped our clients implement new standards while adapting to changes within the existing standards. Our
partners serve on committees that have input into how new standards are written. They actively participate
in industry associations focused on state and local governments. By participating in industry associations
and activities, we are always up to date on the latest industry changes and their impact on your operations.
We will keep you and our colleagues in the Firm fully informed of these developments.
Also, our professionals are familiar with the complexities of governmental accounting, auditing, and financial
reporting, including but not limited to all GASB pronouncements, the Single Audit Act, and Uniform
Guidance (formerly known as OMB Circular A-133) and fund operations. They have held positions as
professional certified public accountants and taken on significant roles within and outside government
agencies. Such experience brings to our clients the thought leadership, quality, and level of expertise they
require.
The Firm is well versed and experienced in assisting our clients with the implementation of the applicable
GASB pronouncements every year, such as GASB 34, GASB 54, GASB 65, GASB 68, GASB 75, and
GASB 84. Mr. Gary Caporicci, as a chair of the California Committee on Municipal Accounting “CCMA,”
wrote “white papers” on each of these pronouncements.
Throughout the engagement, several new GASB pronouncements will become effective. The Engagement
Team will pay specific attention to upcoming statements that will become effective and work with the City
to create a plan to address new standards before the implementation period. This step will allow the finance
department staff the needed time to be prepared.
Special Attention: GASB Pronouncements Effective for Reporting Year 2023
GASB Statement No. 87, Leases
The objective of this Statement is to better meet the information needs of financial statement users by
improving accounting and financial reporting for leases by governments.
Effective Date: The requirements of this Statement are effective for fiscal years beginning after June
15, 2021, and all reporting periods thereafter.
GASB Statement No. 94, Public-Private and Public-Public Partnerships and Availability Payment
Arrangements
The primary objective of this Statement is to improve financial reporting by addressing issues related
to public-private and public-public partnership arrangements (PPPs).
Effective Date: for fiscal years beginning after June 15, 2022, and all reporting periods thereafter.
GASB Statement No. 96, Subscription-Based Information Technology Arrangements
This Statement provides guidance on the accounting and financial reporting for subscription-based
information technology arrangements (SBITAs) for government end users (governments).
Effective Date: for fiscal years beginning after June 15, 2022, and all reporting periods thereafter.
..
..
Item 12 Page 57 of 67
City of Vernon
xvi | PUNGROUP.CPA
Appendix C – Complimentary Client Training
Strengthen Your Accounting Knowledge: TPG Client Training Webinars
We pride ourselves in leading the governmental auditing profession nationwide and statewide. Members
of our team have been assigned to the AICPA and State Government Accounting and Audit committees.
Our membership with these two levels of government keeps us current, and such involvement helps our
Firm with the constant changes in accounting and auditing standards, laws and regulations, and compliance
provisions, which have created an unprecedented complexity in public accounting for state and local
governments.
Every year, the Firm hosts a conference to update governmental clients on new technical accounting and
financial issues. Since last year, by implementing “Webinars,” we’ve been expanding our horizons and
offering our clients 15 hours of Continuing Professional Education (CPE). These sessions are free of
charge and part of the service package provided to our clients.
CPE courses we offer:
..
..
Item 12 Page 58 of 67
City of Vernon
xvii | PUNGROUP.CPA
Appendix D – Sample of Certificate of Insurance
..
..
Item 12 Page 59 of 67
City of Vernon
xviii | PUNGROUP.CPA
Appendix E – Peer Review
Being a member of the American Institute of Certified Public Accountants (AICPA), The Pun Group LLP is
required to obtain an independent peer review of our audit and accounting practice every three (3) years.
The peer reviewer assessed the Firm’s quality-control policies, reviewed administrative records,
interviewed professional personnel, and inspected the Firm’s working papers and reports from a
representative sample of accounting and auditing engagements, including governmental audits. The
reviewer concluded that the Firm fully complied with the AICPA’s stringent standards for quality control and
issued a peer review rating of “Pass.”
A copy of our most recent peer review is presented.
..
..
Item 12 Page 60 of 67
City of Vernon
xix | PUNGROUP.CPA
Appendix F – Other Important Information
Independence
The Pun Group LLP requires all employees to adhere to strict independence standards concerning the Firm’s
clients. These independence standards exceed, in many instances, the rules promulgated by the American
Institute of Certified Public Accountants (AICPA).
The Pun Group LLP certifies that it is independent of the City of Vernon and its component units. The Firm
meets independence requirements defined by the United States Government Accountability Office’s (US
GAO’s) Government Auditing Standards and the American Institute of Certified Public Accountants
(AICPA). Based on that, we have not identified an instance that constitutes a conflict of interest relative to
performing the services requested by the City.
The Firm will give the City of Vernon written notice of any professional relationships entered into during the
period of the engagement.
License to Practice in California
The Firm and all key professional staff are licensed by the State of California to practice as Certified Public
Accountants and meet the Continuing Professional Education requirements under US GAO’s Government
Auditing Standards to perform the proposed audits.
Firm Registration:
California State Board of Accountancy Number – PAR 7601
Federal Identification Number – 46-4016990
Business License
If selected, the Firm will obtain and maintain a valid City of Vernon Business License while conducting any
work under the contract.
..
..
Item 12 Page 61 of 67
ORANGE COUNTY SAN DIEGO BAY AREA LAS VEGAS PHOENIX
www.pungroup.cpa
..
..
Item 12 Page 62 of 67
Page 16 of 17
EXHIBIT B
SCHEDULE
..
..
Item 12 Page 63 of 67
City of Vernon
11 | PUNGROUP.CPA
Fees and Costs
We are committed to the performance of a high-quality audit at the most reasonable fee level possible, both
initially and throughout the engagement. Also, our partners will provide advice and consultation as needed
at no additional cost to the City of Vernon.
Name of Firm: The Pun Group LLP – Certified Public Accountants and Business
Advisors
Contact Name: Kenneth H. Pun, CPA, CGMA
Contact Email Address:ken.pun@pungroup.cpa
Authorization to Represent the Firm
I, the undersigned, certify I am duly authorized to represent The Pun Group LLP and am empowered to
submit this bid. In addition, I certify I am authorized to contract with the City of Vernon on behalf of the
Firm.
April 3, 2023
_________________________________________ _______________________________
Kenneth H. Pun, CPA, CGMA | Managing Partner Date
The Pun Group LLP
Total All-Inclusive Maximum Price
Our proposed fees for Professional Audit Services for the fiscal years June 30, 2023, 2024 and 2025 are
as follows (1) (2):
Work to be performed:2022/23 2023/24 2024/25
City of Vernon ACFR Audit 49,500$ 50,985$ 52,515$
ACFR Preparation 4,000 4,120 4,244
Single Audit Report - up to 1 major program 4,250 4,378 4,509
Appropriations Limit AUP (GANN Limit Review) 500 515 530
Vernon Public Utilities Funds Audit 27,250 28,068 28,910
Electric Fund Audit 11,500 11,845 12,200
Water Fund Audit 8,250 8,498 8,752
State Controller's Report - City and Streets 4,750 4,893 5,039
Total All-Inclusive Maximum Price $ 110,000 $ 113,300 $ 116,699
(1)Single Audit fees based on one (1) major program. The fee for auditing additional major programs
will be $5,000 each. The number of programs determined to be “major” will be based on OMB
Uniform Guidance. The Engagement Team will discuss this with the City of Vernon Management
before starting Single Audit work.
(2)The percentage modification for the fourth and fifth years is 3% per year.
..
..
Item 12 Page 64 of 67
City of Vernon
12 | PUNGROUP.CPA
Breakdown of Total-All Inclusive Price by Classification
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(56,800)$
Total all-inclusive maximum price for FY 2023 110,000$
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(53,500)$
Total all-inclusive maximum price for FY 2024 113,300$
Hours
Standard
Hourly
Rates
Quoted
Hourly
Rates Total
Partners 96 300$ 300$ 28,800$
Director 160 250$ 250$ 40,000$
Supervisory Staff 240 175$ 175$ 42,000$
Staff 360 150$ 150$ 54,000$
Clerical: 20 100$ 100$ 2,000$
Out-of-Pocket Expenses:Included
Professional Discount:(50,101)$
Total all-inclusive maximum price for FY 2025 116,699$
..
..
Item 12 Page 65 of 67
City of Vernon
13| PUNGROUP.CPA
Out of Pocket Expenses are Included in the Total All-Inclusive Maximum Price and
Reimbursement Rates
The Firm’s policy is to maintain flexible billing rates to meet the needs of clients and help them control costs.
In the interest of starting our long-term relationship, we will absorb expenses such as travel and printing
costs. Additionally, our Partners will be available to provide advice and consultation as necessary to the
City of Vernon. The Firm will also absorb these costs.
Rates for Additional Professional Services
Below are the Firm’s hourly billing rates, delineated by staffing levels:
Any supplemental reports, audits, or agreed-upon procedures not covered by this proposal may be added
to a written agreement prior to commencing audit work. The Firm and the City will discuss and approve the
scope and associated costs of these tasks. Any additional work will be performed at the above-quoted
hourly rates.
Manner of Payment
Engagement Team members are required to maintain timesheets detailing the date, number of hours, and
work performed for every audit task. The Firm will collect these timesheets and bill the City of Vernon at the
rates outlined in the Total All-Inclusive Maximum Price section in four stages: (1) at the conclusion of the
planning phase, (2) at the conclusion of the interim phase, (3) at the conclusion of the Year-End phase, (4)
and after presentation and acceptance of the final audit reports. Interim billings will cover a period not less
than a calendar month. The billing amounts generally break down as follows:
Partner(s) 300$
Director(s) 250$
Senior Manager(s) 225$
Manager(s) 200$
Supervisor(s) 175$
Senior Accountant(s) 150$
Staff Accountant(s) 125$
Clerical 100$
Hourly Billing Rates
Work Performed % of Proposal Amount
Planning 10%
Interim 40%
Fieldwork 40%
Presentation and Acceptance of Reports 10%
..
..
Item 12 Page 66 of 67
Page 17 of 17
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.
..
..
Item 12 Page 67 of 67
City Council Agenda Report
Meeting Date:May 16, 2023
From:Todd Dusenberry, General Manager of Public Utilities
Department:Public Utilities
Submitted by:Adriana Ramos, Administrative Analyst
Subject
Services Agreement with Camfil Power Systems
Recommendation
A. Find that approval of the proposed action is exempt from California Environmental Quality
Act (CEQA) review, because it is an administrative activity that will not result in direct or
indirect physical changes in the environment, and therefore does not constitute a “project”
as defined by CEQA Guidelines Section 15378. To the extent the future installation of the
equipment constitutes a “project”, staff anticipates that the work will be exempt from CEQA
review in accordance with CEQA Guidelines Section 15302, because the project consists of
the replacement or reconstruction of existing equipment where the new equipment will be
located on the same site as the equipment replaced and will have substantially the same
purpose and capacity as the equipment replaced; the installation work will be procured
through a separate selection process and contract at a later date.
B. Approve and authorize the City Administrator to execute a Services Agreement with Camfil
Power Systems (Camfil), in substantially the same form as submitted, to provide engineering
and design services for generator cooling filter housing modification for a total amount not-
to-exceed $250,576; and
C. Authorize a contingency amount of 10% or $25,100 in the event of unforeseen changes in
the project and grant authority to the City Administrator to issue amendments for an amount
up to the contingency amount, if necessary.
Background
The Malburg Generating Station (MGS) has two Siemens SGT-800 Combustion Turbines, each
turning its own air-cooled generator. Like a jet airplane engine, the combustion turbine converts
natural gas to mechanical energy. This mechanical energy is used to turn the generator,
converting the energy to electricity.
The generators at MGS have exhibited evidence of electrical tracking along the outside surface
of the insulation due to high levels of hydrocarbon contamination. Electrical tracking can grow
quickly with few external symptoms and can result in a catastrophic failure of the generator.
Therefore, upgrading the existing combustion turbine generating cooling inlet filtration housing is
needed to address this issue. Such upgrades to the existing generator filter houses will reduce
generator contamination and risk of tracking by removing harmful hydrocarbon particulates and
allow for extended operating usage of the filters.
In accordance with Vernon Municipal Code (VMC) Section 3.32.080 regarding competitive
selection, on March 7, 2023, staff issued a Request for Proposals (RFP) for Engineering and
Design Services for Generator Cooling Filter Housing Modification. The RFP was advertised on
the City's Planet Bids platform. The scope of work included, but was not limited to, the
engineering, design, manufacturing, and delivery of a new air inlet filter house for each of the two
units at MGS.
..
..
Item 13 Page 1 of 43
Subsequently, one proposal package was received by the April 10, 2023 deadline. A qualified
panel thoroughly examined the proposal utilizing criteria to measure experience, work plan,
references, and cost. The proposal received was submitted by Camfil. They exceed the
requirements set forth in the RFP. Moreover, their proposal demonstrates expertise and
experience through a comprehensive approach to the scope of work. Camfil filtration systems
are designed to meet the highest industry standards, providing superior protection against
contaminants, improving efficiency, reducing maintenance costs, and extending equipment life.
If the proposed Services Agreement is approved, the new air inlet filter houses will be scheduled
for installation during the 2023 MGS Fall Outage, tentatively scheduled in November.
Staff recommends approval of a Services Agreement with Camfil to provide engineering and
design services for generator cooling filter housing modification, in the amount of $250,576; and
recommends a ten percent (10%) contingency of the total services agreement value, in the event
of unforeseen changes in the project for a potential total cost not to exceed $275,676. Camfil’s
proposal, dated April 3, 2023, is for $266,049.79. Due to manufacturing delays and to meet the
installation deadline for the 2023 MGS Fall Outage, a Purchase Contract in the amount of
$15,473.79 was issued to Camfil to perform a site survey report before May 16, 2023. The site
survey report, as described in the scope of work, is required to perform a dimensional check of
the existing unit to confirm and define the scope of work for the engineering of the air inlet filter
houses.
The Purchase Contract amount of $15,473.79 is a component of Camfil’s overall proposal, as
such, the total estimated cost of the engineering, design, manufacturing, and delivery of new
filters for this part of the project is anticipated not to exceed $291,149.79 including the
contingency amount. Camfil’s proposal does not include installation costs. Installation will be
considered separately. Therefore, staff will issue a separate RFP in the near future for the
installation work.
Pursuant to VMC Section 3.32.030(A), City Council approval is required as the total value of the
Services Agreement requested exceeds $100,000. The Services Agreement has been reviewed
and approved as to form by the City Attorney’s Office.
Fiscal Impact
The fiscal impact of this project segment, not including the purchase contract for the site survey,
is not-to-exceed $275,676 including the contingency amount. Funds have been budged in the
Electric Fund Malburg Generating Station Capital Outlay Account 055-050-586-660000 for the
fiscal year 2023-24.
Attachments
1. Services Agreement with Camfil Power Systems
..
..
Item 13 Page 2 of 43
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND CAMFIL POWER
SYSTEMS FOR ENGINEERING AND DESIGN SERVICES FOR GENERATOR
COOLING FILTER HOUSING MODIFICATION
COVER PAGE
Contractor:Camfil Power Systems
Responsible Principal of Contractor:
Notice Information - Contractor:
Carl Larochelle, VP Americas
Camfil Power Systems
3025 Joseph-A. Bombardier
Laval, QC, Canada, H7P 6C5
Attention: Tom Carter, Retrofit & OEM Sales
Manager
Telephone: (450) 786-2532
Notice Information - City:City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Todd Dusenberry,
General Manager of Public Utilities
Telephone: (323) 583-8811 ext. 579
May 16, 2023Commencement Date:
Termination Date:
Consideration:
May 15, 2024
Total not to exceed $250,576 (includes all
applicable sales tax); and more particularly
described in Exhibit B
Records Retention Period Three (3) years, pursuant to Section 11.20
Page 1 of 17
..
..
Item 13 Page 3 of 43
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND CAMFIL POWER
SYSTEMS FOR ENGINEERING AND DESIGN SERVICES FOR GENERATOR COOLING
FILTER HOUSING MODIFICATION
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation (“City”), and Camfil Power Systems, a Quebec, Canada
corporation (“Contractor”).
The City and Contractor agree as follows:
1.0
perform the services as hereinafter set forth as authorized by the City Council on May 16, 2023.
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
forth in the City’s Request for Proposals issued on or about March 7, 2023, and titled
Engineering and Design Services for Generator Cooling Filter Housing Modification, and
Contractor's proposal to the City ("Proposal") dated April 3, 2023, Exhibit “A”, a copy which is
attached to and incorporated into this Agreement by reference.
2.2
2.3
All services shall be performed to the satisfaction of City.
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 May 16, 2023, and it
shall continue until May 15, 2024, unless terminated at an earlier date pursuant to the provisions
thereof.
5.0 COMPENSATION AND FEES.
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
Page 2 of 17
..
..
Item 13 Page 4 of 43
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 $250,576 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
Page 3 of 17
..
..
Item 13 Page 5 of 43
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
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.
Contractor understands and agrees that invoices which lack sufficient
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
Page 4 of 17
..
..
Item 13 Page 6 of 43
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.
limit, including owned, hired, and non-owned liability coverage.
ii. Contractor agrees to subrogate automobile liability resulting from performance
Automobile Liability with minimum limits of at least $1,000,000 combined single
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,
Page 5 of 17
..
..
Item 13 Page 7 of 43
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
the performance of the services.
iv.Professional Errors and Omissions coverage in a sum of at least $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.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.
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.
Prior to commencement of performance, Contractor shall furnish City with aviii.
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
Page 6 of 17
..
..
Item 13 Page 8 of 43
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.
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
Page 7 of 17
..
..
Item 13 Page 9 of 43
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.
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.
Page 8 of 17
..
..
Item 13 Page 10 of 43
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
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
Page 9 of 17
..
..
Item 13 Page 11 of 43
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.
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, General Manager of Public Utilities
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Camfil Power Systems
Tom Carter, Retrofit & OEM Sales Manager
3025 Joseph-A. Bombardier
Laval, QC, Canada, H7P 6C5
Page 10 of 17
..
..
Item 13 Page 12 of 43
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
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
Page 11 of 17
..
..
Item 13 Page 13 of 43
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.
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
Page 12 of 17
..
..
Item 13 Page 14 of 43
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].
Page 13 of 17
..
..
Item 13 Page 15 of 43
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
Camfil Power Systems, a Quebec, Canada
corporation
By: ____________________________
Carlos Fandino, City Administrator
By:
Name:
Title:
ATTEST:
By:
_______________________________
Lisa Pope, City Clerk Name:
Title:
APPROVED AS TO FORM:
_______________________________
Zaynah N. Moussa,
City Attorney
Page 14 of 17
..
..
Item 13 Page 16 of 43
EXHIBIT A
CONTRACTOR'S PROPOSAL
Page 15 of 17
..
..
Item 13 Page 17 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 1 of 13
RFP for Engineering and Design Services for
Generator Cooling Filter Housing Modification
Supplier:
Contact:
Camfil Power Systems
Address: 3025 Joseph-A. Bombardier,
Laval, QC, Canada
Phone No: 450-786-2532
Fax No: 450-629-5847
Tom Carter
Retrofit & OEM Sales Manager
Address: 3025 Joseph-A. Bombardier,
Laval, QC, Canada
Phone No: (803)-280-7034
Email: tom.carter@camfil.com
..
..
Item 13 Page 18 of 43
..
..
Item 13 Page 19 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 3 of 13
Item 1 - Introduction
As one of the leading providers of air inlet systems for turbomachinery, we understand
the critical role of effective filtration solutions in maximizing the output and efficiency of
gas turbines. Camfil’s air filtration solutions for gas turbines provide reliable and effective
protection against harmful airborne contaminants, resulting in improved performance and
longevity of the turbines. By ensuring clean and efficient operation, our solutions
ultimately help reduce downtime and maintenance costs, while increasing the overall
efficiency and sustainability of operations.
Our proposal aims to upgrade the existing generator filter houses to increase filter
efficiency in removing harmful hydrocarbon particulates and allow for extended operating
usage of the filters. Our scope of work includes the design, manufacturing, and delivery
of a new air inlet filter house for each of the two units at the station. Reliable, high-
performing air filtration is essential for the success of your operations, and we are
committed to providing a solution that meets your needs.
We are confident that our experience, expertise, and commitment to quality will ensure
that the Malburg Generating Station’s air inlet filter house upgrade is a success. By
partnering with Camfil, the City of Vernon will benefit from our expertise, experience, and
commitment to delivering the best possible filtration solutions.
Item 2 - Scope of Work (SoW)
The project will involve the design, manufacturing, and delivery of a new air inlet filter
house for each of the two units at the Malburg Generating Station. Camfil’s scope of work
includes the following deliverables:
1. Engineering site survey report: This report will summarize the findings of the site
survey and identify any outstanding questions about the scope which need to be
addressed prior to the start of engineering design.
2. Structural analysis: This analysis will determine reaction loads of the existing
structure any identify necessary structural modifications (vertical supports) that
must be implemented in order to support Camfil’s proposed solution.
3. Design and manufacturing: Camfil will design and manufacture the new air inlet
filter house with the support of our subcontractors. In addition, sets of high-
efficiency final filters will be supplied for each of the two new units.
4. Shipment: The units and filters will be shipped to the Malburg Generating Station.
..
..
Item 13 Page 20 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 4 of 13
Item 3 - Work Plan
The following activities will be required to achieve the deliverables outlined in the SoW:
1. Engineering site survey: Our engineering team will perform an engineering site
survey to perform a dimensional check of the existing unit to sign off on dimensions
to define the scope for engineering of the new units.
2. Structural analysis: Our engineering team will perform a structural analysis of the
existing support structure to determine reaction loads and identify any necessary
structural modifications that must be implemented for the integration of the new air
inlet filter houses.
3. Site survey report: Our engineering team will put together a site survey report to
summarize our findings, present the design concept based on the survey and
structural analysis, and identify any outstanding design considerations to be
discussed with the City of Vernon.
4. Design: Following the results of the site survey and structural analysis, our
dedicated project engineer will work with our highly experienced design team to
design the 3D models and drawings for the new air inlet filter houses. A General
Assembly drawing will be provided for approval prior to manufacturing.
5. Manufacturing: Partnering with our subcontractors, we will manufacture the new
air inlet filter houses.
6. Quality Control: Thorough quality control checks will be conducted throughout the
design and manufacturing process to ensure that the final products meet the
project specifications.
7. Shipment: The manufactured units and full sets of high-efficiency final filters will
be shipped to the Malburg Generating Station.
8. Project management: Throughout the project, a dedicated project manager will
oversee all aspects of the project and ensure that all deliverables are completed
on time and within budget.
The project timeline will be as follows:
Within 4 weeks of PO receipt, Camfil will perform an engineering site survey and
structural analysis
4 weeks after survey, Camfil will provide a site survey report
4-6 weeks for engineering drawings after site survey report
24-26 weeks for manufacturing after engineering drawing approval
2-3 weeks for final shipment to site
..
..
Item 13 Page 21 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 5 of 13
Item 4 - Fees and Costs
Price (USD)
Front Access Inlet Filtration System See Pricing Table
Scope for 1 Unit includes:
Air Intake Filter House 6Wx3H (Static) in 316L Stainless Steel
Weather louvers (hinged), frames in 316L Stainless Steel
o Droplet separator profiles in UV-resistant polypropylene with 33mm spacing,
allowing for inertial separation of water
Single-stage filtration for a high efficiency final filter
Inlet Transition in 316L Stainless Steel
Plenum used to transition from the filter house static module to the existing on-site
silencer
Transition outlet: 118.2”W x 70.8”H
Hardware and Packaging
Note:
- Pricing does not include any electrical components
- Camfil to design the system to match the base-to-duct centerline and the retrofit flange
dimensions exactly.
Price (USD)
Filters See Pricing Table
Scope for 1 Unit includes:
18 x CamGT 3V-600 E10
Price (USD)
Structural Analysis See Pricing Table
Camfil will perform a structural analysis of the existing filter house cantilever supports to
determine the reaction loads at the enclosure structural connection shown below.
The proposed filter house retrofit will be designed such these loads are not exceeded, and
include vertical supports to ground as shown in the sketch below to minimize the wall
..
..
Item 13 Page 22 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 6 of 13
reaction loads if needed. Vertical support members will be removable to maintain clearance
for generator maintenance.
The customer is responsible for the foundation design of the vertical supports.
Camfil will only evaluate and ensure the suitability of the structure up to (and including) the
connecting point to the enclosure wall.
Review and certification by California licensed PE is excluded at the moment - Customer
to confirm scope of review and stamping required. Structural analysis will be performed by
a Professional Engineer.
Price (USD)
Freight (DDP Vernon, California)See Pricing Table
Includes:
Delivery of 2 units and filters to Malburg Generating Station in Vernon, California, USA.
Note: The customer is responsible for unloading the goods on-site at the time of delivery.
This is an estimate and the actual cost would be determined at the time of shipment.
The estimated lead time is between 2-3 weeks after the ready-to-ship date. Specifics for
the logistics to be discussed during project execution.
..
..
Item 13 Page 23 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 7 of 13
Price (USD)
Site Survey See Pricing Table
Includes:
Mobilization and de-mobilization (lodging, meals, air fare, transportation)
Two personnel, up to two days on-site, 8-10 hours per day
Deliverables:
Site survey report
Sign off on dimensions to define scope for engineering
Note:
- This does not include any additional stand-by (waiting) time due to: mandatory site-specific
trainings, security and safety clearance, and/or due to force majeure
- This does not include any material or non-standard equipment and tools
Estimated Initial Pressure Drop
The following table shows the estimate initial pressure drop at 2500 CFM per filter:
Item Initial (“ w.g.)
0.16Weather louvers
CamGT 3V-600 E10 0.55
Total 0.71
*Above values are estimations only
..
..
Item 13 Page 24 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 8 of 13
PRICING FOR FULL 2 UNIT SCOPE
Item Price (USD)
Full project scope:
Front Access Inlet
Filtration System
Filters
REDACTED FOR
SEALED PRICE.
REFER TO PLANET
BIDS SUBMISSION. Structural Analysis
Freight (DDP Vernon,
California)
Site Survey
Tax (10.25%)REDACTED
Total for project REDACTED
Note 1: Pricing excludes PE stamps, taxes (other than 10.25% sales tax for Vernon,
California), testing, or third party certification.
Note 2: Camfil is offering a bid contingent on a Camfil engineering site survey.
Note 3: The above pricing is based on a scope of supply of two exactly identical
units. Any changes may impact the pricing.
..
..
Item 13 Page 25 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 9 of 13
Warranty:12 months in commercial operation,
24 months from delivery, whichever comes first
Payment Terms:Net 30
Payment Schedule 10% after acceptance of PO
20% after drawings released for fabrication
60% upon ready to ship
10% upon delivery to site
Lead Time:Within 4 weeks of PO placement, Camfil will
conduct an engineering site survey and structural
analysis
4 weeks after site survey, Camfil will provide a site
survey report
4-6 weeks for engineering drawings after site
survey report
24-26 weeks for manufacturing after engineering
drawing approval
2-3 weeks for final shipment to site
Delivery Terms:
Quote Validity:
DDP Vernon, California, USA
90 days, subject to currency and material
fluctuations. If raw material varies more than 3%,
Camfil reserves the right to modify pricing.
Cancellation Terms:
Day 1+ Cancellation Fee = 20% of contract value
Cancellation Fee = 40% of contract value
Cancellation Fee = 60% of contract Value
Cancellation Fee = 100% of contract Value
Drawing Submittal
Material Purchase
2 weeks before shipping
Day 1 will be the purchase order date
Sincerely,
Tatiana Mikus
Sales Application Engineering
CC: Michelle Bourbonnais-Spear, Key Account Manager
Tom Carter, OEM and Retrofits Sales Manager
..
..
Item 13 Page 26 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 10 of 13
Item 5 - Camfil Power Systems Competences and Team:
CAMFIL POWER SYSTEMS AMERICAS
. Leading provider of air filtration solutions for the power systems industry, offering
innovative and sustainable products and services to customers around the world,
with a focus on developing advanced technologies tha improve the efficiency and
longevity of their filters.
. Aside from standard filtration solutions, Camfil Power Systems offers retrofit solutions
for existing air filtration systems. These solutions help customers to reduce operating
costs, extend the life of their equipment, and enhance the overall performance and
efficiency of their air filtration systems.
. Company has a proven track record of delivering high-quality filtration solutions to
customers in the power systems industry. The company's extensive experience and
technical expertise enable them to provide solutions that are tailored to each
customer's specific needs and requirements.
LIST OF REFERENCE & RELATED PROJECTS 2022-2023
CamGT 3V600 E10 Filtration Solution
. Shell Enchilada Platform (3 units) – Gulf of Mexico – Delivery November 2022
(2 units) & April 2023 (1 unit)
. Exxon Mobil Larut A Platform – 125 miles off Terengganu, Malaysia – Delivery
October 2022
. CNOOC Yacheng (2 units) – Offshore Hong-Kong – Delivery November 2022
. Bonga FPSO (5 units) – Offshore Nigeria – Delivery September 2022
. Medco Energi Platform (5 units) – Offshore Indonesia – Delivery September
2022
. Beacon Offshore Energy BOE Shenandoah (5 units) – Gulf of Mexico –
Delivery September 2022
. SGN Energia Plant (4 units) - Punta Caucedo, Dominican Republic – Delivery
August 2022
. Texas Gas Transmission LLC – Slaughters, Kentucky – Delivery March 2023
. Pazflor FPSO (7 units) – Offshore Angola – Delivery July 2022
. Bacardi Plant – Puerto Rico – Delivery February 2022
. Vedanta Limited (Cairn Oil & Gas) – India - Delivery March 2023
. Oxy Mukhaizna – Oman – Delivery in January 2022
. Proctor & Gamble Oxnard Plant – Oxnard California - Delivery October 2021
..
..
Item 13 Page 27 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 11 of 13
Retrofit Solution to Existing Air Inlets
. Proctor & Gamble Oxnard Plant – Oxnard California - Delivery October 2021
o Site Survey & Engineering
o Manufacturing & Shipment
o Installation Kick-Off Meeting with Contractor & Support during Installation
. ExxonMobil Beaumont Refinery – Beaumont, Texas – Delivery October
o Site Survey & Engineering
o Manufacturing & Shipment
o Installation Kick-Off Meeting with Contractor & Support during Installation
..
..
Item 13 Page 28 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 12 of 13
PROJECT TEAM – RETROFIT 2022-2023
Camfil Power Systems has a highly skilled engineering and project management team
that works closely with customers to ensure that their air filtration solutions are designed
and fabricated to the highest standards, delivering the best possible performance and
value.
Michelle Bourbonnais, P.Eng 13 years of experience in Air Inlet Filtration Industry
Small Frame & Plant Optimization Director
. Business development & market analysis to identify opportunities for growth
. Strategic planning & optimization of resources to ensure project deliveries
. Customer relationship and customer service to build strategies that meet the
requirements
Tom Carter 13 years of experience in Air Inlet Filtration Industry
Retrofit & OEM Sales Manager
. Sales Strategy and Planning for the Americas
. Customer relationship management to ensure that needs are taken into account in
the development of new products and services
Mary Beshay, PMP 6 years of experience in Air Inlet Filtration Industry
Project Manager for Small Frame & Plant Optimization Projects
. Project planning and execution by defining project deliverables and timeline
. Communication and Reporting with the customer
. Internal team management to achieve project goals
. Quality Assurance to ensure project meet quality standards and customer
requirements
Alexandre Gilbert, P. Eng 7 years of experience Air Inlet Filtration Industry
Senior Project Engineer – Plant Optimization and Complex Systems
. Design of air filtration solution of standard and complex systems to capture
customer technical requirements and specifications
. Design review gates with customer per defined deliverables
. Optimization of design to ensure high-quality manufacturability & ease of
installation
. Collaboration with quality team to ensure project specifications are reflected in
project documentation and control plan
Extended team members shown in attached Organizational Chart
..
..
Item 13 Page 29 of 43
QUOTATION
Vernon Malburg Generator
Our ref: S21099
Date: 2023-04-03
Prepared by: TMI
Page 13 of 13
Addendum 1 - Organizational Chart
CamfilꢀCanadaꢀInc.
3025 Joseph A.Bombardier
Laval, QC, H7P 6C5
www.camfil.com
..
..
Item 13 Page 30 of 43
..
..
Item 13 Page 31 of 43
Report No.
LVL-22023Air Filter Date:
Test Report 03-May-22
Page:
3025 Joseph A Bombardier, Laval, Quebec, Canada H7P 6C5
cala-lab@camfil.com 1 of 2
ISO29461-1 Report, Efficiency Only
Filter Description Test Conditions
Manufacturer:
Product Name:
Part Number:
Nominal Dimensions: (inches)
Product Description:
Test Operator:
Client:
Site name:
Test Date:
Camfil
CamGT 3V-600 E10 STD
855242003
Air Flow (CFM)2500
1.20
21.5
26.8
101.8
DEHS
Air Density (kg/m³)
Air Temperature (oC)
Relative Humidity (%)24x24x24
Gas Turbine Filter Barometric Pressure (kPa)
Type of Test Aerosol:
Particle Counter:
ESM
Solar Welas 1200
NewN/A Filter Condition:
13-April-2022 Test Results
Manufacturing Date of Filter:
Media Type:
Net Effective Media Area:
Procurement Method:
N/A
N/A
N/A
0.58
2 500
IWG
CFMInitial Resistance:@
Filter Resistance vs Air Flow
Crystal Lake Air 1 865 2 168 2 459 2 780 3 061
0.37 0.47 0.57 0.68 0.79Resistance (In. WG)Customer Contact
Contact Name
Email Address
Contact Number
Efficiency Rating
ePM1min 99.6 %
Additional Information >>>
Efficiency @ 0.4 µm
MPPS
Efficiency95% min @ MPPS
Efficiency @ MPPS
99.3 %
0.160 um
95.9 %
96.4 %
T11 @ 2500 CFMEfficiency Class
Photograph of Filter Filter Resistance vs Air Flow
0.90
0.80
0.70
0.60
0.50
0.40
0.30
0.20
0.10
0.00
0.79
0.68
0.57
0.47
0.37
Photograph of Label/Markings
500 1 000 1 500 2 000 2 500 3 000 3 500
Air Flow - CFM..
..
Item 13 Page 32 of 43
Report No.LVL-22023Air Filter
Date:
3-May-22Test Report
Page:
2 of 23025 Joseph A Bombardier, Laval, Quebec, Canada H7P 6C5
cala-lab@camfil.com
ISO29461-1 Report, Efficiency Only
Filter Description Test Conditions
Manufacturer:
Product Name:
Part Number:
Nominal Dimensions: (inches)
Product Description:
Media Type:
Camfil
CamGT 3V-600 E10 STD
855242003
Air Flow Capacity (CFM)
Air Temperature (oC)
Relative Humidity (%)
Barometric Pressure (kPa)
Type of Test Aerosol:
Particle Counter:
2500
21.5
26.8
101.8
DEHS
24x24x24
Gas Turbine Filter
N/A Welas 1200
Particle Size Removal Efficiency
100.0%
98.0%
96.0%
94.0%
92.0%
90.0%
88.0%
86.0%
84.0%
82.0%
80.0%
0.1 1.0 10.0
Particle Size - Microns
As Received Discharged
E (%)E95min (%)Efficiency
99.3%
99.7%
99.8%
99.9%
99.6%
Efficiency
99.2%
99.6%
99.9%
Range (µm)
0.111
Min (µm)
0.29
Max (µm)
0.39
Mean (µm)
0.3498.37%
97.26%
96.77%
96.44%
96.68%
96.42%
97.06%
96.37%
96.05%
95.83%
96.19%
95.88%
0.120
0.129
0.138
0.149
0.39
0.56
0.70
0.56
0.70
1.00
0.47
0.63
0.84 99.9%
ePM1:
ePM1min0.160 :99.6%
0.172
0.184
0.198
0.213
0.229
0.246
0.264
0.284
96.53%
96.83%
97.07%
97.29%
97.60%
97.89%
98.27%
98.70%
96.00%
96.34%
96.62%
96.87%
97.23%
97.57%
97.98%
98.36%
Min (µm)
1.00
Max (µm)
1.33
Mean (µm) As Received Discharged
1.15
1.49
1.91
1.33
1.65
2.21
1.65
2.21
2.94 2.55
*ePM2.5:
*ePM2.5min:
0.340
0.392
0.470
0.626
0.835
1.155
1.485
1.911
2.548
3.398
5.233
8.354
99.11%
99.34%
99.56%
99.87%
99.95%
98.93%
99.19%
99.45%
99.76%
99.88%
Min (µm)
2.94
Max (µm)
3.92
6.98
10.00
Mean (µm) As Received Discharged
3.40
5.23
8.35
3.92
6.98
*ePM10:
*In the case of T6+ filters which are rated per ePM1min only, DEHS may be used as the only test aerosol in which case the ePM2.5min and ePM10 fields will remain blank. If KCl aerosol is used, ePM2.5min and ePM10 efficiency will be reported and lower ratings provided.
**The results of this test relate only to the test devices in the condition stated herein. The performance results cannot by themselves be quantitatively applied to predict filtration performance in all "real life" environments.
Efficiency Class CFMT11@2500
..
..
Item 13 Page 33 of 43
1. Filter Summary
Manufacturer Camfil
Product Name
Part Number
CamGT 3V-600 E10 STD
855242003
Nominal Dimensions (inches) 24 x 24 x 24
Product Description
Procurement Method
Test Date
Gas Turbine Filter
Internal
28-April-2022
1
Clean Air Solutions
..
..
Item 13 Page 34 of 43
2. Deluge Test Results – CamGT 3V-600 E10
Unit CamGT 3V-600 E10
Water Sprayed
Water Upstream
L
L
75
49
Water Spray Rate
Water Efficiency
L/min
%
0.415
100
180
N/A
1
Total Test Run Time
First Penetration Time
Filter Water Retention
Water Downstream
Minutes
Minutes
L
L N/A
0.60Pressure drop end of IWG
Test
Rating PASS
2
Clean Air Solutions
..
..
Item 13 Page 35 of 43
Date: Sep 19th, 2022
Prepared for: Gautam Marwaha
Report Name: Burst test CamGT 3V-600-T9-Std
Prepared by: Ezhil Murugesan
CamGT 3V-600 -T10-Std Crystal
Lake
Burst Test Report
LVL-22042
1
Clean Air Solutions
..
..
Item 13 Page 36 of 43
Date: Sep 19th, 2022
Prepared for: Gautam Marwaha
Report Name: Burst test CamGT 3V-600-T9-Std
Prepared by: Ezhil Murugesan
ABSTRACT
A CamGT is designed for operating in severe and harsh environments but it must also resist the most
extreme conditions to ensure the performance and guarantee to protect the gas turbine throughout its
life. High-stress burst test was performed on a CamGT 3V 600-T10-Std filter produced in Crystal Lake,
USA. Filter was loaded with dust at an airflow of 7645 m³/h to gradually reach the final pressure drop to
verify filter integrity.
This test should not be mixed up with a traditional blast wave test, where the filter is exposed to a sudden pressure impact, a
blast wave.
RESULTS AND CONCLUSION
The filter element resisted up to a pressure drop of 5000 Pa without visible break or damage. All pleat
tips were still in good condition after the test was ended.
The results of this test relate only to the test device in the condition stated herein.
RESULTS OF THE TEST
dP filter (Pa)Observations Status
1000 Pa No bending on any media
packs.
Ok
No damage to filter media.
Filter structure is sound.
No bending on any media
packs.
No damage to filter media.
Filter structure is sound.
Minor bending noticed in centre Ok
of media packs.
No damage to filter media.
Filter structure is sound
Test is ended. All 6 media
packs are still intact.
2000 Pa
3000 Pa
5000 Pa
Ok
Pass
2
Clean Air Solutions
..
..
Item 13 Page 37 of 43
CASESTU DY
Power Systems
CamGT 3V-600Plant Upgrades to the CamGT 3V-600
Over a 6-Year Lifecycle:
No Final Filter Change-Out
Prevent Engine Degradation
Cut Water Washes by Half
Potential of $937,000 USD Savings / Engine Optimum water drainage capabilities
PLANT UPGRADES TO THE CAMGT 3V-600 FOR A 6-YEAR LIFECYCLE & TO PREVENT ENGINE DEGRADATION
COMPARISON TEST INDICATES A POTENTIAL OF $937,000 USD SAVINGS OVER A SIX-YEAR TIMEFRAME BY UPGRADING TO EPA
A new combined cycle plant on Louisiana’s Gulf
Coast has been operating commercially since
2014. The plant has two GE 7F.04 gas turbines,
producing 171 MW each, and a steam turbine
that produces 218 MW, totaling 560 MW of
power.
contaminants before purchasing filters.year; this resulted in a 2% improvement in the
heat rate each time they water washed offline.
The trailer is a tool that provides critical insight
into what filtration configuration will withstand the
harsh conditions of the surrounding environment,
prevent the need for water washing, and
eliminate corrosion-related maintenance.
THE TEST
The CamLab was commissioned at the site for
2200 hours (3 months) with three different,
2-stage configurations outlined in Table 1.
In early 2016, a small team of fleet turbine
managers took proactive measures to prevent
compressor corrosion and fouling that had
impacted other 7FA turbines’ power output
across their fleet. Corrosion, if unchecked,
could potentially cost the organization millions
of US dollars due to engine refurbishment and
loss of revenue. Further, the team understood
how fouling could lead to power and engine
degradation. Although degradation caused by
fouling can be mitigated somewhat by offline
washes, some non-recoverable degradation will
remain.
THE SITE The table shows that the CamGT 3V-600 24”
The plant is located less than 20 miles from
the Gulf Coast, along the Mississippi River in
South Louisiana. This particular site has annual
temperatures averaging 70°F, with temperatures
between May and September often exceeding
E10 filter, while offering a better efficiency,3
clearly outperformed the competitor’s 17”,
F9 filter in terms of pressure drop. The Camfil
CamGT 4V-300 12” E10 filter had a similar
pressure drop performance to the competitor
initially, even with its higher efficiency. This
highlights that filter depth is only one part of
the design - aerodynamics, media performance,
media surface area, as well as construction, are
equally important in designing a well-performing
filter.
90°F, with relative humidity over 90% . During
summer, afternoon thunderstorms produce
heavy rainfall over short periods of time.
1
Situated in an industrial area, the turbines are
exposed to heavy dust concentrations of various
particulate matter such as gypsum and airborne
grain from neighboring production plants.Another initiative of the plant is to change their
major outage schedule from three to six years,
therefore requiring final filters with a six year
lifecycle. In order to select the appropriate
filters that will prevent corrosion and fouling
at this new plant, they decided to test various
filter configurations with Camfil’s on-site testing
trailer. The CamLab, a 28-foot mobile test lab,
consists of four separate ducts that can be
fitted with pre-filters and final filters in order to
monitor and analyze the performance of each
configuration‘s capability of handling a site’s
The 3V-600 configuration performed well in
terms of pressure drop and efficiency due to its
24” deep frame (twice the depth of the 4V-300),
aerodynamic configuration, and optimized media
area. This deep frame allows for unparalleled
media area and low velocity, providing the
lowest pressure drop and longest available life.
In similar environments, the 3V-600 has lasted
over 5 years without change-out, resulting in
high engine availability.
The combination of humidity and heavy dust load
makes this site a challenging environment.
CURRENT FILTER CONFIGURATION
The filter configuration in 2016 was a two-stage,
12” bag pre-filter, rated at an M5 efficiency and a
17” compact final filter, rated at an F9 efficiency.2
Heat rate increases, caused by fouling, required
water washes for recovery. The team performed
daily online washes and two offline washes per
1
2
3
Philip Grigsby, Forecaster for the National Oceanic and Atmospheric Administration, U.S. Department of Commerce
F9 per EN779:2012 : European filter rating system : Average Efficiency ≥ 95% on 0.4μm
E10 per EN1822 : European filter rating system : E10: Initial Efficiency ≥ 85 on MPPS (most penetrating particle size), typically between 0.1-0.2μm
www.camfil.com/ps
..
..
Item 13 Page 38 of 43
CASESTU DY
Power Systems
Chart 1: Pressure Drop Over 3 Months Table 1: Filter Class and Pressure Drop
PressureDropOver Time Average
Efficiency
0.4μm
1.8
1.6
1.4
1.2
1
Filter
Class
dP
”w.g.Filter
1.23” in wg
1.06” in wg Competitor 12” bag + 17” final M5 / F9
F7 / E10
F7 / E10
78.30%
97.86%
99.48%
1.06”
1.23”
0.77”
0.8
0.6
0.4
0.2
.77” in wg Camfil CamFlo 25” bag +
CamGT 4V-300, 12”
Camfil CamFlo 25” bag +
CamGT 3V-600, 24”0
4/20/2016 5/10/2016 5/30/2016 6/19/2016 7/9/2016 7/29/2016 8/18/2016 9/7/2016
Competitor 12” bag
Final 17”
Camfil CamFlo XMGT 25” Bag
Camfil 4V-300,12” Final
Camfil CamFlo XMGT 25” Bag
Camfil 3V-600 24” Final
LIFE CYCLE COST (LCC) ANALYSIS The plant is expected to potentially save a
total of approximately 29% as compared to
the competitor configuration, or an estimated
Since there are no openings with a one-piece
gasket, it prevents any water penetration.An LCC, total cost of ownership analysis, was
performed to determine the most cost efficient
set-up.$937,000 USD over a six-year period4.Glue
The CamGTs solid, airtight frame is designed to
prevent any bypass due to Camfil‘s patented new
glue technique, the double sealing design. Media
is typically glued to the filter header with 2-4 glue
steps, however, the double sealing design is a
6-step glue technique that fixes the media to the
frame, which ensures leakage prevention.
Figure 1 indicates that the lowest total cost of
ownership over a six-year timeframe is predicted
for the 3V-600 configuration. Due to the higher
E10 efficiency class, the plant would encounter
minimal fouling effects. The majority of savings,
therefore, are a result of lesser fouling leading
to higher power output, with savings up to 88%
percent. By minimizing the fouling effect in this
case, Table 2 shows that the plant could reduce
maintenance needs by requiring half as many
offline washes.
UPGRADE
As a result of the CamLab results and LCC
analysis, Camfil was awarded with the project of
installing the CamFlo prefilters as a first stage
and CamGT filters as a final stage.
ADVANTAGES OF THE CAMGTs5
A common phenomenon in ordinary inlet air
filters is bypass and leakage, which allows salt,
water, as well as coarse and submicron particles
to pass through filters. Controlling bypass and
leakage will prevent fouling and corrosion,
wearing down of turbine components, as well as
unnecessary and expensive downtime.
Resistant to Humidity
The CamGT not only offers large media surface
area, it also features vertical pleating and
patented interrupted hot melt separators for
optimum water handling.
Table 2 further shows that the 3V-600
configuration requires final filter change-out
after 48,000 hours. This would allow the plant
to meet their initiative of operating continuously
for six years without shutdown for final filter
replacement.
Its construction allows trapped water to drain
freely from the filter during operation, thus
avoiding re-entrainment of dissolved impurities
(i.e. salt) and maintaining low pressure drop
under high humidity conditions.
Gasket
The CamGT has a one-piece, poured in place
endless gasket as compared to four-pieces.
Table 2: 6 Year Life Cycle Cost Analysis Figure 1: 6 Year Life Cycle Cost Analysis
6YRS LCC TIME LINE OPEX
CamGT Key Features:
•
•
High filtration efficiency
Low pressure drop also in wet
conditions
Offline
Water
Wash
Expected
Final Filter
Life
Filter Current Solution: M5 + F9
Camfil Solution: F7 + E10 4V-300
Camfil Solution: F7 + E10 3V-600•
•
Long filter life
Resistance to turbulence
29% SAVINGS!
Competitor 12” bag +
17” final
Twice /
Year 24,000 hrs
16,000 hrs
CamGT User Benefits:Camfil CamFlo F7 bag +
CamGT 4V-300, 12”
Once /
Year•
•
•
•
•
Increased turbine availability
Lower fuel consumption
Higher power output
Extended turbine life
Reduced life cycle costs (LCC)
88% SAVINGS!
Camfil CamFlo F7 bag +
CamGT 3V-600, 24”
Once /
Year 48,000 hrs
P RE S S URE DROP IM P ACT FOULING IM P A CT INS TA LLA TION &TOTA L
DIS P OS A L COS T OF
FILTE RS
4The LCC was calculated using site-specific data and cannot be used as a prediction for every site. Request a personalized LCC for your site: http://www.camfil.com/ps/Contact
The CamGT 3V-600 and 4V-300 have the same media and filter frame. Due to the redesigned shape and increased amount of media in the 3V-600 versus the 4V-300, a much lower and stable pressure drop can5
be achieved.
Americas:Asia:Europe:Middle East:
David.Flake@Camfil.com
613-299-5691
Nitin.Aggarwal@Camfil.com
+918800504103
Stephan.Tonne@Camfil.com
+4942147886180
Randhir.Nagarkar@Camfil.com
+97148865882
George.Dong@Camfil.com
+8618602184677 www.camfil.com/ps
..
..
Item 13 Page 39 of 43
167.974266.5
37.6955
10 9.45254 240157.814008.4
.287 .082
A
Transition
CL
Weather louver 3W x 3H (2x)
A Filter module 6W x 3H
Skid Weather louver LH Weather louver RH skid
118.23002.3 (ins.)
CamGT 3V-600 E10 (18x)Transition
A-AOutlet flange detail
Weather louver LH Weather louver RH
90.42296.1
90.42296.1 Note:View with louvers open - Dimensions inside [ ] are imperial units.BCISO VIEW's D
A Front viewB Upper viewC Left viewD Right viewE Bottom view
- The approximate weight of the overall assembly without filters is 1500 kg.E A
E
D A C Weight (kg)
www.camfil.comE-mail: info.gt@camfil.com
Total Surface Area (m²)NB! Tube internalsurfaces includedBQuotation
Order NoGENERAL TOLERANCESMachining ISO 2768-cWelding:General EN-ISO 13920-BHFlanges EN-ISO 13920-F
State
CHECKED_IN
Sheet / No of sh /1 1
Filterhouse 6W x 3H Front Access
General Arrangement and Assembly Drawing
Note: This is a proposal drawing, NOT to be used for manufacturing
Sh format A1AFirst release.KAS Drawing No Rev.
Drawn by Approved by Date Scale
Projection method 120700303 AKASNoRevisionDateDrawn Appr 1:20
..
..
Item 13 Page 40 of 43
EXHIBIT BSCHEDULE
Page 16 of 17
..
..
Item 13 Page 41 of 43
..
..
Item 13 Page 42 of 43
EXHIBIT CEQUAL EMPLOYMENT OPPORTUNITY
PRACTICES PROVISIONSA. Contractor certifies and represents that, during the performance of this Agreement, thecontractor and each subcontractor shall adhere to equal opportunity employment practicesto assure that applicants and employees are treated equally and are not discriminatedagainst 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 foremployment placed by or on behalf of Contractor, state that it is an "Equal OpportunityEmployer" or that all qualified applicants will receive consideration for employment withoutregard 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 theperformance of this Agreement, discriminated against applicants or employees because oftheir 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 itsemployment practices, except to the extent such records or portions of such records areconfidential or privileged under state or federal law.E. Nothing contained in this Agreement shall be construed in any manner as to require orpermit any act which is prohibited by law.
Page 17 of 17
..
..
Item 13 Page 43 of 43
City Council Agenda Report
Meeting Date:May 16, 2023
From:Todd Dusenberry, General Manager of Public Utilities
Department:Public Utilities
Submitted by:Adriana Ramos, Administrative Analyst
Subject
Services Agreement with Waterline Technologies, Inc.
Recommendation
A. Accept the bid proposal from Waterline Technologies, Inc. (Waterline) as the lowest
responsive and responsible bid for the supply of sodium hypochlorite 12.5 percent solution;
B. Approve and authorize the City Administrator to execute a Professional Services Agreement
with Waterline, in substantially the same form as submitted, for the supply of sodium hypochlorite
12.5 percent solution for a total amount not to exceed $234,490.56, for a three-year term; and
C. Authorize a contingency amount of 10% or $23,449, in the event of increased system
demands or price volatility and grant authority to the City Administrator to issue amendments for
an amount up to the contingency amount, if necessary.
Background
Vernon Public Utilities (VPU) owns eight active production wells that provide potable water to
customers within the City’s water service area. The water derived from the production wells is
disinfected with a 12.5 percent sodium hypochlorite solution to ensure that the water is potable
and bacteria-free. The system cannot be operated without the sodium hypochlorite disinfection
solution.
Due to production plant outages, labor shortages, and transportation delays across the country
during the COVID-19 pandemic, the industry has experienced a severe shortage of sodium
hypochlorite over the past couple of years. The shortage has forced manufacturers and
suppliers/distributors to increase product prices multiple times due to supply curtailments that
suppliers/distributors have experienced. Consequently, the City’s water treatment costs have
increased from $50,975 in Fiscal Year (FY) 2020-21, to $63,890 in FY 2021-22, to a projected
$70,000 for FY 2022-23. While the current contract for 12.5 percent sodium hypochlorite solution
with Waterline is set to expire on June 30, 2023, it is anticipated that all funds on the contract will
be exhausted by the end of May.
Therefore, to avoid a lapse in this essential service and in accordance with Vernon Municipal
Code (VMC) 3.32.070 regarding competitive bidding, staff issued a Notice Inviting Bids (NIB) on
April 11, 2023 for the supply of sodium hypochlorite 12.5 percent solution. The NIB was published
in the local newspaper, the Huntington Park Bulletin, on the City’s procurement website,
PlanetBids, and staff directly notified five prospective vendors. Only one bid package was
received by the April 24, 2023 deadline. Staff reviewed the bid received from Waterline and
deemed it a responsive and responsible bid.
Staff recommends City Council approve the proposed Services Agreement with Waterline in the
amount of $234,490.56; and recommends a ten percent (10%) contingency of the total contract
value, in the event of increased system demands or price volatility, for a potential total cost not
to exceed $257,939.56. Pursuant to VMC Section 3.32.040, City Council approval is required as
the proposed contract exceeds $100,000...
..
Item 14 Page 1 of 68
The Services Agreement has been reviewed and approved as to form by the City Attorney’s
Office.
Fiscal Impact
The fiscal impact is not-to-exceed $257,939.56. Sufficient funds are available in Water Fund,
Water Treatment Account No. 058-070-700-520140 for Fiscal Year (FY) 2022-23 and will be
budgeted in subsequent fiscal years.
Attachments
1. Services Agreement with Waterline Technologies, Inc.
..
..
Item 14 Page 2 of 68
Page 1 of 17
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND WATERLINE
TECHNOLOGIES, INC. FOR SUPPLY OF SODIUM HYPOCHLORITE 12.5 PERCENT
SOLUTION
COVER PAGE
Contractor: Waterline Technologies, Inc.
Responsible Principal of Contractor: Thomas R. Berrey, General Manager
Notice Information - Contractor: Waterline Technologies, Inc.
620 N. Santiago St.
Santa Ana, CA 92701
Attention: Thomas R. Berrey, General
Manager
Telephone: (714) 564-9100
Notice Information - City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Todd Dusenberry,
General Manager of Vernon Public Utilities
Telephone: (323) 583-8811 ext. 579
Commencement Date: May 16, 2023
Termination Date: May 15, 2026
Consideration: Total not to exceed $234,490.56 (includes
all applicable sales tax); and more
particularly described in Exhibit B
Records Retention Period Three (3) years, pursuant to Section 11.20
..
..
Item 14 Page 3 of 68
Page 2 of 17
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND WATERLINE
TECHNOLOGIES, INC. FOR SUPPLY OF SODIUM HYPOCHLORITE 12.5 PERCENT
SOLUTION
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation (“City”), and Waterline Technologies, 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 May 16, 2023.
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 Bids issued on or about April 11, 2023, and titled Request for Bids
Sodium Hypochlorite 12.5 % Solution, and Contractor's bid to the City ("Bid") dated April 17,
2023, 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 May 16, 2023, and it shall continue until May
15, 2026, 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
..
..
Item 14 Page 4 of 68
Page 3 of 17
the services, the City will pay Contractor in accordance with the Schedule of Bid Prices 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 $234,490.56 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 Schedule of Bid Prices 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
..
..
Item 14 Page 5 of 68
Page 4 of 17
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
perform any term, provision, covenant or condition of this Agreement, except to the extent such
..
..
Item 14 Page 6 of 68
Page 5 of 17
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. 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 $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. 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,
..
..
Item 14 Page 7 of 68
Page 6 of 17
injuries and expenses, including all costs and reasonable attorney’s fees
(“Claims”), which are attributable to any act or omission by the City under
the performance of the services.
iv. 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
Agreement 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. 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.
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
..
..
Item 14 Page 8 of 68
Page 7 of 17
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.
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
..
..
Item 14 Page 9 of 68
Page 8 of 17
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.
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
..
..
Item 14 Page 10 of 68
Page 9 of 17
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.
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
..
..
Item 14 Page 11 of 68
Page 10 of 17
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
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 Bids shall control over the Contractor’s Bid.
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,
..
..
Item 14 Page 12 of 68
Page 11 of 17
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, General Manager
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Waterline Technologies, Inc.
Attention: Thomas R. Berrey, General Manager
620 N. Santiago St.
Santa Ana, CA 92701
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.
..
..
Item 14 Page 13 of 68
Page 12 of 17
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
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.
..
..
Item 14 Page 14 of 68
Page 13 of 17
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.
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].
..
..
Item 14 Page 15 of 68
Page 14 of 17
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
Waterline Technologies, Inc., a California
corporation
By:
Name:
Title:
ATTEST:
_______________________________
Lisa Pope, City Clerk
By:
Name:
Title:
APPROVED AS TO FORM:
_______________________________
Zaynah N. Moussa,
City Attorney
..
..
Item 14 Page 16 of 68
Page 15 of 17
EXHIBIT A
CONTRACTOR'S BID
..
..
Item 14 Page 17 of 68
at~erline
Technologies
TOM BERREY
Contractor No. 263844
tberrey@waterlinetech.com
Sales Fax: 714.564.9300
Direct: 714.560.5121
. ,
A Division of Waterline Technologies
CORPORATE OFFICE
620 N. SANTIAGO ST.
SANTA ANA, CA 92701
714-564-9100
FAX 714-564-9700
www.waterlinetech.com
..
..
Item 14 Page 18 of 68
City of Vernon
REQUEST FOR BIDS
SODIUM HYPOCHLORITE 12.5% SOLUTION
FOR THE
DEPARTMENT OF PUBLIC UTILITIES
CITY OF VERNON
4305 SANTA FE AVENUE
VERNON, CA 90058
NOTICE INVITING BIDS
..
..
Item 14 Page 19 of 68
NOTICE INVITING BIDS
for the
Purchase of Sodium Hypochlorite 12.5% Solution
by the
City of Vernon
One original sealed bid must be signed and submitted prior to 3:00 p.m., April 24, 2023 ("Bid
Deadline"), to the City Clerk's Office, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA
9005 8.
All Bids shall be enclosed in sealed envelopes, distinctly marked "Bid" with the title of the
Bid and the bidder's name and address appearing on the outside (each, a "Bid Package").
Bids shall be clearly titled and should be mailed or delivered in person before 3:00 p.m. on the
Bid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. Bids will be opened in
the City Clerk's Office at 3: 00 p.n~ on April 24, 2023. At the bid opening, the City Clerk shall
open bid packages and acknowledge the receipt of Bids. Once all Bid Packages are opened and
announced, the contents (collectively, the "Completed Bid Forms" and the uncompleted forms,
the "Bid Forms") will be made available for public review. Except as set forth in Paragraph 17
("Public Records"), the Completed Bid Forms, once removed from the Bid Packages by the City
Clerk, will be a matter of public record.
Bid Documents are available at no charge at www.citvofvernon.org~~planetbids.
City of Vernon Contact Person: Vernon Public Utilities
Attention: Joanna Moreno, P.E., Civil Engineer
Phone: (323) 583-8811 ext. 888
Email: jmoreno~acityofvernon.org
Mandatory Qualifications for Bidder:
A Bid may be rejected as non-responsive if the bidder ("Bidder") fails to meet the essential
requirements for qualification.
General Scope:
Bidders shall furnish materials and/or equipment as specified above and under the below
conditions:
See Exhibit C —Technical Specifications and Scope
Other Bidding Information:
1. Number of Contract days for delivery from date of placement of order: 2 days.
2. Bidding Documents. Bids must be made on the Bid Forms) contained herein.
NOTICE INVITING BIDS
..
..
Item 14 Page 20 of 68
3. Acceptance or Rejection of Bids. The City reserves the right to reject any and all Bids, to
award all or any individual part/item of the Bid, and to waive any informalities, irregularities or
technical defects in such Bids and determine the lowest responsible Bidder, whichever may be in
the best interests of the City. No late Bids will be accepted, nor will any oral, facsimile or
electronic Bids be accepted by the City.
4. Bid Irrevocability. Bids shall remain open and valid fox ninety (90) calendar days after
the Bid Deadline.
Carlos R. Fandino, Jr.
City Administrator
Dated: (Approved as to form by City Attorney)
Published:
NOTICE INVITIl~IG BIDS
..
..
Item 14 Page 21 of 68
City of Vernon
Instructions for Bidders
Equipment or Supplies: Sodium Hypochlorite 12.5% Solution
for the Department of Public Utilities
City personnel with whom prospective Bidders will deal with are:
Joanna Moreno, P.E., Civil Engineer, Vernon Public Utilities, 4305 Santa Fe Avenue, Vernon,
CA 90058 (323) 583-8811 ext. 888.
Bid opening date and time: April 24, 2023 3:00 p.m. ("Bid Deadline").
Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon,
CA 90058.
Bids must be received by the City Clerk prior to the time set for Bid opening. A bid received by
the City Clerk after the time set for the Bid opening is anon -responsive Bid and shall not be
considered. Except as set forth in Paragraph 17 ("Public Record"), the Completed Bid
Forms, once removed from the Bid Packages by the City Clerk, will be a matter of public
record.
GENERAL BID REQUIREMENTS
To be considered, a Bidder must strictly follow the format for Bids in the specifications. Bids
must be binding and firm. Any Bids tray be withdrawn before Bid opening, but once opened and
announced, Bids shall remain open and valid for ninety (90) calendar days after the Bid Deadline.
1. INTERPRETATION OF BIDDING DOCUMENTS AND ADDENDA
A. If any Bidder contemplating submitting a Bid is in doubt as to the true meaning of
any part of the Notice Inviting Bids, these Instructions, the Bid Forms, or Addenda
(as defined below) (together, the "Bidding Documents"), or who finds
discrepancies, errors or omissions therein or who finds variances in any of the
Bidding Documents with applicable law, such Bidder shall at once submit a written
request for an interpretation ot• cot-rection thereof to the City's representative
identified in the Notice Inviting Bids, or other designated individual. All Bidders
shall submit such written requests to the City not less than ten (10) calendar days
prior to the Bid Deadline. The person ot• entity submitting the request shall be
responsible for its prompt delivery to the City's Contact Person identified in the
Notice Inviting Bids.
Any response (i.e., interpretation or correction) will be made only by written
addendum ("Addendum") issued by the City and a copy of such Addendum will be
delivered to all Interested Bidders (defined below) of record. Any Addenda so
issued must be acknowledged in the Bid and the cost of any additional equipment
INSI~RUCTION TO BIDDERS
..
..
Item 14 Page 22 of 68
or modification thereto as a result of the Addenda shall be included in the Bid.
Bidder's failure to acknowledge receipt of all Addenda may result in rejection of
the Bid as nonresponsive. No person is authorized to render an oral interpretation
or correction of any Bidding Documents and no Bidder may rely on any such oral
interpt•etation or correction issued by the City. The City shall not be responsible
for• any other explanation or interpretation of the Bidding Documents, or for any
oral instructions. City reserves the right to extend the Bid Deadline by issuing an
Addendum to Interested Bidders no later than 72 hours prior to the Bid Deadline.
Bidders shall use complete sets of Bidding Documents in preparing Bids; City
shall not assume responsibility for errors or misinterpretations resulting from the
use of incomplete sets of Bidding Documents.
B. Addenda will be made available for• inspection at
www.cityofvernon.or~/planetbids. Each Bidder shall ascertain prior to submitting
a Bid that the Bidder has received all Addenda issued and the Bidder shall
acknowledge their receipt in the Bid.
2. OBTAINING BIDDING DOCUMENTS
Bidder may secure Bidding Documents only from the location specified in the
Notice Inviting Bids. City will maintain a list of persons who obtained a copy of
these Bidding Documents ("Interested Bidders"). Only Interested Bidders will
receive Addenda, if so issued.
3. BID FORMS —SUBMITTAL
A. The Bids shall be made on the forms provided herein with all blank spaces properly
filled in.
B. The phraseology shall not be changed, and no additions shall be made to the items
mentioned herein. Unauthorized conditions, exemptions, limitations, or provisions
attached to a Bid will render it informal and may cause its rejection. All forms
t•equiring specific information shall be completed with all applicable information
for a Bid to be considered responsive.
C. Include all Bid Forms, properly executed, and intact on forms provided. Enclose
the Bid Forms in a sealed envelope; type or print on the envelope "BIDS for"
followed by the title and the date and time of the Bid Deadline, and the Bidder's
name and address. The envelope may be mailed, hand delivered, or• delivered by
courier or package delivery service.
D. One Original Bid shall be mailed, hand delivered, delivered by courier or package
delivery service to the City Clerk, City of Vernon, 4305 Santa Fe Avenue, Vernon,
CA 90058.
E. Bids received after the Bid Deadline or at any place other than the Off ce of the
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 23 of 68
City Clerk will not be considered.
4. BID FORMS —AUTHORIZED SIGNATURES
A. The full name, business address, zip code, and business telephone number, with
area code of the individual, partnership, joint venture, or corporation submitting the
Bid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall sign
the form with his/her usual wet ink signature.
B. Sole Proprietorship: An individual shall sign.
C. Partnership (Gene~•al 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 sections) listed above in B-D,
based on their applicable situation.
5. BID FORMS —SCHEDULE OF BID PRICES
A. The Bidder shall include in his/her Bid prices) any and all expense ox costs that
may be necessary to complete the delivery in accordance with the requirements of
the Contract. The cost of all mobilization and/or preparatory work for the shipment
of equipment and/or supplies must be included in the Bid, and no extra
compensation will be paid to Bidder.
B. The Bidder shall state for each item on the Schedule of Bid Prices form, in clearly
legible figures, the Base Bid, the alternates, and the unit price and item total or lump
sum, as the case may be, for which he/she proposes to supply materials and
equipment. Bids must not contain any erasures, interlineations, strike-throughs or
other corrections unless the same are suitably authenticated by affixing in the
margin immediately opposite such erasure or correction the initials of the persons)
signing the Bid. If any Bid, or portion thereof, is determined by the City to be
illegible, ambiguous or inconsistent, City may reject such a Bid as being non-
responsive.
C. In the case of a unit price item, the amount set forth as the item total shall be the
product of the estimated quantity times the unit price Bid. In the event of a
discrepancy between the unit price Bid and the item total, the unit price shall
prevail; however, if the unit price is ambiguous, unintelligible, or uncertain for any
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 24 of 68
cause, or• is omitted, or is the same amount as the entry for the item total, then the
item total shall prevail and shall be divided by the estimated quantity for the item
and the price thus obtained shall be the unit price. Where so indicated by the
makeup of the Bid Form, sums shall be expressed in both words and figures, and in
case of discrepancy between the two, the amount written in words shall govern.
D. All requested Alternates, if any, shall be Bid. See the Schedule of Bid Prices for
more information and the list of Bid Alternates, if any. If no change in the Base
Bid is required, enter "No Change."
6. BIDDER'S STATEMENTS OF QUALIFICATIONS
A. Each Bidder• shall be required to complete, execute and submit with its Bid, the
foi-rn entitled "Bidder's Statement of Qualifications."
B. A responsible Bidder• is a Bidder who has demonstrated the attribute of
trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily
perform fully the requirements of the contract documents. In selecting the lowest
responsible Bidder, consideration will be given not only to the Bidder's financial
standing but also to the general competency of the Bidder for the performance of
the work covered by the Bid. By submitting a Bid, each Bidder agrees that the City,
in determining the successful Bidder and its eligibility for the award, may consider
the Bidder's experience with similar types of furnishing and delivery perfot•mance
under other contracts, financial condition, reputation in the industry, and other
factors which could affect the Bidder's fulfillment of the request.
7. BIDDER'S AFFIDAVIT OF NON-COLLUSION
An Affidavit ofNon-Collusion in the form attached to this Notice Inviting Bids as Exhibit
A, shall be signed under penalty of perjury, certifying that the Bid is not the result of and
has not been influenced by collusion. Bidder shall submit this form with its Bid. Any Bid
made without such affidavit, or• believed to be made in violation of the requirements set
forth in the affidavit form, may be rejected.
8. INSURANCE REQUIREMENTS
The Bidder shall submit to its insurance company or insurance agent the Insurance
Requirements in this Specification and the Contract Documents. The insurance company's
underwriter• or agent must complete the Insurance Requirements documentation which
states that the insurer's underwriter oi• agent will furnish the City with the required
insurance documents within fout•teen (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.
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 25 of 68
9. PRICES AND PAYMENTS
Approximate quantities listed in the Schedule of Bid Prices are estimates given foi•
comparing Bids, and no claim shall be made against the City for excess or deficiency
therein, actual or relative.
Pursuant to Vernon Municipal Code Section 3.32.220(C), compensation rates to be paid
by the City shall not be increased dut•ing the term of a contract except where external
factors are going to significantly affect costs and rates during the term of the contract, and
any such increase is directly tied to the most appropriate index or cost-of-living rate or a
pass through of increased costs charged to the contractor. Contractor shall notify the City
in advance of implementing any increase and provide appropriate supporting documents.
10. SUBSTITUTIONS
No requests foi• substitution shall be considered by City.
11. RETURN OF IMPROPER BIDS
Bids submitted after the Bid Deadline are non-responsive and shall be returned to the
Bidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted
Bids shall not be considered unless the Notice Inviting Bids expressly permits such means
of transmittal.
12. WITHDRAWAL OF BIDS
Bidder may withdraw its Bid either• personally or by written request any time prior to the
scheduled Bid Deadline by notice to the City's Contact Person designated in the Notice
Inviting Bids. If such notice is written, it shall be signed by the Bidder and shall be date-
stamped and time-stamped by the City upon receipt. Withdrawn Bids may be resubmitted
before the Bid Deadline provided that they are in full conformance with these Instructions
to Bidders. Once submitted and opened, all Bids are irrevocable, except as otherwise
provided by law. Requests for withdrawal of Bids after the Bid Deadline shall be made
only in accordance with California Public Contract Code § 5100, et seq. Bidder agrees by
submitting a Bid that such Bid shall remain open, is irrevocable, and may not be modified,
withdrawn, or cancelled for a period of ninety (90) days after award of the Contract.
13. OPENING AND EVALUATION OF BIDS
A. Bid Opening and Tabulation. The Bids shall be opened and read in public after
the Bid Deadline has expired at the time and location listed in the Notice Inviting
Bids. A tabulation of all Bids received will be available for public inspection at the
Office of the City Clerk, 4305 Santa Fe Avenue, Vernon, CA during regular•
business hours for a period of not less than thirty (30) calendar days following the
Bid Deadline. The City reserves the right to accept or reject any or all Bids and be
the sole judge regarding the suitability of the products, services or supplies offered;
and/or to waive any irregularities or informalities in any Bids or in the bidding
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 26 of 68
process. The City further reset•ves the right to purchase all or• fewer than all items
or quantities of each item listed in the Bidding Documents. The award of the
Contract, if made by the City, shall be to the lowest responsive and responsible
Bidder. If Bid Alternate Items are called for, the lowest Bid shall be determined
according to Paragraph 15 below.
B. Evaluation of Bids.
1. Mandatory Qualifications. A Bid shall be rejected as non-responsive if the
Bidder fails to document in the Bid that Bidder meets the essential
requirements for qualification described in the Notice Inviting Bids.
2. Responsive Bid. A responsive Bid is a Bid which conforms, in all matel•ial
respects, to the Bidding Requirements and Bidding Documents.
3. Responsible Bidder. A responsible Bidder is a Bidder who has
demonstrated the attribute of trustworthiness, as well as quality, fitness,
capacity and experience to satisfactorily perform fully the requirements of
the Bidding Documents.
4. Competency of Bidders. In selecting the lowest responsible Bidder,
consideration will be given not only to the financial standing but also to the
general competency of the Bidder for the delivery of the equipment covered
by the Bid including, but not limited to, the experience of the Bidder in
supplying and delivery of equipment and materials for public agencies. By
submitting a Bid, each Bidder agrees that the City, in determining the
successful Bidder and its eligibility for the award, may consider the
Bidder's experience with similar types of delivery of equipment or
materials, conduct and performance under other contracts, financial
condition, reputation in the industry, and other factors which could affect
the Bidder's fulfillment of the request.
A. Tie Bids. If two or more Bids meeting the specifications and other
requirements of the Bidding Documents are tied for low price, the Bids
will be treated as follows:
(i) if there is a significant difference in the responsibility of the
Bidders (including ability to deliver in the quantity and at the time
required), the award will be made to the Bidder who is deemed to be the
most responsible.
(ii) if there is no significant difference in the responsibility of the
Bidders, but there is a difference in the quality of the equipment or
materials offered, the Bid offering the best quality of services will be
accepted.
(iii) if there is no significant difference in the responsibility of the
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 27 of 68
Bidders and no difference in the quality of the items offered, the Bid
offering the earliest delivery time will be accepted in any case in which
the Bid information specified that the needs of the City require delivery as
early as possible. In all other• cases, delivery time will not be considered in
making awards so long as the Bidder states delivery will occur not later
than the time specified in the Bid information as the latest acceptable
delivery time.
(iv) if the Bids quoting the same price are equal in every respect, the
award may be split or made by lot.
14. AWARD OF CONTRACT
The City reserves the right to reject any or all Bids and to waive any or all information or
technical defects, as the interest of the City may require. Award of Contract or rejection
of Bids will be made by the City within ninety (90) calendar days following the Bid
Opening.
15. BASIS OF AWARD
A. A Contt•act will be awarded to the lowest responsive and responsible Bidder
meeting all requirements set forth in these Bidding Documents.
B. City reserves the right in its sole discretion to select any, all, or none of the Bid
Altet•nates at the time of award of the Contract, regardless of whether such Bid
Alternates were used in the analysis to determine the lowest Bid.
16. EXECUTION OF CONTRACT
~1Vithin fourteen (14) calendar days after being notified by City that it has been awarded
the Contract, Bidder shall deliver to the City the following documents:
A. One executed Contract in the form attached to this Notice Inviting Bids as Exhibit
B, properly executed by Bidder and, if Bidder is a corporation, evidence of its
corporate existence and that the persons signing the Contract are authorized to do
so. All signatures must be notarized.
B. Properly executed policies of all of the following: (a) the Commercial General
Liability Insurance, (b) the Automotive Liability Insurance, and (c) Professional
Liability, if required, and (e) the corresponding endot•sements for each policy in
accordance with the requirements set fot•th 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
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 28 of 68
by the City, the City shall execute the Contract and return a fully executed copy to Bidder
for its files.
17. PUBLIC RECORDS
City seeks to conduct its business openly. Upon opening, all Bids shall become a matter
of public recot•d and shall be regarded as public, with the exception of those elements of
each Bid that at•e identified by the Bidder and plainly marked as "tt•ade secret,"
"confidential," or "proprietary," including any Statement of Qualifications and financial
statements submitted by Bidders. Each element of a Bid which a Bidder desires not to be
considered a public record must be clearly marked as set forth above, and any blanket
statement (i.e. regarding entire pages, documents, or other•, non-specific designations) shall
not be sufficient and shall not bind the City in any way whatsoever. If City receives a
request from a third party to make a Bid available for inspection and copying, the City will
notify the Bidder of the request. If a Bidder instructs the City that the infot•mation 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.
18. SPECIAL CITY REQUIREMENTS
Special City forms and their instructions are an integral part of these specifications and
failure to submit same may be grounds, in the sole discretion of the City, for rejection of
any Bidder.
A. Equal Employment Opportunity in Contracting. The City of Vernon is committed
to a policy of equal opportunity in contracting. Qualified firms including small
businesses and businesses owned by women, minorities, and disabled persons are
encouraged to submit bids or proposals. Bidders expressly agree to comply with
the City's ordinances and regulations regarding Equal Opportunity Employment
as well as regulations that may be mandated by the source of the funds supporting
the Contract. Bidder certifies and represents that during the performance of this
Contract, it and any other parties with whom it may subcontract shall adhere to
equal employment opportunity practices to assure that applicants, employees and
recipients of service aie treated equally and are not discriminated against because
of their race, religion, religious belief, color, national origin, citizenship, ancestry,
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 29 of 68
disability, sex, age, medical condition, pregnancy, sexual orientation or marital
status. Bidder certifies that it will not maintain any segregated facilities.
Bidder shall comply with all applicable Federal and California laws including, but
not limited to, the California Fair Employment and Housing Act (California
Government Code Section 12900, et seq.), California Labor Code Section 1735,
and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.). Bidder•
shall require like compliance by all Subcontractors employed on the Work.
19. BID PROTEST PROCEDURES
A. Any Bidder submitting a Bid directly to the City and eligible for award of the
Contract may file a pt•otest if the Bidder• complies with all of the following
requirements and conditions:
1. The Bid protest is in writing;
2. A protest based upon alleged defects or improprieties in the Bidding
Documents is filed with the City ~t•ior to the Bid Deadline;
3. All other protests are to be filed and received by the City no more than five (5)
calendar days following the City's notice of intent to award the Contract; and
4. The written Bid protest sets forth, in detail, all grounds for the Bid protest,
including without limitation: all facts, supporting documentation, legal
authorities, and argument in support of the grounds for the Bid protest. All
factual contentions must be supported by competent, admissible, and credible
evidence.
B. Any matters not set forth in the written Bid protest will be deemed waived. Any
Bid protest not conforming to the foregoing requirements and conditions will be
rejected by the City as invalid.
C. Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder's
submission of this Bid and the City's acceptance of same, the Bidder shall
indemnify, defend (with counsel acceptable to City), and hold harmless the City,
its City Council members, employees, and agents from liability, claims, demands,
damages, and costs arising therefrom if such dispute or action arises solely upon
the award of a Contract in compliance with federal, state, and local laws.
[END OF DOCUMENT]
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 30 of 68
EXHIBIT A
AFFIDAVIT OF NON-COLLUSION
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 31 of 68
AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR
STATE OF CALIFORNIA )
ss
COUNTY OF LOS ANGELES )
Thomas Berrey
and says that he/she is General Manager
being first duly sworn deposes
(Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title)
of Waterline Technologies Inc.
(Insert name of bidder)
who submits herewith to the City of Vernon a bid/proposal;
That all statements of fact in such bid/proposal are true;
That such bid/proposal was not made in the interest of or on behalf of any undisclosed person,
partnership, company, association, organization or corporation;
That such bidlproposal 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 confiract; 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
bidlproposal;
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 per jury that the above information is correct
By: ~y~~ ~ a _ Title: GM
Date: 04/17/2023
March 2013
..
..
Item 14 Page 32 of 68
EXHIBIT B
STANDARD FORM OF CONTRACT
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 33 of 68
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR'S
NAME] FOR SUPPLY OF SODIUM HYPOCHLORITE 12.5% SOLUTION
COVER PAGE
Contractor: [insert name of contractor]
Responsible Principal of Contractor: [insert name, title]
Notice Information -Contractor: [insert name of contractor]
[insert street address]
[insert city, state, zip code]
Attention: [insert name, title]
Telephone: [insert phone number]
Notice Information -City: City of Vernon
4305 Santa Fe Avenue
Vernon, CA 90058
Attention: Todd Dusenberry,
General Manager of Vernon
Public Utilities
Telephone: (323) 583-8811 ext. 579
Commencement Date: [insert commencement date]
Termination Date: [insert termination date]
Consideration: Total not to exceed $[insert amount]
(includes all applicable sales tax); and more
particularly described in Exhibit B
Records Retention Period Three (3) years, pursuant to Section 11.20
Page 1 of 18 ..
..
Item 14 Page 34 of 68
SERVICES AGREEMENT BETWEEN THE CITY OF VERNON AND [CONTRACTOR'S NAME]
FOR SUPPLY OF SODIUM HYPOCHLORITE 12.5% SOLUTION
This Agreement is made between the City of Vernon, a California charter City and
California municipal corporation ("City"), and [Contractor's Name], a [State incorporated in]
corporation ("Contractor").
The City and Contractor agree as follows:
1.0 EMPLOYMENT OF CONTRACTOR. City agrees to engage Contractor to
perform the services as hereinafter set forth as authorized by the City Council on
2.0 SCOPE OF SERVICES.
2.1 Contractor shall perform all work necessary to complete the services set
forth in the City's Request for Bids issued on or about 4/17/2023 ,and titled
Request for Bids Sodium Hvpochlorite 12.5% Solution, and Contractor's bid to the City ("Bid")
dated
4/12/2023 ,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 [state date], and it shall continue until [state
date which may not be more than three years from the commencement date], unless terminated
at an earlier date pursuant to the provisions thereof.
5.0 COMPENSATION AND FEES.
Page 2 of 18 ..
..
Item 14 Page 35 of 68
5.1 Contractor has established rates for the City of Vernon which are
comparable to and do not exceed the best rates offered to other governmental entities in and
around Los Angeles County for the same services. For satisfactory and timely performance of
the services, the City will pay Contractor in accordance with the Schedule of Bid Prices 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 othettivise 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 Schedule of Bid Prices 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
Page 3 of 18 ..
..
Item 14 Page 36 of 68
by law for the performance of the services required by this Agreement. Contractor shall have the
sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and
interest, which may be imposed by law and which arise from or are necessary for the
performance of the Services by this Agreement.
6.0 PAYMENT.
6.1 As scheduled services are completed, Contractor shall submit to the
City an invoice for the services completed, authorized expenses, and authorized extra work
actually performed or incurred according to said schedule.
6.2 Each such invoice shall state the basis for the amount invoiced, including
a detailed description of the services completed, the number of hours spent, reimbursable
expenses incurred and any extra work performed.
6.3 Contractor shall also submit a progress report with each invoice that
describes in reasonable detail the services and the extra work, if any, performed in the
immediately preceding calendar month.
6.4 Contractor understands and agrees that invoices which lack sufficient
detail to measure performance will be returned and not processed for payment.
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 al l
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
Page 4 of 18 ..
..
Item 14 Page 37 of 68
omissions of Contractor hereunder, or arising from Contractor's performance of or failure to
perform any term, provision, covenant or condition of this Agreement, except to the extent such
claims or liabilities arise from the gross negligence or willful misconduct of City, its officers,
elected officials, agents or employees.
10.0 INSURANCE. Contractor shall, at its own expense, procure and maintain
policies of insurance of the types and in the amounts set forth below, for the duration of the
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 orself-insurance.
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. 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 orself-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
Page 5 of 18 ..
..
Item 14 Page 38 of 68
hold harmless, the City, and its respective employees, agents, and City
Council from and against all claims, liabilities, suits, losses, damages,
injuries and expenses, including all costs and reasonable attorney's fees
("Claims"), which are attributable to any act or omission by the City under
the performance of the services.
iv. 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
Agreement 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. 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.
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
Page 6 of 18 ..
..
Item 14 Page 39 of 68
(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.
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 certificates) 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
Page 7 of 18 ..
..
Item 14 Page 40 of 68
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 othen~vise.
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
Page 8 of 18 ..
..
Item 14 Page 41 of 68
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.
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.
Page 9 of 18 ..
..
Item 14 Page 42 of 68
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 ali 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
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 Bids shall control over the Contractor's Bid.
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.
Page 10 of 18 ..
..
Item 14 Page 43 of 68
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, General Manager
4305 Santa Fe Avenue
Vernon, CA 90058
If to the Contractor:
Any such notice shall be deemed to have been given upon delivery, if personally
delivered, or, if mailed, upon receipt, or upon expiration of three (3) business days from the date
of posting, whichever is earlier. Either party may change the address at which it desires to
receive notice upon giving written notice of such request to the other party.
11.16 NO THIRD PARTY RIGHTS. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right or remedy in, under, or to
this Agreement.
11.17 TERMINATION FOR CONVENIENCE (Without Cause). City may
terminate this 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
Page 11 of 18 ..
..
Item 14 Page 44 of 68
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
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 event the City
deems necessary to insure it is receiving all money to which it is entitled under the Agreement
Page 12 of 18 ..
..
Item 14 Page 45 of 68
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.
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 1'/2 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
Page 13 of 18 ..
..
Item 14 Page 46 of 68
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].
Page 14 of 18 ..
..
Item 14 Page 47 of 68
N 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
Carlos Fandino, City Administrator
ATTEST:
Lisa Pope, City Clerk
APPROVED AS TO FORM:
Zaynah N. Moussa,
City Attorney
[CONTRACTOR'S NAME], a [State
incorporated in] corporation
By:
Name:
Title:
By:
Name:
Title:
Page 15 of 18 ..
..
Item 14 Page 48 of 68
EXHIBIT A
CONTRACTOR'S PROPOSAL
Page 16 of 18 ..
..
Item 14 Page 49 of 68
EXHIBIT B
SCHEDULE
Page 17 of 18 ..
..
Item 14 Page 50 of 68
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 18 of 18 ..
..
Item 14 Page 51 of 68
EXHIBIT C
TECHNICAL SPECIFICATIONS AND SCOPE
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 52 of 68
TECHNICAL SPECIFICATIONS AND SCOPE
SODIUM HYPOCHLORITE 12.5% SOLUTION
A. Product Requirements
1. The sodium hypochlorite 12.5% solution shall conform to the American Water Works
Association's (AWWA) Standard for Hypochlorites, ANSI/AWWA B300, current
version.
2. The sodium hypochlorite 12.5% solution shall be certified as meeting the
specification of National Sanitation Foundation International/American National
Standards Institute Standard 60 (NSF/ANSI 60): Drinking Water Treatment
Chemicals —Health Effects, current version.
3. Pursuant to the Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA.), the
product must be registered with the United States Environmental Protection Agency
and the California Department of Pesticide Regulation.
4. The product must comply with all applicable federal, state, and local laws and
regulations.
B. Scope
1. Delivery time and date shall be arranged upon placement of the order and shall be
between the hours of 7:00 a.m. and 4:00 p.m., Monday through Thursday. Bulk
deliveries shall be biweekly unless otherwise directed. Annual deliveries average
18,000 gallons. Requests to deviate from the schedule must be confirmed with a City
representative 48 hours prior to the scheduled delivery.
2. The contractor shall meet with a designated City representative prior to starting
deliveries. Access to the sites shall be controlled by a designated City representative.
Deliveries will be made to approximately 6 sites, 8 facilities within the City. The City
is 5.2 square miles.
3. All shipments shall be accompanied by a bill of lading clearly identifying product
delivered to be AWWA B300- and NSF/ANSI 60-certified by stamp or typed written
statement — no handwritten notation will be accepted. Failure to provide clear
identification that the product meets the aforementioned standards will result in
rejection of the delivery at no cost to the City. The bill of lading shall also include the
purchase order number, delivery date, quantity, product description, weighmaster's
Certificate of Weight, price, and unique invoice number.
4. The product must contain nothing that will adversely affect the public water supply or
be injurious to sodium hypochlorite feeding equipment. The transporting equipment
shall be clean and free from residue that may contaminate the product or impede the
unloading process. The chemical may be inspected and/or sampled before, during, or
after any delivery and tested to confirm compliance with all the specifications.
Persistent clogging, deliveries containing significant amounts of debris, and/or
chemical not meeting the technical specifications will be considered deficiencies. If
deficiencies are detected, the chemical will be rejected and the contractor will be
required to remove and replace any and all of the chemical. The contractor will also
be responsible for cleaning the associated tanks and piping that are contaminated by a
delivery determined to be deficient, at no cost to the City. If the contractor fails to
remove and replace the deficient chemical in a timely manner, the City may remove
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 53 of 68
and dispose of the contaminated chemical and clean the chemical storage tanks and
associated piping at the contractor's expense. Payment for the delivered chemical will
not be made until any defects are corrected and the chemical replaced and accepted.
5. Packaging, shipping, and deliveries must be made in accordance with all applicable
federal, state, and local laws and regulations, including but not limited to those
established by the federal and state (as applicable) Occupational Safety and Health
Administration (OSHA), Environmental Protection Agency (EPA), and Department
of Transportation (DOT).
6. Drums and emergency orders are to be delivered within 48 hours from request.
7. Should a chemical spill or leak occur as a result of contractor's negligence, faulty
equipment, or inferior packaging, the contractor shall be responsible for cleaning the
spill/leak and for bearing any costs incurred due to the cleanup. It shall be the
contractor's responsibility to effect immediate containment, cleanup, disposal, and
restoration in accordance with the individual facility requirements and all applicable
laws and regulations. All materials associated with such cleanup operations shall be
hauled away and lawfully disposed of at no charge to the City. If the spill is not
cleaned up, the City will hire a certified hazardous material handling company to
clean up the spill, and the costs incurred, including any fines or penalties which may
be imposed by regulating authorities, will be charged to the bidder or deducted from
amounts owed. The contractor shall indemnify and hold the City harmless from any
failure to properly report and/or comply with federal and/or state regulations
regarding spills or releases.
8. The City shall receive first priority for goods and services during and after a public
emergency and/or natural disaster.
C. Documents to be submitted with bid:
1. In accordance with Section 64590, Title 22 of the California Code of Regulations
(CCR), no chemical or product shall be added to drinking water by a water supplier
unless the chemical or product is certified as meeting the specifications of NSF/ANSI
60, current version. Certification shall be from an ANSI-accredited product
certification organization whose certification system includes the criteria for ensuring
the chemical or product meets NSF/ANSI 60 per Section 64590 of the CCR. Bidders
shall submit an affidavit of compliance from the ANSI-accredited product
certification organization. Bidders shall include a statement by the chemical
manufacturer, signed by an authorized representative on letterhead stationery,
attesting to the affidavit's validity. In lieu of submitting an affidavit of compliance
and a letter attesting to the affidavit's validity, a current printout from the ANSI-
accredited product certification organization is acceptable. If NSF certification lapses
or is revoked, it is the responsibility of the contractor to inform the City within 24
hours from the date verbal or written _notice is received. Loss of certification shall
constitute sufficient grounds for immediate termination of the contract.
2. A representative analysis of the chemical to be supplied, as prepared by a reputable
laboratory or bidder's in-house laboratory, if certified by the International
Organization for Standardization (ISO).
3. Name and address of the chemical manufacturer.
4. Product Bulletin and Typical Properties.
5. Safety Data Sheet (SDS).
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 54 of 68
6. Certificate of Registration issued by the California Department of Pesticide
Regulation.
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 55 of 68
BID FORMS
INSTRUCTIpN TO BIDDERS
..
..
Item 14 Page 56 of 68
SCIIEDULE OF BID PRICES
BIDDER: Waterline Technologies Inc.
Quantity
(for
Item bidding
No. Desct•i tion Units ur oses Unit Cost Item Total
Bulk Sodium
1 Hypochlorite 12.5% Gal 18,000 $ 3.05 $ 54,900.00
Solution
55-Gallon Drum
2 Sodium
Hypochlorite 12.5% Ea 96 $ 233.52 $ 22 417.92 '
Solution
15-Gallon Carboy
3 Sodium ~a 10 $ 84.56 $ 845.60 Hypochlorite 12.5%
Solution
BID TOTAL $ 78,163.52
WRITTEN AMOUNT Seventy Eight Thousand one hundered sixty three and fifty two cents
~y►~~ /~ 8
Signature
Thomas Berrey GM
Name &Title
04/17/2023
Date
620 Santiago Street Santa Ana, CA 92701
Address
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 57 of 68
BIDDER'S STATEMENT OF QUALIFICATIONS
1. ORGANIZATION
1.1 How many years has your organization been in business as a Contractor? 66 Yeas
1.2 How many years has your organization been in business under its present name? 66 Years
1.2.1 Under what other names has your organization operated?
1.3 If your organization is a corporation, answer the following:
1.3.1 Date of incorporation/organization: 1957
1.3.2 State of incorporation/organization; California
1.3.3 Corporate ID number: C0338283
1.3.4 Name of President: Kirk Buttermore
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:
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:
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:
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 58 of 68
2. LICENSING
2,1 List jurisdictions in which your organization is legally qualified to do business, indicate registration or
license numbers, and category of license, if applicable.
California
2.2 List jurisdictions in which your organization's partnership or trade name is filed.
California
2.3 List any licensing suspensions and/or violations assessed against your organization within the past
five years.
None
3. EXPERIENCE
3.1 List the categories of Work that your organization normally performs with its own
personnel.
Delivery of Water Treatment Chemicals
Service and Repairs
3.2 On the Experience Form, list the project information that establishes that Bidder meets the
essential requirements for qualification set forth in the Mandatory Qualifications paragraph
of the Notice Inviting Bids for this Project.
3.3 On a separate sheet, list projects to which your firm or business has been awarded a
government contract since your firm or business has been in existence (giving the name
and address of the project, the government agency, contact name and phone number, the
contract amount, and contract's starting date and ending date).
3.4 On a separate sheet, list the experience and present commitments of the key individuals of
your organization.
4. CLAIMS; LAWSUITS; CRIMINAL ACTS
For the following questions, the term "owner" does not include owners of stock in your firm if your
firm is apublicly-traded corporation.
4.1 In the past five (5) years, have, you, your firm or any of its owners, partners, officers, or
employees been a defendant in court, or participated in an arbitration or mediation, on a
matter related to:
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 59 of 68
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 ~ NO
4.1.3 Damage to real property arising out of your services or operations?
q YES ~ NO
4.1.4 Employment-related litigation brought by an employee of your firm?
q YES ~ NO
4.1.5 Payment to a subcontractor or supplier?
q YES ~ NO
4.1.6 Defective, deficient, or substandard work?
q YES ~ NO
If the answer to any questions in 4.1.1 to 4.1.6 is YES, identify the name of the person or
entity that sued (i.e., "the plaintiff") or was involved in the mediation or arbitration; list the
date, court, court address, and case number; describe the facts and circumstances giving
rise to the lawsuit, mediation, or arbitration; and set forth the outcome or disposition. Attach
additional sheets as necessary.
4.2 Have you or your firm ever filed a claim for damages or a lawsuit, or requested arbitration
or mediation, against a government entity or a Client?
q YES ~ NO
If YES, identify the government entity or client; list the date, court and case number;
describe the facts and circumstances about the claim for damages, or the lawsuit, or both;
and set forth the outcome or disposition. Attach additional sheets as necessary.
4.3 Are there any pending or outstanding judgments or liens against you, your firm, or any of
its owners, partners, officers, or employees?
q YES ~ 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,
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 60 of 68
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
employees been convicted of a crime related to the bidding of a government contract, the
awarding of a government contract, or the performance of a government contract?
("Convicted" includes a verdict of guilty by a judge or jury, a plea of guilty, a plea of nolo
contendere, or a forfeiture of bail.)
q YES ~ 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 ~ 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 ~ NO
If YES, identify the government entity, and describe the facts and circumstances about
each instance. Attach additional sheets as necessary.
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 61 of 68
4.9 Have you or your company ever been charged by any governmental agency for failure to
follow safety procedures? If YES, please explain.
q YES ~ 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 ~ NO
5. FIRM'S OPERATIONAL STATUS
5.1. In the past seven (7) years, has your firm, or anyone else acting on behalf of your firm, filed
for bankruptcy, insolvency, receivership, or reorganization?
q YES ~ NO
If YES, list the filing date, identify the court and case number; describe the facts and
circumstances giving rise to each instance; and set forth the disposition or current status.
Attach additional sheets as necessary.
5.2. In the past five (5) years, has your firm had an consolidations, mergers, acquisitions,
closings, layoffs or staff reductions?
q YES ~ NO
If YES, list the filing date, and describe the facts and circumstances about each instance.
Attach additional sheets as necessary.
5.3. Is your firm in the process of, or in negotiations toward. (a) consolidating, merging, selling,
or closing its business, or (b) laying off employees or reducing staff?
q YES ~ NO
If YES, describe the transaction; list the anticipated date for completing the transaction,
laying off employees, or reducing staff; and describe the facts, circumstances, and reason
for taking the action. Attach additional sheets as necessary.
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 ~ NO
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 62 of 68
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?
If YES, identify the name of the government entity, list the date, describe the facts and
circumstances about each instance, and state the reason or basis for the government
entity's determining that your firm was a "non-responsible" bidder. Attach additional
sheets as necessary.
6.3. Have you or your firm ever failed to fulfill or perform —either partially or completely — a
contract or an agreement with a government entity or a client?
q YES ~ NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.4. In the past five (5) years, have you or any officer or principal of your firm been an officer of
another firm which failed to perform a contract or agreement?
q YES ~ NO
If YES, list the date, and describe the facts and circumstances about each instance. Attach
additional sheets as necessary.
6.5. Has your firm ever advised a government entity or a client, while your firm was under
contract with the government entity or client, that your firm could not (or would not) fulfill or
perform —either partially orcompletely —the contract or the agreement based on the prices
that your firm had originally submitted in a Bid or a Proposal?
q YES ~ NO
If YES, list the date, identify the name of the government entity or client, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.6. Has your firm ever requested a government entity or a client, while your firm was under
contract with the government entity or client, to renegotiate one or more terms of the existing
contract or agreement?
q YES ~ 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.
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 63 of 68
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 name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.8. Has a government entity or a client ever terminated, suspended, or non-renewed your
firm's contract or agreement before its completion?
q YES ~ NO
If YES, identify the name of the government entity, list the date, and describe the facts
and circumstances about each instance. Attach additional sheets as necessary.
6.9. Has a government entity or a client ever notified or advised your firm that your firm's
performance under a contract or agreement was poor, sub-standard, deficient, or non-
compliant?
q YES ~ NO
If YES, identify the name of the government entity or client, list the date, and describe the
facts and circumstances about each instance. Attach additional sheets as necessary.
6.10. In the past five (5) years, has your firm paid, or has your firm been assessed, liquidated
damages on a contract or agreement?
q YES ~ 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 ~ NO
7.1.2. Canceled ornon-renewed your firm's insurance coverage?
q YES ~ NO
7.1.3. Refused to issue your firm a bond?
q YES ~ NO
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 64 of 68
7.1.4. Canceled or revoked a bond obtained by your firm?
q YES C~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 ~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.
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:
8.2 Name and address of agent.
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 ~y`~~ ~ ~
04/17/2023
INSTRUCTION TO BIllDERS
..
..
Item 14 Page 65 of 68
Page 16 of 17
EXHIBIT B
SCHEDULE
..
..
Item 14 Page 66 of 68
SCIIEDULE OF BID PRICES
BIDDER: Waterline Technologies Inc.
Quantity
(for
Item bidding
No. Desct•i tion Units ur oses Unit Cost Item Total
Bulk Sodium
1 Hypochlorite 12.5% Gal 18,000 $ 3.05 $ 54,900.00
Solution
55-Gallon Drum
2 Sodium
Hypochlorite 12.5% Ea 96 $ 233.52 $ 22 417.92 '
Solution
15-Gallon Carboy
3 Sodium ~a 10 $ 84.56 $ 845.60 Hypochlorite 12.5%
Solution
BID TOTAL $ 78,163.52
WRITTEN AMOUNT Seventy Eight Thousand one hundered sixty three and fifty two cents
~y►~~ /~ 8
Signature
Thomas Berrey GM
Name &Title
04/17/2023
Date
620 Santiago Street Santa Ana, CA 92701
Address
INSTRUCTION TO BIDDERS
..
..
Item 14 Page 67 of 68
Page 17 of 17
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.
..
..
Item 14 Page 68 of 68
City Council Agenda Report
Meeting Date:May 16, 2023
From:Daniel S. Wall, P.E., Director of Public Works
Department:Public Works
Submitted by:Lissette Melendez, Project Engineer
Subject
Project Funded by Senate Bill 1: The Road Repair and Accountability Act for Fiscal Year 2023-
2024
Recommendation
A. Find that the approval of the proposed resolution does not constitute at "project" pursuant to
Sections 15378(b)(2) and (4) of the Guidelines to the California Environmental Quality Act
(CEQA), because it constitutes an administrative activity and government funding mechanism
that does not involve any commitment to any specific project which may result in a potentially
significant impact on the environment; and even if the adoption of the proposed resolution did
constitute a project, it would be exempt from CEQA in accordance with Section 15061(b)(3), the
general rule that CEQA only applies to project that may have a significant effect on the
environment; and
B. Adopt Resolution No. 2023-08 adopting a project list to be funded by Senate Bill 1: The Road
Repair and Accountability Act for Fiscal Year (FY) 2023-2024.
Background
On April 28, 2017, the Governor signed Senate Bill 1 (SB 1) (Beall, Chapter 5, Statute 2017),
which is known as the Road Repair and Accountability Act of 2017, to address basic road
maintenance, rehabilitation, and critical safety needs on both the state highway and local street
and road systems. SB 1 increases per-gallon fuel excise taxes, increases diesel fuel sales taxes
and vehicle registration fees, and provides for inflationary adjustments to tax rates in future years.
On November 1, 2017, the State Controller commenced depositing a portion of this new funding
into the newly created Road Maintenance and Rehabilitation Account (RMRA). Part of the RMRA
funding is apportioned by formula to eligible cities and counties pursuant to Streets and Highways
Code (SHC) Section 2032 (h)(2) for basic road maintenance, rehabilitation, and critical safety
projects on the local streets and road systems. Pursuant to SHC Section 2030, RMRA local
streets and roads allocations must be used for projects that include, but are not limited to the
following:
•Road maintenance and rehabilitation
•Safety projects
•Railroad grade separations
•Traffic control devices
•Complete street components (e.g. active transportation purposes, pedestrian and
bicycle safety projects, transit facilities, etc.)
The City's allocation for FY 2023-2024 is estimated to be $5,216 pursuant to the formula in SHC
Section 2103(a)(3)(c)(i) and (ii). The formula proportions the total population of the City to the
total population of all cities in the state.
MAINTENANCE OF EFFORT
There is a local agency Maintenance of Effort (MOE) requirement that applies to funds allocated
..
..
Item 15 Page 1 of 5
through the RMRA. The MOE requirement is to ensure that new road funds do not supplant
existing levels of city and county general revenue spending on streets and roads. The MOE for
the receipt of RMRA funds state that a city or county must maintain general fund spending for
street, road, and highway purposes at no less than the average of fiscal years 2009-2010, 2010-
2011, and 2011-2012 as reported to the State Controller pursuant to SHC Section 2151. In
making this calculation, an agency may exclude one-time funds. A city or county that fails to
comply in a particular year may make it up with additional expenditures in the following year.
The RMRA provides that the State Controller may perform audits to ensure compliance with
these MOE requirements. If the State Controller determines that a city or county has not met its
MOE, the agency will be required to reimburse the state for the funds it received during that fiscal
year. However, a city or county that fails to comply in a particular fiscal year may expend during
that fiscal year and the following fiscal year a total amount that is sufficient to comply. Any funds
withheld or returned as a result of a failure to comply will be apportioned to the other cities and
counties whose expenditures comply with MOE requirements.
The City's annual average of expenditures from its general fund during Fiscal Years 2009- 2010,
2010-2011, and 2011-2012 is $830,243 as depicted below:
Maintenance of Effort- General Fund for Streets and Roads RMRA Account per SHC Sec 2036
(Revised Est. 8-7-2017)
FY2009-2010 - $789,165
FY2010-2011 - $616,736
FY2011-2012 - $1,084,827
AVERAGE - $830,243
ADJUSTMENT - $0
RMRA MOE - $830,243
The City street improvement expenditures comply with MOE requirements, as the sum of
anticipated budgeted street improvements for FY 2023-2024 is $1 million.
SPENDING PLANS AND REPORTS
The RMRA stipulates that, prior to receiving RMRA funds in a fiscal year, a city or county must
submit to the California Transportation Commission (CTC) a project list pursuant to an adopted
budget. For each project, the list must include a description, location, schedule, and useful life.
The RMRA also requires the submission of an annual report of project completion in order to
receive RMRA funds. The report must include all projects for which RMRA funds were expended.
The Citywide Striping and Pavement Markings project is identified as a potential candidate for
FY 2023-2024 SB 1 funding.
Fiscal Impact
The City will receive an estimated $5,216 in RMRA funding in FY 2023-2024 from SB 1 and will
allocate funding once it fulfills the requirement under SB1.
Attachments
1. Resolution No. 2023-08
..
..
Item 15 Page 2 of 5
RESOLUTION NO. 2023-08
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF VERNON
ADOPTING A PROJECT LIST TO BE FUNDED BY SENATE BILL 1: THE
ROAD REPAIR AND ACCOUNTABILITY ACT FOR FISCAL YEAR 2023-
2024
SECTION 1. Recitals.
A. Senate Bill 1, the Road Repair and Accountability Act of 2017 (Chapter 5, Statutes
of 2017), was passed by the Legislature and signed into law by the Governor in April
2017, to address the significant multi-modal transportation funding shortfalls statewide.
B. Senate Bill 1 includes accountability and transparency provisions to ensure that
the residents and business community of our City are aware of the projects proposed for
funding in our community and which projects have been completed each fiscal year.
C. The City must adopt by resolution a list of all projects proposed to receive funding
from the Road Maintenance and Rehabilitation Account (RMRA), created by Senate Bill
1, which must include a description and the location of each proposed project, a proposed
schedule for the project’s completion, and the estimated useful life of the improvement.
D. Streets and Highways Code Section 2032(h)(2) specifies that 50 percent of the
balance of revenues deposited into the RMRA, after certain funding is set aside for
various programs, will be continuously appropriated to cities and counties by the State
Controller pursuant to the formula in Streets and Highways Code Section 2103(a)(3)(C)(i)
and (ii).
E. The City will receive an estimated $5,216 in RMRA funding in Fiscal Year 2023-
2024 from Senate Bill 1.
F. In order to receive an allocation or apportionment pursuant to Streets and
Highways Code Section 2032, the City shall annually expend from its general fund for
street, road, and highway purposes an amount not less than the average of its
expenditures from its general fund during the 2009-10, 2010-11, and 2011-12 fiscal years,
as reported to the State Controller pursuant to Streets and Highways Code Section 2151.
G. The City’s annual average of its expenditures from its general fund during the
2009-10, 2010-11, and 2011-12 fiscal years is $830,243.
H. By memorandum dated May 16, 2023, the Director of Public Works has
recommended the adoption of a project list to be funded by Senate Bill 1: The Road
Repair and Accountability Act for Fiscal Year 2023-2024.
..
..
Item 15 Page 3 of 5
Resolution No. 2023-08
Page 2 of 3 _______________________
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF VERNON AS FOLLOWS:
SECTION 2. The City Council of the City of Vernon finds and determines that the
above recitals are true and correct.
SECTION 3. The City Council of the City of Vernon finds that this action does not
constitute a “project” pursuant to sections 15378(b)(2) and (4) of the Guidelines to the
California Environmental Quality Act (CEQA), because it constitutes an administrative
activity and government funding mechanism that does not involve any commitment to
any specific project which may result in a potentially significant impact on the
environment; and even if the adoption of this Resolution did constitute a project, it would
be exempt from CEQA in accordance with Section 15061(b)(3), the general rule that
CEQA only applies to projects that may have a significant effect on the environment.
SECTION 4. The City Council of the City of Vernon hereby adopts the following
project planned to be funded with Fiscal Year 2023-2024 Road Maintenance and
Rehabilitation Account revenues:
Project Location Estimated
Useful Life
Estimated
Construction
Dates
Furnish and install The following 2-5 years Construction
traffic striping, streets within the 10/2023
pavement
markers,
City’s boundary:
and pavement markings (legends)
over existing striping on various streets within the
City of Vernon.
Pacific Boulevard, Bandini Boulevard, Santa
Fe Avenue, Soto Street, Downey Road, and Slauson Avenue
Completion 06/2024
All project locations
are an estimate
and have yet to be
finalized.
/ / /
/ / /
/ / /
..
..
Item 15 Page 4 of 5
Resolution No. 2023-08
Page 3 of 3 _______________________
SECTION 5. The City Clerk shall certify the passage and adoption of this
resolution and enter it into the book of original resolutions.
APPROVED AND ADOPTED May 16, 2023.
________________________
CRYSTAL LARIOS, Mayor
ATTEST:
LISA POPE, City Clerk
(seal)
APPROVED AS TO FORM:
ZAYNAH N. MOUSSA, City Attorney
..
..
Item 15 Page 5 of 5
City Council Agenda Report
Meeting Date:May 16, 2023
From:Daniel S. Wall, P.E., Director of Public Works
Department:Public Works
Submitted by:Lissette Melendez, Project Engineer
Subject
LA River Path Project Master Cooperative Agreement
Recommendation
A. Find that approval of the proposed action is exempt from California Environmental Quality Act
(CEQA) review, because it is a continuing administrative activity that will not result in direct or
indirect physical changes in the environment, and therefore does not constitute a “project” as
defined by CEQA Guidelines Section 15378. To the extent that the LA River Path Project requires
CEQA analysis, the Project is currently undergoing an environmental review process led by the
Los Angeles County Metropolitan Transportation Authority (LACMTA or Metro); and
B. Approve and authorize the City Administrator, to execute the Master Cooperative Agreement
between the City of Vernon and the LACMTA, in substantially the same form as submitted, for
the design and construction of a portion of the LA River Path Project.
Background
The LA River Path Project is an approximately 8-mile bicycle and pedestrian path proposed along
the Los Angeles River from Elysian Valley through Downtown Los Angeles and the City of
Vernon, to the City of Maywood. The northern limit of the project area is the terminus of the Los
Angeles River Greenway Trail at Riverside Drive, and the southern limit is at Atlantic Boulevard
where the Los Angeles River Bicycle Path begins in the City of Maywood. The purpose of the LA
River Path Project is to:
1. Close the longest remaining gap in the LA River Path.
2. Create a safe and world-class active transportation corridor along the Los Angeles River.
3. Enhance and provide recreational opportunities, liveability, regional and local connectivity.
4. Provide an outstanding user experience, access to economic opportunity for historically under-
invested communities, and separation from vehicular traffic for people of all ages and abilities.
The LA River Path Project will serve various cities and communities, including the City of Vernon.
The proposed Master Cooperative Agreement (MCA) intends to facilitate the development and
implementation of the LA River Path Project and, in particular, the City portion of the project.
The MCA also defines the LACMTA’s expectations of the City related to providing requested
information, reviewing plans related to the public right-of-way within the City, and issuing
permits. Based on discussions with Metro, City staff is satisfied that entering into the proposed
agreement does not create any foreseeable financial burden for the City. The MCA has been
reviewed and approved as to form by the City Attorney’s Office.
Fiscal Impact
There is no fiscal impact associated with this report.
Attachments
1. LA River Path – Master Cooperative Agreement..
..
Item 16 Page 1 of 54
EXECUTION VERSION
MASTER COOPERATIVE AGREEMENT FOR THE DESIGN AND
CONSTRUCTION OF A PORTION OF THE LA RIVER PATH PROJECT
BETWEEN
THE CITY OF VERNON
AND
THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY
___________, 2023
EFFECTIVE DATE
..
..
Item 16 Page 2 of 54
EXECUTION VERSION
CONTENTS
ARTICLE PAGE
ARTICLE 1.
ARTICLE 2.
ARTICLE 3.
ARTICLE 4.
ARTICLE 5.
ARTICLE 6.
ARTICLE 7.
ARTICLE 8.
ARTICLE 9.
ARTICLE 10.
ARTICLE 11.
SCOPE AND DURATION ............................................................................................................... 1
GENERAL OBLIGATIONS.............................................................................................................. 2
DESIGN .......................................................................................................................................... 7
CONSTRUCTION ........................................................................................................................... 9
BETTERMENTS ........................................................................................................................... 11
OPERATION AND MAINTENANCE ............................................................................................. 11
REIMBURSEMENT AND CREDITS ............................................................................................. 11
INDEMNITY, WARRANTIES AND INSURANCE.......................................................................... 14
RESOLUTION OF DISPUTES...................................................................................................... 15
MISCELLANEOUS.................................................................................................................... 17
DEFINITIONS AND INTERPRETATION................................................................................... 20
EXHIBIT 1 – PROJECT DESCRIPTION................................................................................................................ 28
EXHIBIT 2 – PROJECT PHASES AND PROJECT SCHEDULE ........................................................................... 29
EXHIBIT 3 – PROJECT SITE................................................................................................................................. 31
EXHIBIT 4 – ROLES AND RESPONSIBILITIES.................................................................................................... 33
EXHIBIT 5 – DESIGN REQUIREMENTS............................................................................................................... 36
EXHIBIT 6 – LACMTA SUBMITTAL REVIEW PROCEDURE................................................................................38
EXHIBIT 7 – CONSTRUCTION REQUIREMENTS................................................................................................ 40
EXHIBIT 8 – INSPECTION AND ACCEPTANCE PROCEDURE...........................................................................44
EXHIBIT 9 – NOT USED........................................................................................................................................ 46
EXHIBIT 10 – FORMS ........................................................................................................................................... 47
EXHIBIT 11 – LARP BASIS OF DESIGN............................................................................................................... 51
..
..
Item 16 Page 3 of 54
EXECUTION VERSION
This Agreement is entered into by and between the City of Vernon (the "City"), and the Los Angeles County
Metropolitan Transportation Authority ("LACMTA").
RECITALS
(A)LACMTA proposes to develop and open a new bicycle and pedestrian path along the Los Angeles River
known as the LA River Path Project (as more fully defined in Article 11 (Definitions and Interpretation), the
"LA River Path Project"). As at the date of this Agreement, the LA River Path Project is undergoing an
environmental review process.
(B)
(C)
The LA River Path Project will serve various cities and communities including the City and the City intends,
by this Agreement, to facilitate the development and implementation of the LA River Path Project and in
particular the City Portion of the LA River Path Project.
LACMTA and the City wish to enter into this Agreement in order to identify the rights and obligations between
them in connection with the development and implementation of the LA River Path Project.
In consideration of the mutual covenants of the Parties as set out below, the Parties hereby agree as follows:
ARTICLE 1. SCOPE AND DURATION
1.1 Scope of Agreement
(a) The City has acknowledged the LA River Path Project as a high priority public works project to provide
LACMTA with expedited review and approval procedures in connection with design, design reviews,
permitting, property acquisition, and other authority to be exercised by the City relating to the LA River
Path Project and/or this Agreement. The Parties acknowledge that this Agreement is being entered
into while the environmental process is ongoing and the environmental documents are being prepared
and the signing of this Agreement by the City does not prejudice its right to participate in the
environmental process nor does it predetermine the outcome of that process.
(b)The Parties have entered into this Agreement to:
(i)acknowledge the intended scope, schedule and site for the LA River Path Project as set out
in EXHIBIT 1 (Project Description), EXHIBIT 2 (Project Phases and Project Schedule) and
EXHIBIT 3 (Project Site) respectively; and
(ii)define the applicable procedures, manage the interfaces and regulate the roles and
responsibilities and allocation of costs between LACMTA and the City, in respect of the design
and construction of the LA River Path Project as it relates to the City Portion and any
Rearrangements.
(iii)acknowledge that operations and maintenance of the Project will be the subject of an
agreement (an "O&M Agreement") to be negotiated by the Parties in good faith and finalized
at a later date in accordance with Article 6.
(c)
(d)
LACMTA may procure the design and construction of the LA River Path Project, including the City
Portion, under multiple procurements and contract packages and may self-perform parts of the design
and construction of the LA River Path Project, including the City Portion. As at the date of this
Agreement, LACMTA contemplates procuring the Project Scope by LACMTA Contractors under
PS&E and CM/GC contracts.
The City acknowledges and agrees that LACMTA may: (i) engage the LACMTA Contractor(s) to carry
out Design and Construction work with respect to the City Portion including the Design and/or
Construction of Rearrangements; and (ii) in each LACMTA Contract, require the LACMTA Contractor
to comply with certain of LACMTA's obligations under this Agreement provided that nothing in this
Agreement will create any contractual relationship between the City and any LACMTA Contractor and
1..
..
Item 16 Page 4 of 54
EXECUTION VERSION
in accordance with Section 10.11 (Limitation on Third Party Beneficiaries), nothing contained in this
Agreement is intended or will be construed as creating or conferring any rights, benefits or remedies
upon, or creating any obligations of the City toward, any LACMTA Contractor.
(e)The City acknowledges and agrees that LACMTA may change the contracting and procurement
strategy and plan for the LA River Path Project, including the City Portion, described in Section 1.1(c)
(Scope of Agreement) in its sole discretion. The City further acknowledges that as at the date of this
Agreement, the LA River Path Project is in the Planning and Procurement Phase and LACMTA may
elect: (i) not to proceed with the LA River Path Project; or (ii) to amend the scope of the LA River Path
Project, each in its sole discretion.
(f)LACMTA shall promptly notify the City of any changes to its contracting and procurement strategy or
to the scope of the LA River Path Project that has or is reasonably likely to have an impact on the
scope, schedule or roles and responsibilities for the City Portion or the provisions and procedures set
out under this Agreement. The Parties shall use good faith efforts to agree any amendments or
supplements to this Agreement necessary to be made as a result of any such change notified by
LACMTA to the City.
1.2 Duration of Agreement
This Agreement (and all of the rights and obligations under this Agreement) will come into effect on the
Effective Date and continue until the first day on which the LA River Path Project is available for bicycle and
pedestrian use, unless terminated earlier in accordance with the provisions of this Agreement (the "Term").
ARTICLE 2. GENERAL OBLIGATIONS
2.1 Governance
(a)
(b)
The roles and responsibilities of the City and LACMTA are set out in EXHIBIT 4 (Roles and
Responsibilities).
The City and LACMTA shall each designate an individual or individuals who will be authorized to
make decisions and bind the Parties on matters relating to this Agreement (the "City
Representative" and "LACMTA Representative", respectively).EXHIBIT 4 (Roles and
Responsibilities) provides initial designations. Either Party may change its designated representative
by providing seven days' prior Notice to the other Party.
(c)LACMTA may establish Working Groups in relation to the LA River Path Project or particular aspects
of the LA River Path Project for the purposes of providing a non-binding forum for LACMTA, the
LACMTA Contractors and other attendees to monitor the progress of the LA River Path Project, to
consider issues, or potential issues, and to present, understand and discuss proposed solutions with
respect to the LA River Path Project. On LACMTA's written request, the City shall ensure the
attendance (in person or via videoconference or teleconference) of the City Representative (or a
delegate) at any Working Group meeting held with respect to the City Portion during normal business
hours and upon reasonable notice. Any Working Group meeting attended by the City Representative
(or a delegate) is consultative and advisory only and nothing which occurs during any such Working
Group meeting and no information that is presented during any such Working Group meeting will:
(i)affect the rights or obligations of either Party under this Agreement;
entitle a Party to make any claim against the other;(ii)
(iii)relieve a Party from, or alter or affect, a Party's liabilities or responsibilities whether under this
Agreement or otherwise according to Applicable Law;
(iv)prejudice a Party's rights against the other Party whether under this Agreement or otherwise
according to Applicable Law; or
2..
..
Item 16 Page 5 of 54
EXECUTION VERSION
(v)be construed as a direction by a Party to do or not do anything.
2.2 Annual Work Plan
(a)LACMTA and the City will cooperate to develop an agreed Annual Work Plan for each LACMTA Fiscal
Year during the Term, in accordance with the following provisions:
(i)not later than February 28 of each LACMTA Fiscal Year during the Term (or in the case of
the first partial LACMTA Fiscal Year during the Term, no later than 30 days after the date of
this Agreement), LACMTA shall provide the City with information with respect to anticipated
Work Orders, including a list of each item of work or scope of activities or services that
LACMTA anticipates to request or require from the City during the upcoming LACMTA Fiscal
Year, and the estimated start and finish dates for the item of work or scope of activities or
services that LACMTA anticipates to request or require from the City;
(ii)within 30 days after the City's receipt of the required information from LACMTA pursuant to
Section 2.2(a)(i) (Annual Work Plan), the City shall submit a preliminary annual work plan to
LACMTA for the upcoming LACMTA Fiscal Year, which will include an estimate of the Costs
under the anticipated Work Orders for which the City shall require reimbursement;
(iii)promptly and in any event within 15 days' after LACMTA receives the preliminary annual work
plan from the City pursuant to Section 2.2(a)(ii) (Annual Work Plan), the City and LACMTA
will meet to review the preliminary work plan and negotiate in good faith such issues as are
necessary in order to finalize and agree the annual work plan for the upcoming LACMTA
Fiscal Year; and
(iv)not later than April 30 of the then current LACMTA Fiscal Year, LACMTA shall notify the City
of the agreed annual work plan for the upcoming LACMTA Fiscal Year (each such agreed
annual work plan, an "Annual Work Plan").
(b)Section 2.3(e) (Work Orders) shall apply notwithstanding that the Parties may agree an Annual Work
Plan setting out the schedule of anticipated Work Orders.
2.3 Work Orders
(a)If the City is required to perform work and/or provide support and/or services under the provisions of
this Agreement or LACMTA requests that the City perform work and/or provide support and/or
services under the provisions of this Agreement, the City shall submit a Form 60 to LACMTA to
estimate the total effort and Costs for which the City shall require reimbursement with respect to that
scope of work.
(b)
(c)
(d)
If LACMTA approves a Form 60 submitted to it by the City with respect to a scope of work under
Section 2.3(a) (Work Orders) without requiring any changes or additions, LACMTA will issue a Work
Order to the City for such scope of work and following receipt of that Work Order, the City must
promptly commence the work authorized under that Work Order.
Each Work Order issued by LACMTA to the City in accordance with this Agreement shall specify the
work authorized to be performed and any materials or equipment to be acquired, the amount of money
that the City will be reimbursed for the authorized work as agreed under the applicable Form 60, and
a schedule, including the estimated starting and finishing dates for the authorized work.
If LACMTA requests changes or additions (including any additional or supplemental provisions) to a
Form 60 submitted to it by the City with respect to a scope of work under Section 2.3(a) (Work Orders)
prior to issuing a Work Order, the Parties shall negotiate in good faith such changes or additions.
Upon agreement of any such changes or additions (and any necessary City council approval for such
changes or additions), LACMTA will issue a Work Order to the City for the applicable scope of work,
with the agreed changes or additions and following receipt of that Work Order, the City must promptly
3..
..
Item 16 Page 6 of 54
EXECUTION VERSION
and without delay (and in any case within 10 days of issuance by LACMTA) accept any agreed
changes or additions to the applicable Form 60 by counter-signing the Work Order or otherwise by
written acceptance by the City Representative, in each case followed by prompt commencement of
the work authorized under that Work Order. If the City fails to accept the Work Order within 10 days,
the Work Order will be deemed to be accepted by the City. Nothing in this Section 2.3(c) shall prohibit
LACMTA from approving a Form 60 under Section 2.3(b) (Work Orders) in part and authorizing the
City to commence the approved part of the scope of work in accordance with that Form 60.
(e)
(f)
The City shall not be authorized to do any work and shall not be paid, credited or reimbursed for costs
or expenses associated with any work performed in connection with a Rearrangement or the City
Portion or otherwise under the provisions of this Agreement, that is not expressly authorized by a
Work Order, as may be amended pursuant to Section 2.3(f) (Work Orders).
Except in the case of a change required due to an emergency (which notification may be given orally
and any emergency work commenced before being confirmed in writing to LACTMA within three
days), the City may submit proposed changes to a Work Order in writing to LACMTA for approval,
such approval to not be unreasonably withheld or delayed. If approved, the City may perform the
work in accordance with the authorized change.
(g)
(h)
LACMTA may terminate any Work Order at any time at its sole discretion, provided that the City will
be entitled to reimbursement in accordance with this Agreement for Costs, if any, already incurred.
The City shall promptly notify LACMTA if at any time it anticipates:
(i)exceeding 75% of the total estimated Costs under any Work Order within the next 60 days;
(ii)that the total Costs under any Work Order will be in excess of 10% greater than previously
estimated Costs; or
(iii)that the estimated finishing date will be later than the date stated in the Work Order,
and shall request an amendment to such Work Order pursuant to Section 2.3(f) (Work Orders).
Project Schedule2.4
(a)The City agrees to cooperate and coordinate with LACMTA in accordance with the provisions of this
Agreement in order for LACMTA to achieve the Project Schedule and subject to LACMTA agreeing
to the reimbursement of the cost of the applicable resources in accordance with Section 2.3 (Work
Orders) and 7.1 (Reimbursements to the City), to allocate sufficient staff and other resources
necessary to provide the level of service required to meet the scope of work and work schedules,
review periods and timelines identified in this Agreement and any Work Orders. If the City determines
that, notwithstanding its compliance with its obligations under this Section 2.4(a), additional personnel
or other resources (including through the use of City Contractors) are required to mitigate the risk of
delay in performing the scope of work within the defined schedule, the City may submit a proposed
change to a Work Order in accordance with Section 2.3(f) (Work Orders).
(b)If the City fails to carry out any work or obligations for which it is responsible under the provisions of
this Agreement and/or any Work Order in accordance with the work schedules, review periods and
timelines identified in this Agreement and the applicable Work Order, and such failure is attributable
to the City, then, to the extent such delay directly causes: (i) LACMTA to incur additional costs; or (ii)
a delay to the LA River Path Project, the City must reimburse LACMTA for all actual and documented
costs and expenses incurred or arising out of such delay. The City shall pay such costs to LACMTA
within 90 days of receiving an invoice from LACMTA. If the Parties agree, LACMTA may deduct the
amount due from the City to LACMTA pursuant to this Section 2.4(b) from payment(s) due to the City.
(c)Without limiting any other rights under this Section 2.4, if: (i) the City fails to carry out any work for
which it is responsible under the provisions of this Agreement in accordance with the work schedules,
4..
..
Item 16 Page 7 of 54
EXECUTION VERSION
review periods and timelines identified in this Agreement and the applicable Work Order; or (ii)
LACMTA reasonably determines that the City will be unable to timely complete such work, LACMTA
may by Notice to the City suspend the affected element of the City's work and LACMTA may perform
the remaining work. If LACMTA takes over work in accordance with this Section 2.4(c), the City shall
cooperate and assist LACMTA in accordance with the provisions of this Agreement.
(d)To the extent a failure by LACMTA to perform its work and obligations in accordance with the work
schedules, review periods and timelines identified in this Agreement and/or any Work Order results
in a delay to the performance of the City's work under a Work Order, the City will be entitled to an
equivalent extension to the affected deadline and any other relief expressly contemplated under the
provisions of the applicable Work Order.
2.5 Permits
(a)The Parties acknowledge that pursuant to Applicable Law, LACMTA may not be subject to zoning,
building or design review, or construction permitting ordinances of the City when constructing the City
Portion.
(b)Without prejudice to Section 2.5(a) (Permits) or the requirements set out in EXHIBIT 7 (Construction
Requirements):
(i)the City will issue a blanket Permit Notification to cover the City Portion;
(ii)for those permits and fees set out in the Permit Notification, the City will not exercise or
otherwise attempt to assert permitting authority over, and will not require the payment of fees
or the posting of bonds for or insurance by LACMTA or any LACMTA Contractor for, any work
contemplated in the City Portion or otherwise under the provisions of this Agreement;
(iii)
(iv)
any processing procedures or timelines specified in the Permit Notification will be aligned with
the procedures and timelines specified in this Agreement and will otherwise be streamlined
as necessary to assist in the timely delivery of the City Portion in accordance with the Project
Schedule; and
except for Cost reimbursement expressly provided under a Work Order, the City waives the
payment of any permit Costs for permits identified in the Permit Notification.
(c)
(d)
To the extent any conflicts exist or arise between the provisions of the Permit Notification and the
provisions of this Agreement, the provisions of this Agreement shall govern.
If requested by LACMTA, the City will provide reasonable assistance to LACMTA and the LACMTA
Contractors in relation to any application by LACMTA or a LACMTA Contractor for a Governmental
Approval or other Governmental Entity or third party approval relating to or arising from, the design
or construction of the City Portion.
2.6 Coordination of Work
(a) Except in the case of Adjacent Work required as a result of an emergency (which notification and
coordination may occur as soon as reasonably practicable after the occurrence of the emergency),
the City will promptly notify LACMTA upon becoming aware of any proposed or planned Adjacent
Work and will take all reasonable actions within its powers, to coordinate the design and performance
of any Adjacent Work with LACMTA so that such Adjacent Work shall not pose a safety hazard or
interfere with, disrupt or delay the design and construction of the City Portion including by:
(i)complying with the provisions of this Section 2.6 and LACMTA's standard procedures for
Adjacent Works;
5..
..
Item 16 Page 8 of 54
EXECUTION VERSION
(ii)to the extent requested by LACMTA following its initial screening taking into account proximity
of the Adjacent Work to the City Portion, adjacency conditions, and the potential to impact the
City Portion and otherwise conducted in accordance with LACMTA's standard procedures for
Adjacent Works, delivering copies of designs and plans for the Adjacent Work to LACMTA
and giving LACMTA the right to review and comment on the designs and plans for the
Adjacent Work and to approve the final designs and plans for the Adjacent Work; and
(iii)to the extent LACMTA reasonably determines and notifies the City that the Adjacent Work
will, in whole or in part, pose a safety hazard or interfere with, disrupt or delay the design and
construction of the City Portion, coordinating the Adjacent Work or suspending the Adjacent
Work or the relevant part of the Adjacent Work (as applicable).
(b)The City will, and will take all reasonable actions within its powers to ensure that any City Contractor
or third party performing any Adjacent Work, City Construction Work or City Maintenance Work is
obligated under contract and/or a permit process to:
(i)fully co-operate and coordinate with LACMTA and the LACMTA Contractors including:
(A)
(B)
attending interface definition and coordination meetings upon reasonable request;
and
providing any other interface data reasonably requested by LACMTA or the relevant
LACMTA Contractor and necessary to complete interface coordination;
(ii)perform the Adjacent Work, City Construction Work or City Maintenance Work (as applicable)
so as to minimize any interference with or disruption or delay to construction, operation or
maintenance of the City Portion or any other part of the LA River Path Project;
(iii)
(iv)
comply with LACMTA's or the relevant LACMTA Contractor's site access, work permit
procedures and work health and safety policies and procedures; and
promptly advise LACMTA of all matters arising out of the Adjacent Work, City Construction
Work or City Maintenance Work (as applicable) that may interfere with, disrupt, delay or
otherwise have an adverse effect upon the City Portion or any other part of the LA River Path
Project.
2.7 Franchise Rights
(a)After receipt of a written request from LACMTA for the City to exercise its franchise rights with respect
to a utility whose facilities conflict with the City Portion, the City will:
(i)within 10 days of receipt of such written request, coordinate with LACMTA to send written
notice to the applicable utility owner instructing it to relocate or remove the conflicting utility
at that utility owner’s expense pursuant to the City’s franchise rights;
(ii)within the time periods required under the applicable local, state and/or federal government
codes, send all such notices as are required to be submitted for each of the processing steps
required by local, state, and federal government codes in order for the City to exercise its
franchise rights with respect to that conflicting utility (including, at a minimum, a utility claim
letter, record of investigations, draft utility agreements and/or utility certifications); and
(iii)undertake subsequent enforcement actions to enforce its franchise rights with respect to that
conflicting utility in the event no action is taken by the applicable utility owner in response to
a notice issued under Section 2.7(a) (Franchise Rights).
(b)LACMTA and the City shall co-operate and coordinate in executing the necessary documents for
each step set out in Section 2.7(a) (Franchise Rights). Sections 2.22.3 (Annual Work Plan) and 2.3
6..
..
Item 16 Page 9 of 54
EXECUTION VERSION
(Work Orders) will apply to any support and/or services required to be provided by the City under the
provisions of this Section 2.7.
(c)Following the exercise of the City’s franchise rights with respect to a conflicting utility pursuant to
Section 2.7(a) (Franchise Rights), the City will coordinate the design and performance of the utility
relocation or removal work performed by the utility owner with LACMTA so that such utility relocation
or removal work shall not interfere with, disrupt or delay the design, construction, operation or
maintenance of the City Portion including by:
(i)delivering copies of all designs and plans for the utility relocation or removal work to LACMTA
and giving LACMTA the right to review and comment on the designs and plans for the utility
relocation or removal work and to approve the final designs and plans for the utility relocation
or removal work; and
(ii)otherwise complying with Section 2.6 (Coordination of work) with respect to the coordination
of the utility relocation or removal work.
(d)LACMTA’s approval of a utility owner’s design under Section 2.7(c)(i) (Franchise Rights) will not
relieve the relevant utility owner or its contractors from professional liability (errors and omissions) as
the design engineer of record for any utility relocation or removal work performed by the utility owner
or its contractors.
2.8
2.9
Governmental and Lender Requirements
If the LA River Path Project is subject to financial assistance provided by loan agreements with the U.S.
Department of Transportation, Federal Transit Administration, Federal Highway Administration, other
Governmental Entities, and/or financial institutions providing grants, funding or financing, the Parties will
comply with any prescribed governmental and lender requirements set out in a Work Order or otherwise
under the applicable grant, funding or financing agreements notified to the City.
Access
If, prior to LACMTA's scheduled date of commencement of Construction work in a part of the City Portion,
any Rearrangement is necessary to eliminate a conflict, the City may grant to LACMTA and/or its designee
sufficient rights, if necessary, to allow LACMTA to proceed with investigation of existing conditions and the
Construction of that part of the City Portion in accordance with the Project Schedule; provided, however, that
such grant does not unreasonably and adversely interfere with the provision of City’s services to the public,
or affect public health and safety; and provided further, that the City is permitted under Applicable Law to
grant such right.
2.10 Discretions
Except as otherwise expressly provided in this Agreement, all determinations, consents, waivers, or
approvals of a Party under this Agreement must not be unreasonably withheld, conditioned, or delayed.
ARTICLE 3. DESIGN
3.1 Design Responsibilities
(a)
(b)
Except to the extent of any Design work requested to be performed by the City under Section 3.1(b)
(Design Responsibilities), LACMTA will (directly or through LACMTA Contractors) design the City
Portion and all Rearrangements and produce all Design Documentation relevant to those works in
accordance with the provisions of this Agreement. LACMTA shall be responsible for any errors and
omissions in the Design Documentation prepared by LACMTA or a LACMTA Contractor.
LACMTA may request and authorize the City to perform Design work and/or provide support services
with respect to the Design of the City Portion and the Rearrangements pursuant to the procedures
7..
..
Item 16 Page 10 of 54
EXECUTION VERSION
set out under Section 2.3 (Work Orders). The City shall diligently perform and shall ensure that any
City Contractor diligently performs, such Design-related activities in accordance with the provisions
of the applicable Work Order and this Agreement. The City shall be responsible for any errors and
omissions in any Design Documentation prepared by the City or a City Contractor.
3.2
3.3
Design Requirements
The Designs of the City Portion and the Rearrangements shall comply with the requirements set out in
EXHIBIT 5 (Design Requirements).
Design Review Procedure
(a)
(b)
(c)
LACMTA will submit, and will require that the LACMTA Contractors submit, the Designs for the City
Portion and any Rearrangements to the City for review in accordance with the procedures set out in
EXHIBIT 6 (LACMTA Submittal Review Procedure) and otherwise in accordance with the provisions
of this Agreement and any applicable Work Orders.
The City will carry out the review and approval of the Designs for the City Portion and the
Rearrangements in accordance with the procedures and the review periods set out in EXHIBIT 6
(LACMTA Submittal Review Procedure) and otherwise in accordance with the provisions of this
Agreement and any applicable Work Orders.
LACMTA is exempt from submitting any Design for Construction work within the City Rights-of-Way
to the City for City's review and approval where:
(i)LACMTA, a LACMTA Contractor, or a tenant or licensee of LACMTA owns and maintains the
structure or physical element; or
(ii)the work is related to utility trenching and shoring within OSHA guidelines and the relevant
LACMTA Contractor is OSHA certified.
and without prejudice to the foregoing, the City further acknowledges that as between LACMTA and
the City, LACMTA has sole discretion to determine whether, and which, features or facilities are
required in order for LACMTA to comply with its obligations under Applicable Law in connection with
the LA River Path Project (whether or not situated within the City Rights-of-Way) including the ADA
and in the case of its obligations under the ADA to determine whether matters are technically
infeasible; provided, however, in making such determination, LACMTA shall utilize current rules and
regulations promulgated under the ADA, and guidelines issued by federal agencies in accordance
with the ADA, including but not limited to The ADA Best Practices Tool Kit for State and Local
Governments published by Civil Rights Division of the U.S. Department of Justice.
3.4 Design Development
The Parties acknowledge and agree that:
(a)
(b)
the Basis of Design will establish the detailed scope, limits of work, specifications and requirements
applicable to the Designs for the City Portion and any Rearrangements;
the Design Documentation for the City Portion and any Rearrangements will be submitted for review
progressively in Packages and LACMTA and the applicable LACMTA Contractor will retain
responsibility for defining the scope and timing of delivery of the Packages at each stage of Design.
3.5 City Standards
(a) The City agrees that it shall not adopt any new City Standards or otherwise amend or supplement
any existing City Standards or its interpretation or application of any existing City Standards, for the
sole or primary purpose of affecting the LA River Path Project.
8..
..
Item 16 Page 11 of 54
EXECUTION VERSION
(b)Subject to Section 3.5(a) and (c) (City Standards), the Parties acknowledge that the City may adopt
new City Standards not listed in EXHIBIT 5 (Design Requirements) or amend or supplement existing
City Standards listed in EXHIBIT 5 (Design Requirements) during the Term, provided that the City
shall promptly (and in any case within 15 days of adoption) notify LACMTA of any changes or
additions to the City Standards adopted during the Term.
(c)
(d)
Any changes or additions to the City Standards applicable to a Rearrangement after the
establishment of the Basis of Design for that Rearrangement shall be considered a "Betterment" for
the purposes of this Agreement.
The City expressly acknowledges and agrees that, subject to the terms of this Agreement, the City
Standards will apply to any Rearrangements only and the City agrees that the City and LACMTA will
adopt the Basis of Design for the LA River Path Project, as described in Section 3 (LA River Path
Project Basis of Design (LARP Basis of Design)) of EXHIBIT 5 (Design Requirements) for the Design
of the City Portion.
3.6 Changes to Design
(a)If LACMTA wishes to amend the Final Design for the City Portion or a Rearrangement for which it is
responsible prior to completion of Construction of the City Portion or that Rearrangement, it must
submit the amended Design Documentation to the City and EXHIBIT 6 (LACMTA Submittal Review
Procedure) will apply as if the Design Documentation is for the Final Design.
(b)LACMTA may use or may allow the relevant LACMTA Contractor to use, the amended Final Design
for Construction prior to approval by the City if and only if the amendment to the Final Design: (i) is
minor; (ii) does not adversely impact the City Portion or the relevant Rearrangement; and (iii) is
necessary to overcome an issue which has arisen or become evident since the Final Design was
initially approved.
ARTICLE 4. CONSTRUCTION
4.1 Construction Responsibilities
(a)Except to the extent of any Construction work requested to be performed by the City under
Section 4.1(b) (Construction Responsibilities), LACMTA (directly or through the LACMTA Contractors)
will be responsible for the Construction of the City Portion and all Rearrangements and shall diligently
perform and shall ensure that any LACMTA Contractor diligently performs, all such Construction in
accordance with the provisions of this Agreement.
(b)LACMTA may request and authorize the City to perform Construction work with respect to the City
Portion or a Rearrangement and/or provide Construction support services pursuant to the procedures
set out under Section 2.3 (Work Orders). The City shall diligently perform and shall ensure that any
City Contractor diligently performs, all such Construction work and/or support services in accordance
with the provisions of the applicable Work Order and this Agreement.
4.2 Construction Requirements
The Construction of the City Portion and Rearrangements and any other Construction work performed in the
City Rights-of-Way in connection with the LA River Path Project shall comply with the requirements set out in
EXHIBIT 7 (Construction Requirements).
9..
..
Item 16 Page 12 of 54
EXECUTION VERSION
4.3 Rights-of-Way
(a)The Parties acknowledge that pursuant to Applicable Law, LACMTA is permitted to use City Rights-
of-Way to the same extent those rights and privileges relating to City Rights-of-Way are granted to
the City.
(b)Replacement rights-of-way for the relocation of Conflicting Facilities shall be determined during the
Design Phase and, if needed, may be acquired by LACMTA or the City following mutual agreement
of the Parties of the location and type of such replacement rights-of-way. When reasonably possible
and where the City Facilities being replaced are located in a public right-of-way, a Rearrangement of
those City Facilities shall be located in existing public rights-of-way. The required replacement rights-
of-way for the relocation of Conflicting Facilities shall be acquired so as not to impair the Project
Schedule. If the City cannot acquire any necessary private rights-of-way for the relocation of
Conflicting Facilities without out-of-pocket expense to itself, such private rights-of-way may be
acquired by LACMTA. Upon acceptance of the applicable Replacement Facility, the City shall convey
or relinquish to LACMTA or its designee, if permitted by Applicable Law and agreement, at no cost,
all City real property interests being taken out of service by the Rearrangement, and for which
replacement real property interests are provided.
(c)Subject to Section 4.3(b) (Rights-of-Way), the Parties acknowledge that LACMTA (or the LACMTA
Contractors) shall be responsible for the acquisition of any temporary construction easements
necessary for the Construction of the LA River Path Project. Upon reasonable request by LACMTA,
the City shall provide reasonable assistance as may be required for LACMTA to obtain the temporary
construction easements necessary to Construct the City Portion including considering reasonable
requests by LACMTA to convey to LACMTA, at no cost to LACMTA, any City-owned temporary
construction easements, street crossings, slivers, and surface easements that may be required for
the temporary construction easements necessary for the Construction of the LA River Path Project
without requiring LACMTA to go through the appraisal, negotiations, offer, closing and transfer
process. Following any such reasonable request, LACMTA will prepare or cause to be prepared, the
title documents and documents of conveyance and shall transmit such documents to the City
Representative who shall process them through the required departments for execution and return
them to LACMTA within 90 days after receipt, but in any event in accordance with the Project
Schedule. If any private rights-of-way are necessary to Construct the City Portion, then the Parties
will discuss proposed solutions for the acquisition of the private right-of-way.
(d)
(e)
The City agrees and acknowledges that this Agreement satisfies any LACMTA obligations to the City
and otherwise relating to the certification of rights-of-way, and that the City shall cooperate with
LACMTA, and assist LACMTA, with any right-of-way certification processes involving other entities
or agencies.
If, following a Rearrangement, a City Facility is located within the Project Right-of-Way, LACMTA
shall provide the City with a license, in a form reasonably acceptable to the City, to operate, maintain,
and/or remove such City Facility.
4.4 Inspection and Acceptance
The Parties agree that inspection and acceptance of the Construction of the City Portion and Rearrangements
performed under this Agreement will be carried out in accordance with the procedure set out in EXHIBIT 8
(Inspection and Acceptance Procedure).
10..
..
Item 16 Page 13 of 54
EXECUTION VERSION
ARTICLE 5. BETTERMENTS
5.1 The City shall inform LACMTA what Betterments, if any, the City requests be implemented as a part of the
City Portion, including as a Rearrangement, or as a part of a Rearrangement, by submitting a completed
Potential Notice of Betterment Form for LACMTA's review and approval. In addition:
(a)any Design furnished by the City under a Work Order shall specifically identify any Betterments
included in such Design and where Betterments are identified, shall be accompanied by a completed
Potential Notice of Betterment Form and submitted for LACMTA's review and approval; and
(b)if a City comment to a LACMTA Submittal constitutes a Betterment, LACMTA will notify the City and
within 10 days of delivery of that notice, the City will: (i) withdraw the relevant comment; or (ii) submit
a request for the applicable Betterment by submitting a completed Potential Notice of Betterment
Form for LACMTA's review and approval. If the City fails to respond within 10 days of a notice
delivered by LACMTA under this Section 5.1(b), the comment will be deemed to be withdrawn
provided that such deemed withdrawal shall be without prejudice to the City's right to submit the
Betterment under a subsequent Potential Notice of Betterment under this Section 5.1.
5.2
5.3
Subject to Section 5.1(b) (Betterments), the City shall submit any Potential Notice of Betterment Forms to
LACMTA promptly after identifying a potential Betterment and in any event shall, unless otherwise agreed by
LACMTA, deliver all Potential Notice of Betterment Forms to LACMTA prior to the establishment of the Basis
of Design for the Rearrangements.
No Betterment shall be constructed and LACMTA shall have the right to refuse and withhold approval for any
Betterment, that:
(a)
(b)
is incompatible with the LA River Path Project;
cannot be performed within the constraints of Applicable Law, any applicable Governmental
Approvals, and/or the Project Schedule; or
(c)is requested after the establishment of the Basis of Design for the Rearrangements.
5.4
5.5
If LACMTA approves a Betterment (with or without changes negotiated and agreed by LACMTA and the City):
(a)
(b)
the LACMTA Representative shall counter-sign the Potential Notice of Betterment Form (updated to
include any changes negotiated and agreed by LACMTA and the City); and
the City will be responsible for the cost of the Betterment.
LACMTA shall not be responsible for the cost of any Betterment. Such cost will be paid to LACMTA or
credited to LACMTA in accordance with Section 7.2 (Reimbursement and Credits to LACMTA).
ARTICLE 6. OPERATION AND MAINTENANCE
6.1
6.2
Operation and maintenance of the LA River Path Project will be the subject of an O&M Agreement to be
negotiated by the Parties in good faith and finalized at a later date.
The Parties shall initiate negotiations to enter into an O&M Agreement no later than 90 days following the
execution of this Agreement.
ARTICLE 7. REIMBURSEMENT AND CREDITS
7.1 Reimbursements to the City
11..
..
Item 16 Page 14 of 54
EXECUTION VERSION
(a)
(b)
(c)
Except with respect to Betterments, LACMTA will reimburse the City for Costs incurred for work
performed by the City or the City Contractors under a Work Order in accordance with this Section 7.1
and the provisions of the applicable Work Order.
If a Rearrangement performed under a Work Order is limited to the removal or elimination of a City
Facility, LACMTA will only be responsible for any Costs incurred in Abandoning such City Facility and
will not be required to replace or compensate the City for the replacement of that City Facility.
As described in EXHIBIT 1 (Project Description), LACMTA (or its LACMTA Contractors) will be
responsible for any environmental site assessments and any remediation of hazardous materials to
be performed on the Project Site for the purposes of the LA River Path Project. LACMTA will not be
responsible for any costs relating to the presence or existence of any environmental hazard on, in,
under or about any City Facility, including but not limited to, any "hazardous substance" as that
term is defined under the Comprehensive Environmental Response, Compensation, and Liability Act
(42 U.S.C. § 9601 et seq.), unless LACMTA or any LACMTA Contractor caused the environmental
hazard through its actions.
(d)The City shall use the following procedures for submission of its billings to LACMTA, on a progress
basis, for work performed by the City under a Work Order:
(i)the City shall commence its monthly billing within no more than 60 days, following the
commencement of work under a specific Work Order and shall bill monthly thereafter
following the City’s standard billing procedures;
(ii)
(iii)
the City shall provide supporting documents to demonstrate the Costs incurred by the City
with respect to a Work Order, including City Contractor invoices, and other data, to LACMTA
upon request;
each billing statement shall: (A) be noted as either "progress" or "final"; (B) be addressed to
the LACMTA Representative; (C) include a certification that the Costs identified in such billing
were appropriate and necessary to the performance of the work under the Work Order and
have not previously been billed or paid; and (D) reflect any applicable credits due to LACMTA
under this Article 7;
(iv)
(v)
the final billing, with a notation that all work covered by a given Work Order has been
performed, shall be submitted to LACMTA within 60 days after completion of the work under
the applicable Work Order, and shall summarize prior progress billings, show inclusive dates
upon which work was performed, and include a certification that the Costs identified in such
billing were appropriate and necessary to the performance of the work under the Work Order
and have not previously been billed or paid; and
after the expiration of the 60 day period described in Section 7.1(d)(iv) (Reimbursements to
the City), LACMTA may notify the City in writing that the 60 day closing billing period has
expired, and upon the City’s receipt of such Notice from LACMTA, the City shall have 30 days
to submit its final invoice. If the City fails to submit an invoice within such 30 day period, then
LACMTA shall have no further obligation for payment to the City with regard to any amounts
due or payable under the applicable closed out Work Order.
(e)On completion of the Construction of the City Portion, LACMTA will issue a Notice of closeout to the
City. Within 90 days of receiving such Notice, the City must issue invoices to LACMTA for all
outstanding work. If the City fails to submit an invoice not previously submitted within such 90 day
period, then LACMTA shall have no further obligation for payment to the City with regard to any
amounts due or payable under the applicable invoice.
7.2 Reimbursements and Credits to LACMTA
(a)LACMTA shall receive a credit, or payment for:
12..
..
Item 16 Page 15 of 54
EXECUTION VERSION
(i)salvage for items recovered from existing City Facilities that the City intends to re-use in the
performance of Construction work performed under the provisions of this Agreement where
the amount of salvage credit or payment, if any, shall equal the depreciated value of like or
similar materials as determined by agreement of the Parties, plus storage and transportation
costs of such materials salvaged for the City’s use;
(ii)Betterments upon acceptance of physical work where:
(A)
(B)
the amount of the Betterment payment shall be based upon the estimated cost of the
Replacement Facility less the estimated cost of the Conflicting Facility; and
the amount of a Betterment credit, if any, shall be a fixed amount determined by the
Parties during Design Development based upon estimates provided by the City and
agreed to by LACMTA under a Potential Notice of Betterment Form; and
(iii)the Expired Service Life Value of each Conflicting Facility being replaced if the Replacement
Facility will have an expected period of useful service greater than the period that the existing
Conflicting Facility would have had, had it remained in service and the Rearrangement not
been made, where:
(A)the "Expired Service Life Value" shall be an amount determined by the Parties
during Design Development based upon estimates provided by the City of the
depreciated value of the Conflicting Facility (calculated by multiplying the cost of the
Replacement Facility by a fraction, the numerator of which is the age of the Conflicting
Facility and the denominator of which is the estimated overall service life of the
Conflicting Facility); and
(B)the Expired Service Life Value shall be determined by the Parties in accordance with
Section 7.2(a)(iii)(A) (Reimbursements and Credits to LACMTA) prior to the
commencement of the applicable Rearrangement work and documented in the
applicable Work Order.
(b)LACMTA shall receive:
(i)a credit (reflected on the applicable invoice(s) submitted by the City) for salvage, Betterments,
and Expired Service Life Value of the City Facilities against work performed by the City, where
the City performs the work under a Work Order; and
(ii)payment from the City for salvage, costs of Betterments, and Expired Service Life Value of
the City Facilities where LACMTA performs the work invoiced and paid in accordance with
this Article 7.
(c)
(d)
The sum of credits and/or payments due to LACMTA for salvage shall be agreed by the Parties based
on applicable books, records, documents and other data. In addition, LACMTA and the City may
conduct an inspection survey of a Conflicting Facility during the Design Development process.
LACMTA may request and authorize the City to perform support services with respect to any such
inspection survey pursuant to the procedures set out under Section 2.3 (Work Orders).
Where LACMTA is due a payment under this Article 7:
(i)LACMTA shall commence its monthly billing within no more than 60 days, following the
commencement of the applicable work and shall bill monthly thereafter following LACMTA's
standard billing procedures;
(ii)LACMTA shall provide supporting documents to demonstrate the costs incurred by LACMTA,
including LACMTA Contractor invoices, and other data, to the City upon request;
13..
..
Item 16 Page 16 of 54
EXECUTION VERSION
(iii)
(iv)
each billing statement shall: (A) be noted as either "progress" or "final"; (B) be addressed to
the City Representative; and (C) include a certification that the Costs identified in such billing
were appropriate and necessary to the performance of the applicable work and have not
previously been billed or paid;
the final billing, with a notation that all applicable work has been performed, shall be submitted
to the City within 60 days after completion of the applicable work, and shall summarize prior
progress billings, show inclusive dates upon which work was performed, and include a
certification that the costs identified in such billing were appropriate and necessary to the
performance of the applicable work and have not previously been billed or paid; and
(v)after the expiration of the 60 day period described in Section 7.1(d)(iv) (Reimbursements and
Credits to LACMTA), the City may notify LACMTA in writing that the 60 day closing billing
period has expired, and upon LACMTA's receipt of such Notice from the City, LACMTA shall
have 30 days to its submit final invoice. If LACMTA fails to submit an invoice within such 30
day period, then the City shall have no further obligation for payment to LACMTA with regard
to any amounts due or payable under the applicable work.
7.3 Payment of Billings
Payment of each invoice properly submitted pursuant to Section 7.1 (Reimbursements to the City) or 7.2
(Reimbursements and Credits to LACMTA) shall be due within 60 days of receipt; provided that: (a) all such
payments shall be conditional, subject to post-audit adjustments; (b) final payment for the City Portion or a
Rearrangement shall be contingent upon final inspection (and acceptance) of the work by the Party billed for
such work, which inspection (and acceptance, where applicable), will not be unreasonably withheld or
delayed; and (c) LACMTA may withhold payments in the amount of any credit amounts due to LACMTA if
the City has not posted such credits within 60 days after submittal of requests for the same by LACMTA.
ARTICLE 8. INDEMNITY, WARRANTIES AND INSURANCE
8.1 Indemnity
(a)
(b)
Each Party shall release, defend, indemnify, and hold harmless the other Party and its respective
officers, agents, representatives, and employees from and against all liabilities, expenses (including
legal fees and costs), claims, losses, suits, and actions of any kind, and for damages of any nature,
including but not limited to, bodily injury, death, personal injury, or property damage arising from or
connected with its performance under this Agreement.
In contemplation of the provisions of Section 895.2 of the California Government Code imposing
certain tort liability jointly upon public entities solely by reason of such entities being parties to an
agreement as defined by Section 895 of the Government Code, the Parties, as between themselves,
pursuant to Sections 895.4 and 895.6 of the Government Code, each assume the full liability imposed
on them, or any of their officers, agents or employees, by law for injury caused by negligent or
wrongful act or omission occurring in the performance of this Agreement to the same extent that such
Party would be responsible under Section 8.1(a) (Indemnity). The provisions of California Civil Code
Section 2778 are made a part of this Agreement as if fully set out in this Agreement.
(c)Each Party agrees to notify the other promptly upon receipt of any third-party claim for which a Party
is entitled to indemnity under this Agreement.
8.2 Warranty
(a) In lieu of providing a bond, LACMTA warrants that any work affecting the structural stability of City
Rights-of-Way shall be free from defect for a period of two years following City acceptance. Pursuant
to this warranty and for the warranty period only, LACMTA, at its sole expense, shall remedy any
damage to City Rights-of-Way to the extent caused by a failure of such structural support installed by
LACMTA.
14..
..
Item 16 Page 17 of 54
EXECUTION VERSION
(b)Solely with respect to work performed by LACMTA or the LACMTA Contractors and any work
performed by the City or the City Contractors, the City and LACMTA each warrant to the other for a
period of one year from and after acceptance of the work that any work performed by them shall be
free from defect. Subject to Section 8.2(a) (Warranty), the limited warranty given under this Section
8.2(b) is the sole warranty given by the City and/or LACMTA, and, pursuant to this warranty, and for
the warranty period only, the City or LACMTA, as the case may be, shall remedy any such discovered
defect at its sole expense.
(c)In connection with work performed by LACMTA or the LACMTA Contractors and any work performed
by the City or the City Contractors, warranties supplied by the LACMTA Contractors and City
Contractors to LACMTA or the City (as applicable) shall be made for the benefit of both LACMTA and
the City.
8.3 Insurance
(a)The Parties must ensure that any contract entered into in connection with performance of the work
under this Agreement contains:
(i)a provision requiring the general contractor, as part of the liability insurance requirements, to
provide an endorsement to each liability policy insurance naming the City and LACMTA as
additional insureds and under the Contractors’ policy shall be primary and non-contributory
and will not seek contribution from the City and LACMTA insurance or self-insurance.
Workers compensation/employer’s policy shall be endorsed to waive all rights of subrogation
against the City and LACMTA; and
(ii)unless otherwise mutually agreed by the Parties, the requirement for: (A) construction general
contractors to provide evidence of insurance in the following amounts: $5,000,000 in general
liability; $1,000,000 in workers' compensation/employer's liability; and $2,000,000 in
combined single limit (CSL) in auto liability; and (B) design contractors to provide evidence of
insurance in the following amounts: $5,000,000 in general liability; $1,000,000 in workers'
compensation/employer's liability; $2,000,000 (CSL) in auto liability; and $1,000,000 in
professional liability.
(iii)Any umbrella or excess insurance coverage 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 the City and LACMTA before its own insurance or self-insurance shall be called
upon. Any umbrella or excess liability policy shall contain a provision to the effect that, if the
underlying aggregate is exhausted, the excess coverage will drop down as primary insurance.
(b)Each Party must:
(i)give the other Party 20 days' Notice prior to any reduction in scope or cancellation or
expiration of any insurance procured by it under this Section 8.3;
(ii)give the other Party 20 days' Notice prior to it agreeing to a reduction in scope or the
cancellation or expiration of any insurance procured by a LACMTA Contractor or City
Contractor (as applicable) under this Section 8.3; and
(iii)notify the other Party within five days if it receives a Notice from a LACMTA Contractor or City
Contractor (as applicable) of the expiration of any insurance procured under this Section 8.3.
ARTICLE 9. RESOLUTION OF DISPUTES
9.1 Attempt to Resolve
15..
..
Item 16 Page 18 of 54
EXECUTION VERSION
In the event of dispute or difference arising under, out of or in connection with or relating to this Agreement,
including any question regarding its existence, validity or termination ("Dispute"), the Parties shall make
good faith efforts to resolve the Dispute through negotiation.
9.2 Arbitration – No Work Stoppage
(a)If the Parties are unable to resolve a Dispute pursuant to Section 9.1 (Attempt to Resolve), either
Party may serve the other Party a demand for arbitration. Within 22 days (or such longer period as
agreed by the Parties) of receipt of such demand, the Parties shall agree on a sole arbitrator. If the
Parties are unable to agree to the appointment of a sole arbitrator within the 22 days (or any longer
period as may be agreed), each Party shall select an arbitrator and those arbitrators shall select a
qualified neutral third party to arbitrate with regard to the Dispute ("Neutral Arbitrator") to form a
three-person panel. If either Party fails to designate its arbitrator within 22 days (or longer period as
agreed) of delivery of the demand or if the two designated arbitrators are unable to select the Neutral
Arbitrator within five days of their appointment, a Neutral Arbitrator shall be designated pursuant to
Section 1281.6 of the California Code of Civil Procedure, who shall hear the matter as the sole
arbitrator.
(b)The Parties acknowledge that Section 1283.05 of the California Code of Civil Procedure is applicable
to those issues not involving work stoppage. A hearing date shall be set as promptly as possible
following selection of the arbitrator in accordance with Section 9.2(a) (Arbitration – No Work
Stoppage). The arbitrator's award shall follow promptly the hearing's conclusion, shall be supported
by law and substantial evidence and the issuance of written findings of fact and conclusions of law.
The making of an award that does not comply with such requirements shall be deemed to be in excess
of the arbitrator's power and the court shall vacate the award if after review it determines that the
award cannot be corrected without affecting the merits of the decision upon the controversy submitted.
9.3 Arbitration – Work Stoppage
(a)In the event of a Dispute, neither Party is permitted to stop work, except: (i) for reasons of public
health or safety; or (ii) where work is prevented from continuing pending resolution of the Dispute. In
the event that work is stopped, the provisions of this Section 9.3 shall apply. Upon stoppage of work,
either Party may serve the other Party a demand for arbitration. A Neutral Arbitrator who is able to
hear the Dispute and render a decision within five days after being selected shall be immediately
designated pursuant to Section 1281.6 of the California Code of Civil Procedure.
(b)Notwithstanding Sections 1282.2(b) and Section 1282(e) of the California Code of Civil Procedure
(regarding postponement of the hearing), where work is stopped, the Neutral Arbitrator may not
postpone nor adjourn the hearing except upon the agreement of the Parties. The arbitration may
proceed in the absence of a Party who, after due Notice, fails to appear. In addition to all other issues,
the Neutral Arbitrator shall also determine whether it was absolutely necessary to stop and await
resolution of the Dispute in order to continue the work. If it is determined that the work stoppage was
not necessary, the Party that did not stop the work shall be entitled to damages (as determined by
the Neutral Arbitrator) arising out of such work stoppage. Section 9.2(b) (Arbitration – No Work
Stoppage) shall also apply.
9.4
9.5
Impartiality of Arbitrator
Any person who has any material financial or personal interest in the results of the arbitration shall be
prohibited from acting as Neutral Arbitrator. Failure to disclose any such interest or relation shall be grounds
for vacating an award handed down under Section 9.2 (Arbitration – No Work Stoppage) or 9.3 (Arbitration –
Work Stoppage).
Compensation of the Arbitrator
16..
..
Item 16 Page 19 of 54
EXECUTION VERSION
Each Party shall pay the expenses and fees of the arbitrator it selects. The expenses and fees of the Neutral
Arbitrator shall be paid in accordance with the provisions of Section 1284.2 of the California Code of Civil
Procedure.
9.6
9.7
Other Provisions
An arbitrator or panel appointed under this Article 9 shall have only the authority to issue a non-binding award
to resolve the dispute of the Parties. Except as otherwise expressly provided in this Agreement, any arbitration
under this Article 9 shall be governed by the California Arbitration Act.
Incorporation of Subcontracts
The City must ensure that any contract entered into in connection with performance of the work under this
Agreement includes provisions equivalent to this Article 9.
ARTICLE 10. MISCELLANEOUS
10.1 Force Majeure
No Party may bring a claim for a breach of obligations under this Agreement by the other Party or incur any
liability to the other Party for any losses or damages incurred by that other Party if a Force Majeure Event
occurs and the affected Party is prevented from carrying out its obligations by that Force Majeure Event.
During the continuation of any Force Majeure Event, the affected Party shall be excused from performing
those of its obligations directly affected by such Force Majeure Event provided that the occurrence or
continuation of any Force Majeure Event shall not excuse any Party from performing any payment obligations
contemplated under this Agreement. If a Force Majeure Event occurs, the City agrees, if requested by
LACMTA pursuant to Section 2.3 (Work Orders), and if deemed possible and feasible by the City (acting
reasonably), to accelerate the performance of its obligations under this Agreement and any Work Order to
mitigate any delay arising from the Force Majeure Event provided that LACMTA agrees to reimburse the City
for the incremental actual costs of such acceleration.
10.2
10.3
Existing Agreements
This Agreement does not negate or otherwise modify any existing easements, licenses or other use and/or
occupancy agreements between the City and LACMTA or to which LACMTA has become or does become a
successor either by assignment or by operation of law.
Audit and Inspection; Maintenance of Records
(a)Audit and Inspection. For the period commencing on the Effective Date and ending on the date
falling three years after the end of the Term, each Party will have such rights to review and audit the
other Party and its books, records and documents as may be deemed necessary for the purposes of
verifying compliance with this Agreement and Applicable Law at all times during normal business
hours, without charge. Each Party represents and warrants the completeness and accuracy in all
material respects of all information it or its agents provides in connection with any audit by the other
Party. If an audit shows that a financial adjustment is required, the Parties will use good faith efforts
to agree such adjustment. The Parties must ensure that any contract entered into in connection with
performance of the work under this Agreement contains provisions acknowledging the rights of the
City or LACMTA (as applicable) under this Section 10.3(a).
(b)Maintenance of Records. The City shall (and shall ensure that any City Contractor will) keep and
maintain its books, records, and documents related to performance of the work under this Agreement
(including all Costs incurred) for three years after the end of the Term; except that, all records that
relate to Disputes being processed or actions brought under this Agreement must be retained and
made available until any later date that such Disputes and actions are finally resolved. The City
reserves the right to assert exemptions from disclosure of information that would be exempt under
Applicable Law from disclosure or introduction into evidence in legal actions.
17..
..
Item 16 Page 20 of 54
EXECUTION VERSION
10.4 Notices
(a)Each Notice under this Agreement must be in writing and: (i) delivered personally; (ii) sent by certified
mail, return receipt requested; (iii) sent by a recognized overnight mail or courier service, with delivery
receipt requested; or (iv) sent by email communication followed by a hard copy, to the following
addresses (or to such other address as may from time to time be specified in writing by such person):
To the City:
City Administrator (or designee)
City of Vernon
___________________
___________________
With a copy to:
City Attorney
City of Vernon
___________________
___________________
With a copy to:
Director of Public Works (and/or the City Engineer),
City of Vernon
___________________
___________________
To LACMTA:
Chief Program Manager
Los Angeles County Metropolitan Transportation Authority
One Gateway Plaza, 16th Floor
Los Angeles, California 90012
Facsimile No.: (213) 922-7382
Attn: Eduardo Cervantes or John Koo, Third Party Administration
With a copy to:
Program Management
Los Angeles County Metropolitan Transportation Authority
One Gateway Plaza
Los Angeles, CA 90012
Facsimile No.: (213) 922-7447
Attn: James Wei, Deputy Executive Officer
With a copy to:
County Counsel
Los Angeles County Metropolitan Transportation Authority
One Gateway Plaza, 24th Floor
Los Angeles, CA 90012
Facsimile No.: (213) 922-7447
Attn: Teddy Low, Senior Deputy County Counsel
With a copy to:
18..
..
Item 16 Page 21 of 54
EXECUTION VERSION
Metro Real Estate
Los Angeles County Metropolitan Transportation Authority
One Gateway Plaza, 22nd Floor – Real Estate
Los Angeles, CA 90012
Facsimile No.: (213) 922-7447
Attn: John Potts, Executive Officer
(b)Any Notice sent personally will be deemed delivered upon receipt, and any notice sent by mail or
courier service will be deemed delivered on the date of receipt or on the date receipt at the appropriate
address is refused, as shown on the records of the U.S. Postal Service, courier service or other
person making the delivery, and any notice sent by email communication will be deemed delivered
on the date of receipt as shown on the received email transmission (provided the hard copy is also
delivered pursuant to Section 10.4(a) (Notices)). All Notices (including by email communication)
delivered after 5:00 p.m. PST will be deemed delivered on the first day following delivery that is not
a Saturday, a Sunday, or a federal public holiday.
10.5
10.6
Assignment; Successors and Assigns
A Party cannot assign, novate, or otherwise transfer any of its rights or obligations under this Agreement
without the prior consent of the other Party unless this Agreement expressly provides otherwise. This
Agreement is binding upon and will inure to the benefit of LACMTA and the City and their respective
successors and permitted assigns.
Waiver
(a)
(b)
No waiver of any term, covenant, or condition of this Agreement will be valid unless in writing and
executed by the obligee Party.
Either Party's waiver of any breach or failure to enforce any of the terms, covenants, conditions, or
other provisions of this Agreement at any time will not in any way limit or waive that Party's right to
subsequently enforce or compel strict compliance with every term, covenant, condition, or other
provision of this Agreement, despite any course of dealing or custom of the trade (other than the
waived breach or failure in accordance with the provisions of such waivers).
10.7
10.8
Amendments
This Agreement can only be amended or replaced by a written instrument duly executed by the Parties.
Governing Law and Jurisdiction
This Agreement shall be governed by and construed and enforced in accordance with the laws of the State
of California. The rights and remedies of LACMTA and the City for default in performance of this Agreement
or any Work Order are in addition to any other rights or remedies provided by law.
10.9 Severability
If any provision of this Agreement is ruled invalid by a court having proper jurisdiction, such invalidity or
unenforceability will not affect the validity or enforceability of the balance of this Agreement, which will be
construed and enforced as if this Agreement did not contain such invalid or unenforceable clause, provision,
Article, Section, subsection or part.
10.10
10.11
Counterparts
This Agreement may be executed in counterparts, each of which will be deemed an original, but all of which
together will constitute one and the same instrument.
Limitation on Third Party Beneficiaries
19..
..
Item 16 Page 22 of 54
EXECUTION VERSION
Nothing contained in this Agreement is intended or will be construed as creating or conferring any rights,
benefits or remedies upon, or creating any obligations of the Parties toward, any person not a party to this
Agreement.
10.12 Survival
The representations, warranties, indemnities, waivers and any express obligations of the Parties following
termination, set out in this Agreement shall survive the expiration or termination, for any reason, of this
Agreement.
ARTICLE 11. DEFINITIONS AND INTERPRETATION
11.1 Definitions
Unless the context otherwise requires, capitalized terms and acronyms used in this Agreement have the
meanings given in this Section 11.1.
"Abandon" means the permanent termination of service, or the removal of an existing City Facility or portion
of it.
"ADA" means the Americans with Disabilities Act, 42 U.S.C. § 12101 et seq.
"Adjacent Work" means any removal, demolition, repair, restoration, relocation or reconstruction of existing
facilities and/or construction of new facilities and/or other physical works by the City or a third party: (a) that
is performed or to be performed within, or within 100 feet of, the Project Site; or the performance of which is
otherwise reasonably likely to conflict with the design, construction, operation or maintenance of the City
Portion; and (b) in the case of works performed or to be performed by a third party, of which the City is aware
or ought to be aware.
"Advanced Conceptual Engineering" means the phase of the Design process that advances the project
scope from a conceptual state to a level of schematic design that describes the project technical and
architectural approach in order to address environmental and community impacts, significant interfaces and
operational characteristics to support environmental approvals. The plan percentage complete ranges
generally from the initiation of Design (0%) to 15%.
"Agreement" means this agreement and any schedules, exhibits, attachments and annexures to it.
"Annual Work Plan" means an annual work plan prepared and agreed by LACMTA and the City in
accordance with Section 2.2 (Annual Work Plan).
"Applicable Law" means any statute, law, code, regulation, ordinance, rule, common law, judgment, judicial
or administrative order, decree, directive, or other requirement having the force of law or other governmental
restriction (including those resulting from the initiative or referendum process) or any similar form of decision
of or determination by, or any interpretation or administration of any of the foregoing by, any Governmental
Entity which is applicable to the City Portion, Rearrangements, any work performed under this Agreement or
any relevant person, whether taking effect before or after the date of this Agreement. Applicable Law
excludes Governmental Approvals, customs, duties and tariffs.
"Basis of Design" means:
(a)
(b)
for any Rearrangements, the approval (or deemed approval) by the City under the provisions of this
Agreement of the 60% Design Documentation for those Rearrangements; and
for the City Portion, the LARP Basis of Design.
"Betterment" means work performed in connection with the City Portion, including any Rearrangement or
part of a Rearrangement:
20..
..
Item 16 Page 23 of 54
EXECUTION VERSION
(a)
(b)
comprising an upgrade, change or addition to a City Facility (or a part of a City Facility) requested by
the City that provides for greater capacity, capability, durability, appearance, efficiency or function or
other betterments of that City Facility over that which was provided by the City Facility prior to the
Rearrangement; or
for which the City Standards applicable to a Rearrangement are changed or added to after the
establishment of the Basis of Design for that Rearrangement,
provided that the term "Betterment" shall exclude:
(i)an upgrade, which the Parties agree, will be of direct and principal benefit to the construction,
operation and/or maintenance of the LA River Path Project;
(ii)an upgrade resulting from Design or Construction in accordance with: (A) in the case of the
City Portion, the Basis of Design for the City Portion; or (B) in the case of a Rearrangement,
the applicable City Standards notified to LACMTA prior to the establishment of the Basis of
Design for the Rearrangement and that have not been adopted by the City in breach of
Section 3.5(a) (City Standards);
(iii)measures to mitigate environmental impacts identified in the LA River Path Project’s Final
Environmental Impact Report or Statement and any supplemental environmental reports for
the LA River Path Project;
(iv)
(v)
replacement of devices or materials no longer regularly manufactured with the next highest
grade or size; and
an upgrade that is the consequence of changes made by LACMTA or a LACMTA Contractor
after the establishment of the applicable Basis of Design.
"City" is defined in the Preamble. "City" shall also refer to any City owned or operated "water" and/or
"power" departments.
"City Construction Work" means any Construction work and activities performed or to be performed by the
City or a City Contractor pursuant to a Work Order.
"City Contractor" means any contractor, consultant, tradesperson, supplier or other person engaged or
authorized by the City to perform any Adjacent Work, City Design Work, City Construction Work or any other
work to be performed by the City under the provisions of this Agreement or otherwise on or about the Project
Site but excluding LACMTA and the LACMTA Contractors.
"City Design Work" means any Design work and activities performed or to be performed by the City or a
City Contractor pursuant to a Work Order.
"City Facility" means real or personal property located within or near the City Portion, such as structures,
improvements, and other properties, which are under the ownership or operating jurisdiction of the City, and
shall include, but not be limited to, public streets (any classification), highways, bridges, retaining walls,
pedestrian/utility tunnels, alleys, storm drains, sanitary sewers, survey monuments, parking lots, parks, public
landscaping and trees, traffic control devices, lighting and communications equipment (cameras, sensors,
LTE, microwave receivers, etc.) and public buildings, police and fire department related improvements, as
well as any dams or water storage tanks, systems, and appurtenances. City-owned airport and harbour
facilities are not included in this definition.
"City Maintenance Work" means any maintenance work and activities performed or to be performed by the
City or a City Contractor pursuant to a Work Order or under the provisions of this Agreement.
"City Municipal Code" means the Vernon Municipal Code.
21..
..
Item 16 Page 24 of 54
EXECUTION VERSION
"City Portion" means that portion of the LA River Path Project that will pass in, on, under, over or along
public streets, highways, bridges, parks and other public right-of-way within the City, as shown in Part B of
EXHIBIT 3 (Project Site).
"City Representative" is defined in Section 2.1(b) (Governance).
"City Rights-of-Way" means the public streets, highways, bridges, parks and other public rights-of-way
within the City.
"City Standards" means the City's design standards and ordinances which govern the design of all
Rearrangements, as specified in EXHIBIT 5 (Design Requirements) or adopted by the City and notified to
LACMTA in accordance with Section 3.5 (City Standards) specified in EXHIBIT 5 (Design Requirements)
which govern the design of all Rearrangements.
"Compliance Comment" means a comment on, objection to or the withholding of approval to a LACMTA
Submittal on the basis of one or more of the following:
(a)
(b)
the LACMTA Submittal or Design work or Construction work that is the subject of the LACMTA
Submittal fails to comply with (or is reasonably likely to fail to comply if implemented in accordance
with the LACMTA Submittal) any applicable covenant, condition, requirement, term or provision of
this Agreement; or
LACMTA (or the relevant LACMTA Contractor (as applicable)) has not provided all content or
information required with respect to the LACMTA Submittal.
"Conflicting Facility" means an existing City Facility, which the Parties determine requires Rearrangement
in order to construct, operate or maintain the LA River Path Project.
"Construction" means all construction activities related to the City Portion that are necessary to complete
and operate and maintain the LA River Path Project including the removal, demolition, replacement,
restoration, alteration or realignment of existing facilities and the procurement, installation, inspection, and
testing of new facilities including temporary and permanent materials, equipment, systems, software, and any
components of such permanent materials, systems and software.
"Construction Phase" means the phase of the LA River Path Project identified as such in EXHIBIT 2 (Project
Phases and Project Schedule).
"Construction Staging Plan" has the meaning given in EXHIBIT 7 (Construction Requirements).
"Cost" means all eligible direct and indirect costs actually incurred for activities or work performed or
materials acquired in accordance with the provisions of this Agreement, less (in respect of the City) credits to
LACMTA as provided in Article 7 (Reimbursement and Credits) where:
(a)
(b)
eligible direct costs include allowable direct labor costs, materials costs, and storage and
transportation costs of materials salvaged for the City's use in performing the applicable work;
eligible indirect costs shall be computed based upon the indirect cost rates approved annually for the
City by its cognizant agency, and as noted on the Form 60, for allocation to federally funded or state
funded contracts; and
(c)unless the Internal Revenue Service and the CPUC issue regulations or rulings to the contrary, the
eligible direct and indirect costs shall not include taxes purportedly arising or resulting from LACMTA's
payments to the City under this Agreement.
"CPUC" means the California Public Utilities Commission.
"days" means, unless otherwise stated and whether or not capitalized, calendar days.
22..
..
Item 16 Page 25 of 54
EXECUTION VERSION
"Design" means all activities related to the design, redesign, engineering or architecture of any Construction
work.
"Design Development" means the phase of the Design process that occurs after Advanced Conceptual
Engineering and that develops, on a progressive basis, a clear indication of the design solutions for the
applicable requirements and the major features of the architectural and structural design and third party
interfaces that are intended to form the basis for the Final Design.
"Design Documentation" means all drawings (including plans, profiles, cross-sections, notes, elevations,
typical sections, details and diagrams), specifications, reports, studies, working drawings, shop drawings,
calculations, electronic files, records and submittals necessary for, or related to, the design of the City Portion
and the Rearrangements.
"Design Phase" means the phase of the LA River Path Project identified as such in EXHIBIT 2 (Project
Phases and Project Schedule).
"Dispute" is defined in Article 9 (Resolution of Disputes).
"Effective Date" means the date stated as such on the first page of this Agreement, which shall be the date
when this Agreement has been fully executed on behalf of the City and LACMTA.
"Engineer of Record" means the individual, firm or entity that performs the Design, that imprints the
engineer's/architect's seal on the drawings, and is responsible and liable for the Final Design.
"Expired Service Life Value" is defined in Section 7.2(a)(iii)(A) (Reimbursements and Credits to LACMTA).
"Final Design" means the phase of the Design process which provides the detailed design for all temporary
and permanent project facilities and addresses and resolves all Design review Compliance Comments and
finalizes all engineering, architectural and systems designs necessary for Construction. It ends with an
approved-for-construction plan status and with the Design being signed and sealed by the 'Engineer of
Record'.
"Force Majeure Event" means the occurrence of any of the following events after the date of this Agreement
that directly causes either Party (the "affected Party") to be unable to comply with all or a material part of its
obligations under this Agreement:
(a)
(b)
war, civil war, invasion, violent act of foreign enemy or armed conflict or any act of terrorism;
nuclear, chemical or biological contamination unless the source or cause of the contamination is
brought to or near the Project Site by the affected Party;
(c)ionizing radiation unless the source or cause of the ionizing radiation is brought to or near the Project
Site by the affected Party;
(d)
(e)
any fire, explosion, unusually adverse weather, flood or earthquakes;
any named windstorm and ensuing storm surges, including the direct action of wind originating from
a named windstorm;
(f)any riot or civil commotion;
(g)
(h)
(i)
any blockade or embargo;
epidemic, pandemic or quarantine; or
any official or unofficial strike, lockout, go-slow or other dispute, generally affecting the construction
industry or a significant sector of it,
23..
..
Item 16 Page 26 of 54
EXECUTION VERSION
except, in each case, to the extent attributable to any breach of this Agreement or Applicable Law by, or any
negligent act or negligent omission of, the affected Party.
"Form 60" means Form 60 (Professional Services Cost/Price Summary) in the form attached as Part A of
EXHIBIT 10 (Forms).
"Governmental Approval" means any approval, authorization, certification, consent, license, permit,
registration or ruling, issued by any Governmental Entity required to carry out the Rearrangements, the City
Portion or any other work to be performed under the provisions of this Agreement.
"Governmental Entity" means any federal, state, or local government and any political subdivision or any
governmental, quasi-governmental, judicial, public or statutory instrumentality, administrative agency,
authority, body or entity (including the California Department of Transportation, CPUC and United States
Army Corps of Engineers) other than LACMTA and the City.
"LA River Path Project" is defined in Recital (A).
"LACMTA" is defined in the Preamble.
"LACMTA Contract" means any contract, subcontract or other form of agreement between LACMTA and a
LACMTA Contractor or between a LACMTA Contractor and its lower tier subcontractor.
"LACMTA Contractor" means any contractor, consultant, tradesperson, supplier, private developer,
employee, member of staff, engineer, architect, agent, operator, or other person engaged or authorized by
LACMTA to carry out works with respect to the City Portion, any Rearrangement or otherwise contemplated
under the provisions of this Agreement and any other person with whom any LACMTA Contractor has further
subcontracted part of such works.
"LACMTA Fiscal Year" means each one year period commencing on July 1 of a calendar year and
terminating on June 30 of the following calendar year.
"LACMTA Representative" is defined in Section 2.1(b) (Governance).
"LACMTA Retained Scope" means the LA River Path Project scope elements for which LACMTA intends to
retain responsibility, as described in Part B of EXHIBIT 1 (Project Description).
"LACMTA Submittal Review Period" means, for each LACMTA Submittal, a period of 30 days from the
date of delivery of the LACMTA Submittal to the City under the provisions of this Agreement or such other
period as the Parties may agree under the applicable Work Order.
"LACMTA Submittals" means:
(a)
(b)
(c)
Design Documentation for the City Portion or a Rearrangement (other than any Design
Documentation for which the City is responsible under a Work Order);
Construction Management Plans for Construction work performed by LACMTA or a LACMTA
Contractor within the City Rights-of-Way; and
any other documents which LACMTA (or the LACMTA Contractors) must submit to the City in
accordance with this Agreement.
"LARP Basis of Design" means the basis of design and design standards adopted for the LA River Path
Project, as further defined in Section 3 (LA River Path Project Basis of Design (LARP Basis of Design)) of
EXHIBIT 5 (Design Requirements).
"Neutral Arbitrator" is defined in Section 9.2(a) (Resolution of Disputes).
24..
..
Item 16 Page 27 of 54
EXECUTION VERSION
"Non-conforming Work" means Design work or Construction work not in accordance with the requirements
of this Agreement.
"Notice" means any communication under this Agreement including any notice, consent, approval, request,
and demand.
"O&M Agreement" is defined in Section 1.1(b)(iii) (Scope of Agreement).
"Package" means each package of Design Documentation submitted by LACMTA or a LACMTA Contractor
to the City in accordance with this Agreement.
"Parties" means collectively the City and LACMTA, and each a "Party".
"Permit Notification" means a blanket Permitting Process and Waiver of Certain Permit Fees issued by the
City.
"Planning and Procurement Phase" means the phase of the LA River Path Project identified as such in
EXHIBIT 2 (Project Phases and Project Schedule).
"Potential Notice of Betterment Form" means the form set out in Part B of EXHIBIT 10 (Forms).
"Project Right-of-Way" means the permanent right-of-way for the LA River Path Project, as identified in Part
A of EXHIBIT 3 (Project Site), or as notified by LACMTA to the City and compliant with the Project's
environmental documents and any supplemental environmental reports for the LA River Path Project.
"Project Schedule" means the schedule for the LA River Path Project including the City Portion set out in
Part B of EXHIBIT 2 (Project Phases and Project Schedule).
"Project Scope" means those elements of the LA River Path Project scope that LACMTA intends to procure
under PS&E and CM/GC contracts, as described in Part B of EXHIBIT 1 (Project Description).
"Project Site" means, collectively, the Project Right-of-Way and each temporary construction easement for
the LA River Path Project, as identified in Part A of EXHIBIT 3 (Project Site).
"Rearrangement" means the work of:
(a)removal, replacement, restoration, alteration, reconstruction, support, or relocation of all or a portion
of a Conflicting Facility, whether permanent or temporary, which LACMTA determines in its sole
discretion is necessary in order for the LA River Path Project to comply with Applicable Law or
otherwise which LACMTA and the City mutually agree is necessary in order to construct, operate or
maintain the LA River Path Project; or
(b)the installation of new and required City Facilities which LACMTA determines in its sole discretion is
necessary in order for the LA River Path Project to comply with Applicable Law or otherwise which
LACMTA and the City mutually agree is necessary as a result of the impact of the construction,
operation or maintenance of the LA River Path Project.
"Replacement Facility" means a facility, which may be constructed or provided under this Agreement as a
consequence of the Rearrangement of a Conflicting Facility or a part of it.
"Temporary Facilities" means a facility constructed for the purpose of ensuring continued service while a
City Facility is taken out of full or partial service for permanent Rearrangement and/or any work on a City
Facility, which will be removed or restored to its original condition after such Construction activities are
completed.
"Term" is defined in Section 1.2 (Duration of Agreement).
25..
..
Item 16 Page 28 of 54
EXECUTION VERSION
"Traffic Control and Lighting Work" has the meaning given in EXHIBIT 5 (Design Requirements).
"Traffic Management Plan" means a plan that addresses traffic control requirements in construction areas
through a worksite traffic control plan and along detour routes through a traffic circulation plan.
"Work Order" means a work request submitted by LACMTA to the City authorizing the performance of any
work associated with the LA River Path Project and the associated purchase of required materials.
"Working Group" means each working group established pursuant to Section 2.1(c) (Governance).
11.2 Interpretation
(a)In this Agreement unless otherwise expressly stated:
(i)headings are for convenience only and do not affect interpretation;
(ii)a reference to this Agreement or any other agreement, instrument, or document is to this
Agreement or such other agreement, instrument, or document as amended or supplemented
from time to time;
(iii)
(iv)
(v)
a reference to this Agreement or any other agreement includes all exhibits, schedules, forms,
appendices, addenda, attachments, or other documents attached to or otherwise expressly
incorporated in this Agreement or any such other agreement (as applicable);
subject to Section 11.2(a)(v) (Interpretation), a reference to an Article, Section, subsection,
clause, Exhibit, schedule, form or appendix is to the Article, Section, subsection, clause,
Exhibit, schedule, form, or appendix in or attached to this Agreement;
a reference in the main body of this Agreement, or in an Exhibit, to an Article, Section,
subsection, or clause is to the Article, Section, subsection, or clause of the main body of this
Agreement, or of that Exhibit (as applicable);
(vi)a reference to a person includes such person's permitted successors and assigns;
(vii)
(viii)
a reference to a singular word includes the plural and vice versa (as the context may require);
the words "including", "includes" and "include" mean "including, without limitation", "includes,
without limitation" and "include, without limitation", respectively and the word "or" is not
exclusive;
(ix)
(x)
an obligation to do something "promptly" means an obligation to do so as soon as the
circumstances permit, avoiding any delay and "shall" when stated is to be considered
mandatory; and
in the computation of periods of time from a specified date to a later specified date, the word
"from" means "from and including" and the words "to" and "until" mean "to and including".
(b)This Agreement is not to be interpreted or construed against the interests of a Party merely because
that Party proposed this Agreement or some provision of it, or because that Party relies on a provision
of this Agreement to protect itself.
26..
..
Item 16 Page 29 of 54
EXECUTION VERSION
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed as of the Effective Date.
APPROVED AS TO FORM "LACMTA"
DAWYN R HARRISON,
ACTING County Counsel
THE LOS ANGELES COUNTY METROPOLITAN
TRANSPORTATION AUTHORITY, a California county
transportation authority existing under the Authority of
§§ 130050.2 et seq. of the California Public Utilities
Code
By:_________________________
Teddy Low
Senior Deputy County Counsel
By: ____________________________
Name: ____________________________
Its: _______________________________
APPROVED AS TO FORM "CITY"
_________________________,
City Attorney
THE CITY OF VERNON,
a California municipal corporation
By:_________________________
Name: _________________________
City Attorney
By: _____________________________
Name: _________________________
Its: City Administrator (or designee)
ATTEST
By:_______________________
Name: _________________________
City Clerk
27..
..
Item 16 Page 30 of 54
EXECUTION VERSION
EXHIBIT 1 – PROJECT DESCRIPTION
The LA River Path Project is an approximately 8-mile bicycle and pedestrian path proposed along the Los Angeles
River from Elysian Valley through downtown Los Angeles and the City of Vernon to the City of Maywood. The northern
limit of the project area is the terminus of the Los Angeles River Greenway Trail at Riverside Drive and the southern
limit is at Atlantic Boulevard where the Los Angeles River Bicycle Path begins in the City of Maywood. The purpose of
the LA River Path Project is to and that and.
The main goals of the LA River Path Project are to:
1.
2.
3.
4.
Close the longest remaining gap in the LA River Path
Create a safe and world-class active transportation corridor along the Los Angeles River
Enhance and provide recreational opportunities, liveability, regional and local connectivity
Provide an outstanding user experience, access to economic opportunity for historically under-invested
communities, and separation from vehicular traffic for people of all ages and abilities
28..
..
Item 16 Page 31 of 54
EXECUTION VERSION
EXHIBIT 2 – PROJECT PHASES AND PROJECT SCHEDULE
Part A: Phases
As at the date of this Agreement, the phasing and time periods for the early phasing is anticipated to be as set out in this Part A. The phases described in this Part
A may overlap and the time periods are subject to change.
29..
..
Item 16 Page 32 of 54
EXECUTION VERSION
PHASE KEY ACTIVITIES
Planning & Advanced
Conceptual
Engineering
Key activities include:
Preparation of the environmental documents.
Approval by LACMTA Board of the locally preferred alternative (LPA)
Preparation of Advanced Conceptual Engineering (15%) for the LA River Path
Project
Certification of the environmental documents.
Issuance of the Record of Decision
Preparation of the Mitigation Monitoring and Reporting Plan (MMRP)
Engineering &
Procurement
Key activities include:
Engineering and Design Development for the LA River Path Project by LACMTA
and the LACMTA Contractors (including the City Portion and any
Rearrangements included within that scope) through to Final Design
Working with third parties to obtain third party approvals for the LA River Path
Project, including the City of Los Angeles, the Los Angeles County Flood Control
District, the United States Army Corps of Engineers, Metrolink, Caltrans, Union
Pacific Railroad, BNSF Railway, Los Angeles Department of Water and Power,
and private landowners
Procurement of LACMTA Contractor(s) to perform the work for the LA River Path
Project
Construction Key activities include:
Construction of the LA River Path Project (including the City Portion and any
related Rearrangements)
Operation and
Maintenance
Operation and maintenance of the LA River Path Project will be the subject of an
O&M Agreement to be negotiated by the Parties in good faith and finalized at a
later date. See Article 6
Part B: Project Schedule
As notified by LACMTA to the City or otherwise incorporated in an amendment of this Agreement.
30..
..
Item 16 Page 33 of 54
EXECUTION VERSION
EXHIBIT 3 – PROJECT SITE
Part A: LA River Path Project Site
31..
..
Item 16 Page 34 of 54
EXECUTION VERSION
Part B: City Portion
The drawing depicting the City Portion will be as notified by LACMTA to the City or otherwise incorporated in an
amendment of this Agreement.
32..
..
Item 16 Page 35 of 54
EXECUTION VERSION
EXHIBIT 4 – ROLES AND RESPONSIBILITIES
Part A: LACMTA Representative and City Representative
The initial designations of the LACMTA Representative and City Representative are as follows:
LACMTA Representative LACMTA Program Management or such other person,
or the holder of a specified office or position, specified,
from time to time, by LACMTA’s Chief Executive
Officer, or his/her designee
City Representative City Administrator or his/her designee
Part B: Summary of Key Roles and Responsibilities
Phase LACMTA Retained City
General Performing its retained obligations and
ensuring that the LACMTA Contractors
(including the PS&E contractor and the
Performing all of City's obligations under this
Agreement and ensuring that all City
Contractors comply with the provisions of this
CM/GC contractor) comply with the provisions Agreement
of this Agreement
Planning and Managing the planning process and preparing Providing support and assistance to LACMTA
Advanced
Conceptual
Engineering
all environmental documents in obtaining Governmental Approvals and in
dealing with other third parties with respect to
the City PortionPreparing Advanced Conceptual Engineering
for the LA River Path Project
Engineering & Preparing and submitting the Design for the Reviewing and approving Designs submitted
Procurement LA River Path Project to the City to the extent to it in accordance with agreed procedures
required by this Agreement, up to and
including Final Design stage Performing any other Design-related
obligations under any Work Orders
Preparing the procurement documents and
managing the procurement for the LA River
Path Project
Providing assistance to LACMTA in procuring
any temporary construction easements
necessary for Construction of the City Portion
Construction Monitoring progress and performance of the
LACMTA Contractor(s) responsible for the
work on the LA River Path Project
Performing its Construction-related
obligations under any Work Orders
Coordinating Adjacent Work, City
Construction Work, and City Maintenance
Work
Operation and Operation and maintenance of the LA River See Article 6
Maintenance Path Project will be the subject of an O&M
Agreement to be negotiated by the Parties in
good faith and finalized at a later date (See
Article 6)
33..
..
Item 16 Page 36 of 54
EXECUTION VERSION
Part C: Issue Resolution Ladder
The following City staff or its designees shall be responsible for coordinating among the applicable City departments
and divisions as necessary to make the designated decision or approval.
City Team Partial List of Key Functions for Decision or Approval LACMTA Team
City Administrator, Spearhead council approval of all work outside of normal LACMTA Chief Program
Director of Public working hours including any night work variances, holiday Manager
Works, Designated work restrictions, police & fire department requests, peak
Project Manager or hours exemptions, and other requests with potential short-
Designated
Representative
term impacts to the community (i.e. revised detours,
temporary full street closures, revised haul routes)
Director of Public Approve all final Construction plans and related documents LACMTA Senior
Works,
Engineer,
Designated
Representative
City as required by this Agreement.
or
Executive Officer over
Designated
Manager
ProjectProvide overall leadership in timely resolution of Design,
Construction, plan review, and related administrative
matters.
CA Professional Engineer Registration
City Public Works Provide Construction support as specified in this Agreement LACMTA Designated
Construction
Department Head or
Designated
Project Manager level
(Executive Officer orManage assigned resources and coordinate interactions
between the City and LACMTA and the LACMTA
Contractors as it relates to Construction support.Deputy Executive
Representative Officer) or Designated
Provide independent quality assurance (IQA) functions Construction Manager
where LACMTA performs work within City Right-of-Way (Deputy
such as street improvement, signal, lighting, and utility work. Officer
Director)
Executive
Senioror
City Public Works Oversee and coordinate all plan reviews as specified in this LACMTA Designated
EngineerPermitDivision Agreement Project
Head or Designated
Representative
(Deputy ExecutiveManage and coordinate interaction of the City with LACMTA
and the LACMTA Contractors as it relates to Design review
and comment resolution.
Officer or Senior Director
levels), consultant CM,
and LACMTA Third
Provide the necessary coordination in planning, Party Admin Dept
engineering, technical, analytical and administrative support Project Lead (Civil)
services with respect to design approval including fire/life
safety, police/public security, access, transportation
engineering, civil and structural engineering, street lighting
engineering, drainage, sanitation, landscaping, and related
maintenance requirements.
Skilled in change management and expedited approvals.
City Traffic Engineer Approve all worksite traffic control plans and any final design LACMTA
or Designated documents pertaining to both permanent and temporary Project
Representative traffic controls (signals, striping, WATCH lane closures, (Deputy
Designated
Engineer
Executive
MUTCD restrictions, lighting, etc. )Officer or Senior Director
levels), consultant CM,
LACMTA Third Party
Admin Dept Project Lead
34..
..
Item 16 Page 37 of 54
EXECUTION VERSION
(Civil)and TE
consultants.
35..
..
Item 16 Page 38 of 54
EXECUTION VERSION
EXHIBIT 5 – DESIGN REQUIREMENTS
GENERAL DESIGN CRITERIA
Any Design work for the City Portion and any Rearrangements shall be performed in accordance with:
1.
(a)
(b)
the Design requirements set out in this EXHIBIT 5 or otherwise under the provisions of this Agreement
and the relevant Work Order (if applicable); and
all Governmental Approvals and Applicable Law.
2.
3.
CITY STANDARDS FOR REARRANGEMENTS
The Parties agree that any Design work for the Rearrangements shall be performed in accordance with the
City Standards and that the "City Standards" will be those City design standards and ordinances notified by
the City to LACMTA or otherwise incorporated in an amendment of this Agreement in accordance with Section
3.5 (City Standards) of the Agreement.
LA RIVER PATH PROJECT BASIS OF DESIGN (LARP BASIS OF DESIGN)
The Parties agree that any Design work for the City Portion shall be performed in accordance with the basis
of design and design standards set out in EXHIBIT 11 (LARP Basis of Design) (the "LARP Basis of Design").
4.SPECIFIC DESIGN REQUIREMENTS
4.1 Surface Openings. To the extent operationally and fiscally practical, LACMTA shall locate surface openings,
if any to mitigate: (a) the effect on existing features of landscape and improvements; and (b) public disruption;
in each case after taking account of health and safety concerns. Placement of gratings in sidewalks will be
avoided to the extent reasonably practicable; however, all other openings, such as mechanical access
openings, shall be regularly permitted in sidewalks, provided such openings are enclosed.
4.2 Landscaping. Trees and landscaped areas under ownership or daily control of the City shall be preserved
whenever practical. Trees in the Project Site, which are not being removed by LACMTA, shall be adequately
protected. Trees that must be removed due to Rearrangements or work on the City Portion shall be replaced
by LACMTA, if the City elects and right-of-way is available. Replacement work shall be in accordance with
the landscaping requirements under the LARP Basis of Design (if the replacement trees will be located on
the City Portion) or applicable City Standards (subject to Section 3.5 (City Standards) of this Agreement.
Landscaped areas removed due to Rearrangements or work on the City Portion shall be restored to the
original condition to the extent practical as agreed to by the City and LACMTA.
4.3
4.4
Traffic Control Devices and Lighting Systems. If the City Portion or a Rearrangement requires the removal
and reinstallation, or modification of existing or installation of new traffic control devices or lighting systems
("Traffic Control and Lighting Work"), then LACMTA must obtain the City's approval of LACMTA's Design
for the Traffic Control and Lighting Work (which consent may not be unreasonably delayed or withheld).
Private Projections in Public Ways. If LACMTA determines that a private projection in, over or under any
City Facilities or the City Rights-of-Way must be removed to accommodate the LA River Path Project,
LACMTA will issue a Work Order to the City and the City shall take all reasonable actions within its powers
to require the elimination of such projections by the time specified in the Work Order. If the City is not
empowered to effect the removal of such projections, or if LACMTA otherwise elects, LACMTA will make its
own arrangements for removal of such projections. The City will cooperate with LACMTA to minimize the
cost to eliminate, move, remove or otherwise terminate projections.
4.5 City Communications Facilities. The relocation of any conflicting underground City communications
facilities shall be done by employing intercept-style manholes at both ends of every conflicting
communications conduit segment in question, directly on the alignment of existing conduit segment(s), and
beyond the area of the conflicting communications facilities.
36..
..
Item 16 Page 39 of 54
EXECUTION VERSION
5.PREPARATION AND SUBMISSION OF DESIGN DOCUMENTATION
The City shall provide engineering review approval of up to four submittals including and not limited to the
following:
1.
2.
3.
Advanced Conceptual Engineering (ACE) - 30% design;
Preliminary Engineering and Draft Specifications (PE) – 60% design; and
Final Designs, Plans and Specifications (FD) - 100% design.
These submittals will be made by LACMTA's Contractor. Upon approval by the City, the City shall issue
permits authorizing work on the City Portion, as appropriate. The City review period, from receipt of each
submittal to transmittal of comments, shall not exceed thirty (30) calendar days provided the submittals
include all information deemed necessary by the City. Within seven (7) calendar days after receipt of a design
submittal, the City shall inform LACMTA if the submittal lacks necessary information to enable the City to
review the submittal, and shall return the submittal to LACMTA, together with an identification of the missing
information. LACMTA's Contractor shall address all the City review comments with each re-submittal.
37..
..
Item 16 Page 40 of 54
EXECUTION VERSION
EXHIBIT 6 – LACMTA SUBMITTAL REVIEW PROCEDURE
1.GENERAL
1.1 The Parties agree that individuals undertaking Design review on behalf of the City under this Agreement shall,
where reasonably possible, be consistent throughout the Design Phase. The City will ensure that any
individual undertaking Design review on behalf of the City under this agreement has the appropriate
qualifications, capability and experience to perform the review.
1.2 The procedures set out in this EXHIBIT 6 will govern all LACMTA Submittals to the City pursuant to this
Agreement.
2.REVIEW PROCEDURE
2.1 The City shall notify LACMTA and the relevant LACMTA Contractor (if applicable) within 10 days of receipt
of a LACMTA Submittal from LACMTA or a LACMTA Contractor if it considers (acting reasonably) that the
LACMTA Submittal submitted is incomplete or deficient for the City's review purposes and requires re-
submission, together with a detailed description of the information that it deems to be missing or deficient. If
no such Notice is delivered by the City within such ten-day period, the LACMTA Submittal shall be deemed
complete and acceptable for review purposes.
2.2 The City shall (or must require that the relevant City Contractor) within the LACMTA Submittal Review Period:
(a)
(b)
review the LACMTA Submittal; and
notify LACMTA and the relevant LACMTA Contractor (if applicable) that it:
(i)approves the LACMTA Submittal; or
(ii)rejects the LACMTA Submittal with detailed reasons including all Compliance Comments.
2.3 All Compliance Comments shall be transmitted in the form of a comment matrix, through the LACMTA 'Quality
Management Oversight' database or through another equivalent format (in each case, as notified and
provided by LACMTA) and shall be accompanied by an annotated LACMTA Submittal (if applicable). Where
a database is used for transmission of comments, LACMTA will provide the City (and the relevant City
Contractors) with user accounts and training for this purpose.
2.4
2.5
If no comments are received within the LACMTA Submittal Review Period, the LACMTA Submittal shall be
deemed complete and approved by the City.
The Parties acknowledge that the LACMTA Submittal review process set out in this EXHIBIT 6 is intended to
facilitate the LACMTA Submittal review process and be consistent (with necessary changes) with the
LACMTA Guidelines on Enhanced Partnered Coordination and shall supersede the submittal / shop drawing
review schedules specified in any standards referenced in this Agreement.
3.GROUNDS FOR OBJECTION OR COMMENT
3.1 The City will only be entitled to reject a LACMTA Submittal under Article 2 (Review Procedure) of this EXHIBIT
6 if such LACMTA Submittal fails to comply with the requirements set out in this Agreement, as specified in
the City's Compliance Comments.
3.2 If the City rejects a LACMTA Submittal in accordance with Article 2 (Review Procedure) of this EXHIBIT 6,
LACMTA must (or must require that the relevant LACMTA Contractor):
(a)address the Compliance Comments and re-submit the LACMTA Submittal for review; or
38..
..
Item 16 Page 41 of 54
EXECUTION VERSION
(b)notify the City that it does not agree with the grounds for rejection. If LACMTA does not agree with
the grounds for rejection on the basis that such grounds would constitute a Betterment, Article 5
(Betterments) of this Agreement shall apply.
3.3
3.4
The City agrees that during the Final Design stage, it shall not raise any new issues, or make any comments,
which are inconsistent with its comments on earlier submittals, or with any changes already agreed to by the
City.
The City's approval of the Final Design for the City Portion or any Rearrangement will not be withheld if the
submittal is consistent with the most recent earlier submittal for the City Portion or such Rearrangement,
modified as appropriate to respond to the City's Compliance Comments on such earlier submittal (to the
extent such comments were made in accordance with the provisions of this Agreement) and to reflect any
subsequent changes agreed to by the City and LACMTA.
4.NO COMMENCEMENT OF CONSTRUCTION WORK
LACMTA and the City must not commence or permit the commencement of any Construction work that is the
subject of, governed by or dependent upon a LACMTA Submittal until LACMTA (or a LACMTA Contractor)
has submitted the relevant LACMTA Submittal to the City in accordance with this EXHIBIT 6 and:
(a)within seven days of receiving a Notice from LACMTA (or the relevant LACMTA Contractor (as
applicable)) that the City failed to respond to a LACMTA Submittal within the relevant LACMTA
Submittal Review Period, the City fails to respond to such LACMTA Submittal; or
(b)the City has notified LACMTA (and the relevant LACMTA Contractor (as applicable)) that it approves
such LACMTA Submittal.
39..
..
Item 16 Page 42 of 54
EXECUTION VERSION
EXHIBIT 7 – CONSTRUCTION REQUIREMENTS
GENERAL REQUIREMENTS1.
(a)Any Construction work for any Rearrangements or the City Portion to be performed within the City
Rights-of-Way shall be performed in accordance with:
(i)the approved Final Design (including any changes agreed under Section 3.6 (Changes to
Design) of this Agreement;
(ii)
(iii)
(iv)
all Governmental Approvals, Applicable Law, and in the case of any Rearrangements, the
City Standards (subject to Section 3.5 (City Standards) of this Agreement).
the schedule for such Construction work agreed under the relevant Work Order (if applicable)
or otherwise under the Project Schedule; and
all other Construction requirements set out in this EXHIBIT 7 or otherwise under the
provisions of this Agreement and any relevant Work Order (if applicable).
(b)In conjunction with its contractors, LACMTA will be responsible for conducting public outreach to
provide proper notifications to the affected communities prior to and during Construction complying
with the approved environmental documents.
2.EXTENDED WORKING HOURS
The Parties acknowledge that extended working hours (beyond the windows contemplated in the City's
ordinances limiting work hours and including holiday or weekend working) may be necessary to facilitate
Construction and operation of the City Portion. The Parties will agree such working hours following joint
review of the schedule and activities to be carried out by LACMTA and the LACMTA Contractors. If a change
is required to the agreed working hours, the Parties will negotiate in good faith to agree such change.
3.
4.
HAULAGE ROUTES
The Parties will agree haulage routes reasonably necessary to facilitate Construction and operation of the
City Portion. If a change is required to an agreed haulage route, the Parties will negotiate in good faith to
agree such change.
INTERRUPTIONS
(a)
(b)
The Parties acknowledge that certain components of the work in the City Portion will require
interruption of the City services. The Parties will agree a plan for any such interruptions and, subject
to City approval of the plan, the City consents to scheduled interruption of services deemed necessary
by LACMTA. LACMTA must provide the City prior Notice before the City services are interrupted.
LACMTA will notify affected parties, including residents, businesses, Council office, and other elected
officials in advance of scheduled interruptions and will cooperate with the City to minimize interruption
of the City services and resulting disruptions, provided that notification may be delayed where
LACMTA is required to interrupt services in the event of emergency. Where the City determines that
Temporary Facilities are necessary and appropriate, LACMTA shall accommodate this request.
5.CONSTRUCTION STAGING PLANS
General Requirements5.1
(a)LACMTA or the LACMTA Contractors shall develop a construction staging plan ("Construction
Staging Plan") for any Construction work to be performed within the City Rights-of-Way.
40..
..
Item 16 Page 43 of 54
EXECUTION VERSION
(b)
(c)
The City acknowledges that the Construction work to be performed by LACMTA or the LACMTA
Contractors within the City Rights-of-Way is intended to be performed progressively under multiple
contractual packages and the Construction Staging Plans described in this EXHIBIT 7 may, therefore,
be prepared for each contractual package or for a portion of such Construction work.
A Construction Staging Plan shall provide, among other things, for:
(i)the handling of vehicular and pedestrian traffic on streets adjacent to the Construction with
the Construction phasing showing street closures, detours, warning devices and other
pertinent information specified on the plan (worksite traffic control plans);
(ii)
(iii)
actions to maintain access to businesses adjacent to the Construction areas, as possible,
and actions to ensure safe access and circulation for pedestrians and vehicular traffic as
described in the worksite traffic control plans;
elements of public awareness as well as mechanisms to assist affected parties in complaint
resolutions.
(d)The City understands that LACMTA requires flexibility in the execution of Construction phasing and
traffic management planning during Construction, and agrees to impose only the minimum
requirements for traffic management planning and Construction sequencing that are necessary in
order to provide for public health and safety (including pedestrian and vehicular safety), and
functionality (including public and business access and circulation).
5.2 Specific Requirements – Street Lighting Systems
LACMTA or the LACMTA Contractors shall develop street lighting Construction Staging Plans, which shall
provide, among other things, for:
(a)the safety and security at night time of vehicular and pedestrian traffic on streets adjacent to
Construction, with the street lighting Construction Staging Plans showing street closures, detours,
lighting devices, circuit and power service connections, and other pertinent information; and
(b)lighting levels to maintain safe access to businesses adjacent to the Construction areas, and to
ensure safe circulation for pedestrian and vehicular traffic.
5.3 Specific Requirements – Traffic Management Plan
(a)LACMTA and the City may agree that a street, highway, bridge or the other City Rights-of-Way shall
be temporarily or permanently closed for the necessity and convenience of the LA River Path Project.
If agreed to, a Traffic Management Plan must be developed and submitted by LACMTA or the
LACMTA Contractors, which shall provide, among other things, for worksite traffic control plans, traffic
circulation plans, and temporary traffic signal plans.
(b)
(c)
WATCH Manual page references shall be acceptable as a form of traffic control plans and submittal.
The City’s traffic department staff involved in the review and approval process shall facilitate the City’s
internal approvals regarding peak hour exemptions, holiday moratoriums, changes to existing parking
restrictions in the work zone, night work, and noise variances.
5.4 Review and Implementation of Construction Staging Plans
(a)LACMTA (or the relevant LACMTA Contractor (as applicable)) must submit each Construction
Staging Plan to the City for review in accordance with EXHIBIT 6 (LACMTA Submittal Review
Procedure).
41..
..
Item 16 Page 44 of 54
EXECUTION VERSION
(b)
(c)
LACMTA (or the relevant LACMTA Contractor (as applicable)) may update a Construction Staging
Plan after it has been approved by the City and must promptly submit each updated Construction
Staging Plan to the City for review in accordance with EXHIBIT 6 (LACMTA Submittal Review
Procedure).
LACMTA must, and must ensure that the LACMTA Contractors, implement and comply with each
Construction Staging Plan which has been submitted to the City and which has been either approved
(or deemed approved) under EXHIBIT 6 (LACMTA Submittal Review Procedure).
6.WORK IN STREETS
6.1 General Requirements
(a)
(b)
(c)
The Parties acknowledge that the City has the duties of supervising, maintaining and controlling
streets, highways, and the other City Rights-of-Way. Accordingly, LACMTA shall give the City 10
days' advance written Notice where Construction work is to be performed in the City Rights-of-Way.
LACMTA and the LACMTA Contractors shall take all appropriate actions to ensure safe performance
of the Construction work within the City Rights-of-Way. The City reserves the right to stop work if
public health and safety is or will be comprised by such work.
If LACMTA or a LACMTA Contractor fails to perform any Construction work within the City Rights-of-
Way in accordance with the Final Design and/or Construction Staging Plans approved (or deemed
approved) by the City under this Agreement then upon written Notice of the non-compliance from the
City, LACMTA must cure or must ensure that the LACMTA Contractor cures, the non-compliance.
6.2
6.3
Traffic Control and Lighting
LACMTA must provide the City prior Notice before conducting the Traffic Control and Lighting Work that will
result in an interruption to service of traffic control devices or lighting systems and LACMTA shall cooperate
with the City to minimize such interruption.
City Communication Facilities
Construction of replacement conduit segments, inner ducts, and manholes that bypass the conflicting conduit
segments shall be done prior to relocation of the communications cables. In addition, relocation/installation
work of communications cables that carry live production traffic shall be scheduled during a maintenance
window, in order to minimize system downtime and minimize the City network traffic disruption.
7.TEMPORARY AND PERMANENT STREET CLOSURES
Upon notification of a proposed temporary or permanent street closure, the City, as requested by LACMTA,
shall initiate the appropriate proceedings and shall establish the necessary conditions for the closures.
8.TEMPORARY FACILITIES
LACMTA Facilities8.1
Temporary Facilities may be necessary to facilitate Construction of the LA River Path Project (including the
City Portion and Rearrangements). LACMTA or its designee may use, without cost, lands owned or controlled
by the City for any Construction related purpose, including, but not limited to, the erection and use of
Temporary Facilities thereon; provided that, the City shall first approve in writing the availability, location and
duration of the Temporary Facilities, with the City’s approval not to be unreasonably withheld. Upon
completion of the related Construction and LACMTA’s determination that the Temporary Facilities no longer
are needed, LACMTA shall remove all Temporary Facilities and restore the area as nearly as practicable to
its original condition unless LACMTA and the City agree to some other arrangement.
42..
..
Item 16 Page 45 of 54
EXECUTION VERSION
8.2 City Facilities
In the event that Temporary Facilities are necessary to effect the City Portion or a Rearrangement being
constructed by the City, the City or its designee may use, without cost, lands owned or controlled by LACMTA
for the purpose of using or erecting Temporary Facilities thereon; provided that, LACMTA shall first approve
in writing the availability, location and duration of the Temporary Facilities. Upon completion of the City
Portion or the Rearrangement in its permanent location, the City shall remove all Temporary Facilities and
restore the area as nearly as practicable to its original condition unless the City and LACMTA agree to some
other arrangement.
9.UNDERGROUND SERVICE ALERT
Prior to any commencement of underground work by either Party, an "Underground Service Alert" shall be
notified in accordance with California law by such Party or its contractor.
10.ENVIRONMENTAL CONTROLS
All Construction work performed by the City or City Contractors pursuant to this Agreement shall comply with
the environmental controls established by LACMTA in the LACMTA Contracts, including construction noise
and vibration control, pollution controls, archaeological coordination and paleontological coordination.
11.SALVAGED MATERIALS
The Parties may agree to salvage certain materials belonging to the City during the course of work on the
City Portion or Rearrangement. If materials belonging to the City are to be reused, LACMTA’s contractor
shall exercise reasonable care in removal and storage of such materials. Materials shall be inspected and
stored until such time as the progress of work allows the reinstallation of such materials. Materials that are
not to be reused in the City Portion or a Rearrangement, but which the City desires to reclaim, may be
recovered by the City staff within an agreed time frame or shall be delivered by LACMTA to a location
proximate to the salvage site and suitable to the City. Subject to acceptance by LACMTA, if materials
removed by LACMTA are not reused and are not desired by the City, such materials shall become the
property of LACMTA.
12.AS-BUILT DRAWINGS
12.1 LACMTA and the City shall each maintain a set of "as-built" plans of the City Portion and Rearrangements
performed by LACMTA and the City during Construction. Red line mark-ups for temporary lighting systems,
traffic signal systems, and other the City Facilities shall be submitted to the City and LACMTA within 15 days
after completion of Construction. All Design changes shall be documented on RFI/RFC forms. Upon
completion of the City Portion or Rearrangement work, the Party that performed the work shall furnish the
other Party with reproducible "as-built" drawings showing all Replacement Facilities installed by the
performing Party, within 75 days after completion of such work for each set of plans.
12.2 LACMTA and the City agree to provide the other with electronic files and full size paper hard copies of those
final contract documents that they have prepared, or caused to be prepared, to govern the Construction of
the City Portion or a given Rearrangement by their respective contractor so that each Party may compile a
complete set of contract documents. Each Party shall prepare or cause to be prepared the contract
documents for which it is responsible.
43..
..
Item 16 Page 46 of 54
EXECUTION VERSION
EXHIBIT 8 – INSPECTION AND ACCEPTANCE PROCEDURE
INSPECTION DURING CONSTRUCTION1.
1.1 Each Party shall give the other Party at least 10 days' Notice prior to commencing work on the City Portion
or a Rearrangement for which it is responsible to enable such other Party to make arrangements for
inspection of such work.
1.2 Any Construction of the City Portion or Rearrangements performed by LACMTA (directly or through the
LACMTA Contractors) under this Agreement shall be subject to inspection and final acceptance by the City
provided that any such inspection carried out by the City (directly or through a City Contractor) shall be solely
for the purposes of assessing whether the Construction work conforms with the requirements under this
Agreement. Such inspection services shall be authorized by LACMTA under a Work Order issued in
accordance with Section 2.3 (Work Orders) of this Agreement. If City inspection services are authorized
under a Work Order, the City shall (or must require that the relevant City Contractor):
(a)
(b)
provide inspectors at LACMTA's cost as needed to comply with the schedule for such inspections set
out in the Work Order;
cooperate and coordinate with the LACMTA Representative and the LACMTA Contractors to observe
and inspect the City Portion, any Rearrangements, or new City Facilities so that upon completion of
Construction, the City will have a basis for acceptance of the work;
(c)
(d)
ensure that all City inspectors submit copies of daily written inspection reports to LACMTA, each
within 48 hours after such inspection; and
remove and replace any inspector seven days after LACMTA's reasonable written request.
1.3
1.4
Any Construction work performed by the City or a City Contractor pursuant to a Work Order agreed under
the provisions of this Agreement shall be subject to LACMTA inspection and final acceptance.
If, in carrying out an inspection, a Party identifies Non-conforming Work, the Party must provide the other
Party with immediate Notice with detailed reasons (and in any event, no later than 48 hours from discovery).
The Party that performed the relevant work must rectify any Non-conforming Work.
1.5 The City shall not have any inspection rights with respect to any structures or physical elements that are
owned and maintained by LACMTA, a LACMTA Contractor, or a tenant or licensee of LACMTA.
2.ACCEPTANCE PROCEDURE
2.1 Promptly following completion of the City Portion or any Rearrangement, the Party that performed the
Construction shall notify the other Party that the City Portion or Rearrangement is ready for final inspection.
2.2
2.3
The final inspection shall be carried out within 10 days of receipt of a Notice under Section 2.1 (Acceptance
Procedure) and within five days of the completion of the final inspection, the inspecting Party shall notify the
other Party of any Non-conforming Work. If no Notice is received, the relevant work will be deemed accepted
by the inspecting Party.
The City shall accept:
(a)
(b)
the City Portion if it is in conformance with the LARP Basis of Design and the other requirements
under this Agreement applicable to the City Portion; and
all Rearrangements that are in conformance with the City Standards.
44..
..
Item 16 Page 47 of 54
EXECUTION VERSION
3.INDEPENDENT ENGINEER
The City acknowledges and agrees that LACMTA may delegate its inspection and acceptance rights under
this EXHIBIT 8 to an independent engineer appointed under the provisions of any LACMTA Contract.
45..
..
Item 16 Page 48 of 54
EXECUTION VERSION
EXHIBIT 9 – NOT USED
46..
..
Item 16 Page 49 of 54
EXECUTION VERSION
EXHIBIT 10 – FORMS
Part A: Form 60
Name of Offeror/Contractor/Utility Company (Name of
Preparer):
Scope of Work/Deliverable (provide expanded
description on Form 60 page 2)
Home office address
Division(s) and Locations where Work is to be performed LACMTA Solicitation/Proposal/Contract
Number/Work Order/Change Notice and/or Change
Order Reference Number(s):
NOTE: For proper calculations of cost elements link additional sheets to this summary page.
1.Direct Labor Est.
Hours
Rate Per
Hour
Est. Cost TOTAL
2.
3.
4.
5.
6.
7.
0.00
0.00
0.00
0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTAL DIRECT LABOR HOURS
Labor Overhead (O/H)
TOTAL DIRECT LABOR
Est. Cost
$0.00
$0.00
O/H Rate
0%
x Base
$0.00
8.TOTAL LABOR OVERHEAD
9.Direct Material
a. Purchase Parts
b. Subcontracted items
c. Other
Est. Cost
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
$0.00
$0.00
$0.00
TOTAL DIRECT MATERIAL
Est. Cost
$0.00
$0.00
Equipment Unit Cost
$0.00
$0.00
$0.00
$0.00
TOTAL EQUIPMENT
Est. CostSubcontractors*
$0.00
$0.00
$0.00
TOTAL SUBCONTRACTORS
TOTAL BURDENED COST (add lines 5, 8, 13, 17 and 22)
$0.00
$0.00
Other Direct Costs Est. Cost
$0.00
$0.00
$0.00
TOTAL OTHER DIRECT COSTS $0.00
$0.00
Travel Est. Cost
$0.00a. Transportation
b. Per Diem or Subsistence $0.00
TOTAL TRAVEL
General and Administrative
Expense
Rate %% x Line 23
34.
35.
36.
37.
0%$0.00
TOTAL GENERAL AND ADMINISTRATIVE EXPENSE
TOTAL ESTIMATED COSTS (Total Lines 23, 28, 32 and 35)
$0.00
$0.00
Profit/Fee Total Labor and
Overhead
Rate %% x Total Labor and Overhead
(line 5 + line 8)
38.
39.
40.
`0%$0.00
TOTAL FEE $0.00
$0.00TOTAL ESTIMATED PRICE (Total of Lines 36 and 39)
47..
..
Item 16 Page 50 of 54
EXECUTION VERSION
41.Milestone Milestones/Tasks
/Task
Hours Completion
Date
Payment Amount
Number
42.
43.
44.
45.
$0.00
$0.00
$0.00
TOTAL MILESTONES/TASKS (Must equal line 40)$0.00
* Attach Form 60 for all proposed subcontractors performing work under Form 60 Prime Contractor where
applicable. Transfer Est. Cost to this Section.
46.Fill in applicable sections only
47. Has any Agency of the United States Government, State government, local public agency or the Los Angeles
County Metropolitan Transportation Authority (LACMTA) performed any review of your account or records,
overhead rates and general and administrative rates in connection with any public prime contract or subcontract
within the past twelve months?Yes No If yes, when? Reference Contract No.
48.a. Agency Name/Address 48.b. Individual to contact/Telephone Number
49. As required by LACMTA, firms not audited, as described above, shall submit financial data and calculations in
sufficient detail to support all proposed direct costs and subcontractor costs.
50. The proposal reflects our estimates and/or actual costs as of the date and by submitting this proposal,
Proposer/Consultant grants to LACMTA Contracting Officer and authorized representative(s) the right to
examine, at any time before award, those records, which include books, documents, accounting procedures and
practices, and other supporting data, regardless of type and form or whether such supporting information is
specifically referenced or included in the proposal as the basis for pricing, that will permit an adequate evaluation
of such cost or pricing data, along with the computations and projections used therein, for the purpose of verifying
the cost or pricing data submitted. This right may also be exercised in connection with any
negotiations/discussions prior to contract award or execution of contract modification.
51. CERTIFICATE
The labor rates and overhead costs are current and other estimated costs have been determined by generally
accepted accounting principles. Proposer/Consultant represents: (a) that it has , has not , employed or
retained any company or person (other than a full time bona fide employee working solely for the
Proposer/Consultant) to solicit or secure a contract, and (b) that it has , has not , paid or agreed to pay to any
company or person (other than a full time bona fide employee working solely for the Proposer/Consultant) any
fee, commission, percentage or brokerage fee, contingent upon or resulting from the award of this contract, and
agrees to information relating to (a) and (b) above, as requested by the Contracting Officer.
52. CERTIFICATE OF CURRENT COST OR PRICING DATA
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in Section 2.101
of the Federal Acquisition Regulations (FAR) and required under subsection 15.403-4) submitted, either actually
or by specific identification in writing, to LACMTA's Contracting Officer or to LACMTA's Contracting Officer's
representative in support of ______________________* are accurate, complete and current as of
________________________**. This certification includes the cost or pricing data supporting any advance
agreements and forward pricing rate agreements between the Proposer/Consultant/Contractor and LACMTA that
are a part of the proposal.
53. This proposal as submitted represents our best estimates and/or actual costs as of this date.
54. Type Name and Title of Authorized Representative Signature Date***
55.* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving appropriate identifying number (e.g. Information For Bid No., Work Order No., Request
for Proposal No., Change Order No., Modification No., etc.)
56.
57.
** Insert the day, month and year when price negotiations were concluded and price
agreement was reached.
*** Insert the day, month and year of signing (i.e., When price negotiations were concluded
and mutual agreement was reached on contract price).
Form 60 Attachments (Applicable if Box is checked)
Scope of Work Expanded Description for which Cost Estimate is based on:
1
2
3
48..
..
Item 16 Page 51 of 54
EXECUTION VERSION
4
Schedule in which Scope of Work is based on:
1
2
3
4
The Non-Disclosure Agreement (NDA) provisions (as set out in the NDA between City and LACMTA) are
applicable to the following Form 60-specific items:
1
2
3
4
FORM 60 IS SIGNED AND EXECUTED WITH THE FOLLOWING ADDITIONAL ASSUMPTIONS:
1 CITY AS-BUILT RESEARCH BY CITY FOR METRO PROJECTS IN THE PLANNING PHASE SHALL BE
TREATED AS PART OF LABOR OVERHEAD PORTION OF COST
49..
..
Item 16 Page 52 of 54
EXECUTION VERSION
Part B: LACMTA “Potential Notice of Betterment” Form
The Word file of the latest version of this form is available upon request from LACMTA’s assigned Third Party
Administration (TPA) Representative.
Alternatively, a written memorandum on City’s letterhead may be submitted to the TPA Representative with the
following required information:
1.Scope: Describe in detail with reference to applicable sections of this Master Cooperative Agreement, LARP
Basis of Design (as applicable), City Standards (as applicable), and Applicable Law including any relevant
codes.
Note the following common reasons for denial:
(a)Scope is not per agreed City Standards (in the case of a Rearrangement) or the LARP Basis of Design
(in the case of the City Portion) or a legal requirement.
(b)
(c)
(d)
Scope added after establishment of the applicable Basis of Design.
Scope is not endorsed by LACMTA as a LA River Path Project requirement.
Scope is not identified in the environmental documents.
2.
3.
4.
Detailed Justification: Why does City believe the scope is not a Betterment? Cite specific prior cases,
exceptions under Applicable Law including any relevant codes, project-specific reasons, etc.
Cost Estimate: Use Metro Form 60 to provide a detailed cost breakdown as proposed for the Betterment in
question.
City’s Agreement: City agrees that scope is a Betterment and provides separate funding. The source of funds
must be specified, City approved financial documents supporting validity and timing of funds must be provided,
and a determination regarding whether City will commit to provide adequate front funding for cash-flow must
be made.
5.
6.
Signatures: The form shall provide a signature block with 2 signatures from City Representatives agreeing to
the information provided.
LACMTA Signatures: The form signature block area shall provide for LACMTA to countersign with 2 LACMTA
Representative signatures with checkboxes indicating whether the Betterment proposal is denied or approved.
50..
..
Item 16 Page 53 of 54
EXECUTION VERSION
EXHIBIT 11– LARP BASIS OF DESIGN (INCLUDING DESIGN CRITERIA)
51..
..
Item 16 Page 54 of 54
2
4
9
City Council Agenda Report
Meeting Date:May 16, 2023
From:Daniel S. Wall, P.E., Director of Public Works
Department:Public Works
Submitted by:Lissette Melendez, Project Engineer
Subject
Citywide Striping and Pavement Markings FY22-23
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 maintenance, repair or minor alteration of existing facilities and involves negligible
or no expansion of an existing use;
B. Accept the bid proposal from WGJ Enterprises Inc., dba PCI as the lowest responsive and
responsible bid for the Citywide Striping and Pavement Markings FY22-23 project and reject all
other bids;
C. Approve and authorize the City Administrator to execute Contract No. 20230179 in the amount
of $332,005 for the Citywide Striping and Pavement Markings FY22-23 project for a period not
to exceed 30 days; and
D. Authorize a contingency of $10,000 in the event of an unexpected changed condition in the
project and grant authority to the City Administrator to issue a change order(s) for an amount up
to the contingency amount if necessary.
Background
The Citywide Striping and Pavement Markings FY22-23 project (Contract No. 20230179)
consists of restriping the City street lane lines and pavement markings in accordance with the
latest Caltrans Standards. On April 20, 2023, the Public Works Department advertised the Notice
Inviting Bids (NIB) for Contract No. 20230179. 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 May 3, 2023. The calculated results were as follows:
1. WGJ Enterprises, Inc. dba PCI $332,005.00
2. Cat Tracking, Inc. (CTI) $465,150.00
3. Superior Pavement Marking $531,015.00
4. Chirsp Company $560,342.50
Public Works staff reviewed the bids and deemed the bid received from WGJ Enterprises, Inc.
dba PCI (PCI) is the lowest responsive and responsible bid. Thus, staff recommends award of
the proposed contract to PCI. The contract has been reviewed and approved as to form by the
City Attorney’s Office.
Fiscal Impact
The fiscal impact is estimated at $342,005, including a contingency of $10,000. Sufficient funds
are available in General Fund, Public Works Department, Street Operations Capital Expenditures
Account No. 011-040-430-660000 for the current fiscal year.
Attachments
1. Contract No. 20230179 Citywide Striping and Pavement Markings FY22-23..
..
Item 17 Page 1 of 192
STANDARD FORM OF
CONSTRUCTION CONTRACT BETWEEN
CITY AND CONTRACTOR
This Agreement is made and entered into at Vernon, California this 16th day of May , 2023, by and
between the CITY OF VERNON, a California charter City and municipal corporation (hereinafter "City") and
WGJ Enterprises Inc., dba PCI,a California corporation (hereinafter "Contractor"), for construction of Citywide
Striping
and Pavement Markings FY22-23, City Contract No. 20230179.
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. Notice Inviting Bids
H. Instructions to Bidders
I. Bid Forms
J. Designation of Subcontractors
K. Bidding Addenda Nos. 0
2.REFERENCE DOCUMENTS
The following Reference Documents are not considered Contract Documents and were provided to the Contractor for
informational purposes. Contractor may rely upon the technical data contained in such documents but not upon non-
technical data, interpretations, opinions or provisional statements contained therein:
Page 1 of 117
..
..
Item 17 Page 2 of 192
A. Geotechnical Reports dated N/A .
SCOPE OF WORK3.
Within the Contract Time and for the stated Contract Sum, subject to adjustments thereto, and pursuant to the Contract
Documents, the Contractor shall perform and provide all necessary: labor; services; supervision; materials; tools;
equipment; apparatus; facilities; supplies; tools; permits, inspections, plan checks, and similar Governmental
Approvals; temporary utilities; utility connections; and transportation necessary to complete the Work in strict conformity
with the Contract Documents for:
Citywide Striping and Pavement Markings FY22-23
City Contract No. 20230179
4.TIME FOR PERFORMANCE
Contract Time. Contractor shall achieve Substantial Completion of the Work within 30 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
fifty ($250.00) dollars 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 2 of 117
..
..
Item 17 Page 3 of 192
5.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 three hundred thirty-two thousand and five dollars/no cents
($332,005.00), 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.
WGJ Enterprises Inc., dba PCI:Contractor’s Corporate Seal
By: _______________________________________
An Authorized Signatory
Printed Name: ______________________________
Title: ______________________________________
Date: ______________________________________
CITY OF VERNON:APPROVED AS TO FORM:
By:By:
Name:
Title:
Date:
Name: Zaynah N. Moussa
Title: City Attorney
ATTEST:
By:
Name: Lisa Pope
Title: City Clerk
CONTRACTOR’S SIGNATURE MUST BE NOTARIZED
Page 3 of 117
..
..
Item 17 Page 4 of 192
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.
D.
E.
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).
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.
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.
H.
Bidder. The individual, partnership, firm, corporation, joint venture or other legal entity submitting a bid
on these Contract Documents or any part thereof.
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 4 of 117
..
..
Item 17 Page 5 of 192
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.
P.
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.
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 5 of 117
..
..
Item 17 Page 6 of 192
R.
S.
T.
Correction Period. Correction Period is synonymous with the terms of the correction guarantee period
used in the Contract Documents.
Date of Commencement. The date for commencement of the Work fixed by City in a Notice to
Proceed to Contractor.
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.
V.
Director. The Director of the Public Works Department of the City of Vernon or his/her duly appointed
representative.
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.
Y.
Field Directive. See, “Work Directive.”
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 6 of 117
..
..
Item 17 Page 7 of 192
AA.
BB.
Fragnet. The sequence of new activities that are proposed to be added to an existing schedule.
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.
EE.
FF.
Modification. A Modification is: (1) a written amendment to Contract signed by both parties; (2) a
Change Order; or (3) a Construction Change Directive.
Notice to Proceed. The Notice to Proceed is a document issued by the City fixing the date for
Commencement for the Work.
Parties. The City and Contractor may be referred to in the Contract Documents from time to time as
the Parties.
GG.
HH.
Permit Fees. The actual direct costs paid by Contractor for Governmental Approvals and Utility Fees.
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 (2021 Edition), the Standard Plans for
Public Works Construction (2021 Edition), State of California, Department of Transportation
Standard Plans (2022 Edition) and State of California, Department of Transportation Standard
Specifications (2018 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 7 of 117
..
..
Item 17 Page 8 of 192
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.
SS.
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.
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.
B.
C.
D.
City of Vernon shall obtain all Governmental Approvals and Utility Fees required for the construction of
the project.
Contractor shall obtain a no-fee encroachment permit from the City of Vernon’s Public Works
Department.
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.
Where requirements of the Governmental Approvals differ from those of the Drawings and
Page 8 of 117
..
..
Item 17 Page 9 of 192
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
1.05
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.
ALLOWANCES
A.
B.
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.
The line item cost estimate established by the City for Work covered by an Allowance includes the cost
to Contractor of: all materials and equipment, preparation of submittals; labor; transportation; delivery;
handling; installation; supervision; overhead; profit; licenses; bonds; insurance; all sales, use and other
taxes legally chargeable; and all other costs and expenses incidental to such Work.
C.Work items covered by Allowances shall be supplied with such materials and equipment and for such
prices approved in advance by City. Contractor shall notify and request City’s approval of material
equipment, and pricing information for Work covered by an Allowance before ordering the material or
equipment and in sufficient time to avoid delay to the Work. City shall provide approval of materials,
equipment, and prices with reasonable promptness. The material, equipment, and pricing information
submitted by the Contractor to the City’s Project Manager shall, at a minimum, include product data
and detailed costs of material, equipment, and labor to complete such Work, itemized by costs incurred
by Contractor and each subcontractor associated with the performance of such Work. Contractor shall
not order materials or equipment or proceed with Work covered by an Allowance until the material,
equipment, and pricing information for such Work items have been submitted to the City’s Project
Representative for review and the Contractor has received City’s approval to proceed with a Work item
covered by an Allowance.
D.
E.
All expenditures for Allowance Work shall be separately itemized in each Application for Payment.
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.
Page 9 of 117
..
..
Item 17 Page 10 of 192
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
1.09
CONTRACT DRAWINGS
The City will accept no responsibility for errors resulting from misinterpretation or scaling of the Drawings.
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.
C.
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.
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.
E.
F.
Omissions from the Drawings and/or Specifications shall not relieve the Contractor from the
responsibility of furnishing, making, or installing all items required by law or code, or usually
furnished, made or installed in a project of the scope and general character indicated by the Drawings
and Specifications.
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.
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:
Page 10 of 117
..
..
Item 17 Page 11 of 192
1.
2.
Governmental Approvals including, but not limited to, permits required for the Work
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
Special Conditions, if any
General Conditions
Specifications
Drawings
4.
5.
6.
7.
8.Bidding Requirements
B.With reference to the Drawings, the order of precedence is as follows:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Change Order Drawings
Addenda Drawings
Contract Drawings
Project Drawings
Standard Drawings
Detail Drawings
General Drawings
Figures
Scaled dimensions
C.Within the Specifications, the order of precedence is as follows:
1.
2.
3.
4.
5.
Change Orders
Special Conditions
Project Technical Specifications
Standard Specifications, if any
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.
2.
3.
4.
List of Subcontractors at Project site.
List of other contractors at Project site.
Approximate count of personnel at Project site.
Equipment at Project site.
Page 11 of 117
..
..
Item 17 Page 12 of 192
5.
6.
Material deliveries.
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.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
Stoppages, delays, shortages, and losses.
Meter readings and similar recordings.
Emergency procedures.
Orders and requests of authorities having jurisdiction.
Change Orders received and implemented.
Construction Change Directives received and implemented.
Services connected and disconnected.
Equipment or system tests and startups.
Partial completions and occupancies.
Substantial Completions authorized.
List of visitors to Project Site.
List of personnel at Project Site including names and job classifications.
Description of Work for the day including locations, quantities and related bid items.
Immediately upon discovery of a difference between field conditions and the Contract Documents, the
Contractor shall prepare and submit a detailed report through a Request for Information (RFI). Include a
detailed description of the differing conditions, together with recommendations for a remedy.
The Daily Construction Report must be: signed by Contractor’s Superintendent, submitted within 24 hours
(next Working Day) to the Director, and shall be made available to others as directed by City.
1.13 LINES, GRADES, AND MEASUREMENTS
A.All lines and grades will be established by the Contractor. The Contractors shall carefully preserve all
survey stakes and reference points as far as possible. Should any stakes or points be removed or
destroyed unnecessarily by any act of the Contractor or his/her employees, they must be reset to the
satisfaction of the Director, at the Contractor's expense.
B.
C.
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.
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.
Page 12 of 117
..
..
Item 17 Page 13 of 192
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 13 of 117
..
..
Item 17 Page 14 of 192
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
2.03
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.
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 14 of 117
..
..
Item 17 Page 15 of 192
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 submitted in writing via email to
lmelendez@cityofvernon.org or (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:
WGJ Enterprises Inc., dba PCI
975 W. 1st Street
Azusa, CA 91702
Attention:
Phone:
Email:
Frank Villegas
(562)218-0504
fvillegas@lineuppci.com
All communications shall be copied to City and shall be delivered to City’s Director at the address
set forth below, with copies to such additional persons as may be directed by City’s Director.
City of Vernon
Public Works Department
4305 Santa Fe Avenue
Vernon, CA 90058
Attention:
Phone:
Lissette Melendez, Project Engineer
(323) 583-8811 ext. 246
E-mail:lmelendez@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 15 of 117
..
..
Item 17 Page 16 of 192
reasonable times for consultation, and shall be authorized to act on behalf of Contractor in matters
concerning the Work.
C.
D.
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.
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 402 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
2.08
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.
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 16 of 117
..
..
Item 17 Page 17 of 192
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.
C.
Nothing contained in these Contract Documents shall be construed as creating any contractual
relationship between any Subcontractor and the City.
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.
F.
The City will not undertake to settle differences between the Contractor and his/her Subcontractors or
between subcontractors.
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 17 of 117
..
..
Item 17 Page 18 of 192
service) any portion(s) designated by the Director.
B.
C.
D.
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.
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.
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
2.13
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.
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 18 of 117
..
..
Item 17 Page 19 of 192
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.
2.
3.
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.
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.
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 19 of 117
..
..
Item 17 Page 20 of 192
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.
3.
Overlap. Where any warranties provided under the Contract Documents overlap, conflict, or
are duplicative, Contractor will be bound by the more stringent requirements.
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 20 of 117
..
..
Item 17 Page 21 of 192
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.
5.
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.
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.
D.
The Contractor shall take appropriate action to ensure that no dust originates from the project Site.
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 21 of 117
..
..
Item 17 Page 22 of 192
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
13.24 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
Scheduling and Planning
Spill Prevention and Control
Sanitary/SepticWasteManagement
Material Use
General BMPs Safer Alternative Products
Vehicle/Equipment Cleaning, Fueling and Maintenance
Illicit Connection Detection, Reporting and Removal
Illegal Spill Discharge Control
Maintenance Facility Housekeeping Practices
Asphalt Cement Crack and Joint Grinding/ Sealing
Asphalt Paving
Structural Pavement Failure (Digouts) Pavement Grinding and PavingFlexible Pavement
Emergency Pothole Repairs
SealingOperations
Portland Cement Crack and Joint Sealing
Mudjacking and DrillingRigid Pavement
Concrete Slab and Spall Repair
ShoulderGrading
Nonlandscaped Chemical Vegetation Control
Nonlandscaped Mechanical Vegetation Control/Mowing
Nonlandscaped Tree and Shrub Pruning, Brush Chipping, Tree and Shrub
Removal
Slope/Drains/Vegetation
Page 22 of 117
..
..
Item 17 Page 23 of 192
Fence Repair
Drainage Ditch and Channel Maintenance
Drain and Culvert Maintenance
Curb and Sidewalk Repair
SweepingOperations
Litter and Debris RemovalLitter/ Debris/ Graffiti
Landscaping
Emergency Response and Cleanup Practices
Graffiti Removal
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
Storm Drain Stenciling
Roadside Slope Inspection
Environmental
Bridges
RoadsideStabilization
StormwaterTreatment Devices
Traction Sand Trap Devices
Welding and Grinding
Sandblasting, Wet Blast with Sand Injection and Hydroblasting
Painting
Bridge Repairs
Pump Station Cleaning
Tube and Tunnel Maintenance and Repair
Tow Truck OperationsOtherStructures
Electrical
Toll Booth Lane Scrubbing Operations
Sawcutting for Loop Installation
Thermoplastic Striping and Marking
Paint Striping and Marking
Raised/ Recessed Pavement Marker Application and Removal
Sign Repair and MaintenanceTrafficGuidance
Median Barrier and Guard Rail Repair
Emergency Vehicle Energy Attenuation Repair
Minor Slides and Slipouts Cleanup/ Repair
Building and Grounds Maintenance
Storage of Hazardous Materials (Working Stock)
Material Storage Control (Hazardous Waste)
Outdoor Storage of Raw Materials
Vehicle and Equipment Fueling
StormMaintenance
Management and Support
Vehicle and Equipment Cleaning
Vehicle and Equipment Maintenance and Repair
Aboveground and Underground Tank Leak and Spill Control
Page 23 of 117
..
..
Item 17 Page 24 of 192
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.
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
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;
Page 24 of 117
..
..
Item 17 Page 25 of 192
3) Least toxic methods of pest prevention and control, including Integrated Pest
Management; and
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 one (1) original
hard copy and one (1) electronic copy via email to lmelendez@cityofvernon.org 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
Page 25 of 117
..
..
Item 17 Page 26 of 192
Angeles Regional Water Quality Control Board (LARWQCB) or the U.S. Environmental Protection
Agency (U.S. EPA). Requests by environmental groups and the public shall be directed to the
City.
D.Best Management Practices
The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect
the quality of storm water discharge associated with construction activities. The plan will describe
and ensure the implementation of Best Management Practices (BMPs) which will be used to
reduce pollutants in the storm water discharges from the construction site. A Best Management
Practice is defined as any program, technology, process, operating method, measure, or device
that controls, prevents, removes, or reduces pollution. The Contractor shall select appropriate
BMPs from the California Stormwater BMP Handbook, Municipal, Industrial, New Development,
and Construction Volumes (www.cabmphandbooks.com) in conjunction with all activities and
construction operations. Copies of the California Stormwater BMP Handbooks may be obtained
from:
California Stormwater Quality Association
P.O. Box 2313
Livermore, CA 94551
Cashier
Los Angeles County DPW
900 South Fremont Avenue
Alhambra, CA 91803
Tel. No. (626) 458-6959
www.cabmphandbooks.com
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 2021 edition of the “Greenbook” Standard
Specifications for Public Works Construction, Section 3-12.5 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
Page 26 of 117
..
..
Item 17 Page 27 of 192
emergency response unit comprised of emergency response equipment and trained personnel to
be immediately dispatched to the project site.
The Contractor shall be fully responsible for preventing and containing sewage spills as well as
recovering and properly disposing of raw sewage. In addition, the Contractor is responsible for any
fines, penalties and liabilities arising from negligently causing a sewage spill. Any utility that is
damaged by the contractor shall be immediately repaired at the Contractor’s expense. The
Contractor shall take all measures necessary to prevent further damage or service interruption and
to contain and clean up the sewage spills.
G.Sewage Spill Telephone Notification
Should a sewage spill occur, the Contractor shall immediately report the incident to both of these two
City Departments:
Sewer Maintenance Services...............City of Vernon Control Center (323) 826-1461
Fire Department Dispatch Center................................................................................. 911
The Contractor is encouraged to obtain telephone numbers, pager numbers and cellular telephone
numbers of City representatives such as Project Managers and Inspectors. However, if these City
representatives are not available, then the Contractor shall immediately call:
City of 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.
Page 27 of 117
..
..
Item 17 Page 28 of 192
In addition to any remedy authorized by law, any money due to the Contractor under this contract
shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor
have been satisfied.
J.Maintenance
The Contractor shall ensure the proper implementation and functioning of BMP control measures
and shall regularly inspect and maintain the construction site for the BMPs identified in the
SWPPP. The Contractor shall identify corrective actions and time frames in order to properly
address any damaged measure, or reinitiate any BMPs that have been discontinued.
If the City identifies a deficiency in the deployment or functioning of identified control measures, the
deficiency shall be corrected by the Contractor immediately or by a later date and time if agreed to
by Director and if requested in writing, but not later than the onset of the subsequent precipitation
events. The correction of deficiencies shall be at no additional cost to the City.
K.Payment
All costs involved in the implementation of the SWPPP, including furnishing all labor, materials,
tools, equipment and all incidentals; and for doing all the work involved in installing, constructing,
maintaining, removing, and disposing of control measures, except those that were installed as a
part of another structure, shall be included in the unit prices bid for the various related items of
work and no additional compensation will be made therefor.
2.18 SOLID WASTE DISPOSAL AND DIVERSION
The Contractor shall submit to the Director the following summary of solid waste generated by the Work,
disposed in Class III landfills, or diverted from disposal through recycling. Report disposal in inert fill
separately. This form must be accompanied by legible copies of weight tickets, receipts, or invoices that
specifically identify the project generating the material. Said documents must be from recyclers and/or
disposal site operators that are acceptable to the Director. Further, the documents must be submitted to the
Director with each application for progress payment. Failure to submit the form and its supporting
documentation will render the application for progress payment incomplete and delay progress payments.
Page 28 of 117
..
..
Item 17 Page 29 of 192
SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION
Project Title: ______________________________ City Contract No. 20230179
Type of Material (a) Disposed in
Class III Landfills
(b) Diverted from
Class III Landfills by Column Blank]
Tons/CY Tons/CY
(c) [Leave This (d) Disposed in Inert
Fills
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 29 of 117
..
..
Item 17 Page 30 of 192
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.
C.
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.
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 thirty (30) 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
3.03
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.
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 30 of 117
..
..
Item 17 Page 31 of 192
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.
B.
C.
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.
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.
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.
F.
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.
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 31 of 117
..
..
Item 17 Page 32 of 192
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.
H.
The Director will investigate the facts and ascertain the extent of the delay, and his/her findings
thereon shall be final and conclusive.
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.
B.
C.
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.
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.
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
Page 32 of 117
..
..
Item 17 Page 33 of 192
Completion with the County Recorder.
LIQUIDATED DAMAGES3.07
A.Contractor and City agree to liquidate damages in the amount of two hundred 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.
C.
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.
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 33 of 117
..
..
Item 17 Page 34 of 192
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 34 of 117
..
..
Item 17 Page 35 of 192
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.
C.
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.
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 35 of 117
..
..
Item 17 Page 36 of 192
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 36 of 117
..
..
Item 17 Page 37 of 192
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.
b.
the issuance of an order of a court or other public authority having jurisdiction; or
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 37 of 117
..
..
Item 17 Page 38 of 192
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.
D.
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.
Wrongful Termination
If it has been adjudicated or otherwise determined that City has wrongfully terminated the Contractor
Page 38 of 117
..
..
Item 17 Page 39 of 192
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.
D.
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.
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 39 of 117
..
..
Item 17 Page 40 of 192
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 40 of 117
..
..
Item 17 Page 41 of 192
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 41 of 117
..
..
Item 17 Page 42 of 192
ARTICLE 6 – CHANGES
6.01
6.02
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.
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 42 of 117
..
..
Item 17 Page 43 of 192
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.
C.
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).
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.
F.
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.
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 43 of 117
..
..
Item 17 Page 44 of 192
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.
b.
c.
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.
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.
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 44 of 117
..
..
Item 17 Page 45 of 192
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 45 of 117
..
..
Item 17 Page 46 of 192
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 46 of 117
..
..
Item 17 Page 47 of 192
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
Materials
Equipment Rental
Other Items and Expenditures
33%
15%
15%
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 47 of 117
..
..
Item 17 Page 48 of 192
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 48 of 117
..
..
Item 17 Page 49 of 192
ARTICLE 7 - CONTRACT PAYMENTS AND CLAIMS
7.01 GENERAL
A.
B.
C.
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.
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.
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 49 of 117
..
..
Item 17 Page 50 of 192
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.
B.
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.
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 50 of 117
..
..
Item 17 Page 51 of 192
D.Stored Materials
Payments may be made by City, at its discretion, on account of materials or equipment not
incorporated into the Work but delivered on the ground at the Site and suitably stored by Contractor
or stored off-Site under the control of City. Such payments shall only be considered upon submission
by Contractor of satisfactory evidence that it has acquired title to same, that the material or equipment
will be utilized in the Work and that the material is satisfactorily stored, protected and insured, and
that such other procedures are in place satisfactory to City to protect City's interests. To be
considered for payment, materials or equipment stored off-Site shall, in addition to the above
requirements and unless otherwise specifically approved by City in writing, be stored in a bonded
warehouse, fully insured, and available to City for inspection. City shall have sole discretion to
determine the amount of material and equipment that may be stored on the Site at any given time.
7.04 PROGRESS PAYMENTS
A. Conditions to Progress Payments
Contractor shall submit its Application for Payment to the Director, using such forms as required by
City, once a month on or before the first (1st) Day of the month following the month in which the
Work that is the subject of such Application for Payment was performed. Without limitation to any
other provisions of the Contract Documents, the following shall be conditions precedent to a proper
submission and to the Director approval of each Application for Payment:
1. Submission of a Schedule of Values that reflects the percentages of completion either agreed
to or determined by Director in accordance with Paragraph 7.03-B, above;
2. Submission of the Contractor's certification required by Paragraph 7.03-C, above;
3. Submission of conditional releases of stop notice, if any, and bond rights upon progress
payment, complying with California Civil Code Section 8132, for all Work performed during the
time period covered by the current Application for Payment, signed by Contractor, its
Subcontractors of every tier, and all material suppliers to each, and (2) forms of unconditional
release of stop notice and bond rights upon progress payment, complying with California Civil
Code Section 8134 for all Work performed during the time period covered by the previous
Application for Payment, signed by Contractor, its Subcontractors of every tier and all material
suppliers to each;
4. Compliance by Contractor with its obligation for maintenance of As-Builts as required by the
Contract Documents;
5. Compliance by Contractor with its obligation for submission of monthly and daily reports as
required by the Contract Documents;
6. Compliance by Contractor with its obligations for submission of scheduling information and
updating of the Construction Schedule as required by Article 4, above and other provisions of
the Contract Documents pertaining to preparation or updating of schedule information;
7. Submission of certified payroll records as required by the Contract Documents;
8. Submission of certifications by Contractor and each Subcontractor as required by applicable
collective bargaining agreements certifying that all employee benefit contributions due and
Page 51 of 117
..
..
Item 17 Page 52 of 192
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.
Rejection by CityC.
D.
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.
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 52 of 117
..
..
Item 17 Page 53 of 192
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 53 of 117
..
..
Item 17 Page 54 of 192
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.
D.
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.
Contractor Payment Warranty
Submission of an Application for Payment shall constitute a representation and warranty by
Contractor that:
Page 54 of 117
..
..
Item 17 Page 55 of 192
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 55 of 117
..
..
Item 17 Page 56 of 192
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.
Release of WithholdingB.
C.
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.
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 56 of 117
..
..
Item 17 Page 57 of 192
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 57 of 117
..
..
Item 17 Page 58 of 192
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 58 of 117
..
..
Item 17 Page 59 of 192
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 59 of 117
..
..
Item 17 Page 60 of 192
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:
Name:
Date:
Title:
Company
C.
D.
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.
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 60 of 117
..
..
Item 17 Page 61 of 192
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 61 of 117
..
..
Item 17 Page 62 of 192
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
8.04
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.
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 62 of 117
..
..
Item 17 Page 63 of 192
C.
D.
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.
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.
B.
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.
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 63 of 117
..
..
Item 17 Page 64 of 192
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 64 of 117
..
..
Item 17 Page 65 of 192
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.
2.
3.
For structures, submit all shop, setting, equipment, miscellaneous iron and reinforcement
drawings and schedules necessary.
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.
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
Safety plans required by Article 1010.
9.02
9.03
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.
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 65 of 117
..
..
Item 17 Page 66 of 192
9.04 SHOP DRAWINGS
A.
B.
C.
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.
All shop drawing prints shall be made in blue or black line on white background. Reproductions of
City/Contract Drawings are not acceptable.
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
9.07
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.
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.
C.
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.
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 66 of 117
..
..
Item 17 Page 67 of 192
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.
4.
Complete instructions regarding operation and maintenance of all equipment involved.
Complete nomenclature of all replaceable parts, their part numbers, current cost, and name
and address of nearest vendor of parts.
5.
6.
Copy of all guarantees and warranties issued.
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.
C.
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).
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
9.11
SUBMITTALS QUANTITIES
A.Submit one (1) copy via email to lmelendez@cityofvernon.org 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.
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.
C.
Name of project as it appears in the Contract Documents and Specification No.
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.
Page 67 of 117
..
..
Item 17 Page 68 of 192
E.For samples, indicate the source of the sample.
9.12 SCHEDULE OF SUBMITTALS
A.
B.
C.
Submit initial schedule of submittals within five (5) Working Days after the Issuance Date on Notice to
Proceed.
Submit revised schedule of submittals within five (5) Working Days after date of request from the
Director.
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.
C.
In scheduling, allow at least 15 Working Days for the Director’s review, plus the transit time to and from
the City office.
Manuals shall be submitted prior to performing functional tests.
9.15 APPROVAL BY CITY
A.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 to Contractor via email for re-submittal if incomplete or unacceptable.
B.Submittals marked "Approved as Noted" need not be resubmitted, but the notes shall be followed.
Page 68 of 117
..
..
Item 17 Page 69 of 192
C.
D.
If submittal is returned for correction, it will be marked to indicate what is unsatisfactory.
Resubmit one (1) original hard copy and one (1) electronic copy (via email to
lmelendez@cityofvernon.org) of the revised drawings or data as indicated.
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 69 of 117
..
..
Item 17 Page 70 of 192
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.
C.
Sanitary Facilities. The Contractor shall furnish and maintain sanitary facilities by the worksites for the
entire construction period.
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 70 of 117
..
..
Item 17 Page 71 of 192
may result in actions as provided in Article 5: “Suspension or Termination of Contract.”
Material Safety Data SheetC.
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.
C.
D.
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.
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.
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 71 of 117
..
..
Item 17 Page 72 of 192
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.
I.
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.
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 California Manual on Uniform Traffic
Control Devices (MUTCD), published by BNi Books, and as directed and approved by the City
Engineer.
B.
C.
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.
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 Engineer and all
agencies having jurisdiction.
Contractor shall immediately notify the Director, the City Engineer and the agencies having jurisdiction
of occurrences that necessitate modification of the approved traffic control plan.
D.Contractor’s failure to comply with this provision may result in actions as provided in Article 5:
“Suspension or Termination of Contract” of these General Conditions.
10.05 TRAFFIC CONTROL DEVICES
A. Traffic signs, flashing lights, barricades and other traffic safety devices used to control traffic shall
conform to the requirements of the California Manual on Uniform Traffic Control Devices (MUTCD)
Page 72 of 117
..
..
Item 17 Page 73 of 192
and as approved by the City Engineer.
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.
B.
C.
D.
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.
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.
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.
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.
F.
G.
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.
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.
Convenient access to driveways and buildings in the vicinity of Work shall be maintained as much as
possible. Temporary approaches to, and crossing of, intersecting traffic lanes shall be provided and
Page 73 of 117
..
..
Item 17 Page 74 of 192
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 State of 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 74 of 117
..
..
Item 17 Page 75 of 192
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.
B.
Bodily injury, emotional injury, sickness or disease, or death to any persons;
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.
E.
F.
Failure of Contractor or its Subcontractors to comply with the provisions for insurance;
Failure to comply with any Governmental Approval or similar authorization or order;
Misrepresentation, misstatement, or omission with respect to any statement made in or any document
furnished by the Contractor in connection therewith;
G.
H.
I.
Breach of any duty, obligation, or requirement under the Contract Documents;
Failure to provide notice to any Party as required under the Contract Documents;
Failure to protect the property of any utility provider or adjacent property owner; or
Failure to make payment of all employee benefits.J.
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 75 of 117
..
..
Item 17 Page 76 of 192
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 76 of 117
..
..
Item 17 Page 77 of 192
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.
B.
Are separate and independent from the indemnification and defense provisions in Article 12 of the
Agreement; and
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 77 of 117
..
..
Item 17 Page 78 of 192
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 78 of 117
..
..
Item 17 Page 79 of 192
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 79 of 117
..
..
Item 17 Page 80 of 192
ARTICLE 14 - LABOR PROVISIONS
14.01 WORKING HOURS
A.
B.
C.
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.
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.
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.
C.
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.
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 80 of 117
..
..
Item 17 Page 81 of 192
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 from the City at its Public Works Department, which shall be
made available to any interested party upon request; or 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
Page 81 of 117
..
..
Item 17 Page 82 of 192
keep an accurate payroll record, showing the name, address, social security number, Work
classification, straight time and overtime hours worked each day and week, and the actual per
diem wages paid to each journeyman, apprentice, worker or other employee employed in
connection with the Work. The payroll records shall be certified and shall be available for
inspection.
2. The Contractor shall inform the City of the location of the payroll records, including the street
address, city and county, and shall, within five (5) Working Days, provide a notice of change in
location and address.
3. Upon request by the Director, the Contractor shall provide a copy of the certified payroll records
along with a statement of compliance.
14.05 APPRENTICESHIP STANDARDS
A.Compliance with California Labor Code Section 1777.5 requires all public works contractors and
subcontractors to:
1.
2.
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.
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.
4.
Pay the apprentice rate on public works projects only to those apprentices who are
registered, as defined in Labor Code Section 3077.
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.
C.
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.
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 82 of 117
..
..
Item 17 Page 83 of 192
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 supervisors 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 83 of 117
..
..
Item 17 Page 84 of 192
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.
C.
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.
Claims Defined
The term “claims” as used herein shall be as defined in California Public Contract Code § 9204(c)(1).
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 84 of 117
..
..
Item 17 Page 85 of 192
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.Required Provisions On Contract Claim Resolution Under California Law
If a Claim is not resolved by the steps described in this Article 15(A) and 15(B), Public Contract Code
Section 9204 specifies required provisions on resolving contract Claims of any size, and Public Contract
Code Section 20104, et seq., specifies required provisions on resolving contract Claims less than
$375,000. Those statutes constitute a part of this Contract. In the event any other Contract provision
violates such statutes, the applicable statute controls. Public Contract Code Section 9204 provides:
•For the purposes of this section, “Claim” means a separate demand by Contractor for (1) a time
extension, (2) payment or money or damages arising from Work done by or on behalf of Contractor
arising under the contract documents and payment of which is not otherwise expressly provided
for or the claimant is not otherwise entitled to, or (3) an amount the payment of which is disputed
by the City.
•Upon receipt of a Claim the City shall conduct a reasonable review of the Claim and within 45
days, or if the City’s governing body must approve the City’s response to the Claim and the
governing body has not met within the 45 days, then within three (3) days of the Agency’s meeting,
shall provide Contractor with a written statement identifying what portion of the Claim is disputed
and what portion is undisputed. Should the City take no action on the Claim within 45 days of
submission, it shall be deemed denied.
•
•
If the Contractor disputes the City’s response to its Claim, including a failure to respond, it may
submit via registered mail or certified mail, return receipt requested, a written demand for an
informal conference to meet and confer for settlement of the issues in dispute. The City shall
schedule such a meet and confer conference within 30 days for settlement of the dispute. Within
ten (10) days of the meet and confer conference the City shall provide Contractor with a written
statement identifying the portion of the Claim that remains in dispute and the portion that is
undisputed. If the Contractor disputes the City’s statement, it shall inform the City and they shall
mutually agree to a mediator within 10 business days of the written statement.
The City shall pay the undisputed portions of the Claim within 60 days of the issuance of a written
statement identifying an undisputed portion.
Page 85 of 117
..
..
Item 17 Page 86 of 192
•Any disputed portion of the Claim, as identified by the Contractor in writing, shall be submitted to
nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The
City and Contractor shall mutually agree to a mediator within 10 business days after the disputed
portion of the Claim has been identified in writing. If the parties cannot agree upon a mediator,
each party shall select a mediator and those mediators shall select a qualified neutral third party
to mediate with regard to the disputed portion of the Claim. Each party shall bear the fees and
costs charged by its respective mediator in connection with the selection of the neutral mediator.
If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to
applicable procedures outside this section.
•For Claims under $375,000, unless the parties agree otherwise in writing, mediation pursuant to
these provisions shall excuse the mediation obligation under Public Contracting Code section
20104.4(a).
•
•
The parties may mutually agree, in writing, to waive the mediation requirements of this subsection
and proceed to the commencement of a civil action.
Failure by the City to respond to a Claim from Contractor within the time periods described in this
subdivision or to otherwise meet the time requirements of this section shall result in the Claim
being deemed rejected in its entirety. A Claim that is denied by reason of the City’s failure to have
responded to a Claim, or its failure to otherwise meet the time requirements of this section, shall
not constitute an adverse finding with regard to the merits of the Claim or the responsibility or
qualifications of the Contractor.
•
•
Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per
annum.
If a Subcontractor or a lower tier subcontractor lacks legal standing to assert a Claim against the
City because privity of contract does not exist, the Contractor may present to the City a Claim on
behalf of a Subcontractor or lower tier subcontractor. A Subcontractor may request in writing, either
on his or her own behalf or on behalf of a lower tier subcontractor, that the Contractor present a
Claim for work which was performed by the Subcontractor or by a lower tier subcontractor on
behalf of the Subcontractor. The Subcontractor requesting that the Claim be presented to the
public entity shall furnish reasonable documentation to support the Claim. Within 45 days of receipt
of this written request, the Contractor shall notify the Subcontractor in writing as to whether the
Contractor presented the Claim to the City and, if the original Contractor did not present the Claim,
provide the Subcontractor with a statement of the reasons for not having done so.
•Nothing in this section shall impose liability upon the City that makes loans or grants available
through a competitive application process, for the failure of an awardee to meet its contractual
obligations.
Public Contract Code Section 20104, et seq., provides:
•For the purposes of this section, “Claim” means a separate demand by Contractor of $375,000 or
less for (1) a time extension, (2) payment or money or damages arising from Work done by or on
behalf of Contractor arising under the Contract Documents and payment of which is not otherwise
expressly provided for or the claimant is not otherwise entitled to, or (3) an amount the payment of
which is disputed by the City. Claims that together total more than $375,000 do not qualify as a
“separate demand of $375,000 or less,” and are not subject to this section.
Page 86 of 117
..
..
Item 17 Page 87 of 192
•
•
A voucher, invoice, payment application, or other routine or authorized form of request for payment
is not a Claim for purposes of this section. If such request is disputed as to liability or amount, then
the disputed portion of the submission may be converted to a Claim under this section by
submitting a separate Claim in compliance with Contract Documents Claim submission
requirements.
Caution. This section does not apply to tort Claims, and nothing in this section is intended nor
shall be construed to change the time periods for filing tort Claims or actions specified by Chapter
1 and Chapter 2 of Part 3 of Division 3.6 of Title 1 of the California Government Code.
•
•
The Claim must be in writing, submitted in compliance with all requirements of the Contract
Documents.
For Claims of fifty thousand dollars ($50,000) or less, the City shall respond in writing within forty-
five (45) days of receipt of the Claim, or the City may request in writing within thirty (30) days of
receipt of the Claim, any additional documentation supporting the Claim or relating to any defenses
or Claims the City may have against claimant. If additional information is thereafter required, it shall
be requested and provided in accordance with this section upon mutual agreement of the City and
claimant. The City’s written response to the Claim, as further documented, shall be submitted to
claimant within fifteen (15) days after receipt of further documentation or within a period of time no
greater than taken by claimant in producing the additional information, whichever is greater.
•For Claims over Fifty Thousand Dollars ($50,000) and less than or equal to $375,000: the City
shall respond in writing within sixty (60) days of receipt of the Claim, or the City may request in
writing within thirty (30) days of receipt of the Claim, any additional documentation supporting the
Claim or relating to any defenses or Claims the City may have against claimant. If additional
information is thereafter required, it shall be requested and provided in accordance with this
section, upon mutual agreement of the City and claimant; the City’s written response to the Claim,
as further documented, shall be submitted to claimant within thirty (30) days after receipt of further
documentation or within a period of time no greater than taken by claimant in producing the
additional information, whichever is greater.
•Meet and Confer: If claimant disputes the City’s written response, or the City fails to respond within
the time prescribed above, claimant shall notify the City, in writing, either within fifteen (15) days of
receipt of the City’s response or within fifteen (15) days of the City’s failure to timely respond, and
demand an informal conference to meet and confer for settlement of the issues in dispute. Upon
demand the City will schedule a meet and confer conference within thirty (30) days for settlement
of the dispute.
Following the meet and confer conference described herein, if the Claim or any portion remains in
dispute, claimant may file a Claim as provided in Chapter 1 (commencing with Section 900) and Chapter
2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the California Government Code.
For purposes of those provisions, the running of the period of time within which a Claim must be filed
shall be tolled from the time claimant submits its written Claim as set forth herein, until the time that
Claim is denied as a result of the meet and confer process, including any period of time utilized by the
meet and confer process.
Page 87 of 117
..
..
Item 17 Page 88 of 192
D.Legal Proceedings
If the Claim is not resolved by the procedures described in this Article 15 (A), 15 (B) and 15 (C) above,
then the party wishing to further pursue resolution or determination of the Claim may 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 88 of 117
..
..
Item 17 Page 89 of 192
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 89 of 117
..
..
Item 17 Page 90 of 192
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 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 90 of 117
..
..
Item 17 Page 91 of 192
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.
C.
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.
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 91 of 117
..
..
Item 17 Page 92 of 192
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.
B.
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.
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 92 of 117
..
..
Item 17 Page 93 of 192
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 93 of 117
..
..
Item 17 Page 94 of 192
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 94 of 117
..
..
Item 17 Page 95 of 192
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 95 of 117
..
..
Item 17 Page 96 of 192
Documents except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
2. For those obligations of Principal that survive Final Completion of the Work described in the Contract and Contract Documents,
the guarantees in this Bond also survive Final Completion of the Work.
3. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall
promptly: (a) remedy the default; (b) complete the Project according to the Contract Documents’ terms and conditions then
in effect; or (c) using a procurement methodology approved by City, select a contractor or contractors acceptable to City to
complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available, as the
Work progresses, sufficient funds to pay the cost of completion less the balance of the Contract Sum, and to pay and perform
all obligations of Principal under the Contract and Contract Documents including other costs and damages for which Surety
is liable under this Bond except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
4. An alteration, modification, change, addition, deletion, omission, agreement, or supplement to the Contract, Contract
Documents, or the nature of the Work performed under the Contract or Contract Documents including, without limitation, an
extension of time for performance does not, in any way, affect Surety’s obligations under this Bond. Surety waives any notice
of alteration, modification, change, addition, deletion, omission, agreement, supplement, or extension of time.
5. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
6. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
7. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay in addition to the Bonded
Sum City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
8. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
[Signatures to this Exhibit 1, Performance Bond, Begin on Next Page].
Page 96 of 117
..
..
Item 17 Page 97 of 192
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)
(Signature)
(Company Name)
(Signature)
By:By:
(Name and Title)(Name and Title)
Address for Serving Notices or Other Documents:Address for Serving Notices or Other Documents:
CORPORATE SEAL CORPORATE SEAL
.
.
.
.
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
AMOUNT OF BONDED SUM:
APPROVED AS TO FORM:
By:By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
Page 97 of 117
..
..
Item 17 Page 98 of 192
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA
COUNTY OF
)
) ss
)
On this day of , 20 ,
before me,
appeared
(name), a Notary Public for said County, personally
(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 98 of 117
..
..
Item 17 Page 99 of 192
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 99 of 117
..
..
Item 17 Page 100 of 192
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 100 of 117
..
..
Item 17 Page 101 of 192
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)
(Signature)
(Company Name)
(Signature)
By:By:
(Name and Title)(Name and Title)
Address for Serving Notices or Other Documents:Address for Serving Notices or Other Documents:
CORPORATE SEAL CORPORATE SEAL
.
.
.
.
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
AMOUNT OF BONDED SUM:
APPROVED AS TO FORM:
By:By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
Page 101 of 117
..
..
Item 17 Page 102 of 192
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA
COUNTY OF
)
) ss
)
On this day of , 20 ,
before me,
appeared
(name), a Notary Public for said County, personally
(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
as principal, and his/he own name as attorney in fact.
thereto
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 102 of 117
..
..
Item 17 Page 103 of 192
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 103 of 117
..
..
Item 17 Page 104 of 192
1. When City declares that Principal is in default under the Contract, or Contract Documents, or both, Surety shall promptly
remedy the default using a procurement methodology approved by City, select a contractor or contractors acceptable to City
to complete all of the Work, and arrange for a contract between the contractor(s) and City. Surety shall make available
sufficient funds to pay the cost of repair or replacement of any and all Work and to pay and perform all obligations of Principal
under the Contract and Contract Documents including other costs and damages for which Surety is liable under this Bond
except that Surety’s total obligation, as described here, will not exceed the Bonded Sum.
2. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and
remain in full force and effect.
3. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms
of said Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any manner
affect its obligations on this bond, and it does hereby waive notice of any such change, extension, alteration, or addition.
4. Surety’s obligations under this Bond are separate, independent from, and not contingent upon any other surety’s guaranteeing
Principal’s faithful performance of the Work.
5. No right of action accrues on this Bond to any entity other than City or its successors and assigns.
6. If an action at law or in equity is necessary to enforce or interpret this Bond’s terms, Surety must pay, in addition to the Bonded
Sum, City’s reasonable attorneys’ fees and litigation costs, in an amount the court fixes.
7. Surety shall mail City written notice at least 30 days before: (a) the effective date on which the Surety will cancel, terminate,
or withdraw from this Bond; or (b) this Bond becomes void or unenforceable for any reason.
8. Death of the Principal shall not relieve Surety of its obligations hereunder.
[Signatures to this Exhibit 3, Maintenance Bond, Begin on Next Page].
Page 104 of 117
..
..
Item 17 Page 105 of 192
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)
(Signature)
(Company Name)
(Signature)
By:By:
(Name and Title)(Name and Title)
Address for Serving Notices or Other Documents:Address for Serving Notices or Other Documents:
CORPORATE SEAL CORPORATE SEAL
.
.
.
.
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
AMOUNT OF BONDED SUM:
APPROVED AS TO FORM:
By:By:
Daniel Wall, Director of Public Works Zaynah N. Moussa, City Attorney
Page 105 of 117
..
..
Item 17 Page 106 of 192
BOND ACKNOWLEDGMENT
FOR
SURETY’S ATTORNEY-IN-FACT
STATE OF CALIFORNIA
COUNTY OF
)
) ss
)
On this day of , 20 ,
before me,
appeared
(name), a Notary Public for said County, personally
(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 117
..
..
Item 17 Page 107 of 192
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)
(b)
ONE MILLION DOLLARS ($1,000,000) per accident for bodily injury or disease;
ONE MILLION DOLLARS ($1,000,000) per employee for bodily injury or disease;
and
(c)ONE MILLION DOLLARS ($1,000,000) policy limit.
The policy shall be endorsed to waive all rights of subrogation against the City, its directors, commissioners, officers,
employees, and volunteers for losses arising from performance of this Agreement.
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)TWO MILLION DOLLARS ($2,000,000) per occurrence for bodily injury (including
accidental death) to any one person;
(b)TWO MILLION DOLLARS ($2,000,000) per occurrence for personal and
advertising injury to any one person;
(c)
(d)
TWO MILLION DOLLARS ($2,000,000) per occurrence for property damage; and
FOUR MILLION DOLLARS ($4,000,000) 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);
Page 107 of 117
..
..
Item 17 Page 108 of 192
(b)
(c)
(d)
Independent Contractor’s Protective;
Independent Contractors;
Products and Completed Operations (maintain same limits as above until five (5)
years after recordation of Notice of Completion);
(e)
(f)
Personal and Advertising Injury (with Employer’s Liability Exclusion deleted);
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)TWO MILLION DOLLARS ($2,000,000) per occurrence for bodily injury (including
accidental death) to any one person; and
(b)
(c)
TWO MILLION DOLLARS ($2,000,000) per occurrence for property damage; or
TWO MILLION DOLLARS ($2,000,000) combined single limit.
D.Contractors Pollution Liability Insurance (CPL)
1.Contractor or Subcontractor shall obtain, pay for, and maintain for the duration of the
Contract Contractors Pollution Liability insurance that provides coverage for liability caused
by pollution conditions arising out of the operations of the Contractor. Coverage shall be
included on behalf of the insured for covered claims arising out of the actions of independent
contractors. If the insured is using Subcontractors, the policy must include work performed
“by or on behalf” of the insured.
2.The policy limit shall provide coverage of no less than one million dollars ($1,000,000) per
claim and in the aggregate. Coverage shall apply to bodily injury; property damage,
including loss of use of damaged property or of property that has not been physically inured;
cleanup costs; and costs of defense, including costs and expenses incurred in the
Page 108 of 117
..
..
Item 17 Page 109 of 192
investigation, defense, or settlement of claims.
3.All activities contemplated in the Contract shall be specifically scheduled on the CPL policy
as “covered operations.” In addition, the policy shall provide coverage for the hauling of
waste from the Project site to the final disposal location, including non-owned disposal sites.
4.The policy shall specifically provide for a duty to defend on the part of the insurer. City, its
officers, employees and agents shall be added to the policy as additional insureds by
endorsement.
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”);
Domiciled within, and organized under the laws of, a State of the United States; and
Carry an A.M. Best & Company minimum rating of “A:VII”.
2.
3.
B.Continuation Coverage. For insurance coverages that are required to remain in force after the
Final Payment, and if reasonably available, Contractor shall submit to City, with the final Application for Payment, all
certificates and additional insured endorsements evidencing the continuation of such coverage.
C.Deductibles or Self-Insured Retentions. All deductibles or self-insured retentions are subject to
City’s review and approval, in its sole discretion.
D.Commercial General Liability and Business Automobile insurance policies must be written on an
“occurrence” basis and must add the City of Vernon and its officers, agents, employees and representatives as
additional insureds.
E.Contractor’s Insurance Primary. Other insurance (whether primary, excess, contingent or self-
insurance, or any other basis) available to City, or its representatives, or both, is excess over Contractor’s insurance.
City’s insurance, or self-insurance, or both, will not contribute with Contractor’s insurance policy.
F.Waiver of Subrogation. Contractor and Contractor’s insurance company waive— and shall not
exercise— any right of recovery or subrogation that Contractor or the insurer may have against City, or its
representatives, or both.
G.Separation of Insureds. Contractor’s insurance policy applies separately to each insured or
additional insured who is seeking coverage, or against whom a claim is made or suit is brought, except that the
naming of multiple insureds will not increase an insurance company’s limits of liability.
H.Claims by Other Insureds. Contractor’s insurance policy applies to a claim or suit brought by an
additional insured against a Named Insured or other insured, arising out of bodily injury, personal injury, advertising
injury, or property damage.
I.Premiums. City is not liable for a premium payment or another expense under Contractor’s policy.
Page 109 of 117
..
..
Item 17 Page 110 of 192
J.At any time during the duration of this Contract, City may do any one or more of the following:
1.
2.
Review this Agreement’s insurance coverage requirements;
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.
2.
Meets, and fully complies with, this Agreement’s insurance requirements; and
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
Page 110 of 117
..
..
Item 17 Page 111 of 192
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.
2.
3.
“Certificate of Insurance”
“Additional Insured Endorsement”
Subrogation Endorsement: “Waiver of Transfer to Rights of Recover Against Others”
Both Certificates of Insurance and Additional Insured Endorsements must read as follows: “The City of Vernon,
and its officers, agents, employees and representatives are included as additional insureds under the policy(s). This
insurance is primary to all other insurance of the City. The City’s insurance and self-insurance will apply in excess of,
and will not contribute with this insurance. This insurance applies separately to each insured or additional insured who
is seeking coverage, or against whom a claim is made or a suit is brought. The issuing company shall mail thirty (30)
days advance notice to the City for any policy cancellation, termination, non-renewal, or reduction in coverage.”
C.Required Submittals for Workers’ Compensation Insurance. Contractor shall provide City with a
certificate of insurance and a subrogation endorsement on forms satisfactory to the City Attorney or City’s Risk
Manager, and signed by the insurance carrier or its authorized representative – which fully meet the requirements of,
and contain provisions entirely consistent with, this Contract’s workers compensation insurance requirements. If
Contractor is self-insured for workers’ compensation, a copy of the “Certificate of Consent to Self-insure” from the
State of California is required; or if Contractor is lawfully exempt from workers’ compensation laws, an “Affirmation of
Exemption from Labor Code §3700” form is required.
D.Required Evidence of Builder’s Risk Coverage. City will provide a certificate of insurance and a
declarations page on a form satisfactory to the City Attorney or City’s Risk Manager, and signed by the insurance carrier
or its authorized representative. The policy terms must fully meet the requirements of, and contain provisions entirely
consistent with, all of the insurance requirements set forth herein. The City shall be named as a loss payee on the
insurance policy for the full replacement value of all buildings, structures, fixtures and materials to be constructed,
maintained, repaired or supplied pursuant to this Contract.
E.Contractor agrees to monitor and review all such coverage and assumes all responsibility for
ensuring that all required coverage is provided. Contractor agrees to obtain certificates evidencing such coverage.
F.Contractor agrees to provide immediate notice to City of any claim or loss against Contractor that
includes City or any other indemnitee as a defendant. City assumes no obligation or liability by such notice, but has the
right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City.
G.No liability policy shall contain any provision or definition that would serve to eliminate so-called “third
party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or
subcontractor.
Page 111 of 117
..
..
Item 17 Page 112 of 192
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 117
..
..
Item 17 Page 113 of 192
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 117
..
..
Item 17 Page 114 of 192
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 117
..
..
Item 17 Page 115 of 192
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:
Print Name:
Title:
Date: ___________________
Page 115 of 117
..
..
Item 17 Page 116 of 192
EXHIBIT B
SPECIAL PROVISIONS
SPECIFIC FOR THIS PROJECT
Page 116 of 117
..
..
Item 17 Page 117 of 192
EXHIBIT B – SPECIAL PROVISIONS
SPECIFIC FOR THIS PROJECT
Citywide Striping and Pavement Markings
FY22-23
Contract No. 20230179
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
1
..
..
Item 17 Page 118 of 192
Table of Contents
A. General..................................................................................................................................................3
1.
2.
3.
4.
5.
6.
7.
8.
9.
Scope of Work..................................................................................................................................3
Specifications ...................................................................................................................................3
Length of Contract ...........................................................................................................................3
Liquidated Damages.........................................................................................................................3
Delays and Extensions of time.........................................................................................................3
Quality of Work................................................................................................................................4
Unit Prices........................................................................................................................................4
Extra Work .......................................................................................................................................4
Compliance with Laws, Regulations, and Safe Practices .................................................................4
B. Construction Phase Specifications........................................................................................................4
1.
2.
3.
4.
5.
6.
7.
8.
9.
Scheduling of Work..........................................................................................................................4
Material Submittals..........................................................................................................................5
Weather Limitations ........................................................................................................................5
Construction Hours..........................................................................................................................5
Traffic Control ..................................................................................................................................5
Protection of the Public ...................................................................................................................6
Noise Restrictions ............................................................................................................................6
Construction Order of Work ............................................................................................................7
Character of Workers.......................................................................................................................7
10. Examination of Site ..........................................................................................................................7
11. Mobilization .....................................................................................................................................7
12. Dust Control.....................................................................................................................................8
13. Best Management Practices (BMP’s)...............................................................................................8
14. Cleaning of Site During Construction...............................................................................................8
15. Sanitary Facilities .............................................................................................................................8
16. Final Cleaning of Site and Restoration.............................................................................................8
17. Contractor Responsibility.................................................................................................................8
C. Material Specifications..........................................................................................................................9
1.Striping Improvements ....................................................................................................................9
a. General..........................................................................................................................................9
b. Paint Materials..............................................................................................................................9
c. Stencils ........................................................................................................................................10
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
2
..
..
Item 17 Page 119 of 192
A.General
1. Scope of Work
This project consists of furnishing and installing traffic striping, pavement markers, and
pavement markings (legends) over existing traffic striping per Attachments “A” and “B”
incorporated into this Agreement by this reference.
2. 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 (2022 Edition), latest edition of the
California Manual on Uniform Traffic Control Devices (MUTCD), 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 (2022
Edition) shall be referred to hereafter as the Caltrans Standard Plans.
3. Length of Contract
All work in this project shall be completed within thirty (30) calendar days from the Notice to
Proceed.
4. 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 Standards Specifications, the Contractor shall pay to the agency, or have withheld from
monies due it, the sum of two hundred and fifty ($250) per calendar day.
5. 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.
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 Engineer. The length of contract
time stipulated includes any time which may be required to obtain materials, equipment and
labor, and the Contractor in submitting a bid shall be deemed to have ascertained the availability
of materials, equipment and labor and considered same in his/her proposed construction
schedule.
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
3
..
..
Item 17 Page 120 of 192
6. 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 Engineer, whether a cause is
determined or not shall be repaired or replaced by the Contractor at his/her expense.
7. 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.
8. 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.
2.
3.
4.
Labor 33%
15%
15%
15%
Materials
Equipment Rental
Other Items and Expenditures
• 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.
9. Compliance with Laws, Regulations, and Safe Practices
The Contractor shall perform all work in a safe, competent manner and in accordance with all
federal, state, and local statues, regulations, ordinances, rules, and governmental orders. The
Contractor will be solely and completely responsible for the conditions of the job site, including
safety of all persons and property during performance of the work. This requirement will apply
continuously and not be limited to normal working hours. Inspection of the Contractor's
performance by the City, its agents, or employees is not intended to include review of the
adequacy of the Contractor's safety measures in or near the job site.
B.Construction Phase Specifications
1. Scheduling of Work
The Contractor shall submit his/her work schedule to the City Engineer prior to the pre-
construction meeting. The construction schedule shall show the sequence of work, critical path
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
4
..
..
Item 17 Page 121 of 192
and estimated time for completion of each segment of work. This schedule must be reviewed
and accepted by the City Engineer 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
Engineer 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
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 be completed Monday through Friday between the hours of 9:00 pm to 5:00 am.
5. Traffic Control
Contractor shall provide all necessary traffic control and no extra compensation will be paid to
the contractor.
The Contractor shall comply with Section 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 Engineer to ensure safe passage of traffic.
The following provisions shall apply unless otherwise directed by the City Engineer.
•Traffic control shall be conducted in accordance with the latest edition of the California
Manual on Uniform Traffic Control Devices (MUTCD).
• Traffic Control Work shall include all labor, materials, tools, equipment, transportation
and incidentals necessary to maintain and control all vehicular and pedestrian traffic
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
5
..
..
Item 17 Page 122 of 192
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.
• The posting of "NO PARKING" signs within the construction limits is permitted with the
approval of the City Engineer. "NO PARKING" signs shall contain a "TOW AWAY" warning.
These signs shall be furnished and maintained by the Contractor and shall be of the type
approved by the City Engineer. Each sign posted shall have the date and time indicating
the duration of the "NO PARKING" prohibition printed clearly in a manner acceptable to
the City Engineer. New signs shall be posted when changes occur in the parking
prohibitions indicated on the previously posted signs. Signs must be posted at least
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 Engineer. 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 Engineer 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. 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 Engineer, 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 Engineer will order the Contractor
to provide a remedy for the condition. If the Contractor fails to act on the situation within a
reasonable time period as determined by the City Engineer, or in the event of an emergency
situation, the City Engineer may provide suitable protection by causing such work to be done and
material to be furnished as, in the opinion of the City Engineer, may seem reasonable and
necessary. The cost and expense of all repairs (including labor and materials) as are deemed
necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency
repairs will be deducted from the final payment due to the Contractor.
7. 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:
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
6
..
..
Item 17 Page 123 of 192
• 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.
8. 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 Engineer 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 Engineer, 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
Engineer 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 Engineer. Material and equipment placed
on public streets, sidewalks and on the construction areas shall be used the same day.
9. Character of Workers
If any subcontractor or person employed by the Contractor shall fail or refuse to carry out
directions of the City Engineer or shall appear to the City Engineer 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 Engineer, and such person shall not be reemployed on the
work. If said individual has an ownership interest in the contracting entity, the City Engineer will
serve written notice upon the Contractor and the Surety providing the faithful performance
bond, in accordance with Section 6-8, "Termination of the Contractor by Default" of the Standard
Specifications, demanding complete and satisfactory compliance with the Contract.
10. 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.
11. 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.
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
7
..
..
Item 17 Page 124 of 192
12. Dust Control
Throughout all phases of construction, including suspension of work, and until final acceptance
of the project, the Contractor shall abate dust nuisance by cleaning, sweeping and sprinkling
water, or other means as necessary when requested by the City. Failure of the Contractor to
comply with the City Engineer 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.
13. 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.
14. 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.
15. 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.
16. 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.
17. 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 Engineer.
The Contractor shall perform process and quality control sampling and testing and exercise
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
8
..
..
Item 17 Page 125 of 192
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 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.
C.Material Specifications
1. Striping Improvements
a. General
Furnishing and installing traffic striping, pavement markers, and pavement markings
(legends) shall conform to Section 214 of the Standard Specifications and/or the provision
in Section 84 “Traffic Stripes and Pavement Markings”, and in Section 85, “Pavement
Markers” of the Caltrans Standard Specifications. Once the submittals have been approved
by the City, the striping of all the street shall be installed with one coat of water based Ennis
paint with beads. Traffic striping shall be placed upon the finished asphalt concrete or PCC
pavement surface per the existing conditions. The Contractor shall be responsible for the
completeness and accuracy of the layout and re-striping to the satisfaction of the City.
A blue retro reflective raised pavement marker per Caltrans Traffic Manual Section 6-03.4,
Figure 6-44 shall be placed at all fire hydrant locations where needed.
Caltrans Standard Plans (2022 Edition) shall apply to all lane line striping, pavement
markings, legends, turn arrows, numbers etc. The Contractor shall provide all required
templates/stencils at no additional cost to the City of Vernon.
b. Paint Materials
Furnishing and installing traffic striping, pavement markers, and pavement markings
(legends) shall conform to Section 214 of the STANDARD SPECIFICATIONS FOR PUBLIC
WORKS CONSTRUCTION “GREENBOOK” (2022 Edition and supplements) and/or the
provision in Section 84 “Traffic Stripes and Pavement Markings”, and in Section 85,
“Pavement Markers” of the Cal Trans State Specifications. The paint to be used on all work
done under this contract shall be Ennis Paint Company, water-based traffic paint, 8010-
20MAX white and 8010-20MAX lead-free yellow and shall conform to the Standard
Specifications Section 214. Paint shall be installed per manufacturer’s instructions and the
Special Provisions.
Beads Materials:
• Beads shall be colorless and free from milkiness.
• No. 2 beads shall be used.
• Beads shall be kept in a dry storage to prevent moisture absorption.
• Beads shall be applied uniformly at the rate of five (5) pounds to seven (7) pounds
of beads per gallon of paint.
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
9
..
..
Item 17 Page 126 of 192
• Beads shall be uniformly heated to not less than eighty (80) degrees Fahrenheit
when applied.
The cost of all paints, beads, other material and equipment required to complete the job
must be included in the respective lump sum bid item, and no extra compensation will
be paid to the contractor.
c. Stencils
Contractor shall provide stencils for all pavement markings (legends) per the 2022 Edition
of the Caltrans Standard Plans at no additional cost to the City of Vernon.
EXHIBIT B – SPECIAL PROVISIONS
Contract No. 20230179
10
..
..
Item 17 Page 127 of 192
ATTACHMENT "A"
STREET27TH
45TH ST.
46TH ST.
53RD STREET
54TH STREET55THSTREET
STREET
55TH STREET
56TH STREET
57TH STREET
58TH STREET
57TH SCALE IN FEET
60002005SLAUSONAVESLAUSONAVENUECITY OF VERNON LEGEND:STRIPING IMPROVEMENTSCITYWIDE STRIPING ANDPAVEMENT MARKINGSFY22-23..
..
Item 17 Page 128 of 192
ATTACHMENT "B"
..
..
Item 17 Page 129 of 192
EXHIBIT CEQUAL EMPLOYMENT OPPORTUNITYPRACTICES PROVISIONSA. Contractor certifies and represents that, during the performance of this Agreement, the contractor and eachsubcontractor shall adhere to equal opportunity employment practices to assure that applicants and employeesare treated equally and are not discriminated against because of their race, religious creed, color, nationalorigin, ancestry, handicap, sex, or age. Contractor further certifies that it will not maintain any segregatedfacilities.
B. Contractor agrees that it shall, in all solicitations or advertisements for applicants for employment placed by oron behalf of Contractor, state that it is an "Equal Opportunity Employer" or that all qualified applicants willreceive 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 thisAgreement, 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 awardingauthority, provide copies of all of its records pertaining or relating to its employment practices, except to theextent 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 isprohibited by law.
Page 117 of 117
..
..
Item 17 Page 130 of 192
NOTICE INVITING BIDSforCitywide Striping and Pavement Markings FY22-23in theCity of Vernon
One original sealed bid must be signed and submitted prior to 2:00 p.m., May 3, 2023, to theCity Clerk’s Office, City of Vernon, 4305 Santa Fe Avenue, Vernon, CA 90058, (“BidDeadline”).All bids shall be enclosed in sealed envelopes, distinctly marked “Bid” with the title of thebid and the bidder’s name and address appearing on the outside.Bids shall be clearly titled and should be mailed or delivered in person before 2:00 p.m. on theBid Deadline. LATE SUBMITTALS WILL NOT BE ACCEPTED. Bids will be opened inthe City Clerk’s Office at 2:00 pm on Wednesday, May 3, 2023. At the bid opening, the CityClerk shall open bid packages and acknowledge the receipt of Bids. Once all Bid Packages areopened and announced, the contents (collectively, the “Completed Bid Forms” and theuncompleted forms, the “Bid Forms”) will be made available for public review. Except as setforth in Paragraph 22 (“Public Records”), the Completed Bid Forms, once removed from the BidPackages by the City Clerk, will be a matter of public record.
Bid Documents, Plans and Specifications are available at no charge atwww.cityofvernon.org/planetbids.
City of Vernon Contact Person:Public Works DepartmentAttention: Lissette Melendez, Project EngineerPhone: (323) 583-8811 ext. 246Email: lmelendez@cityofvernon.org
Page 7 of 178
..
..
Item 17 Page 131 of 192
Mandatory Qualifications for Bidder and Designated Subcontractors:A Bid may be rejected as non-responsive if the Bidder fails to meet the essential requirements forqualification.General Scope of Work:Contractor shall furnish labor, materials, equipment, services, and specialized skills to performwork involved in the Project. The Work in the Bid is defined in the Project Drawings andSpecifications and will generally include: Furnish and install traffic striping, pavement markers,and pavement markings (legends) over existing traffic striping per Attachment “A” and “B”.The work shall be done in accordance with City Contract No. 20230179 ; “Greenbook” StandardSpecifications for Public Works Construction (2022 Edition), State of California Department ofTransportation (Caltrans) Standard Plans (2022 Edition) and the State of California Departmentof Transportation (Caltrans) Standard Specifications (2022 Edition).
In the event of any conflicts, refer to the “Procedure of Contract Documents” contained inGeneral 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 theessential 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 BidDeadline 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 30 calendar days from the date ofcommencement as established by the City’s written Notice to Proceed.2.
3.
4.
Amount of Liquidated Damages: $250.00 per calendar day.Bidding Documents. Bids must be made on the Proposal Form contained herein.
Engineer’s Estimate. An Engineer’s Estimate of the cost of construction of this Work has
Page 8 of 178
..
..
Item 17 Page 132 of 192
been prepared. Said estimate is in the range of $200,000 to $225,000.
5. Acceptance or Rejection of Bids. The City reserves the right to reject any and all bids, toaward all or any individual part/item of the bid, and to waive any informalities, irregularities ortechnical defects in such bids and determine the lowest responsible bidder, whichever may be inthe best interests of the City. No late bids will be accepted, nor will any oral, facsimile orelectronic bids be accepted by the City.
6.Contractor’s License. At the time of the Bid Deadline and at all times duringperformance of the Work, including full completion of all corrective work during the CorrectionPeriod, Contractor must possess a California contractor’s license or licenses, current and active,of the classification required for the Work, in accordance with the provisions of Chapter 9,Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance withPublic Contract Code Section 3300, the City has determined that the Bidder must possess thefollowing license(s): A, General Engineering Contractor, or C-32, Parking and HighwayImprovement Contractor from the California State License Board. The Bidder will notreceive a Contract award if at the time of submitting the bid, the Bidder is unlicensed, does nothave all of the required licenses, or one or more of the licenses are not current and active. If theCity discovers at the time of the Bid Deadline that Contractor is unlicensed, does not have all ofthe required licenses, or one or more of the licenses are not current and active, the City mayreject the Bid, cancel the award, declare the Bid Bond as forfeited, keep the Bid Bond’sproceeds, and exercise any one or more of the remedies in the Contract Documents in addition tothose provided by law.
7.Subcontractors’ Licenses and Listing. Bidders must list each Subcontractor whom theBidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), andthe Bidder must provide all of the Subcontractor information that Section 4104 requires (name,address, license number, public works contractor registration number issued pursuant to LaborCode Section 1725.5, and portion of the Work). An inadvertent error in the license number orpublic works contractor registration number will not be considered nonresponsive if correctedwithin 24 hours after the bid opening. In addition, the City requires the Bidder to list the dollarvalue of each Subcontractor’s labor or services. The City reserves the right to review anddisqualify any proposed Subcontractor. The City’s disqualification of a Subcontractor does notdisqualify a Bidder. In such case, prior to and as a condition to award of the Contract, thesuccessful Bidder shall substitute a properly licensed and qualified Subcontractor— without anadjustment of the Bid Amount. At the time of the Bid Deadline and at all times duringperformance of the Work, each listed Subcontractor’s license must be current and active for theportion of the Work listed and shall hold all specialty certifications required for such Work.
8.Permits, Inspections, Plan Checks, Governmental Approvals, Utility Fees and SimilarAuthorizations. The Contractor shall not start work in the City until an application for anEncroachment Permit (No-Fee) is approved.9.Bid Forms and Security: Each Bid must be made on the Bid Forms obtainable at thePublic Works Department. Each Bid shall be accompanied by a cashier’s check or certifiedcheck 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 suretyBid Bond for an amount equal to ten percent (10%) of the total maximum amount of the Bid mayaccompany the Bid. Said security shall serve as a guarantee that the successful Bidder will,
Page 9 of 178
..
..
Item 17 Page 133 of 192
within fifteen (15) calendar days after the date of the award of the contract, enter into a validcontract with the City for said Work in accordance with the Contract Documents.10.Bid Irrevocability. Bids shall remain open and valid for ninety (90) calendar days afterthe Bid Deadline.11.Substitution of Securities. Pursuant to California Public Contract Code Section 22300,substitution of securities for withheld funds is permitted in accordance therewith.12.Prevailing Wages. This Project is a “public work” as defined in California Labor CodeSection 1720. Contractor awarded this Contract and all Subcontractors of any tier shall not payless than the minimum prevailing rate of per diem wages for each craft, classification, or type ofworker needed to perform the Work. The Director of Industrial Relations of the State ofCalifornia, pursuant to the California Labor Code, and the rates determined by the CaliforniaDirector of Industrial Relations are available online at www.dir.ca.gov/DLSR/PWD/.
13. Payroll Records. Pursuant to SB 854, Contractor and any Subcontractors shall furnishelectronic certified payroll records directly to the Labor Commissioner (aka Division of LaborStandards Enforcement).14. Registration with the Department of Industrial Relations (DIR). No contractor orsubcontractor may be listed on a bid proposal for a public works project unless currentlyregistered and qualified (including payment of any required fee) with the DIR pursuant to LaborCode section 1725.5 [with limited exceptions from this requirement for bid purposes only underLabor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract forpublic work on a public works project unless currently registered and qualified (includingpayment of any required fee) with the DIR pursuant to Labor Code section 1725.5. This projectis subject to compliance monitoring and enforcement by the DIR.
Carlos FandinoCity AdministratorDated: ___________ (Approved as to form by the City Attorney’s Office)
Published: _______
Page 10 of 178
..
..
Item 17 Page 134 of 192
City of VernonInstructions for BiddersProject: Citywide Striping and Pavement Markings FY22-23for the Department of Public WorksCity 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, lmelendez@cityofvernon.org.Bid opening date and time: Wednesday, May 3, 2023 at 2:00 pm (“Bid Deadline”).Bids will be received and opened at the Office of the City Clerk, 4305 Santa Fe Avenue, Vernon,CA 90058.The bid must be received by the City Clerk’s Office prior to the time set for bid opening. A bidreceived by the City Clerk’s Office after the time set for the bid opening is a non-responsive bidand shall not be considered.GENERAL BID REQUIREMENTSTo be considered, a bidder must strictly follow the format for bids in the specifications. Bids mustbe binding and firm. Any bids may be withdrawn before bid opening, but bids shall remain openand valid for ninety (90) calendar days after the Bid Deadline.1.
2.
CONTRACTORS LICENSEThe Bidder must possess a valid State of California Contractors License and must list typein the classification(s) specified in the Notice Inviting Bids at the time of the Bid Deadlineand at all times during the performance of the Work, except as otherwise provided inCalifornia Business and Professions Code Section 7028.15.
INTERPRETATION OF BIDDING DOCUMENTS, SPECIFICATIONS ANDADDENDAA.If any Bidder contemplating submitting a Bid is in doubt as to the true meaning ofany part of the Bidding Documents, or who finds discrepancies, errors or omissionstherein or who finds variances in any of the Bidding Documents with applicablelaw, such Bidder shall at once submit a written request for an interpretation orcorrection thereof to the City’s representative identified in the Notice Inviting Bids,or other designated individual. All Bidders shall submit such written requests toCity not less than ten (10) calendar days prior to the Bid Deadline. The person orentity submitting the request shall be responsible for its prompt delivery to City’sContact Person identified in the Notice Inviting Bids.
Any interpretation or correction will be made only by Addendum issued by the Cityand a copy of such Addendum will be delivered to all Interested Bidders of record.Page 11 of 178
..
..
Item 17 Page 135 of 192
Any Addenda so issued must be acknowledged in the Bid and the cost ofperforming Work described in the Addenda shall be included in the Bid. Bidder’sfailure to acknowledge receipt of all Addenda may result in rejection of the Bid asnonresponsive. No person is authorized to render an oral interpretation or correctionof any Bidding Documents and no Bidder may rely on any such oral interpretationor correction issued by the City. The City shall not be responsible for any otherexplanation or interpretation of the Drawings or Specifications, or for any oralinstructions. City reserves the right to extend the Bid Deadline by issuing anAddendum 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 shallnot assume responsibility for errors or misinterpretations resulting from the use ofincomplete sets of Bidding Documents.
B.Addenda will be made available for inspection atwww.cityofvernon.org/planetbids. Each Bidder shall ascertain prior to submittinga Bid that the Bidder has received all Addenda issued and the Bidder shallacknowledge their receipt in the Bid.3.
4.
OBTAINING DRAWINGS AND DOCUMENTSBidder may secure Bidding Documents only from the location specified in the NoticeInviting Bids. City will maintain a list of persons who obtained a copy of theseSpecifications (“Interested Bidders”). Only Interested Bidders will receive Addenda, if soissued.BID FORMS – SUBMITTALA.
B.
The Bids shall be made on the forms provided herein with all blank spaces properlyfilled in.The phraseology shall not be changed, and no additions shall be made to the itemsmentioned herein. Unauthorized conditions, exemptions, limitations, or provisionsattached to a Bid will render it informal and may cause its rejection. All formsrequiring specific information shall be completed with all applicable informationfor a Bid to be considered responsive.
C.Include all Bid Forms, properly executed, and intact on forms provided. Enclosethe 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 BidDeadline, and the Bidder's name and address. The envelope may be mailed, handdelivered, or delivered by courier or package delivery service.
D.
E.
One Original Bid shall be hand delivered, delivered by courier or package deliveryservice to the Office of the City Clerk, City of Vernon, 4305 Santa Fe Avenue,Vernon, CA 90058.Bids received after the Bid Deadline or at any place other than the Office of the
Page 12 of 178
..
..
Item 17 Page 136 of 192
City Clerk will not be considered.5.BID FORMS – AUTHORIZED SIGNATURESA.The full name, business address, zip code, and business telephone number, witharea code of the individual, partnership, joint venture, or corporation submitting theBid shall be typewritten or legibly printed on the Bid Forms. The Bidder shall signthe form with his/her usual wet ink signature.B.
C.
Sole Proprietorship: An individual shall sign.Partnership (General or Limited): A partner shall sign for a partnership; thepartner shall give the names and addresses of all partners.D.Corporation: An officer shall sign for a corporation. The corporate name must beattested by the corporate seal. The names and titles of the president and all officersof the corporation who are authorized to sign the Bid Forms must be listed in an
authenticated Incumbency Certificate signed by the corporate secretary.Asignature other than a corporate officer’s will be accepted only if an authenticatedIncumbency 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 PRICESA.The Bidder shall include in his/her Bid price(s) any and all expense or costs thatmay be necessary to complete the project in accordance with the requirements ofthe Contract. The cost of all mobilization, preparatory work and operations for themultiple movements of personnel, equipment, supplies, and incidentals to thevarious project sites must be included in the various bid items, and no extracompensation will be paid to Contractor.
B.The Bidder shall state for each item on the Schedule of Bid Prices form, in clearlylegible figures, the Base Bid, the alternates, and the unit price and item total or lumpsum, as the case may be, for which he/she proposes to supply labor, materials, andequipment and to perform the Work. Bids must not contain any erasures,interlineations, strike-throughs or other corrections unless the same are suitablyauthenticated by affixing in the margin immediately opposite such erasure orcorrection the initials of the person(s) signing the Bid. If any Bid, or portionthereof, is determined by the City to be illegible, ambiguous or inconsistent, Citymay 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 theproduct of the estimated quantity times the unit price Bid. In the event of adiscrepancy between the unit price Bid and the item total, the unit price shallprevail; however, if the unit price is ambiguous, unintelligible, or uncertain for
Page 13 of 178
..
..
Item 17 Page 137 of 192
any cause, or is omitted, or is the same amount as the entry for the item total, thenthe item total shall prevail and shall be divided by the estimated quantity for theitem and the price thus obtained shall be the unit price. Where so indicated by themakeup of the Bid Form, sums shall be expressed in both words and figures, andin 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 formore information and the list of Bid Alternates, if any. If no change in the BaseBid is required, enter “No Change.”7.BID SECURITYA.
B.
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 theCity, or a satisfactory Bid Bond in favor of the City executed by the Bidder as aprincipal and a California admitted surety company (as defined by California Codeof Civil Procedure §§995.120 and 995.311) as surety (“Bid Security”).
All bonds must be issued by a California admitted surety insurer with the minimumA.M Best Company Financial strength rating of “A:VII” or better. Bonds issuedby a California admitted surety not listed on Treasury Circular 570 will be deemedaccepted unless specifically rejected by the City. Bonds issued from admittedsurety insurers not listed in Treasury Circular 570 must be accompanied by alldocuments enumerated in California Code of Civil Procedure Section 995.660. Allsuch bonds must be accompanied by a power of attorney from the surety companyauthorizing the person executing the bond to sign on behalf of the company. If thebonds are executed outside the State of California, all copies of the bonds must becountersigned by a California representative of the surety. The signature of theperson executing the bond on behalf of Surety must be acknowledged by a NotaryPublic 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 Bidsubmitted without Bid Security will be rejected as non-responsive. The BidSecurity shall be given as a guarantee that the successful Bidder will execute theContract and will provide the insurance, bonds and other required forms withinfourteen (14) calendar days after award of the Contract. Bidders will be entitled toreturn of Bid Security except when a successful Bidder forfeits its Bid Security. Aforfeit may occur, for example, if the successful Bidder withdraws its Bid prior tothe expiration of ninety (90) calendar days after award of the Contract; attempts towithdraw its Bid when the requirements of Public Contract Code § 5101 et seq. arenot 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 theContract. In any one or more of these events, if City awards the Contract for theWork to the next lowest responsible Bidder, the amount of the original lowestBidder’s security shall be applied to the Contract Price differential between thelowest Bid and the second lowest Bid. Any surplus will be returned to the original
Page 14 of 178
..
..
Item 17 Page 138 of 192
lowest Bidder. If the City rejects all other Bids presented and re-advertises, thelowest Bidder’s Bid Security may be used to offset the City’s cost of re-advertisingand receiving new Bids. In that case, the surplus if any, will be returned to theoriginal lowest Bidder.D.The Bid Security shall be held for ninety (90) calendar days after the award of theContract or until posting by the successful Bidder of the payment and performancebonds, proof of insurance, return of executed copies of the Contract and necessarycertification(s), whichever first occurs, after which time the Bid Security will bereturned to all Bidders.
E.
F.
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 executedand acknowledged by the Bidder and by a corporate surety authorized to transactsuch business in the State of California.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, resultin the rejection of the Bid under which the Bid Bond is submitted.8.BIDDER'S AND SPECIALTY CONTRACTORS’ STATEMENTS OFQUALIFICATIONSA.Each Bidder shall be required to complete, execute and submit with its Bid, theform entitled "Bidder's Statement of Qualifications." Notwithstanding theprovisions of Paragraph 22 herein, the Bidder’s Statement of Qualifications shallnot be public records. All information required by a Bidder’s or SpecialtyContractor Statement of Qualifications shall be completely and fully provided. Ifno information is to be filled in a blank space, then write "none." Any Bid notaccompanied by a Bidder’s Statement of Qualifications form completed with allinformation required may render the Bid non-responsive. If the City determinesthat any information provided by a Bidder in the Bidder’s Statement ofQualifications is false or misleading, or is incomplete so as to be false ormisleading, the City may reject the Bid submitted by such Bidder as being non-responsive.
Page 15 of 178
..
..
Item 17 Page 139 of 192
B.A responsible Bidder is a Bidder who has demonstrated the attribute oftrustworthiness, as well as quality, fitness, capacity and experience to satisfactorilyperform fully the requirements of the contract documents. In selecting the lowestresponsible Bidder, consideration will be given not only to the Bidder’s financialstanding but also to the general competency of the Bidder for the performance ofthe work covered by the Bid including, but not limited to, the experience of theBidder in construction of public buildings for public agencies. By submitting aBid, each Bidder agrees that the City, in determining the successful Bidder and itseligibility for the award, may consider the Bidder’s experience with similar typesof construction projects and facilities, conduct and performance under othercontracts, financial condition, reputation in the industry, and other factors whichcould affect the Bidder’s performance of the work.
9.DESIGNATION OF SUBCONTRACTORSA.Subcontractor Listing. On the Designation of Subcontractors form, the Bidder shalllist each Subcontractor whom the Bidder must disclose under the Subletting andSubcontracting Fair Practice Act, Public Contract Code Section 4104. The Biddershall provide: each Subcontractor’s name, the trade and type of work that theSubcontractor will perform, the location (address) of the Subcontractor’s place ofbusiness, each Subcontractor’s license number, each Subcontractor’s public workscontractor registration number, and the dollar value of each Subcontractor’s laboror services. If additive Alternate Bid Items are included in the Bidding Documents,the Bidder shall identify each Subcontractor performing additive Alternate BidItems, when such Work or the combination of base Contract Work and AlternateWork exceeds one-half of one percent of the total Bid Amount.
B.
C.
Subcontractors’ Licenses. At the time of the Bid Deadline and at all times duringperformance of the Work, each listed Subcontractor shall possess a current andactive California Contractor’s license appropriate for the portion of the Work listedfor such Subcontractor and hold all specialty certifications required for such Work.
Disqualification of a Subcontractor. The City has the right to review the suitabilityand qualifications of any Subcontractor proposed by the Bidder. As part of thisreview, the City may request a Bidder to submit additional information about oneor more of the listed Subcontractors including, but not limited to a statementdetailing the Subcontractor’s experience with pertinent information as to similarprojects and other evidence of the Subcontractor’s qualifications. If requested, theBidder shall provide the information to the City within the time specified in theCity’s written request. After due investigation, if the City has a reasonableobjection to any proposed Subcontractor, the City may, before giving the notice ofaward, 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 Biddershall substitute a properly licensed and qualified Subcontractor without anadjustment of the Bid Price.
Page 16 of 178
..
..
Item 17 Page 140 of 192
D.
E.
Work of Subcontractors. The organization or arrangement of the Specificationsand 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 orfrom sub-bids, which is reasonably inferable from the Contract Documents, willnot be a basis for adjustment of the Contract Price or the Contract Time.
Ineligible Subcontractors. The successful Bidder is prohibited from performingWork on the Project with any Subcontractor who is ineligible to perform work ona public works project pursuant to California Labor Code Sections 1777.1 or1777.7. In submitting its Bid, the Bidder certifies that it has investigated theeligibility of each and every listed Subcontractor and has determined that none isineligible to perform work pursuant to the above code provisions.
10.
11.
CONTRACTOR’S AFFIDAVIT OF NON-COLLUSIONAn Affidavit of Non-Collusion in the form provided by the City shall be signed underpenalty of perjury, certifying that the Bid is not the result of and has not been influencedby collusion. Bidder shall submit this form with its Bid. Any Bid made without suchaffidavit, or believed to be made in violation of the requirements set forth in the affidavitform, may be rejected.
INSURANCE REQUIREMENTSThe Bidder shall submit to its insurance company or insurance agent the InsuranceRequirements in this Specification and the Contract Documents. The insurance company’sunderwriter or agent must complete the Insurance Requirements documentation whichstates that the insurer’s underwriter or agent will furnish the City with the requiredinsurance documents within fourteen (14) days after the Bidder’s having been notified ofthe Contract’s award. The Bidder shall submit this form with its Bid. Any Bid madewithout this statement, or made with an incomplete statement, may be rejected.
12.EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND SITE OF WORKA.The Bidder shall examine carefully the site of the Work contemplated and theDrawings and Specifications. The submission of a Bid will be conclusive evidencethat the Bidder has investigated and is satisfied as to the conditions to beencountered, as to the character, quality, and quantities of Work to be performedand materials to be furnished, the difficulties to be encountered, and to therequirements of the Drawings, Specifications, and other Contract Documents. TheBidder shall ascertain the locations of the existing utility services, and otherunderground facilities, and provide for carrying out its operations so as to cause theminimum possible inconvenience to the occupants of properties along any streetsaffected. All Work and costs involved in the safeguarding of the properties ofothers shall be at the expense of the Bidder to whom the Contract may be awarded.
Page 17 of 178
..
..
Item 17 Page 141 of 192
B.The Bidder hereby certifies that it has examined the local conditions, has read eachand every clause of the Contract Documents, and that it has included all costsnecessary to complete the specified Work in its Bid prices, and the Bidder agreesthat if it is awarded the Contract, it will make no claim against the City based uponignorance of local conditions or misunderstanding of any of the provisions of theContract. Should the conditions turn out otherwise than the Bidder anticipated, theBidder agrees to assume all risks incident thereto.
13.PRICES AND PAYMENTSApproximate quantities listed in the Schedule of Bid Prices are estimates given forcomparing Bids, and no claim shall be made against the City for excess or deficiencytherein, actual or relative. Payment at the prices agreed upon will be in full for thecompleted Work and will cover materials, supplies, labor, tools, equipment, and all otherexpenditures incident to a satisfactory compliance with the Contract, subject to allapplicable provisions in the Contract and General Conditions.
14.
15.
PERMIT FEESIf provided in the General Conditions, Contractor shall be reimbursed for the actual directcost of all Permit Fees, as defined in Paragraph 1.01 and addressed in 1.03 of the GeneralConditions. 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 allGovernmental Approvals and Utility Fees.
SUBSTITUTIONSNo requests for substitution of any material, device, product, equipment, fixture, form, ortype of construction shall be considered by City prior to award of the Contract. Biddersshall 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 appropriateprovisions 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 BIDSBids submitted after the Bid Deadline are non-responsive and shall be returned to theBidder unopened. Oral, telephonic, telegraphic, facsimile or electronically transmitted
Page 18 of 178
..
..
Item 17 Page 142 of 192
Bids shall not be considered unless the Notice Inviting Bids expressly permits such meansof transmittal.17.WITHDRAWAL OF BIDSBidder may withdraw its Bid either personally or by written request any time prior to thescheduled Bid Deadline by notice to the City’s Contact Person designated in the NoticeInviting 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 resubmittedbefore the Bid Deadline provided that they are in full conformance with these Instructionsto 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 accordancewith California Public Contract Code § 5100, et seq. Bidder agrees by submitting a Bidthat such Bid shall remain open, is irrevocable, and may not be modified, withdrawn, orcancelled for a period of ninety (90) days after award of the Contract.
18.OPENING AND EVALUATION OF BIDSA.Bid Opening and Tabulation. The Bids shall be opened and read in public afterthe Bid Deadline has expired at the time and location listed in the Notice InvitingBids. A tabulation of all Bids received will be available for public inspection at theOffice of the Public Works Department, 4305 Santa Fe Avenue, Vernon, CA 90058during regular business hours for a period of not less than thirty (30) calendar daysfollowing the Bid Deadline. The City reserves the right to accept or reject any orall Bids and be the sole judge regarding the suitability of the products, services orsupplies offered; and/or to waive any irregularities or informalities in any Bids orin the bidding process. The City further reserves the right to purchase all or fewerthan all items or quantities of each item listed in the Bidding Documents. Theaward of the Contract, if made by the City, shall be to the lowest responsive andresponsible Bidder. If Bid Alternate Items are called for, the lowest Bid shall bedetermined according to Paragraph 20 below.
B.Evaluation of Bids.1.Mandatory Qualifications. A Bid shall be rejected as non-responsive if theBidder fails to document in the Bid that Bidder meets the essentialrequirements for qualification described in the Notice Inviting Bids. As partof the Bidder’s Statement of Qualifications each Bidder must establish thatit, as the current entity: (1) has successfully completed at least three (3)similar projects involving similar work within the last three (3) years witha cost equal to or in excess of the Bidder’s Bid; and (2) has successfullycompleted at least three (3) public works projects.
2.Responsive Bid. A responsive Bid is a Bid which conforms, in all materialrespects, to the Bidding Requirements and Contract Documents.
Page 19 of 178
..
..
Item 17 Page 143 of 192
3.
4.
Responsible Bidder. A responsible Bidder is a Bidder who hasdemonstrated the attribute of trustworthiness, as well as quality, fitness,capacity and experience to satisfactorily perform fully the requirements ofthe Contract Documents.Competency of Bidders. In selecting the lowest responsible Bidder,consideration will be given not only to the financial standing but also to thegeneral competency of the Bidder for the performance of the Work coveredby the Bid including, but not limited to, the experience of the Bidder inconstruction of public works for public agencies. By submitting a Bid, eachBidder agrees that the City, in determining the successful Bidder and itseligibility for the award, may consider the Bidder’s experience with similartypes of construction projects and facilities, conduct and performance underother contracts, financial condition, reputation in the industry, safety recordand protocols and other factors which could affect the Bidder’s performanceof the Work.
19.
20.
AWARD OF CONTRACTThe City reserves the right to reject any or all Bids and to waive any or all information ortechnical defects, as the interest of the City may require. Award of Contract or rejectionof Bids will be made by the City within ninety (90) calendar days following the BidOpening.BASIS OF AWARDA.A Contract will be awarded to the lowest responsive and responsible Biddermeeting all requirements set forth in these Bidding Documents.The City will award the Contract based on the lowest total of the bid prices on thebase bid and those additive or deductive items that when taken in order from aspecifically identified list of those items in the Bid Form and added to, orsubtracted from, the base contract, are less than, or equal to, a funding amountpublicly disclosed by the City before the first bid is opened.
B.City reserves the right in its sole discretion to select any, all, or none of the BidAlternates at the time of award of the Contract, regardless of whether such BidAlternates were used in the analysis to determine the lowest Bid.21.EXECUTION OF CONTRACTWithin fourteen (14) calendar days after being notified by City that it has been awardedthe Contract, Contractor shall deliver to the City the following documents:A.One executed Contract in the form included herein, properly executed byContractor and, if Contractor is a corporation, evidence of its corporate existence Page 20 of 178
..
..
Item 17 Page 144 of 192
and that the persons signing the Contract are authorized to do so. All signaturesmust be notarized.B.
C.
Properly executed copies of the (a) Performance Bond, (b) Labor and Material(Payment) Bond and (c) Maintenance Bond in accordance with the requirementsset forth in Article 13 of the General Conditions and in the form shown on Exhibits1, 2 and 3 attached thereto. All signatures must be notarized.
Properly executed policies of all of the following: (a) the Commercial GeneralLiability Insurance, (b) the Automotive Liability Insurance, and (c) ProfessionalLiability, if required, and (e) the corresponding endorsements for each policy inaccordance 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 forthe State of California, or on days when City Hall is closed, the aforesaid documents shallbe delivered by the following working day.After receipt of said documents within said time period or any extension thereof grantedby the City, the City shall execute the Contract and return a fully executed copy toContractor for its files.22.PUBLIC RECORDSCity seeks to conduct its business openly. Except as set forth in paragraph 8.A., upon
Page 21 of 178
..
..
Item 17 Page 145 of 192
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 andplainly marked as “trade secret,” “confidential,” or “proprietary,” including any Statementof Qualifications and financial statements to be submitted by Bidders. Each element of aBid which a Bidder desires not to be considered a public record must be clearly marked asset 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 waywhatsoever. If City receives a request from a third party to make a Bid available forinspection and copying, the City will notify the Bidder of the request. If a Bidder instructsthe 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 competentjurisdiction to prevent such release. If disclosure is required under the California PublicRecords Act or otherwise by law (despite the Bidder’s request for confidentiality), the Cityshall not in any way be liable or responsible for the disclosure of any such records or partthereof.
Bidder shall indemnify, defend (including Bidder’s providing and paying for legal counselfor City), and hold harmless City, its officers, agents, employees, and representatives fromand against all liability, claims, suits, demands, damages, fines, penalties, costs, or expensesarising out of or alleging City’s refusal to publicly disclose one or more records that Bidderidentifies as protectable, or asserts is protectable.
23.PREVAILING WAGE RATES AND EMPLOYMENT OF APPRENTICESA.Prevailing Wage Rates. The Bidder and all Subcontractors shall utilize the relevantprevailing wage rate determinations in effect on the first advertisement date of theNotice Calling for Bids in preparing the Bid Proposal and all component pricequotations, provided, however, that when Davis Bacon wage rates apply, such ratesare subject to increase by written notice, issued by Addendum not less than 10calendar days before the Bid Deadline. Pursuant to California Labor Code Section1770 et seq., the Director of the Department of Industrial Relations of the State ofCalifornia and the United States Secretary of Labor have determined the generalprevailing wage rates in the locality in which the Work is to be performed. Saidrate schedules are available from the City at its Public Works Department, whichshall be made available to any interested party upon request; or on the Internet atwww.dir.ca.gov/DLSR/PWD/. The wage rate for any classification not listed, butwhich may be required to execute the Work, shall be commensurate and in accordwith specified rates for similar or comparable classifications for those performingsimilar or comparable duties. To comply with California Labor Code Section1773.2, Contractor shall post, at appropriate and conspicuous locations on the jobsite, a schedule showing all applicable prevailing wage rates and shall also complywith the requirements of California Labor Code Sections 1773 et seq.
B.Apprenticeship Committee Contract Award Information. Pursuant to CaliforniaLabor Code § 1777.5 and Title 8 of the California Code of Regulations § 230,
Page 22 of 178
..
..
Item 17 Page 146 of 192
Contractor and Subcontractors of any tier who are not already approved to train byan apprenticeship program sponsor shall, within ten (10) calendar days of signingC.
D.
the Contract or subcontract, as applicable, but in any event prior to the first day inwhich Contractor or Subcontractor has workers employed on the Project, submitthe Public Works Contract Award Information form (DAS Form 140) to theappropriate local apprenticeship committees whose geographic area of operationinclude the area of the Project and who can supply apprentices to the Project. Cityreserves the right to require Contractors and Subcontractors to submit a copy ofsaid forms to the City.
Statement of Employer Fringe Benefit Payments. Within five (5) calendar days ofsigning the Contract or subcontract, as applicable, the Statement of EmployerPayments (DLSE Form PW 26) shall be completed for each Contractor andSubcontractor of any tier who pays benefits to a third party trust, plan or fund forhealth and welfare benefits, vacation funds or makes pension contributions. Theform must contain, for each worker classification, the fund, plan or trust name,address, administrator, the amount per hour contributed and the frequency ofcontributions. Training fund contributions shall also be reported in this form. Cityreserves the right to require Contractors and Subcontractors to submit a copy ofsaid forms to the City.
E.Notice to Subcontractors. Bidders shall notify all potential Subcontractorssubmitting price quotations for portions of the Work of the requirements concerningpayment of prevailing wage rates, payroll records, hours of Work, and employmentof 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 projectunless currently registered and qualified (including payment of any required fee) with theDIR pursuant to Labor Code section 1725.5 [with limited exceptions from this requirementfor bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractormay be awarded a contract for public work on a public works project unless currentlyregistered and qualified (including payment of any required fee) with the DIR pursuant toLabor Code section 1725.5. This project is subject to compliance monitoring andenforcement by the DIR.
25.SPECIAL CITY REQUIREMENTSSpecial City forms and their instructions are an integral part of these specifications andfailure to submit same may be grounds, in the sole discretion of the City, for rejection ofany Bidder.A. Prevailing Wage Where Applicable. Upon request, certified payroll documentsshall be provided to the City.Page 23 of 178
..
..
Item 17 Page 147 of 192
B. Equal Employment Opportunity in Contracting. The City of Vernon is committedto a policy of equal opportunity in contracting. Qualified firms including smallbusinesses and businesses owned by women, minorities, and disabled persons areencouraged to submit bids or proposals. Contractors expressly agree to comply withthe City's ordinances and regulations regarding Equal Opportunity Employment aswell as regulations that may be mandated by the source of the funds supporting theContract. Contractor certifies and represents that during the performance of thisContract, it and any other parties with whom it may subcontract shall adhere toequal employment opportunity practices to assure that applicants, employees andrecipients of service are treated equally and are not discriminated against becauseof their age not discriminated against because of their race, religion, religious belief,color, national origin, citizenship, ancestry, disability, sex, age, medical condition,pregnancy, sexual orientation or marital status. Contractor certifies that it will notmaintain any segregated facilities.
Contractor shall comply with all applicable Federal and California laws including,but not limited to, the California Fair Employment and Housing Act (CaliforniaGovernment Code Section 12900, et seq.), California Labor Code Section 1735,and The Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.).Contractor shall require like compliance by all Subcontractors employed on theWork.
26.BID PROTEST PROCEDURESA.Any Bidder submitting a Bid directly to the City and eligible for award of theContract may file a protest if the Bidder complies with all of the followingrequirements and conditions:1. The Bid protest is in writing;2. A protest based upon alleged defects or improprieties in the ContractDocuments is filed with the City prior to the Bid Deadline;3. All other protests are to be filed and received by the City no more than five (5)calendar days following the City’s notice of intent to award the Contract; and4. The written Bid protest sets forth, in detail, all grounds for the Bid protest,including without limitation: all facts, supporting documentation, legalauthorities, and argument in support of the grounds for the Bid protest. Allfactual contentions must be supported by competent, admissible, and credibleevidence.
B.Any matters not set forth in the written Bid protest will be deemed waived. AnyBid protest not conforming to the foregoing requirements and conditions will berejected by the City as invalid.
Page 24 of 178
..
..
Item 17 Page 148 of 192
C.Bid Dispute Indemnification. In the event of a Bid dispute based upon the Bidder’ssubmission 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 CityCouncil members, employees, and agents from liability, claims, demands,damages, and costs arising therefrom if such dispute or action arises solely uponthe award of a Contract in compliance with federal, state, and local laws.
[END OF DOCUMENT]
Page 25 of 178
..
..
Item 17 Page 149 of 192
BIDDING FORMS
Page 26 of 178
..
..
Item 17 Page 150 of 192
..
..
Item 17 Page 151 of 192
..
..
Item 17 Page 152 of 192
..
..
Item 17 Page 153 of 192
..
..
Item 17 Page 154 of 192
..
..
Item 17 Page 155 of 192
..
..
Item 17 Page 156 of 192
..
..
Item 17 Page 157 of 192
..
..
Item 17 Page 158 of 192
..
..
Item 17 Page 159 of 192
..
..
Item 17 Page 160 of 192
..
..
Item 17 Page 161 of 192
..
..
Item 17 Page 162 of 192
..
..
Item 17 Page 163 of 192
..
..
Item 17 Page 164 of 192
..
..
Item 17 Page 165 of 192
..
..
Item 17 Page 166 of 192
..
..
Item 17 Page 167 of 192
..
..
Item 17 Page 168 of 192
..
..
Item 17 Page 169 of 192
..
..
Item 17 Page 170 of 192
..
..
Item 17 Page 171 of 192
..
..
Item 17 Page 172 of 192
..
..
Item 17 Page 173 of 192
..
..
Item 17 Page 174 of 192
..
..
Item 17 Page 175 of 192
..
..
Item 17 Page 176 of 192
..
..
Item 17 Page 177 of 192
..
..
Item 17 Page 178 of 192
..
..
Item 17 Page 179 of 192
..
..
Item 17 Page 180 of 192
..
..
Item 17 Page 181 of 192
..
..
Item 17 Page 182 of 192
..
..
Item 17 Page 183 of 192
..
..
Item 17 Page 184 of 192
..
..
Item 17 Page 185 of 192
..
..
Item 17 Page 186 of 192
..
..
Item 17 Page 187 of 192
..
..
Item 17 Page 188 of 192
..
..
Item 17 Page 189 of 192
..
..
Item 17 Page 190 of 192
..
..
Item 17 Page 191 of 192
..
..
Item 17 Page 192 of 192
City Council Agenda Report
Meeting Date:May 16, 2023
From:Carlos Fandino, City Administrator
Department:City Administration
Submitted by:Lilia Hernandez, Assistant to City Administrator
Subject
Los Angeles Unified School District Education Compact
Recommendation
Approve and authorize the City Administrator to execute an Education Compact with the Los
Angeles Unified School District, in substantially the same form as submitted, for a term through
June 2026.
Background
As part of the 2022-2026 Strategic Plan for the Los Angeles Unified School District (LAUSD or
District), the District is proposing to establish Education Compacts between the District and local
governmental entities where LAUSD schools are located. The Education Compacts are intended
to align resources with municipal governments in the Southeast Los Angeles County region and
provide students with innovative programs and educational opportunities that best equip them
for the future. As a member of the Southeast Los Angeles County region, and home of Vernon
City Elementary School, the City of Vernon is served by the District and accounts for a 173-
student enrollment.
Through the proposed Education Compact the City and District will collaborate to meet the
educational needs of youth and families in the City through the end of the District’s 2022-2026
Strategic Plan (June 2026). The proposed Education Compact between the District and the City
will undertake efforts that would be enriched, expedited, or enhanced through collaborative work
in the following areas:
1. Communications and Ongoing Engagement
2. Enrollment and Positive Attendance
3. Crossing Guards and Other Traffic Safety Improvements
4. Safe and Positive School Climate
5. Student Health and Medical Services
6. Parent and Family Engagement
7. Academics and Expanded Learning
8. Connectivity
9. Facilities
10.Transportation
In summary, the Education Compact outlines the City’s and District’s commitment to partner and
strengthen communications and ongoing engagement with students by leveraging City channels,
including the City’s website and social media platforms, as well as City events and activities to
share educational or other information provided by the District. The City will also support LAUSD
student recruitment campaigns and annual attendance campaigns. The Education Compact also
captures existing programs and efforts supported by the City including funding for the crossing
guard program, daily campus safety walks by the Vernon Police Department (VPD), the Drug
Abuse Resistance Education (D.A.R.E.) led by VPD, and use of the City Hall parking lot to ..
..
Item 18 Page 1 of 8
supplement parking needs for school events. These programs are supported by the City to
ensure overall safety of the students and families that live or attend school in the City.
Additionally, the Education Compact identifies other areas of interest that the City and District
can explore including potential programs and improvements in the areas of Student Health and
Medical Services such as public education efforts to combat the public health issue of fentanyl
use, Parent and Family Engagement workshops, and Academics and Expanded Learning
Programs including tutoring and summer programming.
Overall, the Education Compact is intended to support students and families by reinforcing
partnerships between the City and the District. The commitments outlined in the Education
Compact are not legally binding nor do they mandate budgetary expenditures on behalf of the
City or the District. While there may be financial expenditures associated with one or all of the
areas of interest, any financial expenditure shall be voluntary in nature and shall not be made
unless the responsible agency’s governing board has authorized the expenditure through its
budgetary process.
The proposed Education Compact has been reviewed and approved as to form by the City
Attorney.
Fiscal Impact
The proposed Education Compact does not mandate budgetary expenditures. The associated
fiscal impact will depend on funds authorized through the City’s normal budgetary process for
the respective fiscal year.
Attachments
1. Education Compact Vernon-LAUSD
..
..
Item 18 Page 2 of 8
EDUCATION COMPACT BETWEEN
THE LOS ANGELES UNIFIED SCHOOL DISTRICT
AND THE CITY OF VERNON
As part of the 2022-2026 Strategic Plan for the Los Angeles Unified School District (“District”
or “Los Angeles Unified”), new education compacts are to be established between the District
and local governmental entities. Education Compacts with the municipal governments in the
Southeast Los Angeles County region are intended to align resources and implement innovative
programs to equip our students with the tools they need to be Ready for the World.
As a member of the Southeast Los Angeles County region, the City of Vernon (“City”), is served
by the District and accounts for a 173-student enrollment (LAUSD SY 21-22 Enrollment). The
City of Vernon has 222 residents (2020 US Census) and expands a total area of 5.2 square miles.
The District and the City may each be referred to, individually, herein as a “Party” or,
collectively, as “the Parties.”
Through this Education Compact (“Compact”), the City and the District will collaborate to meet
the educational needs of youth and families in the City through the end of the District’s Strategic
Plan (June 2026). The City and the District may choose to revisit the Compact after June 2026 to
renew their shared commitments to students and families of the Southeast Los Angeles County
region.
The commitments outlined are not legally binding nor do they mandate budgetary expenditures
on behalf of the Parties. They represent a shared philosophical goal of improving the educational
opportunities and enriching the lives of children and families attending District sites or living
within the City. The Parties recognize there may be financial expenditures associated with one
or all the following aspects, however any financial expenditure shall not be made unless the
responsible Party’s governing board has authorized the expenditure through its budgetary
process and shall be voluntary in nature.
The Compact between the District and the City will undertake efforts that would be enriched,
expedited, or enhanced through collaborative efforts in the following areas:
1. Communications and Ongoing Engagement
2. Enrollment and Positive Attendance
3. Crossing Guards and Other Traffic Safety Improvements
4. Safe and Positive School Climate
5. Student Health and Medical Services
6. Parent and Family Engagement
7. Academics and Expanded Learning
8. Connectivity
9. Facilities
10. Transportation
..
..
Item 18 Page 3 of 8
Communications and Ongoing Engagement
●The City and the District will work jointly on communications through the City’s website
to include an educational tab/section with information on Los Angeles Unified schools
and districtwide initiatives. The District will also work with the City to share city events,
news and City-led programs to students, families and staff. Concerted efforts will be
made to share information via social media and other communication channels.
●The City and District will explore leveraging current City events and activities to
promote District services to families.
●The City and District will explore leveraging current City events and activities to
promote employment opportunities.
●The City and District will promote educational initiatives to local businesses and
chambers of commerce to encourage volunteering, mentorship and other opportunities to
support local students and education.
●The City and the District will collaborate on opportunities to deliver specific
programming for local families via the Family Academy and Cultural Arts Passport
initiatives.
●The City, in partnership with the District, will convene education roundtables with local
partners on efforts to strengthen student success.
Enrollment and Positive Attendance
●The City will support the District in student recruitment campaigns for District-operated
schools in the City.
●The City and District will collaborate on programs, annual attendance campaigns, and
other events that support school attendance to ensure all school-aged youth are enrolled
in District-operated schools.
Crossing Guards and Other Traffic Safety Improvements
●The City will support safe passages for students and families by funding the crossing
guard program, as funding becomes available, to support pedestrian safety, and the
District will support the City’s outreach efforts to fill crossing guard vacancies.
●The District will provide additional support and training for the Traffic Safety Valet
programs at elementary school sites experiencing traffic safety needs by reviewing traffic
and pedestrian incident data, and identifying schools in need for outreach. The District
will also promote the Traffic Safety Valet program by distributing flyers when visiting
elementary schools, during our safe school inspections, and during meetings with
principals.
●The District will work with the City to address traffic concerns related to school drop-off
and pick-up, including exploring additional opportunities to reduce traffic congestion and
enhance pedestrian safety.
●The District will provide additional support by sharing Reference Guide, 4492.2, School
Traffic Safety with school administrators which details the guidelines for requesting
traffic surveys, speed limit signs, pavement markings, crossing guards and other
assistance to resolve traffic safety issues. Los Angeles Unified’s Office of Environmental
Health and Safety (OEHS) will liaison between the City and school administrators and
make requests on behalf of schools.
..
..
Item 18 Page 4 of 8
Safe and Positive School Climate
●The City will continue to facilitate monthly School Safety Collaborative meetings
between City personnel, the District and other partners to discuss various issues
impacting the school community, including but not limited to, updates on school
construction and operational projects, school safety, safe passages to and from school,
educational and community events, and opportunities to collaborate on seeking
community partner, city and school collaborations.
●The City will continue to support daily campus safety walks led by Vernon Police
Department officers.
●The District/Los Angeles School Police Department and City will identify a Law
Enforcement Liaison officer from each of the respective law enforcement departments to
ensure coordinated approach on issues related to youth, crime prevention and other
relevant safety and area school consistent with Section 32281 (f)(1) of the California
Education Code.
●The District/Los Angeles School Police Department and City will explore the possibility
of entering into data-sharing agreements to assess the status of school crimes with a goal
of helping to prevent crimes and improve coordination consistent with Section 32282
(a)(1) of the California Education Code.
●The City will continue to support the Drug Abuse Resistance Education (D.A.R.E.)
program led by trained Vernon Police Department officers in the classroom.
Student Health and Medical Services
●The District and the City will work jointly to expand prevention and public education
efforts to combat the public health issue of fentanyl-related overdoses and strengthen
support services for students.
●The District will continue to work with the California Department of Healthcare Services
(DHCS) Naloxone Distribution Program (NDP) to obtain doses of Narcan for early
education centers, adult education schools and afterschool programs.
●The District, in partnership with the City, will explore the feasibility of bringing
additional student health and mental health services and entities to provide whole child
and school community services.
Parent and Family Engagement
●The District will develop specialized classes/workshops that address the needs of families
in the Southeast Los Angeles community through the Family Academy. The City will
promote these classes and workshops to the families and community members at large.
●The District will develop a training program for City personnel on the District’s Parent
Portal/LAUSD App and School Volunteer Program procedures.
●The District and City will explore the feasibility of incorporating a Parent Resource
Center or information into a City-owned facility (e.g., City Hall).
Academics and Expanded Learning Programs
●The District will work jointly with the City to promote the District’s various academic
and enrichment programs to students and families in the Southeast Los Angeles
community, including the tutoring program, summer programming, and Beyond the Bell
Expanded Learning Programs.
..
..
Item 18 Page 5 of 8
●The District will work with the City to support programs that will assist students in
bridging academic voids that may exist due to digital inequities, pandemic effects, or
other outside effects that would negatively impact the learning environment.
●The District will offer the Cultural Arts Passport to families in the Southeast Los Angeles
community. The District and the City will explore expanding the use of use of museums
or cultural sites within the City of Vernon, if any, for the benefit of students.
Connectivity
•The District’s Information Technology Services (ITS) commits to continuing to provide
connectivity to students and families with an identified unmet need through All Families
Connected or other affordable and free options to ensure all families have access to
reliable high-speed internet.
•The District will explore expanding Digital Divide partnerships into the City and the
County of Los Angeles to explore ways to support connectivity infrastructure, expand
affordable broadband and implement data sharing agreements to address the digital
deserts.
Facilities
●The District and City will continue to collaborate to provide access to and use of District
and City facilities for meetings, community events, athletic activities, and cultural and
historic programs, among other facility use needs that benefit students and families,
including, but not limited to:
○Access to structured level parking at City Hall during school events.
●The District will work with the City to provide access to and use of District pools upon
terms and conditions available to those provided to other governmental agencies.
●The District’s over twenty-year construction program will continue to rely heavily on its
commitment to meaningful engagement by bringing timely and accurate information to
all stakeholders (students, parents, teachers/administrators, key stakeholders, local
municipalities and elected officials) and collecting feedback that guides the District’s
decision-making.
●The City and District will work collaboratively to increase the amount of green space on
District sites to expand access to additional green space for families and students.
Transportation
●The City will support the District in promoting the District’s free Metro passes from the
Metro GoPass Program for students, by promoting it at community events, newsletters
and on the City’s website if the pilot program is continued.
..
..
Item 18 Page 6 of 8
APPENDIX
All Families Connected
All Families Connected is a program to help ensure every student has reliable access to high-
speed internet at home as well as at school. Made possible in large part by one-time federal
funding, the program is helping provide students with the access they need at home to complete
assignments, interact with peers, track their progress, and more. Thousands of families are
eligible for this service at no cost to them. There are no income requirements. All that is
necessary is for a family to inform the District that there are unmet needs in the home and to
request support.
This is how it works: Parents/guardians can log on to device.lausd.net and answer a few
questions about computing device and internet connectivity needs. For those whose needs are not
being met, our teams check in with contracted service providers to determine services available.
The provider then reaches out to eligible families to assist with establishing service, and the
District covers all costs.
Families may go to: device.lausd.net/connect for more information or to sign up for service.
Cultural Arts Passport
The Los Angeles Unified Cultural Arts Passport is a program to provide students access to the
Arts. In partnership with Southern California’s finest cultural organizations and venues, the
Cultural Arts Passport program ensures equal access to arts, culture and environmental
experiences for every child. The Cultural Arts Passport is partially supported through generous
monetary and in-kind donations from the community. Founding partners who generously support
the initiative include The Broad Foundation, Creative Arts Agency, the Fender Play Foundation
and other cultural institutions.
Digital Divide Partnerships
The District has existing partnerships around infrastructure to create a city-wide or community
infrastructure for wireless connectivity. One example of this has been a partnership with the Los
Angeles City Lighting Bureau, which focused on extending the network from District schools to
city light poles. Furthermore, the District has also developed partnerships with LTE/5G and fixed
broadband such as Verizon, AT&T and Spectrum to allow piggyback on our contracts with very
affordable pricing for other governmental entities. Lastly, the District has partnerships with
multiple entities on data sharing to help and identify hotspots and digital deserts around Los
Angeles County, given that the District is the only entity with access to valuable datasets relating
to family usage and service providers’ capacity.
Everyone Mentors LA
Everyone Mentors LA is a new mentoring initiative by Los Angeles Unified that will invest in
the lives of historically underserved students to ensure every student graduates Ready for the
World. The new initiative will match students contending with declining grades, chronic
absenteeism, a need for socio-emotional support and other challenges that have inhibited their
academic success with a mentor from the Los Angeles community. More information on this
program can be found at https://achieve.lausd.net/everyonementors.
..
..
Item 18 Page 7 of 8
Family Academy
The Los Angeles Unified Family Academy is designed to leverage families’ assets to be
empowered as they support their child from the early primary years to college and career
success. This effort complements family knowledge by connecting them to actionable learning
focused on their child’s development, as well as opportunities to accelerate their own careers and
quality of livelihood. Families may expand and share prior knowledge with other parent leaders
by attending learning segments offered by the Family Academy course catalog, which offers
webinar and regional segments hosted in-person. The course catalog is available at
achieve.lausd.net/familyacademy.
A second path to learning with the Family Academy is through four family courses which are
geared for the following family audiences: youngest learners, multilingual learners, twice
exceptional, and Black and African-American students. The curriculum is organized as a 7-class
course experience where families engage in a culturally relevant curriculum, in a cohort learning
environment, define family engagement, and develop their action plan to stay engaged in their
child’s education. Course registration information is available at
achieve.lausd.net/familyacademy. Families may also contact the Los Angeles Unified Family
Hotline for more information: 213-443-1300.
Traffic Safety Valet Program
The Los Angeles Unified Safety Valet program is designed to help improve student safety and
provide more fluid movement of vehicular traffic around schools during the morning drop off. A
Valet directs drivers through a queue of traffic cones where volunteers assist students to safely
exit the car. This eliminates the need for parents to exit their vehicles and for students to cross
busy intersections.
..
..
Item 18 Page 8 of 8