Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-03-13 - AGENDA REPORTS - IRRIGATION MASTER VALVE AND FLOW SENSOR INSTALL CO (2)
O Agenda Item: 5 CITY OF SANTA CLARITA -`' AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:�1 A'1�443 DATE: March 13, 2018 SUBJECT: AWARD OF IRRIGATION MASTER VALVE AND FLOW SENSOR INSTALLATION CONTRACT DEPARTMENT: Neighborhood Services PRESENTER: Keith Miller RECOMMENDED ACTION City Council: Award a contract to American Landscape, Inc. to install irrigation master valve and flow sensors in the amount of $253,089; and authorize a 20 percent project contingency of $50,617 for a total contract amount not to exceed $303,706. 2. Authorize the appropriation of funds in the amount of $78,706 from Fund 357 to CIP Project No. R0018357-5161.001. 3. Authorize the City Manager or designee to execute all contracts and associated documents, or modify the award in the event issues of impossibility of performance arise, subject to City Attorney approval. BACKGROUND An analysis of all existing Landscape Maintenance District (LMD) irrigation systems was undertaken in Fiscal Year 2016-17 to evaluate the benefit of integrating flow -sensing technology in the City of Santa Clarita's (City) LMD operation. Irrigation flow sensors, used in conjunction with irrigation master valves, can detect and automatically shut down the flow of water in the event of an irrigation system break, malfunction, or instances of vandalism. Based on the water savings benefits associated with this technology, staff moved forward with the creation of design specifications to install and commission the phased installation of flow sensing systems in LMD zones most in need. In reviewing infrastructure needs for the first phase of this project, staff determined LMD Zones T2 (Old Orchard), T3 (Valencia Hills), and Page 1 Packet Pg. 25 O T4 (Valencia Meadows) would benefit the most from the installation of flow -sensing technology as leaks, breaks, and irrigation failures are becoming more common in these areas due to the age of this equipment. Bid Number LMD-17-18-R0018 was published and circulated via the PlanetBids system on December 19, 2017. Bid specifications were transmitted to a number of vendors, as well as the Santa Clarita Chamber of Commerce and the Valley Industrial Association. In total, 31 vendors downloaded bid specifications, with two bids submitted to the City and opened by the Purchasing Office on January 18, 2018. Following the opening of bids, staff identified Stay Green, Inc. as the lowest responsive bidder. However, due to an error in calculating pricing for this project, Stay Green, Inc. took action to formally withdraw their bid. American Landscape, Inc. submitted the second lowest bid, which was determined to be responsive. During the Fiscal Year 2017-18 annual budget process, the City Council approved a budget of $225,000 for Phase I of the Irrigation Master Valve and Flow Sensor Project. As the lowest, responsive bid exceeds the project amount approved by the City Council, staff is requesting an additional appropriation of $78,706 from Fund 357 to CIP Project No. R0018357- 5161.001 to support contract and contingency costs associated with this project. American Landscape, Inc. possesses a valid State Contractor's License and is in good standing with the Contractor State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. Special Districts' staff has completed its due dilligence review of American Landscape Inc.'s professional references and determined their past performance meets the City's high standards. Therefore, staff recommends awarding this contract to American Landscape, Inc. ALTERNATIVE ACTION Other action as determined by the Council. FISCAL IMPACT There is no impact to the General Fund. During the Fiscal Year 2017-18 annual budget process, the City Council approved a budget of $225,000 for Phase I of the Irrigation Master Valve and Flow Sensor Project. As the lowest, responsive bid exceeds the project amount approved by the City Council, staff is requesting an additional appropriation of $78,706 from Fund 357 to CIP Project No. R0018357-5161.001 to support contract and contingency costs associated with this proj ect. Page 2 Packet Pg. 26 Company Location Bid Amount Notes 1 Stay Green, Inc. Santa Clarita, CA $179,247 Bid withdrawn at request of vendor 2 American Landscape, Inc. Canoga Park, CA $253,089 Following the opening of bids, staff identified Stay Green, Inc. as the lowest responsive bidder. However, due to an error in calculating pricing for this project, Stay Green, Inc. took action to formally withdraw their bid. American Landscape, Inc. submitted the second lowest bid, which was determined to be responsive. During the Fiscal Year 2017-18 annual budget process, the City Council approved a budget of $225,000 for Phase I of the Irrigation Master Valve and Flow Sensor Project. As the lowest, responsive bid exceeds the project amount approved by the City Council, staff is requesting an additional appropriation of $78,706 from Fund 357 to CIP Project No. R0018357- 5161.001 to support contract and contingency costs associated with this project. American Landscape, Inc. possesses a valid State Contractor's License and is in good standing with the Contractor State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. Special Districts' staff has completed its due dilligence review of American Landscape Inc.'s professional references and determined their past performance meets the City's high standards. Therefore, staff recommends awarding this contract to American Landscape, Inc. ALTERNATIVE ACTION Other action as determined by the Council. FISCAL IMPACT There is no impact to the General Fund. During the Fiscal Year 2017-18 annual budget process, the City Council approved a budget of $225,000 for Phase I of the Irrigation Master Valve and Flow Sensor Project. As the lowest, responsive bid exceeds the project amount approved by the City Council, staff is requesting an additional appropriation of $78,706 from Fund 357 to CIP Project No. R0018357-5161.001 to support contract and contingency costs associated with this proj ect. Page 2 Packet Pg. 26 ATTACHMENTS LMD 17-18-R0018 & Response (available in the City Clerk's Reading File) O Page 3 Packet Pg. 27 THE CITY OF SANTA CLARITA CONTRACT DOCUMENTS AND SPECIAL PROVISIONS For Irrigation Master Valve & Flow Sensor Installation — Phase I Bid No. LMD 17-18-R0018 Prepared By: City of Santa Clarita Neighborhood Services Department 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 Contact: Katie Knybel Project Manager (661) 290-2204 kknybel@santa-clarita.com Bids Due: January 18, 2018 at 11:00 AM IIAI.airQiE I:i XI W TABLE OF CONTENTS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 TITLE SECTION NOTICE INVITING BIDS.......................................................................................................A INVITATION FOR BID........................................................................................................... B BIDINSTRUCTIONS.................................................................................................... B PROPOSAL....................................................................................................................... C PROJECT BID SCHEDULE..........................................................................................0 DESIGNATION OF SUBCONTRACTORS................................................................... C REFERENCES............................................................................................................. C ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATION .......................... C EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ......................................... C BIDDER'S CERTIFICATION.........................................................................................0 PROPOSLA GUARANTEE (BID BOND)...................................................................... C NON -COLLUSION AFFADAVIT................................................................................... C BIDDER'S QUESTIONAIRE.........................................................................................0 CAPITAL IMPROVEMENT PROJECT AGREEMENT........................................................... D FAITHFUL PERFORMANCE BOND............................................................................. D LABOR AND MATERIAL BOND................................................................................... D ADMINISTRATIVE SPECIFICATIONS.................................................................................. E GENERAL PROVISIONS - SPECIAL PROVISIONS............................................................. F EXHIBITA............................................................................................................................. EXISTING IRRIGATION EQUIPMENT SURVEY EXHIBITB............................................................................................................................. SCOPE OF WORK EXHIBITC............................................................................................................................ DETAILS EXHIBITD............................................................................................................................ ZONE BOUNDARY MAPS LMD-17-18-RO018 2 SECTION A: NOTICE INVITING BIDS Bids must be received electronically before 11:00 AM on Friday, January 18, 2018 by the Purchasing Agent of the City of Santa Clarita. Specifications for this electronic bid may be viewed at: http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840# Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Please refer to specifications for complete details and bid requirements. There will be a pre-bid meeting on January 3, 2018 at 2:00 PM at City Hall, 23920 Valencia BI, Santa Clarita, CA 91355 - Council Chambers Conference Room, Suite 105. It is strongly encouraged for all interested contractors to attend. This is the one and only meeting that will be scheduled for this bid. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with the progress payment on at least monthly basis to the City. The specifications in this notice shall be considered a part of any contract made pursuant thereto. This bid is subject to SB 854. See bidder instructions for details. Specifications for this bid may be downloaded from the City's Purchasing website at http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840#. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. Purchasing (661) 255-4399 LMD-17-18-R0018 3 SECTION B: INVITATION FORBID BID # LMD 17-18-R0018 BID OPENING: January 18, 2018 The City of Santa Clarita invites electronically sealed bids for: CITY OF SANTA CLARITA Irrigation Master Valve & Flow Sensor Installation — Phase I 1. Bids must be ELECTRONICALLY received at: http://www.planetbids.com/portal/porta1.cfm?Comi)anylD=16840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read and understands the requirements contained on pages 1 to 91, Exhibits A to C. 5. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/porta1.cfm?CompanylD=16840# The last day for questions will be 10:00 AM, January 11, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. Name (Print): Company: Email: Address: Company Phone No.: City: State/Zip: LMD-17-18-RO018 4 SECTION B: BID INSTRUCTIONS Bid # LMD 17-18-R0018 Irrigation Master Valve & Flow Sensor Installation — Phase I Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this form and include the notice, Request for Bid Schedule, and all forms or information included in or required by Section B, Specifications, (attachments accepted) (b) All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the total bid price. (c) Proposals/corrections received after the closing time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments will be made in Unite States Currency. 3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The City has the option of accepting or rejecting any alternative bid. Environmentally Preferable Purchasing. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post- industrial and post -consumer material. Bidders are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no response to this bid. 6. Resection. The City reserves the right to reject any or all bids and to waive any informality in any bid. The City may reject the bid of any bidder who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 7. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It is the bidder's responsibility to contact the project manager, for public projects, or Purchasing prior to submission of the bid to make certain the package is complete and all required addenda are included. This information will be available from the City's website. Bidders are cautioned against relying on verbal information in the preparation of bid responses. All official information and guidance will be provided as part of this solicitation or written addenda. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public works, professional services or is federally funded. Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the goods and/or services resulting from this solicitation. The City may make an award based on i � ►.� ib rd E� :z�r�y E 3 partial items unless the bid submitted is marked "All or none." Where detailed specifications and/or standards are provided the City considers them to be material and may accept or reject deviations. The results of the bid will be posted on the City's website at www.santa- clarita.com/purchasing, normally within 24 hours. 9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy -back" procurements. 10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor will be considered agreement with the terms of this contract. 11. Taxes, Charges and Extras. (a) Bidder must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 14. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. 15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor Compliance Program is included herein as an informative reference for the successful bidder. It does not require any completion prior to contract award but should be reviewed for all necessary provisions and requirements. 16. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the bidder must defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. IAIQ5VAP.M Ellie] K 18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid OR 10 % of the value of the 1 st year of service for service bids, to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check or money order may be substituted in lieu of either bond). Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words "BID BOND FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be considered responsive. 19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided prior to contract signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and Worker's Compensation (statutory requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in any contract awarded to a bidder. 20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so designated. Bidder is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 21. Specifications. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 22. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the proposal does not restrict bidders to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supercede any other specifications or requirements cited. Documentation of equivalency must be submitted with the bid. At a minimum the documentation must demonstrate equivalency in form, fit, function, quality, performance and all other stated requirements. The City is final determiner of equivalency. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 23. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the Purchasing Agent, City of Santa Clarita. 24. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term of this contract. The City does not pay "surcharges" of any type unless identified in the response to this bid. All costs will be included in the pricing provided to the City. 25. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds appropriated for the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject to City's legislative appropriation for this purpose. In the event the governing body appropriating funds does not allocate sufficient funds for the next succeeding fiscal year's payments. Then the affected deliveries/services may be (1) terminated without I A I Q 5 VAI E:1I EllUS E:3 penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of funds at the earliest possible date. 26. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting from this bid, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 27. Termination. The City may terminate any service or contract with or without cause either verbally or in writing at any time without penalty. 28. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid will conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 29. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 30. Invoices. Invoices will be forwarded to: City of Santa Clarita NS - Special Districts 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 31. Bid Questions. Questions must be submitted electronically to: http://www.planetbids.com/portal/portal.cfm?CompanvlD=l 6840# The last day for questions will be 10:00 AM, Janyary 11, 2018. 32. SB 854 — No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. IAIQ5WAIP.MEllie] K 33. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area - Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new contractor. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in Planet Bids. IAIQ5VAIP.M09111K SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Determined LF Linear Feet SF Square Feet N A Not Applicable CY Cubic Yards QTY Quantity 7 $ ZONE T-02 ITEM NO. DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED TOTAL 1 Mobilization and demobilization (including bonds and insurance) LS 1 $ $ FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT 2 WTF3-150-PDNO (Flow3 - 1.5" - Photo Diode) EA 7 $ $ 3 WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ $ 4 WT -FS -075 -DI (PVC Flow Sensor - 3/4') EA 2 $ $ 5 WTFL-XT+ (FlowLink) EA 7 $ $ 6 WT-MV-100G-SNO (Normally Open MV - 1 ") EA 1 $ $ 7 WT-MV-075G-SNO (Normally Open MV - 3/d') EA 2 $ $ 8 WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 1 $ $ 9 WTPR03-CAF-KEY (OptiFlow Controller Keys) EA 4 $ $ 10 WTPR03-1224-PR03UPG (Pro2 to Pro3 Upgrade) EA 4 $ $ 11 Jumbo Valve Boxes for HydroMeters, Flow Sensors, Master Valves and FlowLinks EA 20 $ $ Bid # LMD 17-18-RO018 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 12 14AWG Direct Burial Wire LF INCLUDED INCLUDED 13 3M Direct Burial Splice Kit EA INCLUDED INCLUDED 14 2" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED 15 1" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED COMMISSIONING 16 Flow Commissioning — Main Line: Determine and set Flow Thresholds for each controller EA 12 $ $ 17 Flow Commissioning — Station Lines: run each zone for 5 minutes and learn flow for each station. EA 12 $ $ 18 OptiFlow Commissioning EA 1 $ $ OTHER 19 Any additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS 1 $ $ Zone T-02 TOTAL: $ Zone T-02 Total in Words: Contractor Name: nature Date I:3reFEA4AIa]IMFB ieIl]IR SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Determined LF Linear Feet SF Square Feet N A Not Applicable CY Cubic Yards QTY Quantity 4 $ ZONE T-03 ITEM NO. DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED TOTAL 1 Mobilization and demobilization (including bonds and insurance) LS 1 $ $ FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT 2 WTF3-150-PDNO (FIow3 - Normally Open - 1 1/2") EA 4 $ $ 3 WTF3-200-PDNO (FIow3 - Normally Open - 2") EA 2 $ $ 4 WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ $ 5 WTFL-XT+ (FlowLink) EA 3 $ $ 6 WT-MV-100G-SNO (Normally Open MV - 1 ") EA 1 $ $ 7 WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 2 $ $ 8 WTPR03-CAF-KEY (OptiFlow Controller Keys) EA 7 $ $ 9 Jumbo Valve Boxes for HydroMeters, Flow Sensors, Master Valves and FlowLinks EA 11 $ $ Bid # LMD 17-18-RO018 12 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 10 14AWG Direct Burial Wire LF INCLUDED INCLUDED 11 3M Direct Burial Splice Kit EA INCLUDED INCLUDED 12 2" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED 13 1" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED COMMISSIONING 14 Flow Commissioning — Main Line: Determine and set Flow Thresholds for each controller EA 10 $ $ 15 Flow Commissioning — Station Lines: run each zone for 5 minutes and learn flow for each station. EA 10 $ $ 16 OptiFlow Commissioning EA 7 $ $ OTHER 17 Any additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS 1 $ $ Zone T-03 TOTAL: $ Zone T-03 Total in Words: Contractor Name: nature Date Bid # LIVID 17-18-RO018 13 SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Determined LF Linear Feet SF Square Feet N A Not Applicable CY Cubic Yards QTY Quantity 4 $ ZONE T-04 ITEM NO. DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED TOTAL 1 Mobilization and demobilization (including bonds and insurance) LS 1 $ $ FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT 2 WTF3-150-PDNO (FIow3 - Normally Open - 1 1/2") EA 4 $ $ 3 WTF3-200-PDNO (FIow3 - Normally Open - 2") EA 1 $ $ 4 WTF3-300-PDNO (FIow3 - Normally Open - 3") EA 1 $ $ 5 WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ $ 6 WTFL-XT+ (FlowLink) EA 3 $ $ 7 WT-MV-100G-SNO (Normally Open MV - 1 ") EA 1 $ $ 8 WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 2 $ $ 9 WTPR03-CAF-KEY (OptiFlow Controller Keys) EA 5 $ $ 10 Jumbo Valve Boxes for HydroMeters, Flow Sensors, Master Valves and FlowLinks EA 11 $ $ Bid # LIVID 17-18-RO018 14 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 11 14AWG Direct Burial Wire LF INCLUDED INCLUDED 12 3M Direct Burial Splice Kit EA INCLUDED INCLUDED 13 2" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED 14 1" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED COMMISSIONING 15 Flow Commissioning — Main Line: Determine and set Flow Thresholds for each controller EA 13 $ $ 16 Flow Commissioning — Station Lines: run each zone for 5 minutes and learn flow for each station. EA 13 $ $ 17 OptiFlow Commissioning EA 5 $ $ OTHER 18 Any additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS 1 $ $ Zone T-04 TOTAL: $ Zone T-04 Total in Words: Contractor Name: nature Date 15 Bid # LMD 17-18-R0018 DESIGNATION OF SUBCONTRACTORS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. LMD-17-18-R0018 16 REFERENCES Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 2. 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: LMD-17-18-R0018 17 ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the Circle J Ranch Lmd Area Landscape Improvements - Zone 27. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signature:_ Date: *Estimator's Signature: Date: *Owner's Signature: *All three signatures required Date: LMD-17-18-R0018 18 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 This bidder , proposed subcontractor , hereby certifies that he has has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: By: Title: Date: Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. LMD-17-18-RO018 19 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Business Address: Telephone No.: State CONTRACTOR's License No. & Class: Original Date: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: LMD-17-18-RO018 20 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this day of , 20_ Notary Public (SEAL) LMD-17-18-R0018 21 BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the first contract year (365 days) of this bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Circle J Ranch Lmd Area Landscape Improvements - Zone 27 Bidder's Signature CONTRACTOR Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. LMD-17-18-RO018 22 PROPOSAL GUARANTEE BID BOND Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is ten percent (10%) of the total of first contract year (365 days) amount which is bid by BIDDER, to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of 20_. BIDDER SURETY* Subscribed and sworn to this day of 20_ NOTARY PUBLIC *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. LMD-17-18-RO018 23 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. LMD-17-18-RO018 24 NON -COLLUSION AFFIDAVIT Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) being first duly sworn deposes and says that he is the (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Signed: Title Subscribed and sworn to and before me this Seal of Notary day of , 20_. LMD-17-18-RO018 25 BIDDER'S QUESTIONNAIRE Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: Principal Office Address: Telephone: 2. Type of Firm: Corporate: Other: Individual: Partnership: 3a. If a Corporation, answer these questions: Date of Incorporation: State of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: 4. Designate which are General or Managing Partners. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: LMD-17-18-RO018 26 BIDDER'S QUESTIONNAIRE (cont'd) Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 5. CONTRACTOR's Representative: Title: Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Project Location: Type of Project: (B) LMD-17-18-RO018 27 CAPITAL IMPROVEMENT PROJECT AGREEMENT Project Name (State Fund) This AGREEMENT is made and entered into for the above -stated project BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V LMD-17-18-RO018 28 City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. LMD-17-18-R0018 29 ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, Ci1y may cancel the Agreement immediately with no penalty. LMD-17-18-R0018 30 Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. LMD-17-18-R0018 31 ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the LMD-17-18-R0018 32 federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing_ Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY'S Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statutes and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. This Work is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The Contractor will be required to post job site notices as described in 8 California Code of Regulation section 16451(d). Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor LMD-17-18-R0018 33 shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) LMD-17-18-R0018 34 The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Date: Mayor/City Manager of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: LMD-17-18-R0018 35 FAITHFUL PERFORMANCE BOND Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of ,20 CONTRACTOR* SURETY* Subscribed and sworn to this 20 NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. LMD-17-18-R0018 36 LABOR AND MATERIAL BOND Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of ) 20 CONTRACTOR* SURETY* Subscribed and sworn to this 20 NOTARY PUBLIC day of * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. LMD-17-18-R0018 37 SECTION E: ADMINISTRATIVE SPECIFICATIONS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 INTRODUCTION The City of Santa Clarita, Landscape Maintenance Districts (LMD) is soliciting sealed bids from qualified companies for the installation and commissioning of irrigation flow sensing technology within the City of Santa Clarita LMD ZONES T-02, T-03 AND T-04. This contract is for one time services and no renewals are express or implied. Additionally, the quantities given are for bidding purposes only and are not necessarily indicative of total work. There will be a pre-bid meeting on Wednesday, January 3, 2018, at 2:OOPM at City Hall, 23920 Valencia Blvd. in the Council Chambers. SCOPE OF WORK The City requires the contractor to include all labor and equipment for an all-inclusive contract for irrigation installation and flow commissioning. The project area includes all irrigation points of connection within LMD Zones T-02, T-03 and T-04. The bid shall be all inclusive for labor hours and equipment, meaning: Contractor shall at his cost provide all the labor and equipment necessary for the installation of irrigation master valves, flow sensors, flow commissioning, clean- up, and restoration and repair or replacement of all existing improvements according to scope of work, details, plans, specifications, and contract documents. CONTRACTOR shall provide safe and adequate pedestrian and vehicular movement at and around all construction sites, which shall be maintained at all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTOR to ensure public safety at all times. This bid is subject to SB 854. See bidder instructions for details. The Contractor shall have a minimum of five years' experience in irrigation construction. (See References Sheets). The Contractor will be required to communicate work requests back and forth to LMD staff through desktop computer, hand held device, or laptop. The Contractor must supply a C-27 license copy or, at minimum, the license number with their bid response. Please refer to the following General Requirement section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. LOCATION OF WORK The project area includes all irrigation points of connection within LMD Zones T-02, T-03 and T- 04. LMD-17-18-RO018 38 TIME OF COMPLETION The project shall be completed within one hundred and twenty (120) working days after the date stated in the Notice to Proceed with Work. Every working day beyond 120 days may incur liquidated damages in the amount of $500.00. PAYMENT Progress payments will be made on a monthly basis. The payment amount shall be calculated based on the completed percentage of each bid item. The balance of the contracted amount may be invoiced upon inspection and approval of the completed project. LABOR COMPLIANCE The work required in this bid requires the payment of prevailing wages. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/dlsr/PWD. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein at Appendix A by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable Federal and California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with the progress payment on at least monthly basis to the City. EMERGENCY INFORMATION Fieldwork shall not commence until the Agency's "Contractor Contact Information" sheet is filed with the Agency, the L.A. County Fire Department, and L.A. County Sheriffs Department. The names, addresses, and telephone numbers of the CONTRACTOR and subCONTRACTORs shall be filed with the City and the County Sheriffs Department on the day of the pre -construction meeting. RECYCLING PLAN All materials removed from the work area to be disposed offsite unless otherwise specified. Contractor shall dispose of all debris in full compliance with all government regulations having jurisdiction. The Contractor shall keep the project site clean and free from rubbish and debris at all times, as well as any adjacent areas, which are affected by the construction operations. LMD-17-18-R0018 39 STANDARD SPECIFICATIONS The Standard Specifications set forth above control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted, and the section numbers of the Special Provision coincide with those of the said Standard Specifications. Only those sections requiring elaboration, amendments, specifying of options, or additions are called out. The Standard Specifications of the AGENCY are contained in the 2015 Edition of the Standard Specifications for Public Works Construction. GreenBook, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General CONTRACTORs of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 10801 National Boulevard, Suite 100, Los Angeles, California 90064, telephone (310) 474-7771. LMD-17-18-R0018 40 SECTION F - GENERAL PROVISION Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 City of Santa Clarita, California The general provisions for this contract shall be in conformance with Part 1, "General Provisions," of the Standard Specifications for Public Works Construction, 2015 Edition, and any supplement to "Greenbook", except as amended and superseded by the following general provisions. PART 1 GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-1 GENERAL Add the word "written" after the words "refer to." 1-2 TERMS AND DEFINITIONS Agency - City of Santa Clarita Board - City Council representing the City of Santa Clarita City - City of Santa Clarita City Attorney - Attorney for the City of Santa Clarita C&DMMP - Construction & Demolition Materials Management Plan Engineer - City of Santa Clarita, City Engineer Inspector - Inspector for the City of Santa Clarita Owner - City of Santa Clarita State - State of California BMPs - Best Management Practices SSPWC - Standard Specification of Public Works Construction, 2015 Edition Greenbook - Standard Specification of Public Works Construction, 2015 Edition SWPPP - Storm Water Pollution Prevention Plan WPCP - Water Pollution Control Program SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT Within ten (10) working days after the date of the AGENCY's notice of award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY: • Project Contract Agreement • Faithful Performance Bond • Labor and Material Bond • Public Liability and Property Damage Insurance Certificate and Endorsements • Worker's Compensation Insurance Certificate LMD-17-18-RO018 41 Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-1.1 Pre -Construction Meeting Add the following Section 2-1.1 "Pre -Construction Meeting"A Pre - Construction Conference shall be conducted at the Santa Clarita City Hall, 23920 Valencia Boulevard, Santa Clarita, CA 91355, prior to the start of construction. The Engineer will distribute a notice of this meeting, along with an agenda of the subjects to be addressed at least four days prior to the meeting. The job -site foreman or superintendent assigned by the CONTRACTOR for this project shall be present at the Pre -Construction Meeting. The following is a minimum agenda for the Pre Construction Meeting: 1. The ENGINEER will explain and discuss insurance, laws and codes, maintenance of traffic, permits, quality control, inspection and related items. 2. The ENGINEER will discuss procedures for Submittals, and Contract Change Orders. 3. The ENGINEER will discuss monthly progress payment application and establish the estimate cutoff date and discuss partial and final payments. 4. The ENGINEER will discuss the City's Labor Compliance Program. 5. The ENGINEER will discuss the City's Construction & Demolition Materials Management Plan. 6. The CONTRACTOR will introduce Contractor's representatives, briefly describe each person's responsibilities and provide Emergency contact information. 7. The CONTRACTOR shall designate, in writing, a representative who shall have complete authority to act for the CONTRACTOR, including signature authority limitations. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the CONTRACTOR. In the absence of the CONTRACTOR or its designated representative, necessary or desirable directions or instructions may be given by the ENGINEER to the superintendent or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the CONTRACTOR or its representative. 8. The CONTRACTOR will distribute a list of Subcontractors and suppliers and discuss sequence of and coordination of critical work and long lead procurement items. 9. The CONTRACTOR will prepare and submit a tentative progress schedule for review and acceptance. 10. The CONTRACTOR will define and discuss arrangements for Safety, first aid, emergency actions and security. Those attending the meeting shall include, but not be limited to the following: • CONTRACTOR • Subcontractors • Subcontractors finance representative or certified payroll designee for Labor Compliance instructions • City of Santa Clarita Project Manager • City Landscape Maintenance District Staff • LMD Contract Zone Monitor One week prior to the meeting, the Contractor shall submit the following: 1. Construction Schedule 2. C&DMMP (if applicable) Any explanations provided by the Engineer at this meeting do not amend, supersede or alter terms or meaning of any Contract Document and the Contractor shall not claim reliance on such explanations as a defense to any breach or failure by the Contractor to perform as specified in the Contract. LMD-17-18-R0018 42 2-3 SUBCONTRACTS Subsection 2-3.2 of the SSPWC is hereby deleted and replaced with the following 2-3.2 Self Performance. The CONTRACTOR shall perform or provide, with its own organization, contract labor, materials, and equipment amounting to at least fifty -percent (50%) of the Contract Price. The contract labor performed or provided by the CONTRACTOR shall amount to at least fifty -percent (50%) of the total contract labor for the Contract. Contract labor shall exclude superintendence. Any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the CONTRACTOR with its own organization. When items of work in the bid schedule are preceded by the letter (S), said items are designated "Specialty Items." Where an entire item is subcontracted, the value of contract labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump Sum Price. When a portion of an item is subcontracted, and value of contract labor, materials, and equipment subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price, determined from information submitted by the CONTRACTOR, subject to approval by the ENGINEER. The prime CONTRACTOR shall provide a description by bid item number or otherwise fully designate the portion of work to be performed by each SUBCONTRACTOR. 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in force until one (1) year after the date of recordation of the Notice of Completion. The Labor and Material Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. The CONTRACTOR shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as -built conditions. The control set will be reviewed for completeness prior to the approval of the CONTRACTOR'S monthly progress payment request. Upon completion of all work, the CONTRACTOR shall return the control set to the ENGINEER. Final payment will not be made until this requirement is met. Section 2-5 of the SSPWC is amended by adding thereto the following new Subsection 2-5.4 2-5.4 Examination of Contract Documents. The BIDDER shall examine carefully the entire location of the work, including but not restricted to, the conditions and encumbrances related thereto, the plans and specifications, and the proposal and contract forms. The submission of a bid shall be conclusive evidence that the BIDDER has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, locations and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. 2-9 SURVEYING Section 2-9.2 of the SSPWC is hereby amended by adding the following: 2-9.2 Survey Service. CONTRACTOR will be responsible for the expenses of survey staking for the removal and reconstruction at the various locations covered under this contract. In addition, the CONTRACTOR will be responsible for establishing new flow lines to correct stagnant flows. New curb and gutter grade shall provide a minimum 0.5% slope if constructed. Situations that might require significantly more removal than is shown in the specifications shall be brought to the attention of the ENGINEER prior to any work being performed. The CONTRACTOR shall be wholly responsible for lines and grades and for the stakes and marks for the construction for all the improvements. The stakes shall be set a minimum of twenty-four (24) hours before pouring any improvement. LMD-17-18-RO018 43 Construction stakes shall be removed from the site of the work when no longer needed. All survey associated with the construction shall be included in the price for the line item, no additional compensation will be allowed for surveying work. Additionally the CONTRACTOR is required to work with the City's designated surveyor in replacing any disturbed or destroyed survey monuments or control points. Control monument locations will be verified before work is done and replaced after work is completed by an independent surveyor as directed by the ENGINEER. The CONTRACTOR will not be allowed any adjustment in contract time for verification, replacement, or coordination of survey control points. 2-11 INSPECTION Section 2-11 of the SSPWC is hereby amended by adding the following: No concrete or asphalt pavement shall be placed prior to AGENCY inspection of the work area and subgrade conditions. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY 3-2.2 Contract Unit Prices. Subsection 3-2.2.1 of the SSPWC is hereby replaced with the following: 3-2.2.1 General. The quantities listed in the Bid Schedule are approximate only and are prepared for the comparison of bids. Payment to the CONTRACTOR will be made only for the actual quantities of work performed and accepted or materials furnished in accordance with the contract. The AGENCY reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule, and to add or delete the locations, type, and extent of work, which has been identified on the project plans. Increases or decreases in the quantities of work within the limits specified shall in no way invalidate the unit bid or contract prices. No claim shall be made by the CONTRACTOR for any loss of anticipated profits because of any such alternation or due to any variation between the approximate quantities and the quantities of work as done. 3-3 EXTRA WORK 3-3.2.3 Markup. Subsections 3-3.2.3.1 and 3-3.2.3.2 of the SSPWC are hereby replaced with the following: 3-3.2.3.1 Work by CONTRACTOR. The following percentages shall be added to the CONTRACTOR's cost and shall constitute the markup for all overhead and profits: 1. Labor 20% 2. Materials 15% 3. Equipment Rental 15% 4. Other Items and Expenditures 15% 3-3.2.3.2 Work by SUBCONTRACTOR. The aggregate of all markups for added work, regardless of the number of tiers of SUBCONTRACTORS used, shall not exceed the markup established in Subsection 3-3.2.3.1 plus ten percent (10%) on the first $2,000 of extra work and five percent (5%) on work in excess of $2,000. Section 3, Changes in Work, of the SSPWC is amended by adding thereto the following new Subsection 3-6: 3-6 NOTICE TO SURETIES The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. LMD-17-18-R0018 44 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. The CONTRACTOR and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The CONTRACTOR, at no cost to the AGENCY, shall make repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within one (1) year after the date of recordation of the Notice of Completion. Within this one-year period, the CONTRACTOR shall also restore to full compliance with requirements of this contract portions of the work that are found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. Repairs, replacements, and restorations shall be made within thirty (30) days after the date of the ENGINEER's written notice. 4-1.4 Test of Materials. All necessary materials and compaction testing will be done by AGENCY approved testing laboratory. Except as elsewhere specified, the AGENCY will bear the cost of testing materials and or workmanship, which meet or exceed the requirements indicated in the SSPWC and Special Provisions. The costs of additional tests, if deemed necessary by the ENGINEER, of material and/or workmanship, which previously met or exceeded the requirements indicated in the SSPWC and Special Provisions, shall be borne by the CONTRACTOR. The cost of all other testing that fails to pass the first test shall be charged to the CONTRACTOR and withheld from final payment. CONTRACTOR shall submit to the Project Inspector, on the AGENCY'S standard form, requests for material testing at least forty-eight (48) hours before the required materials test is needed. SECTION 5 - UTILITIES 5-1 LOCATION The CONTRACTOR's attention is directed to Section 5 "Utilities" and Subsections 7-9 "Protection and Restoration of Existing Improvements" of the Standard Specifications. The CONTRACTOR shall verify the location, size, and type of all existing utilities prior to construction. Utilities include, but are not limited to; telephone, electricity, gas, oil transmission, fiber-optic cable, domestic water, reclaimed water, sewer, and traffic signal interconnect lines. Existing utilities are located within the limits of work. The CONTRACTOR shall confirm locations of all utilities and utility markings on curbs and protect them in place, relocate, or replace as required. All utilities designated to be protected in place shall be carefully uncovered if located within the lines of excavation and time shall be allowed for the Engineer or his designee to field check the location of such utilities to make certain that they will not interfere with construction. In the event any such existing facility should be disturbed or damaged, the CONTRACTOR shall at once make repairs to the satisfaction of the owner, or arrange with the owner to make repairs, at no cost to the City. Any delays or reconstruction of improvements resulting from the CONTRACTOR's failure to verify utility locations and depths shall be made at the CONTRACTOR's expense. Payment for construction relocation or adjustment of these utility lines shall be the responsibility of the respective utility companies, unless otherwise indicated elsewhere in these Special Provisions. The CONTRACTOR is advised of the existence of the utility notification service provided by Underground Service Alert (USA). USA member utilities will provide the CONTRACTOR with the precise locations of their substructures in the construction area when the CONTRACTOR gives at least forty-eight (48) hours notice to USA by calling 1-800-227-2600. The CONTRACTOR shall obtain all necessary permits and notify the utilities agencies at least seventy-two (72) hours in advance of excavating around any of their structures. It shall be the responsibility of the CONTRACTOR to coordinate all phases of construction with the various utility companies involved. The exact location and identification of all existing utilities shall be determined by the CONTRACTOR prior to the start of any work. LMD-17-18-RO018 45 All existing City owned utilities located in sidewalk, driveway approach, access ramp, or any area requiring grade adjustment due to the proposed improvements shall be considered appurtenant to the bid item for which the adjustment is required. The following is a list of the various owners of facilities within the project limits: AT&T California Southern California Edison Company Valencia Water Company Southern California Gas Company The first paragraph of Section 5-4 of the SSPWC is hereby deleted and replace with the following: 5-4 RELOCATION During the construction of the project by the CONTRACTOR, various utility companies maybe completing their work to replace, relocate, install, modify, abandon or adjust their existing underground, at grade and overhead facilities and structures to clear or join the proposed improvements. The CONTRACTOR shall coordinate scheduling and cooperate with the various utility companies so as to allow them access to their work, and time to complete their work so as to not cause unnecessary delays to the contract. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place shown on the plans and as specified in these special provisions shall be included in the related items of work and no additional time allowances or compensation will be made thereof. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The CONTRACTOR's proposed construction schedule and staging plan shall be submitted to the ENGINEER for approval within five (5) working days after the AGENCY's issuance of a Notice of Award of contract. NOTE: REVISED CONSTRUCTION SCHEDULES SHALL BE SUBMITTED TO THE ENGINEER FOR AGENCY APPROVAL AT LEAST TWO (2) WEEKS IN ADVANCE OF BEGINNING REVISED OPERATIONS. Prior to issuing the Notice to Proceed with work, the ENGINEER will schedule a pre -construction meeting with the CONTRACTOR to review the proposed construction schedule and delivery dates, arrange utility coordination, discuss construction methods, review proposed traffic control plans, and clarify inspection procedures. The CONTRACTOR is hereby informed of current construction projects in adjacent neighborhoods. The CONTRACTOR shall coordinate and schedule his work activities at the project location to allow completion of the adjacent work while still completing the required construction improvements to be completed under this contract. Execution of the contract shall constitute agreement by the AGENCY and the CONTRACTOR that one -thousand dollars ($1,000) per violation is the minimum value of the cost and actual damage caused by failure of the CONTRACTOR to limit performance of the work between the allotted times, that such sum is liquidated damage and shall not be construed as a penalty, and that such sum may be deducted from payments due the CONTRACTOR if such delay occurs. The CONTRACTOR shall submit periodic Progress Reports to the ENGINEER by the fifth (5t") day of each month. The report shall include the latest approved Construction Schedule. Progress payments will be withheld pending receipt of any outstanding reports. 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 General. In the second paragraph, replace the word "materials" with the words "materials, equipment, or labor" LMD-17-18-RO018 46 No extension of time will be granted for the CONTRACTOR'S inability to secure materials for this project. 6-7 TIME OF COMPLETION 6-7.1 General. The time of completion shall be as noted in the General Specifications. 6-7.2 Working Day. CONTRACTOR's activities shall be confined to the hours between 7:00 a.m. and 4:00 p.m., Monday through Friday, unless otherwise noted in these Specifications. In addition, no work shall be performed by the CONTRACTOR on Saturday, Sunday, or on AGENCY -designated holidays. AGENCIES designated holidays are listed in Table 1 below. Refer to Subsection 7-10.1 for additional time restrictions regarding traffic and access. Deviations from these restrictions will not be permitted without the prior consent of the ENGINEER, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the CONTRACTOR. Service fees will be calculated at overtime rates including benefits, overhead and travel time and will be deducted from the amounts due the CONTRACTOR. Failure of the CONTRACTOR to adhere to these restrictions will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a working day or hours violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of five -hundred dollars ($500), unless otherwise provided in the specifications. Execution of the contract shall constitute agreement by the AGENCY and the CONTRACTOR that five -hundred dollars ($500) per violation is the MINIMUM value of the cost and actual damages caused by failure of the CONTRACTOR to limit performance of the work between the allotted times, that such sum shall not be construed as a penalty, and that such sum may be deducted from payments due to the CONTRACTOR. TABLE 1 - AGENCY DESIGNATED HOLIDAYS President's Day Monday, February 19 Memorial Day Monday, May 28 Independence Day Wednesday, July 4 6-9 LIQUIDATED DAMAGES Liquidated damages for failure of the CONTRACTOR to complete the work within the time allowed are hereby amended to be five hundred dollars ($500) per day. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES The CONTRACTOR is solely responsible for the means and methods of construction, and for providing and maintaining a safe place to work. A noise level limit of 86 DBA at a distance of fifty (50) feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Prevailing Wages. The CONTRACTOR and all subcontractors, suppliers, and vendors shall comply with all AGENCY, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The CONTRACTOR shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's Office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The CONTRACTOR shall not pay less than these rates. LMD-17-18-RO018 47 7-3 7-5 7-6 7-7 W INSURANCE Liability insurance coverage requirements are amended as follows: Insurance Coverage Requirements Limit Requirements Comprehensive General Liability $ 2,000,000 Products/Completed Operations Hazard $ 1,000,000 Comprehensive Automobile Liability $ 1,000,000 Contractual General Liability $ 2,000,000 A combined single -limit policy with aggregate limits in the amount of $4,000,000 will be considered equivalent to the required minimum limits. Except as provided for in Subsection 6-10, the CONTRACTOR shall save, keep and hold harmless the AGENCY, its officers, employees, and agents from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personal injury received by reason of or in the course of performing work, which may be caused by any willful or a negligent act or omission by the CONTRACTOR, any of the CONTRACTOR's employees, or any subcontractor. The AGENCY will not be liable for any accident, loss or damage to the work prior to its completion and acceptance, except as provided for in Subsection 6-10 of the SSPWC. All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of an expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY shall be notified by registered or certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than thirty (30) days before expiration or cancellation is effective. A Certificate of Insurance demonstrating the above policy shall be submitted to the AGENCY concurrently with the filing of the Faithful Performance Bond and Payment (Labor and Material) Bond and shall be subject to the approval of the City Attorney. The cost of this insurance shall be included in the CONTRACTOR's bid. Section 7-5 of the SSPWC is hereby deleted and replace with the following: PERMITS Prior to the start of work, the CONTRACTOR shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. AGENCY permits will be issued at no charge to the CONTRACTOR. The CONTRACTOR and all subcontractors shall be licensed in accordance with State Business and Professions Code. The CONTRACTOR shall also obtain, at the CONTRACTOR's cost, any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or entity. THE CONTRACTOR'S REPRESENTATIVE Add the following: The CONTRACTOR's Representative is required to be accessible by cellular phone at all times. COOPERATION AND COLLATERAL WORK CONTRACTOR shall coordinate/schedule in advance for the prevention of potential conflicts between other street improvements in the same area. The locations and schedules of street improvements with other City's projects would be provided to the awarded CONTRACTOR. If newly repaved or slurry sealed streets are damaged by the work, the CONTRACTOR will be responsible for the repairs. The method of repair for damaged streets will be determined by the ENGINEER. WORK SITE MAINTENANCE Add the following: 7-8.1 General. Equipment shall be removed from the site as soon as it is no longer necessary for the project. Within twenty-four (24) hours of a request from the AGENCY, CONTRACTOR must i � ►•� ib rd E� :z�r�y E 3 48 remove equipment from the site that is no longer needed for the project. Refusal by the CONTRACTOR to remove the equipment may be cause for withholding progress payments. Add the following: 7-8.2 Air Pollution Control. The CONTRACTOR will be required to use a wet saw when saw cutting existing concrete in all locations. 7-8.4 Storage of Equipment and Materials. Add the following: 7-8.4.1 General. The CONTRACTOR shall not store stockpiles of soil or debris on site. All waste material shall be removed from the site daily. Only soil required for backfill after from removals will be allowed to remain on-site. Add the following: 7-8.6 Water Pollution Control. Water pollution control work shall conform to the requirements in the "Storm Water Pollution Prevention Plan (SWPPP) and Water Pollution Control Program (WPCP) Preparation Manual" and the "Construction Site Best Management Practices (BMPs) Manual", and addenda thereto issued up to, and including, the date of advertisement of the project, hereafter referred to respectively as the "Preparation Manual" and the "Construction Site BMP Manual" and collectively as the "Manuals". Copies of the Manuals may be obtained from the Department of Transportation, Material Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916) 445-3520. Copies of the Manuals may also be obtained from the Department's Internet Web Site at: http://www.dot.ca.gov/hq/construc/stormwater.htm1. Copies of the Manuals are available for review at 120 S. Spring Street, Los Angeles, CA 90012. The CONTRACTOR shall fully comply with the applicable provisions of the Manuals, Federal and State regulations that govern the CONTRACTOR's operations and storm water discharges from the project site and areas of disturbance outside the project limits during construction. The CONTRACTOR shall be responsible for the costs and for liabilities imposed by law as a result of the CONTRACTOR's failure to comply with the requirements set forth in this section "Water Pollution Control" including, but not limited to, compliance with the applicable provisions of the Manuals and Federal, State, and local regulations. For the purposes of this paragraph, costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the State or the CONTRACTOR, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by law, an amount of the money due the CONTRACTOR under the contract, as determined by the City, may be retained by the City of Santa Clarita until disposition has been made of the costs and liabilities. The retention of money due the CONTRACTOR shall be subject to the following: A. The City will give the CONTRACTOR thirty (30) days' notice of the Department's intention to retain funds from partial payments, which may become due to the CONTRACTOR prior to acceptance of the contract. Retention of funds from payments made after acceptance of the contract may be made without prior notice to the CONTRACTOR. B. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06, "Partial Payments," of the Standard Specifications. C. If the Department has retained funds and it is subsequently determined that the State is not subject to the costs and liabilities in connection with the matter for which the retention was made, the Department shall be liable for interest on the amount retained at the legal rate of interest for the period of the retention. MAINTENANCE To ensure the proper implementation and functioning of control measures, the CONTRACTOR shall regularly inspect and maintain the construction site for water pollution prevention control LMD-17-18-R0018 49 measures. The CONTRACTOR shall identify corrective actions and time needed to address any deficient measures or reinitiate any measures that have been discontinued. During the rainy season, inspections of the construction site shall be conducted by the CONTRACTOR to identify deficient measures, as follows: A. Prior to a forecast storm; B. After all precipitation that causes runoff capable of carrying sediment from the construction site; C. At twenty-four (24) hour intervals during extended precipitation events; and D. Routinely, at a minimum of once every two (2) weeks. If the CONTRACTOR or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected immediately. The deficiency may be corrected at a later date and time if requested by the CONTRACTOR and approved by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the CITY. PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the lump sum price paid for Bid Item No. 3, Implementation of Best Management Practices, as shown on the Bid, of work involved and no additional compensation will be allowed therefore. The Engineer will retain an amount equal to twenty-five (25) percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the CONTRACTOR to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that water pollution prevention control measures have been implemented and maintained and water pollution is adequately controlled, as determined by the Engineer. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The second paragraph of Subsection 7-9 of the SSPWC is hereby deleted and replaced with the following: The CONTRACTOR shall relocate, repair, replace, or re-establish all existing improvements within the project limits which are not designated for removal (e.g., walls, fences, driveways, curbs, sidewalks, pavement, irrigation systems, signs, utility installations, structures, monuments, utility markings, curb painting, etcetera) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. The CONTRACTOR shall complete all work in a systematic and orderly manner as approved by the ENGINEER. For areas where cold milling of asphalt pavement is required, the CONTRACTOR shall complete the final overlay surface course within five (5) days after completion of the cold milling. For areas where pulverization of the existing asphalt pavement is required, the CONTRACTOR shall complete the final overlay surface course within five (5) days after completion of pulverization and grading. Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing improvements and shall match such improvements in finish dimensions and function unless otherwise specified. The last paragraph of Subsection 7-9 of the SSPWC is hereby deleted and replaced with the following: All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements within the project limits described herein for which no specified bid item is listed shall be included in related items of work and no additional compensation will be allowed. LMD-17-18-RO018 50 7-10 SAFETY Add the following: 7-10.1 Access. The CONTRACTOR shall be responsible for handling vehicular and pedestrian traffic in accordance with Subsection 7-10 of the SSPWC and these Special Provisions. Vehicular traffic must be maintained at all times to all businesses and residences. The traffic control shall be in accordance with the WATCH Manual. The CONTRACTOR shall notify the occupants of all affected properties at least two (2) working days for to any temporary obstruction of access. Vehicular access to property line shall be maintained, except as required for construction for a reasonable period of time. No overnight closure of any driveway will be allowed, except as permitted by the ENGINEER. Ample on -street parking shall be provided within one -thousand (1,000) feet from residences and businesses. Temporary "No Parking" signs, when required, shall be posted at least two (2) working days but no more than three (3) working days in advance of the work. Signs shall be placed no more than seventy-five (75) feet apart; on each side of the alleys, streets, and parking areas; and at shorter intervals as conditions warrant. The CONTRACTOR shall be responsible for furnishing the signs and for adding the dates and hours of closure. All signs shall be removed within two (2) hours of completion of work necessitating the temporary no parking. In the event that temporary no parking must be rescheduled due to weather conditions or other unforeseen circumstances, all signs shall be removed within two (2) hours of notification by the ENGINEER. All existing signs and street name signs shall be maintained in visible locations during construction or permanently relocated, or removed as directed by the ENGINEER. The CONTRACTOR shall include in its bid all costs for the above requirements. Section 7-10, Safety, of the SSPWC is amended by adding thereto the following new Subsections 7-10.1.2 and 7-10.1.3: 7-10.1.2 Special Instructions for School Zones. CONTRACTOR shall notify school district and coordinate work as to maximize safety and minimize inconvenience. This includes any work with in one -thousand (1,000) feet of a school, roadways leading directly to a school, or street having a school. Work in school zones shall be restricted from 9:00 AM. to 2:00 PM. on weekdays when school is in session, or as authorized otherwise by Engineer. Access to school drop-off sites shall be provided and maintained at all times during weekdays. 7-10.1.3 Parking Restrictions and Posting for Tow Away. No Parking signs posted by the CONTRACTOR shall be of heavy card stock and not less than 1.75 square feet of surface area on the face. Background color shall be white and letters shall be printed in red water resistant ink except day, date, and time of restriction may be printed in black water resistant ink. The signs shall be printed with the words "Tow Away" and "No Parking" with a character height of not less than two 2.75 inches and a stroke width of not less than 0.5 inches. The day, date and time of the particular restriction shall be printed or attached below the above mentioned wording in characters of not less than 2" in height and 0.4 inches in stroke width. The day of the week shall be written out or properly abbreviated with 3 to 4 letters; date or dates or restriction shall be listed completely and the beginning and ending times shall be clearly listed on the sign. Signs shall be mounted such that the wording "No Parking" is at an elevation at least three (3) feet above the adjacent flow line. Signs may be mounted to stakes or barricades as provided by the CONTRACTOR. The signs shall be placed as needed to control the parking of cars within the construction zone and signs shall be placed at intervals of seventy-five (75) feet or less along each side of the roadway. Signs shall be posted and maintained by the CONTRACTOR for a period of seventy-two (72) hours prior to the restrictions becoming effective. The CONTRACTOR may only post parking restrictions that are effective for the duration of the work. Upon completion of the work, all signs, stakes, and barricades shall be promptly and completely removed and disposed of by the CONTRACTOR. The CONTRACTOR shall promptly reset or replace all damaged or defective signs. LMD-17-18-R0018 51 Should the schedule be affected, the CONTRACTOR shall remove signs from area being affected and shall reschedule affected area no earlier than seventy-two (72) hours or three (3) working days from the change of schedule. The CONTRACTOR shall notify the City by email that the posting of the no parking signs has been performed. The email shall be addressed to the City representative(s) designated during the pre -construction conference. The email shall be sent to the City no later than 8:00 A.M. on the day following posting. The email notification to the City shall contain a map showing the limits of posting and the dates and times posted. A separate email shall be sent for each posting. The City will use the information on the emails to verify that the posting has been performed. If the posting is not verified by the City, the City will email to the CONTRACTOR's representative the locations which must be reposted with new information. The CONTRACTOR shall not perform work in the posted area without email notification of the verification by the City of the posting. The CONTRACTOR shall be fully responsible for the adequate removal of all parked cars. All vehicle removal shall be coordinated by the CONTRACTOR with the Sheriff Department. The CONTRACTOR shall notify the Sheriff Communications Center at (661) 255-1121 upon posting of the parking restrictions for a particular street. For removal of parked vehicles, the CONTRACTOR shall notify the Sheriff Communications Center at (661) 255-1121 not less than two (2) hours prior to the needed removal with the address nearest the parked vehicle, make, model, color and license number. The City shall not be responsible for any delay or additional costs associated with the removal of parked cars which obstruct the construction operation. If a vehicle owner successfully contests a towing citation in court and their citation is dismissed for causes related to the CONTRACTOR's failure to perform the requirements of this section, the CONTRACTOR shall reimburse the City for the cost of any claims associated with the towing citation. Deviations from the requirements of this subsection will be permitted only upon prior consent of the ENGINEER. Failure of the CONTRACTOR to adhere to the requirements of this subsection, or failure of the CONTRACTOR to complete his daily schedule once temporary "NO PARKING" signs have been posted, will result in damages being sustained by the CITY. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of one -thousand dollars ($1,000). Execution of the contract shall constitute agreement by the AGENCY and the CONTRACTOR that one -thousand dollars ($1,000) per violation is the MINIMUM value of the cost and actual damages caused, that such sum shall not be construed as a penalty, and that such sum may be deducted from payments due to the CONTRACTOR. Subsection 7-10.3.1 is hereby added to Section 7-10 of the Standard Specifications as follows: 7-10.3.1 Street Closures, Detours, Barricades. Street closures will not be allowed, except as specifically permitted by the ENGINEER. When street closures are permitted, the CONTRACTOR shall provide sufficient warning signs, cones, detour signs, equipment, and flag persons in sufficient number and in such a manner that provides maximum safety and that ensures motorist understanding of the detour route. Traffic control, including submittal of proposed traffic control plans and damages sustained for failure to comply with requirements, shall be in accordance with Part 6 — Temporary Traffic Control of the SSPWC. Lane transitions shall not be sharper than a taper of thirty to one (30:1). Temporary traffic canalization shall be accomplished with barricades or delineators. Section 7-10.4.1, Work Site Safety, of the SSPWC is amended by adding thereto the following new Subsections 7-10.4.1.3, 7-10.4.1.4 and 7-10.4.1.5: 7-10.4.1.3 Protection of the Public. It is part of the service required of the CONTRACTOR to make whatever provisions are necessary to protect AGENCY personnel and the public. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect AGENCY personnel and the public from danger, loss of life, or loss of property LMD-17-18-R0018 52 which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect AGENCY personnel and 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 ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility for public safety. 7-10.4.1.4 Notification to the Public. The CONTRACTOR shall notify the occupants of properties affected by the work. Notification shall be by delivery of handbill furnished by the AGENCY. In no event shall handbills be placed in or on any portion of a property owner's mailbox. Handbill will be furnished by the AGENCY, and affected properties will be determined by the ENGINEER. In general, affected property owners are those properties that fall within five -hundred (500) feet of the limits of work. The handbill shall be distributed at least two (2) working days in advance. The CONTRACTOR is responsible for adding the dates and hours of the work to be performed as well as general information regarding scope of work. The CONTRACTOR shall include the cost of distributing handbills and it associated work into contract bid item, no additional payment shall be made. 7-10.4.1.5 Notification Schools. All construction work within one -thousand (1,000) feet of the school shall commerce only after coordination with the school. CONTRACTOR shall coordinate the construction work at least fourteen (14) days prior to commencement of work to avoid potential conflicts. Coordination shall be both by telephone and by written notice. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required, however, AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT Subsection 9-3.2 of the SSPWC is hereby deleted and replaced with the following: 9-3.2 Partial and Final Payment. The closure date for the purpose of making partial progress payments will be the last day of each month. Prior to the end of each month and preparation of progress payment, the CONTRACTOR shall meet with the ENGINEER to review all work to date and prepare a statement of the quantity of work completed to date. When the work is complete, the ENGINEER will determine the final quantities of the work performed and prepare the final progress payment report. Payments are commonly authorized and made within thirty (30) days after CONTRACTOR submits the progress payment. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. LMD-17-18-RO018 53 A full five -percent (5%) will be retained from all progress amounts due. The retained amounts will be authorized for final payment thirty-five (35) days after the date of recordation of the Notice of Completion. The CONTRACTOR, however, may receive interest on the retained amount or receive the retained amount itself so long as securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY. At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract. Surety eligible for investment shall include those listed in Section 16430 of the State Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and stand-by letters of credit. Any escrow agreement entered into shall contain the following provisions and be substantially similar to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code". Subsection 9-3.3 of the SSPWC is hereby deleted and replaced with the following: 9-3.3 Delivered Materials. Materials and equipment delivered, but not incorporated into the work, will not be included in the estimate for progress partial payment. The City will not pay for storage costs. Section 9, Measurement and Payment, of the SSPWC is amended by adding thereto the following new Subsection 9-4: 9-4 BID SCHEDULE MEASUREMENT AND PAYMENT 9-4.1 Scope. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, raw materials, manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work as specified and shown on the drawings, including appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheets, and all costs therefore shall be included in the prices named in the Bid Sheets for the various appurtenant items of work. The CONTRACTOR must include all items of work within the Bid Sheets. Where the CONTRACTOR is unsure of the placement of an item within the Bid Sheets, he shall use the most appropriate item. Any questions to the City must be directed prior to the submittal of the Bid sheets and failure to receive an answer does not relieve the CONTRACTOR from the above obligations. 9-4.2 Payment Schedule. All pay line items will be paid for at the lump sum or unit prices named in the Bid Sheets for the respective items of work. The quantities of work or material stated as unit price items on the Bid Sheets are supplied only to give an indication of the general scope of work; the City does not expressly nor by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price item of work. The CONTRACTOR is required to provide a complete bid for all work described in the specifications and on the plans. If the CONTRACTOR is unsure of which bid item should be used for a particular item of work, he shall either receive clarification from the CITY in writing or shall select the bid items which best fits work in question. LMD-17-18-R0018 54 SPECIAL PROVISIONS J_1:i W% CONSTRUCTION METHODS The special provisions for this contract shall be in conformance with the Standard Plans for Public Works Construction, 2015 Edition, and any supplement, except as amended and superseded by the following special provisions. BID ITEM NO. 1: MOBILIZATION The work associated with Mobilization includes all work in accordance with Section 9-3.4 of the SSPWC. The scope of work under this bid item shall include all costs associated with insurance, bonds, required permits and fees, moving onto the job (mobilization), preparation of project schedules, supervision, coordination of concurrent work with utility agencies and meetings required to perform the work indicated in the Plans and Specifications and de -mobilization. This bid item shall include the mobilization and demobilization and all activities describe above for all project locations as listed in the Irrigation Equipment Survey Activities controlled by the CONTRACTOR, except cleanup or other required work, shall be confined within the graded areas of the roadway. Measurement and Payment Mobilization will be paid for at the contract lump sum bid price and shall include full compensation for organizing and moving all forces, supplies, equipment and incidentals to the project sites, regardless of the number of times such moves are made, all preconstruction costs incurred after award of the contract and demobilization and no additional compensation will be allowed. PRESERVATION OF PUBLIC TREES The City's Department of Neighborhood Services, Urban Forestry Division professionally manages the trees located in the public right-of-ways. Tree protection shall include avoiding damage to the above ground tree trunk, branches and bark, the below ground root system and the surrounding soil. Roots are one of the most vital parts of a tree and must be protected from needless cutting or changes in their soil environment caused by compaction that leads to loss of air and water. Oak trees that measure two inches (2") in diameter or larger at fifty-four inches (54") above natural grade are protected under the City of Santa Clarita Oak Tree Ordinance 89-10 and Preservation and Protection Guidelines 17.17.090. All work proposed within the protected zone of an oak tree is subject to approval by the City Oak Tree Specialist or a qualified representative of Urban Forestry. The "Protected Zone" for oak trees is located five feet (5) beyond the drip line of the entire tree. All work proposed for within the protected zone of an oak tree shall be completed by hand only. CONTRACTOR shall protect any oak trees within the project limits which may include having to install temporary protective fencing around the oak trees as required by the Urban Forestry representative. The CONTRACTOR is to contact the ENGINEER and Urban Forestry representative before work is to begin near or around an oak tree protected by City ordinance. Protection of oak trees shall be included in the various items of work and no additional compensation will be allowed therefore. Damage to City Trees The CONTRACTOR shall be responsible for all costs associated with any tree damages due to their actions by accidental or negligent damage to the root system or other part of the tree. Costs can include the lost value of the tree, replacement value of the tree and the removal and/or replacement of damaged trees. CONTRACTOR shall be responsible for all costs including but not LMD-17-18-RO018 55 limited to evaluation and damage reports, the International Society of Arboriculture (ISA) dollar value of the tree and any future monitoring as a result of injury or damage to a tree. The City Arborist or a qualified representative from Urban Forestry shall grant permission for any removal and replacement of any trees, shrubs and other plant material determined to be excessively or unnecessarily damaged. The costs of all such repairs, removals, replacements and an amount of value lost, including damages both above and below ground, shall be the liability of the CONTRACTOR and may be billed accordingly based on the City's Arborist assessment. Deviations from the requirements of this subsection will be permitted only upon prior consent of the City Arborist or a designated representative from Urban Forestry. Failure of the CONTRACTOR to adhere to the requirements of this subsection will result in damages being sustained by the CITY. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of one -thousand ($1,000) dollars. Execution of the contract shall constitute agreement by the AGENCY and the CONTRACTOR that one -thousand dollars ($1,000) per violation is the MINIMUM value of the cost and actual damages caused, that such sum shall not be construed as a penalty, and that such sum may be deducted from payments due to the CONTRACTOR. Full compensation for the preservation of public trees as specified above, and provided in the specifications, shall be included in the price bid for items of work required for the construction operations specified for the completion of this project and no additional compensation will be allowed. BID ITEM: FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT Construction Methods The work associated with the items listed in the Flow Sensing and Controller Upgrade Labor and Equipment section includes the labor and material to install master valves, flow sensors, FlowLink and FlowShare devices, OptiFlow Managers, controller keys and controller upgrades as described in the bid documents. All necessary components for installation itemized in bid schedule under section titled Components to be included in this bid item. Measurement and Payment Measurement and payment for flow sensing controller upgrades shall be measured by the installed item. No additional compensation will be allowed. BID ITEM: COMMISSIONING Construction Methods All flow commissioning to be completed by HydroPoint Data Systems, Inc. Please request pricing to be included in bid from Ben Slick (707) 285-3262. Measurement and Payment Measurement and payment for the commissioning of flow shall be measured upon completion. No additional compensation will be allowed. LMD-17-18-RO018 56 I I �\\\} \ � : \\ \} \ ) { { { � ( \\\\\ } }}\} \ \ � ; \ ; ;, «, b ; ) ( ; ;; d; § : } \ ; ;; u; � \ } ( } (( \( � } } } ( }} \( D ) ) } \\}\ \ \ \\} EXHIBIT B: Flow Sensor Installation Scope of Work Irrigation Master Valve & Flow Sensor Installation - Phase I Bid # LMD 17-18-R0018 1. Notify Dig Alert if near Cable, CATV, PG&E or other utility connections 2. Establish Traffic Control protocols, per City Standard (if required) 3. Spray Paint trenching lines from Flow Sensor to Controller (or nearest Valve if using FlowLink) 4. Depressurize mainline(s) 5. Excavate and cut main line 6. Install flow sensor / master valve, or hydrometer, following manufacturer's installation instructions 7. Trench between controller and flow sensor / master valve, or hydrometer, for wire installation (wire to be supplied by installer) 8. Utilize Schedule 80 conduit for Flow Sensor / Master Valve wires to protect integrity 9. Utilize Thrust Blocks and braces to support Hydrometer installations 10. Must use flanged connections, no male or female connectors 11. Flanged should be flanged to slip 12. Sched 80 conduit and fittings, nipples, etc. 13. Jumbo boxes for all hydrometer installations 14. Bricks to brace Hydrometer 15. Boxes bolted down 16. Brass unions, rejoined back to SCH 80 nipple, cut off one end and thread back to PVC 17. Flanged Romac Macro 4.0-5.60x8 hydrometer coupling - specific model depending on site requirements http://www.romac.com/couplings/ Back filled enough to prevent settling 19. Wiring with pull boxes every 300' per code 20. Seed any backfill over 500'- throw see down, but no guarantee of successful growth from installer or HPDS 21. Cement thrust blocks per ATTACHED IRRIGATION THRUST BLOCK DETAIL 22. Where specified, install FlowLink following manufacturer's installation instructions 23. Utilize Jumbo Valve Boxes for Hydrometers and FlowLink installations 24. Connect flow sensor / master valve, or hydrometer, wires to correct terminals in WeatherTRAK Pro3 controllers 25. Set up flow and master valve parameters in Flow Menu based on size and model of sensor and master valve. 26. Operate a few stations and verify appropriate flow is visible on controller. 27. Operate master valve from controller and verify operation. 28. Take pictures of completed work prior to backfill and email to City Program Manager 29. Call the City 2 hours prior to backfill to schedule an in person review of work completed (if required) 30. Backfill wire trench, restore landscape to original condition as before site disruption 31. Backfill Flow Sensor / Hydrometer installation location LMD-17-18-R0018 60 EXHIBIT C: Details Irrigation Master Valve & Flow Sensor Installation — Phase I -0:UJI►7iINZ1FAU19:1,I17iE: Flow Installation: Example 1 — Direct Wire 1 kxtd4 a near flaw saner and n roaster rahe at the m.q 04 cQrwwctm t 1 Connoet a Wtupwrt" ca+earm to tha ntsr floe *6weatherTRAK a ® &arch new w f� the mamw rawe ansa far. O WAW 10 the WaattwrTR" cc"04 c 6 Csxmect the meter rove and flow tenwr to the O -; rr Q Con++ect itse near matter ralre and 11ow oared wKer �'rr to eftrr detgnaed tennr+d wn" n+a cwuu4cr r rr ©- r - r r r r - r � r � r r r r 0 -- . r e<Af A A Ic rOINI car COW.ec*Fcw AL 0 Isntaa nea master raps A Insuu -m for sense LMD-17-18-R0018 61 EXHIBIT C: Details Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Flow Installation- Example 2 — FlowLink �.JWW4, In" a nar Mme ""m n a an sotnq Rare vdre at .... - tl,e po•R of cur"coon 1 Carrel a, WrtlrTRAK m+/dMr to** mWlke. a.nwsr .�. eaaeYV.esAau,r.r C3 ]ifTAClfilMYO?tLM a leaservurra Www Ca,sroaws — IIID t hm are no extra was evdable w+d na,dm naw wme •orn 9r %W meaor to I" bcabnn of Mr exudes ua roe CO'hATAgll6q A easy Trench e> PCX 0 -,no" or p "Obw e..w ulft a rr W" w" ® ,Imo■+ `tvrr+c..� -oulTtow each Tnand, to KX m _ d..,. e In nw ca...aaw Iwrrtrst urnl,nk ]CT � enables lice wsbw➢ unaeatr valve wmee b b� :+cared batk'ka tonteBer A, peere„snp thr mead td ttencM rycw rw es WeatherTRAK � p Q rnuaY new now :enfnr deer evntr+g Waco, �ar.r Ira2u,a f'.n►ix+t-:XT iw aalre 1p. w,M f1e,. u,nor -. @ O Co -WI PkwAo*,FXI -F km' ware to the Wows Mw sen weer 0 Cornett MOVA nk-y%T 'kA"W, was to the e."I mesw eelra ares. Carrel AawtwA.FXT 'tne' arses the e"wq field won bony used by the master valve Tho aaowe the /ar aeneer le canrrawrcae �r�g Me aRm" wrrtle telae w.r beth w rnntrarerr A O krtatRdrLmhZTnwslderrdcmrrcttocw*o&.A 13 A xO n u LMD-17-18-R0018 62 EXHIBIT C: Details Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Flow Installation: Example 3 — Cloud Advanced Flow Group of Controllers S,harfng One Managed POL Un Uniturmed Slze Mainline WATER METER A B Features Supported Flow Optimtzawn; YES Leamed F low: YES. even d controller not dwenty connected to flow rentor WATER SOURCE 1% MANAGED POC i CON4ROLLER A PROGRAM A COIPTROLLER B PROGRAM A io l � 000� 1 Wiring Configuration Without POC Manager 1 ' 1 �-.,Oo A#* Witing Configuration With POC Manager LMD-17-18-RO018 63 rp(TWFALJITSMANAOW RDOWIL4UMMA WTTNPOCMAN►GER YES YES YATNt*NE BREAK LEAK YES YES STATION HIGH FLOW No YES STATION LOW FLOW NG YES STATION NO FLOW No Yrs WATER SOURCE 1% MANAGED POC i CON4ROLLER A PROGRAM A COIPTROLLER B PROGRAM A io l � 000� 1 Wiring Configuration Without POC Manager 1 ' 1 �-.,Oo A#* Witing Configuration With POC Manager LMD-17-18-RO018 63 EXHIBIT C: Details Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Flow Installation: Example 4 — Looped Mainline Cloud Advanced Flow Single Controller With Multiple Mananprl POCs on A Looped Mainline aaw,X.xE an ow MVFS FS iMV �i.. _.. ,.. �• AMMMC�O roc [+u. OOFY WATER SOUFAM Y "*Ug 1 "o oPM1 Y` MANAGED POC WEST 7 " MANAGED POC EAST FLOWIOMf NONTN 100 GPWI PAOGAAM A PROGRAM FLOWLOM! SOUTH 000 am) PROGRAM c PROGRAM D ,,aturm Supported 'sw Qpt.im"Ibon:. M awl*d Flow: YES COMTIIOII rA L AJ 110 LMD-17-18-R0018 64 ,0W FAULTS *AMA4ED MO POC MANAGEA W"" FOc mANAO[n m"moE MEAK YES TL3 LEAK YES TES STATMN H1W PLOW NO TES 000. LOW FLOW N0 YES (T►TION NO ft OW NO Tf 9 WATER SOUFAM Y "*Ug 1 "o oPM1 Y` MANAGED POC WEST 7 " MANAGED POC EAST FLOWIOMf NONTN 100 GPWI PAOGAAM A PROGRAM FLOWLOM! SOUTH 000 am) PROGRAM c PROGRAM D ,,aturm Supported 'sw Qpt.im"Ibon:. M awl*d Flow: YES COMTIIOII rA L AJ 110 LMD-17-18-R0018 64 EXHIBIT C: Details Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Flow Installation: Example 5 —Wiring Weather kAK =APPENDIX, C7 WIRING EXAMPLLI FLOWONK.FXT � r ,�... s.Ai =If —. ltd FenLN. Fi(i �e.Y '~ �.bYWi.i ■. � Ys, MM grew »nw_ FLOWLINK-FXT a FLOW] Tlv,i-M *i -T am" r,.6v,a16 b re.>t weatherTRAK C APPENDIX C] WIRING EXAMPLE FLOWLINK-EXT ♦a LMD-17-18-RO018 65 / N U) : } \ 7 U) w � \ (\ CL ) \ , E-4 = \ = £ » w = = a _ \ ) U) U) � �� ^ \\ }\ ��k \o 0o—o JSP~° !/ J\\\\\\\\z}§ -=rEaEEEaa})E -J U) _j -j \\}}/)}//))J§/ - < LL \--�//� /U) } \ 7 w CL \ (\ CL \ , = \ £ » = a _ \\/��±�-- < b p z�k = o) ~° w= 0o _ \\J\\\\\\\\z}§ _ \\ }\ JSP !/ -2°Ef>EEff}$2 -J U) 2z\)\J\ \\ - \--El//A E- LU F- LU a= CL - m O2 a= J 22ow �UU)U)�Ltz c w o E 0 J O Z O L d O m J az c U) a) c F () z m Q O E E E z o o D o LL Q J O O a) -o U az Q az az 2- E cg m �w/� J �/� O m m c LL J d m (6 a J O O M M M (D � Ip j — Z LL W U) W Lu d O E - - _ J a J ❑ (a`/ l 0® SOV of / A is $ P - U OPON UO U 6LN U JP U � U � ARE O JO .�U POP b� O POON Ilk U U O aNOd�� ��4 ° °ip ° U U �b b'J3NNb�i b'� _ UC ti' P O� O P' 1 dd Q�g COQ s�d67S . 0Np0 N.1 ROCK�E``GP �i O �+ $2 Jp ? \\ b O Sp / U O m PJO Z O p Q PRO PP00K00 K �' a 3 o c �G05SPp m. `GQ c UO s U y U ry U wy ) O '\m / U Oa "O/�.Oi rJ J U Ga aOOWFO01 W UU Off' l� L_L�J �L_L �� a OHA311VAtl]]M >C a "TI ITALM MU 9NIa3d51HM SOOANlot", HO m3n E= FFM EIMZ fF0%PL a0 NVDOH 89x1/ ,_... .,.. 00L0EN SS GSO OK S�PjEFK�V I 'r8N ��� sy Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. DO NOT send more information than is requested. DO send the REQUESTED information. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Work (Awardee only) X Proposal — electronic X Proof of Contractor's License - license number will suffice X Bidder's Bond (MUST be received at City Haii prior to bid due date) X List of Subcontractors — if none, write "n/a",-Do NOT leave blank X References X Bid Schedule — Use the City supplied pricing page only X Pricing pages that require initials X Required certificates/qualifications (as identified in solicitation including but not limited to, License C27 and CLIA certification) X Contract Agreement X Insurance Requirements — Return only if Awardee X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Maintenance Meeting X Emergency Contact Information LMD-17-18-RO018 69 SECTION B: INVITATION FORBID BID # LMD 17-18-R0018 BID OPENING: January 18, 2018 The City of Santa Clarita invites electronically sealed bids for: CITY OF SANTA CLARITA Irrigation Master Valve & Flow Sensor Installation — Phase I 1. Bids must be ELECTRONICALLY received at: http://www.planetbids.com/portal/porta1.cfm?CompanvlD=16840# 2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered. 3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is longer. 4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read and understands the requirements contained on pages 1 to 91, Exhibits A to C. 5. Bid Questions. Questions should be submitted electronically to: http://www.planetbids.com/portal/porta1.cfm?CompanvlD=16840# The last day for questions will be 10:00 AM, January 11, 2018. 6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. American Landscape Inc. Name (Print): Company: Email: Jpulliam@americanlandscape.comAddress: 7013 nwPnsmnuth AvP, Company Phone No.- 818-999-2041 City: Canoga Park State/zip: California, 91303 LMD-17-18-RO018 4 ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the Circle J Ranch Lmd Area Landscape Improvements - Zone 27. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signature: Date: *Estimato Signature: *Owner's Signature: *All three signatures required ■- , Date: 1 l 1 LMD-17-18-R0018 18 BIDDER'S QUESTIONNAIRE Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: 2. Type of Firm: Landscape Contractor Corporate: X Individual: Partnership: Telephone: 818-999-2041 Other: 3a. If a Corporation, answer these questions: Date of Incorporation: 10/1973 State of Incorporation: California President's Name: Gary Peterson Vice -President's Name: Secretary or Clerk's Name: Jamie Tsui Treasurer's Name: Gary Peterson 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: 4. Designate which are General or Managing Partners. Gary Peterson Name of person holding CONTRACTOR's license: License number: 288229 Class: A, B, C8, Expiration Date: C-27 LMD-17-18-RO018 26 BIDDER'S QUESTIONNAIRE (cont'd) Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 5. CONTRACTOR's Representative: Title: Public Works Sales Alternate: Pam Edmiston Title: Vice President Joseph Pulliam 6. List the major construction projects your organization has in progress as of this date: Owner: (A) City of Costa Mesa (B) Project Location: 570 W 18th St, Costa Mesa, Type of Project: CA 92627 Park Refurbishment 1100 N Grand Ave, Walnut, CA 91789 Landscape and Irrigation, Remodel LMD-17-18-R0018 27 DESIGNATION OF SUBCONTRACTORS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 Subcontractor DBE STATUS: N/A Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor N/A DBE STATUS: Age of firm: Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) Subcontractor DBE STATUS: Age of firm: N/A Certifying Agency: Dollar Value of Work Annual Gross Receipts: Location and Place of Business Bid Schedule Item Nos: Description of Work License No. Exp. Date: / / Phone( ) NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. LMD-17-18-R0018 16 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 This bidder AvWm;,�&o &! cet8e ","proposed subcontractor hereby certifies that he has �, has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has _ , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: A V%t ^C&r1 L &7d 5c L 1H e— By: I (&t.U^rV-, Title: PL ✓0, -kr Date: D/Ag e Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. LMD-17-18-R0018 19 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: h ei?n SggL Business Address: ?013 rl;oJ Telephone No.: 18-- ;—R9"9- Zoy/ State CONTRACTOR's License No. & Class: �— Original Date: L� �/ Expiration Date: 7//3/" The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: 3 sng, ZL- e-1 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: LMD-17-18-R0018 20 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: A) �A— IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: Signatu Name a 1 Title of Signatory L2l�St�P &C -C/ Legal Name of Bidder '70/3 o � S ^ Oy T7-/ 19t, - Address Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED k�- Subscribed and sworn to this Notary Public day of Jcw_` -- 20 T. FRANKLIN Notary Public - California Los Angeles County Commission # 2222956 My Comm. Expires Nov 23. 2021 (SEAL) LMD-17-18-R0018 21 REFERENCES Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. City of Santa Clarita, 23920 Valencia Blvd #120, Valencia CA 91355 Name and Address of Owner / Agency Julia Regan 661-255-4301 Name and Telephone Number of Person Familiar with Project $26,371 Public Works (Pot Holing) 10/2017 Contract Amount Type of Work Date Completed 2 City of Playa Vista, 5451 Playa Vista Dr Name and Address of Owner / Agency Steven Piper (858)793-6970 Name and Telephone Number of Person Familiar with Project $445,000 Public Works, Park refurbishment In Progress Contract Amount Type of Work Date Completed 3. City of Palmdale, 38300 Sierra Highway A, Palmdale CA 93550 Name and Address of Owner / Agency Sean Ginniver 661-259-4845 Name and Telephone Number of Person Familiar with Project $725,436.86 Public Works 06/2017 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: US Specialty Insureance Company. Dennis Langer. 725 S. Figueroa St. 35th Floor, Los Angeles CA 90017 (213) 689-0501 LMD-17-18-R0018 17 ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS Irrigation Master Valve & Flow Sensor Installation — Phase I Bid # LMD 17-18-R0018 By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the Circle J Ranch Lmd Area Landscape Improvements - Zone 27. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signature: Date: *Estimato Signature: *Owner's Signature: *All three signatures required ■- , Date: 1 l 1 LMD-17-18-R0018 18 SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Determined LF Linear Feet SF Square Feet N/A Not Applicable CY Cubic Yards QTY Quantity ZONE T-02 ITEM NO. DESCRIPTION UNITS CITY. UNIT PRICE EXTENDED TOTAL 1 Mobilization and demobilization (including bonds and insurance) LS 1 $ L�L�� $ FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT 2 WTF3-150-PDNO (FIow3 - 1.5" - Photo Diode) EA 7 $ a, 4do� _ $ 3 WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ $ t�1 _ WT 4 -FS -075 -DI (PVC Flow Sensor -3/4") EA 2 $ I i 3� _ $ 5 I'll" WTFL-XT+ (FlowLink) EA 7 $ -ZZ�,Z _ $ 6 WT-MV-100G-SNO (Normally Open MV - 1 ") EA 1 $ (t qlo _ $ 7 ' T-MV-075G-SNO (Normally Open MV - 3/4") EA 2 $ X020— $ 8 WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 1 $ 3G®- $ 9 WTPR03-CAF-KEY (Opti Flow Controller Keys) ` C"� EA 4 $ $ 10 WTPR03-1224-PR03UPG (Pro2 to Pro3 Upgrade) EA 4 $ 2,.S3(.—$ 11 Jumbo Valve Boxes for HydroMeters, Flow Sensors, Master Valves and Flow Links EA 20 $(off -. $ Bid * LMD 17-18-R0018 10 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 12 14AWG Direct Burial Wire 3M Direct Burial Splice Kit LF INCLUDED INCLUDED INCLUDED INCLUDED INCLUDED 13 EA EA EA INCLUDED INCLUDED INCLUDED 14 2" Schedule 80 PVC Conduit 90 Degree Sweeps 15 1" Schedule 80 PVC Conduit 90 Degree Sweeps COMMISSIONING 16 low Commissioning — Main Line: Determine and set Flow Thresholds for each controller EA 12 $ �I4g _ $ 17 / ow Commissioning — Station Lines: run each zone for 5 minutes and learn flow for each station. EA EA 12 1 $ q_ $ (x\ Z. — $ $ 18 Opti Flow Commissioning OTHER 19ny additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS --71 $ (q33� $ Zone T-02 TOTAL: $ Zone T-02 Total in Words: Contractor Name: Ore,%ic.a,1l L*,ovp 'G*p-- Sianature: Date: &/// Bid # LIVID 17-18-RO018 SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 i BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids, the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Determined LF Linear Feet SF Square Feet N/A Not Applicable CY Cubic Yards OTY Quantity TF3-150-PDNO (FIow3 - Normally Open - 1 1/2") ZONE T-03 ITEM NO. DESCRIPTION UNITS CITY. UNIT PRICE EXTENDED TOTAL 1 Mobilization and demobilization (including bonds and LS 1 $57-33o—$ insurance) FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPME14T 2 TF3-150-PDNO (FIow3 - Normally Open - 1 1/2") EA 4 $ ✓ 3 WTF3-200-PDNO (FIow3 - Normally Open - 2") EA 2 $ 2,2652- – 1 $ 4 ✓ WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ $ 13�1— 5 WTFL-XT+ (FlowLink) EA 3 $ 2 $ A WT-MV-100G-SNO (Normally Open MV - 1 ") EA 1 $ $ C(y\ _ �7 ,/ WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 2 $ y 31s� — $ /8 WTPR03-CAF-KEY (OptiFlow Controller Keys) EA 7 $$ 9 ✓ Jumbo Valve Boxes for HydroMeters, Flow Sensors, Master EA 11 $ Valves and Flowl-inks 1�� , $ Bid # LMD 17-18-R0018 12 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 10 14AWG Direct Burial Wire LF INCLUDED INCLUDED 11 3M Direct Burial Splice Kit EA EA INCLUDED INCLUDED INCLUDED INCLUDED 12 2" Schedule 80 PVC Conduit 90 Degree Sweeps 13 1" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED COMMISSIONING 14 Flow Commissioning — Main Line: Determine and set Flow Thresholds for each controller EA 10 $ (y _ $ 15 Flow Commissioning — Station Lines: run each zone for 5 minutes and learn flow for each station. EA 10 $ 146 _ $ 16✓ OptiFlow Commissioning EA 7 $ (_ $ OTHER 17 / , Any additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS 1 $ Zone T-03 TOTAL: 1$ ` Zone T-03 Total in Words: Contractor Name: j:%;94 440V 4Aw�'.;r / ew c- ature: Date: V/ Bid * LIVID 17-18-RO018 13 SECTION C: BID SCHEDULE Irrigation Master Valve & Flow Sensor Installation - Phase I Project # R0018 BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the contractor throughout the duration of the contract. If the number entered on this page conflicts with what is entered on Planetbids. the number entered on Planetbids shall govern. ABBREVIATIONS LEGEND EA Each LS Lump Sum TBD To Be Delermined LF Linear Feet SF Square Feet N/A Not Applicable CY Cubic Yards QTY Quanlity ZONE T-04 ITEM NO. DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED TOTAL Mobilization and demobilization (including bonds and 1 insurance) LS 1 $ 5,. 271 r- $ FLOW SENSING AND CONTROLLER UPGRADE LABOR AND EQUIPMENT 2 TF3-150-PDNO (FIow3 - Normally Open - 1 1/2") EA 4 $ �11� ^ $ 3 WTF3-200-PDNO (FIow3 - Normally Open - 2") EA 1 $ 12 9 57- $ 4 V VV-TF3-300-PDNO (FIow3 - Normally Open - 3") EA 1 $ 3 2 - sl — $ 5 WT -FS -100 -DI (PVC Flow Sensor - 1 ") EA 1 $ . 31 `1- $ 6 WTFL-XT+ (FlowLink) EA 3 $ ot01 $ 7 ✓ WT-MV-100G-SNO (Normally Open MV- 11") EA 1 $ $ 8 v WTPOCM-C-CWM-CAF (OptiFlow Manager) EA 2 $ $ 9 1/ WTPR03-CAF-KEY (Opti Flow Controller Keys) EA 5 $ ( _ $ JJumbo 10 Valve Boxes for HydroMeters, Flow Sensors, Master Valves and FlowLinks EA 11 $ ��`� $ Bid # LIVID 17-18-RO018 14 COMPONENTS (TO BE INCLUDED IN INSTALLED EQUIPMENT PRICE) 11 14AWG Direct Burial Wire LF INCLUDED INCLUDED 12 3M Direct Burial Splice Kit EA INCLUDED INCLUDED 13 2" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED 14 1" Schedule 80 PVC Conduit 90 Degree Sweeps EA INCLUDED INCLUDED COMMISSIONING 15-/ Flow Commissioning - Main Line: Determine and set Flow Thresholds for each controller EA 13 $ I $ 16 f� Flow Commissioning - Station Lines: run each zone for 5 minutes and learn flow for each station. EA 13 $ $ 17 Opti Flow Commissioning EA 5 $ $ L _ $ OTHER 18 Any additional costs to complete Flow Sensor installations. Please attach explanation to this document. LS 1 $ I y (a 7 8 _ $ Zone T-04 TOTAL: $ Zone T-04 Total in Words: Contractor Name: 4 'K15-t2KoV-,v 1!W C Siqnature: v Date: Q Bid # LMD 17-18-R0018 15 CNTRACTORS dCG� STATE LICENSE BOARD � ACTIVE LICENSE �?.�. •_ E(enseNumoer 288229 EmN CORP a=me==Nm� AMERICAN LANDSCAPE INC A B C27 C-8 wu 01/31/2019 www cslb.ca gov0 Angelica Godfrey From: Finance.CustomerService@lacity.org Sent: Friday, February 17, 2017 1:43 PM To: Angelica Godfrey Subject: Business Tax Renewal Confirmation This is a confirmation receipt for your submitted renewal. Your renewal form was submitted and received on 02/17/2017. The confirmation number for this renewal is F0000262840000122017. Payment: Your 2017 On-line payment for $11,756.97 was submitted and received. Legal Name: AMERICAN LANDSCAPE INC Account Number: 000026284000012 Address: 7013 OWENSMOUTH AVENUE CANOGA PARK, CA 91303-2006 Business Activity Basis for Tax Contractor (1-188) $ 9031941 Contractor- B Gross (L288) $994651 Thank you for using our online system. THIS CERTIFICATE MUST BE POSTED AT PLACE OF BUSINESS NOTIFY THE OFFICE OF FINANCE IN WRITING OF ANY CHANGE IN OWNERSHIP OR ADDRESS P.O. BOX 53200, LOS ANGELES CA 80053-0206 FORM 2000 (rev. 6/01) IMPORTANT- READ REVERSE SIDE CITY OF LOS ANGELES TAX REG THIS CERTIFICATE IS GOOD UNTIL SUSPE BUSINESS T ACCOUNT NO. FUND/CLASS DESCR i 0000262840-0001-2 I L188 Contractor AMERICAN LANDSCAPE INC S s U E 7013 OWENSMOUTH AVENUE CANOGA PARK, CA 91303-2006 T 7013 Owensmouth Ave Canoga Park, CA 91303-2006 NOTIFY THE OFFICE OF FINANCE IN WRITING OF ANY CHANGE IN OWNERSHIP OR ADDRESS P.O. BOX 53200, LOS ANGELES CA 80053-0206 FORM 2000 (rev. 6/01) IMPORTANT- READ REVERSE SIDE