Loading...
HomeMy WebLinkAbout2021-05-25 - AGENDA REPORTS - LMD CONTR T52 (2)Agenda Item: 12 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: May 25, 2021 SUBJECT: AWARD IRRIGATION INSTALLATION CONTRACT LMD ZONE T52 (STONECREST) — PHASE I DEPARTMENT: Neighborhood Services PRESENTER: Keith Miller RECOMMENDED ACTION City Council: Award a contract to Venco Western, Inc., to install irrigation in Landscape Maintenance Zone T52 (Stonecrest) in the amount of $55,213, and authorize a project contingency of $11,043, for a total contract amount not to exceed $66,256. 2. Authorize a one-time appropriation in the amount of $66,256 from Landscape Maintenance District Fund 357 to Reserve Project Expenditures Account 12522-5161.013 to support slope renovations and repairs. 3. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The October 2019 Tick Fire impacted landscape improvements and irrigation systems in multiple slope areas maintained by Landscape Maintenance District (LMD) Zone T52 (Stonecrest) within the Stonecrest community. Immediately after the Tick Fire, staff removed all tree debris and damaged landscape, installed erosion control devices to protect homes adjacent to slope areas damaged by the fire, and replaced all damaged irrigation controllers and electrical pedestals. A significant portion of the original landscape installed on these slope areas for erosion control purposes has spontaneously regenerated; however, it is necessary to re-establish the irrigation infrastructure to fully restore landscape operations in the fire -affected areas. Staff performed a site analysis of the affected areas in order to prepare irrigation plans that incorporate modernized specifications. The new plans include upgrades to the original irrigation layout to improve Page 1 Packet Pg. 69 sprinkler coverage, improve irrigation efficiency, and reduce water runoff. Work associated with this contract will be performed in areas of high visibility within the Stonecrest community and in close proximity to a number of homes. These areas include the landscaped slopes along and behind homes located on Florabunda Road, Grand Canyon Road, and Yellowstone Lane. An invitation to bid was prepared and posted on the City's website. Four bids were submitted and opened on April 13, 2021. The results of the bids are shown below. Company Location Bid Amount 1 Venco Western, Inc. Oxnard, CA $55,213 2 FS Contractors, Inc. Sylmar, CA $89,298 3 BrightView Landscape Services, Inc. San Fernando, CA $133,671 4 Marina Landscape, Inc. Orange, CA $169,181 Venco Western, Inc.'s (Venco) bid was reviewed for accuracy and conformance with the contract documents and was found to be complete. Additionally, Venco possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff completed its due diligence including the review of professional references, determined the contractor's past performance meets the City's high standards, and recommends award of contract to Venco as the lowest responsive bidder. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT There is no impact to the General Fund associated with this action. The current budget appropriation from LMD Fund 357 sufficiently covers the costs associated with the award of this contract. ATTACHMENTS LMD-20-21-28 Bid (available in the City Clerk's Reading File) LMD-20-21-28 Venco Western Bid Response (available in the City Clerk's Reading File) Page 2 Packet Pg. 70 City of' 01, z)ANTA ULARITA NOTICE INVITING BIDS TABLE OF CONTENTS Bid No. LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California SECTION A BID INSTRUCTIONS NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B SCOPE OF WORK SECTION C BID FORM ADDITIONAL PRICING NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS DESIGNATION OF SUBCONTRACTORS REFERENCES ACKNOWLEDGEMENT AND ACCEPTANCE OF SPECIFICATIONS BIDDER'S BOND PROPOSAL GUARANTEE BID BOND SECTION D CONTRACT SAMPLE FAITHFUL PERFORMANCE BOND LABOR AND MATERIALS BOND EXHIBIT A T52 IRRIGATION PLANS BID INSTRUCTIONS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I 1. SUBMITTING BIDS. The bid response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet): 1.1. Proposals/corrections received after the bid opening 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. 1.2. Notarized Forms - An original, notarized Proposal Guarantee Bid Bond, Bid Security Form for Check or Bond to Accompany Bid, and Non -Collusion Affidavit must be submitted as hard -copy originals. These documents must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. These documents are to be received each in separately sealed envelopes clearly marked with title of contents, vendor's name and address, and bid number. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 1.3. Pricing must be entered into line items section of BidNet. All documentation of unit pricing or other cost breakdowns as outlined in this bid shall be submitted to support the total bid price. All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet, the numbers entered on BidNet shall govern. 2. BID OPENING. The City publicly opens bids online via BidNet at the time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 3. BID QUESTIONS. Questions shall be submitted and responses provided electronically through the BidNet platform in accordance with the date and time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 4. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All addenda will be issued through the BidNet platform, and it is the bidder's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. All official information and guidance will be provided as part of this solicitation or written addenda and bidders are cautioned against relying on verbal information in preparation of the bid response. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the quote response, the bid may be deemed non -responsive and rejected. 5. AWARDS. 1.1. The City reserves the right waive any informality in any bid. 1.2. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless this bid is identified as public works, a professional services, or is federally funded. 1.3. 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. 1.4. The City may make an award based on 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 BidNet, normally within 24 hours. 6. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 6.1. In the bid documents, the use of a specific manufacturer, brand or make does not restrict bidders in in their proposed solution wHen brand names are used it indicates the quality and utility of the article desired; thus the bids submittial shall in all cases propose goods equal in quality and utility. to those referred to. 6.2. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The Agency shall make the final determination of compliance with the specifications. 6.3. If proposing with an alternative or equivalent product, provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section prior to the last day for questions. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation. The proposal must also clearly identify the item by brand name (if any), and make/model number. In addition, the proposal may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City, and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. 6.4. The City has the option of accepting or rejecting any alternative or equivalent product. 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. 7. BONDS. 7.1. 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 1st 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. 7.2. 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). 7.3. 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. 8. INTERPRETATION OF CONTRACT DOCUMENTS. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City and clarified by the last day for questions. No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents. All questions should be submitted via BidNet platform. 9. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this solicitation 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. DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order. 11. INVOICES. Invoices will be forwarded to: City of Santa Clarita Attention: Matthew Hults NS - Special Districts 23920 Valencia Boulevard 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. 12. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. 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 h t : rnrrnrrnr.r�ii .c: e��r C�If"If L Ulf i r UV r r tr rrniir tir�ir.lrtrrn. Future effective general I.......................................................................................................................................".................................................................................................................................................................................... 8 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. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. 13. PREPARATION. All bids must be submitted via Bid Net. All forms must be uploaded as laid out in the Bid Net General Attachments Section. 14. SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued, will be furnished to all prospective bidders. If the revisions and amendments are of nature in which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the City, will enable bidders to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. The bidder is required to acknowledge all issued addendums at the time of bid opening. Failure to sign and return all submitted addendums will result in disqualification of the submitted bid. It is the bidders' responsibility to ensure all addendums have been received before the bid opening. 15. REJECTION. The City reserves the right to reject any or all bids and to waive any informality in any quote. The City may reject the bid of any vendor who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the quote of a vendor who is not in a position to perform such a contract satisfactorily. The City may reject the bid of any vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 16. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, one time, 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. 17. STATE CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract Code Section 3300, the successful vendor shall submit proof of a State Contractor's License 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. THE FOLLOWING LICENSE IS REQUIRED TO SUBMIT A BID FOR THIS PROJECT: C27 - Landscaping Contractor 18. SUBCONTRACTORS. For all public projects, the vendor 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. 19. EXAMINATION OF CONTRACT DOCUMENTS. 19.1. Bidder shall examine carefully the entire site of work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, bid documents, and contract forms therefore. The submission of a bid shall be conclusive evidence that bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, 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. 19.2. Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City by as instructed and with the date and time given for bidders' questions in the most current CITY OF SANTA NOTICE INVITING BIDS or as updated in any addenda. 20. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. 20.1.1. Definitions "Bidder" means any person or firm providing a timely, written response to the City solicitation. "Bid Protest" means any protest with regard to the response submitted by another bidder. "Response" means the written response to the City solicitation provided by a person or firm. "Solicitation Protest" means a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. "Solicitation" means the document by which the City identifies goods, equipment, services or public construction projects for which it seeks a response. 20.1.2. Format- The protest must be in writing and include the following information at a minimum: 20.1.2.1. The name, address and phone number of the protester, or the authorized representative of the protester; 20.1.2.2. The signature of the protester or authorized representative of the protester; 20.1.2.3. The solicitation number and title under which the protest is submitted; 20.1.2.4. A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must contain documentation clearly showing the date on which the protester received the information; and 20.1.2.5. The form of relief requested. 20.1.3. Solicitation Protests- Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work or process, must be received by the City's Purchasing Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. 20.1.4. Bid Protest and Review 20.1.4.1. The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid opening. 20.1.4.2. A copy of the protest must be served upon the bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the bidder subject to the protest is grounds upon which the City may deny the protest. 20.1.4.3. A bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protest has been served by the protesting bidder. 20.1.4.4. The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting bidder and any bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any bidder. 20.1.4.5. The decision of the City Manager or designee on the bid protest shall be final with no further review. 20.1.5. State or Federal Funding 20.1.5.1. If the subject matter of the solicitation or project is receiving any State or Federal funds which requires a protest procedure different than the procedures stated above, then that protest procedure shall control. 20.1.5.2. In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. 20.1.6. Mandatory Procedure -This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. 21. TERMINATION. The City may terminate any purchase, service or contract with or without cause either verbally or in writing at any time without penalty. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet. CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: T52 Irrigation Install — Phase I BID #: LM D-20-21-28 Bid Closing: April 6, 2021 Last Day for Questions: March 25, 2021 Estimated Contract $110,000 Value: License(s) Required: C-27 Project Description: Landscape irrigation system. The Work consists of reconfiguring, and adding to, the existing irrigation system including, but not limited to, the following: (1) Remove irrigation lines that interfere with new improvements; (2) Install new irrigation components at the irrigation improvements area. Prevailing Wage This Project is subject to prevailing wage compliance monitoring and Monitoring: enforcement by the Department of Industrial Relations. Required Contractor Only bids submitted by bidders (along with all listed subcontractors) that are & Subcontractor currently registering and qualified to perform public work pursuant to Labor Registration: Code Section 1725.5. Bond Requirements: Yes Contact Information: Danielle Marquez aruez Santa-clarita.co (661) 255-4936 Specifications for this bid may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. 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. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120. Bid Questions should be submitted electronically via BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the bid proposal, the bid may be deemed non -responsive and rejected. Dates Published: March 4, 2021 DOCUMENT CHECKLIST Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) ❑ Bid Form ❑ Additional Pricing ❑ Notice to Bidders Regarding Contractual Requirements ❑ Designation of Subcontractors ❑ References ❑ Acknowledgement and Acceptance of Scope of Work ❑ Proposal Guarantee Bid Bond ❑ Bidder's Bond ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: ❑ Contract Agreement ❑ Faithful Performance Bond ❑ Labor & Material Bond ❑ Insurance Required by Contract ❑ W-9 Form Scope of Work Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California EVENT Solicitation advertisement Last day for questions Return of bid proposals Contract award *Dates are tentative and subject to change SECTION 32 80 00 LANDSCAPE IRRIGATION PART1-GENERAL 1.01 DESCRIPTION DATE March 4, 2021 March 25, 2021 April 6, 2021 May 11, 2021 A. Landscape irrigation system. The Work consists of reconfiguring, and adding to, the existing irrigation system including, but not limited to, the following: 1. Remove irrigation lines that interfere with new improvements; 2. Install new irrigation components at the irrigation improvements area. 1.02 REFERENCE SPECIFICATIONS AND STANDARDS A. 2015 "Greenbook" Standard Specifications for Public Works Construction 1.03 RESTRICTIONS TO THE WORK A. Project is located on a site with existing landscape and irrigation. It is required that the existing irrigation continues in normal operation during the period of the contract. The Contractor shall, therefore, conduct his work with a minimum of disturbance or interference, and in such a manner as not to restrict or obstruct entrances, exits, walks and roads or disrupt electrical service, water service, and other services or utilities. The Contractor shall provide and maintain accepted temporary connections, lines and services to the facility as directed. Contractor shall be responsible to coordinate all work with the City of Santa Clarita, Special Districts. 1.04 SUBMITTALS A. Submit for approval in accordance with the Submittal section of the General Provisions. B. Irrigation Material Submittal List and Descriptive Literature. Within 20 days after award of contract, the Contractor shall submit lists of all irrigation materials, equipment and enclosures; include manufacturer's name and address, specific trade names, catalog numbers complete with illustrations and necessary descriptive literature and clearly mark or underline proposed items. Substitution is only allowed with prior written approval of the City. Consult irrigation legend on drawings; submittal items may include, but are not limited to: IC C� F Wire and connectors Plastic pipe and fitting Plastic pipe primer /solvent cement Valve Identification Tag Check valve Quick coupling valve Hose Swivel Valve boxes Record drawings. Automatic control valve Gate valve Valve operating wrench Pressure regulator Irrigation head Irrigation riser assembly The Contractor shall provide and keep up to date a complete "as -built" record set of black line prints which shall be corrected daily and show every change from the original drawings and specifications and the exact as -built locations / depths, sizes and kinds of equipment. 2. Prior to the start of the landscape plant establishment period, the Contractor shall transfer all information, drafted by Contractor, from the `as -built' prints to a clean set of black line prints. All work shall be neatly drafted in ink and shall be approved by the City. 3. The Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk, or road intersections, etc., the location of all buried pipes and valves, any and all pilot wires to valves and controllers and all electric service lines to controllers. Dimensions shall be taken prior to backfilling of trenches. Operation and Maintenance Manuals. Prepare and deliver to the City, prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in two individually bound copies of the operation and maintenance manual (loose leaf binders are acceptable). The manual shall describe the material installed and shall be in sufficient detail to permit operation personnel to understand, operate and maintain all equipment. Spare parts lists and related manufacturer information shall be included for each equipment item installed. Each complete, bound manual shall include the following information: a. Index sheet stating Contractor's address and telephone number. b. Duration of guarantee period and warranty statement. C. List of equipment with names and addresses of local manufacturer representatives. d. Complete operating and maintenance instructions on all major equipment. Permits and inspections. Obtain and pay for all permits and inspections required. Deliver all certifications of inspection to the City. All damages to adjacent properties resulting from the Contractor's operation or negligence within the LMD areas shall be repaired or replaced at Contractor's expense within 48 hours of receiving notice. 1.05 CONFERENCE PRIOR TO COMMENCEMENT OF WORK A. Immediately upon awarding of contract, and prior to commencing work, the Contractor shall confer with the City regarding the general details of the work involved in this contract. 1.06 QUALITY ASSURANCE & REQUIREMENTS 1. System Performance. Minimum Water Coverage: Not less than 100 percent of shrub, ground cover and planting areas. 2. Comply with requirements of utility supplying water for prevention of backflow and back - siphoning. 3. Comply with requirements of authority with jurisdiction for irrigation systems (e.g. Water Efficient Landscape Ordinance, etc). 4. Electrical wiring, controls, and devices shall be Underwriters Laboratories listed, and labeled U.L. 5. Manufacturer's Directions: Follow manufacturer's directions and detailed drawings in all cases when the manufacturers of products used in this contract furnish directions covering points not included in the drawings and specifications. 6. Ordinances and Regulations: All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed as conflicting with any such rules and regulations, or the requirements of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above -mentioned rules and regulations, the provisions of these specifications and drawings shall take precedence. 7. Installer Qualifications: The Contractor overseeing the daily on -site work described in this section shall be a California state licensed Landscaping Contractor (C-27). The Contractor shall have 5 years minimum experience and who has completed irrigation systems similar in material, design, and extent to that indicated on the construction drawings for this project, which has resulted in construction with a record of successful in-service performance. 8. Superintendent: A superintendent fluent in the English language and satisfactory to the City's Representative shall be present on the site at all times during the progress of the Work. 9. Comply with the American Society for Testing and Materials (ASTM). 10. Explanation of Drawings. Due to the scale of drawings, it is not possible to indicate or show all offsets, fittings, sleeves, sprinkler heads, etc., or the true size of the components which may be required. The Contractor shall carefully investigate the structural and finish conditions affecting all of this work and plan work accordingly, furnishing such offsets, fittings, sleeves, etc., as may be required to meet site conditions. The Contractor may need to adjust the angles, directions and/or flowrate of the sprinkler heads to obtain head to head coverage of the landscape area. The Contractor will provide any additional heads, special nozzles, or patterns to achieve proper coverage with a minimum of overspray at no additional cost to the Client. 2. Due to the scale, the drawings are generally diagrammatic and indicative of the work to be installed. The Contractor shall install the work in such a manner as to avoid conflicts between irrigation systems, planting, other utilities and architectural features. 3. Mainlines or irrigation equipment located parallel or adjacent to landscape areas as shown on the Contract Drawings, are intended for design clarification only and shall be installed in the landscape / planting areas wherever possible. 4. The terms "Special Districts", "LIVID", "City", "Client" or "City Representative" as used herein refers to the City of Santa Clarita authorized representative. 5. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences shall be brought to the attention of the City Representative, and failure to obtain prior material approval may result in rejection by the City Representative. In the event this notification is not performed, the irrigation contractor shall assume the full responsibility for any revision necessary. 6. The Contractor shall coordinate as necessary the work of this Section if and when it is allied with the work of other trades. 7. Make utility connections to water mains as shown on the Contract Drawings or as designated by the City Representative. Reinstate to original condition all surfaces altered by the connections to existing water mains. K. Inspections: Contractor shall provide written notice to the City at least five (5) working days prior to time of the following required inspections, but shall be scheduled at the convenience of the City Representative: 1. Prior to installation, stake out all pressure supply line routing, valve and quick coupler locations for approval by City Representative and landscape architect. 2. Mainline testing. 3. Lateral line and sprinkler installation. 4. Head to head coverage test. 5. Site review commencing beginning of Maintenance Response Period (Partial Acceptance). 6. Final site review after completion of the Maintenance Period (Final Acceptance). 7. Contractor shall provide the City Representative all required accessories, charts, record drawings, tools and equipment before the final inspection can occur. 1.07 GUARANTEE A. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The general conditions and supplementary conditions to these specifications shall be filed with the Client or his representative prior to acceptance of the irrigation system. B. A copy of the guarantee form shall be included in the operations and maintenance manual. C. The guarantee form shall be re -typed onto the Contractor's letterhead and contain the following information: D. GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse or neglect excepted. We agree to repair or replace any defects in material and workmanship which may develop during the period of one year from date of acceptance and also repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Client. We shall make such repairs or replacements within five days, after receipt of written notice. In the event of our failure to make such repairs or replacement within a reasonable time after receipt of written notice from the Client, we authorize the Client to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT: LOCATION: SIGNED: ADDRESS: PHONE: DATE OF ACCEPTANCE: 1.08 MEASURE AND PAYMENT PROVISIONS A. MOBILIZATION/DEMOBILIZATION This item shall consist of all mobilization costs associated with preparatory work and operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of offices and other facilities necessary for the work; for premiums on bond and insurance for the work; and for other operations performed or costs incurred before the beginning of work. This item also shall consist of all demobilization costs that include all activities and costs for transportation of personnel, equipment, and supplies from the site; including the disassembly, removal, and site cleanup of offices and other facilities assembled on the site specifically for this contract. This item does not include mobilization and demobilization for specific items of work for which payment is provided elsewhere in the contract. B. REMOVALS AND DISPOSAL OF EXISTING BURNED PIPE The work to be done under this item shall consist of all costs associated with the removal and disposal of items including —but not limited to —abandoned pipe, heads, and similar equipment components. Payment for this item shall be per linear feet bid price for "REMOVALS AND DISPOSAL OF EXISTING BURNED PIPE" and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. C. REMOTE CONTROL VALVE— 1.5" The work to be done under this item shall consist of all costs associated with providing 1.5" Remote Control Valves, complete and in -place, connected to existing control wires, per drawings and specifications. Payment for this item shall be per each bid price for "REMOTE CONTROL VALVE — 1.5" and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. D. REMOTE CONTROL VALVE— 1.25" The work to be done under this item shall consist of all costs associated with providing 1.25" Remote Control Valves, complete and in -place, connected to existing control wires, per drawings and specifications. Payment for this item shall be per each bid price for "REMOTE CONTROL VALVE — 1.25" and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. E. REMOTE CONTROL VALVE — 1 " The work to be done under this item shall consist of all costs associated with providing 1" Remote Control Valves, complete and in -place, connected to existing control wires, per drawings and specifications. Payment for this item shall be per each bid price for "REMOTE CONTROL VALVE — 1" and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. F. CONTROL WIRES The work to be done under this item shall consist of all costs associated with providing control wires where indicated and needed. Wiring shall be complete and in -place, spliced to existing control wires, per drawings and specifications. Payment for this item shall be per linear foot bid price for "CONTROL WIRE" and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. G. CONCRETE VALVE BOXES The work to be done under this item shall consist of all costs associated with providing Concrete Valve Boxes, complete and in -place, where needed, per drawings and specifications. Payment for this item shall be per each bid price for Concrete Valve Boxes and shall include labor, tools, materials, equipment and incidentals for the completion of the work. No additional compensation will be allowed. H. LATERAL LINE— TRENCHED The work to be done under this item shall consist of all costs associated with providing trenched lateral lines, complete and in -place, per drawings and specifications. Payment for this item shall be per linear feet bid price for "LATERAL LINE -TRENCHED" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. LATERAL LINE— BROWNLINE/ON-GRADE The work to be done under this item shall consist of all costs associated with providing trenched lateral lines, complete and in -place, per drawings and specifications. Payment for this item shall be per linear feet bid price for "LATERAL LINE — BROWNLINE / ON -GRADE" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. J. MAIN LINE (REPLACEMENT) The work to be done under this item shall consist of all costs associated with providing trenched main line, complete and in -place, where needed, per drawings and specifications. Payment for this item shall be per linear feet bid price for "MAIN LINE (REPLACEMENT)" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. K. QUICK COUPLER The work to be done under this item shall consist of all costs associated with providing quick couplers, complete and in -place, per drawings and specifications. Payment for this item shall be per each bid price for "QUICK COUPLER" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. L. IN -LINE CHECK VALVE The work to be done under this item shall consist of all costs associated with providing in -line check valve, complete and in -place, per drawings and specifications. Payment for this item shall be per each bid price for "IN -LINE CHECK VALVE" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. M. FIXED BODY ROTOR The work to be done under this item shall consist of all costs associated with providing fixed -body rotors, complete and in -place, per drawings and specifications. Payment for this item shall be per each bid price for "FIXED BODY ROTOR" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. N. POP-UP ROTOR The work to be done under this item shall consist of all costs associated with providing pop-up rotors, complete and in -place, per drawings and specifications. Payment for this item shall be per each bid price for "POP-UP ROTOR" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. O. POP-UP SPRAY The work to be done under this item shall consist of all costs associated with providing pop-up sprays, complete and in -place, per drawings and specifications. Payment for this item shall be per each bid price for "POP-UP SPRAY" and shall include labor, tools, materials, equipment, and incidentals for the completion of the work. No additional compensation will be allowed. P. MAINTENANCE RESPONSE PERIOD This item shall consist of all work necessary to make any repairs to the irrigation system that is part of the new work, for ninety (90) calendar days after project acceptance by the City. Payment for this item shall be per lump sum for "MAINTENANCE RESPONSE PERIOD" and shall include labor, tolls, materials, equipment, and incidentals to make repairs. No additional compensation will be allowed. Q. HOURLY LABOR RATE FOR ADDITIONAL WORK, AS NEEDED This fee shall be paid to the Contractor for work that is not a part of the Contract Documents and is requested by the City for work related to the Project, on Per Hour basis, accounting for up to 12 hours. This fee does not include the costs of materials. A written and signed Addendum is required prior to Additional Work. R. DAILY LABOR RATE FOR ADDITIONAL WORK, AS NEEDED This fee shall be paid to the Contractor for work that is not a part of the Contract Documents and is requested by the City for work related to the Project, on a Per Day basis, for 2 days minimum. PART 2-PRODUCTS 2.01 MATERIALS Use new materials of the best grade, unless otherwise noted on plans, for each respective item, and of the same manufacturer for all items of one (1) type. A. Pipe. Plastic pipe and fittings. Upstream of remote control valves (trenched main lines): For pipe sizes up to and including 1-1/2" pipe use Schedule 80 PVC pipe. For 2" pipe up to and including 4" pipe use Class 315 PVC or Schedule 80 PVC pipe. Downstream of remote control valves (lateral lines): For pipe sizes up to and including 1-1/2" pipe use Schedule 40 PVC pipe, For 2" size and larger use Class 315 PVC pipe. Use UV Resistant pipe where installed on -grade. No bell -end pipes allowed. b. Extrude from 100% virgin normal impact unplasticized polyvinyl chloride (PVC) Type I, Grade I resin. Threaded nipples to be PVC Type. C. Pipe homogeneous throughout, free from visible cracks, holes or foreign materials. The pipe shall be free from blisters, dents, wrinkles or ripples, die and heat marks. d. Supplier shall be responsible to certify that manufactured pipe meets the stated levels of quality. Continuously and permanently mark pipe with manufacturer's name or trademark, kind and size (IPS) of pipe, material, manufacturer's lot number, schedule or type, ASTM qualifying designation, and NSF seal of approval. e. Testing of pipe. The contractor shall show written certification by supplier that polyvinyl chloride pipe has successfully passed the following tests: (1) Acetone test. Immerse a sample of pipe in 99% pure anhydrous acetone for 15 minutes; at the end of this time there should be no evidence of flaking or delamination on the inner or outer walls of the pipe. Evidence of softening and swelling shall not constitute failure. (2) Flattening. Cut a test specimen two inches long from each end of the pipe sample. Flatten each test specimen between parallel plates of a press until the distance between the plates, in inches, is equal to sixty (60) percent of the pipe o.d., and there shall be no evidence of cracking, splitting or breaking. Plastic pipe fittings and connections. (1) Rigid polyvinyl chloride (PVC) virgin Type I, Schedule 80 with working pressure no lower than that of pipe. Sockets to be tapered conforming to the outside diameter of the pipe, as recommended by ASTM standards. All fittings are to withstand the 15 minute acetone test, as for pipe, and shall be approved. (2) Molded fittings shall be marked with manufacturer's name or trademark, type PVC, size, ASTM qualifying designation and NSF seal of approval. Extruded couplings to be produced from NSF rated raw materials and meet ASTM Standards. Supplier shall be responsible to certify that extruded fittings and connections meet the stated levels of quality. g. Plastic pipe primer and solvent cement shall be 7-11 PVC by "Weldon" or comparable heavy bodied, medium setting, low VOC PVC cement for all classes and pipe schedules with interference fit and as recommended by pipe manufacturer. No clear primer may be used. C. Pop-up Heads and Rotors. Utilize triple swing joint irrigation risers where indicated on plan. Assembled in field using Schedule 80 threaded ells and Schedule 80, Type II PVC nipples (threaded both ends) or galvanized steel, same size as detailed for irrigation head inlet. No street ells allowed. D. PVC riser assembly. Utilize UV Resistant nipples and fittings; include other assembly components as described in the drawings. Assemble in field. G. Gate valves. All valves to be AWWA approved. (Do not use corporation hub -type valves on transit.) Gate valves shall be the same size as the pipe lines in which they are installed and shall open 'left." All valves shall be packed with an approved brand of graphite braided stem packing. 2. For sizes 2" and smaller. a. 150 pound saturated steam rated. b. Brass body. ASTM B-62. C. Screwed joints. d. Non -rising stem. e. Screwed bonnet. f. Solid disc. g. Equipped with handwheel. 3. For sizes 2-1/2" and larger. a. 200 pound O.W.G. b. Iron body. ASTM A-126, Class B. C. Flanged joints. d. Non -rising stem. e. Bolted bonnet. f. Double disc. g. Equipped with operating nut. H. Check valves and/or anti -drain valves. Check valves vertical type same size as riser with stainless steel spring (5 to 6 pounds) loaded bronze type poppet valve lined with a flat neoprene disc. Valves seat shall be tapered to seat against disc. 2. Horizontal check valves shall be constructed of bronze with closing disc plate set on angle, disc holder shall contain renewable composition disc. These discs shall close tight to prevent drain back. 3. Vertical or horizontal anti -drain valve constructed of corrosion free materials, heavy duty PVC housing with stainless steel spring and neoprene internal components, adjustable from 5'-0" to 40'-0" elevation. I. Pressure relief valve. 1. All bronze construction. 2. Strainer with basket removable from the top. Unit to be cast iron or bronze body with 1/8" Monel strainer. 3. Pressure gauges with a pressure of 0 to 200 pounds range, bottom connections, cast iron case. Pressure gauges 3-1/2" diameter. J. Automatic irrigation control wire. 1. Electric operated. a. Twenty-four volt wire to solenoid valves to be direct burial conductor type OF #14 AWG copper, 3/64" thickness, PVC coating, U.L. approved. b. Master valve wires are to be black, common wires to be white coded and pilot wires to be color coded; using a minimum of eight (8) different colors. C. Twenty-four volt valve solenoid shall be corrosion proof stainless steel protected by solid epoxy resin. Coil to operate one valve at 4,000 feet on No. 14 wire. No solenoid valve shall bleed to atmosphere. d. Splices are not allowed without prior written approval from the City Representative. Wire connections shall be joined by the use of an approved waterproof connector and sealer capable of satisfactory operation under continuous submersion in water. K. Valve Boxes. 1. Provide extension at bottom of valve boxes as necessary to adjust height of the boxes per detail. 2. For remote control valves. Reuse existing concrete valves. a. Concrete box with cast iron hinged lock lid cover, 9-1/2" x 15-1/2" min. Lid shall be marked "RCV". b. Epoxy paint controller and station numbers on the cover - letter and numbers to be 3" high. 3. For gate valves. a. Concrete box with cast iron lock lid cover, 8" inside diameter adjustable concrete sleeve. Lid cover shall be marked "GV". 5. For quick coupler valves. 1. Concrete box with cast iron hinged lock lid cover, 9-1/2" x 15-1/2" min. Lid shall be marked "QC". 6. For pressure regulator valve. 1. Concrete box with cast iron hinged lock lid cover, 9-1/2" x 15-1/2" min. Lid shall be marked "PRV". L.. Automatic control valves. 1. Refer to plan for approved manufacturer's name, model number and size. 2. Valves shall be normally closed. 3. All valves shall be diaphragm actuated, equipped with flow control adjustment and relief pet cocks, so valve may be manually operated. One-piece diaphragms only; no "O" rings allowed. 4. All valves shall be of the same manufacturer. 5. Valves shall be completely serviceable from the top without removing the valve body from the mainline systems. M. Irrigation heads. 1. Use irrigation heads as described on drawings, or approved equal. Contractor shall use one manufacturer for each type head utilized. 2. Irrigation heads shall comply with performance data shown on plans and the following requirements: a. Irrigation heads must be a current production model, in production for at least one year. O. Valve Identification Tags 1. Identification tags for electrical remote control valves shall be manufactured from polyurethane Behr Desopan. Use Christy's standard tag hot stamped with black letters on yellow background. The tags shall be numbered to match programming as indicated on the Drawings. Provide one (1) tag of each electric remote control valve. P. Materials to be furnished. The following items shall be "turned -in" to the City prior to final inspection and acceptance of the irrigation system: 1. One (1) controller chart, for each controller, depicting the controller stations. 2. Any PART 3 - EXECUTION 3.01 INSTALLATION A. General. 1. Unless otherwise specified, the irrigation system layout shown on the Plans shall be considered schematic. With the City's approval, the Contractor may make adjustments where necessary to conform to actual field conditions. The irrigation system shall be operational, with uniform and adequate coverage of the areas to be irrigated. All scaled dimensions are approximate. The Contractor shall check and verify all dimensions per Client's approval prior to proceeding with work under this section. 2. Exercise extreme care in excavating and working near existing utilities. Coordinate excavations with underground service alert and utility companies. Damage to utilities caused by operations or neglect shall be repaired at Contractor's expense. The Contractor shall coordinate with City and check existing utility drawings for locations. 3. Damage to adjacent property caused by operations or neglect shall be repaired at Contractor's expense. 4. Coordinate installation of sprinkler irrigation materials, including pipe, so there will be no interference with utilities or other construction, or difficulty in planting trees, shrubs, and ground covers. 5. The Contractor shall reconstruct any existing irrigation lines which are to remain in service if they interfere or are damaged by construction. Reconstruction of irrigation lines shall conform to the applicable sections of the specifications, using all new materials (except existing sprinkler heads, which may be reinstalled). 6. When modifications to an existing irrigation system are part of the project, verify the operation of all existing irrigation controllers, remote control valves, quick coupling valves, and sprinkler heads prior to commencing work. Notify City in writing of any inoperable equipment. Maintain 12 inches of cover over all existing lateral lines where trenched and 18 inches of cover over existing main lines 2 inches and smaller in diameter. Maintain 24 inches of cover over top of main lines 2 1/2" inches and larger in diameter. Reconnect existing remote control valves with approved watertight connectors. 7. All trenching and other excavations shall be sized to accommodate the irrigation system components, conduit, and other required facilities. Additional space shall be provided to assure proper installation and access for inspection. In all planting areas, settle with water. No tamping. Leave soil slightly crowned at irrigation heads. 8. Existing Trees. Exercise all possible care and precaution to avoid injury to tree roots, trunk(s), and branches. All excavation within drip line of trees shall be done by hand. Alter alignment of pipe to avoid large tree roots, 2" and larger in diameter. C. Wrap exposed and bridging tree roots with several layers of burlap and keep moist. Close all trenches within drip lines within 24 hours. C. Pipe. d. Contractor shall not prune roots larger than 1" without prior written approval by City Representative. Pipe sizes shall be as shown on plan. Mainline pipe shall be replaced where needed and shall be sized to match the existing. 2. When two (2) pipes are placed in the same trench provide a minimum of 6" space between pipes - parallel lines shall not be installed directly over one another. PVC pipe. (1) Main lines (upstream of RCV). For main lines 2" or smaller, install 18" minimum below grade. For main lines 2 '/2" or greater, install 24" minimum below grade as measured from top of pipe where it occurs within planting area. (2) Trenched lateral lines (downstream of RCV): Install 12" below grade, as measured from top of pipe. (3) On -grade lateral line (downstream of RCV): Install on grade with "J" hooks at eight (8) feet on center spacing. (4) The bottom of the trench shall be free of rocks, clods and other sharp - edged objects. If rocks over 1" size are encountered at the bottom of the trench or within backfill @ 4" above pipe, Contractor shall have the option of removing rocks or placing 4" of sand below and above PVC pipe. (5) Plastic pipe assembling. i. Use care in handling, loading, unloading and storing to avoid damage. Store the pipe and fittings under cover before using and transport in a vehicle with a bed long enough to allow the length of pipe to lay flat, so as not to be subjected to undue bending or concentrated external load at any point. Any pipe that has been dented or damaged will not be accepted. ii. Joining pipe by solvent weld. Use a non -synthetic bristle brush to spread filler cement applied from cans no larger than pint size. Clean and refill container each day. Primer and solvent cement used shall be as recommended by pipe manufacturer. a) After assembly, wipe excess cement from the pipe at the end of the fitting socket. A properly made joint will normally show a bead around its entire perimeter. Any gaps at this point may indicate a defective assembly job due to insufficient cement, or use of light bodied cement on large diameter where heavy bodied cement should have been used. b) Leave joints exposed, for inspection during pressure test. No water will be permitted in the pipe until the above has been accomplished and a period of at least 24 hours has elapsed for solvent weld setting and curing. (6) Plastic pipe fittings and connections. Use Schedule 80 female adaptor with Schedule 80 threaded nipple one end in connecting solvent weld pipe to threaded joints. Use 45 degree fittings at all changes in depth of pipe. Couplings to be of same material and wall thickness as pipe used. iii. Use Teflon tape on all threaded joints. Screw hand tight and 1/2 turn by wrench. On PVC to steel connections, work the steel connections first. iv. Minimum length of PVC nipple shall be 4". D. Gate valves and valve boxes. Install shutoff valves as indicated on plans. 2. Utilize two (2) reinforcing rods, 3/8" size, in concrete thrust block under all gate valves installed on asbestos -cement pipe. 3. Install a concrete valve box with cast iron lock lid at every gate valve. Use brick to firm base all around box. Center valve box over the valve operating nut. E. Check valves and/or anti -drain valves. Check valve vertical type, install on vertical riser, where shown on plans. 2. Check valve horizontal type, units to be sized and installed where shown on plans. Install in a valve box. 3. Vertical or horizontal anti -drain valves. Install where shown on plans; adjust each for site conditions to prevent irrigation head drainage. F. Connection to Automatic control system. Automatic irrigation control wire. Electric operated. (1) Twenty-four volt wires. No field splicing of wire between controller and valve with continuous runs between controller and valve. Factory splices are permitted in wire roll. Splicing of wire at the valve to be as follows: Ends of wire (control and common) shall be bright copper twisted together to a minimum of three (3) turns and soldered immediately. Apply Scotch pack 3578 or Poxy Putty #124 (Permalite Plastic Corporation) in accordance with manufacturers recommendation. No more than one splice per applicator. Water resistant wire connectors rated at 60c, 600v, with precision molded PVC socket and sealing plug may be used - eliminating solder and resin. (2) Common wires to be white coated and pilot wires to be color coated using a min. of eight (8) different colors. All 24 volt conductor wire to have minimum of 18" cover. Serpentitiously lay wire in trench below top of pipe to allow for expansion. Pull extra wire for splice in valve box so splice can be brought up and out of valve box for visual check. Lay wire in irrigation trenches adjacent to main and laterals from controller to remote control valve. When conductors from more than one (1) controller are in a common trench, the conductors from the individual controllers shall be bundled separately. Bundle wires and tape together with one wrap of tape. Provide 4" layer of sand below and 4" layer of sand on top of all control wires when clean fill, free from rocks 1" size and larger, is not available on site. G. Automatic control valves. 1. Valves shall be installed a minimum of 6" and a maximum of 10" from top of valve to bottom side of valve box. 2. Provide a valve box for each automatic control valve. H. Valve box. 1. In most cases, valves are installed into existing valve boxes; reposition valve box as needed to establish proper elevation at grade. 2. Use brick to firm base around box. 3. Provide 6" layer of pea gravel under automatic control valves. 4. Install top of valve box 2" above and level with finish grade. I. Irrigation heads and tree bubblers. 1. Use one manufacturer for each type of head. 2. Distance between irrigation head and edge of adjacent paving shall be equal to the diameter of the head installed or as indicated on plan. 3. Adjust all spray nozzles so that each lateral system will be as evenly balanced as possible. 4. Irrigation heads in shrubs/ground cover areas. 5. Top of the heads shall be installed 1-1/2" above adjacent finish grade. 6. Utilize triple swing joint for all risers to irrigation heads. Use threaded Schedule 80 PVC nipples with PVC fittings or as detailed on plan. Assemble in field only. K. Cleaning of irrigation piping. 1. Mains (water lines upstream of control valves). Underground mains and lead-in connections to irrigation system are to be flushed by utilizing flush out assembly or quick coupler valve at the lowest elevation shown on plan. 2. Laterals (lines downstream of control valves). a. Risers to be in place and trench backfilled leaving joints exposed prior to flushing. b. Flush only one (1) lateral at a time starting nearest the water source progressing toward the end of the supply main. C. Flush each lateral for sufficient time to ensure thorough cleaning. L. Test of piping. Test the entire main line piping system after installation of all valves for 4 hours, or test mains between isolation valves for a 2-hour period, under hydrostatic pressure of 125 pounds per square inch and prove tight; apply pressure by a force pump after all air has been expelled from the pipe. Lateral lines of the system shall be tested at line pressure with risers capped after expelling air from piping, each lateral shall be tested for at least 15 minutes; install pressure gauge at one riser per lateral during test. Maintain pressure in piping for time indicated. If leaks develop, replace the joints, or pipe, and repeat test. Perform all tests in presence of the City Representative. M. Backfilling. After piping has been completed, tested and proven tight, backfill the trenches. Backfill shall be firmly settled by water. N. Trenching and Backfill Under Paving. Trenches located under areas where paving, asphaltic concrete or concrete will be installed shall be backfilled with sand (a layer six (6) inches below the pipe and three (3) inches above the pipe) and compacted in layers to 95% compaction, using manual or mechanical tamping devices. Trenches for piping shall be compacted to equal the compaction of the existing adjacent undisturbed soil and shall be left in firm unyielding condition. All trenches shall be left flush with the adjoining grade. The sprinkler Irrigation Contractor shall set in place, cap and pressure test all piping under paving prior to the paving work. 2. Where irrigation piping crosses a vehicular roadway or other paving having a width greater than 25 feet, provide a PVC Schedule 40 sleeve a minimum of two pipe sizes larger than piping to pass through it. Repair trench in the existing paving with a like paving material, and joint the existing paving both horizontally and vertically. 3. All sleeves shall extend 1 foot minimum beyond edge of roadway. 4. Pressure test all piping under paving prior to the paving work. 5. Generally piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced by the contractor as a part of the contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the Client. No hydraulic driving will be permitted under concrete paving. 6. Provide for a minimum cover of twenty four (24) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non -pressure piping installed under asphaltic concrete paving. 3.02 FIELD QUALITY CONTROL A. Adjustment of the System. a. The Contractor shall adjust all sprinkler heads and valves for optimum performance and to minimize overspray onto walks and roadways. Spray on buildings, walls, and fences is not permitted. b. If it is determined that adjustments in the irrigation equipment will provide proper or more adequate coverage, make such adjustments prior to planting. Adjustments may include changes in nozzle sizes or trajectory of spray or degrees of arc, as may be required. Use variable arc nozzles where required. c. Set all sprinkler heads perpendicular to finish grades unless otherwise designated on the plans, and at height and distance from walks, buildings, etc, as noted or as directed by City. d. Lowering raised sprinkler heads by the Contractor shall be accomplished within ten (10) days after notification by City. B. Inspection. Inspections to be performed in the presence of the City Representative. Marker locations for placement of all irrigation heads prior to installation. Inspections during installation. C. Leakage test before backfilling. 2. Inspections to be performed in the presence of the City Representative and the Landscape Architect (or irrigation consultant). Coverage test: At completion of irrigation installation, and prior to the start of any landscaping. Necessary adjustments and additional work will be completed prior to the start of landscape work i. Contractor shall not schedule inspection until the entire irrigation system has been flushed clean and all heads and other irrigation equipment have been adjusted for proper operation. b. Before acceptance of irrigation system, controller must operate on automatic operation. System must operate on complete automatic cycles prior to the start of the maintenance period. c. Final Inspection: At completion of maintenance period. Adjustment and cleaning of all heads at end of landscape maintenance period. C. Completion cleaning. Upon completion of the work, remove excess material, rubbish, debris, etc., and construction and installation equipment from the site at no additional cost to the City. 3.03 MAINTENANCE PERIOD A. The entire project shall be cared for, to the satisfaction of the City, in such a manner as to present a neat and clean condition at all times. B. Maintain the automated irrigation system, per the contract drawings, to the satisfaction of the City, for continuous 90-day maintenance period after all foregoing work is completed and approved. During the maintenance period, the irrigation system must be fully automated and functional to deliver water to all the planting areas shown on the contract drawings. C. During the maintenance period, the contractor is required to maintain and repair any and all components to the satisfaction of the City. Contractor must respond to repair request within a period of 24-hours during the maintenance period. D. Repair. Damage to facilities due to any deficiency in workmanship or material defect shall be replaced and repaired immediately upon request. Damage due to weather or geological events and similar Acts of God is excluded from Contractor's responsibility. E. The Contractor will be relieved of maintenance work when the final day of maintenance period has been satisfactorily completed. If maintenance is unsatisfactory, Contractor shall maintain work beyond the maintenance period until all items have been completed as determined by the City. Final acceptance of landscape work will relieve Contractor from future maintenance and repair of the irrigation system. F. Emergency repairs. The City reserves the right to make temporary repairs as necessary to keep equipment in operating condition without voiding the Contractor's guarantee bond nor relieving the Contractor of his responsibilities during the maintenance period. Contractor to turn over to City all irrigation materials and equipment as noted herein, and plans prior to final acceptance. BID FORM Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Company Address: Phone: Email: By: Print Name Title: Signature: Date: ADDITIONAL PRICING BID # LMD-20-21-28 T52 Irrigation Install — Phase 1 Do NOT include this pricing in the total cost of the base bid amount in your bid response. Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for Irrigation instillation and repairs. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional" or "extra" work requested by the City under this contract when applicable. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Irrigation Laborer Hourly cost $ per hour Landscape Laborer $ per hour Please initial to verify acknowledgement of labor rates- (initial) NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties. 2. SUMMARY OF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. When Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INSURANCE a. General Insurance Requirements i. All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional insured thereon. ii. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii. Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. 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. v. 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 nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. All required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be in effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach. vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, Consultant must notify City within 24 hours of receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage. b. General Liability and Property Damage Insurance i. Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, and property damage, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly from any act or activities of Consultant, its subconsultants, or any person acting for Consultant 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 Consultant, or its subconsultants, or any person acting for Consultant, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: A combined single -limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. c. Automotive Insurance i. Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. If Consultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. d. Worker's Compensation Insurance i. Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Consultant in the course of carrying out this Agreement. ii. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests for modification of these terms must be negotiated and approved prior to contract execution and are at the full discretion of the City. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Printed Name: Date: DESIGNATION OF SUBCONTRACTORS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: Q -A E.- Yes; N E) Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: °C�Yes Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: PAP. Yc5 P}e Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A BIDDER 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 BIDDER 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 BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code REFERENCES Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California 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. If the scope of work/specifications requests refrences duifferent than instructions above, the scope of work/specifications shall govern: 1. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. 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: ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I 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 T52 Irrigation Install — Phase I. 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: Date: *All three signatures required BIDDER'S BOND Bid # LMD-20-21-28 T52 Irrigation Install — Phase I 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: T52 Irrigation Install — Phase I 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. PROPOSAL GUARANTEE BID BOND Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California 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 representatives. 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. , "AIi EEE A GREEJ ENT MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and ("CONTRACTOR"). The Parties agree as follows: CONSIDERATION. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and A. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set forth in the attached Exhibit " ," which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from , to The Agreement may be renewed upon mutual consent of the parties. SCOPE OF SERVICES. CONTRACTOR will perform services listed in the attached Exhibit " " CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. C. CONTRACTOR guarantees each portion of the services as installed against defective materials and workmanship for a period of one (1) year from date of CITY's written acceptance of the work. Promptly upon CITY's request within that one (1) year period, CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of equipment used in the performance of the services shall be extended to CITY's benefit for the full limit of their terms. PREVAILING WAGES. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. 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. PREVAILING WAGES. If this contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. 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/OPRL/DPreWageDetermination.htm. 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. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. FEDERAL PREVAILING WAGE. If this is a federally funded project and the Davis Bacon Act will be enforced. The current General Decision of wage determinations issued by the United States Department of Labor is set forth at the following website address: https://beta.sam.gov/. If there is a difference between the prevailing wage rate determined by the Department of Labor and the prevailing wage rate predetermined by the Director of Industrial Relations for similar classifications of labor, the Contractor and its Subcontractors shall pay not less than the higher prevailing wage rate. The Agency will not accept lower State prevailing wage rates not specifically included in the Federal prevailing wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal prevailing wage determinations. Where Federal prevailing wage determinations do not contain the State prevailing wage rate determination otherwise available for use by the Contractor and Subcontractors, the Contractor and Subcontractors shall pay not less than the Federal prevailing wage rate which most closely approximates the duties of the employee(s) in question. The prevailing wage rate for any classification not listed by the Department of Labor or the Director of Industrial Relations, but which may be required to execute the Contract, shall be in accord with specified rates for similar or comparable classifications or for those performing similar or comparable duties, within the Agency's determinations. 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 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. FAMILIARITY WITH WORK By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal and state workplace and employment laws including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. 3. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000 $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AXII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONTRACTOR for CITY. F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such 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, City may cancel the Agreement immediately with no penalty. G. 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. 4. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: CONTRACTOR furnishes proof of insurance as required under Section 3 of this Agreement; and CITY gives CONTRACTOR a written Notice to Proceed. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. TERMINATION. CITY may terminate this Agreement at any time with or without cause. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 5. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. NOTICES. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character, nor will it be deemed to constitute a continuing waiver. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 6. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 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) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of FOR CONTRACTOR: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY City Attorney Date: CORPORATION: By: Print Name & Title Date: IF LABOR AND MATERIAL BOND Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that ., as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, 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 CITY for the above -stated project, if CONTRACTOR or any subcontractor fails to payfor any labor or material of any kind used in the performance of the workto 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 2021. CONTRACTOR: SURETY* Subscribed and sworn to this NOTARY PUBLIC Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. day of 12021. *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representatives. FAITHFUL PERFORMANCE BOND Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, 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 CITY 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 CITY; 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 bySURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of , 2021. CONTRACTOR: Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. SURETY* Subscribed and sworn to this day of 12021. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representatives. S1N3I-A0?JdWI NOI-0111111 10006 VO'-111 10 V1NVS a a road siriaisia wirads ZSI3NOZCIM LL1 w O 1N3Wd0�3/�34 y z o o� _ J 1SIAOINOlS z i;� S1N3W3A0?JdWI NOIlV01?J?JI 40006 VO'Vll?JVlO V1NVS OD5 roadsioiaisi a �e�a3ds ZSI3NOZ OWI £ £ m Z O 1N3MdO-E]A3 ] 1S3iJO3NOlS b A s � a S _ 3 3 a a � a B a i , a \ : 13 ama� r K \ { ,! \ \j ~:� a IN]M\O\\5]O \ j \ \ } }} ) { }(} (} )) } }}}))) . � § CD ' LY \ )...-- & \ z ^ z S1N3I-A0?JdWI NOIlVOI?J?JI b000610 "P1 10 V1Nb'S �7 O , U) � sirair0 wrads ZSI3NOZON r LU w O 1N3MdO-E]A3 ] y cD o o � 1S3iJ�3NOlSo o' �W do W 4s e ��W�o �o� sW a _ ,� 2$ a a a 8 s a ose o O as�'�� � ��s v 35 n W „� � � s � " � g bbz� ;s : 3 3 -gt. s =Yaws zvgbbbabbbb' o 00000000 O ,�NIX.9L Z %" fi•5 g �icmc ;� 1 `W�a� =a x $d �[ 3fi 11 1105 .] 55 ONIN .ZL �0 O 2I- 2 'txs a& $pp =` x °'ag�Fa ¢ il, ..nii a° #$: € ag es °$e £ € a � E� 8 s;s s i=sa $; .F saE€a 9 x_ €$ i s pQ� i 8:+�€ Fb, F xE F3.a '., ;Sa€g fl! '!g i� ��'e$: x �'� 93�.} � �gHF '�Y �C !11' fli $ Ean Q Q QJ Q Q Q Q Q Q® - i H aT .P��- E. € 3.L €e ' ns iC E NIN .HI �3r ,''F p.£; $ap 4x gE�g x€ H $a ,I aE a %"'; a Y y 8 e pa• @ w gyp 6: e,7E:€ s`}a 'aa ie `�y m k� $ag $.' L S' xE 5 & �5E $ as. $ 2% y5€; 4sfl E € € $ €33 g _€ a :€ate xa9 1_€fix- a!-' €•�, H Hail as {a € ' a �_� � Q � €$-Fig -e € € �_€ g- �.� ga•i 4` "r-E @tnE� Yaa_ g� a �a €' �'=sg i gas f E � e 4 a'i $ "=_B# OE$ $z �x is F='ae $ 11 x n x Iioii F€F>gE M &is� 3$ 9. eis 9HIHxa F# sf 111 �F ;a�€ emal ��F �Fai TERMS AND CONDITIONS VENDOR TO READ By downloading this document via BidNet I acknowledge that I have, read, understood, and agree to the terms and conditions on all pages of this document and all solicitation documents relating to the associated project. I agree to furnish the commodity or service stipulated on this solicitation document as stated in the specifications. The solicitation, vendor response, and the Purchase Order (and/or Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including services) described herein (the "goods"). Time is of the essence. 1. SHIPMENT AND INSPECTION. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at vendor's place of business or upon receipt by City at City's election, which right shall be exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of City's rights or remedies arising by virtue of such defects or non-conformance. Cost of inspection on deliveries or offers for delivery, which do not meet specifications, shall be for the account of the vendor. 2. RISK OF LOSS. Notwithstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the transportation thereof, prior to the completion of unloading at City's receiving yard. 3. WARRANTIES. Vendor warrants to and covenants with the City as follows: vendor shall deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is relying on vendor's skill and judgment in selecting and providing the proper goods for City's particular use. The goods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, personal injury or other losses or damages arising from vendor's breach of its obligations hereunder. 4. REMEDIES. In the event of vendor's breach of this Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: (a) require vendor to repair or replace such goods, and upon vendor's failure or refusal to do so, repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing defective or nonconforming goods and return for credit or replacement at vendor's option; said return to be made at vendor's cost and risk: (c) cancel any outstanding deliveries or services hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5. FORCE MAJEURE. For the purposes of this Contract, an event of "force majeure" shall mean any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Notwithstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists, after which the parties' performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's declaration of a force majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligation to sell and City's obligation to purchase such substituted goods. After cessation of a force majeure event declared by vendor, vendor shall, at City's option but not otherwise, be obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6. PATENTS. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, costs and expenses (including attorney's fees) in connection with such suit or threatened suit. 7. COMPLIANCE WITH LAW. Vendor warrants that it shall comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder shall comply with and conform in every respect to the standards applicable to the use of such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8. REPORTS, ARTWORK, DESIGNS ETC.: a. If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the production of materials for any third party without City's written consent. Such designs and the like involve valuable property rights of City and shall be held confidential by vendor. b. If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, shall be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the City's written consent. c. Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall be City's property. Any such property shall be used only in filling orders from City and may on demand be removed by City without charge. Vendor shall use such property at its own risk, and shall be responsible for all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9. GOVERNING LAW. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10. AMENDMENTS. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor shall be considered agreement with the terms of this contract. 11. 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. 12. CURRENCY. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments shall be made in United States Currency. 13. DEFAULT. In case of default by the vendor of any of the conditions of this solicitation or contract resulting from this solicitation, 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. 14. 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. Vendors 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 vendors 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. 15. 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. 16. INDEMNIFICATION. The vendor 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 vendor 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. 17. 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 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. 18. ON -SITE INSPECTION. When deemed necessary by the City, an on -site inspection date and time will be so designated. The vendor is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 19. PAYMENT. (a) Vendor shall state payment terms offered. (b) Payment shall be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 20. PREVAILING WAGE. For all public works, the Vendor is required to quote prevailing wage. For the purposes of this paragraph, public works includes maintenance. All public works projects are subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, 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/OPRL/DPreWageDetermination.htm. 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. This bid is subject to SIB 854 and SB-96. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. The Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. 21. PRICE REDUCTIONS. If at any time during the life of this contract, the successful vendor 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 shall immediately notify the Purchasing Agent, City of Santa Clarita. 22. 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 Vendor shall establish appropriate procedures and controls so no services or products under the Contract Documents shall be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 23. SIB 854 — No contractor or subcontractor may be listed on a quote 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. 24. TAXES, CHARGES AND EXTRAS. (a) Vendor 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. shall not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 25. 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 quote. All costs must be included in the pricing provided to the City. 26. INSURANCE. For solicitations 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 shall be set forth in any contract awarded to a vendor. 27. 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 shall 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. 28. GUARANTEES. CONTRACTOR guarantees each portion of the services as installed against defective materials and workmanship for a period of one (1) year from date of CITY's written acceptance of the work. Promptly upon CITY's request within that one (1) year period, CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of equipment used in the performance of the services shall be extended to CITY's benefit for the full limit of their terms. 29. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. a. Definitions i. "Bidder" - any person or firm providing a timely, written response to the City solicitation. ii. "Bid Protest" - any protest with regard to the response submitted by another bidder. iii. "Response" - written response to the City solicitation provided by a person or firm. iv. "Solicitation Protest" - a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. v. "Solicitation" - document by which the City identifies goods, equipment, services or public construction projects for which it seeks a response. b. Format The protest must be in writing and include the following information at a minimum: The name, address, and phone number of the protester, or the authorized representative of the protester; ii. The signature of the protester or authorized representative of the protester; iii. The solicitation number and title under which the protest is submitted; iv. A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information, the protest must contain documentation clearly showing the date on which the protester received the information; and V. The form of relief requested. c. Solicitation Protests Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work, or process, must be received by the City's Purchasing Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. d. Bid Protest and Review i. The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid opening. ii. A copy of the protest must be served upon the bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the bidder subject to the protest is grounds upon which the City may deny the protest. iii. A bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protest has been served by the protesting bidder. iv. The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting bidder and any bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any bidder. v. The decision of the City Manager or designee on the bid protest shall be final with no further review. e. State or Federal Funding i. If the subject matter of the solicitation or project is receiving any State or Federal funds which require a protest procedure different than the procedures stated above, then that protest procedure shall control. ii. In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. f. Mandatory Procedure i. This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. Addendum No. 1 March 23, 2021 Addendum No. 1 BID # LMD-20-21-28 T52 Irrigation Install — Phase I This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Bid: I. UPDATED BID SCHEDULE Please see review the updated Bid Schedule on BidNet in the Documents & Items tab. II. UPDATED PLANS The revised plans for this bid are included in this addendum. III. CHANGE IN BID CLOSING DATE Due to the updates in the bid schedule and plans, the bid closing date has been changed from April 6, 2021 before 11:00 AM to April 13, 2021 before 11:00 AM. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Company Name Date W0131L 11041014V S1N3W3AO?IdWI NOIlVSI?RJI 00006 VO'Vll?IY10 V1NVS a a gZ_LZUZ road Sioiaisio rvioads ZSI 3NOZ CIM LL1 w O 1N3Wd0�3/�34 y z o o� _ J 1SIAOINOlS z i Ali S1N3W3A0?JdWI NOIlVOI?J?JI 40006 VO'Vll?JVIO V1NVS O � gZ-LZUZ road ssriassia re�rads ZSI3NOZOWI '•� m Z O o$ 1N3MdO-E]A3 l a J 1S3iJ03NOlS 0 b 9 z� a` ro �o P w �w ro wo a i s T _ _ 9 w= a S� 3� s 3 a a i , a \ : _ ,ZSi s ama� r \j ®` = w :, a IN]M\O\\5]O \ \ \: ( \ j \\ \ IS]�10] NOIS \ \ } }} ) { }(} (} )) } }}}))) . � § CD ' LY \ )...-- & \ z ^ z S1N3W3A0?JdWI NOIlVOI?J?JI 10006 VO 'Vll?Jb'lO V1Nb'S �7 O (n gZ-LZUZ road sioiaisio wiioads ZSI 3NOZ OM r LU w O 1N3Md0-3/�34 y (' o o 1S3iJ�3NOlS g �W do W 4s e oQ.KI as�'��s v35 n bbz� O'a� ;s : 3 3 -gs �� w =Yaws � zao� o o vgbbbabbbb' o 00000000 O Q j�CD NIX.9l6Gzm .i' w 51 %" fi•5 g �icmc ;� 1 ONIN .Zl0 s;s i s 1=sa 14 $; .F - g $r NIN .91 �3r .�iF p.£;$ap 4x gE�g x€ H $e€ EE§ ��,'; a i' gxx g$& illy 8e pa• � a yy gyp 41 ''t s �a fill m k� 1= xE{ x$5x,;+F$ ` x �H tlx8 $.' L S� x 5C !g`. e 6 s' s€ '€ess= §p E y5€; 4s E € € $ " i§' ��x- �!-' � �•� ga•i g nNi' b .4 ag � s k;ip"ag n $z f4 ; $ t till rx §e $a.a•`Pn€ E�a gn �t @ $a @tnE� a3 € F. yaa- has a€ $y E x gga€A! � E3 £ y �a 9_€' �'=sg i gas E e 4 a'i $ "=_B# �SFs€ e s a glx O ar.F FiF€s a:E&is 3$a eas ;,F$Fixa F# sf s�?$F ;a€ ��:F �Fai a�a F ;i ACKNOWLEDGEMENT & ACCEPTANCE OF BID SPECIFICATIONS T52Irrigation Install — Phase | By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts inits entirety, all Bid Specifications for the T52 Irrigation Install — Phase 1. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length ofthe contract. *Supervisor's Signat *Estimator's Signatt *Owner's Signature *All three signatures required BE Addendum No. 1 Addendum No.1 This addendum must beacknowledged via BidNetond should 6eincluded with the bid response. The purpose of this addendum is to address the following for this Bid: UPDATED BID SCHEDULE Please see review the updated Bid Schedule on BidNet in the Documents & Items tab. U. UPDATED PLANS The revised plans for this bid are included inthis addendum. Ui CHANGE IN BID CLOSING DATE Due to the updates in the bid schedule and plans, the bid closing date has been changed from April 6, This addendum must be acknowledged via BidNet and should be included with the response. r's Representative Date Company Name ADDITIONAL PRICING DoNOT include this pricing inthe total cost ofthe base bid amount inyour bid response. Pricing and Billing Schedule Detail Hourly labor rates to be used in performing the work required in the specifications for Irrigation instillation and repairs. These rates will not be used in evaluating the bid, but shall be used in evaluating cost estimates for "additional" or "extra" work requested by the City under this contract when applicable. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed below: Skill Level Irrigation Laborer O S.]t"/,~p�Perhour Landscape Laborer $,,,5 ' Please initial to verify acknowledgement of labor rates-, (J-) (initial) BIDDER'S BOND Bid H LMD-20-21-28 T52 Irrigation Install — Phase I NOTE: The following form shall be used in case check accompanies bid, Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: Ten Percent of Bid dollars ($ 10% of bid ), 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: T52 Irrigation Install— Phase I �F Bidder's Signature Venco Western Inc. CONTRACTOR 2400 Eastman Ave. Address Oxnard, CA 93030-5187 City, State, Zip Code * Delete the inapplicable work. SURTEY Arch Insurance Company - e Melshenker, Attorney In Fact �z 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. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document." State of: County of California Ventura On before me, Joni M. Boole, Notary Public, personally appeared Mike Melshenker who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. JONI M. BOOLE �,. COMM. #2240073 z Notary Public - California a Ventura County ,.onM; M Comm, Expires Apr. 27, 2022� WITNESS my hand and official seal. ndure of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) �' ■ no ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VENTURA Subscribed and sworn to (or affirmed) before me on this 13TH day of APRIL , 20 21 , by LINDA D. BURR proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ALLISON DAVIS Y NotaryPublic- California e ')) Ventura County n Commission # 2203370 My Comm. Expires Jul 24, 2021 (Seal) Signature AIC 0000281511 THIS POWER OFATTORNEYIS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Daniel Vaiman, Jarel Guerrero, Joni Boole, Judith M. Diaz, Kip Keller, Mike Melshenker, Sharon L. Sparks, Shirley Rhoads and Steven W. Carter of Ventura, CA (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000,00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of ' Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOM LOO 13 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0000281511 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 24`h day of June, 2019. Attested and Certified Arch Insurance Company KrK:1w�Tf i SM 1 1971 Patrick K. Nails, Secretary David M. Fn-Ke stein, Executive Vice President STATE OF PENNSYLVANIA SS MI#4Uf (� �I,, I(,d„\ I� i � v E, a ;2',,,k l III1d1���;, l ,r,n�t,�;, r , P.GtOLINTY"OFPHIL'ADELP_HIASS,'d wp, 1-1- rM—d lhdd,I,[ ,, I'll Th "'"d l(dU qqa I licOele`Tripod I,''a Notary f�ublic,°dojlhereby certify that Patrick K. Nails and 1)6vId M Fin,kelsteir' personally known to tnb to be the ,Corporationoorganized, and existing lunde the laws of the State f Missouri, subscrib d of the lforeg fling instrument,I appear dlbefore�me p fa, arrl p gay I as Secreta and Executive Vi "President o the Arch ,S ,I e 1l",11 y p t riz it own ed,"§ealed with the corporate seal and t,purposeser;t person { fd�thent als the free�landl voluntary act of said core oration I and' authorized s the d signed, °nd vo11untary acts or thel u�sesland ��Y y deliv red the said i ' a therein s'' ' ' nf.,i„ I l''I „1 , NOTARIAL SEAL , `MI� �H�'t.E i�tlpOCl4, t��tPutrl�e City of Ph s, PIRA, C,"ty 0/Cclhsim EXPfa4,Wty71, 7021 Michel Trip di, Notary Public m My coission expires 07/31 2021 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 24, 2019 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHE EOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this /e. day of s',,,,_. 20 Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway;.S41ita,,j, ,PQ,��, 'Philacielphia, PA 19102, d11, %, d 1, ,Ifs d 1 ,„ _ U 1 wn. m i ����IJ r 'I �,ltl l l _.. r Jill yl� f Jif l 11 l(, d1 1 11c ., WTI I I l i :\I I M ''OOML'0013 00 O�:lp3 I I, m,-I ,ii„a , C , 01ill .no , 1 m,,,i..Ill ,d 47:JKwSJM4�Tf '1� _. 0 W( ,d _. 6kJwR I Page 2 of 2 ,,Printed, in US A, 11 �Il-. -''d. BID FORM Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name:" Company Address: Phone: Email: 4 V CC t y ? y By: C V_ P' Print Name Title: Signature: ..... Date: &/;�rM.,.,.. ... . _ 1 DESIGNATION OF SUBCONTRACTORS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y= of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor GL DIR Registration No.* Dollar Value of Work Age of firm: PR& Yes N Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: PBE: Yes Pie Certifyinggen Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE; yes Ne Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / 7 Phone ( ) NOTE: A BIDDER 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 BIDDER 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 BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by both parties. 2. SUMMARY OF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. When Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INSURANCE a. General Insurance Requirements All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any replacement coverage that meets all contractual requirements within 10days of the prior insurer's issuance ofnotice nfcancellation. Consultant must ensure that there isnolapse incoverage. b. General Liability and Property Damage Insurance i. Consultant agrees toprocure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed bylaw for damages onaccount ofbodily injury, including death therefrom, and property damage, suffered oralleged to besuffered byany person orpersons whomsoever, resulting directly from any act oractivities of Consultant, its subconsultants, or any person acting for Consultant 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 Consultant, or its subconsultants, or any person acting for Consultant, orunder its control ordirection. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost indefending claims for alleged loss. Such general liability and property damage insurance shall bemaintained inthe following minimum limits: Acombined single -limit policy with coverage limits inthe amount of$1,0OO,0U0per occurrence will beconsidered equivalent Lothe required minimum limits. c. Automotive Insurance i Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits ofnot less than $1,00O,0O0combined single limit. |fConsultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use ofpersonal vehicles under this Agreement. d. Worker's Compensation Insurance i Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries oroccupational diseases happening Loany worker employed by Consultant inthe course ofcarrying out this Agreement. Waiver ofSubrogation: The insurer(s) agree to waive all rights of subrogation against City, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by Consultant for City. Questions and requests for modification of these terms mug be negotiated and approved prior to I have read and understand the above requirements and agree to be bound by them for any work performed for the City Authorized Signature: Date: Printed Name: PROPOSAL GUARANTEE BID BOND Bid # LMD-20-21-28 T52 Irrigation Install — Phase I City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Venco Western Inc. ,as BIDDER, and Arch Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Bid dollars ($ 10% of Bid ), which is ten percent (10%) of the total of first contract year (365 days) amount which is bid by BIDDER, to AGENCY forthe 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 12th day of April 2021. BIDDER Venco Western Inc. 2400, Eastman Ave., Oxnard, CA 93030-5187 - (805)981-2400 SURETY* Arch Insurance Company 865 S Figueroa St, Ste 2700 Los Angeles, CA 90017- (213) 283-3500 Ike Melshenker, Attorney In Fact - 196 S. Fir St. Venfura, CA 93001- (805) 585-6115 Subscribed and sworn to this 12th day of April 2021, NOTARY PUBLIC See Attached Form *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representatives. 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. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT "A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document." State of: County of California Ventura -) I On 4 / II /Z,2�_ I . before me, Joni M. Boole , Notary Public, personally appeared Mike Melshenker who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. JONI M. BOOLE COMM. #2240073 z Notary Public -California 0 Ventura County My Comm. Expires WITNESS my hand and official seal. Si(� �n,6"of Notary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL MCORPORATE OFFICER TITLES(S) RPARTNERS RLIMITED F]GENERAL ®ATTORNEY -IN -FACT FITRUSTEE(S) FIGUARDIAN/CONSERVATOR MOTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VENTURA Subscribed and sworn to (or affirmed) before me on this 13TH day of APRIL 20 21 , by LINDA D. BURR proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ALLISON DAVIS NotaryPublic- California Z Ventura County Commission N 2203370 My Comm. Expires Jul 24, 2021 (Seal) Signature '%' AIC 0000281510 THIS POWER OFATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Daniel Vaiman, Jarel Guerrero, Joni Boole, Judith M. Diaz, Kip Keller, Mike Melshenker, Sharon L. Sparks, Shirley Rhoads and Steven W. Carter of Ventura, CA (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOM LOO 13 00 03.03 Page 1 of 2 Printed in U.S.A. NCn0VO20151O In Testimony Whereof, the Company has caused this instrument to be signed and its onmnmte a*o| to be affixed bytheir authorized officers, this 24 th day of June, 2019. Attested and Certified Arch Insurance Company SEAL 1971 Patrick K. Nails, Secretary Da--vid M. Pin-R—el'stein, Executive Vice President STATE 0FPENNGY0ANIAOG n°^o''"^w`".,*(,'.^'=",^,'/.'*.'""'/,^,I/"*/�=*:."*.,»,m"..".°......"..*,° � 'dOON77�OFPH|LADELPh0AGG" v«' / �n...rn.m.w.^a�.`~, x����� "...,vm,.I0 aly 6'by certify that Patrick K. Nails and b k I t 'I" I"' U e ...�...,�. si 'Corporation organi2edidind existing UnderIthoilaws of the State of Missouri, subscribed to the foregoing instrument,,i appeared I before me ,this day in person, qp sevq,rpll :Knowledged that they being thereunto duly authorized signed de'iivere'd the said instrument, as,the freei and, voluntary act of said corporation an s'th6ir own frae,an"d"'I"i Y I I flor'it eIusesiand ,r,untar acts -_ -- -_ Michel I riptdi, Notary Public My com�'ission expires 07/31(2021 CERTIFICATION |. Patrick K. Nails, Secretary of the Arch |noumnoo Company, do hereby certify that the attached Power ofAttorney dated JuneL24, 2018on behalf of the person(a) as listed above in o hue and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and | do further certify that the said David M. Finke|stoin, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President ofthe Arch Insurance Company. IN TESTIMONY WHMEE OF I have hereunto subscribed my name and affixed the corporate seal ofthe Arch Insurance Company on Patrick K. Nails, Secretary This Power of Attorney |kfiits the acts /f those named therein &othe bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TVTH|OBONO0THGFOL0WINGADDRESS: Arch Insurance Surety Division _—.. Suite, ~~~~~` �.-.`^.~~~.`.~~~~"`` ,r~^�,'''nm^��/` mo / x...nm/r'I.~.*~°� ..�~.�... '00ML00130083�3"�*^ REFERENCES T52Irrigation Install — Phase | City ofSanta Clarita,California The following are the names, addresses, andte|ephonenumbersofthreepubUnagendesforwhich0DDER has performed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests refrences cluifferent than instructions above, the scope of work/specifications shall govern: 1. Name and Address of Owner/ Agency Name and Te|ephon Contract Amount umber of Person Familiar with Project 2. Name and Address of Owner/ Agency Name and Telepho6E Contract Amount Type of Work Date Completed � umber ofPerson Familiar with Project q Type of Work J Date Completed I ^OL/A� Name and Address ofOwner/ Agency /`�'A Name and Telephone Number ofPerson 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 b 0 01 0 01 W 0 0 01 — (-4 0 0 W Ln Ln 0 00 00 Lr) r� (-4 Lr) Ln 'q- 00 0 01 00 0 q 0 16 0 Lr) r< Nw L- (-'� q: 'D q- 'D 01 0 0 0 M N'q- Ln 0 W 1 4 ' ' ' -: -:'4' -: AP, 4./)- AP, AA 4./)- AA 4./)- aLA i/)- aLA aLA 0 u 0 2; 0 x 0 M > 41 > > 9= 6 7 on s_ aft CL w c X uro0 0 N U 0Ln m N 0 E a) CL W CL a) 7 7 =Mwul��Ww Z 0 > -i� M —Xuw = E 9= > > c oo E a > a 0 g= 2; > > 0 m 0 CL M > Ln cl:� -6 -6 0 0 c c M U 0 U c 0 4.; M 0 U > W 4� 0 cl:� CL g= Rj= 0 U 0 U So!c -6 0 U Ln 4� 0 -C 0- Z 0 E E 4� 4S) L L 0 E 0 E w 41 0 :;E a) w CR 0:� 0 u 0 u -j :;E CY 0 CL 0 d- ::E 0 CR 0 CR -i x mDM (14 'IT 0 r-, CO 0 Cq ' T VI D M Ln 01 M 4-J L. co r L!l o o N m N Z M 4) :3 "4: .!In m N Ln co E N N M 0 N . — N 6 N Ln :3 u :3 u CO x x 0 LLJ 41 m 0 M 0 M co th