Loading...
HomeMy WebLinkAbout2023-12-12 - AGENDA REPORTS - LMD IRRIGATION CONTROLLER REPLACEMENTSO Agenda Item: 9 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: December 12, 2023 SUBJECT: LANDSCAPE MAINTENANCE DISTRICT IRRIGATION CONTROLLER REPLACEMENTS DEPARTMENT: Administrative Services PRESENTER: Andrew Adams RECOMMENDED ACTION City Council: 1. Approve a contract with Wildscape Restoration, Inc., DBA Urban Greening, to remove and replace irrigation equipment supporting Landscape Maintenance District Zone T67 - Miramontes and T69 - West Hills, for a base amount of $64,329 with a 15 percent contingency in the amount of $9,650 for a total amount not to exceed $73,979. 2. Approve purchase of 21 WeatherTRAK controllers from Site One Landscape Supply in an amount not to exceed $113,187. 3. Appropriate funds in the amount of $187,166 from the Landscape Maintenance District Fund Balance (357) to expenditure accounts 3572457-516113 for $8,777 and 3572462-516113 for $178,389. 4. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND In 2009, following a request for proposal process, staff initiated the project of replacing the City of Santa Clarita (City) Landscape Maintenance District's (LMD) existing irrigation controllers with a state-of-the-art irrigation controller, known as WeatherTRAK from HydroPoint Data Systems (HydroPoint). As a result, HydroPoint became the City's certified distributor, and Site One Landscape Supply was recognized by Purchasing staff as the City's single -source supplier for irrigation controllers. Since 2009, the City, through various bid processes and multiple annexations, has accumulated over 700 WeatherTRAK irrigation controllers. Page 1 Packet Pg. 106 O After integrating WeatherTRAK controllers into the LMD operations, the City has saved over two billion gallons of water. Currently, the City maintains the largest single deployment of WeatherTRAK controllers in the United States and is a leader in water conservation best management practices. The City's supplier, Site One Landscape Supply, has provided pricing for 20 WeatherTRAK controllers to replace outdated controllers in LMD Zone T69 - West Hills. All areas within Zone T69 became City jurisdiction effective November 2018 following annexation from Los Angeles County. As a result of the annexation, the City inherited an irrigation system that was not congruent with the WeatherTRAK system and is now at the end of its useful life. Additionally, the City received pricing to replace one outdated controller in LMD Zone T67 - Miramontes. Accordingly, staff recommends awarding the purchase of 21 controllers from Site One Landscape Supply at a total sale price of $113,187, which includes aperformance management subscription through 2025, consistent with the City's existing subscription. To secure pricing for the installation of the 21 controllers, an informal Invitation to Bid, Number LMD-23-24-01, was published and circulated on the City's e-procurement platform, BidNet, in July 2023. Twenty-five vendors downloaded the bid specifications, with three bids submitted to the City and reviewed by staff in August 2023. The results are as follows: Company Location Bid Amount 1 Wildscape Restoration, Inc., DBA Urban Greening Ventura, CA $64,329 2 JAS Landscape, Inc. Oxnard, CA $69,880 3 Stay Green, Inc. Santa Clarita, CA $90,560 Following the opening of bids, staff identified Wildscape Restoration, Inc., DBA Urban Greening (Wildscape), as the lowest responsive and responsible bidder. Wildscape possesses a valid State Contractor's License and is in good standing with the Contractor State License Board. Moreover, staff reviewed their bid for accuracy and conformance to the contract documents and found it complete. Therefore, staff recommends awarding the installation contract to Wildscape. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT This action requires a one-time appropriation from the Landscape Maintenance District Fund Balance (357) to expenditure account 3572457-516113 in the amount of $8,777 and to expenditure account 3572462-516113 in the amount of $178,389. ATTACHMENTS Site One Quote 96391903 BID # LMD-23-24-01 (available in the City Clerk's Reading File) Page 2 Packet Pg. 107 O LMD-23-24-01 Response File (available in the City Clerk's Reading File) Page 3 Packet Pg. 108 Quotation 9.a Bill To: A6 L'teone CityOf Santa Clarita #206082 LANDSCAPE SUPPLY ( ) - Tggather 23920 Valencia Blvd Ste 120 Valencia CA #140 Valencia, CA 91355-5316 28145 Avenue Crocker W: (661)290-2224 Valencia, CA 91355-3440 Ship To: W:(661)775-0930 City Of Santa Clarita (#206082) Created Quote# Due Date Expected Award Date Expiration Date 23920 Valencia Blvd Ste 120 06/28/2023 6391903 06/28/2023 06/28/2023 07/28/2023 Valencia, CA 91355-5316 W: (661)290-2224 Printed Job Name Job Description Job Start Date 08/16/2023 15:55:42 Calsense Upgrades 06/28/2023 1i a Unit Extende Item# ItemDesc Qty UOM Price Price 1 C THIS QUOTE REPLACES 6203851 0.000 2 T-51 0.000 3 IC Controller Removed I 10.000 4 C 0.000 5 T-67 0.000 GT HYDP WTPR03-24 18SS Retro Sat Assy SA10-W T3- 6 Item Note: 1 E 4,090.258 4,090.26 24 Controller G - 284681ncline 7 C 0.000 8 T-69 0.000 GT HYDP WTPR03-36 18SS Retro Sat Assy SA10-W T3- 9 Item Note: 1 E 4,739.384 4,739.38 36 #1 Alta Vista GT HYDP WTPR03-48 18SS Retro Sat Assy SA10-W T3- 10 Item Note: 1 E 5,388.613 5,388.61 48 #30B Bellows GT HYDP WTPR03-24 18SS Retro Sat Assy SA10-W T3- 11 Item Note: 1 E 4,090.258 4,090.26 24 #31 28921 West Hills Dr GT HYDP WTPR03-12 SSE Retro Sat Assy SA26-W T3- 12 Item Note: 1 E 3,263.154 3,263.15 12 #34 29015 West Hills Dr GT HYDP WTPR03-48 SSE Retro Sat Assy SA26-W T3- 13 Item Note: 1 EA 5,184.070 5,184.07 48 #39 29015 West Hills Dr GT HYDP WTPR03-24 18SS Retro Sat Assy SA10-W T3- 14 24 Item Note: 1 E 4,090.258 4,090.26 #41 West Hills Dr GT HYDP WTPR03-42 18SS Retro Sat Assy SA10-W T3- 15 Item Note: 1 EA 5,064.008 5,064.01 42 #49 24083 Copper Hill GT HYDP WTPR03-24 18SS Retro Sat Assy SA10-W T3- 16 Item Note: 1 E 4,090.258 4,090.26 24 #51 24199 Copper Hill H z w 2 w U Q J d w Q: w J J O z O U z O a O 0 J M O O M O a� r 0 CJ a� c O a� Cn y c a� E �a Ef Packet Pg. 109 9.a SA10-W T3- GT HYDP WTPR03-36 18SS Retro Sat Assy 17 36 Item Note: 1 E 4,739.384 4,739.38 #57 28809 West Hills Dr SA10-W T3- GT HYDP WTPR03-36 18SS Retro Sat Assy 18 36 Item Note: 1 E 4,739.384 4,739.38 #59 24351 Copper Hill SA10-W T3- GT HYDP WTPR03-36 18SS Retro Sat Assy 19 36 Item Note: 1 E 4,739.384 4,739.38 #60 24351 Copper Hill SA10-W T3- GT HYDP WTPR03-42 18SS Retro Sat Assy 20 42 Item Note: 1 E 5,064.008 5,064.01 #63 Copper Hill Alta Vista SA26-W T3- GT HYDP WTPR03-42 SSE Retro Sat Assy 21 42 Item Note: 1 E 4,886.105 4,886.11 #12 28323 Blacksmith SA26-W T3- GT HYDP WTPR03-36 SSE Retro Sat Assy 22 36 Item Note: 1 E 4,561.475 4,561.48 #14 28326 Steel Ln SA26-W T3- GT HYDP WTPR03-42 SSE Retro Sat Assy 23 42 Item Note: 1 E 4,886.105 4,886.11 #16 28424 Steel Ln SA26-W T3- GT HYDP WTPR03-36 SSE Retro Sat Assy 24 36 Item Note: 1 E 4,561.475 4,561.48 #20A 28938 Hearth Ct SA26-W T3- GT HYDP WTPR03-36 SSE Retro Sat Assy 25 36 Item Note: 1 E 4,561.475 4,561.48 #20B 24938 Hearth Ct SA26-W T3- GT HYDP WTPR03-24 SSE Retro Sat Assy 26 24 Item Note: 1 E 3,912.334 3,912.33 #25 28662 Iron Village SA26-W T3- GT HYDP WTPR03-42 SSE Retro Sat Assy 27 42 Item Note: 1 E 4,886.105 4,886.11 #28 24924 Shadow Ridge SA26-W T3- GT HYDP WTPR03-42 SSE Retro Sat Assy 28 42 Item Note: 1 E 4,886.105 4,886.11 #6 28148 Anvil Ct 29 ST Subtotal Line 1 0.000 96,423.62 30 C 0.000 31 CIM-1YA 1 Year Central Internet Management Weathertrak 21 EA 162.049 3,403.03 NSI-PSPM- 32 2Y Hydropoint Performance Management 21 200.000 4,200.00 33 sales tax sales tax @ 9.5 1 9,160.244 9,160.24 Note: Item Note: 34 NOTE EA 0.000 —CONTROLLERS WILL BE FULLY SUBSCRIBED TO THE CIM+HPM UNTIL 6/30/25— Total Price: $ 113,186.89 SiteOne Landscape Supply is not responsible for the accuracyof the items contained in this quotation. Please review carefully. Please add appropriate sales tax Prices on this quote are good for 30 days after the entered bid date. Local tax may differ based on locations and local codes. U) H z w 2 w U Q J a w w J J O H z O U z O Q 0 J M 0 rn M a� 0 CJ a� c O a) V/ Y a� E L) M i Packet Pg. 110 Total Price: $ 113,186.89 SiteOne Landscape Supply is not responsible for the accuracyof the items contained in this quotation. Please review carefully. Please add appropriate sales tax Prices on this quote are good for 30 days after the entered bid date. Local tax may differ based on locations and local codes. U) H z w 2 w U Q J a w w J J O H z O U z O Q 0 J M 0 rn M a� 0 CJ a� c O a) V/ Y a� E L) M i Packet Pg. 110 NOTICE INVITING BIDS Irrigation Controller Replacement Project REBID Bid # LMD-23-24-01 TABLE OF CONTENTS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California SECTION A NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM BID SCHEDULE BIDDER’S INFORMATION AND CERTIFICATION BIDDER’S QUESTIONNAIRE CERTIFICATION OF NON-SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES PROPOSAL GUARANTEE BOND/BIDDER’S BOND NON-COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR INFORMATION SECTION E PUBLIC WORKS PROJECT AGREEMENT LABOR AND MATERIALS BOND FRINGE BENEFIT STATEMENT SECTION F SCOPE OF WORK ATTACHMENTS A-K ATTACHMENT A: WEATHERTRAK IRRIGATION CONTROLLER REPLACEMENT INVENTORY ATTACHMENT B: AREA MAPS ATTACHMENT C: GROUND FAULT CIRCUIT INTERRUPTORS ATTACHMENT D: DIRECT BURIAL GOLF COURSE SPRINKLER WIRE ATTACHMENT E: PRE-PRINTED WIRE & CABLE MARKER BOOKS ATTACHMENT F: RAINBIRD ROUND SERIES VALVE BOX ATTACHMENT G: 3M DIRECT BURIAL SPLICE KITS ATTACHMENT H: WEATHERTRAK CONTROLLER INSTALLATION AND PROGRAMMING ATTACHMENT I: WEATHERTRAK INSTALLATION AND PROGRAM SETTING WORKSHEET ATTACHMENT J: WEATHERTRAK ET PRO3 CONTROLLER INSTALLATION ATTACHMENT K: WEATHERTRAK FLOW COMMISSIONING WORKSHEET SECTION A Solicitation Information CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: Irrigation Controller Replacement Project REBID BID #: LMD-23-24-01 Dates Published: July 1, 2023 Pre-Bid Meeting: No Last Day for Questions: August , 2023 before 11:00 AM (PT) Bid Closing: August 1, 2023 before 11:00 AM (PT) Engineer’s Estimate: $75,000.00 License(s) Required: See Section F – Scope of Work. Project Description: The LMD is soliciting sealed bids from qualified companies for the installation of twenty-one (21) WeatherTrak controllers within the City of Santa Clarita LMD Zones T67 (Miramontes), and T69 (West Hills). Bond Requirements: Yes Contact Information: Danielle Marquez | (661) 255-4936 | dmarquez@santa-clarita.com Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. 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. Bidders may also purchase a paper copy of the bid documents at the City Clerk’s office, suite 120. Bidders are responsible for printing any and all of bid documents. 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. DOCUMENT CHECKLIST Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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) Proposal Form Bid Schedule Bidder’s Information and Certification Bidder’s Questionnaire Certification of Non-Segregated Facilities Designation of Subcontractors References Non-Collusion Affidavit All signed addendums (if any) – Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: Bidder’s Bond/Proposal Guarantee Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Melanie Theisgen Public Works Project Agreement Labor & Material Bond (Notarized) Insurance Required by Contract W9 Fringe Benefit Statement SECTION B Bid Instructions and Bid Clauses BID INSTRUCTIONS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 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): www.bidnetdirect.com//cityofsantaclarita 1.1.Proposals/corrections received after the bid closing time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 1.2.Notarized Forms - An original, notarized Proposal Guarantee Bid Bond and Bid Security Form for Check or Bond to Accompany Bid must be submitted as a hard-copy original. This document must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. This document is to be received in a separately sealed envelope clearly marked with title of content, 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.BONDS. Bid bonds shall be furnished by all Bidders in the amount of at least 10% of the total value of the bid to guarantee that Bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Faithful Performance Bond and a Labor and Material Bond 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 the bid bond). 5.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. 6.INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or bysuch other means, of the location of the proposed work and the actual conditions of the worksite. If, during the course of examination, a Bidder finds facts or conditions which conflict with the bid documents, he/she shall submit questions for clarification via BidNet. The submission of any received bid shall constitute an acknowledgement that any necessary site inspection has taken place. No claim for additional compensation will be allowed which is based upon lack of knowledge of the work site. 7.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. 8.BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific manufacturer, brand or make does not restrict Bidders in their proposed solution. When brand names are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all cases propose goods equal in quality and utility. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The City shall make the final determination of compliance with the specifications. If proposing an alternative or equivalent product, the Bidder shall 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 clearly identify the item by brand name (if any), and make/model number, and may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City. The proposal shall clearly describe any modifications the Bidder plans to make in a product to make it conform to the solicitation requirements. 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. 9.NON-DISCRIMINATION. In the performance of this Contract, Bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 10.PROTECTION OF RESIDENT WORKERS. The City 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 I-9 employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Bidder 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. 11.AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible and responsive Bidder. This is determined solely by the City. Additionally, the City reserves the right to reject any or all bids, to waive any irregularity, and to take the bids under advisement for a period of ninety (90) days, all as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the Bidder whose bid is accepted. All other unsuccessful Bidders will also receive notification. This correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a bid. The award of contract shall obligate the Bidder, whose bid is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful Bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Also, the successful Bidder will be required to submit worker’s compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City. The determination of lowest bid shall be based upon: Base bid only; The City reserves the right to add any applicable additive or deductive alternates via change order at any time during the project up to the last contract working day. The bidder agrees to hold all unit prices bid for alternates constant throughout the project’s duration up to the last contract working day. No additional compensation for alternates added by change order will be allowed beyond the amount shown on the original bid. Increases or decreases in work quantities within the specified limits shall not invalidate the unit bid or contract prices. The bidder shall not claim any loss of anticipated profits because of any alteration or variation between the approximate quantities and the quantities of work as done. The City reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule and to add or delete the type and extent of work identified and summarized. Bidders are also directed to the provisions in “Award and Execution of Contract” of the Standard Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of this document. Finally, the City reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. 12.WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered by certified mail to the Purchasing Agent to the address below. Failure to comply may result in forfeit of bid bond. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 13.ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the City, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Before entering into a Contract, the successful Bidder shall furnish a statement of the company’s financial condition and previous construction experience or such evidence of his qualifications as may be required by the City. 14.CONTRACTOR LICENSE. The successful Bidder shall provide the required license(s) listed on the Notice Inviting Bids, at the time of bid closing. The successful Bidder must be properly licensed as a contractor from contract award through contract completion (Public Contract Code § 10164). Bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code. 15.DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No Bidder 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 BIDDER 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. 16.REQUIRED CONTRACTOR AND SUBCONTRACTOR REGISTRATION. 16.1.Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 4330 (Subcontractors List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. 16.2.Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph A. above shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non-complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award. 16.3.Pursuant to Labor Code Section 1771(a), Contractor represents that it and all of its Subcontractors are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. Contractor covenants that any additional or substitute Subcontractors will be similarly registered and qualified. 17.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 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. 18.SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications or drawings before the bid closing date. 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 require material changes in quantities or price bid, or both, the date set for bid closing 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 bid closing. The Bidder is required to acknowledge all issued addendums at the time of bid closing. Please sign and return all submitted addendums to avoid disqualification of the submitted bid. It is the Bidder’s responsibility to ensure all addendums have been received before the bid closing. 19.SUBCONTRACTORS REQUIREMENTS. Each Bidder must submit the Designation of Subcontractors form with their bid. No bid shall be considered unless it is included with the bid submission. Please see Section D: Subcontractor Information for more information. 20.MANDATORY REQUIREMENTS. All requirements, submittals, or subsequent communications shall be considered mandatory. 21.EXAMINATION OF CONTRACT DOCUMENTS. 21.1.Bidder shall scrutinize the entire site of work, including but not restricted to any corresponding or associated conditions and encumbrances related, 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. 21.2.Bidders must satisfy themselves by examining 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 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. 22.PROTEST PROCEDURES. Any person or entity may present a formal protest to the City concerning solicitations being conducted by staff. 22.1.1.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. 22.1.2.Format- The protest must be in writing and include the following information at a minimum: 22.1.2.1.The name, address and phone number of the protester, or the authorized representative of the protester; 22.1.2.2.The signature of the protester or authorized representative of the protester; 22.1.2.3.The solicitation number and title under which the protest is submitted; 22.1.2.4.A detailed description of the legal or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must have documentation clearly showing the date on which the protester received the information; and 22.1.2.5.The form of relief requested. 22.1.3.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. 22.1.4.Bid Protest and Review 22.1.4.1.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 closing. 22.1.4.2. 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. 22.1.4.3.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 protesting Bidder has served the protest. 22.1.4.4.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. 22.1.4.5.The decision of the City Manager or designee on the bid protest shall be final with no further review. 22.1.5.State or Federal Funding 22.1.5.1.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. 22.1.5.2.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. 22.1.6.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. The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in BidNet. BID CLAUSES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, Bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2.DISQUALIFICATION OF BIDDERS. In the event that any Bidder acting as a prime contractor has an interest in more than one bid, all such bidswill be rejected, and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. Labor Code Section 1771.1(a) requires contractors and their subcontractors to possess and maintain such registration with DIR in order to be awarded and to perform on public works projects (regardless of funding source). Any Bidder which has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified Bidder for the purposes of this project. The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the Bidder to do the work in accordance with the Contract Documents to the City’s satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the Bidder, the City will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other City. Any Bidder which is currently debarred by any public agency is deemed not to be a qualified Bidder for the purposes of this project. If in the opinion of the City, a Bidder is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. 3.DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Lower Tier Covered Transactions. Instructions for certification: 3.1.1.By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 3.1.2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City may pursue available remedies, including suspension and/or debarment. 3.1.3.The prospective lower tier participant shall provide immediate written notice to the City if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3.1.4.The terms “covered transaction,” “debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “persons,” “lower tier covered transaction,” “principal,” “proposal,” and “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 \[49 CFR Part 29\]. You may contact the City for assistance in obtaining a copy of those regulations. 3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City. 3.1.6.The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction”, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3.1.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List issued by U.S. General Service Administration. 3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal government, the City may pursue available remedies including suspension and/or debarment. 3.2.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 3.2.1.The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its “principals” as defined at 49 C.F.R suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 3.2.2.When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 4.LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. 5.UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY. Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a “public works contract.” In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the bidder or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12 Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the bidder, without further acknowledgment by the parties. 6.CHANGED CONDITIONS. 6.1.Differing Site Conditions 6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted. 6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 6.1.4.No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.) 6.2.Suspensions of Work Ordered by the Engineer 6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 6.2.4.No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 6.3.Significant Changes in the Character of Work 6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 6.3.2.If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 6.3.3.If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 6.3.4.The term “significant change” shall be construed to apply only to the following circumstances: 6.3.4.1.When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or 6.3.4.2.When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7.QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP. 8.TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 9.NONDISCRIMINATION. In the performanceof this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 10.SPECIAL PROVISIONS. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid closing, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on future public works contracts. SECTION C Bid Submittals PROPOSAL FORM Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 and agrees 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: _______________________________________ Contractor Name: _________________________________________________________________________ BID SCHEDULE Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. ZONE T67 ITEM DESCRIPTION UNITSQTY.UNIT PRICEEXTENDED TOTAL NO. Mobilization and demobilization (including bonds and insurance) 1LS1$$ DEMOLITION ITEMS Recording of information from existing controller to use for programming new controller. (CIR 2EA1$$ Conducting Ohm reading to identify and report No Connection or shorts prior to retrofit. 3EA1$$ Disconnecting controller wires and labeling for reference 4EA1$$ Removal and Disposal of miscellaneous parts and debris 5LS1$$ Removal and Delivery to PW Site in resale condition for recycling of controllers 6EA1$$ IRRIGATION CONTROLLERS - INSTALLATION SA10-WT3-24 GT HYDP WTPRO3-24 18SS Retro Sat Assy, (TOP ENTRY, 24 STNS) Controller 7EA1$$ Retrofit Kit Installation, 24-48 STNS Controller Set Up (to include completed WeatherTrak program worksheet supplied with 8EA1$$ controller) Any additional costs to complete controller installations. Please attach explanation to this 9EA1$$ document. FLOW COMMISSIONING Flow Commissioning – Main Line: Determine and set Flow Thresholds for Main Lines on each 10EA1$$ controller Flow Commissioning – Station Lines: run each zone for 5 minutes and learn flow for each 11EA1$$ station on every controller Zone T67 TOTAL:$ ZONE T69 ITEM DESCRIPTION UNITSQTY.UNIT PRICEEXTENDED TOTAL NO. Mobilization and demobilization (including bonds and insurance) 12LS1$$ DEMOLITION ITEMS Recording of information from existing controller to use for programming new controller. (CIR 13EA20$$ Form) Conducting Ohm reading to identify and report No Connection or shorts prior to retrofit. 14EA20$$ Disconnecting controller wires and labeling for reference 15EA20$$ Removal and Disposal of miscellaneous parts and debris 16LS1$$ Removal and Delivery to PW Site in resale condition for recycling of controllers 17EA20$$ IRRIGATION CONTROLLERS - INSTALLATION SA26-WT3-12 GT HYDP WTPRO3-12 SSE Retro Sat Assy (TOP ENTRY, 12 STNS) 18EA1$$ SA26-WT3-24 GT HYDP WTPRO3-24 SSE Retro Sat Assy (TOP ENTRY, 24 STNS) 19EA1$$ SA10-WT3-24 GT HYDP WTPRO3-24 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 24 20EA3$$ STNS) SA26-WT3-36 GT HYDP WTPRO3-36 SSE Retro Sat Assy (TOP ENTRY, 36 STNS) 21EA3$$ SA10-WT3-36 GT HYDP WTPRO3-36 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 36 22EA4$$ STNS) SA26-WT3-42 GT HYDP WTPRO3-42 SSE Retro Sat Assy (TOP ENTRY, 42 STNS) 23EA4$$ SA10-WT3-42 GT HYDP WTPRO3-42 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 42 24EA2$$ STNS) SA26-WT3-48 GT HYDP WTPRO3-48 SSE Retro Sat Assy (TOP ENTRY, 48 STNS) 25EA1$$ SA10-WT3-48 GT HYDP WTPRO3-48 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 48 26EA1$$ STNS) Controller Set Up (to include completed WeatherTrak program worksheet supplied with 27EA20$$ controller) Any additional costs to complete controller installations. Please attach explanation to this 28EA20$$ document. FLOW COMMISSIONING Flow Commissioning – Main Line: Determine and set Flow Thresholds for Main Lines on each 29EA20$$ controller Flow Commissioning – Station Lines: run each zone for 5 minutes and learn flow for each 30EA20$$ station on every controller Zone T69 Total$ BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: BIDDER'S INFORMATION AND CERTIFICATION Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Designation of Subcontractors form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor’s registration number is indicated below. Subcontractors’ registration numbers are indicated on the Designation of Subcontractors form. CERTIFICATION OF WORKER’S COMPENSATION INSURANCE By my signature hereunder, as the Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract. STATEMENT OF CONVICTIONS By my signature hereunder, I hereby swear, under penalty of perjury, that no more than one final, unappealable finding of contempt of court by a Federal Court has been issued against Bidder within the past two years because of failure to comply with an order of a Federal Court or to comply with an order of the National Labor Relations Board. CERTIFICATION OF NON-DISCRIMINATION By my signature hereunder, as the Contractor, I certify that there will be no discrimination in employment with regard to race, color, religion, gender, sexual orientation, age or national origin; that all federal, state, and local directives and executive orders regarding non-discrimination in employment will be complied with; and that the principal of equal opportunity in employment will be demonstrated positively and aggressively. CERTIFICATION OF NON-DISQUALIFICATION By my signature hereunder, as the Contractor, I swear, under penalty of perjury, that the below indicated Bidder, any officer of Bidder, or any employee of Bidder who has a proprietary interest in such Bidder, has never been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or safety regulation, except as indicated on the separate sheet attached hereto entitled “Previous Disqualifications.” If a statement of “Previous Disqualifications” is attached, please explain the circumstances. CERTIFICATION OF ADEQUACY OF CONTRACT AMOUNT By my signature hereunder, as the Contractor, pursuant to Labor Code Section 2810(a), I certify that, if awarded the Contract based on the undersigned’s Bid, the Contract will include funds sufficient to allow the Contractor to comply with all applicable local, state, and federal laws or regulations governing the labor or services to be provided. I understand that Owner will be relying on this certification if it awards the Contract to the undersigned. Bidder's Name: __________________________________________________________________________ Business Address: _______________________________________________________________________ Telephone No.: _________________________________________________________________________ State CONTRACTOR's License No. & Class: ____________________________________________________ DIR No.: _______________________________________________________________________________ Original Date: _________________________________ Expiration Date: ____________________________ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _________ day of _____ 20___. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Legal Name of Bidder _________________________________________________________ Address _______________________ ___________________ Telephone Number Federal Tax I.D. No. BIDDER’S QUESTIONNAIRE Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1. Submitted by: ___________________________ Telephone: ____________________________________________ Principal Office Address: ___________________________________________________________________________ 2. Type of Firm: C Corporation S Corporation Individual/Sole Proprietor or Single –Member LLC Partnership Limited Liability Company “C” C-Corp Limited Liability Company “S” S-Corp Limited Liability Company “P” Partnership Other ________________________________________________________________________________ 3a. If a corporation, answer these questions: Date of Incorporation: _______________State of Incorporation: ____________________________________________ President’s Name: _________________________________________________________________________________ Vice-President’s Name: _____________________________________________________________________________ Secretary or Clerk’s Name: __________________________________________________________________________ Treasurer’s Name: _________________________________________________________________________________ 3b. If a partnership, answer these questions: Date of organization: _____________________State Organized in: _________________________________________ Name of all partners holding more than a 10% interest: ___________________________________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ Designate which are General or Managing Partners. BIDDER’S QUESTIONNAIRE (cont’d) Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 4. Name of person holding CONTRACTOR’s license: ___________________________________________________ License number: __________ Class: __________Expiration Date: _____________________________________ D.I.R. Registration # _______________ 5. CONTRACTOR’s Representative: _________________________________________________________________ Title: _______________________________________________________________________________________ Alternate: ___________________________________________________________________________________ Title: _______________________________________________________________________________________ 6. List the major construction projects your organization has in progress as of this date: A. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ B. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ C. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ 7. Safety Experience. The following statements as to the Bidder’s safety experience are submitted with the Bid, as part thereof, and the Bidder guarantees the truthfulness and accuracy of all information. 1. List Bidder’s interstate Experience Modification Rate for the last three years. \[202__\] _____ \[202__\] _____ \[202__\] _____ 2. Use Bidder’s last year's Cal/OSHA 300/301 log to fill in the following number of injuries and illnesses: a. Number of lost workday cases _______________ b. Number of medical treatment cases _______________ c. Number of fatalities _______________ 3. Employee hours worked last year _______________ 4. State the name of Bidder’s safety engineer/manager: Attach a resume or outline of this individual's safety and health qualifications and experience. CERTIFICATION OF NON-SEGREGATED FACILITIES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor – 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 – Friday, February 16, 1968 – p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 ½ of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. A dd addt. sheets if needed. SubcontractorDIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No’s:Description of Work License No.Exp. Date: / /Phone ( ) SubcontractorDIR Registration No.*Dollar Value of Work Location and Place of Business Bid Schedule Item No’s:Description of Work License No.Exp. Date: / / Phone ( ) SubcontractorDIR RegistrationNo.*Dollar Value of Work 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 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. REFERENCES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different 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: __________________________________________________ ______________________________________________________________________________________ PROPOSAL GUARANTEE BID BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that _____________________________________, as BIDDER, and _______________________________________________as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of___________ dollars ($____________), which is ten percent (10%) of the total amount bid by BIDDER to CITY 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 CITY 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 CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this ______________________ Day of _________________________, 2023. CONTRACTOR: __ Name and Title of Signatory Signature _________________________________ ________________ ________ Legal Name of Bidder _______________________________ __________ ________________ Bidder Address _________ _____________ __________ ___________ Telephone Number Federal Tax I.D. No. SURETY*: ______________________________________ ___________________ Name _____________________________ ____________________________ Phone Number and Email _______________________________________ __________________ Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety signatures must be notarized prior to submittal. BIDDER’S BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier’s check or bidder’s bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words “BID BOND FOR” and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. 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 bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY 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: Irrigation Controller Replacement Project Rebid Bid No. LMD-23-24-01 ________________________________________________________ Bidder’s Signature ________________________________________________________ Contractor/Bidder ________________________________________________________ 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. NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE “BIDDER’S CERTIFICATION” SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON-COLLUSION AFFIDAVIT Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) __________________________________________ being first duly sworn deposes and says that he/she is the _______________________________________ (sole owner, a partner, president, etc.) of __________________________________________________ the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: _________________________________________________ Signature Title _________________________________________________ SECTION D Subcontractor Information SUBCONTRACTORS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.SUBCONTRACTORS. The BIDDER perform not less than 50%percent of the original contract work with the bidder’s own organization. 2.LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1.Each BIDDER must submit with his bid the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.2.Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3.PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non-DBE subcontractors. 4.CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder and Subcontractor is responsible to be in full compliance with those laws. lf a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. ln accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5.PERFORMANCE OF SUBCONTRACTORS. 5.1.The subcontractors listed by the Contractor in conformance with Section 3-3, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2.The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. SECTION E Awardee Sample Forms SAMPLE AGREEMENT CON-9 Council Approval Date: _____________ Agenda Item: _____________ Contract Amount: _____________ PUBLIC WORKS PROJECT AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND <CONTRACTOR NAME> FOR <FULL PROJECT NAME> <PHASE NUMBER AND PHASE DESCRIPTION (AS APPLICABLE)> <CITY BID NO. (AS APPLICABLE) OR CITY PROJECT NO. (ONLY IF BID No. is N/A)> <FEDERAL PROJECT/ID NUMBER (AS APPLICABLE)> <BRIEF DESCRIPTION OF SERVICES> THIS PUBLIC WORKS PROJECT AGREEMENT (“Agreement”) is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation (“CITY”) and (“CONTRACTOR”), License Number . The Parties agree as follows: 1.SCOPE OF WORK. See Scope of Work attached asExhibit________. 2.COMPENSATION FOR WORK. CONTRACTOR’s total compensation for the Work performed under this Agreement (Contract Sum) is $____________________ , to be paid as (check one): lump sum; lump sum with progress payments; per attached Exhibit(s) __________, up to a guaranteed not-to-exceed amount of __________________________. All payments (check one): shall shall not be subject to a five percent retention. CONTRACTOR’s hourly rates are listed in attached Exhibit(s) ___________. In the event payments to CONTRACTOR equal the “not to exceed” amount, and absent a written modification to this Agreement signed by CITY, CONTRACTOR shall complete all services required under this Agreement without further compensation or cost reimbursement. 3.SCHEDULE OF PERFORMANCE FOR THE WORK. CONTRACTOR shall commence and complete the Work by the following dates: A.Commencement Date shall be on the date established in the Notice to Proceed. CITY reserves the right to modify or alter the Commencement Date of the Work. B.Substantial Completion Date: Within _________________ working days of Commencement Date. C.Final Completion Date: Within _________________working days of Substantial Completion. 4.LIQUIDATED DAMAGE AMOUNTS. As liquidated damages for delay CONTRACTOR shall pay CITY $______________________for each calendar day that expires after the time specified herein for CONTRACTOR to achieve Substantial Completion of the entire Work, until achieved. As liquidated damages for delay CONTRACTOR shall pay CITY $______________________ for calendar day that expires after the time specified herein for CONTRACTOR to achieve Final Completion of the entire Work, until achieved. 5.SCOPE OF LIQUIDATED DAMAGES. A.CONTRACTOR and CITY agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of such actual damages incurred by CITY because of a delay in completion of all or any part of the Work. CONTRACTOR and CITY agree that specified measures of liquidated damages shall be presumed to be the amount of such damages actually sustained by CITY, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages. B.Liquidated damages for delay shall cover administrative, overhead, interest on bonds, and general loss of public use damages suffered by CITY as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from Defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from CITY (for example, delay claims of other contractors, subcontractors, tenants, or other third- parties), and defense costs thereof. CITY may deduct from any money due or to become due to CONTRACTOR subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then-accrued liquidated damages. 6.TERMS AND CONDITIONS. A.CONTRACTOR shall perform theWork in accordance with the terms and conditions of this Agreement and the following attachments (together, Contract Documents): General Conditions Insurance Faithful Performance Bond (if applicable) Labor and Materials Payment Bond (if applicable) Exhibit(s) B.The Contract Documents are the sole and exclusive provisions that govern the Work described herein. Any provision contained in any purchase order issued in connection with this Agreement or the Work described herein shall be null and void and shallhave no force or effect. Project name must appear on all invoices and correspondence. Send invoices in duplicate immediately upon performance of Work ordered hereon to: City of Santa Clarita –Accounts Payable 23920 Valencia Blvd. Santa Clarita, CA 91355 (SIGNATURES ON NEXT PAGE) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of . FOR CONTRACTOR: By: ____________________________________ By: _________________________________ Name:__________________________________ Name: ________________________________ Its:_____________________________________ Its: __________________________________ Title (If Corporation: Chairman, President or Vice President) Title (If Corporation: Chairman, President or Vice President) Date:___________________________________ Date: ________________________________ FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: ____________________________________ City Manager Date:___________________________________ APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: ____________________________________ City Attorney Date:___________________________________ GENERAL CONDITIONS 1.ARTICLE 1: TERMS OF PERFORMANCE A.PUBLIC WORKS PROJECT AGREEMENT (AGREEMENT) FORCE AND EFFECT. The provisions of the Agreement and other Contract Documents, including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner, constitute the entire agreement between the CONTRACTOR and CITY regarding the Work described herein. No representation, term or covenant not expressly specified in the Contract Documents shall, whether oral or written, be a part of this agreement. The Agreement and other Contract Documents shall govern the Work described herein (whenever performed), and shall supersede all other purchase orders and agreements between CONTRACTOR and CITY, and any proposal, with respect to the Work described herein. B.NO MODIFICATION OR WAIVER. The Contract Documents may not be modified, nor may compliance with any of its terms be waived, except by written instrument executed and approved by fully authorized representatives of CITY and CONTRACTOR. Contract Documents headings are for convenience only and do not affect the construction of the Contract Documents. C.PERFORMANCE OF WORK/NO ASSIGNMENT. Time is of the essence in the performance of the Work. CONTRACTOR will perform the Work in a skillful and workmanlike manner; comply fully with criteria established by CITY, and with applicable laws, codes, and all applicable industry standards. CONTRACTOR shall maintain its work area in a clean and sanitary condition, clear debris and trash at the end of each work day, and shall not damage or disrupt any property unless specifically part of the scope of the Agreement. CONTRACTOR shall not contract any portion of the Work or otherwise assign the Agreement without prior written approval of CITY, and any assignment without CITY’s prior written approval shall be null and void. (CONTRACTOR shall remain responsible for compliance with all terms of the Contract Documents, regardless of the terms of any such assignment.) The CONTRACTOR shall permit CITY (or its designees) access to the work area, CONTRACTOR’s shop, or any other facility, to permit inspection of the Work at all times during construction and/or manufacture and fabrication. The granting of any progress payment, and any inspections, reviews, approvals or oral statements by any CITY representative, or certification by any governmental entity, shall in no way limit CONTRACTOR’s obligations under the Contract Documents. Either party’s waiver of any breach, or the omission or failure of either party, at any time, to enforce any right reserved to it, or to require strict performance of any provision of the Contract Documents, shall not be a waiver of any other right to which any partyis entitled, and shall not in any way affect, limit, modify or waive that party’s right thereafter to enforce or compel strict compliance with every provision hereof. CITY shall have, at all times, set-off rights with respect to any payment and CONTRACTOR’s failure to perform the terms of the Contract Documents. 2.ARTICLE 2: LEGAL AND MISCELLANEOUS A.RECORDS AND PAYMENT REQUESTS. CONTRACTOR shall submit all billings with all necessary invoices or other appropriate evidence of proper performance, after whichCITY shall make payment within thirty (30) days. Upon CITY’s written request, CONTRACTOR shall make available to CITY, its authorized agents, officers, or employees, any and all ledgers, books of accounts, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to the Work or the expenditures and disbursement charged to CITY, and all correspondence, internal memoranda, calculations, books and accounts, records documenting its Work under the Agreement, and invoices, payrolls, timecards, records and all other data related to matters covered by the Agreement. CONTRACTOR shall furnish to CITY, its authorized agents, officers, or employees, such other evidence or information as CITY may require with regard to the Work or any such expenditure or disbursement charged by CONTRACTOR. CONTRACTOR shall maintain all such documents and records prepared by or furnished to CONTRACTOR during the course of performing the Work for at least five years following completion of the Work, except that all such items pertaining to hazardous materials shall be maintained for at least thirty (30) years. CONTRACTOR shall permit CITY to audit, examine and make copies, excerpts and transcripts from such records. The State of California or any federal agency having an interest in the subject of the Agreement shall have the same rights conferred to CITY by this section. Such rights shall be specifically enforceable. B.INDEPENDENT CONTRACTOR. CONTRACTOR is an independent CONTRACTOR and does not act as CITY’s agent in any capacity, whatsoever. CONTRACTOR is not entitled to any benefits that CITY provides to CITY employees including, without limitation, insurance, worker’s compensation benefits or payments, pension benefits, health benefits or insurance benefits. Terms within the Contract Documents regarding directives apply to and concern the result of the CONTRACTOR’s provision of Work not the means, methods, or scheduling of the CONTRACTOR’s Work. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures with respect to its provision of Work under the Contract Documents. CONTRACTOR shall pay all payroll taxes imposed by any governmental entity and will pay all other federal, state, or local taxes not specifically identified in the Contract Documents as CITY’s responsibility. C.INDEMNITY/LIABILITY. CONTRACTOR shall defend, indemnify, and save harmless, to the fullest extent permitted by law, CITY and each of its council members, officers, directors, representatives, agents, employees, and volunteers (CITY Indemnities), against all claims, suits, actions, loss, cost, damage, expense, and liability arising from or related to bodily injury to or death of any person or damage to any property, or resulting from any breach and/or CONTRACTOR’s negligence in performing the Work pursuant to the Contract Documents. Notwithstanding any provision of the Contract Documents, CITY shall not be liable to CONTRACTOR or anyone claiming under it, in contract or tort, for any special,consequential, indirect or incidental damages arising out of or in connection with the Contract Documents or the Work. CITY’s rights and remedies, whether under the Agreement or other applicable law, shall be cumulative and not subject to limitation. CONTRACTOR’s obligations to defend, indemnify, and save harmless CITY Indemnities are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained within this Agreement. CONTRACTOR’s responsibility for such defense andindemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. D.DEFECTIVE WORK; WARRANTIES. CONTRACTOR warrants that all construction services shall be performed in accordance with generally accepted professional standards of good and sound construction practices, all Contract Documents requirements, and all laws, codes, standards, licenses, and permits. CONTRACTOR warrants that all materials and equipment shall be new, of suitable grade oftheir respective kinds for their intended uses, and free from defects. CONTRACTOR hereby grants to CITY for a period of one year following the date of completion its unconditional warranty of the quality and adequacy of all of the Work including, withoutlimitation, all labor, materials and equipment provided by CONTRACTOR and its Subcontractors of all tiers. If either prior to completion of the Work, or within one year after completion, any Work (completed or incomplete) is found to violate any of the foregoing warranties (Defective Work), CONTRACTOR shall promptly, without cost to CITY and in accordance with CITY’s written instructions, correct, remove and replace the Defective Work with conforming Work, and correct, remove and replace any damage to other Work or other property resulting therefrom. If CONTRACTOR fails to do so, CONTRACTOR shall pay all of CITY’s resulting claims, costs, losses and damages. Where CONTRACTOR fails to correct Defective Work, or defects are discovered outside the correction period, CITY shall have all rights and remedies granted by law. E.COMPLIANCE WITH LAWS; CONFLICT OF INTERESTS. CONTRACTOR agrees to comply with all applicable federal and state laws, regulations and policies, as amended, including those regarding discrimination, unfair labor practices, anti-kick-back, collusion, and the provisions of the Americans with Disability Act. CONTRACTOR, its officer, partners, associates, agents, and employees, shall not make, participate in making, or in any way attempt to use the position afforded them by the Contract Documents to influence any governmental decision in which he or she knows or has reason to know that he or she has a financial interest under applicable state, federal and local conflict of interest regulations. CONTRACTOR warrants that no person or agency has been employed or retained to solicit or obtain the Agreement upon an agreement or understanding for a contingent fee, except a bona fide employee or agency. CONTRACTOR shall not engage in unlawful employment discrimination including, but not limited to, discrimination based upon a person’s race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship, sexual orientation, or sexual identity as prohibited by state or federal law. F.TERMINATION; SUSPENSION; DISPUTES. CITY may direct CONTRACTOR to terminate, suspend, delay, interrupt or accelerate Work, in whole or in part, for such periods of time as CITY may determine in its sole discretion. CITY will issue such directives in writing, and may do so, in whole or in part, for its convenience or due to CONTRACTOR’s fault. CITY will compensate CONTRACTOR for extra costs resulting from such directives only to the extent that CITY issues such directives for its convenience and not due to CONTRACTOR’s fault (but CITY shall not compensate CONTRACTOR for costs, profit or overhead anticipated to be earned or incurred on Work terminated for CITY’s convenience). CONTRACTOR shall continue its Work throughout the course of any dispute, and CONTRACTOR’s failure to continue Work during a dispute shall be a material breach of the Contract Documents. All claims by CONTRACTOR against CITY shall be submitted in writing to CITY, and shall be governed by Public Contract Code Sections 9204 and 20104 –20104.6, after which time the one-year time period in Government Code Section 911.2 shall be, pursuant to Government Code Section 930.2, reduced to 90 days. Should CONTRACTOR be terminated for default, and such termination is subsequently determined to be wrongful, such termination will be converted to a termination for convenience as provided herein. G.EXECUTION; VENUE; LIMITATIONS. The Agreement shall be deemed to have been executed in the City of Santa Clarita, California. Enforcement of the Contract Documents shall be governed by the laws of the State of California, excluding its conflict of laws rules. Except as expressly provided in the Contract Documents, nothing in the Contract Documents shall operate to confer rights or benefits on persons or entities not party to the Agreement. As between the parties to the Agreement, any applicable statute of limitations for any act or failure to act shall commence to run on the date of CITY’s issuance of the final Certificate for Payment, or termination of the Contract Documents, whichever is earlier, except for latent defects, for which the statute of limitation shall begin running upon discovery of the defect and its cause. H.EMPLOYEE WAGES; RECORDS; APPRENTICES. CONTRACTOR shall pay prevailing wages to its employees on any contract in excess of $1,000.00. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at CITY’s Public Works Department and may be obtained from the California Department of Industrial Relations website \[http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm\]. CONTRACTOR shall comply with the 8-hours per day/40 hours per week/overtime/working hours restrictions for all employees, pursuant to the California Labor Code. CONTRACTOR and all subcontractors shall keep and maintain accurate employee payroll records for Work performed under the Agreement. The payroll records shall be certified and submitted as required by law, including Labor Code Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no less frequently than monthly. CONTRACTOR shall comply fully with Labor Code Section 1777.5 in the hiring of apprentices for work relating to the Agreement. If the Agreement exceeds $2,000 and is funded with federal funds, then CONTRACTOR shall pay federal Davis Bacon wages and comply with applicable federal requirements. I.MANDATORY CONTRACTOR AND SUBCONTRACTOR REGISTRATION. Pursuant to Labor Code Section 1771(a), CONTRACTOR represents that it and all of its Subcontractors are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR covenants that any additional or substitute Subcontractors will be similarly registered and qualified. J.WORKER’S COMPENSATION. Pursuant to Labor Code Sections 1860 and 1861, in accordance with the provisions of Section 3700 of the Labor Code, every contractor will be required to secure the payment of compensation to his employees. CONTRACTOR represents that it is aware of the provisions of Labor Code Section 3700 that require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and CONTRACTOR shall comply with such provisions before commencing the performance of the Work. K.FAITHFUL PERFORMANCE BOND; LABOR AND MATERIALS PAYMENT BOND; SECURITIESIN LIEU OF RETENTION ESCROW ACCOUNT. i.If Contract Sum under the Agreement exceeds (or is expected to exceed) Enter Dollar Amount (ex. $25,000), CONTRACTOR shall provide a faithful performance bond in form attached and a construction labor and material payment bond, in accordance with Civil Code Section 9550. CONTRACTOR may not substitute cash in lieu of the required bond(s). ii.If the Agreement specifies performance retention, CONTRACTOR may elect to substitute securities or direct payment to an escrow account, pursuant to Public Contract Code Section 22300 (incorporated herein by this reference). L.EARTHWORK AND UNDERGROUND FACILITIES. If the Work involves digging trenches or other excavations that extend deeper than four feet below the surface, CONTRACTOR shall notify CITY in writing of any material that CONTRACTOR believes may be hazardous waste that is required to be removed in accordance law, subsurface or latent physical conditions at the site differing from those indicated by information about the site made available to bidders prior to the deadline for submitting bids, or unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents, pursuant to Section 7104 of the Public Contract Code. For any Work involving trench shoring that costs in excess of $25,000, CONTRACTOR shall submit and CITY (or a registered civil or structural engineer employed by CITY) must accept, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches, pursuant to Labor Code Section 6705. If such plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. Consistent with Government Code Section 4215, as between CITY and CONTRACTOR, CITY will be responsible for the timely removal, relocation, or protection of existing main or trunk line utility facilities located on the Site only if such utilities are not identified in the Contract Documents or information made available for bidding. M.PUBLIC RECORDS ACT. CONTRACTOR is aware that this Agreement and any documents provided to CITY may be subject to the California Public Records Act and may be disclosed to members of the public upon request. It is the responsibility of the CONTRACTOR to clearly identify information in those documents it considers to be confidential under the California Public Records Act. To the extent that CITY agrees with that designation, such information will be held in confidence whenever possible. All other information will be considered public. N.CLAIMS. i.Should any clarification, determination, action or inaction by CITY, Work, or any other event, in the opinion of CONTRACTOR, exceed the requirements of or not comply with Contract Documents, or otherwise result in CONTRACTOR seeking additional compensation in time or money or damages for any reason (collectively "Disputed Work"), then CONTRACTOR and CITY will make good faith attempts to resolve informally any and all such issues, claims and/or disputes. Before commencing the Disputed Work, or within seven Days after CONTRACTOR's first knowledge of the Disputed Work, whichever is earlier, CONTRACTOR shall file a written notice and cost proposal for the Disputed Work with CITY stating clearly and in detail its objection and reasons for contending the Work or interpretation is outside the requirements of Project Documents. If a written notice and cost proposal for Disputed Work is not issued within this time period, or if CONTRACTOR proceeds with the Disputed Work without first having given the notice required by this paragraph, CONTRACTOR shall waive its rights to further claim on the specific issue. ii.CITY will review CONTRACTOR's timely notice and cost proposal for Disputed Work and provide a decision. If, after receiving the decision, CONTRACTOR disagrees with it or still considers the Work required of it to be outside of the requirements of Project Documents, it shall so notify CITY, in writing, within seven Days after receiving the decision, by submitting a notice of potential claim, stating that a formal claim will be issued. Within 30 Days of receiving the decision, CONTRACTOR shall submit its claim in the form specified herein and all arguments, justification, cost or estimates, schedule analysis, and detailed documentation supporting its position. CONTRACTOR's failure to furnish notification within seven Days and all justifying documentation within 30 Days will result in CONTRACTOR waiving its right to the subject claim. iii.Claim Format. CONTRACTOR shall submit the claim justification in the following format: 1.Cover letter and certification; 2.Summary of claim, including underlying facts, entitlement, schedule analysis, quantum calculations, Project provisions supporting relief; 3.List of documents relating to claim including Specifications, Drawings/Plans clarifications/requests for information, schedules, notices of delay, cost calculations and any others; 4.Chronology of events and correspondence: 5.Analysis of claim merit; 6.Analysis of claim cost; and 7.Attach supporting documents referenced in paragraph 2.14,C.1(c), above. iv.Required Provisions on Contract Claim Resolution 1.Public Contract Code Section 9204 specifies provisions on resolving contract claims of any size, and Public Contract Code Section 201014, et seq., specifies required provisions onresolving contract claims less than $375,000. Those statutes constitute a part of this Contract. In the event any other Contract provision violates such statutes, the applicable statute controls. O.FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONTRACTOR shall not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond the control and without the fault or negligence of CONTRACTOR, including without limitation failure to reasonably mitigate any adverse impacts (Force Majeure). Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes, lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes or regulations enacted or imposed after the fact (together, “force majeure events”). (END OFGENERAL CONDITIONS) INSURANCE 1.Commercial General Liability Insurance, written on an “occurrence” basis, which shall provide coverage for bodily injury, death and property damage resulting from operations, liability for slander, false arrest and invasionof privacy, blanket contractual liability, broad form endorsement, and completed operations, personal and advertising liability, with limits of not less than $2,000,000 general aggregate and $1,000,000 each occurrence, subject to a deductible of not more than $100,000 payable by CONTRACTOR. 2.Business Automobile Liability Insurance with limits not less than $1,000,000 each occurrence including coverage for owned, non-owned and hired vehicles, subject to a deductible of not more than $10,000 payable by CONTRACTOR. 3.Workers’ Compensation Employers’ Liability limits not less than$1,000,000 each accident, $1,000,000 per disease and $1,000,000 aggregate. CONTRACTOR’s Workers’ Compensation Insurance policy shall contain a Waiver of Subrogation against City of Santa Clarita, its council members, officers, directors, officials, agents, employees and volunteers. In the event CONTRACTOR is self-insured, it shall furnish Certificate of Permission to Self-Insure signed by Department of Industrial Relations Administration of Self-Insurance, State of California. 4.Builder’s Risk Insurance including, without limitation, coverage against loss or damage to the Work by fire, lightening, wind, hail, aircraft, riot, vehicle damage, explosion, smoke, falling objects, vandalism, malicious mischief, collapse, and other such hazards as are normally covered by such coverage. Such insurance shall be in amount equal to the replacement cost (without deduction for depreciation and subject to stipulated value in lieu of average clause) of all construction constituting any part of the Work, excluding the cost of excavations, of grading and filling of the land, and except that such insurance may be subject to deductible clauses not to exceed $25,000 for any one loss. Such insurance will not cover loss or damage to CONTRACTOR’s equipment, scaffolding or other materials not to be consumed in the construction of the Work. The insurer shall waive all rights of subrogation against CITY. 5.Any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY Indemnities as Additional Insureds. The requirements for coverage and limits shall be the greater of either the minimum coverage and limits specified in this Agreement or the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured. 6.Insurance policies shall contain an endorsement containing the following terms: A.CITY Indemnities shall be named as Additional Insureds, but only with respect to liability arising out of the activities of the named insured, and there shall be a waiver of subrogation as to each named and Additional Insured. CONTRACTOR agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. B.The policies shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company’s liability. C.Written notice of cancellation, non-renewal or of any material change in the policies shall be mailed to City of Santa Clarita thirty (30) days in advance of the effective date thereof. D.CONTRACTOR insurance shall be primary insurance as to CITY and no other insurance or self-insured retention carried or held by any named or Additional Insureds other than CONTRACTOR shall be called upon to contribute to a loss covered by insurance for the named insured. E.Certificates of Insurance and Endorsements shall have clearly typed thereon the Project Name, shall clearly describe the coverage and shall contain a provision requiring the mailing of written notices of cancellation described in clause 6.03 above. CONTRACTOR shall furnish CITY with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by CITY before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the CONTRACTOR’s obligation to provide them. CITY reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 7.All policies of insurance shall be placed with insurers acceptable to CITY. The insurance underwriter(s) must be duly licensed to do business in the State of California and (other than for workers’ compensation) must have an A. M. Best Company rating of at least A:VII or better. Required minimum amounts of insurance may be increased should conditions of Work, in the opinion of CITY, warrant such increase. CONTRACTOR shall increaserequired insurance amounts upon direction by CITY. 8.The insurance coverage limits may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of CITY and Additional Insureds, to the extent required by this Agreement, before CITY’s insurance or self-insurance may be called upon to protect CITY as a named insured. 9.All self-insured retentions (SIR) must be disclosed to CITY for approval and shall not reduce the limits of liability coverage. Policies containing and SIR provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named Contractor/named insured or CITY. 10.CONTRACTOR agrees to include with all subcontractors in their subcontracts the same requirements and provisions of this Agreement that is required of CONTRACTOR including, without limitation, the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor’s work. Subcontractors hired by CONTRACTOR shall agree to be bound to CONTRACTOR and CITY in the same manner and to the same extent as CONTRACTOR is bound to CITY under this Contract and its accompanying documents. Subcontractors shall further agree to include these same provisions with any lower tier subcontractors. A copy of the indemnity and insurance provisions of this Agreement will be furnished to the Subcontractor upon request. CONTRACTOR shall require all subcontractors to provide a valid Certificate of Insurance and the required endorsements included in the subcontract agreement, and will provide proof of compliance to CITY prior to commencement of any work by the subcontractor. 11.Special Risks or Circumstances: CITY reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. (END OF INSURANCE) LABOR AND MATERIALS BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of _____________________________________, 2023. CONTRACTOR: __ Name and Title of Signatory Signature _________________________________ ________________ ________ Legal Name of Bidder _______________________________ __________ ________________ Bidder Address _________ _____________ __________ ___________ Telephone Number Federal Tax I.D. No. SURETY*: ______________________________________ ___________________ Name _____________________________ ____________________________ Phone Number and Email _______________________________________ __________________ Address Contractor and Surety signatures must be notarized prior to submittal. Fringe Benefit Statement Contract/Proposal No:Project Name:Date: INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications bemade. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND ORPROGRAMS LISTED ABOVE (Contractor/Subcontractor)By (Name and Title)eSignature City of Santa Clarita Form HC-50 FBS SECTION F Scope of Work SCOPE OF WORK Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.BACKGROUND The City of Santa Clarita (City) currently maintains sixty (60) Landscape Maintenance District (LMD) Zones throughout the City of Santa Clarita. The LMD is soliciting sealed bids from qualified companies for the installation of twenty-one (21) WeatherTrak controllers within the City of Santa Clarita LMD Zones T67 (Miramontes), and T69 (West Hills). Twenty of the controllers are for LMD Zone T69 (West Hills) which was transferred to the City from Los Angeles County with Calsense controllers in place. This project’s primary purpose is to update this zone by installing WeatherTRAK controllers in the existing enclosures so they will be part of the LMD irrigation network. In addition, there is one additional controller that has not been updated which will also have their existing controller replaced with WeatherTRAK. 2.OBJECTIVES 2.1Successful certified installation, programming, and flow commissioning of twenty-one (21) City purchased WeatherTRAK controller retrofit kits with little to no significant negative impact to the surrounding landscape or disruption to the existing landscape contractor’s operations. 2.2Removal and informal packaging of existing controller equipment in re-usable condition delivered to 25663 Avenue Stanford, Santa Clarita, CA 91355, (Public Works Yard) in area designated by LMD Staff. 3.RESPONSIBILITIES 3.1Contractor is responsible for furnishing all labor, equipment and incidental materials (aside from those provided with the controller retrofit kits purchased by the City) to successfully complete installation, programming, and flow commissioning of twenty-one (21) City purchased WeatherTRAK Pro3 controller retrofit kits with little to no significant negative impact to the surrounding landscape or disruption to the existing landscape contractor’s operations. 3.2Contractor is responsible for all labor, materials (other than the controller retrofit kits purchased by the City of Santa Clarita), equipment, tools, other incidentals for the successful installation of the irrigation controllers that are a part of this project. 3.3Contractor is responsible to provide certified WeatherTRAK installation personnel which are also HydroPoint Level 3 certified and provide copies of certificates with submission of proposal. 3.4Contractor is responsible for ensuring all installations must be certified by the HydroPoint distributor. Site One, TJ Raden, TRaden@siteone.com, (909)261-8184. 3.5Contractor is responsible for obtaining all required permits. 3.6Contractor is responsible for conducting work during Monday through Friday from 7:00am to 4:30pm. Any work outside these hours must be approved in writing by the City LMD Staff. 3.7Contractor is responsible for receipt, delivery, and storage of materials. No storage will be provided by the City once the City purchased controllers have been delivered to the contractor. 3.8Contractor is responsible to install the controllers in the existing enclosures depicted in the inventory list shown in Attachment A and as shown on the maps of the various areas shown in Attachment B. The exception to this is at The Cube a WeatherTRAK Pro3 controller with enclosure will be provided for installation at that site 3.9Contractor is responsible for bringing to code all electrical installations, sleeves, wiring, and GFI outlets. 3.10Contractor is responsible to use UL Listed flexible conduit as needed for all electrical connections between the irrigation controller, GFI, and the main (house) electrical power. 3.11Contractor is responsible for locating the electrical breakers or shut off in order to safely remove/install existing and new units. 3.12Contractor is responsible to protect the main power supply for all hard-wired controllers (no GFCI present) with a Leviton 7299-NA ground fault circuit interrupting module (or equivalent) with on/off switch installed. (Attachment C) 3.13Contractor is responsible to use Paige Irrigation 14AWG direct burial golf course sprinkler wire or equivalent for all remote-control valve wires and common wires. (Attachment D) 3.14Contractor is responsible to use Brady pre-printed wire marker books or equivalent. (Attachment E) 3.15Contractor is responsible to use UL Listed, schedule 80, rigid, non-metallic PVC conduit for all wire sleeves incoming and outgoing of the controller enclosure. 3.16Contractor is responsible to ensure conduit diameter shall be one half inch larger than the size of wire bundle as to accommodate additional wire pulls. 3.17 Contractor is responsible to enclose all splices sub grade in a RainBird round series valve box or equivalent. (Attachment F) 3.18Contractor is responsible to ensure all remote-control valve wires and common wires that require splicing are properly spliced and protected with waterproof direct burial wire connectors. 3M direct burial splice kits are required, NO SUBSTITUTES. (Attachment G) 3.19Contractor is responsible for identifying all existing remote-control valve wiring and tagging each wire individually with electrical numbering tape based on existing hot stamped valve box labels where available to ensure proper re-installation and programming reference. Contractor shall use Brady pre-printed wire marker books or equivalent. (Attachment E) 3.20Contractor is responsible to receive WeatherTRAK acceptance/certification of installation of all controllers before City LMD Staff acceptance of completion of project and final payment processed. 3.21Contractor is responsible to conduct any necessary trenching and potholing using hand excavation with shovels, picks, or any other manually operated digging device. Power excavators or power trenchers are not to be used. Backfill material to be manually compacted using manual tamping-type equipment. 3.22Contractor is responsible for removing any excess material that needs to be disposed of in a responsible manner offsite and keeping all work areas in a clean, safe, state throughout the project. 3.23Contractor is responsible for not hindering the public right of way in such a manner as to restrict or prevent passage of pedestrian traffic. Public safety (delineation) is the responsibility of the contractor until scope of work has been accepted by City LMD Staff. 3.24Contractor is responsible for ensuring all controllers to be added to the existing WeatherTRAK, City of Santa Clarita master account and shall be categorized by Landscape Maintenance District Zones. Controllers and stations to be named per LMD standards. Prior authorization from City LMD Staff required. 3.25Contractor is responsible to ensure a quick reference guide is included in each enclosure for easy reference. 3.26Contractor is responsible for conducting installation and programming of controllers in the manner outlined in the WeatherTRAK Controller Installation and Programming instructions in Attachment H and the Installation & Program settings worksheet Attachment I. The Device Magic Forms App may be used as an alternate to the worksheet if used as described and as recommended by WeatherTRAK in Attachment J. 3.27Contractor is responsible for providing flow commissioning as outlined in the WeatherTRAK documentation provided in Attachment K where flow sensors are present. If sensors are not present or not in working condition for any reason, City LMD Staff will be notified and a change order will be considered for installation/repairs. 3.28Contractor is responsible for providing any change orders via written and approved directive only. 3.29Contractor is responsible for providing a detailed written schedule to be submitted for approval prior to start and updated as requested during the project. Schedule must be approved prior to start of project. 3.30Contractor is responsible for providing a weekly update on the progress of the project updating the progress of the schedule provided. This may be conducted as an in person or on- line meeting. 4.DUE DATE 4.1 Project must be completed by 60 consecutive working days of agreed upon start date. ATTACHMENTS Attachments A-K WEATHERTRAK PRODUCT GT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-48 18SS Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-12 SSE Retro Sat AssyGT HYDP WTPRO3-48 SSE Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-42 18SS Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-42 18SS Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-24 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat Assy TATIONS 243648241248244224363636424236423636244242 S AX UPDATED # M OF 0442111341 24324824124824402432323240403240323224404021 CURRENT # OF MAX STATIONS FY 22/23 ATTACHMENT A City of Santa Clarita LMD Total Top EntryTop EntryTop EntryTop EntryTop EntryTop EntryTop EntryTop Entry 24 Station TE36 Station TE42 Station TE48 Station TE 12 Station TE Double Top Entry ENCLOSURE TYPE 12 Station FL/WM24 Station FL/WM36 Station FL/WM42 Station FL/WM48 Station FL/WM WeatherTrak Irrigation Controller Replacement Inventory New (WeatherTRAK) Front Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall Mount 0442111341 21 TOTALS ADDRESS Controller G - 28468 Incline#1 Alta Vista#30B Bellows#31 28921 West Hills Dr#34 29015 West Hills Dr#39 29015 West Hills Dr#41 West Hills Dr#49 24083 Copper Hill#51 24199 Copper Hill#57 28809 West Hills Dr#59 24351 Copper Hill#60 24351 Copper Hill#63 Copper Hill Alta Vista#12 28323 Blacksmith#14 28326 Steel Ln#16 28424 Steel Ln#20A 28938 Hearth Ct#20B 24938 Hearth Ct#25 28662 Iron Village#28 24924 Shadow Ridge#6 28148 Anvil Ct T67T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69 ZONE Total 24 Station TE32 Station TE40 Station TE48 Station TE 12 Station TE #1123456789 1011121314151617181920 12 Station FL/WM24 Station FL/WM32 Station FL/WM40 Station FL/WM48 Station FL/WM Existing (Calsense) Double Top Mount Cabinet Example Existing Front Load Cabinet Examples Open " d d 7 x 10" ATTACHMENT A x .5" w w 9 5" x 5.5" w 1 x 18. 1" h x 1 s h i abinet 1.5" h C ox 36" 3 s B is i oad L abinet FrontIneteriorCabinetC ase ase b b 8" from 0.5" from 3 3 s i Existing Top Mount Cabinet Examples 13" 14" pen) is x abinet xlosed) o c C 5" lid id 26" 13" ( 10. (l is is ount x abinet 10 M 5" C abinet abinet 10 x abinet c abinet 10. f c - ountf C c f f o o o M o Stats:TopPanel isTopFrontBackDouble ToppanelsTop ATTACHMENT B MAPS ATTACHMENT C ATTACHMENT D ATTACHMENT E ATTACHMENTF ATTACHMENT G HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install WeatherTRAK Controller Installation and Programming Introduction \[CUSTOMER NAME\], (CUSTOMER) has contracted with HydroPoint Professional Services to complete WeatherTRAK controller installations at one or more of their properties. This Scope of Work describes the project details and deliverables to be completed by \[CONTRACTOR COMPANY\], (CONTRACTOR) on behalf of HydroPoint Professional Services. Project Overview and Objectives The objective of this project is to install one or more WeatherTRAK controller(s), ensure the controller is online and connected to WeatherTRAK.net and properly programmed, and then complete a station by station inspection, (“Wet Check”) and provide the CUSTOMER with a detailed reporting of the installation status of the controller, related accessories, and station inspection results at each location. The result of this reporting will be in the format of a Controller Installation Report (CIR). HydroPoint will provide the CIR directly to the CUSTOMER, and will also use the information gathered to confirm the WeatherTRAK controller installations were performed to correctly. Scope of Work Upon acceptance of this project, the CONTRACTOR agrees to complete all aspects of the work described in this scope of work and to verify that all points of information requested are thoroughly and completely submitted via the specified collection tool, and according to the timeline outlined herein. The CONTRACTOR agrees to thoroughly and promptly communicate with the assigned HydroPoint Professional Services Project Manager regarding all aspects of the project. The project deliverables shall be completed for each site and will be verified by HydroPoint Professional Services via the submitted CIR and weathertrak.net. The Site or Sites on which work are to be performed are listed in the work order(s) that will be provided to the CONTRACTOR. Pre-installation The CONTRACTOR shall check-in with the site manager before beginning any work and shall check out with the site manager when work is complete. In some cases, an alternate check-in/out process may be required (this process will be communicated in writing). Any urgent or significant issues found during the installation should be escalated to the site manager and to HydroPoint Project Manager before departing the site AND thoroughly documented in the CIR form (for example: a mainline break). The CONTRACTOR shall review the CUSTOMER’S Safety Standards (where applicable) and ensure compliance with those standards while on site. The CONTRACTOR shall use CIR Form provided and completely answer all questions contained in each section of the form. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 1 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Record Information and Remove Existing Controller Prior to starting the installation, verify that you can access the WeatherTRAK Controller Installation form. This form will be used to by HydroPoint to verify the completion of your project – as such, you will be entering information throughout the project. Complete information in the CIR Form a)Open the WeatherTRAK Controller Installation form. b)Complete the Customer and Installer Information and Site Information sections. c)Open the Controllers section. Add a timestamp, add a controller, complete all questions on the Add a Controller page, and complete the Pre-Installation section. Record information from existing controller. a)Recordstationstarttimes,stationprograms,stationruntimesanddaysoftheweek. b)Conduct Ohm reading to identify NC or shorts prior to retrofit. Note: WeatherTRAK controller will not water zones with No Connects or Shorts. c)Verify active station wire counts and label each station wire with numbered electrical wire labels prior to disconnecting from existing controller. Remove existing controller. a)Disconnect power from the transformer. b)Remove existing controller. c)Cap electrical for units that will not be replaced with a new controller. d)Return each removed unit to on-site contact. Install the WeatherTRAK Controller Install / Mount WeatherTRAK controller per manufacturer’s specifications. Physically ground each controller with the following specifications: a)Use existing ground rod with new #6 bare copper wire b)Install full length grounding rod / plate. Grounding is required unless approved by your project manager to install without grounding. c)If interior installation, attach to a cold-water ground with minimum #6 bare copper wire d)Connect 120v service in junction box to meet local code requirements Do the following when installing the controller: a)Ensure that all 120v service lines are in conduit. b)Securely connect 24v station field wires to station ports. c)Ensure that the conduit for field wires is securely attached to the bottom of the controller cabinet. Seal all holes in the bottom of the controller cabinet to prevent insect and moisture intrusion. Do NOT seal the 4 small weep holes. Install rain sensors according to manufacturer’s specifications. Ensure that: HP.PS.SOW.WTS-INST-CTRLRev. 02192020 2 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install a)Rain sensors are installed in sensible places that will capture rain water effectively without overhead interference and with receivers mounted outside of any metal enclosures. b)Rain sensor wires are connected to the RS port on the controller using instructions for Normally Closed then activate the rain sensor per manufacturer's instructions. Program the Controller Confirm Controller is online by reviewing the Microzone and Subscription Date. The Microzone should NOT read “12345678” and Subscription should NOT read 01/01/2005. Programming stations is best done from the WeatherTRAK Mobile app. Follow the prompts in the app to get started. Programming can also be done from the controller interface. Read the WeatherTRAK Controller User Guide for instructions and more information. All controllers arrive pre-activated so they will be ready for programming.If you are programming from the controller, be sure to leave the controller programming worksheet at the controller. From the mobile app: To complete initial set-up from the mobile app, follow the prompts in the mobile app to complete the set-up and station programming. Ensure the following: a)Complete initial set-up with date, time, time-zone, max active stations and master valve setting. b)Enter desired water day patterns, start times and water windows to meet site needs. c)Program WeatherTRAK controller in Automated Mode by setting each station to Auto and then entering data from Program Worksheets, Sprinkler type, soil type, plant type, sun exposure and slope (precipitation rate and root depth are adjustable for maximum conservation). d)All stations should be named. Leave the programming worksheets inside the controller for future use by site staff or contractors. Test the System Test the system to ensure that all stations are active. Run a valve test and make note of any stations showing shorts or no-connects. Go to the Alerts screen and verify that there are no alerts. If there are Alerts present troubleshoot / modify settings as needed or call contractor support to receive guidance on dealing with the alerts. Verify controller is activated and online. Final Inspection Open the CIR + Wet Check form in the Mobile Forms app. a)Fill out all questions in the Post-Installation Section. b)Complete the Wet Check section by operating each station and documenting each issue found by selecting issue and taking a photo of each issue. This is done for all stations. c)Document any other site issues in the Other Site Conditions section. d)Complete all other sections in the form. e)Submit the CIR + Wet Check form while on site. Call Contractor Support to receive verification of your installation before leaving site. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 3 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Project Schedule All aspects of this project shall be completed no later than \[DATE\]. If the CONTRACTOR is completing site assessments for multiple sites, the CONTRACTOR shall provide the Project Manager their best estimate for the timing of each site installation. Project Administration Work Orders After this scope of work has been signed and accepted by the CONTRACTOR, and prior to the project starting, the Project Manager will issue a work order for each site to be assessed by the CONTRACTOR. The work order shall include specifics for each site, including the number and locations of each site to be assessed, specific timing requirements, and pricing specifics. Any adjustments to the scope of work to be performed, whether initiated by HydroPoint or as a result of site conditions discovered before or during the site assessment, must include an amended or additional work order, as determined by the Project Manager. All adjustments to the scope shall be communicated in writing. Pricing Pricing for this project will be based on the pricing schedule in APPENDIX C and will be specifically called out for each site in the corresponding work order. Any expense above or beyond the pricing detail in the work order must have a request submitted to and approved by the Project Manager. Invoicing Invoices should be sent to apbilling@hydropoint.com; copying the Project Manager. Invoice approval is subject to verification of work completed and HydroPoint’s receipt of a valid SAR. Payment terms are NET30 from date of approval. Invoices must reference the work order for each site when submitted to HydroPoint for payment. Invoices will not be paid unless a work order is referenced for each site on the invoice. Invoices must be submitted within three (3) business days after the conclusion of the project. The CONTRACTOR may opt to submit invoices before a total project is complete, as sites within the project are completed. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 4 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Signatures _______________________________________ Contractor Name _______________________________________ Contractor Title _______________________________________ Company _______________________________________ Signature _______________________________________ Date HP.PS.SOW.WTS-INST-CTRLRev. 02192020 5 INSTALLATION AND PROGRAM SETTINGS WORKSHEET Subscriber InformationDate Installed: Serial Number:Project Name: Subscriber Phone: Name: Subscriber Address:City:State:Zip: End User Information (Skip this section if same as above) End User/ Phone: Location Name: Location Address:City:State:Zip: Installer InformationTotal Hours to Install:Total Hours to Install: Wall Wall Installer Name:Phone:Pedestal MountMount ACE Identification ACE Identification ACE Identification Company:Phone: Number:Number:Number: Address:City:State:State:Zip: Date Activated:Date Activated: WeatherTRAK ET Controller Setup and Schedule Information GPS Coordinates Water Window Water Window Irrigation Start: EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE (Optional):Duration:Duration: Microzone:Water District Number:Water District Number:Water District Number: Backup Max Backup Max Average Signal Strength After 2 Minutes of Testing: LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL ET:ET: Use this chart to confirm that you are saving water with your new Use this chart to confirm that you are saving water with your new WeatherTRAK WeatherTRAK irrigation schedule BEFORE REMOVING CURRENT CONTROLLER, Review One Full Week of the Current ScheduleBEFORE REMOVING CURRENT CONTROLLER, Review One Full Week of the Current Schedule Total Runtime = Station NumberStation Number PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Runtime × # of Cycles × 12334456677891011121-12 Subtotal # of Days Station's Total Runtime: 1313141415161617171819202122232413-24 Subtotal Station's Total Runtime:Station's Total Runtime: MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM 25262627282930313233343536 25-36 Subtotal Station's Total Runtime:Station's Total Runtime:Station's Total Runtime: 3737383839404142434445464748 37-48 Subtotal AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Station's Total Runtime:Station's Total Runtime:Station's Total Runtime: TOTAL For All Stations: 2 Review Week 2 of Your New WeatherTRAK ET Pro Schedule SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS Total Runtime = Station Number Runtime × # of Cycles × 1234567891011121-12 Subtotal # of Days Station's Total Runtime: 13141516171819202122232413-24 Subtotal Station's Total Runtime: 252627282930313233343536 25-36 Subtotal Station's Total Runtime: 373839404142434445464748 37-48 Subtotal Station's Total Runtime: TOTAL For All Stations: WeatherTRAK Customer Service 800.362.8774 • www.weathertrak.com Date Surveyed: WeatherTRAK ET Pro3 Installation & Program Settings Worksheet p i r t Provide a descriptive name for each Station in S y the fields at right. a w k For each category below, place an "X" in the r a box that best describes the station site P f r condition. u T Exampl e Station No. Station Solenoid Ohm value 10 Station Flow (in GPM) 100% Usable Rainfall (None or %) For recommended precipitation measurements, refer to the manufacturer's catalog or the WeatherTRAK precipitation guides (available on the Support page at www.hydropoint.com). For an explanation of the precipitation measurement process, see Appendix C of the Owner's Manual. Sprinkler Type Spray Head(1.70)x Full Circle Rotor(0.50) Part Circle Rotor(1.00) Mixed Rotors (0.75) Full Circle Impact(0.50) (default precip rates) Part Circle Impact(1.00) Mixed Impact(0.75) (default orecip rates) Stream Rotors(0.65) Bubbler(2.55) Drip Emitter(1.50) Stream Spray Head(0.75) EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE High Efficency Spray Head (0.50) Subsurface Drip Tubing (1.00) Sprinkler Type Precipitation: In/Hr Efficiency: Percent LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL Sandy x Soil Type Sandy Loam Loam Clay Loam Soil Type Clay Cool Season Turf x PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Warm Season Turf Combined Turf Annuals Trees Ground Cover Shrubs: High Water Use Plant Type Shrubs: Med Water Use MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM Shrubs: Low Water Use Mixed: High Water Use Mixed: Med Water Use Plant Type Mixed: Low Water UseMixed: Low Water UseMixed: Low Water Use Native Shrubs/Trees AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Native Grasses Custom Plant A Custom Plant B Custom Turf Root Depth: Inches Sunny All Day x Micro SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS Sunny Most of the Day Shady Most of the Day Micro Shady All Day 5’ No/Slight 0-5% Grade x Slope % 100’ 8’ Gentle 6-8% Grade 100’ 12’ Mild 9-12% Grade 100’ 20’ Mod 13-20% Grade Slope % 20+’ 100’ Steep >20% Grade 100’ All Parts of the Slope Loc Top of the Slope Loc Middle of the Slope Bottom of the Slope * See Precip Table of back page for conversion of Precip Rates for Drip Emitters and Bubblers ©2006 HydroPoint Data Systems, Inc. All rights reserved. WTSPW081208 Conversion Precipitation Rate Table for EmittersPrecipitation Rates for Bubbler Zones 1. Determine the width of a single representative plant canopy in feet Determine the width of a single representative plant canopy in feet1. 2. Determine the emitter flow rate per plant. If multiple emitters, Determine the bubbler flow rate per plant. If multiple bubblers, calculate the total GPH 2. calculate the total GPM 3. Precip rate is at the intersection of size column and the flow row3. Precip rate is at the intersection of size column and the flow row 4. Default setting is 1.50 precip and 90% efficiency.4. Default setting is 2.55 precip and 90% efficiency. If not sure what to use, go with 0.50 and 90% efficiency (60% in 5. desert). Typical Shrubs / Young Trees Width of a Single Representative Plant Canopy in FeetWidth of a Single Representative Plant Canopy in feet Flow in GPM Flow in GPH for one for one plantplant 123456234568 0.50 1.020.260.110.060.040.03 0.25 7.663.401.911.230.850.48 1.00 2.040.510.230.130.080.06 0.50 15.326.813.832.451.700.96 1.50 3.060.770.340.190.120.09 1.00 30.6413.627.664.904.903.401.91 2.00 4.091.020.450.260.160.11 1.50 45.9620.4311.497.357.357.355.112.87 3.00 6.131.530.680.380.250.17 2.00 61.2827.2415.329.809.809.806.813.83 4.00 8.172.040.910.510.330.23 3.00 91.9240.8522.9822.9814.7110.215.74 5.00 10.212.551.130.640.410.28 4.00 122.5654.4730.6430.6419.6113.6213.627.66 6.00 12.263.061.360.770.490.34 5.00 153.2068.0938.3038.3024.5117.0217.029.57 8.00 16.344.091.821.020.650.45 6.00 183.8481.7145.9645.9629.4129.4120.4311.49 10.00 20.435.112.271.280.820.57 7.00 214.4895.3253.6253.6234.3234.3223.8313.4013.40 12.00 24.516.132.721.530.980.68 8.00 245.12108.9461.2861.2839.2239.2227.2415.3215.32 Typical Trees Width of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feet Flow in GPM Flow in GPH for one for one plantplant EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE 81012152025101012121215152020202530 14.0 0.450.290.200.130.070.05 0.50.50.5 0.610.610.610.430.430.430.270.270.150.150.150.100.07 16.0 0.510.330.230.150.080.05 1.01.01.0 1.231.231.230.850.850.850.540.540.540.310.310.200.14 18.0 0.570.370.260.160.090.06 2.02.02.0 2.452.451.701.701.091.091.090.610.390.27 20.0 0.640.410.280.180.100.07 3.03.0 3.683.683.682.551.631.631.630.920.590.41 22.0 0.700.450.310.200.110.07 4.04.0 4.904.904.903.403.402.182.181.230.780.54 LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL 24 0.770.490.340.220.120.08 6.06.06.0 7.357.357.355.115.113.271.841.180.82 26 0.830.530.370.240.130.08 8.08.08.0 9.809.806.816.814.362.451.571.09 28 0.890.570.400.250.140.09 10.010.010.0 12.268.518.515.453.061.961.36 30 0.960.610.430.270.150.100.10 12.012.0 14.7110.216.543.682.351.63 35 1.120.710.500.320.180.110.11 14.014.0 17.1617.1611.927.634.292.751.91 16.016.016.0 19.6119.6113.628.724.903.142.18 Shaded Gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Landscape Map and Comments AreaLandscape Map and Comments Area MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS FLOW DIVIDED BY AREA METHOD FOR CALCULATING PRECIPITATION RATES Chris Larsen 30 August 2006 FORMULA USED: Precip Rate = (((gpm*60)/area in sq. ft)/7.48)*12 LOGIC: Multiplying gpm by 60 changes it to gph We need the value to be in gph because the end result will be expressed in inches per hour Dividing the flow in gallons per hour by the area in square feetDividing the flow in gallons per hour by the area in square feetDividing the flow in gallons per hour by the area in square feet tells us how many gallons fall on each square foot of landscapetells us how many gallons fall on each square foot of landscapetells us how many gallons fall on each square foot of landscape There are 7.48 gallons in a cubic foot of water, so dividing theThere are 7.48 gallons in a cubic foot of water, so dividing theThere are 7.48 gallons in a cubic foot of water, so dividing the number of gallons falling on a square foot of landscape bynumber of gallons falling on a square foot of landscape by 7.48 tells us how deep (in feet) the water would be on each7.48 tells us how deep (in feet) the water would be on each7.48 tells us how deep (in feet) the water would be on each square foot of landscape EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE Multiplying that hight by 12 converts the value to inchesMultiplying that hight by 12 converts the value to inchesMultiplying that hight by 12 converts the value to inches Hence, the resulting number gives us the number of inchesHence, the resulting number gives us the number of inchesHence, the resulting number gives us the number of inches of water that fall on the landscape each hourof water that fall on the landscape each hourof water that fall on the landscape each hour LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL Uniformity, or efficiency, are not considered in these calculationsUniformity, or efficiency, are not considered in these calculationsUniformity, or efficiency, are not considered in these calculations CALCULATING PRECIPITATION RATES:CALCULATING PRECIPITATION RATES: Flow in Gallons per Minute =2 PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Area in square feet =7878 Precipitation Rate =2.47inches per hourinches per hour MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM For round areasFor round areasFor round areas Area in Area in Area in Area in Diameter Diameter Diameter Square Square Square Diameter Square AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA in Feetin Feetin FeetFeetFeetFeetin FeetFeet 110.80.816201.1 23.13.13.117227.0 37.17.17.118254.5 412.612.619283.5 SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS 519.620314.2 628.321346.4 738.522380.1 850.323415.5 963.624452.4 1078.525490.9 1195.030706.9 12113.135962.1 13132.7401,256.6 14153.9451,590.4 15176.7501,963.5 Precipitation Rates for Emitter Zones 1.Find the most representative plant in a particular drip zone. 2.Determine the flow for that plant (flow for each emitter in gallons per hour times the number of emitters) 3.Determine the canopy width for that plant 4.Use those values to look up the precipitation rate for the zone in the chart below Width of a Single Plant Canopy in feet Flow in GPH for one plant 11.522.534567891015202530 0.5 1.020.450.260.160.110.060.040.030.020.020.010.010.000.000.000.00 1.0 2.040.910.510.330.230.130.080.060.040.030.030.020.010.010.000.00 1.5 3.061.360.770.490.340.190.120.090.060.050.040.030.010.010.000.00 2.0 4.091.821.020.650.450.260.160.110.080.060.050.040.020.010.010.00 2.5 5.112.271.280.820.570.320.200.140.100.080.060.050.020.010.010.01 3.0 6.132.721.530.980.680.380.250.170.130.100.080.060.030.020.010.01 3.5 7.153.181.791.140.790.450.290.200.150.110.090.070.030.020.010.01 4.0 8.173.632.041.310.910.510.330.230.170.130.100.080.040.020.010.01 4.5 9.194.092.301.471.020.570.370.260.190.140.110.090.040.020.010.01 5.0 10.214.542.551.631.130.640.410.280.210.160.130.100.050.030.020.01 5.5 11.234.992.811.801.250.700.450.310.230.180.140.110.110.050.030.020.01 6.0 12.265.453.061.961.360.770.490.340.250.190.150.120.120.120.050.030.020.01 6.5 13.285.903.322.121.480.830.530.370.270.210.160.130.130.130.060.060.030.020.01 7.0 14.306.353.572.291.590.890.570.400.290.220.180.140.140.140.060.060.040.020.02 7.5 15.326.813.832.451.700.960.610.430.310.240.190.150.150.150.070.070.070.040.020.02 8.0 16.347.264.092.611.821.020.650.450.330.260.200.200.200.160.160.070.070.070.040.030.02 8.5 17.367.724.342.781.931.090.690.480.350.270.210.210.210.170.170.080.080.080.040.030.02 9.0 18.388.174.602.942.041.150.740.510.380.290.230.230.230.180.180.080.080.080.050.050.030.02 9.5 19.408.624.853.102.161.210.780.540.400.300.240.240.240.190.190.190.090.090.050.050.050.030.02 10.0 20.439.085.113.272.271.280.820.570.420.320.320.250.250.200.200.200.090.090.050.050.050.030.02 10.5 21.459.535.363.432.381.340.860.600.440.340.340.260.260.210.210.210.100.100.050.050.050.030.02 11.0 22.479.995.623.602.501.400.900.620.460.350.350.280.280.220.220.220.100.100.100.060.040.02 11.5 23.4910.445.873.762.611.470.940.650.480.370.370.290.290.230.230.230.100.100.100.060.040.03 12.0 24.5110.896.133.922.721.530.980.680.500.380.380.380.300.300.250.250.110.110.110.060.040.03 12.5 25.5311.356.384.092.841.601.020.710.520.520.400.400.400.320.320.260.260.110.110.110.060.040.03 13.0 26.5511.806.644.252.951.661.060.740.540.540.410.410.410.330.330.270.270.120.120.120.070.040.03 EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE 13.5 27.5812.266.894.413.061.721.100.770.560.560.560.430.430.430.340.340.280.280.280.120.070.040.03 14.0 28.6012.717.154.583.181.791.140.790.580.580.580.450.450.450.350.350.290.290.290.130.070.050.03 14.5 29.6213.167.404.743.291.851.180.820.820.600.600.600.460.460.370.370.370.300.300.300.130.070.050.03 15.0 30.6413.627.664.903.401.911.230.850.850.850.630.630.480.480.480.380.380.380.310.310.310.140.080.050.03 15.5 31.6614.077.925.073.521.981.270.880.880.880.650.650.490.490.490.390.390.390.320.140.080.050.04 16.0 32.6814.538.175.233.632.041.310.910.910.910.670.670.510.510.400.400.400.330.150.080.050.04 16.5 33.7014.988.435.393.742.111.350.940.940.940.690.690.690.530.530.420.420.340.150.080.050.04 LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL 17.0 34.7215.438.685.563.862.171.391.391.390.960.960.960.710.710.710.540.540.430.430.350.150.090.060.04 17.5 35.7515.898.945.723.972.231.431.431.430.990.990.990.730.730.730.560.560.440.440.360.160.090.060.04 18.0 36.7716.349.195.884.092.301.471.471.471.021.020.750.750.750.570.570.450.370.160.090.060.04 18.5 37.7916.799.456.054.202.361.511.511.511.051.051.050.770.770.770.590.590.470.380.170.090.060.04 19.0 38.8117.259.706.214.312.431.551.551.551.081.081.080.790.790.790.610.610.480.390.170.100.060.04 19.5 39.8317.709.966.374.432.491.591.591.591.111.111.110.810.810.810.620.620.490.400.180.100.060.04 20.0 40.8518.1610.216.544.542.551.631.631.131.131.130.830.830.640.640.500.410.180.100.070.05 20.5 41.8718.6110.476.704.652.622.621.671.671.161.161.160.850.850.650.520.420.190.100.070.05 PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP 21.0 42.9019.0610.726.864.772.682.681.721.721.191.191.190.880.880.880.670.530.430.190.110.070.05 21.5 43.9219.5210.987.034.882.742.741.761.761.761.221.221.220.900.900.900.690.540.440.200.110.070.05 22.0 44.9419.9711.237.194.992.812.811.801.801.801.251.251.250.920.920.920.700.550.450.200.110.070.05 22.5 45.9620.4311.497.355.112.872.871.841.841.841.281.281.280.940.720.570.460.200.110.070.05 23.0 46.9820.8811.757.525.222.942.941.881.881.311.311.310.960.730.580.470.210.120.080.05 23.5 48.0021.3312.007.685.333.001.921.921.921.331.331.330.980.750.590.480.210.120.080.05 24.0 49.0221.7912.267.847.845.455.453.061.961.961.961.361.361.000.770.610.490.220.120.080.05 24.5 50.0422.2412.518.018.015.565.563.132.002.001.391.020.780.620.500.220.130.080.06 25.0 51.0722.7012.778.175.675.673.193.192.042.041.421.040.800.630.510.230.130.080.06 25.5 52.0923.1513.028.335.793.263.262.081.451.060.810.640.520.230.130.080.06 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM 26.0 53.1123.6013.288.505.905.903.323.322.122.121.481.080.830.660.530.240.130.080.06 26.5 54.1324.0613.538.666.016.013.382.172.171.501.100.850.670.540.240.140.090.06 27.0 55.1524.5113.7913.798.826.136.133.452.211.531.130.860.680.550.250.140.090.06 27.5 56.1724.9714.0414.048.996.246.243.512.251.561.150.880.690.560.250.140.090.06 28.0 57.1925.4225.4214.309.156.356.353.572.291.591.170.890.710.570.250.140.090.06 28.5 58.2125.8725.8714.559.319.316.476.473.642.331.621.190.910.720.580.260.150.090.06 29.0 59.2426.3326.3314.819.489.486.586.583.702.371.651.210.930.730.590.260.150.090.07 29.5 60.2626.7826.7815.0615.069.649.646.706.703.772.411.671.230.940.740.600.270.150.100.07 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 30.0 61.2827.2427.2415.3215.329.806.813.832.451.701.250.960.760.610.270.150.100.07 SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS WeatherTRAK ET Pro3 Controller Installation Scope of Work Purpose Installation, grounding, set-up and station programming of the WeatherTRAK ET Pro3 controller. Project Overview The installer shall use the Device Magic Mobile Forms app to record controller and installation information. After all information has been recorded and reported, the installer shall then remove the existing controller. The WeatherTRAK ET Pro3 controller shall be installed and grounded according to HydroPoint Specifications. Initial programming shall be done on the new controller, and each station shall be programmed. The system shall be tested to make sure everything works. Scope of Work Download the Device Magic Mobile Forms app onto your phone or tablet and make sure you have access to the WeatherTRAK Controller Installation form. You will receive an email invite with a download link. Fill out this form throughout the project and the completed form at the end of the project. Remove existing controller Install, ground and program the WeatherTRAK ET Pro3 controller Program stations Test the system Task List TASK 1: Record Information and Remove Existing Controller Download Device Magic onto your mobile device. Prior to starting the installation, download and obtain access to the Device Magic Mobile Forms app and make sure you can access the WeatherTRAK Controller Installation form. This form will be used to by HydroPoint to verify the completion of your project – as such, you will be entering information throughout the project. A Site Assessment Report (SAR)+ Wet Check must be performed and submitted on the site before any portion of this scope is completed. Complete information in the Device Magic app. a)Open the WeatherTRAK Controller Installation form. If it was dispatched to you, open the dispatch. If not, start the form from scratch. b)Complete the Customer and Installer Information and Site Information sections. Rev A20190301 c)Open the Controllers section. Add a timestamp, add a controller, complete all questions on the Add a Controller page, and complete the Pre-Installation section. Record information from existing controller. a)Record station start times, station programs, station run times and days of the week. b)Conduct Ohm reading to identify NC or shorts prior to retrofit. Note: WeatherTRAK controller will not water these zones unless fixed. c)Verifyactivestationwirecountsandlabeleachstationwirewithnumberedelectricalwirelabels priorto disconnecting from existing controller. Remove existingcontroller. a)Disconnect power from the transformer. b)Remove existing controller. c)Cap electrical for units that will not be replaced with a new controller. d)Return each removed unit to on-site contact. TASK 2: Install the WeatherTRAK ET Pro3 Controller Install / Mount WeatherTRAK controller per manufacturer’s specifications. Physically ground each controller with the following specifications: a)Use existing ground rod with new #6 bare copper wire b)Install full length grounding rod / plate. Grounding is required unless approved by your project manager to install without grounding. c)If interior installation, attach to a cold-water ground with minimum #6 bare copper wire d)Connect 120v service in junction box to meet local code requirements Do the following when installing the controller: a)Ensure that all 120v service lines are in conduit. b)Securely connect 24v station field wires to station ports. c)Ensure that the conduitforfieldwiresis securelyattachedtothebottomofthe controllercabinet. Seal all holes in the bottom of the controller cabinet to prevent insect and moisture intrusion. Do NOT seal the 4 small weep holes. Install rain sensors according to manufacturer’s specifications. Ensure that: a)Rain sensors are installed in sensible places that will capture rain water effectively without overhead interference and with receivers mounted outside of any metal enclosures. b)Rain sensor wires are connected to the RS port on the controller using instructions for Normally Closed then activate the rain sensor per manufacturer's instructions. TASK 3: Program the Controller Confirm Controller is online by reviewing the Microzone and Subscription Date. The Microzone should NOT read “12345678” and Subscription should NOT read 01/01/2005. Programming stations is best done from the WeatherTRAK Mobile 3 app. Follow the prompts in the app to get started. Programming can also be done from the controller interface. Read the WeatherTRAK Controller User Guide for instructions and more information. All controllers arrive pre- Rev A20190301 activated so they will be ready for programming. If you are programming from the controller, be sure to leave the controller programming worksheet at the controller. From the mobile app: To complete initial set-up from the mobile app, follow the prompts in the mobile app to complete the set-up and station programming. Ensure the following: a)Complete initial set-up with date, time, time-zone, max active stations and master valve setting. b)Enter desired water day patterns, start times and water windows to meet site needs. c)Program WeatherTRAK controller in Automated Mode by setting each station to Auto and then entering data from Program Worksheets, Sprinkler type, soil type, plant type, sun exposure and slope (precipitation rate and root depth are adjustable for maximum conservation). d)All stations should be named. Leave the programming worksheets inside the controller for future use by site staff or contractors. TASK 4: Test the System Test the system to ensure that all stations are active. Run a valve test and make note of any stations showing shorts or no-connects. Go to the Alerts screen and verify that there are no alerts. If there are Alerts present troubleshoot / modify settings as needed or call contractor support to receive guidance on dealing with the alerts. Verify controller is activated and online. TASK 5: Final Inspection Open the WeatherTrak Controller Installation form in the Mobile Forms app. a)Fill out all questions in the Post-Installation Section. b)Document any site issues in the Other Site Conditions section. c)Complete all other sections in the form. d)Submit the WeatherTrak Controller Installation form while on site. Call Contractor Support to receive verification of your installation before leaving site. Project Schedule Start and end dates, when, where, how and by whom the work is going to be done. Project Deliverable An installed WeatherTRAK ET Pro3 Controller. Programmed controller and stations. System grounded. WeatherTRAK Controller Installation form submitted and approved. Invoicing Upon conclusion of the HydroPoint Turnkey Project, the Contractor must submit their invoice within three (3) business days to apbilling@hydropoint.com; copying your Project Manager. Once all relevant services as per this “Scope of Work” have been reviewed and verified complete, your invoice will be approved. HydroPoint is NET30 from time of approval. Any extra equipment must be returned within ten (10) business days to HydroPoint. Any equipment NOT returned will be either billed to installer at current list price OR equipment list price will be deducted from monies owed to installer. Rev A20190301 Sign-Off Contractor services will review the installation and give you permission to leave the job site. Project management will give you confirmation that the project is complete and you may invoice HydroPoint for your work. Glossary and Appendix Program- The controller uses a program to organize watering events. Each program can have different schedules, water days, start/stop/pause conditions, and associated devices. controller supports one master valve and can be upgraded to support up to four. Station- A designated area of landscaping that is watered by a specific valve. Valve- A device that opens to allow water to flow to the sprinkler heads or emitters in a zone. It closes to halt watering for that zone. Acknowledgement: ______________________________________________ Contractor ________________________________________________ Date Rev A20190301 WeatherTRAK Flow Commissioning Worksheet Customer Name: _________________________ Site Name: ________________________________ Date: _______ Controller Serial Number: ___________ Installing Contractor: ________________ Completed by: ______________________ (Fax a copy of this completed page to: Professional Services, HydroPoint Data Systems, Inc., (707) 769-9695) Confirm the following flow monitoring functions have been setup correctly. 1.List the assigned program and “Learned Flow” values or “Assigned Station Flow” (ASF) below; Sta. Sta. Sta. Sta. No. PRGGPMNo. PRG GPM No. PRG GPM No. PRG GPM 01 13 25 37 02 14 26 38 03 15 27 39 04 16 28 40 05 17 29 41 06183042 07 19 31 43 08 20 32 44 09 21 33 45 10 22 34 46 11 23 35 47 12 24 36 48 2.In the SETUP Menu, The master valve type selected is None, Normally Closed or Normally Open (circle one) 3.In the FLOW Menu, the Flow Meter Mode is set to “1”? Yes / No (circle one) 4.Flow Alert Clearing is set to “Auto or Manual” (circle one) 1 5.The flow sensor size installed is ____” and model? __________________________ (Data Industrial, Netafim etc?) 2 6.The flow sensor K and Offset values are set properly? Yes / No (circle one) 7.Are any stations excluded from No-Flow monitoring? Yes / No (circle one) If yes, list stations selected. 8.The station with the highest flow rate is station ____ and its GPM is ____. 9.The mainline break threshold is set about 25% higher than this value or ____ GPM. Delay Period is ___ Min. 10.The station with thelowest flow rate is station ____ and its GPM is ____. 11.The No Flow threshold value is set to ____GPM. Delay Period is ____ Min. 12.The Leak detect threshold is set to ____ GPM. (if quick couplers exist 15 GPM is typical threshold value) Delay period is ____ Min. 13.If the Master Valve is “Normally Open,” is an “Extended Leak Detection” value entered? Yes / No (circle one) If “Yes”, how many minutes _____. (0-240 minutes) 14.The station high flow offset is set to ___% (default setting is 20%) 15.Has “Learned Flow” been completed? Yes / No (circle one) Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Compatible Flow Sensor – K and Offset Values 12 The following K and Offset values are not default settings in the WeatherTRAK ET Proseries controller and must be entered manually. Manufacturer Size K FactorOffset CreativeSensor Technology (FSI-T Series) 1”+00.32000+00.022 1-1/2” + 00.65000+ 00.750 2”+01.19200+00.938 Data Industrial PVC models 735 series ½” + 00.07800+ 00.900 735 series ¾” + 00.15630+ 00.900 735 series 1” + 00.26119+ 01.200 228 series 1-1/2” + 01.69700-00.316 Netafim (Pulse Reed Switch Series) 1” + 06.00000+ 00.000 1-1/2”, 2”, 3” & 4”+ 60.00000+ 00.000 Bermad (Reed Switch 900-M Series) 1-1/2”, 2”, 3” & 4”+ 60.0000+ 00.000 Flow Sensor Operating Ranges 2 Check station flow rates to confirm if operating flow of a station is below the minimum flow rate note in the table below. Stations with “Assigned Station Flow” (ASF) less than the suggested operating range of the flow sensor in use should be “Excluded from No Flow” monitoring to avoid false No Flow alerts. Manufactuer SizeSuggested Operating Range (GPM) Data Industrial 228 PVC Series 1-1/2”5 -100 2”10 - 200 3”20 - 300 4”40 - 500 250 Brass Series 1”2 - 40 1-1/4”3 - 60 1-1/2”4 - 80 735 Wireless Series 1/2”1.89 - 18.84 ¾”3.32 –33.34 1”5.39 - 53.88 Creative Sensor Technology(FSI-T Series) 1”0.86 - 52 1-1/2”1.80 - 108 2”2.8- 170 Netafim (Pulse Reed Switch Series) 1-/2” 1.8 - 55 2”5.3 - 95 3”14 - 220 4”21 - 380 Bermad (Reed Switch 900-M Series) 1-1/2”5.7 - 110 2”5.7 - 176 3”13.2 - 440 4”19.8 – 704 Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Flow Link Commissioning If you have installed Flow Link as part of your flow sensor / master valve installation, complete this section of the commissioning worksheet. 1.The serial number for Flow Link CT is ______ and the serial number for the Flow Link FT is ______. 2.The distance between the controller and the convertedstation valve is _____. 3.The distance between the converted station valve and the flow sensor is _____. 4.The converted station valve number is _____. 5.Does the converted station valve operate when turned on at the controller? 6.Was Learned Flow completed at the controller or via Central web page? Controller/ Web(circle one) Flow Commissioning Worksheet 20130121 NOTICE INVITING BIDS Irrigation Controller Replacement Project REBID Bid # LMD-23-24-01 TABLE OF CONTENTS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California SECTION A NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM BID SCHEDULE BIDDER’S INFORMATION AND CERTIFICATION BIDDER’S QUESTIONNAIRE CERTIFICATION OF NON-SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES PROPOSAL GUARANTEE BOND/BIDDER’S BOND NON-COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR INFORMATION SECTION E PUBLIC WORKS PROJECT AGREEMENT LABOR AND MATERIALS BOND FRINGE BENEFIT STATEMENT SECTION F SCOPE OF WORK ATTACHMENTS A-K ATTACHMENT A: WEATHERTRAK IRRIGATION CONTROLLER REPLACEMENT INVENTORY ATTACHMENT B: AREA MAPS ATTACHMENT C: GROUND FAULT CIRCUIT INTERRUPTORS ATTACHMENT D: DIRECT BURIAL GOLF COURSE SPRINKLER WIRE ATTACHMENT E: PRE-PRINTED WIRE & CABLE MARKER BOOKS ATTACHMENT F: RAINBIRD ROUND SERIES VALVE BOX ATTACHMENT G: 3M DIRECT BURIAL SPLICE KITS ATTACHMENT H: WEATHERTRAK CONTROLLER INSTALLATION AND PROGRAMMING ATTACHMENT I: WEATHERTRAK INSTALLATION AND PROGRAM SETTING WORKSHEET ATTACHMENT J: WEATHERTRAK ET PRO3 CONTROLLER INSTALLATION ATTACHMENT K: WEATHERTRAK FLOW COMMISSIONING WORKSHEET SECTION A Solicitation Information CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: Irrigation Controller Replacement Project REBID BID #: LMD-23-24-01 Dates Published: July 1, 2023 Pre-Bid Meeting: No Last Day for Questions: August , 2023 before 11:00 AM (PT) Bid Closing: August 1, 2023 before 11:00 AM (PT) Engineer’s Estimate: $75,000.00 License(s) Required: See Section F – Scope of Work. Project Description: The LMD is soliciting sealed bids from qualified companies for the installation of twenty-one (21) WeatherTrak controllers within the City of Santa Clarita LMD Zones T67 (Miramontes), and T69 (West Hills). Bond Requirements: Yes Contact Information: Danielle Marquez | (661) 255-4936 | dmarquez@santa-clarita.com Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. 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. Bidders may also purchase a paper copy of the bid documents at the City Clerk’s office, suite 120. Bidders are responsible for printing any and all of bid documents. 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. DOCUMENT CHECKLIST Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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) Proposal Form Bid Schedule Bidder’s Information and Certification Bidder’s Questionnaire Certification of Non-Segregated Facilities Designation of Subcontractors References Non-Collusion Affidavit All signed addendums (if any) – Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: Bidder’s Bond/Proposal Guarantee Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Melanie Theisgen Public Works Project Agreement Labor & Material Bond (Notarized) Insurance Required by Contract W9 Fringe Benefit Statement SECTION B Bid Instructions and Bid Clauses BID INSTRUCTIONS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 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): www.bidnetdirect.com//cityofsantaclarita 1.1.Proposals/corrections received after the bid closing time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 1.2.Notarized Forms - An original, notarized Proposal Guarantee Bid Bond and Bid Security Form for Check or Bond to Accompany Bid must be submitted as a hard-copy original. This document must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. This document is to be received in a separately sealed envelope clearly marked with title of content, 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.BONDS. Bid bonds shall be furnished by all Bidders in the amount of at least 10% of the total value of the bid to guarantee that Bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Faithful Performance Bond and a Labor and Material Bond 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 the bid bond). 5.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. 6.INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or bysuch other means, of the location of the proposed work and the actual conditions of the worksite. If, during the course of examination, a Bidder finds facts or conditions which conflict with the bid documents, he/she shall submit questions for clarification via BidNet. The submission of any received bid shall constitute an acknowledgement that any necessary site inspection has taken place. No claim for additional compensation will be allowed which is based upon lack of knowledge of the work site. 7.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. 8.BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific manufacturer, brand or make does not restrict Bidders in their proposed solution. When brand names are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all cases propose goods equal in quality and utility. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The City shall make the final determination of compliance with the specifications. If proposing an alternative or equivalent product, the Bidder shall 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 clearly identify the item by brand name (if any), and make/model number, and may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City. The proposal shall clearly describe any modifications the Bidder plans to make in a product to make it conform to the solicitation requirements. 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. 9.NON-DISCRIMINATION. In the performance of this Contract, Bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 10.PROTECTION OF RESIDENT WORKERS. The City 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 I-9 employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Bidder 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. 11.AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible and responsive Bidder. This is determined solely by the City. Additionally, the City reserves the right to reject any or all bids, to waive any irregularity, and to take the bids under advisement for a period of ninety (90) days, all as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the Bidder whose bid is accepted. All other unsuccessful Bidders will also receive notification. This correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a bid. The award of contract shall obligate the Bidder, whose bid is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful Bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Also, the successful Bidder will be required to submit worker’s compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City. The determination of lowest bid shall be based upon: Base bid only; The City reserves the right to add any applicable additive or deductive alternates via change order at any time during the project up to the last contract working day. The bidder agrees to hold all unit prices bid for alternates constant throughout the project’s duration up to the last contract working day. No additional compensation for alternates added by change order will be allowed beyond the amount shown on the original bid. Increases or decreases in work quantities within the specified limits shall not invalidate the unit bid or contract prices. The bidder shall not claim any loss of anticipated profits because of any alteration or variation between the approximate quantities and the quantities of work as done. The City reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule and to add or delete the type and extent of work identified and summarized. Bidders are also directed to the provisions in “Award and Execution of Contract” of the Standard Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of this document. Finally, the City reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. 12.WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered by certified mail to the Purchasing Agent to the address below. Failure to comply may result in forfeit of bid bond. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 13.ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the City, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Before entering into a Contract, the successful Bidder shall furnish a statement of the company’s financial condition and previous construction experience or such evidence of his qualifications as may be required by the City. 14.CONTRACTOR LICENSE. The successful Bidder shall provide the required license(s) listed on the Notice Inviting Bids, at the time of bid closing. The successful Bidder must be properly licensed as a contractor from contract award through contract completion (Public Contract Code § 10164). Bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code. 15.DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No Bidder 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 BIDDER 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. 16.REQUIRED CONTRACTOR AND SUBCONTRACTOR REGISTRATION. 16.1.Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 4330 (Subcontractors List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. 16.2.Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph A. above shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non-complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award. 16.3.Pursuant to Labor Code Section 1771(a), Contractor represents that it and all of its Subcontractors are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. Contractor covenants that any additional or substitute Subcontractors will be similarly registered and qualified. 17.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 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. 18.SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications or drawings before the bid closing date. 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 require material changes in quantities or price bid, or both, the date set for bid closing 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 bid closing. The Bidder is required to acknowledge all issued addendums at the time of bid closing. Please sign and return all submitted addendums to avoid disqualification of the submitted bid. It is the Bidder’s responsibility to ensure all addendums have been received before the bid closing. 19.SUBCONTRACTORS REQUIREMENTS. Each Bidder must submit the Designation of Subcontractors form with their bid. No bid shall be considered unless it is included with the bid submission. Please see Section D: Subcontractor Information for more information. 20.MANDATORY REQUIREMENTS. All requirements, submittals, or subsequent communications shall be considered mandatory. 21.EXAMINATION OF CONTRACT DOCUMENTS. 21.1.Bidder shall scrutinize the entire site of work, including but not restricted to any corresponding or associated conditions and encumbrances related, 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. 21.2.Bidders must satisfy themselves by examining 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 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. 22.PROTEST PROCEDURES. Any person or entity may present a formal protest to the City concerning solicitations being conducted by staff. 22.1.1.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. 22.1.2.Format- The protest must be in writing and include the following information at a minimum: 22.1.2.1.The name, address and phone number of the protester, or the authorized representative of the protester; 22.1.2.2.The signature of the protester or authorized representative of the protester; 22.1.2.3.The solicitation number and title under which the protest is submitted; 22.1.2.4.A detailed description of the legal or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must have documentation clearly showing the date on which the protester received the information; and 22.1.2.5.The form of relief requested. 22.1.3.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. 22.1.4.Bid Protest and Review 22.1.4.1.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 closing. 22.1.4.2. 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. 22.1.4.3.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 protesting Bidder has served the protest. 22.1.4.4.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. 22.1.4.5.The decision of the City Manager or designee on the bid protest shall be final with no further review. 22.1.5.State or Federal Funding 22.1.5.1.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. 22.1.5.2.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. 22.1.6.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. The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in BidNet. BID CLAUSES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, Bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2.DISQUALIFICATION OF BIDDERS. In the event that any Bidder acting as a prime contractor has an interest in more than one bid, all such bidswill be rejected, and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. Labor Code Section 1771.1(a) requires contractors and their subcontractors to possess and maintain such registration with DIR in order to be awarded and to perform on public works projects (regardless of funding source). Any Bidder which has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified Bidder for the purposes of this project. The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the Bidder to do the work in accordance with the Contract Documents to the City’s satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the Bidder, the City will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other City. Any Bidder which is currently debarred by any public agency is deemed not to be a qualified Bidder for the purposes of this project. If in the opinion of the City, a Bidder is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. 3.DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Lower Tier Covered Transactions. Instructions for certification: 3.1.1.By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 3.1.2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City may pursue available remedies, including suspension and/or debarment. 3.1.3.The prospective lower tier participant shall provide immediate written notice to the City if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3.1.4.The terms “covered transaction,” “debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “persons,” “lower tier covered transaction,” “principal,” “proposal,” and “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 \[49 CFR Part 29\]. You may contact the City for assistance in obtaining a copy of those regulations. 3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City. 3.1.6.The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction”, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3.1.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List issued by U.S. General Service Administration. 3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal government, the City may pursue available remedies including suspension and/or debarment. 3.2.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 3.2.1.The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its “principals” as defined at 49 C.F.R suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 3.2.2.When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 4.LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. 5.UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY. Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a “public works contract.” In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the bidder or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12 Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the bidder, without further acknowledgment by the parties. 6.CHANGED CONDITIONS. 6.1.Differing Site Conditions 6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted. 6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 6.1.4.No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.) 6.2.Suspensions of Work Ordered by the Engineer 6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 6.2.4.No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 6.3.Significant Changes in the Character of Work 6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 6.3.2.If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 6.3.3.If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 6.3.4.The term “significant change” shall be construed to apply only to the following circumstances: 6.3.4.1.When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or 6.3.4.2.When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7.QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP. 8.TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 9.NONDISCRIMINATION. In the performanceof this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 10.SPECIAL PROVISIONS. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid closing, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on future public works contracts. SECTION C Bid Submittals PROPOSAL FORM Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 and agrees 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: _______________________________________ Contractor Name: _________________________________________________________________________ BID SCHEDULE Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. ZONE T67 ITEM DESCRIPTION UNITSQTY.UNIT PRICEEXTENDED TOTAL NO. Mobilization and demobilization (including bonds and insurance) 1LS1$$ DEMOLITION ITEMS Recording of information from existing controller to use for programming new controller. (CIR 2EA1$$ Conducting Ohm reading to identify and report No Connection or shorts prior to retrofit. 3EA1$$ Disconnecting controller wires and labeling for reference 4EA1$$ Removal and Disposal of miscellaneous parts and debris 5LS1$$ Removal and Delivery to PW Site in resale condition for recycling of controllers 6EA1$$ IRRIGATION CONTROLLERS - INSTALLATION SA10-WT3-24 GT HYDP WTPRO3-24 18SS Retro Sat Assy, (TOP ENTRY, 24 STNS) Controller 7EA1$$ Retrofit Kit Installation, 24-48 STNS Controller Set Up (to include completed WeatherTrak program worksheet supplied with 8EA1$$ controller) Any additional costs to complete controller installations. Please attach explanation to this 9EA1$$ document. FLOW COMMISSIONING Flow Commissioning – Main Line: Determine and set Flow Thresholds for Main Lines on each 10EA1$$ controller Flow Commissioning – Station Lines: run each zone for 5 minutes and learn flow for each 11EA1$$ station on every controller Zone T67 TOTAL:$ ZONE T69 ITEM DESCRIPTION UNITSQTY.UNIT PRICEEXTENDED TOTAL NO. Mobilization and demobilization (including bonds and insurance) 12LS1$$ DEMOLITION ITEMS Recording of information from existing controller to use for programming new controller. (CIR 13EA20$$ Form) Conducting Ohm reading to identify and report No Connection or shorts prior to retrofit. 14EA20$$ Disconnecting controller wires and labeling for reference 15EA20$$ Removal and Disposal of miscellaneous parts and debris 16LS1$$ Removal and Delivery to PW Site in resale condition for recycling of controllers 17EA20$$ IRRIGATION CONTROLLERS - INSTALLATION SA26-WT3-12 GT HYDP WTPRO3-12 SSE Retro Sat Assy (TOP ENTRY, 12 STNS) 18EA1$$ SA26-WT3-24 GT HYDP WTPRO3-24 SSE Retro Sat Assy (TOP ENTRY, 24 STNS) 19EA1$$ SA10-WT3-24 GT HYDP WTPRO3-24 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 24 20EA3$$ STNS) SA26-WT3-36 GT HYDP WTPRO3-36 SSE Retro Sat Assy (TOP ENTRY, 36 STNS) 21EA3$$ SA10-WT3-36 GT HYDP WTPRO3-36 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 36 22EA4$$ STNS) SA26-WT3-42 GT HYDP WTPRO3-42 SSE Retro Sat Assy (TOP ENTRY, 42 STNS) 23EA4$$ SA10-WT3-42 GT HYDP WTPRO3-42 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 42 24EA2$$ STNS) SA26-WT3-48 GT HYDP WTPRO3-48 SSE Retro Sat Assy (TOP ENTRY, 48 STNS) 25EA1$$ SA10-WT3-48 GT HYDP WTPRO3-48 18SS Retro Sat Assy (FRONT LOAD/WALL MOUNT, 48 26EA1$$ STNS) Controller Set Up (to include completed WeatherTrak program worksheet supplied with 27EA20$$ controller) Any additional costs to complete controller installations. Please attach explanation to this 28EA20$$ document. FLOW COMMISSIONING Flow Commissioning – Main Line: Determine and set Flow Thresholds for Main Lines on each 29EA20$$ controller Flow Commissioning – Station Lines: run each zone for 5 minutes and learn flow for each 30EA20$$ station on every controller Zone T69 Total$ BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: BIDDER'S INFORMATION AND CERTIFICATION Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Designation of Subcontractors form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor’s registration number is indicated below. Subcontractors’ registration numbers are indicated on the Designation of Subcontractors form. CERTIFICATION OF WORKER’S COMPENSATION INSURANCE By my signature hereunder, as the Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract. STATEMENT OF CONVICTIONS By my signature hereunder, I hereby swear, under penalty of perjury, that no more than one final, unappealable finding of contempt of court by a Federal Court has been issued against Bidder within the past two years because of failure to comply with an order of a Federal Court or to comply with an order of the National Labor Relations Board. CERTIFICATION OF NON-DISCRIMINATION By my signature hereunder, as the Contractor, I certify that there will be no discrimination in employment with regard to race, color, religion, gender, sexual orientation, age or national origin; that all federal, state, and local directives and executive orders regarding non-discrimination in employment will be complied with; and that the principal of equal opportunity in employment will be demonstrated positively and aggressively. CERTIFICATION OF NON-DISQUALIFICATION By my signature hereunder, as the Contractor, I swear, under penalty of perjury, that the below indicated Bidder, any officer of Bidder, or any employee of Bidder who has a proprietary interest in such Bidder, has never been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or safety regulation, except as indicated on the separate sheet attached hereto entitled “Previous Disqualifications.” If a statement of “Previous Disqualifications” is attached, please explain the circumstances. CERTIFICATION OF ADEQUACY OF CONTRACT AMOUNT By my signature hereunder, as the Contractor, pursuant to Labor Code Section 2810(a), I certify that, if awarded the Contract based on the undersigned’s Bid, the Contract will include funds sufficient to allow the Contractor to comply with all applicable local, state, and federal laws or regulations governing the labor or services to be provided. I understand that Owner will be relying on this certification if it awards the Contract to the undersigned. Bidder's Name: __________________________________________________________________________ Business Address: _______________________________________________________________________ Telephone No.: _________________________________________________________________________ State CONTRACTOR's License No. & Class: ____________________________________________________ DIR No.: _______________________________________________________________________________ Original Date: _________________________________ Expiration Date: ____________________________ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _________ day of _____ 20___. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Legal Name of Bidder _________________________________________________________ Address _______________________ ___________________ Telephone Number Federal Tax I.D. No. BIDDER’S QUESTIONNAIRE Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1. Submitted by: ___________________________ Telephone: ____________________________________________ Principal Office Address: ___________________________________________________________________________ 2. Type of Firm: C Corporation S Corporation Individual/Sole Proprietor or Single –Member LLC Partnership Limited Liability Company “C” C-Corp Limited Liability Company “S” S-Corp Limited Liability Company “P” Partnership Other ________________________________________________________________________________ 3a. If a corporation, answer these questions: Date of Incorporation: _______________State of Incorporation: ____________________________________________ President’s Name: _________________________________________________________________________________ Vice-President’s Name: _____________________________________________________________________________ Secretary or Clerk’s Name: __________________________________________________________________________ Treasurer’s Name: _________________________________________________________________________________ 3b. If a partnership, answer these questions: Date of organization: _____________________State Organized in: _________________________________________ Name of all partners holding more than a 10% interest: ___________________________________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ Designate which are General or Managing Partners. BIDDER’S QUESTIONNAIRE (cont’d) Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 4. Name of person holding CONTRACTOR’s license: ___________________________________________________ License number: __________ Class: __________Expiration Date: _____________________________________ D.I.R. Registration # _______________ 5. CONTRACTOR’s Representative: _________________________________________________________________ Title: _______________________________________________________________________________________ Alternate: ___________________________________________________________________________________ Title: _______________________________________________________________________________________ 6. List the major construction projects your organization has in progress as of this date: A. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ B. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ C. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ 7. Safety Experience. The following statements as to the Bidder’s safety experience are submitted with the Bid, as part thereof, and the Bidder guarantees the truthfulness and accuracy of all information. 1. List Bidder’s interstate Experience Modification Rate for the last three years. \[202__\] _____ \[202__\] _____ \[202__\] _____ 2. Use Bidder’s last year's Cal/OSHA 300/301 log to fill in the following number of injuries and illnesses: a. Number of lost workday cases _______________ b. Number of medical treatment cases _______________ c. Number of fatalities _______________ 3. Employee hours worked last year _______________ 4. State the name of Bidder’s safety engineer/manager: Attach a resume or outline of this individual's safety and health qualifications and experience. CERTIFICATION OF NON-SEGREGATED FACILITIES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor – 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 – Friday, February 16, 1968 – p. 3065). DESIGNATION OF SUBCONTRACTORS Bid # LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 ½ of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. A dd addt. sheets if needed. SubcontractorDIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No’s:Description of Work License No.Exp. Date: / /Phone ( ) SubcontractorDIR Registration No.*Dollar Value of Work Location and Place of Business Bid Schedule Item No’s:Description of Work License No.Exp. Date: / / Phone ( ) SubcontractorDIR RegistrationNo.*Dollar Value of Work 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 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. REFERENCES Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different 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: __________________________________________________ ______________________________________________________________________________________ PROPOSAL GUARANTEE BID BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that _____________________________________, as BIDDER, and _______________________________________________as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of___________ dollars ($____________), which is ten percent (10%) of the total amount bid by BIDDER to CITY 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 CITY 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 CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this ______________________ Day of _________________________, 2023. CONTRACTOR: __ Name and Title of Signatory Signature _________________________________ ________________ ________ Legal Name of Bidder _______________________________ __________ ________________ Bidder Address _________ _____________ __________ ___________ Telephone Number Federal Tax I.D. No. SURETY*: ______________________________________ ___________________ Name _____________________________ ____________________________ Phone Number and Email _______________________________________ __________________ Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Contractor and Surety signatures must be notarized prior to submittal. BIDDER’S BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier’s check or bidder’s bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words “BID BOND FOR” and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. 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 bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY 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: Irrigation Controller Replacement Project Rebid Bid No. LMD-23-24-01 ________________________________________________________ Bidder’s Signature ________________________________________________________ Contractor/Bidder ________________________________________________________ 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. NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE “BIDDER’S CERTIFICATION” SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. NON-COLLUSION AFFIDAVIT Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) __________________________________________ being first duly sworn deposes and says that he/she is the _______________________________________ (sole owner, a partner, president, etc.) of __________________________________________________ the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: _________________________________________________ Signature Title _________________________________________________ SECTION D Subcontractor Information SUBCONTRACTORS Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.SUBCONTRACTORS. The BIDDER perform not less than 50%percent of the original contract work with the bidder’s own organization. 2.LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1.Each BIDDER must submit with his bid the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.2.Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3.PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non-DBE subcontractors. 4.CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder and Subcontractor is responsible to be in full compliance with those laws. lf a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. ln accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5.PERFORMANCE OF SUBCONTRACTORS. 5.1.The subcontractors listed by the Contractor in conformance with Section 3-3, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2.The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. SECTION E Awardee Sample Forms SAMPLE AGREEMENT CON-9 Council Approval Date: _____________ Agenda Item: _____________ Contract Amount: _____________ PUBLIC WORKS PROJECT AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND <CONTRACTOR NAME> FOR <FULL PROJECT NAME> <PHASE NUMBER AND PHASE DESCRIPTION (AS APPLICABLE)> <CITY BID NO. (AS APPLICABLE) OR CITY PROJECT NO. (ONLY IF BID No. is N/A)> <FEDERAL PROJECT/ID NUMBER (AS APPLICABLE)> <BRIEF DESCRIPTION OF SERVICES> THIS PUBLIC WORKS PROJECT AGREEMENT (“Agreement”) is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation (“CITY”) and (“CONTRACTOR”), License Number . The Parties agree as follows: 1.SCOPE OF WORK. See Scope of Work attached asExhibit________. 2.COMPENSATION FOR WORK. CONTRACTOR’s total compensation for the Work performed under this Agreement (Contract Sum) is $____________________ , to be paid as (check one): lump sum; lump sum with progress payments; per attached Exhibit(s) __________, up to a guaranteed not-to-exceed amount of __________________________. All payments (check one): shall shall not be subject to a five percent retention. CONTRACTOR’s hourly rates are listed in attached Exhibit(s) ___________. In the event payments to CONTRACTOR equal the “not to exceed” amount, and absent a written modification to this Agreement signed by CITY, CONTRACTOR shall complete all services required under this Agreement without further compensation or cost reimbursement. 3.SCHEDULE OF PERFORMANCE FOR THE WORK. CONTRACTOR shall commence and complete the Work by the following dates: A.Commencement Date shall be on the date established in the Notice to Proceed. CITY reserves the right to modify or alter the Commencement Date of the Work. B.Substantial Completion Date: Within _________________ working days of Commencement Date. C.Final Completion Date: Within _________________working days of Substantial Completion. 4.LIQUIDATED DAMAGE AMOUNTS. As liquidated damages for delay CONTRACTOR shall pay CITY $______________________for each calendar day that expires after the time specified herein for CONTRACTOR to achieve Substantial Completion of the entire Work, until achieved. As liquidated damages for delay CONTRACTOR shall pay CITY $______________________ for calendar day that expires after the time specified herein for CONTRACTOR to achieve Final Completion of the entire Work, until achieved. 5.SCOPE OF LIQUIDATED DAMAGES. A.CONTRACTOR and CITY agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of such actual damages incurred by CITY because of a delay in completion of all or any part of the Work. CONTRACTOR and CITY agree that specified measures of liquidated damages shall be presumed to be the amount of such damages actually sustained by CITY, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages. B.Liquidated damages for delay shall cover administrative, overhead, interest on bonds, and general loss of public use damages suffered by CITY as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from Defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from CITY (for example, delay claims of other contractors, subcontractors, tenants, or other third- parties), and defense costs thereof. CITY may deduct from any money due or to become due to CONTRACTOR subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then-accrued liquidated damages. 6.TERMS AND CONDITIONS. A.CONTRACTOR shall perform theWork in accordance with the terms and conditions of this Agreement and the following attachments (together, Contract Documents): General Conditions Insurance Faithful Performance Bond (if applicable) Labor and Materials Payment Bond (if applicable) Exhibit(s) B.The Contract Documents are the sole and exclusive provisions that govern the Work described herein. Any provision contained in any purchase order issued in connection with this Agreement or the Work described herein shall be null and void and shallhave no force or effect. Project name must appear on all invoices and correspondence. Send invoices in duplicate immediately upon performance of Work ordered hereon to: City of Santa Clarita –Accounts Payable 23920 Valencia Blvd. Santa Clarita, CA 91355 (SIGNATURES ON NEXT PAGE) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of . FOR CONTRACTOR: By: ____________________________________ By: _________________________________ Name:__________________________________ Name: ________________________________ Its:_____________________________________ Its: __________________________________ Title (If Corporation: Chairman, President or Vice President) Title (If Corporation: Chairman, President or Vice President) Date:___________________________________ Date: ________________________________ FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: ____________________________________ City Manager Date:___________________________________ APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: ____________________________________ City Attorney Date:___________________________________ GENERAL CONDITIONS 1.ARTICLE 1: TERMS OF PERFORMANCE A.PUBLIC WORKS PROJECT AGREEMENT (AGREEMENT) FORCE AND EFFECT. The provisions of the Agreement and other Contract Documents, including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner, constitute the entire agreement between the CONTRACTOR and CITY regarding the Work described herein. No representation, term or covenant not expressly specified in the Contract Documents shall, whether oral or written, be a part of this agreement. The Agreement and other Contract Documents shall govern the Work described herein (whenever performed), and shall supersede all other purchase orders and agreements between CONTRACTOR and CITY, and any proposal, with respect to the Work described herein. B.NO MODIFICATION OR WAIVER. The Contract Documents may not be modified, nor may compliance with any of its terms be waived, except by written instrument executed and approved by fully authorized representatives of CITY and CONTRACTOR. Contract Documents headings are for convenience only and do not affect the construction of the Contract Documents. C.PERFORMANCE OF WORK/NO ASSIGNMENT. Time is of the essence in the performance of the Work. CONTRACTOR will perform the Work in a skillful and workmanlike manner; comply fully with criteria established by CITY, and with applicable laws, codes, and all applicable industry standards. CONTRACTOR shall maintain its work area in a clean and sanitary condition, clear debris and trash at the end of each work day, and shall not damage or disrupt any property unless specifically part of the scope of the Agreement. CONTRACTOR shall not contract any portion of the Work or otherwise assign the Agreement without prior written approval of CITY, and any assignment without CITY’s prior written approval shall be null and void. (CONTRACTOR shall remain responsible for compliance with all terms of the Contract Documents, regardless of the terms of any such assignment.) The CONTRACTOR shall permit CITY (or its designees) access to the work area, CONTRACTOR’s shop, or any other facility, to permit inspection of the Work at all times during construction and/or manufacture and fabrication. The granting of any progress payment, and any inspections, reviews, approvals or oral statements by any CITY representative, or certification by any governmental entity, shall in no way limit CONTRACTOR’s obligations under the Contract Documents. Either party’s waiver of any breach, or the omission or failure of either party, at any time, to enforce any right reserved to it, or to require strict performance of any provision of the Contract Documents, shall not be a waiver of any other right to which any partyis entitled, and shall not in any way affect, limit, modify or waive that party’s right thereafter to enforce or compel strict compliance with every provision hereof. CITY shall have, at all times, set-off rights with respect to any payment and CONTRACTOR’s failure to perform the terms of the Contract Documents. 2.ARTICLE 2: LEGAL AND MISCELLANEOUS A.RECORDS AND PAYMENT REQUESTS. CONTRACTOR shall submit all billings with all necessary invoices or other appropriate evidence of proper performance, after whichCITY shall make payment within thirty (30) days. Upon CITY’s written request, CONTRACTOR shall make available to CITY, its authorized agents, officers, or employees, any and all ledgers, books of accounts, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to the Work or the expenditures and disbursement charged to CITY, and all correspondence, internal memoranda, calculations, books and accounts, records documenting its Work under the Agreement, and invoices, payrolls, timecards, records and all other data related to matters covered by the Agreement. CONTRACTOR shall furnish to CITY, its authorized agents, officers, or employees, such other evidence or information as CITY may require with regard to the Work or any such expenditure or disbursement charged by CONTRACTOR. CONTRACTOR shall maintain all such documents and records prepared by or furnished to CONTRACTOR during the course of performing the Work for at least five years following completion of the Work, except that all such items pertaining to hazardous materials shall be maintained for at least thirty (30) years. CONTRACTOR shall permit CITY to audit, examine and make copies, excerpts and transcripts from such records. The State of California or any federal agency having an interest in the subject of the Agreement shall have the same rights conferred to CITY by this section. Such rights shall be specifically enforceable. B.INDEPENDENT CONTRACTOR. CONTRACTOR is an independent CONTRACTOR and does not act as CITY’s agent in any capacity, whatsoever. CONTRACTOR is not entitled to any benefits that CITY provides to CITY employees including, without limitation, insurance, worker’s compensation benefits or payments, pension benefits, health benefits or insurance benefits. Terms within the Contract Documents regarding directives apply to and concern the result of the CONTRACTOR’s provision of Work not the means, methods, or scheduling of the CONTRACTOR’s Work. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures with respect to its provision of Work under the Contract Documents. CONTRACTOR shall pay all payroll taxes imposed by any governmental entity and will pay all other federal, state, or local taxes not specifically identified in the Contract Documents as CITY’s responsibility. C.INDEMNITY/LIABILITY. CONTRACTOR shall defend, indemnify, and save harmless, to the fullest extent permitted by law, CITY and each of its council members, officers, directors, representatives, agents, employees, and volunteers (CITY Indemnities), against all claims, suits, actions, loss, cost, damage, expense, and liability arising from or related to bodily injury to or death of any person or damage to any property, or resulting from any breach and/or CONTRACTOR’s negligence in performing the Work pursuant to the Contract Documents. Notwithstanding any provision of the Contract Documents, CITY shall not be liable to CONTRACTOR or anyone claiming under it, in contract or tort, for any special,consequential, indirect or incidental damages arising out of or in connection with the Contract Documents or the Work. CITY’s rights and remedies, whether under the Agreement or other applicable law, shall be cumulative and not subject to limitation. CONTRACTOR’s obligations to defend, indemnify, and save harmless CITY Indemnities are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained within this Agreement. CONTRACTOR’s responsibility for such defense andindemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. D.DEFECTIVE WORK; WARRANTIES. CONTRACTOR warrants that all construction services shall be performed in accordance with generally accepted professional standards of good and sound construction practices, all Contract Documents requirements, and all laws, codes, standards, licenses, and permits. CONTRACTOR warrants that all materials and equipment shall be new, of suitable grade oftheir respective kinds for their intended uses, and free from defects. CONTRACTOR hereby grants to CITY for a period of one year following the date of completion its unconditional warranty of the quality and adequacy of all of the Work including, withoutlimitation, all labor, materials and equipment provided by CONTRACTOR and its Subcontractors of all tiers. If either prior to completion of the Work, or within one year after completion, any Work (completed or incomplete) is found to violate any of the foregoing warranties (Defective Work), CONTRACTOR shall promptly, without cost to CITY and in accordance with CITY’s written instructions, correct, remove and replace the Defective Work with conforming Work, and correct, remove and replace any damage to other Work or other property resulting therefrom. If CONTRACTOR fails to do so, CONTRACTOR shall pay all of CITY’s resulting claims, costs, losses and damages. Where CONTRACTOR fails to correct Defective Work, or defects are discovered outside the correction period, CITY shall have all rights and remedies granted by law. E.COMPLIANCE WITH LAWS; CONFLICT OF INTERESTS. CONTRACTOR agrees to comply with all applicable federal and state laws, regulations and policies, as amended, including those regarding discrimination, unfair labor practices, anti-kick-back, collusion, and the provisions of the Americans with Disability Act. CONTRACTOR, its officer, partners, associates, agents, and employees, shall not make, participate in making, or in any way attempt to use the position afforded them by the Contract Documents to influence any governmental decision in which he or she knows or has reason to know that he or she has a financial interest under applicable state, federal and local conflict of interest regulations. CONTRACTOR warrants that no person or agency has been employed or retained to solicit or obtain the Agreement upon an agreement or understanding for a contingent fee, except a bona fide employee or agency. CONTRACTOR shall not engage in unlawful employment discrimination including, but not limited to, discrimination based upon a person’s race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship, sexual orientation, or sexual identity as prohibited by state or federal law. F.TERMINATION; SUSPENSION; DISPUTES. CITY may direct CONTRACTOR to terminate, suspend, delay, interrupt or accelerate Work, in whole or in part, for such periods of time as CITY may determine in its sole discretion. CITY will issue such directives in writing, and may do so, in whole or in part, for its convenience or due to CONTRACTOR’s fault. CITY will compensate CONTRACTOR for extra costs resulting from such directives only to the extent that CITY issues such directives for its convenience and not due to CONTRACTOR’s fault (but CITY shall not compensate CONTRACTOR for costs, profit or overhead anticipated to be earned or incurred on Work terminated for CITY’s convenience). CONTRACTOR shall continue its Work throughout the course of any dispute, and CONTRACTOR’s failure to continue Work during a dispute shall be a material breach of the Contract Documents. All claims by CONTRACTOR against CITY shall be submitted in writing to CITY, and shall be governed by Public Contract Code Sections 9204 and 20104 –20104.6, after which time the one-year time period in Government Code Section 911.2 shall be, pursuant to Government Code Section 930.2, reduced to 90 days. Should CONTRACTOR be terminated for default, and such termination is subsequently determined to be wrongful, such termination will be converted to a termination for convenience as provided herein. G.EXECUTION; VENUE; LIMITATIONS. The Agreement shall be deemed to have been executed in the City of Santa Clarita, California. Enforcement of the Contract Documents shall be governed by the laws of the State of California, excluding its conflict of laws rules. Except as expressly provided in the Contract Documents, nothing in the Contract Documents shall operate to confer rights or benefits on persons or entities not party to the Agreement. As between the parties to the Agreement, any applicable statute of limitations for any act or failure to act shall commence to run on the date of CITY’s issuance of the final Certificate for Payment, or termination of the Contract Documents, whichever is earlier, except for latent defects, for which the statute of limitation shall begin running upon discovery of the defect and its cause. H.EMPLOYEE WAGES; RECORDS; APPRENTICES. CONTRACTOR shall pay prevailing wages to its employees on any contract in excess of $1,000.00. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at CITY’s Public Works Department and may be obtained from the California Department of Industrial Relations website \[http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm\]. CONTRACTOR shall comply with the 8-hours per day/40 hours per week/overtime/working hours restrictions for all employees, pursuant to the California Labor Code. CONTRACTOR and all subcontractors shall keep and maintain accurate employee payroll records for Work performed under the Agreement. The payroll records shall be certified and submitted as required by law, including Labor Code Sections 1771.4 (if applicable) and 1776, including to the Labor Commissioner no less frequently than monthly. CONTRACTOR shall comply fully with Labor Code Section 1777.5 in the hiring of apprentices for work relating to the Agreement. If the Agreement exceeds $2,000 and is funded with federal funds, then CONTRACTOR shall pay federal Davis Bacon wages and comply with applicable federal requirements. I.MANDATORY CONTRACTOR AND SUBCONTRACTOR REGISTRATION. Pursuant to Labor Code Section 1771(a), CONTRACTOR represents that it and all of its Subcontractors are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR covenants that any additional or substitute Subcontractors will be similarly registered and qualified. J.WORKER’S COMPENSATION. Pursuant to Labor Code Sections 1860 and 1861, in accordance with the provisions of Section 3700 of the Labor Code, every contractor will be required to secure the payment of compensation to his employees. CONTRACTOR represents that it is aware of the provisions of Labor Code Section 3700 that require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and CONTRACTOR shall comply with such provisions before commencing the performance of the Work. K.FAITHFUL PERFORMANCE BOND; LABOR AND MATERIALS PAYMENT BOND; SECURITIESIN LIEU OF RETENTION ESCROW ACCOUNT. i.If Contract Sum under the Agreement exceeds (or is expected to exceed) Enter Dollar Amount (ex. $25,000), CONTRACTOR shall provide a faithful performance bond in form attached and a construction labor and material payment bond, in accordance with Civil Code Section 9550. CONTRACTOR may not substitute cash in lieu of the required bond(s). ii.If the Agreement specifies performance retention, CONTRACTOR may elect to substitute securities or direct payment to an escrow account, pursuant to Public Contract Code Section 22300 (incorporated herein by this reference). L.EARTHWORK AND UNDERGROUND FACILITIES. If the Work involves digging trenches or other excavations that extend deeper than four feet below the surface, CONTRACTOR shall notify CITY in writing of any material that CONTRACTOR believes may be hazardous waste that is required to be removed in accordance law, subsurface or latent physical conditions at the site differing from those indicated by information about the site made available to bidders prior to the deadline for submitting bids, or unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents, pursuant to Section 7104 of the Public Contract Code. For any Work involving trench shoring that costs in excess of $25,000, CONTRACTOR shall submit and CITY (or a registered civil or structural engineer employed by CITY) must accept, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches, pursuant to Labor Code Section 6705. If such plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. Consistent with Government Code Section 4215, as between CITY and CONTRACTOR, CITY will be responsible for the timely removal, relocation, or protection of existing main or trunk line utility facilities located on the Site only if such utilities are not identified in the Contract Documents or information made available for bidding. M.PUBLIC RECORDS ACT. CONTRACTOR is aware that this Agreement and any documents provided to CITY may be subject to the California Public Records Act and may be disclosed to members of the public upon request. It is the responsibility of the CONTRACTOR to clearly identify information in those documents it considers to be confidential under the California Public Records Act. To the extent that CITY agrees with that designation, such information will be held in confidence whenever possible. All other information will be considered public. N.CLAIMS. i.Should any clarification, determination, action or inaction by CITY, Work, or any other event, in the opinion of CONTRACTOR, exceed the requirements of or not comply with Contract Documents, or otherwise result in CONTRACTOR seeking additional compensation in time or money or damages for any reason (collectively "Disputed Work"), then CONTRACTOR and CITY will make good faith attempts to resolve informally any and all such issues, claims and/or disputes. Before commencing the Disputed Work, or within seven Days after CONTRACTOR's first knowledge of the Disputed Work, whichever is earlier, CONTRACTOR shall file a written notice and cost proposal for the Disputed Work with CITY stating clearly and in detail its objection and reasons for contending the Work or interpretation is outside the requirements of Project Documents. If a written notice and cost proposal for Disputed Work is not issued within this time period, or if CONTRACTOR proceeds with the Disputed Work without first having given the notice required by this paragraph, CONTRACTOR shall waive its rights to further claim on the specific issue. ii.CITY will review CONTRACTOR's timely notice and cost proposal for Disputed Work and provide a decision. If, after receiving the decision, CONTRACTOR disagrees with it or still considers the Work required of it to be outside of the requirements of Project Documents, it shall so notify CITY, in writing, within seven Days after receiving the decision, by submitting a notice of potential claim, stating that a formal claim will be issued. Within 30 Days of receiving the decision, CONTRACTOR shall submit its claim in the form specified herein and all arguments, justification, cost or estimates, schedule analysis, and detailed documentation supporting its position. CONTRACTOR's failure to furnish notification within seven Days and all justifying documentation within 30 Days will result in CONTRACTOR waiving its right to the subject claim. iii.Claim Format. CONTRACTOR shall submit the claim justification in the following format: 1.Cover letter and certification; 2.Summary of claim, including underlying facts, entitlement, schedule analysis, quantum calculations, Project provisions supporting relief; 3.List of documents relating to claim including Specifications, Drawings/Plans clarifications/requests for information, schedules, notices of delay, cost calculations and any others; 4.Chronology of events and correspondence: 5.Analysis of claim merit; 6.Analysis of claim cost; and 7.Attach supporting documents referenced in paragraph 2.14,C.1(c), above. iv.Required Provisions on Contract Claim Resolution 1.Public Contract Code Section 9204 specifies provisions on resolving contract claims of any size, and Public Contract Code Section 201014, et seq., specifies required provisions onresolving contract claims less than $375,000. Those statutes constitute a part of this Contract. In the event any other Contract provision violates such statutes, the applicable statute controls. O.FORCE MAJEURE. Except for defaults of subcontractors at any tier, CONTRACTOR shall not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond the control and without the fault or negligence of CONTRACTOR, including without limitation failure to reasonably mitigate any adverse impacts (Force Majeure). Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes, lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes or regulations enacted or imposed after the fact (together, “force majeure events”). (END OFGENERAL CONDITIONS) INSURANCE 1.Commercial General Liability Insurance, written on an “occurrence” basis, which shall provide coverage for bodily injury, death and property damage resulting from operations, liability for slander, false arrest and invasionof privacy, blanket contractual liability, broad form endorsement, and completed operations, personal and advertising liability, with limits of not less than $2,000,000 general aggregate and $1,000,000 each occurrence, subject to a deductible of not more than $100,000 payable by CONTRACTOR. 2.Business Automobile Liability Insurance with limits not less than $1,000,000 each occurrence including coverage for owned, non-owned and hired vehicles, subject to a deductible of not more than $10,000 payable by CONTRACTOR. 3.Workers’ Compensation Employers’ Liability limits not less than$1,000,000 each accident, $1,000,000 per disease and $1,000,000 aggregate. CONTRACTOR’s Workers’ Compensation Insurance policy shall contain a Waiver of Subrogation against City of Santa Clarita, its council members, officers, directors, officials, agents, employees and volunteers. In the event CONTRACTOR is self-insured, it shall furnish Certificate of Permission to Self-Insure signed by Department of Industrial Relations Administration of Self-Insurance, State of California. 4.Builder’s Risk Insurance including, without limitation, coverage against loss or damage to the Work by fire, lightening, wind, hail, aircraft, riot, vehicle damage, explosion, smoke, falling objects, vandalism, malicious mischief, collapse, and other such hazards as are normally covered by such coverage. Such insurance shall be in amount equal to the replacement cost (without deduction for depreciation and subject to stipulated value in lieu of average clause) of all construction constituting any part of the Work, excluding the cost of excavations, of grading and filling of the land, and except that such insurance may be subject to deductible clauses not to exceed $25,000 for any one loss. Such insurance will not cover loss or damage to CONTRACTOR’s equipment, scaffolding or other materials not to be consumed in the construction of the Work. The insurer shall waive all rights of subrogation against CITY. 5.Any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY Indemnities as Additional Insureds. The requirements for coverage and limits shall be the greater of either the minimum coverage and limits specified in this Agreement or the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured. 6.Insurance policies shall contain an endorsement containing the following terms: A.CITY Indemnities shall be named as Additional Insureds, but only with respect to liability arising out of the activities of the named insured, and there shall be a waiver of subrogation as to each named and Additional Insured. CONTRACTOR agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. B.The policies shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company’s liability. C.Written notice of cancellation, non-renewal or of any material change in the policies shall be mailed to City of Santa Clarita thirty (30) days in advance of the effective date thereof. D.CONTRACTOR insurance shall be primary insurance as to CITY and no other insurance or self-insured retention carried or held by any named or Additional Insureds other than CONTRACTOR shall be called upon to contribute to a loss covered by insurance for the named insured. E.Certificates of Insurance and Endorsements shall have clearly typed thereon the Project Name, shall clearly describe the coverage and shall contain a provision requiring the mailing of written notices of cancellation described in clause 6.03 above. CONTRACTOR shall furnish CITY with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by CITY before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the CONTRACTOR’s obligation to provide them. CITY reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 7.All policies of insurance shall be placed with insurers acceptable to CITY. The insurance underwriter(s) must be duly licensed to do business in the State of California and (other than for workers’ compensation) must have an A. M. Best Company rating of at least A:VII or better. Required minimum amounts of insurance may be increased should conditions of Work, in the opinion of CITY, warrant such increase. CONTRACTOR shall increaserequired insurance amounts upon direction by CITY. 8.The insurance coverage limits may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of CITY and Additional Insureds, to the extent required by this Agreement, before CITY’s insurance or self-insurance may be called upon to protect CITY as a named insured. 9.All self-insured retentions (SIR) must be disclosed to CITY for approval and shall not reduce the limits of liability coverage. Policies containing and SIR provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named Contractor/named insured or CITY. 10.CONTRACTOR agrees to include with all subcontractors in their subcontracts the same requirements and provisions of this Agreement that is required of CONTRACTOR including, without limitation, the indemnity and insurance requirements to the extent they apply to the scope of the subcontractor’s work. Subcontractors hired by CONTRACTOR shall agree to be bound to CONTRACTOR and CITY in the same manner and to the same extent as CONTRACTOR is bound to CITY under this Contract and its accompanying documents. Subcontractors shall further agree to include these same provisions with any lower tier subcontractors. A copy of the indemnity and insurance provisions of this Agreement will be furnished to the Subcontractor upon request. CONTRACTOR shall require all subcontractors to provide a valid Certificate of Insurance and the required endorsements included in the subcontract agreement, and will provide proof of compliance to CITY prior to commencement of any work by the subcontractor. 11.Special Risks or Circumstances: CITY reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. (END OF INSURANCE) LABOR AND MATERIALS BOND Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID 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 pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of _____________________________________, 2023. CONTRACTOR: __ Name and Title of Signatory Signature _________________________________ ________________ ________ Legal Name of Bidder _______________________________ __________ ________________ Bidder Address _________ _____________ __________ ___________ Telephone Number Federal Tax I.D. No. SURETY*: ______________________________________ ___________________ Name _____________________________ ____________________________ Phone Number and Email _______________________________________ __________________ Address Contractor and Surety signatures must be notarized prior to submittal. Fringe Benefit Statement Contract/Proposal No:Project Name:Date: INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications bemade. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND ORPROGRAMS LISTED ABOVE (Contractor/Subcontractor)By (Name and Title)eSignature City of Santa Clarita Form HC-50 FBS SECTION F Scope of Work SCOPE OF WORK Bid #LMD-23-24-01 Irrigation Controller Replacement Project REBID City of Santa Clarita, California 1.BACKGROUND The City of Santa Clarita (City) currently maintains sixty (60) Landscape Maintenance District (LMD) Zones throughout the City of Santa Clarita. The LMD is soliciting sealed bids from qualified companies for the installation of twenty-one (21) WeatherTrak controllers within the City of Santa Clarita LMD Zones T67 (Miramontes), and T69 (West Hills). Twenty of the controllers are for LMD Zone T69 (West Hills) which was transferred to the City from Los Angeles County with Calsense controllers in place. This project’s primary purpose is to update this zone by installing WeatherTRAK controllers in the existing enclosures so they will be part of the LMD irrigation network. In addition, there is one additional controller that has not been updated which will also have their existing controller replaced with WeatherTRAK. 2.OBJECTIVES 2.1Successful certified installation, programming, and flow commissioning of twenty-one (21) City purchased WeatherTRAK controller retrofit kits with little to no significant negative impact to the surrounding landscape or disruption to the existing landscape contractor’s operations. 2.2Removal and informal packaging of existing controller equipment in re-usable condition delivered to 25663 Avenue Stanford, Santa Clarita, CA 91355, (Public Works Yard) in area designated by LMD Staff. 3.RESPONSIBILITIES 3.1Contractor is responsible for furnishing all labor, equipment and incidental materials (aside from those provided with the controller retrofit kits purchased by the City) to successfully complete installation, programming, and flow commissioning of twenty-one (21) City purchased WeatherTRAK Pro3 controller retrofit kits with little to no significant negative impact to the surrounding landscape or disruption to the existing landscape contractor’s operations. 3.2Contractor is responsible for all labor, materials (other than the controller retrofit kits purchased by the City of Santa Clarita), equipment, tools, other incidentals for the successful installation of the irrigation controllers that are a part of this project. 3.3Contractor is responsible to provide certified WeatherTRAK installation personnel which are also HydroPoint Level 3 certified and provide copies of certificates with submission of proposal. 3.4Contractor is responsible for ensuring all installations must be certified by the HydroPoint distributor. Site One, TJ Raden, TRaden@siteone.com, (909)261-8184. 3.5Contractor is responsible for obtaining all required permits. 3.6Contractor is responsible for conducting work during Monday through Friday from 7:00am to 4:30pm. Any work outside these hours must be approved in writing by the City LMD Staff. 3.7Contractor is responsible for receipt, delivery, and storage of materials. No storage will be provided by the City once the City purchased controllers have been delivered to the contractor. 3.8Contractor is responsible to install the controllers in the existing enclosures depicted in the inventory list shown in Attachment A and as shown on the maps of the various areas shown in Attachment B. The exception to this is at The Cube a WeatherTRAK Pro3 controller with enclosure will be provided for installation at that site 3.9Contractor is responsible for bringing to code all electrical installations, sleeves, wiring, and GFI outlets. 3.10Contractor is responsible to use UL Listed flexible conduit as needed for all electrical connections between the irrigation controller, GFI, and the main (house) electrical power. 3.11Contractor is responsible for locating the electrical breakers or shut off in order to safely remove/install existing and new units. 3.12Contractor is responsible to protect the main power supply for all hard-wired controllers (no GFCI present) with a Leviton 7299-NA ground fault circuit interrupting module (or equivalent) with on/off switch installed. (Attachment C) 3.13Contractor is responsible to use Paige Irrigation 14AWG direct burial golf course sprinkler wire or equivalent for all remote-control valve wires and common wires. (Attachment D) 3.14Contractor is responsible to use Brady pre-printed wire marker books or equivalent. (Attachment E) 3.15Contractor is responsible to use UL Listed, schedule 80, rigid, non-metallic PVC conduit for all wire sleeves incoming and outgoing of the controller enclosure. 3.16Contractor is responsible to ensure conduit diameter shall be one half inch larger than the size of wire bundle as to accommodate additional wire pulls. 3.17 Contractor is responsible to enclose all splices sub grade in a RainBird round series valve box or equivalent. (Attachment F) 3.18Contractor is responsible to ensure all remote-control valve wires and common wires that require splicing are properly spliced and protected with waterproof direct burial wire connectors. 3M direct burial splice kits are required, NO SUBSTITUTES. (Attachment G) 3.19Contractor is responsible for identifying all existing remote-control valve wiring and tagging each wire individually with electrical numbering tape based on existing hot stamped valve box labels where available to ensure proper re-installation and programming reference. Contractor shall use Brady pre-printed wire marker books or equivalent. (Attachment E) 3.20Contractor is responsible to receive WeatherTRAK acceptance/certification of installation of all controllers before City LMD Staff acceptance of completion of project and final payment processed. 3.21Contractor is responsible to conduct any necessary trenching and potholing using hand excavation with shovels, picks, or any other manually operated digging device. Power excavators or power trenchers are not to be used. Backfill material to be manually compacted using manual tamping-type equipment. 3.22Contractor is responsible for removing any excess material that needs to be disposed of in a responsible manner offsite and keeping all work areas in a clean, safe, state throughout the project. 3.23Contractor is responsible for not hindering the public right of way in such a manner as to restrict or prevent passage of pedestrian traffic. Public safety (delineation) is the responsibility of the contractor until scope of work has been accepted by City LMD Staff. 3.24Contractor is responsible for ensuring all controllers to be added to the existing WeatherTRAK, City of Santa Clarita master account and shall be categorized by Landscape Maintenance District Zones. Controllers and stations to be named per LMD standards. Prior authorization from City LMD Staff required. 3.25Contractor is responsible to ensure a quick reference guide is included in each enclosure for easy reference. 3.26Contractor is responsible for conducting installation and programming of controllers in the manner outlined in the WeatherTRAK Controller Installation and Programming instructions in Attachment H and the Installation & Program settings worksheet Attachment I. The Device Magic Forms App may be used as an alternate to the worksheet if used as described and as recommended by WeatherTRAK in Attachment J. 3.27Contractor is responsible for providing flow commissioning as outlined in the WeatherTRAK documentation provided in Attachment K where flow sensors are present. If sensors are not present or not in working condition for any reason, City LMD Staff will be notified and a change order will be considered for installation/repairs. 3.28Contractor is responsible for providing any change orders via written and approved directive only. 3.29Contractor is responsible for providing a detailed written schedule to be submitted for approval prior to start and updated as requested during the project. Schedule must be approved prior to start of project. 3.30Contractor is responsible for providing a weekly update on the progress of the project updating the progress of the schedule provided. This may be conducted as an in person or on- line meeting. 4.DUE DATE 4.1 Project must be completed by 60 consecutive working days of agreed upon start date. ATTACHMENTS Attachments A-K WEATHERTRAK PRODUCT GT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-48 18SS Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-12 SSE Retro Sat AssyGT HYDP WTPRO3-48 SSE Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-42 18SS Retro Sat AssyGT HYDP WTPRO3-24 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-36 18SS Retro Sat AssyGT HYDP WTPRO3-42 18SS Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-36 SSE Retro Sat AssyGT HYDP WTPRO3-24 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat AssyGT HYDP WTPRO3-42 SSE Retro Sat Assy TATIONS 243648241248244224363636424236423636244242 S AX UPDATED # M OF 0442111341 24324824124824402432323240403240323224404021 CURRENT # OF MAX STATIONS FY 22/23 ATTACHMENT A City of Santa Clarita LMD Total Top EntryTop EntryTop EntryTop EntryTop EntryTop EntryTop EntryTop Entry 24 Station TE36 Station TE42 Station TE48 Station TE 12 Station TE Double Top Entry ENCLOSURE TYPE 12 Station FL/WM24 Station FL/WM36 Station FL/WM42 Station FL/WM48 Station FL/WM WeatherTrak Irrigation Controller Replacement Inventory New (WeatherTRAK) Front Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall MountFront Load/Wall Mount 0442111341 21 TOTALS ADDRESS Controller G - 28468 Incline#1 Alta Vista#30B Bellows#31 28921 West Hills Dr#34 29015 West Hills Dr#39 29015 West Hills Dr#41 West Hills Dr#49 24083 Copper Hill#51 24199 Copper Hill#57 28809 West Hills Dr#59 24351 Copper Hill#60 24351 Copper Hill#63 Copper Hill Alta Vista#12 28323 Blacksmith#14 28326 Steel Ln#16 28424 Steel Ln#20A 28938 Hearth Ct#20B 24938 Hearth Ct#25 28662 Iron Village#28 24924 Shadow Ridge#6 28148 Anvil Ct T67T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69T69 ZONE Total 24 Station TE32 Station TE40 Station TE48 Station TE 12 Station TE #1123456789 1011121314151617181920 12 Station FL/WM24 Station FL/WM32 Station FL/WM40 Station FL/WM48 Station FL/WM Existing (Calsense) Double Top Mount Cabinet Example Existing Front Load Cabinet Examples Open " d d 7 x 10" ATTACHMENT A x .5" w w 9 5" x 5.5" w 1 x 18. 1" h x 1 s h i abinet 1.5" h C ox 36" 3 s B is i oad L abinet FrontIneteriorCabinetC ase ase b b 8" from 0.5" from 3 3 s i Existing Top Mount Cabinet Examples 13" 14" pen) is x abinet xlosed) o c C 5" lid id 26" 13" ( 10. (l is is ount x abinet 10 M 5" C abinet abinet 10 x abinet c abinet 10. f c - ountf C c f f o o o M o Stats:TopPanel isTopFrontBackDouble ToppanelsTop ATTACHMENT B MAPS ATTACHMENT C ATTACHMENT D ATTACHMENT E ATTACHMENTF ATTACHMENT G HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install WeatherTRAK Controller Installation and Programming Introduction \[CUSTOMER NAME\], (CUSTOMER) has contracted with HydroPoint Professional Services to complete WeatherTRAK controller installations at one or more of their properties. This Scope of Work describes the project details and deliverables to be completed by \[CONTRACTOR COMPANY\], (CONTRACTOR) on behalf of HydroPoint Professional Services. Project Overview and Objectives The objective of this project is to install one or more WeatherTRAK controller(s), ensure the controller is online and connected to WeatherTRAK.net and properly programmed, and then complete a station by station inspection, (“Wet Check”) and provide the CUSTOMER with a detailed reporting of the installation status of the controller, related accessories, and station inspection results at each location. The result of this reporting will be in the format of a Controller Installation Report (CIR). HydroPoint will provide the CIR directly to the CUSTOMER, and will also use the information gathered to confirm the WeatherTRAK controller installations were performed to correctly. Scope of Work Upon acceptance of this project, the CONTRACTOR agrees to complete all aspects of the work described in this scope of work and to verify that all points of information requested are thoroughly and completely submitted via the specified collection tool, and according to the timeline outlined herein. The CONTRACTOR agrees to thoroughly and promptly communicate with the assigned HydroPoint Professional Services Project Manager regarding all aspects of the project. The project deliverables shall be completed for each site and will be verified by HydroPoint Professional Services via the submitted CIR and weathertrak.net. The Site or Sites on which work are to be performed are listed in the work order(s) that will be provided to the CONTRACTOR. Pre-installation The CONTRACTOR shall check-in with the site manager before beginning any work and shall check out with the site manager when work is complete. In some cases, an alternate check-in/out process may be required (this process will be communicated in writing). Any urgent or significant issues found during the installation should be escalated to the site manager and to HydroPoint Project Manager before departing the site AND thoroughly documented in the CIR form (for example: a mainline break). The CONTRACTOR shall review the CUSTOMER’S Safety Standards (where applicable) and ensure compliance with those standards while on site. The CONTRACTOR shall use CIR Form provided and completely answer all questions contained in each section of the form. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 1 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Record Information and Remove Existing Controller Prior to starting the installation, verify that you can access the WeatherTRAK Controller Installation form. This form will be used to by HydroPoint to verify the completion of your project – as such, you will be entering information throughout the project. Complete information in the CIR Form a)Open the WeatherTRAK Controller Installation form. b)Complete the Customer and Installer Information and Site Information sections. c)Open the Controllers section. Add a timestamp, add a controller, complete all questions on the Add a Controller page, and complete the Pre-Installation section. Record information from existing controller. a)Recordstationstarttimes,stationprograms,stationruntimesanddaysoftheweek. b)Conduct Ohm reading to identify NC or shorts prior to retrofit. Note: WeatherTRAK controller will not water zones with No Connects or Shorts. c)Verify active station wire counts and label each station wire with numbered electrical wire labels prior to disconnecting from existing controller. Remove existing controller. a)Disconnect power from the transformer. b)Remove existing controller. c)Cap electrical for units that will not be replaced with a new controller. d)Return each removed unit to on-site contact. Install the WeatherTRAK Controller Install / Mount WeatherTRAK controller per manufacturer’s specifications. Physically ground each controller with the following specifications: a)Use existing ground rod with new #6 bare copper wire b)Install full length grounding rod / plate. Grounding is required unless approved by your project manager to install without grounding. c)If interior installation, attach to a cold-water ground with minimum #6 bare copper wire d)Connect 120v service in junction box to meet local code requirements Do the following when installing the controller: a)Ensure that all 120v service lines are in conduit. b)Securely connect 24v station field wires to station ports. c)Ensure that the conduit for field wires is securely attached to the bottom of the controller cabinet. Seal all holes in the bottom of the controller cabinet to prevent insect and moisture intrusion. Do NOT seal the 4 small weep holes. Install rain sensors according to manufacturer’s specifications. Ensure that: HP.PS.SOW.WTS-INST-CTRLRev. 02192020 2 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install a)Rain sensors are installed in sensible places that will capture rain water effectively without overhead interference and with receivers mounted outside of any metal enclosures. b)Rain sensor wires are connected to the RS port on the controller using instructions for Normally Closed then activate the rain sensor per manufacturer's instructions. Program the Controller Confirm Controller is online by reviewing the Microzone and Subscription Date. The Microzone should NOT read “12345678” and Subscription should NOT read 01/01/2005. Programming stations is best done from the WeatherTRAK Mobile app. Follow the prompts in the app to get started. Programming can also be done from the controller interface. Read the WeatherTRAK Controller User Guide for instructions and more information. All controllers arrive pre-activated so they will be ready for programming.If you are programming from the controller, be sure to leave the controller programming worksheet at the controller. From the mobile app: To complete initial set-up from the mobile app, follow the prompts in the mobile app to complete the set-up and station programming. Ensure the following: a)Complete initial set-up with date, time, time-zone, max active stations and master valve setting. b)Enter desired water day patterns, start times and water windows to meet site needs. c)Program WeatherTRAK controller in Automated Mode by setting each station to Auto and then entering data from Program Worksheets, Sprinkler type, soil type, plant type, sun exposure and slope (precipitation rate and root depth are adjustable for maximum conservation). d)All stations should be named. Leave the programming worksheets inside the controller for future use by site staff or contractors. Test the System Test the system to ensure that all stations are active. Run a valve test and make note of any stations showing shorts or no-connects. Go to the Alerts screen and verify that there are no alerts. If there are Alerts present troubleshoot / modify settings as needed or call contractor support to receive guidance on dealing with the alerts. Verify controller is activated and online. Final Inspection Open the CIR + Wet Check form in the Mobile Forms app. a)Fill out all questions in the Post-Installation Section. b)Complete the Wet Check section by operating each station and documenting each issue found by selecting issue and taking a photo of each issue. This is done for all stations. c)Document any other site issues in the Other Site Conditions section. d)Complete all other sections in the form. e)Submit the CIR + Wet Check form while on site. Call Contractor Support to receive verification of your installation before leaving site. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 3 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Project Schedule All aspects of this project shall be completed no later than \[DATE\]. If the CONTRACTOR is completing site assessments for multiple sites, the CONTRACTOR shall provide the Project Manager their best estimate for the timing of each site installation. Project Administration Work Orders After this scope of work has been signed and accepted by the CONTRACTOR, and prior to the project starting, the Project Manager will issue a work order for each site to be assessed by the CONTRACTOR. The work order shall include specifics for each site, including the number and locations of each site to be assessed, specific timing requirements, and pricing specifics. Any adjustments to the scope of work to be performed, whether initiated by HydroPoint or as a result of site conditions discovered before or during the site assessment, must include an amended or additional work order, as determined by the Project Manager. All adjustments to the scope shall be communicated in writing. Pricing Pricing for this project will be based on the pricing schedule in APPENDIX C and will be specifically called out for each site in the corresponding work order. Any expense above or beyond the pricing detail in the work order must have a request submitted to and approved by the Project Manager. Invoicing Invoices should be sent to apbilling@hydropoint.com; copying the Project Manager. Invoice approval is subject to verification of work completed and HydroPoint’s receipt of a valid SAR. Payment terms are NET30 from date of approval. Invoices must reference the work order for each site when submitted to HydroPoint for payment. Invoices will not be paid unless a work order is referenced for each site on the invoice. Invoices must be submitted within three (3) business days after the conclusion of the project. The CONTRACTOR may opt to submit invoices before a total project is complete, as sites within the project are completed. HP.PS.SOW.WTS-INST-CTRLRev. 02192020 4 HydroPoint Professional Services Scope of Work – WeatherTRAK Controller Install Signatures _______________________________________ Contractor Name _______________________________________ Contractor Title _______________________________________ Company _______________________________________ Signature _______________________________________ Date HP.PS.SOW.WTS-INST-CTRLRev. 02192020 5 INSTALLATION AND PROGRAM SETTINGS WORKSHEET Subscriber InformationDate Installed: Serial Number:Project Name: Subscriber Phone: Name: Subscriber Address:City:State:Zip: End User Information (Skip this section if same as above) End User/ Phone: Location Name: Location Address:City:State:Zip: Installer InformationTotal Hours to Install:Total Hours to Install: Wall Wall Installer Name:Phone:Pedestal MountMount ACE Identification ACE Identification ACE Identification Company:Phone: Number:Number:Number: Address:City:State:State:Zip: Date Activated:Date Activated: WeatherTRAK ET Controller Setup and Schedule Information GPS Coordinates Water Window Water Window Irrigation Start: EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE (Optional):Duration:Duration: Microzone:Water District Number:Water District Number:Water District Number: Backup Max Backup Max Average Signal Strength After 2 Minutes of Testing: LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL ET:ET: Use this chart to confirm that you are saving water with your new Use this chart to confirm that you are saving water with your new WeatherTRAK WeatherTRAK irrigation schedule BEFORE REMOVING CURRENT CONTROLLER, Review One Full Week of the Current ScheduleBEFORE REMOVING CURRENT CONTROLLER, Review One Full Week of the Current Schedule Total Runtime = Station NumberStation Number PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Runtime × # of Cycles × 12334456677891011121-12 Subtotal # of Days Station's Total Runtime: 1313141415161617171819202122232413-24 Subtotal Station's Total Runtime:Station's Total Runtime: MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM 25262627282930313233343536 25-36 Subtotal Station's Total Runtime:Station's Total Runtime:Station's Total Runtime: 3737383839404142434445464748 37-48 Subtotal AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Station's Total Runtime:Station's Total Runtime:Station's Total Runtime: TOTAL For All Stations: 2 Review Week 2 of Your New WeatherTRAK ET Pro Schedule SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS Total Runtime = Station Number Runtime × # of Cycles × 1234567891011121-12 Subtotal # of Days Station's Total Runtime: 13141516171819202122232413-24 Subtotal Station's Total Runtime: 252627282930313233343536 25-36 Subtotal Station's Total Runtime: 373839404142434445464748 37-48 Subtotal Station's Total Runtime: TOTAL For All Stations: WeatherTRAK Customer Service 800.362.8774 • www.weathertrak.com Date Surveyed: WeatherTRAK ET Pro3 Installation & Program Settings Worksheet p i r t Provide a descriptive name for each Station in S y the fields at right. a w k For each category below, place an "X" in the r a box that best describes the station site P f r condition. u T Exampl e Station No. Station Solenoid Ohm value 10 Station Flow (in GPM) 100% Usable Rainfall (None or %) For recommended precipitation measurements, refer to the manufacturer's catalog or the WeatherTRAK precipitation guides (available on the Support page at www.hydropoint.com). For an explanation of the precipitation measurement process, see Appendix C of the Owner's Manual. Sprinkler Type Spray Head(1.70)x Full Circle Rotor(0.50) Part Circle Rotor(1.00) Mixed Rotors (0.75) Full Circle Impact(0.50) (default precip rates) Part Circle Impact(1.00) Mixed Impact(0.75) (default orecip rates) Stream Rotors(0.65) Bubbler(2.55) Drip Emitter(1.50) Stream Spray Head(0.75) EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE High Efficency Spray Head (0.50) Subsurface Drip Tubing (1.00) Sprinkler Type Precipitation: In/Hr Efficiency: Percent LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL Sandy x Soil Type Sandy Loam Loam Clay Loam Soil Type Clay Cool Season Turf x PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Warm Season Turf Combined Turf Annuals Trees Ground Cover Shrubs: High Water Use Plant Type Shrubs: Med Water Use MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM Shrubs: Low Water Use Mixed: High Water Use Mixed: Med Water Use Plant Type Mixed: Low Water UseMixed: Low Water UseMixed: Low Water Use Native Shrubs/Trees AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA Native Grasses Custom Plant A Custom Plant B Custom Turf Root Depth: Inches Sunny All Day x Micro SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS Sunny Most of the Day Shady Most of the Day Micro Shady All Day 5’ No/Slight 0-5% Grade x Slope % 100’ 8’ Gentle 6-8% Grade 100’ 12’ Mild 9-12% Grade 100’ 20’ Mod 13-20% Grade Slope % 20+’ 100’ Steep >20% Grade 100’ All Parts of the Slope Loc Top of the Slope Loc Middle of the Slope Bottom of the Slope * See Precip Table of back page for conversion of Precip Rates for Drip Emitters and Bubblers ©2006 HydroPoint Data Systems, Inc. All rights reserved. WTSPW081208 Conversion Precipitation Rate Table for EmittersPrecipitation Rates for Bubbler Zones 1. Determine the width of a single representative plant canopy in feet Determine the width of a single representative plant canopy in feet1. 2. Determine the emitter flow rate per plant. If multiple emitters, Determine the bubbler flow rate per plant. If multiple bubblers, calculate the total GPH 2. calculate the total GPM 3. Precip rate is at the intersection of size column and the flow row3. Precip rate is at the intersection of size column and the flow row 4. Default setting is 1.50 precip and 90% efficiency.4. Default setting is 2.55 precip and 90% efficiency. If not sure what to use, go with 0.50 and 90% efficiency (60% in 5. desert). Typical Shrubs / Young Trees Width of a Single Representative Plant Canopy in FeetWidth of a Single Representative Plant Canopy in feet Flow in GPM Flow in GPH for one for one plantplant 123456234568 0.50 1.020.260.110.060.040.03 0.25 7.663.401.911.230.850.48 1.00 2.040.510.230.130.080.06 0.50 15.326.813.832.451.700.96 1.50 3.060.770.340.190.120.09 1.00 30.6413.627.664.904.903.401.91 2.00 4.091.020.450.260.160.11 1.50 45.9620.4311.497.357.357.355.112.87 3.00 6.131.530.680.380.250.17 2.00 61.2827.2415.329.809.809.806.813.83 4.00 8.172.040.910.510.330.23 3.00 91.9240.8522.9822.9814.7110.215.74 5.00 10.212.551.130.640.410.28 4.00 122.5654.4730.6430.6419.6113.6213.627.66 6.00 12.263.061.360.770.490.34 5.00 153.2068.0938.3038.3024.5117.0217.029.57 8.00 16.344.091.821.020.650.45 6.00 183.8481.7145.9645.9629.4129.4120.4311.49 10.00 20.435.112.271.280.820.57 7.00 214.4895.3253.6253.6234.3234.3223.8313.4013.40 12.00 24.516.132.721.530.980.68 8.00 245.12108.9461.2861.2839.2239.2227.2415.3215.32 Typical Trees Width of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feetWidth of a Single Representative Plant Canopy in feet Flow in GPM Flow in GPH for one for one plantplant EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE 81012152025101012121215152020202530 14.0 0.450.290.200.130.070.05 0.50.50.5 0.610.610.610.430.430.430.270.270.150.150.150.100.07 16.0 0.510.330.230.150.080.05 1.01.01.0 1.231.231.230.850.850.850.540.540.540.310.310.200.14 18.0 0.570.370.260.160.090.06 2.02.02.0 2.452.451.701.701.091.091.090.610.390.27 20.0 0.640.410.280.180.100.07 3.03.0 3.683.683.682.551.631.631.630.920.590.41 22.0 0.700.450.310.200.110.07 4.04.0 4.904.904.903.403.402.182.181.230.780.54 LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL 24 0.770.490.340.220.120.08 6.06.06.0 7.357.357.355.115.113.271.841.180.82 26 0.830.530.370.240.130.08 8.08.08.0 9.809.806.816.814.362.451.571.09 28 0.890.570.400.250.140.09 10.010.010.0 12.268.518.515.453.061.961.36 30 0.960.610.430.270.150.100.10 12.012.0 14.7110.216.543.682.351.63 35 1.120.710.500.320.180.110.11 14.014.0 17.1617.1611.927.634.292.751.91 16.016.016.0 19.6119.6113.628.724.903.142.18 Shaded Gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range Shaded gray areas are outside of the selectable precip range PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Landscape Map and Comments AreaLandscape Map and Comments Area MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS FLOW DIVIDED BY AREA METHOD FOR CALCULATING PRECIPITATION RATES Chris Larsen 30 August 2006 FORMULA USED: Precip Rate = (((gpm*60)/area in sq. ft)/7.48)*12 LOGIC: Multiplying gpm by 60 changes it to gph We need the value to be in gph because the end result will be expressed in inches per hour Dividing the flow in gallons per hour by the area in square feetDividing the flow in gallons per hour by the area in square feetDividing the flow in gallons per hour by the area in square feet tells us how many gallons fall on each square foot of landscapetells us how many gallons fall on each square foot of landscapetells us how many gallons fall on each square foot of landscape There are 7.48 gallons in a cubic foot of water, so dividing theThere are 7.48 gallons in a cubic foot of water, so dividing theThere are 7.48 gallons in a cubic foot of water, so dividing the number of gallons falling on a square foot of landscape bynumber of gallons falling on a square foot of landscape by 7.48 tells us how deep (in feet) the water would be on each7.48 tells us how deep (in feet) the water would be on each7.48 tells us how deep (in feet) the water would be on each square foot of landscape EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE Multiplying that hight by 12 converts the value to inchesMultiplying that hight by 12 converts the value to inchesMultiplying that hight by 12 converts the value to inches Hence, the resulting number gives us the number of inchesHence, the resulting number gives us the number of inchesHence, the resulting number gives us the number of inches of water that fall on the landscape each hourof water that fall on the landscape each hourof water that fall on the landscape each hour LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL Uniformity, or efficiency, are not considered in these calculationsUniformity, or efficiency, are not considered in these calculationsUniformity, or efficiency, are not considered in these calculations CALCULATING PRECIPITATION RATES:CALCULATING PRECIPITATION RATES: Flow in Gallons per Minute =2 PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP Area in square feet =7878 Precipitation Rate =2.47inches per hourinches per hour MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM For round areasFor round areasFor round areas Area in Area in Area in Area in Diameter Diameter Diameter Square Square Square Diameter Square AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA in Feetin Feetin FeetFeetFeetFeetin FeetFeet 110.80.816201.1 23.13.13.117227.0 37.17.17.118254.5 412.612.619283.5 SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS 519.620314.2 628.321346.4 738.522380.1 850.323415.5 963.624452.4 1078.525490.9 1195.030706.9 12113.135962.1 13132.7401,256.6 14153.9451,590.4 15176.7501,963.5 Precipitation Rates for Emitter Zones 1.Find the most representative plant in a particular drip zone. 2.Determine the flow for that plant (flow for each emitter in gallons per hour times the number of emitters) 3.Determine the canopy width for that plant 4.Use those values to look up the precipitation rate for the zone in the chart below Width of a Single Plant Canopy in feet Flow in GPH for one plant 11.522.534567891015202530 0.5 1.020.450.260.160.110.060.040.030.020.020.010.010.000.000.000.00 1.0 2.040.910.510.330.230.130.080.060.040.030.030.020.010.010.000.00 1.5 3.061.360.770.490.340.190.120.090.060.050.040.030.010.010.000.00 2.0 4.091.821.020.650.450.260.160.110.080.060.050.040.020.010.010.00 2.5 5.112.271.280.820.570.320.200.140.100.080.060.050.020.010.010.01 3.0 6.132.721.530.980.680.380.250.170.130.100.080.060.030.020.010.01 3.5 7.153.181.791.140.790.450.290.200.150.110.090.070.030.020.010.01 4.0 8.173.632.041.310.910.510.330.230.170.130.100.080.040.020.010.01 4.5 9.194.092.301.471.020.570.370.260.190.140.110.090.040.020.010.01 5.0 10.214.542.551.631.130.640.410.280.210.160.130.100.050.030.020.01 5.5 11.234.992.811.801.250.700.450.310.230.180.140.110.110.050.030.020.01 6.0 12.265.453.061.961.360.770.490.340.250.190.150.120.120.120.050.030.020.01 6.5 13.285.903.322.121.480.830.530.370.270.210.160.130.130.130.060.060.030.020.01 7.0 14.306.353.572.291.590.890.570.400.290.220.180.140.140.140.060.060.040.020.02 7.5 15.326.813.832.451.700.960.610.430.310.240.190.150.150.150.070.070.070.040.020.02 8.0 16.347.264.092.611.821.020.650.450.330.260.200.200.200.160.160.070.070.070.040.030.02 8.5 17.367.724.342.781.931.090.690.480.350.270.210.210.210.170.170.080.080.080.040.030.02 9.0 18.388.174.602.942.041.150.740.510.380.290.230.230.230.180.180.080.080.080.050.050.030.02 9.5 19.408.624.853.102.161.210.780.540.400.300.240.240.240.190.190.190.090.090.050.050.050.030.02 10.0 20.439.085.113.272.271.280.820.570.420.320.320.250.250.200.200.200.090.090.050.050.050.030.02 10.5 21.459.535.363.432.381.340.860.600.440.340.340.260.260.210.210.210.100.100.050.050.050.030.02 11.0 22.479.995.623.602.501.400.900.620.460.350.350.280.280.220.220.220.100.100.100.060.040.02 11.5 23.4910.445.873.762.611.470.940.650.480.370.370.290.290.230.230.230.100.100.100.060.040.03 12.0 24.5110.896.133.922.721.530.980.680.500.380.380.380.300.300.250.250.110.110.110.060.040.03 12.5 25.5311.356.384.092.841.601.020.710.520.520.400.400.400.320.320.260.260.110.110.110.060.040.03 13.0 26.5511.806.644.252.951.661.060.740.540.540.410.410.410.330.330.270.270.120.120.120.070.040.03 EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE 13.5 27.5812.266.894.413.061.721.100.770.560.560.560.430.430.430.340.340.280.280.280.120.070.040.03 14.0 28.6012.717.154.583.181.791.140.790.580.580.580.450.450.450.350.350.290.290.290.130.070.050.03 14.5 29.6213.167.404.743.291.851.180.820.820.600.600.600.460.460.370.370.370.300.300.300.130.070.050.03 15.0 30.6413.627.664.903.401.911.230.850.850.850.630.630.480.480.480.380.380.380.310.310.310.140.080.050.03 15.5 31.6614.077.925.073.521.981.270.880.880.880.650.650.490.490.490.390.390.390.320.140.080.050.04 16.0 32.6814.538.175.233.632.041.310.910.910.910.670.670.510.510.400.400.400.330.150.080.050.04 16.5 33.7014.988.435.393.742.111.350.940.940.940.690.690.690.530.530.420.420.340.150.080.050.04 LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL 17.0 34.7215.438.685.563.862.171.391.391.390.960.960.960.710.710.710.540.540.430.430.350.150.090.060.04 17.5 35.7515.898.945.723.972.231.431.431.430.990.990.990.730.730.730.560.560.440.440.360.160.090.060.04 18.0 36.7716.349.195.884.092.301.471.471.471.021.020.750.750.750.570.570.450.370.160.090.060.04 18.5 37.7916.799.456.054.202.361.511.511.511.051.051.050.770.770.770.590.590.470.380.170.090.060.04 19.0 38.8117.259.706.214.312.431.551.551.551.081.081.080.790.790.790.610.610.480.390.170.100.060.04 19.5 39.8317.709.966.374.432.491.591.591.591.111.111.110.810.810.810.620.620.490.400.180.100.060.04 20.0 40.8518.1610.216.544.542.551.631.631.131.131.130.830.830.640.640.500.410.180.100.070.05 20.5 41.8718.6110.476.704.652.622.621.671.671.161.161.160.850.850.650.520.420.190.100.070.05 PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPP 21.0 42.9019.0610.726.864.772.682.681.721.721.191.191.190.880.880.880.670.530.430.190.110.070.05 21.5 43.9219.5210.987.034.882.742.741.761.761.761.221.221.220.900.900.900.690.540.440.200.110.070.05 22.0 44.9419.9711.237.194.992.812.811.801.801.801.251.251.250.920.920.920.700.550.450.200.110.070.05 22.5 45.9620.4311.497.355.112.872.871.841.841.841.281.281.280.940.720.570.460.200.110.070.05 23.0 46.9820.8811.757.525.222.942.941.881.881.311.311.310.960.730.580.470.210.120.080.05 23.5 48.0021.3312.007.685.333.001.921.921.921.331.331.330.980.750.590.480.210.120.080.05 24.0 49.0221.7912.267.847.845.455.453.061.961.961.961.361.361.000.770.610.490.220.120.080.05 24.5 50.0422.2412.518.018.015.565.563.132.002.001.391.020.780.620.500.220.130.080.06 25.0 51.0722.7012.778.175.675.673.193.192.042.041.421.040.800.630.510.230.130.080.06 25.5 52.0923.1513.028.335.793.263.262.081.451.060.810.640.520.230.130.080.06 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM 26.0 53.1123.6013.288.505.905.903.323.322.122.121.481.080.830.660.530.240.130.080.06 26.5 54.1324.0613.538.666.016.013.382.172.171.501.100.850.670.540.240.140.090.06 27.0 55.1524.5113.7913.798.826.136.133.452.211.531.130.860.680.550.250.140.090.06 27.5 56.1724.9714.0414.048.996.246.243.512.251.561.150.880.690.560.250.140.090.06 28.0 57.1925.4225.4214.309.156.356.353.572.291.591.170.890.710.570.250.140.090.06 28.5 58.2125.8725.8714.559.319.316.476.473.642.331.621.190.910.720.580.260.150.090.06 29.0 59.2426.3326.3314.819.489.486.586.583.702.371.651.210.930.730.590.260.150.090.07 29.5 60.2626.7826.7815.0615.069.649.646.706.703.772.411.671.230.940.740.600.270.150.100.07 AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA 30.0 61.2827.2427.2415.3215.329.806.813.832.451.701.250.960.760.610.270.150.100.07 SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS WeatherTRAK ET Pro3 Controller Installation Scope of Work Purpose Installation, grounding, set-up and station programming of the WeatherTRAK ET Pro3 controller. Project Overview The installer shall use the Device Magic Mobile Forms app to record controller and installation information. After all information has been recorded and reported, the installer shall then remove the existing controller. The WeatherTRAK ET Pro3 controller shall be installed and grounded according to HydroPoint Specifications. Initial programming shall be done on the new controller, and each station shall be programmed. The system shall be tested to make sure everything works. Scope of Work Download the Device Magic Mobile Forms app onto your phone or tablet and make sure you have access to the WeatherTRAK Controller Installation form. You will receive an email invite with a download link. Fill out this form throughout the project and the completed form at the end of the project. Remove existing controller Install, ground and program the WeatherTRAK ET Pro3 controller Program stations Test the system Task List TASK 1: Record Information and Remove Existing Controller Download Device Magic onto your mobile device. Prior to starting the installation, download and obtain access to the Device Magic Mobile Forms app and make sure you can access the WeatherTRAK Controller Installation form. This form will be used to by HydroPoint to verify the completion of your project – as such, you will be entering information throughout the project. A Site Assessment Report (SAR)+ Wet Check must be performed and submitted on the site before any portion of this scope is completed. Complete information in the Device Magic app. a)Open the WeatherTRAK Controller Installation form. If it was dispatched to you, open the dispatch. If not, start the form from scratch. b)Complete the Customer and Installer Information and Site Information sections. Rev A20190301 c)Open the Controllers section. Add a timestamp, add a controller, complete all questions on the Add a Controller page, and complete the Pre-Installation section. Record information from existing controller. a)Record station start times, station programs, station run times and days of the week. b)Conduct Ohm reading to identify NC or shorts prior to retrofit. Note: WeatherTRAK controller will not water these zones unless fixed. c)Verifyactivestationwirecountsandlabeleachstationwirewithnumberedelectricalwirelabels priorto disconnecting from existing controller. Remove existingcontroller. a)Disconnect power from the transformer. b)Remove existing controller. c)Cap electrical for units that will not be replaced with a new controller. d)Return each removed unit to on-site contact. TASK 2: Install the WeatherTRAK ET Pro3 Controller Install / Mount WeatherTRAK controller per manufacturer’s specifications. Physically ground each controller with the following specifications: a)Use existing ground rod with new #6 bare copper wire b)Install full length grounding rod / plate. Grounding is required unless approved by your project manager to install without grounding. c)If interior installation, attach to a cold-water ground with minimum #6 bare copper wire d)Connect 120v service in junction box to meet local code requirements Do the following when installing the controller: a)Ensure that all 120v service lines are in conduit. b)Securely connect 24v station field wires to station ports. c)Ensure that the conduitforfieldwiresis securelyattachedtothebottomofthe controllercabinet. Seal all holes in the bottom of the controller cabinet to prevent insect and moisture intrusion. Do NOT seal the 4 small weep holes. Install rain sensors according to manufacturer’s specifications. Ensure that: a)Rain sensors are installed in sensible places that will capture rain water effectively without overhead interference and with receivers mounted outside of any metal enclosures. b)Rain sensor wires are connected to the RS port on the controller using instructions for Normally Closed then activate the rain sensor per manufacturer's instructions. TASK 3: Program the Controller Confirm Controller is online by reviewing the Microzone and Subscription Date. The Microzone should NOT read “12345678” and Subscription should NOT read 01/01/2005. Programming stations is best done from the WeatherTRAK Mobile 3 app. Follow the prompts in the app to get started. Programming can also be done from the controller interface. Read the WeatherTRAK Controller User Guide for instructions and more information. All controllers arrive pre- Rev A20190301 activated so they will be ready for programming. If you are programming from the controller, be sure to leave the controller programming worksheet at the controller. From the mobile app: To complete initial set-up from the mobile app, follow the prompts in the mobile app to complete the set-up and station programming. Ensure the following: a)Complete initial set-up with date, time, time-zone, max active stations and master valve setting. b)Enter desired water day patterns, start times and water windows to meet site needs. c)Program WeatherTRAK controller in Automated Mode by setting each station to Auto and then entering data from Program Worksheets, Sprinkler type, soil type, plant type, sun exposure and slope (precipitation rate and root depth are adjustable for maximum conservation). d)All stations should be named. Leave the programming worksheets inside the controller for future use by site staff or contractors. TASK 4: Test the System Test the system to ensure that all stations are active. Run a valve test and make note of any stations showing shorts or no-connects. Go to the Alerts screen and verify that there are no alerts. If there are Alerts present troubleshoot / modify settings as needed or call contractor support to receive guidance on dealing with the alerts. Verify controller is activated and online. TASK 5: Final Inspection Open the WeatherTrak Controller Installation form in the Mobile Forms app. a)Fill out all questions in the Post-Installation Section. b)Document any site issues in the Other Site Conditions section. c)Complete all other sections in the form. d)Submit the WeatherTrak Controller Installation form while on site. Call Contractor Support to receive verification of your installation before leaving site. Project Schedule Start and end dates, when, where, how and by whom the work is going to be done. Project Deliverable An installed WeatherTRAK ET Pro3 Controller. Programmed controller and stations. System grounded. WeatherTRAK Controller Installation form submitted and approved. Invoicing Upon conclusion of the HydroPoint Turnkey Project, the Contractor must submit their invoice within three (3) business days to apbilling@hydropoint.com; copying your Project Manager. Once all relevant services as per this “Scope of Work” have been reviewed and verified complete, your invoice will be approved. HydroPoint is NET30 from time of approval. Any extra equipment must be returned within ten (10) business days to HydroPoint. Any equipment NOT returned will be either billed to installer at current list price OR equipment list price will be deducted from monies owed to installer. Rev A20190301 Sign-Off Contractor services will review the installation and give you permission to leave the job site. Project management will give you confirmation that the project is complete and you may invoice HydroPoint for your work. Glossary and Appendix Program- The controller uses a program to organize watering events. Each program can have different schedules, water days, start/stop/pause conditions, and associated devices. controller supports one master valve and can be upgraded to support up to four. Station- A designated area of landscaping that is watered by a specific valve. Valve- A device that opens to allow water to flow to the sprinkler heads or emitters in a zone. It closes to halt watering for that zone. Acknowledgement: ______________________________________________ Contractor ________________________________________________ Date Rev A20190301 WeatherTRAK Flow Commissioning Worksheet Customer Name: _________________________ Site Name: ________________________________ Date: _______ Controller Serial Number: ___________ Installing Contractor: ________________ Completed by: ______________________ (Fax a copy of this completed page to: Professional Services, HydroPoint Data Systems, Inc., (707) 769-9695) Confirm the following flow monitoring functions have been setup correctly. 1.List the assigned program and “Learned Flow” values or “Assigned Station Flow” (ASF) below; Sta. Sta. Sta. Sta. No. PRGGPMNo. PRG GPM No. PRG GPM No. PRG GPM 01 13 25 37 02 14 26 38 03 15 27 39 04 16 28 40 05 17 29 41 06183042 07 19 31 43 08 20 32 44 09 21 33 45 10 22 34 46 11 23 35 47 12 24 36 48 2.In the SETUP Menu, The master valve type selected is None, Normally Closed or Normally Open (circle one) 3.In the FLOW Menu, the Flow Meter Mode is set to “1”? Yes / No (circle one) 4.Flow Alert Clearing is set to “Auto or Manual” (circle one) 1 5.The flow sensor size installed is ____” and model? __________________________ (Data Industrial, Netafim etc?) 2 6.The flow sensor K and Offset values are set properly? Yes / No (circle one) 7.Are any stations excluded from No-Flow monitoring? Yes / No (circle one) If yes, list stations selected. 8.The station with the highest flow rate is station ____ and its GPM is ____. 9.The mainline break threshold is set about 25% higher than this value or ____ GPM. Delay Period is ___ Min. 10.The station with thelowest flow rate is station ____ and its GPM is ____. 11.The No Flow threshold value is set to ____GPM. Delay Period is ____ Min. 12.The Leak detect threshold is set to ____ GPM. (if quick couplers exist 15 GPM is typical threshold value) Delay period is ____ Min. 13.If the Master Valve is “Normally Open,” is an “Extended Leak Detection” value entered? Yes / No (circle one) If “Yes”, how many minutes _____. (0-240 minutes) 14.The station high flow offset is set to ___% (default setting is 20%) 15.Has “Learned Flow” been completed? Yes / No (circle one) Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Compatible Flow Sensor – K and Offset Values 12 The following K and Offset values are not default settings in the WeatherTRAK ET Proseries controller and must be entered manually. Manufacturer Size K FactorOffset CreativeSensor Technology (FSI-T Series) 1”+00.32000+00.022 1-1/2” + 00.65000+ 00.750 2”+01.19200+00.938 Data Industrial PVC models 735 series ½” + 00.07800+ 00.900 735 series ¾” + 00.15630+ 00.900 735 series 1” + 00.26119+ 01.200 228 series 1-1/2” + 01.69700-00.316 Netafim (Pulse Reed Switch Series) 1” + 06.00000+ 00.000 1-1/2”, 2”, 3” & 4”+ 60.00000+ 00.000 Bermad (Reed Switch 900-M Series) 1-1/2”, 2”, 3” & 4”+ 60.0000+ 00.000 Flow Sensor Operating Ranges 2 Check station flow rates to confirm if operating flow of a station is below the minimum flow rate note in the table below. Stations with “Assigned Station Flow” (ASF) less than the suggested operating range of the flow sensor in use should be “Excluded from No Flow” monitoring to avoid false No Flow alerts. Manufactuer SizeSuggested Operating Range (GPM) Data Industrial 228 PVC Series 1-1/2”5 -100 2”10 - 200 3”20 - 300 4”40 - 500 250 Brass Series 1”2 - 40 1-1/4”3 - 60 1-1/2”4 - 80 735 Wireless Series 1/2”1.89 - 18.84 ¾”3.32 –33.34 1”5.39 - 53.88 Creative Sensor Technology(FSI-T Series) 1”0.86 - 52 1-1/2”1.80 - 108 2”2.8- 170 Netafim (Pulse Reed Switch Series) 1-/2” 1.8 - 55 2”5.3 - 95 3”14 - 220 4”21 - 380 Bermad (Reed Switch 900-M Series) 1-1/2”5.7 - 110 2”5.7 - 176 3”13.2 - 440 4”19.8 – 704 Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Flow Commissioning Worksheet 20130121 WeatherTRAK Flow Commissioning Worksheet Flow Link Commissioning If you have installed Flow Link as part of your flow sensor / master valve installation, complete this section of the commissioning worksheet. 1.The serial number for Flow Link CT is ______ and the serial number for the Flow Link FT is ______. 2.The distance between the controller and the convertedstation valve is _____. 3.The distance between the converted station valve and the flow sensor is _____. 4.The converted station valve number is _____. 5.Does the converted station valve operate when turned on at the controller? 6.Was Learned Flow completed at the controller or via Central web page? Controller/ Web(circle one) Flow Commissioning Worksheet 20130121