Loading...
HomeMy WebLinkAbout2024-07-09 - AGENDA REPORTS - BACKFLOW PREVENTION DEVICE CONTRO Agenda Item: 7 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TAA,/� DATE: July 9, 2024 SUBJECT: BACKFLOW PREVENTION DEVICE TESTING AND REPAIRS CONTRACT DEPARTMENT: Administrative Services PRESENTER: Andrew Adams RECOMMENDED ACTION City Council: 1. Award a two-year contract to Backflow Prevention Device Tester to provide testing, maintenance, and repair services for all City -owned backflow prevention devices in the annual amount of $245,372, for a total two-year contract in an amount not to exceed $490,744. 2. Authorize the City Manager or designee to execute up to three annual renewal options, not to exceed the annual contract amount, contingent upon the appropriation of funds in the annual budget for such fiscal years. 3. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. BACKGROUND The City of Santa Clarita (City) maintains approximately 850 backflow devices across various Landscape Maintenance District (LMD) Zones and City -owned facilities. These devices protect the potable water supply by preventing the reverse flow of water used for irrigation, aquatics, and fire prevention systems from contaminating the local water supply. By law, the Santa Clarita Valley Water Agency and Los Angeles County Department of Public Health require annual testing of all backflow devices. The City must submit test reports to the respective water suppliers to demonstrate compliance. Page 1 Packet Pg. 61 O The current process involves initial certification and annual re -certification of backflow devices, maintenance of a database of all devices and test results, and contracting specialized services to avoid maintaining full-time staff for testing. On May 28, 2024, the City published bid number LMD-23-24-36 on its e-procurement platform, BidNet. Prospective bidders were required to provide costs for inspecting, calibrating, and certifying 850 backflow devices in a one-year period. Additionally, bidders were asked to submit pricing for 11 different as -needed repair and service scenarios based on the City's historic operational experiences. A total of 749 vendors were notified via BidNet, with 15 expressing interest by downloading the bid specifications. Upon bid close, the City received one bid submission, with the result outlined below: BID # COMPANY I LOCATION BID AMOUNT 1 Backflow Prevention Device Tester I Santa Clarita $245,372 Staff performed outreach to several bidders who downloaded the bid documents during the bid process, but did not submit a bid. It was determined that these firms chose not to submit bids due to commitments to other projects that would not afford them the time and effort required by the scope of work outlined by the City. Following staff s review of the bid received, including the proposed pricing for the various scenarios listed in the bid, staff recommends awarding a two-year contract to Backflow Prevention Device Tester (BPDT), the City's incumbent contractor, for a total contract amount of $490,744. Overall, BPDT's pricing proposed for the various services requested reflects a 31 percent increase compared to their current contract pricing. This increase is primarily due to the annual inspection fee per backflow device rising from $48 to $60, as well as supplier material price hikes. Notably, these increases, along with other contractual fees for calibrating and certifying backflow devices, have not been raised by BPDT over the past five years. Finally, it is important to note that while the total recommended contract amount is based on required annual inspection services and predicted maintenance and repair events, the entire amount is not guaranteed compensation for BPDT. Moreover, they will only be authorized to perform repairs upon City approval. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT The recommended action requires a total budget of $245,372 from the Landscape Maintenance District fund (Fund 357), Areawide fund (Fund 367), Transit fund (Fund 700), Public Library fund (Fund 309), Recreation Facilities fund (Fund 120), and the General fund (Fund 100) for Fiscal Year (FY) 2024-25. Sufficient funds were appropriated by the City Council during the Page 2 Packet Pg. 62 O FY 2024-25 annual budget process. Funding for future years is contingent upon the appropriation of funds by the City Council during the FY 2025-26 budget adoption process. ATTACHMENTS Bid LMD-23-24-36 (available in the City Clerk's Reading File) LMD-23-24-36 - BPDT Response (available in the City Clerk's Reading File) LMD-23-24-36 REVISED EXHIBIT 3 (available in the City Clerk's Reading File) Page 3 Packet Pg. 63 Fr '1/. ��� •;�I�r r �+ Y F.AEM aIrAn FIR -• q . _ City -Wide Backflow Prevention Devices Maintenance Bid # LMD-23-24-36 TABLE OF CONTENTS Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California SECTION A NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS BIDDER'S INFORMATION AND CERTIFICATION BIDDER'S QUESTIONNAIRE CERTIFICATION OF NON -SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS PROPOSAL GUARANTEE BOND NON -COLLUSION AFFIDAVIT ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK SECTION D SUBCONTRACTOR CLAUSES SECTION E MAINTENANCE AGREEMENT FRINGE BENEFIT STATEMENT SECTION F SCOPE OF WORK SECTION G ATTACHMENTS (A-G) EXHIBIT 1 REFERENCES EXHIBIT 2 SCENARIOS EXHIBIT 3 BID SCHEDULE SECTION A Solicitation Information CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: City -Wide Backflow Prevention Devices Maintenance BID #: LMD-23-24-36 Date Published: May 28, 2024 Last Day for Questions: June 7, 2024 before 11:00 AM (PT) Bid Closing: June 17, 2024 before 11:00 AM (PT) Engineer's Estimate: $200,000 License(s) Required: Class A - Gen Eng Contractors License, American Water Works Association (AWWA) Cross Connection Certification License, and Los Angeles County Department of Health Services Backflow Prevention Certification This project encompasses the maintenance of backflow prevention devices Project Description: overseen by the City of Santa Clarita. The scope of work also includes assessment and repair of irrigation pump equipment on an as -needed basis. The awarded vendor will be responsible to certify, service, maintain, install, and repair as necessary approximately 830 devices annually. Bond Requirements: No Contact Information: Jaclyn Abston 1 (661) 255-4936 1 jabston@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. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120. Bid Questions should be submitted electronically via BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the bid proposal, the bid may be deemed non -responsive and rejected. DOCUMENT CHECKLIST Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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 ❑ Notice to Bidders Regarding Contractual Requirements ❑ Bidder's Information and Certification ❑ Bidder's Questionnaire ❑ Certification of Non -Segregated Facilities ❑ Designation of Subcontractors ❑ Non -Collusion Affidavit ❑ Acknowledgement and Acceptance of Scope of Work ❑ Exhibit 1: References ❑ Exhibit 2: Scenarios ❑ Exhibit 3: Bid Schedule ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Melanie Theisgen ❑ Maintenance Agreement ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement SECTION B Bid Instructions and Bid Clauses BID INSTRUCTIONS Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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//citvofsantaclarita 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. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All addenda will be issued through the BidNet platform, and it is the Bidder's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. All official information and guidance will be provided as part of this solicitation or written addenda and Bidders are cautioned against relying on verbal information in preparation of the bid response. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the quote response, the bid may be deemed non -responsive and rejected. 5. INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or by such 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. 6. 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. 7. 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 email to purchasing@santa-clarita.com. 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. 8. 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, etseq.), 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. 9. 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 (1-9). 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. 10. 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 (or not 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 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. 11. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this bid may be renewed annually, up to three times, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index identified in the City Council approved City of Santa Clarita Combined Engineer's Report for Landscape Maintenance Districts. Pursuant to Section I of the Engineer's Report, the maximum assessment rate may increase each fiscal year based on the annual change in the Consumer Price Index (CPI), during the preceding year, for All Urban Consumers, for the Los Angeles, Long Beach and Anaheim areas, published by the United States Department of Labor, Bureau of Labor Statistics (or a reasonably equivalent index should the stated index be discontinued). If a price adjustment is not requested prior to the award anniversary date, the previous year's rates will apply. Proposer shall honor proposal prices for One -Hundred and Twenty Days (120 days) or for the stated contract period, whichever is longer. 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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 bids will 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, 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 of Santa Clarita 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 bid 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, 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 bid. 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: ASSIGNMENTTO 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 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. 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: Company Address: Phone: Email: By: Print Name Title: Signature: Date: NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limitthe liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coveraee Insurance (Services involvine real orooertv only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Printed Name: Date: BIDDER'S INFORMATION AND CERTIFICATION Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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 Subcontractor Designations 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 Subcontractor Designations form. 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 1. Submitted by: Principal Office Address: 2. Type of Firm: Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Telephone: ❑ 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: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: State of Incorporation: 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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: _ CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work 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. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) the being first duly sworn deposes and says that he/she is (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 ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the City -Wide Backflow Prevention Devices Maintenance. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signature: Date: *Estimator's Signature: Date: *Owner's Signature: Date: *All three signatures required SECTION D Subcontractor Information SUBCONTRACTORS Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California 1. SUBCONTRACTORS. The BIDDER performs not less than fifty (50%) percent of the original contract work with the bidder's own organization. 2. LIST OF SUBCONTRACTORS. No more than fifty (50%) percent 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 PAYMENTTO 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. 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. If 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. In 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-6 Council Approval Date: Agenda Item: Contract Amount: MAINTENANCE AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND FOR THIS MAINTENANCE AGREEMENT ("Agreement") is made by and between the CITY OF SANTA CLARITA, a general law city and municipal corporation ("CITY") and ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and A. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set forth in the attached Exhibit " ," which is incorporated by reference, for CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty (30) days after receiving CONTRACTOR's invoice. 2. TERM. The term of this Agreement will be from , to The Agreement may be renewed upon mutual consent of the parties. SCOPE OF SERVICES. CONTRACTOR will perform services listed in the attached Exhibit " " CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. C. CONTRACTOR guarantees each portion of the services as installed against defective materials and workmanship for a period of one (1) year from date of CITY's written acceptance of the work. Promptly upon CITY's request within that one (1) year period, CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of equipment used in the performance of the services shall be extended to CITY's benefit for the full limit of their terms. PREVAILING WAGES. CONTRACTOR's work is considered a "Public Works project" subject to the payment of prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure to so comply shall constitute a default under this Contract. Further, all public works projects valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade does not require the use of apprentices, as indicated in the corresponding prevailing wage determination. This duty applies to all contractors on a public works project, even if their part of the project is less than $30,000. CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the project provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. The prevailing wage rates are available online at http://www.dir.ca.gov/dlsr. CONTRACTOR shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site. CONTRACTOR shall insert in every subcontract or other arrangement which CONTRACTOR may make for performance of Work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by him or her in connection with the Project. The record shall be kept open at all reasonable hours to the inspection Owner and to the Division of Labor Standards Enforcement. CONTRACTOR and its Subcontractors must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Contract Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. With each application for payment, CONTRACTOR shall also deliver certified payrolls directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts arising out of the failure or alleged failure of any person or entity to pay prevailing wages as required by law or to comply with the other applicable provisions of Labor Code Sections 1720 et seq. and implementing regulations of the Department of Industrial Relations in connection with execution of the improvements or any other work undertaken or in connection with the Public Works project. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. FAMILIARITY WITH WORK. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal and state workplace and employment laws including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. 3. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation Limits (combined single) $1,000,000/$2,000,000 (aggregate) $1,000,000 Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subj ect to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONTRACTOR for CITY. F. COVID-19. CONTRACTOR shall ensure its insurance coverages cover claims and/or losses related to the COVID-19 pandemic to the extent such insurance coverage is available. If such insurance is unavailable, but becomes available during the life of the contract, CONTRACTOR shall procure a policy and name the City as additionally insured. G. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. H. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. L Additional insured status. General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. J. Primary/noncontributing. Coverage provided by CONTRACTOR shall be primary and any insurance or self-insurance procured or maintained by CITY shall not be required to contribute with it. The limits of insurance required herein 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 before the CITY' S own insurance or self- insurance shall be called upon to protect it as a named insured. 4. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: CONTRACTOR furnishes proof of insurance as required under Section 7 of this Agreement; and CITY gives CONTRACTOR a written Notice to Proceed. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. TERMINATION. CITY may terminate this Agreement at any time with or without cause. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 5. INDEMNIFICATION. CONTRACTOR shall indemnify, defend, and hold harmless the CITY, and its officers, employees, and agents ("City indemnitees"), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees and costs of litigation ("claims"), arising out of the Contractor's performance of its obligations under this agreement or out of the operations conducted by Contractor, including the Contractor's active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY. In the event the CITY indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor's performance of this agreement the Contractor shall provide a defense to the CITY indemnitees or at the CITY' S option reimburse the CITY indemnitees their costs of defense, including reasonable legal counsels' fees, incurred in defense of such claims. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. NOTICES. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: City of Santa Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character, nor will it be deemed to constitute a continuing waiver. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's City Manager may execute any such amendment on behalf of CITY. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either parry to the other. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. CONFLICT OF INTEREST. CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. COVID-19. Prior to execution of the Agreement, the State of California declared a state of emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the County of Los Angeles ("County") issued numerous orders relating to COVID-19, including without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently extended and amended, including after the date of the Agreement, the "County Order"). In no event shall CONTRACTOR be entitled to any additional compensation in connection with any delay or costs associated with the COVID 19 pandemic, the County Order, or any other governmental requirements or regulations in connection therewith, whether currently existing or hereinafter enacted. In the event of any conflict between the terms of this Section and any other provision of the Agreement, in all events, the terms of this Section shall control. CONTRACTOR's safety and logistics plans prepared in connection with this Contract specifically takes into account the COVID-19 Pandemic, the County Order, and all other governmental requirements or regulations regarding COVID-19 as of the date of the Contract, including without limitation all safety measures required. SAFETY OF PERSONS AND PROPERTY. CONTRACTOR shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of FOR CONTRACTOR: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY City Attorney Date: CORPORATION: By: Print Name & Title Date: IF 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: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ rust un ai To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: I Effective ate: Subsistence or I rave ay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS. FUND OR PROGRAMS LISTED ABOVE (Contractor/Subcontractor) By (Name and Title) Signature City of Santa Clarita Form HC-50 FBS SECTION F Scope of Work SCOPE OF WORK Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California 1. BACKGROUND 1.1. The City of Santa Clarita is soliciting electronic sealed bids from certified backflow prevention device testers to certify, service, maintain, install, and repair as necessary approximately 830 backflow devices owned by the City of Santa Clarita. (ATTACHMENTS A-1, A-2) This includes those devices located within the City's area of responsibility: Landscape Maintenance Districts (LIVID), Urban Forestry (UF), City Parks, and City Facilities. The successful bidder shall have the knowledge, tools, and a minimum of five years' experience (EXHIBIT 1) servicing and installing backflow prevention devices, automatic control valves, backflow irrigation control stations (BIC), BIC commissioning, pressure regulators, fire service backflow apparatus, concrete pad installation and repair, and all aspects of backflow prevention devices used for municipal water delivery. The Backflow Prevention Device contractor is asked to provide a detailed cost response for maintenance, repair, and related services associated with backflow appurtenances within the City of Santa Clarita. (EXHIBITS 2 & 3). The response should include the bid completely filled out and to include all handling, miscellaneous charges and sales tax. Valid Class A - General Engineering Contractors License, American Water Works Association (AWWA) Cross Connection Certification License, and Los Angeles County Dept. of Health Services Backflow Prevention Certification is required and shall be included with bid submission. In addition, there may be need on occasion for assessment and repair of irrigation pump equipment used to boost the water pressure in the irrigation system. This contract will include costs for these assessments and repairs should the need arise. This contract may or may not be used as an exclusive contract for this purpose. I will provide an option for repairs. The awarded vendor will enter into a two-year contract with three possible renewals of one year each. 2. GENERAL REQUIREMENTS 2.1. The contractor must possess the following license and certification at time of bid submission Class A - General Engineering Contractors License, AWWA Cross Connection Certification License, and Los Angeles County Dept. of Health Services Backflow Prevention Certification. The bidder shall submit a copy of the licenses with bid submission. 2.2. The contractor shall be required to have no less than five years' experience in certification, servicing, maintaining, installing, and repairing all types backflow prevention devices including but not limited to fire service apparatus (ATTACHMENT B). Additionally, contractor must have been in business and certified as a backflow prevention device tester for at least five consecutive years. 2.3. No work will be performed on City Legal Holidays unless authorized by Special Districts Administration. (ATTACHMENT Q. 2.4. The contractor shall be required to provide five references for jobs similar in scope to the specifications provided. (EXHIBIT 1). 2.5. The hours of work shall occur within the hours of 7:00 a.m. to 5:00 p.m. Monday through Friday. 2.6. Blowers, generators, demolition hammers, or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m., Monday through Friday within the City of Santa Clarita. 2.7. Contractor is responsible for following all street traffic rules while driving within the City of Santa Clarita. The awarded vendor shall provide safe and adequate pedestrian and vehicular movement at all work sites. Contractor is responsible for any/all traffic control and is subject to "Watch Manual" rules and regulations regarding traffic control within City limits. 2.8. Damage to irrigation lines, sprinklers, plant material, concrete walkways, light poles, fencing, or any public or private property due to contractor's negligence shall be the responsibility of the contractor for repair. Repairs shall be completed within (48) forty-eight hours. 2.9. The awarded vendor shall enter into a Maintenance Agreement Contract with the City of Santa Clarita for the period of two (2) years with three (3) option years renewed annually contingent upon acceptance from the City of Santa Clarita and the Contractor. 2.10.Contractor shall at all times exhibit good customer service to City staff, City contracted staff, residents and others throughout term of this contract. All communication will be professional in manner between all parties. Unsatisfactory communication and service may be cause for contract termination. 2.11.This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/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 jobsite. 2.12.This bid is subject to SB 854 and SB-96. See Instruction to Bidders for details. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. 2.13.Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. 3. SPECIAL REQUIREMENTS 3.1. The Specific provisions for work shall include and not be limited to the items listed herein. 3.2. Contractor shall possess an American Water Works Association, (AWWA) Cross Connection Certification License and Los Angeles County Department of Public Health, Environmental Health backflow license to conduct backflow testing, certifications, and repairs. 3.3. Contractor shall perform one hundred percent of the backflow prevention device repairs, certifications, and services identified in these specifications. Subcontracted work (other work) may be accepted on an as -needed basis and is subject to prior approval from the City of Santa Clarita. 3.4. Contractor shall complete and submit the required testing and certification forms to the respective water supplier and City of Santa Clarita within 14 days of test date. (ATTACHMENTS D1, D2-1, D2-2) 3.5. Contractor shall have the tools and experience necessary to perform maintenance and repairs on all types of direct acting type pressure regulators. 3.6. Contractor shall have the tools and experience necessary to perform maintenance and repairs on all types of Automatic Control Valves (ACV's). 3.7. Contractor shall have the ability to certify, troubleshoot, maintain, commission and repair BIC- 1000 (ATTACHMENTS E1, E2-1 through E2-8, E3) stations throughout the City. This includes but not limited to the backflow prevention device and its components, regulator, master valve, pressure switch, flow switch, and solenoid on/off valve. 3.8. Contractor shall acknowledge City emergencies to the LIVID Monitor, Inspector, and/or Special Districts' staff within fifteen (15) minutes of being notified during working hours, (7:00am to 5:00pm), and acknowledge within thirty (30) minutes outside of working hours. The contractor must have necessary resources available within two (2) hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. 3.9. Contractor shall respond and complete repairs within 24-48 hours for standard service calls. 3.10.Contractor shall provide original backflow reports/certification forms to the designated water agency(s) and must provide a copy of each report to the City. (ATTACHMENTS D1, D2-1, D2-2) 3.11.Contractor shall perform compliance (certification) testing following any dismantling, manipulation, or repair of any backflow prevention device, at time of repair (regardless of annual test date). Confirmation of readings shall be included with invoicing. 3.12.Contractor shall provide the physical location/address, time/date of testing, pressure reading, and water meter numbers on all backflow test forms, even if not required by the water agency. 3.13.Contractor shall maintain a current contractor's license (A - General Engineering) at all times during the term(s) of the agreement. 3.14.Contractor shall perform annual calibration test completed on all backflow gauges used. 3.15.Mark-up on material(s) shall not exceed 15%. Contractor shall provide copies of materials invoices upon request. Additional Attachments for informational purposes: • (ATTACHMENTS F-1, F-2) BIC-1000 and ACV Spreadsheet • (ATTACHMENT G) Enclosures SECTION G Attachments ATTACHMENT A-1 CITY OF SANTA CLARITA BACKFLOW PREVENTION DEVICE EXAMPLES The following is a general list that includes, but is not limited to, the devices found in our inventory. *The most commonly found devices have a yellow background. SIZE MANUFACTURER MODEL 1" WATTS 009 2" WATTS 009 2.5" WATTS 009 3" WATTS 009 1" WATTS 009 PC .5" WATTS 009QT 1" WATTS 009QT 1.5" WATTS 009QT .5" WATTS 009PCQT 1" WATTS 009PCQT 1.5" WATTS 009PCQT 1.5" WATTS 009M1 2" WATTS 009M1 1.5" WATTS 009M2 2" WATTS 009M2 3" WATTS 009M2 .75" WATTS 009M3 1.5" WATTS 009M1QT 2" WATTS 009M1QT .75" WATTS 009M2QT 1" WATTS 009M2QT 1.25" WATTS 009M2QT 1.5" WATTS 009M2QT 2" WATTS 009M2QT 1.5" WATTS 009M1PCQT 2" WATTS 009M1PCQT .75" WATTS 009M2PCQT 1" WATTS 009M2PCQT 1.25" WATTS 009M2PCQT 1.5" WATTS 009M2PCQT 2" WATTS 009M2PCQT .5" WATTS LF009QT 1" WATTS LF009M2QT 1.5" WATTS LF009M2QT 2" WATTS LF009M2QT 2.5" WATTS LF009 1" WATTS 909 1.5" WATTS 909 2" WATTS 909 SIZE MANUFACTURER MODEL 2.5 " WATTS 909 3" WATTS 909 4" WATTS LF909 1" WATTS 909QT 1.5" WATTS 909QT 2" WATTS 909QT 3" WATTS 909QT 1.5" WATTS 909M1QT 2" WATTS 909M1QT .75" WATTS 919 1.5" WATTS 919QT 2" WATTS 919QT 1" WATTS 800M4QT 1.5" WATTS 0009M2AQT 3" WATTS 957 3" AMES MAXIM 400 8" AMES MAXIM 200 4" AMES 4000SS 2.5" AMES COLT400 4" AMES COLT 300 4" AMES COLT400 .75" AMES 2000B 10" WATTS 774 6" AMES 3000SS 6" AMES 4000OSS .75" WATTS 007M3 1" FEBCO 765 2" FEBCO 765 1" FEBCO 860 1.25" FEBCO 860 2" FEBCO 860 .75" FEBCO 825Y 1" FEBCO 825Y 1.25" FEBCO 825Y 1.5" FEBCO 825Y 2" FEBCO 825Y 1" FEBCO 825YA 2" FEBCO 825YA 3" FEBCO 825YD ATTACHMENT A-2 CITY OF SANTA CLARITA BACKFLOW PREVENTION DEVICE EXAMPLES SIZE MANUFACTURER MODEL 4" FEBCO 825YD 4" FEBCO 806YD 4" FEBCO LF880V 6" FEBCO LF880V .75" FEBCO 805YD 2.5" WILKINS 975 1" WILKINS 975XL 1.25" WILKINS 975XL 1.5" WILKINS 975XL 2" WILKINS 975XL 2.5" WILKINS 975 6" I WILKINS I 350DA SIZE MANUFACTURER MODEL 3/4" WILKINS 950XL 1" WILKINS 975XL2 2" WILKINS 975XL2 1" SM R P-711-5 .5" APOLLO RPLF4A 6" APOLLO RPLF4A 2.5" RAIN RPA250R 1.5" ARI 500 2" ARI 500 1.5" ARI 501 2" ARI 501 TMTM�� II A 1 TACH E IM I ti W► Nk' f �, ti r ti�, - ' '" � ,.'�1 � .���- +I1� ��•��' .�. fr�r r-_i�11� :*a._�•. - , " � 1I .,, i �� f. I I f i d,..' �+ r � A` ,► ��„"r ,1 .. � / � 1 • � -- i kY # ATTACHMENT C 2024 Holiday Schedule New Year's Day Martin Luther King Jr. Day President's Day Memorial Day Monday, January 1 Monday, January 15 Monday, February 19 Monday, May 27 Juneteenth Wednesday, June 19 Independence Day Thursday, July 4 Labor Day Monday, September 2 Columbus & Indigenous People's Monday, October 14 Day Veterans Day Monday, November 11 Thanksgiving Day Day after Thanksgiving 1/2 Day for Christmas Eve Christmas Day 1 /2 Day for New Year's Eve New Year's Day Thursday, November 28 Friday, November 29 Tuesday, December 24 Wednesday, December 25 Tuesday, December 31 Wednesday, January 1, 2025 ATTACHMENT D1 sC I1 Notification Month: ��WATER BACKFLOW PREVENTION ASSEMBLY FIELD TESTING AND MAINTENANCE REPORT CUSTOMER NAME: PHONE: SENT VIA EMAIL: SERIAL NUMBER: NIANUFACTUER: MODEL: TYPE: SIZE: METER NUMBER: ACCOUNT NUMBER: SERVICE ADDRESS: BACKFLOW LOCATION: CHECK VALVE I CHECK VALVE 2 DIFFERENTIAL AIR INLET SHUT OFF PRESSURE RELIEF VALVE VALVE VALLE INITIAL TEST CLOSED CLOSET} OPENED AT OPEND AT CLOSER PASSED TIGHT TIGHT _ TIGHT__ FAILED LEAKED LEAKED DID NOT DID NOT OPEN OPEN REPAIR CLEANED CLEANED —CLEANED _CLEANED REPLACED _REPLACED REPLACED REPLACED PSI _DISC DISC _DISC DISC SPRING? —_GUIDE SPRING SPRING _DIAPHRAGM SEATS) _DIAPHRAGM(S) I rNGE PIN _GUIDE —HINGE PIN _FLOATS —SPRING SEAT(S) SEATS) 0-RINGS OTHER _DIAPHRAGM DIAPHRAGM _MODULE MODULEMODULE OTHER FINAL TEST CLOSED CLOSED OPENED AT OPENED AT PASSED TIGHT TIGHT I Il METER READING: (OTHER COMMENTS: INITIAL TEST: SIGN: PRINT. COMPANY NAME/PHONE TEST DATE/TIME TESTER NUMBER REPAIRED BY: SIGN: PRINT: COMPANY NAME/PHONE TEST DATE/TIME TESTER NUMBER FINAL TEST: SIGN: PRINT: COMPANY NAME/PHONE TEST DATE/TIME TESTER NUMBER CUSTOMER MAILING ADDRESS: CITY OF SANTA CLARITA 23920 VALENCIA BLVD STE 295 VALENCIA, CA 91355 MAIL TEST TO: SCV Water 26521 Summit Circle Santa Clarita, CA 91350 Or to: backflow@scvwa.org of LOsq^O` F COUNTY OF Los ANGELES kx xx Public Health cAIIFORN\P RE: NOTICE OF BACKFLOW PREVENTION DEVICE TESTING For the protection of your drinking water supply the backflow prevention device, as described on the reverse -side of this notice, was installed on the premises which is owned or controlled by you. Pursuant to the requirements of the California Code of Regulations, Title 17, the Los Angeles County Code, Title 11 § 11.38.480 and California Health & Safety Code, section 116800: • Backflow prevention devices shall be tested at least once each calendar year, to determine whether it is functioning satisfactorily. If the device is found defective, repair or replace the device. You may call our office to verification failed devices and the need to replace a backflow prevention device. Check with your local Building & Safety Department for installation or removal permits of the backflow prevention device. • Backflow prevention device test notices under the jurisdiction of this Department shall originate from the Department of Public Health, Environmental Health Division. Water companies and Cities may also send backflow test notices for devices located at the water service connection. Call this office if you receive duplicate test notices from different agencies. Our office will make contact with the water company to verify authority. • The original test notices will be sent directly to you, the owner/manager of this backflow device. You are responsible for the processing and timely return of the notices to the Environmental Health Division by the date specified on the reverse side of this notice. • The testing must be performed by a qualified individual possessing a valid Backflow Testers Certificate of Competency issued by the County of Los Angeles. Besides your local telephone directory a list of companies certified to perform backflow testing can be found at: www.publichealth.lacounty.gov/eh/docs/ep_cross_con_emplist.pdf Once the backflow testing has been performed the certified tester will fill in this notice and return the notice to you. Please sign and date the test notice and mail the original test notice to this Department to the address listed below. Keep a copy for your records. The testing company should not mail in the form. We suggest that you do not presign nor predate the test notice. Please forward any complaints and/or questions to the address listed below. You may request a field inspector from this department to conduct a survey of your premises to evaluate hazards that may potentially contaminate the domestic water supply by means of a cross connection; no fee for this service. Contact Information: Los Angeles County Department of Public Health Environmental Health / Cross Connection & Water Pollution Control Program (626) 430-5290 Los Angeles County Department of Public Health Cross Connection & Water Pollution Control Program 5050 Commerce Drive, Room 116 Baldwin Park, CA 91706-1423 H1056 (07-10) ATTACHMENT D2-2 BACKFLOW PREVENTION DEVICE FIELD Owner/Manager Signature Required TESTING AND MAINTENANCE REPORT ccwpcp@ph.lacounty.gov FIRM #: RETURN NO LATER THAN: MANUFACTURER:MODEL: SIZE: SERIAL. NUMBER: I 11111 111 111I1 11111111 I1 li 1111 LOCATION: Water Pressure: SUB -FIRM #: DEVICE #: ppareo iNOTE: rYetllnn # 1 CHECK VALVE #2 CHECK VALVE )IFFERENTIAL PRESSURE AIR INLET VALVE ❑ AIR GAP Check with Building & RELIEF VALVE jZd CHECK OPENED AT: 2 PIPE Safety for installation or removal permits of backflow devices. Only approved backflow devices shall INI CLOSED AT /FINAL CLOSED AT: OPENED AT: TIAL READING _11-90DD DIAMETERS be installed. TEST PSID DID NOT OPEN ❑ If device replaced, reason LEAKED ❑ LEAKED ❑ APPROVED ❑ LEAKED ❑ CLOSED TIGHT DID NOT OPEN ❑ LEAKED ❑ ❑ Not Repairable ❑ CLOSED AT $ Parts not available Q Stolen/missing INITIAL TEST: PASSED 0 YES NO DESCRIBE ❑ Owner request Check Box(s) if applicable & mail CLEANED ❑ CLEANED Q CLEANED ❑ CLEANED ❑ OBSTRUCTED REPLACED: REPLACED: REPLACED: REPLACED: back: R ❑ E DISC Q DISC ❑ DISC ❑ DISC ❑ Q Business sold/closed P DISC HOLDER Q DISC HOLDER Q DISC HOLDER Q DISC HOLDER Q ❑ Device removed Vertlflcation A I SPRING Q SPRING Q SPRING ❑ SPRING ❑ MODIFIED needed by Field Inspector R GUIDE Q GUIDE ❑ DIAPHRAGM(S) ❑ CANOPY ❑ Q S HINGE PIN ❑ HINGE PIN ❑ SEAT Q DIAPHRAGM Q ❑ New ownership/business, SEAT Q SEAT Q BY PASSED test devlce and update this O-RINGS ❑ O-RINGS ❑ form below O-RINGS ❑ O-RINGS ❑ MODULE Q OTHER Q ❑ ❑ Moved - Include new address MODULE ❑ MODULE ❑ OTHER ❑ DESCRIBE ❑ Other OTHER Q OTHER ❑ DESCRIBE BREACHED Only use blank forms for testing & DESCRIBE DESCRIBE ❑ registering new installations OTHER TESTCOCK #1 ❑ TESTCOCK #3 ❑ SHUTOFF #1 ❑ REPLACEMENTS: TESTCOCK #2 ❑ TESTCOCK #4 SHUTOFF #2 13 APP READING: RESTORED TESTING COMPANY FINAL P - TEST � CLOSED A OPENED AT: OPENED AT: ❑ CLOSED AT/FINAL MI6 SID Ii TESTING COMPANY PHONE NUMBER READING P ID CLOSED TIGHT ❑ FINAL TEST: PASSED ❑ GAUGE MAKER, MODEL & SERIAL - ESTER NOTES: CALinnATION DATE TMF nwnvF vconQT TS CERTIFIED TO BE TRUE: INTIAL TEST -Hy (SIGNATURE) (PRINT NAME) TESTER At WORK PERFORMED REPAIR BY (SIGNATURE) (PRINT NAME) _ PI FINAL TEST BY (SIGNATURE) (PRINT NAME) TESTER # I ACKNOWLEDGI� RECEIPT OF COMPLETED, ORIGINAL TEST FORM Site Contact & Phone # 9W �ER1MA GER [SIGNATURE [PRfNI NAMEj �F) i9:j MO DAY YR TIME MO DAY YR MO DAY YR TIME r CORRECTIONS ADDRESS/BUSINESS NAME ATTACHMENT E1 City of Santa Clarita Backflow Irrigation Control (BIC) Certification / Commissioning Form Date: Backflow Comoanv: Landscape Com ion Controller Serial # Location: Backflow Company to initial the tasks that were completed. In the event a task has not been completed, use the space given below for explanation. 1.) The backflow assembly was tested and certified and the report was turned into the proper water agency/company. 2.) The flow meter is installed, wired to the irrigation controller and is operational. 3.) The pressure switch is installed, wired to the master valve, and operational. 4.) Pressure gauges have been installed in order to monitor both inlet and outlet pressure. 5.) The enclosure has been installed or is in place and secured on a cement pad/foundation. 6.) City specified locks have been installed on the enclosure to protect the BIC Station from theft/vandalism. 7.) All wiring connections are secure and run through conduit in an organized fashion. 8.) Master Valve successfully activated by irrigation controller and operational in conjunction with the flow sensor. 9.) The inlet pressure coming into the station is PSI. 10.) The outlet pressure going out of the station is PSI. 11.) Pressure has been verified with the landscape company in order to adequately irrigate, prevent high pressure "fogging", and runoff potential has been significantly reduced. Notes: The BIC Station commissioning and functionality has been confirmed, the backflow device has been certified and the BIC Station is deemed fully operational. Backflow Contractor Landscape Contractor (Signature) (Signature) (Print Name) (Print Name) ES/IS-BIC-1000 "Installation & Specification Guide" Backi'low Irrigation Control Station BIC-1000 Table of Contents I. BIC Station Description & Features............................................................................................................... 2 AutomaticControl Valve Data.................................................................................................................... 3-4 Specification Drawing Configuration Data Valve Station Component Requirements Typical Performance Data Typical Configuration Drawing Customer Inputs AutoShift Valve Data.................................................................................................................................. 5-6 Specification Drawing Configuration Data Valve Station Component Requirements Typical Performance Data Typical Configuration Drawing Customer Inputs II. BIC Station Operation.................................................................................................................................... 7 Description ATTACHMENT E2-2 The primary purpose of this valve station is to provide pressure control over a large range of flow rates at a fixed point in the irri- gation system. The station shall be designed such that - A. System pipe breaks and leakage are minimized, based on best practice design principles. B. Ease of System Maintenance is of primary importance. C. System Performance is reliable and consistent and matches certified design criteria. A secondary purpose of this valve station may be to provide on - off flow control to the system. Features A. System pipe breaks and leakage are minimized based on best practice design principles The valve station shall be designed such that the following capabilities may be achieved - 1 . Maintain system pressure at a constant pressure that will provide adequate discharge from the worst case Station or Head from 20% to 100% of design flow. • No more than 10psi variation at steady state flow over entire operating range from 20% to 100% of continuous flow range. 2. Reduce or eliminate pressure spike or "Water Hammer" events by minimizing operating pressure during operation. • Field adjustable closing speed on pressure or flow control valves. • Field adjustable set point with minimal "drop off" as flow rate increases. • Ability to set the stable pressure as low as possible while maintaining "Al " (see above). Range: 40 - 120psi set point. 3. Provide a means to drastically reduce system pressure when the system is idle. • Provides a small pre -load valve to maintain a constant low pressure to the system during idle times. • A low flow rate valve is ideal in order to conserve water should pipe leaks be prevalent. 4. Minimize the amount of piping that is subjected to high purveyor supply pressure. • Provide a valve station as near to the purveyor connection as possible. B. Ease of System Maintenance is of primary importance. 1. Provide for ease of access. • Valve Station shall be designed to be installed so that all equipment that may require scheduled maintenance or repair is above ground. 2. Provide for means to determine functionality. • All equipment subject to inspection for maintenance / repair / or performance evaluations shall be designed such that proper operation can be determined through external test methods rather than solely by disassembly and inspection. 3. Provide for means of in -line repair or ease of replacement. • All equipment shall be flanged, or installed with unions or grooved couplers. • Adequate Spacer Flanges shall be used to ensure that compensation for manufacturing variations in equipment lay length may be made. C. System Performance is reliable and consistent and matches certified design criteria. 1. Provide fully matched and certified components in a pre - assembled and certified valve station. • Wherever possible, a single manufacturer's components shall be used in the Valve Station Assembly. • Valve Station vendor shall provide a certified submittal with bill of materials which will detail the primary customer con- nection dimensions, the installed equipment, and the materials of construction for approval prior to fabrication. • Vendor shall provide a pre -assembled Valve Station that has received at a minimum full hydro -test to 1.5 times the design supply pressure for 5 minutes. • Vendor shall provide performance data submittals for com- parison of proposed Valve Station performance to system design criteria. ATTACHMENT E2-3 Automatic Control Valve Data BIC 1000 Specification Drawing JOB NAME Configuration Data - CUSTOMER Typical BOM and Drawing ENGINEER Valve Station Component Requirements RFQ# ACV ONLY ITEM QTY DESCRIPTION MATERIAL SIZE CONNECT 1 1 SHUT-OFF VALVE Contact Factory FLANGE 2 OPTIONAL FLOW METER Contact Factory FLANGE 3 1 FLANGE X THREAD ADAPTOR 304 SS / ZN PLATE STEEL FLANGE 4 1 DIAPHRAGM ACTUATED CONTROL VALVE FBE / DI / SST FLANGE 5 1 FLANGE X GROOVE ADAPTOR 304 SST FLG X GRV 6 1 GROOVE COUPLER EPDXY COATED DI GROOVE 7 1 RELIEF VALVE BRASS / BRONZE FLANGE 8 1 OUTLET HEADER 304 SST FLANGE 9 1 SHUT-OFF VALVE Contact Factory FLANGE 10 3 SPACER FLANGE - SLOTTED - NOT SHOWN 304 SST FLANGE NOTE: See specific component specifications or literature for detailed component material descriptions Typical Performance Data LINE SIZE FLOW RATE CAPACITIES - GPM CONTINUOUS INTERMITTENT* MINIMUM PRESSURES - PSI Mir MAX INLET MIN DP SET POINT RANGE 2 210 260 1 170 20 40 -120 3 460 570 30 170 20 40 -120 4 800 1000 50 170 20 40 -120 6 1800 2300 115 170 20 40 -120 *Based on: a - Max capacity through the ACV for a system with a 20psi or greater pressure reduction requirement LINE SIZE FLOW RATES - GPM 20%CONT 20%INTERMIT FALL OFF FROM SET POINT @ - PSI 20%CONT 20%INTERMIT 100%CONT 100%INTERMIT 2 42 52 0 1 4 6 3 92 114 0 0 1 2 4 160 200 0 1 2 4 6 1 360 460 1 0 0 1 2 X Hydro test the fully assembled Valve Station to 175psi for 5 minutes without leakage. Typical Configuration Drawing - Above Ground Installation H Height from Flange To Top CC - Center Line of Inlet / Outlet Pipes 3 ATTACHMENT E2-4 Customer Inputs Station Specifications Customer Connections — Input Header Size Size Check One Component Customization Strainer — Item 2 ACV — Item 3 Style Check One 1 Style Check One LAUSD MASTER AUTO SHIFT NONE Backflow Preventer — Item 4 Standard Standard Style Check One 909PCOT 009M2PCOT NONE Standard Lug Type Butterfly Shutoff Valves — Item 1 & item 9 Style Check One 1 Typical Dimensional Data Certified Drawing Supplied with Order Pipe Size - NPS Typical Dims - Inch 1 1 Backflow - Irrigation Control Valve Station (BIC) Description Backflow Irrigation Control Valve Station Pre -Engineered / Pre -Assembled / Certified To meet the material list, Customer Connection Dimensions, Installed Equipment and Materials of Construction with individual components supplied and supported by Watts Regulator as shown featuring: • Flanged or Grooved Connections between all components. • Stable Field adjustable set point for outlet condition within 10psi over a range of flow from 20% - 100% of continuous design flow rate • Water Hammer reduction is enhanced by field adjustable closing speeds on pressure or flow control valves ... equipped with a small pre -load valve. ATTACHMENT E2-5 Automatic Shift Valve Data BIC 1000 Specification Drawing JOB NAME Configuration Data - CUSTOMER Typical BOM and Drawing ENGINEER Valve Station Component Requirements RFQ# AUTO SH I FT VALVE ITEM QTY DESCRIPTION MATERIAL SIZE CONNECT 1 1 SHUT-OFF VALVE Consult Factory FLANGE 2 1 STRAINER - WYE 304 SS / ZN PLATED FLG FLANGE 3 1 DIAPHRAGM ACTUATED CONTROL VALVE FBE / DI / SST FLANGE 4 1 FLANGE X THREAD ADAPTOR 304 SS / ZN PLATE STEEL FLANGE 5 1 BACKFLOW PREVENTER - WATTS 009M2PCOT TEFLON COATED BRONZE FLG X GRV 6 1 GROOVE COUPLER EPDXY COATED DI GROOVE 7 1 OUTLET HEADER 304 SST FLANGE 8 1 RELIEF VALVE BRASS / BRONZE FLANGE 9 1 SHUT-OFF VALVE Consult Factory FLANGE 10 3 SPACER FLANGE - SLOTTED - NOT SHOWN 304 SST FLANGE NOTE: See specific component specifications or literature for detailed component material descriptions Typical Performance Data LINE SIZE FLOW RATE CAPACITIES - GPM CONTINUOUS INTERMITTENT* MINIMUM PRESSURES - PSI MAX INLET MIN DP SET POINT RANGE 2 160 220 1 170 20 40 -120 3 320 480 30 170 20 40 -120 4 500 750 50 170 20 40 -120 6 1000 1500 115 170 20 40 -120 *Based on: a -150% Emergency Flow rate through Backflow Preventer (90 Minute UUFM Test) b - Max Capacity through the ACV for a system with a 20psi or greater pressure reduction requirement LINE SIZE FLOW RATES - GPM 20%CONT 20%INTERMIT FALL OFF FROM SET POINT @ - PSI 20%CONT 20%INTERMIT 100%CONY 1 100%INTERMIT 2 32 44 4 5 8 18 3 64 96 3 3 4 11 4 100 150 5 6 7 9 6 1 200 300 1 4 1 4 5 6 X Hydro test the fully assembled Valve Station to 175psi for 5 minutes without leakage. Typical Configuration Drawing - Above Ground Installation H Height from Flange To Top CC - Center Line of Inlet / Outlet Pipes 5 ATTACHMENT E2-6 Customer Inputs Station Specifications Customer Connections — Input Header Size Size Check One Customer Customization Strainer — Item 2 ACV — Item 3 Style Check One 1 Style Check One LAUSD MASTER AUTO SHIFT NONE Backflow Preventer — Item 4 Standard Standard Style Check One 909PCOT 009M2PCOT Standard NONE Lug Type Butterfly Shutoff Valves — Item 1 & item 9 Style Check One 1 Typical Dimensional Data Certified Drawing Supplied with Order Pipe Size - NPS Typical Dims - Inch 1 1 Backflow - Irrigation Control Valve Station (BIC) Description Backflow Irrigation Control Valve Station Pre -Engineered / Pre -Assembled / Certified To meet the material list, Customer Connection Dimensions, Installed Equipment and Materials of Construction with individual components supplied and supported by Watts Regulator as shown featuring: • Flanged or Grooved Connections between all components. • Stable Field adjustable set point for outlet condition within 10psi over a range of flow from 20% - 100% of continuous design flow rate. • Water Hammer reduction is enhanced by field adjustable clos- ing speeds on pressure or flow control valves ... equipped with a small pre -load valve. ATTACHMENT E2-7 BIC Station Operation Note A Turning on the system 1. Pressurize pressure system slowly from meter to inlet butterfly at closed position. 2. Open inlet butterfly'/4" turn slowly about 2-3 notches. 3. Vent trapped air from top of Remote Control Valve cover and tubing at connection high point. 4. Open solenoid manual override. This will allow master valve and regulator to open and close. 5. Vent backflow at TC4-TC3-TC2 when applicable. 6. Open inlet butterfly to full capacity. The system is now ready to flow water. 7. Open outlet butterfly to slowly pressurize system. 8. With system flowing 5-10 GPM adjust pilot on Automatic Control Valve by adjusting screw clockwise to raise pressure. Adjust screw counterclockwise to lower pressure. Be sure Preload Pilot is closed at inlet ball valve. 9. Shut off downstream flow, observe psi as the holding set psi. Regulator is now set for system flowing pressure. B. Placing the system into static condition 10. Close solenoid manual override. This will close Master Valve and Regulator. It will now not open to downstream pressure loss (placing the system into static condition), until the 24 volt solenoid is activated by controller. C. Setting preload regulator to maintain LP static condition 11. Bleed off system's static pressure at any downstream outlet of the system or at TC4 on backflow to approximate 25psi close TC4 when applicable. System should be holding the 25-30psi tight (there is no supply of water to system because Master Valve is closed). 12. Open water supply ball valve to Preload Pilot, observe pres- sure, adjust pilot clockwise to raise system pressure above gauge, pressure holding at 25psi. 13. Adjust pilot counter clockwise to lower system pressure below 25psi. Observe gauge. Preload Regulator is set for the entire system static standby pressure. System Preload Regulator is now set. 14. Verify system static standby low pressure/shifting to system dynamic demands. 15. Turn on controller to station #1 and observe pressure set- ting, adjust as needed. D. Setting system high pressure relief valve 16. Raise system operating to 20 pounds higher than set pressure. 17. Adjust Automatic Control Valve / Master Valve pilot clock- wise to increase pressure reading to highest setting allow- able over set pressure. 18. Adjust the Relief Valve until water starts to discharge. The Relief Valve should now be opening at the desired maxi- mum pressure above system set point which should be approximately 20psi. Relief Valve is now set. E. Setting the pressure control stat 19. With the system at static 20psi +/- above system set point, adjust the pressure control switch until it turns off the Master Valve 24 volt system. Pressure control stat is now adjusted. 20. Fine tune Remote Control Valve to minimize/eliminate water hammer to system. It is recommended that you fine tune each Remote Control Valve by closing down the throttle stem on each Remote Control Valve while flowing to help eliminate closing pressure spike. This should have a large affect on water hammer on your system. Adjust throttle stem on Remote Control Valve until the system starts to show a decrease in coverage. This is where the throttle stem should stay for the Remote Control Valve to function correctly. All rubber parts are standard across the valve line. All hard stain- less steel wetted parts are above industry standards and are not found in the typical automatic control valve, master valves, pilot valves, etc. The backflow is also above industry standards by encompassing the valve in fully polymer coated internals to the highest degree of corrosion resistance. Always follow your local agency codes and procedures when installing, operating, and maintaining the BIC Station. ATTACHMENT E2-8 For additional information, visit our web site at: www.watts.com VAWATM Water Safety & Flow Control Products [:isj 9001 CERTIFIED USA: 815 Chestnut St., No. Andover, MA 01845-6098; www.watts.com Canada: 5435 North Service Rd., Burlington, ONT. 171 5H7; www.wattscanada.ca ES/IS-BIC-1000 0437 © Watts Regulator Company, 2007 A&INNS"- *,- - hLA fi ATTACHMENT F-1 Backflow Irrigation Control (BIC) and Automatic Control Valve (ACV) Location Examples City of Santa Clarita BIC-1000 Stations 1 Newhall Ranch Rd. - Furtherst North towards the 126 Freeway 2 Newhall Ranch Rd. - Middle Station 3 Newhall Ranch Rd. - Closest to Rye Canyon near Aurora Dr. & Gateway Village 4 Newhall Ranch Rd. - South of Home Depot 5 River Village - LMD 13 - Near Sawmill Rd. 6 River Village - LMD 17A - North toward new bridge next to 17B 7 River Village - LMD 17B - North toward new bridge next to 17A 8 River Village - Closest to Millhouse Dr. on East Side of Rd. going toward Bouqet 9 River Village - AW2 - Closest to Bouquet on the East Side of the St. 10 River Village - C25 - Closest to Bouquet on the West Side of the St. 11 San Fernando Rd. - Down from Midas Store located at 25745 Railroad Avenue 12 Magic Mountain Pkwy - At road near Kinkos located at 24125 Magic Mountain Pkwy 13 Corner of Fairview & Mcbean Pkwy - LMD Zone T-46 14 T-52 Stonecrest - Retrofit - (2) BIC Heads 15 Newhall Library 16 Valencia Library 17 Sand Canyon & SR14 Fwy 18 Lyons Ave. & Interstate 5 Fwy 19 Zone 2008-1 - Orchard Village & Lyons Ave 20 Zone 2008-1 - Orchard Village & Lyons Ave 21 Newhall Ave Beautification - Pine St & Newhall Ave 22 Sierra Hwy Beautification 23 Sierra Hwy Beautification 24 Sierra Hwy Beautification 25 Newhall Ranch Rd Bridge- between Dickason & Mcbean F26 Newhall Ranch Rd Bridge- between Dickason & Mcbean ATTACHMENT F-2 Backflow Irrigation Control (BIC) and Automatic Control Valve (ACV) Location Examples 27 114 Freeway and Golden Valley Rd Automatic Control Valves (ACV) 1 LMD T-52 - Stonecrest- Controller #9 - 14351 Rushmore 2 LMD T-52 - Stonecrest - Controller 910 -14433 Colorado 3 LMD T-52 - Stonecrest - Controller #11 - 29446 Mammoth 4 LMD T-52 - 14512 Grandifloras 5 LMD 2008-1 - 29112 Mammoth - Soledad Median 6 IZone T29 - 26916 Flo Lane 7 Zone 18 - 27420 Tourney Rd 8 Facilities - McBean Pkwy Bus Station NPRI 1 T,1 El r y -Milk �, #i k .. _ ■ 1Y■ 1 , y J n A 3 u 1} Y a r_-. MR r i EXHIBIT 1 References EXHIBIT 1 Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California REFERENCES CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES LMD The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 2. 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Started Date Completed Name and Address of Owner / Agency Name and I a ep one Number of Person Familiar with Project Contract moun ype of Worka e Completed Date Started Date Completed Name and Address of Owner / Agency Name and I e ep one Number of Person Familiar with Project Contract moun ype of Work Date Started Date Completed M 5. EXHIBIT 1 (con't.) Name and Address of Owner / Agency Name and I e ep one Number of Person Familiar with Project Contract moun ype of Worka e Completed Date Started Date Completed Name and Address of Owner / Agency Name and I e ep one Number ot Person Familiar with Project Contract moun ype of Worka e Completed Date Started Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: EXHIBIT 2 Scenarios EXHIBIT 2 Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Scenarios (Please include responses in Bid Schedule where indicated:) A. 2" Febco 825Y backflow assembly had a relief valve opening of 1.2lbs. Provide pricing for a relief valve rubber repair kit (Part # 905-054) to repair the backflow and complete a final certification. Labor: $ Materials: $ Total: $ B. 6" Ames 3000SS backflow assembly has a #1 check leak at the time of testing; provide pricing to repair the backflow's #1 check (Part # 7010098), #2 check (Part # 7010101), and complete a final certification. Labor: $ Materials: $ Total: $ C. 1.5" Watts 009M2PCQT backflow assembly has been stolen and only the brass inlet/outlet riser and concrete pad remain. Provide price to install a new 1.5" Watts 009M2PCQT backflow assembly (Part # 0436043) and StrongBox, Part # SBBC-45CR enclosure. Labor: $ Materials: $ Total: $ EXHIBIT 2 D. 1" Watts 009M2PCQT backflow assembly has a #1 ball valve that has freeze damage and needs to be replaced with a new Watts ball valve (Part # LFFBV-0125028). Labor: $ Materials: $ Total: $ E. 10" Watts 774 backflow assembly has a #2 gate valve leaking, provide pricing to repair the gate valve packing. Labor: $ Materials: $ Total: $ F. You receive a call at 3:30pm on a Friday that a 2" Watts 009M2PCQT backflow assembly is leaking and needs a complete rubber repair kit (Part # 0887547) to be repaired by 6:30pm. Labor: $ Materials: $ Total: $ G. A 2" Watts 115 regulator is not regulating properly and needs a new main body rubber kit (Part # 5346-01) and pilot rubber kit (Part # 5138-06). Labor: Materials: $ Total: $ EXHIBIT 2 H. 1.5" BIC-1000 station is turning off because the ACV orifice (Part# 2691-27) is inoperable. Cost to repair and re -certify. Labor: $ Materials: $ Total: $ I. A 1.5" Watts 223 regulator located on the inlet riser is not working and needs to be replaced with a Watts LF-223B (Part# 0298569). Labor: $ Materials: $ Total: $ J. A 2" backflow was stolen and they only left the unions to adapt to at the ground. A dig - up is not needed, but new risers, fittings and a backflow are needed. Please provide a cost to install a new backflow assembly and the backflow being used should be a 2" ARI 501 backflow assembly. Labor: Materials: $ Total: $ K. There is an irrigation booster pump that is not turning on in one of the LMD Zones. There is need for a certified electrician to inspect the pumps electrical to assist your team on determining if the issue is the pump itself or is the issue an electrical problem to the pump. You will need an electrician for 2 hours, so please calculate that into your total cost, and you will also need a new flow switch to get the pump back up and running again. Labor. $ Materials: $ Total: $ EXHIBIT 3 Bid Schedule EXHIBIT 3 BID SCHEDULE Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ALL LINE ITEMS TO BE PROVIDED AND INSTALLED COMPLETE (INCLUDES LABOR USING PREVAILING WAGE REQUIREMENTS, MOBILIZATION, MATERIALS, EQUIPMENT, ETC.) Item Item Description Units Qty• Cot Unit Bid Price General Testing and Response (approximate Quantities) I Backflow Testing Fee for initial annual test and EA 850 certification Backflow re -testing fee for 2 additional testing (if needed due EA 375 to initial test failure 3 Automatic Control Valve (ACV) EA 25 inspection and pressure calibration 4 Backflow Irrigation Control (BIC) EA 30 station commissioning 5 Direct acting regulator inspection EA 300 and pressure calibration 6 After hours response (2 hours) EA 40 Potential Scenarios (Actual # of instances will vary) 7 See Scenario A. EA 350 8 See Scenario B. EA 6 9 See Scenario C. EA 3 10 See Scenario D. EA 50 11 See Scenario E. EA 5 12 See Scenario F. EA 20 13 See Scenario G. EA 8 14 See Scenario H. EA 30 15 See Scenario L EA 10 16 See Scenario J. EA 10 17 See Scenario K. EA 30 Total all BASE BIDTOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: ALL SUBMISSIONS SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS Company: Contract Name: Address: Date: License No. (Class A): Phone No.: Signature: SA" TA C 0 .r �� T6 pECEMsfF' Addendum No. 1 BID # LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Addendum No. 1 June 10, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. LIABILITY INSURANCE In the NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS document in the bid packet, Section II states: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Please defer to the Sample Agreement language instead, which states: Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. MIWiIV1101 :0%0:1.". O� SANTA CL U Y GG�a�O �S �ECEM®EF man END OF ADDENDUM Addendum No. 1 June 10, 2024 This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative Company Name Date ,HIWiIVI.SI:3z0:1.". PROPOSAL FORM Bid #LMD-23-24-36 City -Wide Dackflow Prevention Devices Maintenance City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: �,� ' ��("� ��`� 1U► ^�1 �i�e� `� Company Address: a,_ -I Phone:�1�Z��U Email:`�� By: CSC �(� ('� Print (N�a Title: l_jT Cl �_ 1 1 LyXc-I Signature: � ��C 4 Date: NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent, The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: Printed Name: BIDDER'S INFORMATION AND CERTIFICATION Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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 Subcontractor Designations 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 Subcontractor Designations form. Bidder's Name:(�I[��1((Q��A ,Business Address: Telephone No.: State CONTRACTOR's License No. & Class: Q� DIR No.: A V IJDIJ�. `6 - Original Date: _I_ I',C�I� 11,�;— Expiration Date: ce 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: () I" Y-- U-)() li The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint 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_ signature C7 1i L::-- Fes. Name and Title of Signatory Legal Name of Bidder �Cv--) q I SM Address 6--2gq—(-Jqc)l q - �[c���1 Telephone Number Federal Tax I.D. No. CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of CARP SCOTT MEDMAN .. COMM. #2344524 z to - Notary Public • California z a Los Angeles County J M Comm. Ex 'res Jan. 31, 2026 Place Notary Seal ondlor Stomp Above Subscribed and sworn to (or affirmed) before me on this � �2 day of Stn.K,e 20Z� , by bate Month Year (1) 2� c�a D C(011L (and (2) Nome(s) of Signer(s) proved to me on the basis of satisfactory evid be the person(s)_wh_q appeared bef9rR-me-. Signature OPTIONAL of lWory Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _ r (' S ✓���iCg l�CJ Document Date: Number of Pages: Signer(s) Other Than Named Above: CO2019 National Notary Association BIDDER'S QUESTIONNAIRE Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California 1. Submitted by:-�Q�2�C '��S' _Telephone: 1 Q1-2 qLA—CqQ) Principal Office Address: 2,l�gG �m_l� n l�Y, UR �f_.Yl hi CA9 Q � �C 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California J61JA&V-& Cl ue 4. Name of person holding CONTRACTOR'S license: "&,Lt-fi(X���V�2�(laCtl�'l�r`e l� License numbero Class.:: ,(}_Expiration Date: do�1�L 72 D.I.R. Registration# i000Z2- 5. CONTI Title: Altern Title: C Awl)n"ff 6. List the major construction projects your organization has in progress as of this date: A. Owner: Pr B. Owner: Pr Type of Project: C. Owner: Pr Ty CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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. 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subco�ntjra Ifor Iv DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp, Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work I ocatio 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. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) '171XIDO'LdCLke__ being first duly sworn deposes and says that he/she is the (sole owner, a partner, president, etc.) of 3 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��.c%�-L e- -c� CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t- 4 CARP SCDV AIEDMANl COMM. #2344524 a ,- Notary Public • California o z Los Angeles Countyy M Comm. Ex res Jan, $t, 2026 Place Notary Seal and/or Stomp Above Subscribed and sworn to (or affirmed) before me on this 13 day of J4'�- , 20 ?L , by D&V\ard ate Month Year bnct,-L4 (and (2) Nome(s) of Signer(s) proved to me on the basis of satisfactory evidence, be the person(s) w-hq appeared bete e me. ; Signature OPTIONAL of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: W'M Number of Pages: fn CO2019 National Notary Association ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of .Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Bid Specifications for the City -Wide Backflow Prevention Devices Maintenance. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *Supervisor's Signature: Date: 1 Z 2 *Estimator's Signi *Owner's Signatu *AII three signatures required (P -,3-2®z3V EXHIBIT 1 Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES LMD The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: Name &0J Address of O ner / Agency Z 1 Name and Telephone Number of Person Familiar with Project 'V-drtfakY"VXK�-tQ,us k - �\O�GbC� ��r�a�nclrer ►2b �rx r��_ ontract Amount Type of Work 20�) 0(1\Q" AeC0/\U 2. �`l�i.rn . �►CAY�' ��cka1 .�� 13�p C-en, doe. P�.�uy, Name and Address of Owner / Agency Name and I a ep one Number of ��eis�aS iar w� -� •. 1� gos 1Oe e ; on raAmount `` —Type of Work aW \; Date Started 1.3 Date Co pletec k 3. M, a= Name and Adbress of CMner / Agency ame anu i eiepnone ivumoer oT rerson t-amiiiar wi ICIM .-0 Uontract ' • •- of VVorK• 1 R1YJ EXHIBIT 1 (c®n't.) Name and Address of Owner / Agency 6—'\M ('may 1t�gC�r Name and I a ep one er of Person FamTTar wii LA a--4; L *6cxf- ..-W—qqH- roiect �1 _ r cYS �cr W , sin Contract Amount ype ovvorK Date CompleteT Name and Address of Owner / Agency Name and I e ep one Number o Person Familiar with Project (�f 4Nxrou�) r X7 t fr cn (J(E�4, &uav4?-f#I The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: EXHIBIT 2 Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California Scenarios (Please include responses in Bid Schedule where indicated:) A. 2" Febco 825Y backflow assembly had a relief valve opening of 1.2lbs. Provide pricing for a relief valve rubber repair kit (Part # 905-054) to repair the backflow and complete a final certification. Labor: $ �� Materials: Total: $ B. 6" Ames 3000SS backflow assembly has a #1 check leak at the time of testing; provide pricing to repair the backflow's #1 check (Part # 7010098), #2 check (Part # 7010101), and complete ��a11final certification. Labor: $"1 Materials: $ 2—)U—(A-, -IU Total: $ r ,Q o C. 1.5" Watts 009M2PCQT backflow assembly has been stolen and only the brass inlet/outlet riser and concrete pad remain. Provide price to install a new 1.5" Watts 009M2PCQT backflow assembly (Part # 0436043) and StrongBox, Part # SBBC-45CR enclosure. Labor: $ V Materials: Total: $ D. V Watts 009M2PCQT backflow assembly has a #1 ball valve that has freeze damage and needs to be replaced with a new Watts ball valve (Part # LFFBV-0125028). Labor: $_RQ(5,00 Materials:�� d2__ Total: $ 1351, aQ E. 10" Watts 774 backflow assembly has a #2 gate valve leaking, provide pricing to repair the gate valve packing. Labor: $_ (, ) Materials: 0 DO Total: $ i 0(D F. You receive a call at 3:30pm on a Friday that a 2" Watts 009M2PCQT backflow assembly is leaking and needs a complete rubber repair kit (Part # 0887547) to be repaired by 6:30pm. Labor: $_-I-aD-,_-OD Materials: $_ISS Qz)... Total: $ a-i's G. A 2" Watts 115 regulator is not regulating properly and needs a new main body rubber kit (Part # 5346-01) and pilot rubber kit (Part # 5138-06). Labor: $ Materials: $ L Total: $ l9`�l , )0 H. 1.5" BIC-1000 station is turning off because the ACV orifice (Part# 2691-27) is inoperable. Cost to repair and re -certify. Labor: $At)` Materials: Total: $mil (� i A 1.5" Watts 223 regulator located on the inlet riser is not working and needs to be replaced with a Watts LF-223B (Part# 0298569). Labor: Materials: $ ►� s, Total: CA Iq J. A 2" backflow was stolen and they only left the unions to adapt to at the ground. A dig - up is not needed, but new risers, fittings and a backflow are needed. Please provide a cost to install a new backflow assembly and the backflow being used should be a 2" ARI 501 backflow assembly. Labor: $_ Materials: $_�� j� bc�...C,NI(S Total: $ -� ID�I 1 e�� 6 �112 l.P'" ld�%11.i0u2 L L02 C1l c'nt cx I) CODU K. There is an irrigation booster pump that is not turning on in one of the LMD Zones. There is need for a ce ified electrician to inspect the pumps electrical to assist your team on determining if t e issue is the pump itself or is the issue an electrical problem to the pump. You will need an electrician for 2 hours, so please calculate that into your total cost, and you will also need a new flow switch to get the pump back up and running again. Labor: Materials: $ . Total: $ f� ►�V EXHIBIT 3 BID SCHEDULE Bid #LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance 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. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ALL LINE ITEMS TO BE PROVIDED AND INSTALLED COMPLETE (INCLUDES LABOR USING PREVAILING WAGE REQUIREMENTS, MOBILIZATION, MATERIALS, EQUIPMENT, ETC.) Item Item Description Units Qty. Cost Bid Price a a) Tstltl and Res MAaro mate fan ties - .s ,Qei EA 850�� �✓ I Backflow Testing Fee for initial annual test and certification Backflow re -testing fee for 2 additional testing (if needed due EA 375 C O to initial test failure 3 Automatic Control Valve (ACV) EA 25 15� �2-O inspection and pressure calibration J 4 Backflow Irrigation Control (BIC) station commissioningV EA 30 �1� ��\ 5 Direct acting regulator inspection EA 300 �t12�--�®� and pressure calibration 6 After hours response (2 hours) EA 40 0, 1 2s '� ` r'r-� fl ysivjS'�ss�Jq�:'>1 f'i'i .'i.e+%`fi.&*b�. POte lticl� �cena�rlOs (Aotual #of mstancea. III Crary) � � � �,�� �� - 7 See Scenario A. EA 350 1100 t 8 See Scenario B. EA 6 2 g C3 I_ 9 See Scenario C. EA 3 d A 3 10 See Scenario D. EA 50 0 Ira 11 See Scenario E. EA 5 '15 m 12 See Scenario F. EA 20 s11,5-{; 13 See Scenario G. EA 8 piiplo,CD 5 (,p) 14 See Scenario H. EA 30 (0 4 1112 oco 15 See Scenario I. EA 10 ( He ` 40 16 See Scenario J. EA 10 U-1 1 tr —11 t1 17 See Scenario K. EA 30 1ISSSO '65S 0100 Total all' BASE BID TOTAL AMOUNT IN FIGURE'S: ^ f, BASE BID TOTAL AMOUNT IN WORDS: ° •� �`^ redT RA ALL SUBMISSIONS SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS Company: &Cxmuk�,-Dy'Pi�Ve l� 6 � `..uLy� �� Acr Contract Address: Name: enri n'4iv(ka-. q Date: License No. (Class A): iDS�l3`A Phone No.: I Signature: Addendum No. 1 June 10, 2024 Addendum No. 1 BID # LMD-23-24-36 City -Wide Backflow Prevention Devices Maintenance City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. LIABILITY INSURANCE In the NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS document in the bid packet, Section II states: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Please defer to the Sample Agreement language instead, which states: Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. BID # LMD-23-24-36 Addendum No.1 June 10, 2024 END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. A-Y %, ��)a 2��LLC-Ccl Contractor's Aepresentative BID # LMD-23-24-36 r -, Date n «� CONTRACTORS Atr.. Contractor's License Detail for License # 658504 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. r CSLB complaint disclosure is restricted bylaw(B&P 7124.6)1f this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of disclosable actions. Only construction related civil judgments reported to CSLB are disclosed (D&P 7071.17). r Arbitrations are not listed unless the con tractor fails to comply with theterms. r Due to workload, the re may be relevant information that has not yet been entered into the board's license data base. Data current as of 6/12/20241:03:44 PM rosiness Information BACKFLOW PREVENTION DEVICE TESTER P 0 BOX 220114 NEW HALL, CA 91322-0114 Business Phone Number.(661) 294.0901 Entity Sole Ownership Issue Date 11/16/1992 Expire Date 11/30/2024 L cense Status This license is current and active. All information below should be reviewed. A- GENERAL ENGINEERING Ci3F>.'s fIGations Bond.ng information Contractor's Bond This license filed a Contractor's Bond with HUDSON INSURANCE COMPANY, Bond Number: 30132100 Bond Amount: $25,000 Effective Date: 11/09/2023 Contractor's Bond History Workers' Compensation This license has workers compensation insurance with the EMPLOYERS PREFERRED INSURANCE COMPANY Policy Number:EIG548484700 Effective Date: 05/01/2024 Expire Date:05101/2025 Workers' Compensation History Backto'Top Privacy Policy Accessibility Certification Conditions of Use Accessibility Copyright© 2024 State of California d1Pr Department of wiIndustrial Relations STATE OF CALIFORNIA Registration Information Type: Public Works Period: 07/01/2024 06/30/2025 Contractor Information Contractor Name: BACKFLOW PREVENTION DEVICE TESTER Trade Name: BACKFLOW PREVENTION DEVICE TESTER License Type Number: 1000006932 Contractor Physical Address Physical Business Country: United States of America Physical Business City/ VALENCIA Province: Physical Business Address: 27899 SMYTH DR. Physical Business State: CA Physical Business Postal 91355 Code: Contractor Mailing Address Mailing Country: United States of America Mailing City /Province: NEWHALL Mailing Address: PO BOX 220114 Mailing State: CA Mailing Postal Code: 91322 Contact Info Daytime Phone: Daytime Phone Ext.: Mobile Phone: Business Email: clarkesales@sbcglobal.net Applicant's Email: clarkesales@sbcglobal.net Registration Services:: Page 1 of 2 6/11/2024 5:15:05 PM Workers' Compensation Professional Employer Organization (PEO) Do you lease employees through Professional Employer Organization? No Workers' Compensation Overview Carrier: EMPLOYERS PREFERRED Inception Date: 05/01/2024 INSURANCE COMPANY Policyholder Name: BERNARD CLARKE Expiration Date: May 1, 2025 Policy Number: EIG548484700 Certification Yes I certify that I do not have any delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award Yes I certify that the contractor is not currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes I certify that one of the following is true: (1) 1 am licensed by the Contractors State License Board (CSLB) in accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code; or (2) my business or trade is not subject to licensing by the CSLB. I understand refunds are not authorized I, BERNARD CLARKE, the undersigned, am , BACKFLOW PREVENTION DEVICE TESTER with the authority to act for and on behalf of the above named contractor. I certify under penalty of perjury that all of the above information provided is true and correct. I further acknowledge that any untruthful information provided in this application could result in the certification being canceled. I certify this on: 5:12 PM Legal Entity Information Legal Entity Type: Sole Proprietorship Name: BACKFLOW PREVENTION DEVICE TESTER Registration Services:: Page 2 of 2 6/11/24, 5:16 PM Registrations Contractor Information Legal Entity Name BACKFLOW PREVENTION DEVICE TESTER Legal Entity Type Sole Proprietorship Status Active Registration Number 1000006932 Registration effective date 07/01/24 Registration expiration date 06/30/25 Mailing Address PO BOX 220114 NEWHALL 91322 CA United States ... Physical Address 27899 SMYTH DR. VALENCIA 91355 CA United Stat... Email Address clarkesales@sbcglobal.net Trade Name/DBA BACKFLOW PREVENTION DEVICE TESTER License Number (s) CSLB:658504 Legal Entity Information Sole Proprietor Name: Worker's Compensation Registration History Effective Date Expiration Date .� 06/15/ry806/30/19 06/14/17 06/30/18 06/07/1606/30/17 06/15/ 5 06/30/16 01/26/15 06/30/15 07/01/19 06/30/20 07/01/22 06/30/23 03/04/21 06/30/22 07/01/23 06/30/24 07/01/24 06/30/25 CLARKE Do you lease employees through Professional Employer Organization (PEO)?: Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: Insurance Carrier: Policy Number: Inception date: Expiration Date: No BERNARD EMPLOYEI E I G 54848< 05/01/24 05/01/25 https://cadir.my.salesforce-sites.com/ContractorSearch/registrationSearchDetalls?id=al R8y000001 zgMfEAI 1 /1 CALIFORNIA-NEVADA SECTION File with your certificate American Water Works Association .16k Attach the upper portion of this card to your Backflow Prevention Assembly Tester certificate. Cert. No.: 09274 Exp. Date For grade information, exam location and dates, ' 04/30/2026 payment changes address or a ment information, contact: g Certification Director Effective Date: 03/18/2023 CA -NV Section, AWWA 10435 Ashford St. CALIFORNIA-NEVADA SECTION Rancho Cucamonga, CA 91730 American water Works Association Off.:909-481-72 Backflow Prevention Assembly Tester Fax:909-481-4680 8 Effective Date: Douglas Tigert 03/18/2023 P.O. Box 220114 Newhall, CA 91322 Cert. No. USA fib/ r 09274 Certification Director Exp. Date Form 1002 (5-96) 04/30/2026 .CERTIFIED BACKFLOW TESTER DOUG TIGERT / GENERAL TESTER #: P10000651 EXPIRES: 08/16/2025 EMPLOYER: BACKFLOW PREVENTION Certified by: Los Angeles County Dept of.P. ublic Health Cross Connection & Water Pollution Control. Program (626)-430-5290 EXHIBIT 3 BID SCHEDULE (REVISED, PAGE 1) CITY-WIDE BACKFLOW PREVENTION DEVICE MAINTENANCE CONTRACT Bid No. LMD-23-24-36 ALL LINE ITEMS TO BE PROVIDED AND INSTALLED COMPLETE (INCLUDES LABOR USING PREVAILING WAGE REQUIREMENTS, MOBILIZATION, MATERIALS, EQUIPMENT, ETC.) Item No Item Description Units Qty. Unit Cost Bid Price "General Testing and kespr�nseo(approwmate Backflow Testing Fee for initial annual test and 1 EA 850 $60.00 $51,000.00 certification Backflow re -testing fee for 2 additional testing (if needed due EA 375 $0.00 $0.00 to initial test failure Automatic Control Valve (ACV) 3 EA 10 $150.00 $1,500.00 inspection and pressure calibration Backflow Irrigation Control (BIC) 4 EA 30 $125.00 $3,750.00 station commissioning Direct acting regulator inspection 5 EA 40 $125.00 $5,000.00 and pressure calibration 6 After hours response (2 hours) EA 40 $125.00 $5,000.00 10, s3 Potential Scenarios (Actual " of instances will very) �� �, 7 See Scenario A. EA 300 $219.91 $65,973.00 8 See Scenario B. EA 6 $1,264.76 $7,588.56 n See Scenario C. EA 3 $4,544.85 $13,634.55 10 See Scenario D. EA 20 $381.20 $7,624.00 11 See Scenario E. EA 5 $350.00 $1,750.00 12 See Scenario F. EA 10 $275.93 $2,759.30 13 See Scenario G. EA 8 $670.00 $5,360.00 14 See Scenario H. EA 25 $400.00 $10,000.00 15 See Scenario I. EA 10 $1,601.74 $16,017.40 16 See Scenario J. EA 10 $1,671.47 $16,714.70 17 See Scenario K. EA 20 $1,585.00 $31,700.00 Total all $245,371.51 EXHIBIT 3 (REVISED, PAGE 2) BASE BID TOTAL AMOUNT IN FIGURES: $ 245,371.51 BASE BID TOTAL AMOUNT IN WORDS: TWO hundred forty-five thousand three hundred Seventy -One dollars and 51/100 ALL SUBMISSIONS SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS Company: Backflow Prevention Device Tester Contract Name: Megan Pavlica Address: 27899 Smyth Dr., Valencia, CA 91355 Date: 06/20/2024 License No. (Class A): 658504 Phone No.: (661) 294-0901 Signature: A`V� MAL ± I