HomeMy WebLinkAbout2014-11-25 - AGENDA REPORTS - BACKFLOW PREVENTION DEVICE (2)CONSENT CALENDAR
110413
SUBJECT:
DEPARTMENT:
CITY OF SANTA CLARIT,
AGENDA REPORT
City Manager Approval:
Item to be presented by:
November 25, 2014
Agenda Item: 9
BACKFLOW PREVENTION DEVICE TESTING AND REPAIRS
Administrative Services
RECOMMENDED ACTION
City Council:
Award a two-year maintenance service contract to Backflow Prevention Device Tester to
provide contractual maintenance for all City -owned backflow prevention devices in the
annual amount of $100,000, and authorize an annual contingency in the amount of $15,000,
for a total two-year contract in an amount not to exceed $230,000.
2. Authorize the City Manager or designee to execute all contracts and associated documents, or
modify the awards in the event issues of impossibility of performance arise, contingent upon
the appropriation of funds by the City Council in the annual budget for such Fiscal Year, and
execute all documents subject to City Attorney approval.
3. Direct staff to return to the Council prior to the conclusion of the two-year contract to
consider authorizing the City Manager or designee to execute up to three (3) annual renewal
options not to exceed the annual bid amount, plus Consumer Price Index (CPI) adjustments.
The City maintains approximately 500 cross -contamination prevention systems, commonly
referred to as backflow devices, throughout our multiple Landscape Maintenance District (LMD)
Zones and City -owned facilities. The devices are designed to protect our potable water supply by
preventing water used for purposes such as irrigation, aquatics, and fire prevention systems from
reversing its flow, backing into our local water supply, and causing contamination.
By law, the Santa Clarita Water Division, Valencia Water Company, Newhall County Water
District, and Los Angeles County Department of Public Health require annual testing of all
backflow devices operated by the organization. The City is required to submit a test report to the
respective water supplier which demonstrates the results of every annual backflow device test
which is performed.
The certification and re -certification of City -owned backflow devices, including a database of all
such devices and test results, are necessary to guarantee the safety of our public water systems.
In lieu of maintaining full-time employees to administer testing, the City contracts out for this
specialized service.
On August 29, 2014, the City published bid number LMD-14-15-09 on P1anetBids. A total of
122 vendors, including the Santa Clarita Valley Chamber of Commerce and Valley Industrial
Association, were sent notifications of the bid. Thirteen companies downloaded the bid
specifications during the solicitation process, with one bid received from Backflow Prevention
Device Tester as of the opening date of September 29, 2014.
BID
COMPANY
LOCATION
BASE BID
AMOUNT
_
I.
Backflow Prevention Device Tester
Santa Clarita, CA
1 $52,701.52
For competitive purposes to determine the lowest bid, responders were instructed to prepare their
base -bid amount to provide costs for inspecting, calibrating, and certifying 500 backflow devices.
On average, the City spends approximately $115 to inspect, calibrate, and certify each backflow
device annually. As part of this bid process, responders were also instructed to provide pricing
for ten different, as -needed repair/service scenarios identified in the bid specifications based on
the City's actual operational experiences. Under these scenarios, additional as -needed backflow
service or repair needs can range from $147 to $1,900 in parts and labor, depending upon the
situation.
The following table identifies actual annual costs incurred by the City for backflow device
re -certification, service, repairs, and installation since 2008.
Year
Actual Expenditure
2008
$ 68,800
2009
$ 79,558
2010
$ 71,342
2011
$ 76,167
2012
$104,865
2013
$ 96,130
2014
$ 87,626
Based on this history and anticipated growth over the term of the contract, staff is recommending
award of a two-year contract to Backflow Prevention Device Tester in the annual amount of
$100,000, plus a 15% contingency of $15,000 for a total two-year contract amount not to exceed
$230,000. Backflow Prevention Device Tester is a locally based business and is the City's
incumbent backflow vendor.
An evaluation of Backflow Prevention Device Tester's bid determined it to be responsive and
responsible. Further, City staff conducted due -diligence reviews of the contractor's professional
references to ensure their performance records meet the City's high standards.
Finally, it is important to note the recommended contract amount is based on the City's actual
expenditure experience and is not guaranteed compensation to the contractor. Beyond the annual
testing and certification of backflow devices, the contractor is not authorized to undertake any
repair work until they provide Special Districts staff with a proposal for review and approval.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds for this contract were appropriated by the City Council during the Fiscal Year
2014-15 annual budget process and are located in multiple operational accounts within City
departments which utilize backflow devices. Funding for the second year of this contract is
contingent upon the appropriation of funds by the City Council during the Fiscal Year 2015-16
budget adoption process.
ATTACHMENTS
Backflow Bid # LMD-14-15-09, available in the City Clerk's Reading File
BPDT Bid Response LMD-14-15-09, available in the City Clerk's Reading File
Backflow Contract available in the City Clerk's Reading File
3
FOR PUBLICATION Friday, August 29, 2014
NOTICE INVITING BIDS
Bids must be received electronically before 11:00 AM on Monday, September 29,
2014, by the Purchasing Agent of the City of Santa Clarita. Electronic bids may be
viewed at:
http://www.Planetbids.com/portal/portal.cfm?CompanvlD=16840#
LMD-14-15-09
CERTIFICATION, SERVICE AND REPAIR OF
BACKFLOW PREVENTION DEVICES
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.
Specifications for this bid may be downloaded from the City's Purchasing website at
www.santa-clarita.com/r)urchasinci. Please refer to specifications for complete details
and bid requirements.
A pre-bid meeting will be held on Tuesday, September 9, 2014 at 9:00 AM at City Hall,
23920 Valencia Blvd., Santa Clarita, CA, in the Century Room. All interested vendors
are strongly encouraged to attend. This will be the one and only pre-bid meeting.
The specifications in this notice shall be considered a part of any contract made
pursuant thereto.
Purchasing
(661)286-4183
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # LMD-14-15-09
BID OPENING: September 29, 2014
The City of Santa Clarita invites electronically sealed bids for:
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
1. Electronic Bids must be ELECTRONICALLY received at:
http://www.planetbids.com/portal/po al.cfm?CompanylD=16840#
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 8, Exhibits A to H, and Attachment 1.
5. Bid Questions. Questions MUST be submitted electronicallyto:
hftip://www.planetbids,com/lportal/portal.cfm?CompanylD=16840#
The last day for questions will be 5:00 PM, September 22, 2014.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. A pre-bid meeting will be held on Tuesday, September 9, 2014 at 9:00 AM at City Hall,
23920 Valencia Blvd., Santa Clarita, CA, in the Century Room. All interested vendors are
strongly encouraged to attend. This will be the one and only pre-bid meeting.
7. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -
Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be
increases or decreases as appropriate and must be requested at least 90 days prior to the
expiration/renewal of the contract. The index level for the month preceding the month of
solicitation advertisement will become the beginning index. The price adjustment limit will be the
percentage change based on the difference between the beginning level or the adjustment level
last used and the index level for the period 90 days prior to the expiration of the contract. If not
renewed prior to the anniversary date, the contract may continue on a month to month basis until
renewed or awarded to a new contractor.
Name (Print):
Email:
Address:
Company Phone No. City:
State/Zip:
Bid # LMD-14-15-09
BID INSTRUCTIONS
Submitting Proposals. (a) The bid response must be ELECTRONICALLY submitted on this
form and include the notice, Request for Proposal Schedule, and all forms or information
included in or required by Section C, Specifications, (attachments accepted) (b) All
documentation of unit pricing or other cost breakdowns as outlined in this bid must be
submitted to support the total bid price. (c) Proposals/corrections received after the
closing time will not be opened. The City will not be responsible for bids not properly
marked and delivered. Upon award, all submissions become a matter of public record.
2. Currency. All references to dollar amounts in this solicitation and in vendor's response refer to
United States currency. Payments will be made in Unite States Currency.
3. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The
City has the option of accepting or rejecting any alternative bid.
4. Environmentally Preferable Purchasinq. The City of Santa Clarita, being fully aware of the limited
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products
which result in less energy usage, least impact on natural resources and greatest reuse of post-
industrial and post -consumer material. Bidders are strongly encouraged to offer products and
services meeting these criteria and point out those specific aspects or features in their bid. In
accordance with Public Contract Code 22152 bidders are required to certify in writing the
minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or
supplies, offered or sold.
5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response to this bid.
6. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any
bid. The City may reject the bid of any bidder who has previously failed to perform properly, or
complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a
position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is
in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita.
7. Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It
is the bidder's responsibility to contact the project manager, for public projects, or Purchasing
prior to submission of the bid to make certain the package is complete and all required addenda
are included. This information will be available from the City's website. Bidders are cautioned
against relying on verbal information in the preparation of bid responses. All official information
and guidance will be provided as part of this solicitation or written addenda.
8. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public
works, professional services or is federally funded. Qualifications of responsibility will be in
accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the
goods and/or services resulting from this solicitation. The City may make an award based on
partial items unless the bid submitted is marked "All or none." Where detailed specifications
and/or standards are provided the City considers them to be material and may accept or reject
deviations. The results of the bid will be posted on the City's website at www.santa-
clarita.com/purchasing, normally within 24 hours.
Bid # LMD-14-15-09
9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this
bid with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of
exception to this clause in vendor's response will be considered agreement. However, the City of
Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not
obligated or liable for any action or debts that may arise out of such independently negotiated
"piggy -back" procurements.
10. Amendments. Any and all changes to this contract must be made in writing and agreed to by the
City. Performance by the contractor will be considered agreement with the terms of this contract.
11. Taxes. Charges and Extras. (a) Bidder must show as a separate item California State Sales
and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation,
containers, packing, etc. will not be paid unless specified in bid. Contractor/vendor agrees to
cooperate with the City in all matters of local taxation.
12. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay
period after receipt and acceptance of goods and/or services and upon using department
confirmation of such acceptance.
13. Assignment. No assignment by the vendor of contract or any part hereof, or of funds to be
received hereunder, is binding upon the City unless the City gave written consent before such
assignment.
14. Sub contractors. For all public projects, the Bidder must list any subcontractors that will be used,
the work to be performed by them, and total number of hours or percentage of time they will
spend on the project.
15. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the
purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor
Compliance Program is included herein as an informative reference for the successful bidder. It
does not require any completion prior to contract award but should be reviewed for all necessary
provisions and requirements.
16. Protection of Resident Workers, The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may
legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of anyone to be
hired, which includes completing the Employment Eligibility Verification Form (1-9). The
Contractor shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is not legally
eligible to perform such services or employment.
17. Indemnification. The bidder is required to indemnify and hold the City harmless from and against
any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or
liability, arising out of any agreement entered into between the parties. Should the City be
named in any suit, or should any claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of this Agreement, or its performance, the bidder must
defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the
City for any judgment rendered against it or any sums paid out in settlement or otherwise.
18. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid OR 10 % of the value of the 1 s' year of service
for service bids, to guarantee that bidders will enter into contract to furnish goods or services
at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to
operate in the state of California. Likewise, a Performance Bond and/or Material and Labor
Bid # LIVID -1 4-15-09 2
bonds shall be required of the successful bidder when stated in the specification (cash deposit,
certified or cashier's check or money order may be substituted in lieu of either bond).
Original Bond or Cashier's Check MUST be received AT CITY HALL, 23920 Valencia Blvd.,
Santa Clarita, CA 91355, ATTENTION SUITE 120 and marked with the words 'BID BOND
FOR" and the bid #, "NO LATER THAN the bid due date and time, for the vendor to be
considered responsive.
19. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall
be provided by using an ACORD certificate of insurance and shall be provided prior to contract
signing. Insurance shall be "Primary and Non -Contributory" and must name the "City of Santa
Clarita" as an additional insured. The certificate shall list coverage for General Liability (limit of
$1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit
of $1,000,000), and Worker's Compensation (statutory requirement). For professional services,
Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be
cancelable or subject to reduction except upon thirty (30) days prior written notice to the City.
Specific insurance requirements will be set forth in any contract awarded to a bidder.
20. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will
be so designated. Bidder is responsible for inspecting and understanding the total scope of the
projects (i.e., specifications, quality, and quantity of work to be performed.)
21. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are
considered by a City official to be in all essential respects in compliance with the specifications.
22. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in
describing any item contained in the proposal does not restrict bidders to the manufacturer or
specific article, this means is being used simply to indicate a quality and utility of the article
desired; but the goods on which bids are submitted must in all cases be equal in quality and utility
to those referred to. This exception applies solely to the material items in question and does not
supercede any other specifications or requirements cited. Documentation of equivalency must be
submitted with the bid. At a minimum the documentation must demonstrate equivalency in form,
fit, function, quality, performance and all other stated requirements. The City is final determiner of
equivalency. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
23. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his
price or prices to others purchasing approximately the same quantities as contemplated by this
contract, the contract prices must be reduced accordingly, and the contractor/vendor will
immediately notify the Purchasing Agent, City of Santa Clarita.
24. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term
of this contract. The City does not pay "surcharges" of any type unless identified in the response
to this bid. All costs will be included in the pricing provided to the City.
25. Non -Appropriation of Funds. The City's obligation is payable only and solely from funds
appropriated for the purpose of this agreement. All funds for payment after June 30 of the current
fiscal year are subject to City's legislative appropriation for this purpose. In the event the
governing body appropriating funds does not allocate sufficient funds for the next succeeding
fiscal year's payments. Then the affected deliveries/services may be (1) terminated without
penalty in their entirety, or (2) reduced in accordance with available funding as deemed
necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of
funds at the earliest possible date.
Bid # LMD-14-15-09
26. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting
from this bid, the vendor agrees that the City may procure the articles or services from other
sources and may deduct from the unpaid balance due the vendor, or collect against the bond or
surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be
considered the prevailing market price at the time such purchase is made.
27. Termination. The City may terminate any service or contract with or without cause either verbally
or in writing at any time without penalty.
28. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health
Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued
thereunder, and certifies that all items furnished under this bid will conform and comply with the
indemnity and hold harmless clause for all damages assessed against buyer as a result of
suppliers failure to comply with the Act and the standards issued thereunder and for the failure of
the items furnished under this order to so comply.
29. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor
to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or
otherwise were offered or given by the Contractor, or any agent or representative of the
Contractor, to any officer or employee of the City with a view toward securing an agreement or
securing favorable treatment with respect to the award or amending, or the making of any
determinations with respect to the performance of such agreement; provided, that the existence
of the facts upon which the City makes findings shall be in issue and may be reviewed in any
competent court. In the event of such termination, the City shall be entitled to pursue the same
remedies against the Contractor as the City could pursue in the event of default by the
Contractor.
30. Invoices. Invoices will be forwarded to
City of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the
terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever
is later.
Bid # LMD-1415-09
C. SPECIFICATIONS
The City of Santa Clarita is soliciting sealed bids from certified backflow prevention devices
testers to certify, service, maintain, install, and repair approximately 500 backflow devices
owned by the City of Santa Clarita (EXHIBIT A) including those devices located within the
Landscape Maintenance District's (LMD) area of responsibility (EXHIBIT B), City Parks, and
City facilities. The successful bidder shall have the knowledge, tools, and a minimum of five
years' experience servicing and installing backflow devices, automatic control valves, backflow
irrigation controls 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 associated services associated with backflow appurtenances within
the City of Santa Clarita. 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.
The awarded vendor will enter into a two year contract with three possible, renewals of one year
each. All bonds are expected to cover one year (365 days) and each (365 day) year
subsequently.
General Provisions:
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) 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 (EXHIBIT C).
Additionally, contractor must have been in business and certified as a backflow
prevention device tester for at least five consecutive years.
3) No work will be performed on City Legal Holidays unless authorized by Special
Districts Administration. (EXHIBIT D).
4) The contractor shall be required to provide five references for jobs similar in scope to
the specifications provided. See ATTACHMENT 1.
5) The hours of work shall be from 7:00 a.m. to 3:30 p.m. Monday through Friday.
Bid # LMD-14-15-09
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.
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.
8) Damage to irrigation lines, sprinklers, plant material, concrete walkways, light poles,
fencing, or any public or private property due to contractors negligence shall be the
responsibility of the contractor for repair. Repairs shall be completed within (48) forty
eight hours.
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.
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.
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
hffp://www.dir.ca.aov/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.
12) Contractor shall further adhere to the requirements contained in the City of Santa
Clarita's Labor Compliance Program, approved by the DIR for projects with a Bid
Advertise Date of November 20, 2003 or later, and which will become part of the
conformed documents. All pertinent California statutes and regulations, including,
but not limited to those referred to in the City's Labor Compliance Program, are
incorporated herein by reference as though set forth in their entirety. Additionally,
the Contractor is responsible for obtaining a current edition of all California statutes
and regulations and adhering to the latest editions of such. Contractor shall submit
certified copy of all Certified Payroll Records (CPRS) with the progress payment on
at least monthly basis to the City. The specifications in this notice shall be
considered a part of any contract made pursuant thereto.
Bid # LMD-14-15-09 6
Special Provisions
The Specific provisions for work shall include and not be limited to:
1) 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.
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) 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.
(EXHIBITS E1, E2, E3, E4)
4) Contractor shall have the tools and experience necessary to perform maintenance
and repairs on all types of direct acting type pressure regulators.
5) Contractor shall have the tools and experience necessary to perform maintenance
and repairs on all types of Automatic Control Valves (ACV'S).
6) Contractor shall have the ability to certify, troubleshoot, maintain, commissioning and
repair BIC -1000 (EXHIBITS F1, F2, F3) 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.
7) Contractor shall respond to City emergencies within two hours of notification during
or after normal working hours of 7:00am to 3:30pm.
8) Contractor shall respond and complete repairs within 24-48 hours for standard
service calls.
9) 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.
(EXHIBITS Ell, E2, E3 E4)
10) 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.
11) 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.
Bid # LMD-14-15-09
12) Contractor shall maintain a current contractor's license (A - General Engineering) at
all times during the term(s) of the agreement.
13) Contractor shall perform annual calibration test completed on all backflow
gauges used.
14) Mark-up on material(s) shall not exceed 15%. Contractor shall provide copies of
materials invoices upon request.
Additional Exhibits for informational purposes:
• (EXHIBIT G) Bic -1000 and ACV Spreadsheet
• (EXHIBIT H) Enclosures
Bid # LMD-14-15-09
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a 'certified/cashier's check payable to the order of the City of
Santa Clarita for: dollars
($ ), this amount being not less than ten percent (10%) of the total amount of the
bid. The proceeds of this check shall become the property of said AGENCY provided this
Proposal shall be accepted by said AGENCY through action of its legally constituted contracting
authorities, and the undersigned shall fail to execute a contract and furnish the required bonds
within the stipulated time; otherwise, the check shall be returned to the undersigned.
Project Name: CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION
DEVICES, LMD-14-15-09
Bidder's Signature
CONTRACTOR
City, State, Zip Code
Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be
executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of
the bid.
Bid # LMD-14-15-09
PROPOSAL GUARANTEE
BID BOND
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
LMD-14-15-09
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
BIDDER, and . as SURETY, are
held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
dollars ($ ), which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of 20_
BIDDER
SURETY*
Subscribed and sworn to this day of 20
NOTARY PUBLIC
*Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
Bid # LMD-14-15-09 10
D. SAMPLE CONTRACT
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Contract No.
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of
20 , by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and , a Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration. CONTRACTOR agrees to perform the work listed in the SCOPE
OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a basis an
amount 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 .20 to 20 The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit"
B. 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.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR
must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret
and implement any prevailing wage requirements and CONTRACTOR agrees to pay any
penalty or civil damages resulting from a violation of the prevailing wage laws. In
accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY's Engineering Division or the website for State of
Bid # LMD-14-15-09 11
California Prevailing Wage Determination at www.dir.ca.,Qov/DLSR/PWD. A copy of the
prevailing rate of per diem wages must be posted at the job site.
B. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA),
which includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of
anyone to be hired, which includes completing the Employment Eligibility Verification
Form (1-9). The Contractor shall establish appropriate procedures and controls so no
services or products under the Contract Documents will be performed or manufactured
by any worker who is not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
Thoroughly investigated and considered the scope of services to be performed;
and
Ii. Carefully considered how the services should be performed; and
Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
B. 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.
6. 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 Limits (combined single)
Commercial general liability: $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL
Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a
combined single limit per occurrence for bodily injury, personal injury, and property
damage for the policy coverage. Liability policies will be endorsed to name City, its
officials, and employees as "additional insureds" under said insurance coverage and to
state that such insurance will be deemed "primary" such that any other insurance that
may be carried by City will be excess thereto. Such insurance will be on an "occurrence,"
not a "claims made," basis and will not be cancelable or subject to reduction except upon
thirty (30) days prior written notice to City.
Bid # LMD-1415-09 12
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 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. 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
F.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause
B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its
own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION.
Bid # LMD-14-15-09 13
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the
performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any
claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services
rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with
counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums
paid out in settlement or costs incurred in defense otherwise.
10. 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.
11. NOTICES.
A. 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
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Name
Address
City
B. 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.
C. 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.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer
Identification Number.
13. 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.
14. 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.
15. 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.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and will not affect the interpretation of this Agreement.
Bid # LMD-14-15-09 14
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any
other provision, nor will such waiver constitute a continuing waiver.
18. 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.
19. 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.
20. 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.
21. 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.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and wili not affect the interpretation of this Agreement.
23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion,
war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other
similar causes beyond the Parties' control, then the Agreement will immediately terminate without
obligation of either party to the other.
24. 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.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and
regulations including, without limitation, CITY's conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Bid 0 LMD-14-15-09 15
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By: Sample Only Do Not Sign
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date
ATTEST.
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Bid # LMD-14-15-09 16
FAITHFUL PERFORMANCE BOND
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
LMD-14-15-09
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that ,
as CONTRACTOR, AND as
SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum
of dollars ($ ), which
is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of
which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these
presents. For service contracts of a continuing nature, the bond shall be in the amount equal to
the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the
annual value of such contract. The term of the bond shall cover the initial contract term.
Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each
subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
awarded and is about to enter into the annexed Contract Agreement with AGENCY for the
above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the
contract documents in the manner and time specified therein, then this obligation shall be null and
void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any
alterations in the obligation or time for completion made pursuant to the terms of the contract
documents shall not in any way release either CONTRACTOR or SURETY, and notice of such
alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of 20_
CONTRACTOR*
SURETY*
Subscribed and sworn to this
20
NOTARY PUBLIC
day of ,
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid # LMD-14-15-09 17
LABOR AND MATERIAL BOND
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
LMD-14-15-09
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that ,
as CONTRACTOR AND as
SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum
of dollars
($ ), which is one -hundred (100%) percent of the total amount for the above
stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound,
jointly and severally, firmly by these presents. For service contracts of a continuing nature, the
bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond
shall be in an amount equal to the annual value of such contract. The term of the bond shall
cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or
renewed bond covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -
stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any
kind used in the performance of the work to be done under said contract, or fails to submit
amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY
will pay for the same in an amount not exceeding the sum set forth above, which amount shall
insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures;
provided that any alterations in the work to be done, materials to be furnished, or time for
completion made pursuant to the terms of the contract documents shall not in any way release
either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of , 20_
CONTRACTOR*
SURETY*
Subscribed and sworn to this
20
NOTARY PUBLIC
day of ,
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
Bid # LMD-14-15-09 18
E. PRICING
Backflow Prevention Device Testing, Certification, Maintenance, and Repair
Throughout Various Landscape Maintenance District Zones
Class A General Engineering California Contractors License Required
ALL LINE ITEMS TO BE PROVIDED AND INSTALLED COMPLETE
(INCLUDES LABOR, MOBILIZATION, MATERIALS, EQUIPMENT, ETC.)
UNIT OF
MEASURE
EXTENDED
LINE
DESCRIPTION
(EA, Sq Ft,
QTY
UNIT PRICE
PRICE
Lump Sum,
(Total)
HR
1.
Backflow testing fee for initial test
EA
500
and certification
2
Backflow re -testing fee for
additional testing (if needed due
EA
300
to initial test failure)
3
Automatic Control Valve (ACV)
inspection and pressure
EA
10
calibration
4.
Backflow Irrigation Control (BIC)
EA
20
station commissioning
5.
Direct acting regulator inspection
EA
300
and pressure calibration
6.
After hours response
HR
2
Bid # LMD-14-15-09 19
Scenarios & Costs:
7. 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.
$
8. 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.
9. 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.
10. 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).
F,
11. 10" Watts 774 backflow assembly has a #2 gate valve leaking, provide pricing to repair
the gate valve packing.
Bid # LMD-14-15-09 20
12. You receive a call at 3:00pm 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 6:00pm
13. 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).
14. 1.5" BIC -1000 station is turning off because the ACV orifice (Part# 2691-27) is
inoperable. Cost to repair and re -certify.
15. 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).
Bid # LMD-14-15-09 21
ALL QUOTES SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS
XONT1I:_LI'&1:4
CONTACT NAM
ADDRESS:
DATE:
LICENSE NO (CLASS
PHONE NO:
SIGNATURE:
Bid # LMD-14-15-09 22
In Numbers:
TOTAL
In Words:
Line Items 1 - 15
ALL QUOTES SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS
XONT1I:_LI'&1:4
CONTACT NAM
ADDRESS:
DATE:
LICENSE NO (CLASS
PHONE NO:
SIGNATURE:
Bid # LMD-14-15-09 22
EXHIBIT A
City of Santa Clarita
Backflow Prevention Device Inventory
Size
Manufacturer
Model
LMD Quantity
Parks Dept. Quantity
1"
WATTS
009
1
2"
WATTS
009
1
2
3"
WATTS
009
4
1"
WATTS
009PC
1
.5"
WATTS
009QT
1
1
1"
WATTS
009QT
2
1.5"
WATTS
009QT
1
.5"
WATTS
009PCQT
1
1"
WATTS
009PCQT
6
1.5"
WATTS
009PCQT
1
1.5"
WATTS
009M1
6
2"
WATTS
009M1
1
1.5"
WATTS
009M2
3
1
2"
WATTS
009M2
2
3"
WATTS
009M2
1
1.5"
WATTS
009M1QT
6
2"
WATTS
009M1QT
4
5
.75"
WATTS
009M2QT
1
1"
WATTS
009M2QT
1
2
1.25
WATTS
009M2QT
1
1.5"
WATTS
009M2QT
9
1
2"
WATTS
009M2QT
6
3
1.5"
WATTS
009M1PCQT
8
2"
WATTS
009M1PCQT
13
1
.75"
WATTS
009M2PCQT
2
1"
WATTS
009M2PCQT
14
9
1.25
WATTS
009M2PCQT
5
1.5"
WATTS
009M2PCQT
66
2
2"
WATTS
009M2PCQT
58
22
1"
WATTS
909
1
1.5"
WATTS
909
1
T.
WATTS
909
2
2.5"
WATTS
909
1
1
3"
WATTS
909
2
1"
WATTS
909QT
1
1.5"
WATTS
909QT
2
2"
WATTS
909QT
2
3"
WATTS
909QT
1
1.5"
WATTS
909M1QT
4
2"
WATTS
909M1QT
10
.75"
WATTS
919
1
1.5
WATTS
919QT
1
1"
WATTS
800M4QT
1
1.5"
WATTS
0009M2AQT
1
3"
WATTS
957
1
3"
AMES
MAXIM 400
1
City of Santa Clarita
Backflow Prevention Device Inventory
Size
Manufacturer
Model
LIVID Quantity
Parks Dept. Quantity
4"
AMES
4000SS
1
4"
AMES
COLT 300
1
.75"
AMES
2000B
1
10"
WATTS
774
1
.75"
AMES
2000B
1
6"
JAMES
3000 SS
1
6"
AMES
4000 SS
1
.75"
WATTS
007M2
1
10"
WATTS
774
1
1"
FEBCO
765
1
2"
FEBCO
765
6
1"
FEBCO
860
1
1.25"
FEBCO
860
1
2"
FEBCO
860
1
.75"
FEBCO
825Y
3
1"
FEBCO
825Y
1
3
1.25"
FEBCO
825Y
2
1
1.5"
FEBCO
825Y
9
2"
FEBCO
825Y
52
4
2"
FEBCO
825YA
3
3"
FEBCO
825YD
1
4"
FEBCO
806YD
1
.75"
FEBCO
805YD
1
2.5"
WILKINS
1975
1
11
1"
IWILKINS
1975XL
i
2"
IWILKINS
1975XL
1
2
TOTALS 331 83
EXHIBITS SANTACLARITA
LANDSCAPE MAINTENANCE DISTRICT
BOUNDARY MAP
EL
,. a S �' Fa ✓ %i
u,
»a
!I
w.
A m.w✓d cwrt. R '.. OCnY aberN CYrlh BawWry
F=F.Z:ILltiw
2014 Holiday Schedule
New Year's Day - Tuesday, January 1
Martin Luther King Day - Monday, January 20
President's Day - Monday, February 17
Memorial Day - Monday, May 26
Independence Day - Friday, July 4
Labor Day - Monday, September 1
Veteran's Day - Tuesday, November 11
Thanksgiving Day - Thursday, November 27
Day after Thanksgiving - Friday, November 28
112 Day for Christmas Eve -Wednesday, December 24
Christmas Day - Thursday, December 25
112 Day for New Year's Eve - Wednesday, December 31
New Year's Day - Thursday, January 1, 2015
If a holiday should fall on a Saturday it will be celebrated the preceding Friday. If a holiday
should fall on a Sunday, it will be celebrated the following Monday.
Bid # LMD-14-15-09 23
EXHIBIT E1
BACKFLOW PREVENTION DEVICE • FIELD TESTING AND MAINTENANCE REPORT
LOCATION (IF DIFFERENT)
MAIL
TO
RETURN NO
ETLATER THAN
ZONE INITIAL TEST REPAIRS: ❑REPLACED OSPRING OHINGEPIN CDIAPHRAGM
❑1.LEAKEO 02. CLOSED TIGHT ❑CLEANED ODISC ❑GUIDE nsEATmi Tl MnnutF
INITIAL TEST _ _ REPAIRS: ❑REPLACED OSPRING CHINGEPIN ❑DIAPHRAGM
INITIAL TEST
OPENED Ai LBS D OPENED UNDER 2.1 ❑DID NOT OPEN
REPAIRS:
OCLEANED ❑REPLACED ODISC(S) OSPRING ODIAPHRAGM(S) OSEAT(S) 00-11ING(S) ❑MODULE
D OTHER, DESCRIBE-. FINAL TEST OPENED AT REDUCED
--LBS PRESSURE
AIRINLETVALVE INITIAL TEST REPAIRS:
O 1. OPENED D2. DID NOT OPEN ❑CLEANED OREPLACED ODISC ❑DIAPHRAGM OFLOAT OSPRING
OOTHER. DESCAIBE.
COPENEO
THE ABOVE REPORT IS CERTIFIED TO BE TRUE
INITIAL TEST BY: . CERTIFIjO TEST�R NO DATE'. MO DAY _ YR._
REPAIRED BY DATE REPAIRED:
x
FINAL TEST BY. CERTIFIPO TEST R NO DATE. MO DAY va
RETURN TO: NEWHALL COUNTY WATER DISTRICT
P.O. BOX 220970
Santa Clarita, CA 91322-0970
(661) 259-3610 il
NCWD
EXHIBIT E2
_"I COUNTY OF Los ANGELES
Public Health
•x �+1RoeM�F
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-icross-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 trail 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
r50(
ngelesCounty Department of Public Health
sConnection &Water Pollution Control Program Commerce Drive, Room 116
ldwin Park, CA 91706-1423
H1056 (07-10)
BACKFLOW PREVENTION DEVICE Owner/Operator Signature Required
FIELD TESTING AND MAINTENANCE REPORT hitp://www.publichealth.lacounty.pov/eh
Return original test form only
Copies or faxes not accepted RETURN NO LATER THAN:
MANUFACTURER MODEL SIZE SERIAL NUMBER
LOCATION
Water Pressure:
Comments:
repmnt
NOTE: Check with Building & Sglety for
B
CHECK VALVE #1
CHECK VALVE #2
DIFFERENTIAL PRESSURE
AIR INLET VALVE
installation or removal permits of
RELIEF VALVE
backflow devices. Only approved backflow
devices shall be installed.
INI-
CLOSED AT/FINAL
CLOSED AT _PSID
OPENED AT,PSID
OPENED ATPSID
TIAL
READING PSID
LEAKED ❑
OPENED UNDER 2# ❑
OPENED UNDER 1# ❑
If device replaced, reason:
TEST
LEAKED ❑
CLOSEDnGHT ❑
ORDIDNOTOPEN
OR DID NOT OPEN
❑ Not repayable
❑ Parts not available
INITIAL TEST: ❑ PASSED/ FAILED ❑
❑ Stolen/missing
o Owner request
Check Box(s) if applicable & mail back:
CLEANED ❑
CLEANED ❑
CLEANED ❑
CLEANED ❑
REPLACED:
REPLACED:
REPLACED:
REPLACED:
❑ Business sold/closed
DISC ❑
DISC ❑
DISC(S) ❑
DISC ❑
❑ Device removed - verification needed
R
DISC HOLDER ❑
DISC HOLDER ❑
DISC HOLDER ❑
DISC HOLDER ❑
by Field Inspector
E
❑ New ownership/business, test device
PGUIDE
SPRING ❑
SPRING ❑
SPRING ❑
SPRING ❑
and update this form below
A
❑
GUIDE ❑
DIAPHRAGM(S) ❑
CANOPY ❑
I
HINGE PIN ❑
HINGE PIN ❑
SEAT ❑
DIAPHRAGM ❑
❑ Other:
R
SEAT ❑
SEAT ❑
O -RINGS ❑
O -RINGS ❑
S
O -RINGS ❑
O -RINGS ❑
MODULE ❑
OTHER ❑
Use blank forms for testing ®istering
MODULE 13
MODULE ❑
OTHER [3
DESCRIBE:
new installations.
OTHER ❑
OTHER ❑
DESCRIBE:
DESCRIRE.
DESCRIBE:
OTHER TESTCOCK#I ❑ TESTCOCK#3 ❑ SHUTOFF#I ❑
TESTING COMPANY
REPLACEMENTS: TESTCOCK#2 ❑ TESTCOCK#4 ❑ SHUTOFF#2 ❑
TESTING COMPANY PHONE NUMBER
APP. READING _PSID
FINAL
TEST
CLOSED AWFINAL
CLOSED PSID
OPENED AT PSID
OPENED AT PSID
GAUGE MAKE, MODEL &SERIAL #
READING PSID
CLOSED TIGHT ❑
S
CALIBRATION DATE
FINAL TEST: PASSED ❑
THE ABOVE REPORT IS CERTIFIED TO BE TRUE:
INITIAL TEST BY (SIGNATURE) (PRINT NAME)
REPAIREDBY (SIGNATURE) (PRINT NAME)
FINALTESTBY (SIGNATURE) (PRINT NAME)
TESTER IF MO DAY VR TIME
MO DAY YR
TF.5l'NNA MO DAY YR TIME
I ACKNOWLEDGE RECEIPT OF COMPLETED, ORIGINAL TEST NOTICE:
OWNER/MANAGER (SIGNATURE)
IN
(PRINT NAME)
Site Contact
& Phone # _
(DATE)
CORRECTIONS: ADDRESS/BUSINESS NAME
i41IO2)an.]
EXHIBIT E3
BACKFLOW PREVENTION DEVICE FIELD
TESTING AND MAINTENANCE REPORT
Account No: Return no later than:
Tat) No: -VALVE INFORMATION -
TEST
Manufacturer Model Size Backflow Serial No. Meter Serial No. Type
Location:
Assembly Location:
(Please mark any changes on this form)
CHECI
Closer
L
Readl
CLEAT
REPLi
❑ DI
L7 SF
❑ Gt
❑ HI
L] SE
(1 DI
I I Mr
❑ 0'
Descri
FINAL Closer
TEST
( VALVE
CHECK VALVE
DIFFERENTIAL
AIR
DIFFERENTIAL TEST
PRESSURE
INLET
Check Valve 1 Check Valve 2
a 1
# 2
RELIEF VALVE
PSI F
I tight (]
Closed tight [I
Opened at _..lbs.
Opened at _ _ lbs.
Bypass Meter Working? Yes I .J
:eked ❑
Leaked ❑
Bypass Reading: No ❑
ng
Reading
CLEANED []
Did not open ❑
CLEANED I ]
Did not open [
Bypass System Connection Yes ❑ 1
IED U
CLEANED ❑
ICED:
REPLACED:
REPLACED:
REPLACED:
on Main Body Open? No ❑
3C
L I DISC
CJ DISC
❑ DISC
Shut -Off Valves on Fire Line:
RING
❑ SPRING
❑ SPRING
❑ SPRING
_
Wire Seated I
TIDE
L1 GUIDE
❑ DIAPHRAM(s)
L] DIAPHRAG
Chain Locked ❑
VGE PIN
❑ HINGE PIN
❑ O-RING(s)
❑ FLOAT
Meter Reading:
AT
❑ SEAT
n SEAT(s)
n OTHER,
4PHRAG
L J MODULE
❑ MODULE
Describe:
Inlet Water Pressure:._, .__ lbs.
)DOLE
❑ OTHER,
L7 OTHER,
Backflow Assembly Freeze Yes ❑
'HER,
Describe:
Describe:
Protected? No ❑
)e:
Unauthorized Yes IJ
Connections? No ❑
Online Chemical I Yes ❑
Fertilizer System? No I']
I tight❑
Closed tight I. ��
Dale of last
Opened at _ lbs.
Opened at _ lbs.
gauge calibration:
I CERTIFY THAT THE ABOVE INFORMATION IS TRUE.
� LJ ETLI
Initial lest by (Signature) / (Print Name) Tester No. MM000 Day�Yr l
Repaired by (Signature) / (Print Name)- ay
Mo D Yr
l..L� L. _
Final test by (Signature) (Print Name) Tester No. Mo bay yr
Return Form to:
VALENCIA WATER COMPANY
24631 AVENUE ROCKEFELLER
VALENCIA CA 91355
EXHIBIT E4
BACKFLOW PREVENTION DEVICE - FIELD TESTING AND MAINTENANCE REPORT
MANUFACTURER MODEL TYPE SIZE SERIAL NUMBER
THIS ORIGINAL REPORT MUST BE COMPLETED AND RETURNED TO SCWD FOR THIS
TEST TO BE VALID
Customer Name:
Backflow Device for Meter Number:
Service Address:
Backflow Location:
Account Number:
DETECTOR METER READING:
COMMENTS:
I AM CERTIFIED TO PERFORM A FIELD TEST ON THE ABOVE BACKFLOW ASSEMBLY AND THE ABOVE REPORT is CERTIFIED TO BE A TRUE
REPRESENTATION OF THE OPERATION OF THE ASSEMBLY AT THE TIME OF TEST. AND WAS PERFORMED BY MYSELF.
Check Valve 1
Check Valve 2
Differential Pressure
Relief Valve
Air Inlet Valve
Shut Off Valves
Initial
Closed Tight lbs.
Closed Tight_ lbs.
Opened atIbs.
Opened at _lbs.
Adequate Closure
Test
Leaked
Leaked
Did Not Open
Did Not Open
Leaking Closure
Number:
_Cleaned
_Cleaned
_Cleaned
_Cleaned
_Cleaned
Address:
_Replaced
_Replaced
_Replaced
_Replaced
_Exercised
Time
_Disc
_Disc
_Disc
_Disc
_Replaced
Date:
_Spring
_Spring
_Spring
_Diaphragm
_Other
Repair
_Guide
Guide
—seat(S)
_Float
Test Date:
_Hinge Pin
Hinge Pin
—Seat(S)
Diaphragm(S)
_Spring
Tested:
Number:
—Seat(S)
~
_O-Ring(s)
_Other
_Diaphragm
Diaphragm
_Module
Module
Module
Other
Final
Test
Closed Tight lbs.
Closed Tight lbs.
Opened at _lbs.
Opened at _lbs.
_Adequate Closure
DETECTOR METER READING:
COMMENTS:
I AM CERTIFIED TO PERFORM A FIELD TEST ON THE ABOVE BACKFLOW ASSEMBLY AND THE ABOVE REPORT is CERTIFIED TO BE A TRUE
REPRESENTATION OF THE OPERATION OF THE ASSEMBLY AT THE TIME OF TEST. AND WAS PERFORMED BY MYSELF.
Return to: Santa Clarita Water Division
P.O. Box 903
Santa Clarita, CA 91380-9003
(661) 259-2737
sign.
prior.
INITIAL TEST BY:
Company
Address:
City, St lip:
Name:
Test Date:
Time
Tester
Expiration
Tested:
Number:
Date:
REPAIRED BY:
Sign:
Print:
Company
Address:
City, St. Zip:
Name:
Test Dale:
Time
Tester
Expiration
Tested:
Number:
Date:
FINAL TEST BY: (After
Sign:
Print:
Repairs)
Company
Address:
City, St. Zip:
Name:
Test Date:
Time
Tester
Expiration
Tested:
Number:
Date:
Return to: Santa Clarita Water Division
P.O. Box 903
Santa Clarita, CA 91380-9003
(661) 259-2737
EXHIBIT F1
City of Santa Clarita
Backflow Irrigation Control (BIC) Certification / Commissioning Form
Date:
Backflow Company: Landscape Company:
Irrigation 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.
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)
EXHIBIT F2
"Installation & Specification Guide"
Backflow Irrigation Control Station
BIC -1000
ES/IS-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 ....................
WWAM0
Description
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 im-
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 t Opsi 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 "A1 " (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.
• Al 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 poor 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.
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
NOTE: See specific component specifications or literature for detailed component material descriptions
Typical Performance Data
FL4Nhjfte(f 11§1r IN.fj
LINE SIZE
cONTINUOUS
KMMT1TENP
MINIMUM
MAX INLET
MIN OP
SET POINT RANGE
2
21
260
1
170
20
40 -120
1
460
7
0
17
20
4 120
4
800
1000
50
17
2
40-1
6
180
2300
115
170
20
40- 12
`Based on:
a - Max capacity through the ACV for a system with a 20psi or greater pressure reduction requirement
Typical Configuration Drawing - Above Ground Installation
H
Height from
Flange To Top
CC - Center Line of Inlet / Outlet Pipes
3
FLOW PATES - GPM FALL OFF FROM SET POINT @ - PSI
LINE SIZE
20% CONT 20% INTERMIT 20% CONT 20% INTERMIT
100% CONT
t00%INTERMIT
2
42 52 0 1
4
2 114 0
1
4
1 200 1
2
4
46 0
1
2
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
Customer Inputs
Customer Connections — Input Header Size
Size Check One
0-
0—
Component Customization
Strainer — Item 2
ACV — Item 3
SS WYE Standard
NONE
LAUSD
MASTER Standard
AUTO SHIFT Standard
NONE
Backflow Preventer — Item 4
909PCOT
009M2PCTOT
NONE Standard
Lug Type Butterfly Shutoff Valves — Item 1 & item 9
Style Check One
Typical Dimensional Data
Certified Drawing Supplied with Order
PipeSize
— NPS Typical Dims — Inch
Station Specifications
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 Feld adjustable set point for outlet condition within
I Opsi 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.
Automatic Shift Valve Data
BIC 1000 Specification Drawing JOB NAME
Configuration Data - CUSTOMER
Typical BOM and Drawing ENGINEER
Valve Station Component Requirements RFQ#
AUTO SHIFT VALVE
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 OP
SET POINT RANGE
2
180 20 1
170
2'
4' -120
2
4
500 750 50
170
20
40- 120
1000 1500 115
170
20
40-120
`Based on:
a - 150% Emergency flow rate through Backflow Preventer (90 Minute UUFM Test)
h - Max Capacity through the ACV for a system with a 20psi or greater pressure reduction requirement
FLOW RATES • GPM
LINE SIZE 1 20% CONT 1 20% INTERMIT
FALL OFF FROM SET POINT 0 • PSI
20% CONT 20-Y. INTERMIT
0 Hydro test the fully assembled Valve Station to 175psi for 5 minutes without leakage.
Typical Configuration Drawing - Above Ground Installation
CC - Center Line of Inlet / Outlet Pipes
5
100% CONT 1 100% INTERMIT
H
Height from
Flange To Top
Customer Inputs
Customer Connections — Input Header Size
Size Check One
0-
0—
Customer Customization
Strainer — Item 2
ACV — Item 3
SS WYE Standard
NONE 1 77
r.
IAUSD
MASTER Standard
AUTO SHIFT Standard
NONE
Backflow Preventer — Item 4
909PCOT
009M2PCOT Standard
NONE
Lug Type Butterfly Shutoff Valves — Item 1 & item 9
Style Check One
Typical Dimensional Data
Certified Drawing Supplied with Order
Pipe Size
- NPS Typical Dims - Inch
Station Specifications
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.
BIC Station Operation
A. Turning on the system -
1. Pressurize pressure system slowly from meter to inlet butterfly
at closed position.
2. Open inlet butterfly 114" 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.
8. 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 LIP 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 nigher 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.
Note
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. Al 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.
For additional information, visit our web site at: www.watts.com
Water Safety 8 Flow Control Products USA: 815 ChestrwfSt.,No. Arniover, MA 01845-6098, www.watts.com
Canada: 5435 North Service Rd., Burlington, ONT L7L 5H7; www.wattscanada.ca
ES/IS-BIC-1000 0437 0 Watts Regulator Company, 2007
EXHIBIT G
Backflow Irrigation Control (BIC) and Automatic Control Valve (ACV)
Inventory
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 bride 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 Bou et
9
River Village - A W2 - 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 Pk - LMD Zone T-46
14
T-52 Stonecrest - Retrofit - (2) BIC Heads
15
Newhall Library
16
Valencia Library
17
Sand Canyon & SR14 Fwy
18
1 Lyons Ave. & Interstate 5 Fwy
Automatic Control Valves (ACV)
1
LMD T-52 - Stonecrest- Controller #9 - 14351 Rushmore
2
LMD T-52 - Stonecrest - Controller #10 -14433 Colorado
3
LMD T-52 - Stonecrest - Controller #11 - 29446 Mammoth
4
LMD T-52 - 14512 Grandi Flores
5
LMD 2008-1 - 29112 Mammoth - Soledad Median
t-
,r,y
,I
ATTACHMENT
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
LMD-14-15-09
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for
which BIDDER has performed work of a similar scope and size within the past 3 years:
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
2.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
3.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
4.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
5.
Name and Address of Owner / Agency
Name and Telephone Number of Person Familiar with Project
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # LMD-14-15-09
BID OPENING: September 29, 2014
The City of Santa Clarita invites electronically sealed bids for:
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
1. Electronic Bids must be ELECTRONICALLY received at:
htti):Itwww.planetbids.com/i)ortaitportal.cfm?Comi)anylD=16840#
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days or for the stated contract period, whichever is
longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read
and understands the requirements contained on pages 1 to 8, Exhibits A to H, and Attachment 1.
5. Bid Questions. Questions MUST be submitted electronically to:
http://www.planetbids.com/portal/portal.cfm?CompanvlD=16840#
The last day for questions will be 5:00 PM, September 22, 2014.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
7. A pre-bid meeting will be held on Tuesday, September 9, 2014 at 9:00 AM at City Hall,
23920 Valencia Blvd., Santa Clarita, CA, in the Century Room. All interested vendors are
strongly encouraged to attend. This will be the one and only pre-bid meeting.
7. Renewal and Pricing Adjustment. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise
stated, the contract may be renewed if the new pricing of the contract does not change more than
the Consumer Price Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area -
Riverside -Orange county area and prevailing wage rates, if applicable. Price adjustments may be
increases or decreases as appropriate and must be requested at least 90 days prior to the
expiration/renewal of the contract. The index level for the month preceding the month of
solicitation advertisement will become the beginning index. The price adjustment limit will be the
percentage change based on the difference between the beginning level or the adjustment level
last used and the index level for the period 90 days prior to the expiration of the contract. If not
renewed prior to the anniversary date, the contract may continue on a month to month basis until
renewed
or awarded to a new contractor.
Name (Print): Company:
Company Phone r r a �,
State/zip: OR q�322
_n HRMIOX t•7961t
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
LMD-114-15-09
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
September 18, 014
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
There was a non -mandatory, pre-bid meeting on April 16, 2014 beginning at 8:00 AM. The
meeting was located at City Hall, 23920 Valencia Blvd., in the Council Chambers
Attending staff., Jason LaRiva, Project Development Coordinator (Project Manager),
Mary Alice Boxall, Labor Compliance Specialist, Jennifer Killian, Buyer and Christine
Saunders, Project Technician.
The following vendors were in attendance:
Backflow Prevention Device Tester, Megan Spangler
Anthony's Backflow, Jordan Renick
Verne's Plumbing, Larry Verne, Jr.
The following was reviewed.
Labor Compliance (see LCP attachment on Planet Bids)
Bid - due date, last day for questions, bonds, electronic responses (see bid)
Exhibits including forms for completion, pricing schedule (see bid)
The City has chosen to add a "Checklist" for vendors to verify what is required for the
bid. (See page to follow at the end of this addendum.)
Company Name
Bk # PR -14-15-09
CERTIFICATION, SERVICE AND REPAIR OF
BACKFLOW PREVENTION DEVICES
LM D-14-15.09
DOCUMENTS CHECKLIST
The following documents are required to be completed and submitted by the Contractor
at the times specified by an X opposite each title. If no column is marked, document will
not be required.
With Bid Proposal (All Bidders)
With Agreement (Awardee only)
Prior to Starting Work (Awardee only)
X
Proposal — electronic response
X
Proof of Required License - license number will suffice
X
Bidder's Bond (hard copy to City Hall BEFORE due date & time)
X
References
X
Bid Schedule — Use the City supplied pricing page only
X
Contract Agreement
X
Insurance Requirements — Return only if Awardee
X
Bond for Faithful Performance
X
Payment Bond (for Labor and Material)
X
Certification of Public Liability and Property Damage Insurance
X
Certification of Worker's Compensation Insurance
X
Certification of Fire and Extended Coverage Insurance
X
Pre -Work Meeting
X
Emergency Contact Information
E. PRICING
Backflow Prevention Device Testing, Certification, Maintenance, and Repair
Throughout Various Landscape Maintenance District Zones
Class A General Engineering California Contractors License Required
ALL LINE ITEMS TO BE PROVIDED AND INSTALLED COMPLETE
(INCLUDES LABOR, MOBILIZATION, MATERIALS, EQUIPMENT, ETC.)
UNIT OF
MEASURE
EXTENDED
LINE
DESCRIPTION
(EA, Sci Ft,
QTY
UNIT PRICE
PRICE
Lump Sum,
(Total)
HR
1.
Backflow testing fee for initial test
and certification
EA
5000
2
Backflow re -testing fee for
additional testing (if needed due
EA
300
O
to initial test failure)
3
Automatic Control Valve (ACV)
inspection and pressure
EA
10
-:�A R)CE)
calibration
4.
Backflow Irrigation Control (BIC)
EA
20
station commissioning
5.
Direct acting regulator inspection
and calibration
EA
300
$� �S
�Z�J tcc)
pressure
5'
After hours response
p
HR
2
Bid H LMO-14-15-09 19
Scenarios & Costs:
7. 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.
$ 133 , 2- (0
114 Zlo
8. 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. �— �?OO
$ (a�A (D 2 ZC�RC�C- i1 i 12�a1
9. 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. LGOw— '4350
$ �Aq Zncaos e- �y-6yln q1
10. 1" Watts 009M2PCQT backflow assembly has a #1 ball valve that has freeze damage
and needs to be replaced with a new Wafts ball valve (Part # LFFBV-0125028).
$ 185; BO Isis- 4?\5p
Qboa\vCi.\fie -�A35, '�O
11. 10" Watts 774 backflow assembly has a #2 gate valve leaking, provide pricing to repair
the gate valve packing.
$ a� L), DO
kcocor- t zzs
Bid # LMD-14.15-09 20
12. You receive a call at 3:00pm 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 6:00pm La)OCr— �L
13. 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). �)r _' ) rj0
$ 3�I, l�`l bcdy R0bazy LA-� I��53
14. 1.5" BIC -1000 station is turning off because the ACV orifice (Part# 2691-27) is
inoperable. Cost to repair and re -certify. k,pr —�a � 25
$ C;\-QNce-�A5B�-►O
15. A 1.5" Watts 223 regulator located on the inlet riser is not working and needs to be
replaced with a Watts LF -2236 (Part# 0298569).
1.9&Or_Z2�
Bid # LMD-14-15-09 21
ALL QUOTES SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS
COMPANY NAME' 1 XiC�L_�,l��l�r2y2sl� iOn�i�P_���CP_
CONTACT
DATE:
LICENSE NO (CLASS A): (D,:D pS-yA
PHONE NO: (c(9\-2ql-\ -cqN
SIG
Bid # LMO-14-15-09 22
In Numbers:
� SZ,�l�l15Z
TOTAL
Line Items 1 - 15
In Words:
Se � Yed C �e�\\ti rS a 541co
ALL QUOTES SHALL BE BASED ON PREVAILING WAGE REQUIREMENTS
COMPANY NAME' 1 XiC�L_�,l��l�r2y2sl� iOn�i�P_���CP_
CONTACT
DATE:
LICENSE NO (CLASS A): (D,:D pS-yA
PHONE NO: (c(9\-2ql-\ -cqN
SIG
Bid # LMO-14-15-09 22
ATTACHMENT
CERTIFICATION, SERVICE AND REPAIR OF BACKFLOW PREVENTION DEVICES
LMD-14-15-09
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for
which BIDDER has performed work of a similar scope and size within the past 3 years:
1. L�Y' 00C CYT-e"c ZYvc�7-? 5141
Name and Address of Owner / Agen 16tT�r��
2.
3.
Name and Telephone Num of Person Familiar with Project
Te�ALng Cer � pl no c� I1O
+ y back la �r� each and Corn lA
�61(- !7 f?iXr�YC ltC fv.fAP!\ FiiSQ'(YILL+n%0.e_n((-1--ial(
Contract Amount Type of Work Date Completed
Gcky� ma,\'O.0 - Nn'� X-V� -�OQ
Name and Telephone N ber of Person Familiar with Project
Tesi=�ngq Ce,rk,Ei�� cel\ �" '
e sc l cfin s ac LSC i i112X�� [x�l
1l7 o�Mr
Contract Amount Type of Work Date Completed
Y
of Owner Agency
one Number of Person Fai
—TeSivtG�4 der}ifi
with Project
compleh`n�
Of
a.
Name and Address of Owner / Agency
5.
Nov _
�nnns�i�
pec[ U-X)rt \S C..(xrlp}e,T-U
�hYCl�ojF r �Y2 ujtar
)?Ae . 1k4) rm IrAn nc hhP�(r ri�CYS,
The following are the names, addresses, and telephone numbers of all brokers and sureties from
whom BIDDER intends to procure insurance bonds:
'pn . quo-
Y-CLaerk (,P
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
BACKFLOW PREVENTION DEVICE TESTER
Contract No. 14-00398
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of
20_, by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and BACKFLOW PREVENTION DEVICE TESTER, a
CALIFORNIA Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a AS
NEEDED basis an amount set forth in the attached Exhibit "B," 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 DECEMBER 1, 2014, to NOVEMBER 30,
2016. The Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "A."
B. 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.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
Revised 812011 Page 1 of 7
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from
CI'1'Y's Engineering Division or the website for State of California Prevailing
Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing
rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, and the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program.
All covered work classifications required in performance of this contract will be
subject to prevailing wage provisions. The Contractors and its subcontractors shall
pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita's Labor Compliance Program.
A copy of the Labor Compliance Program is available for review upon request at
the Office of the City Clerk. All pertinent state statues and regulations, including,
but not limited to those referred to in this contract and in the City's Labor
Compliance Program, are incorporated herein as though set forth in their entirety.
Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
C. 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.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
Revised 82011 Page 2 of 7
B. 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.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "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.
Revised 812011 Page 3 of 7
E. 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.
F. 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.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of
the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or
should any claim be brought against it by suit or otherwise, arising out of performance by
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any
Revised 82011 Page 4 of 7
judgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
10. 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.
11. NOTICES.
A. 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
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: BACKFLOW PREVENTION DEVICE TESTER
P.O. BOX 220114
SANTA CLARITA, CA 91322
B. 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.
C. 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.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. 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.
14. 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.
Revised 82011 Page 5 of 7
15. 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.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
18. 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.
19. 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.
20. 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.
21. 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.
22. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will
immediately terminate without obligation of either party to the other.
23. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting BACKFLOW PREVENTION
DEVICE maintenance. To the extent that there are additional terms and conditions contained in
Exhibit "A and B" 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.
24. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
Revised 8/2011 Page 6 of 7
(SIGNATURES ON NEXT PAGE)
Revised 8/2011 Page 7 of 7
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
fust hereinabove written.
FOR CONTRACTOR:
m
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 82011 Page 8 of 7