Loading...
HomeMy WebLinkAboutAGR-7276 - TERRYS TESTING INC - MAINTENANCE SERVICES FOR BACKFLOW DEVICE TESTING AT VARIOUS LOCATIONS - RFB 20-21.06Firefox about:blank MAINTENANCE SERVICES AGREEMENT Maintenance Services for BackflowDevice Testing at Various Locations (RFB 20-21.06)] THIS MAINTENA.,N1C E.. SERVICES AGREEMENT (the "Agreement") is made at Orange. California. our this a! st day of _ IC 2021, by and between the CITY OF ORANGE, a. municipal corporation ("City") and TERRlr'S TESTING, INC., a California. corporation (" Contractor"), who agree as follows. 1. Services. Subject. to the ternis and conditions set forth in this Agreement. Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit "A," which is attached hereto and incorporated herein by this reference. As a material inducement to City to enter into this Agreement. Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing tine work. Contractor represents that it is experienced in perfonning the work and will follow the highest professional standards in performance of the work. All services provided shall confornn to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any teens and conditions nn Exhibit " A" to the contrary. Nathan Bhulnun, ("City's Project Manager"), shall be the person to whom Contractor will report for the performance of services hereunder. It is understood that Contractor's performance hereunder shall be under the supervision of City's Project Manager (or designee), that Contractor shall coordinate its services hereunder with City's Project Manager to the extent required by City's Project Manager, and that all performances required hereunder by Contractor shall be performed to the satisfaction of City' s Project Manager and the City Manager. 2. Total Compensation, Annual Compensation and Fee Schedule. a. Contractor's total compensation for all services performed raider this Agreement, shall not exceed THIRTY THOUSAND DOLLARS and 00/100 ($30,000.00) without the prior written authorization of City. b. The above fee shall include all costs. including, but not limited to, all clerical. administrative, overhead, insurance, reproduction, telephone, travel.. auto and equipment rental, and all related expenses. 2. 1 Term and Extension(s) a. The Initial Tenn of this Agreement is one (1) year (the "Initial Term"); provided, however, that City has the right to extend the tern of this Agreement for successive one- year extensions at the compensation stated iiu Section 2.a. b. The City Managcr is hereby authorized on behalf of City to give written notice to Contractor of City's intention to exercise each Extension (if at all) no later than thirty (30) days prior to the Expiration Date of the then -current tens; provided, however, that City's notice of its I of 22 10/7/2021, 5:20 PM Firefox about:blank intention to extend the term of this Agreement for each Extension shall be expressly conditioned upon and subject to the approval by the City Council. in its sole and absolute discretion. of ail amount sufficient to pay the compensation set. forth herein for each Extension as part of its animal budget. approval process prior to the begiiuniing of each Extension. While the parties acknowledge that City is required to give its notice of intention to extend the term of this Agreement not later than thirty (30) days prior to the Expiration Date of then -current terns, it is possible that the City Council's approval of its annual budget and appropriation of fields for the Extension in question may occur thereafter. Accordingly, if the City Council fails to approve and appropriate finds sufficient to pay the amount of compensation set forth herein for an Extension. this Agreement shall terminate and be of no further force and effect as of the expiration of the then -current tern. Notwithstanding anything in this provision to the contrary, in the event City gives Contractor written notice exercising an Extension and City receives notice that appropriation of fiends for the Extension in question are not available after Contractor has performed services under the Extension. City agrees that Contractor will be equitably compensated for all services perforned under any portion of an"Extension through the date of termination of the Agreement. Except as specifically set forth herein. the terns and conditions of each Extension will be the same as the Initial. Agreement. C. Any Extension, if properly exercised, shall be memorialized in the form of ail amendment to this Agreement. The City Manager is hereby authorized to approve and execute amendments to this Agreement reflecting the exercise of each Extension and the amount of compensation (including the aInou nt of funds to be made available for additional work or services) payable to Contractor for each respective Extension. 3. Payment. a. As scheduled services are completed. Contractor shall subunit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount unvoiced. including services completed, the number of hours spent and any extra work performed: C. City will pay Contractor the amount invoiced within thirty (30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as in amendment to this Agreement. The amendment shall set forth the changes of work, extension of time. and adjustment of tine compensation to be paid by City to Contractor. S. Licenses. Contractor represents that it and any subcontractors it may engage. possess any and all licenses which are required under state or federal law to perform the work contemplated 2 of22 10/7/2021, 5:20 PM Firefox about:blank by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license. at its cost, during the performance of this Agreement. 6. Independent Contractor. At all tines during the term of this Agreenent. Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have tine right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at. its sole cost and expense, furnish all facilities. materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for. and shall iudenmmify, defend and save City harmless from all matters relating to the payment of its subcontractors. agents and employees. including compliance with social security. withholding and all other wages, salaries, benefits, taxes.. exactions. and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not, sunder any circumstances, be considered employees of City, and that they shall not. be entitled to any of the benefits or rights afforded employees of City. including, but not limited to, sick leave, vacation leave. holiday pay. Public Employees Retirement System benefits. or health, life. dental. long -teen disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority. express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Except as otherwise authorized by City's Project Manager, only the employees of Contractor shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of fiends to be received under this Agreement shall be of any force or effect runless the assignment has had the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Mantager or his/her designee. 10. Time of Completion. Contractor shall commence the work in accordance with the time period set forth in Exhibit "A" hereto or as otherwise agreed to by and between the representatives of tine parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to tine prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control. other than those delays caused by City, shall be an extension of time. No natter what the cause of the delay. Contractor must document any delay and request an extension of time in writing at 3 of 22 10/7/2021, 5:20 PM Firefox about:blank the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, itto ust specify, in writing, why the delay has caused additional costs to be incurred and the exact annou nt of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section ?.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations. materials. manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance- of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant. for employment because of race. color, religion. sex. national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race. color, religion. sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer. recruitment or recruitment advertising, layoff or termination, rates of pay or other fornns of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places. available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor. state that all qualified applicants will receive consideration for employment without regard to race. color. religion, sex, national origin. mental or physical disability, or any other basis prohibited by applicable law. C. Contractor shall cause the foregoing paragraphs (a) and (b) to beinserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard conunercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make. participate in the snaking, or in any pray attempt to use its position as a contractor to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 57103 of the Government Code.:' 17. Indemnity. a. To the fullest extent permitted by law. Contractor agrees to indemnify. defend and hold City, its City Council and each member thereof, and the officers, officials, agents and employees of City (collectively the "Indemnitees") entirely harmless from all liability arising out of: 4 4 of 22 10/7/2021, 5:20 PM Firefox about:blank 1) Any and all claims under workers' compensation acts and other employee benefit: acts with respect to Contractor's employees or its subcontractor's employees arising out of Contractor's work tinder this Agreement, including airy and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims tuider Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons or damage to property caused by any act. neglect, default. or omission other than a professional act or omission of Contractor. or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indenmitees. or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury, death or damage caused by the active negligence or willful misconduct. of City. Contractor. at its own expense. costand risk, shall indemnify any and all, claims; actions. suits or other proceedings that may be .brought or instituted against the Iuuletntutees on any such claim or liability covered by this subparagraph. and shall pay or satisfy any judgment that may be rendered against the hndemnitees. or any of theta, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. Reserved. C. Except for the Indenunitees. the indetmiifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. I a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits tinder any City program. b. Contractor shall mauitai n during the life of this, Agreement. the following: minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1.000,000) per occurrence; or (2) all the insurance: coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury. death and property damage aund be written on an occurrence basis. C. Contractor shall maintain daring the life of this Agreement, the following unitniunum amount of automotive liability insurance: the greater of (1) a combined single limit of One Million Dollars ($1,000.000); or (2) all the insurance coverage and/or limits carried by or available to 5 of 22 1017/2021, 5:20 PM Firefox about:blank Contractor. Said insurance shall cover bodily injury. death and property damage for all owned, non - owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the nninitnum required coverage and/or minimums required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents; and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement., A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement. City will accept a copy of the poliey(ies) which evidences that City is an additional insured as a contracting party. The tninimnutn coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that.is provided as part of the general or automobile liability tnninninnums set forth herein shall be maintained for the duration of the Agreement. f. Reserved. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials. Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned mininnum insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten (10) days' prior written notice to City. L All insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class Vll or better by the latest edition of Best Key Rating Guide. j. Contractor shall immediately notify City if any required insurance lapses or is otlnenvise modified and cease perfornance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self -insure the risk and charge Contractor for such costs and any and all damages resulting therefrom. by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance. Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City. on behalf of any insurer providing insurance to either Contractor or City with respectto the services of Contractor herein, a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 6 of 22 10/7/2021, 5:20 PM Firefox about:blank 1. Contractor shall include all subcontractors. if any. as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less dean five (5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work. unless the notice from City provides otherwise. Upon the tennination of this Agreement. City shall pay Contractor for services satisfactorily provided and all allowable reimbursements uneurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles. Contractor and its subcontractors shall maintain reasonably full and complete books, documents; papers, accounting records, and other information (collectively, the "records") . pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three Q) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from City, and copies thereof shall be furnished if requested. 21. Compliance with Laws/Background. a. Contractor shall be knowledgeable of and comply with all local. state and federal laws which may apply to the performance of this Agreement. b. The work provided for in this Agreement constitutes a "public works," as that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California prornttlgates prevailing wage detenninnations. Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wades to all such workers and shall comply with all statutory requirements thereunder. Statutory provisions for penalties for failure to comply with prevailing wage laws will be enforced. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations . (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract. Contractor must ..,meet all State registration requirements and criteria, including project. compliance monitoring. C. Contractor represents and warrants that it: 1) Has complied and shall at all times during the tern of this Agreement comply, in all respects, with all immigration laws, regulations. statutes, riles. codes, and orders. including. without limitation, the Immigration Refonn and Control Act of 1986 (IRCA); and 7 of 22 10/7/2021, 5:20 PM Firefox about:blank 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement: and 3) Has properly maintained. and shall at all times during the terin of this Agreement properly maintain. all related employment documentation records including, without limitation. the connpletion and maintenance of the form I-9 for each of Contractor's employees; and 4) Has responded, and shall at all times during tine tern of this Agreement respond, in a timely fashion to any government inspection requests relating to iliuiiigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of I-iomeIand Security, the Department of Labor. or the Social Security Administration. d. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of City. verification that all such employees are eligible to work in the United States. All costs associated with such -verification shall . be borne by Contractor. Once such request has been made, Contractor may not change. employees working under this Agreement without written notice to City. accompanied by the verification required herein for such employees. e. Contractor shall require all subcontractors to make tine same representations and, warranties as set .forth herein. f. If Contractor or subcontractor knowingly employs an employee providing work - under this Agreement who is not authorized to work in the united States, and/or fails to follow federal laws to determine the status of such employee. that shall constitute a. material breach of this Agreement and may be cause for immediate termination of this Agreement by City. g. All personnel performing any services to City under this Contract shall possess sufficient experience and security records to. perform the work at public facilities. Contractor shall conduct and complete, to City's satisfaction. sufficient background checks to ensure no personnel perforning services under this Contract is listed oil tine National Sex Offender Public Registry NSOPR"). Contractor shallmonitor personnel security records to ensure no existing or new employees performin- services tender this Co.ntract are added to the NSOPR or convicted of any crinnes that would disqualify them from adhering to conduct conducive to public safety. h. All costs .associated with the documentation and verification required herein shall be borne by Contractor. Contractor shall require all subcontractors to provide the same documentation and verification when lured to perform services under this Contract. City has the right, in its sole and absolute discretion. to reject any employee of Contractor assigincd to perforin services for City, with or without cause. at the time of such assignment or at any time thereafter. and Contractor shall remove that employee from providing services to City to the extent pennitted by law and any applicable collective bargaining agreement. City's rights under this Article shall not be exercised in an arbitrary or capricious manlier. or with tine intent of forcing a tenmination of this Contract 8 of 22 10/7/2021, 5:20 PM Firefox about:blank L Contractor agrees to indemnify and hold City. its officials. and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No othertr agreement, oral or written. pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class mail, postage prepaid. to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within. 3 days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be deemed received on the date of the e-mail transmission. CONTRACTOR" Terty's Testing, Inc. 4774 Murrieta St. 4#13 Chino. CA 91710 Attn.: Eric Roberts Telephone: 800-464-9287 E-Mail: backflow@terrystesting.coin CITY" City of Orange 300 E. Chapman Avenue Orange. CA 92866-1591 Attu.: Nathan Bluhun Telephone: 714-5 32-6491 E-Mail: nbluhni@cityoforauge.org 25. Counterparts. This Agreement may be executed in one or more counterparts. each of which shall be deemed an original. but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as. original signatures. Remainder of page intentionally left blank; signatures on next page] 9 of 22 10/7/2021, 5:20 PM Firefox about: blank IN WITNESS of this Agreement. the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" "CITY" TERRY'S TESTING, INC. a California CITY OF ORANGE. a municipal corporation corporation By:%I7h-, /. Printed Narnc.'— NVL Title:-I%DF1`s By: Y B nie I•Iagan. Acting City Manager APPROVED AS TO FORM: Printed Name: Title: Aijal V I A 4 LA, 0 Mary E. Bit ink Senior Assis ant City Attoriie NOTE: The City requires the follovv7ng signature(s) on behalf of the Contractor: 1) the Chairman of the Board, the President or a Vice -President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists .or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 10 10 of 22 10/7/2021, 5:20 PM Firefox about;blank EXHIBIT "A" CONTRACTOR'S B.ID AND SCOPE OF SERVICES Beneath this sheet.] I 1 of 22 10/7/2021, 5 20 PM Firefox about:blank CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT www.cityoforange.org PHONE: (714) 744-7274 BACKFLOW TESTING AT VARIOUS LOCATIONS REQUEST FOR BID (RFB) No. 20-21.06 Date: July 8, 2021 The documents contained in this Request for Bid document are considered to be the invitation and not the full final representation of the documents needed to submit a successful response to the bid or proposal described herein. Interested bidders should subscribe to receive bid updates and notifications. via the City's website at https://www.cityoforancie.org/Bids.aspx?CatID=17 (two- step verification required), as well as emailing CommServBids@cityoforange.org to be added to the contact list for this specific bidder's list in order to receive emailed updates of any revised/additional information and addenda. It is the responsibility of the interested bidder to request being added to the bidder's list and to check the website frequently to look for any additional updates. Project Name: BACKFLOW TESTING AT VARIOUS LOCATIONS Project Location: Various Locations throughout the City of Orange Project Contact: Nathan Bluhm, Landscape Project Coordinator Phone: (714)532-6491 Email Address: nbluhm(&cityoforang" PROJECT DESCRIPTION: The City of Orange, CA, a Municipal Corporation, is inviting formal bids from qualified companies to provide the annual backflow testing of approximately 200 backfow devices. 12 of 22 10/7/2021, 5:20 PM Firefox about:blank GENERAL PROVISIONS: 1. This agreement will be awarded for one year, with the option to extend ,for up to three additional years. The length of contact will be determined based on available funding. 2. A mandatory job walk has been scheduled for Tuesday, July 27, 2021 at 9:00 a.m. at the Community Services Office (230 E. Chapman Ave., Orange, CA 92866). 3. NOTE: All construction work shall be performed in adherence to the approved plans provided by City of Orange Staff, the current edition of the CalTrans Green Book" and the City of Orange Public Works Department Standard Plans and Specifications. 4. The Contractor shall, at all times, carry valid insurance, which meets all City of Orange insurance requirements as outlined in Attachment No. 2. 5. The Contractor shall pay. prevailing wages per the current Department of Industrial Relations wage rate (including all scheduled increases) and furnish Certified Payroll Reports for all work days (if applicable). 6. All work shall conform to the specifications contained in the Request for. Bids and any subsequent agreements. 7. No new access points will be allowed within the boundaries/scope of this project. The Contractor is to prepare estimates for work based upon the existing ingress/egress to the device locations. 8. Working hours will be per City of Orange ordinance (7:00 a.m. to 4:00 p.m.). Weekend work will only take place with permission from the City of Orange. . 9. Vehicles: All vehicles used by the contractor are to be identified with door signs approx. 20" x 16", magnetic sign acceptable) or equivalent with the company name and phone number. These need to be visible from both sides of said vehicle. 10. Uniforms: All of contractor's employees shall wear appropriate uniforms at all times while on duty. Uniforms must have the contractor's name. 11. Background/Security All personnel engaged in performance of this work shall be employees of the contractor and as such shall be warranted to possess sufficient experience.and security records to perform this work. SCOPE OF WORK: 1. Contractor to provide testing for approximately 200 backflow devices. The actual number of backflow devices fluctuates as new devices are added and removed from inventory. 2. Contractor will furnish all tools and equipment necessary for the contracted labor and services. A current national certification as a backflow prevention assembly tester is required. 3. The contractor must have a current calibrated testing gauge. The contractor must ensure that all technicians testing and servicing backflows be clearly identifiable and carry proof of I.D. and technician certification as defined in the California Department of Public Health Drinking Water Title II. 13 of 22 1017/2021, 5:20 PM Firefox about:blank 4. All backflow testing should be completed between July and October every - year. Testing for year one of the contract is to be completed by November 2021. List of backflows to be tested are generated by the City's Water Division and delivered to the contractor by the Community Services Representative. If requested, test reports may be printed and delivered months ahead to facilitate getting in front of the current schedule. TEST REPORTS: 1. Test reports are legal records and must therefore be complete and accurate. A complete and accurate test report is proof that a test was performed and the assembly will prevent backflow and cross -connection contamination to the water supply. The City will provide a pre-printed test report form with the specific information on each assembly to the technician. All reports will be due within five (5) days of the date of the test. Test reports must be completed on the pre-printed test report form (Attachment No. 1). FAILED ASSEMBLIES: 1. If an assembly fails the initial test, the technician must determine if it is a minor repair or a major repair. A minor repair would be a simple cleaning or installation of a rubber repair kit. If an assembly is cracked or a check valve or relief valve needs to be replaced, the technician is to notify the City representative to obtain authorization for the repair prior to the commencement of work. MINOR REPAIRS: 1. Minor repairs that can be performed at the time of the initial test and cost less than $100 are to be performed along with the retest and included in the testing invoice. Examples of this type of repair are cleaning components of the assembly and/or rubber repair kits and test and test cocks. The contractor shall request authorization for any such repair prior to the commencement of work. 2. If an older backflow device fails testing, the City's preference is for the device to be repaired. If that is not possible, device will need to be replaced. MAJOR REPAIRS AND REPLACEMENTS: 1. The contractor shall provide written proposals for all major repairs such as cracked assemblies or replacement of check valves or assemblies. Proposals shall include all labor and materials necessary to complete the repair or replacement as well as the retest once the repair or replacement is complete. TECHNICIAN RESPONSIBLITIES: 1. All technicians testing and servicing City backflows must be certified by the Orange County Health Care Agency, Division of Environmental Health. The certification is to remain valid through the duration of the contract. 14 of 22 10/7/2021, 5:20 PM Firefox about:blank 2. It is the responsibility of the Certified Backflow Tester to insure that all test equipment being used is approved by the appropriate water purveyor and that all records of calibrations of said devices are submitted to the water purveyor at the assigned intervals as required by the water purveyor. 3. It is the responsibility of the Certified Backflow Tester to insure that all test equipment being used is approved by the appropriate water purveyor and that all records of calibrations of said devices are submitted to the water purveyor at the assigned intervals as required by the water purveyor. 4. The technician is responsible for all safety measures. Some of the assemblies are located in the center median of busy City streets and proper precautions should be taken. All technicians should be familiar with and practice all State and Federal OSHA codes and requirements. All vehicles must be equipped with beacons and/or strobes. 5. The Contractor is responsible for inspecting and being aware of all site conditions. 6. Existing site amenities (ex. sidewalks, walls, paving, landscape etc.) are to be protected in place. Any damage to any existing site amenities will be repaired or replaced at the contractor's expense to the satisfaction of the City. SPECIAL INSTRUCTIONS: 1. Contractor to submit a 10% Bid Bond with bid package. 2. This project may require a payment bond. 3. The contractor shall provide with this RFB a minimum of three (3) references of commensurate/equal backflow testing and repair work with cities and/or municipalities. References shall represent/include: Work completed within the last three (3) years. A description and location of said testing and repair work. An approximate cost of said testing and repair work. A contact person and phone number to verify testing and repair work. 4. A complete bid should include proof of current Orange County Backflow Assembly Certification. 5. All questions, requests for clarification, and comments shall be sent to the City by e-mail, and must be clearly titled "Written Questions". All such e- mails shall be sent to Nathan Bluhm, Landscape Project Coordinator at nbluhm@citvoforange.ora and commservbids@cityoforange.org by 12:00 p.m. on Friday, 3uly 30, 2021. The City shall not be responsible for its failure to respond to e-mail questions that have not been titled as such, and that have not been sent directly to Mr. Bluhm. 6. Interpretation of Documents. The City Representative shall be promptly notified, in writing, of any discrepancies, omissions, ambiguities, or requirements that are likely to cause disputes between trades and similar matters. When appropriate, the City shall issue addenda. 7. Addenda. The City reserves the right to issue addenda to the RFB documents at any time up to 24 hours prior to the bid due date and time. The City shall email copies of addenda to each potential bidder, or post 15 of 22 10/7/2021, 5:20 PM Firefox about:blank copies of addenda on the City.of Orange website. To be acceptable, bids must acknowledge receipt of all addenda. 8. The City reserves the right to reject any contractor who they determine does not meet a qualifying work experience or satisfying references. 9. The City reserves the right to reject at any time any or all bids, or parts thereof, whether of a technical or substantive nature, as the interest of the City may require, and to waive any variances, technicalities and informalities which do not impair the quality, or performance of the project. 10.The City will determine the length of years of the agreement based on fiscal limitations. APPROXIMATE TIMELINE 1. Mandatory Job walk: 2. Deadline for questions: 3. Bids due: 4. Notice to Proceed (NTP): BID SUBMISSION: July 27, 2021 at 9:00 a.m. July 30, 2021 by 12:00 p.m. August 12, 2021 by 2:00 p.m. September 2021 Provide response to the above REQUEST FOR BIDS on attached Cost Sheet and return all pages of the Request for Bids, addenda (if applicable) bid bond and references . Please provide three copies of bid packets. One original and two initialed copies are acceptable. Bids must be received on August 12, 2021 by 2:00 p.m. at the City of Orange City Clerk's Office (300 E. Chapman Ave., Orange, CA 92866). Responses may be sent via U.S. Mail, or delivered personally to the above address. Bid packets must be labelled appropriately: RFB 20-21.06- BACKFLOW TESTING AT VARIOUS CITY FACILITIES Attn: Purchasing Department -Nathan Bluhm 16 of22 10/7/2021, 5:20 PM Firefox about:blank CITY OF ORANGE COMMUNITY SERVICES DEPARTMENT WWW.Gityoforange.org PHONE: (714) 744-7274 • FAX: (714) 744-7251 ADDENDUM #1 Request for Bid (RFB) Bid No. 21-22.06 Backflow Testing at Various Locations July 28, 2021 This addendum serves as written notice of the following corrections, clarifications, additions and/or deletions to any and all copies of the Request for Bid (Bid No. 21-22.06). A City of Orange Bid Bond form and Alternative Security form are attached to this email for the Backflow Testing at Various Locations bid. They were not included In the original RFB documents. The bid number written on the bid documents for Backflow Testing at Various Locations was incorrectly listed on the bid documents available through the City website (RFB 20-21.06). The correct bid number for this project, should be 21-22.06. Please list the correct bid number on all submittal documents (where applicable) as RFB 21-22.06. Companies represented at the job walk on July 27, 2021: o Community Fire Protection o Ironwood Plumbing o Terry's Testing o Verne's Plumbing Respectfully Submitted, Nathan Bluhm Landscape Project Coordinator nbIuhrnf cit-yofcraagf-.nr , 714-532-6491 RFB 21-22.06 Page: 1 of 3 17 of 22 10/7/2021, 5:20 PM Firefox about:blank BID SHEET RFS 20-21.06 SACKPLOW DEVICE TESTING AT VARIOUS LOCATIONS Date: Bid Submitted by: August 1.0, 2021 Eric .Roberts Company dame: —Terry's Testing Contact dame: Eric Roberts _ Address: 4774 Murrieta St. #13 Chino, CA 91710 Phone #: 800-464-9287 E-mail Address: backflow@terrystesting.co Eric Roberts _ Signat4ResOfficeror Employee PiInt Name Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. Contractor represents that it is experienced in performing the work and will follow professional standards in performance of the work. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The stated bid amount below constitutes the total dollar amount to perform the work described in the above scope of services to include all that is required to provide the work product and/or install all materials required to complete the work to a professional workmanship standard, and to install and apply all materials per all manufacturer's specifications and recommendations. T t3ackftow Device Testing 8ac1<flow Technician ; Cost Per Device) t Hourly Rate (for repairs) Year i I $ $40.00 If0.00 M$ Year 24 45. 00 Year P 50. 00. 130.00 ' Year 4* 5 $55.00 t Contract. years 2-4 are not guaranteed. Please submit separate cost sheet with repair pricing and other labor rates. C10titractor' s extra material Cost. will be Charged to the City of Orange at cost plus 150/0. R B 2 1-?2.00 Page 6 of 9 18 of 22 10/7/2021, 5:20 PM Firefox about:blank Estimated Service Price List f2rrvk"teslep .ST;S hl-ie. St Bl3 Chow, Cx dti W 800.4644M wnw.lArriatugteig.tom 19 of 22 10/7/2021, 5:20 PM Firefox about:blank Terry's Testing Inc. 4774 Murrieta St Suite #13 Chino, CA 91710 800-464-9287 backfiow@terrystesting.com REFERENCES: City of Yorba Linda Richard Morse 1-949-525-1504 rmorse .cityofvorbalindaca.gov Repairs, installs, service calls, stolen devices City of La Verne Adella Reyes 909-596-8741 areyes(@cityoflaverne.org Repairs, installs, service calls, annual testing ($60.00 per test) City of Brea Chris Beckman 714-990-7692 chrisbe-cityofbrea.net Repairs, installs, service calls, annual testing ($45.00 per test) 20 of 22 10/7/2021, 5:20 PM