ron sullenger, director, district 1 agenda summary mike

30
WWD#1 AGENDA Page 1 June 25, 2019 AGENDA SUMMARY Ron Sullenger, Director, District 1 Dan Flores, Director, District 2 Mike Ziegenmeyer, Director, District 3 Jim Whiteaker, Director, District 4 Mat Conant, Director, District 5 BOARD OF DIRECTORS WATER WORKS DISTRICT NO. 1 The Agenda is posted in the entrance of the County Office Building at 1160 Civic Center Blvd., Yuba City. The Agenda Summary, backup materials, and Approved Minutes are also posted on the Sutter County Website at: http://suttercountyca.iqm2.com/Citizens/Default.aspx Materials related to an item on this Agenda submitted to the Board after distribution of the Agenda packet are available for public inspection in the office of the Clerk of the Board at 1160 Civic Center Blvd., Yuba City, during normal business hours. JUNE 25, 2019 3:00 PM Board of Supervisors Chambers, Hall of Records Building 466 2nd Street, Yuba City, CA PROCEDURE FOR PUBLIC PARTICIPATION Members of the Public will be allowed to address the Board during the Board’s consideration of each Agenda item. If you wish to speak on any item appearing on the Agenda, please fill out a Speaker Card, noting the number of the Agenda item about which you wish to speak, and present it to the Board Clerk. If you wish to speak about more than one Agenda item, please fill out a separate card for each item. If you wish to speak under Public Comment, please note that on the Speaker Card. When the matter is announced, please approach the speakers’ rostrum and wait to be recognized by the Chairman. Testimony should always begin with the speaker giving his or her name. The times listed on the Agenda are approximate and items may be brought up for discussion within a reasonable length of time before or after the time scheduled. CALL TO ORDER Roll Call CONSENT CALENDAR 1) Approval of the Water Works District No. 1 - Regular Meeting Minutes of May 28, 2019 APPEARANCE ITEM GUADALUPE RIVERA, SENIOR CIVIL ENGINEER 2) Adoption of plans and specifications and authorization of solicitation for bids for the Robbins Water Meter Installation and Water Main Repairs Project GF44001628R PUBLIC COMMENT Members of the public will be allowed to address the Water Works District No. 1 - Board of Directors on items of interest to the public that are within the subject matter jurisdiction of the Board. State law provides that no action may be taken on any item not appearing on the posted Agenda. OTHER BUSINESS - BOARD OF DIRECTORS CLOSED SESSION A Closed Session may be held anytime during the meeting concerning pending litigation, personnel and/or employee negotiations. ADJOURNMENT Requests for assistive listening devices or other accommodations, such as interpretive services, should be made through the Clerk of the Board at (530) 822-7106. Requests should be made at least 72 hours prior to the meeting. Later requests will be accommodated to the extent feasible.

Upload: others

Post on 27-Jun-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

WWD#1 AGENDA Page 1 June 25, 2019

AGENDA SUMMARY

Ron Sullenger, Director, District 1

Dan Flores, Director, District 2 Mike Ziegenmeyer, Director, District 3

Jim Whiteaker, Director, District 4 Mat Conant, Director, District 5

BOARD OF DIRECTORS

WATER WORKS

DISTRICT NO. 1

The Agenda is posted in the entrance of the County Office Building at 1160 Civic Center Blvd., Yuba City. The Agenda Summary, backup materials, and Approved Minutes are also posted on the Sutter County Website at:

http://suttercountyca.iqm2.com/Citizens/Default.aspx Materials related to an item on this Agenda submitted to the Board after distribution of the Agenda packet are available for

public inspection in the office of the Clerk of the Board at 1160 Civic Center Blvd., Yuba City, during normal business hours.

JUNE 25, 2019

3:00 PM Board of Supervisors Chambers, Hall of Records Building

466 2nd Street, Yuba City, CA

PROCEDURE FOR PUBLIC PARTICIPATION Members of the Public will be allowed to address the Board during the Board’s consideration of each Agenda item. If you wish to speak on any item appearing on the Agenda, please fill out a Speaker Card, noting the number of the Agenda item about which you wish to speak, and present it to the Board Clerk. If you wish to speak about more than one Agenda item, please fill out a separate card for each item. If you wish to speak under Public Comment, please note that on the Speaker Card. When the matter is announced, please approach the speakers’ rostrum and wait to be recognized by the Chairman. Testimony should always begin with the speaker giving his or her name. The times listed on the Agenda are approximate and items may be brought up for discussion within a reasonable length of time before or after the time scheduled.

CALL TO ORDER

Roll Call

CONSENT CALENDAR

1) Approval of the Water Works District No. 1 - Regular Meeting Minutes of May 28, 2019

APPEARANCE ITEM

GUADALUPE RIVERA, SENIOR CIVIL ENGINEER

2) Adoption of plans and specifications and authorization of solicitation for bids for the Robbins Water Meter Installation and Water Main Repairs Project GF44001628R

PUBLIC COMMENT

Members of the public will be allowed to address the Water Works District No. 1 - Board of Directors on items of interest to the public that are within the subject matter jurisdiction of the Board. State law provides that no action may be taken on any item not appearing on the posted Agenda.

OTHER BUSINESS - BOARD OF DIRECTORS

CLOSED SESSION A Closed Session may be held anytime during the meeting concerning pending litigation, personnel and/or employee negotiations.

ADJOURNMENT

Requests for assistive listening devices or other accommodations, such as interpretive services, should be made through the Clerk of the Board at (530) 822-7106. Requests should be made at least 72 hours prior to the meeting. Later requests will be accommodated to the extent feasible.

Page 2: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

MINUTES PAGE 1 MAY 28, 2019

UNAPPROVED

SUTTER COUNTYWATER WORKS DISTRICT NO. 1

MEETING OF MAY 28, 2019

The Water Works District No. 1 Board of Directors of the County of Sutter, State of California, met

on the above date at 3:00 p.m. in the Board of Supervisors Chambers located in the Hall of Records

Building at 466 2nd Street, Yuba City, California.

CALL TO ORDER

Chairman Conant called the meeting to order at 3:24 p.m.

Attendee Name Title StatusRon Sullenger Director, District 1 PresentDan Flores Director, District 2 PresentMike Ziegenmeyer Director, District 3 PresentJim Whiteaker Director, District 4 PresentMat Conant Director, District 5 Present

******

CONSENT CALENDAR

1) The Board approved the minutes of the Water Works District No. 1 - Regular Meeting of February 12, 2019

RESULT: ACCEPTED [UNANIMOUS]MOVER: Jim Whiteaker, Director, District 4SECONDER: Ron Sullenger, Director, District 1AYES: Sullenger, Flores, Ziegenmeyer, Whiteaker, Conant

******

APPEARANCE ITEM

2) Approval of an Independent Contractor Agreement in the amount not to exceed $13,500 in Fiscal Year 2018-19, and not to exceed $107,328 each fiscal year thereafter through FY 2021-22 to AQUALITY Water Management for full-service water operator and wastewater operator services for the Robbins Water and Wastewater Guadalupe Rivera, Senior Civil Engineer, discussed the item and recommended action.

A brief discussion and question/answer period was held.

The Board: 1) approved an Independent Contractor Agreement with AQUALITY Water Management in the amount not to exceed $13,500 in FY 2018-19, and not to exceed $107,328 each fiscal year thereafter through FY 2021-22 (three fiscal years) for full-service water operator

1

Packet Pg. 2

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f M

ay 2

8, 2

019

3:00

PM

(C

ON

SE

NT

CA

LE

ND

AR

)

Page 3: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

MINUTES PAGE 2 MAY 28, 2019

and wastewater operator services for the Robbins Water and Wastewater Systems; and, 2) authorized the Director of Development Services, or their designee, to execute the Agreement and administer it in accordance with the provisions of the Sutter County Ordinance Code and the State Public Contract Code. (WWD1-19-002)

RESULT: ADOPTED [UNANIMOUS]MOVER: Jim Whiteaker, Director, District 4SECONDER: Dan Flores, Director, District 2AYES: Sullenger, Flores, Ziegenmeyer, Whiteaker, Conant

******

PUBLIC COMMENT

There were no comments from those in the audience

******

OTHER BUSINESS - BOARD OF DIRECTORS

There was no other business of the Board.

******

ADJOURNMENT

With no further business coming before the Board, the meeting was adjourned at 3:27 p.m.

MAT CONANT, CHAIRMAN

ATTEST:CLERK RECORDER DONNA M. JOHNSTON,BY:Gina Graham, Deputy

(A recording of the meeting can be heard/viewed from the Board of Supervisors webpage at: http://suttercountyca.iqm2.com/Citizens/default.aspx and DVDs of the meeting are available for citizens to check-out from the Sutter

County Library at 750 Forbes Avenue, Yuba City, CA.)

1

Packet Pg. 3

Min

ute

s A

ccep

tan

ce:

Min

ute

s o

f M

ay 2

8, 2

019

3:00

PM

(C

ON

SE

NT

CA

LE

ND

AR

)

Page 4: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

Agenda Date: June 25, 2019

WATER WORKS DISTRICT NO. 1 Staff Report

To: Honorable Board of Directors

From: Neal Hay, Director of Development Services

Department: Development Services

Subject: Adoption of plans and specifications and authorization of solicitation for bids for the Robbins Water Meter Installation and Water Main Repairs Project GF44001628R

Recommendation It is recommended that the Board of Directors adopts the project plans and specifications and authorizes the solicitation of bids for the construction of the Robbins Water Meter Installation and Water Main Repairs Project, GF44001628R. Background In 2004, the State Legislature passed Assembly Bill (AB) 2572 requiring all water suppliers to have water meters installed on customer connections by January 1, 2025. The law requires all metered services billed at a metered rate, so that water bills reflect water consumption. Metering promotes water efficiency, reduces vulnerability to drought, and provides water savings through the identification and repair of leaks in the distribution system. The community of Robbins does not have the meters installed, allowing per–connection water use to go unmeasured. The substantial water usage of the Robbins Community has increased the water treatment costs and shortened the useful life of equipment that is costly to replace. Fixed costs associated with small Water Treatment Systems are similar to larger systems, which results in higher monthly rates for the members of the small community. Larger treatment systems benefit from a more favorable economy of scale, where the fixed costs to operate the system are distributed over a large population. The current flat rate monthly water bill is $70 for a single-family residence in Robbins. The average water usage in Robbins from 2001 to 2018 is approximately 335 gallons per person per day. This equates to over 3 times the national average of 80 to 100 gallons per person per day. For comparison, the average monthly water usage in Robbins was evaluated with the Yuba City fee structure. A single-family residence in Yuba City can pay as little as $35.84 per month for water if the usage is under the 15 Hundred Cubic Feet (HCF), or 11,220 gallons per month, base allotment. The 11,220 gallons per month baseline equates to just under 100 gallons per person per day, for a family of 4. The calculated 2001 to 2018 monthly average Robbins water bill would be approximately $102 per month using the Yuba City fee structure. The calculated monthly average water bill during the peak-use (summer) months in Robbins would be approximately $136 per month using the Yuba City fee structure. With Yuba City having more residents to distribute the fixed costs of their water system, Yuba City is able

2

Packet Pg. 4

Page 5: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

to benefit from a more favorable economy of scale. Actual water rates in Robbins may be higher once data is gathered to create a metered rate for the small water system. The $1,060,000 construction loan with 100% principal forgiveness has been authorized by the State Water Resources Control Board (SWRCB) that provides for the design and construction to install water meters and repair water mains in the community of Robbins. The grant covers 100% of the projected costs associated with the installation of the water meters and mains, including Department staff time. The project involves the installation of 93 new water meters to comply with Water Code Section 527(a)(1), repairs to the water lateral lines, and replacement of approximately 1,700 feet of failing water main lines in the small disadvantaged community (DAC) and economically distressed area (EDA) of the County’s Rural Community of Robbins. After the installation of the water meters, data will be collected before implementing a metered rate to comply with AB 2572. Robbins water users will continue to have a flat rate during a 12-month data collection period. Following the 12-month data collection period, users will receive a flat rate for the next three months along with the following information: monthly water usage, and information showing what their bill would be at the future metered rate based on the monthly water use. The data will allow the Robbins water customers to make informed decisions about their water usage. Discussion The Department, with the assistance of Domenichelli & Associates, Inc., has prepared the Plans and Specifications for the Robbins Water Meter Installation and Water Main Repairs Project. The project includes the installation of 93 new water meters, repairs to the water lateral lines, and replacement of approximately 1,700 feet of water main lines. The Plans and Specifications for these improvements are available for viewing at the Department. Project construction is scheduled to be completed by the end of 2019, with the contract and the inspection administered by Department staff. Prior Board Action February 12, 2019: Approval of an Independent Contractor Agreement in the amount of $92,730.00 to Domenichelli & Associates, Inc. for the Robbins Water Meter Installation and Water Main Repairs Project, and authorization for the Director of Development Services to execute and administer the Agreement. November 13, 2018: Authorization to advertise a Request for Proposals (RFP) for the design for the Robbins Water Meter Installation and Water Main Repairs Project. March 13, 2018: Authorization to accept Drinking Water State Revolving Fund Agreement Number D17-02070 for the Robbins Water Meter Installation and Water Main Repairs in the amount of $1,060,000; and authorized the Director of Development Services to sign and execute all associated grant documents for the project. March 23, 2017: Adoption of an updated Resolution for the grant application. December 6, 2016: Authorized the submittal of the grant application; adopted resolution authorizing the Director of Development Services to sign and execute all associated grant documents; approved the California Environmental Quality Act (CEQA) Notice of Exemption (NOE) for the Project. Board Alternatives Various alternatives were considered, however not authorizing the solicitation of bids would delay the delivery of the project. The recommended action best serves the County in proceeding with the project. Other Department and/or Agency Involvement Sutter County Waterworks District No. 1 obtained a construction loan with 100% principal forgiveness

2

Packet Pg. 5

Page 6: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

through the State Water Resources Control Board. Action Following Approval The Department will solicit bids for approximately 30 days and will open bids in July 2019. The Department will return before the Board of Directors to recommend a construction contract be awarded to the lowest, responsive and responsible bidder. Fiscal Impact The estimated project costs for design and construction is $1,060,000 and is included in the Adopted Budget FY 2018-19, as well as the Requested Budget FY 2019-20, account 4400-01-54200, Structures and Improvements, Project ledger C194400001. A construction loan for the estimated project with 100% principal forgiveness was obtained through the State Water Resources Control Board. Countywide Goals & Top Priorities Compliance Providing the community of Robbins improved water services supports the following:

• Goal E: Provide and enhance public infrastructure, including essential water, wastewater, other utilities, transportation systems (including “Farm to Market” roads), and achieve best possible flood protection for entire County region, including upgrading necessary levees to obtain reasonable flood insurance coverage to all residents, businesses, and property owners.

Standing Committee Review At the Public Works/Support Services Committee meeting of June 13, 2019, this item was reviewed and recommended for placement on the consent calendar for the Board of Supervisors. Respectfully Submitted, s/ Neal Hay

Director of Development Services

Attachments: 1. Bid Package

2

Packet Pg. 6

Page 7: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

COUNTY OF SUTTER

PROJECT MANUAL

FOR

ROBBINS WATER METER INSTALLATION AND

WATER MAIN REPAIRS PROJECT

Project # GF44001628R

The project is hereby approved for advertisement and bidding. The project plans and specifications

shall be prepared in accordance with the current standards and requirements of the County of

Sutter.

Adopted by the Board of Supervisors on:

_________________________________

Date

2.a

Packet Pg. 7

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 8: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

2.a

Packet Pg. 8

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 9: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

These plans and specifications have been prepared by Domenichelli & Associates, Inc. and have

been reviewed and approved by the County of Sutter Development Services Department.

2.a

Packet Pg. 9

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 10: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

THIS PAGE IS

INTENTIONALLY

LEFT BLANK

2.a

Packet Pg. 10

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 11: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

INVITATION TO BID 00 10 00 - 1

SECTION 00 10 00 INVITATION TO BID – NOTICE TO BIDDERS

Subject to the Conditions Set Forth by Sutter County, sealed Bids are invited for the following Bid Package: Sutter County Robbins Water Meter Installation and Water Main Repairs Project General Contractor BID SUBMISSION Sutter County will receive sealed Bids no later than 10:00 a.m. on Monday, July 26, 2019. The Bid opening will be in accordance with procedures set forth in the Instructions to Bidders. DESCRIPTION OF THE WORK The County of Sutter intends to award a contract which includes furnishing of all labor, materials, equipment, transportation and services necessary for the installation of new water mains ranging in diameter between 4-inches to 8-inches at five different locations and new 1-inch water services and meter boxes and meter assemblies at ninety-five (95) properties within the Robbins Community. The work will include, but is not limited to, all coordination between the County and Community Residents; demolishing and abandoning portions of the existing water system; trenching, excavation, and backfill of new water mains and services; hot tapping existing mains and installing new water services using horizontal directional drilling; installing new meters and meter boxes and setters; making connections of the new service line and meter to the existing private in-tract water line; general site restoration and pavement restoration. The project will be constructed with a single Prime Contractor. This Bid Package is for the Prime Contractor. CONTRACT TIME Refer to the requirements under Schedule in the Scope of Work included in these Contract Documents. BID DOCUMENTS Contract Documents may be purchased at the Development Services Department, located in the Sutter County Administration Building, 1130 Civic Center Blvd, Yuba City, CA 95993, telephone (530) 822-7400, between the hours of 9:00 a.m. - 4:30 p.m., Monday through Friday. The non-refundable cost for each set is $10.00; mail delivery is an additional $10.00 per set. The project documents are also available on the County’s procurement portal at https://sutter.bonfirehub.com. Each bid must be submitted on the bid / proposal forms provided in the Contract Documents. The bid proposal must be submitted and received by the County Clerk of the Board not later than the time and date prescribed.

Clerk of the Board Sutter County 1160 Civic Center Blvd. Yuba City, CA 95993

Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check, or cashier’s check payable to the County of Sutter, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid. The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond, issued by a corporate surety, in conformance with the

2.a

Packet Pg. 11

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 12: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

INVITATION TO BID 00 10 00 - 2

requirements set forth in the contract documents, each for not less than one hundred percent (100%) of the contract price. Pursuant to California Contract Code Section 22300, the contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. Per Section 27-060, Formal Bidding Procedures, of the County Ordinance Code, the notice inviting bids shall include the following:

1. Bids shall set forth unit prices as well as a total price for each item bid upon, the total taxes that will be due and a total figure for the price plus tax. Any difference between the taxes shown on the bid as the total figure and those actually due shall be the responsibility of the bidder.

2. Bids shall be opened by the officer or employee conducting the bidding process, or his/her designee,

in public in the office of the Clerk of the Board of Supervisors at the time stated in the public notice. The officer or employee conducting the bidding process shall tabulate the bids received and shall keep the tabulation open for public inspection during regular business hours for a period not less than 15 calendar days after the bid opening.

3. Bids and modifications or corrections thereof received after the closing time specified will not be

considered.

4. The Board of Supervisors or its designee reserves the right to waive informalities and minor irregularities in any bids received and that, in its discretion, the Sutter County Board of Supervisors or its designee may reject any and all bids presented and may re-advertise for bids.

5. If two or more bids received are for the same total amount or unit price, quality and service being

equal, the Board of Supervisors or its designee may accept the one it chooses or accept the lowest bid made after negotiation with tie bidders.

CONTACT INFORMATION For additional information, contact the Construction Manager:

Sutter County Development Services 1130 Civic Center Blvd. Yuba City, California 95993 Contact: Nick Ramos, PE, CFM Email: [email protected] Phone: (530) 822-7400 ext. 306

NON-MANDATORY PRE-BID MEETING AND SITE VISIT A non-mandatory Pre-Bid Conference will be conducted on Wednesday, July 10, 2019 at 10:00 a.m. for this Bid Package at the following address:

Sutter County Development Services Department 1130 Civic Center Blvd Yuba City, CA 95993

Attendance at the Pre-Bid Conference is NON-MANDATORY for bid compliance. Interested Bidders shall take it upon themselves to investigate the Robbins Community and general Project area. All Bidders will be required to acknowledge in the Bid Documents that they have physically investigated the Robbins Community and general Project area and satisfied themselves regarding the conditions in which the Contract work will be completed.

2.a

Packet Pg. 12

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 13: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

INVITATION TO BID 00 10 00 - 3

PROJECT FUNDING REQUIREMENTS Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California’s Drinking water State Revolving Fund is capitalized through a variety of funding sources, including grants from the United States Environmental Protection Agency and state bon proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use. Contractor shall adhere to all requirements of the funding agreement as provided with the contract documents for reference. AMERICAN IRON AND STEEL The Consolidated Appropriations Act of 2014 and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. “Steel” means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. DAVIS-BACON PREVAILING WAGE / STATE PREVAILING WAGE / LABOR COMPLIANCE This project is subject to Davis-Bacon (DB) prevailing wage requirements. The contractor shall comply with the Davis-Bacon prevailing wage requirements provided in Exhibit G of the California State Revolving Fund funding agreement. In addition the project is subject to California State prevailing wage requirements. Refer to Senate Bill (SB) 854 for recent changes to the laws governing how the Department of Industrial Relations (DIR) monitors compliance with prevailing wage requirements on public works projects. All contractors and subcontractors are required to following these new laws and include all cost as part of the base bid. No contractor or subcontractor may be listed on a bid proposal for public work on a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations (DIR). The General Contractor must post job site notices prescribed by regulation. [See 8 Calif. Code Reg. §16451(d) for the notice that previously was required for projects monitored by the Compliance Monitoring Unit (CMU).] All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement).

2.a

Packet Pg. 13

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 14: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

INVITATION TO BID 00 10 00 - 4

Per Senate Bill 854, the County of Sutter will notify the Department of Industrial Relations (DIR) that we have awarded a construction contract using the online form PWC-100. REQUIRED CONTRACTOR’S LICENSE(S) A California Contractor’s License is required to Bid this Contract. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law. No payment shall be made for work, labor, materials or services provided under the Contract for the Work unless and until the Registrar of Contractors verifies to the Owner that the Bidder awarded the Contract is properly and duly licensed to perform the Work. Contractor shall have a minimum of a Class A License required for the work. BID PREPARATION COST Bidders are solely responsible for the cost of preparing their Bids. RESERVATION OF RIGHTS Bids may be held by Sutter County for a period not to exceed forty-five (45) days from the date of the opening of Bids for the purpose of reviewing the Bids, investigating the qualifications of Bidders and receiving Department of Finance approval to award, prior to awarding of the Contract.

END OF SECTION

2.a

Packet Pg. 14

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 15: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 1

SECTION 00 41 00 BID FORM

FOR

Sutter County

Robbins Water Meter Installation and Water Main Repairs Project

General Contractor

BID TO

Honorable Board of Supervisors of the County of Sutter

1160 Civic Center Boulevard, First Floor

Yuba City CA 95993

Sutter County, State of California

BID FROM

Firm Name: Telephone: (______)

Address:

Contractor’s License Number: __________

License Classification: _ License Expiration Date:

Contractor’s Federal Tax I.D. Number:

California Department of Industrial Relations Number:

______

TYPE OF BUSINESS

[ ] CORPORATION: STATE OF INCORPORATION:

[ ] PARTNERSHIP

[ ] JOINT VENTURE

[ ] PRIVATE INDIVIDUAL

[ ] INDIVIDUAL DOING BUSINESS UNDER A FIRM NAME

I HEREBY SWEAR AND CERTIFY UNDER PENALTY OF PERJURY THAT THE

ABOVE STATEMENTS ARE TRUE.

Bid and certification submitted by:

2.a

Packet Pg. 15

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 16: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 2

Signature _____________________________________________ Date Authorized Representative

Title _

1. BIDDER’S REPRESENTATIONS Bidder represents that:

A) It has the appropriate active Contractor's license required by the State of California; B) It shall complete the attached Statement of Experience; C) It has carefully read and examined the Bidding Documents for the proposed Work on

this Project; D) It has examined the site of the proposed Work and all Information Available to Bidders; E) It has become familiar with all the conditions related to the proposed Work, including

the availability of labor, materials, and equipment. Bidder hereby offers to furnish all labor, materials, equipment, tools, transportation, and services necessary to complete the proposed Work on this Project in accordance with the Contract Documents for the sums quoted. Bidder further agrees that it will not withdraw its Bid within Forty-Five {45} days after the Bid Deadline, and that, if it is selected as the apparent lowest responsive and responsible Bidder, that it will, within fourteen {14} days after receipt of notice of selection, sign and deliver to Sutter County the Agreement and furnish to Sutter County all items required by the Bidding Documents. If awarded the contract, Bidder agrees to schedule and execute the Work in accordance with the Construction Documents and agrees to fully complete the Work within the Contract Time.

2. ADDENDA Bidder acknowledges receipt of the following addenda and has included all work in its Lump Sum Bid amount. Addendum # Date

1 ________________________

2 ________________________

3 ________________________

4 ________________________

5 ________________________

Bidder acknowledges that they have visited the project site and satisfied themselves of the project conditions and constraints. [Date(s) of Site Visits] _____________________________________

2.a

Packet Pg. 16

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 17: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 3

3. BID ITEM LIST Pursuant to your published Notice to Bidders for the above referenced project, the following bid for said entire project is submitted by the firm indicated on the last page of this Bid Form.

Item Description Quantity Units Unit Price Total

1 Project Bonding and Insurance 1 LS

2 Mobilization, Demobilization, and Permits 1 LS

3 Construction Area Sign 1 LS 4 Traffic Control 1 LS 5 Water Pollution Control Plan 1 LS

6 Site Safety (Sheeting, Shoring, and Bracing) 1 LS

7 Mainline Utility Potholing 25 EA 8 Tree Removal 2 EA 9 6-Inch PVC Water Main Installation 1,720 LF 10 6-inch and 8-Inch Gate Valves 18 EA

11 Install New 2-Inch Blow-Off Assembly 2 EA

12 Install New Water Sampling Stations 3 EA Tie-ins to Existing Water Mains

13 MR1 – 6-Inch Tie-in at Oak Street and Acacia Street Alley (West End) 1 LS

14 MR1 – 6-Inch Tie-in at Oak Street and Acacia Street Alley (East End) 1 LS

15 MR2 – 6-Inch Tie-in at San Francisco Ave and Pepper Street 1 LS

16 MR3 – 6-Inch Tie-in at Acacia Street and Pepper Street Alley (West End) 1 LS

17 MR3 – 6-Inch Tie-in at Acacia Street and Pepper Street Alley (East End) 1 LS

18 MR4 – 6-Inch Tie-in at Santa Cruz and Pepper Street 1 LS

Water Service and In-Tract Piping Installations

19 Install New 1-Inch Water Service and 1-Inch Meter Assembly on New Water Main

9 EA

20 Install New 2-Inch Water Service and 1-Inch Meter Assembly on New Water Main

2 EA

21 Install New 1-Inch and 2-Inch Water Service and 1-Inch Meter Assembly on Existing Water Main

82 EA

2.a

Packet Pg. 17

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 18: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 4

Item Description Quantity Units Unit Price Total

22 Install New 3-Inch Water Service and 2-Inch Meter Assembly on Existing Water Main

1 EA

23 Install New 6-Inch Water Service and New 4-Inch Meter Assembly on Existing Water Main

1 EA

24 Install New 1-Inch In-tract Water Line 680 LF

25 Install New 2-Inch In-tract Water Line 220 LF

Existing Water Facility Abandonment 26 Existing Water Main Abandonment 1 LS 27 Existing Water Service Abandonment 95 EA

Asphalt and Unpaved Restoration 28 Pavement Restoration 3,400 SF 29 Unpaved Road Restoration 5,200 SF

BID PRICE $

Total Bid Price: (Words)

4. SELECTION OF APPARENT LOW BIDDER

The County shall determine the lowest responsible, responsive Bidder based on the lowest TOTAL BASE BID. If this proposal shall be accepted and the undersigned shall fail to enter into the contract and furnish the two bonds in the sums to be determined as aforesaid with surety satisfactory to the County of Sutter, within 10 days, not including Saturdays, Sundays, and legal holidays, after the Bidder has received notice from the Director that the contract has been awarded, the County of Sutter may, at its option, determine that the Bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the County of Sutter. In the event that the product of a unit price and an estimated quantity does not equal the extended amount stated, the unit price will govern and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid.

5. BID GUARANTY Bid security must be a bid bond, a certified check, or cashier’s check payable to the County of Sutter, or cash. Bids secured by personal checks or personal guarantees will be rejected.

2.a

Packet Pg. 18

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 19: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 5

6. NON-COLLUSION AFFIDAVIT In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106 the Bidder swears, deposes and says that he or she, as the party making the foregoing bid, declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Note: The above Non-Collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-Collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

Non-Collusion Affidavit (Exhibit 12-E Attachment D, Title 23 United States Code Section 112 and Public Contract Code Section 7106)

2.a

Packet Pg. 19

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 20: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 6

7. STATEMENT OF EXPERIENCE The Bidder has been engaged in the contracting business, under the present business name for ____________ years. Experience in work of a nature similar to that covered in the proposal extends over a period of ____________ years. The Bidder, as a Contractor, has never failed to satisfactorily complete a Contract awarded to him, except as follows: The following contracts have been satisfactorily completed in the last three (3) years for the persons, firm or authority indicated, and to whom reference is made:

Year Type of Work

Contract Amount

Owner/Agency for Whom Work was Performed

The following is a list of plant and equipment owned by the Bidder, which is definitely available for use on the proposed work as required. Provide additional sheets if necessary.

Quantity Name, Type and Capacity Condition Location

2.a

Packet Pg. 20

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 21: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 7

SUBMIT THIS SHEET, ADDITIONAL SHEETS, AND/OR A SIMILARLY FORMATTED DOCUMENT AS PART OF YOUR BID

8. SUBCONTRACTOR LISTING In accordance with the California Public Contract Code, Division 2, Part 1, Chapter 4, Section 4100, and following, the subcontractors listed on the Bid Form attachment will perform the indicated work of improvement on the project. The list shall specify the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state of California who, under subcontract to the contractor, specifically fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, (b) the portion of the work which will be done by each subcontractor. The contractor shall list only one subcontractor for each such portion as is defined by the contractor in its bid. Per 00 21 13 Instructions to Bidders. The following are the names and locations of places of business of all subcontractors who will perform work or labor or render service to the Bidder in or about the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent (0.5%) of the total bid or in the case of bids for the construction of streets and highways, including bridges, in an amount in excess of one-half of one percent (0.5%) of the total bid or ten thousand dollars ($10,000) whichever is greater.

Portion of Work Subcontractor Name / Contractor’s License #

Place of Business DIR Registration #

END OF SECTION

2.a

Packet Pg. 21

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 22: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

BID FORM 00 41 00 - 8

THIS PAGE IS

INTENTIONALLY

LEFT BLANK

2.a

Packet Pg. 22

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 23: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 1

SECTION 00 52 00 AGREEMENT

SUTTER COUNTY DEVELOPMENT SERVICES Contract No: ____GF44001628R ____ THIS AGREEMENT made and entered into this _ Day day of ___Month , 2019, between the County of Sutter, a political subdivision of the State of California, hereinafter referred to as “County” and Contractor Name , hereinafter referred to “Contractor”; WHEREAS, the Governing Board of the County did cause to be published for the time and in the manner required by law, a Notice inviting bids for the performance of said work; and WHEREAS, the Contractor, in response to such Notice, submitted to the Governing Board of the County within the time specified in said Notice, and in the manner provided for therein, a sealed bid for the performance of the work specified in said plans and specifications, which said bid and proposal, and the other bids and proposals submitted in response to said Notice, the Governing Board of the County publicly opened and canvassed in the manner provided by law; and WHEREAS, the Contractor was the lowest responsible bidder for the performance of said work, and said Governing Board of the County, as a result of the canvass of said bids, did determine and declare Contractor to be the lowest responsible bidder for said work and award to a contract therefor. NOW, THEREFORE, in consideration of the promises herein, it is mutually agreed between the parties hereto as follows: I. CONTRACT DOCUMENTS The following documents are by this reference incorporated in and made a part of this Agreement: The Notice to Bidders with all addenda; the contract drawings; the contract specifications; the Bid Form of Contractor; all required bonds; and all supplemental Agreements covering alterations, amendments, or extensions to the contract. The documents which describe the work to be performed are sometimes collectively referred to herein as the Plans and Specifications. In the case of conflicting documents, this Agreement takes precedence over all other documents. II. SCOPE OF WORK That the Contractor will furnish all labor, materials, services, transportation, appliances, and civil workmanship required for Contract No. GF44001628R_, Robbins Water Meter Installation and Water Main Repairs Project , as provided for and set forth in said specifications, or in either of them, which said plans and specifications are hereby referred to and by such reference incorporated herein and made a part of this Agreement. All of the said work done under this Agreement shall be under the supervision of and performed to the satisfaction of County who shall have the right to reject any and all materials and supplies

2.a

Packet Pg. 23

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 24: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 2

furnished by the Contractor which do not comply with said plans and specifications, together with the right to require the Contractor to replace any and all work furnished by the Contractor which shall not either in workmanship or material be in strict accordance with said plans and specifications. III. COMPLETION Said work shall be completed and ready for acceptance within 50 working days following the date of commencement of Contract Time stated in the Notice to Proceed. IV. PAYMENT Attached hereto as Exhibit “A” and by reference made a part hereof, is the bid form of the Contractor. Said bid containing, as required by the terms of said specifications, the full and complete schedule of the different items with the lump sums or unit prices as so specified. The County agrees, in consideration of the work to be performed herein and subject to the terms and conditions thereof, to pay Contractor all sums of money which may become due to Contractor in accordance with the terms of the above mentioned bid, and this Agreement, to wit: ___amount in dollars in words___ and cents/100 dollars ($ _amount in numbers ). Said sum shall be paid in accordance with Section 9 of the Standard Specifications. With respect to that portion of the above sum as is based upon the estimated quantities specified for the general scope of the work to be performed herein, actual payment will be based upon the quantities as measured upon completion. No payment made under this Agreement shall be construed to be an acceptance of defective work or improper materials. V. DAVIS BACON AND CALIFORNIA STATE PREVAILING WAGES Pursuant to the provisions of Articles 1 and 2 of Chapter 1, Part 7, Division II, of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages, and not less than the general prevailing rate of per diem wages for holidays and overtime work, for each craft, classification or type of worker needed to execute the work contemplated under this Agreement shall be paid to all workers, laborers and mechanics employed in the execution of said work by Contractor, or by any subcontractor doing or contracting to do any part of said work. The appropriate determination of the Director of the California Department of Industrial Relations is filed with, and available for inspection at, the office of the Clerk of the Governing Board. Contractor shall post, at each job site, a copy of such prevailing rate of per diem wages as determined by the Director for the California Department of Industrial Relations. The contractor and all subcontractors must furnish electronic certified payroll records to the Labor Commissioner of the Department of Industrial Relations. Contractor shall also comply will applicable Davis-Bacon wage rate requirements. See Exhibit G of the Construction Loan Agreement included in the Contract Documents for additional requirements.

2.a

Packet Pg. 24

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 25: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 3

VI. INSURANCE The Contractor shall carry and maintain during the life of this Agreement, such public liability, property damage and contractual liability, auto, workers’ compensation and builders’ risk insurance as required by Section 00 73 00 Supplemental Conditions. VII. WORKERS’ COMPENSATION CERTIFICATION By execution of this Agreement, the Contractor certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” VIII. PERFORMANCE AND PAYMENT BONDS The Contractor shall, before beginning said work, file two bonds with the County, each made payable to the County. These bonds shall be issued by a surety company authorized to do business in the State of California and shall be maintained during the entire life of the Agreement at the expense of the Contractor. One bond shall be in the amount of one hundred percent (100%) of the Agreement and shall guarantee the faithful performance of the Agreement. The second bond shall be the payment bond required by California Civil Code Division 3, Part 4, Title 15, Chapter 7, and shall be in the amount of one hundred percent (100%) of the Agreement. Any alterations made in the specifications which are a part of this Agreement or in any provision of this Agreement shall not operate to release any surety from liability on any bond required hereunder and the consent to make such alterations is hereby given, and any surety on said bonds hereby waives the provisions of California Civil Code Sections 2819 and 2845. IX. INDEMNIFICATION The Contractor shall defend, indemnify and save harmless the County (including their officers, agents, members, employees, affiliates, and representatives) as set forth in the following: To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless the County of Sutter, its governing Board, officers, directors, agents, employees, and volunteers from and against any and all claims, demands, actions, losses, liabilities, damages and all costs incidental hereto, including cost of defense, settlement, arbitration, and reasonable attorneys’ fees arising out of , pertaining to, or resulting from the acts or ommissions of the Contractor, its officers, agents or employees, or the acts or ommissions of anyone else directly or indirectly acting on behalf of the Contractor, or for which the Contractor is legally liable under the law, regardless of whether caused in part by a party indemnified hereunder. The indemnities set forth in this section shall not be limited by the insurance requirements set forth in the Contract.

2.a

Packet Pg. 25

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 26: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 4

X. AMERICAN IRON AND STEEL REQUIREMENT The Contractor acknowledges to and for the benefit of the County of Sutter (“Purchaser”) and the State of California (the “State”) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement”) including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. XI. TRAFFICKING IN PERSONS The Contractor, its subcontractors and their employees may not engage in severe forms of trafficking in persons during the term of this Agreement, procure a commercial sex act during the term of this Agreement, or use forced labor in the performance of this Agreement. XII. EXECUTIVE ORDER NO. 11246 During the performance of this contract, the contractor agrees as follows:

(a) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action 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 forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.

2.a

Packet Pg. 26

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 27: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 5

(b) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants receive consideration for employment without regard to race, creed, color, or national origin.

(c) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers’ representative of the contractor’s commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees abd applicants for employment.

(d) The contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(e) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 2965, and by the rules, regulations, and orders of of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of labor for purposes of investigation to ascertain compliance with such rules, regulations and orders.

(f) In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with the procedures authorized in Executive Order No. 11246 of Sept 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order no. 11246 of September 24, 29165, or by rule, regulation, or order of the Secretary of labor, or as otherwise provided by law.

(g) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order no. 11246 of Sept. 24, 2965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may be direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, That in the event the contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States.

XIII. MISCELLANEOUS PROVISIONS This Agreement shall bind and inure to the heirs, devisees, assignees, and successors in interest of Contractor and to the successors in interest of County in the same manner as if such parties had been expressly named herein. This agreement shall be administered and interpreted under the laws of the State of California and any action brought hereunder shall be brought in the Superior Court in and for the County of Sutter. A party’s failure to insist on strict performance of this contract or to exercise any right or remedy upon breach of this contract shall not constitute a waiver of such performance, right, or remedy. No waiver is binding unless set forth in writing signed by the waiving party.

2.a

Packet Pg. 27

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 28: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 6

This agreement, all exhibits attached hereto, all other terms or provisions incorporated herein by reference (including the Plans and Specifications), and any notice to proceed issued in accordance with the terms hereof constitute the entire agreement and understanding between the County and Contractor as to the subject matter hereof. It supersedes all prior agreements and representations whether written and oral. This agreement reflects the contributions of both parties and accordingly the provisions of Civil Code Section 1654 shall not apply in interpreting this Agreement. All times stated herein or in the contract documents are of the essence hereof. As used in this instrument the singular includes the plural, and the masculine includes the feminine and the neuter. This Agreement may create a possessory interest subject to property taxation, and Contractor may be subject to the payment of property taxes levied on such interest. IN WITNESS WHEREOF, County and Contractor have caused this Agreement to be executed as of the day and year first above written. COUNTY OF SUTTER CONTRACTOR

By: _____________________________ By: _____________________________ Neal Hay, P.E. Authorized Representative Director of Development Services

Title: ___________________________

Awarded by the Sutter County APPROVED AS TO FORM: Board of Supervisors on _________________________________ ________________________________ By: Eric Divine Deputy County Counsel, Sutter County

2.a

Packet Pg. 28

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 29: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 7

EXHIBIT “A”

BID FORM OF CONTRACTOR

2.a

Packet Pg. 29

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)

Page 30: Ron Sullenger, Director, District 1 AGENDA SUMMARY Mike

PROJECT: Robbins Water Meter Installation and Water Main Repairs Project PROJECT NO: GF44001628R Issued for Bid – June 26, 2019

CONTRACTOR AGREEMENT 00 52 00 - 8

THIS PAGE IS

INTENTIONALLY

LEFT BLANK

2.a

Packet Pg. 30

Att

ach

men

t: B

id P

acka

ge

(19

32 :

WW

D1:

Ro

bb

ins

Wat

er M

eter

& M

ain

Co

nst

ruct

ion

IFB

)