HomeMy WebLinkAboutBay Tech Engineering 02-2024AGREEMENT
�l
THIS AGREEMENT is made and entered into on the day of February 2024 by and
between the TOWN OF LOS ALTOS HILLS (hereinafter referred to as "TOWN") and
Bay Tech Engineering (hereinafter referred to as "CONTRACTOR"). In consideration
of their mutual covenants, the parties hereto agree as follows:
1. CONTRACTOR. Shall provide or furnish the following specified services and/or
materials:
New Control Panel for the O'Keefe Sewage Pump Station, Los Altos Hills
Furnish a new control panel, NEMA 3R meter pedestal type enclosure, as described
in CM Controls' Quotation No. Q23-3547 (Rev. 2), dated 2/13/24. The quote shall
also include:
- Product submittals for Town's review and approval before fabrication.
- A programmable automated dialer that calls multiple designated phone numbers.
- "PV600 HMI controller with Ethernet Port and SD Card" is not needed.
Deliver the following items to the Los Altos Hills Corporation Yard or to a mutually
agreed location. The address of the LAH Corporation Yard is 27400 Purissima Road,
Los Altos Hills, CA94022
2. EXHIBITS. The following attached exhibits are hereby incorporated into and made a
part of this Agreement:
Bay Tech Engineering Proposal No. BTE-23.362 Rev 2, Base Bid, dated
February 14, 2024
3. TERMS. The services and/or materials furnished under this Agreement shall
commence February 14, 2024, and shall be completed by February 14, 2025, unless
terminated pursuant to Section 5(f).
4. COMPENSATION. For the full performance of this Agreement:
a. TOWN shall pay CONTRACTOR an amount not to exceed forty-seven thousand
four hundred sixty-two dollars and eleven cents ($47,462.11) within thirty (30)
days following receipt of invoice and completion/delivery of services/goods as
detailed in Sections 1, 2, and 3 of this Agreement and only upon satisfactory
delivery/completion of goods/services in a manner consistent with
professional/industry standards for the area in which CONTRACTOR operates.
TOWN is not responsible for paying for any work done by CONTRACTOR or any
subcontractor above and beyond the not to exceed amount.
b. Town shall not reimburse for any of CONTRACTOR's costs or expenses to
deliver any services/goods. Town shall not be responsible for any interest or late
charges on any payments from Town to CONTRACTOR.
c. CONTRACTOR is responsible for monitoring its own forces/employees/agents/
subcontractors to ensure delivery of goods/services within the terms of this
Agreement. TOWN will not accept or compensate CONTRACTOR for
Town of Los Altos Hills Page 2 of 4
Short form
Updated 3/16/21
incomplete goods/services.
5. GENERAL TERMS AND CONDITIONS.
a. HOLD HARMLESS. CONTRACTOR agrees to indemnify, defend and hold
harmless the TOWN, its officers, agents and employees from any and all
demands, claims or liability of personal injury (including death) and property
damage of any nature, caused by or arising out of the performance of
CONTRACTOR under this Agreement. With regard to CONTRACTOR'S work
product, CONTRACTOR agrees to indemnify, defend and hold harmless the
TOWN, its officers, agents and employees from any and all demands, claims or
liability of any nature to the extent caused by the negligent performance of
CONTRACTOR under this Agreement.
b. INSURANCE. CONTRACTOR shall file with the TOWN a certificate of insurance
before commencing any services under this Agreement as follows:
WORKERS COMPENSATION INSURANCE: Minimum statutory
limits.
ii. COMMERCIAL GENERAL LIABILITY AND PROPERTY DAMAGE
INSURANCE: General Liability and Property Damage Combined.
$1,000,000.00 per occurrence including comprehensive form,
personal injury, broad form personal damage, contractual and
premises/operation, all on an occurrence basis. If an aggregate limit
exists, it shall apply separately or be no less than two (2) times the
occurrence limit.
iii. AUTOMOBILE INSURANCE: $1,000,000.00 per occurrence.
iv. ERRORS AND OMISSIONS INSURANCE: $1,000,000.00 aggregate.
v. NOTICE OF CANCELLATION: The City requires 30 days written notice
of cancellation. Additionally, the notice statement on the certificate
should not include the wording "endeavor to" or "but failure to mail
such notice shall impose no obligation or liability of any kind upon
the company, its agents or representatives."
vi. CERTIFICATE OF INSURANCE: Prior to commencement of services,
evidence of insurance coverage must be shown by a properly
executed certificate of insurance and it shall name "The Town of Los
Altos Hills, its elective and appointed officers, employees, and
volunteers" as additional insureds.
vii. To prevent delay and ensure compliance with this Agreement, the
insurance certificates and endorsements must be submitted to:
Town of Los Altos H i I I s
26379 Fremont Road
Los Altos Hills, CA 94022
Town of Los Altos Hills Page 3 of 4
Short form
Updated 3/16/21
c. NON-DISCRIMINATION. No discrimination shall be made in the employment of
persons under this Agreement because of the race, color, national origin, age,
ancestry, religion, or sex of such person.
d. INTEREST OF CONTRACTOR. It is understood and agreed that this Agreement
is not a contract of employment and does not create an employer-employee
relationship between the TOWN and CONTRACTOR. At all times
CONTRACTOR shall be an independent contractor and CONTRACTOR is not
authorized to bind the TOWN to any contracts or other obligations without the
express written consent of the TOWN. In executing this Agreement,
CONTRACTOR certifies that no one who has or will have any financial interest
under this Agreement is an officer or employee of TOWN.
e. CHANGES. This Agreement shall not be assigned or transferred without advance
written consent of the TOWN. No changes or variations of any kind are authorized
without the written consent of the City Manager. `This Agreement may only be
amended by a written instrument signed by both parties.
f. TERMINATION. This Agreement may be terminated by TOWN upon seven (7)
days written notice to CONTRACTOR. Monies owed for work satisfactorily
completed shall be paid to CONTRACTOR within 14 days of termination.
g. RECORDS. All reports, data, maps, models, charts,, studies, surveys,
calculations, photographs, memoranda, plans, studies, specifications, records,
files, or any other documents or materials, in electronic or any other form, that
are prepared or obtained pursuant to this Agreement and that relate to the
matters covered hereunder shall be the property of the TOWN. CONTRACTOR
hereby agrees to deliver those documents to the TOWN at any time upon demand
of the TOWN. It is understood and agreed that the documents and other
materials, including but not limited to those described above, prepared
pursuant to this Agreement are prepared specifically for the TOWN and are not
necessarily suitable for any future or other use. Failure by CONTRACTOR to
deliver these documents to the TOWN within a reasonable time period or as
specified by the TOWN shall be a material breach of this Agreement. TOWN and
CONTRACTOR agree that until final approval by TOWN, all data, plans,
specifications, reports and other documents are preliminary drafts not kept by the
TOWN in the ordinary course of business and will not be disclosed to third
parties without prior written consent of both parties. All work products submitted
to the TOWN pursuant to this Agreement shall be deemed a "work for hire."
Upon submission of any work for hire pursuant to this Agreement, and
acceptance by the TOWN as complete, non-exclusive title to copyright of said
work for hire shall transfer to the TOWN. The compensation recited in Section 4
shall be deemed to be sufficient consideration for said transfer of copyright.
CONTRACTOR retains the right to use any project records, documents and
materials for marketing of their professional services.
Town of Los Altos Hills Page 4 of 4
Short form
Updated 3/16/21
h. ENTIRE AGREEMENT. This Agreement represents the entire agreement
between the Parties. Any ambiguities or disputed terms between this Agreement
and any attached Exhibits shall be interpreted according to the language in this
Agreement and not the Exhibits.
6. INVOICING. Send all invoices to the contract coordinator at the address below.
This Agreement shall become effective upon its approval and execution by TOWN. In
witness whereof, the parties have executed this Agreement the day and year first
written above.
CONTRACT COORDINATOR and
representative for TOWN: CONTRACTOR:
Daniel Liang
Utility Engineering Manager
Town of Los Altos Hills By:
26379 Fremont Road SignatuDate
Los Altos Hills, CA 94022
Print name, Title
TOWN F -LO ILLS:
By:
iter Pirn-ej�V, city Manager, Date
Town of Los Altos Hills Page 5 of 4
Short form
Updated 3116121
AY
ENGINEERING LIC #995122 ■1350 Van Dyke Ave, Suite 2€11 - San Francisco, CA. 94124 ■ 415.400.461�
BID PROPOSAL
To: Town of Los Altos Hills
26739 Fremont Rd.
Los Altos Hills, VA 94022
Attn: Daniel Liang
Project:
O'Keefe Lane Sewer Pump Station Pump Control Panel
Replacement
Contract No.:
-
Bid Date/Time:
02/14/24
Proposal No.:
13TE-23.362 Rev 2
We are pleased to offer our quotation to furnish labor and materials to furnish and replace
(E) Pump Control Panel as requested on the subject project. Our proposal is in accordance
with contract bidding documents listed and as further clarified below.
Inclusions:
• Contract Drawings: None.
• Specification Sections: None.
• Referenced documents emailed 11/22/23 (Photos & (E) Panel As -Built)
• Addendum: None are acknowledged.
Pricing:
Base Bid (Procurement Only)
Procurement of (N) Pump Control Panel $37,820.30
Sales Tax 9.125% $ 31451.10
Mark Up $ 61190.71
Total Lump Sum $47,462.11
AI to 1 — Furnish, install and program PV600 universal HMI Pump C oiler
with Et h t Port and SD Card in lieu of Zelio-Logic Smart R�_"
ay.
PV600 Procuremen stallation $ 5,9 .
Sales Tax 9.125% 544.53
Mark Up �$9
76.81
Total Lump Sum / \ $ 71488.84 1
To
l'Cump Sum $29,505.00 \�
s
� r.
Special Conditions:
1. Proposal to furnish Pump Control Panel is based on CM Controls Quotation No. Q23-
3547 Rev 2 attached hereto as Exhibit A. Note, this does not include Ultrasonic Level
Control and back up floats. Said level control and floats are included in Alternate 1.
2. Custom fabricated enclosure is currently quoted at a forty (40) week lead time to
fabricate and deliver. Panel will still require 2-3 weeks thereafter to complete
fabrication and assembly of interior components.
3. Finish color of panel shall be ANSI 61 Gray.
4. New pump control panel will be installed on (E) equipment pad by means of stainless steel
mechanical wedge anchors.
5. Old panel will be removed and delivered to the owner's yard or disposed of as directed.
6. Proposal is based on the assumption that all conduits and wire will be utilized. Any additional
work will require a contract modification.
7. No temporary power, pumping or bypass system is included.
8. One (1) day of field start up and testing is included. Additional days if needed will be billed on
a T&M basis.
9. No new field instrumentation is included other than two (2) float switches.
10. Proposal is based on directive that there is no air bubbler level control system, or ultrasonic
level controller required. I is assumed that (E) airline pathway to pump pit can be repurposed
as conduit for new level floats switches if required.
11. No cost is included for PG&E to temporarily de -energize, reconnect and/or replace electric
service feeder wres to allow replacement of the meter/main assembly. Engineering
coordination with PG&E shall be by owner.
12. (E) Pump Well shall be secured and cleaned by owner in order to allow demolition of the
trapped air bubbler system or retrofit of (E) float switches as needed.
13. No PV600 Pump controller is being provided. Schneider Zelio-Logic Smart Relay is provided for
pump control via float switches as directed. PV600 can be provided if desired. See Alternate 1.
Standard Conditions and Exclusions:
1. Any work not specifically listed in inclusions above or specified under other divisions of the project
specifications and drawings.
2. Work on systems provided by others is limited to termination of conduit and wiring only.
3. Start up, calibration, and testing of any systems supplied by others.
4. Stilling wells, weldolets, threadolets, process piping and tubing, flanges, stilling wells, isolation valves and/or
mounting of instrumentation devices is excluded.
5. Public Outreach and/or relations.
6. Permit fees unless noted above.
7. Project survey, layout and staking.
8. (E) Utility identification and location.
9. Temporary power and/or lighting.
10. Temporary bypass pumping systems.
11. SWPPP.
12. Site dewatering and/or removal.
BTE Proposal No. BTE-23.362 Rev 2 Page 12
13. Traffic control plans engineering and or implementation.
14. Temporary fencing or site security.
15. Landscaping protection, clearing, grubbing, removal or restoration.
16. Tree protection, repair, replacement or Arborist consulting services.
17. Patching, waterproofing and/or painting of equipment, conduit and/or finished surfaces.
18. Work in or around hazardous material, and abatement thereof.
19. Handling or off haul of contaminated or hazardous material.
20. Work to be completed during normal business hours M -F, 7:00 AM -5:00 PM.
General Information:
1. CDGS SBE Certification ID No.: 2016218 (Expires 9/30/25)
2. CUCP DBE Certification ID No.: 47674 (Expires 5/25/24)
3. CA DIR PWCR Registration: No. 1000030468 (Expires 6/30/25)
4. CSLB License No. 995122; A, B, C-10 (Expires 7/31/24)
5. FEIN: 46-5612506
6. This proposal is valid for thirty (30) days from date of bid.
7. No Bond id Included.
8. BTE carries Workers Compensation ($1,000,000); General Liability Insurance ($1,000,000 per
occurrence); General Aggregate ($2,000,000); Umbrella Liability ($5,000,000). Any additional
insurance or special coverage will be added cost.
Thank you for the opportunity to quote this project. Should you have any questions or require
additional information or if we can be of any further assistance to you, please contact me at.
415-760-6100.
Sincerely,
Angelo Kalaveras
President
BTE Proposal No. BTE-23.362 Rev 2 Page 13
NTROLS
3070 OayVista Court
Benicia, CA 94510
707-746-6255
wwwcmcontrols.com
Name/Address
Bay Tech Engineering, Inc.
1555 Yosemite Ave. Ste. 22
San Francisco, CA 94124
Bid Proposal BTE-23.362 Rev 2 EXHIBIT A
Quotation
2/13/2024 I Q23-3547
Rev. No.
Rev. 2
a
Quoted by Terms
Project
Dave Troxell Net 30
O'Keefe Pump Station
Descr�pt�on
qty_ NET pace Total
MDB-240V-2HP-N/3R+ID+IS+ET+HT+MR+AD+AH+AC(7)+CH
1 37,820.30 37,820.30
+IL+DI4+XR(1)+XI(2)
NEMA 3R Meter Pedestal type enclosure with inner doors.
240V/3PH/60Hz 4 -wire supply.
7 -jaw meter socket with Test -block.
Main Breaker and Emer Breaker in meter section.
Approximate dimensions: 57"H x 51 "W x 24"D.
Meter section is 24"W, Control section is 27"W.
(2) filter louvers on the right side of the control section.
The control section (front right side of enclosure) will have one
full length inner door. Don't need the separate compartments.
Meter Pedestal will have the 100A manual transfer breakers,
100A generator receptacle, and distribution panel.
120/240V Distribution panel breakers are:
30A 2P Dist. Panel Main CB
15A 2P Spare CB (was compressor)
15A 1 P T-Stat and Lights CB
15A 1 P Receptacle B
15A 1 P Spare CB (was Recorder)
15A 1 P Telemetry CB
15A 1 P Level Control CB
15A 1 P Spare
Inner door on lower half of the meter section, and the full
control section.
No inner door in the section on the back side of the enclosure.
Mount auto -dialer here.
Total
Sales Tax (8.63%)
Page 1
ECO NTROLS
3070 BayYsta Court
Benicia, CA 94510
707-746-6255
www.cmcontrols.com
Name/Address
Bay Tech Engineering, Inc.
1555 Yosemite Ave. Ste. 22
San Francisco, CA 94124
Quoted by 1 Terms
Dave Troxell I Net 30
Quotation
Dade x Quote No,
2/13/2024 Q23-3547
Rev. No.
Rev. 2
Project
O'Keefe Pump Station
One half height wing nut/studded inner door in pull section for
utility sealing.
Padlockable doors.
Panel interior lighting and space heater.
Zelio float controller.
PDB if required.
2HP 6.8 FLA each NEMA SZ1 starters
4 -float ISR operation. Floats are by others.
15A GFCI receptacle protected by 15A 1 P distribution panel
CB.
HOAs, Run lights, Ready lights, Call To Run, ETMs.
HLA light and horn with silence and aux contact.
Call To Run is a separate light.
Control transformer not required. Getting 120V from hot and
neutral.
Power fail relay with 0-180 sec. time delay and aux contact.
Heat shrink wire markers.
Terminals for connection of field devices.
Device ID name plates.
UL 508A label.
No start-up.
Aux contacts for: Run, Call To Run, Fail, and HLA
Aux contacts wired to the Raco Guard -It 4 -CH dialer
Total
Sales Tax ($.63%)
Page 2
ECO NTROLS
3070 BayVista Court
Benicia, CA 94510
707-746-6255
www.cmcontrols.com
Name/Address
Bay Tech Engineering, Inc.
1555 Yosemite Ave. Ste. 22
San Francisco, CA 94124
Quotation
DateuaVo
2/13/2024 Q23-3547
Rev. No.
Rev. 2
Page 3
iii
ECO NTROLS
3070 Bayvista Court
Benicia, CA 94510
707-746-6255
www,cmcontrols.com
Name/Address
Bay Tech Engineering, Inc.
1555 Yosemite Ave. Ste. 22
San Francisco, CA 94124
Quotation
a
Qate Qutae No a'
2/13/2024 Q23-3547
Rev. No.
Rev. 2
Page 4
Product data sheet
Characteristics
SR2B201FU
compact smart relay Zelio Logic - 20 10 -
100..240 V AC - clock - display
Main
0
Range of product
Zelio Logic .Q
Product or component type
Compact smart relay W
CD
Complementary
U)
U
w
U
CL
Local display
With
U
Number or control scheme lines
7
0...500 with FBD programming o
0...240 with ladder programming CL
Cycle time
6...90 ms
0
Backup time
10 years at 25 °C
Clock drift
6 s/month at 25 °C
12 min/year at 0...55 °C o
T
Checks
Program memory on each power up
[Us] rated supply voltage
100...240 V AC in
CD
Supply voltage limits
85...264 V
Supply frequency
50/60 Hz a
Supply current
100 mA at 100 V (without extension) 40
50 mA at 240 V (without extension)
Power consumption in VA
11 VA without extension o
Isolation voltage
1780 V g
Protection type
Against inversion of terminals (control instructions not executed)
ca
Discrete input number
12
Discrete input voltage
100...240 V AC N
Discrete input current
0.6 mA W
Discrete input frequency
57...63 Hz
M
47...53 Hz
Voltage state 1 guaranteed
>= 79 V for discrete input
0
Voltage state 0 guaranteed
<= 40 V for discrete input C
Current state 1 guaranteed
>= 0.17 mA for discrete input
Current state 0 guaranteed
<= 0.5 mA for discrete input E
Input impedance
350 kOhm (discrete input) a
Number of outputs
8 relay output(s)
Output voltage limits
24...250 V AC E
5...30 V DC (relay output) in
N
0
May 14, 2018
Life Is On Schneider
Contacts type and composition
NO for relay output
Output thermal current
8 A for all 8 outputs (relay output)
Electrical durability
500000 cycles AC-12 at 230 V, 1.5 A for relay output conforming to EN/IEC 60947-5-1
500000 cycles AC-15 at 230 V, 0.9 A for relay output conforming to EN/IEC 60947-5-1
500000 cycles DC-12 at 24 V, 1.5 A for relay output conforming to EN/IEC 60947-5-1
500000 cycles DC-13 at 24 V, 0.6 A for relay output conforming to EN/IEC 60947-5-1
Switching capacity in mA
>= 10 mA at 12 V (relay output)
Operating rate in Hz
0.1 Hz (at le) for relay output
10 Hz (no load) for relay output
Mechanical durability
10000000 cycles (relay output)
[Uimp] rated impulse withstand voltage
4 kV conforming to EN/IEC 60947-1 and EN/IEC 60664-1
Clock
With
Response time
10 ms (from state 0 to state 1) for relay output
5 ms (from state 1 to state 0) for relay output
50 ms with ladder programming (from state 0 to state 1) for discrete input
50 ms with ladder programming (from state 1 to state 0) for discrete input
50...255 ms with FBD programming (from state 0 to state 1) for discrete input
50...255 ms with FBD programming (from state 1 to state 0) for discrete input
Connections - terminals
Screw terminals, clamping capacity: 1 x 0.2...1 x2.5 mm2 AWG 25...AWG 14 semi-solid
Screw terminals, clamping capacity: 1 x 0.2...1 x 2.5 mm2 AWG 25... AWG 14 solid
Screw terminals, clamping capacity: 1 x 0.25...1 x2.5 mm2 AWG 24... AWG 14 flexible with cable end
Screw terminals, clamping capacity: 2 x 0.2...2 x 1.5 mm2 AWG 24... AWG 16 solid
Screw terminals, clamping capacity: 2 x 0.25...2 x 0.75 mm2 AWG 24... AWG 18 flexible with cable
end
Tightening torque
0.5 N.m
Overvoltage category
III conforming to EN/IEC 60664-1
Product weight
0.38 kg
Environment
Immunity to microbreaks
<= 1 ms
Product certifications
GOST
C-Tick
UL
GL
CSA
Standards
EN/IEC 61000-4-12
EN/IEC 61000-4-3
EN/IEC 61000-4-11
EN/IEC 61000-4-4 level 3
EN/IEC 61000-4-6 level 3
EN/IEC 61000-4-2 level 3
EN/IEC 60068-2-6 Fc
EN/IEC 60068-2-27 Ea
EN/IEC 61000-4-5
IP degree of protection
IP20 (terminal block) conforming to IEC 60529
IP40 (front panel) conforming to IEC 60529
Environmental characteristic
EMC directive conforming to EN/IEC 61000-6-2
EMC directive conforming to EN/IEC 61000-6-3
EMC directive conforming to EN/IEC 61000-6-4
EMC directive conforming to EN/IEC 61131-2 zone B
Low voltage directive conforming to EN/IEC 61131-2
Disturbance radiated/conducted
Class B conforming to EN 55022-11 group 1
Pollution degree
2 conforming to EN/IEC 61131-2
Ambient air temperature for operation
-20... 40 °C in non-ventilated enclosure conforming to IEC 60068-2-1 and IEC 60068-2-2
-20...55 °C conforming to IEC 60068-2-1 and IEC 60068-2-2
Ambient air temperature for storage
-40... 70 °C
Operating altitude
2000 m
Altitude transport
<= 3048 m
Relative humidity
95 % without condensation or dripping water
Contractual warranty
Warranty period
18 months
Life is 0l! Schneider
Product data sheet SR2B201FU
Dimensions Drawings
Compact and Modular Smart Relays
Screw Fixing (Retractable Lugs)
84
131
4 46 2,evX,' PI
(1) With SR2USB01 or SR2BTC01
Position of Display
Life lsOn Schneider
Product data sheet SR2B201 FU
Connections and Schema
Connection of Smart Relays on AC Supply
SR••••1 B, SR••••1 FU
Me .«..s
^- 24 V MW He
Mx+ZWE
-48V5QfWHz
S;R3
B2€1E� SR3 B264FU
5R*,**F1J
--100, 240V
16u'"7
60000066N
Y
}
ffY
f
H
12-24 V
#2._..244
(1)
1 A quick -blow fuse or circuit -breaker.
(2)
Fuse orcircuit-breaker._
(3)
Inductive load.
(4)
Q9 and QA: 5 A (max. current in terminal C: 10 A).
With Discrete 1/0 Extension Module
SR313•••B + SR3XT•••B, SR313•••FU + SR3XT•••FU
(1) 1 A quick -blow fuse or circuit -breaker.
NOTE: QF and QG: 5 A for SR3XT141 •-
A`. Lae !s vn Sch-neider
Product data sheet SR2B201 FU
Performance Curves
Compact and Modular Smart Relays
Electrical Durability of Relay Outputs
(in millions of operating cycles, conforming to IEC/EN 60947-5-1)
AC -12 (1)
S
3,0
4d
L1,5
0,0
X: Current (A)
Y: Millions of operating cycles
(1) AC -12: switching resistive loads and opto-coupler isolated solid-state loads, cos >_ 0.9.
AC -14 (1)
Y
_._0 0,2 0,4 O;B 0,8 1,Q 1,2 1,4 IA 1,8 2
X: Current (A)
Y: Millions of operating cycles
(1) AC -14: switching small electromagnetic loads _< 72 VA, make: cos = 0.3, break: cos = 0.3.
AC -15 (1)
Y
x
X: Current (A)
Y: Millions of operating cycles
(1) AC -15: switching electromagnetic loads >_ 72 VA, make: cos = 0.7, break: cos = 0.4.
Lae is f `n ', Schneider ri_