HomeMy WebLinkAboutItem 08b - SCADA System Replacement Project
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: April 7, 2026
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: John Corona, Utilities Manager
SUBJECT: RESOLUTION NO. 7678 AMENDING THE FISCAL YEAR 2025-26 CAPITAL
IMPROVEMENT PROGRAM BUDGET, AUTHORIZING A SUPPLEMENTAL
BUDGET APPROPRIATION FOR THE SCADA SYSTEM REPLACEMENT
PROJECT IN THE AMOUNT OF $163,195, OFFSET BY A REDUCTION IN THE
WATER FUND; AND APPROVE A PROFESSIONAL SERVICES AGREEMENT
WITH MORROW-MEADOWS CO., FOR THE SCADA SYSTEM
REPLACEMENT PROJECT IN THE AMOUNT OF $1,057,450
CEQA: Not a Project
Recommendation: Adopt and Approve
SUMMARY
The Fiscal Year 2025-26 Capital Improvement Program provides for the replacement
of the City’s Supervisory Control and Data Acquisition (“SCADA”) system. The SCADA
system electronically controls the City’s entire water system and is a critical
component for water service delivery. The existing SCADA system is built on a
GENESIS32 platform, which has become antiquated and increasingly difficult to
maintain. It is no longer widely used in the industry, lacks support from local
programmers, and presents operational challenges for staff. The existing SCADA
system must be replaced with a modern, widely adopted SCADA solution. To ensure
the City is receiving the highest quality service and most competitive pricing for a new
SCADA system, the Public Works Services Department (“PWSD”) solicited a request
for proposals.
It is recommended that the City Council adopt Resolution No. 7678 amending the
Fiscal Year 2025-26 Capital Improvement Program Budget, authorizing a
supplemental budget appropriation for the SCADA System Replacement Project in
SCADA System Replacement Professional Services Agreement
April 7, 2026
Page 2 of 5
the amount of $163,195, offset by a reduction in the Water Fund; and approve,
authorize, and direct the City Manager to execute a Professional Services Agreement
with Morrow-Meadows Co., for the SCADA System Replacement Project in the
amount of $1,057,450, with a 10% contingency.
BACKGROUND
The City of Arcadia operates a complex water production and distribution system
that requires continuous monitoring and automated control to ensure safe and
reliable service to the community. The SCADA system is essential for real-time
monitoring, alarm management, data logging, and automated control of the City’s
water infrastructure. Maintaining a modern, reliable SCADA platform is critical for
protecting public health, ensuring regulatory compliance, and supporting
operational staff. As the City’s water infrastructure continues to operate and expand,
modernization of the SCADA system is necessary to maintain efficient operations and
ensure compatibility with modern control technologies.
The City’s water production and distribution system includes numerous critical
facilities and assets that rely on the SCADA system for monitoring and control. These
assets include 10 active groundwater wells, 10 booster stations, 29 booster pumps,
7 pressure zones with 2 additional sub-zones, 15 reservoirs, 2 forebays, 45 million
gallons of water storage, 1 granular activated carbon (“GAC”) treatment plant, 1
Metropolitan Water District interconnection, and 1 sewer lift station. Each of these
facilities depends on the SCADA system to provide real-time data, alarms,
operational control, and historical reporting.
The current SCADA system is built on a GENESIS32 platform and has been in
operation for over 30 years. The current SCADA system has reached the end of its
useful life. The platform is no longer widely adopted across the industry, and the
system has become increasingly difficult to maintain. Local programmers with
experience supporting the system are now limited and software updates,
troubleshooting, and system expansion are challenging. The aging platform
introduces risk to system reliability and operational efficiency.
SCADA System Replacement Professional Services Agreement
April 7, 2026
Page 3 of 5
DISCUSSION
The Fiscal Year 2025-26 Capital Improvement Program provides for the replacement
of the City of Arcadia’s SCADA system. To ensure the City is receiving the highest
quality of service and most competitive pricing, the PWSD solicited a request for
proposals. A Notice Inviting Proposals for the SCADA System Replacement Project
was published on January 26, 2026, in accordance with City Council Resolution No.
7483, and RFP packages were provided to companies that perform this type of work.
On March 5, 2026, the City Clerk received four proposals. The evaluation results and
ranking of each company’s proposal are listed below:
Rank Firm Location Cost Proposal
1 Morrow-Meadows Co. Walnut, CA $1,057,450
2 Vertech Industrial Systems Irvine, CA $1,014,355 *
3 KDC Inc. Los Alamitos, CA $1,350,000
4 Sulzer Colton, CA $5,311,338
*Non-responsive proposal
All proposals were evaluated based on the firm’s experience, qualifications,
understanding of City needs, quality of service approach, and cost. During the
evaluation period, it was determined that Vertech Industrial Systems did not provide
their actual cost for the SCADA System Replacement. Instead, they provided a
budgetary quote indicating that they would need to verify hardware design and
equipment costs before providing an actual total cost. They also did not include tax.
For this reason, Vertech Industrial Systems is considered non-responsive to the
request for proposals. It was determined that Morrow-Meadows Co. is the most
qualified firm to provide the complete scope of services for the SCADA System
Replacement Project. Morrow-Meadows has over 20 years of experience providing
successful delivery of SCADA system improvement projects to more than 30
municipalities, and has successfully completed several similar projects for local
agencies in the San Gabriel Valley. Morrow-Meadows has the experience required to
provide SCADA system upgrades, programming, and technical support. Morrow-
Meadows will transition the City’s SCADA system from the antiquated GENESIS32
platform to the new Ignition platform.
The new Ignition platform provides a modern, intuitive user interface that improves
visibility of system conditions and simplifies daily operations for staff. Unlike the
SCADA System Replacement Professional Services Agreement
April 7, 2026
Page 4 of 5
existing platform, Ignition is widely used across municipal and industrial sectors. This
provides access to a broader pool of qualified programmers and integrators,
reducing long-term reliance on limited specialists. Ignition supports modern
communication protocols and robust integration with programmable logic
controllers, improving reliability and system responsiveness across remote facilities.
The platform is designed to grow with system needs, allowing the City to expand
monitoring, integrate additional infrastructure, and incorporate future technologies
without major system overhauls. The new Ignition platform will reduce operational
risk and ensure the SCADA system is maintainable and functional for many years.
Upgrading the SCADA platform will also allow the City to modernize system graphics,
improve alarm management, enhance historical data collection, and support
improved reporting and operational analysis.
ENVIRONMENTAL ANALYSIS
The proposed contract does not constitute a project under the California
Environmental Quality Act (“CEQA”), under Section 15061(b)(3) of the CEQA
Guidelines, as it can be seen with certainty it will have no impact on the environment.
FISCAL IMPACT
The total cost for the SCADA System Replacement Project is $1,057,450. In addition,
a standard 10% contingency or $105,745 is recommended to cover potential
unforeseen costs or circumstances. The amount budgeted in the Fiscal Year 2025-26
Capital Improvement Program for the SCADA System Replacement Project was
$1,000,000. Therefore, a budget appropriation from the Water Fund in the amount
of $163,195 is requested for the SCADA System Replacement Project to cover the
entire project cost, including potential contingencies.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
adopt Resolution No. 7678 amending the Fiscal Year 2025-26 Capital Improvement
Program Budget, authorizing a supplemental budget appropriation for the SCADA
System Replacement Project in the amount of $163,195, offset by a reduction in the
Water Fund; and approve, authorize, and direct the City Manager to execute a
SCADA System Replacement Professional Services Agreement
April 7, 2026
Page 5 of 5
Professional Services Agreement with Morrow-Meadows Co., for the SCADA System
Replacement Project in the amount of $1,057,450, with a 10% contingency.
Attachments: Resolution No. 7678
Proposed Professional Services Agreement
1
Updated Feb. 2020
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT REGARDING
SCADA SYSTEM REPLACEMENT PROJECT
This Agreement is made and entered into as of ______________________, 20______ by and
between the City of Arcadia, a municipal corporation organized and operating under the laws
of the State of California with its principal place of business at 240 West Huntington Drive,
Arcadia, California 91066 (“City”), and Morrow-Meadows Corporation, a California
Corporation, with its principal place of business at 231 Benton Court, City of Industry, CA
91789 (hereinafter referred to as “Consultant”). City and Consultant are sometimes
individually referred to as “Party” and collectively as “Parties” in this Agreement.
RECITALS
A. City is a public agency of the State of California and is in need of professional
services for the following project: SCADA System Replacement Project (hereinafter
referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide
such services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. Services.
Consultant shall provide the City with the services described in the Scope of Services
attached hereto as Exhibit “A.”
2. Compensation.
a. Subject to paragraph 2(b) below, the City shall pay for such services in
accordance with the Schedule of Charges set forth in Exhibit “B.”
b. In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of ONE MILLION, FIFTY-SEVEN
THOUSAND, FOUR HUNDRED FIFTY DOLLARS, AND NO CENTS ($1,057,450.00). This
amount is to cover all printing and related costs, and the City will not pay any additional fees
for printing expenses. Periodic payments shall be made within 30 days of receipt of an
invoice which includes a detailed description of the work performed. Payments to
Consultant for work performed will be made on a monthly billing basis.
2
Updated Feb. 2020
3. Additional Work.
If changes in the work seem merited by Consultant or the City, and informal
consultations with the other party indicate that a change is warranted, it shall be processed
in the following manner: a letter outlining the changes shall be forwarded to the City by
Consultant with a statement of estimated changes in fee or time schedule. An amendment
to this Agreement shall be prepared by the City and executed by both Parties before
performance of such services, or the City will not be required to pay for the changes in the
scope of work. Such amendment shall not render ineffective or invalidate unaffected
portions of this Agreement.
4. Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to
costs incurred shall be maintained by Consultant and made available at all reasonable times
during the contract period and for four (4) years from the date of final payment under the
contract for inspection by City.
5. Term or Time of Performance.
The term of this Agreement shall be from one year from the date of execution, unless
earlier terminated as provided herein. The Parties may, by mutual, written consent, extend
the term of this Agreement if necessary to complete the Project. Consultant shall perform
its services in a prompt and timely manner within the term of this Agreement and shall
commence performance upon receipt of written notice from the City to proceed (“Notice to
Proceed”). The Notice to Proceed shall set forth the date of commencement of work.
6. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this Agreement
for delays in performance caused by circumstances beyond the reasonable control of the
non-performing party. For purposes of this Agreement, such circumstances include but are
not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots
and other civil disturbances; strikes, lockouts, work slowdowns, and other labor
disturbances; sabotage or judicial restraint.
b. Should such circumstances occur, the non-performing party shall, within a
reasonable time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being made
to resume performance of this Agreement.
3
Updated Feb. 2020
7. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes and
regulations of the federal, state and local government, including Cal/OSHA requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining and
maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/ or removal
of hazardous and toxic substances spilled as a result of his or her services or operations
performed under this Agreement.
8. Standard of Care
Consultant’s services will be performed in accordance with generally accepted
professional practices and principles and in a manner consistent with the level of care and
skill ordinarily exercised by members of the profession currently practicing under similar
conditions.
9. Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or
interest in this Agreement without the written consent of the City, which may be withheld for
any reason. Any attempt to so assign or so transfer without such consent shall be void and
without legal effect and shall constitute grounds for termination. Subcontracts, if any, shall
contain a provision making them subject to all provisions stipulated in this Agreement.
Nothing contained herein shall prevent Consultant from employing independent associates,
and subconsultants as Consultant may deem appropriate to assist in the performance of
services hereunder.
10. Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City.
No employee or agent of Consultant shall become an employee of City. The work to be
performed shall be in accordance with the work described in this Agreement, subject to such
directions and amendments from City as herein provided.
11. Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on any
subcontract until it has secured all insurance required under this section.
4
Updated Feb. 2020
a. Commercial General Liability
(i) The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies acceptable
to the City.
(ii) Coverage for Commercial General Liability insurance shall be at
least as broad as the following:
(1) Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include coverage
for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability Consultant
shall procure and submit evidence of insurance for at
least five (5) years from the time that all work under
this Agreement is completed.
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX) exclusion
deleted
(7) Contractual Liability with respect to this Agreement
(8) Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by
one insured against another; (3) products/completed operations liability; or (4) contain any
other exclusion contrary to the Agreement.
(v) The policy shall give City, its officials, officers, employees,
agents and City designated volunteers additional insured status using ISO endorsement
forms CG 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage.
Consultant may provide blanket endorsements to meet the Additional Insured requirement
in this written contract. However, all subcontractors’ endorsements shall specifically name
the City, its elected officials, officers, employees, volunteers, boards, agents, and
representatives as additional insureds and blanket endorsements are not acceptable.
5
Updated Feb. 2020
(vi) The general liability program may utilize either deductibles or
provide coverage excess of a self-insured retention, subject to written approval by the City,
and provided that such deductibles shall not apply to the City as an additional insured.
b. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
(ii) Coverage for automobile liability insurance shall be at least as
broad as Insurance Services Office Form Number CA 00 01 covering automobile liability
(Coverage Symbol 1, any auto).
(iii) The policy shall give City, its officials, officers, employees, agents
and City designated volunteers additional insured status. Consultant may provide blanket
endorsements to meet the Additional Insured requirement in this written contract. However,
all subcontractors’ endorsements shall specifically name the City, its elected officials, officers,
employees, volunteers, boards, agents, and representatives as additional insureds and
blanket endorsements are not acceptable.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
c. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance with
the provisions of that code, and he/she will comply with such provisions before commencing
work under this Agreement.
(ii) To the extent Consultant has employees at any time during the
term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement, all
in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the Labor
Code of the State of California and any acts amendatory thereof, and Employer’s Liability
Coverage in amounts indicated herein. Consultant shall require all subconsultants to obtain
and maintain, for the period required by this Agreement, workers’ compensation coverage
of the same type and limits as specified in this section.
6
Updated Feb. 2020
d. Technology Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the Consultant
shall maintain professional liability or Errors and Omissions insurance appropriate to its
profession, in a form and with insurance companies acceptable to the City and in an amount
indicated herein. This insurance shall be endorsed to include contractual liability applicable
to this Agreement and shall be written on a policy form coverage specifically designed to
protect against acts, errors or omissions of the Consultant. “Covered Professional Services”
as designated in the policy must specifically include work performed under this Agreement.
The policy must “pay on behalf of” the insured and must include a provision establishing the
insurer's duty to defend.
e. Cyber Liability Insurance.
Cyber Liability Insurance covering (1) all acts, errors, omissions, negligence,
infringement of intellectual property; (2) network security and privacy risks, including but not
limited to unauthorized access, failure of security, breach of privacy perils, wrongful
disclosure, collection, or negligence in the handling of confidential information, privacy
perils, including coverage for related regulatory defense and penalties; (3) system failure,
damage to or destruction of electronic information, data recovery, business interruption,
cyber extortion, and information theft; (4) data breach expenses payable whether incurred
by City or Consultant, including but not limited to consumer notification, whether or not
required by law, computer forensic investigations, public relations and crisis management
firm fees, credit file or identity monitoring or remediation services in the performance of
services for City or on behalf of City hereunder. If a sub-limit applies to any elements of
coverage, the certificate of insurance evidencing the coverage above must specify the
coverage section and the amount of the sub-limit.
f. Minimum Policy Limits Required
(i) The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/ $4,000,000 aggregate
for bodily injury, personal injury, and property
damage
Automobile Liability $1,000,000 per occurrence for bodily injury and
property damage
Employer’s Liability $1,000,000 per occurrence
Technology Professional Liability $2,000,000 per claim and aggregate (errors and
omissions)
7
Updated Feb. 2020
Cyber Liability $2,000,000 per claim and annual aggregate
(ii) Defense costs shall be payable in addition to the limits.
(iii) Requirements of specific coverage or limits contained in this
section are not intended as a limitation on coverage, limits, or other requirement, or a waiver
of any coverage normally provided by any insurance. Any available coverage shall be
provided to the parties required to be named as Additional Insured pursuant to this
Agreement.
g. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all insurance
required herein. Such evidence shall include original copies of the ISO CG 00 01 (or insurer’s
equivalent) signed by the insurer’s representative and Certificate of Insurance (Acord Form
25-S or equivalent), together with required endorsements. All evidence of insurance shall
be signed by a properly authorized officer, agent, or qualified representative of the insurer
and shall certify the names of the insured, any additional insureds, where appropriate, the
type and amount of the insurance, the location and operations to which the insurance
applies, and the expiration date of such insurance.
h. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any such
policy due to non-payment of premium. If any of the required coverage is cancelled or
expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s)
including the General Liability Additional Insured Endorsement to the City at least ten (10)
days prior to the effective date of cancellation or expiration. Consultant may provide blanket
endorsements to meet the Additional Insured requirement in this written contract.
However, all subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable.
(ii) The Commercial General Liability Policy and Automobile Policy
shall each contain a provision stating that Consultant’s policy is primary insurance and that
any insurance, self-insurance or other coverage maintained by the City or any named
insureds shall not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later than
the effective date of this Agreement. Consultant shall maintain such coverage continuously
for a period of at least three years after the completion of the work under this Agreement.
8
Updated Feb. 2020
Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date
is advanced past the effective date of this Agreement; B) if the policy is cancelled or not
renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date
subsequent to the effective date of this Agreement.
(iv) All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to waiver of subrogation in favor of the City,
its officials, officers, employees, agents, and volunteers or shall specifically allow Consultant
or others providing insurance evidence in compliance with these specifications to waive
their right of recovery prior to a loss. Consultant hereby waives its own right of recovery
against City, and shall require similar written express waivers and insurance clauses from
each of its subconsultants.
(v) The limits set forth herein shall apply separately to each insured
against whom claims are made or suits are brought, except with respect to the limits of
liability. Further the limits set forth herein shall not be construed to relieve the Consultant
from liability in excess of such coverage, nor shall it limit the Consultant’s indemnification
obligations to the City and shall not preclude the City from taking such other actions
available to the City under other provisions of the Agreement or law.
i. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum requirements:
(1) Each such policy shall be from a company or companies
with a current A.M. Best's rating of no less than A:VII and admitted to transact in the
business of insurance in the State of California, or otherwise allowed to place
insurance through surplus line brokers under applicable provisions of the California
Insurance Code or any federal law.
j. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance by
the City, is not intended to and shall not in any manner limit or qualify the liabilities and
obligations otherwise assumed by the Consultant pursuant to this Agreement, including but
not limited to, the provisions concerning indemnification.
(ii) If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by Consultant
or City will withhold amounts sufficient to pay premium from Consultant payments. In the
alternative, City may cancel this Agreement.
9
Updated Feb. 2020
(iii) The City may require the Consultant to provide complete copies
of all insurance policies in effect for the duration of the Project.
(iv) Neither the City nor any of its officials, officers, employees,
agents or volunteers shall be personally responsible for any liability arising under or by
virtue of this Agreement.
k. Subconsultant Insurance Requirements. Consultant shall not allow any
subcontractors or subconsultants to commence work on any subcontract until they have
provided evidence satisfactory to the City that they have secured all insurance required
under this section. Policies of commercial general liability insurance provided by such
subcontractors or subconsultants shall be endorsed to name the City as an additional
insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same
coverage. All subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable. If requested by Consultant, City
may approve different scopes or minimum limits of insurance for particular subcontractors
or subconsultants.
12. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with
counsel of City’s choosing), indemnify and hold the City, its officials, officers, employees,
volunteers, and agents free and harmless from any and all claims, demands, causes of action,
costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or
persons, including wrongful death, in any manner arising out of, pertaining to, or incident
to any acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of the
Consultant’s services, the Project or this Agreement, including without limitation the
payment of all damages, expert witness fees and attorney’s fees and other related costs and
expenses. Consultant's obligation to indemnify shall not be restricted to insurance proceeds,
if any, received by Consultant, the City, its officials, officers, employees, agents, or volunteers.
b. To the extent required by Civil Code section 2782.8, which is fully
incorporated herein, Consultant’s obligations under the above indemnity shall be limited to
claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Consultant, but shall not otherwise be reduced. If Consultant’s obligations
to defend, indemnify, and/or hold harmless arise out of Consultant’s performance of “design
professional services” (as that term is defined under Civil Code section 2782.8), then upon
Consultant obtaining a final adjudication that liability under a claim is caused by the
comparative active negligence or willful misconduct of the City, Consultant’s obligations shall
be reduced in proportion to the established comparative liability of the City and shall not
exceed the Consultant’s proportionate percentage of fault.
10
Updated Feb. 2020
13. California Labor Code Requirements.
a. Consultant is aware of the requirements of California Labor Code
Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates
and the performance of other requirements on certain “public works” and “maintenance”
projects (“Prevailing Wage Laws”). If the services are being performed as part of an applicable
“public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the
total compensation is $15,000 or more for maintenance or $25,000 or more for construction,
alteration, demolition, installation, or repair, Consultant agrees to fully comply with such
Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials,
officers, employees and agents free and harmless from any claims, liabilities, costs, penalties
or interest arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It shall be mandatory upon the Consultant and all subconsultants to comply with all
California Labor Code provisions, which include but are not limited to prevailing wages
(Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section
1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor
(Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors
(Labor Code Section 1777.1).
b. If the services are being performed as part of an applicable “public
works” or “maintenance” project and if the total compensation is $15,000 or more for
maintenance or $25,000 or more for construction, alteration, demolition, installation, or
repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all
subconsultants performing such services must be registered with the Department of
Industrial Relations. Consultant shall maintain registration for the duration of the Project
and require the same of any subconsultants, as applicable. This Project may also be subject
to compliance monitoring and enforcement by the Department of Industrial Relations. It
shall be Consultant’s sole responsibility to comply with all applicable registration and labor
compliance requirements.
c. This Agreement may also be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be Consultant’s sole
responsibility to comply with all applicable registration and labor compliance requirements.
Any stop orders issued by the Department of Industrial Relations against Consultant or any
subcontractor that affect Consultant’s performance of services, including any delay, shall be
Consultant’s sole responsibility. Any delay arising out of or resulting from such stop orders
shall be considered Consultant caused delay and shall not be compensable by the City.
Consultant shall defend, indemnify and hold the City, its officials, officers, employees and
agents free and harmless from any claim or liability arising out of stop orders issued by the
Department of Industrial Relations against Consultant or any subcontractor.
11
Updated Feb. 2020
14. Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all
requirements and restrictions of state and federal law respecting the employment of
undocumented aliens, including, but not limited to, the Immigration Reform and Control Act
of 1986, as may be amended from time to time, and shall require all subconsultants and sub-
subconsultants to comply with the same.
15. City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as
set forth in Request for Proposals, which are deemed to be a part of this Agreement.
16. Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of
California. If any action is brought to interpret or enforce any term of this Agreement, the
action shall be brought in a state or federal court situated in the County of Los Angeles, State
of California.
17 Termination or Abandonment
a. City has the right to terminate or abandon any portion or all of the work
under this Agreement by giving ten (10) calendar days written notice to Consultant. In such
event, City shall be immediately given title and possession to all original field notes, drawings
and specifications, written reports and other documents produced or developed for that
portion of the work completed and/or being abandoned. City shall pay Consultant the
reasonable value of services rendered for any portion of the work completed prior to
termination. If said termination occurs prior to completion of any task for the Project for
which a payment request has not been received, the charge for services performed during
such task shall be the reasonable value of such services, based on an amount mutually
agreed to by City and Consultant of the portion of such task completed but not paid prior to
said termination. City shall not be liable for any costs other than the charges or portions
thereof which are specified herein. Consultant shall not be entitled to payment for
unperformed services, and shall not be entitled to damages or compensation for termination
of work.
b. Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the event
of substantial failure by City to perform in accordance with the terms of this Agreement
through no fault of Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,”
above, all original field notes, written reports, Drawings and Specifications and other
12
Updated Feb. 2020
documents, produced or developed for the Project shall, upon payment in full for the
services described in this Agreement, be furnished to and become the property of the City.
19. Organization
Consultant shall assign Steve Marlow, as Project Manager. The Project Manager
shall not be removed from the Project or reassigned without the prior written consent of the
City.
20. Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project
described above.
21. Notice
Any notice or instrument required to be given or delivered by this Agreement may be
given or delivered by depositing the same in any United States Post Office, certified mail,
return receipt requested, postage prepaid, addressed to:
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: John Corona
Utilities Manager
CONSULTANT:
Morrow Meadows
231 Benton Court
City of Industry, CA 91789
Attn: Steve Marlow
Project Manager
and shall be effective upon receipt thereof.
22. Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone
other than the City and the Consultant.
23. Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not
discriminate against any employee or applicant for employment because of race, religion,
color, national origin, ancestry, sex, age or other interests protected by the State or Federal
Constitutions. Such non-discrimination shall include, but not be limited to, all activities
related to initial employment, upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination.
13
Updated Feb. 2020
24. Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and
Consultant as to those matters contained herein, and supersedes and cancels any prior or
contemporaneous oral or written understanding, promises or representations with respect
to those matters covered hereunder. Each party acknowledges that no representations,
inducements, promises or agreements have been made by any person which are not
incorporated herein, and that any other agreements shall be void. This Agreement may not
be modified or altered except in writing signed by both Parties hereto. This is an integrated
Agreement.
25. Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall
not render the provisions unenforceable, invalid or illegal.
26. Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors
in interest, executors, administrators and assigns of each party to this Agreement. However,
Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights,
burdens, duties or obligations without the prior written consent of City. Any attempted
assignment without such consent shall be invalid and void.
27. Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party,
unless such waiver is specifically specified in writing.
28. Time of Essence
Time is of the essence for each and every provision of this Agreement.
29. City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection
with this Project or other projects.
30. Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit
or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed
to pay any company or person, other than a bona fide employee working solely for
Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or
14
Updated Feb. 2020
violation of this warranty, City shall have the right to rescind this Agreement without liability.
For the term of this Agreement, no director, official, officer or employee of City, during the
term of his or her service with City, shall have any direct interest in this Agreement, or obtain
any present or anticipated material benefit arising therefrom.
[SIGNATURES ON FOLLOWING PAGE]
15
Updated Feb. 2020
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND MORROW-MEADOWS
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first
written above.
CITY OF ARCADIA MORROW-MEADOWS CORPORATION
By: By:
Dominic Lazzaretto
City Manager Title:
Printed Name:
ATTEST: By:
Title:
By:
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
16
Updated Feb. 2020
EXHIBIT “A”
Scope of Services
The Scope of Services for the Supervisory Control and Data Acquisition (“SCADA”) System
Replacement Project shall include, but are not limited to the following:
Scope of Services/Work
• Replacement and upgrade of the City’s Supervisory Control and Data Acquisition
(“SCADA”) system. The project will involve the installation of new Programmable Logic
Controllers (PLCs), short wave radios, communication antennas, and integration with
Ignition SCADA software. The scope also includes full system testing and all necessary
data programming.
• A modern, fully supported SCADA solution capable of meeting current operational needs
and accommodating future growth.
• Panel shop shall be UL- certified, and within 1 hour drive from the City’s yard.
• Radio communication works shall be completed by professional telemetry communication
technicians and engineers, trained and certified as GE Channel Partner
Equipment Supply and Installation
• Furnish and install new PLCs at all existing SCADA sites.
• Replace all existing short-wave radios with updated, compatible models.
• Install new communication antennas to support reliable data transmission.
SCADA Software Integration
• Migrate all existing SCADA functions to the Ignition software platform.
• Configure Ignition to communicate with new PLCs and radio network.
• Develop operator interface screens consistent with modern SCADA UI standards.
Programming and Configuration
• Program all RTUs for local and remote-control capabilities.
• Configure communication settings between PLCs, radios, and SCADA master station.
• Import historical data and establish real-time data trends.
Testing and Commissioning
• Perform point-to-point and end-to-end system testing.
• Conduct factory and site acceptance testing.
• Provide comprehensive system validation and operator sign-off.
Documentation and Training
• Provide complete system documentation including wiring diagrams, communication
maps, and programming logic.
• Conduct on-site training for operators and maintenance personnel.
17
Updated Feb. 2020
Materials Provided by the City:
• All computer hardware and software required for the upgrade will be purchased and
provided by the city including:
a. Servers
b. Workstations
c. Switch
d. Software including MS Windows Server, Office, RDP licenses, SQL Server etc.
e. Firewall
• Ignition software required.
• Schneider PLC programming tool – EcoStruxure control expert software.
Coordination
The contractor shall be responsible for all project coordination activities related to the SCADA
system. This includes coordination with City staff, engineers, integrators, vendors, and other
contractors to ensure seamless execution. The contractor shall manage schedules, meetings,
communications, and interface requirements to ensure the SCADA system is delivered and
integrated in accordance with project requirements.
Record Keeping
The contractor shall maintain complete and accurate project records throughout the duration of
the project. Record keeping shall include, but not be limited to, meeting minutes,
correspondence, submittals, approvals, change orders, configuration files, test results, and as-
built documentation. All records shall be organized and made available to the City of Arcadia upon
request.
Installation
The contractor shall be responsible for the installation of all SCADA system components.
Installation activities shall be properly scheduled and coordinated with appropriate City staff to
minimize disruption to operations. The contractor shall ensure installation complies with project
specifications, applicable codes, and industry standards, and shall provide qualified personnel to
perform all work.
Location Name & Scope
1. Yard / Office - Provide and install a 19" IT cage, min. 12U, the depth 30".
2. Peck Well - Replace PLC/Install New GE Orbit Radio
3. LiveOak - Replace PLC/Install New GE Orbit Radio, LiveOak GAC Plant Add a remote rack
in the existing GAC enclosure for 3 Flow meters (3 AI + 3DI) add necessary conduits CAT5E
cable back to the control panel
4. Longden Plant - Replace PLC/Install New GE Orbit Radio
5. Longley Well - Replace PLC/Install New GE Orbit Radio
18
Updated Feb. 2020
6. Camino Real Plant - Replace PLC/Install New GE Orbit Radio, 24V DC Power supply with
PULS, and charger module
7. Baldwin Booster Station - Replace PLC/Install New GE Orbit Radio
8. Colorado Well - Replace PLC/Install New GE Orbit Radio, and 24VC PS with PULS and
charger module
9. Orange Grove CP1 - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
10. Orange Grove CP2 - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
11. St. Joseph Facility - Replace PLC/Install New GE Orbit Radio
12. Santa Anita Reservoir - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
13. Whispering Pines Booster Station - Replace PLC/Install New GE Orbit Radio
14. Torry Pines - Replace PLC/Install New GE Orbit Radio, add new UPS on the left-side panel
that is empty now
15. Lower Canyon - Replace PLC/Install New GE Orbit Radio
16. Upper Canyon - Add a UPS enclosure on the back of the panel, No PLC on this site.
17. PRV on Colorado with Solar Panel - Replace PLC/Install New GE Orbit Radio
18. Pressure Zone 2A PRV - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
19. El Monte PRV 3-4 - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
20. Pressure Zone 1A PRV - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
21. PRV Eisenhower Park - New High Security enclosure with new PLC/Install New GE Orbit
Radio
22. Baldwin Reservoir - Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
23. Colorado and Michillinda PRV 1-2 Complete back panel replacement (New
PLC/Power/Cable/Terminal/Wiring/Radio etc.)
19
Updated Feb. 2020
EXHIBIT “B”
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a detailed
progress report that indicates the amount of budget spent on each task. Consultant will inform
City regarding any out-of-scope work being performed by Consultant. This is a time-and-materials
contract.
Compensation shall be based on time and materials spent in accordance with the following tasks,
not to exceed the total compensation listed below:
The schedule of prices is attached as Attachment “A” to this Exhibit “B”.
Supervisory Control and Data Acquisition (“SCADA”) Replacement - $1,057,450.00
Project
Total Compensation - $1,057,450.00
The total compensation shall not exceed the total listed without written authorization in
accordance with Section 2 (b) of the agreement.
20
Updated Feb. 2020
Attachment “A” to Exhibit “B”
Exhibit A: - Scope of Work
Task A: New SCADA Servers
1. Provide and install a free-standing network rack with UPS in the operations room
2. Install and configure two new rack-mounted servers (provided by the City)
3. Install and configure new router and switch for SCADA (provided by the City)
4. Install and configure two new workstations with 21" monitors (provided by the City)
5. Install and configure NAS backup storage (provided by the City)
Subtotal: $33,500
Task B: Replacing Genesis32 SCADA with Ignition SCADA Platform
1. Review and reverse engineer the existing Gensis32 scripts and programs.
2. Attend workshops and meetings with Operations Staff.
3. Design and implement new SCADA redundant architecture
4. Install and test new Ignition systems
5. Develop the new SCADA system including graphics, pop-ups, alarms and trends.
6. Complete design and programming of new reports
7. Setup remote access to new Ignition software using tablet or laptop
8. Set up and configure SMS modem and test alarm notification systems
9. Bench test the new Ignition SCADA system
10. Cut Over from Genesis32 to the Ignition SCADA platform
11. On-line test entire new ignition system for one (1) week
12. Retire Genesis system.
Subtotal: $136,100
21
Updated Feb. 2020
Task C: Replacing Bristol Babcock RTUs with Schneider M340 PLCs
1. Field wire verifications
2. Engineering design and develop new panel shop drawings.
3. Workshops with the staff and develop control strategies for all new PLCs.
4. Develop programs for all new PLCs
5. Provide and install a new PLC for the sites listed in Exhibit C
6. Provide and install a new back panel including a new PLC for the sites listed in Exhibit C
7. Factory test new back panels.
8. Rewire and loop test field I/Os on all new PLCs
9. Cut over to the new Ignition platform.
10. The work above covers 23 sites, see Exhibit C for site information.
Subtotal: $ 772,680
Task D: Replacing GE MOS radios
1. Provide and install new GE Orbit radios at all sites listed on Exhibit C
2. Reconfigure and test all new radios
Subtotal: $ 104,700
Total for all Tasks: $1,046,980
Performance/Payment Bond: $10,470
Total Project Price: $1,057,450
Exhibit B: - Assumptions
1. Materials provided by the city:
• All computer hardware and software required for the upgrades shall be purchased
by the City and registered under the City for warranty and renewal purposes. Our team
will assist the City with hardware and software selection.
a. Servers
b. Workstations
c. Router and Ethernet
Switch d.NAS
e. Software including MS Windows Server, Office, RDP licenses, SQL Server,
NAS etc.
• Ignition SCADA software licenses
• Schneider PLC programming software - EcoStruxure Control Expert licenses
• SMS modem for alarm notifications
22
Updated Feb. 2020
2. Morrow-Meadows Clarifications
• Any additional cost on materials caused by any import tariffs will be passed on
to the city.
• Morrow-Meadows Corporation requests a mobilization payment of 3% of total
contract value.
• Morrow-Meadows Corporation provides a one (1) year construction warranty for
labor and materials provided under this contract.
23
Updated Feb. 2020
EXHIBIT “C”
Activity Schedule
The term of this Agreement shall be for one (1) year from the date of execution. All tasks under
Exhibit “A” shall be adhered to and executed accordingly.
24
Updated Feb. 2020
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Arcadia, (hereinafter referred to as “City”) has awarded to Morrow-
Meadows Corporation, (hereinafter referred to as the “Contractor”) an agreement for SCADA
System Replacement Project / Contract No._________, (hereinafter referred to as the
“Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, ______________________, the undersigned Contractor and
________________________________________________ as Surety, a corporation organized
and duly authorized to transact business under the laws of the State of California, are held and
firmly bound unto the City in the sum of ONE MILLION, FIFTY-SEVEN THOUSAND, FOUR
HUNDRED FIFTY DOLLARS, AND NO CENTS ($1,057,450.00), said sum being not less than
one hundred percent (100%) of the total amount of the Contract, for which amount well and truly
to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee
of all materials and workmanship; and shall indemnify and save harmless the City, its officials,
officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then
this obligation shall become null and void; otherwise it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefore,
there shall be included costs and reasonable expenses and fees including reasonable attorney’s
fees, incurred by City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally protect the
City from loss or damage resulting from or caused by defective materials or faulty workmanship.
The obligations of Surety hereunder shall continue so long as any obligation of Contractor
remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under
the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section
337.15.
25
Updated Feb. 2020
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall
promptly, at the City’s option:
i. Take over and complete the Project in accordance with all terms and conditions in
the Contract Documents; or
ii. Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any modification
thereto, less any amount previously paid by the City to the Contractor and any
other set offs pursuant to the Contract Documents.
iii. Permit the City to complete the Project in any manner consistent with California
law and make available as work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the City, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alteration or addition to the terms of the Contract Documents
or to the Project.
By their signatures hereunder, Surety and Contractor hereby confirm under penalty of perjury that
surety is an admitted surety insurer authorized to do business in the State of California.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
26
Updated Feb. 2020
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20___.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges is $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) ___________________________________________
___________________________________________
___________________________________________
(Name and Address of Agent or ___________________________________________
Representative for service of ___________________________________________
process in California, if different ___________________________________________
from above)
(Telephone number of Surety ___________________________________________
and Agent or Representative for
service of process in California)
NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto in addition to appropriate Notarial Acknowledgments of Execution by both Contractor and Surety.
27
Updated Feb. 2020
PAYMENT BOND (LABOR AND MATERIALS)
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the City of Arcadia (hereinafter designated as the “City”), by action taken or a
resolution passed April 7, 2026, has awarded to Morrow-Meadows Corporation hereinafter
designated as the “Principal,” a contract for the work described as follows: SCADA System
Replacement Project / Contract No.____________ (the “Project”); and
WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing
that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions,
provender, equipment, or other supplies used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor done thereon of any kind, or for amounts due
under the Unemployment Insurance Code or for any amounts required to be deducted, withheld,
and paid over to the Employment Development Department from the wages of employees of said
Principal and its Subcontractors with respect to such work or labor the Surety on this bond will
pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety, are held
and firmly bound unto the City in the penal sum of ONE MILLION, FIFTY-SEVEN THOUSAND,
FOUR HUNDRED FIFTY DOLLARS AND NO CENTS ($1,057,450.00) lawful money of the
United States of America, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors,
heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named
in Civil Code Section 9100, fail to pay for any materials, provisions or other supplies, used in,
upon, for or about the performance of the work contracted to be done, or for any work or labor
thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to
work or labor performed under the contract, or for any amounts required to be deducted, withheld,
and paid over to the Employment Development Department or Franchise Tax Board from the
wages of employees of the contractor and his subcontractors pursuant to Revenue and Taxation
Code Section 18663, with respect to such work and labor the Surety or Sureties will pay for the
same, in an amount not exceeding the sum herein above specified, and also, in case suit is
brought upon this bond, all litigation expenses incurred by the City in such suit, including
reasonable attorneys’ fees, court costs, expert witness fees and investigation expenses.
This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as
to give a right of action to such persons or their assigns in any suit brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released
from the obligation of this bond by any change, extension of time for performance, addition,
alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining
or relating to any scheme or work of improvement herein above described, or pertaining or relating
to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of
any terms of payment or extension of the time for any payment pertaining or relating to any
scheme or work of improvement herein above described, nor by any rescission or attempted
rescission or attempted rescission of the contract, agreement or bond, nor by any conditions
precedent or subsequent in the bond attempting to limit the right of recovery of claimants
otherwise entitled to recover under any such contract or agreement or under the bond, nor by any
28
Updated Feb. 2020
fraud practiced by any person other than the claimant seeking to recover on the bond and that
this bond be construed most strongly against the Surety and in favor of all persons for whose
benefit such bond is given, and under no circumstances shall Surety be released from liability to
those for whose benefit such bond has been given, by reason of any breach of contract between
the owner or City and original contractor or on the part of any obligee named in such bond, but
the sole conditions of recovery shall be that claimant is a person described in Civil Code Section
9100, and has not been paid the full amount of his claim and that Surety does hereby waive notice
of any such change, extension of time, addition, alteration or modification herein mentioned,
including but not limited to the provisions of sections 2819 and 2845 of the California Civil Code.
By their signatures hereunder, Surety and Principal hereby confirm under penalty of perjury that
surety is an admitted surety insurer authorized to do business in the State of California.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
NOTE: A copy of the Power-of-Attorney to local representatives of the bonding company must be attached hereto in addition to appropriate Notarial Acknowledgments of Execution by both Contractor and Surety.