HomeMy WebLinkAbout2020-06-09 - AGENDA REPORTS - AMEND TO TANKO LIGHTING AGMT FOR STREETLIGHT TRANS (2)O
Agenda Item: 4
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: June 9, 2020
SUBJECT: AMENDMENT TO TANKO LIGHTING AGREEMENT FOR
STREETLIGHT TRANSITION SERVICES
DEPARTMENT: Neighborhood Services
PRESENTER: Kevin Tonoian
RECOMMENDED ACTION
City Council approve an expenditure authority increase of $700,000 to the existing $4,444,513
comprehensive streetlight transition services agreement with Tanko Lighting, for an amended
contract amount not to exceed $5,144,513. This amendment will fund the retrofit of additional
streetlights located within areas recently annexed into the City that were not included in the
original Purchase & Sale Agreement with Southern California Edison.
BACKGROUND
On January 23, 2018, the City Council of the City of Santa Clarita (City Council) approved a
contract with Tanko Lighting in the amount of $4,444,513 to oversee the transition of streetlight
services from Southern California Edison (Edison) to the City of Santa Clarita (City). Streetlight
transition services associated with this agreement include preparation of a streetlight system
audit, development of a tag numbering and inventory system, a comprehensive photometric
analysis, the procurement and retrofit of streetlights to energy efficient Light -Emitting Diode
(LED) fixtures, and coordination of Edison LED fixture rebates.
As of December 2019, the City has acquired more than 16,000 streetlights. Staff is currently
working with Edison to quantify all remaining streetlights that were not part of the original
purchase agreement. The reconciliation phase of the City acquisition project was anticipated by
staff and Edison, and predominantly encompasses the purchase of additional streetlight poles
located in recent and pending annexation areas.
This item recommends an expenditure authority increase to the existing Comprehensive
Streetlight Transition Services Agreement with Tanko Lighting of $700,000. This action will
support the purchase of additional LED fixtures and installation costs associated with the
Page 1
Packet Pg. 25
O
pending acquisition of remaining streetlights. Upon approval, the value of this amended contract
will not exceed $5,144,513.
The initial Purchase & Sale Agreement, approved by the City Council in May 2017, included
only streetlights identified as sellable by Edison that were located within the City as of June
2016. The need for a reconciliation phase was anticipated so the City could acquire additional
streetlights in future annexation areas such as West Creek/West Hills, Plum Canyon, and Tesoro
del Valle.
In February 2018, the City Council and Public Financing Authority (PFA) approved the issuance
of revenue bonds to fund the acquisition of the streetlight system and retrofit of all poles to LED
fixtures. Beyond estimating the one-time cost associated with purchasing and retrofitting
Edison's streetlight system, the Council and PFA authorized bond proceeds to include an
additional $1,575,000 for estimated additional poles.
ALTERNATIVE ACTION
Other action as determined by the City Council
FISCAL IMPACT
There is no impact to the General Fund associated with this action. Adequate Streetlight
Acquisition Bond Proceeds previously authorized by the City Council and Public Financing
Authority are available to support remaining streetlight acquisition -related expenditures.
ATTACHMENTS
Tanko Streetlighting Executed Agreement (available in the City Clerk's Reading File)
Page 2
Packet Pg. 26
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CON-6
01/23/18
Council Approval Date: _____________
11
Agenda Item: _____________
Contract Amount: _____________
$4,444,513.00
AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA
AND TANKO STREETLIGHTING, INC.
FOR 18-LMD-08 STREETLIGHT TRANSITION SERVICES
THIS by and between the CITY OF SANTA CLARITA, a
) and TANKO STREETLIGHTING, INC.
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR an amount as set
B
ices. CITY will pay such amount promptly, but not later
2. TERM. The term of this Agreement will be from 03/01/2018 , to 3/01/2020.
The Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit A CITY
and CONTRACTOR agree that the scope of services consists of both professional
services and installation and maintenance services. CONTRACTOR represents to
CITY that it and/or its subcontractors, if any, have the necessary background and
technical expertise to perform both the professional services and the installation
and maintenance services. The maintenance portion quoted in Section B (pg 26
32)
agreement.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
B.CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
C. While performing this Agreement, CONTRACTOR will use the appropriate
generally accepted professional standards of practice existing at the time of
performance utilized by persons engaged in providing similar services. CITY will
continuously monitor CONTRACTOR
CONTRACTOR of any deficiencies and CONTRACTOR will have fifteen (15)
days after such notificatio
associated with curing the deficiencies will be borne by CONTRACTOR.
4. PREVAILING WAGES.
A. To the extent required by applicable state law including, without limitation Labor
Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776,
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws and to indemnify, defend, and hold harmless
CITY as against any claim, demand, or imposition of penalties, interest, or
damages of any kind arising out of Labor Code § 1726, § 1771.6, or any other
provision of the California Prevailing Wage Law. In accordance with Labor Code
§ 1773.2, copies of the prevailing rate of per diem wages are available upon
Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD. A copy of the
prevailing rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, then it is also subject to
California Department of Industrial Relations (DIR) approved Labor Compliance
Program. All covered work classifications required in performance of this contract
will be subject to prevailing wage provisions. The Contractor and its
subcontractors on all prevailing wage-covered work shall pay not less than the state
wage rates and shall further adhere to the requirements contained in the City of
opy of the Labor Compliance
Program is available for review upon request at the Office of the City Clerk. All
pertinent state statutes and regulations, including, but not limited to those referred
gram, are incorporated
herein as though set forth in their entirety. Additionally, the Contractor is
responsible for obtaining a current edition of all applicable state statutes and
regulations and adhering to the latest editions of such.
Revised 7/2016 Page 2 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
This Work is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. No prime contractor or subcontractor
performing prevailing wage-covered work may be listed on a bid proposal for a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may
be awarded a contract for public work on a public works project, including
installation and maintenance, unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5. The Contractor will be required
to post job site notices as described in 8 California Code of Regulation section
16451(d).
C. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how both the professional services and the installation
and maintenance services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
Revised 7/2016 Page 3 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
6.INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance Limits
Commercial general liability: $1,000,000
Professional Liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
sa
such that any other insurance that may be carried by City will be excess thereto.
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C.
for a period of three (3) years after this Agreement expires or is terminated. Such
insurance will have the same coverage and limits as the policy that was in effect
during the term of this Agreement, and will cover CONSULTANT for all claims
made by CITY arising out of any errors or omissions of CONSULTANT, or its
officers, employees or agents during the time this Agreement was in effect.
D. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
E. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will
Revised 7/2016 Page 4 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
require its insurer to modify such certificates to delete any exculpatory wording
stating that failure of the insurer to mail written notice of cancellation imposes no
F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONT
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative, should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
G.
point prior to expiration of the policy, CONTRACTOR must notify City within 24
hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must
obtain replacement coverage that meets all contractual requirements within 10 days
ensure that there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
8. PAYMENT/PERFORMANCE BOND. Within ten (10) business days upon Notice to
LED Conversion, the CONTRACTOR shall be
required to provide the City with 100% payment and performance bonds from a surety company
licensed to do business in the State of California and with a minimum rating of A from AM Best.
9. LIQUIDATED DAMAGES. Work shall commence for each retrofit phase no more than five
(5) business days following each phase of streetlights released by Southern California Edison to
City ownership. Should the Contractor fail to start work within the 5 business days following the
release by Southern California Edison, the Contractor shall agree to a price reduction in an
amount of $500.00 per business day delinquent. Should the Contractor fail to complete, by the last
work day of each week, a minimum installation performance of 500 lights per week, the
Contractor shall agree to a price reduction for the delinquent work in an amount of $200.00 per
light not installed.
A. Delinquent work shall not affect the start date of any subsequent work orders.
B. Special consideration may be given should inclement weather be the sole cause of
work not being completed by specified due date with prior approval from the City
project manager.
Revised 7/2016 Page 5 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
10.OWNERSHIP OF DOCUMENTS.All documents, data, studies, drawings, maps, models,
photographs and reports prepared by CONTRACTOR under
CONTRACTOR may retain copies of said documents and materials as desired, but will deliver
CONTRACTORposes other than identified in this Agreement,
11. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under
this Agreement, no copies, sketches, or graphs of materials, including graphic art work, prepared
pursuant to this Agreement, will be released by CONTRACTOR to any other person or public
information to be published in newspapers or magazines, will be approved and distributed solely
by CITY, unless otherwise provided by written agreement between the parties.
12. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause. In the
event CITY exercises its right to terminate this Agreement, CITY shall pay
CONTRACTOR for any services satisfactorily rendered prior to the effective date
of the termination, provided CONTRACTOR is not then in breach of this
Agreement.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
13. INDEMNIFICATION. CONTRACTOR agrees to indemnify and hold CITY harmless from
and against any claim, action, damages, costs (including, without
injuries, or liability, arising out of the performance of this agreement by CONTRACTOR. Should
CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising
out of performance by CONTRACTOR of services rendered pursuant to this Agreement,
will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or
costs incurred in defense otherwise.
14. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for
other employers while under contract with CITY. CONTRACTOR is not an agent or employee of
CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits
CITY provides for its employees. Any provision in this Agreement that may appear to give CITY
Revised 7/2016 Page 6 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
15. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Tanko Streetlighting, Inc.
Attn: Jason Tanko
220 Bayshore Boulevard
San Francisco, CA 94124
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
16. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
17. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
18. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
19. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
20. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
Revised 7/2016 Page 7 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
21.WAIVER.Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
22. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
23. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
24. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
25. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
26. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
l, then the Agreement will
immediately terminate without obligation of either party to the other.
27. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there
are additional terms and conditions contained in Exhibit A & B that are not in conflict with
this Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
28. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
29. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties
agree that this Agreement may be transmitted and signed by electronic mail by either/any or
both/all Parties, and that such signatures shall have the same force and effect as original
signatures, in accordance with California Government Code section 16.5 and Civil Code section
1633.7.
(SIGNATURES ON NEXT PAGE)
Revised 7/2016 Page 8 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
.
FOR CONTRACTOR: IF CORPORATION:
By: By:
Vice President
President
Print Name & Title Print Name & Title
Date: Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
Revised 7/2016 Page 9 of 8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
FYIJCJUB
NOTICE INVITING BIDS
Streetlight Turnkey Services
PROPOSAL # LMD-17-18-18
Santa Clarita is seeking proposals from interested vendors to provide the City with Turnkey Streetlight Services
including; streetlight inventory audit, retro-fit to LED fixtures, facilitation of all logistical administration, and
ongoing third-party operation and maintenance of the City of Santa Clarita’s Streetlight System.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
REQUEST FOR PROPOSALS
Sealed proposals must be received before 11:00 AM on October 27, 2017, by Purchasing of the
City of Santa Clarita, 23920 Valencia Boulevard, Suite 120, Santa Clarita, California, 91355-2196,
for the acquisition of:
PROPOSAL # LMD-17-18-18
Streetlight Turnkey Services
Specifications for this proposal may be downloaded from the City’s Purchasing website at http://www.santa-
clarita.com/city-hall/departments/administrative-services/purchasing. Please refer to specifications for complete
details and proposalrequirements.
A voluntary pre bid meeting will occur Tuesday, October 10, 2017 at 9:00 AM. Interested parties may RVSP via
Planet Bids. Attendees will meet at: City Hall, 23920 Valencia Bl, Santa Clarita, CA 91355 - Council Chambers
Conference Room, Suite 105 on 9:00 AM. This will be the one and only meeting for this RFP.
In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall
submit proof of a State Contractor's License, C-27 with bid response. Failure to possess the specified license shall
render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said
license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the
Contractor may substitute securities for monies withheld by the City to ensure performance under the contract.
This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections
1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage
rates in the county, or counties, in which the work is to be done have been determined by the Director of the
California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for
this project, available from the California Department of Industrial Relations’ Internet web site at
http://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage rates which have been predetermined
and are on file with the California Department of Industrial Relations are referenced but not printed in the general
prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site.
Contractor shall further adhere to the requirements contained in the City of Santa Clarita’s Labor Compliance
Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will
become part of the conformed documents. All pertinent California statutes and regulations, including, but not
limited to those referred to in the City’s Labor Compliance Program, are incorporated herein by reference as
though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all
California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified
copy of all Certified Payroll Records (CPRs) with the progress payment on at least monthly basis to the City. The
specifications in this notice shall be considered a part of any contract made pursuant thereto.
This bid is subject to SB 854. See bidder instructions for details.
The specifications in this notice shall be considered a part of any contract made pursuant thereto.
Purchasing
(661) 255-4399
PROPOSAL # LMD-17-18-18
1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
REQUEST FOR PROPOSAL INVITATION
PROPOSAL # LMD-17-18-18
PROPOSALS ARE DUE BEFORE: 11:00 AM, Friday, October 27, 2017
The City of Santa Clarita invites sealed proposals for:
Streetlight Turnkey Services
1. Return original of Proposal to: City of Santa Clarita
Purchasing
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
2. Prices shall be D.D.P. Destination or for the service rendered.
3. Proposer shall honor proposal prices for Ninety (90) days or for the stated contract period, whichever is
longer.
4. Proposals must include this Proposal form and be signed by the contractor's authorized representative.
This signature acknowledges the proposer has read and understands the requirements contained on
pages 1 to 23 and, exhibit A, and attachments A to D.
5. The last day for questions will be 10:00 AM, Thursday, October 19, 2017. Questions should be submitted
electronically to:
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
6. The contractor is responsible for the accuracy and completeness of any solicitation form not obtained
directly from the City.
PROPOSER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this proposal. The undersigned
agrees to furnish the commodity or service stipulated on this proposal as stated above.
Company: Address:
Name (Print): Signature:
Company Phone No.: Title of Person Signing Bid:
PROPOSAL # LMD-17-18-18
2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
TABLE OF CONTENTS
PROPOSAL # LMD-17-18-18
Streetlight Turnkey Services
Section………………………………………………………………………….…………………………………………………Page
Request for Proposals ............................................................................................................................. 1
Invitation For RFP .................................................................................................................................... 2
Table of Contents .................................................................................................................................... 3
Proposal Instructions ............................................................................................................................. 4
Scope of Work ......................................................................................................................................... 8
Contract Agreement (Sample Only) ........................................................................................................ 16
References .............................................................................................................................................. 22
Document Checklist ................................................................................................................................ 23
PROPOSAL # LMD-17-18-18
3
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
A.PROPOSAL INSTRUCTIONS
1. Submitting Proposals. (a) The bid response must be submitted on this form and include the notice and
all forms or information included in or required by Section B, Specifications, (attachments accepted) (b)
All documentation of unit pricing or other cost breakdowns as outlined in this bid must be submitted to
support the total bid price. (c) Proposals/corrections received after the closing time will not be opened.
The City will not be responsible for bids not properly marked and delivered. Upon award, all
submissions become a matter of public record.
2. Alternatives. Any changes or alternatives must be set forth in a letter attached to this proposal. The City
has the option of accepting or rejecting any alternative proposal.
3. Currency. All references to dollar amounts in this solicitation and in contractor's response refer to United
States currency. Payment will be made in United States currency.
4. Preparation. All proposals must be typed or written in black ink except signatures. Errors may be crossed
out and corrected in ink, then initialed in ink by the person signing the proposal. In compliance with
Resolution 93-9, all proposals and attachments must be submitted double-sided on recycled paper.
5. Environmentally Preferable Purchasing. The City of Santa Clarita being fully aware of the limited nature of
our resources and the leadership role government agencies have, supports the Environmentally
Preferable Purchasing (EPP) program. With changes in technology and industries occurring rapidly it is
frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa
Clarita to seek out those products which result in less energy usage, least impact on natural resources and
greatest reuse of post-industrial and post-consumer material. Bidders are strongly encouraged to offer
products and services meeting these criteria and point out those specific aspects or features in their bid.
In accordance with Public Contract Code 22152 bidders are required to certify in writing the minimum, if
not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or
sold.
. Your name may be removed from the mailing list if the City receives no
6. Failure to Submit Proposal
response to this proposal.
7. Taxes, Charges and Extras. (a) Proposer must show as a separate item California State Sales and/or Use
Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing,
etc. will not be paid unless specified in proposal.
. The City may make an award based on partial items unless the proposal submitted is marked "All
8. Awards
or none." Contractor selection is based upon multiple award criteria as specified in Section C, Statement
of Work and Format. A list of responding vendors may be posted on the City’s website at www.santa-
clarita.com/purchasing, normally within 24 hours.
9. Cooperative Bidding. Other public agencies may be extended the opportunity to purchase off this bid
with the agreement of the successful contractor(s) and the City of Santa Clarita. The lack of exception to
this clause in contractor's response will be considered agreement. However, the City of Santa Clarita is
not an agent of, partner to or representative of these outside agencies and is not obligated or liable for
any action or debts that may arise out of such independently negotiated "piggy-back" procurements.
10. Default. In case of default by the contractor of any of the conditions of this proposal or contract resulting
from this proposal, the contractor agrees that the City may procure the articles or services from other
sources and may deduct from the unpaid balance due the contractor, or
PROPOSAL # LMD-17-18-18
4
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
PROPOSAL INSTRUCTIONS(continued)
collect against the bond or surety, or may invoice the contractor for excess costs so paid, and prices paid
by the City shall be considered the prevailing market price at the time such purchase is made.
11. Assignment. No assignment by the contractor of contract or any part hereof, or of funds to be received
hereunder, is binding upon the City unless the City gave written consent before such assignment.
12.Sub contractors. The Proposer must list any subcontractors that will be used, the work to be performed
by them, and total number of hours or percentage of time they will spend on the project.
13. Protection of Resident Workers. The City of Santa Clarita actively supports the Immigration and
Nationality Act (INA) which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S.
The employer must verify the identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate
procedures and controls so no services or products under the Contract Documents will be performed or
manufactured by any worker who is not legally eligible to perform such services or employment.
14. Termination. The City may terminate any service or requirement contract, with or without cause, either
verbally or in writing any time.
15. Indemnification. The bidder is required to indemnify and hold the City harmless from and against any
claim, action, damages, costs (including, without limitation, attorney’s fees), injuries, or liability, arising
out of any agreement entered into between the parties. Should the City be named in any suit, or should
any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of
this Agreement, or its performance, the bidder must defend the City (at the City’s request and with
counsel satisfactory to the City) and indemnify the City for any judgment rendered against it or any sums
paid out in settlement or otherwise.
16. Bonds. No bonds are necessary for this Request For Proposal.
17. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall be
provided by using an ACORD certificate of insurance and shall be provided prior to contract signing.
Insurance shall be “Primary and Non-Contributory” and must name the “City of Santa Clarita” as an
additional insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or
$1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,000), and
Worker’s Compensation (statutory requirement). For professional services, Professional Liability with a
limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except
upon thirty (30) days prior written notice to the City. Specific insurance requirements will be set forth in
any contract awarded to a proposer.
18. Payment. (a) Proposer shall state payment terms offered. (b) Payment will be made on the pay period
after receipt and acceptance of goods and/or services and upon using department confirmation of such
acceptance.
19. On-Site Inspection. When deemed necessary by the City, an on-site inspection date and time will be so
designated. Proposer is responsible for inspecting and understanding the total scope of the projects (i.e.,
specifications, quality, and quantity of work to be performed.)
PROPOSAL # LMD-17-18-18
5
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
PROPOSAL INSTRUCTIONS(continued)
20. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are considered by a
City official to be in all essential respects in compliance with the specifications.
21. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in describing any
item contained in the proposal does not restrict proposers to the manufacturer or
specific article, this means is being used simply to indicate a quality and utility of the article desired; but
the goods on which proposals are submitted must in all cases be equal in quality and utility to those
referred to. This exception applies solely to the material items in question and does not supercede any
other specifications or requirements cited. Documentation of equivalency must be submitted with the
bid.
At a minimum the documentation must demonstrate equivalency in form, fit, function, quality,
performance and all other stated requirements. The City is final determiner of equivalency. Exception is
made on those items wherein identical supply has been determined a necessity and the notation NO
SUBSTITUTE has been used in the specifications.
22. Proposal Rejection. The City reserves the right to reject any or all proposals and to waive any informality
in any proposal. The City may reject the proposal of any proposer who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a proposer who is
not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
proposer who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita. The City reserves the right to reject any or all proposals and to waive any informality in any
proposal.
23.Addenda. The City will not accept responsibility for incomplete packages or missing addenda. Addenda
must also be acknowledged on PlanetBids. It is the quoter’s responsibility to contact the project manager,
for public projects, or Purchasing prior to submission of the quote to make certain the package is
complete and all required addenda are included. This information will also be available from the City’s
website if the quote was downloaded.
24. Price Reductions. If at any time during the life of this contract, the successful proposer reduces his price
or prices to others purchasing approximately the same quantities as contemplated by this contract, the
contract prices must be reduced accordingly, and the contractor/vendor will immediately notify the
Purchasing Agent, City of Santa Clarita.
25. Contract Pricing. Except as otherwise provided, price proposals must remain consistent through the term
of this contract. The City does not pay “surcharges” of any type unless identified in the response to this
proposal. All costs will be included in the pricing provided to the City.
26. Non-Appropriation of Funds. The City’s obligation is payable only and solely from funds appropriated for
the purpose of this agreement. All funds for payment after June 30 of the current fiscal year are subject
to City’s legislative appropriation for this purpose. In the event the governing body appropriating funds
does not allocate sufficient funds for the next succeeding fiscal year’s payments. Then the affected
deliveries/services may be (1) terminated without penalty in their entirety, or (2) reduced in accordance
with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of
any such non-allocation of funds at the earliest possible date.
PROPOSAL # LMD-17-18-18
6
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
PROPOSAL INSTRUCTIONS(continued)
27. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of
1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder,
and certifies that all items furnished under this proposal will conform and comply with the indemnity and
hold harmless clause for all damages assessed against buyer as a result of
suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the
items furnished under this order to so comply.
28. Gratuities. The City may, by written notice to the Contractor, terminate the right of the Contractor to
proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or
otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to
any officer or employee of the City with a view toward securing an agreement or securing favorable
treatment with respect to the award or amending, or the making of any determinations with respect to
the performance of such agreement; provided, that the existence of the facts upon which the City makes
findings shall be in issue and may be reviewed in any competent court. In the event of such termination,
the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in
the event of default by the Contractor.
29. Delivery. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division
and contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
30. Invoices. Invoices will be forwarded to:
City of Santa Clarita
NS - Special Districts
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of
the contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
31. Proposal Questions. Questions should be submitted electronically to:
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
The last day for questions will be 10:00 AM, Thursday, October 19, 2017.
32. Renewal. Contracts entered into pursuant to this Invitation to Bid may be renewed annually, up to two
times, in accordance with the terms of the contract. If not otherwise stated, the contract may be
renewed if the new pricing of the contract does not change more than the Consumer Price Index - All
Urban Consumers (not seasonally adjusted), Los Angeles Area-Riverside-Orange county area and
prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and
must be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the
month preceding the month of solicitation advertisement will become the beginning index. The price
adjustment limit will be the percentage change based on the difference between the beginning level or
the adjustment level last used and the index level for the period 90 days prior to the expiration of the
contract. If not renewed prior to the anniversary date, the contract may continue on a month to month
basis until renewed or awarded to a new contractor.
The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in Planet Bids.
PROPOSAL # LMD-17-18-18
7
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
B.
SCOPE OF WORK CONTENTS
PROPOSAL # LMD-17-18-18
Streetlight Turnkey Services
I. BACKGROUND/PROJECT DESCRIPTION
II. SCHEDULE OF EVENTS
III. SCOPE OF WORK
A.TURNKEY SERVICES
1.FINAL VALUATION, AUDIT, LIGHTING ASSESSMENT
2.STREETLIGHT ACQUISITION
3.STREETLIGHT CONVERSION TO LED
4.REPLACEMENT TAG INSTALLATION
5.POST INSTALLATION/ADMINISTRATION
B.ON-GOING MAINTENANCE SERVICES
IV. PROPOSAL FORMAT GUIDELINES
A.GENERAL
B.COVER LETTER
C.STATEMENT OF QUALIFICATIONS
D.PROJECT UNDERSTANDING
E.TASKS/SCHEDULE
F.COST PROPOSAL
G.EVALUATION AND AWARD
V. EVALUATION CRITERIA
VI. APPENDIX
A.EXHIBIT A: COST PROPOSAL TEMPLATE
B.ATTACHMENT A: INVENTORY MATRIX
C.ATTACHMENT B: PHOTOMETRIC STUDIY (FIVE LOCATIONS)
D.ATTACHMENT C: UCM ANALYSIS
E.ATTACHMENT D: EDISON INVENTORY
PROPOSAL # LMD-17-18-18
8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
I. BACKGROUND/PROJECT DESCRIPTION
The City of Santa Clarita, located in northern Los Angeles County approximately twenty miles north
of the San Fernando Valley, is approximately 62 square miles and has a population of 213,231. In
May of 2017 the Santa Clarita City Council approved a Purchase & Sale Agreement with Southern
California Edison which authorized the purchase of 16,125 streetlight poles, encompassing 16,210
Edison-owned streetlights. In addition to the streetlights identified as available for sale by Edison,
please note the following:
As part of their initial audit, Edison identified a total of 1,062 existing streetlight poles
located in Santa Clarita and within their inventory which are not available for purchase.
Santa Clarita maintains ownership of 300 decorative streetlights which will be included as
components of the one hundred percent audit, LED conversion and inventorying
components of this proposal.
Santa Clarita maintains ownership of approximately 1,000 highway safety lights, of which an
undetermined number have previously been retrofitted to LED. These lights are expected to
be included as components of the one hundred percent audit, LED conversion and
inventorying components of this proposal.
Edison intends to submit a formal application seeking approval from the California Public Utilities
Commission (PUC) for the sale of Santa Clarita’s Streetlight System in October 2017, with final PUC
approval anticipated in February or March of 2018. Santa Clarita anticipates securing financing for
the acquisition of streetlight assets and retrofit of existing High-Pressure Sodium lights to Light
Emitting-Diode (LED) lighting technology through the sale of tax-exempt bonds.
Santa Clarita is seeking proposals from interested vendors to provide the City with Turnkey
Streetlight Services including:
A one hundred percent (100%) Streetlight Inventory Audit of all Edison streetlights assets
available for purchase by the City of Santa Clarita.
Retro-fit, including recommendation of LED fixtures, purchase and installation of all City
street lighting inclusive of existing agency-owned streetlights and streetlights acquired via
the pending Purchase & Sale Agreement with Edison.
Facilitation of all logistical administration including coordinating streetlight change of
ownership between Edison and the City of Santa Clarita; transition of streetlights from an
LS-1 to an LS-2 LED Tariff, and; all inventory services including tagging all City-owned
streetlights and the development of an inventory database, and; all inventory services
including tagging all City-owned streetlights and the development of an inventory database.
Ongoing third-party operation and maintenance of the City of Santa Clarita’s Streetlight
System.
II. SCHEDULE OF EVENTS
EVENT DATE
Solicitation Advertisement September 27, 2017
Pre-Bid Meeting October 10, 2017 9:00 am
Last Day for Question October 19, 2017
Return of Proposals October 27, 2017
Evaluations of Proposals October 30 - 10, 2017
Interviews (if necessary) November 13 - 17, 2017
Contract Award January 9, 2018
PROPOSAL # LMD-17-18-18
9
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
III. SCOPE OF WORK
A. Turnkey Services
1. Final Valuation, Audit and Lighting Assessment
At a minimum, the selected firm shall:
a.Provide a timeline for and perform a comprehensive GIS/GPS audit of all Southern California
Edison (SCE) and City of Santa Clarita (City) owned streetlights; audit shall include pole type, ID
number, pole age, fixture type/quantity and wattage, and damage assessment.
b.Perform data analyses reconciling audit data with existing City streetlight geo-coded inventory
and SCE LS-1 and LS-2 data to identify LS-1 and LS-2 billing inaccuracies.
c.Assess cut-over costs from the SCE system including fees and physical cut-over requirements (ie:
ID tags, lockouts, fuse kits, etc.)
d.Assist the City with a photometric design of the new LED streetlight system to adequately meet
safe night-time lighting standard. (i.e: selection of distribution types, wattage recommendations,
etc.)
e.Develop a City pole ID numbering system and specify tag characteristics, material and location
on the pole for approval by City.
2 Streetlight Acquisition
This involves assisting the City with the streetlights acquisition approval process through the California
Public Utilities Commission (CPUC). The City transmitted an executed Purchase and Sale Agreement to
SCE in June of 2017. As of the publication of this RFP, SCE is preparing the City’s California Public
Utilities Commission (PUC) streetlight purchase application.
The consultant shall:
a.Provide recommendations and technical support to identify appropriate LED light fixtures to
retrofit existing streetlights including detailed cost estimates.
b.Facilitate transfer of ownership of the streetlights.
c.Provide full support throughout the acquisition process including cutover support and
documentation.
The City will review the costs to upgrade streetlight hardware, and the costs for the consultant to
manage the improvements, develop ownership strategy, and manage the streetlight circuit cutovers.
3. Streetlight Conversion to LED
The consultant will coordinate all efforts associated with the design of a complete project to retrofit
existing HPS light fixtures to LED light fixtures.
a.Conduct final review of all energy savings and construction cost estimates with the City to
ensure accuracy and compliance.
b.Purchase City approved luminaires from a vendor authorized by the fixture manufacturer.
Contractor shall warrant all labor and replace defective luminaires and parts thereof for a period
of one year from the date of project acceptance.
c.Manage deliveries and staging of material, this should include any secured storage
considerations.
d.Provide traffic control plans as necessary to be reviewed and approved by the City and obtain all
required no-fee encroachment permits. It is anticipated that most work zones will be
established using standard lane closure treatments and not require individual traffic control
PROPOSAL # LMD-17-18-18
10
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
plans. In situations where more complex traffic patterns exist, custom traffic control plans may
be required.
e.Participate in the development of community outreach and notification plans with the City’s
Public Information Officer to ensure project awareness and minimize neighborhood disturbance.
This process to include installation of demo fixtures at one or more locations to be determined
by City representative.
f.Facilitate proper disposal of waste material including old fixtures. All excess property for this
project shall become the property of the contractor and shall be disposed as necessary in a
manner that meets the City’s Construction and Demolition Materials Management Plan
(Attachment D) and all other requirements for disposal of hazardous waste materials. The
contractor shall maintain a manifest of all disposed fixtures from the project documenting the
proper disposal of all fixtures. A copy of the manifest shall be submitted to the City for our
records at the completion of retrofit process.
g.During installation, comply with all requirements to ensure replacement LED fixtures receive SCE
incentives and are accurately billed to the LS-2 tariff. The contractor shall verify all billing
adjustments and coordinate inspection of fixtures with SCE as required.
h.Install replacement fixtures. Provide all necessary equipment, hardware, adapters and any
other materials necessary for a quality installation. Ensure installation quality, compliance with
project schedule and proper disposal and/or recycling of old fixtures.
i.Contractor shall provide quality assurance staff to inspect final work and correct any “punch list”
items identified. The quality assurance staff shall coordinate with City staff to ensure that
appropriate inspection procedures are followed and all repair items are documented and
forwarded to the City. Should it become evident that common errors are being made routinely
as part of the installation, the contractor shall notify the City of the issue and the contractor
shall develop a plan for addressing such issues.
j.Test new LED fixtures to ensure that they work and identify locations where repair needs exist.
k.Train City personnel in all aspects of installation, routine operation, maintenance, and safety of
the LED fixtures installed.
l.Coordinate and attend bi-weekly progress meetings with City staff to review installations,
schedules, work safety, public safety, and waste material handling procedures and requirements
(Construction and Demolition Materials Management Plan). This meeting may take place in
person or via conference call.
4. Replacement Tag Installation
Based on the approved City Tag Numbering System completed as part of the Streetlight Assessment,
contractor to provide the following services:
a.Furnish tags and band-ties.
b.Remove SCE tags. Furnish and install City streetlight numbering tags and record the pole ID
number with location in a central database.
c.Provide City with a web-based streetlight management solution and attribute database
5. Post Installation/Administration
Following City acceptance, contractor to provide the following services.
a.Develop approach and submit required documents for SCE to process all available rebates and
incentives to the City
b.Administer all efforts required to submit and process tariff change from LS-1 to LS-2 and amend
any billing records if needed. The contractor shall coordinate all SCE inspection activities to
authorize tariff change. Provide updated electronic post-construction GIS records for all
PROPOSAL # LMD-17-18-18
11
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
streetlights in the City that include the date of installation, new fixture installed, and updates on
asset condition, as well as confirmation of the City’s pre-conversion data (lamp type, wattage,
pole type, etc.)
B. On-Going Maintenance
1. Services Provided
Contract to maintain all City-owned streetlights for a period not to exceed five years, inclusive of a base
term of three (3) years with two (2) incremental one (1) year renewal options. Maintenance service
contractor shall provide the following services.
a.Possess a valid California State Contractor’s C-10 license throughout the contract term, including
extensions, if any, and shall be experienced performing similar services for similar scope of work
for public agencies.
b.Contractor must be registered with the Department of Industrial Relations 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 unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5. This project is subject to compliance
monitoring and enforcement by the Department of Industrial Relations.
c.Provide the necessary equipment, personnel and infrastructure to maintain the City owned
streetlights throughout the contract term.
d.Provide and administer a customer service center including, at a minimum, a toll free phone
number and website to allow the City and general public to report any streetlight issues (e.g.
outages, knockdowns, etc.)
e.Have qualified and experienced personnel and equipment available to respond to non-
emergency reports of streetlight outages and diagnose and/or repair the malfunction within 5
working days, unless the degree of repair dictates an alternative schedule to be coordinated and
approved by the City on a case-by-case basis.
f.Provide qualified and experienced personnel and equipment for 24-hour on-call/stand-by
personnel to respond to emergency conditions. Personnel must be able to respond on-site to all
emergency call outs within 2 hours. The contractor must provide a consistent, reliable means of
contacting stand-by personnel through the City’s Sheriff’s Department dispatch center. General
circuit outages and individual streetlight burnouts generally would not constitute an emergency
except under extenuating circumstances. Examples of typical emergency response items
include:
a)Streetlight knockdowns (estimated 100 per year)
b)Exposed or damaged wires that constitute a danger to the public as determined by
responding emergency personnel (e.g. Sheriff)
c)Equipment damage that may pose an immediate public danger (e.g. broken and hanging
luminaire/mast arm)
g.Format data and update the City’s GIS mapping system, including unique identifiers of each
asset attribute of the lighting system in a form that is acceptable by the City.
h.Provide an online work order management system that allows the City and the general public to
remotely check on the status of their service requests, download historical maintenance reports, and
view GIS data on a secure website portal.
i.Have or establish within sixty days of award of contract, adequate shop and storage facilities within
sixty miles of Santa Clarita.
PROPOSAL # LMD-17-18-18
12
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
j.Assist the City in processing claims for damage caused by other parties (e.g. insurance claims and
restitution) by providing an itemized list of all relevant information regarding damages and repair
costs as needed to process claims.
k.Provide all administrative services for the warranty enforcement for all fixtures including photo cells
on behalf of the City. Services shall include review of all malfunctions for warranty related problems,
manufacturer contact, processing/rectifying warranty remedy, negotiate remedy with manufacturer
(with City input as needed), and maintaining appropriate records for components to preserve
warranty terms for the duration of the maintenance agreement.
l.Quarterly streetlight system reviews and reports, including a summary of all system activities.
Provide cost for review of all streetlight operations (night check).
m.Respond to and abate graffiti on all streetlight components.
n.Coordinate electrical service repairs/restoration with SCE.
o.Replace all damaged or missing pull box covers.
p.Replace missing pole handhole covers and repair damaged hand hole covers as needed.
q.Replace pole identification tags as needed.
r.Annual painting of portion of steel poles (assume 30 per year) based on City approved priority.
s.Submit request for house side shields to the City for review. Furnish and install shields as authorized
by the City (assume 10 per year).
t.Complete all repairs/replacement of equipment as needed to restore streetlights in cases of a
knockdown. Contractor is expected to maintain an inventory of poles, fixtures and other
appurtenances to complete repairs in a timely and expeditious manner (within 10 working days
unless otherwise approved by the City).
IV. PROPOSAL FORMAT GUIDELINES
A. General
Interested potential proposers are to provide the City of Santa Clarita with a thorough statement of
qualifications and detailed proposal using the following guidelines.
1.Proposal should be typed and contain no more than 50 typed pages using a 12-point font size,
including cover letter and resumes of key people, but excluding Table of Contents, tables, charts
and graphic exhibits. Each proposal will adhere to the following order and content of sections.
Proposal should be straightforward, concise and provide layman explanation of technical terms.
Emphasis should be concentrated on conforming to the RFP instructions, responding to the RFP
requirements, and on providing a complete and clear description of the offer. Proposals which
appear to be unrealistic in terms of technical commitments, lack of technical competence or are
indicative of failure to comprehend the complexity and risk of this contract may be rejected.
2.Five (5) hard copies and one (1) digital file (PDF) on labeled USB flash drive shall be signed by a
company official with the power to bind the company and submitted to the City of Santa Clarita.
One (1) copy of each cost proposal shall be submitted in a sealed envelope as outlined below.
3.Proposals are due to the City no later than 11:00 am October 27, 2017. The complete proposal
package, including all attachments and requisite copies, should be sealed and marked “Proposal
for Streetlight Acquisition, LED Retrofit, and Maintenance Services” and delivered to City of
Santa Clarita City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355.
B. Cover Letter
Proposals shall include a letter signed by a principal or authorized representative who can make legally
binding commitments for the company and contain the following:
1.Identification of consultant, including name, address and telephone number.
PROPOSAL # LMD-17-18-18
13
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
2.Name, title, address, telephone number and email address of contact person during period of
proposal evaluation.
3.A short synopsis of the Proposer’s approach to completing tasks, delivering final products and
ongoing maintenance strategy.
C. Statement of Qualifications
The proposal should describe the qualifications of the firm in both staffing and experience in a manner
that demonstrates competence to perform these requested services.
1.Profile of the firm’s experience. Include resumes of project team/sub-contractors that outline
their technical and design experience. At a minimum, this should include the project
manager/principal agent, associates in charge when project manager/principal agent is
unavailable, key personnel, firm size, and an organization chart identifying only those who will
perform work for the proposed project.
2.For your proposal to be considered, the firm must meet these minimum qualifications.
Contractor to have verifiable experience completing similar LED retrofit installation projects
and/or managing municipal streetlight maintenance operations for at least three separate public
agencies over the past two years. Project information to be provided on References Sheet and
should include project description, year completed, client name, along with a person to contact
and their telephone number.
D. Project Understanding
Proposal shall include a statement outlining the proposer’s understanding of the scope of work.
1.Provide a narrative which addresses the scope of work and shows understanding of the needs
and requirements of the City of Santa Clarita.
2.Describe the approach to completing the tasks specified in the scope of work. The work plan
shall be of such detail to demonstrate the proposer’s ability to accomplish the project
objectives.
3.Identify methods that proposer will use to ensure quality control as well as budget and schedule
control for the project.
4.Identify any special issues, problems or risks that are likely to be encountered in this project and
how the proposer would recommend addressing them.
E. Tasks/Schedule
Proposal shall include a detailed schedule which lists milestones and estimated completion dates of
each of the tasks identified.
1.Sequentially outline the activities that would be undertaken in completing the tasks and specify
who would perform them.
2.Furnish a project schedule for completing the tasks in terms of elapsed weeks from the project
commencement date.
F. Cost Proposal
See Exhibit A for Cost Proposal Template A and B.
G. Evaluation and Award
Proposal Evaluation and Consultant Selection. An evaluation panel comprised of representatives from the
requesting department will evaluate all proposals to determine responsiveness to the RFP. The panel will
recommend the selection of the responsible Proposer whose proposal is most advantageous to the City.
Accordingly, the City may not necessarily make an award to the Proposer with the highest technical ranking
PROPOSAL # LMD-17-18-18
14
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
nor award to the Proposer with the lowest Price Proposal if doing so would not be in the overall best interest
of the City.
The overall criteria listed below are listed in relative order of importance. As proposals are considered by the
City to be more equal in their technical merit, the evaluated cost or price becomes more important so that
when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor.
1.The City maintains the option to award to multiple vendors per Cost Proposal Sheets.
2.Contract will be awarded based on the following criteria (in order of importance):
qualifications, references & related experience, understanding of project, task outline & schedule.
3.Proposals will be reviewed and evaluated prior to opening of sealed cost proposals.
During the selection process, the evaluation panel may wish to interview bidders with scores above a natural
break. Should an interview process take place the results of the interview will carry great weight in the
selection process. The City reserves the right to make a selection solely on the basis of the proposals
without further contact.
PROPOSAL # LMD-17-18-18
15
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
C.SAMPLE CONTRACT
MAINTENANCE AGREEMENT (SAMPLE)
BETWEEN
THE CITY OF SANTA CLARITA AND
FOR
THIS MAINTENANCE AGREEMENT (“Agreement”) is made by and between the CITY OF SANTA
CLARITA, a general law city and municipal corporation (“CITY”) and , (“CONTRACTOR”).
The Parties agree as follows:
1.CONSIDERATION.
A.As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE
OF SERVICES, below; and
B.As additional consideration, CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
C.As additional consideration, CITY agrees to pay CONTRACTOR on a basis an
amount set forth in the attached Exhibit “,” which is incorporated by reference, for
CONTRACTOR’s services. CITY will pay such amount promptly, but not later than thirty
(30) days after receiving CONTRACTOR’s invoice.
2.TERM. The term of this Agreement will be from , 20, to , 20. The
Agreement may be renewed upon mutual consent of the parties.
3.SCOPE OF SERVICES.
A.CONTRACTOR will perform services listed in the attached Exhibit “.”
B.CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials, equipment,
printing, vehicles, transportation, office space and facilities, and all tests, testing and
analyses, calculation, and all other means whatsoever, except as herein otherwise
expressly specified to be furnished by CITY, necessary or proper to perform and
complete the work and provide the professional services required of CONTRACTOR by
this Agreement.
4.PREVAILING WAGES.
A.If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by AB975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR
must pay its workers prevailing wages. It is CONTRACTOR’s responsibility to interpret
and implement any prevailing wage requirements and CONTRACTOR agrees to pay any
penalty or civil damages resulting from a violation of the prevailing wage laws. In
accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY’s Engineering Division or the website for State of
. A copy of the
California Prevailing Wage Determination at www.dir.ca.gov/DLSR/PWD
prevailing rate of per diem wages must be posted at the job site.
B.If this contract is subject to state prevailing wage requirements of the California Labor
Code including Sections 1770 and 1773, and the City’s California Department of
PROPOSAL # LMD-17-18-18
16
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Industrial Relations (DIR) approved Labor Compliance Program. All covered work
classifications required in performance of this contract will be subject to prevailing wage
provisions. The Contractors and its subcontractors shall pay not less than the state wage
rates. Contractor shall further adhere to the requirements contained in the City of Santa
Clarita’s Labor Compliance Program. A copy of the Labor Compliance Program is
available for review upon request at the Office of the City Clerk. All pertinent state
statues and regulations, including, but not limited to those referred to in this contract and
in the City’s Labor Compliance Program, are incorporated herein as though set forth in
their entirety. Additionally, the Contractor is responsible for obtaining a current edition of
all applicable state statues and regulations and adhering to the latest editions of such.
C.Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act (INA),
which includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of
anyone to be hired, which includes completing the Employment Eligibility Verification
Form(I-9). The Contractor shall establish appropriate procedures and controls so no
services or products under the Contract Documents will be performed or manufactured
by any worker who is not legally eligible to perform such services or employment.
5.FAMILIARITY WITH WORK.
A.By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
i.Thoroughly investigated and considered the scope of services to be performed;
and
ii.Carefully considered how the services should be performed; and
iii.Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
B.If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has
or will investigate the site and is or will be fully acquainted with theconditions there
existing, before commencing the services hereunder. Should CONTRACTOR discover
any latent or unknown conditions that may materially affect the performance of the
services, CONTRACTOR will immediately inform CITY of such fact and will notproceed
except at CONTRACTOR’s own risk until written instructions are received from CITY.
6.INSURANCE.
A.Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth below:
Type of InsuranceLimits (combined single)
Commercial general liability:$1,000,000
Business automobile liability$1,000,000
Workers compensationStatutory requirement
PROPOSAL # LMD-17-18-18
17
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
B.Commercial general liability insurance will meet or exceed the requirements of ISO-CGL
Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a
combined single limit per occurrence for bodily injury, personal injury, and property
damage for the policy coverage. Liability policies will be endorsed to name City, its
officials, and employees as “additional insureds” under said insurance coverage and to
state that such insurance will be deemed “primary” such that any other insurance that
may be carried by City will be excess thereto. Such insurance will be on an “occurrence,”
not a “claims made,” basis and will not be cancelable or subject to reduction except upon
thirty (30) days prior written notice to City.
C.Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
D.CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance requiredunder this Agreement, endorsements
as required herein, and such other evidence of insurance or copies of policies as may be
reasonably required by City from time to time. Insurance must be placed with insurers
with a current A.M. Best Company Rating equivalent to at least a Rating of “A:VII.”
Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any
cancellation of coverage. CONTRACTOR will require its insurer to modify such
certificates to delete any exculpatory wording stating that failure of the insurer to mail
written notice of cancellation imposes no obligation, and to delete the word “endeavor”
with regard to any notice provisions.
E.Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required
bythis Agreement, City may obtain such coverage at CONTRACTOR’s expense and
deduct the cost of such insurance from payments due to CONTRACTOR under this
Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the
insurance requirements under this agreement,
F.City may cancel the Agreement immediately with no penalty.
G.Should Contractor’s insurance required by this Agreement be cancelled at any point prior
to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of
notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage
that meets all contractual requirements within 10 days of the prior insurer’s issuance of
notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage.
7.TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until:
A.CONTRACTOR furnishes proof of insurance as required under Section 6of this
Agreement; and
B.CITY gives CONTRACTOR a written Notice to Proceed.
C.Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR’s own risk.
8.TERMINATION.
A.CITY may terminate this Agreement at any time with or without cause.
B.CONTRACTOR may terminate this Agreement upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
C.Should the Agreement be terminated pursuant to this Section, CITY may procure on its
PROPOSAL # LMD-17-18-18
18
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
own terms services similar to those terminated.
D.By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY’s termination under this Section.
9.INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney’s fees), injuries, or liability, arising out of the
performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or should any
claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of services
rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY’s request and with
counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums
paid out in settlement or costs incurred in defense otherwise.
10.INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree thatCONTRACTOR will act as
an independent contractor and will have control of all work and the manner in which is it performed.
CONTRACTOR will be free to contract for similar service to be performed for other employers while under
contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate
in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision
in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of
doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow
the direction of the CITY as to end results of the work only.
11.NOTICES.
A.All notices given or required to be given pursuant to this Agreement will be in writing and
may be given by personal delivery or by mail. Notice sent by mail will be addressed as
follows:
To CITY:City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:Name
Address
City
B.When addressed in accordance with this paragraph, notices will be deemed given upon
deposit in the United States mail, postage prepaid. In all other instances, notices will be
deemed given at the time of actual delivery.
C.Changes may be made in the names or addresses of persons to whom notices are to be
given by giving notice in the manner prescribed in this paragraph.
12.TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer
Identification Number.
13.WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term,
covenant, or condition contained in this Agreement, whether of the same or different character.
14.CONSTRUCTION. The language of each part of this Agreement will be construed simply and
according to its fair meaning, and this Agreement will never be construed either for or against either party.
15.SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be
invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion
PROPOSAL # LMD-17-18-18
19
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
of the court to render such portion enforceable and, as so modified, such portion and the balance of this
Agreement will continue in full force and effect.
16.CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and will not affect the interpretation of this Agreement.
17.WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any
other provision, nor will such waiver constitute a continuing waiver.
18.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the
laws of the State of California, and exclusive venue for any action involving this agreement will be in Los
Angeles County.
19.AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval
and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed
by the City Manager. The Parties represent and warrant that all necessary action has been taken by the
Parties to authorize the undersigned to execute this Agreement and to engage in the actions described
herein. This Agreement may be modified by written agreement. CITY’s City Manager may execute any
such amendment on behalf of CITY.
20.ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements
ancillary to this Agreement, and related documents to be entered into in connection with this Agreement
will be considered signed when the signature of a party is delivered by facsimile transmission. Such
facsimile signature will be treated in all respects as having the same effect as an original signature.
21.EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any
provision of this Agreement, its attachments, the purchase order, or notice to proceed,the provisions of this
Agreement will govern and control.
22.FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion,
war, terrorist act,embargo, government action, civil or military authority, the natural elements, or other
similar causes beyond the Parties’ control, then the Agreement will immediately terminate without
obligation of either party to the other.
23.ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement
between CONTRACTOR and CITY respecting _____ maintenance. To the extent that there are
additional terms and conditions contained in Exhibit “” that are not in conflict with this Agreement,
those terms are incorporated as if fully set forth above. There are no other understandings, terms or
other agreements expressed or implied, oral or written.
24.CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and
regulations including, without limitation, CITY’s conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
PROPOSAL # LMD-17-18-18
20
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By:Sample Only –Do Not Sign
Print Name& Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
PROPOSAL # LMD-17-18-18
21
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
REFERENCES
PROPOSAL # LMD-17-18-18
Streetlight Turnkey Services
City of Santa Clarita, California
For your proposal to be considered, the firm must meet minimum qualifications. Contractor to have
verifiable experience completing similar LED retrofit installation projects and/or managing municipal
streetlight maintenance operations for at least three separate public agencies over the past two years.
Project information to be provided on References Sheet and should include project description, year
completed, client name, along with a person to contact and their telephone number
1. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
2. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
3. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
PROPOSAL # LMD-17-18-18
22
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DOCUMENTS CHECKLIST
PROPOSAL # LMD-17-18-18
Streetlight Turnkey Services
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
DO NOT send more information than is requested.
DO send the REQUESTED information.
Request for Proposal Invitation page filled out
Any addendum published through Planetbids – signed form and acknowledgement through
planet bids
Reference Page
Required certificates/licenses (see Statement of Work and Format)
All items requested in the Scope of Work
PROPOSAL # LMD-17-18-18
23
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E1
TC TNOMLEB
0.40.50.30.00.0
0.5
0.5
0.25
0.1
1
1
1.11.60.40.10.0
0.5
0.25
0.1
1
1
0.71.30.50.20.10.0
0.5
0.1
0.25
1
0.1
0.5
0.5
0.25
0.50.50.30.20.1
0.1
0.25
0.25
0.25
0.5
0.25
0.20.30.50.50.4
0.5
0.1
0.1
0.5
1
0.25
0.5
1
0.25
0.1
0.10.20.52.01.0
0.1
1
0.51
0.250.5
0.1
0.25
1
0.1
0.00.10.31.00.70.2
0.5
0.25
0.5
0.1
0.25
0.5
0.1
V
0.00.20.40.30.1
A
0.25
K
0.25
0.1
O
0.1
O
0.25
R
0.00.10.20.20.0
B
122
L
0.1
I
Wattage
0.1
H
P
0.7
Factor
Light Loss
0.00.00.10.10.0
0.1
0.1
9000
Lamp
Lumens Per
0.00.00.00.00.00.0
FilenameLight.ies
0.00.10.10.10.0
1Existing 100W Pole
0.1
Lamps
Number
0.1
0.1
0.1
0.00.20.20.10.0
0.1
LampBD17, HORZ
0.25
0.25
0.1
0.00.10.30.30.2
0.25
0.5
0.25
0.1
0.5
0.5
Description
0.00.20.70.90.3
1
0.25
0.1
0.50.5
1
1
0.00.21.22.20.4
M2AC10M___GMC3_M-250A2 POWR DOOR CUTOFF1; 100W HPS, CLEAR
SOLUTIONSwww.gelightingsolutions.com
0.3 fc2.2 fc0.0 fcN/AN/A0.1:1
3GE LIGHTING
Y
W
E
N SymbolAvgMaxMinMax/MinAvg/MinAvg/Max
A
L
K
R
A
P
A
LabelQuantityManufacturerCatalog Number
Symbol
Statistics Description Luminaire Schedule
Calc Zone #1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E2
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.25
0.1
0.1
0.1
0.25
0.25
0.1
0.25
0.25
0.25
0.1
0.1
0.5
0.5
0.25
0.25
0.5
0.1
0.25
0.1
0.25
TC TNOMLEB
0.5
0.51
0.1
1
0.5
0.1
0.5
0.25
0.25
0.1
0.25
1
1
0.1
0.5
0.25
1
0.40.50.30.10.0
1
0.5
0.5
0.5
0.5
0.1
0.25
0.1
0.5
0.25
1
1
0.1
0.25
0.25
0.5
0.1
0.25
0.5
1
0.31.00.60.20.1
0.5
0.5
0.5
0.1
0.25
0.25
0.5
0.1
0.5
0.1
0.25
0.25
0.25
0.25
0.1
0.5
0.11.00.50.20.10.0
0.25
0.1
0.5
0.25
0.25
0.1
0.25
0.25
0.1
0.25
0.1
0.1
0.5
0.50.50.40.20.0
0.5
0.25
0.1
0.1
0.10.1
0.1
0.25
0.1
0.25
0.5
0.20.40.50.50.1
0.25
0.50.5
0.25
0.10.30.51.10.1
0.25
0.5
1
0.5
0.25
0.10.20.50.80.50.0
0.25
0.5
0.5
0.25
0.5
0.25
V
0.10.30.40.40.1
A
K
0.25
0.25
O
O
0.25
R
0.10.10.20.20.1
B
L
I
H
P
0.00.10.10.10.1
0.00.10.10.10.10.0
31
Wattage
0.10.10.10.10.0
0.9
LLF
Lumens
3999.916
per Lamp
1
0.25
Lamps
0.10.10.30.20.0
Number
0.25
0.25
0.10.20.40.30.0
LampLED
0.25
0.25
0.5
0.5
0.3:1
Avg/Max
0.10.30.60.60.0
3.0:1
Avg/Min
0.250.25
0.50.5
11.0:1
Max/Min
0.10.40.70.90.0
DescriptionEvolve LED Roadway Streetlight-ERL1
Min
0.1 fc
Max
1.1 fc
Avg
0.3 fc
Catalog NumberERL1_04C340_____-120--277V
Y 3
W
E
Symbol
N
A
L QTY
K
R
A
P
A
Label
Symbol
Statistics Description Luminaire Schedule
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E3
0.20.50.50.20.1
0.25
0.50.25
0.5
0.1
1
1
0.31.41.00.30.10.0
1
0.5
0.5
0.25
0.1
0.20.60.60.20.10.0
0.5
0.5
0.25
0.25
0.1
0.25
0.10.20.30.20.10.0
0.25
.
0.1
R
0.1
D
0.10.10.10.10.10.0
Y
E
L
0.1
L
0.1
A
V
0.00.10.10.10.10.0
0.1
Y
P
0.1
P
A
H
0.00.00.10.10.10.0
0.1
0.1
0.1
0.1
0.00.00.10.10.10.0
0.1
0.1
0.10.10.10.20.10.0
G
R
E
E
N
M 0.1
I
L
L
0.1
A
V
E
.
0.25
0.25
0.10.20.30.30.10.0
0.25
0.1
0.5
0.5
0.25
0.25
0.10.41.10.40.10.0
0.5
0.5
0.1
11
122
0.25
Wattage
0.25
0.7
LLF
0.5
0.20.71.50.70.50.20.1
11
0.1
9000
Lumens
per Lamp
0.25
1
0.5
0.25
0.5 Lamps
Number
0.10.30.60.50.30.1
0.1
0.5
0.25
0.25
0.10.20.40.30.20.1
Lamp1; 100W HPS, CLEAR BD17, HORZ
0.1
0.25
0.25
0.1
0.10.20.40.40.30.1
0.5
0.1
0.25
0.25
0.3:1
0.5
Avg/Max
0.5
0.1
0.10.30.80.70.30.1
N/A
DescriptionM-250A2 POWR DOOR CUTOFF
Avg/Min
0.1
0.25
1
N/A
0.25
1
Max/Min
0.5
0.5
Min
0.0 fc
0.10.41.51.00.30.1
1
Max
1.5 fc
Catalog NumberM2AC10M___GMC3_
0.1
1
0.25
0.25
Avg
0.4 fc
0.5 3
QTY
0.5
0.1
Symbol
0.5
0.10.20.50.50.20.1
A
Label
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E4
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.10.1
0.1
0.1
0.25
0.1
0.1
0.25
0.25
0.25
0.1
0.1
0.25
0.25
0.00.40.50.20.1
0.1
0.5
0.25
0.5
0.5
0.1
0.1
0.1
0.25
0.5
0.1
0.1
0.25
0.25
0.25
0.50.25
0.5
0.5
0.5
0.25
0.5
0.1
0.00.70.60.30.10.1
1
1
0.1
0.25
0.1
0.1
0.5
0.1
0.1
0.5
0.25
0.25
0.250.25
0.5
0.5
1
0.5
0.5
0.251
0.1
0.00.40.50.30.10.1
0.5
0.1
0.25
0.1
0.1
0.1
0.5
0.25
0.1
0.25
0.5
0.25
0.25
1
1
0.5
0.250.5
0.1
0.5
0.00.20.30.20.10.0
0.25
0.25
0.1
0.25
0.1
0.5
0.1
0.1
0.1
0.25
0.25
.
0.25
R
0.1
D
0.25
0.25
0.25
0.00.10.20.10.10.00.1
0.1
Y
0.1
0.25
0.1
0.1
E
L
L
0.1
0.1
A
V
0.1
0.1
0.1
0.00.10.10.10.10.0
Y
0.1
P 0.1
0.1
P
A
0.1
H
0.1
0.1
0.1
0.1
0.00.00.10.10.10.0
0.1
0.1
0.00.10.10.20.10.1
0.1
0.1
0.1
0.00.10.20.20.10.1
G
R
E
E
N
M
I 0.25
L
L
A
V
E
.
0.25
0.1
0.1
0.00.10.30.30.20.1
0.25
0.25
0.1
0.5
0.5
0.25
0.1
0.00.10.70.40.20.1
0.5
0.25
0.1
0.25
0.5
31
Wattage
0.00.10.90.50.30.1
0.9
LLF
0.5
0.25
0.1
0.25
0.5
Lumens
3999.916
per Lamp
0.00.10.60.40.30.1
1
Lamps
Number
0.5
0.25
0.1
0.25
0.00.10.40.40.30.1
LampLED
0.25
0.1
0.25
0.00.10.40.50.30.1
0.5
0.25
0.5
0.25
0.1
0.3:1
Avg/Max
0.00.10.50.60.30.1
0.5
3.0:1
DescriptionEvolve LED Roadway Streetlight-ERL1
Avg/Min
0.25
0.5
9.0:1
0.25
0.1 Max/Min
Min
0.1 fc
0.00.00.70.60.40.2
0.5
Max
0.9 fc
Catalog NumberERL1_04C340_____-120--277V
0.5
0.25
Avg
0.25
0.3 fc
3
QTY
0.1
0.5
Symbol
0.00.00.40.50.30.1
B
Label
Symbol
Luminaire Schedule
StatisticsDescription
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E5
A
R
R
0.0
O
D
N
A
A
I
0.10.00.00.0
0.1 V
0.1
0.1
0.20.10.10.10.00.0
0.25
0.25
0.1
0.1
0.25
0.1
0.5
0.5
0.70.50.20.10.10.10.00.00.0
0.1
0.25
0.5
0.5
1
1
0.1
A
D
0.51.61.00.30.20.20.20.10.10.00.00.0
0.1
A
0.25
10.5
N
O
0.5
R
1
.
0.1
D
V
A
0.5
0.1
0.25
0.25
0.50.50.40.30.20.20.20.30.30.10.10.10.00.0
0.25
0.1
0.25
0.25
0.25
0.25
0.50.1
0.25
0.5
0.1
0.1
0.25
0.1
0.10.10.10.20.50.80.60.30.20.10.10.10.00.0
0.10.5
0.25
0.1
0.1
0.1
0.10.1
0.5
0.1
1
0.1
1
0.25
0.5
0.20.51.61.10.40.20.20.10.20.10.2
0.25
1
0.25
0.1
0.50.25
0.25
1
0.25
0.5
0.25
0.5
0.25
0.5
0.5
0.1
0.25
0.40.40.20.20.30.20.40.60.50.3
0.5
0.25
0.25
1
0.25
0.25
0.1
1
0.5
1
0.5
0.1
0.10.10.20.20.41.51.50.4
0.1
0.10.1
0.1
1
1
0.25
0.5
0.5
0.1
0.25
0.5
0.00.10.30.50.50.2
122
Wattage
0.7
LLF
9000
Lumens
per Lamp
1
Lamps
Number
Lamp1; 100W HPS, CLEAR BD17, HORZ
0.3:1
Avg/Max
N/A
DescriptionM-250A2 POWR DOOR CUTOFF
Avg/Min
N/A
Max/Min
Min
0.0 fc
Max
1.6 fc
Catalog NumberM2AC10M___GMC3_
Avg
0.4 fc
3
QTY
Symbol
A
Label
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E6
A
R
R
0.0
O
D
N
A
0.1
A
0.1 I
0.10.10.10.0
V
0.1
0.1
0.25
0.25
0.30.30.10.10.10.1
0.1
0.25
0.1
0.1
0.25
0.50.40.30.20.10.10.10.10.0
0.1
0.5
0.5
0.1
0.25
A
0.5
0.1
D
0.20.90.60.30.20.20.20.20.10.10.10.0
A
N
0.25
0.50.1
O
0.5
R
.
D
V
0.25
0.25
A
0.25
0.25
0.10.25
0.1
0.25
0.25
0.10.20.30.20.20.30.30.30.30.20.10.10.0
0.1
0.25
0.25
0.1
0.25
0.1
0.1
0.1
0.50.5
0.1
0.25
0.10.10.10.20.50.60.50.30.20.10.10.10.10.10.10.1
0.1
0.1
0.1
0.25
0.5
0.25
0.1
0.5
0.25
0.00.10.80.70.40.30.20.20.20.30.2
0.25
0.25
0.5
0.25
0.1
0.25
0.5
0.25
0.25
0.25
0.1
0.25
0.10.20.30.30.30.30.30.50.40.3
0.5
0.25
0.5
0.25
0.10.25
0.5
0.1
0.25
0.5
0.5
0.10.10.10.20.30.50.90.90.4
0.25
0.10.5
0.5
0.250.25
0.1
0.25
0.1
0.1
0.1
0.1
0.10.10.10.10.10.1
31
0.1
0.1
Wattage
0.1
0.1
0.1
0.9
LLF
0.1
Lumens
3999.916
per Lamp 0.1
0.1
0.1
0.1
1
Lamps
Number
0.1
0.1
0.1
0.25
0.25
0.1
0.25
0.25
0.1
0.25
LampLED
0.250.5
0.1
0.25
0.1
0.1
0.5
0.25
0.5
0.5
0.5
0.25
0.1
0.25
1
0.25
0.1
0.5
1
0.1
0.1
0.25
0.5
0.3:1
0.5
Avg/Max
0.5
1
0.25
0.1
0.25
3.0:1
DescriptionEvolve LED Roadway Streetlight-ERL1
Avg/Min 1
0.5
0.25
0.1
0.1
0.1
0.25
9.0:1
0.5
0.5
Max/Min
0.5
Min
0.25
0.1 fc
0.1
0.25
Max
0.9 fc
0.25
Catalog NumberERL1_04C340_____-120--277V
0.1
0.25
0.1
0.1
0.25
Avg
0.3 fc
3
QTY
0.25
0.25
0.1
Symbol
B
Label
0.1
0.1
0.1
0.1
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
0.1
0.1
0.1
0.1
0.1
0.1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E7
.
R
D
S
L
L
A
F
R
A
D
0.00.00.00.10.20.40.4
E
0.1
0.5
0.1
C
0.1
0.1
0.25
0.5
0.25
1
0.1
0.1
0.1
0.1
0.25
0.40.40.20.10.00.00.10.10.20.30.20.10.00.00.00.10.31.21.5
1
0.25
0.5
0.25
0.5
0.25
0.1
0.1
0.1
0.5
0.25
0.5
0.25
0.1
1
1
0.5
0.25
0.1
0.1
1.41.40.40.20.10.10.10.20.61.00.40.20.10.10.10.20.30.70.8
1
0.5
0.5
0.5
0.1
0.250.25
1
0.25
0.1
10.5
0.5
0.25
0.1
1
0.25
0.25
0.70.70.40.20.20.20.20.30.91.40.60.20.10.10.10.20.20.30.2
1
0.50.5
0.25
1
0.250.5
.E
VA
E
LA
0.5 D
NA
BU
0.25
0.1
0.1
0.5
0.250.1
0.5
0.1
0.25
0.25
0.20.20.20.20.20.20.20.20.30.50.30.20.20.10.10.10.10.10.0
0.1
0.25
0.25
0.1
0.250.1
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.1
0.00.00.00.00.10.10.10.10.10.10.10.10.10.10.10.10.0
122
Wattage
0.7
LLF
9000
Lumens
per Lamp
1
Lamps
Number
Lamp1; 100W HPS, CLEAR BD17, HORZ
0.3:1
Avg/Max
N/A
DescriptionM-250A2 POWR DOOR CUTOFF
Avg/Min
N/A
Max/Min
Min
0.0 fc
Max
1.6 fc
Catalog NumberM2AC10M___GMC3_
Avg
0.4 fc
3
QTY
Symbol
A
Label
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E8
.
R
D
S
L
L
A
F
R
A
D
0.00.00.00.00.00.00.0
E
0.1
C
0.25
0.1
0.25
0.5
0.1
0.00.00.00.00.00.00.00.00.00.00.00.00.00.00.00.10.10.50.9
0.1
0.1
0.5
0.1
0.25
0.1
0.25
0.1
0.1
0.25
0.1
0.1
0.1
0.5
0.1
0.25
0.1
0.1
0.1
0.5
0.25
0.1
0.25
0.25
0.70.80.40.20.10.10.10.10.20.30.20.10.10.10.10.20.30.60.5
0.5
0.1
0.5
0.25
0.1
0.25
0.25
0.5
0.25
0.25
0.5
0.5
0.25
0.50.50.40.30.20.20.20.30.60.70.50.30.20.10.20.20.20.250.30.3
0.5
0.5
0.25
0.25
0.25
0.5
.
EV
A
EL
A
DN
AB
U
0.5
0.25
0.25
0.25
0.25
0.30.30.20.20.20.20.20.20.30.40.30.20.20.10.10.10.10.10.1
0.25
0.25
0.1
0.1
0.1
0.1
0.25
0.1
0.25
0.1
0.1
0.1
0.1
0.10.1
0.10.10.10.10.10.10.10.10.20.20.20.10.10.10.10.10.1
31
0.1
0.1
Wattage
0.1
0.1
0.1
LLF0.9
0.1
Lumens
3999.916
0.1
per Lamp 0.1
0.1
0.1
1
Lamps
Number
0.1
0.1
0.1
0.25
0.25
0.1
0.25
0.25
0.1
0.25
LampLED
0.250.5
0.1
0.25
0.1
0.1
0.5
0.25
0.5
0.5
0.5
0.25
0.1
0.25
1
0.25
0.1
0.5
1
0.1
0.1
0.25
0.5
0.3:1
0.5
Avg/Max
0.5
1
0.25
0.1
0.25
3.0:1
DescriptionEvolve LED Roadway Streetlight-ERL1
Avg/Min 1
0.5
0.25
0.1
0.1
0.1
0.25
9.0:1
0.5
0.5
Max/Min
0.5
Min
0.25
0.1 fc
0.1
0.25
Max
0.9 fc
0.25
Catalog NumberERL1_04C340_____-120--277V
0.1
0.25
0.1
0.1
0.25
Avg
0.3 fc
3
QTY
0.25
0.25
0.1
Symbol
B
Label
0.1
0.1
0.1
0.1
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
0.1
0.1
0.1
0.1
0.1
0.1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E9
.
T
C
T
S
E
R
C
R
E
D
L
U
O
B
0.61.40.4
1
1
0.5
0.5
0.25
0.25
0.1
0.91.70.40.1
1
1
0.5
0.5
0.25
0.25
0.1
0.50.60.30.1
0.5
0.5
.
0.25
R
0.25
D
0.1
T
0.30.40.30.1
S
E
0.250.25
R
C
0.1
C
0.40.40.20.0
I
0.5
P
M
0.25
Y
0.5
L
0.1
0.5
O
0.50.90.50.20.0
1
0.25
1
0.1
0.5
1
1.02.00.50.1
1
0.25
0.1
1
0.5
0.50.80.40.1
0.5
0.25
0.5
0.1
0.20.30.30.1
0.25
0.25
0.1
0.20.30.40.1
.
0.25
T
C
T
S
E
R
0.25
C
S
E
L
G
0.1
A
E
122
Wattage
0.30.40.40.1
0.5
LLF0.7
0.25
0.1
0.5
9000
Lumens
per Lamp
0.5
0.51.10.40.1
1
1
1
Lamps
Number
0.25
0.1
0.5
1
0.92.10.60.1
1
0.25
0.1
1
0.5 Lamp1; 100W HPS, CLEAR BD17, HORZ
0.5
0.40.60.40.1
0.2:1
Avg/Max
5.0:1
DescriptionM-250A2 POWR DOOR CUTOFF
Avg/Min
21.0:1
Max/Min
Min
0.1 fc
Max
2.1 fc
Catalog NumberM2AC10M___GMC3_
Avg
0.5 fc
3
QTY
Symbol
A
Label
Symbol
Luminaire Schedule
StatisticsDescription
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
E10
.
T
C
T
S
E
R 0.1
0.1
C
0.1
R
0.1
E
0.1
0.1
D
L
U
0.1
O
B
0.1
0.1
0.1
0.1
0.10.90.4
0.25
0.25
0.25
0.25
0.25
0.1
0.25
0.1
0.5
0.50.1
0.25
0.1
0.1
0.25
0.21.00.50.2
0.25
0.5
0.50.25
0.25
0.5
0.5
0.1
0.10.5
0.250.1
0.5
0.25
0.10.250.1
1
0.5
10.25
0.30.60.30.1
0.5
0.5
0.25
0.25
0.5
.
0.5
0.1
0.25
0.1
1
0.50.1
0.25
R
1
1
0.25
0.1
D 0.1
0.5
0.25
T
0.5
0.40.50.20.1
0.5
1
S
0.5
0.25
0.25
E
0.1
0.250.25
0.1
R
0.5
0.25
0.1
C
0.1
0.25
0.1
0.5
0.5
C
0.50.40.20.1
I
0.25
0.25
P
0.1
0.25
0.1
M
0.25
0.25
0.5
0.25
0.5
Y 0.25
0.1
0.1
L
0.1
O
0.1
0.10.70.40.20.1
0.25
0.5
0.1
0.25
0.25
0.5
0.1
0.1
0.1
0.1
0.11.10.50.2
0.1
10.1
0.1
0.5
0.1
0.25
0.25
0.5
0.1
0.10.70.40.2
0.5
0.50.25
0.25
0.1
0.10.40.30.2
0.25
0.25
0.1
0.10.40.30.2
.
T
C
T
S
E
R
C 0.250.25
S
E
L
G
A
E
0.1
0.10.50.30.2
0.5
31
0.250.25
Wattage
0.1
0.5
LLF0.9
0.5
0.10.80.40.2
Lumens
3999.916
per Lamp
0.25
0.25
0.1
0.1 1
0.5
Lamps
Number
0.5
0.11.10.50.2
1
0.25
0.25
0.1
0.50.1
0.5
0.10.60.30.2
LampLED
0.4:1
Avg/Max
4.0:1
DescriptionEvolve LED Roadway Streetlight-ERL1
Avg/Min
11.0:1
Max/Min
Min
0.1 fc
Max
1.1 fc
Catalog NumberERL1_04C340_____-120--277V
Avg
0.4 fc
3
QTY
Symbol
B
Label
Symbol
StatisticsDescription Luminaire Schedule
Stat Zone # 1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF
SANTA CLARITA
L ABOR C OMPLIANCE
P ROGRAM
Effective Date of Approval: November 20, 2003
Updated: January 24, 2012
LA #135134 v2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
IMPLEMENTATION PLAN & OPERATIONAL MANUAL
Table of Contents
Section
I. Introduction
II Labor Compliance Program
III. Implementation Plan
IV. Operational Manual
Site Visitation /Interviewing Requirements
V. Procedures
Certified Payroll Verification
Labor Compliance Site Monitoring
VI. Forms
Public Works Contract Award Information (DAS 140)
Training Funds Contributions (CAC 2)
Contractor Fringe Benefit Statement
Certified Payroll Reporting (sample)
DIR Public Works Payroll Reporting Form A-1-131(2-80)
Prevailing Wage Determination (sample)
Rules of Engagement
Labor Compliance Site Visitation Interview Form
Site Visitation Log
Pre-Award Letter (sample)
Post-Award Letter (sample
1st Request for Certified Payrolls Letter (sample)
Missing Documents List
Certified Payroll Worksheet
Certified Payroll Correction Letter (sample)
Report of Action for Prevailing Wage Violations
LA #135134 v2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section I
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
LA #135134 v2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
INTRODUCTION
The City of Santa Clarita (the “City”) institutes this Labor Compliance Program (“LCP”) for the
purpose of identifying and implementing its policy relative to the labor compliance provisions of state
and federally funded public works contracts.
This program is established for those applicable public works that commence construction after November
1, 2003.
California Labor Code Section 1770, et seq., requires that contractors on public works projects pay their
workers based on the prevailing wage rates which are established and issued by the Department of
Industrial Relations, Division of Labor Statistics and Research.
California Labor Code Section 1776 requires contractors to keep accurate payroll records of trades workers
on all public works projects and to submit copies of certified payroll records upon request.
California Labor Code Section 1777.5 requires contractors to employ registered apprentices on public
works projects.
This LCP” contains the labor compliance standards required by state and federal laws, regulations, and
directives, as well as City policies and contract provisions, which include, but are not limited to, the
following:
1.All bid invitations and public works contracts shall contain appropriate language concerning the
requirements of this chapter.
2.A pre-job conference shall be conducted with the contractor and subcontractors to discuss federal and
state labor law requirements applicable to the contract.
3.Contractors’ payment of applicable general prevailing wage rates.
4.Contractors’ employment of properly registered apprentices.
5.Contractors’ providing weekly certified payroll records upon request but not less than monthly.
6.Program’s monitoring City construction sites for the verification of proper payments of prevailing
wage rates and work classification.
7.Program’s conducting pre-job conferences with contractors/subcontractors.
8.Program’s withholding contract payments and imposing penalties for noncompliance.
9.Program’s preparation and submittal of annual reports.
10.Program’s Notice of Labor Compliance Program Approval shall be included in the Call for Bids, in the
contract/purchase order and shall also be posted at the job site.
The Labor Compliance Officer (“LCO”) is the City’s representative for enforcement of the LCP.
Questions regarding the California Labor Code, including issues relating to this LCP, should be directed to
Harry Corder, the City’s Labor Compliance Officer, at (661) 286-4025.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section II
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
LABOR COMPLIANCE PROGRAM
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
TABLE OF CONTENTS
Page
Introduction
I. Public Works Subject to Prevailing Wage Laws......................................1
A. Types of Contracts to Which Prevailing Wage
Requirements Apply......................................................................1
B. Applicable Dates for Enforcement of the LCP...............................1
II. Competitive Bidding on City Public Works Contracts............................2
III. Job Start Meeting........................................................................................2
IV. Review of Certified Payroll Records.........................................................3
A. Certified Payroll Records Required................................................3
B. Apprentices.....................................................................................5
C. Audit of Certified Payroll Records.................................................6
D. Complaints......................................................................................6
E. Review of Certified Payroll Records..............................................7
F. Confirmation of Payroll Records....................................................7
G. Written Summary of Labor Compliance Activities........................7
V. Reporting of Willful Violations to the Labor Commissioner..................8
A. Failure to Comply with Prevailing Wage Requirements................8
B. Falsification of Payroll Records, Misclassification of Work
and/or Failure to Accurately Report Hours of Work......................8
C. Failure to Submit Certified Payroll Records...................................8
D. Failure to Make Employee Payments.............................................8
E. Failure to Pay the Correct Apprentice Rates and/or
Misclassification of Workers as Apprentices.................................8
F. For the Taking of Kick Backs.........................................................8
VI. Enforcement Action....................................................................................8
A. Duty of the Awarding Body...........................................................8
B. Withholding Contract Payments when Payroll
Records are Delinquent or Inadequate............................................9
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
C. Withholding Contract Payments, When After Investigation, It is
Established That Underpayment or Other Violation Has Occurred10
D. Forfeitures Requiring Approval by the Labor
Commissioner...............................................................................10
E. Determination of Amount of Forfeiture by the
Labor Commissioner....................................................................11
F. Deposits of Penalties and Forfeitures Withheld............................12
G. Debarment Policy.........................................................................13
VII. Notice of Withholding and Review Thereof............................................13
A. Notice of Withholding of Contract Payments (NWCP)................13
B. Review of NWCP.........................................................................13
C. Settlement Authority.....................................................................14
VIII. Priority Distribution of Forfeited Sums..................................................15
IX. Outreach Activities...................................................................................15
A. Providing Information to the Public.............................................15
B. In-service Management training on the Labor
Compliance Program....................................................................16
X. Annual Reports.........................................................................................16
A. Annual Report on Prevailing Wage Monitoring
to the City Council........................................................................16
ATTACHMENTS
A. Checklist of Labor Law Requirements for Review at
Job Start Meetings........................................................................17
B. Audit Record Worksheets.............................................................19
C. Request for Approval of Forfeitures (suggested format)..............23
D-1. Notice of Temporary Withholding of Contract Payments Due to
Delinquent of Inadequate Payroll Records...................................25
D-2. Notice of Withholding of Contract Payments...............................27
E. Notice of Transmittal....................................................................30
F.Notice of Opportunity to Review Evidence Pursuant
To Labor Code Section 1742(b)...................................................31
G. Prevailing Wage Hearing Regulations,
8 CCR Sections 17201-17270.....................................................34
H. Suggested Single Project Labor Compliance Review and
Enforcement Report Form...........................................................35
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
INTRODUCTION
The City of Santa Clarita institutes this Labor Compliance Program (“LCP”) for the purpose of
implementing its policy relative to the labor compliance provisions of state and federally-funded
public works contracts and specifically to comply with the provisions of Labor Code Section
1771.5. This LCP contains the labor compliance standards required by state and federal laws,
regulations, and directives, as well as City policies and contract provisions.
The California Labor Code Section 1770, et seq. requires that contractors on public works
projects pay their workers based on the prevailing wage rates which are established and issued by
the Department of Industrial Relations, Division of Labor Statistics and Research.
In establishing this LCP, the City adheres to the statutory requirements as enunciated in Section
1771.5(b) of the Labor Code. Further, it is the intent of the City to actively enforce this LCP by
monitoring City construction sites for the payment of prevailing wage rates, and by requiring
contractors and subcontractors having workers on City sites to submit copies of certified payroll
records demonstrating their compliance with the payment of prevailing wage rates.
The failure of the City to comply with any requirement imposed by the California Code of
Regulations shall not of itself constitute a defense to the failure to pay prevailing wages or to
comply with any other obligations imposed by Chapter 1 (commencing with Section 1720), Part
7, Division 2 of the Labor Code.
Should applicable sections of the Labor Code or Title 8 of the California Code of Regulations
undergo alteration, amendment, or deletion, the City will modify the affected portions of this
program accordingly.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
SECTION I
PUBLIC WORKS SUBJECT TO PREVAILING WAGE LAWS
State prevailing wage rates apply to all public works contracts as set forth in Labor Code Sections 1720 et
seq., and include, but are not limited to, such types of work as construction, alteration, demolition, repair,
or maintenance work. The Division of Labor Statistics and Research (DLSR) predetermines the
appropriate prevailing wage rates for particular construction trades and crafts by county.
A.Types of Contracts to Which Prevailing Wage Requirements Apply
Applicable projects under Labor Code Section 1720 et seq.
B. Applicable Dates for Enforcement of the LCP
The applicable dates for enforcement of awarding body Labor Compliance Programs is
established by Title 8, Section 16425 of the California Code of Regulations. Contracts are not
subject to the jurisdiction of the Labor Compliance Program until after the program has received
approval.
1
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
SECTION II
COMPETITIVE BIDDING ON CITY PUBLIC
WORKS CONTRACTS
The City publicly advertises upcoming public works projects to be awarded according to a competitive
bidding process. All City bid advertisements (or bid invitations) and public works contracts shall contain
appropriate language concerning the requirements of the Labor Code.
SECTION III
JOB START MEETING
After the City awards the public works contract, and prior to the commencement of the work, a
mandatory Job Start meeting (Pre-Job conference) shall be conducted by the LCO with the contractor and
those subcontractors listed in its bid documents.
At that meeting, the LCO will discuss the federal and state labor law requirements applicable to the
contract, including prevailing wage requirements, the respective record keeping responsibilities, the
requirement for the submittal of certified payroll records to the City, and the prohibition against
discrimination in employment.
The LCO will provide the contractor and each subcontractor with a Checklist of Labor Law Requirements
(presented as Attachment A to this document) and will discuss in detail the following checklist items:
1. The contractor’s duty to pay prevailing wages (Labor Code Section 1770 et seq.); should the
project exceed the exemption amounts;
2. The contractor’s duty to employ registered apprentices on public works projects under Labor
Code Section 1777.5);
3. The penalties for failure to pay prevailing wages (for non-exempt projects) and to employ
apprentices, including forfeitures and debarment under Labor Code Sections 1775, 1776,
1777.1,1777.7 and 1813
4.The requirement to keep and submit copies of weekly certified payroll records to the City, as
required under Labor Code Section1776, and penalties for failure to do so (Labor Code Section
1776(g)); The requirement includes and applies to all subcontractors performing work on City
projects even if their portion of the work is less than one half of one percent of the total amount of
the contract.
5.The prohibition against employment discrimination under Labor Code Sections 1777.6; the
Government Code; and Title VII of the Civil Rights Act of 1964, as amended;
6.The prohibition against taking or extracting kickback from employee’s wages under Labor Code
Section 1778;
7.The prohibition against accepting fees for registering any person for public works under Labor
Code Section 1779; or for filing work orders on public works under Labor Code Section 1780;
8.The requirement to list all subcontractors that are performing one-half of one percent of the total
amount of the contract (Public Contract Code Section 4100 et seq.);
9.The requirement to be properly licensed and to require all subcontractors to be properly licensed,
and the penalty for employing workers while unlicensed under Labor Code Section 1021 and
2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
under the California Contractors License Law, found at Business and Professions Code Section
7000, et seq.);
10.The prohibition against unfair competition under Business and Professions Code Sections 17200-
17208);
11.The requirement that the contractor and subcontractor be properly insured for Workers’
Compensation under Labor Code Section 1861);
12.The requirement that the contractor abide by the federal and state Occupational Safety and Health
laws and regulations that apply to the particular public works project;
13.The federal prohibition against hiring undocumented workers, and the requirements to secure
proof of eligibility/citizenship from all workers; and
14.The requirements to provide itemized wage statements to employees under Labor Code Section
226.
Certification: I acknowledge that I have been informed and am aware of the foregoing requirements and
that I am authorized to make this certification on behalf of (name of subcontractor).
_____________________________ ________________________________
Date
Name of person signing and company
The contractors and subcontractors present at the Job Start meeting will be given the opportunity to ask
questions of the LCO relative to the items contained in the Labor Law Requirements Checklist. The
checklist will then be signed by the contractor’s representative, a representative of each subcontractor,
and the LCO.
At the Job Start meeting, the LCO will provide the contractor with a copy of the City’s LCP package
which includes: a copy of the approved LCP, the checklist of Labor Law Requirements, applicable
Prevailing Wage Rate Determinations, blank certified payroll record forms, fringe benefit statements,
State apprenticeship requirements, and a copy of the Labor Code relating to Public Works and Public
Agencies (Part 7, Chapter 1, Sections 1720-1861).
It will be the contractor’s responsibility to provide copies of the LCP package to all listed subcontractors
and to any substituted subcontractors.
SECTION IV
REVIEW OF CERTIFIED PAYROLL RECORDS
A. Certified Payroll Records Required
The contractor and each subcontractor shall maintain payrolls and basic records (timecards, canceled
checks, cash receipts, trust fund forms, accounting ledgers, tax forms, superintendent and foreman
daily logs, etc.) during the course of the work and shall be retained until the later of (1) at least one
year after the acceptance of the public work or five years after the cessation of all labor on a public
work that has not been accepted, or (2) one year after a final decision or judgment in any litigation
under Labor Code Section 1742. Certified Payroll Records on Federally-assisted shall be maintained
for a minimum of three years after acceptance of the public work. Such records shall include the
name, address, and social security number of each worker, his or her classification, a general
description of the work each employee performed each day, the rate of pay (including rates of
3
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
contributions for, or costs assumed to provide fringe benefits), daily and weekly number of hours
worked, and actual wages paid.
1. Submittal of Certified Payroll Records
The contractor and each subcontractor shall maintain weekly certified payroll records for
submittal to the City of Santa Clarita LCO, as required. The contractor shall be responsible for
the submittal of payroll records of all its subcontractors. All certified payroll records shall be
accompanied by a statement of compliance signed by the contractor or each subcontractor under
penalty or perjury pursuant to Labor Code Section 1771.5(b)(3) indicating that the payroll records
are correct and complete, that the wage rates contained therein are not less than those determined
by the Director of the Department of Industrial Relations, and that the classifications set forth for
each employee conform with the work performed.
Time cards, front and back copies of cancelled checks, daily logs, employee sign-in sheets and/or
any other records maintained for the purposes of reporting payroll may be requested by the Labor
Compliance Officer at any time and shall be provided within 10 days following the receipt of the
request.
2. Use of Electronic Reporting Forms
a. Certified payroll records required by Labor Code Section 1776 may be maintained and
submitted electronically, subject to the following conditions:
(1) Reports must contain all of the information required by Labor Code Section
1776;
(2) Information must be organized in a manner that is similar or identical to the
Department of Industrial Relations “Public Works Payroll Reporting Form”
(Form A-1-131);
(3) Reports shall be in a format and use software that is readily accessible and
available to Contractors, Subcontractors & the District, LCP and the Department
of Industrial Relations;
(4) Reports must be in the form of a non-modifiable image or record: and
(5) Reports must bear an electronic signature or include a copy of an original
certification made on paper or printed out and submitted on paper with an
original signature.
b. No contractor or subcontractor shall be mandated to submit or receive electronic reports when
it otherwise lacks the resources or capacity to do so, nor shall any contractor or
subcontractor be required to purchase or use proprietary software that is not generally
available to the public.
3. Full Accountability
Each individual, laborer or craftsperson working on a public works contract must appear on the
payroll. The basic conceptis that the employer who pays the trades worker must report that
individual on its payroll. This includes individuals working as apprentices in an apprenticeable
trade. Owner-operators are to be reported by the contractor employing them; rental equipment
operators are to be reported by the rental company paying the workers’ wages.
Sole owners and partners who work on a contract must also submit a certified payroll record
listing the days and hours worked, and the trade classification descriptive of the work actually
done.
The contractor shall make generally available for inspection such records by the Department of
Industrial Relations, and shall permit representatives of each to interview tradesworkers during
working hours on the project site.
4
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
4. Responsibility for Subcontractors
The contractor shall be responsible for ensuring adherence to labor standards provisions by its
subcontractors. Moreover, the prime contractor is responsible for Labor Code violations of its
subcontractors in accordance with Labor Code Section 1775.
5.Payment to Employees
Employees must be paid unconditionally, and not less often than once each week, the full
amounts, that are due and payable for the period covered by the particular payday. Thus, an
employer must establish a fixed workweek (Sunday through Saturday, for example) and an
established payday (such as every Friday or the preceding day should such payday fall on a
holiday). On each and every payday, each worker must be paid all sums due as of the end of the
preceding workweek and must be provided with an itemized wage statement.
If an individual is called a subcontractor, whereas, in fact, he/she is merely a journey level
mechanic supplying only his/her labor, such an individual would not be deemed a bona fide
subcontractor and must be reported on the payroll of the prime contractor as a trades worker.
Moreover, any person who does not hold a valid contractor’s license cannot be a subcontractor,
and anyone hired by that person is the worker or employee of the general contractor for purposes
of prevailing wage requirements, certified payroll reporting and workers’ compensation laws.
The worker’s rate for straight time hours must equal or exceed the rate specified in the contract
by reference to the “Prevailing Wage Determinations” for the class of work actually performed.
Any work performed on Saturday, Sunday, and/or on a holiday, or portion thereof, must be paid
the prevailing rate established for those days regardless of the fixed workweek where required by
the Labor Code. The hourly rate for hours worked in excess of 8 hours in a day and 40 hours in a
workweek shall be premium pay. All work performed on Saturday, Sunday and holidays shall be
paid pursuant to the Prevailing Wage determination where required by the Labor Code.
B. Apprentices
Apprentices shall be permitted to work as such only when they are registered, individually, under a
bona fide apprenticeship program registered and approved by the State Division of Apprenticeship
Standards. The allowable ratio of apprentices to journeypersons in any craft/classification shall not
be greater than the ratio permitted to the contractor as to its entire workforce under the registered
program.
Any worker listed on a payroll at an apprentice wage rate who is not registered shall be paid the
journey level wage rate determined by the Department of Industrial Relations for the classification of
the work he/she actually performed. Pre-apprentice trainees, trainees in non-apprenticeable crafts,
and others who are not duly registered will not be permitted on public works projects unless they are
paid full prevailing wage rates as journeypersons.
Compliance with California Labor Code Section 1777.5 requires all public works contractors and
subcontractors to:
1. Submit contract award information to the apprenticeship committee for each apprenticeable craft
or trade in the area of the Project;
2. Request dispatch of apprentices from the applicable Apprenticeship Program(s) and employ
apprentices on public works projects in a ratio to journeypersons which in no case shall be less
than one (1) hour of apprentice work to each five (5) hours of journeyperson work; and
5
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
3. Contribute to the applicable Apprenticeship Program(s) or the California Apprenticeship Council
in the amount identified in the prevailing wage rate publication for journeypersons and
apprentices. If payments are not made to an Apprenticeship Program, they shall be made to the
California Apprenticeship Council, Post Office Box 420603, San Francisco, CA 94142.
4. Pay properly registered apprentices no less than the prevailing apprentice rate.
6.Pay the regular prevailing wage rate (i) to any worker who is not a duly registered apprentice and
(ii) for all hours in excess of the maximum ration permitted under Labor Code Section 1777.5(g),
as determined at the conclusion of the employing contractor or subcontractor’s work on the public
works contract.
If the contractor is registered to train apprentices, it shall furnish written evidence of the registration
(i.e., Apprenticeship Agreement or Statement of Registration) of its training program and apprentices,
as well as the ratios allowed and the wage rates required to be paid thereunder for the area of
construction, prior to using any apprentices in the contract work. It should be noted that a prior
approval for a separate project does not confirm approval to train on any project. The
contractor/subcontractor must check with the applicable Joint Apprenticeship Committee to verify
status.
The City will inform contractors and subcontractors bidding public works projects about
apprenticeship requirements, send copies of awards and notices of discrepancies to the Division of
Apprenticeship Standards as required under Section 1773.3 of the Labor Code; and refer complains
and promptly report suspected violations of apprenticeship requirements to the Division of
Apprenticeship Standards.
The Labor Compliance Program shall be responsible for enforcing prevailing wage requirements for
apprentices consistent with the practice of the Labor Commissioner.
C.Audit of Certified Payroll Records
An Audit, as defined in the California Code of Regulations, shall be prepared by the Labor
Compliance Program whenever the Labor Compliance Program has determined that there has been a
violation of the Public Works Chapter of the Labor Code resulting in the underpayment of wages. An
“Audit” for this purpose shall be defined as a written summary reflecting prevailing wage deficiencies
for each underpaid workers, and including any penalties to be assessed under Labor Code Section
1775 and 1813, as determined by the Labor Compliance Program after consideration of the best
information available as to the actual hours worked, amounts paid, and classifications of workers
employed in connection with the public work. Such available information may include, but is not
limited to, worker interviews, complaints from workers or other interested persons, all time cards,
cancelled checks, cash receipts, trust fund forms, books, documents, schedules, forms, reports,
receipts or other evidences which reflect job assignments, work schedules by days and hours, and the
disbursement by way of cash, check, or in whatever form or manner, of funds to a person(s) by job
classification and/or skill pursuant to a public works project. An Audit is sufficiently detailed when it
enables the Labor Commissioner, if requested to determine the amount of forfeiture under section
16437, to draw reasonable conclusions as to compliance with the requirements of the Public Works
Chapter of the Labor Code, and to enable accurate computation of underpayments of wages to
workers and of applicable penalties and forfeitures. An Audit using the forms in Attachment B, when
accompanied by a brief narrative identifying the Bid Advertisement Date of the contract for public
work and summarizing the nature of the violation and the basis upon which the determination of
underpayment was made, presumptively demonstrates sufficiency.
6
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
After the Labor Compliance Program has determined that violations of the prevailing wage laws have
resulted in the underpayment of wages and an audit has been prepared, notification shall be provided
to the contractor and affected subcontractor of an opportunity to resolve the wage deficiency prior to
a determination of the amount of forfeiture by the Labor Commissioner pursuant to these Labor
Compliance Program regulations. The contractor and affected subcontractor shall be provided at least
10 days following such notification to submit exculpatory information consistent with the “good faith
mistake” factors set forth in Labor Code Section 1775(a)(2)(A)(i) and (ii). If, based upon the
contractor’s submission, the Labor Compliance Program reasonable concludes that the failure to pay
the correct wages was a good faith mistake, and has no knowledge that the contractor and affected
subcontractor have a prior record of failing to meet their prevailing wage obligations, the Labor
Compliance Program shall not be required to request the Labor Commissioner for a determination of
the amount of penalties to be assessed under Labor Code Section 1775 if the underpayment of wages
to workers is promptly corrected and proof of such payment is submitted to the Labor Compliance
Program.
D.Complaints
Upon receipt of a written complaint alleging that a contractor or subcontractor has failed to pay
prevailing wages as required by the Labor Code, the LCP shall do all of the following:
1. Within 15 days after receipt of the complaint, send a written acknowledgment to the complaining
party that the complaint has been received and identifying the name, address, and telephone
number of the investigator assigned to the complaint;
2. Within 15 days after receipt of the complaint, provide the affected contractor with the notice
required under Labor Code section 1775(c) if the complaint is against a subcontractor;
3 Notify the complaining party in writing of the resolution of the complaint within ten days after
the complaint has been resolved by the LCP;
4. Notify the complaining party in writing at least once every 30 days of the status of a complaint
that has not been resolved by the LCP; and
5. Notify the complaining party in writing at least once every 90 days of the status of a complaint
that has been resolved by the LCP but remains under review or in litigation before another entity.
E.Review of Certified Payroll Records
Payroll records furnished by contractors and subcontractors in accordance with section 16421(a)(3) of
the California Code of Regulations, and in a format prescribed at section 16401 of Title 8 of the
California Code of Regulations, shall be reviewed by the Labor Compliance Program as promptly as
practicable after receipt thereof, but in no event more than 30 days after such receipt. “Review” for
this purposed shall be defined as inspection of the records furnished to determine if (1) all appropriate
data elements identified in Labor Code Section 1776(a) have been reported; (2) certification forms
have been completed and signed in compliance with Labor Code Section 1776(b); and (3) the correct
prevailing wage rates have been reported as paid for each classification of labor listed thereon, with
confirmation of payment in the manner and to the extent described in subpart (f) below.
F.Confirmation of Payroll Records
“Confirmation” of payroll records furnished by contractors and subcontractors shall be defined as an
independent corroboration of reported prevailing wage payments. Confirmation may be
accomplished through worker interviews, examination of paychecks or paycheck stubs, direct
confirmation of payments from third party recipients of “Employer Payments” (as defined at section
16000 of Title 8 of the California Code of Regulations, or any other reasonable method of
corroboration. For each month in which a contractor or subcontractor reports having workers
employed on the public work, confirmation of furnished payroll records shall be undertaken randomly
for at least one worker for at least one weekly period within that month. Confirmation shall also be
7
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
undertaken whenever complaints from workers or other interested persons or other circumstances or
information reasonably suggest to the Labor Compliance Program that payroll records furnished by a
contractor or subcontractor are inaccurate.
G.Written Summary of Labor Compliance Activities
For each public work project subject to a Labor Compliance Program’s enforcement of prevailing
wage requirements, a separate, written summary of labor compliance activities and relevant facts
pertaining to that particular project shall be maintained. This summary shall demonstrate that
reasonable and sufficient efforts have been made to enforce prevailing wage requirements consistent
with the practice of the Labor Commissioner. Attachment H “Suggested Single Project Labor
Compliance Review and Enforcement Report Form” is the suggested format.
SECTION V
REPORTING OF WILLFUL VIOLATIONS TO
THE LABOR COMMISSIONER
If an investigation reveals that a willful violation of the Labor Code has occurred, the LCO will make a
written report to the Labor Commissioner which shall include: (1) an audit consisting of a comparison of
payroll records to the best available information as to the actual hours worked, (2) the classification of
workers employed on the public works contract. Six (6) types of willful violations are reported:
A.Failure to Comply with Prevailing Wage Rate Requirements Failure to comply with prevailing
wage rate requirements (as set forth in the Labor Code and City contracts) is determined a willful
violation whenever less than the stipulated basic hourly rate is paid to tradesworkers, or if
overtime, holiday rates, fringe benefits, and/or employer payments are paid at a rate less than
stipulated.
B.Falsification of Payroll Records, Misclassification of Work, and/or Failure to Accurately Report
Hours of Work Falsification of payroll records and failure to accurately report hours of work is
characterized by deliberate underreporting of hours of work; underreporting the headcount;
stating that the proper prevailing wage rate was paid when, in fact, it was not; clearly
misclassifying the work performed by the worker; and any other deliberate and/or willful act
which results in the falsification or inaccurate reporting of payroll records.
C.Failure to Submit Certified Payroll Records The contractors and subcontractors shall have ten
(10) days uponnotification by the LCO in which to comply with the requirement of submittal of
weekly and/or to correct inaccuracies or omissions that have been detected.
D.For Failure to Pay Fringe Benefits Fringe benefits are defined as the amounts stipulated for
employer payments or trust fund contributions and are determined to be part of the required
prevailing wage rate. Failure to pay or provide fringe benefits and/or make trust fund
contributions on a timely basis is equivalent to payment of less than the stipulated wage rate and
shall be reported to the Labor Commissioner as a willful violation, upon completion of an
investigation and audit.
E.Failure to Pay the Correct Apprentice Rates and/or Misclassification of Workers as Apprentices
Failure to pay the correct apprentice rate or classifying a worker as an apprentice when not
properly registered is equivalent to payment of less than the stipulated wage rate and shall be
reported to the Labor Commissioner, as a willful violation, upon completion of an investigation
and audit.
8
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
F.For the taking of Kickbacks Accepting or extracting kickbacks from employee wages under
Labor Code Section 1778 constitutes a felony and may be prosecuted by the appropriate
enforcement agency.
SECTION VI
ENFORCEMENT ACTION
A. Duty of the Awarding Body
The City of Santa Clarita, as the awarding body having an approved LCP, has a duty to the Director
of the Department of Industrial Relations to enforce Labor Code Section 1720 et seq. and the
procedural regulations of the Department of Industrial Relations in a manner consistent with the
practice of the Labor Commissioner and DLSE and regulations found at Title 8, California Code
Regulations, Section 16000 et seq.
B. Withholding Contract Payments When Payroll Records are Delinquent or Inadequate
1.“Withhold” means to cease payments by the awarding body, its agents or others who pay on its
behalf to the contractor. Where the violation is by a subcontractor, the contractor shall be notified
of the nature of the violation and reference made to its rights under Labor Code Section 1729.
2.“Contracts” except as otherwise provided by agreement, means only contracts under a single
master contract, or contracts entered into as stages of a single project which may be the subject of
withholding;
3.“Delinquent payroll records” means those not submitted on the basis set forth in the City
Contract;
4.“Inadequate payroll records” are any one of the following:
a. A record lacking the information required by Labor Code Section 1776;
b. A record which contains all of the required information but is not certified, or is certified by
someone not an agent of the contractor or subcontractor;
c.A record remaining uncorrected for one payroll period, after the awarding body has given the
contractor notice of inaccuracies detected by audit or record review. However, prompt
correction will stop any duty to withhold if such inaccuracies do not amount to 1 percent of
the entire certified weekly payroll in dollar value and do not affect more than half the persons
listed as workers employed on that certified weekly payroll, as defined in Labor Code Section
1776 and Title 8 CCR Section 16401. Prompt correction will stop anyduty to withhold if
such inaccuracies are de minimus.
The withholding of contract payments when payroll records are delinquent or inadequate is
required by Labor Code Section 1771.5(b)(5), and it does not require the prior approval of the
Labor Commissioner. The LCP shall only withhold those payments due or estimated to be due
to the contractor or subcontractor whose payroll records are delinquent or inadequate, plus any
additional amount that the Labor Compliance Program has reasonable cause to believe may be
needed to cover a back wage and penalty assessment against the contractor or subcontractor
whose payroll records are delinquent or inadequate; provided that a contractor shall be required
in turn to cease all payments to a subcontractor whose payroll records are delinquent or
inadequate until the Labor Compliance Program provides notice that the subcontractor has cured
the delinquency or deficiency.
9
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
When contract payments are held under this section, the Labor Compliance Program shall
provide the contractor and subcontractor, if applicable, with immediate written notice that
includes all of the following: (1) a statement that payments are being withheld due to delinquent
or inadequate payroll records, and that identifies what records are missing or states why records
that have been submitted are deemed inadequate; (2) specifies the amount being withheld; and
(3) informs the contractor or subcontractor of the right to request an expedited hearing to review
the withholding of contract payments under Labor Code Section 1742, limited to the issue of
whether the records are delinquent or inadequate or the Labor Compliance Program has
exceeded its authority under this section.
No contract payments shall be withheld solely on the basis of delinquent or inadequate payroll
records after the required records have been produced.
In addition to withholding contract payments based on delinquent or inadequate payroll records,
penalties shall be assessed under Labor Code Section 1776(g) for failure to timely comply with a
written request for certified payroll records. The assessment of penalties under Labor Code
Section 1776(g) does require the prior approval of the Labor Commissioner under section 16436
of these regulations.
C. Withholding Contract Payments When, After Investigation, It Is Established That Underpayment or
Other Violation Has Occurred
1.”Withhold and “contracts” have the same meaning set forth in sections 16435(a) and 16435(b) of
the California Code of Regulations.
2.Where the violation is by a subcontractor, the general contractor shall be notified of the nature of
the violation and reference made to its right Under Labor Code Section 1720.
3.“Amount equal to the underpayment” is the total of the following determined by payroll review,
audit, or admission of contractor or subcontractor:
a.The difference between the amounts paid to workers and the correct General Prevailing Wage
Rate of Per Diem Wages as defined in Labor Code Section 1773, and determined to be the
prevailing rate due workers in such craft, classification or trade in which they were employed
and the amounts paid;
b.The difference between the amounts paid on behalf of workers and the correct amounts of
Employer Payments, as defined in Labor Code Section 1773.1 and determined to be part of
the prevailing rate costs of contractors due for employment of workers in such craft,
classification, or trade in which they were employed and the amounts paid;
c.Estimated amounts of “illegal taking of wages”; and
d.Amounts of apprenticeship training contributions paid to neither the program sponsor’s
trainingtrust nor the California Apprenticeship Council;
e.Estimated penalties under Labor Code Sections 1775, 1776 and 1813.
4.The withholding of contract payments, when after investigation, it is established that
underpayment or other violations have occurred requires the prior approval of the Labor
Commissioner under sections 16436 and 16437 of the California Code of Regulations.
10
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
2. Provisions relating to the penalties under Labor Code Sections 1775, and 1813:
a. Pursuant to Labor Code Section 1775, the contractor shall, as a penalty to the City, forfeit up
to two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid
less than the prevailing wages.
b. Pursuant to Labor Code Section 1813, the contractor shall, as a penalty to the City on whose
behalf the contract is awarded, forfeit twenty-five dollars ($25) for each worker employed in
the execution of the contract by the contractor or by any subcontractor for each calendar day
during which such worker is required or permitted to work more than 8 hours in any one
calendar day and 40 hours in any one calendar week without payment of 1 ½ times the rate of
pay.
D. Forfeitures Requiring Approval by the Labor Commissioner
1. For purposes of this section,“Forfeitures” means the amounts of wages, penalties, and forfeitures
assessed by the Labor Compliance Program and proposed to be withheld pursuant to Labor Code
Section 1771.6(a), and includes the following: (1) the difference between the prevailing wage
rates and the amount paid to each worker for each calendar day or portion thereof for which each
worker was paid less than the prevailing wage rate by the contractor or subcontractor; and (2)
penalties assessed under Labor Code Sections 1775, 1776 and 1813.
2. If the aggregate amount of forfeitures assessed as to a contractor or subcontractor is less than
$1,000.00, the forfeitures shall be deemed approved by the Labor Commissioner upon service and
the Labor Commissioner’s receipt of copies of the following: (1) The Notice of Withholding of
Contract Payments authorized by Labor Code Section 1771.6(a); (2) an Audit as defined in
section 16432(e) of the California Code of Regulations; and (3) a brief narrative identifying the
Bid Advertisement Date of the contract for public work and summarizing the nature of the
violation, the basis of the underpayment, and the factors considered in determining the
assessment of penalties, if any, under Labor Code Section 1775.
3. For all other forfeitures, approval by the Labor Commissioner shall be requested and obtained in
accordance with Section 16437 of the California Code of Regulations (subsection E)
E. Determination of Amount of Forfeiture by the Labor Commissioner
1.Where the LCO requests a determination of the amount of forfeiture, the request shall include a
file or report to the Labor Commissioner which contains at least the information specified in
subparts (1) through (9) below:
a. Whether the public work has been accepted by the awarding body and whether a valid notice
of completion has been filed, the dates if any of those events occurred, and the amount of
funds being held in retention by the Awarding Body;
b. Any other deadline which, if missed, would impede collection;
c. Evidence of violation, in narrative form;
d. Evidence of violation obtained under section 16432 of the California Code of Regulations
and a copy of the Audit prepared in accordance with section 16432(e) of the California Code
of Regulations setting forth the amounts of unpaid wages and applicable penalties;
e. Evidence that before the forfeiture was sent to the Labor Commissioner (A) the contractor
and subcontractor were given the opportunity to explain why there was no violation; or that
11
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
any violation was caused by good faith mistake and promptly corrected when brought to the
contractor or subcontractor’s attention, and (B), the contractor and subcontractor either did
not do so or failed to convince the Labor Compliance Program of its position;
f. Where the City seeks not only amounts of wages but also a penalty as part of the forfeiture,
and the contractor has unsuccessfully contended that the cause of violation was a good faith
mistake that was promptly corrected when brought to the contractor or subcontractor’s
attention, a short statement should accompany the proposal for a forfeiture, with a
recommended penalty amount, pursuant to Labor Code Section 1775(a);
g. Where the City seeks only wages or a penalty less than $200 per calendar day as part of the
forfeiture because the contractor or subcontractor has successfully contended that the cause of
violation was a good faith mistake that was promptly corrected when brought to the
contractor or subcontractor’s attention, the file should include the evidence as to the
contractor or subcontractor’s knowledge of its obligation, including the Program’s
communication to the contractor or subcontractor of the obligation in the bid invitations, at
the pre-job conference agenda and records, and any other notice given as part of the
contracting process. Included with the file should be a statement similar to that described in
subsection (f) above and recommended penalty amounts, pursuant to Labor Code Section
1775(a);
h.The previous record of the contractor and subcontractor in meeting their prevailing wage
obligations; and
i.Whether the Labor Compliance Program has been granted approval on only an interim or
temporary basis under section 16425 and 16426 of the California Code of Regulations or
whether it has been granted extended approval.
2. The file or report shall be served on the Labor Commissioner as soon as practicable after the
violation has been discovered, and not less than 30 days before the final payment, but in no event
not less than 30 days before the expiration of the limitations period set forth in Labor Code
Section 1741.
3. A copy of the recommended forfeiture and the file of report shall be served on the contractor and
subcontractor at the same time as it is sent to the Labor Commissioner. The Labor Compliance
Program may exclude from the documents served on the contractor and subcontractor copies of
documents secured from the contractor or subcontractor during an audit, investigation, or meeting
if those are clearly referenced in the file of report.
The City may exclude from the documents served on the contractor/subcontractor or surety
copies of documents secured from these parties during an audit, investigation, or meeting if those
documents are clearly referenced in the file or report.
4. The Labor Commissioner shall affirm, reject, or modify the forfeiture in whole or in part as to the
wages and penalties due.
5. The determination of the forfeiture by the Labor Commissioner is effective on the following date:
For all Programs other than those having extended authority under section 16427 of the
California Code of Regulations, on the date Labor Commissioner serves by first class mail on
the City of Santa Clarita , on the contractor and on the subcontractor, if any an endorsed copy of
the proposed forfeiture, or a newly drafted forfeiture statement which sets out the amount of
forfeiture approved. Service on the contractor is effective if made on the last address supplied by
the contractor or subcontractor in the record. The Labor Commissioner’s approval, modification
12
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
or disapproval of the proposed forfeiture shall be served within 30 days of receipt of the proposed
forfeiture.
F. Deposits of Penalties and Forfeitures Withheld
1. Where the involvement of the Labor Commissioner has been limited to a determination of the
actual amount of penalty, forfeiture, or underpayment of wages, and the matter has been resolved
without litigation by or against the Labor Commissioner, the City shall deposit penalties and
forfeitures into its General Fund.
2. Where collection of fines, penalties, or forfeitures results from court action to which the Labor
Commissioner and the City of Santa Clarita are both parties, the fines, penalties, or forfeitures
shall be divided between the General Funds of the State and the City of Santa Clarita, as the court
may decide.
3. All amounts recovered by suit brought by the Labor Commissioner, and to which the City of
Santa Clarita is not a party, shallbe deposited in the General Fund of the State of California.
4.All wages and benefits which belong to a worker and are withheld or collected from a contractor
or subcontractor, either by withholding or as a result of court action pursuant to Labor Code
Section 1775, and which have not been paid to the worker or irrevocably committed on the
worker’s behalf to a benefits fund, shall be deposited with the Labor Commissioner, who will
deal with such wages and benefits in accordance with Labor Code Section 96.7.
G. Debarment Policy
1.It is the policy of the City that the public works prevailing wage requirements set forth in the
California Labor Code, Section 1720-1861, be strictly enforced. In furtherance thereof,
construction contractors and subcontractors found to be repeat violators of the California Labor
Code shall be referred to the Labor Commissioner for debarment from bidding on or otherwise
being awarded any public work contract, within the state of California, for the performance of
construction and/or maintenance services for the period not to exceed three (3) years in duration.
The duration of the debarment period shall depend upon the nature and severity of the labor code
violations and any mitigatingand/or aggravating factors, which may be presented at the hearing
conducted by the Labor Commissioner for such purpose.
SECTION VII
NOTICE OF WITHHOLDING AND REVIEW THEREOF
A. Notice of Withholding of Contract Payments
After determination of the amount of forfeiture by the Labor Commissioner, the City shall
provide notice of withholding of contract payments to the contractor and subcontractor, if applicable.
The notice shall be in writing and shall describe the nature of the violation and the amount of wages,
penalties, and forfeitures withheld. Service of the notice shall be completed pursuant to Section 1013
of the Code of Civil Procedure by first-class and certified mail to the contractor and subcontractor, if
applicable. The notice shall advise the contractor and subcontractor, if applicable, of the procedure
for obtaining review of the withholding of contract payments. The awarding body shall also serve a
copy of the notice by certified mail to any bonding company issuing a bond that secures the payment
of wages covered by the notice and to any surety on a bond, if their identities are known to the
awarding body. A copy of the Notice of Withholding of Contract Payments (NWCP) to be
utilized by the City is found as Attachment D to this document.
13
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
B. Review of NWCP
1. An affected contractor or subcontractor may obtain review of a NWCP under this chapter by
transmitting a written request to the office of the Labor Compliance Officer (“LCO”) that appears on
the NCWP within 60 days after service of the NWCP. If no hearing is requested within 60 days after
service of the NWCP, the NWCP shall become final.
2. Within ten days following the receipt of the request for review, the LCO shall transmit to the
Office of the Director-Legal Unit the request for review and copies of the Notice of Withholding of
Contract Payments, any audit summary that accompanied the notice, and a proof of service or other
documents showing the name and address of any bonding company or surety that secures the payment
of the wages covered by the notice. A copy of the required Notice of Transmittal to be utilized by
the City is found as Attachment E to this document.
3.The City may be represented by an attorney in prevailing wage hearings conducted
pursuant to Labor Code Section 1742(b) and sections 17201-17270 of Title 8 of the California
Code of Regulations.
4. Upon receipt of a timely request, a hearing shall be commenced within 90 days before the
director, who shall appoint an impartial hearing officer possessing the qualifications of an
administrative law judge pursuant to subdivision (b) of Section 11502 of the Government Code. The
appointed hearing officer shall be an employee of the department, but shall not be an employee of the
Division of Labor Standards Enforcement. The contractor or subcontractor shall be provided an
opportunity to review evidence to be utilized by the LCO at the hearing within 20 days of the receipt
of the written request for a hearing. Any evidence obtained by the LCO subsequent to the 20-day
cutoff shall be promptly disclosed to the contractor or subcontractor. A copy of a Notice of
Opportunity to Review Evidence Pursuant to Labor Code Section 1742(b) form is found as
Attachment F to this document.
The contractor or subcontractor shall have the burden of proving that the basis for the NWCP is
incorrect. The NWCP shall be sufficiently detailed to provide fair notice to the contractor or
subcontractor of the issues at the hearing.
Within 45 days of the conclusion of the hearing, the director shall issue a written decision affirming,
modifying, or dismissing the assessment. The decision of the director shall consist of a notice of
findings, findings, and an order. This decision shall be served on all parties pursuant to Section 1013
of the Code of Civil Procedure by first-class mail at the last known address of the party on file with
the LCO. Within 15 days of the issuance of the decision, the director may reconsider or modify the
decision to correct an error, except that a clerical error may be corrected at any time.
The director has adopted regulations setting forth procedures for hearings under this subdivision. The
regulations are found as Attachment G to this document.
5.An affected contractor or subcontractor may obtain review of the decision of the director by filing
a petition for a writ of mandate to the appropriate superior court pursuant to Section 1094.5 of the
Code of Civil Procedure within 45 days after service of the decision. If no petition for writ of
mandate is filed within 45 days after service of the decision, the order shall become final. If it is
claimed in a petition for writ of mandate that the findings are not supported by the evidence,
abuse of discretion is established if the court determines that the findings are not supported by
substantial evidence in the light of the whole record.
6.A certified copy of a final order may be filed by the Labor Commissioner in the office of the
clerk of the superior court in any county in which the affected contractor or subcontractor has
14
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
property or has or had a place of business. The clerk, immediately upon the filing, shall enter
judgment for the state against the person assessed in the amount shown on the certified order.
7.A judgment entered pursuant to this procedure shall bear the same rate of interest and shall have
the same effect as other judgments and shall be given the same preference allowed by law on
other judgments rendered for claims for taxes. The clerk shall not charge for the service
performed by him or her pursuant to this section.
8.This procedure shall provide the exclusive method for review of a NWCP by the City to withhold
contract payments pursuant to Labor Code Section 1771.7.
C. Settlement Authority
1.If a contractor or subcontractor seeks review of a Labor Compliance Program enforcement action,
the Labor Commissioner may intervene to represent the City, or to enforce relevant provisions of
the Labor Code consistent with the practice of the Labor Commissioner, or both.
2.Except in cases where the Labor Commissioner has intervened pursuant to subpart (1) above, the
Labor Compliance Program shall have the authority to prosecute, settle, or seek the dismissal of
an Notice of Withholding of Contract Payments issued pursuant to Labor Code Section 1771.6
and any review proceeding under Labor Code Section 1742, without any further need for
approval by the Labor Commissioner. Whenever a Labor Compliance Program settles in whole
or in part or seeks and obtains the dismissal of a Notice of Withholding of Contract Payments or a
review proceeding under Labor Code Section 1742, the Labor Compliance Program shall
document the reasons for the settlement or request for dismissal and shall make that
documentation available to the Labor Commissioner upon request.
SECTION VIII
PRIORITY DISTRIBUTION OF FORFEITED SUMS
1. Before making payments to the contractor of money due under a contract for public work, the
City shall withhold and retain therefrom all amounts required to satisfy the NWCP. The amounts
required to satisfy the NWCP shall not be disbursed by the City until receipt of a final order that
is no longer subject to judicial review.
2.Pending a final order, or the expiration of the time period for seeking review of the notice of the
withholding, the City shall not disburse any contract payments withheld.
3.From the amount recovered, the wage claim shall be satisfied prior to the amount being applied to
penalties. If insufficient money is recovered to pay each worker in full, the money shall be
prorated among all workers employed on the public works project who are paid less than the
prevailing wage rate shall have PRIORITY over all Stop Notices filed against the prime
contractor.
4.Wages for workers who cannot be located shall be placed in the Industrial Relations Unpaid Fund
and held in trust for the workers pursuant to Labor Code Section 96.7. Penalties shall be paid into
the General Fund of the City that has enforced this chapter pursuant to Labor Code Section
1771.7.
15
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
SECTION IX
OUTREACH ACTIVITIES
To ensure the successful implementation of the City’s Labor Compliance Program, there shall be several
outreach activities initiated and maintained.
A. Providing Information to the Public
The Labor Compliance Officer shall be responsible for communication and outreach activities
relative to public information on the City’s Labor Compliance Program:
1.Regular presentations to contractors at all City Job Walk Meetings (Pre-Bid conferences) and Job
Start Meetings (Pre-Job conferences);
2.Ongoing communication via correspondence and with workers at the City’s job sites when review
of the certified payroll records reveals the possibility of prevailing wage violations.
3.Periodic meetings with contractor organizations, prime contractors and subcontractors interested
in public works contracting with the City.
B. In-service Management training on the Labor Compliance Program
The Labor Compliance Program shall provide ongoing management in-servicing and workshops for
Facilities, Business, Accounting and legal staff relative to the terms, requirements and administration
of the Labor Compliance Program.
SECTION X
ANNUAL REPORTS
A. Annual Report on Prevailing Wage Monitoring to the City Council
The Labor Compliance Program Officer shall submit to the Director an annual report on its operation
within 60 days after the close of its annual reporting period. For purposes of this section, the annual
reporting period shall be deemed to commence on July 1 and shall conclude on June 30 of the fiscal year.
Annual Reports are due to the Department of Industrial Relations by no later than August 31 and shall be completed
form LCP-AR2. Information in the Annual Report shall be reported in sufficient detail to afford a
on
basis for evaluation the scope and level of enforcement activity of the Labor Compliance Program. An
annual report shall also include such additional information as the Labor Compliance Program may be
required to report as a condition of its approval.
16
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT A
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
CHECKLIST OF LABOR LAW REQUIREMENTS
FOR REVIEW AT JOB START MEETINGS
The federal and state labor law requirements applicable to the contract are composed of, but not limited
to, the following:
1. Payment of Prevailing Wage Rates
The contractor’s duty to pay prevailing wages (Labor Code Section 1770 et seq.); should the project
exceed the exemption amounts;
2. Apprentices
The contractor’s duty to employ registered apprentices on public works projects under Labor Code
Section 1777.5);
3. Penalties
The penalties for failure to pay prevailing wages (for non-exempt projects) and to employ
apprentices, including forfeitures and debarment under Labor Code Sections 1775, 1776, 1771.1
1777.7 and 1813;.
4. Certified Payroll Records
The requirement to keep and submit copies of weekly certified payroll records to the City, as required
under Labor Code Section1776, and penalties for failure to do so (Labor Code Section 1776(g)); The
requirement includes and applies to all subcontractors performing work on City projects even if their
portion of the work is less than one half of one percent of the total amount of the contract.
Under Labor Code Section 1776, contractors and subcontractors are required to keep
accurate payroll records showing the name, address, social security number and work
classification of each employee and owner performing work; also the straight time and
overtime hours worked each day and each week, the fringe benefits, and, the actual per diem
wage paid to each owner, journey person, apprentice worker or other employee hired in
connection with the public works project.
Employee payroll records shall further be certified and shall be made available for inspection at all
reasonable hours at the principal office of the contractor/subcontractor, or shall be furnished to any
employee, or to his or her authorized representative on request pursuant to Labor Code Section
1776.
The final certified payroll record submitted by the contractor and subcontractors shall be
marked “final.”
Contractors and subcontractors shall maintain their certified payrolls on a weekly basis and shall
submit said payrolls weekly to the LCO. In the event that there has been no work performed during a
given week, the Certified Payroll Record shall be annotated “No Work” for that week.
5. Nondiscrimination in Employment
The prohibition against employment discrimination under Labor Code Sections 1777.6; the
Government Code; and Title VII of the Civil Rights Act of 1964, as amended;
6. Kickback Prohibited
17
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
The prohibition against recapturing wages illegally or extracting kickback from employee’s wages
under Labor Code Section 1778;
7. Acceptance of Fees Prohibited
The prohibition against accepting fees for registering any person for public works under Labor Code
Section 1779; or for filing work orders on public works under Labor Code Section 1780;
8. Listing of Subcontractors
The requirement to list all subcontractors that are performing one-half of one percent of the total
amount of the contract (Public Contract Code Section 4100 et seq.);
9. Proper Licensing
The requirement to be properly licensed and to require all subcontractors to be properly licensed, and
the penalty for employing workers while unlicensed under Labor Code Section 1021 and under the
California Contractors License Law, found at Business and Professions Code Section 7000, et seq.);
10. Unfair Competition Prohibited
The prohibition against unfair competition under Business and Professions Code Sections 17200-
17208);
11. Workers’ Compensation Insurance
The requirement that the contractor and subcontractor be properly insured for Workers’
Compensation under Labor Code Section 1861);
12. OSHA
The requirement that the contractor abide by the federal and state Occupational Safety and Health
laws and regulations that apply to the particular public works project;
13. Undocumented Workers
The federal prohibition against hiring undocumented workers, and the requirements to secure proof of
eligibility/citizenship from all workers; and
14. Itemized Wage Statements
The requirements to provide itemized wage statements to employees under Labor Code Section 226.
Certification: I acknowledge that I have been informed and am aware of the foregoing requirements and
that I am authorized to make this certification on behalf of (name of subcontractor).
_____________________________ ________________________________
Date
Name of person signing and company
18
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT B
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM OFFICE
LABOR COMPLIANCE PROGRAM
AUDIT RECORD WORKSHEETS
(For Use with Title 8 CCR Section 16432 Audits)
•Public Works Investigation Worksheet
•Public Works Audit Worksheet
•Prevailing Wage Determination Summary
19
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
•
20
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
21
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
22
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT C
Labor Compliance Program Regulations (referred to as Appendix D)
REQUEST FOR APPROVAL OF FORFEITURE -- Suggested format
1.CITY OF SANTA CLARITA LCP:
Name and Contact Information: Date of Request:
Name and Contact Information for Awarding Body if different from LCP Approval Status (specify if either
LCP:interim or temporary or if LCP has extended
authority):
2. PROJECT INFORMATION:
Project Name: Contract Number:
Project Location:
Bid Advertisement Dates: Estimated Date Project is to be completed:
Acceptance Date of Project by the Awarding Body: Notice of Completion/Date Recorded with County
Recorder:
Other Relevant Deadline (specify): Amount being held in Retention:
3. CONTRACTOR INFORMATION:
Name and address of Affected Contractor: Name and address of Affected Subcontractor:
General Description of Scope of Work of the Entire Project:
General Description of Scope of Work covered in the proposed Forfeiture (describe and attach relevant portions of
contract or subcontract):
23
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
4.LABOR COMPLIANCE PROGRAM INVESTIGATION AND FINDINGS:
Total Amount of Request for Notice of Withholding of Contract Payments:
Wages Due: Training Funds Due: Total Penalties Due: Potential Liquidated Damages \[Wages
+ Training Funds\]:
LC 1775 Penalties Due: LC 1813 Penalties LC 1776 Penalties Due: Other:
Due:
\[
Provide narrative summaries covering the following\]:
A.Statement of Issues.
B.Investigative Report (detailed narrative including but not limited to how the investigation was conducted
including worker declarations, reviewing certified payroll records, verification of employer payment
contributions, etc.).
C.Audit Report (detailed explanation of how audit was completed addressing each of the issues above).
D. Affected contractor and subcontractor information (how affected contractor and subcontractor were
informed of potential violations; summary of their response with respect to violations and penalty issues; and
any other information considered in determining recommended penalties).
E. Recommended penalties under Labor Code Section 1775(a) and basis for recommendation, including how
factors in subsection (a)(2) of Section 1775 were applied to arrive at the recommended amount(s).
ATTACHMENTS
1.Audit Summary (Appendix B)
st
2.1 Bid Advertisement Publication
3.Notice of Completion
4.Scope of Work
5.Complaint form(s) and Declarations, if any
Send the Request and all Attachments to:
Division of Labor Standards Enforcement
Bureau of Field Enforcement
Attn.: Regional Manager
300 Oceangate Blvd., No. 850
Long Beach, CA 90802
COPIES OF THIS REQUEST, INCLUDING ALL ATTACHMENTS, SHALL BE SERVED ON THE
AFFECTED CONTRACTOR AND AFFECTED SUBCONTRACTOR AT THE SAME TIME THAT IT IS
SENT TO THE DIVISION OF LABOR STANDARDS ENFORCEMENT.
24
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT D-1
\[Name and Contact Information for person issuing Notice\]
Date: Case or Contract No.:
NOTICE OF TEMPORARY WITHHOLDING OF CONTRACT PAYMENTS DUE TO
DELINQUENT OR INADEQUATE PAYROLL RECORDS (8 CCR §16435)
Awarding Body: Work performed in County of:
Project Name and Number (if any):
Prime Contractor:
Subcontractor:
Pursuant to Labor Code §1771.5(b)(5) and 8 CCR §16435, contract payments are being withheld due to delinquent
or inadequate payroll records.
Contractor or subcontractor whose payroll records are delinquent or inadequate:
The following payroll records are delinquent (specify weeks and due dates):
The following payroll records are inadequate (specify weeks and ways in which records are deemed
inadequate under 8 CCR §16435(d)):
Estimated amount of contract payments due to contractor or subcontractor that are being withheld pursuant to this
Notice:
See page 2 for additional information, including appeal rights.
Labor Compliance Officer
25
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Prime Contractor Obligations: If contract payments are being withheld due to the delinquency or inadequacy of
your subcontractor’s payroll records, you are required to cease all payments to that subcontractor until the Labor
Compliance Program provides notice that the subcontractor has cured the delinquency or deficiency.
Notice of Right to Obtain Review – Expedited Hearing
An affected contractor or subcontractor may request review an expedited hearing to review this Notice of
Withholding of Contract Payments under Labor Code §1742. The only issue in any such review proceeding is
whether the specified payroll records are in fact delinquent or inadequate within the meaning of 8 CCR §16435 or
whether the Labor Compliance Program has exceeded its authority under 8 CCR §16435.To obtain an expedited
hearing, a written request must be transmitted to the both the Labor Compliance Program and to the Lead
Hearing Officer for the Director of the Department of Industrial Relations, as follows:
\[Name of Labor Compliance Officer,
address, and fax number\]
Office of the Director – Legal Unit
Attention: Lead Hearing Officer
Expedited Hearing Request
Fax to: (415) 703-4277
The request for expedited hearing should specify the basis for challenging this Notice and include a copy of this
Notice as an attachment. The request should also identify and provide contact information for the person who will
represent the contractor or subcontractor at the hearing.
Important Additional Information: This is a Notice of Temporary Withholding of Contract Payments for
Delinquent or Inadequate Payroll Records only. This is not a determination of liability for wages or penalties under
Labor Code §§1775 and 1776 or any other statute. Contract payments cannot continue to be withheld pursuant to
this notice, once the required records have been produced. However, the contractor and subcontractor may still be
subject to the assessment of back wages and penalties and the withholding of contract payments if, upon
investigation, a determination is made that the contractor or subcontractor violated the public works requirements of
the Labor Code.
This Notice only addresses rights and responsibilities under state law. Awarding bodies, labor compliance
programs, and contractors may have other rights or responsibilities under federal or local law, where applicable, and
may also have additional rights or remedies under the public works contract.
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
26
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT D-2
Labor Compliance Program
_________________________________
_________________________________
_________________________________ (SEAL )
_________________________________
Phone:
Fax:
In Reply Refer to Case No.:
Date:
Notice of Withholding of Contract Payments
Awarding Body Work Performed in County
of
Project Name Project No.
Prime Contractor
Subcontractor
After an investigation concerning the payment of wages to workers employed in the execution of the contract for the above-
named public works project, the Labor Compliance Program for _______________ _______________________ (A Labor
Compliance Program) has determined that violations of the California Labor Code have been committed by the contractor
and/or subcontractor identified above. In accordance with Labor Code Sections 1771.5 and 1771.6, the Labor Compliance
Program hereby issues this Notice of Withholding of Contract Payments.
The nature of the violations of the Labor Code and the basis for the assessment are as follows:
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
____________________________________________________________________________________________________
The Labor Compliance Program has determined that the total amount of wages due is: $___________________
The Labor Compliance Program has determined that the total amount of penalties assessed under Labor Code Sections 1775
and 1813 is: $__________________
The Labor Compliance Program has determined that the amount of penalties assessed under Labor Code Section 1776 is:
$__________________
LABOR COMPLIANCE PROGRAM
_____________________________________
By:__________________________________
27
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Notice of Right to Obtain Review - Formal Hearing
In accordance with Labor Code Sections 1742 and 1771.6, an affected contractor or subcontractor may obtain review of this Notice of
Withholding of Contract Payments by transmitting a written request to the office of the Labor Compliance Program that appears
below within 60 days after service of the notice. To obtain a hearing, a written Request for Review must be transmitted to the
following address:
Labor Compliance Program
_________________________________________
Review Office-Notice of Withholding of Contract Payments
_________________________________________
_________________________________________
ARequest for Review either shall clearly identify the Notice of Withholding of Contract Payments from which review is sought,
including the date of the notice, or it shall include a copy of the notice as an attachment, and shall also set forth the basis upon which
the notice is being contested. In accordance with Labor Code Section 1742, the contractor or subcontractor shall be provided an
opportunity to review evidence to be utilized by the Labor Compliance Program at the hearing within 20 days of the Labor
Compliance Program's receipt of the written Request for Review.
Failure by a contractor or subcontractor to submit a timely Request for Review will result in
a final order which shall be binding on the contractor and subcontractor, and which shall
also be binding, with respect to the amount due, on a bonding company issuing a bond that
secures the payment of wages and a surety on a bond. Labor Code Section 1743.
In accordance with Labor Code Section 1742(d), a certified copy of a final order may be filed by the Labor Commissioner in the office
of the clerk of the superior court in any county in which the affected contractor or subcontractor has property or has or had a place of
business. The clerk, immediately upon the filing, shall enter judgment for the State against the person assessed in the amount shown
on the certified order.
(continued on next page)
28
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Opportunity for Settlement Meeting
In accordance with Labor Code Section 1742.1 (b), the Labor Compliance Program shall, upon receipt of a request from the affected
contractor or subcontractor within 30 days following the service of this Notice of Withholding of Contract Payments, afford the
contractor or subcontractor the opportunity to meet with the Labor Compliance Program's designee to attempt to settle a dispute
regarding the notice. The settlement meeting may be held in person or by telephone and shall take place before the expiration of the
60-day period for seeking a hearing as set forth above under the heading Notice of Right to Obtain Review. No evidence of anything
said or any admission made for the purpose of, in the course of, or pursuant to, the settlement meeting is admissible or subject to
discovery in any administrative or civil proceeding. No writing prepared for the purpose of, in the course of, or pursuant to, the
settlement meeting, other than a final settlement agreement, is admissible or subject to discovery in any administrative or civil
proceeding. This opportunity to timely request an informal settlement meeting is in addition to the right to obtain a formal hearing,
and a settlement meeting may be requested even if a written Request for Review has already been made. Requesting a settlement
meeting, however, does not extend the 60-day period during which a formal hearing may be requested.
A written request to meet with the Labor Compliance Program's designee to attempt to settle a dispute regarding this notice must be
transmitted to ______________________ at the following address:
_________________________________________
_________________________________________
_________________________________________
Liquidated Damages
In accordance with Labor Code Section 1742.1, after 60 days following the service of this Notice of Withholding of Contract
Payments, the affected contractor, subcontractor, and surety on a bond or bonds issued to secure the payment of wages covered by the
notice shall be liable for liquidated damages in an amount equal to the wages, or portion thereof that still remain unpaid. If the notice
subsequently is overturned or modified after administrative or judicial review, liquidated damages shall be payable only on the wages
found to be due and unpaid. If the contractor or subcontractor demonstrates to the satisfaction of the Director of the Department of
Industrial Relations that he or she had substantial grounds for believing the assessment or notice to be an error, the Director shall
waive payment of the liquidated damages.
Notwithstanding the above, in accordance with Labor Code 1742.1 (b), there shall be no liability for liquidated damages if the full
amount found due in this Notice, including penalties, has been deposited with the Department of Industrial Relations, within 60 days
following service of this Notice, for the Department to hold in escrow pending administrative and judicial review. The Department
shall release such funds, plus any interest earned, at the conclusion of all administrative and judicial review to the persons and entities
who are found to be entitled to such funds.
In lieu of a cash deposit, the contractor may post an undertaking with the Department in full amount of the Notice of Withholding of
Contract Payments. The undertaking shall be on the condition that, if any decision is issued by the Director upholding this Notice in
any respect, the contractor shall pay the amount owed pursuant to a decision that is final under Labor Code Section 1742, unless the
parties have executed a settlement agreement for the payment of some other amount, in which case the contractor shall pay the amount
that the contractor is obligated to pay under the terms of the settlement agreement. The undertaking must provide that if the contractor
fails to pay the amount owed within 10 days of the date the decision is final or the execution of the settlement agreement, a portion of
the undertaking equal to the amount owed, or the entire undertaking if the amount exceeds the undertaking is forfeited to the Labor
Commissioner for the State of California for the purpose of satisfying the amounts owed under this Notice. A payment bond obtained
by a contractor for the public works project which is the subject to this Notice shall not be accepted as an undertaking unless the
following two conditions are completely satisfied: (1) the payment bond provides the payment of the full amount of this Notice,
including but not limited to, all wages, training, trust contributions, and penalties, and (2) the conditions of payment set forth above
are expressly agreed to by the affected contractor(s) and the surety which issued the payment bond. The undertaking should be
forwarded to the Department as directed below. The Department’s Accounting Office will hold the undertaking until the
administrative and judicial review is completed. The disbursement of the bond funds will follow the same process as described above
for a cash deposit.
Deposits must be made by check or money order payable to the Department of Industrial Relations with a letter and a copy of the
Notice of Withhold Contract Payments and mailed to:
Department of Industrial Relations
Attention Cashiering Unit
P.O. Box 420603
San Francisco, CA 94142
29
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
The Amount of Liquidated Damages Available Under this Notice is $_______________.
Distribution: Attach:
Prime Contractor Audit Summary
Subcontractor Proof of Service
Surety(s) on Bond
30
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT E
LABOR COMPLIANCE PROGRAM
________________________________
Review Office - Notice of Withholding
of Contract Payments (SEAL )
_________________________________
_________________________________
_________________________________
Phone:
Fax:
In Reply Refer to Case No.:
Date:
Notice of Transmittal
To: Department of Industrial Relations
Office of the Director-Legal Unit
Attention: Lead Hearing Officer
P. O. Box 420603
San Francisco, CA 94142-0603
Enclosed herewith please find a Request for Review, dated __________________, postmarked ___________________, and received
by this office on ____________________.
Also enclosed please find the following:
____ Copy of Notice of Withholding of Contract Payments
____ Copy of Audit Summary
LABOR COMPLIANCE PROGRAM
________________________________
By:_____________________________
cc: Prime Contractor
Subcontractor
Bonding Company
Please be advised that the Request for Review identified above has been received and transmitted to the address
indicated. Please be further advised that the governing procedures applicable to these hearings are set forth at Title
8, California Code of Regulations Sections 17201-17270. These hearings are not governed by Chapter 5 of the
Government Code, commencing with Section 11500.
31
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT F
LABOR COMPLIANCE PROGRAM
________________________________
Review Office - Notice of Withholding
of Contract Payments (SEAL )
_________________________________
_________________________________
_________________________________
Phone:
Fax:
In Reply Refer to Case No.:
Date:
Notice of Opportunity to Review Evidence Pursuant to Labor Code Section 1742(b)
To: Prime Contractor
__________________________
__________________________
__________________________
Subcontractor
__________________________
__________________________
__________________________
Please be advised that this office has received your Request for Review, dated _____________, and pertaining to the Notice of
Withholding of Contract Payments issued by the Labor Compliance Program in Case No. _____________.
In accordance with Labor Code Section 1742(b), this notice provides you with an opportunity to review evidence to be utilized by the
Labor Compliance Program at the hearing on the Request for Review, and the procedures for reviewing such evidence.
Rule 17224 of the Prevailing Wage Hearing Regulations provides as follows:
A(a) Within ten (10) days following its receipt of a Request for Review, the Enforcing Agency shall also notify the
affected contractor or subcontractor of its opportunity and the procedures for reviewing evidence to be utilized by
the Enforcing Agency at the hearing of the Request for Review.
(b) An Enforcing Agency shall be deemed to have provided the opportunity to review evidence required by this
Rule if it (1) gives the affected contractor or subcontractor the option at said party's own expense to either (i) obtain
copies of all such evidence through a commercial copying service or (ii) inspect and copy such evidence at the office
of the Enforcing Agency during normal business hours; or if (2) the Enforcing Agency at its own expense forwards
copies of all such evidence to the affected contractor or subcontractor.
(c) The evidence required to be provided under this Rule shall include the identity of witnesses whose testimony the
Enforcing Agency intends to present, either in person at the hearing or by declaration or affidavit. This provision
shall not be construed as requiring the Enforcing Agency to prepare or provide any separate listing of witnesses
whose identities are disclosed within the written materials made available under subpart (a).
(d) The Enforcing Agency shall make evidence available for review as specified in subparts (a) through (c) within
20 days of its receipt of the Request for Review; provided that, this deadline may be extended by written request or
agreement of the affected contractor or subcontractor. The Enforcing Agency's failure to make evidence available
for review as required by Labor Code Section 1742(b) and this Rule, shall preclude the enforcing agency from
introducing such evidence in proceedings before the Hearing officer or the Director.
(e) This Rule shall not preclude the Enforcing Agency from relying upon or presenting any evidence first obtained
after the initial disclosure of evidence under subparts (a) through (d), provided that, such evidence is promptly
disclosed to the affected contractor or subcontractor. This Rule also shall not preclude the Enforcing Agency from
presenting previously undisclosed evidence to rebut new or collateral claims raised by another party in the
proceeding.
32
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
In accordance with the above Rule, please be advised that the Labor Compliance Program's procedure for you to exercise your
opportunity to review evidence is as follows:
Within five calendar days of the date of this notice, please transmit the attached Request to Review Evidence
to the following address:
________________________________
________________________________
________________________________
________________________________
________________________________
Attention:________________________
33
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Request to Review Evidence
To: ______________________________
______________________________
______________________________
______________________________
From:______________________________
______________________________
______________________________
______________________________
Regarding Notice of Withholding of Contract Payments Dated ____________
Our Case No.: _________________
The undersigned hereby requests an opportunity to review evidence to be utilized by the Labor
Compliance Program at the hearing on the Request for Review.
________________________________
Phone No.:_______________________
Fax No.:_________________________
34
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT G
PREVAILING WAGE HEARING REGULATIONS
SEE CALIFORNIA CODE OF REGULATIONS
TITLE 8, CHAPTER 8, SUBCHAPTER 6
(SECTIONS 17201 through 17270)
35
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
ATTACHMENT H
36
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
37
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
38
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section III
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM OFFICE
Implementation Plan
39
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section III
IMPLEMENTATION PLAN
Labor Compliance Officer or designee receives construction contract awards/work schedules from the Parks, Recreation and
Community Services, Field Services and Engineering Departments.
Labor Compliance Officer prepares and electronically issues project specific DAS 13/PW-100 form to the Department of
Industrial Relations
Labor Compliance Officer or designee participates in job-start meeting.
Labor Compliance Officer provides site monitors with work schedules.
Site monitors, both City employees and others, conduct interviews and return interview sheets to Labor Compliance Officer.
Labor Compliance Officer or designee enters information from interviews into database.
Labor Compliance Officer or designee verifies information from certified payroll records.
Labor Compliance Officer notifies contractor in writing of any discrepancies with certified payroll records.
If clarification/correction is not received from the contractor within 10 days, Labor Compliance Officer will commence an
investigation.
Upon completion of the investigation, a report will be sent to the Department of Industrial Relations with recommendations for
penalties to be applied to the contractor.
Labor Compliance Officer prepares and submits public works violation reports to Labor Commissioner as required.
Labor Compliance Officer communicates on a regular basis with contractors, workers, building and trade organizations, and other
community entities and in-service management to City personnel.
Labor Compliance Officer prepares and submits annual program reports to the Santa Clarita City Council, and the Director of the
Department of Industrial Relations.
Labor Compliance Officer manages all facets and is the primary contact for the City’s Labor Compliance Program.
Labor Compliance Officer provides non-City site monitors with site visitation training and assigns projects when applicable.
40
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section IV
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM OFFICE
Operational Manual
41
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
SECTION IV
OPERATION MANUAL
Site Visitations
Representatives of the Labor Compliance Program shall conduct in-person inspections at the site or sites at which
the contract for public work is being performed (“On-Site Visits”). On-Site Visits may be undertaken randomly or
as deemed necessary by the Labor Compliance Program, but shall be undertaken during each week that workers
are present at sites at which the contract for public work is being performed. All On-Site Visits shall include visual
inspection of (1) the copy of the determinations of the Director of Industrial Relations of the prevailing wage rate
of per diem wages required to be posted at each job site in compliance with Labor Code Section 1773.2, and (2) the
Notice of Labor Compliance Program Approval required to be posted at the job site in accordance with Section
16429 of the of the California Code of Regulations, listing a telephone number to call for inquiries, questions, or
assistance with regard to the Labor Compliance Program. On-Site Visits may include other activities deemed
necessary by the Labor Compliance Program to independently corroborate prevailing wage payments reported on
payroll records furnished by contractors and subcontractors.
1.Safety is the paramount factor for any site visit to any City of Santa Clarita construction projects. Do not enter any
area that appears unsafe. Site monitor is expected to exercise reasonable caution at all times.
2.All authorized personnel visiting any City of Santa Clarita construction site are required to be properly identified as a
City representative by wearing visible picture ID’s (badge), or identifying themselves as such. Additionally, all
authorized personnel are required to wear hard hats and safety shoes.
3.Authorized personnel shall visit all sites on a non-interference basis and take a minimum amount of the workers’ time
for interview purposes.
4.Upon arrival at a site, the site monitor will check in at the site superintendent’s (contractor’s) trailer prior to any
interviewing. In the event there is not a construction trailer, you will check in at the site’s administrative office.
Identify yourself and state the purpose of the visit. Sign in if required to do so. If the site superintendent cites some
reason that denies access to the site, promptly and politely remove yourself. Make a note of this occurrence and
include in your report to the LCO.
5.Check to see that the following are displayed in the contractor’s trailer:
Prevailing wage Determinations are posted
Notice of Labor Compliance Program Approval
Sign-in Log
Listing of subcontractors on site
If any of these items are not readily visible, remind the contractor that these postings are part of the contractual
requirements. On subsequent visits, make sure that these items are posted, or the contractor will be found to be
in noncompliance.
6.There will be times when the site superintendent is somewhere on the site and/or there is no contractor present in the
trailer. You should check in at the City’s Inspector of Record (IOR) trailer. The IOR will also be able to tell you
which contractors are on the site at that time. If all trailers are empty or locked, try to locate the site superintendent or
IOR on the site prior to commencing interviewing.
42
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Interviewing
1.Once you have checked in with the site superintendent and obtain access to the site, try to locate tradespersons
working in clusters. For instance, several painters, electricians, roofers, etc. working in one area. Approach the
workers individually in a non-threatening, professional manner. Identify yourself, indicate that you are City’s
representative, and that you need only a few seconds of their time to ask some very generic questions to ensure that
they are receiving the proper rate of pay for the type of work they are doing. Again, do not endanger yours or any
tradesperson’s safety in conducting these interviews. Do not insist that someone on a scaffold 40 feet in the air come
down for an interview. Do not ask anyone to form a line until you can get to them; allow them to continue working
until you can get to them individually.
These interviews are random; two or three tradespersons for each subcontractor are more than sufficient for one visit.
Any persons missed are usually picked up on the next visit. If only one tradesperson is at the site, then interview that
person if possible. If you are told that the rest of the crew will be there in an hour, do not wait, unless your total site
interviewing will take that length of time. Thirty minutes of interviewing per site is typically sufficient, depending
upon the site size and/or number of subcontractors present. Contractor tradesperson should also be interviewed.
2.Using the Labor Compliance Site Visitation Interview form, ask each person the following: name, social security
number, employer, title (trade), rate of pay, and task being performed at the time of interview.
3.Should someone decline to speak with you, respect those wishes. If someone asks if this is union-related, tell them
no. The City of Santa Clarita works with both open and closed shop trades.
4.If you try to interview someone who does not speak English and you cannot communicate in the appropriate
language, try to locate a coworker who can interpret for you. If you find an entire crew unable to speak English and
no interpreter, include this in your report to the LCO.
5.If someone refuses to disclose his social security number to you, respect those wishes. However, assure that person
that all information given is kept strictly confidential.
6.If someone does not know their rate of pay (most tradespersons don’t know), ask for a guesstimate. If the response is,
“whatever prevailing wage is”, so indicate on the form.
7.If someone indicates that he is an apprentice, make sure that you ask him what period. These can be anywhere from
stth
1 to 10. If he’s not sure, ask him how many years he’s been apprenticed in the specific trade and/or to guesstimate
and so indicate on the interview form.
8.ALWAYS thank them for their time.
9.Keep in mind that you are there to collect information only, do not tell them how to do their jobs. Should you witness
what you consider a potentially unsafe or unwarranted condition, you are to contact the site inspector or job
superintendent of your findings immediately and make a note on your site visitation log of what you observed. Upon
your return to the office, report your findings to the LCO.
Reporting
1.All original interview forms shall be submitted to the LCO no later than the end of each workweek.
43
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section V
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM OFFICE
Procedures
44
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
SECTION V
PROCEDURES
Certified Payroll Verification Procedures
1.The Parks, Recreation and Community Services, Field Services and Engineering Departments will provide the Labor Compliance
Officer with construction work schedules.
2.Upon receipt of weekly certified payroll reports from general/subcontractors, compare information from the Labor Compliance
visitation log to the contractors certified payroll and the prevailing wage schedule.
3.Compare name and social security number with trade classification listed.
4.Ensure prevailing wage listed is correct for the classification listed using the prevailing wage schedule
5.Check for employment of apprentices, correct rate of pay, and proper ratio to journey workers.
6.Contact the contractor in writing and send by certified mail any inaccuracies in the verification of its certified payroll.
7.If clarification/correction is not received within ten (10) days from the contractor, the Labor Compliance Officer will commence
an investigation.
8.Upon completion of the investigation, a report will be sent to the Department of Industrial Relations with recommendations for
penalties to be applied to the contractor.
9.Retain all original interview forms and annotate the database as applicable.
Site Monitor Procedures
1.Receive construction site work schedule from Labor Compliance Officer.
2.Check in with site administrative office/site superintendent
3.Utilizing the Labor Compliance Site Visitation Interview form, conduct interviews with workers.
4.Note on your form any infractions you may observe while conducting the interview.
5.Return interview form to the Labor Compliance Officer.
6.Report any infractions you observed to the Labor Compliance Officer.
45
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Section VI
CITY OF SANTA CLARITA
LABOR COMPLIANCE PROGRAM
Forms
46
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
47
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Department of Industrial Relations
P.O. Bo 420603
San Francisco, CA 94142
Please use a separate form for each jobsite, listing
TRAINING FUND CONTRIBUTIONS
the occupations for the jobsite. One check, payable
to the California Apprenticeship Council, may be
submitted for all jobsites and/or occupations.
California Apprenticeship
Training fund contributions are not accepted by the
Council
California Apprentice Council for federal public
works projects, or for non-apprenticable
occupations such as laborers, utility technicians,
teamsters, etc.
Name and Address of Contractor/Subcontractor making Contribution Contractor's License Number
Contract or Project Number
Name and Address of Public Agency Awarding Contract Jobsite Location (Including County)
Period Covered by Contribution
Classification(s) or Workers (Carpenter, Plumber, Electrician, Etc.)Hours Cont. RateAmount
per Hour
Signature Date
Title Area Code & Telephone Number
CAC 2
48
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
CONTRACTOR FRINGE BENEFIT STATEMENT
Contract Number / Name: Contract Location: Today's Date:
Contractor / Subcontractor Name: Business Address:
In order that the proper Fringe Benefit rates can be verified when checking payrolls on the above contract, the hourly
rates for fringe benefits, subsistence and/or travel allowance payment made foremployees on the various classes of
work are tabulated below.
Classification: Effective Date: Subsistence or Travel Pay:
$
Health & $ PAID TO: Name:
Welfare Address:
Pension $ PAID TO: Name:
Address:
Vacation/ $ PAID TO: Name:
Holiday Address:
Training $ PAID TO: Name:
and/or Other Address:
FRINGE BENEFITS
Classification: Effective Date: Subsistence or Travel Pay:
$
Health & $ PAID TO: Name:
Welfare Address:
Pension $ PAID TO: Name:
Address:
Vacation/ $ PAID TO: Name:
Holiday Address:
Training $ PAID TO: Name:
And/or Other Address:
FRINGE BENEFITS
Classification: Effective Date: Subsistence or Travel Pay:
$
Health & $ PAID TO: Name:
Welfare Address:
Pension $ PAID TO: Name:
Address:
Vacation/ $ PAID TO: Name:
Holiday Address:
Training $ PAID TO: Name:
And/or Other Address:
FRINGE BENEFITS
Supplemental statements must be submitted during the progress of work should a change in rate of any of the classifications be made.
Submitted: Contractor / Subcontractor By: Name / Title
49
Total Total Total
70.42
12345 12346
DeductionsDeductionsDeductions
15.37
of 1
# 99-888-77
Other*Other*Other*
.00
y
4
880.00
1725.004936.00
CheckCheckCheck
SavingsSavingsSavings
...
separately listed.
ensation Polic
SubsSubsSubs
p
Travel/Travel/Travel/
and/or payments whether or not included or
168.63409.58
Gross Amount Earned Gross Amount Earned
This Project: All Projects: This Project: All Projects: This Project: All Projects:
Gross Amount Earned
DuesDuesDues
y
ue, full, and correct copies of the originals
FundFundFund
AdminAdminAdmin
determinations must be
RateofPayRateofPay
Rate of Pa
ividuals named.
TrainingTrainingTraining
es Paid for Week:es Paid for Week:es Paid for Week:
ggg
1611.50 4012.00
Ca 92222 Contractor's License#: 00-111-2222
PensionPensionPension
TotalHoursTotalHours
Total Hours
Net WaNet WaNet Wa
S = Straight Time O = Overtime SDI = State Disability Insurance *Other = Any other deductions, contributions required by prevailing wage
SSS
OOO
are the originals or tr
Welfare
WelfareWelfare
Health &
Health & Health &
SSS
for and on behalf of ABC Lighting , certify under
SSS
8
FFF
VacationVacationVacation
/Holiday/Holiday/Holiday
8
THTHTH
WWW
(name of business and/or contractor)
Day & Date
SDISDISDI
1.29 3.36
1
TTT
8
. Page 1
1
Worker's Com
8888
Hours Worked Each Day
MMM
0
TaxTaxTax
1.34
StateStateState
(description, no. of pages)
SecSecSec
FICAFICAFICA
14.08 36.72
s Address: 123 Main Street Santa Clarita
SocSocSoc
0
TaxTaxTax
29.00
EEKLYCERTIFIEDPAYROLLREPORTINGFORM
FederalFederalFederal
Work Classification
Deductions, Contributions and PaymentsDeductions, Contributions and PaymentsDeductions, Contributions and Payments
# of
withholding
exemptions
submitted and consisting of
Busines
ual disbursements by way of cash, check, or whatever form to the individual or ind
r
S-4Fixture Cleaner
Numbe
y
Social Securit
Employee's Name, Address and
Avenue
th
CITYOFSANTACLARITAPUBLICWORKSW
Name of Contractor: ABC Lighting Company or Subcontractor:
I, Mary Jones , the undersigned, am Payroll Clerk with the authority to act (Name -- print)
(position of business) penalty of perjury that the records or copies thereof
which depict the payroll record(s) of the actDate: 6/30/00 Signature:
John Smith 444 5Santa Clarita CA 92111 444-55-6666 Juan Gomez M-3Fixture Cleaner 1212 Main Street Santa Clarita, CA 95555 555-66-9999
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
NO.
CHECK
(9)
WEEK
NET WGS
PAID FOR
st be completed
,
PROJECT OR CONTRACT NO. PROJECT AND LOCATION
(8)
or required by prevailing CERTIFICATION mu
DEDUCTIONS, CONTRIBUTIONS AND PAYMENTS
Page of
ADMIN SUBS UCTIONS ADMIN SUBS UCTIONS ADMIN SUBS UCTIONS ADMIN SUBS UCTIONS
FED FICA STATE SDI VAC/ HEALTH PENSION TAX (SOC SEC) TAX HOL & WELF FED FICA STATE SDI VAC/ HEALTH PENSION TAX (SOC SEC) TAX HOL & WELF FED FICA STATE SDI VAC/ HEALTH PENSION TAX
(SOC SEC) TAX HOL & WELF FED FICA STATE SDI VAC/ HEALTH PENSION TAX (SOC SEC) TAX HOL & WELF
TRANING FUND DUES TRV/ SAVINGS OTHER* TOTAL DED- TRANING FUND DUES TRV/ SAVINGS OTHER* TOTAL DED- TRANING FUND DUES TRV/ SAVINGS OTHER* TOTAL DED- TRANING FUND DUES TRV/ SAVINGS OTHER*
TOTAL DED-
sted. Use extra sheet if necessary
hority to act for and on behalf of
(7)
EARNED
GROSS AMOUNT
1
SELF-INSURED CERTIFICATE # WORKERS' COMPENSATION POLICY # THIS ALL PROJECT PROJECTS THIS ALL PROJECT PROJECTS THIS ALL PROJECT PROJECTS
THIS ALL PROJECT PROJECTS
ns and/or payment whether or not included
are the originals or true, full and correct copies of the originals which depict the payroll
RATE
OF PAY
HOURLY
ess) (name of business and/or contractor)
HOURS
S
with the aut
ay
S
PUBLIC WORKS PAYROLL REPORTING FORM
h D
F
ac
E
ed
TH
rk
Date
consisting of
o
W
W
s
r
(4)Day
ou
T
H
M
*OTHER - Any other deductions, contributio wage determinations must be separately li
O
OOO
SS
SS
TOTAL
k, or whatever form to the individual or individuals named.
opies thereof submitted and
more extensive form of certification.
NAME OF CONTRACTOR CONTRACTORS LICENSE # ADDRESS OR SUB CONTRACTOR SPECIALTY LICENSE # PAYROLL NO. FOR WEEK ENDING WORK CLASSIFICATION
EXEMPTIONS
HOLDING
NO.OFWITH-
California (Reduced by City of Santa Clarita) Department of Industrial Relations
SDI = State Disability Insurance
(description, no. of pages)
(Name - Print) (position with busin
(1) (2) (3) (5) (6)
OF EMPLOYEE
NAME, ADDRESS AND
I, , the undersigned, am
SOCIAL SECURITY NUMBER
Form A 1-131 (New 2-80) S = Straight Time (form has been reduced to fit page) O = Overtime certify under penalty of perjury that the records or crecord(s) of the actual disbursements
by way of cash, checDate: Signature: A public entity may require a more strict and/or
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS
PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1
FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS
CRAFT: # CARPENTER
DETERMINATION: SD-23-31-4-2000-1
ISSUE DATE: February 22, 2000
EXPIRATION DATE OF DETERMINATION: June 30, 2000** The rate to be paid for work performed after this date has been determined. If work will extend past this
date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at
(415) 703-4774.
LOCALITY: All localities within Contra Costa County
Employer Payments Straight-Time Overtime Hourly Rate
CLASSIFICATION Basic Health Pension Vacation/ Training Hours Total Daily Saturday a Sunday
(JOURNEYPERSON) Hourly and Holiday Hourly and
Rate Welfare Rate 1 1/2X 1 1/2X Holiday
ENGINEERING CONSTRUCTION
Carpenter (Heavy and
Highway work) $25.25 2.30 1.01 2.72 b .30 8 31.58 44.205 44.205 56.83
Light Commercial 20.40 2.30 1.01 2.72 b .30 8 26.73 36.93 36.93 47.13
Bridge Carpenter
(Highway work) 25.38 2.30 1.01 2.72 b .30 8 31.71 44.40 44.40 57.09
Millwright 25.75 2.30 1.01 2.72 b .30 8 32.08 44.955 44.955 57.83
Pile Driver 25.38 2.30 1.01 2.72 b .30 8 31.71 44.40 44.40 57.09
Diver, Wet
(up to 50 ft. depth)cd 55.76 2.30 1.01 2.72 b .30 8 62.09 89.97 89.97
117.85
Diver, Standby 28.38 2.30 1.01 2.72 b .30 8 34.71 48.90 48.90 63.09
Diver’s Tender 27.38 2.30 1.01 2.72 b .30 8 33.71 47.40 47.40 61.09
__________________________________
DETERMINATION: SD-23-31-4-2000-1A
ISSUE DATE: February 22, 2000
EXPIRATION DATE OF DETERMINATION: July 1, 2000** The rate to be paid for work performed after this date has been determined. If work will extend past this
date,
the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at
(415) 703-4774.
LOCALITY: All localities within Santa Clarita County
BUILDING CONSTRUCTION
Carpenter $23.40 2.30 1.01 2.17 b .30 8 29.18 40.88 40.88 52.58
Light Commercial 18.72 2.30 1.01 2.17 b .30 8 24.50 33.86 33.86 43.22
__________________________________
DETERMINATION: SD-31-741-1-2000-1
ISSUE DATE: FEBRUARY 22, 2000
EXPIRATION DATE OF DETERMINATION: May 31, 2000* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact
the
Division of Labor Statistics and Research (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued.
LOCALITY: All localities within Santa Clarita County.
Employer Payments Straight-Time Overtime Hourly Rate
Classification Basic Health Pension Vacation/ Training Hours Total Daily Saturday a Sunday
(Journeyperson) Hourly and Holiday Hourly and
Rate Welfare Rate 1 1/2X 1 1/2X Holiday
Terrazzo Installer $29.55 2.30 1.01 1.72 b - 8 34.58 49.355 49.355 64.13
Terrazzo Finisher 23.05 2.30 1.01 1.72 b - 8 28.08 39.605 39.605 51.13
______________________________________________________
a Saturday in the same workweek may be worked
# Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules.
at straight-time rate for the first 8 hours if the employee was unable to complete the 40 hours during the normal workweek. b Includes supplemental dues. c Shall receive a
minimum of 8 hours pay for any day or part thereof. d For specific rates over 50 ft. depth, contact the Division of Labor Statistics and Research.
DESCRIPTION:
Engineering Construction
Refers to construction which requires a Class A license and includes bridges, highways, dams and also power plants and other heavy industrial type projects.
Building Construction
Requires a Class B license and includes non-residential buildings (such as hospitals, government buildings, public schools) and commercial buildings (with the exception
of industrial buildings).
RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining
agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the
prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government
Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or
superseded
determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774.
TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to
each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at
(415) 703-4774.
2
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
LABOR COMPLIANCE SITE VISITATION INTERVIEW FORM
FORMA DE INTREVISTA DEL SITIO SOBRE CONDECENCIA LABORARIA
SITE NAME: DATE
SITIO: FECHA:
PROJECT NAME:
CONTRACT #:
Interior / Exterior (circle)
CONTRACTOR:
CONTRANTE:
SUBCONTRACTOR:
SUBCONTRATANTE
Person Interviewed:
Nombre de Persona Entrevistada
S/S Number / /
Numero de Seguro Social
Position Title:
Possion O Titulo del Entrevistado
Task Being Performed at Time of This Interview:
Clase de Labor Desenpenando al Tiempo de Entrevista
Hourly Pay Rate: $
Salario Horario
OBSERVATIONS:
Site Inspector: Telephone
Project Superintendent: Telephone
Total number of workers observed on the visit:
Type of work observed:
Type of workers observed:
Was the worker believable? Yes No
Did the superintendent or foreman accompany you on the site? Yes No
Explain additional information received from the worker:
Interview Conducted by:
ified Payroll does not
OFFICE COMMENTS
LABOR COMPLIANCE
check out check out with interview
NON
COMPLIANT
COMPLIANT /
PAY
$34.19 Compliant Certified Payroll Records
RATE
INTERVIEW
PERFORMED AT
Plumbing
orer Painting $10.40 Non Cert
POSITION TITLETASK
SECURITY #
SITE VISITATION LOG
oe 111-11-1111 Plumber Repairing
EMPLOYEE NAMESOCIAL
SUB
CONTRACTOR
PRIME
CONTRACTOR
DATE
SITE VISIT
Hoover 9/1/99 Baker Mills John DHoover 9/1/00 Baker Mills Mark Baker 222-22-2222 Lab
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
July 21, 2000 Certified Mail
Mr. John Doe
ACME Painting
13414 Labor Street
Los Angeles, CA 90605
Dear Mr. Doe:
The City of Santa Clarita has identified your firm as the apparent low bidder for Contract #90-225
Portable Contract Moving Services and has scheduled board approval of a contract requiring your
compliance with Division 2 Part 7 of the California Labor Code. This will require the payment of
prevailing wages to all workers employed on the project and the reporting of the certified weekly
payroll to the LCO. The Labor Code requires, prior to the start of work, that a person qualified to
certify documents for your firm attend a review meeting with the awarding body concerning the
Labor Code prevailing wage laws.
The LCO is formally requesting the appearance of the certifying person for the code review, the
submittal of the required weekly certified payroll records or nonperformance reports, and the
monthly submittal of employment utilization reports, all identified in the contract general
conditions.
This request is made pursuant to, and authorized by, California State Labor Code Section 1776(b)
(2), which states, “A certified copy of all payroll records enumerated in subdivision (a) shall be
made available for inspection or furnished upon request to a representative of the body awarding
the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship
Standards of the Department of Industrial Relations” and California Code of Regulations Section
16430 (a) (2).
The goal of the LCO is to provide the necessary information, assistance, forms and procedures to
allow your project to move forward on schedule and in compliance with the State’s Labor Code.
Please call the City of Santa Clarita’s Labor Compliance Officer at (661) 286-4025 to set an
appointment and receive the necessary forms prior to the start of your project.
Respectfully,
Harry Corder
Labor Compliance Officer
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
July 27, 2000 Certified Mail
Jane Doe
ACME Flooring
8320 Camino Santa Fe
Santa Clarita, CA 92121
Dear Ms. Doe:
The City of Santa Clarita has awarded your firm a contract requiring your compliance with
Part 7, chapter 1 of the California Labor Code. This will require the payment of prevailing
wages to all workers employed on the project and the reporting of the weekly payroll to the
City’s Labor Compliance Officer.
The Labor Code requires, prior to the start of work, that a person qualified to sign and
certify for your firm attend a review with the awarding body of the Labor Code prevailing
wage laws.
The Labor Compliance Officer goal is to provide the necessary information, assistance,
forms and procedures to allow your project to move forward on schedule and in
compliance with the State’s Labor Code.
Please call the City of Santa Clarita’s Labor Compliance Officer at (661) 286-4025 to set an
appointment and receive the necessary forms prior to the start of your project.
Respectfully,
Harry Corder
Labor Compliance Officer
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
March 23, 2000 Certified Mail
John Doe
ACME Construction Co.
3170 Labor Street
Vista, CA 92083-8318
Mr. Doe:
The City of Santa Clarita’s Labor Compliance Officer is formally requesting copies of Certified
Payroll Records and Monthly Utilization Reports for the modernization of Cubberly, Jones and
Fletcher schools. We are requesting the records from the beginning of the project through project
completion for your firm and all subcontractors.
This request is made pursuant to, and authorized by, California State Labor Code Section 1776 (b)
(2) and Section 1776 (g) (3) and the contract general conditions requiring weekly employee
payments and weekly certified payroll submittals.
Labor Code Section 1776 (b) (2) states: “A certified copy of all payroll records enumerated in
subdivision (a) shall be made available for inspection or furnished upon request to a representative
of the body awarding the contract, the Division of Labor Standards Enforcement and the Division
of Apprenticeship Standards of the Department of Industrial Relations.”
Labor Code 1776 (g) (3) states: “The contractor shall have 10 days in which to comply subsequent
to receipt of written notice specifying in what respects the contractor must comply with this
section. In the event that the contractor fails to comply within the 10-day period, he or she shall, as
a penalty to the state or political subdivision on whose behalf the contract is made or awarded,
forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until
strict compliance is effectuated.”
Please forward all weekly Certified Payroll Records and Monthly Utilization Reports and state
approved forms previously provided to: City of Santa Clarita, Labor Compliance Officer, 23920
Valencia Boulevard, Suite 300, Santa Clarita, CA 91355-2196. If you have any questions, contact
me at (661) 286-4025.
Respectfully,
Harry Corder
Labor Compliance Officer
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Prime Contractor:
Project:
Original Request: 02/08/00 This Request: 02/08/00
1. Monthly Utilization Forms must be provided for:
2. Apprenticeship Training Agreement (similar to Form DAS 1) must be provided for:
3. Apprenticeship Training Agreement (similar to Form DAS 7) must be provided for:
4. Training Fund Contributions (Form CAC 2 or equivalent) must be provided for:
5. Public Works Contract Award Information (Form DAS 140) with the name, address and
phone number of the training program notified by all project contractors must be provided
for:
6. Fringe Benefits Statements must be provided for:
7. Signed certified Payroll report or statement of Non-Performance with original signatures
must be provided for:
contractors are responsible for submittal of their payrolls and those of their respective
subcontractors as one package, which must be in the City’s Labor Compliance Officer within
one week of each weekly paycheck. In the event there has been no work performed during a
given week, the certified payroll record shall be annotated with the words “No Work” for that
week.
•
8. To determine the required hours for apprentices on this project we will need the contractor
to Identify all sub-contractors who will perform work in involving less than $30,000 or who
will be on the project less than 20 calendar days or both.
9. Either the Public Works Payroll Reporting Form (Form A-1-131) or the City of Santa Clarita
reporting form must be used.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
March 1, 2000 Certified Mail
Mr. Doe
ACME Construction Co.
115 Market Place, Suite A
Los Angeles, CA 92029-1353
Dear Mr. Doe:
The City of Santa Clarita’s Labor Compliance Officer has formally requested copies of Certified Payroll
Records and Monthly Utilization Reports for Bid Project Portable Contract 82 - Phase 2. We have
reviewed your submittal and require additional information.
This new request is made pursuant to, and authorized by, California State Labor Code Sections 1774,
1775, 1776, 1777.5, 1777.7, 1810, 1813 and 1815. Additionally, the contract general conditions require
weekly certified payroll record submittals to the City of Santa Clarita’s Labor Compliance Officer and
weekly payment of employee wages.
Labor Code §1776 (b) (2) states: “A certified copy of all payroll records enumerated in subdivision (a)
shall be made available for inspection or furnished upon request to a representative of the body awarding
the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards
of the Department of Industrial Relations.”
Labor Code §1776 (g) states: “The contractor shall have 10 days in which to comply subsequent to
receipt of written notice specifying in what respects the contractor must comply with this section. In the
event that the contractor fails to comply within the 10-day period, he or she shall, as a penalty to the state
or political subdivision on whose behalf the contract is made or awarded, forfeit one hundred ($100) for
each calendar day, or portions thereof, for each worker, until strict compliance is effectuated.”
Please correct and supply the data requested in the attachments and submit on approved forms to: City of
Santa Clarita, Labor Compliance Officer, 23920 Valencia Boulevard, Suite 300, Santa Clarita, CA
91355-2196.
If you have any questions, contact me at (661) 286-4025.
Respectfully,
Harry Corder
Labor Compliance Officer
Enc. (2)
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA
Report of Action for Prevailing Wage Violations
Name of Project:
Contract Number: First Advertised Date:
County Where Work Is Performed:
Date Notice of Completion Filed:
Date of Project Acceptance or Current Percent Complete:
Name and Address of Prime Contractor:
Project’s Scope of Work:
Contractors in Violation of the Labor Code and their Scope of Work:
Statement of the Issues Identified to the Contractor:
Summary of the Audit Investigation:
CPR Spread Sheets
Labor Code Sections Violated:
Summary of Penalty Assessment Justification:
Identify Labor Code 1775 and 1813 Penalties Requested with Calculated Totals:
Is the Violation Due to Mistake, Inadvertence or is it a Willful Failure to Pay the Correct Wages:
Previous Record in Meeting Prevailing Wage Obligations:
Identify and Provide All Correspondence:
Identify and Provide Any Contractor Response:
Recommend Penalty Assessment:
eng-civi\\labor compliance program.doc
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this bid. I agree to furnish
the commodity or service stipulated on this bid as stated in the bid specifications.
TERMS AND CONDITIONS
The solicitation, bidder’s response and the Purchase Order (and Contract for services) constitute the
entire agreement between the vendor and the City of Santa Clarita (City) covering the goods (including
services) described herein (the “goods”). Time is of the essence.
1. Shipment and Inspection. The terms and routing of shipment shall be as provided on the
Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to
any goods not then shipped. City shall have the right to inspect any or all of the goods at
vendor’s place of business or upon receipt by City at City’s election, which right shall be
exercisable notwithstanding Buyer’s having paid for the goods prior to inspection. City, by reason
of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or
goods which do not conform to the specifications therefore, or to have waived any of City’s rights
or remedies arising by virtue of such defects or non-conformance. Cost of inspection on
deliveries or offers for delivery, which do not meet specifications, will be for the account of the
vendor.
2. Risk of Loss. Notwithstanding any provision hereof to the contrary, title to, and risk of loss of, the
goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in
this Contract, or if no such point is specified, then, when the goods are delivered to the City.
However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall
hold City harmless from and against any and all claims asserted against City on account of any
personal injuries and/or property damages caused by the goods, or by the transportation thereof,
prior to the completion of unloading at City’s receiving yard.
3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City
title to the goods free and clear of all security interest, liens, obligations, restrictions or
encumbrances of any kind, nature or description, the goods shall be free from defects in material
and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new
and not used or reconditioned; the goods and their packaging shall conform to the description
thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is
relying on vendor’s skill and judgment in selecting and providing the proper goods for City’s
particular use. The goods shall be in all respects suitable for the particular purpose for which
they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and
hold City harmless from and against any and all damages, losses, demands, costs and expenses
arising from claims by third parties for property damage, personal injury or other losses or
damages arising from vendor’s breach of its obligations hereunder.
4. Remedies. In the event of vendor’s breach of this Contract, City may take any or all of the
following actions, without prejudice to any other rights or remedies available to City by law: (a)
require vendor to repair or replace such goods, and upon vendor’s failure or refusal to do so,
repair or replace the same at vendor’s expense: (b) reject any shipment or delivery containing
defective or nonconforming goods and return for credit or replacement at vendor’s option; said
return to be made at vendor’s cost and risk: (c) cancel any outstanding deliveries or services
hereunder and treat such breach by vendor as vendor’s repudiation of this Contract. In the event
of City’s breach hereunder, vendor’s exclusive remedy shall be vendor’s recovery of the goods or
the purchase price payable for goods shipped prior to such breach.
5. Force Majeure. For the purposes of this Contract, an event of “force majeure” shall mean any or
all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires,
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
floods or other acts of God; transportation delays; acts of government or any subdivision or
agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any
other cause, whether or not similar to the causes or occurrences enumerated above; in all cases,
which are beyond the control of the party claiming the occurrence of a force majeure event and
which delays, interrupts or prevents such party from performing its obligations under this
Contract. Notwithstanding any provision hereof to the contrary, the reduction, depletion,
shortage, curtailment or cessation of vendor’s supplies or reserves or any other supplies or
materials of vendor shall not be regarded as an event of force majeure. The party affected by a
force majeure event shall give notice thereof to the other party within ten days following the
occurrence thereof and shall apprise the other party of the probable extent to which the affected
party will be unable to perform or will be delayed in performing its obligations hereunder. The
affected party shall exercise due diligence to eliminate or remedy the force majeure cause and
shall give the other party prompt notice when that has been accomplished. Except as provided
herein, if performance of this contract by either party is delayed, interrupted or prevented by
reason of any event of force majeure, both parties shall be excused from performing hereunder
while and to the extent that the force majeure condition exists, after which the parties’
performance shall be resumed. Notwithstanding the foregoing, within five days following vendor’s
declaration of a force majeure event which prevents its full and/or timely delivery of goods
hereunder, City may, at its option and without liability (a) require vendor to apportion among its
customers the goods available for delivery during the force majeure period; (b) cancel any or all
delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate
this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute
goods from other sources in which event this contract shall be deemed modified to eliminate
vendor's obligation to sell and City’s obligation to purchase such substituted goods. After
cessation of a force majeure event declared by vendor, vendor shall, at City’s option but not
otherwise, be obligated to deliver goods not delivered during the force majeure event. After
cessation of a force majeure event declared by City, neither party shall be obligated to deliver or
purchase goods not so delivered and purchased during the force majeure period.
6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of
any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade
name or copyright with regard to the goods, their manufacture or use, vendor shall at its own
expense defend such suit and shall indemnify and save and hold City harmless from and against
all claims, damages, losses, demands, costs and expenses (including attorney’s fees) in
connection with such suit or threatened suit.
7. Compliance with Law. Vendor warrants that it will comply with all federal, state, and local laws,
ordinances, rules and regulations applicable to its performance under this Contract, including,
without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment
Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as
amended, and any rules, regulations or orders issued or promulgated under such Act and Order.
Vendor shall indemnify and save and hold City from and against any and all claims, damages,
demands, costs and losses which the City may suffer in the event that vendor fails to comply with
said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold
hereunder will comply with and conform in every respect to the standards applicable to the use of
such goods under the Williams-Steiger Occupational Safety and Health Act of 1970, as amended,
and any regulations and orders issued thereunder. Any clause required by any law, ordinance,
rule or regulation to be included in a contract of the type evidenced by this document shall be
deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed
material/services and /or any construction authorized herein, the same must be first obtained
from the regulatory agency having jurisdiction there over.
8. Reports, Artwork, Designs etc.:
(a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints
furnished by City, vendor shall return same to City upon completion or cancellation of this
Contract. Such designs and the like shall not be used by vendor in the production of materials for
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
any third party without City’s written consent. Such designs and the like involve valuable property
rights of City and shall be held confidential by vendor.
(b) If the Contract results in the creation of artwork, designs or written products, including but not
limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures,
analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor
expressly transfers all ownership and intellectual property rights including copyrights to the City
by signing the contract. Such works and the like shall not be used by vendor in the conduct of
any business with any third party without the City’s written consent.
(c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools
and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs
or other properties furnished by City or specifically paid for by City shall be City’s property. Any
such property shall be used only in filling orders from City and may on demand be removed by
City without charge. Vendor shall use such property at its own risk, and shall be responsible for
all loss of or damage to the same while in vendor’s custody. Vendor shall at its cost store and
maintain all such property in good condition and repair. City makes no warranties of any nature
with respect to any property it may furnish to vendor hereunder.
9. Governing Law. The Purchase Order and this Contract between the parties evidenced hereby
shall be deemed to be made in the State of California and shall in all respects be construed and
governed by the laws of that state.
10.Miscellaneous.
(a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of
any other such term, condition or provision, nor shall such waiver be deemed a waiver of a
subsequent breach of the same term, condition or provision.
(b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made
by City on this Contract or any other forms delivered to vendor shall be subject to correction.
(c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers
and unit prices shall hold over extended prices.
(d) City may, upon notice of vendor and without liability to City, cancel this Contract and any
outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped
hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take
possession of all or substantially all of vendor’s assets, (B) vendor makes a general assignment
for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor
under any insolvency or bankruptcy act, or under any other statute or regulation having as its
purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of
bankruptcy. If an event described in (2) of this section occurs. City may at City’s sole election
pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which
event the goods shall be the property of City and vendor shall safely hold the same subject to
receipt of City’s shipping instructions.
11. Non-Collusion. By submitting a bid, bidder certifies they have not divulged, discussed or
compared their bid with other bidders, nor colluded with any other bidders or parties for invitation
to bid.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Protest Procedures - Any person or entity may present a formal protest to the
City with respect to solicitations being conducted by staff.
(1)Definitions
“Bidder” means any person or firm providing a timely, written
response to the City solicitation.
“Bid Protest” means any protest with regard to the response
submitted by another bidder.
“Response” means the written response to the City solicitation
provided by a person or firm.
“Solicitation Protest” means a statement of protest, dispute,
challenge, disagreement, disapproval or other objection regarding
documents, determinations or actions taken or contemplated by the
City with respect to a solicitation.
“Solicitation” means the document by which the City identifies
goods, equipment, services or public construction projects for which
it seeks a response.
(2)Format
The protest must be in writing and include the following information
at a minimum:
(a) The name, address and phone number of the protester, or
the authorized representative of the protester;
(b) The signature of the protester or authorized representative of
the protester;
(c) The solicitation number and title under which the protest is
submitted;
(d) A detailed description of the legal and/or factual grounds for
the protest and all supporting documentation. For protests
containing elements not based on publicly released
information the protest must contain documentation clearly
showing the date on which the protester received the
information; and
(e) The form of relief requested.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
(3) Solicitation Protests
Protests of any kind regarding the solicitation including, but not
limited to, specifications, scope of work or process, must be
received by the City’s Purchasing Agent not more than five
calendar days after the last day for questions or the last addendum
is issued, whichever is later. The decision by the Purchasing Agent
on any solicitation protest shall be final.
(4) Bid Protest and Review
(a) The protest, in the Format specified above, must
be submitted to the City Manager by email or by personal
delivery or overnight mail (to City Hall, 23920 Valencia
Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is
received by the City no later than
seven calendar days after the bid opening.
(b) A copy of the protest must be served upon the bidder
subject to the protest in the same manner by which the
protest was submitted to the City Manager. Failure to serve
the protest upon the bidder subject to the protest is grounds
upon which the City may deny the protest.
(c) A bidder whose bid has been protested by another bidder
may submit to the City Manager a written response to the
protest by email or by personal delivery or overnight mail (to
City Hall, 23920 Valencia Boulevard, Suite 120, Santa
Clarita, CA 91355) so that it is received by the City no later
than seven calendar days after the protest has been served
by the protesting bidder.
(d) The City Manager or designee shall have up to ten calendar
days to decide whether to approve or reject the protest. The
written decision of the City Manager or designee on the
protest shall be served upon the protesting bidder and any
bidder subject to the protest within 14 calendar days of
receipt of the bid protest.The City Manager or designee
may extend the 10 calendar days if necessary to review
additional information requested from any bidder.
(e) The decision of the City Manager or designee on the bid
protest shall be final with no further review.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
(5) State or Federal Funding
(a) If the subject matter of the solicitation or project is receiving
any State or Federal funds which requires a protest
procedure different than the procedures stated above, then
that protest procedure shall control.
(b) In the event there is any lawsuit filed against the City relating
to any federally funded project, the City will provide prompt
notice of that lawsuit to all agencies who participated in the
funding of the project.
(6)Mandatory Procedure.
This administrative procedure and the time limits set forth herein
are mandatory. Failure to comply with these mandatory procedures
shall constitute a waiver of any right to pursue the bid protest,
including filing a Government Code claim or any
legal proceedings or actions.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
FYIJCJUC
PROPOSAL IN RESPONSE TO THE CITY OF
(RFP #LMD-17-18-18) FOR STREETLIGHT
TURNKEY SERVICES
November 16, 2017
Submitted by: Submitted to:
Copyright
City of Santa Clarita
Jason Tanko, President
November 16, 2017
Purchasing
Tanko Streetlighting, Inc.
By Tanko Lighting
23920 Valencia Blvd., Suite 120
220 Bayshore Boulevard
All rights reserved
San Francisco, CA 94124 Santa Clarita, CA 91355-2196
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
CONTENTS
Contents .......................................................................................................................................................................... 2
A. Cover Letter ................................................................................................................................................................. 3
B. Statement of Qualifications ........................................................................................................................................... 5
1. Experience ................................................................................................................................................................ 5
Key Staff Experience .................................................................................................................................................. 7
2. Qualifications ............................................................................................................................................................. 8
C. Project Understanding ................................................................................................................................................ 14
1. Understanding of Scope of Work .............................................................................................................................. 14
2. Work Plan ............................................................................................................................................................... 15
A. Turnkey Services ............................................................................................................................................ 15
B. On-Going Maintenance ................................................................................................................................... 26
3. Quality Control, Budget, and Schedule ..................................................................................................................... 32
4. Possible Issues ....................................................................................................................................................... 32
D. Tasks/Schedule ......................................................................................................................................................... 33
1. Activities to Complete Tasks .................................................................................................................................... 33
2. Project Schedule ..................................................................................................................................................... 34
E. Cost Proposal ............................................................................................................................................................ 35
F. Appendices ................................................................................................................................................................ 35
Appendix A Completed Proposal Form ............................................................................................................. 35
Appendix B Addenda Acknowledgements ......................................................................................................... 35
Appendix C Reference Sheet ........................................................................................................................... 35
Appendix D Resumes ....................................................................................................................................... 35
Page 2 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
A. COVER LETTER
Proposals shall include a letter signed by a principal or authorized representative who can make legally binding commitments for the company and
contain the following:
1. Identification of consultant, including name, address and telephone number.
2. Name, title, address, telephone number and email address of contact person during period of proposal evaluation.
y.
November 16, 2017
City of Santa Clarita
Purchasing
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
DearCity of Santa Clarita,
the
City of Santa Clarita Request for Proposals (#LMD-17-18-18) for Streetlight Turnkey Services. Tanko Lighting acknowledges
receipt of the RFP documents. , its Addenda
Acknowledgements in Appendix B, and its Reference Sheet in Appendix C.
Tanko Lighting understands that the City is seeking to partner with a firm that can assist in auditing, design, acquisition
assistance, procurement, logistics management, installation coordination, rebate/rate change services, commissioning
services and ongoing maintenance. Tanko Lighting believes that it is the most qualified partner to assist the City with these
services.
Tanko Lighting is a national firm focused solely on providing professional services for turn-key municipal energy efficiency
streetlight conversion projects. The company has previously been or is currently involved with the energy efficiency
conversion of more than 350,000 streetlights throughout the nation and is actively developing projects for an additional
-three states, and fifty-five utilities. This
experience enables Tanko Lighting to appropriately translate technical information, market context, and industry standards
into appropriate, high quality and cost-effective projects for its customers.
Further, Tanko Lighting is well-entrenched in Southern California, providing turn-key streetlight acquisition and LED
conversion services for several municipalities in the region and successfully assisted the City of Santa Clarita with a steel
pole streetlight audit previously this year. This experience equips Tanko Lighting with the best context to ensure that the
will be efficient and successful.
415-254-7579; jason@tankolighting.com.
its typical approach to all municipal turn-key streetlight conversion
projects
A. Turnkey Services
o Task 1: Comprehensive GIS Audit of Existing Streetlights
o Task 2: Data Reconciliation
Page 3 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
oTask 3: Cut-Over Cost Analysis
o Task 4: Design
o Task 5: Development of City Tag Numbering System
o Task 6: Streetlight Acquisition Support
o Task 7: Financial Analysis
o Task 8: Materials Procurement
o Task 9: Community Outreach and Notification
o Task 10: Logistics Management
o Task 11: Installation
o Task 12: Replacement Tag Installation
o Task 13: Waste Disposal
o Task 14: Commissioning
o Task 15: Rebate and Tariff Change Coordination
o Task 16: Training of City Staff
o Task 17: Final Reporting
B. On-Going Maintenance
Task 1: Pre-LED Conversion Maintenance Services
Task 2: Post-LED Conversion Maintenance Services
light LED design and conversion projects nationwide and
specifically under SCE, it can leverage its expertise to provide the necessary context and value to assist the City with all the
support, recommendations and coordination necessary to ensure the success of this project. Please let us know should you
have any questions. We look forward to your feedback.
Regards,
Jason Tanko, President
Enclosures
Page 4 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
B. STATEMENT OF QUALIFICATIONS
The proposal should describe the qualifications of the firm in both staffing and experience in a manner that demonstrates competence to perform these
requested services.
1. Experience
-contractors that outline their technical and design experience. At a minimum, this
should include the project manager/principal agent, associates in charge when project manager/principal agent is unavailable, key personnel, firm size,
and an organization chart identifying only those who will perform work for the proposed project.
Tanko Lighting is a national firm focused solely on
providing professional services for turn-key municipal
streetlighting conversion projects. With decades of
experience serving this market, Tanko Lighting is the
municipal streetlight expert. Because of its technical
experience and national context, Tanko Lighting is
intimately familiar with industry standards and trends, as
infrastructure.
Tanko Lighting is a privately-held S corporation and a
financially stable company that has successively
operated profitably for more than a decade. As a
where streetlighting is integrated into the fabric of
privately-held company with just two shareholders,
everything it does.
Tanko Lighting is tightly controlled, enabling sound
financial and business decisions. Since 2010, the company has experienced rapid growth and expanded its core business
model all while maintaining zero long-term debt. With a clear understanding of its core competencies, significant knowledge
of the municipal streetlighting market, and sound leadership, Tanko Lighting continues to experience sustainable growth while
reinforcing its triple bottom line values: People, Planet, and Profit.
Tanko Lighting will utilize as its subcontractor for all field installation and maintenance
services for this project. role will include developing the Safety and Traffic Control Plans for the project,
converting the HPS fixtures to LED fixtures, providing proper environmental disposal, and maintaining the LED system over
time. Taft ElectricA/C-10 Contractors License Number is: 772245. It is expected that Taft Electric will devote 100 percent
approximately
twenty percent of the total contract amount, excluding sales tax (based on Tanko Lightings most competitive offer included
inits Cost Proposal).
for
project management or auditing is a subcontractor to the prime contractor. Tanko Lighting believes that this is not ideal, as
the firm responsible for coordinating all project elements should be the one that is directly responsible for all tasks and
contractually obligated to the City. Thus, Tanko Lighting has structured its team such that it is the prime contractor and its
only subcontractor Taft Electric is focused on a narrow scope of work installation services.
Page 5 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Please find a
projects nationwide can be provided upon request.
Number of Number of
City/Town City/Town
Fixtures Fixtures
Santa Clarita, CA 16,200 Rancho Cucamonga, CA 15,200
(Pole Inspection)
Santa Ana, CA 11,500 Simi Valley, CA 8,000
Fullerton, CA 6,600 Orange, CA 4,400
Tustin, CA 3,500 West Hollywood, CA 2,500
La Verne, CA 2,500 La Puente, CA 2,100
Bell, CA 1,600 Signal Hill, CA 1,300
Stanton, CA 1,300 Claremont, CA 1,300
Corona, CA 8,700
Vista, CA 2,200
Silicon Valley Power, Santa
Suisun City, CA 1,600 5,000
Clara, CA
Alameda Municipal Power,
Berkeley, CA 8,000 3,200
Alameda, CA
Vacaville, CA 5,000 Vallejo, CA 9,000
Hayward, CA 7,700 Fairfield, CA 8,000
Page 6 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Napa, CA 4,500 Modesto, CA 9,500
Lodi Electric Utility, Lodi,
Sonoma, CA 1,200 7,200
CA
San Bruno, CA 2,000 Morgan Hill, CA 2,500
Pleasanton, CA 5,600 Oakland, CA 37,000
Further, Taft Electric has completed several LED streetlight conversions for municipalities in Southern California, including for
the Cities of Lancaster, Santa Barbara, and Westlake. Additionally, Taft Electric has successfully completed several projects
for the City of Santa Clarita.
Key Staff Experience
Tanko Lighting is comprised of more than thirty talented professionals all with significant municipal streetlight conversion
experience. Please find below a detailed listing of the key staff members who will be actively engaged in this project. Please
find resumes in Appendix D.
Ian Canada will serve as the Project Manager for this project. Mr. Canada
will serve as the primary point of contact, responsible for coordinating
schedules, design, and coordination of deliverables. Mr. Canada has served
on a variety of Tanko Lighting projects during his tenure with the company.
Recent projects include the LED streetlight acquisition and/or conversion
projects for the Cities of Fullerton, CA, La Verne, CA, Claremont, CA, La
Puente, CA Meriden, CT, Darien, CT, and Montville, CT. Please find
additional information on Mr. Canada in his resume in Appendix D.
Please find below a list of additional key staff members of both Tanko
Lighting and Taft Electric who will be assigned to this project.
Staff Member Role
Jason Tanko, President Principal-in-Charge, engineer, technical support lead,
secondary contact (available when Primary Contact is
unavailable)
Nicole Kelner, Director of Project Ms. Kelner will serve as the project director, responsible
Management for compliance and deliverables.
Ian Canada, Project Manager Primary point of contact, responsible for coordinating
schedules, design, and coordination of deliverables
Jacqueline Engler, Project Associate Cost/benefit analysis, savings modeling, acquisition
support, rebate/rate change processing, project
management support
Rebecca Rodriguez, Lead GIS Data Oversight of data collection and management, GIS
processing and reporting
Selena Smith, Field Services Manager Lead on auditing, field commissioning, data collection
Page 7 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Dave Norwine, Traffic Division Manager, Contract oversight, compliance, quality assurance
Taft Electric
Brian Eberhard, Traffic Division Project Lead on field installation services, traffic control and safety
Manager, Taft Electric
Jason Tanko
President
Nicole Kelner
Director of PM
Lizzy Kay
Project Manager
Dave Norwine Rebecca Rodriguez Selena Smith Debra Halligan
Taft ElectricLead GIS AnalystField Services ManagerProject Associate
Brian Eberhard
Taft Electric
2. Qualifications
For your proposal to be considered, the firm must meet these minimum qualifications. Contractor to have verifiable experience completing similar LED
retrofit installation projects and/or managing municipal streetlight maintenance operations for at least three separate public agencies over the past two
years. Project information to be provided on Reference Sheet and should include project description, year completed, client name, along with a person
to contact and their telephone number.
Tanko Lighting holds electrical contractor licenses in the States of California (C-10 License Number 992782) and Arizona.
Additionally, Tanko Lighting is a Certifie
Management and Maintenance (DCAMM), a Qualified Vendor with the Connecticut Conference of Municipalities, a registered
Energy Services Company (ESCO) with the United States Department of Energy, and a registered Small Business Entity with
the Small Business Administration.
Since 1946, Taft Electric has been providing electrical installations for the commercial, industrial, transportation, institutional,
education, healthcare, and residential sectors. Taft Electric has completed several LED streetlight conversions for
municipalities in Southern California, including for the Cities of Lancaster, Santa Barbara, and Westlake. Additionally, Taft
Electric has completed several projects for the City of Santa Clarita. Class A/C-10 Contractors License Number
is: 772245.
As a municipal streetlighting expert, Tanko Lighting is uniquely qualified to assist the City with this project. Please find several
elements demonstrating Tan
Page 8 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Municipal Streetlight Conversion Experience:
streetlighting conversion projects is unsurpassed. The company has previously been or is currently involved with the
energy efficiency conversion of more than 350,000 streetlights nationwide.
spanned more than twenty-three states, and fifty-five utilities. Further, Tanko Lighting has conducted more pilot and
design projects than any of the competition most have led to subsequent conversion contracts, which shows the
including various sized projects (ranging from as large as 38,000+ fixtures to as few as 49 fixtures), as well as
incredibly complex projects, derived from such factors as square mileage/area, complicated data, inconsistent
existing design, and complex scopes of work.
Project Management Experience: Tanko Lighting utilizes the extensive experience and organizational skills of its in-
house project managers to develop project timelines, and manage ordering and installation schedules. This ability to
focus managing all aspects of the project contrasts with many of its competitors, which typically operate projects
has never paid any liquidated damages to a client for failing to complete a project. Further, it should be noted that
sfactory
performance.
Technical Knowledge: Tanko Lighting has significant technical expertise centered on municipal streetlighting
infrastructure. Led by an electrical engineer and licensed electrical contractor, Jason Tanko (President), Tanko
Lighting understands the field conditions and system constraints that are often involved with municipal streetlighting
projects. This enables the team to accurately design projects to prevent anticipated challenges, as well as quickly
respond with streamlined solutions in the event of technical difficulties during a
project.
Regional Context: Tanko Lighting has extensive experience particularly in the
Southern California region. Most of the streetlight system projects in this region
involve the acquisition of the system from Southern California Edison, as well as
the subsequent LED conversion of the acquired fixtures. Tanko Lighting is
below for more details) and understands the challenges and solutions to
expediting the acquisition process with SCE. Tanko lighting is one of only a few
asset transfer to the municipality and subsequently converted to LED and
currently holds the most SCE acquisition contracts with municipalities in the
region.
National Context:
and implementation of LED conversion projects provides tremendous national
context that will benefit the City by ensuring that the project is consistent with industry standards during each phase
of the project.
Experience with Acquisition Projects: There is a growing nationwide industry trend in which municipalities are
acquiring their streetlight infrastructure from their local private utility companies. This poses tremendous advantages
Page 9 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
to the municipality, in that not only does it allow the municipality to control the management of the system within its
geographic borders, but it also involves tremendous cost savings particularly related to maintenance and energy
(as many utilities charge exorbitant fees for energy and maintenance rates for the systems). Further, once a
municipality acquires its system, it can reap additional savings benefits by converting to LED fixtures. Tanko Lighting
has been working with several municipalities nationwide to assist in their streetlight acquisition strategies from
investor-udes providing valuation, field data
collection, acquisition feasibility analysis, and acquisition negotiations with the utility on behalf of the client. Recent
projects involving acquisition support include the following municipalities:
o West Hollywood, CA (2,300 fixtures)
o Rancho Cucamonga, CA (15,000 fixtures)
o Santa Ana, CA (11,500 fixtures)
o Tustin, CA (3,500 fixtures)
o Orange, CA (6,000 fixtures)
o Bell, CA (1,672 fixtures)
o Stanton, CA (1,159 fixtures)
o Claremont, CA (1,500 fixtures)
o La Verne, CA (1,979 fixtures)
o Simi Valley, CA (8,325 fixtures)
o La Puente, CA (2,100 fixtures)
Data Management: Tanko Lighting believes that utilizing data collection and analysis throughout all stages of a
project results in superior project management. Tanko Lighting has built its own in-house data team with the right
blend of both streetlighting technical expertise and data analysis skills to collect and reconcile accurate project data.
While competitors often subcontract data collection and management, Tanko Lighting retains these activities in-house
to better inform the design and project management processes. Field staff are provided devices that track the Global
Position System (GPS) coordinates and other characteristics of the existing fixtures for the audit phase, as well as
for the installation phase (installers track this information in real-time during the LED installation), which, when
compared with City data, streamlines the accuracy of the ordering and installation processes. Additionally, Tanko
Lighting utilizes the most state-of-the-art technology with the highest degree of spatial accuracy, and utilizes the
industry standard software to process data and provide shape files that are fully compatible with
-designed, streamlined, accurate, efficient and cost effective. Tanko
Data Reconciliation: Reconciling the audit data with
existing City records is critical to providing an accurate
most initial utility inventory records are highly inaccurate,
which can lead to overstating or understating the
quantity of existing assets. In countless projects, Tanko
Lighting has demonstrated its ability to reconcile audit
data, as well as provide substantiated evidence to utility
companies when field conditions vary from initial utility-
provided inventory records.
A Tanko Lighting Analyst performing a data reconciliation.
Page 10 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Financial Analysis: Tanko Lighting has conducted hundreds of financial analyses for municipalities nationwide,
representing thousands of fixtures, to ascertain the value of converting to energy efficient streetlight systems.
Leveraging its vast industry knowledge to accurately estimate relevant costs and savings and integrating the
LED Conversion Design: Any consultant can select streetlight fixtures from a catalog, but only an expert can walk
the City through its specific nuances and existing field conditions that warrant a customized approach to design. As
a streetlight design expert, Tanko Lighting has developed designs for both turn-key LED streetlight conversion
projects, as well as design-only streetlight projects, and is equipped to provide a comprehensive approach to the
design process. Because Tanko Lighting is involved with turn-key LED streetlight conversion projects nationwide, it
has tremendous context from which to base its LED design recommendations.
Tanko Lighting is product neutral and has worked with all the major LED streetlight manufacturers, including cobra
head, as well as decorative products. Yet, Tanko Lighting does not merely rely on manufacturers for information
related
Tanko Lighting utilizes industry standards (including Illuminating
Engineering Society (IES) RP8 standards) which typically involves
organizing the existing streetlight infrastructure by road classification (e.g.
arterial, collector, residential streets) and applying standard LED
replacement wattage recommendations based on the location of each
existing HPS fixture. Additionally, Tanko Lighting obtains client feedback
(from such stakeholders as safety coordinators and police officers),
considers areas of concern that are currently over or under-lit, and applies
project results in a comprehensive re-design that improves public safety
and meets the needs of the current system.
decorative fixtures by utilizing a custom design approach for these specific
fixture types, including unique designs for retrofit kits (which preserve
aesthetics, improve light quality, and significantly reduce costs over entire
replacement fixtures). Tanko Lighting believes that customized
Tanko Lighting has significant experience
with decorative fixture LED replacements.
approaches to design are so integral to successful projects that it employs
an in-house Design Project Manager to focus on this critical process. This
oversimplifies areas that are currently being over or under-lit.
Selective Subcontracting: Tanko Lighting is highly aware of its core competencies. It thus retains the essential
project activities (such as design, engineering, data collection/reconciliation, product procurement and project
management) in-house to ensure that the project is run cost-effectively, efficiently and successfully. Tanko Lighting
practices selective subcontracting, in that it sources out limited key project activities (such as installation and
maintenance) to qualified streetlight experts local to the project to obtain competitive pricing and prevent the project
from accruing unnecessary costs and change orders. Further, selective subcontracting allows Tanko Lighting the
flexibility to obtain additional installation resources as needed, and allows the City to invest in the local economy and
leverage local expertise by including local subcontractors in the project.
Page 11 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Additionally, it is important to note that some of Tanko
m with contractors such
that the firm responsible for project management or
auditing is a subcontractor to the prime contractor. Tanko
Lighting believes that this is not ideal, as the firm
responsible for coordinating all project elements should
be the one that is directly responsible for all tasks and
contractually obligated to the City. Thus, Tanko Lighting
has structured its team such that it is the prime contractor
and its only subcontractor Taft Electric is focused on
a narrow scope of work installation services.
Experience with Maintenance Projects: Tanko Lighting
Tanko
has extensive experience with assisting municipalities with maintaining their recently acquired and/or converted
streetlight systems over time. Whether assisting with warranty, HPS,
Some of Tanko
Mansfield, CT, Groton, CT, Chester, CT, Berlin, CT,
Meriden, CT, Vernon, CT, Wolcott, CT, Simi Valley, CA, Rancho Cucamonga, CA, La Puente, CA, Bell, CA, Darien,
CT, and East Lyme, CT.
It is important to note that one critical path aspect to performing quality maintenance services is controlling and
managing the data. Contractors who can remedy the service ticket in the field are plentiful; however, to properly
coordinate the logistics and accurately report results to the municipality, an experienced project manager with a
healthy respect for data is needed. With its GIS software, baseline municipal GIS records from the LED conversion,
and experience utilizing local subcontractors to respond to service tickets, Tanko Lighting is well-suited to maintain
Accessibility: As a mid-sized firm, Tanko Lighting provides its municipal clients with all the necessary resources to
successfully accomplish complex streetlighting projects without the challenges of a large, bureaucratic firm. This
enables every client to receive personal attention, with a primary Tanko Lighting point of contact (the Project Manager)
providing superior customer service through responsiveness, accessibility, and the agility to create expedited
decisions and solutions leading to effective results.
which results in clients having an
industry expert available at their fingertips.
s lies in its unique passion for streetlighting, which translates into a drive to ensure that projects are
successfully completed. Tanko Lighting is tremendously aware of how critical client satisfaction is to its success. Thus, Tanko
Lighting strives to make every client an enthusiastic reference for future work. Clients are receptive to this drive, to the point
City of West Hollywood, CA: A current project for the City of West Hollywood, CA, which involves the acquisition of
the streetlight system from Southern California Edison (SCE) and the LED conversion of the acquired fixtures. Tanko
gement resulted in such an accurate audit that SCE opted to utilize Tanko
valuation was based on actual current field conditions. Tanko Lighting is currently working with the City to develop a
Page 12 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
municipalities in the region.
City of Rancho Cucamonga, CA: A current project for the City of Rancho Cucamonga, CA, which involves the LED
process such that as soon as SCE releases each batch of purchased fixtures, the City is being converted to LED
streetlights well ahead of the next batch
City of Berkeley, CA: A turn-key project for the City of Berkeley, CA, which involved the LED conversion of not only
7,000 cobra head fixtures (for which Tanko Lighting provided design recommendations with tremendous savings),
but also 1,100 decorative fixtures (which involved twenty different types of decorative fixtures for which Tanko Lighting
recommended LED retrofit kits) which saved the City approximately $500,000 in costs.
City of Modesto, CA: A turn-key project for the City of Modesto, CA, which involved the LED conversion of 9,800
cobra head fixtures. Tanko Lighting successfully convinced the City to segment the streetlight measure from a larger
project with an Energy Services Company (ESCO) involving multiple measures in a Standard Performance Contract.
This shift enabled the City to save $2.2 million in costs and expedite the LED conversion, such that the energy savings
were more rapidly achieved.
City of Oakland, CA: A project for the City of Oakland, CA, which involved in the LED conversion of 38,000 fixtures.
Tanko Lighting was initially involved with the original team, orchestrating the strategy and project management
approach for the awarded contractor. However, when the prime contractor defaulted on the project, its surety
company hired Tanko Lighting directly to clean up the mistakes, and re-audit, label, and data reconcile the entire
claims.
City of Brewer, ME: The City of Brewer is the first municipal streetlight acquisition with Emera Utility in Maine. Tanko
Lighting is working diligently with the City and Emera to develop a strategy for the acquisition. Tanko Lighting has
completed a comprehensive GIS audit of the existing inventory and is cross-
to confirm a complete data set that the City can refer to during the acquisition process. Tanko Lighting leverages the
experience working with other utilities through acquisition to guide the City throughout the transfer of ownership to
maximize potential savings. Once the City has acquired its system, Tanko Lighting will manage the design and
installation of the LED streetlight conversion to enable the City to gain significant energy savings.
City of Berlin, CT: A turn-key project for the City of Berlin,
CT, which involved an acquisition and LED conversion of
identified billing discrepancies involving overhead fixtures
that the Town was being charged for by its utility at the
underground (costlier) rate, resulting in significant cost
savings for the Tow
identified the current field conditions that substantiated the
valuation that the utility provided to the Town, which
enabled the Town to feel confident in the fair market value
of the assets it acquired from the utility.
Page 13 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
City of Meriden, CT: A turn-key project for the City of Meriden, CT, which involvedthe LED conversion of 4,300
fixtures, as well as the maintenance of the system. Upon acquisition of its streetlight system from its utility, the City
inherited significant deferred maintenance issues that quickly resulted in substantial outage reports and citizen
complaints. Tanko Lighting successfully designed an approach that quickly addressed the maintenance needs of
these locations, while simultaneously proceeding with the LED conversion. This diverted a potential public relations
City of Geneva, NY: This is a turn-key streetlight acquisition and LED conversion project that Tanko Lighting is
implemen
comprehensive GIS audit was so accurate that NYSEG was willing to accept it,
and therefore reduce the timeframe for the acquisition completion by months.
City of Buffalo, NY: This completed project involved Tanko Lighting developing a feasibility analysis for the City of
Buffalo to determine whether it was practical to acquire its 33,000 streetlight fixtures from National Grid and convert
them to LED fixtures. This is one of the initial and largest acquisition and LED conversion projects in National
dozens of financial analyses for this project, including high and low acquisition costs, maintenance options (internal
vs. external maint
gained extensive experience with New York State utility tariffs through the course of this project.
in Appendix C.
C. PROJECT UNDERSTANDING
1. Understanding of Scope of Work
Provide a narrative which addresses the scope of work and shows understanding of the needs and requirements of the City of Santa Clarita.
ED
conversion, and ongoing maintenance of its streetlight system. Given its un
objectives for the project include:
To assist with the fair valuation and acquisition of the system from SCE
To provide a thorough design process that provides light level recommendations at a neighborhood level
To provide premium-quality, reliable products that meet or improve existing light levels
To provide technical and logistical support for the retrofit project
To coordinate the application process for any rebates and incentives for which the City is eligible
To provide thorough commissioning and reporting to finalize the LED conversion phase
To provide turn-key services throughout each phase of the project to reduce burden on City staff
To realize immediate, long-term savings for the City and its residents
To improve the quality of night-
Page 14 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
2. Work Plan
Describe the approach to completing the tasks specified in the scope of work. The work plan shall be of such detail to demons
ability to accomplish the project objectives.
Tanko Lighting recognizes the comprehensive nature of the
offers an approach that will streamline tasks and provide seamless deliverables. Utilizing superior products and tremendous
e successful implementation of this project. Please find below
all the items
contained in the Scope of Work , but in a slightly altered order and with a few additional activities that Tanko
Lighting deems necessary to ensure the efficient completion of the project.
A.Turnkey Services
Task 1: Comprehensive GIS Audit of Existing Streetlights
Tanko Lighting will conduct a Geographic Inf
proper GIS audit is essential to equipping the client with a comprehensive and accurate understanding of its existing
infrastructure. The GIS audit is pivotal, as the information it provides enables appropriate design and product procurement.
The GIS audit also results in streamlined installation, as it identifies potential obstructions and other on-site challenges, as
well as enables Tanko Lighting to effectively manage the installation by knowing which replacement fixtures need to be
installed at every location ahead of time. Having this data prior to the installation phase is crucial when coordinating multiple
installation crews simultaneously. Further, by not subcontracting this critical service, Tanko Lighting minimizes costs.
It should be noted that Tanko Lighting utilizes the most state-of-the-
At Graybar, we have worked with ESCOs around the
art technology with the highest degree of spatial accuracy, and
country and there is no organization that is as
utilizes the industry standard software to process
professional, meticulous, and efficient as Tanko Lighting.
We have serviced over 300,000 streetlights with Tanko
-
Lighting and have had ZERO returns. Their audit is far more
known in the industry.
comprehensive than any other audits we have seen in the
marketplace and allows for municipalities to have a true
-field strategy (note
grasp on their lighting system. Utilizing Tanko Lighting
that some competitors offer aerial audits with minimal in-field
ensures that the job will be completed on schedule and all
analysis) that poses the following advantages:
parties involved will be well informed. There is no
organization that can implement a streetlighting solution
the initial visit. Since Tanko Lighting identifies and rectifies
any missing data or errors, its final error rate is significantly
Kristian Reyes, Manager
less than 1% - which is further rectified during the installation
Lighting and PowerSmart Solutions
and final commissioning phases of a project.
Graybar
Using trained auditors in the field at the onset of the project
enables Tanko Lighting to obtain the most definitive, up-to-
date data set possible. While Tanko Lighting supplements its field data with digital data sources (e.g. aerial imagery,
street-level imagery, and city/utility inventories), the integrity of its audit is never dependent on the age or accuracy
of available digital data sources.
-field approach provides the greatest access to the pole and fixture. In person, Tanko Lighting can
identify potential safety issues, such as leaning poles, exposed wiring, or structural damage, to the pole/arm/fixture.
Page 15 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Tanko Lighting can also verify pole numbers/labels and confirm any locations where numbers/labels are damaged or
missing.
Comprehensive access to the pole and fixture allows for a more conscientious design. Because Tanko Lighting
collects so much information that can only be gathered in person (e.g. fixture wattage, various height/distance
measurements of the light and street, and factors that inform lighting levels and distribution patterns), Tanko Lighting
can create a highly-customized design tailored to a city's specific lighting needs and identify any concerns from the
project start.
Collecting data in person gives Tanko Lighting the highest possible certainty of what is in the field. This precision
means that Tanko Lighting does not waste money on extra fixtures, and does not waste time ordering more at the
end of the project to make up for any shortfalls due to inaccurate data. This precision also minimizes sloppy design
(and inherent lower energy savings) which are more likely from a subcontracted audit.
Informing the City of which fixtures are eligible for purchase in the system and the quality of those assets, based on
the pole conditions identified through the audit.
Auditor Data Collection Screens
The preparation phase for the audit will involve the following activities
that are critical to the accuracy of the data collection:
Tanko Lighting working with City staff to clearly define audit
scope, including priority areas and/or City borders or other
areas containing non-City-owned fixtures
Tanko Lighting developing and providing to City staff for
of the data that will be collected during the audit
City staff providing Tanko Lighting with all available City and
utility records for existing inventory
d tools,
Tanko Lighting reviewing these data records to determine
refined over hundreds of similar streetlighting projects.
which should be utilized for the data reconciliation phase
Tanko Lighting initiating rate change processes with the
utility
Tanko Lighting developing audit maps, scheduling and dispatching auditors to the field
Once the preparation phase is complete, the audit will commence.
Tanko Lighting will collect data on the existing inventory and identify attributes on-site, including:
The horizontal Global Positioning System (GPS) coordinates (latitude, longitude) of each fixture location
Luminaire type
ID number
Approximate pole age (if determinable)
Luminaire wattage
Pole height, mounting type, and mast arm length
Pole type
Street or highway name
Approximate pole address
Physical attributes and/or issues such as electrical hazards, graffiti, tree obstructions, etc.
Page 16 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
y
with a Weekly Audit Report (a Sample Weekly Audit Report can be provided upon request). The Weekly Audit Report will
enable the City to identify and address any immediate safety concerns, as well as other issues such as tree trimming that
may need attention prior to project installation.
Unlike other potential providers, Tanko Lighting is an industry expert focused solely on streetlighting. Tanko Lighting has built
its own in-house data team with the right blend of both streetlighting technical expertise and data analysis skills to collect and
reconcile accurate project data (note that Tanko Lighting never subcontracts out the audit services). Further, Tanko Lightin
field auditors have accurately collected data on tens of thousands of streetlight fixtures nationwide ensuring that City
will be conducted by highly qualified professionals with tremendous experience. This renders Tanko Lighting as the most
qualified to perform the GIS audit, as its staff is extremely experienced in the nuances and characteristics of all streetlight
installations.
Tanko Lighting understands that the City currently maintains ownership of approximately 300 decorative fixtures, as well as
approximately 1,000 highway safety fixtures. Further, SCE currently owns approximately 1,062 poles that are not currently
available for purchase. Tanko Lighting is recommending a complete audit of all fixtures in the City both currently owned by
the City and currently owned by SCE (regardless of purchasable status). This approach has been standard in all municipalities
sists
in billing corrections, as well as identification of additional acquirable assets that could result in additional savings for the City.
separate, enclosed envelope) includes costs for the adder
option of a complete audit of all fixtures currently owned by SCE.
Please note that Tanko Lighting can assign additional auditors to the field to expedite the audit process if necessary.
Deliverables:
Weekly Audit Reports: An overview map listing the locations completed during the data collection phase (showing
both weekly and comprehensive progress), along with a description of any issues that the City would need to devote
immediate attention to including electrical hazards, tree trimming needs, etc.
Task 2: Data Reconciliation
Tanko Lighting has developed a methodology to capture every streetlight asset owned by the municipality. Using precise GPS
technology and expert streetlighting GIS Analysts, Tanko Lighting reconciles every asset it locates in the field with each record
in the utility's invoice/inventory to ensure that it has identified and converted all eligible assets. Tanko Lighting shares this
information with its customers during the pre-conversion phases of the project so that the municipality knows exactly what
they own, and exactly which fixtures will be converted.
Simultaneously with the GIS audit, Tanko Lighting will conduct a thorough and detailed investigation of the existing
records, including utility billing records and maps. Tanko Lighting will reconcile these City records with the data from the City-
wide GIS audit to confirm o
referencing these various data sources results in extremely precise and clean data because most projects typically have a
utility billing discrepancy of approximately 5 10 percent of the inventory quantity. This results in cities being over-billed by
their utility. Tanko Lighting will identify discrepancies through the data reconciliation process, include this information in the
subsequent negotiations with the utility, and will assist with remedying the bills on behalf of the City.
The data reconciliation report will include the following items:
Analysis of locations confirmed during the audit
Page 17 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Analysis of locations appearing in the utility records but not in the confirmed audit records
Analysis of locations confirmed in the audit records but not in the utility records
-field
audit to update its inventory records prior to the final transfer of assets to each city, as it is the final documentation upon which
the acquisition purchase is based. As such, Tanko Lighting will need to reconcile against s final, updated inventory data.
Althou
to the City.
Deliverables:
Pre-Construction Existing Inventory GIS Records: Electronic GIS records (in an ArcGIS geodatabase format, as well
as Excel format) for all existing inventory in the City that has been reconciled with available utility and City records.
This information will be provided as part of the final GIS data submitted upon completion of the project.
Reconciliation Report: A concise report detailing any discrepancies found between records during the data.
Task 3: Cut-Over Cost Analysis
Tanko Lighting will assess cut-over costs from the SCE system, including fees and physical cut-over requirements (i.e. id
tags, lockouts, fuse kits, etc.). Tanko Lighting will use its extensive technical knowledge to ensure that any cut-over costs are
equitable for the City.
Deliverables:
Cut-Over Cost Report: A report validating any SCE cut-over costs with explanations as to how these costs were
optimized.
Task 4: Design
y
to reassess its entire streetlighting design and ensure that field conditions are optimized for all applications in the design. To
achieve this, Tanko Lighting routinely conducts municipal-wide design processes for each of its turn-key streetlighting projects.
Recent Tanko Lighting projects in which design processes were implemented include Lodi, CA, Lowell, MA, Somerville, MA,
West Hartford, CT, Alameda, CA, New London, CT, Berlin, CT, Meriden, CT, Fullerton, CA, Simi Valley, CA, Vernon, CT, and
Tanko Lighting utilizes Illuminating Engineering Society (IES) RP8 standards for roadways and right of ways. Additionally,
Tanko Lighting utilizes Trade Manual 12-12 for direction on light level equivalencies between HPS and LED and maintains a
working knowledge of all the latest publications and updates in the market. However, there are many instances when
municipal customers need to alter these standards to best meet their specific needs. Thus, Tanko Lighting uses these types
of industry accepted stand
closely with each municipality to develop customized proposed standards of comfort and functionality that match their needs.
o provide the City
on brand of fixture, photocell, replacement wattages, color temperatures, distribution patterns and other appropriate settings
and options to optimize the LED streetlight retrofit. The design will ultimately result in a Replacement Plan for all existing
Page 18 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
following
elements:
Organizing the existing streetlight infrastructure by road
classification (e.g. arterial, collector, residential streets) and
applying standard LED replacement wattage
recommendations based on the location of each existing HPS
fixture.
Reviewing theoretical photometrics in relationship to existing
field conditions to confirm baseline fixture light levels
compared to replacement fixture light levels.
Addressing distribution pattern needs for specific roadway
types and neighborhood characteristics (such as cul-de-sac
locations) to ensure a tight light distribution pattern and
minimize backlighting.
to solicit feedback on areas that are currently over- or under-
lit and are public safety concerns
Reviewing additional data sets to identify potential areas in
need of special consideration, including:
Available data on pedestrian/vehicle and
bicycle/vehicle crash data for areas where light
levels and/or spacing have affected public safety
Available data on important localized land uses (e.g.
parks, schools, hospitals, etc.)
municipality with recommended replacement fixtures.
Available data on relative volumes of pedestrian
and bicycle activity
Available data on unique neighborhood characteristics
Incorporating the analysis of the additional data sets into the design recommendations.
preferred products, typical models and special considerations to its GIS inventory to produce maps of
the type and wattages by location, as well as an analysis of the total cost, incentives, savings, and payback for the
potential retrofit design.
Presenting the options and total cost/incentives/savings/payback to the City and obtain its final approval on design.
see sample in
Graphic 1 below), as well as replacement fixture distribution patterns (see sample in Graphic 2 below).
Graphic 1: Sample Photometric Layout of 50W
Graphic 2: Sample Photometric Layout of 19W
HPS Existing Fixture
LED Replacement Fixture
Page 19 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Standardization The City is ensured that there is a consistent design method resulting in wattage continuity on
its streets. Standardization also leads to a reduction in the variety of fixtures that the City must keep in its inventory
Safety Based on the most updated field conditions, the City can be assured that the design matches the
Efficiency The process takes a very thorough approach by examining all relevant field factors and thereby
maximizes the available savings by utilizing the most efficient design, while meeting light output needs
Streamlined Installation The process allows for the development of a detailed scope of work (via a map of all
replacements) by fixture for the installers to follow in the field which enables more efficient materials gathering
at the start of the day and results in more streamlined daily installations
Deliverables:
Replacement Plan Map: City-wide map with recommended LED replacement wattages for the City to review and
approve.
Task 5: Development of City Tag Numbering System
Tanko Lighting will develop a City pole ID numbering system and specify tag characteristics,
material and location on the pole for approval by the City. For cost estimation purposes, Tanko
Lighting is including its preliminary tag recommendation (see graphic to the right) that will consist
of five to seven digits. Tanko Lighting will determine the most sensible numbering sequence and
installation strategy in its recommendations to the City.
Deliverables:
Pole Labeling Recommendation: Specific tag characteristics, pole location, and
numbering sequence delivered to the City for approval.
preliminary pole label
recommendation.
Task 6: Streetlight Acquisition Support
Tanko Lighting will assist with City with acquiring its streetlight system from SCE. This work will involve Tanko Lighting
facilitating the transfer of ownership of the streetlights, as well as providing support throughout the acquisition process,
including cutover support and documentation.
An additional item that is important to note as part of Tanko
Tanko Lighting did an excellent job for the City of
Modesto. They were excellent to work with and the
results were also excellent.
acquisition of stand-alone streetlights so that they can purchase all
Jeff Barnes
streetlighting assets (including distribution pole-mounted fixtures).
Traffic Engineer
Because the distribution pole-mounted fixtures have significantly
City of Modesto, CA
lower assumed acquisition costs (Tanko Lighting believes these
assumptions are accurate based on multiple examples in both
California and in the Northeast under multiple utilities), including
ver the
next twenty years. If the City prefers this option, Tanko Lighting will provide support to pursue SCE on this issue and notify
the City of progress with other cities at no additional cost to the City.
Page 20 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Task 7: Financial Analysis
Tanko Lighting will utilize the reconciled data from the audit, as well as t preferences on fixtures, and/or other
products, to develop a financial analysis, which will include:
Baseline energy use, energy cost and operations and maintenance costs
Estimated retrofit energy use and operations and maintenance costs
Estimated sources of funding, including rebates
Calculation of estimated total conversion cost (remaining design tasks, product, and installation), energy reduction,
and simple payback
Fixed unit pricing encompassing all costs that locks in the pricing and shields the City from change orders
Estimated twenty-year projected savings and cash flows
published rates and operational hours, as well as
conservative estimates on energy rate increases,
savings and costs, which enables greater actual savings
than the model. These elements in conjunction with
the fact that streetlight measures are not subject to the
behavioral, weather, and other factors that can result in
shifts in expected savings enable minimal risk and
maximized return for the City. Based on the Tanko
associated with streetlighting measures are in line with
(or are often understated compared with) realized
energy savings upon completion of the project.
Tanko Lighting provides accurate financial analyses to enable sound project budgeting.
Because the use of the streetlight facilities is
indicators of consistency of savings. Given that the rated life of all the LED fixtures that Tanko Lighting will recommend is
greater than twenty years, as well as the consistency of the annual operating hours, the savings verified from the first-year
utility bills will be consistent for the rated life of the fixtures and will maximize return for the City for more than twenty years.
Tanko Lighting will present the financial analysis to the City for final review of all energy savings and construction cost
estimates to ensure accuracy and compliance.
Deliverables:
Financial Analysis: A report outlining baseline conditions, as well as estimated project costs and savings.
Task 8: Materials Procurement
-authorized vendor and will stage the receipt of
fixture shipments for installation in a manner that ensures the secured storage of materials at the designated storage location
for the project.
Tanko Lighting will be responsible for warranty work related only to materials and installation for a period of one year from the
The installation warranty will cover fixture or photocell failure and issues related to the installation, such as incorrect mounting
or wiring of fixture. The installation warranty will not cover issues unrelated to the installation, such as fuse failure,
Page 21 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
knockdowns, wire shorting, disconnection of the pole or arm from power source, weather related damage, vandalism, Acts of
God, or unrelated capital work impacting the pole or fixture.
Upon installation, the City or its standard maintenance contractor will be responsible to serve as first-responder to all outages,
shall identify locations where warranty-related work is necessary, and will notify Tanko Lighting of the warranty-related
locations so that a remedy can be implemented. If the City selects Tanko Lighting as its maintenance subcontractor, Tanko
Lighting will serve as first-responder to all outages, per the scope of work outlined in the System Maintenance section below.
Deliverables:
Product Submittals: Upon approval of final project design, Tanko Lighting will provide the City with final product
submittal sheets for final approval. Once submittal sheets have been approved, Tanko Lighting will order the
materials.
Task 9: Community Outreach and Notification
Tanko Lighting believes that proper coordination of information and
outreach to stakeholders is an essential part of ensuring a successful
streetlight conversion project. To that end, Tanko Lighting will coordinate
with the City to help develop a community
outreach and notification plan prior to the commencement of any project
activities. The plan will ensure project awareness and minimize public
disturbance. Specifically, Tanko Lighting will develop the message and
Additionally, Tanko Lighting will coordinate the installation of
demonstration fixtures at one or mo re locations to be determined by the
onduct photopic/scotopic field light measurements before and after the
conversion of the demonstration fixtures to confirm that the theoretical design is appropriately meeting field conditions. It is
ase
of projects. While this approach is expedient, it is insufficient for collecting detailed field conditions because it only collects
data from one location the middle of the road. Proper design requires data collected from additional locations (including
from curb lines and other critical roadway locations) for a deeper analysis of photometric layouts and actual field conditions.
Deliverables:
Project Messaging and Schedule: Specific language, draft press release, and timelines related to project activities
to assist with notifying community members of the project.
Light Measurement Reports: Pre- and post-conversion photopic/scotopic field light measurements at
demonstration fixture locations.
Task 10: Logistics Management
Tanko Lighting will ens
main point of contact to develop an installation plan that minimizes inconvenience to the City and includes ordering schedules,
traffic control plan, no-fee encroachment permits, waste disposal procedures (that comply with all applicable State and Federal
laws), and installation and commissioning schedules as required to the City.
Page 22 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Tanko Lighting will maintain proper communication and coordination with installers to ensure installation quality, work and
public safety, compliance with project schedule and proper handling of waste. Tanko Lighting will facilitate a pre-construction
Kick-Off meeting with City staff and installers to review the traffic control plans, work safety, public safety and waste material
handling procedures and requirements prior to the start of installation. Tanko Lighting will also coordinate and participate in
bi-weekly progress meetings with City staff.
Deliverables:
Logistics Management Details: Ordering, traffic control plans, required permits, disposal strategy, pre-
construction meeting, ongoing meetings, installation and commissioning schedules.
Task 11: Installation
Tanko Lighting routinely partners with subcontractors for installation for its turn-key municipal streetlighting projects. Tanko
Lighting believes that this is an ideal way to utilize local knowledge and leverage taxpayer dollars back to the local economy.
As such, Tanko Lighting is very familiar with how to properly solicit, vet and manage qualified local subcontractors.
ures for
this project.
Taft Electric will provide installation, traffic control support, environmental disposal, and maintenance services for this project.
Taft Electric
including safety and traffic control, quality assurance, and all management of field staff. Taft Electric has ample local storage
facilities from which to safely store all equipment and materials needed for this project. Further, Taft Electric has the necessary
equipment, such as bucket trucks, traffic control signage, etc. necessary for a quality and safe installation. Finally, Taft Electric
has the experience with municipal lighting projects, having completed the first conversion of acquired streetlights under SCE
in the City of Lancaster, and qualified staff highly-trained in the nuances of electrical installation work and safety to ensure the
success of this project.
It is expected that each installation crew will install an average of forty to forty-five
fixtures per day, and Taft Electric has committed to providing as many crews as
necessary to . Completion of the project
commissioning (see Commissioning section below) will coincide at the end of the
installation phase to quickly address any errors, punch list items, or
troubleshooting needs. Taft Electric will supply all incidentals necessary to a
quality installation.
Utilizing the data from the audit and design process, Tanko Lighting will develop
installation maps and provide to installers and relevant City staff for accurate
project tracking. Tanko Lighting will work with the installer to coordinate
scheduling of police protection crews if necessary (actual cost for police protection
An additional fe
activities are not limited to the auditing phase but are integrated throughout
project implementation as a routine practice. Tanko Lighting can stay intimately
involved with the daily installation phase via its data collection protocols that are
required of all installers. Tanko Lighting will ensure that installers are equipped with handheld GPS devices and train them in
Page 23 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
collecting relevant data on both the HPS fixtures being removed, as well as the LED fixtures being installed. Installers will be
-house data analysts will
review the data, reconcile it against the audit data, as well as City and SCE records, which will result in a precise understanding
-stamped data on every fixture
location. This not only enables Tanko Lighting to know every location where each crew has been, it also allows Tanko Lighting
to track the routes that each crew has used and any inefficiencies in the process. Tanko Lighting reviews this information
daily, which allows it to provide immediate instruction to crews on
experience with managing installation crews through data collection activities routinely integrated into the installation phase
ensures the accuracy and accountability of project partners. The diagram below describes the data flow for this project:
Project Data Flow
Tanko Lighting will use the installation data to provide Weekly Installation Reports to the City (a sample report can be provided
upon request). Tanko Lighting will also ensure that the City is notified, should it become evident that common errors are being
made routinely as part of the installation, and will develop a plan for addressing such issues.
Deliverables:
Installation Route Map: An overview map identifying the planned installation route by region/neighborhood.
Installation Maps: Maps with locations and fixture information used to dispatch installation crews and allow City
staff to track installation routes.
Weekly Installation Report: A detailed listing of the locations completed during the installation phase, along with
maps corresponding to locations.
Task 12: Replacement Tag Installation
Based on the City-approved City Tag Numbering System, Tanko Lighting will procure the obtain the replacement tags and
determine the most sensible numbering sequence. Tanko Lighting will ensure that its subcontractor, Taft Electric, installs the
pole labels on each pole at the time of installation. Please note that Tanko Lighting will not instruct crews to remove any
existing SCE labels (per th
Deliverables:
Updated Database: At the conclusion of the project, Tanko Lighting will provide an updated database that
includes the pole label numbers for each location.
Page 24 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Task 13: Waste Disposal
Tanko Lighting will ensure that Taft Electric manages all project waste disposal in compliance with
Demolition Materials Management Plan and all applicable State and Federal laws. Documentation of waste disposal will be
provided as part of the final project reporting documents.
Task 14: Commissioning
during both the audit and installation phases, approximately ninety-
The project was completed without a hitch and we've had
five percent of the commissioning efforts take place during the time
of installation. This is because Tanko Lighting can quickly validate zero complaints to date. The best Project I've been
the installation data against the confirmed audit data (which is
responsible for.
validated against municipal records during the Data Reconciliation
David Daltorio, PE
phase) and accurately identify any locations where both data sets do
Town Engineer/Facilities Director
not match. This ensures tremendous precision that establishes a
Town of Hopkinton, MA
finite subset of the installation locations that require additional review.
Final data collection is obtained during the commissioning phase,
which includes a field inspection to confirm installations. This process
often includes capture of additional GPS locations and taking pictures at many locations to confirm installation status.
Upon completion of the installation, Tanko Lighting will ensure that the installers perform final inspection on all fixtures, correct
ko
Lighting will provide the City with a complete commissioning report outlining any errors and actions taken to correct errors.
Deliverables:
Commissioning Report: Detailed analysis of final installation verification and testing, including an outline of any
errors and actions taken to correct errors.
Task 15: Rebate & Tariff Change Coordination
Tanko Lighting will comply with all requirements to ensure
replacement LED luminaires receive rebates for which the
City is eligible. Tanko Lighting has extensive experience
working with utility rebate programs and SCE programs
in particular to document and verify rebates for City
streetlight conversion projects.
Tanko Lighting will prepare all necessary and required
documentation for the rebates and submit these to the
appropriate departments within SCE. Tanko Lighting will
follow up with SCE to confirm the materials have been
received and are in process. As the City will be the
recipient of the rebate, SCE will negotiate with the City
directly regarding the timing and issuance of the funds.
Tanko Lighting assists with the
Therefore, if known, Tanko Lighting will provide the
contact information for the SCE staff person processing
Page 25 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
the application for the City staff to secure the final payment. If there are any inquiries from SCE to the City regarding the
submitted applications, Tanko Lighting will assist the City with responding to any questions.
Tanko Lighting will also coordinate with SCE on changing tariffs to the newly-installed LED fixture rates. Tanko Lighting will
prepare the necessary documentation, submit to SCE, confirm the materials have been received and obtain the timing for the
modification to be processed. If known, Tanko Lighting will provide the contact information for the appropriate party
addressing any rate changes for the City. Based on the timeframe provided by SCE, the City staff will need to confirm that
the modification appears in the City utility bills. If there are any inquiries from SCE to the City regarding the submitted
applications, Tanko Lighting will assist the City with responding to any questions.
Deliverables:
Rebate and Tariff Change Documentation: A compilation of copies of paperwork submitted and processed with
SCE regarding rebate applications and tariff changes.
Task 16: Training of City Staff
Tanko Lighting will develop and provide a training for City personnel in all aspects of installation, routine operation,
maintenance, and safety of the LED fixtures installed.
Deliverables:
Training Materials: Documentation of training curriculum presented during staff training.
Task 17: Final Reporting
r
this project. This includes:
Required SCE documentation
Pre-and post-construction records of newly installed LED streetlights in the form of electronic GIS format
(ArcMAP) records, including date of installation, new fixture installed, and updates on asset condition, as well
-conversion data (lamp type, wattage, pole type, etc.)
Environmental waste disposal documentation
Deliverables:
Final Reporting Documentation: Final requirements necessary to process the available rebates and tariff
changes with the City, as well as post-construction electronic GIS records for all newly-installed streetlights in the
City, including all wattages, badge numbers, locations, and other associate attributes, and environmental disposal
documentation.
B.On-Going Maintenance
Depending on how the acquisition process unfolds with SCE, the City may have a lapse in time from when it acquires to when
the fixtures are converted to LED. If pre-LED conversion maintenance services are needed, Tanko Lighting will provide them
per the following approach. If pre-LED conversion maintenance services are required, Tanko Lighting will provide immediate
assistance to ensure the functionality of the existing system, as well as the converted system, after the LED conversion takes
place. Because there may likely be deferred maintenance that the City is inheriting once it acquires, the City must strike a
balance between addressing its system needs while not unnecessarily devoting resources into the antiquated inventory prior
to the LED conversion. Tanko Lighting understands this balance and has successfully assisted other municipalities facing
Page 26 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
the same maintenance challenges of recently-acquired
systems in such places as Mansfield, CT, Groton, CT, Chester,
CT, Berlin, CT, Meriden, CT, Vernon, CT, Wolcott, CT, Simi
Valley, CA, Rancho Cucamonga, CA, La Puente, CA Darien,
CT, and East Lyme, CT. Please note that Tanko Lighting will
also utilize Taft Electric for the maintenance services. This will
conversion and streamline dispatching and maintenance
services.
Tanko Lighting offers several Maintenance Services plans
(please note that details of other plans can be provided, upon
following approach for this project.
-going Maintenance services will include the following tasks:
Task 1: Pre-LED Conversion Maintenance Services
nversion,
the Pre-LED Conversion Maintenance Services period, prior to the completion of the LED conversion, will merely serve as a
stop-gap for the minimal number of repairs necessary until the LED conversion is complete. As such, Tanko Lighting will
perform the following limited activities for this phase on a time and materials basis as per the provided cost sheet:
Coordinate Repair Requests
Tanko Lighting will coordinate repair requests through the following mechanisms:
Online Repair Requests: Tanko Lighting will provide the City with a link to a website that will allow a user to interface
with an online form. The form will require the user to submit information about the location and observed issue(s).
Tanko Lighting will review any online form submissions each working day. Further, Tanko Lighting will provide the
-by personnel so that, if an emergency is
reported, Tanko Lighting will immediately dispatch an installer to respond to the location. If an emergency is reported,
Tanko Lighting will immediately dispatch an installer to respond to the location within two (2) hours of the received
report (please note that the actual remedy may require a longer duration to complete and that response times only
include the time to first arrive on scene, address any immediate obstructions/hazards, identify issues and develop
either a temporary or permanent remediation). For any issues reported, Tanko Lighting will compile the daily
submissions and provide an online work order management system (via an Arc GIS online link embedded on the
general public to review the status of their service requests, view reports and the GIS data on a secure website portal.
City staff will need to provide direction to Tanko Lighting on any locations for which it approves routine maintenance.
For any location in which the City approves routine maintenance, Tanko Lighting will dispatch an installer to respond
to the location within five (5) working days (unless the degree of repair dictates an alternative schedule to be
coordinated and approved by the City on a case-by-case basis).
Page 27 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Call Center Repair Requests: Tanko Lighting will provide the
City with a toll-free phone number by which callers can reach
a live operator at a Call Center twenty-four hours per day,
seven days per week. Call Center staff will have access to
the Online Repair Form and will guide each caller through
the questions and submit the responses via the Online Form
to Tanko Lighting. Tanko Lighting will review any online form
submissions each working day. If an emergency is reported,
Tanko Lighting will dispatch an installer to respond to the
location within two (2) hours of the received report (please
note that the actual remedy may require a longer duration to
Tanko Lighting works with local subcontractors to properly
complete and that response times only include the time to
install/maintain fixtures in the field and invest in the local
first arrive on scene, address any immediate
economy.
obstructions/hazards, identify issues and develop either a
temporary or permanent remediation). For any issues
reported, Tanko Lighting will compile the daily submissions and provide an online work order management system
the status of
each reported location) that allows the City and general public to review the status of their service requests, view
reports and the GIS data on a secure website portal. City staff will need to provide direction to Tanko Lighting on any
locations for which it approves routine maintenance via a response to the Weekly Report. For any location in which
the City approves routine maintenance, Tanko Lighting will dispatch an installer to respond to the location within five
(5) working days.
Remedy of Routine Repair Requests
The following characteristics will define a Routine Repair:
Replacement of a failed photocell
Replacement of a failed lamp (Note that any failed High Pressure Sodium lamps will be replaced a temporary
stop-gap LED fixture note that the manufacturer and wattage will be dependent upon material availability until
the location is converted to its permanent LED fixture. When possible, Tanko Lighting will attempt to utilize the
same LED fixture as per the design of the LED conversion, to mitigate the need to return to the location.)
Repair of loose wire
Dispatch the installer to respond to the location within five (5) working days of receipt of
request and remedy the fixture issue with the appropriate parts and materials
Ensure that any time a fixture is serviced, it is cleaned as necessary, broken lenses and covers replaced, and
the entire fixture assembly left in a clean, fully serviceable condition
Ensure that all waste materials generated from the maintenance services are properly disposed of in accordance
with all applicable laws and regulations
Provide a record of the location, date of the visit, identified issue, remedy, date of remedy completion, and any
additional notes
Respond to and abate graffiti on all streetlight components
Replace all damaged pull-box covers (assumed 10 per year)
Replace missing pole hand hole covers and repair damaged hand hole covers as needed
Replace pole identification tags as needed
Provide annual painting of portion of metal poles (assumed 30 per year) based on City-approved priority
Page 28 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Submit request for house side shields to the City for review; and furnish and install shields as authorized bythe
City (assumed 10 per year)
Provide quarterly streetlight system reviews and reports, including a summary of all system activities and night
checks
It should be noted that when required to perform service, the making and breaking of the electrical connection to the electrical
distribution network (whether for routine or emergency service) must be performed by the utility. Tanko Lighting will ensure
that its subcontractor is responsible for all coordination with the utility if repair of a streetlight outage requires involvement by
ity,
Tanko Lighting will so note on its monthly report and include the date and time of all verbal and written communication with
the utility.
Remedy of Emergency Repair Requests
The following characteristics will define an Emergency Repair:
Establishment of a safe and secure scene in the event of a pole knockdown or any electrical or other potential
hazard resulting from the streetlighting equipment, including exposed or damaged wires that constitute a danger
to the public (as determined by responding emergency personnel e.g. Sheriff), equipment damage that may
pose an immediate public danger (e.g. broken and hanging luminaire/mast arm).
Upon receipt of an emergency repair request, Tanko Lighting will:
Dispatch installer to respond to the location within two (2) hours of receipt of the request (please note that the
actual remedy may require a longer duration to complete and that response times only include the time to first
arrive on scene, address any immediate obstructions/hazards, identify issues and develop either a temporary or
permanent remediation)
Ensure that the subcontractor de-energizes streetlight fixtures that have been knocked down or conductors that
have been severed; makes repairs or alterations to streetlight structural components to protect the immediate
safety of the public
If possible, ensure the subcontractor remedies the fixture issue with the appropriate parts and materials
Ensure that anytime a fixture is serviced, it is cleaned as necessary, broken lenses and covers replaced, and the
entire fixture assembly left in a clean, fully serviceable condition
Ensure that all waste materials generated from the maintenance services are properly disposed of in accordance
with all applicable laws and regulations
Provide a record of the location, date of the visit, identified issue, remedy, date of remedy completion, and any
additional notes
In the event of a knockdown of a pole, Tanko Lighting will ensure that its subcontractor coordinates with the utility
regarding disconnection of power, removes and disposes of the pole and lighting fixture, retaining any
salvageable components, and ensures the site is secured in a safe manner. Tanko Lighting will ensure that its
subcontractor coordinates with the utility regarding the emergency cleanup and the retrieval of City-owned lighting
components
Once any hazardous conditions are remedied, if additional work is needed to properly restore function to the
fixture, within seven (7) working days following the date of emergency response, Tanko Lighting will supply to the
City a detailed written quotation of the cost and time required to restore the affected light fixture to fully operable
condition, including re-installation of the pole where applicable. Tanko Lighting shall commence such repairs
following approval and notification to proceed from the City
Page 29 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
It should be noted that when required to perform service,
the making and breaking of the electrical connection to
the electrical distribution network (whether for routine or
emergency service) may be needed to be performed by
the utility. Tanko Lighting will ensure that its subcontractor
is responsible for all coordination with the utility if repair
of a streetlight outage requires involvement by the utility.
repair as the result of action or inaction by the utility,
Tanko Lighting will so note on its monthly report and
include the date and time of all verbal and written
communication with the utility.
Tanko Lighting provides seamless maintenance services.
Traffic Control
Tanko Lighting will ensure that the following traffic control activities are properly coordinated by the subcontractor:
Conduct operations to cause the least possible obstruction and inconvenience to public traffic. To the extent
possible, all traffic will be permitted to pass through the work area. The subcontractor will furnish, erect, and
maintain sufficient warning and directional signs, barricades and lights and furnish adequate warning to the public
equipped with suitable warning lights and reflective markings for working in daylight and dark.
If police details are required, the subcontractor will notify Tanko Lighting and Tanko Lighting will coordinate with
the City to obtain approval and schedule the details. Tanko Lighting will work closely with the City at the start of
the maintenance services contract to confirm police detail requirements and to ensure that they are minimized
while properly maintaining safe traffic control. Any costs resulting from police details will be the responsibility of
the City.
Reporting
Tanko Lighting will utilize the same live, online work order management system (via an Arc GIS online link embedded on the
include updates of the locations visited and remedies completed. The management system will be updated daily as feedback
is received and will provide a record of the location, date of the visit, identified issue, remedy, date of remedy completion, and
any additional notes. The advantage of the online work order management format is that it serves as virtually a real-time
snapshot of the activities in progress and will be available for the City to access at any time. Further, this system will allow
Tanko Lig
Task 2: Post-LED Conversion Maintenance Services
Once the City accepts the final completion of the LED conversion, Tanko Lighting will commence this task, which will include
the following services that will be charged to the City based on a monthly fee (the fee does not include any activities listed in
the Additional Services section below). It should be noted that if the City is interested in a higher level of maintenance services,
Tanko Lighting can work with the City to include a more robust scope of maintenance work for an additional cost.
Page 30 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Coordinate Repair Requests
Coordination of repair requests will be handled the same way as in the Pre-LED Conversion phase, with the exception that
the City will not need to pre-approve any routine maintenance reports, as Tanko Lighting will respond to all reports per the
response times as outlined in the Pre-LED Conversion phase above.
Remedy of Routine Repair Requests
Routine repair will be defined in the same way as in the Pre-LED Conversion
phase and routine repair requests will be handled per the same protocols and
response times as outlined in the Pre-LED Conversion phase above.
Remedy of Emergency Repair Requests
Emergency Repair will be defined in the same way as in the Pre-LED Conversion
phase and emergency repair requests will be handled per the same protocols and
response times as outlined in the Pre-LED Conversion phase above.
Remedy of Warranty Repairs
Tanko Lighting will serve as the First Responder and, if the repair issue is identified
because of a warranty issue (related to the LED conversion, such as a fixture or
photocell failure and issues related to the installation, such as incorrect mounting
or wiring of fixture), Tanko Lighting will work with the manufacturer and installer to
remedy the warranty issue. Further, Tanko Lighting will maintain appropriate
records for components to preserve warranty terms for the duration of the
maintenance agreement.
Traffic Control
Traffic control will be handled in the same way as outlined in the Pre-LED Conversion Phase above.
Additional Work
For any special and additional work not covered above by routine or emergency maintenance of fixture (including but not
limited to arm transfer service on utility poles, pole knockdown replacements, foundation replacements, starting aids, wire
inside pole, access hole covers, underground/overhead conductors and cables, tree trimming, loose anchor bolts, remedies
related to acts of vandalism, leaning poles, fuse replacements, repair/replacements of streetlight equipment due to storm
damage, police detail), Tanko Lighting will provide a detailed written quotation of the cost and time required to restore the
affected light fixture to fully operable condition, including re-installation of the pole where applicable. Tanko Lighting shall
commence such repairs following approval and notification to proceed from the City.
Materials Management
Tanko Lighting will purchase and maintain a fixture inventory within sixty miles of Santa Clarita of sufficient quantity to be able
to perform the routine service work described herein. Tanko Lighting warrants that products furnished conform to the
requirements specified, are of good merchantable quality and suitable for the purpose intended.
Tanko Lighting will access and store (if requested) the City-purchased inventory of spare fixtures to facilitate expedient fixture
replacement in case of failure. Tanko Lighting will monitor spare fixture inventory and recommend that the City consider
purchasing additional fixture stock as needed to maintain a sufficient fixture inventory.
Page 31 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Administrative Support
Tanko Lighting will provide supporting documentation to assist the City with its pursuit of third parties for any insurance claims,
including an itemized list of all relevant information regarding damages and repair costs as needed to process claims.
Reporting
Tanko Lighting will utilize the same reporting strategy as in the Pre-LED Conversion
phase.
3. Quality Control, Budget, and Schedule
Identify methods that proposer will use to ensure quality control as well as budget and schedule control
for the project.
Quality control is paramount to the successful implementation of any project and will
be a critical path item for the Tanko Lighting on this project.
extensive experience with successful municipal projects, its stellar reputation, and its
project will be appropriately managed with the utmost responsibility.
There are a variety of ways in which Tanko Lighting will integrate quality control into
Tanko Lighting follows Generally Accepted Accounting Principles (GAAP) for all corporate accounting activities and
this project will be no exception.
context from which to accurately determine costs and budgets associated with this project.
Tanko Lighting will leverage its knowledge of SCE acquisition projects to date to accurately forecast project schedules
based on precedent.
Tanko Lighting will maintain regular communication with the City to provide ongoing updates, identify any challenges,
and address any concerns.
Tanko Lighting will rely upon industry standards when identifying recommendations and estimates related to design
and costs this will ensure that the information provided by Tanko Lighting is based on best practices.
Tanko Lighting utilizes a proprietary time keeping system that tracks resource allocation and employee activities. This
will ensure that invoices are accurate, and that staff are utilizing their time in a most efficient manner.
4. Possible Issues
Identify any special issues, problems or risks that are likely to be encountered in this project and how the proposer would recommend addressing
them.
As with any comprehensive streetlight conversion project, potential challenges are bound to exist. However, Tanko Lighting
has the experience and expertise necessary to minimize challenges and solve them should they manifest. Below are several
Challenge: Defective Products
might be an issue.
Page 32 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
o Solution: By utilizing products produced by reputable manufacturers with excellent reliability and warranties
(who will be available long-term to support warranties), Tanko Lighting will enable the project to proceed with
the highest-quality fixtures available, and thereby minimize the risk of defects.
Challenge: System Wiring Issues: Tanko Lighting has occasionally witnessed system wiring issues such as faulty
wiring, bad connections, high impedance faults, bad fuses and wire theft because of installing new equipment on
older systems.
o Solution: Comprised of streetlight experts, the Tanko Lighting can provide prompt technical and engineering
support to troubleshoot and accurately identify any potential system wiring problems and provide City staff
with recommendations. Tanko Lighting will maintain close communication with the Project Manager, installer
and City staff to provide expedited feedback if troubleshooting occurs. Finally, the Tanko Lighting will track
equipment returns per pole, which will help indicate whether a problem is related to a system malfunction as
opposed to an equipment malfunction.
Challenge: Rate Change and Rebate Delays: Any delays in rate changes or rebate payments could minimize the
benefits to the City.
o Solution: As previously noted, Tanko Lighting has extensive experience working with utilities and is very
familiar with utility processes. Tanko Lighting will ensure that all applications are thorough and complete,
inclusive of all supporting documentation, at the time of submittal and will promptly respond to any utility
inquiries to minimize application delays.
Challenge: Negative Stakeholder Feedback: As with any large-scale streetlight conversion project, negative
stakeholder feedback can be an impediment.
o Solution: To minimize negative feedback about the project reducing light, Tanko Lighting will ensure that all
literature and education
installations. If there are specific complaints about personal residences experiencing reduced light, Tanko
Lighting will positively frame the response that this is due to the design of the light fixtures, which minimize
unnecessary light pollution. Tanko Lighting will minimize the risk that stakeholders will complain about
increased light by recommending products that have a tight light distribution pattern and result in minimal
backlighting. Tanko Lighting will channel complaints to the appropriate City staff, work with City staff to
educate team members on appropriate responses to complaints, and will provide messaging to the City in
the event of escalated complaints.
Challenge: Significant Inherited Deferred Maintenance: Anytime a municipality acquires its streetlight system from
its utility, it runs the risk of inheriting the liability of deferred maintenance, which can lead to citizen complaints.
o Solution: Tanko Lighting will help the City develop criteria to prioritize responses to outage reports during
the Pre-LED Conversion maintenance phase, as well as establish proper messaging to help manage citizen
expectations about the level of effort that will be devoted to the Pre-LED Conversion maintenance phase.
D. TASKS/SCHEDULE
Proposal shall include a detailed schedule which lists milestones and estimated completion dates of each of the tasks identified.
1. Activities to Complete Tasks
Sequentially outline the activities that would be undertaken in completing the tasks and specify who would perform them.
Page 33 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Please find a full description of the activities to support the project tasks in the Work Plan section above. Please find below
a table outlining the tasks and responsible parties.
Proposed Project Activities:
TaskResponsible Party
1. GIS AuditIan Canada (Project Manager), Drew Taylor (Lead IT/Data Analyst), Selena Smith (Field Services Manager)
2. Data ReconciliationDrew Taylor (Lead IT/Data Analyst)
3. Cut-Over Cost AnalysisJason Tanko (President), Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
JasonTanko(President),IanCanada(ProjectManager),JacquelineEngler(ProjectAssociate),DrewTaylor(Lead
4. Design
IT/Data Analyst)
5. Development of City Tag Numbering SystemJason Tanko (President), Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
6. Acquisition SupportJason Tanko (President), Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
7. Financial AnalysisJason Tanko (President), Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
8. Materials ProcurementIan Canada (Project Manager), Jacqueline Engler (Project Associate)
9. Community Outreach
Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
NicoleKelner(DirectorofProjectManagement),IanCanada(ProjectManager),JacquelineEngler(Project
10. Logistics Management
Associate)
JasonTanko(President),NicoleKelner(DirectorofProjectManagement),IanCanada(ProjectManager),
11. InstallationJacquelineEngler(ProjectAssociate),DrewTaylor(LeadIT/DataAnalyst),DaveNorwine(TrafficDivision
Manager, Taft Electric), Brian Eberhard (Traffic Division Project Manager, Taft Electric)
IanCanada(ProjectManager),JacquelineEngler(ProjectAssociate),DrewTaylor(LeadIT/DataAnalyst),Dave
12. Replacement Tag Installation
Norwine (Traffic Division Manager, Taft Electric), Brian Eberhard (Traffic Division Project Manager, Taft Electric)
DaveNorwine(TrafficDivisionManager,TaftElectric),BrianEberhard(TrafficDivisionProjectManager,Taft
13. Waste Disposal
Electric)
IanCanada(ProjectManager),JacquelineEngler(ProjectAssociate),DrewTaylor(LeadIT/DataAnalyst),Dave
14. Commissioning & Final Punch List
Norwine (Traffic Division Manager, Taft Electric), Brian Eberhard (Traffic Division Project Manager, Taft Electric)
15. Rebate/Tariff ChangesIan Canada (Project Manager), Jacqueline Engler (Project Associate), Drew Taylor (Lead IT/Data Analyst)
16. City Staff Training
Jason Tanko (President), Ian Canada (Project Manager), Jacqueline Engler (Project Associate)
JasonTanko(President),NicoleKelner(DirectorofProjectManagement),IanCanada(ProjectManager),
17. Final Reporting
Jacqueline Engler (Project Associate), Drew Taylor (Lead IT/Data Analyst)
IanCanada(ProjectManager),JacquelineEngler(ProjectAssociate),DrewTaylor(LeadIT/DataAnalyst),Dave
On-Going Maintenance
Norwine (Traffic Division Manager, Taft Electric), Brian Eberhard (Traffic Division Project Manager, Taft Electric)
2. Project Schedule
Furnish a project schedule for completing the tasks in terms of elapsed weeks from the project commencement date.
Tanko Lighting is recommending an
savings which results in an installation schedule of two months
from commencement does not typically
allow a simultaneous acquisition of all fixtures, this schedule will be altered to match the monthly acquisition rate (e.g. if SCE
allows the City to acquire 2,500 fixtures per month, then the schedule will be altered to install 2,500 fixtures per month for the
duration of the acquisition).
rate in its LED streetlight conversion project in the City of Rancho Cucamonga, CA where Tanko Lighting is installing within
a few weeks of acquisition.
Page 34 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
CITY OF SANTA CLARITA | STREETLIGHT TURNKEY SERVICES | TANKO LIGHTING
Proposed Project Schedule:
Month
TaskEstimated Completion Date 12345678
2MonthsfromNTP(includestimetogatherexistingCity
GIS Auditrecords;includesallCity-ownedfixturesandfixtures
purchasable from SCE)
Data Reconciliation4 Weeks after Audit completion
Cut-Over Cost Analysis2 weeks after Data Reconciliation
InitialCobraHeadDesignSubmission=4weeksafter
Design
Data Reconciliation
DevelopmentofCityTagNumbering
2 weeks from NTP
System
Acquisition SupportOngoing
Financial Analysis4 weeks after Data Reconciliation
Submittals to City = 1 week after City approval of Design;
Materials ProcurementOrdering = 1 week after City submittal approval;
Shipment of Fixtures = 2-4 weeks from order placement
Logistics Management2 weeks prior to Installation
Community Outreach
Commencement = 1 week from material receipt;
Installation
Substantial Completion = 2 months from commencement
Commissioning & Final Punch List4 weeks following Substantial Completion
Rebate/Rate Changes and Final
4 weeks following Substantial Completion
Reporting
City Staff Training2 weeks following Final Completion
On-Going MaintenanceOngoing
E. COST PROPOSAL
See Exhibit A for Cost Proposal Template A and B.
F. APPENDICES
Appendix A Completed Proposal Form
Appendix B Addenda Acknowledgements
Appendix C Reference Sheet
Appendix D Resumes
Page 35 of 35
www.tankolighting.com | 220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
BQQFOEJYD
w9C9w9b/9{
PROPOSAL # LMD-17-18-18
{ƷƩĻĻƷƌźŭŷƷ ǒƩƓƉĻǤ {ĻƩǝźĭĻƭ
/źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ
For your proposal to be considered, the firm must meet minimum qualifications. Contractor to have
verifiable experience completing similar LED retrofit installation projects and/or managing municipal
streetlight maintenance operations for at least three separate public agencies over the past two years.
Project information to be provided on wĻŅĻƩĻƓĭĻƭ {ŷĻĻƷ and should include project description, year
completed, client name, along with a person to contact and their telephone number
1. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
2. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
3. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
22
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
BQQFOEJYE
Jason Tanko
President and Founder, Tanko Lighting
A life-long street light enthusiast, Jason Tanko created Tanko Streetlighting, Inc. (DBA:
technical support
for municipal street light projects. Given the need for street lighting-specific expertise, this quickly
expanded into project management services. Today, Tanko Lighting functions as a full-service street
lighting company, providing tailored, turnkey solutions for any street lighting project. Mr. Tanko
continues to lead the company, serving as President, and provides oversight on engineering, product
development, business development, and project management.
result of his extensive educational and professional
background. Prior to founding Tanko Lighting, Mr. Tanko enjoyed a long career in energy efficiency
and electrical engineering. As a Project Manager for Newcomb Anderson Associates, Mr. Tanko
implemented the highly-successful Power Savers program an energy efficiency program for small
businesses in San Francisco. During his tenure as an Electrical Engineer for the Massachusetts
Institute of Technology Lincoln Laboratory, Mr. Tanko designed energy efficient low and medium
voltage power and lighting systems. As an Electrical Engineer/Project Manager with Wilson
Construction Engineering Services, Mr. Tanko engineered and managed new construction and major
electrical infrastructure projects. Mr. Tanko served as a District Engineer for Puget Sound Energy, in
which he coordinated outage management, operations, budget and maintenance activities and
supervised line crews for East King County, WA. As a Senior Engineer with Boeing Commercial
Airplane Group, Mr. Tanko designed and drafted electrical systems for airplane equipment. During
his tenure as an Electrical Engineer/Designer with Team Engineering, Inc., Mr. Tanko designed and
drafted power distribution, lighting, and building control systems for commercial and public
buildings.
With a Bachelor of Science in Electrical Engineering (Seattle University), a Master of Business
Administration (Seattle University), a C-10 Electrical Contractor's License in the State of California,
and an A-17 Contractor's License in the State of Arizona, Mr. Tanko is well-versed in electrical
principles and has remarkable acumen for business.
Mr. Tanko has served on every Tanko Lighting project since the company's inception in 2003. The
majority of these projects have focused on municipal street lighting. A small sample of successful
projects involving Mr. Tanko include LED street light conversion projects for the Towns of Sharon,
MA; Winchester, MA; and the Cities of New London, CT; Somerville, MA; Lowell, MA; Berkeley, CA;
Santa Ana, CA; West Hollywood, CA; Vacaville, CA; Rancho Cordova, CA; Mountain View, CA;
Pleasanton, CA; Napa, CA; Hayward, CA; Vallejo, CA; and Morgan Hill, CA.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Nicole Kelner
Director of Project Management, Tanko Lighting
Ms. Kelner is a seasoned business and project developer, with more than eighteen years of
experience in project management, operations and development. Her expertise is centered on
compliance, energy, law, planning, cleantech, wireless and sustainability. Ms. Kelner directs all
company projects, and is responsible for performance and client satisfaction.
Prior to joining Tanko Lighting, Ms. Kelner served and a Project Manager and Market Lead with Sure
Site Consulting, where she led and trained staff, was responsible for profit and loss, budgets,
invoices, and managed multiple clients, vendors and consultants. As an Environmental Management
Supervisor with Pacific Gas & Electric, Ms. Kelner managed a multi-disciplinary team of thirteen
environmental professionals, implemented permitting for gas and electric projects, and strategically
facilitated a portfolio of over 3,400 assigned projects with multiple consulting firms. As Director of
Compliance with Solar Trust of America, Ms. Kelner managed all regulatory compliance for the
development and construction of 2,000 MW of solar power, acquired timely agency approvals for
the worlds largest solar power project (budgeted at over $3 billion), and developed highly-detailed
compliance trackers for over 800 complicated conditions in 21 fields. Ms. Kelner also held additional
positions with Earth Zone Consultants (Principal), Sustainable Spaces (General Manager), WFI
Consulting (Senior Planning Project Manager), Young & Associates (Senior Project Manager), and
Vetrano & Bravacos (Attorney).
Ms. Kelner holds a Bachelor in Business Marketing from George Washington University, a Juris
Doctor from the Delaware Law School Widener, and is currently a candidate for a Master of Business
Administration in Sustainability from the San Francisco Institute of Architecture. She also holds a
Certificate in Environmental Management & Renewable Technology from Merritt College, and is a
Leader in Energy & Environmental Design (LEED) Certified Green Building Professional.
Ms. Kelner is responsible for all current company projects, including projects for the Cities of
Leominster, MA, Everett, MA, Somerville, MA, Lowell, MA, Meriden, CT, Oakland, CA, and the Island
of Kauai, HI.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Ian Canada
Project Manager, Tanko Lighting
professional background is focused on organizational development, strategic
planning, and project management. He manages projects and client deliverables for Tanko
Lightings turn-key professional services.
Prior to joining Tanko Lighting, Mr. Canada worked in the logistics management, academics, and
retail fields. He served as a Logistics Specialist for Restoration Hardware, in which he
coordinated with cross-functional teams to investigate and resolve all inventory exceptions and
negative performance drivers. As an International Transportation Analyst for Mast Global
Logistics, Mr. Canada managed the logistics services from twelve countries to the domestic
distribution centers for six companies in the United States. As a Project Leader for Hong Kong
Polytechnic University, Mr. Canada led an international team of six to champion programs and
events that prepared college students to meet the demands of and bridge the cultural gap with
Western businesses. As a Recruiting Specialist for Designer Shoe Warehouse, Mr. Canada was
responsible for the on-boarding process, from relocation to orientation, for all new home office
employees and regional managers. As a Process Improvement Engineer with Baxter Bioscience,
Mr. Canada led a project management team whose objective was to increase production and
standardize processes.
Mr. Canada holds a Master of Science in Organizational Development from the University of San
Francisco, a Bachelor of Science in Industrial and Systems Engineering from the University of
Southern California, and is a Certified Project Management Professional.
company. Recent projects include the LED streetlight acquisition design, and/or conversion and
maintenance projects for the Cities of Santa Clarita, CA, Fullerton, CA, LaVerne, CA, Meriden, CT,
Darien, CT, and Montville, CT.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Jacqueline Engler
Project Associate, Tanko Lighting
Jacqueline Engler has extensive experience with energy efficiency feasibility analysis, project
implementation, and logistics management. She currently assists with the management,
implementation and coordination of projects.
Prior to joining Tanko Lighting, Ms. Engler co-founded and served as Operations Manager for Nova
Electric, in which she spearheaded the expansion of the electrical contracting company to include
an energy efficiency lighting consulting and installation division. Her tenure included developing
detailed energy usage, cost analysis, project payback, and cash flow feasibility analyses for LED
lighting retrofit projects, conducted lighting energy audits, and coordinated utility rebate
applications. Prior to this position, Ms. Engler served as Assistant Manager for Willis Management
Group, in which she conducted feasibility analyses and coordinated project logistics.
Ms. Engler holds a Bachelor of Science degree in Physics, with a Minor in Mathematics, from the
University of Nevada, Reno.
Ms. Engler has served on a variety of Tanko Lighting projects during her tenure with the company.
Recent projects include the LED streetlight acquisition and/or conversion projects for the Cities of
Santa Clarita, CA, Fullerton, CA, LaVerne, CA, Meriden, CT, Darien, CT, and Montville, CT.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Rebecca Rodriguez
Lead GIS Analyst, Tanko Lighting
Rebecca Rodriguez has extensive experience with Geographic Information Systems (GIS) focused on
urban street infrastructure. She currently serves as Tanko Lightings Lead GIS Analyst, responsible
for overseeing the companys data management services.
Prior to joining Tanko Lighting, Ms. Rodriguez served as a Research Fellow for the US Department of
Energys National Energy Technology Laboratory, where she performed lead mapping for a water
quality monitoring project, analyzed environmental impacts of shale oil/gas development and
hydraulic fracturing, and examined water management practices of the oil and gas industry. As a
Teaching Assistant with the Virginia Tech Geoscience Field Observations, Ms. Rodriguez explained
topographic and geologic map creation, and provided guidance to students with safety, as well as
outcrop sketches, data collection and feature identification. As a Research Assistant with Duke
University Geochemistry Laboratory, Ms. Rodriguez established the first-ever recycling program for
plastic sample vials and bottles, managed laboratory data, samples, analytical equipment and
supplies, supported climate reconstruction research via isotopic analysis of marine microfossils, and
analyzed major and trace chemical components of water, soil, and rock samples.
Ms. Rodriguez holds a Bachelor of Science degree in Earth and Ocean Sciences from Duke University
and a Master of Science in Geosciences from Virginia Tech.
Ms. Rodriguez has been involved in numerous projects during her tenure with Tanko Lighting,
including the Cities of Berkeley, CA; Oakland, CA; Santa Ana, CA; West Hollywood, CA; Lowell, MA;
Malden, MA; Meriden, CT; Warren, MA; Miami Lakes, FL; Simi Valley, CA; Geneva, NY; and
Londonderry, CT.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
Selena Smith
Field Services Manager, Tanko Lighting
Selena Smiths professional background includes field surveying, administrative management,
and customer service. She manages field Geographic Information Systems auditing, as well as
in-field safety, commissioning and pole labeling efforts for Tanko Lightings turn-key
professional services.
Ms. Smiths original role with Tanko Lighting was as a Field Auditor, in which she performed field
surveys of existing municipal streetlighting inventories. Due to her technical knowledge, leadership
skills and professionalism, she soon transitioned into the companys Field Services Manager.
Prior to joining Tanko Lighting, Ms. Smith worked in the pharmacy, non-profit, and construction
and customer services fields. She served as Program Assistant/Case Manager with Arriba
Juntos, in which she assisted with administrative oversight for various programs for the non-
profit agency. Ms. Smith served as a Pharmacy Clerk with Target, in which she filled prescription
requests and provided ongoing customer service. As a Customer Service Specialist with
Bedrosian Tile & Marble, Ms. Smith provided inventory oversight and material sales. Ms. Smith
served as a Supply Specialist for the United States Army National Guard when she was on Active
Duty.
Ms. Smith holds a High School Diploma from Cordova High School in Rancho Cordova, CA, as well as
a Diploma from the High-Tech Institute Pharmacy Technician Program.
Ms. Smith has been involved in numerous projects since her tenure with Tanko Lighting, including
project for the following municipalities: Berkeley, CA, Oakland, CA, Simi Valley, CA, Sunnyvale, CA,
Londonderry, NH, Ayers, MA, and Mansfield, MA.
ǞǞǞ͵ƷğƓƉƚƌźŭŷƷźƓŭ͵ĭƚƒ
220 Bayshore Blvd | San Francisco, CA 94124 | P 415.254.7579 | F 415.822.3626
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
EBUF!)NN0EE0ZZZZ*
1202:03129
DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF
UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT
DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT
CFMPX/!!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE
SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/
JNQPSUBOU;!!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!cf!foepstfe/!!Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up
uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!!B!tubufnfou!po!uijt!dfsujgjdbuf!epft!opu!dpogfs!sjhiut!up!uif
dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/
DPOUBDU
MJD!$11672832.999.956.3359
QSPEVDFS
OBNF;
NdTifssz!'!Ivetpo
GBY
QIPOF
519.661.3241519.661.322:
)B0D-!Op*;
)B0D-!Op-!Fyu*;
F.NBJM
271!Xftu!Tboub!Dmbsb!Tusffu
BEESFTT;
Tvjuf!826
JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$
Tbo!Kptf-!DB!:6224
USBWFMFST!QSPQ!DBT!DP!PG!BNFS36785
JOTVSFS!B!;
JOTVSFE
IJTDPY!JOT!DP!JOD21311
JOTVSFS!C!;
Ubolp!Tusffu!Mjhiujoh-!Jod/
JOTVSFS!D!;
ECB;!Ubolp!Mjhiujoh
331!Cbztipsf!Cmwe/
JOTVSFS!E!;
JOTVSFS!F!;
Tbo!Gsbodjtdp-!DB!:5235
JOTVSFS!G!;
62:37828
DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS;
UIJT!JT!UP!DFSUJGZ!UIBU!UIF!QPMJDJFT!PG!JOTVSBODF!MJTUFE!CFMPX!IBWF!CFFO!JTTVFE!UP!UIF!JOTVSFE!OBNFE!BCPWF!GPS!UIF!QPMJDZ!QFSJPE
JOEJDBUFE/!!OPUXJUITUBOEJOH!BOZ!SFRVJSFNFOU-!UFSN!PS!DPOEJUJPO!PG!BOZ!DPOUSBDU!PS!PUIFS!EPDVNFOU!XJUI!SFTQFDU!UP!XIJDI!UIJT
DFSUJGJDBUF!NBZ!CF!JTTVFE!PS!NBZ!QFSUBJO-!UIF!JOTVSBODF!BGGPSEFE!CZ!UIF!QPMJDJFT!EFTDSJCFE!IFSFJO!JT!TVCKFDU!UP!BMM!UIF!UFSNT-
FYDMVTJPOT!BOE!DPOEJUJPOT!PG!TVDI!QPMJDJFT/!MJNJUT!TIPXO!NBZ!IBWF!CFFO!SFEVDFE!CZ!QBJE!DMBJNT/
BEEMTVCS
JOTSQPMJDZ!FGGQPMJDZ!FYQ
UZQF!PG!JOTVSBODFMJNJUT
QPMJDZ!OVNCFS
MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ*
JOTSXWE
Y
HFOFSBM!MJBCJMJUZ
BYZ.741.7K593281.UJM.281602:029
1602:0283-111-111
FBDI!PDDVSSFODF%
EBNBHF!UP!SFOUFE
Y
211-111
DPNNFSDJBM!HFOFSBM!MJBCJMJUZ%
QSFNJTFT!)Fb!pddvssfodf*
Y
21-111
DMBJNT.NBEFPDDVSNFE!FYQ!)Boz!pof!qfstpo*%
2-111-111
QFSTPOBM!'!BEW!JOKVSZ%
5-111-111
HFOFSBM!BHHSFHBUF%
3-111-111
HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;QSPEVDUT!.!DPNQ0PQ!BHH%
QSP.
Y
%
QPMJDZMPD
KFDU
DPNCJOFE!TJOHMF!MJNJU
1602:0281602:029
YY
BCB.7K474:8:.28.DBH
BVUPNPCJMF!MJBCJMJUZ
2-111-111
)Fb!bddjefou*%
Y CPEJMZ!JOKVSZ!)Qfs!qfstpo*%
BOZ!BVUP
BMM!PXOFETDIFEVMFE
CPEJMZ!JOKVSZ!)Qfs!bddjefou*%
BVUPTBVUPT
OPO.PXOFEQSPQFSUZ!EBNBHF
%
Y
Y
IJSFE!BVUPT
)Qfs!bddjefou*
BVUPT
%
BY
YDVQ.7K645233.28.251602:0281602:029
VNCSFMMB!MJBC
4-111-111
FBDI!PDDVSSFODF%
PDDVS
FYDFTT!MJBC
4-111-111
DMBJNT.NBEFBHHSFHBUF%
%
EFESFUFOUJPO%
XD!TUBUV.PUI.
XPSLFST!DPNQFOTBUJPO
1602:029Y
BYZKVC.4I68572.7.28
1602:028
UPSZ!MJNJUTFS
BOE!FNQMPZFST(!MJBCJMJUZ
Z!0!O
2-111-111
BOZ!QSPQSJFUPS0QBSUOFS0FYFDVUJWF
F/M/!FBDI!BDDJEFOU%
O!0!B
Z
PGGJDFS0NFNCFS!FYDMVEFE@
2-111-111
)Nboebupsz!jo!OI*
F/M/!EJTFBTF!.!FB!FNQMPZFF%
Jg!zft-!eftdsjcf!voefs
2-111-111
F/M/!EJTFBTF!.!QPMJDZ!MJNJU%
EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx
CQspgfttjpobm0F'PNQM2596945/281602:0281602:029Fbdi0Bhhsfhbuf3-111-111
EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!!)Buubdi!BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!jg!npsf!tqbdf!jt!sfrvjsfe*
SF;!Dpotvmujoh!Tfswjdft!boe!Qspkfdu0Dpotusvdujpo!Nbobhfnfou!Tfswjdft!gps!MFE!Tusffumjhiu!Dpowfstjpo!Qspkfdu
Beejujpobm!Jotvsfe;!Uif!Djuz!pg!Tboub!Dmbsjub-!jut!sftqfdujwf!fmfdufe!boe!bqqpjoufe!cpbset-!pggjdjbmt-!pggjdfst-!bhfout
boe!fnqmpzfft/!Uijt!jotvsbodf!jt!qsjnbsz!boe!opo.dpousjcvupsz/
DFSUJGJDBUF!IPMEFSDBODFMMBUJPO
TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF
UIF!FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO
Djuz!pg!Tboub!Dmbsjub
BDDPSEBODF!XJUI!UIF!QPMJDZ!QSPWJTJPOT/
34:31!Wbmfodjb!Cpvmfwbse-!Tvjuf!411
BVUIPSJ\[FE!SFQSFTFOUBUJWF
Tboub!Dmbsjub!-!DB!:2466
VTB
ª!2:99.3121!BDPSE!DPSQPSBUJPO/!!Bmm!sjhiut!sftfswfe/
BDPSE!36!)3121016*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE
tbsbitk
62:37828
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
POLICY NUMBER: Y-630-6j482170-TIL-17
(2) A watercraft you do not own that is:
(a) Fifty feet long or less; and
(b) Not being used to carry any person or
property for a charge.
2. The following is added to Paragraph 2. of
SECTION 111 — WHO IS AN INSURED:
Any person or organization that, with your ex-
press or implied consent, either uses or is re-
sponsibie for the use of a watercraft that you
do not own that is:
(1) Fifty feet long or less; and
(2) Not being used to carry any person or
property for a charge.
M. INCREASED SUPPLEMENTARY PAYMENTS
1. The following replaces Paragraph I.b. of
SUPPLEMENTARY PAYMENTS — COVER-
AGES A AND B of SECTION I — COVER-
AGES:
b. Up to $2,500 for cost of bail bonds re-
quired because of accidents or traffic law
violations arising out of the use of any
vehicle to which the Bodily Injury Liability
Coverage applies. We do not have to fur-
nish these bonds.
2. The following replaces Paragraph 1.d. of
SUPPLEMENTARY PAYMENTS — COVER-
AGES A AND B of SECTION I — COVER-
AGES:
d. All reasonable expenses incurred by the
insured at our request to assist us in the
investigation or defense of the claim or
"suit", including actual loss of earnings up
to $500 a day because of time off from
work.
N. MEDICAL PAYMENTS — INCREASED LIMIT
The following replaces Paragraph 7. of SECTION
III — LIMITS OF INSURANCE:
7. Subject to 5. above, the Medical Expense
Limit is the most we will pay under Coverage
C. for all medical expenses because of "bod-
ily injury" sustained by any one person, and
will be the higher of:
(a) $10,000; or
(b) The amount shown on the Declarations of
this Coverage Part for Medical Expense
Limit.
O. KNOWLEDGE AND NOTICE OF OCCUR-
RENCE OR OFFENSE
The following is added to Paragraph 2., Duties In
The Event of Occurrence, Offense, Claim or
Suit, of SECTION IV — COMMERCIAL GEN-
ERAL LIABILITY CONDITIONS:
e. The following provisions apply to Paragraph
a. above, but only for the purposes of the in-
surance provided under this Coverage Part to
you or any insured listed in Paragraph 1. or 2.
of Section 11 — Who Is An Insured:
(1) Notice to us of such "occurrence" or of-
fense must be given as soon as practica-
ble only after the "occurrence" or offense
is known to you (if you are an individual),
any of your partners or members who is
an individual (if you are a partnership or
joint venture), any of your managers who
is an individual (if you are a limited liability
company), any of your trustees who is an
individual (if you are a trust), any of your
"`executive officers" or directors (if you are
an organization other than a partnership,
joint venture, limited liability company or
trust) or any "employee" authorized by
you to give notice of an "occurrence" or
offense.
(2) If you are a partnership, joint venture, lim-
ited (lability company or trust, and none of
your partners, joint venture members,
managers or trustees are individuals, no-
tice to us of such "occurrence" or offense
must be given as soon as practicable only
after the "occurrence" or offense is known
by:
(a) Any individual who is:
(I) A partner or member of any part-
nership or joint venture;
(Ii) A manager of any limited liability
company;
(iii) A trustee of any trust; or
(iv) An executive officer or director of
any other organization;
that is your partner, joint venture
member, manager or trustee; or
(b) Any "employee" authorized by such
partnership, joint venture, limited It
-
ability company, trust or other organi-
zation to give notice of an "occur-
rence" or offense.
(3) Notice to us of such "occurrence" or of-
fense will be deemed to be given as soon
as practicable if it is given in good faith as
soon as practicable to your workers'
compensation insurer, This applies only if
you subsequently give, notice to us of the
"occurrence" or offense as soon as prac-
ticable after any of the persons described
In Paragraphs e.(1) or (2) above discov-
Page 6 of 7 @ 2013 The Travelers Indemnity Company. All rights reserved, CG D4 58 07 13
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
DATE
1202:03129
SUPPLEMENTTOCERTIFICATEOFINSURANCE
NAMEOFINSURED:
Ubolp!Tusffu!Mjhiujoh-!Jod/
ECB;!Ubolp!Mjhiujoh
AdditionalDescriptionofOperations/RemarksfromPage1:
AdditionalInformation:
Jodmveft;
Hfofsbm!Mjbcjmjuz;
Beejujpobm!Jotvsfe!qfs!buubdife!gpsn!DHE3591916/
Qsjnbsz!Xpsejoh!qfs!buubdife!gpsn!DH11122112
Xbjwfs!pg!Tvcsphbujpo!qfs!buubdife!gpsn!DHE5691824
Bvup!Mjbcjmjuz;
Beejujpobm!Jotvsfe!boe!Xbjwfs!pg!Tvcsphbujpo!qfs!buubdife!gpsn!DBU464)13.23*/
Qsjnbsz!Xpsejoh!qfs!buubdife!gpsn!DB11122124/
Xpslfst!Dpnq;
Xbjwfs!pg!Tvcsphbujpo!qfs!buubdife!gpsn!XD::1487/
SUPP(05/04)
DocuSign Envelope ID: 1987DF4D-AD21-4B78-A87A-F37C7CC592FC
9ǣƦƌğƓğƷźƚƓ ƚŅ /ƚƓƷƩğĭƷ /ƚƭƷƭ
The Santa Clarita City Council (CITY) has authorized a Contract with Tanko Lighting (CONTRACTOR) for a
total amount not to exceed $4,444,513 as described below:
υЌͲАЉЌͲАЏЌ Ώ .ğƭĻ /ƚƓƷƩğĭƷ
Base contract pricing supports data collection/auditing, creation of an inventorying and pole
tagging, photometric analysis, purchase of Light-emitting Diode (LED) fixtures, and retrofit of the
16,210 streetlights identified by Southern California Edison (SCE) as available for purchase by
the CITY.
CONTRACTOR will manage all change of ownership efforts associated with the streetlights
purchase from SCE, including ownership transfer, invoice reconciliation, and modification of
rates the CITY pays for streetlight service, ensuring the reduced LED rate.
Base contract is also inclusive of CONTRACT
for items identified in Section III A, 4-5 of Proposal.
υАЍЉͲАЎЉ tƩƚƆĻĭƷ /ƚƓƷźƓŭĻƓĭǤ
Project contingency is intended to provide funding in support of data collection/auditing,
inventorying and pole tagging, purchase of Light-emitting Diode (LED) fixtures, and retrofit of
existing CITY-owned streetlights as identified on Sheet A-2 of the Cost Proposal; or additional
streetlights identified by Southern California Edison as available for purchase by the CITY during
-
CONTRACTOR will manage all change of ownership efforts associated with additional streetlights
purchased from SCE, including ownership transfer, invoice reconciliation, and modification of
rates the CITY pays for streetlight service, ensuring the reduced LED rate.
Base contract is also inclusive of CONTRACT
for items identified in Section III, A 4-5 of Proposal.
Certificate Of Completion
Envelope Id: 1987DF4DAD214B78A87AF37C7CC592FCStatus: Completed
Subject: Tanko Streetlighting, Inc.-18-LMD-08 Streetlight Transition Services
Source Envelope:
Document Pages: 317Signatures: 4Envelope Originator:
Certificate Pages: 6Initials: 0Amber Bugarin
AutoNav: Enabled23920 Valencia Boulevard
EnvelopeId Stamping: EnabledCity of Santa Clarita, CA 91355
Time Zone: (UTC-08:00) Pacific Time (US & Canada)abugarin@santa-clarita.com
IP Address: 74.62.190.61
Record Tracking
Status: OriginalHolder: Amber BugarinLocation: DocuSign
3/12/2018 9:20:28 AM abugarin@santa-clarita.com
Signer EventsSignatureTimestamp
Katie KnybelSent: 3/12/2018 9:39:03 AM
Completed
kknybel@santa-clarita.comViewed: 3/12/2018 10:12:22 AM
Security Level: Email, Account Authentication Signed: 3/12/2018 10:13:25 AM
Using IP Address: 74.62.190.61
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 3/12/2018 10:12:22 AM
ID: 9538cdfa-ea2b-4129-8e2b-5ff6896a3c53
Jennifer St. ClairSent: 3/12/2018 10:13:29 AM
Completed
jstclair@santa-clarita.comViewed: 3/12/2018 11:04:41 AM
Security Level: Email, Account Authentication Signed: 3/12/2018 11:35:06 AM
Using IP Address: 74.62.190.61
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 3/12/2018 11:04:41 AM
ID: 2ca3764a-527c-4d75-b842-3a5bb7e85637
JOSEPH OERUMSent: 3/12/2018 11:35:11 AM
Completed
joerum@santa-clarita.comViewed: 3/12/2018 2:03:12 PM
Clerk & Contract Services ManagerSigned: 3/12/2018 2:04:23 PM
Using IP Address: 74.62.190.61
City of Santa Clarita
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Kevin TonoianSent: 3/12/2018 2:04:27 PM
Completed
ktonoian@santa-clarita.comViewed: 3/12/2018 2:27:09 PM
Administrative Services ManagerSigned: 3/12/2018 2:27:42 PM
Using IP Address: 74.62.190.61
City of Santa Clarita
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Clare BressaniSent: 3/12/2018 2:27:46 PM
clare@tankolighting.comViewed: 3/13/2018 9:38:11 AM
Vice PresidentSigned: 3/14/2018 9:39:57 AM
Security Level: Email, Account Authentication
Using IP Address: 96.82.91.81
(Optional)
Electronic Record and Signature Disclosure:
Signer EventsSignatureTimestamp
Not Offered via DocuSign
Jason TankoSent: 3/12/2018 2:27:46 PM
jason@tankolighting.comViewed: 3/14/2018 9:40:44 AM
PresidentSigned: 3/14/2018 9:41:06 AM
Security Level: Email, Account Authentication
Using IP Address: 96.82.91.81
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Darren HernandezSent: 3/14/2018 9:41:11 AM
Completed
DHERNANDEZ@santa-clarita.comViewed: 3/14/2018 10:26:25 AM
Security Level: Email, Account Authentication Signed: 3/14/2018 10:26:28 AM
Using IP Address: 74.62.190.61
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 3/14/2018 10:26:25 AM
ID: a72cb0f4-c740-4591-ab74-b9227514a936
Joseph M. MontesSent: 3/14/2018 10:26:34 AM
JMontes@bwslaw.comViewed: 3/14/2018 1:37:12 PM
City AttorneySigned: 3/16/2018 11:12:10 AM
City of Santa Clarita
Using IP Address: 198.24.204.55
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Frank OviedoSent: 3/16/2018 11:12:16 AM
FOVIEDO@santa-clarita.comViewed: 3/19/2018 2:02:16 PM
Assistant City ManagerSigned: 3/19/2018 2:02:30 PM
Security Level: Email, Account Authentication
Using IP Address: 74.62.190.61
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 3/19/2018 2:02:16 PM
ID: 879c9c48-5609-4f35-8b37-18915d3b980e
In Person Signer EventsSignatureTimestamp
Editor Delivery EventsStatusTimestamp
Agent Delivery EventsStatusTimestamp
Intermediary Delivery EventsStatusTimestamp
Certified Delivery EventsStatusTimestamp
Carbon Copy EventsStatusTimestamp
City Clerk StaffSent: 3/19/2018 2:02:35 PM
CITYCLERKCONTRACTS@santa-clarita.com
City Clerks Office
City of Santa Clarita
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 8/7/2014 11:14:01 AM
ID: a6cb5c48-b8d3-4bca-9fd4-e084ee3b79e0
Carbon Copy EventsStatusTimestamp
Katie KnybelSent: 3/19/2018 2:02:35 PM
kknybel@santa-clarita.com
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 3/12/2018 10:12:22 AM
ID: 9538cdfa-ea2b-4129-8e2b-5ff6896a3c53
Jason TankoSent: 3/19/2018 2:02:35 PM
jason@tankolighting.com
President
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Notary EventsSignatureTimestamp
Envelope Summary EventsStatusTimestamps
Envelope SentHashed/Encrypted3/19/2018 2:02:35 PM
Certified DeliveredSecurity Checked3/19/2018 2:02:35 PM
Signing CompleteSecurity Checked3/19/2018 2:02:35 PM
CompletedSecurity Checked3/19/2018 2:02:35 PM
Payment EventsStatusTimestamps
Electronic Record and Signature Disclosure
DPOTVNFS!EJTDMPTVSF!
Gspn!ujnf!up!ujnf-!Djuz!pg!Tboub!Dmbsjub!)xf-!vt!ps!Dpnqboz*!nbz!cf!sfrvjsfe!cz!mbx!up!qspwjef
up!zpv!dfsubjo!xsjuufo!opujdft!ps!ejtdmptvsft/!Eftdsjcfe!cfmpx!bsf!uif!ufsnt!boe!dpoejujpot!gps
qspwjejoh!up!zpv!tvdi!opujdft!boe!ejtdmptvsft!fmfduspojdbmmz!uispvhi!zpvs!EpdvTjho-!Jod/
)EpdvTjho*!Fyqsftt!vtfs!bddpvou/!Qmfbtf!sfbe!uif!jogpsnbujpo!cfmpx!dbsfgvmmz!boe!uipspvhimz-
boe!jg!zpv!dbo!bddftt!uijt!jogpsnbujpo!fmfduspojdbmmz!up!zpvs!tbujtgbdujpo!boe!bhsff!up!uiftf!ufsnt
boe!dpoejujpot-!qmfbtf!dpogjsn!zpvs!bhsffnfou!cz!dmjdljoh!uif!(J!bhsff(!cvuupo!bu!uif!cpuupn!pg
uijt!epdvnfou/!
Hfuujoh!qbqfs!dpqjft!
Bu!boz!ujnf-!zpv!nbz!sfrvftu!gspn!vt!b!qbqfs!dpqz!pg!boz!sfdpse!qspwjefe!ps!nbef!bwbjmbcmf
fmfduspojdbmmz!up!zpv!cz!vt/!Gps!tvdi!dpqjft-!bt!mpoh!bt!zpv!bsf!bo!bvuipsj{fe!vtfs!pg!uif
EpdvTjho!tztufn!zpv!xjmm!ibwf!uif!bcjmjuz!up!epxompbe!boe!qsjou!boz!epdvnfout!xf!tfoe!up!zpv
uispvhi!zpvs!EpdvTjho!vtfs!bddpvou!gps!b!mjnjufe!qfsjpe!pg!ujnf!)vtvbmmz!41!ebzt*!bgufs!tvdi
epdvnfout!bsf!gjstu!tfou!up!zpv/!Bgufs!tvdi!ujnf-!jg!zpv!xjti!gps!vt!up!tfoe!zpv!qbqfs!dpqjft!pg
boz!tvdi!epdvnfout!gspn!pvs!pggjdf!up!zpv-!zpv!xjmm!cf!dibshfe!b!%1/11!qfs.qbhf!gff/!Zpv!nbz
sfrvftu!efmjwfsz!pg!tvdi!qbqfs!dpqjft!gspn!vt!cz!gpmmpxjoh!uif!qspdfevsf!eftdsjcfe!cfmpx/!
Xjuiesbxjoh!zpvs!dpotfou!
Jg!zpv!efdjef!up!sfdfjwf!opujdft!boe!ejtdmptvsft!gspn!vt!fmfduspojdbmmz-!zpv!nbz!bu!boz!ujnf
dibohf!zpvs!njoe!boe!ufmm!vt!uibu!uifsfbgufs!zpv!xbou!up!sfdfjwf!sfrvjsfe!opujdft!boe!ejtdmptvsft
pomz!jo!qbqfs!gpsnbu/!Ipx!zpv!nvtu!jogpsn!vt!pg!zpvs!efdjtjpo!up!sfdfjwf!gvuvsf!opujdft!boe
ejtdmptvsf!jo!qbqfs!gpsnbu!boe!xjuiesbx!zpvs!dpotfou!up!sfdfjwf!opujdft!boe!ejtdmptvsft
fmfduspojdbmmz!jt!eftdsjcfe!cfmpx/!
Dpotfrvfodft!pg!dibohjoh!zpvs!njoe!
Jg!zpv!fmfdu!up!sfdfjwf!sfrvjsfe!opujdft!boe!ejtdmptvsft!pomz!jo!qbqfs!gpsnbu-!ju!xjmm!tmpx!uif
tqffe!bu!xijdi!xf!dbo!dpnqmfuf!dfsubjo!tufqt!jo!usbotbdujpot!xjui!zpv!boe!efmjwfsjoh!tfswjdft!up
zpv!cfdbvtf!xf!xjmm!offe!gjstu!up!tfoe!uif!sfrvjsfe!opujdft!ps!ejtdmptvsft!up!zpv!jo!qbqfs!gpsnbu-
boe!uifo!xbju!voujm!xf!sfdfjwf!cbdl!gspn!zpv!zpvs!bdlopxmfehnfou!pg!zpvs!sfdfjqu!pg!tvdi
qbqfs!opujdft!ps!ejtdmptvsft/!Up!joejdbuf!up!vt!uibu!zpv!bsf!dibohjoh!zpvs!njoe-!zpv!nvtu
xjuiesbx!zpvs!dpotfou!vtjoh!uif!EpdvTjho!(Xjuiesbx!Dpotfou(!gpsn!po!uif!tjhojoh!qbhf!pg!zpvs
EpdvTjho!bddpvou/!Uijt!xjmm!joejdbuf!up!vt!uibu!zpv!ibwf!xjuiesbxo!zpvs!dpotfou!up!sfdfjwf
sfrvjsfe!opujdft!boe!ejtdmptvsft!fmfduspojdbmmz!gspn!vt!boe!zpv!xjmm!op!mpohfs!cf!bcmf!up!vtf!zpvs
EpdvTjho!Fyqsftt!vtfs!bddpvou!up!sfdfjwf!sfrvjsfe!opujdft!boe!dpotfout!fmfduspojdbmmz!gspn!vt
ps!up!tjho!fmfduspojdbmmz!epdvnfout!gspn!vt/!
Bmm!opujdft!boe!ejtdmptvsft!xjmm!cf!tfou!up!zpv!fmfduspojdbmmz!
Vomftt!zpv!ufmm!vt!puifsxjtf!jo!bddpsebodf!xjui!uif!qspdfevsft!eftdsjcfe!ifsfjo-!xf!xjmm!qspwjef
fmfduspojdbmmz!up!zpv!uispvhi!zpvs!EpdvTjho!vtfs!bddpvou!bmm!sfrvjsfe!opujdft-!ejtdmptvsft-
bvuipsj{bujpot-!bdlopxmfehfnfout-!boe!puifs!epdvnfout!uibu!bsf!sfrvjsfe!up!cf!qspwjefe!ps
nbef!bwbjmbcmf!up!zpv!evsjoh!uif!dpvstf!pg!pvs!sfmbujpotijq!xjui!zpv/!Up!sfevdf!uif!dibodf!pg
zpv!jobewfsufoumz!opu!sfdfjwjoh!boz!opujdf!ps!ejtdmptvsf-!xf!qsfgfs!up!qspwjef!bmm!pg!uif!sfrvjsfe
opujdft!boe!ejtdmptvsft!up!zpv!cz!uif!tbnf!nfuipe!boe!up!uif!tbnf!beesftt!uibu!zpv!ibwf!hjwfo
vt/!Uivt-!zpv!dbo!sfdfjwf!bmm!uif!ejtdmptvsft!boe!opujdft!fmfduspojdbmmz!ps!jo!qbqfs!gpsnbu!uispvhi
uif!qbqfs!nbjm!efmjwfsz!tztufn/!Jg!zpv!ep!opu!bhsff!xjui!uijt!qspdftt-!qmfbtf!mfu!vt!lopx!bt
eftdsjcfe!cfmpx/!Qmfbtf!bmtp!tff!uif!qbsbhsbqi!jnnfejbufmz!bcpwf!uibu!eftdsjcft!uif
dpotfrvfodft!pg!zpvs!fmfdujoh!opu!up!sfdfjwf!efmjwfsz!pg!uif!opujdft!boe!ejtdmptvsft
fmfduspojdbmmz!gspn!vt/!
Ipx!up!dpoubdu!Djuz!pg!Tboub!Dmbsjub;!
Zpv!nbz!dpoubdu!vt!up!mfu!vt!lopx!pg!zpvs!dibohft!bt!up!ipx!xf!nbz!dpoubdu!zpv!fmfduspojdbmmz-
up!sfrvftu!qbqfs!dpqjft!pg!dfsubjo!jogpsnbujpo!gspn!vt-!boe!up!xjuiesbx!zpvs!qsjps!dpotfou!up
sfdfjwf!opujdft!boe!ejtdmptvsft!fmfduspojdbmmz!bt!gpmmpxt;
!Up!dpoubdu!vt!cz!fnbjm!tfoe!nfttbhft!up;!kpfsvnAtboub.dmbsjub/dpn
!
Up!bewjtf!Djuz!pg!Tboub!Dmbsjub!pg!zpvs!ofx!f.nbjm!beesftt!
Up!mfu!vt!lopx!pg!b!dibohf!jo!zpvs!f.nbjm!beesftt!xifsf!xf!tipvme!tfoe!opujdft!boe!ejtdmptvsft
fmfduspojdbmmz!up!zpv-!zpv!nvtu!tfoe!bo!fnbjm!nfttbhf!up!vt!bu!kpfsvnAtboub.dmbsjub/dpn!boe!jo
uif!cpez!pg!tvdi!sfrvftu!zpv!nvtu!tubuf;!zpvs!qsfwjpvt!f.nbjm!beesftt-!zpvs!ofx!f.nbjm!beesftt/!!
Xf!ep!opu!sfrvjsf!boz!puifs!jogpsnbujpo!gspn!zpv!up!dibohf!zpvs!fnbjm!beesftt//!!
Jo!beejujpo-!zpv!nvtu!opujgz!EpdvTjho-!Jod!up!bssbohf!gps!zpvs!ofx!fnbjm!beesftt!up!cf!sfgmfdufe
jo!zpvs!EpdvTjho!bddpvou!cz!gpmmpxjoh!uif!qspdftt!gps!dibohjoh!f.nbjm!jo!EpdvTjho/!
Up!sfrvftu!qbqfs!dpqjft!gspn!Djuz!pg!Tboub!Dmbsjub!
Up!sfrvftu!efmjwfsz!gspn!vt!pg!qbqfs!dpqjft!pg!uif!opujdft!boe!ejtdmptvsft!qsfwjpvtmz!qspwjefe
cz!vt!up!zpv!fmfduspojdbmmz-!zpv!nvtu!tfoe!vt!bo!f.nbjm!up!kpfsvnAtboub.dmbsjub/dpn!boe!jo!uif
cpez!pg!tvdi!sfrvftu!zpv!nvtu!tubuf!zpvs!f.nbjm!beesftt-!gvmm!obnf-!VT!Qptubm!beesftt-!boe
ufmfqipof!ovncfs/!Xf!xjmm!cjmm!zpv!gps!boz!gfft!bu!uibu!ujnf-!jg!boz/!
Up!xjuiesbx!zpvs!dpotfou!xjui!Djuz!pg!Tboub!Dmbsjub!
Up!jogpsn!vt!uibu!zpv!op!mpohfs!xbou!up!sfdfjwf!gvuvsf!opujdft!boe!ejtdmptvsft!jo!fmfduspojd
gpsnbu!zpv!nbz;
j/!efdmjof!up!tjho!b!epdvnfou!gspn!xjuijo!zpvs!EpdvTjho!bddpvou-!boe!po!uif!tvctfrvfou
qbhf-!tfmfdu!uif!difdl.cpy!joejdbujoh!zpv!xjti!up!xjuiesbx!zpvs!dpotfou-!ps!zpv!nbz<
jj/!tfoe!vt!bo!f.nbjm!up!kpfsvnAtboub.dmbsjub/dpn!boe!jo!uif!cpez!pg!tvdi!sfrvftu!zpv
nvtu!tubuf!zpvs!f.nbjm-!gvmm!obnf-!JT!Qptubm!Beesftt-!ufmfqipof!ovncfs-!boe!bddpvou
ovncfs/!Xf!ep!opu!offe!boz!puifs!jogpsnbujpo!gspn!zpv!up!xjuiesbx!dpotfou//!!Uif
dpotfrvfodft!pg!zpvs!xjuiesbxjoh!dpotfou!gps!pomjof!epdvnfout!xjmm!cf!uibu!usbotbdujpot
nbz!ublf!b!mpohfs!ujnf!up!qspdftt//!
Sfrvjsfe!ibsexbsf!boe!tpguxbsf!
Pqfsbujoh!Tztufnt;!Xjoepxt3111@!ps!XjoepxtYQ@!
Cspxtfst!)gps!TFOEFST*;!Joufsofu!Fyqmpsfs!7/1@!ps!bcpwf!
Cspxtfst!)gps!TJHOFST*;!Joufsofu!Fyqmpsfs!7/1@-!Np{jmmb!GjsfGpy!2/1-
OfuTdbqf!8/3!)ps!bcpwf*!
Fnbjm;!Bddftt!up!b!wbmje!fnbjm!bddpvou!
Tdsffo!Sftpmvujpo;!911!y!711!njojnvn!
Fobcmfe!Tfdvsjuz!Tfuujoht;!
Bmmpx!qfs!tfttjpo!dppljft
!
Vtfst!bddfttjoh!uif!joufsofu!cfijoe!b!Qspyz
Tfswfs!nvtu!fobcmf!IUUQ!2/2!tfuujoht!wjb
qspyz!dpoofdujpo!
++!Uiftf!njojnvn!sfrvjsfnfout!bsf!tvckfdu!up!dibohf/!Jg!uiftf!sfrvjsfnfout!dibohf-!xf!xjmm
qspwjef!zpv!xjui!bo!fnbjm!nfttbhf!bu!uif!fnbjm!beesftt!xf!ibwf!po!gjmf!gps!zpv!bu!uibu!ujnf
qspwjejoh!zpv!xjui!uif!sfwjtfe!ibsexbsf!boe!tpguxbsf!sfrvjsfnfout-!bu!xijdi!ujnf!zpv!xjmm
ibwf!uif!sjhiu!up!xjuiesbx!zpvs!dpotfou/!
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC CONSUMER DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
Until or unless I notify City of Santa Clarita as described above, I consent to receive
from exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Santa Clarita during the course of my relationship with you.