HomeMy WebLinkAbout2022-05-10 - AGENDA REPORTS - STREET LIGHT MAINTENANCE CONTRO
Agenda Item: 7
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: �1 A11�44_1)
DATE: May 10, 2022
SUBJECT: AWARD OF STREETLIGHT MAINTENANCE SERVICE
CONTRACT
DEPARTMENT: Neighborhood Services
PRESENTER: Kevin Tonoian
RECOMMENDED ACTION
City Council:
Award a three-year contract to Taft Electric Company to provide recurring streetlight
maintenance services for an annual amount of $120,000 plus an additional $480,000 in
contract expenditure authority for as -needed services arising from emergencies and
streetlight knockdown replacements, for a total contract amount not to exceed $1,800,000.
2. Authorize the City Manager or designee to execute up to two additional one-year renewal
options beginning in year four, for an annual amount not to exceed $600,000, plus an
appropriate Consumer Price Index, upon request of the contractor.
3. Authorize the City Manager or designee to execute all contracts and associated documents,
subject to City Attorney approval, and contingent upon the appropriation of funds by the City
Council during the annual budget for each fiscal year.
BACKGROUND
In 2017, the City Council approved a Purchase and Sale Agreement with Southern California
Edison (Edison) to acquire the City of Santa Clarita's (City) streetlight system. The California
Public Utilities Commission approved the City's purchase of the streetlight system on May 10,
2018.
Ownership of the streetlight system provides numerous benefits, including local control,
installation of environmentally friendly and energy -efficient light -emitting diode (LED) fixtures,
and the realization of significant operational savings. By acquiring the streetlights and converting
Page 1
Packet Pg. 39
O
to LED technology, staff forecasts savings in excess of $28 million during the first 30 years of
ownership.
Consistent with the City Council's original commitment to the community, in FY 2020-21 the
City began passing along net operational savings realized by purchasing the streetlight system to
property owners in the form of reduced assessments. While the maximum streetlight assessment
rate for Fiscal Year 2022-23 is schedule to adjust by the annual change in CPI to $93.91, staff
will recommend maintaining the current rate at $66.00. The recommended rate is $27.91 (30
percent) less than the maximum rate allowed by state law, and is a direct result of the Council's
decision to purchase the streetlight system from Edison.
For three years following the transfer of ownership of the streetlight system, Tanko Lighting was
responsible for managing the organization's streetlight program and for the coordination of field
repairs. Managing the streetlight program included the LED conversion and ongoing
maintenance of the City's streetlight system. The coordination of field repairs included
responding to maintenance outages and light shield installation requests, facilitating warranty
replacements, and addressing streetlight knockdowns resulting from vehicle collisions.
In lieu of renewing the City's agreement with Tanko Lighting, a cost -benefit analysis conducted
in advance of the Fiscal Year 2021-22 mid -year budget process recommended transitioning the
overall management of the streetlight program to in-house staff. The transition to in-house
management creates additional operational efficiencies, while also generating annual savings of
more than $96,000 by reducing recurring contractual costs. While the management of the
streetlight program is now a City function, there is still a need to contract for field repairs in
support of the streetlight system.
For the competitive procurement of streetlight maintenance services, staff sought proposals for
the ongoing maintenance responsibilities of the City's streetlight system by circulating Request
for Proposals (RFP) LMD-21-22-22. The City transmitted the solicitation to 346 potential
vendors, and 17 vendors downloaded the RFP. Upon close of the solicitation, two vendors
submitted proposals.
Unlike a bid procurement, where the recommended contract award is based upon the lowest,
most responsive bid, this procurement utilizes multiple weighted criteria to evaluate and score
proposals. A multiple weighted criteria procurement reinforces performance expectations and
works to ensure that vendors dedicate adequate employees to service the contract. The following
categories comprise the weighted criteria used to evaluate the proposals:
• Project Understanding and Approach (35%)
• Experience of Team Members (25%)
• Successful Experience with Similar Projects (20%)
• References and Certifications (10%)
• Proposal Amount (10%)
Page 2
Packet Pg. 40
O
An internal evaluation team completed a review of each responsive proposal, and scored the two
proposals as follows:
COMPANY LOCATION SCORE
Taft Electric Company Ventura, CA 93 points
Yunex LLC. Riverside, CA 80 points
The review process determined that the Taft Electric Company (Taft) proposal constitutes the
best overall value for providing as -needed streetlight services to the City. In addition to their
experience and demonstrated success for managing similar operations for multiple public
agencies, the evaluation team noted that Taft possesses extensive working knowledge of the
City's existing streetlight infrastructure, its assets, and performance expectations. Taft maintains
an effective working relationship with Edison's planning staff and field technicians, and
possesses a strong understanding of their operational procedures and protocol. Taft has sufficient
and qualified staff to meet both the City's scheduled maintenance and emergency response needs,
and operates/dispatches staff out of a local satellite facility.
If the contract is awarded, the following are streetlight maintenance services that Taft will
provide for the City:
• Respond to all streetlight knockdowns and address immediate public safety hazards.
• 24-hour, stand-by personnel to respond to emergency conditions within two hours.
• Complete repairs for standard streetlight pole knockdowns within five to seven working
days of the City's notice to proceed.
• Respond to non -emergency reports of streetlight outages and complete repairs within five
working days.
• Install streetlight shields, repair wiring, replace missing pole box covers, replace missing
pole identification tags, and provide as -needed streetlight plan check review and field
inspection.
In addition to recurring maintenance services, automobile accidents are responsible for damaging
approximately 60 streetlight poles each year. The recommended action approves additional
expenditure authority for an amount not to exceed $480,000 annually to respond to and replace
pole knockdowns resulting from collisions as they occur.
In approximately 70 percent of such instances, the City recovers the full cost of replacing
damaged streetlights from responsible party's auto insurance provider. As such, a great deal of
the annual streetlight replacement expenditures constitute "pass through charges," which are
ultimately recovered by the City through insurance claims.
The recommended contract amount is based on the City's actual loss experience, and is not
guaranteed compensation to the contractor. All maintenance and repair work will be assigned by
staff on an as -needed basis, with the exception of after-hours emergency situations requiring an
immediate response to address public safety concerns.
Page 3
Packet Pg. 41
O
City staff conducted due diligence reviews of Taft's professional references, and found their
operational record and customer service approach meets the City's high standards for
performance.
ALTERNATIVE ACTION
Other direction as determined by the City Council.
FISCAL IMPACT
There is no impact to the General Fund associated with this action. Adequate funds to support
recurring streetlight maintenance activities and services to replace streetlight knockdowns have
been previously appropriated as part of the annual budget process. Base budget funding to
support continued operations in Fiscal Year 2022-2023 and future years will be contingent upon
appropriation of funds by the City Council during the annual budget process.
ATTACHMENTS
RFP LMD-21-22-22 (available in the City Clerk's Reading File)
Taft Electric Company Proposal (available in the City Clerk's Reading File)
Page 4
Packet Pg. 42
& «§&NTA
«
!
�■%� .. � � ��� ` }�� $ ,
As -Needed Streetlight
Maintenance Services
PROPOSAL # LMD-21-22-22
TABLE OF CONTENTS
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
SECTION A
NOTICE INVITING PROPOSALS
PROPOSAL INSTRUCTIONS
DOCUMENT CHECKLIST
SECTION B
SCOPE OF WORK
RESPONSE FORMAT AND SELECTION CRITERIA
SECTION C
NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS
DESIGNATION OF SUBCONTRACTORS
REFERENCES
ACKNOWLEDGEMENT AND ACCEPTANCE OF SCOPE OF WORK
SECTION D
SAMPLE MAINTENANCE AGREEMENT
SUBCONTRACTOR CLAUSES
FRINGE BENEFIT STATEMENT
ATTACHMENTS
COST PROPOSAL SHEETS A & B
SECTION A
RFP Information & Instructions
CITY OF SANTA CLARITA NOTICE INVITING PROPOSALS
Project Name: As -Needed Streetlight Maintenance Services
Proposal #: LMD-21-22-22
Last Day for Questions: March 7, 2022 before 11:00 AM PST
Proposal Closing: March 16, 2022 before 11:00 AM PST
License(s) Required: C-10, C-7, A&B
Project Description: The City of Santa Clarita is seeking multiple proposals to provide safe,
timely, and quality maintenance and repair services for the City owned
Streetlight System.
Pre -Proposal Meeting: Zoom Meeting on March 1, 2022 at 10:00 AM PST; Link found in Scope of
Work.
Prevailing Wage: Yes
Bond Requirements: No
Contact Information: Jonathan Cosh, Buyer 1 (661) 286-4187 1 jcosh@santa-clarita.com
Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and
enforcement by the Department of Industrial Relations.
Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed
subcontractors) that are currently registered and qualified to perform public work pursuant to Labor
Code Section 1725.5 will be accepted.
Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website
at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP
requirements. The specifications in this notice shall be considered a part of any contract made pursuant
thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120.
RFP Questions must be submitted electronically via the Bid Net "Question and Answer" tab.
Addenda, if issued by the CITY, will be transmitted on Bid Net. Addenda must be digitally acknowledged
via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda
are not signed and submitted with the proposal response, the submission may be deemed non-
responsive and rejected.
Dates Published: February 16, 2022
PROPOSAL INSTRUCTIONS
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
1. SUBMITTING PROPOSALS.
1.1. The response must be submitted on this form and include all forms provided or information
requested or required by the scope of work or specifications, (uploaded via BidNet).
1.2. All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be
submitted to support the total proposed price.
1.3. Proposals/corrections received after the closing time will not be accepted. The City will not be
responsible for proposals not properly or timely, uploaded. Upon award, all submissions become
a matter of public record.
2. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is
the vendor's responsibility to monitor BidNet for release of the addenda prior to submission of the
quote to make certain the package is complete and all required addenda are included. This
information will be available via BidNet. Vendors are cautioned against relying on verbal information
in the preparation of proposal responses. All official information and guidance will be provided as
part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via
BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed
version submitted with the proposal. If addenda are not signed and submitted with the proposal
response, the proposal may be deemed non -responsive and rejected.
3. AWARDS.
3.1. The City reserves the right to waive any informality in any proposal.
3.2. This RFP does not commit the City to award a contract, or to pay any amount incurred in the
preparation of the proposal. The City reserves the right to accept or reject all proposals received
as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part
or in its entirety. The City may require the selected consultant to participate in negotiations and
to submit such technical, price, or other revisions of the proposal as may result from negotiations.
The City reserves the right to extend the time allotted for the proposal, and to request a best and
final offer, should it be in its best interest to do so.
3.3. The proposal may be awarded in its entirety as proposed; however, the City reserves the right to
award elements of the work, independently, and to do portions "in-house." Additionally, the City
reserves the right to award subsequent work on this project based on information presented in
this proposal, without recourse to a separate or subsequent RFP process, should it be in its best
interest to do so.
3.4. The City may make an award based on partial items unless the proposal submitted is marked "All
or none." Where detailed specifications and/or standards are provided the City considers them
to be material and may accept or reject deviations. The list of proposals submitted will be posted
on BidNet, normally within 24 hours.
4. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
4.1. The use of the name of a manufacturer, or any specific brand or make, in describing any item
contained in the solicitation document does not restrict vendors 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 bids/quotes/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 supersede any other specifications or requirements cited. 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.
4.2. If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product
please provide the cut sheet/spec sheet or detailed product description for the proposed
product via the BidNet Q&A section. For each product proposed documentation provided must
include a description reflecting the characteristics and level of quality that will satisfy the salient
physical, functional, or performance characteristics of "equal" products specified in the
solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as
illustrations, drawings, or a clear reference to previously furnished descriptive data or
information available to the City, and clearly describe any modifications the offeror plans to
make in a product to make it conform to the solicitation requirements. Staff will provide an
answer via BidNet if the proposed product will be considered.
4.3. Any alternatives or equivalent product proposals must be made prior to the last day for
questions. The City has the option of accepting or rejecting any alternative or equivalent
product. Exception is made on those items wherein identical supply has been determined a
necessity and the notation NO SUBSTITUTE has been used in the specification section.
5. COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this
solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this
clause in vendor's response will be considered agreement. However, the City 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.
6. 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.
7. INVOICES. Invoices will be forwarded to:
City of Santa Clarita
NS - Special Districts
Attn: Kevin Tonoian
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.
8. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or
subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted on
or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5 [with limited exceptions from this requirement for proposal purposes only
under Labor Code Section 1771.1(a)]. No proposer or subcontractor/subconsultant may be awarded
a contract for public work on a public works project (awarded on or after April 1, 2015) unless
registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This
project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
9. PREPARATION. All proposals and required forms must be uploaded as laid out in the Bid Net General
Attachments Section.
10. 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 vendor who has previously failed to perform
properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who
is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any
vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa
Clarita.
11. RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP may be renewed
annually, up to three 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. 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 award anniversary. The final
adjusted amount will be determined by purchasing staff. If a price adjustment is not requested prior
to the award anniversary date, the previous year's rates will apply. Proposer shall honor proposal
prices for One -Hundred and Twenty Days (120 days) or for the stated contract period, whichever is
longer.
12. CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public
Contract Code Section 3300, the successful vendor shall submit proof of a C-10, C-7, A&B with
proposal response. Failure to possess the specified license shall render the proposal as non-
responsive and shall act as a bar to award the contract to any proposer 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.
13. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the
California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5.
Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor
Code Section 1720.9. 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/OPRL/DPreWageDetermination.htm. 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. The Contractor is responsible for
obtaining a current edition of all California statutes and regulations, and adhering to the latest editions
of such.
14. SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants 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.
Each proposer must submit with their proposal the following:
• The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or
legibly printed.
• The address of each firm.
• The telephone number at the place of business.
• Work to be performed by each subcontracting firm.
• Total approximate dollar amount of each subcontract.
• If sub -contractor is participating as a Disadvantaged Business Enterprise (DBE), the following
additional information is required on the "Designation of Subcontractors" form enclosed:
➢ Status as a DBE, age of the firm and the annual gross receipts.
• Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be
considered unless such list is submitted as required.
Copies of subcontracts will be provided to the City Engineer upon their request.
15. TERMINATION. The City may terminate any purchase, service or contract with or without cause either
verbally or in writing at any time without penalty.
The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet.
DOCUMENTS CHECKLIST
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
The following documents must be provided by ALL proposers:
Uploaded via BidNet (see Section C)
❑ Response File
❑ Cost File (to be submitted separately from Response File)
❑ Notice to Proposers Regarding Contractual Requirements
❑ Designation of Subcontractors
❑ References
❑ Acknowledgement and Acceptance of Scope of Work
❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via
BidNet
The following documents must be provided by the AWARDEE ONLY (With Agreement)
Delivered to City Hall, Attn: Kevin Tonoian
❑ Maintenance Agreement
❑ Insurance Required by Contract
❑ W-9 Form
❑ Fringe Benefit Statement
SECTION B
Solicitation Information
SCOPE OF WORK
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
The City of Santa Clarita (City) requests proposals for the following purpose according to the terms and
conditions described below. In the preparation of this Request for Proposal the words "Bidder,"
"Contractor," "Consultant," or Proposer may be used interchangeably.
There will be a pre -proposal meeting on March 1, 2022 at 10:00 AM PST:
Join Zoom Meeting
https://santaclarita.zoom.us/I/88121336769?pwd=RE04MDErZFdgS3J is kpIUOFVWVRmUT09
Meeting ID: 8812133 6769
Passcode: 709000
One tap mobile
+12532158782„88121336769# US (Tacoma)
+13462487799„88121336769# US (Houston)
Dial by your location
+1 253 215 8782 US (Tacoma)
+1 346 248 7799 US (Houston)
+1 720 707 2699 US (Denver)
+1 301 715 8592 US (Washington DC)
+1 312 626 6799 US (Chicago)
+1 646 558 8656 US (New York)
Meeting ID: 8812133 6769
1. PURPOSE: The City of Santa Clarita is seeking multiple proposals for As -Needed Streetlight
Maintenance Services to provide safe, timely, and quality maintenance and repair services for
the City -owned street lighting systems. The City of Santa Clarita's streetlight system encompasses
approximately 17,500 poles, all of which have been upgraded to LED fixtures within the last three
years. Services sought by the City primarily include troubleshooting and repairing various
components of lighting. Emergency response will also be required for lighting hazards and
streetlight knockdowns to safely secure the area, dispose of debris, and install replacement
streetlight poles inclusive of foundational repair work (if necessary).
Interested parties should read this statement of work to its end, and following the schedule below
submit a written proposal. Proposals will be evaluated and scored.
It is anticipated that the awarded contracts will be for a three (3) year initial contract and two (2)
additional one (1) year incremental renewal options. The City is open to discipline -specific
proposals.
2. PROPOSAL SCHEDULE: Following is a tentative schedule of events:
EVENT DATE
Solicitation advertisement February 15, 2022
Pre -proposal meeting March 1, 2022
Last day for questions March 7, 2022
Return of proposals March 16, 2022
Evaluations of proposals March 16-25, 2022
Recommendation to awarding body April 26, 2022
Contract award/Start Date June 1, 2022
*Dates are subject to change at the City's discretion*
3. INTRODUCTION/BACKGROUND:
The City of Santa Clarita is located in northern Los Angeles County and includes the communities
of Canyon Country, Newhall, Saugus and Valencia. According to census reports, the City of Santa
Clarita's population is 221,932 making it the third largest City in Los Angeles County and 18tn
largest in the State of California.
In May of 2018, the California Public Utilities Commission formally approved the sale of the
streetlight system from Southern California Edison to the City of Santa Clarita. Presently, the City's
Streetlight Maintenance District (SMD) supports operations and maintenance of the Santa
Clarita's streetlights, encompassing a system of approximately 17,523 streetlights all of which
have been converted to energy -efficient LED fixtures.
Greater than 95 percent of the City's streetlight system is classified as LS-2 (agency -owned, non -
metered), with the remainder classified as LS-3 (agency -owned, metered). Additionally, Southern
California Edison continues to maintain approximately 1,500.
The City of Santa Clarita has multiple types of streetlights in its inventory. Pole and fixture types
include, underground and overhead fed cement, wood and steel poles with cobra head fixtures
and a variety of post top, traditional decorative style poles with single or double lamps.
4. OBJECTIVE(S)/WORK PRODUCTS:
Proposing contractors will describe their approach for providing as -needed Streetlight
Maintenance Services by incorporating the following operational needs.
City -Directed Routine Maintenance
1. Respond to citizen and staff reported outages, lighting failures or day burning lights.
2. Troubleshoot and repair various components of lighting (fixtures, photocells, receptacles,
wiring, fuses, etc.) during the hours of 7:00 AM to 5:00 PM, within five (5) working days of
request.
3. 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.
4. For LS-2-related streetlight work, it will be necessary to coordinate with Southern California
Edison for any work below the City -owned handhole including energizing or de -energizing.
5. Instances involving LS-3-related streetlight work will allow for troubleshooting from the
power pedestal to the end of the lighting circuit and may require repairs in pull boxes or
service pedestal.
6. Identify and repackage defective components for warranty repairs.
7. Tighten loose components and adjust fixtures.
8. Tighten or replace loose or missing handhole covers.
9. Remove items hanging from poles (shoes, balloons, etc.)
10. Remove unauthorized signs or sign mounting devices.
11. Retrofit or replace fixture with LED if necessary.
12. Install pole tags on new City pole inventory.
13. Install glare shields.
14. Receive spare material deliveries and assist with offload.
15. Replace missing pole hand hole covers and repair damaged hand hole covers as needed.
16. Service City streetlight pedestals.
17. Replace all damaged pull -box covers.
18. Provide a record of the location, date of the visit, identified issue, remedy, date of remedy
completion, and any additional notes repairs and photos in City's Resident Service Center
system and GIS Collector Application.
19. Ensure that all waste materials generated from the maintenance services are properly
disposed of in accordance with all applicable laws and regulations.
20. Proper traffic control must be set up and maintained at all times. Traffic control must meet
CA MUTCD standards.
City will provide materials including poles, fixtures, mast arms, photocells, hand hole covers,
pole tags, shields, and globes.
Emergency Repair Requests
1. Maintain personnel available to respond and provide 24-7-365 response to emergency
service calls as determined by responding emergency personnel including Sheriff's
Department, City Staff and contractors. Emergency calls will include equipment damage
that may pose an immediate public danger (ex. broken and hanging luminaire/mast arm,
streetlight knockdowns, down streetlight wire and more), during normal business hours and
after -hour emergencies including weekends and holidays.
2. Upon notification, respond within two (2) hours to establish a safe and secure scene in the
event of exposed, damaged, or knocked down equipment that may pose immediate danger
to the public, to move knocked down and damaged pole debris from public right-of-way,
and to properly secure any wires, and clean up surrounding area.
3. Provide a record of the location, contact information for the caller, date and time of the
visit, identified issue, remedy, date of remedy completion, photos and any additional notes
must be submitted to City Staff within the next regular business day.
4. Contractor will be responsible for removal of the remaining pole debris requiring crane,
disposing of knocked down poles, including removing partially fallen poles or structurally
compromised poles within forty-eight (48) hours of initial call -out.
5. Once any hazardous conditions are remedied, if additional work is needed to properly
restore function to the pole and fixture, within three (3) working days following the date of
emergency response, contractor 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.
Replacement of knocked down street light poles and overhead streetlight wire
replacements shall be installed seven (7) working days following City approval of quotation.
This process will include the following tasks:
a. LS-3 lights will include energizing and de -energizing.
b. LS-2 will require SCE coordination for energizing and de -energizing.
c. Wire new pole to appropriate location.
d. Install new luminaire arm, fixture, photocell as needed.
e. Concrete cap to be broken out completely and replaced when new pole is installed.
f. Install pole number tag.
g. Jobsite must be secured and properly delineated to keep pedestrians and motorist
safe.
h. Proper traffic control must be set up and maintained at all times. Traffic control
must meet CA MUTCD standards.
i. Pole, fixtures, photocell, luminaire arm, and pole tag will be provided by the City.
As -Needed Services (if requested by the City)
1. Night and/or Day -time inspections of poles to identify streetlights that are staying on during
the day, streetlights which fail to come on at night, and/or components that are visibly
defective
a. Inspect street lighting at night for inoperative light
b. Document and tag street lights that are inoperative
c. Create work order for repair.
2. Replacement of damaged street light foundation, including removal of existing cap and/or
pole
3. Replacement of streetlight wire
4. Intercept conduit
5. Set cage and anchor
6. Reconnect conduit
7. Pour new foundation
8. Re -stand pole or install new pole
9. De-energization and energization of City owned poles for film productions.
10. Contractor must set up and maintain appropriate traffic control for each operation. Traffic
control must meet CA MUTCD standards for roadway size and speeds.
11. Submit request for house side shields to the City for review; and furnish and install shields
as authorized by the City (assumed 10 per year)
As -Needed Streetlight Plan Check and Inspection/Field Sign -off Services
Proposer to describe experience and approach for providing as -needed Streetlight Plan Check
Review and Inspection/Field Sign -off services related to the installation of new streetlight
facilities that will be accepted for ownership and maintenance by the City.
Standards for All Streetlight Service Operations
In accordance with all services listed in this Scope of Work, contractor and employees shall at all
times dress in a company uniform that identifies their employer and shall exhibit good customer
service to City staff, City contracted staff, residents, emergency responders, and the general
public throughout the term of the contract. All communication will be professional in manner
between all parties. Contractor's vehicles must also display the company name at all times.
Contractor shall set up and maintain appropriate traffic control for each operation. Traffic
control must meet CA MUTCD standards for roadway size and speeds. Operations shall be set up
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.
5. DELIVERABLES:
1. Contractor shall provide adequate staff to complete required scope of work. One hundred
(100) percent of all staff assigned to City contract must be directly employed by Contractor.
2. Contractor shall demonstrate via ownership or long-term lease agreement and provide boom
trucks, cranes, traffic control vehicles, arrow boards, and any other equipment required to
safely complete work tasks.
3. Contactor shall provide trained, certified, and qualified staff for each job task. Example -
Streetlight maintenance technician will be required to have certifications in streetlight
maintenance and inspection. Certifications must be provided to the city with the bid
response.
4. Contractor shall provide staff trained in traffic control and work zone safety. Certification
must be provided to the city with the bid response.
5. Contractor shall provide location to house and maintain City -purchased inventory of spare
fixture and photocell inventory within twenty-five miles of Santa Clarita to be able to perform
the routine service work described herein.
6. REPORTS AND MEETINGS:
1. Contractor will be required to report work in City's Resident Service Center (RSC) system and
GIS Collector System. The report shall be completed at time of inspection and completion of
task.
2. Monthly meeting with contractor management to discuss issues or status of work shall be
required, but can be waived by City staff if deemed unnecessary by both the City and the
contractor.
3. Reports of work shall accompany all billing.
7. CITY RESPONSIBILITIES:
City will provide all materials for streetlight repairs and maintenance. In the event that the city is
unable to provide parts, the contractor can provide at a predetermined mark up.
8. REQUIRED QUALIFICATIONS:
Demonstrated experience providing similar scope of streetlight maintenance services for a
minimum of three public agencies, either through direct contract and/or as a sub -contractor, for
a minimum of three years. Each example shall identify the name of the public agency and include
a general description of type of streetlight maintenance services provided and contact
information for the public agency official administering the contract.
9. RESPONSE SUBMITTAL REQUIREMENTS:
Submitted proposals must follow the format outlined below and all requested information must
be supplied. Failure to submit proposals in the required format may result in elimination from the
evaluation and selection process.
FORMAT
Each proposal must be submitted in two parts:
Part I must relate to the Technical Proposal
Part 11 must relate to the Cost Proposal
Both parts are to be submitted at the same time but separately.
A. PART I - TECHNICAL PROPOSAL Must include and be submitted in the following order:
a. Cover Letter - Must include the name, address, and telephone number of the
company, and be signed by the person or persons authorized to represent the firm.
b. Table of Contents - Clearly identify headings identified below and contained in your
proposal with corresponding page numbers.
c. Proposer's Introduction - Contents to be determined by contractor. Please limit this
section to one page.
d. Work Program
• Describe your company's understanding of the City of Santa Clarita's Streetlight
operation.
e. Proposer's Approach - Provide a written narrative clearly demonstrating the
Proposer's approach to the project including clearly demonstrating how the Proposer
has the internal capacity to provide the required services identified in the
Objective(s)/Work Product Section within the required response times.
f. Assigned Personnel
• Proposer must identify and list the principals (includes owners and employees)
having primary responsibility for overseeing streetlight maintenance services
provided to the City, including:
o Overall experience and licenses/certifications
o Professional areas of expertise,
o Time working for the Proposer.
g. Schedule
• Complete site evaluation, preparation and delivery of up to fifteen (15) individual
reserve studies as part of any given work -order within 10 weeks of notice to
proceed.
h. Contractor Capability and References
• Provide a summary of the firm's resources, staff, equipment and relevant
background experience and applicability as it relates to this RFP.
• Provide references identifying work performed on behalf of other public agencies
or, as a sub -contractor, to a private agencies similar scope and nature which
reflects a minimum of:
o Three (3) public agency references.
Conflict of Interest
• Address possible conflicts of interest with other clients affected by actions
performed by the firm on behalf of the City. Although the Proposer will not be
automatically disqualified by reason of work performed for other parties, the City
reserves the right to consider the nature and extent of such work in evaluating
the proposal.
B. PART II - COST PROPOSAL
The Cost Proposal will be submitted separate from the Technical Proposal. Proposers are
instructed to utilize the attached Bid Sheets (see Attachment A) in order to provide the City with
a breakdown of the costs associated with their response. Proposers are directed to attach a cover
sheet that identifies the Proposer's name.
Statement of Offer and Signature - The proposal shall be signed by an individual authorized to
bind the consultant, shall contain a statement to the effect that the proposal is a firm offer for a
120-day period, and shall contain a statement that the proposed work will be performed at the
"not -to -exceed" price. This will include all deliverables and meeting attendance as laid out in the
scope of work
PROPOSAL SUBMISSION
All proposals must be submitted according to specifications set forth herein. Failure to adhere to
these specifications may be cause for rejection of proposal.
Signature - An authorized representative of the Proposer should sign all proposals.
Due Date — All proposals must be received before 11:00 AM, March 16, 2022, and be directed
to:
Purchasing
City of Santa Clarita
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
Late bids/proposals will not be accepted. Any correction or resubmission done by the Proposer
will not extend the submittal due date.
PROPOSAL EVALUATION AND CONTRACTOR SELECTION
PROPOSAL:
• The written proposal demonstrating the Proposers' ability to successfully achieve
objectives using clear and solid methodologies. The proposals will be scored by a
panel of City staff.
• The Bid Sheet/Cost Proposal is for background and understanding of Proposer'
methodologies to meet the City's needs identified in this request. While cost is a
part of the selection process, it is not the final criteria in determining the
successful Proposer, Proposers, or final agreed upon costs to the City.
FVAI I IATInN•
Proposals will be scored and evaluated by a committee of at least three staff.
SCORING CRITERIA:
Proposals will be evaluated and scored on the following criteria:
• Demonstrated successful experience with similar types of projects
• Specific experience of key project team members
• Satisfaction of previous clients (references)
• Project understanding and approach
• Cost of service
CFI FCTinN•
Number of Contracts Awarded - It is anticipated that multiple proposers will be recommended for
an award of contract to the City Council.
Written proposals will be reviewed and scored by multiple evaluators, with individual scores
combined and averaged into a single score.
SECTION C
Forms
NOTICE TO PROPOSERS REGARDING INDEMNITY AND INSURANCE REQUIREMENTS
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Risk Manager.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These
are the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits
carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this
agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and
coverage required, which are applicable to a given loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required
amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy
listing all policy endorsements to City before work begins. City reserves the right to require full -certified
copies of all Insurance coverage and endorsements.
I. INDEMNIFICATION:
To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
The foregoing indemnification provisions will not reduce or affect other rights or obligations
which would otherwise exist in favor of the CITY and other Indemnitees.
CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
II. INSURANCE
(A) Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT 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
(i) 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.
Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including
symbol 1 (Any Auto). 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
endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. 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.
(ii) Professional liability coverage will be on an "occurrence basis" if such coverage is
available, or on a "claims made" basis if not available. When coverage is provided on a "claims made
basis," CONSULTANT will continue to renew the insurance for a period of at least 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.
CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing
maintenance of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a
current A.M. Best Company Rating of at least "A:VII."
Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its
elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms
of the workers compensation policy which arise from work performed by CONSULTANT for CITY.
Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
The CITY shall be entitled to any coverage in excess of the minimums required herein.
I have read and understand the above requirements and agree to be bound by them for any work
performed for the City.
Authorized Signature:
Printed Name:
Date:
DESIGNATION OF SUBCONTRACTORS
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
DIR Registration No.
Dollar Value of Work
�r
BB�1Fes FVA
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
�r
�°QC�YeS P1e
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No,
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
�r
�°C�Yes Pie
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the
contract is awarded.
REFERENCES
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
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
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the As -Needed Streetlight
Maintenance Services. The Contractor will be expected to perform maintenance practices and uphold the
standards herein to the established Scope of Work throughout the length of the contract.
*Supervisor's Signature:
Date:
*Estimator's Signature: Date:
*Owner's Signature: Date:
*All three signatures required
SECTION D
Sample Contract
SAMPLE CONTRACT
MAINTENANCE AGREEMENT
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 an amount as 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 , to 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.
C. CONTRACTOR guarantees each portion of the services as installed against
defective materials and workmanship for a period of one (1) year from date of
CITY's written acceptance of the work. Promptly upon CITY's request within
that one (1) year period, CONTRACTOR agrees to correct by repair or
replacement without charge to CITY any defects which may appear in the work or
any portion thereof. Notwithstanding the foregoing, all guarantees and warranties
obtained by CONTRACTOR from manufacturers and vendors of equipment used
in the performance of the services shall be extended to CITY's benefit for the full
limit of their terms.
4. PREVAILING WAGES.
A. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No
contractor or subcontractor may be listed on a bid proposal for a public works
project (submitted on or after March 1, 2015) unless 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 (awarded on or after April 1, 2015) 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.
B. PREVAILING WAGES. If this contract is subject to the State prevailing wage
requirements of the California Labor Code including, but not limited to, Sections
1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California
prevailing wage laws including, to the extent applicable, Labor Code Section
1720.9. 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/OPRL/DPreWageDetermination.htm. 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. The Contractor is responsible for obtaining a
current edition of all California statutes and regulations, and adhering to the latest
editions of such.
C. FEDERAL PREVAILING WAGE. If this is a federally funded project and the
Davis Bacon Act will be enforced. The current General Decision of wage
determinations issued by the United States Department of Labor is set forth at the
following website address: https://beta.sam.gov/. If there is a difference between
the prevailing wage rate determined by the Department of Labor and the
prevailing wage rate predetermined by the Director of Industrial Relations for
similar classifications of labor, the Contractor and its Subcontractors shall pay not
less than the higher prevailing wage rate. The Agency will not accept lower State
prevailing wage rates not specifically included in the Federal prevailing wage
determinations. This includes "helper" (or other classifications based on hours of
experience) or any other classification not appearing in the Federal prevailing
wage determinations. Where Federal prevailing wage determinations do not
contain the State prevailing wage rate determination otherwise available for use
by the Contractor and Subcontractors, the Contractor and Subcontractors shall pay
not less than the Federal prevailing wage rate which most closely approximates
the duties of the employee(s) in question. The prevailing wage rate for any
classification not listed by the Department of Labor or the Director of Industrial
Relations, but which may be required to execute the Contract, shall be in accord
with specified rates for similar or comparable classifications or for those
performing similar or comparable duties, within the Agency's determinations.
D. 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. FANHLIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
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 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
CONTRACTOR's own risk until written instructions are received from CITY.
C. CONTRACTOR represents that the CONTRACTOR agrees to comply with all
applicable federal and state workplace and employment laws including those that
relate to minimum hours and wages, occupational health and safety, workers
compensation insurance and state, county and local orders.
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
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
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
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 0106 92, including symbol 1 (Any Auto).
D. 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
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. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation
against CITY, its elected or appointed officers, officials, agents, volunteers and
employees for losses paid under the terms of the workers compensation policy
which arise from work performed by CONTRACTOR for CITY.
F. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this 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, Ci . 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 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
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 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 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 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
ATTN: Kenneth W. Striplin, City Manager
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR:
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, nor will it be deemed to constitute a continuing waiver.
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 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. 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.
18. 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.
19. 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.
20. 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.
21. 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.
22. 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.
23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
24. 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)
IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of
FOR CONTRACTOR:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
IM
City Manager
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
City Attorney
Date:
IF CORPORATION:
By:
Print Name & Title
Date:
Fringe Benefit Statement
Contract/Proposal No:
Project Name:
Date:
INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may
be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as
required by collective bargaining agreements) made for employees on the various classes of work are tabulated below.
THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL
BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE.
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
Trust Fund Paid To:(Name)
Address:
Classification:
Effective Date:
Subsistence or Travel Pay:
Health and Welfare
$
Trust Fund Paid to:(Name)
Address:
Pension
$
Trust Fund Paid To:(Name)
Address:
Vacation/Holiday
$
Trust Fund Paid to:(Name)
Address:
Training
$
Trust Fund Paid To:(Name)
Address:
Other
$
1 Trust Fund Paid To:(Name)
Address:
Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made.
I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE.
City of Santa Clarita Form HC-50 FIBS
(Contractor/Subcontractor) By (Name and Title) Signature
ATTACHMENTS
Cost Proposal Sheets A & B
COST PROPOSAL SHEET A
LED PER UNIT COST TURNKEY SERVICES
Existing Fixture Wattage
Installed
Quantity
* *
Potential - New LED Part Number
New LED
Wattage
Per Unit Turnkey Cost*
100W
10,806
OPTION 41
GE Evolve LED Roadway Lighting - GE ERI 1-0-04-81-40 A -GRAY 32 WATT 3900 LUMENS
32W
OPTION 42
Autobahn LED Roadway - ATBS F MVOLT R2 MP NL P7 47 WATT 5400 LUMENS
47W
OPTION 43
Leotek Green Cobra LED Street Lights - GCJI-20H-MV-NW-2R-GY-580-PCR7 39 WATT 4500 LUMENS
39W
150W
2,521
OPTION 41
GE Evolve LED Roadway Lighting - GE ERL1-0-07-E1-40 A -GRAY 67 WATT 7000 LUMENS
67W
OPTION 42
Autobahn LED Roadway - ATBS H MVOLT R3 MP NL P7 60 WATT 7100 LUMENS
60W
OPTION 43
Leotek Green Cobra LED Street Lights - GCJ2-20H-MV-NW-3-GY-900-PCR7 68 WATT 7000 LUMENS
68W
OPTION 41
GE Evolve LED Roadway Lighting - GE ERLH-0-10-El-40 A -GRAY 90 WATT 10000 LUMENS
90W
20OW
1,705
OPTION 42
Autobahn LED Roadway - ATBM D MVOLT R3 4B MP NL P7 95 WATT 11600 LUMENS
95W
OPTION 43
Leotek Green Cobra LED Street Lights - GCM2-40H-MV-NW-3-GY-1A-PCR7 88 WATT 10000 LUMENS
88W
250W
1,083
OPTION 41
GE Evolve LED Roadway Lighting - GE ERS1-0-13-E1-40 A -GRAY 125 WATT 13000 LUMENS
125W
OPTION 42
Autobahn LED Roadway - ATBM E MVOLT R3 4B MP NL P7 115 WATT 13400 LUMENS
115W
OPTION 43
Leotek Green Cobra LED Street Lights - GCM2-40H-MV-NW-3-GY-850-PCR7 107WATT 12000 LUMENS
107W
40OW
10
OPTION 41
GE Evolve LED Roadway Lighting - GE ERS2-0-19-E1-40 A -GRAY 162 WATT 19000 LUMENS
162W
OPTION 42
Autobahn LED Roadway - ATBM H MVOLT R3 4B MP NL P7 164 WATT 17400 LUMENS
164W
OPTION 43
Leotek Green Cobra LED Street Lights - GCL2-60G-MV-NW-3-GY-900-PCR7 183 WATT 20000 LUMENS
183W
*Turnkey Cost includes material (Streetlight & Photocell), installation and services listed in the scope of work provided.
**City will determine which option (LED part number and photocell) after all proposals are received.
1of2
COST PROPOSAL SHEET A
DECORATIVE FIXTURE RETROFIT
Pole Qty.
Existing Fixture
New LED Part Number with photocell
Per Unit Cost*
Decorative Streetlight
Lamp Replacement (Two
lightfixtures per pole)
*Per Unit Cost includes material (Streetlight & Photocell), installation and services listed in the scope of work provided.
ADDITIONAL SERVICES (OUTSIDE OF PROVIDED SCOPE OF WORK)
Team Member Responsibilities Hourly Rate or Unit
2of2
COST PROPOSAL SHEET B
AS -NEEDED MAINTENANCE
Description
Units
Cost
As -needed maintenance work
Pricing inclusive of labor and equipment
Streetlight Maintenance Worker
Hourly Rate - Normal
Foreman
Hourly Rate -Normal
Laborer
Hourly Rate - Normal
As -needed maintenance work
Pricing inclusive of labor and equipment
Streetlight Maintenance Worker
Hourly Rate - After Hours
Foreman
Hourly Rate -After Hours
Laborer
Hourly Rate - After Hours
As -needed maintenance work
Pricing inclusive of labor and equipment
Streetlight Maintenance Worker
Hourly Rate - Holiday
Foreman
Hourly Rate - Holiday
Laborer
Hourly Rate - Holiday
Review of all streetlight operations (night check) one-time cost, frequency to be determined
Lump sum
Hours
Hourly minimum for maintenance work
Number of Hours
STREETLIGHT POLE REPLACEMENT
Description
Units
Cost
Pole installation only
(Pole, Bolts, Arm, Fixture will be supplied by the City)
Labor
Lump Sum
Material
Lump Sum
Equipment
Lump Sum
Pole installation with foundation replacement
(Pole, bolts, arm, fixture, photocell will be supplied by
the City)
Labor
Lump Sum
Material
Lump Sum
iEquipment
Lump Sum
STREETLIGHT PLAN CHECK
Description
Units
Cost
Plan review and field inspection/ sign -off
Plan review
Hourly Rate
Field Inspection
Hourly Rate
1of1
Addendum No. 1
March 7, 2022
Addendum No. 1
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
This addendum must be acknowledged via BidNet and should be included with the bid response.
There was a non -mandatory, pre -bid meeting on March 1, 2022 beginning at 10:00 AM.
The meeting was located on Zoom.
Attending Staff:
• Kevin Tonoian — Special Districts Manager, City of Santa Clarita
• Jonathan Cosh — Buyer, City of Santa Clarita
Attending Vendors:
Andy Briones — St. Francis Electric, LLC
Brian Eberhard — Taft Electric Company
The following questions were asked and answered:
Q1) Will you accept an alteration of the Licenses listed via the RFP.
Al) Please submit this question to the Q&A Portal and we will address.
Q2) Will we be able to store inventory at City Facilities?
A2) The City maintains its inventory of poles and arms, but the vendor will be responsible for
the storing of smaller maintenance items such as photo cells and fixtures.
Q3) Do electricians need to be certified?
A3) Yes.
Q4) Is there a reason that the LED TURNKEY SERVICES are part of the Cost Proposal Sheet?
A4) These were included by error, and will be removed via separate addendum.
The following was reviewed:
• Project scope of work
• Bidding Guidelines
9:Al9•1 -11W.1I►VICraIW*bra
Addendum No. 1
March 7, 2022
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Contractor's Representative
Company Name
Date
9 :Al 901y_\ W:1 I ►V I I] Wa a N VI N
Addendum No.2
March 7, 2022
Addendum No. 2
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
This addendum must be acknowledged via BidNet and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
I. REMOVAL OF COST PROPOSAL SHEET A
a. Cost Proposal Sheet A - Led Per Unit Cost Turnkey Services is not needed for this project
and is hereby removed from the Request for Proposals.
b. Please submit Cost Proposal Sheet B only.
II. CONTRACTOR'S LICENSE REQUIREMENT
a. The City will require proof of C-10 and A licenses for this project.
b. The City will remove the requirement of C-7 and B licenses for this project.
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Contractor's Representative
Company Name
Date
9 :Al 901y_\ W:1 11V I I] Wa a M WI N
Addendum No.3
March 15, 2022
Addendum No. 3
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
This addendum must be acknowledged via BidNet and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
I. REMOVAL OF SECTION G FROM TECHNICAL PROPOSAL SUBMITTAL
• Section g — Schedule of the Response Submittal requests "a complete site
evaluation, preparation and delivery of up to fifteen (15) individual reserve
studies as part of any given work -order within 10 weeks of notice to proceed."
• This section is removed from the RFP and should not be submitted along with the
Technical Proposal/Response Submittal.
II. EXTENSION OF THE CLOSING DATE
• The original closing date of Wednesday, March 16, 2022 will be extended to
Friday, March 18, 2022 at 11:00 AM PST.
9:Al9•by_\U:1ILVICVaV*bra
Addendum No.3
March 15, 2022
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
Contractor's Representative
Company Name
Date
9:A1Z01 -11W.1I►vI.]WiaNVIN
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Date: 03/16/2022
Purchasing
City of Santa Clarita
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
RE: Part I — Technical Proposal for # LMD-21-22-22 As -Needed Streetlight Maintenance Services
City of Santa Clarita,
We are pleased to present this proposal for the "As -Needed Streetlight Maintenance Services" project.
Taft Electric Co. will honor the attached proposal for 3 years from the bid date of March 18, 2022, as
specified.
Taft Electric Co.
1694 Eastman Ave.
Ventura, CA 93003
P: 805-642-0121
Employee Olvned
SERVING ALL OF CALIFORNIA
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Table of Content
Proposer's Introduction.................................................................................Page 1
WorkProgram...............................................................................................Page 2
Proposer's Approach.....................................................................................Page 3
AssignedPersonnel.......................................................................................Page 4
Contractor Capabilities and references .........................................................Page 5
Conflictof Interest........................................................................................Page 6
Employee Owned
SERVING ALL OF CALIFORNLQ
Page 10
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR4 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Proposer's Introduction
Date: 3/16/22
City of Santa Clarita,
Taft Electric Company is a union contractor, established in 1946 and incorporated in 1965 in Ventura, CA.
We have satellite offices in San Leandro, Santa Maria, Thousand Oaks, Santa Clarita, Los Angeles, and
Lancaster to better serve our customers
Our recommendations come from customers whom we have served on nearly every type of electrical
installation including: renewable energy, manufacturing plants and facilities, commercial buildings,
government projects, traffic signalization, street/ highway/ airport lighting, sports field lighting, utility
backbone and distribution systems, LED retrofitting, directional boring, underground fiber projects, data
cable, satellite control, transmission projects, Streetlighting and Traffic Signal maintenance.
Taft Electric's success comes from its people who have the knowledge, experience, supervisory talent,
integrity, and ingenuity to complete a profitable project on time within a budget. We continuously strive to
stay educated with technological advances and have made our name synonymous with reliability and
superior performance.
Sincerely,
Taft Electric Co.
Employee Owned
SERVING ALL OF CALIFORNIA
Page I I
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Work Program
Date: 3/16/22
City of Santa Clarita,
Taft Electric Company has worked with the City of Santa Clarita through the process of integration and
streetlight conversion from the ownership of Southern California Edison under Tanko Lighting. This
included a 3-year streetlighting maintenance service contract
Taft Electric Co has an intimate knowledge of all streetlight systems from residential to major arterial
lighting locations throughout the City of Santa Clarita. Taft crews have installed all LED cobra heads and
LED retrofit lamps in the City of Santa Clarita during this conversion process. We have also performed
routine and emergency maintenance of photocells, fixture replacements, streetlight pole knockdowns,
overhead wire replacements and other various electrical repairs as requested. Taft Electric Co has
successfully worked with all City of Santa Clarita street personnel, local Police and City of Santa Clarita
administration employees to address various repairs and safety issues when called upon on a 24 hour
basis.
Taft Electric understands the sense of urgency and expectations of City of Santa Clarita's response time
(2 hours) and will continue to provide a safe consistent service for all emergency or normal dispatch
requests. We have the ability to satisfy all equipment needs, material resources, and knowledge to repair
any lighting issue within the City of Santa Clarita.
Sincerely,
Taft Electric Co.
Employee Owned
SERVING ALL OF CALIFORNIA
Page 12
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIRH 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Proposer's Approach
Date: 3/16/22
City of Santa Clarita,
We are pleased to have the opportunity to serve the City of Santa Clarita's needs for the on -call street
light maintenance contract. Taft Electric Company is geographically prepared to meet any emergency
calls in a timely manner within the 2-hour requested time frame. We currently offer a 24-hour
knowledgeable on -call contact with employees ready to react to any scenario regarding lighting
knockdowns or emergency responses. We have consistently proven, with a sense of urgency, to
immediately respond to all agencies from Santa Barbara to LA County. This includes pole knockdowns,
wire theft, overhead wire, and other equipment damages. Taft will have dedicated crews to procure a
consistency of quality workmanship and accountability. Additional crews are readily available to be
assigned as requested to meet any emergency call. With approximately 400+ field employees, there are
no challenges that we can't meet with solutions. This also gives us the flexibility to maintain contracts
while serving the City of Santa Clarita's expectations of availability. We have built working relationships
with countless Southern California Edison planners and lineman over the years and understand their
protocol. We strive to provide all our customers with professionalism and clear communication in any
scenario to build trust and confidence in our ability to complete any task.
Thank you for your consideration,
Sincerely,
Employee aimed
SERVING ALL OF CALIFORNIA
Page 13
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Assigned Personnel
Date: 3/16/22
■ Dave Norwine, V.P. of Traffic Operations. 31 years of experience.
■ Brian Eberhard, Project Manager. 24 years of experience.
■ Jonas Noble, Superintendent. 19 years of experience.
■ Howard Eastlick, Superintendent. 14 years of experience.
■ Eric Moore, Foreman Electrician. 23 years of experience.
■ Ryan Caulfield, Foreman Electrician. 23 years of experience.
■ Johnny Fuentes, Foreman Electrician. 24 years of experience.
■ Alex Ramos, Foreman Electrician. 15 years of experience.
■ Erik Grisham, Journeyman Wireman. 12 years of experience.
■ David Soohoo, Journeyman Wireman. 10 years of experience.
■ Ernesto Gallegos, Foreman Laborer. 10 years of experience.
■ Jason Pinedo, Laborer. 20 years of experience.
■ Luke Campbell, Laborer. 10 years of experience.
■ Ruben Cervantes, Laborer. 20 years of experience.
■ Tim Tucker, Laborer. 20 years of experience.
■ Juan Reyes, Laborer. 20 years of experience.
■ Erick Gallegos, Laborer. 4 years of experience.
■ Santiago Montano, Laborer. 7 years of experience.
■ Felipe Morales, Laborer. 15 years of experience.
■ Alex Ayala, Laborer. 2 years of experience.
■ Jose Lomelli, Laborer apprentice. 4 years of experience.
Sincerely,
Taft Electric Co.
Employee Owned
SERVING ALL OF CALIFORNIA
Page 14
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Contractor Capability and References
Date: 03/16/2022
City of Santa Clarita,
Taft Electric Company is geographically prepared to meet any emergency call or maintenance service
call. Our corporate office is in Ventura, and we have a Satellite office/yard space in Santa Clarita.
We will provide dedicated crews from our 21 field employees in our Transportation Division.
Equipment available for emergency or maintenance calls: Four (4) Crane Boom Truck, Four (4) Bucket
Trucks, Twelve (12) Utility Trucks, Four (4) Wire Trailers, Two (2) Hot Melt Trailers, Five (5) Air
Compressors, Two (2) Boring Machines, Eight (8) Pothole Machines/Vacuums, Four (4) Arrow Boards,
Two (2) Light Towers, Four (4) Dump Trucks.
Reference:
■ City of Santa Clarita, Kevin Tonoian, 661-290-2210, Streetlighting Retrofit & On -Call
Maintenance.
■ City of Oxnard, Kareem Davis, 805-320-8489, Traffic Signal On -Call Maintenance.
■ City of Goleta, Paul Medel, 805-968-6769, Streetlighting Retrofit & On -Call Maintenance.
■ City of Ventura, Jonathon Jordan, 805-947-6229, Traffic Signal On -Call Maintenance.
■ City of Santa Clarita, Cesar Romo, 661-510-0831, Traffic Signal On -Call Maintenance.
■ City of Agoura Hills, Brian Woodworth, 818-597-7322, Streetlight On -Call Maintenance.
Sincerely,
Taft Electric Co.
Employee Owned
SERVING ALL OF CALIFORNIA
Page 15
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Conflict of Interest
Date: 03/16/2022
City of Santa Clarita,
We have no conflicts of interest with this contract. Our proposal is a "All or None" award and take
exception to an award based on partial items.
Sincerely,
Taft Electric Co.
Employee Owned
SERVING ALL OF CALIFORNIA
Page 16
3/11/22, 1:36 PM
STATE OF CALIFORNIA
DIR - The electrician certification
GAVIN NEWSOM, Governor
DEPARTMENT OF INDUSTRIAL RELATIONS
Division of Labor Standards Enforcement Electrician Certification Unit
P.O. Box 420603
San Francisco, CA 94142-0603
(510) 286-3900
To whom it may concern:
The Electrician Certification Unit verifies that according to transactions recorded as of March 10, 2022, the
below named Electricians are registered as either a Certified Electrician or an Electrician Trainee with the State
of California with the status listed below.
Name
Zip Code
Classification
Status
Exp. Date
Number
Eastlick IV, Howard L.
93021
General Electrician
Certified
02-14-2024
E165419G
Fuentes, Johnny A.
93036
General Electrician
Certified
06-04-2024
E154149G
Grisham, Erik A.
93550
General Electrician
Certified
06-14-2022
E15940IG
Moore, Eric A.
93022
General Electrician
Certified
07-29-2024
E113353G
Noble, Jonas R.
93010
General Electrician
Certified
12-21-2022
E150918G
Ramos, Alexis
90003
General Electrician
Certified
02-13-2024
E140233G
Soo Hoo, David E.
93003
General Electrician
Certified
04-26-2023
E163730G
If you have any questions please contact the Electrician Certification Unit of the Division of Labor Standards
Enforcement.
Luisa Martinez
Electrician Certification Manager
https://www.dir.ca.gov/dlse/ecu/ElectCerVElectCertLetter.asp 1 /1
DESIGNATION OF SUBCONTRACTORS
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor
or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be
used fill out the form with NA. Please add additional sheets if needed.
Subcontractor
None
DIR Registration No.
Dollar Value of Work
Age Bf fi FFA.
Am4i-a' GrRss o,.,.,.ipts.
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No,
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
rcgcarmmr.
�nr: i�e5 IS
Ann-;;'
'
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.
Dollar Value of Work
�r
nor:4e5 IS
Annual '
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of
the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered
and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered
contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the
Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the
contract is awarded.
REFERENCES
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which proposer
has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict
with the references requested in the scope of work, the scope of work shall govern. Complete this form out
accordingly. Fill out this form completely and upload it with your proposal.
1. City of Santa Clarita, 23920 Valencia Blvd., Ste. 295., Santa Clarita CA 91355
Name and Address of owner/ Agency
Kevin Tonoian, 661-290-2210
Name and Telephone Number of Person Familiar with Project
As Needed Retrofit/On Call Streetlight Maintenance Current
Contract Amount Type of Work Date Completed
2. City of Oxnard, 305 W. Third Street, Oxnard CA 93030
Name and Address of owner/ Agency
Kareem Davis, 805-320-8489
Name and Telephone Number of Person Familiar with Project
$200K On Call Maintenance Current
Contract Amount Type of Work Date Completed
3. City of Goleta, 130 Cremona Dr. Suite B, Goleta CA 93117
Name and Address of Owner / Agency
Paul Medel, 805-968-6769
Name and Telephone Number of Person Familiar with Project
As Needed Retrofit/On Call Streetlight Maintenance Current
Contract Amount Type of Work Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
Proposer intends to procure insurance bonds:
Fidelity & Deposit Company of Maryland, 1299 Zurich Way, Schaumburg, IL. 60196-1056
Mike Parizino, 949-660-5950, mparizino@alliant.com (Broker)
Agent: Reece Diaz, 949-527-9889 , recce.diaz@alliant.com
Alliant Insurance Services, 1 Newport Beach, CA 92660,
TAFT ELECTRIC COMPANY
ELECTRICAL CONTRACTORS
STATE LICENSE NO. 772245, DIR# 1000000149
1694 EASTMAN AVENUE - VENTURA, CALIFORNIA 93003 - (805) 642-0121 - FAX (805) 650-9015
Date: 03/16/2022
Purchasing
City of Santa Clarita
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
RE: Part II — Cost Proposal for # LMD-21-22-22 As -Needed Streetlight Maintenance Services
City of Santa Clarita,
We are pleased to present this proposal for the "As -Needed Streetlight Maintenance Services" project.
Taft Electric Co. will honor the attached proposal for 3 years from the bid date of March 18, 2022, as
Taft Electric Co.
1694 Eastman Ave.
Ventura, CA 93003
P:805-642-0121
Employee Olvned
SERVING ALL OF CALIFORNIA
* Pricing for four (4) or more locations on a single mobolization may be negotiated.*
1of1
LEDGEMENT & ACCEPTANCE OF SCOPE OF WORK
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
City of Santa Clarita, California
By providing the three (3) required signatures below, the Contractor acknowledges full understanding,
complete agreement to, and accepts in its entirety, all Scope of Work for the As -Needed Streetlight
Maintenance Services. The Contractor will be expected to perform maintenance practices and uphold the
standards herein to the established Scope of Work throughout the length of the contract.
'K
3/16/22
*Supervisor's Signature: .
A Date:
B 'an Et9fhard, Project Manager
*Estimator's Signature:
*Owner's Signature:_
J
*All three signatures required
t/CEO
3/16/22
Date: 3/16/22
Addendum No. 1
March 7, 2022
There was a non -mandatory, pre -bid meeting on March 1, 2022 beginning at 10:00 AM.
The meeting was located on Zoom.
Attending Staff:
Kevin Tonoian — Special Districts Manager, City of Santa Clarita
Jonathan Cosh — Buyer, City of Santa Clarita
Attending Vendors:
Andy Briones — St. Francis Electric, LLC
Brian Eberhard — Taft Electric Company
The following questions were asked and answered:
Q1) Will you accept an alteration of the Licenses listed via the RFP.
Al) Please submit this question to the Q&A Portal and we will address.
Q2) Will we be able to store inventory at City Facilities?
A2) The City maintains its inventory of poles and arms, but the vendor will be responsible for
the storing of smaller maintenance items such as photo cells and fixtures.
Q3) Do electricians need to be certified?
A3) Yes.
Q4) Is there a reason that the LED TURNKEY SERVICES are part of the Cost Proposal Sheet?
A4) These were included by error, and will be removed via separate addendum.
The following was reviewed:
• Project scope of work
• Bidding Guidelines
PROPOSAL # LM D-21-22-22
OF yN1NT4C,
U 7
G� �6 OECfMBF,P
END OF ADDENDUM
Addendum No. 1
March 7, 2022
This addendum must be acknowledged via BidNet and should be included with the response.
3/16/22
Contractor's Representative Arnold Tostado Date
Estimator
Taft Electric Company
Company Name
PROPOSAL # LMD-21-22-22
gaNT9 C�
o �
Ly�p16 pECClbb` �fi
Addendum No. 2
PROPOSAL # LMD-21-22-22
As -Needed Streetlight Maintenance Services
Addendum No.2
March 7, 2022
This addendum must be acknowledged via Bid Net and should be included with the proposal response.
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
I. REMOVAL OF COST PROPOSAL SHEET A
a. Cost Proposal Sheet A - Led Per Unit Cost Turnkey Services is not needed for this project
and is hereby removed from the Request for Proposals.
b. Please submit Cost Proposal Sheet B only.
II. CONTRACTOR'S LICENSE REQUIREMENT
a. The City will require proof of C-10 and A licenses for this project.
b. The City will remove the requirement of C-7 and B licenses for this project.
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
'1_517 3/16/22
Contractor's Representative Arnold Tostado Date
Estimator
Taft Electric Company
Company Name
PROPOSAL # LMD-21-22-22
Addendum Nona
March 15, 2022
nor • •� -Rr-. . • LILLILL-µ r i • ��-�t,i, thevronosal- Dr
The purpose of this addendum is to address the following for this Request for Proposals (RFP):
® Section g — Schedule of the Response Submittal requests "a complete site
evaluation, preparation and delivery of up to fifteen (15) individual reserve
studies as part of any given work -order within 10 weeks of notice to proceed."
® This section is removed from the RFP and should not be submitted along with the
Technical Proposal/Response Submittal.
II. EXTENSION OF THE CLOSING DATE
® The original closing date of Wednesday, March 16, 2022 will be extended to
Friday, March 18, 2022 at 11:00 AM PST.
PROPOSAL # LMD-21-22-22
Addendum No.3
March 15, 2022
END OF ADDENDUM
This addendum must be acknowledged via BidNet and should be included with the response.
3/16/22
Contractor's Representative Arnold Tostado Date
Estimator
Taft Electric Company
Company Name
PROPOSAL # LMD-21-22-22
PROPOSAL
City of Santa Clarita, California
SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS
1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to
City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you
comply with and agree to be bound by these requirements. If any additional Contract documents are
executed, the actual Indemnity language and Insurance Requirements may include additional provisions
as deemed appropriate by City's Risk Manager.
2. You should check with your Insurance advisors to verify compliance and determine if additional
coverage or limits may be needed to adequately insure your obligations under this agreement. These
are the minimum required and do not in any way represent or imply that such coverage is sufficient to
adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded
under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements
shall not in any way act to reduce coverage that is broader or includes higher limits than those required.
The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits
carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this
agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and
coverage required, which are applicable to a given loss, shall be available to City.
3. Contractor shall furnish the City with original Certificates of Insurance including all required
amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy
listing all policy endorsements to City before work begins. City reserves the right to require full -certified
copies of all Insurance coverage and endorsements.
I. INDEMNIFICATION:
To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably
acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials,
representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost,
damage, injury (including, without limitation, economic harm, injury to or death of an employee of
CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise
from or relate to (including, without limitation, incidental and consequential damages, court costs,
attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in
connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole
or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof;
(2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly
employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights,
copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right
of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or
Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement
(collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall
not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such
Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of
California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and
in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims
relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on
the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's
proportionate percentage of fault (except as otherwise provided in section 2782.8).
The foregoing indemnification provisions will not reduce or affect other rights or obligations
which would otherwise exist in favor of the CITY and other Indemnitees.
CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to
indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and
substance of those contained in this Agreement.
II. INSURANCE
(A) Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONSULTANT 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
(i) 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.
Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including
symbol 1 (Any Auto). 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
endorsement must be reflected on ISO Form No. CG 2010 1185 or 88, or equivalent. 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.
(ii) Professional liability coverage will be on an "occurrence basis" if such coverage is
available, or on a "claims made" basis if not available. When coverage is provided on a "claims made
basis," CONSULTANT will continue to renew the insurance for a period of at least 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.
CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing
maintenance of the insurance required under this Agreement, including endorsements, 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 California -admitted insurers with (other than workers compensation) a
current A.M. Best Company Rating of at least "A:VII."
Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its
elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms
of the workers compensation policy which arise from work performed by CONSULTANT for CITY.
Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this
Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such
insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to
TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance
requirements under this Agreement, City may terminate this Agreement immediately with no penalty.
Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation.
Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements
within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that
there is no lapse in coverage.
The CITY shall be entitled to
I have read and unders
performed for the City.
Authorized Signature:
y coverage in excess of the minimums required herein.
requirements and agree to be bound by them for any work
Printed Name: James Ma�§h—, �sident/CEO
Date: 3/16/2022